You are on page 1of 32

REQUEST FOR PROPOSAL (RFP)

“ENGAGEMENT OF MANAGEMENT CONSULTANT FOR


KOLKATA MUNICIPAL CORPORATION”

KOLKATA MUNICIPAL CORPORATION


Central Municipal Office 5, S. N. Banerjee

RoadKolkata–700013

1
DISCLAIMER

The information contained in this RFP document or subsequently provided to Bidders, whether verbally
or documentary or any other form by or on behalf of the Authority / Client or any of their employees /
advisers, is provided to Bidders on the terms and conditions set out in this RFP and such other terms and
conditions subjected to which such information is provided.

This RFP is not an agreement and is neither an offer nor invitation by the Authority / Client to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with
information that may be useful to them in the formulation of their Proposals pursuant to this RFP. This
RFP includes statements, which reflect various assumptions and assessments arrived at by the Authority
/Client in relation to the Consultancy. Such assumptions, assessments and statements do not purport to
contain all the information that each Bidder may require. This RFP may not be appropriate for all persons,
and it is not possible for the Authority /Client, its employees or advisers to consider the objectives,
technical expertise and particular needs of each party who reads or uses this RFP. The assumptions,
assessments, statements and information contained in this RFP may not be complete, accurate, adequate
or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check
the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and
information contained in this RFP and obtain independent advice from appropriate sources.

Information provided in this RFP to the Bidders is on a wide range of matters, some of which depends
upon interpretation of law. The information given is not an exhaustive account of statutory requirements
and should not be regarded as a complete or authoritative statement of law. The Authority /Client accepts
no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed
herein.

The Authority / Client, its employees and advisers make no representation or warranty and shall have no
liability to any person including any Bidder under any law, statute, rules or regulations or tort, principles
of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise
from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the
accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption,
statement or information contained therein or deemed to form part of this RFP or arising in any way in
this Selection Process.

The Authority / Client also accept no liability of any nature whether resulting from negligence or
otherwise however caused arising from reliance of any Bidder upon the statements contained in this EOI-
cum-RFP.

The Authority / Client may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumption contained in this RFP.

The issue of this RFP does not imply that the Authority / Client is bound to select a Bidder or to appoint
the selected Bidder , as the case may be, for the Consultancy and the Authority/Client reserves the right to
reject all or any of the Proposals without assigning any reason whatsoever.

2
CONTENTS

Sl. Particulars Page


1 Contents 3
2 Important Information for Bidders 5
3 Important Dates and Information 6
4 General Provisions 8
5 Eligibility 9
6 Preparation of Proposals 9
7 Earnest Money Deposit (EMD) 10
8 Bidding Process 12
9 Online Bid Submission 12
10 General Instructions 15
11 Confidentiality 16
12 Withdrawal of Bid 16
13 Evaluation Criteria 16
14 Award 17
15 Working Hours of Team Members/Personnel 17
16 Terms and Conditions of the Tender 17
17 DATA SHEET 20
18 Scope of Work 22
19 Payment 22
20 Annexure I: Covering Letter 23
21 Annexure 2: General Information of the Bidder 24
23 Annexure 3: Power of Attorney 25
24 Annexure 4: Credentials of the Bidder 27
25 Annexure 5: Financial Capabilities of the Bidder 29
Annexure 6: Undertaking stating the Bidder is Not Blacklisted or
26 30
Bankrupt
27 Annexure 7: Clarification Format 31
28 Annexure 8: Pro forma for the Price Bid 32

3
Notice Inviting e-Tender
of
Kolkata Municipal Corporation
Tender Reference Number: KMC/SWM/RFP/CON/21-22

CME (SWM), Kolkata Municipal Corporation invites tender for the work detailed in the table below:

Detail of Scheme(s)/ Work(s):

Name of the Project Earnest Money Period

INR 1,00,000 2 (Two) Years


“Engagement of Management Consultant
(INR One Lakh
for Kolkata Municipal Corporation” Only)

4
1. Important Information for Bidders
1.1 General Guidelines for e-Tendering

i. Instructions/ Guidelines for electronic submission of the tenders have been annexed for assisting the
bidders to participate in e-Tendering.
 Registration of Bidder: Any bidder willing to take part in the process of e-Tendering will have to be
enrolled & registered with the Government e-Procurement System, through logging on to
https://wbtenders.gov.in, the bidder is to click on the link for e-Tendering site as given on the web
portal.
 Digital Signature certificate (DSC): Each bidder is required to obtain a Class-II or Class-III Digital
Signature Certificate (DSC) for submission of tenders from the approved service providers on
payment of requisite amount. DSC is given as a USB e-Token.
 The bidder can search & download Tender Document(s) electronically from computer once he logs
on to the website https://wbtenders.gov.in using the Digital Signature Certificate.
 Submission of Tenders: Tenders are to be submitted online to the website along with the BoQ before
the prescribed date & time using the Digital Signature Certificate (DSC). Virus scanned and duly
digitally signed copies of the documents are to be uploaded. The documents will get encrypted
(transformed into non readable formats).
ii. In the event of e-filling, intending bidders may download the tender documents from the website
https://wbtenders.gov.in directly. Necessary earnest money should be paid in the form of Net Banking or
RTGS/ NEFT from the e-Procurement portal of the Government of West Bengal https://wbtenders.gov.in
iii. Tender documents may be downloaded from website and submission of the bid should be done as per the
stated time schedule.
iv. The ‘Tender Evaluation Committee’ will open the Technical Bid and the Financial Bid to conduct an
evaluation based on Quality cum Cost Based Selection (QCBS) process. The decision of the ‘Tender
Evaluation Committee’ will be final and absolute in this respect.

5
1.2 Important Dates and Information

S. No. Item Description


1. Project Name “Engagement of Management Consultant for Kolkata Municipal Corporation”

2. Nodal Officer (for any CME (SWM),


clarifications) Solid Waste Management Department, Kolkata Municipal Corporation,
48, Market Street, 2ndFloor,
Kolkata - 700087
3. Earnest Money INR 1,00,000 (INR One Lakh Only)To be paid in the form of Net Banking or
Deposit (EMD) RTGS/ NEFT from the e-Procurement portal of the Government of West
Bengal https://wbtenders.gov.in
4. Tender Documents 09/09/2021
publish date
5. Documents download 09/09/2021from 04:00 p.m.
start date (Online)
6. Last date for 16/09/2021up to 12:00 Noon.
submission of queries Address for submission of queries:
CME (SWM),
Solid Waste Management Department, Kolkata Municipal Corporation,
48, Market Street, 2ndFloor,
Kolkata – 700087
Note:
1. All queries need to be submitted as per the format mentioned in
Annexure-7 of this RFP to the above mentioned address clearly super
scribing the following on the envelope: “Engagement of Management
Consultant for Kolkata Municipal Corporation”
2. All queries need to be submitted in writing or print (hard copy) along
with soft copy (.doc). The email address for submission of queries is:
dg_swm@kmcgov.in and eeciii_swmi@kmcgov.in

7. Pre-Bid Meeting 17/09/2021from 12:00 noon.


Venue: Kolkata Mpl. Corporation, Solid Waste Management Department, 1st
floor, 48, Market Street, Kolkata -700 087
Participant may also attend the Pre- Bid meting Online through Video
Conferencing.
Join Zoom Meeting
https://us02web.zoom.us/j/85251019851?pwd=NVBSbjJCZXZxSzBCQmpLVD
Zmait2UT09

Meeting ID: 852 5101 9851


Passcode: 776298
8. Bid submission start 25/09/2021from 4:00 p.m.
date (Online)
9. Bid submission 05/10/2021up to 1:00 p.m.
closing date (Online)
10. Opening of technical 07/10/2021at 1:00 p.m.

6
S. No. Item Description
bid (online)
11. Presentation Date for To be notified later
the bidders who clear
the minimum
eligibility
12. Date of uploading the To be notified later in https://wbtenders.gov.in
List of technically
qualified bidders
(Online)
13. Date of opening of the To be notified later in https://wbtenders.gov.in
Financial Bid (Online)
 No financial information should be uploaded to the folder marked for technical bid.

7
2. General Provisions
2.1 Introduction:

 The Kolkata Municipal Corporation intends to select a Management Consultant in accordance


with the method of selection specified in the Data Sheet.
 The consultants are invited to submit a Prequalification Proposal, Technical Proposal and a
Financial Proposal as specified in the Data Sheet, for consulting services required for the
assignment named in the Data Sheet.
 The consultants should familiarize them with the local conditions and take them in to account
in preparing their Proposals; including attending a pre-bid meeting as specified in the Data
Sheet. Attending the Pre-Bid Meeting is optional and is at the Consultant’s expense.

2.2 Corrupt and Fraudulent Practices:

 The Bidders and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Selection Process. Notwithstanding anything to the
contrary contained in the EOI-cum-RFP, the Authority / Client shall reject a Proposal without
being liable in any manner whatsoever to the Bidder, if it determines that the Bidder has,
directly or indirectly, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in the
Selection Process. In such an event, the Authority / Client shall, without prejudice to its any
other rights or remedies, forfeit and appropriate the Proposal Security/ Earnest Money
Deposit as damages payable to the Authority / Client for, inter alia, time. Cost and effort of
the Authority /Client, in regard to the EOI-cum-RFP, including consideration and evaluation
of such Bidder’s Proposal.
 For the purposes of this Clause, the following terms shall have the meaning here in after
respectively assigned to them:
 “Corrupt Practice” means the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of any person connected with the Selection
Process.
 “Fraudulent Practice” means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence the Selection Process.
 “Coercive Practice” means impairing or harming or threatening to impair or harm, directly or
indirectly, any persons or property to influence any person’s participation or action in the
Selection Process.
 “Undesirable Practice” means establishing contact with any person connected with or
employed or engaged by the Authority/Client with the objective of canvassing, lobbying or in
any manner influencing or attempting to influence the Selection Process, and
 “Restrictive Practice” means forming a cartel or arriving at any understanding or arrangement
among Bidders with the objective of restricting or manipulating a full and fair competition in
the Selection Process.

8
3 Eligibility:
3.1 It will be the Consultant’s responsibility to ensure that it meets the eligibility requirements as
stipulated in the Data Sheet and Annexure.
3.2 Qualification to the Bid:
The bids may be submitted as per the technical criterion indicated in the Data Sheet and Annexure.

4 Preparation of Proposals
4.1 General Considerations:

 In preparing the Proposal, the Consultant is expected to examine the RFP in detail.
Material deficiencies in providing the information requested in the RFP may result in
rejection of the Proposal.

4.2 Cost of Preparation of Proposal

 The Consultant shall bear all costs associated with the preparation and submission of its
Proposal and KMC shall not be responsible or liable for those costs, regardless of the
conduct or outcome of the Selection Process. KMC is not bound to accept any proposal ,
and reserves the right to annul the Selection Process at any time prior to award of
Contract, without there by incurring any liability to the Consultant.

4.3 Language

 The Proposal, as well as all correspondence and documents relating to the Proposal
exchanged between the Consultant and KMC shall be written in the language as specified in
the Data Sheet.

4.4 Documents comprising the Proposal

 The Proposal shall comprise the documents and forms listed in the Data Sheet

4.5 Only one Proposal

 The Consultant shall submit only one Proposal.

4.6 Proposal Validity

 The Consultant’s Proposal must remain valid for at least 120 days after the Proposal
Submission Deadline. Bid valid for a shorter period shall be rejected by the tendering
Authority as non-responsive bid.
 During this Period, the Consultant shall maintain its original Proposal without any change.
 In exceptional circumstances, prior to the expiration of the bid validity period, the tendering
authority may request bidders to extend the period of validity of their bids. The EMD shall
also be revalidated for a corresponding period. A Bidder may refuse the request without

9
forfeiting its EMD. A Bidder granting the request shall not be required or permitted to modify
its bid . The request and the responses shall be made in writing.
 Except as the Client may otherwise agree, no changes shall be made in the team members/
personnel. If, for any reason beyond the control of the Consultant, such as resignation,
retirement, medical in capacity, death, etc. it becomes necessary to replace any of the team
members, the Consultant shall provide as a replacement a person of equivalent or better
qualifications.
 If the Client finds that any of the team members / personnel have committed serious
misconduct or have been charged with having committed a criminal action or have
reasonably caused to be dissatisfied with the performance of any of the team members
/personnel, then the Consultant shall, at the Client’s written request specifying the grounds
there of , provide as a replacement a person with qualification and experience acceptable to
the Client.

a. Extension of validity period

 KMC will make its best effort to complete the processing within the proposal’s validity
period. However, should the need arise, KMC may request, in writing, all Consultants who
submitted Proposals prior to the submission deadline to extend the validity of the Proposal.
 If the Consultant agrees to extend the validity of its Proposal, it shall be done without any
change in the original Proposal.
 The Consultant has the right to refuse to extend the validity of its Proposal in which case such
Proposal will not be further evaluated.

b. Substitution of Team Members/ Personnel at Validity Extension

 If any of the team members or personnel becomes unavailable for the extended validity
period, the Consultant shall provide a written adequate justification satisfactory to KMC
together with the substitution request. In such case, a replaced team member / personnel shall
have equal or better qualifications and experience than those of the originally proposed team
member /personnel.

 If the Consultant fails to provide a replacement of any team member with equal or better
qualifications, or if the provided justification / reason for replacement is unacceptable to
KMC, such request will be rejected.

c. Sub-contracting

 Sub-contracting will not be permitted.

5 Earnest Money Deposit (EMD)


 Bidders shall pay along with their bids, EMD in the in the form of Net Banking or RTGS/ NEFT
from the e-Procurement portal of the Government of West Bengal https://wbtenders.gov.in

10
 The EMD of all unsuccessful Bidders would be refunded by KMC after selection of the successful
Bidder.
 No interest will be paid by KMC on the EMD amount and EMD will be refunded to the all Bidders
(including the successful Bidder) without any accrued interest on it
 The Bid submitted without EMD, mentioned above, will be summarily rejected
 In case of the successful bidder, the EMD can be transferred to the contract performance guarantee.
 The EMD may be forfeited:
I. If a Bidder withdraws its Bid during the period of Bid validity
II. In case of a successful Bidder, if the Bidder fails to sign the Contract in accordance with the terms
and conditions
III. Misrepresentation of facts
IV. Failing in taking up the work in due time

Payment of EMD

The EMD will be paid online through Net Banking or RTGS/NEFT


a) The bidder desirous to take part in the tender need to log in to the e-Procurement portal of the Government
of West Bengal https://wbtenders.gov.in using its log in id and password.
b) The bidder will select the tender to bid and initiate the payment of EMD for that tender by selecting from
either of the following payment modes:
i. Net Banking in case of payment through bank payment gateway
ii. RTGS/NEFT in case of offline payment through bank account in any bank.

Payment Method

a) Payment by Net Banking(any listed bank) through Bank Payment Gateway


 On selection of Net Banking as payment mode, the bidder will be directed to Bank Payment
Gateway webpage where he will select the bank through which he wants to do the transaction.
 Bidder will make the payment after entering his unique ID and password of the bank to process the
transaction.
 Bidder will receive a conformation message regarding success/failure of the transaction.
 If the transaction fails , the bidder will again try for payment by going back to the first step.

b) Payment through RTGS/ NEFT


 On selection of RTGS/ NEFT as payment mode, the e-Procurement portal will show a pre-filled
challan having the details to process RTGS/ NEFT transaction.
 The bidder will print the challan and use the challan and use the pre-filled information to make the
RTGS/ NEFT payment using his Bank Account.
 Once the payment is made, the bidder will come back to the e-Procurement portal after expiry of a
reasonable time to enable the RTGS/ NEFT process to complete in order to verify the payment
made and continue the bidding process.

11
 If the payment is successful the bidder will go the e-Procurement portal for submission of the bid
response documents.
 If the payment verification is unsuccessful, the amount will be returned to the bidders account.

c) Refund / Settlement Process


 Once the evaluation of the tender is done the EMD amount of the unsuccessful bidder will be
returned through an automated process to the respective bank accounts from which they have
made the payment transaction.
 After the financial evaluation the EMD of the bidders other than L1 bidder and L2 bidder will be
refunded through the process mentioned above.
 After the LoI issued to the L1 bidder is accepted the EMD amount of the L2 bidder will be
refunded through the process mentioned above.

6 Bidding Process
1. KMC is following a 2 stage process Technical Bid and Financial Bid.
2. Before submitting the bid/response to this RFP, the interested firms may visit the client location for
their clear understanding of the project and they will interact with the KMC officials well in advance
for any clarification so that during pre-bid meeting, KMC can clarify queries before all interested
enterprises.
3. The bids (both technical and financial) along with all the supporting documents will be uploaded in
https://wbtenders.gov.in for online submission.
4. Bidders who qualify the minimum eligibility criteria will proceed for Technical and Financial
Evaluation. Upon fulfilling all the “Minimum Eligibility Criteria”, the bidder is eligible for the next
stage of evaluation, which is the evaluation of “Technical Eligibility Criteria”.
5. The minimum technical score for qualification is 70. Bidders, who do not score 70 or above in the
“Technical Eligibility Criteria” shall be declared ineligible for this project and their BoQs shall not be
opened for further evaluation.
6. The bidder quoting the lowest (L1) amount for the Scope of Work as mentioned above, who fulfils the
“Minimum Eligibility Criteria” and scores at least 70 in “Technical Eligibility Criteria” may be
awarded the contract.
7. Bids will be submitted online only.
8. KMC may extend, at its discretion, the last date and time for deposit of bids. The changes will be
uploaded in https://wbtenders.gov.in
9. Bids will be submitted in the Form contained in Annexure 1 hereto and will be on the letterhead of the
bidder
10. The bid will be accompanied by the documents mentioned in this tender.
11. Payment receipts for the amounts of earnest money should be submitted along with technical bid.
12. No other document should accompany the bid.
13. Financial Bids of only the Eligible bidders will be opened.

7 Online Bid Submission


7.1 Technical Bid (Online Submission)
For Technical Bid, the Bidder has to upload the following statutory and non-statutory documents in

12
https://wbtenders.gov.in:

1. This RFP document, with all pages signed by the Authorized Signatory
2. Payment Receipt of EMD
3. Power of Attorney or Company Board Resolution establishing the Authorized Signatory
(Annexure 3)
4. Certificate of Incorporation/ Registered Partnership Deed
5. Annexure 1: Covering Letter
6. Annexure 2 : General Information of the Bidder
7. Annexure 4: Credentials of the Bidder along with relevant Work Orders/ Agreements and
Completion/Commissioning Certificates
8. Annexure 5: Financial Capabilities of the Bidder
9. Annexure 6: Undertaking on Non-Judicial Stamp Paper stating the Bidder is Not Blacklisted ,
Bankrupt and debarred for any unsatisfactory performance
10. Technical Write-up (Initial Implementation & Operation Plan (IIOP))
11. Valid Scanned copies of the following documents :
11.1. Trade License /Certificate of Enlistment
11.2. PAN Card
11.3. Professional Tax Registration Certificate
11.4. Goods and Service Tax (GST) registration certificate mentioning the 15 digit Goods
and Service Tax Payer Identification Number under the GST Act 2017
12. Income Tax Return Certificate for the Financial Years 2019-20
13. Audited Balance Sheets and Profit & Loss Statements for the last 5 Financial Years FY 2015-
16, FY 2016-17, FY 2017-18, FY 2018-19 and FY 2019-20,
14. Any other document to fulfill the eligibility criteria mentioned in Data Sheet of this RFP
15. Technical Proposal –Format and Content
 It is a must to meet all the technical criteria mentioned in the Data Sheet and Annexure.

 The financial proposal of bidder disqualified at technical stage will not be opened.

 The Technical Proposal shall not include any financial information. A Technical Proposal
containing material financial information shall be declared non-responsive.

 Consultant shall not propose alternative team members / personnel. Only one CV shall be
submitted for each team member/personnel. Failure to comply with this requirement will
make the Proposal non-responsive.

 The Consultant is required to submit a Technical Proposal as indicated in the Data Sheet and
using the standard forms provided in Annexure-I

13
7.2 Financial Bid (Online Submission)

For Financial Bid, BoQ (in excel format) is to be downloaded from https://wbtenders.gov.in. After filling the
Bidder Name against “Bidder Name” and the quotation amount in the designated cell the file is to be uploaded
in the Finance cover.

The bidder should quote the following:

“Cost for entire period of 2 (Two) years for Engagement of Management Consultant for Kolkata Municipal
Corporation”

Kindly Note: The bidder should quote the rate inclusive of all taxes.

7.2.1 The Financial Proposal shall be prepared using the standard form provided in
Annexure-8.

a. Taxes:

7.2.2 The Consultant shall be responsible for meeting all tax liabilities arising out of the
contract.
7.2.3 The income tax, etc., if applicable, shall be deducted at source from the
payment to the Selected Bidder as per the law in force at the time of execution
of contract provided the Selected Bidder is not eligible for any exemption,
reduction, allowance or privilege.
7.2.4 If there be any increase in the taxes (direct / indirect / local), levies, fees, etc.
whatsoever, and other charges during tenure of the contract, financial burden of
the same shall be borne by the bidder.

b. Currency of Proposal:

7.2.5 The Consultant shall express the price for its services in Indian Rupees(INR).

c. Currency of Payment:

7.2.6 The currency or currencies in which payments shall be made to the selected
bidder under this Contract shall be Indian Rupees(INR) only.

d. Contract Price:

7.2.7 The Contract Price shall be paid as specified in the contract subject to any
additions and adjustments there to, or deductions there from, as maybe made
pursuant to the Contract.

e. Price Validity:

7.2.8 The quoted price will remain unchanged during the entire contract period (24
months from the date of issue of Letter of Award). However, the Contract may be
extended further with mutual consent as per mutually agreed terms and
conditions.

14
8 General Instructions
1. Future communications, including but not limited to, corrigendum (if any), clarification and addendum (if
any) are to be provided online.
2. If deemed necessary, KMC may seek clarification from the Bidder after the technical bid opening.
3. The Earnest Money Deposit (EMD), may be forfeited if the L1 bidder withdraws from signing the
agreement.
4. Bidders are not allowed to contact unofficially any KMC official in relation to this RFP. Any such attempt
by the Bidders will lead to immediate disqualification.
5. Canvassing in any form shall be liable for disqualification.
6. The Earnest Money Deposit (EMD), may be forfeited if the L1 withdraws from signing the agreement or if
there is any misrepresentation of facts.
7. In case of misrepresentation of facts at any point of time by the bidder KMC will have the right to invoke
the EMD and also debar the firm from participating in any future works.
8. Changes, if any, will be communicated through the website: https://wbtenders.gov.in/
http://www.kmcgov.in. Any incomplete application by the Bidder will be liable to disqualification. If the
successful Bidder withdraws before the agreement is signed, KMC can float a fresh tender or award the
agreement to the L2 bidder as per their evaluation procedure.
9. EMDs of the unsuccessful bidders will be returned without interest
10. KMC reserves the right to reject all applications and cancel this RFP. In such case, EMDs received from
all Bidders will be returned without any interest.
11. Before submission of the tender, Bidders are required to make themselves fully conversant with the scope
of work, technical requirements and specifications, site conditions etc., so that no ambiguity arises on a
later date in this respect.
12. Each page of the document should be signed & stamped by the bidders as a token of acceptance to terms
and conditions mentioned therein.
13. KMC reserves the right to Inspect / Call for any documents for examining the credentials submitted by the
bidder for this tender.
14. All communication by the Bidders and the proposal should be prepared in English. If any supporting
credential/ qualification are in any other language, then an English translation of the same is also to be
submitted.
15. Sub-Contracting is allowed in this project however the lead bidder will be responsible for this project. Any
penalty (if applicable) needs t be provided by the sole/ lead bidder.
16. KMC also reserves its right to cancel the bidding process at any time before declaration of L1 bidder for
any reason whatsoever.
17. KMC further reserves its right to modify, amend, postpone or keep in abeyance, the bidding process at any
time prior to such declaration, without assigning any reason whatsoever.

15
18. The commercials need to be specified in Indian National Rupee.

9 Confidentiality:
9.1 From the time the Proposals are opened to the time the Contract is awarded , the Consultant
should not contact KMC on any matter related to its Technical and / or Financial Proposal.
Information related to the evaluation of Proposal s and award recommendations shall not be
disclosed to the Consultants who submitted the Proposals or to any other party not officially
concerned with the process until publication of the contract award information.

9.2 Any attempt by the Consultants or anyone on behalf of the Consultant to influence the Client
improperly in the evaluation of the Proposals or Contract award decisions may result in the
rejection of its Proposal.

9.3 Notwithstanding the above provisions, from the time of the opening of the Proposals to the
time of Contract award publication, if a Consultant wishes to contact KMC on any matter
related to the Selection Process, it should do so only in writing.

10 Withdrawal of Bid
10.1 In case of withdrawal of Bid, the EMD shall be forfeited.

11 Evaluation Criteria
 The Bidder must fulfill the “Minimum Eligibility Criteria” mentioned above to qualify for evaluation
of “Technical Eligibility Criteria”.
 KMC may reject a bid and disqualify the bidder from further evaluation process if the bidder fails to
fulfill the “Minimum Eligibility Criteria”. In absence of any one of the documents required under
“Minimum Eligibility Criteria”, the offer may be treated as non-responsive & in that case KMC will
have the right to decide accordingly.
 Upon fulfilling all the “Minimum Eligibility Criteria” mentioned above, the bidder is eligible for the
next stage of evaluation, which is the evaluation of “Technical Eligibility Criteria”.
 The minimum technical score for qualification is 70. Bidders, who do not score 70 or above in the
“Technical Eligibility Criteria” shall be declared ineligible for this project and their BoQs shall not be
opened for further evaluation.
 The bidder quoting the lowest (L1) amount for the Scope of Work as mentioned above, who fulfils the
“Minimum Eligibility Criteria” and scores at least 70 in “Technical Eligibility Criteria” may be
awarded the contract.
 The bidder qualifying the minimum eligibility will be required to provide a presentation. The date of
the presentation will be notified later.
Note: The Financial Proposal (Fees quoted) shall be deemed to cover the cost of salary, leave allowances, bonuses,
profit, taxes, insurances, superannuation, non-working days and all other costs and expenses of whatsoever nature
that may be incurred except those otherwise specifically provided for in the Contract.

16
12 Award of Contract
After issuance of LOI by KMC, the Selected Bidder shall sign the Contract with KMC within 15
days.

13 Working Hours of Team Members/Personnel


The Team Members/Personnel will have to follow the working hours, working days and Holidays of
KMC. However, resource shall be available on a Holiday if so required by KMC. No extra payment
will be made for working on extended hours / Sundays / Holidays to meet the
requirements/commitments of KMC.

14 Terms and Conditions of the Tender


 Interpretation

Entire Agreement: The Contract will constitute the entire Agreement between the KMC and the
Selected Bidder and will supersede all communications, negotiations and agreements (whether
written or oral) of parties with respect there to made prior to the date of Contract.

Amendment: No amendment or other variation of the Contract shall be valid unless it is in


writing, is dated, expressly refers to the Contract, and is signed by a duly authorized
representative of each party there to.

Severability: If any provision or condition of the Contract is prohibited or rendered invalid or


unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or
enforceability of any other provision or condition of the Contract.

 Governing Law

The Contract shall be governed by and interpreted in accordance with the laws of the State of
West Bengal / the Country (India) and under the jurisdiction of the Hon’ble High Court of
Calcutta.

 Force Majeure

If the performance of the Contract by either party is delayed, hindered or prevented or is


otherwise frustrated by reason of force majeure, which shall mean war, civil commotion, fire,
flood, action by any government or any event beyond the reasonable control of the party affected,
then the party so affected shall promptly notify the other party in writing specifying the nature of
the force majeure and of the anticipated delay in the performance of the Contract and as from the
date of that notification KMC may at its discretion either terminate the Contract forthwith or
suspend the performance of the Contract for a period not exceeding 6 months. If at the expiry of
such period of suspension, any of the reasons for the suspension still remain, KMC and the
Consultant may either agree a further period of suspension or treat the Contract as terminated. In
the event of the Contract being terminated by reason of force majeure, the Consultant shall take
steps as are necessary to bring the Services to an end in a cost effective, timely and orderly

17
manner. The Consultant shall submit an account in writing which shall state the amount claimed
taking into account fees and costs properly incurred or committed by the Consultant in relation to
the Contract or its termination which cannot be recovered. Provided that the payments are not
subject to dispute ,KMC shall

a) Pay all fees, expenses and other sums due and outstanding under the terms of the Contract up
to and including the date of termination;

b) Reimburse all reasonable expenses necessarily incurred by the Consultant after the date of
termination in winding up the Contract.
 Change Orders and Contract Amendments

KMC may at any time order the Selected Bidder through notice to make changes within the
general scope of the Contract in case of services to be provided by the Selected Bidder.

If any such change causes any increase or decrease in the cost of, or the time required for, the
Selected Bidder’s performance of any provisions under the Contract, an equitable adjustment
shall be made in the Contract Price or in the Completion Schedule, or both, and the Contract shall
accordingly be amended. Any claims by the Selected Bidder for adjustment under this Clause
must be asserted within 30 days from the date of receipt by the Selected Bidder of the order from
KMC.
 Termination

KMC may, at its sole discretion and at any time terminate the Contract and inform the Consultant
of KMC’s decision by written instruction to that effect. In the event of the Contract being so
terminated, the Consultant shall take such steps as are necessary to bring the Services to an end in
a cost effective, timely and orderly manner.

Should the Services or any portion thereof not be carried out to the satisfaction of KMC or within
the time or times specified nor under the Contract, KMC may, without prejudice to any other
remedies, by notice in writing to the Consultant, terminate the Contract either in respect
of the Services which have not been carried out in accordance with the Contract at the time of
such termination or in respect of all the Services to which the Contract relates other than those
carried out in accordance with the Contract prior to the time of such termination. In such case, the
Consultant shall not been titled under the Contract to payment of any amount by way of
compensation, except the amount relating to those services already carried out in accordance with
the Contract prior to its termination.
 Disclosure of Information, Intellectual Property Rights and Official Secrets Act

The Consultant shall not during or after the termination of the Contract disclose to any third party
any Confidential Information arising from the Contract except with the prior written permission
from KMC. For the purposes of this Clause, “Confidential Information” shall mean information
relating to proprietary, technological, economic, legal, administrative, business and technical
matters of KMC including but not limited to information disclosed orally, documents, drawings,
diagrams, models, programmes, computer data or any part or copy of such information. The
Consultant shall not sue any information in a way that would cause embarrassment to KMC or to

18
the State or the Central Government.

All intellectual property rights in the reports and any other documentation or materials prepared
or inventions or information produced as a result of the performance of the Services shall be and
shall remain the property of KMC.
 Suspension

The Authority / Client may, by written notice of suspension to the Consultant, without any
obligation (financial or otherwise) suspend all payments to the Consultant if the latter shall be in
breach of the Agreement or shall fail to perform any of its obligations under the Agreement
including the carrying out of the Services; provided that such notice of suspension (i) shall
specify the nature of the breach or failure and (ii) shall provide an opportunity to the Consultant
to remedy such breach or failure within a period not exceeding 30 days after receipt by the
Consultant of such notice of suspension.
 Cessation of Rights and Obligations

Upon termination of the Agreement or upon expiration of the Agreement, all rights and
obligations of the parties shall cease, except (i) such rights and obligations as may have accrued
on the date of termination or expiration,(ii )the obligation of confidentiality and (iii) the
Consultant’s obligation to permit inspection, copying and auditing of its accounts and records by
KMC.
 Disputes Resolution

The parties shall make their best efforts to settle amicably all disputes arising out of or in
connection with the Agreement or the interpretation thereof. In the event a dispute, difference or
claim arises in connection with the interpretation or implementation of the Agreement, the
Aggrieved party shall issue a written notice setting out the dispute/differences or claim to the other
party and the parties shall first attempt to resolve such dispute through mutual consultation.

Any dispute between the parties arising out of this RFP Document or relating there to or arising
there from that still might remain unresolved in spite of all efforts to settle the matter amicably
shall be settled by a binding arbitration in Kolkata under the Arbitration and Conciliation Act,
1996.The Mayor of Kolkata or if he declines, a nominee appointed by him, shall be the Sole
Arbitrator. The parties specifically agree to be bound by the decision rendered by the Sole
Arbitrator and agree not to submit a dispute to any Court except as may be necessary to enforce
the arbitration procedures of this clause or to enforce the decision rendered by the Sole Arbitrator
or as permitted in law. The proceedings shall be conducted in English. The language of the
proceedings and the Award shall be in English. Each party will pay its own costs.
 Disqualification

The bid is liable to be disqualified if:

a. Not submitted in accordance with this EOI-cum-RFP


b. During validity of the bid or its extended period, if any, the bidder increases his
quoted prices.
c. During the bid process s if the bidders in dulges in any such deliberate act as would

19
jeopardize or unnecessarily delay the process of bid evaluation and finalization.
d. Bid received in incomplete form or not accompanied by EMD.
e. Bid received after due date and time.
f. Bidder submits conditional bids.
g. Bidder indulges in canvassing in any form to win the contract.

15 DATASHEET
Sl. No. Item Details
1 Name of Assignment Engagement of Management Consultant for Kolkata
Municipal Corporation
2 Name of the Authority/ Client Kolkata Municipal Corporation
3 Method of Selection Lowest financial bidder securing 70or more marks in technical
evaluation
4 Language Proposals must be submitted in English language and all
Correspondence shall be in English language.
5 Validity of Proposal Proposals must remain valid for120 calendar days after
The proposal submission deadline
6 Minimum No. of Team Members 1. Team Leader –Civil Engineering Graduate and MBA
/Resource Persons/ Personnel for with minimum 6 years’ experience in infrastructure
the2-year contract period project advisory services - 1no.resource person on-
(72 staff-months) site on full time basis for entire contract period.
2. Finance Expert - CA / MBA Finance with min 6
years’ experience in project finance in infrastructure
sector- 1 no. resource person on-site on full time
basis for entire contract period
3. Environment Expert: Master degree in Environment
Engineering with minimum 10 years’ experience in
Solid Waste Management and other Environment
field – 1 no resource person on-site on full-time basis
for a max period of 6 months during the contract
period
4. Information Technology Expert: Master degree in
Information Technology with minimum 5 years’
experience in Information Technology– 1 no.
resource person on-site on full-time basis for a max
period of 6 months during the contract period
5. Manager – Graduate with MBA with min 3 years’
experience in infrastructure project advisory –
1no.resource person on-site on full-time basis for a
max period of 12 months during the contract period
to supervise and coordinate

If the Consultant needs to any additional team


member / resource person, KMC will not bear any
additional cost for such engagement.
The team members/ resource persons must have
minimum 3 years’ experience as management
consultant.

20
7 Costs and per diem to be No
Provided as actual
8 Currency of Financial Proposal INR
9 Mode of submission of bid On line

10 Deadline for Proposal Monday ,xx/xx/ 2021upto2 pm


Submission
11 Technical Clause Documentary Evidence Marks
a The bidder must have been Work Order and 2 marks for each such project
engaged for at least one Completion Certificate from subject to a maximum of
management consultancy project Client concerned and a 20 marks
for Government of India / any certificate from Statutory
State Government / PSU / para- Auditor of the firm for the
statal / ULB during the last 5 payment received for the
years with minimum consultancy assignment
Fee of Rupees One Crore Only
b The bidder must have prepared at Certificate from the Client DPRs:2
least 2 nos. of approved Detailed concerned. 2 marks for each DPR subject
Project Reports (DPRs) on behalf to a maximum of 10marks
of Government of India/State
Governments/PSUs/Parastatals /
ULBs in the last 5 years
c The bidder shall be a company or a) Certificate of
sole proprietor firm or Incorporation
partnership firm registered under b) Certificate of
Indian Acts Commencement of
Business
c) Memorandum and
Articles of Association
d) Registered Partnership
Deed in case of
Partnership Firm
e) PAN
f) Certificate of Enlistment
d The bidder should have its local Document in support of
/head office within KMA are a office address / undertaking
including Salt Lake and Rajarhat; to open local office if
if not, once elected the bidder selected
will have to open such local
office
e The bidder should have been in Certificate of
existence for at least 5 years Commencement of
Business
f The bidder should have total Audited Accounts prepared INR 25crore:10marks
turnover of at least INR 25 crore by Statutory Auditors’ of  1mark shall be awarded
during the last 5 financial years the firm for corresponding for every 5 crore
and should have earned profit for Financial Years additional turnover above
at least 3 years out of the last 5 INR 25 crore subject to a
financial years. maximum of 45 marks.
Turnover will mean turnover
from consultancy business.

21
g The bidder should not be Undertaking by bidder
blacklisted / debarred by the
Central Government or any State
Government/PSU/para-statal/
ULB
h Resource Persons: MBA/Finance/Engineering
a)Qualification C.V. Graduate from reputed
institution: 10 marks
Additional Technical
Qualification:5marks
b) Experience in C.V. Less than 3years:0
Management 3years:2marks
Consultancy Work 1 mark for every additional
year of experience over and
above 3 years subject to a
Maximum of 10 marks
i Minimum score for Technical 70
Qualification

16 Scope of Work

The Selected Bidder / Consultant will be required to provide the following consultancy support to
KMC:

a) Advice and support to the Mayor, Municipal Commissioner and Special Municipal
Commissioner in realizing the vision and overall strategic management of KMC.

b) Prepare Feasibility Reports, Concept Notes, Terms of Reference, Requests for Proposal,
Invitations for Expression of Interest, Tender Documents, etc. in respect of different KMC
projects.

c) Assistance in overall monitoring, management and evaluation of tender processes.

d) Development of concept plans and policy documents for KMC management.

e) Provide support to KMC in formulation of a revenue improvement strategy.

f) Compilation and preparation of achievement reports, administrative reports and presentations.

g) Preparation of reports/replies of different queries of Government departments, statutory bodies


Judiciaries related to Environment and other issues.

h) Any other assignments as may be required by KMC.

17 Payments:
Contract Fee will have to be quoted for the entire 24 month contract period. However, payment will be made
on monthly basis (Average) on submission of invoice.

22
Annexure I: Covering Letter
<To be printed on the Letterhead of the Applicant including full postal address, telephone, faxes and e-mail
address>
Date: _______________
To
CME (SWM),
Solid Waste Management Department,
Kolkata Municipal Corporation,
48, Market Street, 2ndFloor,
Kolkata – 700087

Subject: Submission of Proposal for “Engagement of Management Consultant for Kolkata Municipal
Corporation”

Dear Sir,
1. We are submitting this Proposal for the work mentioned above and our Proposal is valid for a period
of 120 days from ‘Bid submission closing date (Online)’ as mentioned in Section 1 above.
2. We understand that KMC is not bound to accept any or all Proposals it may receive.
3. We declare that we have disclosed all material information, facts and circumstances, which would be
relevant to and have a bearing on the evaluation of our Quotation and qualification.
4. We do, also, certify that all the statements made and/or any information provided in our RFP are true
and correct and complete in all aspects.
5. We declare that in the event that KMC discovers anything contrary to our above declarations, it is
empowered to disqualify us and our Quotation from further participation in the Bid evaluation process
and to cancel the contract at any time during the contract.
6. We declare that if KMC discovers any misrepresentation of facts at any point of time KMC will have
the right to forfeit the EMD, Contract Performance Guarantee and debar us from participating in any
bid in the future.
7. If our Proposal is accepted, we will pay the Performance Security Deposit as mentioned in this RFP.

Dated this ________________date of ________________2021,


(Signature)
Name:
Designation:
Name of Firm : Company Seal:

23
Annexure 2: General Information of the Bidder
(To be submitted on Company Letterhead)

Sl. No. Criteria Response Format Details


1 Name of the Firm Name To be filled by the
Bidder
2 Type of Firm  Proprietorship Firm To be filled by the
 Partnership Firm Bidder
 Registered Company

3 Registered Address of the bidder  Registered Office Address: To be filled by the


 Telephone Number: Bidder
 e-mail:
 Fax:
4 Contact Details  Details of Contact person (Name, To be filled by the
designation, address etc.): Bidder
 Telephone Number :
 Fax Number :
 e-mail
5 Year and place of the  Year of Establishment To be filled by the
establishment of the Firm  Place of Establishment Bidder
6 Similar Projects executed by the Number of Projects To be filled by the
firm. Bidder
7 List the major clients with whom Name of the clients along with Contact To be filled by the
your organization has been/ is Details Bidder
currently associated
8 Do you have a local representation (Yes/ No) To be filled by the
/ office in Kolkata? Bidder

9 If so, please give the address Address and mention the no. of years of To be filled by the
operation of the local office. Bidder

Particulars of the authorized signatory of the Bidder:


(a) Name:
(b) Designation:
(c) Address:
(d) Telephone number:
(e) Fax Number:

Signature Stamp

24
Annexure 3: Power of Attorney
<To be executed on Non Judicial stamp paper of Rs. 100/ appropriate value>
Power of Attorney
Know all persons by these presents, we ……………………………………………………………(name of the
company ) incorporated under the laws of India and having its registered office at
……………………....…………………………………………………………………………………………
(Registered address) [“Bidder”] do hereby irrevocably constitute, nominate, appoint and authorize Mr
/Ms.…………………………………………………………………….. (Name), son/ daughter/ wife
of…………………………………………………………………………….. and presently residing
at…………………………………………………………………………………, who is presently employed
with us and holding the position of ……………………………….., as our true and lawful attorney (hereinafter
referred to as the “Attorney”)to do in our name and on our behalf, all such acts, deeds, matters and things as
are necessary or required in connection with or incidental to submission of our Bid “Engagement of
Management Consultant for Kolkata Municipal Corporation” a Request For Proposal (RFP) issued by the
Kolkata Municipal Corporation (the “KMC”) and subsequently for our selection as Successful bidder
including but not limited to signing and submission of all Bids and other documents and writings, participate
in pre-bid conferences and other conferences and providing information / responses to KMC, representing us
in all matters before KMC, signing and execution of all contracts including the Authorization Agreement and
undertakings consequent to acceptance of our Bid, and generally dealing with KMC in all matters in
connection with or relating to or arising out of our Bid for the said Project and /or upon award thereof to us and
/or till the entering into of the Authorization Agreement with the Kolkata Municipal Corporation. AND we
hereby agree to ratify and confirm all acts, deed, matters and things lawfully done or caused to be done by our
said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts,
deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always
be deemed to have been done by us.
Capitalized terms not defined herein shall have the meaning assigned to them under the Bid Documents issued
by KMC.

IN WITNESS WHEREOF …………………………………, THE ABOVE NAMED PRINCIPAL HAS


EXECUTED THIS POWER OF ATTORNEY ON THIS ……………..DAY OF …………… 2021.

For ……………………… Accepted

(Signature ) ……………………………….
------------------------------------
(Name, Designation & Address) (Signature)

Witness: (Name, Designation & Address of the Attorney)

Instructions regarding Power of Attorney:


1. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any,
laid down by the applicable law and the charter documents of the executants(s) and when it is so

25
required the same should be submitted under common seal affixed in accordance with the required
procedure.
2. Also, the executants(s) should submit for verification the extract of the charter documents and
documents such as resolution/ power of attorney in favour of the person executing this power of
attorney for the designation of power here under on behalf of the Bidder.

26
Annexure 4: Credentials of the Bidder:
Minimum Eligibity
1.MinimumNo.ofTeamMembers/Resource Persons/Personnel for the2-year contract period

Refer to DATA SHEET under Sec 13 of the RFP

(Please provide appropriate supporting documents in respect to the qualification and experience, otherwise will
not be considered for evaluation)
Team Leader Educational Qualification with year of Passing :
Experience details:

Finance Expert Educational Qualification with year of Passing :


Experience details:

Environment Expert Educational Qualification with year of Passing :


Experience details:

Information Technology Expert: Educational Qualification with year of Passing :


Experience details:

Manager Educational Qualification with year of Passing :


Experience details:

Resource Person (Not mandatory Educational Qualification with year of Passing :


for minimum eligibility criteria). Experience details:
It may carry marks for scoring as
mentioned in data sheet.

1. Minimum Technical Eligibility:


The bidder must have been engaged for at least one management consultancy project for Government of India/
any State Government / PSU / parastatal /ULB during the last 5 years with minimum consultancy
Fee of Rupees One Crore Only.
Or
In case of ongoing projects, performance certificate along with payment certificate from the client will serve
the purpose. Ongoing Satisfactory performance certificate is mandatory Payment received value shall not be
less than INR One Crore.
Assignment Name: Location within country:
Name of Client: Is it a Government client? (Yes/No)
Contact Details of Client: (Name, Number, Contract Value (in INR):
Share of Contract Value:
Address and E-Mail Id)

Type of Project: Capacity of the work done:

Work Order and Completion Certificate Work Order No:


/Ongoing Satisfactory performance Date:
certificate from Client concerned and a Issued By:
certificate from Statutory Auditor of the Completion Certificate No :

27
firm for the payment received for the Date:
assignment. Issued By:
(Self attested Copies are to be submitted Certificate from Statutory Auditor of the firm for the
with technical bid.) payment received for the assignment
Date:
Amount:
Issued By:
Start date (month/year): Completion date (month/year)/ Ongoing: (If Ongoing when
is it expected to finish?
2. The bidder must have prepared at least 2 nos. of approved Detailed Project Reports (DPRs) on behalf
of Government of India/State Governments/PSUs/Parastatals/ULBs in the last 5 years

Has the DPR accepted by the Clint? If yes Provide Certificate of lint with No. and Date.
(Yes/No) Project Value as per DPR:
3. Certificate from Statutory Auditor of the firm for the payment received for the assignment.

Name and Address of the Statutory Auditor:


Payment Received till Date from Client for the assignment:
Narrative description of Project:
Credential 2, 3,4,……
1. Please repeat the above table for showcasing additional citations
2. Each project should be furnished with an Agreement/ Work Order and Completion/ successful ongoing
Certificate from the client.
3. Additional project experience, Credential and DPR with proper documentation will carry marks for
scoring as mentioned in data sheet. Provide Documents and certificates with the technical bid.

28
Annexure 5: Financial Capabilities of the Bidder

Financial Capability of the Bidder (all figures in Rs. Crores)

Turnover will mean turnover from consultancy business.

Name of the Firm:

Year FY 15-16 FY 16-17 FY 17-18 FY 18-19 FY 19-20 Average of


last 5 years
Total Annual
Turnover (in
INR)
(Turnover will
mean turnover
from consultancy
business.)

Instructions:
1. The Bidder shall attach copies of the balance sheets and profit & loss statements for the 3 (Three)
financial years (FY 2017-18 ,FY 2018-19 and FY 2019-20).
2. The financial statements shall:
a. Be certified by a statutory auditor;
b. Correspond to accounting periods already completed and audited (no statements for partial
periods shall be requested or accepted).

29
Annexure 6: Undertaking stating the Bidder is Not Blacklisted or Bankrupt
Date: <insert date>
Place: <insert place>
To,
CME (SWM),
Solid Waste Management Department,
Kolkata Municipal Corporation,
48, Market Street, 2ndFloor,
Kolkata - 700087

Dear Sir,
Subject: Declaration of Ineligibility for corrupt or fraudulent practices or blacklisted or debarred and
terminated for unsatisfactory performance with any of the Government agencies
As required under the RFP of Kolkata Municipal Corporation titled: Request for Proposal (RFP) for
“Engagement of Management Consultant for Kolkata Municipal Corporation” and Tender Reference Number:
<insert number>, we would like to make the following disclosure:
We are not being under ineligibility for corrupt or fraudulent practices.
We were not blacklisted nor were any of the contract/ services terminated with/by any of the Central/ State
Government Ministries/ Affiliates or UT Government/ PSU Organizations for projects in India or elsewhere
during the last 5 years.
We have not been declared insolvent/ bankrupt or have not filed for insolvency/ bankruptcy or in the process
of being declared bankrupt before any designated authority in any country.
We have not been debarred or terminated for any unsatisfactory performance
Yours truly,
<Signature>
<Insert Name><Insert Designation>

30
Annexure 7: Clarification Format
Bidders requiring specific points of clarification may communicate with KMC within the specified time period
mentioned in Section 1 of this RFP using the following format: The Bidder must submit the PDF version as
well as Excel/Word format of the clarification

Section
Sl.No Page No. Statement of Clarification/ Deviation Remarks
Reference

31
Annexure 8: Pro forma for the Price Bid

Sl Item Description Units Basic Rate to be entered by the bidder


No.

1. “Cost for entire period of 2 INR RATE TO BE


(Two) years for Engagement of QUOTED ON-LINE
Management Consultant for (NOT TO BE
Kolkata Municipal Corporation” QUOTED HERE)
RATE TO BE QUOTED ON-LINE (NOT TO BE QUOTED HERE)

Note: Rate to be quoted inclusive of all taxes.

32 Signature Not Verified


Digitally signed by PRATIP KUMAR
MANDAL
Date: 2021.09.08 13:27:01 IST
Location: West Bengal-WB

You might also like