PUNJAB TRANSPARENCY IN PUBLIC PROCUREMENT RULES, 2022
In exercise of the powers conferred by section 60 of the Punjab
Transparency in Public Procurement Act, 2019 (Punjab Act No. 12 of 2019), and
all other powers enabling him in this behalf, the Governor of Punjab is pleased
to make the following rules, namely:-
CHAPTER I
PRELIMINARY
Rule
1. Short title and commencement.--
(1)
These rules
may be called the Punjab Transparency in Public Procurement Rules, 2022.
(2)
They shall
come into force on and with effect from the date of their publication in the
Official Gazette.
Rule
2. Definitions.--
(1) In these rules, unless the context otherwise
requires,
(a) "Act" means the Punjab Transparency
in Public Procurement Act, 2019 (Punjab Act No 12 of 2019);
(b) "administrative approval "means a
formal acceptance by the Administrative Department of a proposal to incur
expenditure on procurement of goods or services or works initiated by or
connected with the requirements of that Department;
(c) "Administrative Department" means
the concerned Department of the Government of Punjab;
(d) "appendix" means an appendix
appended to these rules;
(e) "bid security or earnest money
deposit" in addition to the clause (e) of section 2, bid security (or
earnest money deposit) is the amount to be obtained from the bidders, except
from the exempted categories, to safeguard against a bidder's withdrawing or
altering its or his bid during the bid validity period in the case of Open
Competitive Bidding or Limited Bidding. The amount of bid security shall generally
be between two to five percent of the estimated value of the goods or services
or works to be procured;
(f) "coercive practice" means impairing
or harming, or threatening to impair or harm, directly or indirectly, any party
or the property of the party to influence improperly the actions of a party or
the bidding procedure;
(g) "collusive practice" means an
arrangement between two or more parties designed to achieve an improper
purpose, including to influence improperly the actions of another party;
(h) "competent authority" means the
authority or officer to whom the relevant financial or administrative powers
have been delegated under the Punjab Financial Rules, as amended from time to
time, in respect of matters relating to procurement and approval of incurring
expenditure thereon;
(i) "conflict of interest" for
procuring entity or its personnel and bidders is a situation in which a party
has interests that may improperly influence that party's performance of
official duties or responsibilities, contractual obligations, or compliance
with applicable laws and regulations;
(j) "corrupt practice "means the
offering, giving, receiving, or soliciting, directly or indirectly, of anything
of value to influence improperly the actions of another party;
(k) "disposal of public assets" means
the transfer of ownership of public assets by way of sale through open auction;
(l) "e-Procurement Portal" means
e-Procurement System established by the Government of Punjab for creation and
publication of tenders and related documents by procuring entities, and for
seeking online bids from the bidders.
(m) "Evaluation Committee" means a
committee which shall look into the process of tender or bidding and evaluate
the bid or proposal;
(n) "Form" means the form appended to
these rules;
(o) "fraudulent practice" means any act
or omission, including misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain financial or other benefit
or to avoid an obligation;
(p) "Head of Office" means.--
(i)
a Gazetted
Officer declared as such in the Delegation of Financial Powers under the Punjab
Financial Rules, as amended from time to time; and
(ii)
any other
authority declared as such under any general or special orders of the competent
authority;
(q) "National Competitive Bidding
(NCB)" means a bidding process in which qualified bidders from within
India only are allowed to participate;
(r) "obstructive practice" means
deliberately destroying, falsifying, altering, or concealing of evidence
material to the investigation or making false statements to investigators in
order to materially impede investigation into allegations of a corrupt,
fraudulent, coercive, or collusive practice; and/or threatening, harassing, or
intimidating any party to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the investigation;
(s) "Original Equipment Manufacturers
(OEM)" means a company that manufactures and sells products or parts of a
product that their buyer i.e. another company, sells to its own customers while
putting the products under its own branding;
(t) "Performance Security/Performance Bank
Guarantee/Security Deposit" means a security provided to the procuring
entity by the successful bidder to ensure due performance of the contract.
Performance Security shall normally be for an amount in the range of 5% (five
percent) to 10% (ten percent) of the value of contract as specified in the
bidding documents depending upon the risks associated with the contract and
ensuring that the procuring entity's interest in all aspects are safeguarded;
(u) "project proponent" means a legal
entity or a person who submits a proposal under the Swiss Challenge Method as
per section 37 of the Act;
(v) "Proprietary Article Certificate
(PAC)"means a certificate, signed by the authorized competent authority,
against which goods are procured only from Original Equipment Manufacturers
(OEMs) or manufacturers having proprietary rights (or their authorized
dealers);
(w) "public assets" includes any
property- movable or immovable or tangible or intangible, owned by the
Government of Punjab or its entity, wholly or partially, excluding financial
instruments, and stores as defined under the rules for the Condemnation and
Disposal of Unserviceable or Surplus Stores of Punjab Financial Rules, as amended
from time to time,
(x) "Schedule" means the schedule
appended to these rules;
(y) "section" means the section of the
Act; and
(z) "State Level Empowered Committee
(SLEC)" means the State Level Empowered Committee constituted by the State
Government through notification under the chairmanship of the Chief Secretary,
-
(i)
for
consideration or examination or approval of the project, received under the
Swiss Challenge Method;
(ii)
for approval
of procurement whose estimated value is above rupees ten crore under Single
Source Method; and
(iii)
for disposal
of public assets as required under rule 33 of these rules. It shall include
Administrative Secretary from the Department of Finance, Department of
Planning, Department of Public Works and the concerned Administrative
Department:
Provided that for the Swiss Challenge Method, the Administrative
Secretary of the Department of Science, Technology and Environment and the
Department of Forests and Wildlife Preservation shall also be the members of
State Level Empowered Committee:
Provided further that for the disposal of public assets, Administrative
Secretary from the Department of Rural Development and Panchayats, Department
of Local Government, Department of Revenue, Rehabilitation and Disaster
Management; and Department of Housing and Urban Development shall also be the
members of the State Level Empowered Committee;
Provided further that in addition to the above provisos, the State
Government may notify for inclusion of any other Department to be the member of
the State Level Empowered Committee based on specific requirements.
(2) The words and expressions used in these rules
but not defined, shall have the same meaning respectively assigned to them in
the Act.
CHAPTER II
GENERAL PRINCIPLES OF PUBLIC PROCUREMENT
Rule
3. Documentary records of procurement proceedings and
communication.--
Section 6
(1)
Subject to
the provisions of section 6, all procuring entities shall, in addition to the
records specified in sub-section (1) of the said section, maintain and preserve
in safe custody the registers or databases as specified in Form 'A' in
electronic and physical form as official records,
(2)
The total
number of pages with page numbers contained in every register as specified in
sub-rule (I) shall be duly certified by the Head of Office or the officer
nominated by him before entering records therein and all such records shall be
duly authenticated and verified by the competent authority at the end of each
financial year.
(3)
All
procurements and related records maintained by the procuring entity shall be
subject to post audit by internal audit, statutory audit and any other agency,
as may be notified by the State Government for this purpose.
(4)
Subject to
the provisions of sub-section (3) of section 6 of the Act, the physical records
shall be disposed off after the expiry of five years as per the procedure laid
down in the Punjab Financial Rules, as amended from time to time; provided
that such records are stored electronically and there are no encumbrances or
pending issues or court cases or tribunal proceedings, arbitration proceedings,
vigilance cases, Departmental enquires, etc. with respect to such records.
Rule
4. Recovery of payments by procuring entity.--
Section 7(3)(d)
The procuring entity shall recover the payments made to the bidder or
prospective bidder along with interest at the rate of 12% (twelve percent) per
annum within 30 (thirty) days of issuance of a Notice by the procuring entity
to the bidder or prospective bidder in Form 'B' and thereafter, in addition to
the above rate of interest, shall attract penal interest at the rate of 1% (one
percent) for every further delay of 30 (thirty) days.
CHAPTER III
PROCUREMENT PLANNING
Rule
5. Determination of need for procurement.--
Section 8
For the purpose of section 8 of the Act, the procuring entity shall
determine the need for procurement as per the Performa specified in Form 'C'
and the same shall be duly signed by the Head of Office before initiating any
procurement.
Rule
6. Annual Procurement Plan.--
Section 9
(1) Subject to section 9 of the Act, the
Administrative Department shall ensure that all the procuring entities within
the Administrative Department shall prepare an annual procurement plan latest
by 30th April of each year in Form 'D' and the same shall be published on the
website of the Administrative Department and also on the State Public
Procurement Portal latest by 15th May of each year.
(2) The procuring entity shall prepare an Annual
Performance Review Report latest by 10th April of each year in Form 'E'.
(3) The Directorate of Procurement Policy and
Enforcement (DPPE) shall review both the Annual Procurement Plan and Annual
Performance Review Report of the procuring entities.
CHAPTER IV
PRE-TENDERING
Rule
7. Time frame for processing.--
Section 11
The time frame for alt procurement activities or stages of the
procurement process whether for goods or services or works shall be as per
Appendix 1 (Goods), Appendix 2 (Works and Non-consulting services) and Appendix
3 (Consulting Services):
Provided that in case of any deviation in time frame, the procuring
entity may extend the time frame with justification duly published on the State
Public Procurement Porta! along with a corrigendum, if any required, with the
approval of the competent authority only in exceptional circumstances.
Provided further that the procuring entity may reduce the time frame of
any procurement stage, except that for the submission of bids.
CHAPTER V
TENDERING
Rule
8. Determining the description of the subject matter of
procurement.--
Section 12
(1)
The
procuring entity shall also consider, guidelines or instructions or policies
issued by any other Department from time to time for determining the parameters
and specifications for any particular subject matter of the procurement, having
expertise of or dealing with that subject matter of procurement or any
instructions issued by the State Government to comply with such guidelines or
instructions or policies issued by any other Department.
Rule
9. Participation of bidders.--
Section 13(3)
The procuring entity while limiting the participation of the bidders as
per sub-section (3) of section 13, shall declare such limited participation in
Notice Inviting Bid (NIB) giving the reasons thereof for such limitation and
notify the same on State Public Procurement Portal.
Rule
10. Conflict of interest.--
Section 14(2)(e)
The conflict of interest shall be specified in the pre-qualification
document or bidding document in case there is no pre-qualification.
Rule
11. Pre-qualification of bidders.--
Section 16(5)
(1)
In complex
technical requirements where capability of source of supply is crucial for the
successful performance of the contract, besides considering techno-commercial
suitability, it is necessary to ensure that competition is only among the
bidders with requisite capabilities matching the challenges of the task. In
such a situation a separate stage of pre-qualification bidding system may be
considered.
(2)
Subject to
sub-section (5) of section 16, the procedure for pre-qualification of bidder
shall be as follows namely: -
(i)
the
invitation for pre-qualification bidding shall be processed in the same manner
as in open competitive bidding ensuring the widest possible coverage. The
pre-qualification criterion and evaluation criterion shall be notified clearly
in the pre-qualification bidding documents;
(ii)
the
pre-qualification bidding documents shall also indicate a complete schedule of
requirements for which the pre-qualification bidding is being done, including
approximate likely quantities of requirements;
(iii)
a minimum
period of 21 (twenty-one) days may be allowed for the submission of
pre-qualification bids;
(iv)
the
pre-qualification criteria shall not be restrictive to any capable bidder,
shall not lead to higher prices of goods or services or works and shall not
vitiate fair competition among bidders to the detriment of the buyer's
objectives. The pre-qualification criteria shall be carefully drafted for each
procurement by the procuring entity with the approval of the competent
authority for acceptance of the tender;
(v)
the
procuring entity shall evaluate the qualifications of bidders only in
accordance with the pre-qualification criterion specified in the
pre-qualification bidding documents;
(vi)
the procuring
entity after evaluation shall finalize the short listing of bidders within a
period of 15 (fifteen) days from the receiving of the bids and shall publish
the particulars of bidders that are qualified on the State Public Procurement
Portal;
(vii)
after the short
listing of the pre-qualified bidders, the procuring entity shall publish the
tender within 15 (fifteen) days for inviting the bids for procurement from
pre-qualified bidders. In case bids are not invited within such period, fresh
pre-qualification bidding shall be done; and
(viii)
in case of
any deviation in time frame mentioned in clauses (c), (f) and (g), the
procuring entity may extend the time frame with justification duly published on
State Public Procurement Portal along with a corrigendum, if any required, with
the approval of the competent authority only in exceptional circumstances.
Rule
12. Registration of bidders.--
Section 18(4)
The registration of bidders under section 18 shall be as per the
procedure notified by the State Government from time to time.
Rule
13. Bidding documents.--
Section 19
(1) The State Government shall, from time to
time, as per section 19 and Schedule 1, notify Standard Bidding Documents
(SBDs), as model bidding documents, for different kinds of procurement like
goods, services and works or for different types of procurement methods
mentioned in the Act, as may be required.
(2) The procuring entities shall, for the
procurement under its consideration, prepare specific Bidding Document based on
the notified Standard Bidding Documents:
Provided, where relevant Standard Bidding Documents have not yet been
notified by the State Government, the procuring entity may either use an
existing Standard Bidding Document or, develop the Bidding Document as per
Schedule I.
Rule
14. Pre-bid Clarifications.--
Section 21
(1)
A
prospective bidder requiring any clarification may raise his query to the
procuring entity on e-Procurement Portal or during the Pre-bid meeting if
provided for. Request for clarifications sent through any other mode shall not
be considered by the procuring entity. The procuring entity shall respond to
any request for clarification, provided that such request is received prior to
the clarification end date and time given in the bidding documents. Description
of clarification sought, and the response of the procuring entity shall be
uploaded for the information of the public or other bidders without disclosing
the source of request for clarification.
(2)
In case any
addendum or corrigendum is issued with respect to pre-clarification, the
bidders shall be given a minimum time period of 14 (fourteen) days for
submission of bids from the date of issuance of such addendum or corrigendum.
Rule
15. Changes to bidding documents.--
Section 22
The procuring entity after due approval of the competent authority shall
publish a notice or addendum or corrigendum in Form 'F' on e-Procurement Portal
stating the changes made in the Bidding Documents as per section 22 of the Act,
and any extension in the time period for the bid submission or the postponement
of subsequent stages of procurement procedure, if any, shall be updated in the
Bidding Documents,
Rule
16. Procedure relating to submission, opening and
evaluation of bids.--
Section 23
Subject to section 23 of the Act, the procedure relating to submission,
opening and evaluation of bids shall be as per Appendix 4.
Rule
17. Constitution of committees.--
Section 23
The Head of Office shall constitute a single procurement committee as
per section 23 and if need be, constitute sub-committees. In case, where the
subject matter of procurement is above rupees one crore, the committee shall
include an official from the State Account Service (SAS) cadre as a
representative of Department of Finance.
Rule
18. Cancellation of the procurement process.--
Section 25
The procuring entity shall record the reasons, in writing, for the
cancellation of procurement process as per section 25 and shall also notify
such decision on the State Public Procurement Portal.
Rule
19. Procedure for Blacklisting.--
Section 26 (3)
(1)
The procuring
entity shall make an assessment of the reasons for black listing as per
sub-section (3) of section 26.
(2)
Upon the
ascertainment of reasons for blacklisting and with subsequent approval of the
competent authority, the procuring entity shall issue a show cause notice for
15 (fifteen) days in Form 'G', duly incorporating the reasons for blacklisting.
(3)
The bidder
may either give his response in writing or through personal hearing if allowed
by the competent authority of the procuring entity.
(4)
On receiving
the response in writing or through personal hearing or on expiry of period of
show cause notice. whichever is earlier, the competent authority of the
procuring entity shall take a decision and pass a speaking order on the
blacklisting of the bidder and communicate the same to the blacklisted bidder
and also publish on the State Public Procurement Portal for informing all the
procuring entities.
(5)
The
Administrative Department shall designate and notify the Appellate Authority
under sub-section (5) of section 26 and specify the same in the bidding
documents.
(6)
The
blacklisted bidder may file an appeal within a period of 21 (twenty-one) days
against the decision given under sub-rule (4) in Appendix 5.
(7)
The
Appellate Authority, upon filing of appeal, shall issue notice accompanied by
copy of appeal, affidavit and documents, if any, to the respondents and fix the
date of hearing of appeal.
(8)
On the date
of hearing, the Appellate Authority shall hear both the parties (blacklisted
firm and the procuring entity) and shall dispose off the appeal within a period
of 30 (thirty) days from the filing of appeal. In case the Appellate Authority
is unable to dispose off the appeal within 30 (thirty) days, the reasons for
the same shall be recorded in the decision. The decision of the Appellate
Authority shall be published on the State Public Procurement Portal and
e-Procurement Portal.
(9)
The
procuring entity shall ensure that the list of all blacklisted firms is
published on the State Public Procurement Portal and e-Procurement Portal.
CHAPTER VI
PROCUREMENT METHODS
Rule
20. Choosing a method of procurement other than the open
competitive bidding.--
Section 28 (4)
The procuring entity or the competent authority or the Administrative
Department, as the case may be, shall record the reasons and circumstances
thereof in Form 'H' for choosing any procurement method as mentioned in
sub-section (1) of section 27, other than the open competitive bidding.
Rule
21. Procedure for open competitive bidding.--
Section 28
(1)
open
competitive bidding shall be the default mode of procurement where an attempt
is made to attract the widest possible competition in a fair and transparent
manner by inviting tenders through advertisement.
(2)
The
estimated value of procurement of goods under this method shall be above rupees
two-lakh and fifty thousand and in case of procurement of works and services
shall be above rupees five-lakh.
(3)
Subject to
sub-section (S) of section 28, advertisement of the bidding under this method
shall be published by the procuring entity on the State Public Procurement
Portal, on the Departmental website and through indicative publication in a
newspaper, or any other method notified by the State Government from time to
time.
(4)
The
procuring entity shall also post the complete bidding document on its website
and on the State Public Procurement Portal to enable the prospective bidders to
download the document.
(5)
The
preparation of bidding documents; and submission, opening and evaluation of
bids shall be as specified in rules 13 and 16 respectively.
(6)
The number
of bidders qualifying in technical evaluation shall not be less than two:
Provided that in case of procurement of goods, atleast two bidders
qualifying in technical evaluation shall be distinct Original Equipment
Manufacturers.
Provided that in case of procurement of works or services, atleast two
bidders qualifying in technical evaluation shall not be related to or have any
controlling interest in, or common pecuniary interest with each other, or be a
subsidiary or ancillary or sister concern to one another.
(7)
In case the
conditions provided in sub-rule (6) are not satisfied in the first bidding, the
bidding process shall be cancelled and financial bids shall not be opened and
fresh (second) bids may be invited with the same or modified criteria as may be
decided by the procuring entity.
(8)
In case the
conditions provided in sub-rule (6) are not satisfied in the second bidding,
the bidding process shall be cancelled and financial bids shall not be opened
and fresh (third) bids may be invited with the same or modified criteria as may
be decided by the procuring entity.
(9)
In case the
conditions provided in sub-rule (6) are not satisfied in third bidding, the
competent authority may decide to proceed with single bid, recording with proper
justification the reason for the same in writing, and the same shall be
published on the State Public Procurement Portal.
(10)
In case of
second or third bidding for the procurement of goods or works or non-consulting
services, the procuring entity shall reduce the time period for submission of
bids as provided in Appendix 1 and Appendix 2, respectively.
Rule
22. Procedure for limited bidding.--
Section 13 & 29 (2)
(1)
Limited
bidding shall be adopted in line with the Public Procurement Preference to Make
in Punjab Order 2019, issued by the Government of Punjab, Department of
Industries and Commerce (Controller of Stores), as amended from time to time.
(2)
The method
of limited bidding may be adopted when the estimated value of subject matter of
procurement is upto rupees thirty lakh.
(3)
The
procuring entity shall issue an invitation to bid to all the potential bidders
as specified in clause (a) of sub-section (2) of section 29.
(4)
The
procuring entity shall also publish the Notice Inviting Bid on the State Public
Procurement Portal and Departmental website, clearly specifying the particular
limitations of the bidders as decided by the procuring entity.
(5)
The
procuring entity shall give minimum two weeks' time for submission of bids.
(6)
The number
of bidders to be invited in limited bidding shall not be less than six, out of
which atleast three bidders shall qualify in technical evaluation. In case less
than three bidders qualify in technical evaluation, the bidding process shall
be cancelled and financial bids shall not be opened and thereafter, the
procuring entity may opt to invite bids through open competitive bidding
method.
(7)
Except for
the conditions provided in sub-rules (1) to (5), the preparation of bidding
documents; and submission, opening and evaluation of bids shall be as specified
in rules 13 and 16 respectively.
Rule
23. Single source procurement.--
Section 30(1)
(1)
If the
procuring entity chooses to procure goods or services or works from a single
source as per sub-section (1) of section 30, the reason for such decision shall
be recorded as in Form 'H' after due approval of the competent authority and
the same shall be published on the State Public Procurement Portal and
Departmental website.
(2)
In case the
procuring entity chooses to procure goods from another single source like
Original Equipment Manufacturer (OEM) or manufacturer having proprietary
rights, in addition to a particular prospective bidder or a particular
prospective bidder having exclusive rights with respect to subject matter of
the procurement, as mentioned in clause (a) of sub-section (1) of section 30 of
the Act, the procuring entity shall obtain a Proprietary Article Certificate
(PAC) in Form T, from the concerned Original Equipment Manufacturer (OEM) or
manufacturer having proprietary rights, duly issued or approved by an authority
having power to issue such certificate. The procuring entity shall obtain a
certificate from single source to the effect that the rates quoted by it to the
procuring entity in a financial year, are identical or less than the rates
quoted to other organizations or to any other State Government or Central
Government or their entities in the same financial year.
(3)
In case the
value of the subject matter of procurement is above rupees ten crore, the case
shall be referred for approval to the State Level Empowered Committee
constituted as per clause (z) of rule 2.
Rule
24. Two stage bidding.--
Section 31(2)
The procuring entity may choose to obtain bids in two stages in open
competitive bidding or limited bidding as per the financial limits specified in
sub-rule (2) of rule 21 and sub-rule (2) of rule 22, respectively,
Rule
25. Reverse auction.--
Section 32(2)
The procuring entity may choose to execute reverse auction method as per
procedure notified by the State Government from time to time. The reverse
auction shall also include Electronic Reverse Auction as available on
e-Procurement Portal and GeM Portal.
Rule
26. Procedure for Request For quotations.--
Section 33 (2)
(1)
Request for
quotations (RFQ) shall be adopted for procurement of goods in the range of
rupees twenty-five thousand and one to rupees two-lakh fifty thousand, and for
procurement of works and services in the range of rupees twenty-five thousand
and one to rupees five-lakh, for a particular requirement of the procuring entity
as approved by the competent authority.
(2)
The
procuring entity shall not adopt this method of procurement to split the demand
into smaller quantities and procure the subject matter of procurement through
multiple attempts within the same time period, except for the items required
recurrently.
(3)
The
quotations shall be invited from the maximum number of potential suppliers and
shall not be less than three.
(4)
The
competent authority shall carry out periodic review of such procurements to
ensure that the demand is not split into small quantities for the sole purpose
of avoiding the necessity of getting an approval from the higher authority
required for sanctioning the purchase of the original demand or for avoiding
open competitive bidding or other mode of procurement.
Rule
27. Spot purchase.--
Section 33 (3)
The spot purchase method shall be adopted as per sub-section (3) of
section 33 and the purchase committee shall jointly record a certificate in
Form 'J' duly authenticated by the competent authority. The financial limits
for the same shall be in the range of rupees twenty-five thousand and one to
rupees two lakh fifty thousand.
Rule
28. Procedure for Competitive Negotiations.--
Section 34 (2)
(1)
The
competent authority shall constitute a purchase committee as per clause (a) of
sub-section (2) of section 34, which shall record the reasons with
justification, indicating that it shall not be in public interest to procure
the subject matter of procurement through open competitive bidding or any other
method of procurement, in Form 'H' duly signed by the members of the purchase
committee and thereafter certified by the Administrative Department.
(2)
The
procuring entity shall communicate in writing to the potential bidders, not
being less than three, for procuring the subject matter of procurement.
(3)
Any
requirements, guidelines, documents, clarifications or other information
related to the competitive negotiations shall be communicated by the procuring
entity to all the potential bidders or bidders, unless such information is
specific or exclusive to that bidder.
(4)
The
proceedings of the negotiations shall be recorded in writing by the purchase
committee and shall be duly signed by the members of purchase committee and all
the participant bidders or their representatives who participated in the
negotiations.
(5)
After
completion of negotiations, the procuring entity shall request all bidders
present during negotiation proceedings to submit, a best and final offer with
respect to all aspects of their proposals within the time period to be
specified by the purchase committee such that it shall not exceed by fifteen
days.
(6)
No
negotiations shall take place between the procuring entity and bidders with
respect to their best and final offers.
(7)
The
procuring entity shall ensure that the successful offer is the lowest or most
advantageous offer.
(8)
The
procuring entity shall maintain the record of all the competitive negotiations
related documents.
Rule
29. Procedure for rate contract.--
Section 35(3)
The rate contract method of procurement shall be applicable only for the
procurement of the subject matter of the procurement, as notified by the State
Government, which shall be executed on demand of any procuring entity, by the
Controller of Stores (COS) or any other Administrative Department as notified
by State Government from time to time.
Rule
30. Procurement under Government E-Market (GeM).--
Section 36(2)
(1)
The
procurement of goods and services through GeM shall be as per the notification
of the State Government issued from time to time.
(2)
The
procuring entity may ascertain the reasonableness of prices before placement of
order using the Business Analytics (BA) tools available on GeM including the
last purchase price on GeM, procuring entity's own last purchase price, etc.
(3)
Demand for
goods shall not be divided into small quantities to make piecemeal purchases to
avoid procurement through (L-1) buying or bidding or reverse auction on GeM.
(4)
The
competent authority shall carry out periodic review of such procurements to
ensure that the demand is not split into small quantities for the sole purpose
of avoiding the necessity of getting an approval from the higher authority
required for sanctioning the purchase of the original demand or for avoiding
open competitive bidding or other mode of procurement.
(5)
The
procuring entity shall avail reverse auction option for any procurement
wherever available on GeM Portal.
Rule
31. Procedure for Swiss Challenge.--
Section 37
Subject to sub-section (2) of section 37, the procedure for Swiss
Challenge shall be as per Appendix 6.
Rule
32. Procedure for Direct procurement without quotation.--
Section 27(1)(l)
(1)
Procurement
up to the value of rupees twenty-five thousand, for off -the-shelf goods or
services or works of simple and standard specifications only, may be made
without inviting quotations or bids by direct procurement.
(2)
This method
may be used when the requirement has not been covered in the procurement plan.
(3)
The
requirement is to be determined by the procuring entity for the off-the-shelf
goods or services or works of simple and standard specifications such as day to
day needs of the office and field units. The purchase for any item undertaken
under this method shall be made after proper survey of the market to ensure the
reasonability of the prices or rates.
(4)
The
competent authority shall catty out periodic review of such procurements to
ensure that the demand is not split into small quantities for the sole purpose
of avoiding the necessity of getting an approval from the higher authority
required for sanctioning the purchase of the original demand or for avoiding
limited bidding or open competitive bidding,
(5)
The
procurement done by this method shall not exceed an annual ceiling of rupees
one-lakh for each office.
Rule
33. Disposal of public assets.--
Section 17(1)
(1)
Disposal of
the public assets shall be done as per the policies or instructions notified
from lime to time, by the Government of Punjab or any Department of the
Government of Punjab from time to time.
(2)
Any
Administrative Department undertaking the disposal of public assets as defined
in clause (w) of rule 2, shall constitute an Assets Disposal Committee for the
disposal of particular public asset.
(3)
Before
disposing off a public asset, the Assets Disposal Committee shall take
necessary approval from the competent authority, recording the reasons and
circumstances in writing arising for disposal of such assets.
(4)
There shall
be a reserve price fixed for all the public assets to be disposed off and it
shall be determined by the Assets Disposal Committee after proper evaluation
through market survey or any other mode by which real or market value of the
asset is ascertained and verified by the Assets Disposal Committee,
(5)
Where the
assessed or market value of the public asset to be disposed off is more than
Rupees fifty crore, then the case shall be referred through Administrative
Department to the State Level Empowered Committee for final fixation of reserve
price along with reasons and recommendations of the concerned Administrative
Department.
(6)
The disposal
of assets shall be done by way of e-auction through e-Procurement Porta! or any
other open auction mode adopted by the State Government notified from time to
time.
(7)
Due
publicity shall be given for every auction to attract maximum bidders so as to
get the highest value of the public asset to be disposed off. The purpose of
disposal and public interest in disposing off the public asset shall be clearly
mentioned in the advertisement.
(8)
When more
than three bids are received in an auction process, the bid with the highest
value over and above the reserve price fixed for that public asset shall be
selected,
(9)
In case less
than three bids are received in the initial (first) auction, the auction
process shall be cancelled and fresh (second) auction shall be undertaken
following the procedures mentioned in sub-rules (6), (7) and (8).
(10)
In case less
than three bids are received in the second auction, the auction process shall
be cancelled and fresh (third) auction shall be undertaken following the
procedures mentioned in sub-rules (6), (7) and (8).
(11)
In case less
than three bids are received for the third time, the Administrative Department
may decide to proceed withless number of bids, recording the reasons for the
same, which shall be published on State Public Procurement Portal:
Provided that where the assessed/market value of the public asset to be
disposed off is more than rupees twenty-five crore, the State Level Empowered
Committee may decide to proceed with less number of bids, recording the reasons
for the same which shall be published on State Public Procurement Portal.
(12)
Where the
bids received in first auction, are of the value less than the reserve price
fixed, the auction shall be cancelled and fresh (second) auction at the same
reserve price shall be undertaken following the procedures mentioned in
sub-rules (6), (7) and (8).
(13)
If the value
of the bids received in the second auction, is less than the reserve price
fixed, the second auction shall also be cancelled and fresh (third) auction at
the same reserve price shall be undertaken following the procedures mentioned
in sub-rules (6), (7) and (8).
(14)
If the value
of the bids received in the third auction, is still less than the reserve price
fixed, the Assets Disposal Committee may re-fix the reserve price on the basis
of objective criteria notified from time to time, by the State Government or
the concerned Department of the Government of Punjab. In case the reserve price
fixed was more than rupees fifty crore, case for re-fixation of the reserved
price shall be done by the State Level Empowered Committee.
Rule
34. Procurement for consultancy services.--
(1)
Procurement
for consultancy services shall be done by a committee to be constituted by the
Administrative Department,
(2)
The
procedure for procurement of consultancy services shall be as per Appendix 7.
CHAPTER VII
BID EVALUATION AND CONTRACTING
Rule
35. Trials and sample testing.--
Section 39 (2)
Subject to sub-section (2) of section 39, the procuring entity shall
maintain the record of such trials as per the relevant laws and rules of the
procuring Department, and the records of testing in the manner as notified by
the concerned Department or the Government of Punjab.
Rule
36. Price Negotiations in a tender process.--
Section 40
(1)
Negotiations
in a tender process shall only be undertaken as per the guidelines of the
Central Vigilance Commission issued from time to time.
Rule
37. Terms and conditions of contracts.--
Section 41(1)
The terms and conditions of the procurement contracts entered into shall
be in accordance with the provisions of the Act and these rules and the
conditions or general conditions of contract or special conditions of contract
indicated in the bidding documents.
Rule
38. Award of contract.--
Section 42(4)
(1)
Subject to
sub-section (4)of section 42, the procuring entity shall communicate the award
of contract or work order to the successful bidder in writing through the
Letter of Acceptance or Notice of Award or Acceptance of Tender, that its bid
has been accepted and shall seek completion of the requirements including
signing of any agreement or furnishing performance security within fifteen days
from date of such communication. The time period may be extended in exceptional
circumstances, subject to the approval of the competent authority of the
procuring entity.
(2)
The
communication of award of contract as stated in sub-rule (!) shall also be
published on the State Public Procurement Portal.
CHAPTER VIII
STATE PUBLIC: PROCUREMENT PORTAL
Rule
39. State Public Procurement Portal.--
Section 43
The State Government or any other Department, as may be notified by the
State Government, shall establish the Stale Public Procurement Portal within
three months from the date of commencement of these rules. The e-Procurement
Portal shall be the functional part of the State Public Procurement Portal.
CHAPTER IX
APPEAL
Rule
40. Form of appeal.--
Section 49
(1)
Any bidder
or prospective bidder who is aggrieved that any decision, action or omission of
the procuring entity is in contravention to the provisions of the Act, or
these rules or guidelines issued thereunder, shall file an appeal under
sub-section (1) of section 49 within thirty days in Appendix 5 along with as
many copies as there are respondents in the appeal.
(2)
Every appeal
shall be accompanied by an order appealed against, if any, affidavit verifying
the facts stated in the appeal and proof of payment of fee in accordance with
rule 41,
(3)
Every appeal
shall be presented to the officer designated by the procuring entity as
Appellate Authority as per sub-section (3) of section 49 in person or through
registered post or authorized representative.
Rule
41. Fee for filing appeal.--
Section 49
(1)
The fee
applicable for appeal shall be as notified by the State Government from time to
time. The fee shall be paid in the form of bank demand draft/e-Challan/online
mode or any other mode of payment as notified by the Government of Punjab, from
time to time.
Rule
42. Procedure for disposal of appeal.--
Section 49
(1)
The
Appellate Authority, upon receipt of appeal, shall issue notice accompanied by copy
of appeal, affidavit and documents, if any, to the respondents and fix the date
of hearing of appeal.
(2)
On the date
fixed for hearing, the Appellate Authority shall, -
(a)
hear all the
parties to appeal present before him; and
(b)
peruse or
inspect documents, relevant records or copies thereof relating to the matter.
(3)
After
hearing the parties, perusal or inspection of documents and relevant records or
copies thereof relating to the matter, the Appellate Authority concerned shall
pass an order in writing and provide the copy of order to the parties to appeal
free of cost.
(4)
The
Appellate Authority shall dispose off the appeal within a period of thirty days
from the date of its receipt. In case the Appellate Authority is unable to
dispose off the appeal within thirty days, the reasons for the same shall be
recorded in the decision.
(5)
The order
passed under sub-rule (3) shall also be published on the State Public
Procurement Portal.
CHAPTER X
DISPUTE RESOLUTION MECHANISM
Rule
43. Dispute Resolution.--
Disputes arising during the execution of contract shall be settled
through amicable settlement by arbitration as per the Arbitration and
Conciliation Act, 1996 (Central Act No. 26 of 1996) and the same shall be
specified in the Bidding Document.
Rule
44. Repeal and savings.--
(1)
All
regulations, orders, notifications, Departmental codes, manuals, by-laws,
official memoranda or circulars relating to procurement of goods, services or
works which are in force on the date of commencement of these rules, insofar as
they are covered under these rules and are inconsistent with these rules are
hereby repealed:
Provided that such repeal shall not affect the previous operation of
such regulations, orders, notifications, Departmental codes, manuals, by-laws,
official Memoranda or circulars, and the procurement process commenced before
the commencement of these rules shall continue as per the provisions of such
regulations, orders, notifications, Departmental codes, manuals, by-laws,
official memoranda or circulars, as applicable to them,
APPENDIX
1
[See rule- 7]
Time frame for procurement
activities in Open Competitive Bidding (NCB-Single singe two envelope) process
for Goods
|
Sr. No.
|
Procurement Stage
|
Time frame for National open Competitive Bidding (NCB)
|
Time frame for NCB
|
|
Estimated Value of procurement in INR (Rs.)
|
more than
|
|
Up to Rs. 1 Cr.
|
> Rs. 1 Cr. and
up to Rs. 10 Cr.
|
> 10 Cr. up to Rs. 100 Cr.
|
Rs. 100 Cr.
|
|
]
|
Issue of Bidding Document
|
Day of first publication of the Notification (T)
|
Day of first publication of the
Notification (T)
|
Day of first publication of the
Notification (T)
|
Day of first
publication of the Notification (T)
|
|
2
|
Submission of Bids
|
T+21
|
T+30
|
T+ 30
|
r+45
|
|
|
Submission of Bids (Second Bidding/Third Bidding
|
T+14
|
T+ 15
|
T+ 15
|
T+30
|
|
3
|
Public opening of Technical Bids
|
T+21 (on
last day of submission)
|
T+30 (on
last day of submission)
|
T+30 (on
last day of submission)
|
T+45 (on
last day of submission)
|
|
4
|
Evaluation of Technical Bids by the evaluation
Committee
|
T+36
|
T+51
|
T + 60
|
T+75
|
|
5
|
Approval of the Technical evaluation report
|
T+40
|
T+ 55
|
T+ 67
|
T+82
|
|
6
|
Opening of Financial Bids
|
T+45
|
T+ 62
|
T+74
|
T+ 89
|
|
7
|
Evaluation including financials and recommendation for
award by the evaluation Committee
|
T+50
|
T+ 69
|
T+ 81
|
T+99
|
|
8
|
Approval of the recommendations for award by the
Competent Authority
|
T+55
|
T+76
|
T + 88
|
T+ 106
|
|
9
|
Issue of Notification of Award
|
T+57
|
T+78
|
T+90
|
T+108
|
|
10
|
Signing of contract
|
T+72
|
T+99
|
T- 111
|
T+129
|
APPENDIX
2
[See rule- 7]
Time frame for procurement
activities in Open Competitive Bidding (NCB-Single stage two envelope) process
for Works and Non-consulting services
|
Sr. No.
|
Procurement Stage
|
Time frame for National open Competitive Bidding (NCB)
|
Time frame for NCB more than Rs. 100 Cr.
|
|
Estimated Value of procurement in INR (Rs.)
|
|
Upto 50 Lakh.
|
> Rs. 50 Lakh Cr. and upto Rs. 2 Cr.
|
>Rs. 2 Cr and
upto Rs. 100 Cr.
|
|
1
|
Issue of Bidding Document
|
Day of first publication of the Notification (T)
|
Day of first publication of the
Notification (T)
|
Day of first publication of the
Notification (T)
|
Day of first publication of the Notification (T)
|
|
2
|
Submission of Bids
|
T+10
|
T+ 15
|
T+21
|
T+45
|
|
|
Submission of Bids (Second Bidding/Third Bidding)
|
T+7
|
T+ 14
|
T+21
|
T+45
|
|
3
|
Public opening of Technical Bids
|
T+10 (on
last day of submission)
|
T+15 (on
last day of submission)
|
T+21 (on
last day of submission)
|
T+45 (on
last day of submission)
|
|
4
|
Evaluation of Technical Bids by the evaluation
Committee
|
T+25
|
T+36
|
T+51
|
T+75
|
|
5
|
Approval of the Technical evaluation report
|
T+29
|
T+40
|
T+57
|
T+82
|
|
6
|
Opening of Financial Bids
|
T+34
|
T+47
|
T+64
|
T+89
|
|
7
|
Evaluation including financial and recommendation for
award by the evaluation Committee
|
T+39
|
T+54
|
T+71
|
T+99
|
|
8
|
Approval of the recommendations for award by the
Competent Authority
|
T + 44
|
T-61
|
T+78
|
T-106
|
|
9
|
Issue of Notification of Award
|
T + 46
|
T+63
|
T+80
|
T+108
|
|
10
|
Signing of contract
|
T + 61
|
T-S4
|
T+101
|
T+129
|
APPENDIX
3
[See rule 7]
Time frame for procurement
activities in the process of procurement of Consulting Services following
Quality and Cost Based Selection Method
|
Sr.
No.
|
Procurement Stage
|
Time frame for National Open Competitive process of
selection (QCBS)
|
|
|
|
Full Tech. Proposal (FTP)
|
Simplified Tech. Proposal (STP)
|
|
1
|
Issue of Request for Expression of Interest
|
Day of first publication of the Notification (T)
|
Day of first
publication of the
Notification (T)
|
|
2
|
Submission of Expression of interests
|
T+21
|
T+21
|
|
3
|
Recommendation of the Shortlist Report by Evaluation
Committee and preparation of the RFP
|
T+36
|
T+31
|
|
4
|
Approval of the Shortlist
|
T441
|
T+34
|
|
5
|
Issue of RFP to the short listed firms
|
T+42
|
T+35
|
|
6
|
Receipt of Proposals
|
T+84
|
T+63
|
|
7
|
Public Opening of Technical Proposal
|
T+84 (on
last day of
submission)
|
T+63 (on
last
day of submission)
|
|
8
|
Evaluation of Technical Proposals by Evaluation
Committee
|
T+104
|
T+78
|
|
9
|
Approval of the Technical evaluation Report by
Competent Authority
|
T+109
|
T+83
|
|
10
|
Opening of financial Proposals
|
T+116
|
T+90
|
|
11
|
Contract discussions with highest scoring consultant
|
T+126
|
T+100
|
|
12
|
Combined evaluation Report and recommendation for award
by Evaluation committee
|
T+131
|
T+103
|
|
13
|
Approval of the combined evaluation Report by Competent
Authority
|
T+136
|
T-106
|
|
14
|
Issue of Notification of Award
|
T+137
|
T+107
|
|
15
|
Signing of contract
|
T+144
|
T+114
|
APPENDIX 4
[See rule 16]
Procedure for submission, opening and evaluation of bids (e-Procurement)
1.
Mandatory
e-publishing of tenders.-
Tenders shall be published on the e-Procurement Portal by authorised
executives of Procuring Entity along with digital Signature Certificates (DSC).
After the creation of the tender, a unique "tender id" is
automatically generated by the system which is used as a reference for all
purposes in future.
2.
Registration
of bidders on portal.-
In order to submit the bid, bidders shall register themselves online, as
a one-time activity, on the e-Procurement Portal with a valid DSC. The
registration shall be in the name of the bidder, whereas DSC holder may be
either the bidder himself or a duly authorised person. The bidders shall
accept, unconditionally, the online user portal agreement containing alt the
terms and conditions of Notice Inviting Hid including commercial and general
terms and conditions and other conditions, if any, along with an online
undertaking in support of the authenticity of the declarations regarding facts,
figures. information and documents furnished by the bidder online. For further
information, the bidders shall refer to the instructions provided on the e-Procurement
Portal under Bidders Manual Kit
3.
Bid
submission.-
The bidders shall submit their techno-commercial bids and price bids
online. No conditional bid shall be allowed/accepted. Bidders will have to
upload scanned copies of various documents required for eligibility and all
other documents as specified in Notice Inviting Bid, techno-commercial bid in
cover-I (First Envelope), and price bid in cover-II (Second Envelope) or any
other cover/s/envelope/s as applicable. To enable system generated techno-commercial
and price comparative statements, such statements shall be asked to be
submitted in Excel formats. The bidder will have to give an undertaking online
that if the information/declaration/scanned documents furnished in respect of
eligibility criteria are found to be wrong or misleading at any stage, they
will be liable to punitive action Bid Security and tender fee shall be
submitted in the electronic format online (NEFT/RTGS/Internet Banking or any
other online mode available on e-Procurement Portal). This submission shall
mean that the Bid Security and tender fee are received electronically. In case
of exemption of Bid Security, the scanned copy of the document in support of
exemption will have to be uploaded by the bidder during bid submission. For more
information, the bidders shall refer to the instructions provided on the
e-Procurement Portal's Website under Bidders Manual Kit.
4.
Corrigendum,
clarifications, re-submission and withdrawal of bids.-
(1)
In case any
modification is made to the Bidding Document or any clarification is issued
which materially affects the terms contained in the Bidding Document, the
Procuring Entity shall publish or communicate such modification or
clarification by issuing a corrigendum on the e-Procurement Portal.
(2)
In case a
clarification or modification is issued to the Bidding Document, the Procuring
Entity shall before the last date for submission of bids, extend such lime
limit, if, in its opinion more time is required by bidders to take into account
the clarification or modification, as the case may be, while submitting their
bids. Any bidder who has submitted his bid in response to the original
invitation shall have the option to resubmit/withdraw his bid on the
e-Procurement Portal. For more information, the bidders shall refer to the
instructions provided on the e-Procurement Portal under Bidders Manual Kit.
5.
Bid
opening.-
Both the tech no-commercial and price bids are opened online by the bid
openers mentioned at the time of creation of the tender online. Relevant
bidders can simultaneously lake pan in bid opening online and can see the
resultant bids of all bidders. The system automatically generates a technical
scrutiny report and commercial scrutiny report in case of the techno-commercial
bid opening and a price comparative statement in case of price bid opening
which can also be seen by participating bidders online. Bid openers shall
download the bids and the reports/statements and sign them for further
processing. In case of opening of the price bid, the dale and time of opening
is uploaded on the e-Procurement Portal and shortlisted firms may also be
informed through system generated emails and SMS alerts after shortlisting of
the techno-commercially acceptable bidders;
6.
Shortfall
document.-
Any document not enclosed by the bidder may be asked for by the
Procuring Entity and submitted by the bidder online, provided it does not
vitiate the tendering process;
7.
Determination
of Responsiveness of Bill.-
(1)
The bid
evaluation committee shall determine the responsiveness of a bid on the basis
of biding documents and the provisions of subsection (2) of section 7.
(2)
A responsive
bid is one that meets the requirements of the bidding documents without
material deviation, reservation, or omission where:-
(a)
"deviation"
is a departure from the requirements specified in the bidding documents;
(b)
"reservation"
is the setting of limiting conditions or withholding from complete acceptance
of the requirements specified in the bidding documents; and
(c)
"Omission"
is the failure to submit part or all of the information or documentation
required in the bidding documents.
(3)
A material
deviation, reservation, or omission is one that,
(a)
if accepted,
shall:-
(i)
affect in
any substantial way the scope. quality, or performance of the subject matter of
procurement specified in the bidding documents; or
(ii)
limits in
any substantial way, inconsistent with the bidding documents, the procuring
entity's rights or the bidder's obligations under the proposed contract; or
(b)
if
rectified, shall unfairly affect the competitive position of other bidders
presenting responsive bids.
(4)
The bid
evaluation committee shall examine the technical aspects of the bid in
particular, to confirm that all requirements of bidding document have been met
without any material deviation, reservation or omission.
(5)
The
procuring entity shall regard a bid as responsive if it conforms to all
requirements set out in the bidding documents, or it contains minor deviations
that do not materially alter or depart from the characteristics, terms,
conditions and other requirements set out in the bidding documents, or if it
contains errors or oversights that can be corrected without touching on the
substance of the bid.
8.
Evaluation
of technical Bids.-
(1)
The criteria
fixed for evaluation of technical bids shall be in accordance with the
provisions of section 7 of the Act and clearly mentioned in the bidding
documents so as to keep transparency in selection process. The criteria once
fixed for evaluation of technical bids shall not be changed or relaxed. The
system generated reports and comparative statements may be used for the purpose
of evaluation by the procurement committee.
9.
Evaluation
of Financial Bids.-
(1)
The
financial evaluation shall include all costs and all taxes and duties
applicable to the bidder as per law of the Central/State Government/Local
Authorities, and the evaluation criteria specified in the bidding documents
shall only be applied.
(2)
The bid
evaluation committee shall prepare a comparative statement in tabular form with
its report on evaluation of financial bids and recommend the lowest offer for
acceptance to the procuring entity, if price is the only criterion, or most
advantageous bid in other case
(3)
It shall be
ensured that the offer recommended for sanction is justifiable looking to the
prevailing market rates of the goods. works or service required to be procured.
10.
Award of
contract.-
(1)
The
Procuring Entity shall award the Contract to the Bidder whose offer has been
determined to be the lowest evaluated Bid or Bid with highest combined score
(as applicable) and is substantially responsive to the Bidding Document,
provided further that the Bidder is determined to be qualified to perform the
Contract satisfactorily.
(2)
Prior to the
expiration of the period of the Bid validity, the Procuring Entity shall notify
the successful Bidder, in writing, the Letter of Acceptance (or Notice of
Award, or Acceptance of Tender), that its Bid has been accepted. It shall also
include the instructions to deposit the performance security within 15 days
period. Until a formal contract is prepared and executed, the notification of
award shall constitute a binding Contract.
(3)
The
Procuring Entity shall publish the results on the State Public Procurement
Portal identifying the Bid reference number along with the following
information:
(i)
Name of each
bidder who submitted the Bid
(ii)
Bid prices
as quoted by the bidders an evaluated prices of each Bid (for single envelope
process)
(iii)
Names of
technically qualified bidders, quoted Bid prices and evaluated process of each
Bid (two envelope process)
(iv)
Names of
Bidders whose Bids were rejected and brief reasons for their rejection
(v)
Name of the
winning Bidder, items contracted, the contract price and delivery period.
11.
Return of
Bid Security.-
(1)
Bid Security
of the bidders whose bid is rejected in technical evaluation shall be returned
upon the completion of technical evaluation.
(2)
Bid Security
of all the remaining bidders except the L1 bidder/successful bidder shall be
returned upon the completion of financial evaluation.
(3)
Bid Security
of the L1 bidder/successful bidder shall be returned once the L1
bidder/successful bidder has signed the Contract and furnished the required
performance security or shall be adjusted against the performance security or
payment under contract, as the case may be.
APPENDIX 5
[See rules 19(6) and 40]
APPEALS
Memorandum of Appeal under The Punjab
Transparency in Public Procurement Act, 2019
Appeal No................of..................
Before
the.....................................(designation of Officer of
Procuring Entity/Appellate Authority)
1.
Particulars
of the Appellant:
(a)
Name of the
Appellant:...................
(b)
Official
address if any:.....................
(c)
Residential
address:.......................
(d)
Phone
no......................Cell no....................
(e)
E-mail
address:......................................
2.
Number and
date of the order appealed against and the name and designation of the
Officer/authority who passed the order (enclose copy),
3.
If the
Appellant proposes to be represented by a representative, the name, postal
address, telephone & cell no. and e-mail of the representative:
4.
Number of
affidavits and documents enclosed with the Appeal:
(a)
...............
(b)
..............
(c)
.............
5.
Grounds of
appeal enclosed:
(a)
.............................................(Supported
by an affidavit)
(b)
.............................................(Supported
by an affidavit)
(c)
............................................(Supported
by an affidavit)
6.
Prayer:
Place:
Date:
Appellant's signature
APPENDIX 6
[See rule 31]
Procedure for procurement through Swiss
Challenge
1.
Preparation
and Submission of Proposal by Project Proponent:
The Procuring Entity while adopting the Swiss Challenge Method shall
ensure to follow the procedure stated below:
(1)
The Project
Proponent shall submit an application along with certificate in Form No. 'K'
and details of proposal in Form No. 'L' appended to these Rules to the
Administrative Department.
(2)
The
Administrative Department shall scrutinize the proposal with respect to need
& requirement and shall ensure that the proposal prima facie addresses the
public need and requirement.
(3)
The
Administrative Department is under an obligation to reject proposals which have
no uniqueness and specificity of design/technology/intellectual property for
that project, but in case, the Administrative Department considers that a
proposal received is qualified under Swiss Challenge Method, and then it would
record reasons in writing for acceptance.
(4)
The
Administrative Department shall submit its recommendations along with the
detailed examination of the proposal to the State Level Empowered Committee for
approval.
(5)
The State
Level Empowered Committee shall be empowered to accept or reject the proposal,
with modification if any. The proceedings of State Level Empowered Committee
shall be duly recorded in writing.
(6)
Upon
acceptance of proposal by State Level Empowered Committee, the Administrative
Department shall intimate the timelines to the Project Proponent, for
undertaking detailed studies.
(7)
The Project
Proponent shall submit the detailed and comprehensive proposal prescribed
herein two envelopes The Project Proponent shall submit a detailed and
comprehensive proposal in Form 'N' along with the Detailed Project Report with
costs thereof, the survey data, specifications, inputs, outputs of outcomes, as
well as designs, estimated cost of the project, along with Front-end Security.
The detailed project proposal shall include the details specified in Form No.
'M' and also submit financial summary in Form 'O'. The first envelope shall be
opened by the Administrative Department or the Committee constituted for this
purpose.
(8)
Second
envelope shall contain the bid value and it shall be opened later by the
Administrative Department or Committee constituted for this purpose, at the
time of opening of the financial bids received from other bidders through Open
Competitive Bidding process.
(9)
It shall be
ensured by the Project Proponent that all financial reports and/or the
documents having financial details must be duly verified from a Chartered
Accountant.
(10)
in case, the
Project Proponent fails to submit detailed and comprehensive proposal within
the timeline specified and submits written request to the Administrative
Department, the Administrative Department may in appropriate case, after
recoding reasons in writing shall extend the period specified.
(11)
The Project
Proponent shall also be required to submit the requisite Bid Security as
specified in the Bidding Document; in case the bidding process is initiated.
The Administrative Department shall adjust such Hid Security against the
front-end Security and balance, if any, liable to be paid by the Project
Proponent. If Project Proponent fails to submit the requisite amount within the
time specified in Bidding Document, his Front-end Security shall be forfeited
and shall seize to be the Project Proponent and exercise no claims over the
Project Proposal.
(12)
If the
Project Proponent fails to submit the detailed and comprehensive proposal
within a specified period or extended period, as the case may be, the
Administrative Department may at its discretion exercise the option to develop
the project in-house or through any agencies or third party, without the
Project Proponent having any claims on the proposal. The option so exercised
shall be published by the Administrative Department on the State Public
Procurement Portal.
(13)
The
Administrative Department may carry out additional studies for independently
determining the project cost, project revenues, viability and risk analysis
etc. to ensure proper benchmarking.
2.
Evaluation
Committee.--
The Administrative Department may constitute an Evaluation Committee for
the evaluation. The Evaluation Committee snail be capable in analysing the
project proposal. The Administrative Department may initiate the process of
constitution of the Evaluation Committee immediately after acceptance of
proposal by State Level Empowered Committee and shall be constituted before the
receipt of detailed and comprehensive project proposal.
3.
Clarifications
and Modifications.--
(1)
No changes
shall be permitted in the detailed and comprehensive project proposal once the
Project Proponent has submitted it to the Administrative Department concerned.
During the evaluation of proposal, Administrative Department may at its
discretion, ask Project Proponent for clarification or to submit additional
documents on their proposal. These clarifications shall be attached as an
addendum to the detailed and comprehensive project proposal.
(2)
The
Administrative Department shall have the authority to make changes to the
project proposal as per the needs, requirements and development plans of the
Administrative Department, without changing the basic theme and fundamental
structure of the project report.
4.
Final
Approval.--
Post evaluation by the Evaluation Committee, the Administrative Department
shall submit detailed and comprehensive proposal, an evaluation report on the
proposal of the Project Proponent along with its recommendations to State Level
Empowered Committee for approval. The Administrative Department shall also
include the budgetary provision, if any, available in that particular financial
year for the said project proposal.
5.
Bidding
Process.--
(1)
The Detailed
Project Report (except for proprietary technology details) shall be published
by the Administrative Department on Slate Public Procurement Portal so as to
ensure fair competition and for providing an opportunity for a competitive
bidding process.
(2)
The Open
Competitive Bidding process, us per section 28 of the Act. shall be initiated
by the Administrative Department concerned after approval of the project
proposal from State Level Empowered Committee.
(3)
The Ridding
Document, among other essential clauses, shall incorporate details about the
necessary clearances/approvals to be taken from respective authorities and who,
i.e. the Administrative Department or the successful Bidder/Project Proponent,
shall be responsible for taking it, keeping in view the nature and requirements
of individual project.
(4)
After
examination of the bids, if the proposal of the Project Proponent is found to
be lowest or most advantageous, as the case may be, in accordance with the
evaluation criteria as specified in Bidding Document, then the Project
Proponent shall be selected and awarded the project. In case bid of other
bidder is found lowest or most advantageous, as the case may be, the Project
Proponent shall be given an opportunity to match the lowest or most
advantageous bid within a period as specified. If the Project Proponent agrees
to match the lowest or most advantageous bid, within the time period specified,
the Project Proponent shall deselected and awarded the project. In case the
Project Proponent fails to match the lowest or most advantageous bid, within
the period specified, the bidder who has submitted lowest or most advantageous
bid, as the case may be, shall be selected and awarded the contract.
(5)
In case, no
bid is received, the contract may be awarded to the Project Proponent.
6.
Projects,
which shall not be acceptable under Swiss Challenge Method.--
The following proposals shall not be acceptable under Swiss Challenge
Method, namely:
(1)
Proposals
which contravene the provisions of any law that is in force;
(2)
Proposals/projects
which would result in monopolistic situation;
(3)
Projects
which are less than Rs. 50 crore in value.
(4)
Proposals/projects
that fall outside the sectors and below the financial limits as prescribed in
these Rules.
(5)
Proposals of
PPP Projects involving financial assistance from State Government by way of
viability gap funding (VGF) more than 20% of the total project cost, excluding
the cost of land.
7.
Front-end
Security.--
The Project Proponent shall furnish interest-free Front-end Security, as
a token of sincerity and good faith, amounting to 1% of the total estimated
cost of the project through demand draft or bank guarantee, acceptable to the
Administrative Department concerned, with a validity period of not less than
180 days commencing from the date of submission of detailed and comprehensive
proposal, to be extended as may be mutually agreed, from time to time. The Bid
shall be summarily rejected if the detailed and comprehensive proposal is not
accompanied by the Front-end Security.
8.
Cancellation
of the Project.--
(1)
The
Administrative Department concerned shall have the right to cancel the project
prior to receiving the approval on detailed and comprehensive proposal from
State Level Empowered Committee without assigning any reason to the Project
Proponent.
(2)
In case, the
Administrative Department intends to cancel the project after receiving
approval on detailed and comprehensive proposal from State Level Empowered
Committee, it shall seek approval for the same from the State Level Empowered
Committee.
(3)
If the
Administrative Department cancels the project in the manner as specified above,
the same shall be published by the Administrative Department on State Public
Procurement Portal.
APPENDIX
7
[See rule 34]
Procedure for Procurement
of Consultancy Services
CHAPTER I
INTRODUCTION
1.1 Good Governance requires the governments
to be responsive to the present and future needs of the society with an
objective to fulfil the aspirations of the people it governs. The process of
governance throws numerous challenges which are expected to be resolved not
only expeditiously but also to the satisfaction of the stakeholders. The
resolutions, at time, may require the assistance of Consultants (external
experts for input of intellectual and advisory in nature).
1.2 The Procuring Entities, wherever the
assistance of Consultants is required, should first try to avail the services
of in-house experts/resources or institutions like MGSIPA or other specialized
institutions of Government of Punjab/Government of India.
1.3 Recognizing that the Procuring Entity may
not have the technical and sometimes even operational capacity to switch gears
and accelerate the development process with the available human resources, the
Government of Punjab has decided to permit the Procuring Entities to contract
the services of Consultants for a specified duration with well-defined Terms of
Reference (TOR).
1.4 While contracting the services of
Consultants, the Procuring Entities must note that the consultants cannot
substitute for the core competencies of the Procuring Entity. Further, the
contracted Consultants will and can add value to the development process when
they complement, supplement and demonstrate increased effectiveness of
programme impact and enable higher than expected outcomes, in this process the
Procuring Entity must ensure that the services of the contracted Consultants
arc effectively managed by the Administrative Secretary/Head of the Department
(HoD) directly and any shortfall is identified and remedied immediately. The
Procuring Entity must ensure that the Consultants build the capacity of the
Procuring Entity functionaries across the operational value chain and the
process does not breed avoidable dependence on the contracted Consultants in
the longer term. Above all, the Procuring Entity must ensure that the
contracted Consultants deliver as per the Terms of Reference defined for them
in terms of outputs, outcomes and the time schedule.
Applicability
1.5 The Procuring of the Government of Punjab
may use the consultants to help in a wide range of activities-such as policy
advice, institutional reforms; management; engineering services; construction
supervision; financial services; procurement services; social and environmental
studies; and identification, preparation and implementation of projects to complement
its capabilities in these areas.
Powers to procure
Consultancy Services
1.6 The concerned Procuring Entity can
procure Consultancy Services as per their assessed need in terms of the
provision of the Act and these Rules. Those Guidelines are forming part of the
Rules as "Appendix-7 Guidelines for Selection of Consultants" and are
issued in pursuance of section 61 of the Act and arc hence supplementary to the
Act and shall in no way replace or substitute it. The guidelines arc meant to
assist the Procuring Entities in procurement of the Consultant(s). All matters
not, hitherto, specifically mentioned shall continue to be guided by the Act
and these Rules.
Definition of Consultant
1.7 The term 'Consultant's' for the purpose
of these Guidelines. includes a wide variety of private and public entities,
including consulting firms, engineering firms, construction managers,
management firms, inspection agents, auditors, investment and merchant banks,
universities, research institutions, government agencies, non-governmental
organizations (NGOs) and individuals
1.8 The consulting services to which these
Guidelines apply are of an intellectual and advisory nature. These Guidelines
do not apply to other types of services in which the physical aspects of the
activity predominate (for example, construction of works, manufacture of goods,
operation and maintenance of facilities or plant, surveys, exploratory
drilling, aerial photography, satellite imagery, and services contracted on the
basis of performance of measurable physical output),
Purpose
1.9 The Procuring Entity may decide to
contract the services of Consultants individuals and firms for specified
duration and for specified purpose with a detailed Terms of Reference (TOR) and
performance management system after analyzing the gaps that exist in- strategic
and operational planning, technical assistance, technology transfer and
capacity development within the Government and/or for effective monitoring and
evaluation of the Mission related activities.
1.10 The Procuring Entities, for the above
purpose, should conduct a strategic assessment of the planning, implementation,
and monitoring capacity of the Department at all operational levels and
identify the critical gaps. Based on such a diagnostic review, [he Procuring
Entity must identify the expert services it would require in order to
supplement the existing human resource capabilities. Based on such an
assessment, the Procuring Entity will identify the number of Consultants it
would require during the current financial year and thereafter and draw up
detailed terms-of-reference for each of the Consultants to be contracted.
1.11 The services of Consultants should
normally be contracted for a period not exceeding nine months and rarely ever
extended beyond a year. However, certain specialized Consultants such as
'Design and supervision of works contracts", 'Strategic Consultancy
services' etc. may be hired for longer period as considered necessary on
approval by a competent authority based on the specific need and forms of
Reference (ToR).
1.12 The Consultants are to be contracted to
supplement and/or complement the capacity of the Mission executing Procuring
Entity or the agency for the well-defined purpose of diagnostic review of the
sector, preparation of strategic plans and implementation plan with budget,
monitoring and evaluation and not as a matter of routine or to substitute core
and sovereign functions of the Department.
General Considerations
1.13 While the specific Rules and procedures
to be followed for employing consultants would depend on the circumstances of a
particular case, four main considerations should guide the Government of
Punjab's need for engaging the "Consultant"-
a.
Absence
of required 'in-house' expertise.
b.
The
need for high-quality services;
c.
The
need for economy and efficiency;
d.
The
need to have qualified consultants for providing a specific process;
1.14 The assessment of "need" shall
be followed by a "transparent" process of engaging the Consultant
Chapter II and ill of these Guidelines describe the different methods of
selection of consultants and the circumstances in which they are appropriate,
Since quality of Consultant along with the cost of engaging the Consultant is
of paramount importance in selecting the best external expertise, the criteria
of Quality and Cost-Based selection (QCBS) has been described in detail in
Chapter II of these Guidelines. However, Quality and Cost Based Selection is
not always the most appropriate methods of selection for all cases, therefore.
Chapter III describes other methods of selection and the circumstances in which
they are more appropriate.
Conflict of Interest
1.15 The Consultants are expected to provide
professional, objective, and impartial advice and at all times hold the
client's interests paramount, without any consideration for future work and
that in providing advice they must avoid conflicts with other assignments and
their own corporate interests. The Consultants shall, thus, not be hired for
any assignment that would be in conflict with their prior or current
obligations to other client or that may place them in a position of being
unable to carry out the assignment in the best interest of the Government
Without limitation on the generality of the forgoing, consultants shall not be
hired under the circumstances set forth below:
a.
Conflict
between consulting activities and procurement of goods, works or services
(other than consulting services covered by these Guidelines): A firm that has
been engaged by the Government to provide goods/works, or services (other than
consulting services covered by these Guidelines) for a project, and each of its
affiliates, shall be disqualified from providing consulting services related to
those goods, works or services. Conversely, a firm hired to provide consulting
services for the preparation or implementation of a project, and each of its
affiliates, shall be disqualified from subsequently providing goods, works or
services (oilier than consulting services covered by these Guidelines)
resulting from or directly related to the firm's consulting services for such
preparation or implementation.
b.
Conflict
among consulting assignments: Neither consultants (including their personnel
and sub-consultants) nor any of their affiliates shall be hired for any
assignment that, by its nature, may be in conflict with another assignment of
the consultant. As an example, consultant hired to prepare engineering design
for an infrastructure project shall not be engaged to prepare an independent
environmental assessment for the same project, and consultant assisting in the
privatization of public assets shall neither purchase, nor advise purchasers
of, such assets. Similarly, consultants hired to prepare Terms of Reference
(TOR) for an assignment shall not be hired for the assignment in question.
c.
Relationship
with Procuring Entity staff: Consultants (including their personnel and sub
-consultants) that have a business or family relationship with a member of the
Procuring Entity staff (or of the project implementing agency) who are directly
or indirectly involved in any part of:
(i)
the
preparation of the Terms of Reference of the contract,
(ii)
the
selection process for such contract, or
(iii) supervision of such contract may not be
awarded a contract, unless the conflict stemming from this relationship has
been resolved in a manner acceptable to the Government throughout the selection
process and the execution of the contract,
d.
A
Consultant shall submit only one proposal, either individually or as a joint
venture partner in another proposal. If a Consultant, including a joint-venture
partner, submits or participates in more than one proposal, all such proposals
shall be disqualified. This does not, however, preclude a consulting firm to
participate as a sub-consultant, or an individual to participate as a
team-member, in more than one proposal when circumstances justify and if
permitted by the Request for Proposal.
Unfair Competitive
Advantage
1.16 Fairness and transparency in the
selection process requires that consultants or their affiliates competing for a
specific assignment do not derive a competitive advantage from having provided
consulting services related to the assignment in question. To that end, the
Procuring Entity shall make available to the short-listed consultants together
with the request for proposals all information that would in that respect give
a consultant a competitive advantage
Associations between
Consultants
1.17 Consultants may associate with each
other in the form of a joint venture or of a sub consultancy agreement to
complement their respective areas of expertise, strengthen the technical
responsiveness of their proposals and make available bigger pool of key
experts, provide better approaches and methodologies, and in some cases, to
offer lower prices. Such an association may be for the long term (independent
of any particular assignment) or for a specific assignment If the Procuring
Entity employs an association in the form of a joint venture, the association
should appoint one of the firms to represent the association; alt members of
the joint venture shall sign the contract and shall he jointly and severally
liable for the entire assignment. Once the short list is finalised, and
Requests for Proposals (RFP) are issued, no association in the form of joint
venture or sub-consultancy among short-listed firms shall be permissible.
Training or transfer of
Knowledge/Tool
1.18 The Request for Proposal should,
preferably, include training or transfer of knowledge/tool to the Procuring
Entity staff as an important component. The Terms of Reference shall clearly
indicate the objectives, nature, scope, and goals of the training program,
including details on trainers and trainees, skills to be transferred, time
frame, and monitoring and evaluation arrangements. The cost for the training
program shall be included in the consultant's contract and in the budget for
the assignment.
General Issues
1.19 The State Government shall through
Notification, announce a cap on expenditure on consultants as a fixed
percentage of Salary expenditure of a Procuring Entity or overall state
expenditure.
1.20 The Procuring Entities are required to
work in close coordination with the Directorate of Procurement Policy and
Enforcement (DPPE) and State Government while contracting the services of
Consultants. Above all, the Administrative Secretary/HoD concerned must closely
work with the consultants, duly ensuring their performance is in accordance
with the contractual agreement. The contract of any consultant falling short of
expected standards be terminated without loss of time.
CHAPTER II
QUALITY-AND COST-BASED
SELECTION (QCBS)
The Selection Process
2.1 Quality and Cost Based Selection uses a
competitive process among short-listed firms that takes into account the
quality of the proposal and the lost of the services in the selection of the
successful firm. Cost as a factor of selection shall he used judiciously. The
relative weight to be given to the quality and cost shall be determined for
each case depending on the nature of the assignment
2.2 The selection process shall include the
following steps:
a.
preparation
of the Terms of Reference;
b.
preparation
of cost estimate;
c.
advertising/preparation
of the short list of consultants;
d.
preparation
and issuance of the Request for Proposal [which should include: the Letter of
invitation; Instructions to Consultants; the Terms of Reference and the draft
Contract];
e.
receipt
of proposals;
f.
public
opening of technical proposal:
g.
evaluation
of technical proposals; consideration of quality;
h.
pulic
opening of financial proposals;
i.
evaluation
of financial proposal:
j.
Final
evaluation of quality and cost; and
k.
award
of the contract to the selected firm.
Terms of Reference (TOR)
2.3 The Procuring Entity shall be responsible
for preparing the TOR for the assignment. The Procuring Entity shall ensure
that the scope of the services described in the Terms of Reference shall be
compatible with the available budget.
2.4 The Terms of Reference shall define
clearly the objectives, goals, activities, tasks to be performed, and scope of
the assignment and provide background information (including a list of existing
relevant studies and basic data) to facilitate the consultants' preparation of
their proposals. If transfer of knowledge or training is an objective, it
should be specifically outlined along with details of number of staff to be
trained, and so forth, to enable consultants to estimate the required
resources. The Terms of Reference shall list the services and surveys necessary
to carry out the assignment and the expected outputs (for example, reports,
data, maps, surveys).
2.5 The Procuring Entity's and the
Consultants' respective responsibilities should be clearly defined in the Terms
of Reference.
Cost Estimate (Budget)
2.6 Preparation of a well-thought-through
cost estimate is essential if realistic budgetary resources are to be
earmarked. The cost estimate shall be based on (he Procuring Entity's
assessment of the resources needed to carry out the assignment" staff
time, logistical support, and physical inputs (for example, vehicles, field
visits etc.) Costs shall be divided into two broad categories: (a) fee or
remuneration (according to the type of contract used) and (b) reimbursables.
Advertising
2.7 Where the estimated cost of consulting
services is above Rs. 5 Lakh, the Procuring Entity shall adopt Open Competitive
Bidding for inviting bids. The advertisement of the bidding under this method
shall be published on the State Public Procurement Portal, on Departmental
website and indicative publication in newspaper, or any other method notified
by the State Government from time to time.
Short List of Consultants
2.8 The Procuring Entity shall be responsible
for preparation of the short list. The Procuring Entity shall give first
consideration to those firms expressing interest that possess the relevant
experience and qualifications. Short lists shall comprise a minimum of six
firms with suitable experience and qualifications. The Procuring Entity may,
with the approval of its Administrative Secretary, prepare a short list
comprising a smaller number of firms in special circumstances, for example,
when only a few qualified firms have expressed interest for the specific
assignment or when the size of the contract does not justify wider competition.
Firms that expressed interest, shall be provided the final short list of firms.
2.9 The short list should preferably comprise
consultants of the same category, similar capacity, and business
objectives. Consequently, the short list should normally be composed of
firms of similar experience or of not-for-profit organizations (NGOs,
Universities, Research institutions, etc.) acting in the same field or
expertise. If mixing is used, the selection should be made using Quality-Based
Selection (QBS) or Selection Based on the Consultants' Qualification (CQS) (for
small assignments). The short list shall not include Individual Consultants.
Preparation and Issuance of
the Request for Proposals (RFP)
2.10 Procuring entity may also, as an
alternative, invite consultants to propose through issuance of direct Request
for Proposal (RFP) without shortlist or issuing a Request for Proposal to
shortlisted Firms by inviting Expression of Interest (EOI) depending on the
value of the assignment and as may be approved by the competent authority in
the procurement plan.
2.11 The RFP shall include (a) a Letter of
Invitation (b) Information to Consultants (c) The TOR and a draft Contract. The
Procuring Entity may use an electronic system to distribute the RFP, provided
that the receipt of the same is acknowledged by all short-listed firms, If the
RFP is distributed electronically, the electronic system shall be secured to
avoid modifications to the RFP and shall not restrict the access of
short-listed consultants to the RFP.
Letter of Invitation (LOI)
2.12 The Letter of Invitation shall state the
intention of the Procuring Entity to enter into a contract for the provision of
consulting services, the details of the Procuring entity and the date, time,
and address for submission of proposals.
Instructions to Consultants
(ITC)
2,13 The Instructions to Consultants shall
contain all necessary information that would help consultants prepare
responsive proposals and shall bring as much transparency as possible to the
selection procedure by providing information on the evaluation process and by
indicating the evaluation criteria and factors and their respective weights and
the minimum passing quality score. The Instructions to Consultants shall
indicate an estimate of the level of key staff inputs (in staff time) required
of the consultants or the total budget, but not both. Consultants, however,
shall be free to prepare their own estimates of staff time to carry out the
assignment and to offer the corresponding cost in their proposals. The
Instructions to Consultants shall specify the proposal validity period, which
should be adequate for the evaluation of proposals decision on award and
finalization of contract.
2.14 It shall also indicate whether a Full
Technical Proposal (FTP) or a Simplified Technical Proposal (STP) is required
to be submitted. The details of FTP or SIP is as follows:
A.
Full
Technical Proposal (FTP)
a.
Full
Technical Proposal is appropriate when the cost of Contract is more than the
threshold monetary limit to be notified by Directorate of Procurement Policy
and Enforcement (DPPE) from time to time;
b.
Full
Technical Proposal format should include:
(i)
Legal
Status of the Firm - Introduction to the firm and associate firm(s) background;
registrations and operations;
(ii)
Experience
of the Firm - Description of completed projects illustrating firm and
associate(s) firm's relevant experience;
(iii) Comments on Terms of Reference - Concise and
to the point as a separate section;
(iv)
General
Approach and Methodology. Work Plan -Detailed description including charts and
diagrams;
(v)
Personnel's
CVs - Detailed CV (preferably provide CV Formal) of all proposed Consultants;
and
(vi)
Personnel
Deployment Schedule - Required (preferably provide Personnel
Deployment Schedule Formal).
B.
Simplified
Technical Proposal (STP)
a.
Simplified
Technical Proposal is appropriate when the cost of Contract is equal to or less
than the threshold monetary limit to be notified by Directorate of Procurement
Policy and Enforcement from time to time;
b.
Simplified
Technical Proposal format should include:
i.
Legal
Status of the Finn - Introduction to the firm and associate firm(s) background;
registrations and operations;
ii.
General
Approach and Methodology, Work Plan -Brief description including charts and
diagrams;
iii.
Personnel's
CVs - Detailed CV (preferably provide CV Format) of all proposed Consultants;
and
iv.
Personnel
Deployment Schedule - Required (preferably provide Personnel Deployment
Schedule Format)
2.15 The Procuring Entity should assess which
type of Proposal Formal should be used based on its appropriateness vis-a-vis
the scope-of-work and nature of assignment.
2.16 Forms for Technical and Financial
Proposals - this chapter includes the forms for Full Technical Proposal and
Simplified Technical Proposal that are to be completed by the shortlisted
consultants and submitted in accordance with the requirements indicated
therein.
2.17 A detailed list of the information that
should be included in the Instructions to Consultants is provided in Chapter
VA.
2.18 terms of Reference (ToR) - Terms of
Reference is the most important component or RFP and has been dealt separately
in detail at Para 2.3 to 2.5 of these guidelines.
2.19 The timeframe for various activities in
the process of procurement of Consulting Services following Quality and Cost
Based Selection Method shall be as per Appendix-2 appended to these Rules.
Contract
2.20 Standard Forms of Contract - this
section shall include the type of standard contract form which normally shall
be either a 'Time-Based Contract' or a 'Lump-Sum Contract'. It will include
General Conditions of Contract ("GCC") and Special Conditions of
Contract ("SCC"). The Special Conditions of Contract include clauses
specific to each contract to supplement the General Conditions.
2.21 Chapter IV of these Guidelines briefly
discusses (he most common types of contracts Procuring Entity shall use the
appropriate contract that fits the requirements of the assignment.
Receipt of Proposals
2.22 The Procuring Entity shall allow enough
time for the consultants to prepare their proposals. The time allowed shall
depend on the assignment, but normally shall not be less than two weeks or more
than three months (for example, for assignments requiring establishment of a
sophisticated methodology, preparation of a multidisciplinary master plan).
During this interval, the firms may request clarifications about the
information provided in the Request for Proposal. The Procuring Entity shall
provide these clarifications in writing and copy them to all firms on the short
list (who intend to submit proposals).
2.23 Procuring Entity may fix a pre-proposal
conference to clarify the queries. The proceedings of such pre-proposal
conference shall be sent to all the firms on the short-list. If necessary, the
Procuring Entity may extend the deadline for submission of proposals. The
technical and financial proposals shall be submitted at the same time. No
amendments to the technical or financial proposal shall be accepted after the
deadline. To safeguard the integrity of the process, the technical and
financial proposals shall be submitted in separate sealed envelopes.
2.24 The technical envelopes shall be
publicly opened immediately by a committee of officials drawn from the relevant
Departments (technical, finance, as appropriate), after the closing time for
submission of proposals. The financial proposals shall remain sealed and shall
remain so till opened publicly. Any proposal received after the closing time
for submission of proposals shall be returned unopened. Procuring Entity shall
use e-Procurement portal where the estimated cost of the consulting service is
above Rs. 25 Lakh.
Evaluation of Proposals:
Consideration of Quality and Cost
2.25 The evaluation of the proposals shall be
carried out in two stages: first the quality, and then the cost, Evaluators of
technical proposals shall not have access to the financial proposals until the
technical evaluation is concluded. Financial proposals shall be opened only
thereafter. The evaluation shall be carried out in full conformity with the
provisions of the Request for Proposal
Evaluation of the Quality
2.26 The Procuring Entity through a separate
Evaluation Committee shall evaluate each technical proposal taking into account
several criteria: (a) the consultant's relevant experience for the assignment,
(b) the quality of the methodology proposed, (c) the qualifications of the key
staff proposed, and (d) transfer of knowledge, if required in the Terms of
Reference. Each criterion shall be marked on a scale of 1 to 100 Then the marks
shall be weighted to become scores The following weights are indicative. The
actual percentage figures to be used shall fit the specific assignment and
shall be within the ranges indicated below. The proposed weights shall be
disclosed in the RFP.
Consultant's specific
|
Experience
|
: 0 to 10 points
|
|
Methodology
|
: 20 to 50 points
|
|
Key personnel
|
: 30 to 60 points
|
|
Transfer of Knowledge1/Tool
|
: 0 to 10 points
|
|
Total:
|
: 100 points
|
2.27 The Procuring Entity shall normally
divide these criteria into sub criteria, For example, sub criteria under
methodology might be innovation and level of detail. However, the number of sub
criteria should be kept lo the essential. The weight given to experience can be
relatively modest, since this criterion has already been taken into account
when short-listing the consultant. More weight shall be given to the
methodology in the case of more complex assignments (for example,
multidisciplinary feasibility of management studies).
2.28 Evaluation of only the key personnel is
recommended. Since key personnel ultimately determine the quality of
performance, more weight shall be assigned to this criterion if the proposed
assignment is complex. The Procuring Entity shall review the qualifications and
experience of proposed key personnel in their curricula vitae, which must be
accurate, complete, and signed by an authorized official of the consulting firm
and the individual proposed. The individuals shall be rated in the following
three sub criteria, as relevant to the task;
a.
General
qualifications: general education and training, length of experience, positions
held, time with the consulting firm as staff. and so forth;
b.
Adequacy
for the assignment: education, training, and experience in the specific sector,
field, subject, and so forth, relevant to the particular assignment; and
c.
Experience
in the region: knowledge of the local language, culture, administrative
systems, and so forth.
2.29 The Procuring Entity shall evaluate each
proposal on the basis of its responsiveness to the Terms of Reference, A
proposal shall be considered unsuitable and shall be rejected at this stage if
it does not respond to important aspects of the Terms of Reference or it fails
to achieve a minimum technical score specified in the Request for Proposal.
2.30 At the end of the process, the Procuring
Entity shall prepare a Technical Evaluation Report of the "Quality"
of the proposals. The report shall substantiate the results of the evaluation
and describe the relative strengths and weaknesses of the proposals, All
records relating to the evaluation, such as individual mark sheets, shall be
retained until completion of the assignment and its audit.
Evaluation of Cost
2.31 After the evaluation of quality is
completed, the Procuring Entity shall inform the consultants who have submitted
proposals, the technical points assigned to each consultant and shall notify
those consultants whose proposals did not meet the minim urn qualifying mark or
were considered non-responsive to the Request for Proposal and Terms of
Reference that their financial proposals will be returned unopened after the
signing of the contract.
2.32 The Procuring Entity shall
simultaneously notify the consultants that have secured the minimum qualifying
mark, the date, time, and place set for opening the financial proposals. The
opening date shall be fixed allowing sufficient time for consultants to make
arrangements to attend the opening of the financial proposals.
2.33 The financial proposals shall be opened
publicly in the presence of representatives of the consultants who choose lo
attend. The name of the consultant, the technical points and the proposed
prices shall be read aloud (and posted online when electronic submission of
proposals is used) and recorded when the financial proposals are opened. The
Procuring Entity shall also prepare the minutes of the public opening and a
copy of record.
2.34 The Procuring Entity shall then review
the financial proposals. If there are any arithmetical errors, they shall be
corrected. For the purpose of evaluation, "cost" shall include all
consultants' remuneration and other expenses such as travel, translation,
report printing, or secretarial expenses. The proposal with the lowest cost may
be given a financial score of 100 and other proposals given financial scores
that are inversely proportional to their prices. Alternatively, a directly
proportional or other methodology may be used in allocating the marks for the
cost. The methodology to be used shall be described in the Request for
Proposal.
Combined Quality and Cost
Evaluation
2.35 The total score shall be obtained by
weighting the quality and cost scores and adding them. The Weight for the
"cost" shall be chosen, taking into account the complexity of the
assignment and the relative importance of quality. Except for the type of
services specified in chapter III, the weight for cost shall normally be 20
points out of a total score of 100. The proposed weightings for quality and
cost shall be specified in the RFP The firm obtaining the highest total score
shall be awarded the contract.
Award of contract
2.36 Discussions may be held with the
consultant on the Terms of Reference, the methodology, stalling. Procuring
Entity's inputs, and special conditions of the contract These discussions shall
not substantially alter the original Terms of Reference or the terms of the
contract, lest the quality of the final product, its cost, and the relevance of
the initial evaluation be affected. No reductions in work inputs should not be
made solely to meet the budget, therefore, the Procuring Entity shall ensure
adequate budgetary provision before finalizing the Terms of Reference. The
final Terms of Reference and the agreed methodology shall be incorporated in
"Description of Services" which shall form part of the contract.
2.37 The selected firm should not be allowed
to substitute key staff, unless both parties agree that undue delay in the
selection process makes such substitution unavoidable or that such changes are
critical to meet the objectives of the assignment.2 If
this is not the case and if it is established that key staff were included in
the proposal without conforming their availability, the firm may be
disqualified, and the process continued with the next ranked firm. The key
staff proposed for substitution shall have qualifications equal to or better
than the key staff initially proposed.
2.38 As lump-Sum Contracts payments are based
on delivery of outputs (or products), the offered price shall include all costs
(staff time, overhead, travel, hotel, etc.). In the case of Time-based
Contracts, payment is based on inputs (staff time and reimbursable) and the
offered prices shall include staff rates and an estimation of the amount of
reimbursable. Reimbursable are to be paid on actual expenses incurred at cost
upon presentation of receipts. However, if the Procuring Entity wants to define
ceilings for unit prices of certain reimbursable (like travel or hotel rates);
the Procuring Entity should indicate the maximum levels of those rates in the
RFP or define a perdiem in the RFP. After the acceptance of the contract, the
Procuring Entity shall promptly notify other firms on the short list that they
were unsuccessful.
Publication of the Award of
Contract.
2.39 The information of the award of contract
shall be communicated to all participating Consultants and published on the
State Public Procurement Portal in accordance with the provisions of
sub-section (3) of section 42 of the Act. It shall consist of the following
information:
(a)
the
names of all consultants who submitted proposals;
(b)
the
technical points assigned to each consultant;
(c)
the
evaluated prices of each consultant;
(d)
the
final point ranking of the consultants;
(e)
the
name of the winning consultant and the price, duration, and summary scope
of the contract, The same information shall be sent to the consultants who have
submitted proposals.
Rejection of All Proposals
and Re-invitation
2.40 The Procuring Entity will be justified
in rejecting all proposals only if all proposals are non-responsive because
they present major deficiencies in complying with the Terms of Reference or if
they involve costs substantially higher than the original estimate In the
latter case, the feasibility of increasing the budget, or scaling down the
scope of services, should be investigated.
Confidentiality
2.41 Information relating Lo evaluation of
proposals and recommendations concerning awards shall not be disclosed to the
consultants who submitted the proposals or to other persons not officially
concerned with the process, until the publication of the award of contract,
except as provided in Para "Evaluation of Cost" and Para
"Publication of the Award of Contract" of these guidelines
Indemnification of Damages
2.42 The consultant will indemnify for any
direct loss or damages accrue due to deficiency in services in carrying our
Preparation of Detailed Project Report (DPR) Damages shall be imposed on the
consultants for poor performance/deficiency in service as expected from the
consultant and as stated in the Terms of Reference.
Blacklisting and Debarment
2.43 The Procuring Entity may lake
appropriate action under section 26 and section 56 of Act and as per rule 19 of
these Rules in cases where Blacklisting and debarment proceedings, are required
to be initiated against the Consultant.
CHAPTER III
OTHER METHODS OF SELECTION
General
1.1 This chapter describes the selection
methods other than Quality and Cost Based Selection, and the circumstances
under which they shall be resorted to. All the relevant3 provisions
of chapter II (Quality and (Lost Based Selection) shall also apply with respect
to ether methodologies of selection wherever competitive selection of
Consultant is undertaken.
Quality Based Selection
(QBS)
1.2 Quality Based Selection is appropriate
for the following types of assignments;
(a)
Complex
or highly specialized assignment for which it is difficult to define precise
Terms of Reference and the required input from the consultant and for which the
consultants are expected to demonstrate innovation in their proposals (for
example, multi sectoral feasibility studies, design of a hazardous waste
remediation plant or of an urban master plan, financial sector reforms etc.);
(b)
Assignments
that have a high downstream impact and in which the objective is to have the
best Consultant (for example, feasibility and structural engineering design of
such major infrastructure as large dams, policy studies of national
significance, management studies of large government agencies); and
(c)
Assignment
that can be carried out in substantially different ways, such that proposals
will not be comparable (for example, management advice, and sector and policy
studies in which the value of the services depends on the quality of the
analysis).
1.3 In Quality Based Selection, the Request
for Proposal may request submission of a technical proposal only (without the
financial proposal), or request submission of both technical and financial
proposals at the same time, but in separate envelops (two-envelope system). The
Request for Proposal shall provide either the estimated budget or the estimated
number of key staff time, specifying that this information is indicative only
and that the consultant shall be free to propose their own estimates.
1.4 If technical proposals alone are invited,
after evaluating the technical proposals using the same methodology as in
Quality and Cost Based Selection, the Procuring Entity shall ask the consultant
with the highest tanked technical proposal to submit a detailed financial
proposal,
1.5 The Procuring Entity and the Consultant
shall then negotiate the financial proposal4 and the
contract. All other aspects of the selection process shall be identical to
those of Quality and Cost Based Selection, including the publication of the
award of Contract as described in paragraph 2.39 except that only the price of
the winning firm is published.
1.6 If Consultants have been requested to
provide financial proposals initially together with the technical proposals,
safeguard shall be built in as in Quality and Cost Based Selection to ensure
that the price proposal of only the selected firm is opened and the price
proposal of the rest of the unselccted firms are returned unopened, after the
negotiations with the selected Consultant have been successfully concluded.
Selection under a Fixed
Budget (IBS)
1.7 This method is appropriate only when the
assignment is simple and can be precisely defined and where the budget is
fixed.
1.8 The Request for Proposal shall indicate
the available budget and request the consultant to provide their best technical
and financial proposals in separate envelopes, within the budget.
1.9 The Terms of Reference should be
particularly well prepared to make sure that the budget is sufficient for the
consultants to perform the expected tasks.
1.10 Evaluation of all technical proposals
shall be carried out first as in the Quality and Cost Based Selection method.
Then the price proposals shall be opened in public, and prices shall be read
out aloud.
1.11 Proposals that exceed the indicated
budget shall be rejected.
1.12 The consultant who has submitted the
highest ranked technical proposal among the rest shall be selected.
Least-Cost Selection (LCS)
1.13 This method is appropriate for selecting
consultants for assignments of a standard or routine nature (example; audits,
engineering design of non-complex works, and so forth) where well-established
practices and standards exist.
1.14 Under this method, a "minimum"
qualifying mark Tor the "quality" is established so that all the
proposals above the minimum qualifying marks shall compete only on
"cost" Proposals, to be submitted in two envelopes, are invited from
a short list.
1.15 Technical proposals arc opened first and
evaluated. Those securing less than the minimum qualifying marks5 (i.e.
for this method, the minimum qualifying marks shall be 70 points or higher and
(he same shall be clearly mentioned in the RFP) are rejected and the financial
proposals of the rest are opened in public and read aloud.
1.16 The firm with the lowest price shall
then be selected. Selection Based on the Consultants' Qualifications (CQS)
1.17 This method may be used for relatively
simple and small assignments (below the threshold to be notified by Directorate
of Procurement Policy and Enforcement from time to time) for which the need fur
preparing and evaluating competitive proposals is not justified. In such cases,
the Procuring Entity shall prepare the Terms of Reference, request expressions
of interest and information on the consultants' experience and competence
relevant to the assignment, establish a short list, and select the firm with
the most appropriate qualifications and references. The selected Consultant
shall be asked to submit a combined technical-financial proposal. However, the
Procuring Entity shall not split the assignment in any manner for resorting to
such methodology.
1.18 The Procuring Entity shall publish on
its website and that of the Government of Punjab, the name of the Consultant,
to which the contract has been awarded, and the price, duration, and scope of
the contract.
Single-Source Selection
(SSS)
(Refer to section 30 of the
Act and Rule 23 of these Rules)
1.19 Single-source selection of consultants
does not provide the benefits of competition in regard to quality and cost,
lacks transparency in selection and could encourage unacceptable practices,
Therefore, single-source selection shall be used only in exceptional cases. The
justification for single-source selection shall be examined in the context of
the overall interests of the Government and the project, and the Procuring
Entity's responsibility to ensure economy and efficiency and provide equal
opportunity to all qualified consultants.
1.20 Single-source selection may be
appropriate only if it presents a clear advantage over competition: (a) for
tasks that represent a natural continuation of previous work carried out by the
firm (see next paragraph), (b) in emergency cases, such as in response to
disasters and for consulting services required during the period of time
immediately following the emergency, (c) for very small assignments, or (d)
when only one firm is qualified or has experience of exceptional worth for the
assignment.
1.21 When continuity of downstream work is
essential, the initial Request for Proposal shall outline this prospect, and,
if practical, the factors used for the selection for the consultant shall take
the likelihood of continuation into account. Continuity in the technical
approach, experience acquired, and continued professional liability of the same
consultant may make continuation with the initial consultant preferable to a
new competition subject to satisfactory performance in the initial assignment.
For such downstream assignments, the Procuring Entity shall ask the initially
selected consultant to prepare technical and financial proposals on the basis
of Terms of Reference furnished by the Procuring Entity, which shall then be
negotiated.
1.22 If the initial assignment was not
awarded on a competitive basis or was awarded under tied financing or if the
downstream assignment is substantially larger in value, a competitive process
shall normally be followed in which the consultant carrying out the initial
work is not excluded from consideration if it expresses interest. However, the
Procuring Entity shall ensure that there is no conflict of interest as laid in
Para 1.15 of these Guidelines and clause (h) of rule 2 of these Rules.
1.23 The Procuring Entity shall publish on
its website and that of the Govt. of Punjab the name of the consultant to which
the contract has been awarded and (he price, duration, and scope of the
contract.
Selection of Particular
types of Consultants
1.24 Selection of UN Agencies as Consultants:
UN agencies may be hired as the consultants, where they are qualified to
provide technical assistance and advice in their area of expertise. However,
they shall not receive any preferential treatment in a competitive selection
process, except that Procuring Entity may accept the privileges and immunities
granted to UN agencies and their staff under existing international conventions
and may agree with UN agencies on special payment arrangements required
according to the agency's charter, with the prior approval of the State Level
Committee (SLC). To neutralize the privileges of UN Agencies, as well as other
advantages such as tax exemption and facilities, and special payment
provisions, the QBS method shall be used. UN agencies may be hired on a
single-source selection basis if the criteria outlined in para 011 Single
Source Selection of these Guidelines are fulfilled.
1.25 Use of Non-Governmental Organizations
(NGOs): NGOs are voluntary non-profit organizations that may be uniquely
qualified to assist in the preparation, management and implementation of projects,
essentially because of their involvement and knowledge of local issues,
community needs and/or participatory approaches. NGOs may be included in the
short list if they express interest and provided that the Procuring Entity is
satisfied with their qualifications. Procuring Entity should preferably not
include consulting firms in the short list for services for which NGOs' are
better qualified, for assignments that emphasize participation and considerable
local knowledge, the short list may comprise entirely NGOs If so, the QCBS
procedure shall be followed, and the evaluation criteria shall reflect the
unique qualifications of NGOs, such as voluntarism, non-profit status, local
knowledge, scale of operation and reputation. Procuring Entity may select the
NGO on a single-source basis, provided the criteria outlined in Para 3.19 to
3,23 above on Single Source Selection of these Guidelines are fulfilled.
1.26 Procurement Agent (PAs): When a
Procuring Entity lacks the necessary organization, resources, or experience, it
may be efficient and effective for it to employ, as its agent, a firm that
specializes in handling procurement. When PAs are specifically used as
"agents" handling the procurement of specific items and generally
working from their own offices, they are usually paid a percentage of the value
of the procurements handled, or a combination of such a percentage and a fixed
fee. In such cases PAs shall be selected using QCBS procedures with cost being
given a weight up to 50 percent, However, when PAs provide only advisory
services for procurement or act as "agent" for a whole project in a
specific office for such project they are usually paid on a time basis, and in
such cases, they shall be selected following the appropriate procedure for
other consulting assignments using QCBS procedures and time-based contract,
specified in these guidelines.
1.27 Inspection Agents: Procuring Entity may
wish to employ inspection agencies to inspect and certify goods prior to
shipment or on arrival. The inspection by such agencies usually covers the
quality and quantity of the goods concerned and reasonableness of price
Inspection agencies shall be selected using QCBS procedures giving cost a
weight up to 50 percent and using a contract format with payments basis on a
percentage of the value of goods inspected and certified as per the laid out,
well defined criteria of inspection and certification of such goods.
1.28 Financial Institutions: Investment and
Commercial banks, financial firms, and fund managers hired by Procuring Entity
for the sale of assets, issuance of financial instruments, and other corporate
financial transactions, notably in the context of privatization operations,
shall be selected under QCBS. The Request for Proposal shall specify selection
criteria relevant to the activity--for example, experience in similar
assignments or network of potential purchaser-and the cost of the services. In
addition to the conventional remuneration (called a "retainer fee"),
the compensation includes a ''success fee", this fee can be fixed, but is
usually expressed as a percentage of the value of the assets or other financial
instruments to be sold. The Request for Proposal shall indicate that the cost
evaluation will take into account the success fee, either in combination with
the retainer fee or alone. If alone, a standard retainer fee shall be
prescribed for all short-listed consultants and indicated in the Request for
Proposal, and the financial scores shall be based on the success fee. For the
combined evaluation (notably for large contracts), cost may be accorded a
weight higher than recommended in paragraph 2.34 or (he selections may be based
on cost alone among those who secure a minimum passing marks for the quality of
the proposal. The Request for Proposal shall specify clearly how proposals will
be presented and how they will be compared.
1.29 However, the Request for Proposal shall
specify that "success fee" is payable to the Consultant only after
the success of the assignment (example: sale of asset or other financial
instruments) and to the proportion of success (example: book value of the
assets sold in comparison to the total hook value of the assets as assessed in
the Request for Proposal).
1.30 Auditors: Auditors typically carry out
auditing tasks under well-defined TOR and professional standards. They shall be
selected according to QCBS, with cost as a substantial selection factor (40-50
points) or by the "Least-Cost Selection" outlined in these
Guidelines, For very small assignments COS may be used.
CHAPTER IV
SELECTION OF INDIVIDUAL
CONSULTANTS
1.31 The services of the Consultants-either
as individuals or hired through a Human Resources Agency should be obtained
through a competitive process that is transparent and follows the principles
established by the Act and these Rules.
1.32 The individual Consultants maybe based
on critical appraisal of their experience, expertise and performance in
circumstances similar to that of the Procuring Entity of Government of Punjab.
For a quicker and easier method of remunerating the individual Consultants, the
following fee structure could be adopted, subject however, to the Procuring
Entity negotiating a rate lower than indicated below, However the rates below
shall not be applicable when an individual consultant/expert is proposed as
part of a firm that has been selected competitively:
|
Level
|
Qualification Criteria
|
Daily Fee
Rate (in INR)
|
Monthly Fee Rate (in INR)
|
|
Senior Level Consultants
|
Professionals with high level of specialization and
experience Education: Masters/Doctorate in the required discipline and from
an eminent institution
Essential Experience: More than 12 years at the top
management level Required Experience: 6-8 years of Consultancy exposure to
projects of high value and impact.
|
6,000-8000
|
1,50,000-2,00,000
|
|
Middle Level
Consultants
|
Professional with middle level
experience in relevant sector/function,
Education: Graduate/Post-Graduate in the required
discipline from reputed (National/State) institutions Essential Experience: 6
to 12 years at middle management level Required Experience: 3-4 years of
Independent Consultancy experience.
|
3,000-6,000
|
75,000-1,50,000
|
|
Junior Professional
|
Professional with experience in relevant
sector/function
Education: Graduate/Post-Graduate of required
discipline from reputed (National/State) institutions
Experience 3 to 5 years at entry management level
|
1,800-3,000
|
45,000-75,000
|
|
Fellowship
|
Professional with entry level sector/function.
Education: Graduate/Post-Graduate of required
discipline
Experience: 1 to 2 years at entry management level from
reputed (National/State) institutions.
|
1,500-1,800
|
35,000-45,000
|
|
Specialized Consultants
|
Professional with exceptional expertise in the required
sector/function
Education: Minimum Post-Graduate in the required discipline
from reputed (Slate/National/International institution) Experience 15 years
or more in the required field of specialty
|
9,500-20.000
|
2,00.000-5,00,000(To
be referred to the Stale
Level Committee)
|
1.33 The Daily/Monthly fee recommended for
consultants is lump sum and no other additional allowances are allowed. If
individual consultant is being contracted for total period of less than a month
(25 days), the fee may be fixed on Daily Kate basis and if the total contract
period exceeds a month (25 days) then the fee may be fixed on Monthly Rule
basis. The total consultancy period, when hired on daily rate basis, may not
exceed three month period on aggregate basis. In case it is necessary for
consultancy period to exceed three months, when payment is done on daily basis,
the concerned Procuring Entity may obtain the approval of the SLC.
1.34 All Specialized Consultants cases may be
referred to the SLC for approval along with requirement, justification etc. For
retired government employees of both central and state governments, the
remuneration will be last pay drawn minus pension in accordance with the
existing norms. The proposed remuneration are consolidated per month without
any benefits or other facilities. The consultants will be extended a fixed
twelve days of leave in a year (pro rata calculated vis-a-vis the period of
contract). No other leave is permissible. Similarly, EPF and other benefits are
not applicable to the consultants; and the concerned Procuring Entity may
decide on the educational and essential and required experience norms for the
consultant.
1.35 State Level Committee (SLC): A SLC for
the above purposes shall comprise of the following-
i.
Chief
Secretary (Chairman)
ii.
Administrative
Secretary, Department of Finance
iii.
Administrative
Secretary, Department or Planning's
iv.
Administrative
Secretary of the concerned Procuring Entity (Member-Secretary)
1.36 Procurement of individual consultants
may be done by three methods.
a)
Empanelment
Method
b)
Advertisement
Method
c)
Single
Source Method
1.37 Empanelment Method: Procuring Entity may
establish a process of empanelment of consultants by requesting submission of
detailed CVs (preferably provide CV Format), which it can assess and qualify by
expertise and consultant levels (as described above). When required, the
Procuring Entity may identify at least six qualified consultants from the
empanelment list and issue them the Terms of Reference and request them for
technical proposal describing the approach and methodology to be adopted by
them Based on the assessment of the technical proposal, the consultant may be
selected. Fee of the selected consultant may he Fixed as per consultant level
and criteria described above.
1.38 Advertisement Method: Procuring entity
may advertise for the consultant on Stale Public Procurement portal, on
Departmental website and through indicative publication in newspaper, or any
other method notified by State Government from time to time by issuing the
Terms of Reference, The consultants applying may be requested to submit
detailed CV (preferably provide CV format) and technical proposal describing
the approach and methodology to be adopted by them responding to the Terms of
Reference issued. The consultants applying may be requested to submit detailed
CV (preferably provide CV Format) and technical proposal describing the
approach and methodology to be adopted by them responding lo the Terms of
Reference issued. Based on the assessment of the technical proposal the
consultant may be selected. Fee of the selected consultant may be fixed as per
consultant level and criteria described above.
1.39 Single Source Method: The assignment
represents a natural or continuation of a previous one awarded competitively by
Procuring Entity and the performance of the individual consultant has been
found good or excellent by the Procuring Entity and there is a need to extend
the previous contract period which shall be certified with reasons for
extending the period of contract by the competent authority of the Procuring
Entity.
CHAPTER V
TYPES OF CONTRACTS AND
IMPORTANT PROVISION
Types of Contracts
5.1 Lump Sum Contract: Lump sum contracts are
used mainly for assignments in which the content and the duration of the
services and the required output of the consultants are clearly defined. They
are widely used for simple planning and feasibility studies, environmental
studies, detailed design of standard or common structures, preparation of data
processing systems and so forth. Payments are linked to outputs (deliverables),
such as reports, drawing, bills of quantities, bidding documents, and software
programs. Lump sum contracts are easy to administer because payments are due on
clearly specified outputs.
5.2 Time-based contract: This type of contract
is appropriate when it is difficult to define the scope and the length of
services, either because the services are related to activities by others for
which the completion period may vary, or because the input of the consultant
required to attain the objectives of the assignment is difficult to assess.
This type of contract is widely used for complex studies, supervision of
construction, advisory services, and most training assignments Payments are
based on agreed hourly, daily, weekly, or monthly rates for staff (who are
normally named in the contract) and on reimbursable items using actual expenses
and/or agreed units prices. The rates for staff include remuneration, overhead
costs and fee (or profit). This type of contract shall include a maximum amount
of total payments to be made to the consultants. This ceiling amount should
include a contingency allowance for unforeseen work and duration, and provision
for price adjustments, where appropriate. Time-based contract needs to be
closely monitored and administered by the Procuring Entity to ensure that the
assignment is progressing satisfactorily, and that payment claimed by the
consultants are appropriate.
5.3 Retainer and/or Contingency (success) Fee
Contract: Retainer and contingency fee contracts are widely used when
consultants (Banks or financial firms) are preparing companies for sales or
mergers of firm, notably in privatization operations. The remuneration of the
consultant includes a retainer and success fee, the latter being normally
expressed as a percentage of the value of the assets or other financial
instruments to be sold.
5.4 Percentage contract: These contracts are
commonly used for architectural services. They may also be used for procurement
agents/inspection agents. Percentage contracts directly relate the fees paid to
the consultant to the estimated or actual project construction cost, or the
cost of the goods procured or inspected. The contracts are negotiated on the
basis of marked norms for the services and/or estimated staff-month costs for
the services, or competitive bid. It should be borne in mind that in the case
of architectural or engineering services, percentage contracts implicitly lack
incentive for economic design and are hence discouraged. Therefore, the use of
such a contract for architectural services is recommended only if it is based
on a fixed target cost and covers precisely defined services (for example,
works supervision.)
5.5 Indefinite Delivery Contract (Price
Agreement: These contracts are used when Procuring Entity need to have "on
call" specialized services to provide advice on an activity, the extent
and timing of which cannot be defined in advance, These are commonly used to
retain "advisers" for implementation of complex projects (for example,
dam panel), expert adjudicators for dispute resolution panels, institutional
reforms, procurement advice, technical troubleshooting, and so forth, normally
for a period of a year or more. The Procuring Entity and the firm agree on the
unit rates to be paid for the Consultants, and payments are made on the basis
of the time actually used.
Important Provision
5.6 Price Adjustment: To adjust the
remuneration for inflation, a price adjustment provision shall be included in
the beginning of the contract.
5.7 Payment provisions; Payment provisions,
including schedule of payments and payment procedures, shall be clearly defined
in the Request for Proposal and these provisions, along with the amount to be
paid shall be agreed upon and mentioned at the time of signing of the contract.
Payments may be made at regular intervals (as under time-based contracts) or
for agreed outputs (as under lump sum contracts). Payments for advances (for
examples, for mobilization costs) exceeding 20 percent of the contract amount
should normally be backed by advance payment securities.
5.8 Payments shall be made promptly in
accordance with the contract provision. To that end, only disputed amounts
shall be withheld, with the remainder of the invoice paid in accordance with
the contract.
5.9 Conflict of Interest; The consultant
shall not receive any remuneration in connection with the assignment except as
provided in the contract. The consultant and its affiliates shall not engage in
consulting or other activities that conflict with the interest of the Procuring
Entity under the contract. The contract shall include provisions limiting
future engagement of the consultant for other services resulting from or
directly related to the firm's consulting services in accordance with the
requirements of Paragraphs 1.15 and 1.16 above of these Guidelines.
5.10 Professional Liability: The consultant
is expected to carry out its assignment with due diligence and in accordance
with prevailing standards of the profession. As the consultant's liability to
the Procuring Entity will be governed by the applicable law, the contract need
not deal with this matter unless the parties wish to limit this liability. If
they do so, they should ensure that:
(b)
there
must be no such limitation in case of the consultant's gross negligence or
willful misconduct;
(c)
the
consultant's liability to the Procuring Entity may in no case be limited to
less than a multiplier of the total value of the contract to be indicated in
the Request for Proposal and in the special conditions of the contract (the
amount of such limitation will depend on each specific case);
(d)
any
such limitation may deal only with the consultant's liability toward the
Procuring Entity and not with the consultant's liability toward third parties;
and
(e)
no
such limitation shall be in conflict with the provisions of the Act and these
Rules.
5.11 Staff Substitution: During an
assignment, if substitution is necessary (for example, because of ill health or
because a Staff member proves to be unsuitable), the consultant shall propose
other staff of at least the same level of qualification for approval by the
Procuring Entity,
5.12 Applicable Law and settlement of
Disputes: The Request for Proposal and the resulting contract shall include
provisions for the settlement of disputes as per rule 44 of these Rules.
CHAPTER VA
INSTRUCTIONS TO CONSULTANTS
(ITC)
The Procuring Entity shall issue the
following instructions to the consultant at the time of seeking RFP. The
Instructions to Consultants shall include adequate information on the following
aspects of the assignment:
(a)
a very
brief description of the assignment;
(b)
standard
formats for the technical and financial proposals;
(c)
the
names and contact information of officials to whom clarification shall be
addressed and with whom the consultant's representative shall meet If
necessary;
(d)
details
of the selection procedure to be followed, including (i) a description of the
two-stage process. If appropriate; and (ii) a listing of the technical
evaluation criteria and weights given to each criterion; (iii) the details of
the financial evaluation; (iv) the relative weights for quality and cost in the
case of Quality and Cost Based Selection; (v) the minimum pass score for
quality; and (vi) the details on the public opening of financial proposals;
(e)
an estimate
of the level of key staff inputs (in staff-months) required of the consultants
or the total budget, but not both;
(f)
indication
of minimum experience, academic achievement, and so forth, expected of key
staff;
(g)
the
deadline for submission of proposals;
(h)
a
statement that the firm and any of its affiliates shall be disqualified from
providing downstream goods, works, or services under the project if, in the
Government of Punjab's judgment, such activities constitute a conflict of
interest with the services provided under the assignment;
(i)
the
method in which the proposal shall be submitted, including the requirement that
the technical proposals and financial proposals be sealed and submitted
separately in a manner that shall ensure that the technical evaluation is not
influenced by price;
(j)
a
request that the invited firm (i) acknowledges receipt of the RFP and
(ii) informs the Procuring Entity whether or
not it will be submitting a proposal;
(k)
the
short list of consultants being invited to submit proposals and whether or not
associations between short-listed consultants are acceptable;
(l)
the
period for which the consultants' proposals shall be held valid and during
which the consultants shall undertake to maintain, without change, the proposed
key staff, and shall hold to both the rates and total price proposed; in case
of extension of the proposal validity period, the right of the consultants not
to maintain their proposal;
(m)
the
anticipated date on which the selected consultant shall be expected to commence
the assignment;
(n)
if not
included in the TOR or in the draft contract, details of the services,
facilities, equipment, and staff to be provided by the Procuring Entity;
(o)
phasing
of the assignment, if appropriate; and likelihood of follow-up assignments;
(p)
validity
of proposal;
(q)
consultant
to state cost in the national currency (INR);
(r)
number
of copies of Technical Proposal, and the original of the Financial Proposal;
(s)
the
procedure to handle clarifications about the information given in the RFP; and
(t)
any conditions
for subcontracting part of the assignment;
CHAPTER VB
GUIDANCE TO CONSULTANTS
Purpose
1.
This
chapter provides guidance to consultants wishing to provide consulting and
professional services to the Government of Punjab.
Responsibility for
Selection of Consultants
2.
The
responsibility for (he implementation of the project, and therefore for the
payment of consulting services under the project. rests solely with the
Procuring Entity. As emphasized in Paragraph 1.13 above of these Guidelines,
the Procuring Entity is responsible for the selection and employment of
consultants. It invites, receives, and evaluates proposals and awards the
contract. The contract is between the Procuring Entity and the consultant.
Consultant's Role
3.
When
consultants receive the Request for Proposal, and if they can meet the
requirements of the Terms of Reference and the commercial and contractual
conditions, they should make the arrangements necessary to prepare a responsive
proposal. If the consultants find in the Request for Proposal
documents-especially in the selection procedure and evaluation criteria-any
ambiguity, omission or internal contradiction, or any feature that is unclear
or that appears discriminatory or restrictive, they should seek clarification
from the Procuring Entity, in writing, within the period specified in the RFP
for seeking clarifications.
4.
In
this connection, it should be emphasized that the specific Request for Proposal
issued by the Procuring Entity governs each selection, as stated in paragraph "Purpose"
of these Guidelines. If consultants feel that any of the provisions in the
Request for Proposal are inconsistent with the Guidelines, they should also
raise this issue with the Procuring Entity.
5.
Consultants
should ensure that they submit a fully responsive proposal including all the
supporting documents requested in the Request for Proposal. It is essential to
ensure accuracy in the curricula vitae of key staff submitted with the
proposals. The curricula vitae shall be signed by the consultants and the
individuals with dates. Noncompliance with important requirements will result
in rejection of the proposal. Once technical proposals are received and opened,
consultants shall not be required nor permitted to change the substance, the
key staff, and so forth Similarly, once financial proposals arc received,
consultants shall not be required or permitted to change the quoted fee and so
forth. If an extension of validity of proposals is the teas on that the key
staff is no longer available with the Consulting firm/company, a change of key
staff with equivalent or better qualification is permissible.
Confidentiality
6.
As
stated in Paragraph 2.40 above of these Guidelines, the process of proposal
evaluation shall be confidential until the publication of contract award,
except for the disclosure of the technical points as indicated in paragraphs
"Evaluation of Cost" and "Publication of Award of Contract"
of these guidelines. Confidentially enables the Procuring Entity to avoid
either the reality or perception of improper interference. If, during the
evaluation process, consultants wish to bring additional information to the
notice of the Procuring Entity, they should do so in writing.
1.
Transfer
of knowledge may be the main objective of some assignments in such cases, it
shall be indicated in the TOR and only with prior approval of the State Level
Committee (SLC) may be given a higher weight to reflect its importance.
2.
Define
realistic proposal validity periods in the RFP and carrying out an efficient evaluation
minimizes the risk.
3.
All
provisions of section II shall be applied with the modifications and
suppressions required by the method for selecting consultants used in the
specific case. Advertisements for expression of interest is not required when
single -- source selection is used.
4.
Financial
negotiations under QBS includes negotiations of all consultant's remuneration
and other expenses.
5.
This
method shall not be used as a substituted for QCBS and shall be used only for
the specific cases of very standard and routine technical nature where the
intellectual component is minor.
FORM 'A'
[See rule -3]
RECORD KEEPING
The Procuring Entity shall also maintain the following records in manual
and electronic form:
1.
Vendor and
Contractor Register: contains vendor/contractor information such as name,
address, subject matter of trade, past performance ratings if any.
2.
Procurement
Register: key information of progress at various stages of procurement
operations, from receipt of indents till the issue of contract.
3.
Procurement
Order Guard Register: an indexed register where one ink-signed copy of all
orders issued by the Procuring Entity shall be compulsorily pasted in
chronological order to be used as ultimate reference for indicating the
authenticity of purchase orders as a check against tampering or fraud.
4.
Procurement
Order Progress Register: it contains record of all procurement orders issued
and progress of supplies against these contracts. It contains procurement order
numbers, vendor/contractor name, brief description of procurement, total value
of the order, delivery dates, actual dates of supply, and so on.
5.
Stock
Register: it contains receipts of all procured goods delivered in good
condition are recorded before certifying stock receipts on invoices or bills as
required for audit purposes.
6.
Asset
Register: it contains complete data about an item or asset handled in the past
with details such as: code-number, category, description, specification, book
rate, estimated annual, and replenishment data, inventory parameters (buffer
stock, safety stock levels) to the extent relevant to goods, works or services.
FORM 'B'
[See rule 4]
Notice for recovery of payment as per Section
7(3) of the Punjab Transparency in Public Procurement Act, 2019
Date: .............
To
<Bidder/Prospective Bidder Name>
< Bidder/Prospective Bidder Address>
Subject: Notice for recovery of payment as
per Section 7(3) of the Punjab Transparency in Public Procurement Act, 2019
(1) ? Consequent
to the breach of Clause ????????.... of
Code of Integrity as per Section 7(2) of the Act, you are hereby directed to
repay any payments made hereunder in reference to the Contract issued vide
letter number????????..... dated
....................... a brief summary of the contract details is as follows:
(a)
<Specify
the contract details;-
(b)
<Payment
details>
(c)
<Other
details, if any>
(2) ? As
per Rule 4, you are hereby directed to repay an amount of Rs. .........
(including interest) within 30 days from the date of issuance of this notice by
way of demand draft in favour of<.........>.
(3) ? Penal
interest shall be charged at the rate of 1 % over and above the applicable
interest rate, for every further delay of 30 days.
Signature
Name and Designation of the Head of Office
Name of the Procuring Entity
FORM 'C'
[See rule 5]
Performs for Determination
of Need Tor Procurement
The Procuring Entity shall determine the need
for procurement in the following Performa:
|
Sr. No.
|
Head
|
Details
|
Instructions/Guidelines to be referred by the Procuring
Entity
|
|
1
|
Description of
the
need/subject matter of procurement
|
< To be filled in by the Procuring Entity>
|
- Unambiguous, complete, use of common terminology
prevalent in relevant trade.
- Avoid using brand names/catalogue numbers or details
that limit any material or item to specific manufacturer with an exception to
single source procurement.
|
|
2
|
Nature of Procurement
|
<To be filled in
by the
Procuring Entity>
|
Owning/leasing/hiring/outsourcing/Joint Venture/Public
Private Partnership, etc.
|
|
3
|
Method of Procurement
|
< To be fitted in by the Procuring Entity>
|
- Choose any of the methods with justification thereof
as specified in the Act or Rules made thereunder.
|
|
4
|
Quantity of subject matter to be procured
|
<To be fitted in by the Procuring Entity
|
- The Procuring entity shall judiciously assess and
take into account the budgetary allocations for determining the quantity to
be procured,
|
|
5
|
Time Schedule
|
<To be filled in by the Procuring Entity
|
- A tentative schedule (specifying the month) for
procuring.
|
|
6
|
Cost Estimation
|
< To befitted in by the
Procuring Entity>
|
The Procuring Entity shall work out the estimated costs
in realistic and objective manner with due diligence, this being a vital
element in procurement process like approvals, establishing reasonableness of
prices at the time of evaluation of bids, etc.
|
|
8
|
Technical Specifications
|
<To be fitted in by the Procuring Entity
|
Where applicable, the technical specifications
shall, to the extent practicable, be based on the
National/State technical regulations or recognized standards for building
codes, wherever such standards exist, and in the absence, be based on the
relevant international standards.
|
FORM 'D'
[See rule 6(1)]
Format of Annual
Procurement Plan
|
Subject Matter
|
Time Period
|
Quantity
|
Estimated cost
|
Procurement method
|
Approved Budgetary Outlay
|
|
<Either specify individual items OR do packaging of
similar items and write them in the column>
|
<A tentative schedule (specifying the month) for
procuring>
|
<Number of quantities to be purchased>
|
|
|
|
Note: The Procuring Entity can add any number
of line sterns to the above Performa.
Signature
Name and Designation of the
Head of Office
Name of the Procuring
Entity
FORM 'E'
[See rule 6(2)]
Format of Annual
Performance Review Report
Name of the Procuring Entity------------------------------
Name of the Administrative Department of the
Procuring Entity--
Financial Year of Annual Procurement Plan
being reviewed------
Annual Procurement Plan submission
date-------------------------
|
Table 2
|
|
Annual Procurement Plan as submitted in
Form 'D'
|
Actual Performance as against Annual
Procurement Plan
|
Remarks for Deviation, if any
|
|
Subject Matter
|
Time
|
Quantity
|
Estimated cost
|
Procurement method
|
Subject Matter
|
Time
|
Quantity
|
Estimated cost
|
Procurement method
|
|
|
|
|
|
|
|
|
|
|
|
|
Note: The Procuring Entity can add any number
of line items to the above Performa
Signature of the Competent
Authority
FORM 'F'


FORM G
[See rule 19(2)]
Show Cause Notice to Bidder for Blacklisting
BY REGD. POST/SPEED POST/COURIER
No............
Date.............
To <Name of the Bidder>
< Address of the
bidder>.................................
Sub: Show Cause Notice
Ref:
Dear Sir,
You are hereby required to show cause in writing within 15 days from the
date hereof why you shall not be blacklisted and be debarred from entering into
any contracts with <Name of the Procuring Entity> for the following
reasons: (Give Reasons)
Your reply (if any) shall be supported by documents and documentary
evidence which you wish to rely in support of you reply shall you fail to reply
to this Show Cause Notice within the time and manner aforesaid, it will be
presumed that you have nothing to say and we shall proceed accordingly, Your
reply, if any, and the documents/documentary evidence given in support shall;
be taken into consideration prior to arriving at a decision.
Yours faithfully,
For & On behalf of Procuring Entity.
FORM 'H'
[See rules 20,23, 28]
Purchase through method of
procurement other than Open Competitive Bidding
|
Particulars
|
Details
|
|
Subject matter of procurement
|
|
|
Estimated Monetary Value of procurement
|
|
|
Other Method of procurement adopted
|
|
|
Reasons/justification of other method of procurement
|
|
|
Any other Detail, if required
|
|
Signature of Procuring
Entity
Signature of Competent
Authority [Rule 20/Rule 23 as applicable]
Signature of Administrative
Department [Rule 20/Rule 28 as applicable]
FORM 'I'
[See rule 23(2)]
Proprietary Article
Certificate Valid for the Current Financial Year
|
File Number and Date Reference
|
|
|
1
|
Description of article
|
|
|
2
|
Forecast of quantity/annual requirement
|
|
|
3
|
Approximate estimated value for above quantity
|
|
|
4
|
Maker's name and address
|
|
|
5
|
Name( s) of authorized dealers/Stockists
|
|
|
6
|
I approve the above purchase on PAC basis and certify
that: --
Note-Tick to retain only one out of (b), (c-1) or (c-2)
whichever is applicable and cross out others. Please do confirm (a) by
ticking it - without which PAC certificate will be invalid.
|
|
6(a)
|
This is the only firm who is manufacturing/stocking
this item
And
|

|
|
6(b)
|
A similar article is not manufactured/sold by any other
firm, which could be Used in lieu OR
|

|
|
6
|
No other make/brand will be suitable for following
tangible reasons (like OEM/warranty spares): OR
|
|
|
(c-1)
|
|
|
|
|
|
6(c)
|
No other make/brand will be suitable for following
intangible reasons (if PAC was also given in the last procurement cycle,
please also bring out efforts made since then to locate more sources): OR
|

|
|
|
|
7
|
Reference of concurrence of finance wing to the
proposal:
|
|
|
|
History or PAC purchases of this item for past three
years may be given below
|
|
Name of the Supplier
|
|
|
|
Order/Tender Reference & Date
|
Quantity Ordered
|
Basic Rate on Order (Rs.)
|
Adverse Performance Reported if Any
|
|
|
|
|
|
|
|
|
|
|
|
|
Signature of Approving
Authority.
Date...............................
Designation of
Officer...................
FORM 'J'
[See rule 27]
Purchase through Spot
Purchase
"Certified that I, the Purchase
Committee is satisfied that the goods recommended for purchase are of the
requisite specification and quality, priced at the prevailing market rate and
the supplier recommended is reliable and competent to supply the goods in
question, and it is not Blacklisted as per section 26 of the Act"
Signature of Purchase
Committee
Signature of Competent Authority
FORM 'K'
[See rule 31& Appendix 6]
Certificate to be furnished by Project
Proponent
It is hereby certified that;
1.
The__________________
(Name of project) has been submitted by the undersigned as the duly authorized
representative of_________________ (Name of Project Proponent) under the Swiss
Challenge Method.
2.
The Project
Proponent shall support fair competition through open bidding process to obtain
the most advantageous bid
3.
The Project
Proponent agrees to the standard project structure, Bidding Documents,
concession agreement as decided by the Administrative Department/Government of
Punjab.
4.
The Project
Proponent agrees to abide by the Regulatory Authority, as and when formed by
the Government of Punjab or through legislation applicable.
5.
The Project
Proponent agrees that the Administrative Department concerned reserves the
right to call off the project prior to receiving the approval on detailed and
comprehensive proposal from State Level Empowered Committee without assigning
any reason to the Project Proponent
6.
In case, the
Administrative Department intends to call off the project after receiving
approval on detailed and comprehensive proposal from State Level Empowered
Committee, it shall seek approval for the same from the State Level Empowered
Committee.
7.
The Project
Proponent is technically and financially competent to handle the project
implementation for which the proposal has been submitted.
8.
The Project
Proponent understands and agrees that if the Project Proponent fails to submit
the Detailed Proposal/Detailed Project Report within the stipulated period
given by the Administrative Department for the same, then, the Administrative
Department may at its discretion exercise the option to develop the project on
its own, through its agencies or through any third party, without the Project
Proponent having any claims, whatsoever.
9.
The Project
Proponent agrees to abide by the provisions of the Punjab Transparency in
Public Procurement Act, 2019 and Punjab Transparency in Public Procurement
Rules, 2022.
10.
That my
above statements are true and correct to the best of my knowledge and belief.
Dated:
Signature:
Name and Designation of Authorized
Representative of Project
Proponent:
FORM 'L'
[See rule 31 and Appendix
6]
Details of Proposal by Project
Proponent
Name of the Project Proponent:
Name of the Project:
|
S. No.
|
Description
|
Yes/No (wherever Applicable)
|
Particulars
|
Reference/Form
|
|
|
General Information on the Project:
|
|
1.1.
|
Define/Brief the Project Proposal
|
|
|
|
|
1.2.
|
Explain the uniqueness of the project i.e. the reasons
for its being unique.
|
|
|
|
|
1.3.
|
Characteristics of the Project
|
|
|
|
|
1.4.
|
Cost of the Project and Other Details
|
|
|
|
|
1.5.
|
Slate whether the letter has been submitted by the
Project Proponent adhering the conditions of the Swiss Challenge Method
|
|
|
|
|
|
Assessment of Need of the project
|
|
2.1.
|
Nature of intended use
|
|
|
|
|
2.2.
|
Justification of need
|
|
|
|
|
|
Details on technology (applicable in case of new
technology)
|
|
3.1.
|
Details of technology used for the project
|
|
|
|
|
3.2.
|
Is the technology proprietary?
(a) Why shall govt. go for this technology only?
(b) What if sourcing of another technology has to be
made in future during the life of the project for any reason?
|
|
|
|
|
|
Need for Govt. Support
|
|
4.1
|
State the type of govt. support required, if any,
|
|
|
|
|
4.2
|
and why?
Will the proponent be able to raise necessary funds
& equity to undertake the project? (State how)
|
|
|
|
|
Eligibility of the proponent to undertake the project
|
|
5.1
|
Is proponent planning to undertake the project on its
own or through a consortium to meet the technical, financial and
technological needs? Please Elaborate.
|
|
|
|
|
Project Structure & Output
|
|
6.1.
|
Whether the model (BOOT, BOT etc.), concession period,
if any, been mentioned in the report?
|
|
|
|
|
6.2.
|
Service/Output levels (Specify if applicable)
|
|
|
|
|
Project Financials
|
|
7.1.
|
User Fee, Tariff/fares (Specify) and their variation
with time
|
|
|
|
|
7.2.
|
Provide all IRR details and provide NPV of the project
from income from operations and other forms.
|
|
|
|
|
Clearance/Approvals
|
|
8.1.
|
State whether the environmental assessment is required
for the project
|
|
|
|
|
8.2.
|
State whether the Project Proponent has mentioned all
related approvals (Statutory or otherwise) required for the project.
|
|
|
|
|
Qualifications of Project Proponent
|
|
9.1.
|
State whether the proponent has the technical
competence for undertaking the Project? If yes, how?
|
|
|
|
|
9.2.
|
Stale whether the proponent has the financial
competence for undertaking the Project? If yes, how?
|
|
|
|
|
Any other
|
|
10.1.
|
Any other item/observation which the proponent feels
additionally relevant to mention,
|
|
|
|
|
10.2
|
Whether the Project Proponent agrees to come under the
regulatory authority as and when formed by the Govt. or through law?
|
|
|
|
|
10.3.
|
Is this a conditional proposal? Please specify
|
|
|
|
Note:
1.
While
preparing this Form, the placement of relevant references in the proposal have
been indicated above.
2.
Appropriate
response to queries in Yes/No, where applicable, has been given and details, as
required, have been elaborated under 'Particulars' column
3.
It is
agreed that the above form could be modified, or additional information sought
by the Administrative Department concerned at any time in future.
4.
The
above Form is provided in signed hard copy and also in soft copy.
Signature of the Head of the
Organization/Agency (Project Proponent) with Stamp and Date
FORM 'M'
[See rule 31 and Appendix 6]
Contents of Detailed Project Report
1.
Executive
Summary
2.
Project
profile
(a)
Project
objectives
(b)
Project
sponsors
(c)
Project
location
3.
Proposed
business profile
(a)
Product mix
(b)
Estimated
production and investments
4.
Market analysis
(a)
Current
scenario
(b)
Demand
assessment
(c)
Strategies
(d)
Growth
drivers
(e)
SWOT
analysis
5.
Establishing
the need of the project
(a)
Detailed
explanation of uniqueness of the project
(b)
Demonstration
of Public Need
(c)
Demonstration
of being in compliance with plans of Department
(d)
Demonstration
of no conflict with any Departmental scheme which provides the same service
6.
Policy
support and activities
(a)
Government
initiatives
(b)
Special
government schemes
(c)
Policy
packages
7.
Land and
site analysis
(a)
Site
location
(b)
Land
ownership and land cost
(c)
Geographical
conditions
8.
Proposed
master plan, technical specifications & project cost estimates
(a)
Utility
relocation plan
(b)
Engineering
surveys and investigations
(c)
Layout plans
and drawings
(d)
Proposed
common infrastructure, facilities etc.
(e)
Design
criteria and spatial requirements
(f)
Preparation
of BOO
(g)
Technical
parameters, specifications and drawings
(h)
Cost
estimates of the project
9.
Project
means of finance & financial appraisal
(a)
Means of
financing
(b)
Appraisal
framework and objectives
(c)
Financial
projections
(d)
Value for Money
analysis (if applicable)
10.
Identification
of risks
(a)
Risk
identification
(b)
Risk
allocation and mitigation techniques
11.
Economic
benefits of the project
12.
Environment
assessment (if applicable)
(a)
Environmental
impact assessment
(b)
Social
assessment
(c)
Project
related approvals
13.
Project
structure and implementation schedule
(a)
Framework
for project implementation
(b)
Contractual
framework
(c)
Role of
project consultant and Project Proponent
(d)
Model
concessionaire agreement
14.
Project
operation and maintenance Operation and maintenance framework
15.
Any other
approvals (statutory or otherwise) required to be taken from Government of
Punjab/Government of India/any other authority.
16.
List of
Forms (To be submitted as applicable)
(a)
Memorandum
and articles of association
(b)
List of
participating entrepreneurs
(c)
Land
documents (if any)
(d)
Draft
shareholders agreement
(e)
Draft leave
and license agreement
(f)
Draft
procurement process
(g)
Any other
documents as required by the Administrative Department concerned.
FORM 'N'
[See rule 31 & Appendix
6]
Submission of detailed and
comprehensive proposal by Project Proponent (Hard Copy and Soft Copy)
|
S. No.
|
Item
|
Response
|
Ref./Form
|
|
1
|
General
|
|
|
|
1.1
|
Name of the Project
|
|
|
|
1.2
|
Type of PPP (BOT, BOOT, BOLT, OMT etc.), if applicable
|
|
|
|
1.3
|
Location (State/District/Town)
|
|
|
|
1.4
|
Administrative Department
|
|
|
|
1.5
|
concerned
|
|
|
|
1.6
|
Name of the Implementing Agency/Proponent Concession
Period
|
|
|
|
2
|
Project Description
|
|
|
|
2.1
|
Brief description of the project
|
|
|
|
2.2
|
Justification for the project (Need)
|
|
|
|
2.3
|
Possible alternatives, if any
|
|
|
|
2.4
|
Estimated capital costs with break-up tinder major
heads of expenditure. Also indicate the basis of cost
|
|
|
|
2.5
|
estimation.
|
|
|
|
2.6
|
Investment phasing
Project implementation Schedule
(PIS)
|
|
|
|
3
|
Financing Arrangements
|
|
|
|
3.1
|
Sources of financing (equity, debt
|
|
|
|
3.2
|
etc.)
Indicate the revenue streams of the
Project (Annual flows over project
|
|
|
|
3.3
|
life). Also indicate the underlying
|
|
|
|
3.4
|
assumptions
|
|
|
|
3.5
|
Indicate the NPV of revenue streams
|
|
|
|
3.6
|
Tariff/user charges? Please specify in detail.
Have any FIs been approached? If yes, their response
may be indicated Value for Money Analysis
|
|
|
|
4
|
Internal Rate of return (IRR)
|
|
|
|
4 1
|
Economic IRR (if computed)
|
|
|
|
4.2
|
Financial IRR, indicating various assumptions (attach
separate sheet if necessary)
|
|
|
|
5
|
Clearances
|
|
|
|
5.1
|
Status of environmental clearances Clearances/approvals
(statutory or
|
|
|
|
5.2
|
otherwise) required from Government of India. State
Government and other
|
|
|
|
5.3
|
authorities/local bodies Other support required from
the State Government
|
|
|
|
6
|
Support from Govt. of Punjab
|
|
|
|
6.1
|
Viability Gap Funding, if required
|
|
|
|
6.2
|
Govt. of Punjab guarantees being sought, if any
|
|
|
|
7
|
Concession Agreement
|
|
|
|
7.1
|
Is the Concession Agreement based on MCA? If yes,
indicate the variations, if any, in a detailed note
|
|
|
|
7.2
|
(to be attached) Details of Concession Agreement (To be
attached along with the submission)
|
|
|
|
8
|
Remarks if, any
|
|
|
1.
While
preparing this format, the placement of relevant references/Form in the
detailed proposal has been mentioned as above.
2.
It is
agreed that the above format could be modified, or additional information
sought by the Administrative Department concerned at any time in future
3.
The
above Form is provided in signed hard copy and separately in soft copy also.
Signature of the Head of
the Organization
(Project Proponent) with
date and stamp
FORM 'O'
[See rule 31 & Appendix
6]
Project Financial Summary
|
S. No.
|
Item
|
Response
|
|
1
|
General
|
|
|
1.1
|
Name of the Project
|
|
|
1.2
|
Type of PPP (BOT, BOOT, BOLT, OMT etc.), if
|
|
|
1.3
|
applicable
|
|
|
1,4
|
Capacity of the Project Concession Period
|
|
|
2
|
Project cost
|
|
|
2.1
|
Land cost
|
|
|
2.2
|
Building cost
|
|
|
2.3
|
Plant & Machinery cost
|
|
|
2.4
|
Operation & maintenance cost
|
|
|
2.5
|
Other Costs if any
|
|
|
3
|
Financing Arrangements
|
|
|
3.1
|
Financing Structure (% of equity and debt)
|
|
|
3.2
|
Interest on debt (Assumed)
|
|
|
3.3
|
Is any financial support from GoP required?
|
|
|
4
|
Revenue streams for each Concession Year
|
|
|
4.1
|
Revenue from Tariff.
|
|
|
4.2
|
Revenue from Advertising
|
|
|
4.3
|
Other Revenue Streams
|
|
|
4.4
|
Indicate the NPV of revenue streams with 12%
discounting
|
|
|
5
|
IRR
|
|
|
5.1
|
Economic IRR (if computed)
|
|
|
5.2
|
Equity IRR
|
|
|
5.3
|
Project IRR
|
|
|
6
|
Other remarks, if any
|
|
Excel sheet format to be provided for
year-wise information (as applicable) for the concession period,
Signature of the Head of
the Organization (Project Proponent) with date and stamp
SCHEDULE
1
[See rule 13]
[The Schedule 1 appended to
these Rules is a guiding Bidding Document which is non-exhaustive and
non-restrictive. The Procuring Entity while preparing (he Bidding Document
shall have the flexibility to add/modify or delete any clause/form provided in
the Schedule 1 as per their requirements.]
Part A
Preparing Bidding Document
1.
Preparation
of Bidding Document.--
The text of the Bidding Document shall be
self-contained and comprehensive without any ambiguity. All essential
information, which a bidder needs for sending responsive bid, shall be clearly
spelt out in the Bidding Document in simple language.
The Bidding Document shall necessarily
address the following essential aspects in consonance with the relevant
provisions of the Act and these Rules;
(1)
Description
of the subject matter of procurement, its specifications including the nature,
quantity, time and place or places of delivery;
(2)
Limitation
or preference for participation by bidders in terms of the Government policies;
(3)
The
criteria for eligibility and qualification to be met by the bidder (the
eligibility criteria shall take care of the supplier's eligibility to receive
such a Government contract. The qualification criteria shall take care of the
supplier's past performance, experience, technical competence and production
capacity of the subject goods, financial strength to handle the contract
successfully, compliance with environmental protection regulations/Environment
Management System and so on);
(4)
There
are no such qualifications for the bidders that would be advantageous to the
foreign manufactured goods at the cost of domestically manufactured goods;
(5)
The
procedure along with details such as date, time and place for obtaining,
submitting and opening of the bids;
(6)
Terms
of delivery/completion;
(7)
Suitable
provisions for enabling a bidder to seek clarification with respect to the
bidding conditions. bidding process etc. These provisions shall include a time
frame in which Procuring Entity will address me bidder's queries;
(8)
Criteria
for determining the responsiveness of bids. criteria as well as factors to be
taken into account for evaluating the bids on a common platform and the
criteria for awarding the contract to the responsive, most advantageous
(lowest/highest as the case may be) bidder shall be clearly indicated in the
Bidding Documents. The Bidding Document shall include a clause that "if a
firm quotes NIL. charges/consideration, the bid shall be treated as
unresponsive and will not be considered":
(9)
Suitable
provision for settlement of disputes, if any, emanating from the resultant
contract, shall be kept in the Bidding Document
(10)
Essential
terms of the procurement contract including a suitable clause mentioning that
the resultant contract will be interpreted under Indian laws.
2.
Contents
of Bidding Documents.--
The main sections of the Bidding Document
shall be:
(1)
Notice
Inviting Bid (NIB);
(2)
Instructions
to Bidders (ITB);
(3)
Eligibility
and qualification criteria
(4)
Schedule
of requirements/work requirements
(5)
Technical
specifications (including Drawings) and Quality Assurance (Inspections and
Tests);
(6)
General
Conditions of Contract (GCC);
(7)
Special
Conditions of Contract (SCC) (S) Format for Bid Covers. Contract Forms
3.
Notice
Inviting Bid (NIB).--
The NIB shall be brief but must contain
sufficient detail for a prospective bidder to decide whether to participate in
the bidding or not and, if he decides to participate, how to go about it. To
ensure competition and widest possible publicity, the NIB shall be published on
the State Public Procurement Portal; and Departmental website. The NIB shall
contain the following information:
(1)
Name
of the Procuring Entity
(2)
Brief
description of the subject matter of procurement
(3)
Bid
Security Details for could be provided in ITB]
(4)
Cost
of document/tender fee [or could be provided in ITB]
(5)
Period
of availability of tender online
(6)
Start
dale and time for submission of bids
(7)
Last
date and time for submission of bids online ($) Date and lime of opening of bid
(8)
Signature
of the Procuring Entity (DSC)
(9)
Any
other detail, if required
In case of procurement through a limited
tender, the NIB may be uploaded on State Public Procurement Portal and
Departmental website with a note saying:
"This notice is being published for
information only and is not an open invitation to quote in this limited tender.
Participation in this tender is by invitation only and is limited to the
selected Procuring Entity's registered suppliers. Unsolicited offers are liable
to be ignored. However, suppliers who desire to participate in such tenders in
future may apply for registration with Procuring Entity as per procedure."
4.
Instruction
to Bidders (ITB).--
ITB contain ail relevant information as well
as guidance to the prospective bidders regarding all aspects of obtaining Bidding
Documents and preparing and submitting a responsive bid. It also mentions the
process of establishing the eligibility of the bidder as well as evaluation and
comparison of bids and award of contract. Instruction to Bidders shall not
contain information on processes after the announcement of the award which
shall be covered in General Conditions of Contract, for example, the
arbitration clause, resolution of disputes, and so on. Important clauses of ITB
which may be included in the Bidding Document are:
(1)
Purchase
Preference Policies: If the purchaser intends to give a purchase preference in
line with section 13 of the Act, this fact must be declared in the Instructions
to Bidders and in Notice Inviting Bid as well.
(2)
Pre-bid
Clarification:
(a)
A
prospective bidder requiring clarification on the Bidding (Documents may notify
to Procuring Entity well before the due date of submission of bids, and a
response will be sent to the clarifications sought prior to the date of opening
of bids as per the procedure prescribed on e-Procurement Portal or specified in
Instruction to Bidders. The Procuring Entity can also mention the clarification
start date and time and clarification end date and time, if required.
(b)
In
case of turnkey contract(s) or contract(s) of special nature for procurement of
sophisticated and costly equipment or wherever felt necessary, a suitable
provision is to be kept in the Bidding Documents for one or more rounds of
pre-bid conference for clarifying issues and clearing doubts, if any, about the
specifications and other allied technical details of the plant, equipment and
machinery etc. projected in the Bidding Document. The date, time and place of
pre-bid conference shall be indicated in the Bidding Document. This date shall
be sufficiently ahead of bid opening dale. The records of such pre-bid
conference shall be intimated to all bidders and. shall also be exhibited on
the website(s) where tender was published.
(3)
Amendment
of Bidding Documents:
(a)
At any
time prior to the deadline for submission of Bids, the Procuring Entity may
amend the Bidding Documents by issuing Addendum/Corrigendum. The Corrigendum
will appear on the e-Procurement Portal and email notification may also be sent
automatically to those Bidders who have downloaded the Tender.
(b)
Any
Addendum/Corrigendum thus issued shall be part of the Bidding Documents and
deemed to have been communicated to all the Bidders. Bidders are advised to
check the e-procurement website for any Addendum/Corrigendum. The Procuring
Entity shall not be held responsible in any manner if prospective Bidders miss
any Addendum/Corrigendum published on the e-Procurement Portal.
(c)
In
older to give reasonable time to prospective Bidders to take necessary action
in preparing their Bids, the Procuring Entity may, with the approval of
Competent Authority, extend the deadline for the submission of Bids, and other
allied time frames, which are linked with such deadline.
(4)
Bid
Validity: A bid shall remain valid for a period of 90 days and shall be
mentioned in the Instruction to Bidders. In exceptional circumstances, the
consent of the bidder may be requested in writing for an extension to the
period of bid validity. Such requests shall preferably be made much before the
expiry of the bid validity. The bid security provided shall also be suitably
extended. A bidder accepting the request and granting extension shall not be
permitted to modify his bid.
(5)
Bid
Security:
(a)
To
safeguard against a bidder's withdrawing or altering its bid during the bid
validity period in the case of advertised or limited tender enquiry. Bid
Security (also known as Earnest Money) is to be obtained from the bidders.
(b)
Amount
of bid security shall ordinarily range between two percent to five percent of
the estimated value of the goods to be procured. The amount of bid security
shall be determined accordingly by the Procuring Entity and indicated in the
Bidding Documents.
(c)
Bid
Security shall be submitted in electronic format online (NEFT/RTGS/Internet
Banking or any other online mode available on e-Procurement Portal).
(6)
Forfeiture
of Bid Security:
(a)
The
Bid security deposited by a bidder shall be forfeited in the following cases,
namely:-
(i)
when
the bidder withdraws or modifies its bid after opening of bids;
(ii)
when
the bidder, after being selected for award of contract, does not deposit the
required performance security within the specified period; and
(iii) if the bidder breaches any provision of code
of integrity prescribed for bidders as specified under section 7 of the Act.
(7)
Withdrawal,
Substitution and Modification of Bids: The bidder, after submitting the bid, is
permitted to withdraw, substitute or modify the Bid on e-Procurement Portal
before the deadline for submission of Bids. Any such request received after the
prescribed date and time of receipt of Bids will not be considered. No bid may
be withdrawn in the interval between the deadline for submission of bids and
expiration of the period of bid validity. Withdrawal of a bid during this
period will result in forfeiture of the bidder's Bid Security and other
sanctions.
(8)
Eligibility/Qualification/Evaluation
Criteria: If it is intended to use eligibility/qualification/evaluation
criteria to evaluate a Bid and determine whether a bidder has the required
qualifications, this point may be clearly specified in Notice Inviting Bid,
Instruction To Bidders or as a separate section of the Bidding Document. The
bidder has to ensure that he provides convincing proof of having fulfilled
these criteria. Any criteria not specified in the Bidding Document cannot be
used for evaluation or qualification.
(9)
Sustainable
and Green Public Procurement: While specifying the evaluation criteria, the
Procuring Entity may consider assigning of the preferential points for the
bidder who meets the Sustainable or Green Public Procurement qualifying
criteria stipulated in the Bidding Document.
(a)
Sustainable
Public Procurement: Sustainable Public Procurement is a process by which
procurement entities seek to achieve the appropriate balance between the three pillars
of sustainable development- economic, social and environmental-when procuring
goods, services or works at all stages of the procurement cycle including
contract management.
(b)
Green
Public Procurement; Green Public Procurement means that procurement entities
seek lo purchase goods, services and works with a reduced environmental impact
throughout their life-cycle compared to goods, services and works with the same
primary function which would otherwise be procured.
(10)
Conflict
of Interest among Bidders/Agents: A bidder shall not have conflict of interest
with other bidders. Such conflict of interest can lead to anti-competitive
practices to the detriment of Procuring Emily's interests. The bidder found to
have a conflict of interest shall be disqualified. A bidder may be considered
to have a conflict of interest with one or more parties in this bidding
process, if:
(a)
they
have controlling partner (s) in common; or
(b)
they
receive or have received any direct or indirect subsidy/financial stake from
any of them; or
(c)
they
have the same legal representative/agent for purposes of this bid; or
(d)
they
have relationship with each other, directly or through common third parties,
that puts them in a position to have access to information about or influence
on the bid of another bidder; or
(e)
Bidder
participates in more than one bid in this bidding process. Participation by a
bidder in more than one Bid will result in the disqualification of all bids in
which the parties are involved. However, this does not limit the inclusion of
the components/sub-assembly/assemblies from one bidding manufacturer in more
than one bid.
(f)
Bidder
or any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the contract that is the subject of the
Bid:
(g)
in
case of a holding company having more than one independently manufacturing
units, or more than one unit having common business ownership/management, only
one unit shall quote. Similar restrictions would apply to closely related
sister companies. Bidders must proactively declare such sister/common
business/management units in same/similar line of business.
(11)
Schedule
of Requirements/Works:
(a)
Schedule
of Requirements: This shall have all information related to Goods and related
services including technical specifications and allied requirements, delivery
schedule and name(s) and address(es) of Consignee(s) and any specific
inspection and testing requirements.
(b)
Works
Requirements: This shall have all information related to works including Bill
of Quantities. technical specification, Drawings and supplementary information,
completion schedule etc.
(12)
The
Procuring Entity shall mention in the bidding document any increase/decrease of
the quantity of subject matter of procurement in the scope of work as per the
CVC guidelines/financial guidelines issued from lime to time.
(13)
Grievance
Redressal, Appeals, Repeals and Savings: The name of the officer designated by
the Procuring Entity under sub-section (1) of Section 49 shall be specified
here.
5.
General
Conditions of Contract & Special Conditions of Contract (GCC & SCC).--
The GCC to be used for contracting for
procurement are provided in Procuring Entity's Bidding Document. GCC covers all
information on aspects after the announcement of the tender award till the
closure of the contract and dispute resolution. It shall not cover any aspect
up to announcement of award. Instead of modifying the GCC every time, any changes
warranted by special circumstances may be indicated in a separate SCC with the
prior approval of the CA and GCC may be included unchanged in every Bidding
Document. It is also to be indicated therein that the provisions in the SCC
will supersede the corresponding provisions in the GCC. The following clauses
could be provided under the GCC/SCC:
(1)
Contract
documents; Subject to the order of precedence set forth in the Contract
Agreement. all documents forming the Contract (and all parts thereof) are
intended to be correlative, complementary, and mutually explanatory. The
Contract Agreement shall be read as a whole.
(2)
Governing
Law: Throughout the execution of the Contract, the Contractor shall comply with
applicable Laws of India.
(3)
Code
of Integrity and Corrupt and Fraudulent Practices
(a)
The
Procuring Entity and all officers or employees of the Procuring Entity, whether
involved in the procurement process or otherwise, or Contractor and their
representatives or service providers participating in execution of the contract
or other persons involved, directly or indirectly in any way in execution of
the contract shall maintain an unimpeachable standard of integrity and refrain
from Fraud and corruption.
(b)
All
personnel of Procuring Entity and Contractor and their representatives
concerned with the entire execution of Contract including supply of Goods and
Related Services may refer to provisions of Section 7 and Chapter XII of 'The
Punjab Transparency in Public Procurement Act. 2019' in this regard. Any breach
of code of integrity and corrupt and fraudulent practices shall attract
provisions in the Act and the Rules.
(4)
Procedure
for settlement of disputes: Disputes arising during the execution of contract
shall be settled through amicable settlement by arbitration as prescribed in
the Arbitration Act 1996 and the Arbitration and Conciliation (Amendment) Act,
2015 and same shall be specified in the conditions of contract.
(5)
Inspections
and Audit by the Government of Punjab: The Supplier shall permit, and shall
cause its Subcontractors to permit, the Govt. of Punjab anchor persons
appointed by the Govt. of Punjab to inspect the Supplier's offices and all
accounts and records relating to the performance of the Contract and the
submission of the bid, and to have such accounts and records audited by
auditors appointed by the Govt. of Punjab, if requested.
(6)
Terms
of payment: The Contract Price, including any Advance Payments, if applicable,
shall be paid as specified in the conditions of contract
(7)
Taxes
and Duties: The Supplier shall be entirely responsible for all taxes, duties,
license fees, etc., incurred until delivery of the contracted Goods to the
Procuring Entity.
(8)
Performance
Security/Perforrmance Bank Guarantee:
(a)
If
required as specified in the conditions of contract, the Supplier shall, within
fifteen (15) days of the notification of contract award, provide a performance
security for due performance of the Contract in the amount specified in the
conditions of contract.
(b)
The
proceeds of the Performance Security shall be payable to the Procuring Entity
as compensation for any loss resulting from the Supplier's failure to complete
its obligations under the Contract.
(c)
The
Performance Security if required and specified in conditions of contract shall
be in Indian Rupees; and shall he in one of the formats stipulated by the
Procuring Entity in the conditions of contract.
(d)
Performance
Security shall remain valid till the completion of the contract.
(e)
The
Performance Security shall be discharged by the Procuring Entity and returned
to the Supplier not later than twenty-eight (28) days following the date of
Completion of the Supplier's performance obligations under the Contract,
including any warranty obligations, unless specified otherwise in the
conditions of contract.
(f)
In
case any firm fails to abide by any terms & conditions of the tender or
contract; its performance security will be liable to be forfeited and
shall bear the loss as per conditions.
(9)
Liquidated
Damages: [f the Supplier fails to deliver any or all of the Goods by the
Date(s) of delivery or perform the Related Services within the period specified
in the Contract, the Procuring Entity may without prejudice (o all its other
remedies under the Contract, deduct from the Contract Price, as liquidated
damages, a sum equivalent to the percentage specified in the SCC of the price
of the delayed Goods or unperformed Services for each week or part thereof of
delay until actual delivery or performance, up to a maximum deduction of the
percentage specified in the SCC. Once the maximum is reached, the Procuring
Entity may terminate the Contract.
(10)
Force
Majeure:
(a)
The
Supplier shall not be liable for forfeiture of its Performance Security.
liquidated damages. or termination for default if and to the extent that its
delay in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure.
(b)
For
purposes of this Clause, "'Force Majeure" means an exceptional event
or circumstance:
(i)
which
is beyond a Party's control,
(ii)
which
such Party could not reasonably have provided against before entering into the
Contract,
(iii) which, having arisen, such Party could not
reasonably have avoided or overcome, and
(iv)
which
is not substantially attributable to the other Party.
(c)
Force
Majeure may include, but is not limited to, exceptional events or circumstances
of the kind listed below, so long as conditions (i) to (iv) above are
satisfied:
(i)
war,
hostilities (whether war be declared or not), invasion, act of foreign enemies,
(ii)
rebellion,
terrorism, sabotage by persons other than the Contractor's Personnel,
revolution, insurrection, military or usurped power, or civil war,
(iii) Hot, commotion, disorder, strike or lockout
by persons other than the Contractor's Personnel,
(iv)
munitions
of war, explosive materials, ionizing radiation or contamination by
radio-activity, except as may be attributable to the Contractor's use of such
munitions, explosives, radiation or radioactivity, critical health or
environmental emergencies such as a pandemic and
(v)
natural
catastrophes such as earthquake, hurricane, typhoon or volcanic activity.
(d)
If a
Force Majeure situation arises, the Supplier shall promptly notify the
Procuring Entity in writing of such condition and the cause thereof. Unless
otherwise directed by the Procuring Entity in writing, the Supplier shall
continue to perform its obligations under the Contract as far as is reasonably
practical and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.
(11)
Termination
(a)
Termination
for Default: The Procuring Entity, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the Supplier, may
terminate the Contract in whole or in part:
(i)
if the
Supplier fails to deliver any or all of the Goods/Services/Works within the
period specified in the Contract, or within any extension thereof granted by
the Procuring Entity
(ii)
if the
Supplier fails to perform any other obligation under the Contract; or
(iii) if the Supplier, in the judgment of the Procuring
Entity has violated Code of Integrity and/or engaged in fraud and corruption,
in competing for or in executing the Contract.
(b)
Termination
for Insolvency: The Procuring Entity may at any time terminate the Contract by
giving notice to the Supplier if the Supplier becomes bankrupt or otherwise
insolvent. In such event, termination will be without compensation to the
Supplier, provided that such termination will not prejudice or affect any right
of action or remedy that has accrued or will accrue thereafter to the Procuring
Entity
(c)
Termination
for Convenience: The Procuring Entity, by notice sent to the Supplier, may
terminate the Contract. in whole or in part, at any time for its convenience.
The notice of termination shall specify that termination is for the Procuring
Entity's convenience, the extent to which performance of the Supplier under the
Contract is terminated, and the date upon which such termination becomes
effective.
<Format for Bid
Covers>
Schedule 1
Format 1
Letter of Bid
(To be used only in case of
Single Envelope process and not to be used for Two Envelope process)
|
The Bidder must prepare the Letter of Bid on stationery
with its letterhead clearly showing the Bidder's complete name and address.
Note: All italicized text is for use in preparing
the form and shall be deleted.
|
Dale of this Bid submission: [insert date (as
day, month and year) of Bid submission]
Notice Inviting Bid No. : [insert
identification]
To:
[insert complete name of Procuring Entity]
We, the undersigned, declare that:
1.
We
have examined and have no reservations to the Bidding Documents, including
Addenda/Corrigenda issued in accordance with Instructions to Bidders;
2.
We
meet the eligibility requirements as per Instructions to Bidders;
3.
We
offer to supply in conformity with the Bidding Documents and in accordance with
the Delivery Schedule specified in the Schedule of Requirements the following
Goods and related services:
.......................................................
[insert a brief description of the Goods/Service/Works;
4.
The
total price of our Bid, excluding any discounts offered in Para (5) below is:
(i)
Total
all-inclusive Price of each Lot of goods as per technical specifications given
in 'Schedule of Requirements' is ...................(in Rupees) (insert the total
price of the Bid in words and figures]
(ii)
Total
all-inclusive price of related services applicable for the same Lot as in (i)
above and specified in 'Schedule of Requirements' is................... (in
Rupees)/insert the total price of the Bid in words and figures]
(iii) Bid Price for each Lot of
Goods/Services/Works (Grand
Total of (i) & (ii) above) is
................ (in Rupees)
[insert the total price of the Bid in words
and figures]
[Insert one of the options below us
appropriate]
Option 1, in case of one lot:
Bid Price (Grand Total of (i) & (ii)
above) is ................
(in Rupees) [insert the total price of the
Bid in words and figures]:
Or
Option 2, in case of multiple Lots:
(a)
Total
Bid price of each lot (Grand Total of (i) & (ii) above for the particular
Lot) is................(in Rupees) [insert the total price of each lot in words
and figures]; and
(b)
Total
Bid price of all lots (Sum of the Grand Total of (i) & (ii) above for all
the lots) [insert the total price of all lots in words and figures].
5.
The
discounts offered and the methodology for their application are:
(i)
The
discounts offered are: [Specify in detail each discount offered.]
(ii)
The
exact method of calculations to determine the net price alter application of
discounts is shown below, [Specify in detail the method that shall be used to
apply the discounts_____________;
6.
Bid
Validity Period: Our Bid shall be valid for the period specified in (he Bidding
Document from the dale fixed for the bid submission deadline as per Bidding
Document (and as amended, if applicable), and it shall remain binding upon us
and may be accepted at any time before the expiration of that period:
7.
If our
bid is accepted, we commit to obtain a performance security in accordance with
the Bidding Documents;
8.
We
give you the undertaking that information being submitted as our Bid is correct
and (rue, and that any false information shall lead to disqualification at any
stage and further actions as per Procurement Act and Rules and other applicable
Laws;
9.
We
(the Bidder including all members of JV if applicable) hereby certify that we
have no conflicts of interest.
10.
We,
along with any of our subcontractors, suppliers, consultants, manufacturers, or
service providers for any part of the contract, are not black-listed/debarred
by any Procuring Entity of Government of Punjab/Semi Government
Organization/Corporation of the State of Punjab or Central Government/Other
State Government Organization/Corporation or Public Undertaking, Autonomous
body or Authority by whatever name it may be called under them or by
Multilateral Development Banks (MDBs).
11.
We
hereby certify that we have fulfilled our obligations to pay all such taxes as
payable to the Central Government or the State Government or any local
authority.
12.
We
hereby authorize the Procuring Entity to seek references from our Bankers,
Financial Institutions, Firms, Corporations or persons in regard to pertinent
information deemed necessary and required by the Procuring Entity.
13.
We are
not participating, as a Bidder or as a Sub-contractor, in more than one Bid in
this Bidding process,
14.
We
hereby certify that we have taken steps to ensure that no person acting for us
or on our behalf will engage in any activities which is in contravention of the
Code of Integrity or engage in any type of fraud and corruption and we will
strictly observe the laws against fraud and corruption in force within the
country.
15.
We
understand that (his Bid, together with your written acceptance thereof
included in your notification of award, shall constitute a binding contract
between us, until a formal contract is prepared and signed;
16.
We
understand that you are not bound to accept the lowest evaluated Bid or most
advantageous Bid or any other Bid that you may receive; and
17.
We
accept the provisions in the Contract in regard to amicable settlement of
disputes through ........................... [Insert here as applicable like
administrative tribunals such as Adjudicator/Dispute Review Expert, Dispute
avoidance and adjudication Hoards, Arbitration as prescribed in the Arbitration
Act 1996 and the Arbitration and Conciliation (Amendment) Act, 2015 with
subsequent amendments if any]
18.
if
awarded the contract, the person named below shall act as Contractor's
Representative:
Name of the Bidder_________________________________
Name of the person duly authorized to sign
the Bid on behalf of the Bidder______________
Title of the person signing the
Bid_________________________________________
Signature of the person named
above___________________
Date signed____________
Schedule 1
Format 2
(Technical Bid)
(To be used only with
Technical Bid in case of Two Envelope process and not to be used for Single
Envelope process)
|
The Bidder must prepare the Letter of Bid on stationery
with its letterhead clearly showing the Bidder's complete name and address.
Note: All italicized text is for use in preparing the
form and shall be deleted.
|
Date of this Bid submission: [insert date (as
day, month and year) of Bid submission]
Notice Inviting Bid No. : [insert
identification]
To:
[insert complete name of Procuring Entity]
We, the undersigned, declare that:
1.
We
have examined and have no reservations to the Bidding Documents, including
Addenda/Corrigenda issued in accordance with Instructions to Bidders;
2.
We
meet the eligibility requirements as per Instructions to Bidders;
3.
We
offer to supply in conformity with the Bidding Documents and in accordance with
the Delivery Schedule specified in the Schedule of Requirements the following
Goods/Works/Services:
.......................................................[insert
a brief description of the Goods/Services/Works]:
4.
Bid
Validity Period: Our Bid shall be valid for the period specified in the Bidding
Document from the date fixed for the bid submission deadline as per Bidding
document (and as amended, if applicable), and it shall remain binding upon us
and may be accepted at any time before the expiration of that period,
5.
If our
bid is accepted, we commit to obtain a performance security in accordance with
the Bidding Documents;
6.
We
give you the undertaking that information being submitted as our Bid is correct
and true, and that any false information shall lead to disqualification at any
stage and further actions as per Transparency in Public Procurement Act, 2019
and Transparency in Public Procurement Rules. 2022 and other applicable Laws;
7.
We
(the Bidder including all members of JV if applicable) hereby certify that we
have no conflicts of interest.
8.
We,
along with any of our subcontractors, suppliers, consultants, manufacturers, or
service providers for any pan or the contract, are not black-listed debarred by
any Procuring Entity of Government of Punjab/Semi Government
Organization/Corporation of the State of Punjab or Central Government/Other
State Government Organization/Corporation or Public Undertaking, Autonomous
body, Authority by whatever name it may be called under them or by Multilateral
Development Banks (MDBs).
9.
We
hereby certify that we have fulfilled our obligations to pay all such taxes as
payable to the Central Government or the State Government or any local
authority
10.
We
hereby authorize the Procuring Entity to seek references from our Bankers,
Financial Institutions, Firms, Corporations or persons in regard to pertinent
information deemed necessary and required by the Procuring Entity.
11.
We are
not participating, as a Bidder, in more than one Bid in this Bidding process in
accordance with Instruction To Bidders,
12.
We
hereby certify that we have taken steps to ensure that no person acting for us
or on our behalf will engage in any activities which is in contravention of the
Code of Integrity or engage in any type of fraud and corruption and we will
strictly observe the laws against fraud and corruption in force within the
country
13.
We
understand that this Bid. together with your written acceptance thereof
included in your notification of award, shall constitute a binding contract
between us, until a formal contract is prepared and executed;
14.
We
understand that you are not bound to accept the lowest evaluated Bid or most
advantageous Bid or any other Bid that you may receive; and
15.
We
accept the provisions in the Contract in regard to amicable settlement of
disputes through.........................../Insert here as applicable like
administrative tribunals such as Adjudicator/Dispute Review Expert, Dispute
avoidance and adjudication Boards, Arbitration as prescribed in the Arbitration
Act 1996 and the Arbitration and Conciliation (Amendment) Act, 2015 with
subsequent amendments if any]
16.
If
awarded the contract, the person named below shall act as Contractor's
Representative:
Name of the
Bidder________________________________
Name of the person duly authorized to sign
the Bid on behalf of the Bidder_____________
Title of the person signing the Bid_____________________________________________
Signature of the person named
above__________________
Date signed________
Schedule 1
Format 3
Letter or Bid (Financial
Bid)
(To be used for submission
with Financial Bid and not to be submitted with the Technical Bid in case of
Two Envelope process, and not to be used for Single Envelope process)
|
The Bidder must prepare the Letter of Bid on stationery
with its letterhead clearly showing the Bidder's complete name and address.
Note: All italicized text is for use in
preparing the form and shall be deleted.
|
Date of this Bid submission; [insert date (as
day, month and year) of Bid submission]
Notice Inviting Bid No.: [insert
identification]
To:
[insert complete name of Procuring Entity]
We, the undersigned, declare that:
1.
We
offer to supply in conformity with the Bidding Documents and in accordance the
Delivery Schedule specified in the Schedule of Requirements the following
Goods/Services/Works:
.......................................................
[insert a brief description of the Goods/Services/Works]:
2.
The
total price of our Bid, excluding any discounts offered in Para (3) below is:
(i)
Total
Price of each Lot of goods as per technical specifications given in 'Schedule
of Requirements' is ................... (in Rupees) [insert the total price of
the Bid in words and figures]
(ii)
Total
price of related services applicable for the same Lot as in (i) above and
specified in 'Schedule of Requirements' is ...................(in Rupees)
[insert the total price of the Bid in words and figures]
(iii) Bid Price for each Lot of Goods (Grand Total
of (i) & (ii) above) is................(in Rupees)/insert the total price
of the Bid in words and Retires];
[Insert one of the options below as
appropriate]
Option 1, in case of one lot:
Bid Price for the Lot (Grand Total of (i)
& (ii) above) is ................ (in Rupees)/insert the total price of the
Bid in words and figures];
Or
Option 2, in case of multiple lots:
(a)
Total
Bid price of each lot (Grand Total of (i) & (ii) above for the particular
Lot) is ................(in Rupees) [insert the total price of each lot in
words and figures]; and
(b)
Total
Bid price of all lots (Sum of the Grand Total of (i) & (ii) above for all
the lots) [insert the total price of all lots in words and figures];
3.
The
discounts offered and the methodology for their application are:
(i)
The
discounts offered are: [Specify in detail each discount offered.]
(ii)
The
exact method of calculations to determine the net price after application of
discounts is shown below:/Specify in detail the method that shaft be used to
apply the discounts/;
4.
We
hereby confirm ail the contents of the Letter of Bid (Technical Bid) submitted
by us with our Technical Bid.
Name of the
Bidder___________________________________
Name of the person duly authorized to sign
the Bid on behalf of the Bidder______________
Title of the person signing the
Bid_________________________________
Contract Forms
Schedule I
Letter of Acceptance/Letter
(Notification) of Award (LoA) of Contract
Name of the Procuring
Entity........................................
Letter of Award of Contract
Confidential
Contract No: [Insert date]
Contract Title:
To,
M/s. [Insert name & address]
Sub: Award of contract for contract no:
[insert contract number] and contract title: [insert contract title]
REF Your offer no [insert offer number]
against our tender no. [insert tender no] opened on [insert date of opening of
tender]
Dear Sir/Madam
I am directed to inform you that after
evaluating the bid documents submitted by you on -[enter date]---------[Enter
Name of Procuring Emily] is pleased to inform you that you have been selected
as the successful bidder for the supply of [enter description]. The total
purchase price shall be [enter amount] as indicated in your financial bid
submitted on [enter date], in accordance with the procedures intimated in the
relevant bid documents.
You/your authorized representative(s) are
requested to be personally present at [insert address] for the signing of the
contract by [enter date].
In this respect, we also request you to
submit the Performance Security of [insert amount of Rupees in words] by
[insert date]. Performance Security being <percentage> of the total cost
- Rs.
Please apply for refund of Bid Security
deposited over and above the Performance Security, if any.
You are requested to execute necessary
agreement within 15 days from the date of issue of this letter in the enclosed
agreement form. Special adhesive stamp of Rs. 10 (Rupees Ten) and revenue stamp
of Rupee one shall be affixed on the enclosed agreement form. Treasury receipts
of Bid Security and Performance Security shall be deposited in office within
the stipulated time limit as above. This notification concludes the legally
binding contract between you and the Government of Punjab, till issue of a
formal contract
Yours truly,
[Authorized Officer]
Enclosure: Agreement Form along with the
schedule of delivery
Schedule 1
Contract Agreement
THIS AGREEMENT made the
[insert: number] day of/insert: month],/insert: year].
BETWEEN
1...................................[insert
complete name of Procuring Entity], a ...............[insert description of
type of legal entity, for example, an agency of the Ministry of............. of
the Government of Punjab, or corporation incorporated under the laws of State
of Punjab/and having its principal place of business at ..................... f
insert address of Procuring Entity] (hereinafter called "the Procuring
Entity"), of the one part,
and
2................................. [insert
name of Supplier] having its principal place of business at/insert: address of
Supplier] (hereinafter called "the Supplier"), of the other part:
WHEREAS the Procuring Entity invited bids for
certain Goods and Related services, viz.,..................................[insert
brief description of Good/Services/Works] and has accepted a Bid submitted by
the Supplier for the supply of these Goods/Services/Works,
The Procuring Entity and the Supplier agree
as follows;
1.
In
this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.
2.
The
following documents shall be deemed to form and be read and construed as part
of this Agreement. This Agreement shall prevail over all other contract
documents.
(a)
the
Letter of Acceptance
(b)
the
Letter of Bid
(c)
the
Addenda Nos._____(if any)
(d)
Special
Conditions of Contract
(e)
General
Conditions of Contract
(f)
the
Specification (including Schedule of Requirements and Technical Specifications)
(g)
the
completed Schedules (including Price Schedule) (h) Joint Venture Agreement [for
JVs only]
(h)
any
other document listed in General Conditions of Contract and Special Conditions
of Contract
3.
In
consideration of the payments to be made by the Procuring Entity to the Supplier
as specified in this Agreement, the Supplier hereby covenants with the
Procuring Entity to provide the Goods and Services and to remedy defects
therein in conformity in all respects with the provisions of the Contract.
4.
The
Procuring Entity hereby covenants to pay the Supplier in consideration of the
provision of the Goods/Services/Works and the remedying of defects therein, the
Contract Price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have
caused this Agreement to be executed in accordance with the laws of Union of
India on the day. month and year indicated above.
For and on behalf of the Procuring Entity
Signed:
[insert signature]
in the capacity of [insert title or other
appropriate designation]
in the presence of [insert identification of
official witness]
For and on behalf of the Supplier
Signed: [insert signature of authorized
representative(s) of the Supplier]
in the capacity of/insert title or other
appropriate designation]
in the presence of/insert identification of
official witness]
Schedule 1
Performance Security (Bank
Guarantee)
[Guarantor letterhead]
Beneficiary: [insert name and Address of
Procuring Entity/Date:.........................[Insert date of issue]
Performance Guarantee No. :
................... [Insert guarantee reference number]
Guarantor: Insert name and address of place
of issue, unless indicated in the letter head]
We have been informed that
........................./insert name of Supplier, which in the case of a joint
venture shall he the name of the joint venture/(hereinafter called "the
Applicant") has entered into Contract No. ..................[insert
reference number of the contract] dated.................. [insert date] with
the Beneficiary, for supply of ..................... [insert name of contract
and brief description of Goods/Services/Works] (hereinafter called "the
Contract").
Further more, we understand that, according
to the conditions of the Contract, a performance guarantee is required.
At the request of the Applicant, we as
Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums
not exceeding in total an amount of Rupees .................../insert amount in
figures/................. [insert amount in words], such sum being payable upon
receipt by us of the Beneficiary's complying demand supported by the
Beneficiary's statement, whether in the demand itself or in a separate signed
document accompanying or identifying the demand, stating that the Applicant is
in breach of its obligation(s) under the Contract, without the Beneficiary
needing to prove or to show grounds for the demand or the sum specified
therein.
This guarantee shall expire, no later than
the ................, and any demand for payment under it must be received by
us at this office indicated above on or before that date.
[signature(s)]
Schedule 1
Part B
Preparing Expression of
Interest (EOI)
The Expression of Interest document shall contain
following sections:
(1)
Letter
of Invitation; It shall include a copy of the advertisement whereby consultants
are invited to submit their Expression of Interest.
(2)
Instructions
to the consultants; It may include instructions regarding nature of job; submission
requirement; requirement of bid processing fees; if any; last date of
submission; place of submission; and any related instruction;
(3)
Description
of Services - Brief Purpose and Scope of Work, This may include brief
purpose/objective statement; Service outcomes statement; broad scope of work
including time-frames; inputs to be provided by the Procuring Entity; and
expected deliverables of the assignment. This may also include the place of
execution of the assignment. The request for Expression of Interest shall not
include the assignment Terms of Reference. The consultants may also be asked to
send their comments on the objectives and scope of the work or service
projected in the enquiry.
(4)
Qualification
Criteria; This may clearly lay down the qualification criteria which shall be
applied by the Procuring Entity for short listing the consultants. The Request
for Expression of Interest shall ask for sufficient information so that the
Procuring Entity may evaluate the consultant's capabilities and eligibility to
undertake the assignment. Information shall include: (a) core business and
years in business; (b) qualifications in the field or the assignment, (c)
technical and managerial organization of the firm; and (d) general
qualifications and number of key staff. In addition, the consultants shall
indicate information relating to their eligibility and any conflict of interest
that they know may impact objective performance and impartial advice for their
services. Consultants shall not be asked about their approach to the services
or to submit any curricula vitae of key personnel because these documents will
be dealt with in the Request for Proposal. No legal documents such as
certificates of incorporation of the firm, powers of attorney, financial statements
or translations of standard brochures shall be requested. Given the often-large
number of submissions, the advertisement shall stress the importance of brevity
of the information to be sent
Preparing Request for
Proposal (RFP)
The Request for Proposals (RIP) is the
bidding document in which the technical and financial proposals from the
consultants are obtained for procurement of Consultancy Services, the RFP is
sent only to the short fisted consultants. It contains the following sections:
(1)
The
Letter of Invitation (LoI) shall state the intention of the Procuring Entity to
enter into a contract for the provision of consultancy services, details of the
Procuring Entity and date, time and address for submission of proposals.
(2)
The
Instructions to consultants (ITC) shall consist of two parts i.e. standard
information; and assignment specific information. The assignment specific
information is added through the data sheet. The Instructions to Consultants
contains all necessary information that would help the consultants prepare
responsive proposals and shall bring in as much transparency as possible to the
selection procedure by providing information on the evaluation process and by
indicating the evaluation criteria and factors and their respective weights and
minimum passing quality score. Standard information includes clauses relating
to the procedure of bid submission, pre-bid meeting for seeking clarifications
and so on. The assignment/job specific information will be prepared separately
and include the dale and time of bid submission, contact address, qualification
criteria, method of selection, evaluation process, factors of evaluation and
their respective weights and so on.
(3)
Standard
Formats for Technical and Financial Proposals
(a)
The
standard formats for technical proposals shall include the following;
(i)
Technical
proposal submission form (including declaration on conflict of interest,
eligibility, following Code of Integrity in the Act.
(ii)
For a
Joint Venture, a Letter of Invitation or copy of existing agreement, as
applicable;
(iii) Power of attorney (in case of a Joint
Venture, lead member to be authorized);
(iv)
consultant's
organization and experience (if required)
(v)
Comments
and suggestions on Terms of Reference, counterpart staff and facilities to be
provided by the client (if required);
(vi)
Description
of approach and methodology and work plan for performing the assignment;
(vii) Work schedule and planning for deliverables;
(viii) Team composition, key expert's inputs,
attached CVs.
(ix)
Format
for Comments/modifications suggested on proposed form of contract.
(b)
The
standard formats for a financial proposal include:
(i)
Financial
proposal form;
(ii)
A
summary sheet of the cost to be quoted by the Bidder;
(iii) Remuneration payable;
(iv)
Reimbursable
expenses