minutes of pre-proposal conference through vc

43
MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC Date of Pre Proposal Conference 01-09-2021 at 11:30AM Name of Consultancy/ Assignment Hiring of Consultant for “Performance Improvement Support” for water supply schemes undertaken by DWSS, Government of Punjab under Jal Jeevan Mission Name of those present from the employer 1. Head, DWSS 2. Project Manager, JJM, DWSS 3. Superintending Engineer (Technical), DWSS 4. Executive Engineer (Procurement), DWSS 5. Executive Engineer (Technical), DWSS 6. Joint Controller (F&A), DWSS 7. Sub-Divisional Engineer (Procurement), DWSS 8. Procurement Specialist From Prospective Consultants 1. Emst & Young LLP, Gurgaon. 2. KPMG in India, Chandigarh. 3. NABARD Consultancy Pvt. Ltd. New Delhi. 4. Grant Thornton, Chandigarh. 5. THE NISARGA Consultancy, Pune. 6. Deloitte Touche Tohmatsu India LLP, Gurgaon. 7. Vision EIS Consulting Pvt. Ltd. 8. Almondz Global Securities Limited. 9. WAPCOS Ltd.

Upload: others

Post on 31-May-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC Date of Pre Proposal Conference

01-09-2021 at 11:30AM

Name of Consultancy/ Assignment

Hiring of Consultant for “Performance Improvement Support” for water supply schemes undertaken by DWSS, Government of Punjab under Jal Jeevan Mission

Name of those present from the employer

1. Head, DWSS

2. Project Manager, JJM, DWSS

3. Superintending Engineer (Technical), DWSS

4. Executive Engineer (Procurement), DWSS

5. Executive Engineer (Technical), DWSS

6. Joint Controller (F&A), DWSS

7. Sub-Divisional Engineer (Procurement), DWSS

8. Procurement Specialist

From Prospective Consultants

1. Emst & Young LLP, Gurgaon.

2. KPMG in India, Chandigarh.

3. NABARD Consultancy Pvt. Ltd. New Delhi.

4. Grant Thornton, Chandigarh.

5. THE NISARGA Consultancy, Pune.

6. Deloitte Touche Tohmatsu India LLP, Gurgaon.

7. Vision EIS Consulting Pvt. Ltd.

8. Almondz Global Securities Limited.

9. WAPCOS Ltd.

Page 2: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

ADDENDUM No.1 – 24-09-2021

Hiring of Consultant for ‘Performance Improvement Support’ for water supply schemes undertaken by DWSS, Government of

Punjab under Jal Jeevan Mission

Sr.

No.

Section & clause

reference

Queries regarding Existing Description Amended Description

1. Section 2,

Instruction to

Consultant

(ITC), E.

Datasheet,

Clause 21.1

and

Section 7, Terms

of Reference,

Clause 5

Eligibility criteria for the Consultancy firm:

(iii) The Applicant firm should have a minimum people strength of at least 300 staff on its payroll as on 31st March 2021.

(iv) Should have Average Annual Turnover of at least Rs. 100.00 Crore during Financial Years 2017-18, 2018-19 and 2019-20 based on CA audited financial statements.

Eligibility criteria for the Consultancy firm: (iii) The Applicant firm should have a minimum people

strength of at least 200 staff on its payroll as on 31st March 2021.

(iv) Should have Average Annual Turnover of at least Rs. 50.00 Crore during Financial Years 2017-18, 2018-19 and 2019-20 based on CA audited financial statements.

(v) Under point C of Selection criteria: Minimum one or maximum two assignments amounting to Rs. 2.50 crores are required for qualification

(vi) Under point D of Selection criteria: Minimum one or maximum two assignments amounting to Rs 50 lakhs are required for qualification

(vii) Under point E of Selection criteria: Minimum 5 marks are required for qualification

2. Section 2,

Instruction to

Consultant

(ITC), E.

Datasheet,

Clause 21.1

and

Section 7, Terms

of Reference,

Selection Criteria, sub-criteria, and point system for the evaluation of the Technical Proposals would be as under:

A. Annual Average turnover of last 3 years (2017-18, 2018-19 and 2019-20) from consultancy assignments in India

Maximum marks-10

Firm/Agency will be scored for Annual Average turnover

from consultancy assignments in India as under:

Selection Criteria, sub-criteria, and point system for the evaluation of the Technical Proposals would be as under:

A. Annual Average turnover of last 3 years (2017-18, 2018-19 and 2019-20) from consultancy assignments in India

Maximum marks-10

Firm/Agency will be scored for Annual Average turnover from

consultancy assignments in India as under:

Minimum INR 50 Cr. – 05 Marks

Page 3: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.

No.

Section & clause

reference

Queries regarding Existing Description Amended Description

Clause 6 Up to INR 100 Cr. – 05 Marks For each additional INR 25 Cr. – 01 Mark CA Audited financial statements to be submitted

B. Number of years in existence of the consulting firm Maximum marks-05

More than or equal to 10 years experience (minimum required experience) from the last date of submission of proposals - 03 Marks

More than or equal to 20 years experience – 05 Marks C. Number of completed/substantially completed

assignments in providing large Project Management Consultancy/PMU/ Technical Support Unit (TSU) / Technical Support Agency (TSA) for Central / PSU/ State Government/ International Funding Agency having minimum consultancy fee of Rs. 5.00 Crore and duration not less than 1 year during last 5 years from the last date of submission of proposals

Maximum Marks – 10

Each Assignment –05 Marks Note: Minimum one assignment is required for

qualification D. Number of completed/substantially completed

assignments providing consultancy services in the water supply or sanitation sector having minimum

For each additional INR 25 Cr. – 01 Mark CA Audited financial statements to be submitted

B. Number of years in existence of the consulting firm Maximum marks-05

More than or equal to 10 years experience (minimum required experience) from the last date of submission of proposals - 03 Marks More than or equal to 15 years experience – 05 Marks

C. Number of completed/ ongoing assignments in India for providing large Project Management Consultancy/ PMU/ Technical Support Unit (TSU) / Technical Support Agency (TSA) for Central / PSU/ State Government/ International Funding Agency having minimum consultancy fee of Rs. 2.5 Crore (either one or maximum of two assignments) during last 5 years from the last date of submission of proposals." In case of Ongoing assignment, it should have completed at-least 1 year and received payment of at-least 50% of the assignment (Client payment certificate alongwith satisfactory Performance to be submitted ).

Maximum Marks – 10

D. Number of completed / ongoing assignments in India for providing consultancy services in the water supply or sanitation sector having minimum consultancy fee of Rs. 50.00 Lakhs (either one or maximum of two assignments) during last 5 years from the last date of submission of proposals." In case of Ongoing assignment, it should have received payment of at-least 50% of the assignment (Client

Page 4: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.

No.

Section & clause

reference

Queries regarding Existing Description Amended Description

consultancy fee of Rs. 1.00 Crore and during last 5 years from the last date of submission of proposals.

Maximum Marks – 10

Each Assignment - 05 Marks Note: Minimum one assignment is required for

qualification

E. Approach, Methodology & understanding of JJM Maximum Marks – 15

Understanding of Project Objectives - 03 Marks

ISO Certifications (9001 and 27001) – 04 Marks (02 marks for each valid certification)

Experience of working with International funding agencies – 03 Marks

Sound relationship and effective leveraging/ coordination of working with Ministry of Jal Shakti – 05 Marks

Note: Minimum 5marks are required for qualification

F. Team Qualifications and competency required for the Assignment

Maximum Marks – 50

Distribution of marks for the evaluation of technical

proposal would be as under:

1. Team Leader Cum Project Monitoring and Management – 12 Marks

payment certificate alongwith satisfactory Performance to be submitted).

Maximum Marks – 10

E. Approach, Methodology & understanding of JJM Maximum Marks – 15

Understanding of Project Objectives - 08 Marks

ISO Certifications (9001 and 27001) – 04 Marks (02 marks for each valid certification)

Experience of working with International funding agencies – 01 Marks

Sound relationship and effective leveraging/ coordination of working with Ministry of Jal Shakti – 02 Marks

Note: Minimum 5 marks are required for qualification

F. Team Qualifications and competency required for the Assignment

Maximum Marks – 50

Distribution of marks for the evaluation of technical

proposal would be as under:

1. Team Leader Cum Project Monitoring and Management – 12 Marks

a) Essential Qualification- 05 Marks b) Desirable Qualification- 01 Marks c) Essential Experience- 05 Marks d) Desirable Experience- 01 Marks

2. Communication and community engagement Expert– 06 Marks

a) Essential Qualification- 2.5 Marks b) Essential Experience- 2.5 Marks

Page 5: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.

No.

Section & clause

reference

Queries regarding Existing Description Amended Description

a) Essential Qualification- 04 Marks b) Desirable Qualification- 02 Marks c) Essential Experience- 04 Marks d) Desirable Experience- 02 Marks

2. Communication and community engagement Expert– 06 Marks

a) Essential Qualification- 02 Marks b) Desirable Qualification- 01 Marks c) Essential Experience- 02 Marks d) Desirable Experience- 01 Marks

Note: 4. Substantially completed consultancy assignments/ projects

wherein minimum 80% of the work has been completed with proof from the client in similar projects/ assignments shall be considered for evaluation.

c) Desirable Experience- 01 Marks Note:

4. Assignments signed and executed independently by the consultancy firm only shall be considered for evaluation (JVs / consortiums / sub-contracted assignments will not be considered)

3. Section 7, Terms

of Reference,

Clause 4

C). Procurement and Contract Management

C). Procurement and Contract Management

(vii) To support DWSS in bid process management

4. Section 7, Terms

of Reference,

Clause 4

D). Monitoring & Evaluation

D). Monitoring & Evaluation

(ix) M&E Expert shall prepare Functional requirement (for any new system) and Standard operating procedures (SOP) for DWSS.

(x) M&E Expert shall support in design of Architecture of Database / modules and drafting strategy for change / integration of various MIS.

5. Section 7, Terms

of Reference,

Clause 9

2. Communication & Community Engagement Expert

Desirable Qualification: Graduation in Management Module

2. Communication & Community Engagement Expert

Essential Experience: At least 5 years of work experience across

community engagement based assignments. Sound knowledge of social

Page 6: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.

No.

Section & clause

reference

Queries regarding Existing Description Amended Description

Training

Essential Experience: At least 5 years of work experience across

community engagement based assignments. Sound knowledge of

social safeguard initiatives and earlier experience of supporting

state-wide implementation of JJM or SBM (G) is mandatory. He/

She should have knowledge of speaking, writing & reading

Punjabi language.

Desirable Experience: Experience in working with Funding agencies

such as World Bank / ADB and experience of working with

Government agencies viz. important role on GOI mission program

safeguard initiatives. He/ She should have knowledge of Punjabi

language.

Desirable Experience: Experience in working with Funding agencies such

as World Bank / ADB, experience of working with Government agencies

viz. important role on GOI mission program and experience of

supporting state-wide implementation of JJM or SBM (G)

6. Section 7, Terms

of Reference,

Clause 9

4. Monitoring & Evaluation Expert

Essential Experience: Proficiency in use of latest tools for Data

Analytics and M&E andatleast10-years of work experience. Sound

knowledge of monitoring & evaluation parameter of state-wide

implementation of JJM or SBM (G) is mandatory.

4. Monitoring & Evaluation Expert

Essential Experience: Proficiency in use of latest tools for Data Analytics

and M&E andatleast10-years of work experience. Sound knowledge of

monitoring & evaluation parameter of state-wide implementation of JJM /

SBM (G) / SBM (U) is mandatory.

7. Section 7, Terms

of Reference,

Clause 9

6. Internal Communication and Institutional Strengthening

Specialist

Essential Qualification: Post Graduate in Public Policy/MBA

Essential Experience: Public Policy Implementation for a minimum

period of five years.

6. Internal Communication and Institutional Strengthening Specialist

Essential Qualification: Post Graduate in Public Policy/MBA/ Water

Policy/ PG in Rural Development/Economics

Essential Experience: Public Policy/social development implementation/

Documentation experience for a minimum period of 3 years.

8. Section 7, Terms

of Reference,

Clause 9

5. Financial Management Specialist

Minimum Qualification: MBA (Finance)/ ICWA/ CMA degree/ CA

from a recognized institute

Desirable Experience: Experience in water supply projects in the

central/state government.

5. Financial Management Specialist

Minimum Qualification: MBA (Finance)/ ICWA/ CMA degree/ CA /

CFA from a recognized institute

Desirable Experience: Experience in water

supply/Infrastructure/Water Resources projects in the central/state

government.

9. Section 7, Terms 10. Payment Schedule, Reporting Requirement & Time Schedule 10. Payment Schedule, Reporting Requirement & Time Schedule of

Page 7: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.

No.

Section & clause

reference

Queries regarding Existing Description Amended Description

of Reference,

Clause 10

of Deliverables:

Note:

(iii) The deductions shall be made for the period resources are

unavailable without suitable replacement for more than 2 days.

Deliverables:

Note:

(iii) The payment shall be made on the basis of attendance of key

experts verified by competent authority and work done/reports

submitted. In case any key expert is not available for more than 2

days in a month then the consultancy firm has to provide suitable

temporary replacement for the time period. In case the Consultancy

Firm is unable to provide the suitable temporary replacement for the

period beyond 2 days, then deduction shall be made.

10. SCC Clause 11.1 Effectiveness conditions are:

Effectiveness conditions are:

4. The selected consultancy firm shall provide declaration letter that

all the proposed full-time key experts being deployed, as per technical

proposal, are on the payroll of the selected consultancy firm.

11. FORM TECH-4 Form TECH-4: a description of the approach, methodology and work plan for performing the assignment, including a detailed description of the proposed methodology and staffing for training, if the Terms of Reference specify training as a specific component of the assignment. {Suggested structure of your Technical Proposal (in FTP format): a) Technical Approach and Methodology b) Work Plan c) Organization and Staffing}

a) Technical Approach and Methodology.{Please explain your

understanding of the objectives of the assignment as outlined in the Terms of Reference (TORs), the technical approach, and the methodology you would adopt for implementing the tasks to deliver the expected output(s), and the degree of detail of such output. Please do not repeat/copy the TORs in here.}

FORM TECH-4 Form TECH-4: a description of the approach, methodology and work plan for performing the assignment, including a detailed description of the proposed methodology and staffing for training, if the Terms of Reference specify training as a specific component of the assignment. {Suggested structure of your Technical Proposal (in FTP format):

a) Understanding of Project Objectives i. Technical Approach and Methodology

ii. Work Plan iii. Organization and Staffing}

b) ISO Certifications (9001 and 27001) c) Experience of working with International funding agencies d) Sound relationship and effective leveraging/ coordination of

working with Ministry of Jal Shakti

a) Understanding of Project Objectives: .{Please explain your

understanding of the objectives of the assignment as outlined in

Page 8: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.

No.

Section & clause

reference

Queries regarding Existing Description Amended Description

b) Work Plan.{Please outline the plan for the implementation of the main activities/tasks of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and tentative delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing your understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents (including reports) to be delivered as final output(s) should be included here. The work plan should be consistent with the Work Schedule Form.}

c) Organization and Staffing. {Please describe the structure and composition of your team, including the list of the Key Experts, Non-Key Experts and relevant technical and administrative support staff.}

the Terms of Reference (TORs)} i. Technical Approach and Methodology Please explain

the technical approach, and the methodology you would adopt for implementing the tasks to deliver the expected output(s), and the degree of detail of such output. Please do not repeat/copy the TORs in here.}

ii. Work Plan.{Please outline the plan for the implementation of the main activities/tasks of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and tentative delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing your understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents (including reports) to be delivered as final output(s) should be included here. The work plan should be consistent with the Work Schedule Form.}

iii. Organization and Staffing. {Please describe the structure and composition of your team, including the list of the Key Experts, Non-Key Experts and relevant technical and administrative support staff.}

b) ISO Certifications (9001 and 27001) {Please provide relevant ISO certificates}

c) Experience of working with International funding agencies{ Please provide credential and any documentary evidence of working with international funding agencies, and describe your experience & approach for the benefit of Punjab's Rural Water Supply}

d) Sound relationship and effective leveraging/ coordination of working with Ministry of Jal Shakti {Please provide credential and any documentary evidence to establish their relationship with the Ministry of Jal Shakti. The Firm should provide an approach /

Page 9: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.

No.

Section & clause

reference

Queries regarding Existing Description Amended Description

solution for leveraging their relationship for the benefit of Punjab's rural water supply.}

12. Section 4.

Financial

Proposal -

Standard Forms

{Notes to Agency shown in brackets { } provide guidance to the Agency to prepare the Financial Proposals; they should not appear on the Financial Proposals to be submitted.} Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal according to the instructions provided in Section 2.

FIN-1 Financial Proposal Submission

FIN-2 Summary of Costs

FIN-3 Breakdown of Remuneration, including Appendix A “Financial Negotiations - Breakdown of Remuneration Rates” in the case of QCBS method

{Notes to Agency shown in brackets { } provide guidance to the Agency to prepare the Financial Proposals; they should not appear on the Financial Proposals to be submitted.} Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal according to the instructions provided in Section 2.

FIN-1 Financial Proposal Submission

FIN-2 Summary of Costs

FIN-3 Breakdown of Remuneration, including Appendix A “Financial Negotiations - Breakdown of Remuneration Rates” in the case of QCBS method

FIN-4 Breakdown Of Reimbursable Expenses (Refer Annexure 1)

Page 10: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Section 4. Financial Proposal - Standard Forms

Annexure 1

FORM FIN-4 BREAKDOWN OF REIMBURSABLE EXPENSES

When used for Lump-Sum contract assignment, information to be provided in this Form shall only be used to demonstrate the basis for calculation of the Contract ceiling amount, to calculate applicable taxes at contract negotiations and, if needed, to establish payments to the Consultant for possible additional services requested by the Client. This form shall not be used as a basis for payments under Lump-Sum contracts

“Per diem allowance” is paid for each night the expert is required by the Contract to be away from his/her usual place of residence. Client can set up a ceiling.

B. ReimbursableExpenses

Type of Reimbursable Expenses

Unit

Unit Cost

Quantity

{Currency # 1- as in FIN-2}

{Currency # 2- as in FIN-2}

{Currency# 3- as in FIN-2}

{Local Currency- as in

FIN-2}

{e.g., Per diem allowances**} {Day}

{e.g., International flights} {Ticket}

{e.g., In/out airport transportation}

{Trip}

{e.g., Communication costs between Insert place and Insert place}

{ e.g., reproduction of reports}

{e.g., Office rent}

....................................

{Training of the Client’s personnel – if required in TOR}

Total Costs

Page 11: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Replies of Pre Conference held on 01-09-2021 Hiring of Consultant for ‘Performance Improvement Support’ for water supply schemes undertaken by DWSS, Government

of Punjab under Jal Jeevan Mission

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

1 Clause 3.Conflict

of Interest, Page

No: 5,Point b

Pg 5

Conflict among consulting assignments: a

Consultant (including its Experts and Sub-

consultants)or any of its Affiliates shall not be

hired for any assignment that, by its nature, may

be in conflict with another assignment of the

Consultant for the same or for another Client.

In reference to the clause we request you to limit the restrictions to

the engagement team only, and revise the same suitably to allow

Firm or its affiliates to get hired for any assignments of like nature.

Not Agreed

2 Section 2, E. Data

Sheet, 6.1Page No.

21

JV not allowed

We would like to request you to kindly allow Consortium/ JV in

order to be able to offer enhanced experience/ expertise and greater

resource pool to the project

Not Agreed

3 Section

2.Instructions to

Consultants and

Data Sheet

Clause 6 –

Eligibility

Page 7

JV is not allowed for this RFP.

Clause 6.1 The Client permits consultants

(individuals and firms, including Joint Ventures

and their individual members) from all countries

to offer consulting services for the projects

funded by World Bank/other financing

Agencies. However, any JV is not allowed for

this RFP.

We request you to allow JV Not agreed

4. Data Sheet (6.1);

Page No. 21;

JV not allowed

We request the authority to kindly allow the Joint Venture.

Not Agreed

5. 21.1

Eligibility Criteria

Page No. 25

Number of completed/substantially completed

assignments providing consultancy services in

the water supply or sanitation sector having

minimum consultancy fee of Rs. 1.00 Crore

during last 5 years from the last date of

submission of proposals.

We would like to request to kindly reconsider this clause as the

consultancy fee of Rs 1 Crore is on a higher side. Kindly change the

clause as below:-

Number of completed/substantially completed assignments

providing consultancy services in the water supply or sanitation

sector having minimum consultancy fee of Rs. 50 lakhs and

during last 5 years from the last date of submission of proposals.

Number of completed /

ongoing assignments in

India for providing

consultancy services in

the water supply or

sanitation sector having

minimum consultancy

fee of Rs. 50.00 Lakhs

(either one or

maximum of two

6 Clause No. 7;

Section 7 - Terms of

Reference; Page No.

D. Number of completed/substantially

completed assignments providing consultancy

services in the water supply or sanitation sector

We request the authority to kindly amend the clause as:

D. Number of completed/ongoing/ substantially completed

assignments providing consultancy services in the water supply or

Page 12: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

57

having minimum consultancy fee of Rs. 1.00

Crore during last 5 years from the last date of

submission of proposals.

Maximum Marks – 10

Each Assignment –05 Marks

sanitation sector having minimum consultancy fee of Rs. 1.00 Crore

during last 10 years from the last date of submission of proposals.

Maximum Marks – 10

One Assignment –10 Marks

assignments) during

last 5 years from the last

date of submission of

proposals."

In case of Ongoing

assignment, it should

have received payment

of at-least 50% of the

assignment (Client

payment certificate

alongwith satisfactory

Performance to be

submitted).

Please refer the

Addendum-I

7 Selection Criteria,

sub-criteria

(Data Sheet)

Number of completed/substantially completed

assignments providing consultancy services in

the water supply or sanitation sector having

minimum consultancy fee of Rs. 1.00 Crore and

during last 5 years from the last date of

submission of proposals.

Considering this assignment focusses on rural water supply schemes

and does not cover any sanitation related components, we would

request for drop the sanitation sector experience for the purpose of

evaluation.

Additionally, for effective implementation of the project, deeper

understanding of the rural water supply sector in Punjab is required.

We propose to change the evaluation criteria to:

Number of completed assignments providing consultancy services

in the rural water supply sector having minimum consultancy fee

of Rs. 1.00 Crore and during last 5 years from the last date of

submission of proposals.

Experience of rural water supply in Punjab – 5 marks

Experience of rural water supply in rest of the country – 2.5 marks

Maximum 2 assignments would be considered

Not agreed

8 Selection Criteria,

sub-criteria

(Data Sheet)

Number of completed/substantially completed

assignments for category C and D.

Substantially completed consultancy

assignments/ projects wherein minimum 80% of

With consultancy assignments, it will be difficult to prove 80%

completion. Hence, for the ease of evaluation, please consider only

completed projects supported by client certificate.

Certificate for substantially completed assignments usually are

Agreed to an extent

that the experiences of

consultancy firms for

the assignment signed

and executed

Page 13: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

the work has been completed with proof from

the client in similar projects/ assignments shall

be considered for evaluation.

signed by the junior officers in the client administration and are

generally ambiguous in nature since there are cases wherein

certificates are also issued wherein the projects are on-going.

Since bidders are expected to submit only 2 experiences in each

category (C and D), we would request that only completed

assignments (with work order/contract agreement and completion

certificate) be considered for the purpose of evaluation.

Also, we understand that for these experiences, bidder needs to have

independent delivered the assignment and not as JV or consortium.

independently (Not as

JV or consortium) shall

be considered.

Please refer

Addendum-I

9 Selection Criteria,

sub-criteria

(Data Sheet)

Number of completed/substantially completed

assignments for category C and D.

For category C and D, note is mentioned stating minimum one

assignment is required for qualification.

We understand that atleast one completed assignment in each

category is an additional eligibility requirement. Please confirm.

Agreed, please refer

the Addendum-I

10 Data sheet –

Selection Criteria,

sub-criteria, and

point system for the

evaluation

of the Technical

Proposals would be

as under:

Page 24, pt.

21.1, 1, C

Number of completed/ substantially completed

assignments in providing large Project

Management Consultancy/ PMU/ Technical

Support Unit (TSU) / Technical Support Agency

(TSA) for Central / PSU/

State Government/ International Funding

Agency having minimum consultancy fee of Rs.

5.00 Crore and duration not less than 1 year

during last 5 years from the last date of

submission of proposals.

We request you to modified clause as follows Number of

completed/substantially completed assignments in providing large

Project Management Consultancy/ PMU/ Technical Support Unit

(TSU) / Technical Support Agency (TSA) for Central / PSU/ State

Government/ International Funding Agency having minimum

consultancy fee of Rs. 1.00Crore and duration not less than 1 year

during last 5 years from the last date of submission of proposals.

Number of completed/

ongoing assignments in

India for providing large

Project Management

Consultancy/ PMU/

Technical Support Unit

(TSU) / Technical

Support Agency (TSA)

for Central / PSU/ State

Government/

International Funding

Agency having minimum

consultancy fee of Rs.

2.5 Crore (either one or

maximum of two assignments) during last

5 years from the last date

of submission of

proposals."

In case of Ongoing

assignment, it should

have completed at-least

1 year and received

11 Clause No. 7;

Section 7 - Terms of

Reference; Page No.

57

C. Number of

completed/substanti

ally completed

assignments in

providing large

Project Management

Consultancy/PMU/

We request the authority to kindly amend the clause as:

Number of completed/ongoing/substantially completed assignments

in providing consultancy for large Infrastructure Projects of

Consultancy/ Management Consultancy/PMU/Authority

Engineering/ Independent Engineering/Advisory Services/

Technical Support Unit (TSU) / Technical Support Agency (TSA)

for Central / PSU/ State Government/ International Funding Agency

having minimum consultancy fee of Rs. 1.00 Crore and duration not

less than 1 year during last 10 years from the last date of submission

of proposals

Page 14: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Technical Support

Unit (TSU) /

Technical Support

Agency (TSA) for

Central / PSU/ State

Government/

International

Funding Agency

having minimum

consultancy fee of

Rs. 5.00 Crore and

duration not less

than 1 year during

last 5 years from the

last date of

submission of

proposals

Maximum Marks –

10

Each Assignment –

05 Marks

Maximum Marks – 10

One Assignment –10 Marks

payment of at-least

50% of the assignment

(Client payment

certificate alongwith

satisfactory

Performance to be

submitted ).

Please refer Addendum -I

12 21.1

Eligibility

Criteria/NOTE

Page No. 27

Substantially completed consultancy

assignments/ projects wherein minimum 80% of

the work has been completed with proof from

the client in similar projects/ assignments shall

be considered for evaluation.

We request you to kindly allow CA certificate also to prove this

substantially completed criteria of the projects as it is not possible

for every client to give such certificates.

Not agreed

13 Data Sheet 21.1

Selection Criteria

Point C and Point D

Page -25

Number of completed/ substantially

completed assignments in providing large

Project Management

Consultancy/PMU/Technical Support

Unit(TSU)/Technical Support Agency(TSA)

for Central/ PSU/ State Government/

International Funding Agency having

minimum consultancy fee of Rs.5.00 Crore

and duration not less than 1 year during last 5

years from the last date of submission of

In large assignments, typically, incase of PMUs/PMC

assignments, the nature of the work is ongoing, and assignment

duration is often extended by the client provided satisfactory

delivery of services by the consultancy firm. Thus, there are

several ongoing assignments that have completed more than one

year of duration, or a phase of implementation, however, have

been extended beyond the agreed completion date

We request you to kindly consider such ongoing or phased completion (completed intital contract tenure and have been

extended by the client assignments) having completed atleast

Agreed to an extent,

Please refer

Addendum-I

Page 15: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

proposals

Number of completed/ substantially completed

assignments providing consultancy services in

the water supply or sanitation sector having

minimum consultancy fee of Rs. 1.00 Crore and

during last 5 years from the last date of

submission of proposals.

1 year of duration.

Secondly, we would request for substantially completed

projects, CA certificate showing

feesreceivedas80%ofthecontractvaluetobeconsidered.

Number of completed/substantially completed/phase completion

assignments in providing large Project Management

Consultancy/PMU/Technical Support Unit (TSU) / Technical

Support Agency (TSA) forCentral/PSU/StateGovernment/InternationalFundingAgency/InternationalDonors/Bilateralfundingorganisationshavingminim

umconsultancy fee of Rs. 5.00 Crore and duration

notlessthan1yearduringlast5yearsfromthelastdateofsubmissionofproposals

Number of completed/substantially completed/phase completed

assignments providing consultancy services in the water supply or

sanitation sector having minimum consultancy fee of Rs.1.00Crore and during last 5 years from the last date of submission of

proposals.

14 Data Sheet 21.1

Selection Criteria

Point C

Number of completed/substantially completed

assignments in providing large Project

Management Consultancy/PMU/Technical

Support Unit(TSU) / Technical Support Agency

(TSA)for Central / PSU/ State

Government/International Funding Agency

having minimum consultancy fee of Rs.

5.00Crore and duration not less than 1 year

during last 5 years from the last date of

submission of proposals

In some of our key assignments with International Funding

Agency/bilateral donor agency/Government clients, we

have engaged as sub contractors/ consortium partner in a PMU

assignment. However, services are being provided by the

consultancy firm to the ultimate Govt. client/donor client. We

request you to consider such assignments providing consultancy

services in a consortium or subcontracting arrangement with

other partners. We request you to modify the criteria as below:

Number of completed/ substantially completed/ phase completion

assignments in providing large Project Management Consultancy/PMU/Technical Support Unit (TSU) / Technical

Support Agency (TSA) for Central/PSU/ State Government/

International Funding Agency/ International Donors/Bilateral

funding organizations having minimum consultancy fee of Rs.

5.00 Crore and duration not less than 1 year during last 5 years from the last date of submission of proposals

Not agreed

Page 16: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

We request you to consider the same.

15 Section7,Clause6(C) Number of completed/ substantially

completed assignments in providing large

Project Management

Consultancy/PMU/Technical Support

Unit(TSU) /Technical Support Agency

(TSA) for Central / PSU/ State

Government/International Funding Agency

having minimum consultancy fee of Rs.

5.00 Crore and duration not less than 1 year

during last 5 years from the last date of

submission of proposals

Maximum Marks –10

Each Assignment –05Marks

Note: Minimum one assignment is

required for qualification

As most of the client does not provide the substantially completed

certificate, thus you are requested to also consider the CA

certificate which mention that 80% of the total work order fee has

been received under the particular project.

Not agreed

16 Section 2, E. Data

Sheet, 21.1

Eligibility criteria

for the Consultancy

firm (iii)

Page No. 24

The Applicant firm should have a minimum

people strength of at least 300 staff on its

payroll as on 31st March 2021.

We request you to reduce this requirement to 100 Agreed to an extent that

"The Applicant firm

should have a minimum

people strength of at

least 200 staff on its

payroll as on 31st March

2021" , Please refer

Addendum -I

17 Data Sheet (21.1);

Page No. 24;

The Applicant firm

should have a

minimum people

strength of at least

300 staff on its

payroll as on 31st

March 2021.

We request the authority to kindly amend the clause as:

The Applicant firm should have a minimum people strength of at

least 100 staff on its payroll as on 31st March 2021

18 Data sheet –

Eligibility criteria

The Applicant firm should have a minimum

people strength of at least 300 staff on its

payroll as on 31st March 2021.

We request you to modified cluse as people

strength of at least 30 staff on its payroll as on

31st March 2021

Page 17: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

for the Consultancy

firm

Page 24, pt.

21.1, iii

19 Section 2, E. Data

Sheet, 21.1

Eligibility criteria

for the Consultancy

firm (iv)

Page No. 24

Should have Average Annual Turnover of at

least Rs. 100.00 Crore during Financial Years

2017-18, 2018-19 and 2019-20 based on CA

audited financial statements

We feel the required turnover is too high and it will limit the

participation of growing yet competent companies like us.

Therefore, we request you to kindly revise the average annual

turnover to Rs. 10 Crore

Agreed to an extent that " Should have

Average Annual

Turnover of at least

Rs.50.00 Crore during

Financial Years 2017-

18, 2018-19 and 2019-

20 based on CA audited

financial statements".

Please refer

Addendum-I

20 Section 2, E. Data

Sheet, 21.1 1. (A)

Page No. 25

Annual Average turnover of last 3 years (2017-

18, 2018-19 and 2019-20) from consultancy

assignments in India

Up to INR 100 Cr. – 05 Marks

For each additional INR 25 Cr. – 01 Mark

In line with our request made with regard to the Turnover criteria

(as mentioned in the eligibility criteria), we request you to kindly

revise the marking criteria for the same accordingly.

21 Data sheet –

Eligibility criteria

for the Consultancy

firm:

Page 24, pt.

21.1, iv

Should have Average Annual Turnover of at

least Rs. 100.00 Crore during Financial Years

2017-18, 2018-19 and 2019-20 based on CA

audited financial statements

we request you to reduce turnover Upto 4.5 Cr

in last 3 financial years viz 2017-18,2018-19 &

2019-20

22 Clause No. 7;

Section 7 - Terms of

Reference;

Eligibility criteria

for the Consultancy

firm; Page No.57

(iv) Should have

Average Annual

Turnover of at least

Rs. 100.00 Crore

during Financial

Years 2017-18,

2018-19 and 2019-

20 based on CA

We request the authority to kindly amend the clause as:

(iv) Should have Average Annual Turnover of at least Rs. 10.00

Crore during Financial Years 2017-18, 2018-19 and 2019-20 based

on CA audited financial statements.

Page 18: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

audited financial

statements.

23 Section7,Clause5(iv

)

Should have Average Annual Turnover

ofatleastRs.100.00Crore during Financial

Years2017-18,2018-19 and 2019-20 based on

CA audited financial statements.

Since, we are already working under JJM in other states but no state

are having

thecriteriaofAverageAnnualTurnoverofRs.100.00Crore.Thus,you

are requested to kindly consider the Average Annual Turnover of Rs. 50.00 Cr. Instead of 100.00Cr.

24 Eligibility criteria

(Data Sheet)

Selection Criteria

(Data Sheet)

Should have Average Annual Turnover of at

least Rs. 100.00 Crore during Financial Years

2017-18, 2018-19 and 2019-20 based on CA

audited financial statements.

Up to INR 100 Cr. – 05 Marks

We understand that Average Annual Turnover during Financial

Years 2017-18, 2018-19 and 2019-20 refers to turnover from

government sector consulting assignments in India. Please confirm.

Also, since Average Annual Turnover of INR 100 Cr. is an

eligibility requirement, however, in the selection criteria 5 marks are

for “Up to” INR 100 Cr, this is counterintuitive. We would request

you to please change the evaluation criteria as per below:

Min. INR 100 to <125 Cr. – 1 Mark.

For each additional INR 25 Cr. – 01 Mark

25 Section7,Clause6(A) Maximum marks-10

Firm/Agency will be scored for Annual

Average turnover from consultancy

assignments in India as under:

Upto INR100 Cr.–05

Marks

For each additional INR 25Cr.–01Mark

As per the existing criteria, agencies should have the Average

Annual Turnover of Rs. 225.00 Cr. in last 3 year

togettheFull10Marks.

Since, the selection process is QCBS thus the less number in the

above criteria will decrease the chances of getting awarded the

work for most of the agencies.

In this regards you are requested to kindly give the full marks to

the agencies having Average Annual Turnover of Rs.50.00

Cr

26 Clause No. 7;

Section 7 - Terms of

Reference; Selection

Criteria, sub-criteria,

and point system for

the evaluation of the

Technical Proposals

would be as under;

Page No. 57

We request the authority to kindly amend the clause as:

Maximum marks-10

Firm/Agency will be scored for Annual Average turnover from

consultancy assignments in India as under:

Up to INR 10 Cr. – 05 Marks

For each additional INR 2.5 Cr. – 01 Mark

Page 19: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Annual Average

turnover of last 3

years (2017-18,

2018-19 and 2019-

20) from

consultancy

assignments in India

Maximum marks-10

Firm/Agency will be

scored for Annual

Average turnover

from consultancy

assignments in India

as under:

Up to INR 100 Cr. –

05 Marks

For each additional INR 25 Cr. – 01

Mark

27 Eligibility and

Selection Criteria

(Data Sheet)

Should have Average Annual Turnover of at

least Rs. 100.00 Crore during Financial Years

2017-18, 2018-19 and 2019-20 based on CA

audited financial statements.

Annual Average turnover of last 3 years (2017-

18, 2018-19 and 2019-20) from consultancy

assignments in India

Maximum marks-10

Firm/Agency will be scored for Annual Average

turnover from consultancy assignments in India

as under:

Up to INR 100 Cr. – 05 Marks

For each additional INR 25 Cr. – 01 Mark

CA Audited financial statements to be submitted

Please clarify, that the turnover requirement needs to be met by the

bidding entity and not affiliates or member firms.

Agreed, please refer

ITC clause 6.1 of

E.Data Sheet of RFP

28 Section 2, E. Data

Sheet, 21.1 1. (E)

Sound relationship and effective leveraging /

coordination of working with Ministry of Jal

We request you to kindly broaden this criterion and consider

experience of closely working with any government department Not agreed

Page 20: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Page No. 26 Shakti – 05 Marks rather than specifically with Ministry of Jal Shakti.

29 21.1

Eligibility Criteria

Page No. 29

Sound relationship and effective leveraging/

coordination of working with Ministry of Jal

Shakti – 05 Marks

We request you kindly remove this clause as this is a restrictive

clause, not many firms will be having experience of working with

Ministry of Jal Shakti directly. This clause will restrict the firms

to participate.

30 Data Sheet Clause

27.1

The weights given to the Technical (T) and

Financial (P) Proposals are: T = 75%, and

P=25%

We request you to please consider QCBS with 80:20: Technical:

Financial for the tender. Not Agreed

31 Data Sheet

Clause27.1

Pg27

The weights given to the Technical(T)and

Financial(P) Proposals are:

T=75%,andP=25%

Since the performance of the program will depend on the quality

of delivery, it is crucial to consider the having more weightage

for technical.

In this regard we request you to consider QCBS with

80:20:Technical:Financial for the tender

32 Data Sheet Clause

27.1

Combined Evaluation Weightage of technical

and financial quote

The lowest evaluated Financial Proposal (Fm)

is given the maximum financial score (Sf) of

100.

The formula for determining the financial

scores (Sf) of all other Proposals is calculated

as following:

Sf = 100 x Fm/ F, in which “Sf” is the financial

score, “Fm” is the lowest price, and “F” the

price of the proposal under consideration. The

weights given to the

Technical (T) and Financial (P) Proposals are:

T = 75%,

P = 25%

Proposals are ranked according to their

combined technical (St) and financial (Sf)

scores using the weights (T = the weight given

to the Technical Proposal; P = the weight given

to the Financial Proposal; T + P = 1) as

Weights given to technical and financial proposal are:

Technical–75%

Financial25%.

The scope of work is specialized, and successful delivery shall

require technically qualified consultant. Hence, it is requested that

the weightage of technical proposal be increased to 80% from 75%.

Page 21: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

following: S = St x T% + Sf x P%.

33 Data Sheet

Clause 21.1

(Eligibility criteria

for the Consultancy

firm)

Selection Criteria, sub-criteria, and point

system for the evaluation of the Technical

Proposals would be as under:

A. Annual Average turnover of last 3 years

(2017-18, 2018-19 and 2019-20) from

consultancy assignments in India

Maximum marks-10

Firm/Agency will be scored for Annual

Average turnover from consultancy

assignments in India as under:

Up to INR 100 Cr. – 05 Marks

For each additional INR 25 Cr. – 01 Mark

CA Audited financial statements to be

submitted.

B. Number of years in existence of the

consulting firm

Maximum marks-05

More than or equal to 10 years experience

(minimum

required experience) from the last date of

submission of

proposals - 03 Marks

More than or equal to 20 years experience – 05

Marks

C. Number of completed/substantially

completed assignments in providing large

Project Management Consultancy/PMU/

Technical Support Unit (TSU) / Technical

Support Agency (TSA) for Central / PSU/

State Government/ International Funding

Agency having minimum consultancy fee of

Rs. 5.00

It is requested that the scoring criteria of technical proposal be

rationalized towards establishing a level playing field for

competitors without compromising the quality of competition. The

section below presents the proposed scoring criteria along with the

justification.

Existi

ng

Prop

osed

Justification

A Average

annual

turnover

10 5 While the average

annual turnoverINR100 to<125crore– 1mark

For every additional 25 crore above INR 100 crores –1 mark each

B Number of

years of existence of consulting firm 5 0 This criteria is mentioned as

a 21.1 in Data Sheet minimum qualification criteria(10years)as per Clause

It is requested that these

marks may be allocated for experience in rural water supply and sanitation in Punjab as suggested in parameter D.

C Number of

completed/s

ubstantially

completed

assignments

in providing

Large

PMC/PMU/

TSU/TSA

etc

10 10 No change

Agreed to an extent,

Please refer

Addendum-I

Page 22: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Crore and duration not less than 1 year during

last 5 years

from the last date of submission of proposals

Maximum Marks – 10

Each Assignment –05 Marks

Note: Minimum one assignment is required for

qualification

D. Number of completed/substantially

completed assignments providing consultancy

services in the water supply or sanitation sector

having minimum consultancy fee of Rs. 1.00

Crore and during last 5 years from the last date

of submission of proposals.

Maximum Marks – 10

Each Assignment - 05 Marks

Note: Minimum one assignment is required for

qualification.

E. Approach, Methodology & understanding of

JJM

Maximum Marks – 15

Understanding of Project Objectives - 03

Marks

ISO Certifications (9001 and 27001) – 04

Marks (02 marks

for each valid certification)

Experience of working with International

funding agencies

– 03 Marks

Sound relationship and effective leveraging/

coordination

of working with Ministry of Jal Shakti – 05

Marks

Note: Minimum 5marks are required for

qualification

D Number of

completed/s

ubstantially

completed

assignments

providing

consultancy

services in

the water

supply or

sanitation

sector

10 10 No change

Experience of working with rural

water supply and sanitation sector in Punjab

Each assignment in in rural water supply and sanitation in Punjab–2.5 marks

0 5 For effective

implementation of project, experience of rural water supply and sanitation in Punjab is useful. Hence, it is suggested that the criteria for experience of rural water supply and

sanitation in Punjab be added in the evaluation.

E Approach,

Methodolog

y

&understan

dingof JJM

1

5

2

5

We request the following updation in the scoring:

Page 23: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Approach,

methodology and Understanding of project objective (upto 25 pages)

3 2

0

The section on approach and methodology in atypical proposal is included to present the consultant’s

understanding of the scope of work and context of the assignment, overall approach for handling the assignment and methodology for implementing the scope

of work. Hence, it is essential that the consultants understanding of the scope of work, its approach and methodology be given a higher

Weightage in evaluation.

ISO Certifications (9001 or 27001)

4 2 The successful delivery of the assignment requires extensive experience of undertaking performance

improvement programs in rural water and sanitation sector. It is requested to allow either of the professional certifications ISO 9001 or ISO 27001.

Experience of working

with international funding agencies

3 3 No change

Page 24: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Sound relationship and effective leveraging/coordination

of working with Ministry of JalShakti

5 0 While most of the

consulting organizations have worked with international funding agencies, only two consulting firms have PMU at the central level (i.e. Ministry of Jal Shakti).Any competent

firm will be able to coordinate with the Ministry of Jal Shakti with or without having a PMU with Ministry of Jal Shakti. In order to provide a fair competition, it is

requested that a discriminatory criterion such as “sound relationship and effective leveraging /coordination of working with Ministry of Jal

Shakti”be completely removed

F Team

qualification

and

competency

required

50 50 No change

100 100

34 Data sheet –

Clause 17.9

Last date of submission of proposal We request you to extend the proposal due date by at least two

weeks.

14 days shall be given

for submission of

proposals from the date

of uploading of pre-bid

replies on departmental

website:

www.dwss.punjab.gov.i

n .

35

Data Sheet

Clause17.7

Pg24

The Proposals must be submitted no later

than:

Date:22-09-2021

Time:15:30hrs

To prepare a quality technical proposal, A&M, and to hand pick suitable experts based on State need, we request you to provide

atleast 2 weeks’ time extension from the date of issue of pre-bid

responses.

We request you to consider the same.

36 C. The Consultant may submit technical and We would like to request to allow submission of technical proposal Not agreed, the

Page 25: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Submission,

Opening and

Evaluation

Data Sheet

17.4

Page 23-24

Password protected Financial proposal duly

signed in pdf format through email. In addition

to above the consultant must submit Hard copy

by post / courier of the same technical

proposal.

(a) Technical Proposal (hard copy): one (1)

original and 4 copies.

The Password protected Financial Proposal in

PDF format of technically qualified consultants

shall be opened in person as well as through

virtual meeting after obtaining the password in

the meeting. The date and time of financial

opening meeting shall be informed through

email.

through E -procurement Portal Online.

As the Technical Proposal size may exceed 25 MB, it will not be a

permissible size to be exchanged over Email, so we request you to

allow submission of technical and financial proposal on the Punjab

E-proc, in line with the online e-procurement guidelines.

Kindly confirm

proposal shall be

submitted through

email, however the

weblink of cloud drive

can be shared.

37 Data Sheet

21.1Selection

CriteriaPoint

B

Page -25

Number of years in existence of the

consulting firm

Maximum marks-05

More than or equal to10 years experience

(minimum required experience) from the last

date of submission of proposals - 03Marks

More than or equal to 20 years experience

–05Marks

Consulting assignment for providing support to large programs

has begun in India only in last 10 years. Also, for such

assignment having experience and knowledge of the subject is

more critical. Hence, we request to modify the clause as below:

Number of years of relevant Govt. consulting experience

Maximum marks-05

More than or equal to 5 years experience(minimum required experience) from the last date of submission

Of proposals -03Marks

More than or equal to 10 years experience–05Marks

Agreed to an extent that "Number of

years in existence of

the consulting firm

Maximum marks-05

More than or equal

to10 years experience

(minimum required

experience) from the

last date of

submission of

proposals - 03Marks

More than or equal to

15years experience

–05Marks.

Please refer

Addendum-I

38 Section7,Clau

se6(B)

Number of years in existence of the

consulting firm

Maximummarks-05

More than or equal to 10years

experience(minimum required experience)

from the last date of submission

ofproposals-03Marks

More than or equal to 20years experience –

05Marks

The consultancy business in India comes into the existing in full-

fledgedfromlast10to15years,

Thus, to get the full marks in this criteria you are request to

consider the experience of

morethanorequalto15yearsinsteadof20years.

39 21.1

Eligibility Criteria

Number of years in existence of the consulting

firm

We request you kindly reconsider this clause as public sector

consultancy has become more prominent since last 10 years

Page 26: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Page No. 26 Maximum marks-05

More than or equal to 10 years’ experience

(minimum required experience) from the last

date of submission of proposals - 03 Marks

More than or equal to 20 years’ experience –

05 Marks

therefore keeping the clause of 20 years for full marks will restrict

many. Request you to kindly change the clause as below

Number of years in existence of the consulting firm

Maximum marks-05

More than or equal to 10 years’ experience (minimum required

experience) from the last date of submission of proposals - 05

Marks

40 Section 2, E. Data

Sheet, 21.1 1. (B)

Page No. 25

Number of years in existence of the consulting

firm More than or equal to 10 years’ experience

(minimum required experience) from the last

date of submission of proposals – 03

Marks More than or equal to 20 years’

experience – 05 Marks

We request you to assign full marks (05 marks) to experience of

more than or equal to 15 years’ experience

41 Data Sheet

21.1Selection

CriteriaPointE

FORM

TECH-4,

Description of

approach,

methodology,

and work plan

in respoding

to the terms

of reference

Pg26and

Pg36

Approach, Methodology & understanding of

JJM

Understanding of Project Objectives -

03Marks

ISO Certifications (9001 and 27001) –

04Marks(02marksforeachvalidcertification)

Experience of working with International

funding agencies-03Marks

1. Sound relationship and effective

leveraging/ coordination of working with

Ministry of Jal Shakti –05 Marks

InregardtoCriteriaPointE,werequestyoutopleaseclarifythefollowin

g points:

1. Experience of working with International funding

agencies

This criterion is already getting covered in Selection criteria Cof firm’s experience. Request you to clarify, what additional

information is sought in this regard. Request to also modify to include bilateral fund in agencies and corporate on ors

2. Sound relationship and effective leveraging/coordination

of working with Ministry of Jal Shakti

–05Marks

Please clarify the credentials/ experience/ documentary evidence/

solutions to be provided in support of the above criteria

3. We understand that the total marks(15)are distributed

among the four requirements provided in criteria E.

However, FORM TECH 4, on page No 36 requires

providing the approach & methodology, organization

staffing and work plan. However, there is no scoring

mechanism provided for the same.

Request you to please confirm the scoringmechanismofA&MasperFormtech–4

1. Not agreed

2. The Firm should

provide credential

and any documentary

evidence to establish

their relationship

with the Ministry of

Jal Shakti. The Firm

should provide an

approach / solution

for leveraging their

relationship for the

benefit of Punjab's

rural water supply.

3. The Approach &

Methodology, work

plan and organization

and staffing in Tech-

4 shall be evaluated

as part of

Understanding of

Project Objectives.

Please refer

Addendum-I for

revised description and

marking.

Page 27: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

We request you to revise the scoring as following:

4. A&M,Work Planand Organisational staffing–12Marks

5. Sound relationship and effective leveraging/coordination of working with Ministry of Jal Shakti

–05Marks

42 Clause No. 7;

Section 7 - Terms of

Reference; Page No.

57

E. ISO

Certifications (9001

and 27001) – 04

Marks (02 marks for

each valid

certification)

We request the authority to kindly amend the clause as:

ISO Certifications (9001:2015 or 27001) – 04 Marks

Not Agreed

43 Procurement

Management Scope of work In the scope of work under Procurement and Contract

Management, would the expert be required to support with bid

process management too. Please confirm.

Agreed

Please Refer

Addendum - I

44 Consulting Duration The Consultancy duration shall be 12

months. This can be increased by additional

12 months subject to satisfactory

performance of the Consultant.

We would request you to please consider revising at the per-month

rate 8% increment annually for the duration beyond 12 months.

Not Agreed

Please refer ITC Clause

16.2 of E. Data Sheet of

RFP.

45 Pont no 9/team

Composition &

Qualification

Requirements for

the Key Experts/

Team leader Page

No. 60

Desirable Qualifications: PMP certification

We would like to request to kindly reconsider this qualification

criteria as this will restrict firms to select the right candidate for this

position as there are lot of good WASH experts but WASH expert

with PMP would be way less.

Not Agreed

46 Section7.

Clause9,

1.Team Leader

Qualification and

Experience

Pg60

Desirable Qualification: PMP certification

Desirable Experience: At least two years of

experience in WASH sector on large-scale

projects funded by international donor

agencies such as World Bank, JICA, ADB,

UNICEF etc, and worked on water

supply/waste water project for Govt.

Senior experts with 12+ years experience in the water sector, may

or may not pursue this certification, giving more heed to sector

experience, and role in a leader ship position.

Thus, desirable qualification may be restrictive, barring us from

hand picking some experienced and polished team leader candidates, who may have excellent domain knowledge,

however, may not have the PMP certification.

In this regard request you to please consider omitting the desired qualification. We request you to consider the same.

Not Agreed

Page 28: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

agencies viz.NMCG, State Jal Nigam/PHED

etc. Additionally, also request you to modify the Desirable experience to include international

donors/INGOs/bilateral organizations etc, as under:

At least two years of experience in WASH sector on large-scale projects funded by international donor agencies such as World

Bank, JICA, ADB, UNICEF, bilateral agencies, international

donors etc, and worked on water supply/waste water project for Govt. agencies viz.NMCG, StateJalNigam/ PHED etc

47 Pont no. 9/team

Composition &

Qualification

Requirements for

the Key

Experts/Communica

tion & Community

Engagement

Expert Page no. 60

Desirable Qualification: Graduation in

Management Module Training

Essential Experience: At least 5 years of work

experience across community engagement based

Assignments. Sound knowledge of social

safeguard

initiatives and earlier experience of supporting

state-wide implementation of JJM or SBM (G)

is

mandatory. He/ She should have knowledge of

speaking, writing & reading Punjabi language.

We would like to request you to kindly reconsider this clause as

graduation in management module training is rare to find and

therefore firms won’t be getting the right person for this position.

Also, the specific experience in JJM and SBM is bit restrictive

as these missions are not that old, therefore experts working in

these missions is a rare to find and thus meeting the whole criteria

becomes difficult for the firms. Request you kindly relax these

clause.

Agreed to an extent,

Please refer Addendum

– 1

48 Communication &

Community

Engagement Expert

Desirable Qualification: Graduation in

Management Module Training

Essential Experience: He/ She should have

knowledge of speaking, writing & reading

Punjabi language.

Please elaborate what is Management Module Training? We would

request you to please change the desirable qualification to –

Graduation in Social Work.

We would request you to please drop the requirement of speaking,

writing & reading Punjabi language. This is highly restrictive in

nature.

Earlier experience of supporting state-wide implementation of JJM

or SBM (G) would ensure that the Communication

& Community Engagement Expert has the required competency and

essential prior experience.

Additionally, under the selection criteria/sub-criteria C and D,

bidders can present Pan India experience for the purpose of

evaluation. Using similar rationale, bidders must be free to propose

key experts from Pan India experience too.

We would request you to please consider revised qualification and

experience as per below:

Page 29: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Essential Qualifications: MBA/Post Graduation in Social Work or

social entrepreneurship

Desired Qualification: International professional fellowship

Essential Experience: At least 5 years of work experience across

community engagement based assignments. Sound knowledge of

social safeguard initiatives and earlier experience of supporting

state-wide implementation of JJM or SBM (G) is mandatory.

Should have working knowledge of Punjabi.

Desirable Experience: Should have worked on large-scale projects

funded by international donor agencies viz World

Bank/ADB/International donor agencies

49 Team

composition

&qualification

requirement

of key experts

:

TOR – Clause

9

Page

60

Team composition &qualification requirement

of key experts : Communication and

Community Engagement Expert –

Essential Experience: At least 5 years of work

experience across community engagement

based

assignments. Sound knowledge of social

safeguard

initiatives and earlier experience of supporting

state-wide implementation of JJM or SBM (G)

is

mandatory. He/ She should have knowledge of

speaking, writing & reading Punjabi language.

For essential experience, the professional needs experience of

implementation of water supply and sanitation program. The

program may be undertaken through government or international

development agencies. Hence, it is requested that the essential

experience required be modified as follows:

Essential Experience: Atleast 5 years of work experience across

community engagement based assignments. Sound knowledge of

social safeguard initiatives and earlier experience of supporting

state-wide implementation of water supply or sanitation program

JJM or SBM (G) is mandatory. He/ She should have knowledge of

speaking, writing & reading Punjabi language.

50 Section7.

Clause9,

2.Communication

&Communi

ty Engagement

Expert

Page 60

Desirable Qualification: Graduation in

Management Module Training

We understand that the referenced desirable qualification is not in

common knowledge and is not commonly taken up by

Community & Community engagement experts.This may be

restrictive in selection of well experienced suitable candidates.

We request you to omit he desirable qualification and please clarify. which courses/ qualifications will be considered in lieu of

the same

51 Essential Experience: At least 5years of

work experience across community

engagement-based assignments. Sound

There are limited assignments of JJM and SBM (G)PMUs, and

most of these assignments are ongoing. Experience of Community

engagement experience across rural programs is comparable,

Page 30: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

knowledge of social safeguard initiatives and

earlier experience e of supporting state-wide

implementation of JJM or SBM(G) is

mandatory. He/She should have knowledge of

speaking, writing &reading Punjabi language.

Desirable Experience: Experience in

working with Funding agencies such as

World Bank/AD Band experience of working

with Government agencies viz. important role

on GOI mission program

and so experts with community engagement experience in the rural GOI/State programs should be considered to avoid losing

on experienced community experts.

Thus,were quest you to consider revising the criteria as follows:

Atleast 5 years of work experience across community

engagement-based assignments. Sound knowledge of social

safeguard initiatives and earlier experience of supporting state-

wide implementation of government programmes in rural development domain. He/ She should have knowledge of

speaking, writing & reading Punjabilanguage.

Wealsorequestyoutorevisethedesirablequalificationtoincludeother

internationalagencies/bilateralagecnies/internationaldonors

Desirable Experience: Experience in working with Funding

agencies such asWorld Bank/ADB/AfD/GIZ/other international

agencies UN/bilateral agencies/international donors etc and experience of working with Government agencies viz. important role on GOI mission program

52 Team

composition

&qualification

requirement

of key experts

:

TOR – Clause

9

Page 60

Team composition &qualification requirement

of key experts : Communication and

Community Engagement Expert –

Essential Qualifications: Post Graduation in

Social

work or Equivalent

Desirable Qualification: Graduation in

Management Module Training

Essential Experience: At least 5 years of work

experience across community engagement

based

assignments. Sound knowledge of social

safeguard

initiatives and earlier experience of supporting

The expert is required for communication and community

engagement. The delivery of the scope requires educational

qualification in social science/

Social work etc.

The professionals with post graduation in social science and social

work may have graduation in different fields such as Bachelors in

Sciences, Bachelors of Arts etc. Graduation in management module

is not a specific professional course. The expert may have

management experience through Masters courses. Hence, we

request you to allows post graduation diploma in

management/MBA/graduation in BA/ B Sc etc. As acceptable

graduation

Not Agreed

Page 31: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

state-wide implementation of JJM or SBM (G)

is

mandatory. He/ She should have knowledge of

speaking, writing & reading Punjabi language.

Desirable Experience: Experience in working

with

Funding agencies such as World Bank / ADB

and

experience of working with Government

agencies

viz. important role on GOI mission program.

53 Pont no 9/team

Composition &

Qualification

Requirements for

the Key

Experts/Monitoring

& Evaluation Expert

Pg 61

Essential Experience: Proficiency in use of

latest tools for Data Analytics and M&E and at

least 10-years of work experience. Sound

knowledge of monitoring & evaluation

parameter of state-wide implementation of JJM

or SBM (G) is mandatory

We would like to request you to kindly reconsider this clause as the

specific experience in JJM and SBM is bit restrictive as these

missions are not that old, therefore experts working in these

missions is a rare to find and thus meeting the whole criteria

becomes difficult for the firms. Request you kindly relax these

clauses.

Agreed to an extent, Sound knowledge of

monitoring & evaluation

parameter of state-wide

implementation of JJM /

SBM (G) / SBM (U) is mandatory.

Please refer Addendum

– 1 54 Team

composition

&qualification

requirement of

key experts :

TOR – Clause

9

Page 61

Monitoring and Evaluation Expert

Essential Qualifications: B.Tech in IT /CS or

MSC

in IT/CS or MCA

Desirable Qualification: Experience &

Knowledge

of developing Dashboard on Power BI

tool/Trained in Project Management Tools

Essential Experience: Proficiency in use of

latest

tools for Data Analytics and M&E

andatleast10-

years of work experience. Sound knowledge of

monitoring & evaluation parameter of state-

wide

The M&E expert is expected to be an IT professional, hence may

not have experience in dashboard creation. However, being an IT

professional, it may not have experience in project management

using software like primavera.

Further, the professional needs experience of implementation of

water supply and sanitation program. The program may be

undertaken through government or international development

agencies. Hence, it is requested that the requirements be modified

as follows:

Monitoring and Evaluation Expert

Essential Qualifications: B.Tech in IT / CS or MSC in IT/ CS or

MCA

Desirable Qualification: Experience & Knowledge

of developing Dashboard on Power BI tool/ Trained in Project

Page 32: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

implementation of JJM or SBM (G) is

mandatory.

Essential Experience: Proficiency in use of

project

monitoring software like PRIMAVERA etc,

Knowledge of MS Power Point, Word and

Excel

including their advanced functionalities like

scenario analysis. PIVOT Table etc,

Desirable Experience: Conceptualization&

Implementation of M&E System, MIS , Data

Quality Audit, Impact Evaluations, Qualitative

Research, Capacity Building, and Knowledge

of

statistical methods required. Knowledge of

Statistical Package for the Social Sciences

(SPSS)

and/or State Data Analysis and Statistical

Software. Fluency in written and spoken

English

required.

Management Tools

Essential Experience: Proficiency in use of latest tools for Data

Analytics and M&E and at least 10 years of work experience.

Sound knowledge of monitoring & evaluation parameter of state-

wide implementation of JJM or SBM (G) is mandatory. Water

supply or sanitation sector.

Essential Experience: Proficiency in use of project monitoring

using software like PRIMAVERA, MS Excel etc,

Knowledge of MS Power Point, Word and Excel including their

advanced functionalities like scenario analysis. PIVOT Table etc,

55 Monitoring &

Evaluation Expert

Essential Qualifications: B.Tech. in IT /CS or

MSC

in IT/CS or MCA

Qualification criteria solely focussed on Monitoring & Evaluation

expert on IT/CS/MCA is restrictive in nature. Would request you to

please consider –

Essential Qualifications: B.Tech. in IT /CS or MSC

in IT/CS or MCA or other full time Post Graduation

Not Agreed

56 Section7.

Clause9,

4.Monitoring

and

Evaluation

Expert

Pg61

Desirable Qualification: Experience &

Knowledge of developing Dashboard on Power

BI tool/Trained in Project Management Tools

Proficiency in power BI and project management tools can be

determined through experience of using the tools. An M&E expert

may be certified in Power BI, however proficiency in using the tool is uncertain. In this regard we request you to omit the

desirable qualification, as it is already covered in essential experience proposed for the expert.

Not Agreed

57 Essential Experience: Proficiency in use of

latest tools for Data Analytics and M&E and

atleast 10-years of work experience. Sound

knowledge of monitoring & evaluation

There is limited assignment of JJM and SBM (G)PMUs, and most

of these assignments are ongoing. Experience of M&E in any of

GOI or State program shall be considered to allow qualified and

experienced M&E experts.

Not Agreed

Page 33: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

parameter of state-wide implementation of JJM

or SBM(G)is mandatory.

Thus, we request you to consider revising the criteria as follows:

Essential Experience: Proficiency in use of latest tools for Data Analytics andM&Eandatleast10-years of work experience. Sound knowledge of monitoring & evaluation parameter of

National/State/ULB level implementation of GOI/ State

programmes

We request you to consider the above please.

58 Essential Experience: Proficiency in use of

project monitoring software like

PRIMAVERA etc, Knowledge of MS Power

Point, Word and Excel including their

advanced functionalities likes scenario

analysis. PIVOT Table etc,

From our Experience of NJJM, and that of states, where we have

created suitable data tools, including data formats, we understand

that PRIMAVERA is not required to carry out the responsibilities

of an M&E expert. The criteria may be restrictive in selection of

well qualified experienced M&E Expert. This we

request you to please omit the criteria.

Not Agreed

59 Internal

Communication

and Institutional

Strengthening

Specialist

Essential Qualification: Post Graduate in Public

Policy/MBA

Essential Experience: Public Policy

Implementation for a minimum period of five

years.

Since the anticipated roles and responsibilities are largely on the

documentation, we would request for change as per below:

Essential Qualification: Post Graduate in Public Policy/Water

Policy/MBA/ PG in Rural Development/Economics

Essential Experience: Public Policy/social development

implementation/Documentation experience for a minimum

period of 3 years.

Agreed to an extent,

Please Refer

Addendum - 1

60 Section7.

Clause9,

6. Internal

Communication

and Institutional

Strengthening

Specialist

Pg62

Essential Qualification: PostGraduate in Public

Policy /MBA FortheroleofanInstitutionalstrengtheningSpecialistqualificationins

ocialsciences,social work etc are more relevant. Thus, we request you to revise the criteria as following:

Essential Qualification: Master’s in social science /Social work/

rural management /economics

Page 34: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

61 Financial

Management

Minimum Qualification: MBA (Finance)/

ICWA/

CMA degree/ CA from a recognized institute

Desirable Experience: Experience in water

supply projects in the central/state government.

Please elaborate on ICWA or CMA degree since these are not usual

qualifications we come across in the industry. We request you to

please change the minimum qualification to: MBA (Finance)/

CFA/ CA

We also request for change in desirable experience as per below:

Experience in social development sector in the central/state

government.

Agreed to an extent,

Minimum

Qualification:

MBA(Finance)/ICWA/

CMA degree/CA/CFA

from a recognized

institute.

Desirable Experience: Experience in water

supply/Infrastructure/Wa

ter Resources projects in

the central/state

government.

Please Refer

Addendum - 1

62 Section7.

Clause9,

5. Financial

Management

Specialist

pg62

Desirable Experience: Experience in water

supply projects in the central/state government.

As understood from the ToR and our experience of working in

National and state JJM project, the role of a financial expert is

sector agnostic, and require knowledge of public finance and fund

disbursal,

however not so much of the water sector.

We request you to please omit the Desirable

Experience to avoid restrictive criteria.

63 Team

composition

&qualification

requirement of

key experts :

TOR – Clause

9

Page 62

Financial Management Expert

Minimum Qualification: MBA (Finance)/

ICWA/

CMA degree/ CA from a recognized institute

Essential Experience : 7 years of experience as

financial expert in infrastructure projects.

Should

have knowledge of the PFMS system. Should

have

knowledge of operating escrow accounts

Desirable Experience: Experience in water

supply

projects in the central/state government.

The finance experts may either possess experience in project

finance or accounting. The experts generally do not have

experience in banking on operating escrow account. Further,

experience of operating escrow account is generally not needed

for program implementation. Hence, it is requested that following

modifications be made:

Essential Experience : 7 years of experience as financial expert in

infrastructure projects. Should have knowledge of the PFMS/

public finance / project finance. Should have knowledge of

operating escrow accounts

Not Agreed

64 Team

composition

&qualification

requirement of

Procurement and Contract Management Expert

Essential Qualifications: MBA or Post

Graduation

The professionals with experience in procurement and contract

management may have undertaken trainings from various public

or private institutions. Hence, it is requested that trainings shall

not be limited to the World Bank.

Not Agreed

Page 35: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

key experts :

TOR – Clause

9

Page 61

diploma in management with Graduation in

Engineering / Law

Desired Qualification: Trained in

Procurement /

bid processing / Contract

Management/Procurement model used by

World Bank

Essential Experience: At least 7 years of

work

experience spanning across multiple sectors.

Sound knowledge of Procurement

management,

contract administration, Bid Process

management

and project management fundamentals is

required.

Desirable Experience: Should have worked

on

large-scale projects funded by international

donor

agencies viz World Bank/ADB and Govt.

agencies.

Following modification is requested:

Desired Qualification: Trained in Procurement / bid processing /

Contract Management/ Procurement model used by World Bank/

Multilateral/ Bi-lateral agency/ government agencies/

educational institutions.

65 Section7.

Clause9,

3.Procurement

and Contract

management

Expert

Pg61

Desirable Qualification: Trained in

Procurement /bid processing / Contract

Management/Procurement model used by

World Bank/AD Band Govt.

Some of the procurement experts may have a riche experience of

World Bank and ADB procurement and contracting protocols but

may not have undertaken he certification course. In order to

avoid restrictions on participation of experienced candidates, As the department has already added the criteria, we request you

omit the desirable qualification.

Please consider the above, to allow participation of experts with

rich desirable experience.

66 Section7.

Clause9

3.

Procurement

Essential Qualifications: MBA or Post

Graduation diploma in management with

Graduation in Engineering / Law

It is crucial to note that experts may have considerable relevant

experience before and after their master’s qualification. Foreign,

Candidate , a B.E.in civil from year 2005 has 10 years of

experience before post graduation and has another 5 years of

Not Agreed

Page 36: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

and Contract

Management

Expert

Pg60

Atleast7yearsofwork experience spanning

across multiple sectors. Sound knowledge of

Procurement management,contract

administration, Bid Process management and

project management fundamentals is required.

experience after MBA in 2015. In such cases the relevant

experience of candidate will add upto15years, however post

Masters’experienceis5years.

Request you to clarify if relevant experience before Masters’ will be considered.

Please clarify, if the above applies to all experts’ qualification and experience.

67 Team

composition

&qualification

requirement of

key experts :

TOR – Clause

9

Page 61

Innovation Specialist

Essential Qualification: Bachelor's in

Technology /

Engineering Desirable Qualification: Master's

in Technology / Engineering

Essential Experience: 7 years of experience in

designing / implementing IoT / Smart Water

Metering systems. Must have experience of at-

least 1 project in water sector (measurement /

control of flow) or other.

Desirable Experience: Preparing DPRs and

transaction advisory for Monitoring &

Supervisory

Control/ IoT components/ SCADA/ water

treatment technologies / Solar energy / energy

efficiency.

The desirable experience includes the experience in energy

sector. Whereas the essential experience does not include

experience in energy sector. Further, for successful management

of program, experience of preparation of DPRs should be suffice.

Hence, we request you to update the criteria as follows:

Essential Experience: 7 years of experience in designing/

implementing IoT

/ Smart Water Metering/ water supply/ energy systems.

Must have experience of at-least 1 project in water sector

(measurement /control of flow)or other

Desirable Experience: Preparing DPRs and transaction advisory

for Monitoring &Supervisory Control/ IoT

components/SCADA/water treatment technologies/ Solar energy/

energy efficiency.

Not Agreed

68 Section 7. Terms of

Reference, Pt 9

Page No. 60

Team Composition & Qualification

Requirements for the Key Experts We request you to provide relaxation in the desirable

qualification criteria as it may become difficult for the

Consultants to identify resources based on the same. Accordingly,

we request you to revise the marking criteria suitably.

Agreed to an extent,

Please Refer

Addendum - 1

69 Section 7. Terms of

Reference, Pt 9,

Note (ii)

Page No. 62

The Agency will have to plan for the Senior

Supervisory Experts of the following

domains:1) Project Monitoring and

management, 2) Communication & Community

Engagement, 3) Procurement and Contract

Management, 4) Monitoring & Evaluation, 5)

Financial Management, 6) Internal

Kindly clarify this point as it is not clear whether these will be

additional resources besides already proposed experts.

Also, kindly suggest how do we factor-in the cost for the same (if

these are additional resources).

The Foot note is about

the Key Experts

mentioned in ToR Clause

9. The Senior Supervisors

are required for back-end

support to the team.

These Senior Sepervisors

Page 37: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Communication and Institutional Strengthening

and 7) Innovative Technologies.

should have domain

expertise to provide able

support to the team.

These Senior Supervisors

should be available for

meetings as and when

required.

The Firm shall bid as per

Form Fin-2, 3 and 4, No

additional cost will be

provided over and above

the quoted rates for the 7

nos Key experts required

as per the RfP.

70 Team Composition

& Qualification

Requirements for

the Key Experts

The Agency will have to plan for the Senior

Supervisory Experts of the following

domains:1) Project Monitoring and

management, 2) Communication & Community

Engagement, 3) Procurement and Contract

Management, 4) Monitoring & Evaluation, 5)

Financial Management, 6) Internal

Communication and Institutional Strengthening

and 7) Innovative Technologies. It is important

that the senior resources are available for the

periodic discussions and other meetings

scheduled at a short notice.

Can one senior supervisory expert cater to multiple domains or

individual experts are to be proposed by the bidders?

Do the bidders have to factor in the cost of weekly involvement for

all the 7 senior experts while quoting Remuneration

Rate per Month for the key experts?

71 Terms of Reference

- Team composition

of key experts

All the above experts need to be deployed full-

time on site (DWSS office) on the project.

Payments shall be made to the Consultant on

monthly basis after actual deployment of the key

experts.

We understand that quality of key experts is critical for the success

of this assignment since 50% technical evaluation is hinged upon

the experts proposed. We have observed in multiple cases that

consultant (after selection through the RFP process) outsource the

team of experts on the 3rd party payroll or the payroll of affiliates or

associate member firms. This significantly affects the quality of

work. Please confirm if this is allowed for this RFP.

We request DWSS to clarify that the selected consultant will have

to mandatorily deploy all the key experts on the payroll of the

bidding entity only. Please clarify that if the bidders have to submit

any declaration to confirm that, if selected, all key experts would be

full-time staff of the bidding entity (legal entity) only and not of the

affiliates or its associate member firms.

Kindly refer ITC

datasheet

Clause 14.1.1, wherein

Sub-contractors are not

allowed for this

assignment.

The selected consultancy

firm shall deploy all the

proposed full-time key

experts as per technical

proposal on the payroll of

the selected consultancy

firm.

72 Section 7. Terms of

Reference, Pt 10,

Note (iii) Page No.

63

The deductions shall be made for the period

resources are unavailable without suitable

replacement for more than 2 days.

Kindly give a clarity on this as this clause is not clear.

Please refer note (iii)

under Clause 10 Means

the payment shall be

made on the basis of

attendance of key

experts verified by

competent authority and

work done/reports

submitted.

In case any key expert is

Page 38: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

not available for more

than 2 days in a month

then the consultancy

firm has to provide

suitable temporary

replacement for the time

period. In case the

Consultancy. Firm is

unable to provide the

suitable temporary

replacement for the

period beyond 2 days,

then deduction shall be

made.

Please Refer

Addendum - 1

73 Section 7. Terms of

Reference, Pt 11

Page No. 63

DWSS shall be responsible for providing the

working space for the key experts stationed full-

time on the project.

Kindly clarify whether any other facility will be provided by the

client. Also, please clarify whether the water and electricity charges

will be borne by the client or not.

No other facility shall be

provided by the client

other than working space

for the key experts stationed full-time on the

project.

Water and electricity

charges relating to

working space provided

by the client will be

borne by the client.

74 Office setup All the above experts need to be deployed full-

time on site (DWSS office) on the project.

DWSS shall be responsible for providing the

working space for the key experts stationed full-

time on the project.

Are the bidders required to plan for printers, office administration

expenses, wi-fi router, support staff etc. for the team of team of key

experts?

Not Agreed

75 Payment Schedule The deductions shall be made for the period

resources are unavailable without suitable

replacement for more than 2 days.

We understand that each key expert will have to work for 22 days in

a month. This is the same principle followed by NICSI and World

Bank for time based efforts. Please confirm.

Please Refer Note 2 of

Form Tech -6

76 Clause 25,

Accounting

Inspection and

The Consultant shall permit and shall cause its

Sub-consultants to permit, the client and/ or

persons appointed by the client to inspect the

Site and/ or all account and records relating to

Request you to please provide clarity on the clause, and frequency

of any such audit and the mode of auditing.

The Audit can be done

as and when required

within the period as

specified in SCC clause

Page 39: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

Auditing

Pg80

the performance of the Contract and the

submission

25.

77 Clause45.1

Pg91

“Any Dispute arising of the contract, which

cannot be amicably settled between parties,

shall be referred to adjudication/

arbitration in accordance with law of the client's

country”.

In regard to referenced clause, we request the client that in any such instance the Arbitrator shall be appointed through mutual consent between the Parties.

Please refer GCC

Clause 45.1

78 Effectiveness

conditions (Special

conditions of

contract)

Effectiveness conditions are:

1. Signing of Contract

2. Submission of Professional Liability

Insurance related documentation

3. Confirmation of Key Experts’ availability

to start the Assignment shall be submitted to

the Client in writing as a written statement

signed by each Key Expert.

Please share the format for this declaration for the confirmation of

key experts’ availability.

Also, we would suggest effective conditions to be altered as:

1. Signing of Contract

2. Submission of Professional Liability Insurance related

documentation

3. Confirmation of Key Experts’ availability to start the Assignment

shall be submitted to the Client in writing as a written statement

signed by each Key Expert.

4. Confirmation from the bidding entity - All the key experts to

be full-time staff on the payroll of the bidding entity and not on

payroll of the affiliates or associate member firms.

Please refer CV (Form

Tech-6)

and

Effective conditions to

be altered as:

1. Signing of Contract

2. Submission of

Professional

Liability Insurance

related

documentation

3. Confirmation of Key

Experts’

availability to start

the Assignment

shall be submitted

to the Client in

writing as a written

statement signed

by each Key

Expert.

4. The selected

consultancy firm

shall provide

declaration letter

that all the

proposed full-time

key experts being

deployed, as per

technical

Page 40: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

proposal, are on

the payroll of the

selected

consultancy firm.

79 Force Majeure

Request for inclusion of new clause It is recommended to add below clause to under Force Majeure :

To the extent that the provision of the Services is impacted

by a pandemic (including COVID-19) and any reasonable

concerns or measures taken to protect the health and safety

interests of either Party's personnel, the Parties will work

together to amend the Agreement to provide for the

Services to be delivered in an appropriate manner,

including any resulting modifications with respect to the

timelines, location, or manner of the delivery of Services.

Where Consultant’s personnel are required to be present at Client’s

premises, Consultant will use reasonable efforts to provide the

Services on-site at [Client] offices, provided that, in light of a

pandemic the parties agree to cooperate to allow for remote working

and/or an extended timeframe to the extent (i) any government or

similar entity implements restrictions that may interfere with

provision of onsite Services; (ii) either party implements voluntary

limitations on travel or meetings that could interfere with provision

of onsite Services, or (iii) a Consultant’s resource determines that he

or she is unable or unwilling to travel in light of a pandemic-related

risk.

Please refer clause

GCC 17

80 New Clause

Indemnity clause id missing from the RFP We request you kindly add this clause as it is an important part of

the agreement Please refer SCC

clause 23.1

81 New Clause

Non-Solicitation and Non Exclusivity clauses

are missing.

We request you kindly add this clause as it is an important part of

the agreement.

Please refer Clause 1.23

(a) Section 6.DWSS’s

Policy – Corrupt and

Fraudulent Practices

82 Travel outside

Chandigarh

We request DWSS to arrange for the travel, stay etc. in case the

deployed key experts have to travel outside of Chandigarh for

project related activities.

Not Agreed, Please

refer ITC, E. Datasheet

clause 16.1

83 M&E General

Understanding of current IT landscape for

JJM in Punjab

It’s important for us to scope the scale of the existing system and

plan our efforts, it would help if you could provide details regarding

the existing data:

a. Database details (Oracle/SQL Server/Post Gre

Please refer Terms of

Reference, Clause 4,

scope of work, point D

Monitoring &

Page 41: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

SQL/DB2 etc.) across the state and the technology used

b. Indicative number of tables which are expected to be

brought in

c. Database size of existing system on storage

d. Year on Year expected increase of data

Please confirm the number of years of data that must be migrated

(e.g. last 3 years)

Evaluation

The expert shall

support in designing of

the systems, and the

development work

shall be done by the

client.

Please refer

Addendum-I

84 M&E General

Active and concurrent users We would request for below clarification:

2. Envisioned number of end users of the application

3. Concurrent users of the application (users concurrently

accessing the web/ Mobile application)

DWSS’s requirement of web based application or mobile or both

would enable us to propose the M&E expert accordingly.

Since the onset of COVID 19, demand for technology experts has

significantly increased and accordingly cost has gone up too.

85 M&E General

Expected number of reports and dashboards Kindly share an indicative number of reports and dashboards to be

created during the implementation phase.

86 M&E General

We understand that if the bidder does not have to quote for

hardware infrastructure, Operating System and database software

component, or any cloud services, the same would be procured by

DWSS for various environments i.e. development, testing and

production. Please confirm.

Is the bidder is expected to share the estimate/ quote for the above

components. Please confirm if this quote would be considered as

part of the financial evaluation? Please note that the number of

Source systems, technical specifications of the source systems,

historical and daily data volumes, frequency of data pull into the

integrated environment, and no of concurrent users are not stated in

the ToR clearly, providing a sizing estimate on hardware and

software aspects may not be quite feasible for the bidders. Any

quote, if provided, would be based on certain assumptions which

may not hold true due to the absence of this information and would

be subject to change.

87 General

Sectors/Ministries/Public Enterprises As per RFP, primarily DWSS would be sole data owner and

provider for this application.

Page 42: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

In future is there any possibility of integrating more

sectors/ministries/PEs into the application? If so, the same would be

considered as a separate scope of work. Please confirm.

88 General

Various ways of data injection/integration Kindly inform the different ways of data extraction that have been

envisioned such as direct data pull from source databases, data entry

through web-portal, bulk data upload through CSV/Excel files / flat

files, API integration etc.

The above information would be required Source system wise.

89 General

Offline data entry Is there any possibility of entering the data offline (line departments

or remote provinces would enter the data through offline data entry

form which would be synchronised with the web application)

90 General

Security Audit After successful implementation and before production go-live the

desired application needs to be security audited by independent

third-party auditor to make sure there is no vulnerability in the

system. Please confirm that the cost of security audit would be

entirely incurred by DWSS only.

91 General

Data digitization, type of Data sources

(Unstructured/Semi-structured/Structured)

We are assuming that the data digitization is out of scope.

The system would accept only structured and semi-structured data.

Unstructured / Free text data is not expected to be analysed. Kindly

confirm

92 General

User Role and Access Control We assume the desired application should have built-in access

control. Please specify the different user group or stake holders at

different access level would use this application

93 M&E General

Language of application and Data stored in

repository

We are assuming that language of the application, dashboards,

reports or data would be in English only, please confirm.

Language of application

and Data stored is in

English and Punjabi

94 General

Training and capacity building a. Please provide indicative number of personnel to be trained on

the system.

Please provide indicative number of trainings and we understand

that these trainings can be conducted offline

Trainings and capacity

building sessions shall

be done as and when

required during the

period of the

consultancy

95 Datasheet 10.1

2nd Inner Envelope with the Financial

Proposal

1. FIN-1

2. FIN-2

As per the Datasheet from FIN-4 is to be submitted along with

the bid but there is no format for the same. Kindly provide the

format for Form FIN-4.

Form Fin-4 is attached,

Please refer Addendum-1, Annexure

1

Page 43: MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC

Sr.no RFP Clause Ref./

Page No.

Quote as per RFP Document Clarification Required Reply by DWSS

3. FIN-3

4. FIN-4

5. Statement of Undertaking

96 Financial Proposal

Summary of Reimbursable As per the datasheet point 16.1, the consultants have to provide

the summary of reimbursable expenses but in the financial

proposal there is no option for inserting the same. Please

Clarify.

97 Form FIN-2

Summary of Costs Kindly consider revising the form to include only the summary

of Remunerations and Reimbursables.

Not agreed