REQUEST FORPROPOSAL Volume 1 Instructions to Bidders

97
Service Provider Page 1 of 97 Executive Engineer REQUEST FORPROPOSAL Volume 1 Instructions to Bidders Selectionof Service Provider for Primary Collection of Segregated Wet Waste, Sanitary Waste and Street Sweeping Waste and Secondary Transportation of Segregated Wet and Street Sweeping Waste in Ward No.166, Karisandra of BBMP, Bengaluru January 2019 Office of Executive Engineer-1 Solid Waste Management-1 Bruhat Bengaluru Mahanagara Palike

Transcript of REQUEST FORPROPOSAL Volume 1 Instructions to Bidders

Service Provider Page 1 of 97 Executive Engineer

REQUEST FORPROPOSAL

Volume 1 Instructions to Bidders

Selectionof Service Provider for

Primary Collection of Segregated Wet Waste, Sanitary Waste and Street Sweeping Waste and Secondary

Transportation of Segregated Wet and Street Sweeping Waste in Ward

No.166, Karisandra of BBMP, Bengaluru

January 2019

Office of Executive Engineer-1 Solid Waste Management-1

Bruhat Bengaluru Mahanagara Palike

Service Provider Page 2 of 97 Executive Engineer

BRUHAT BENGALURU MAHANAGARA PALIKE

Office of the Executive Engineer-1, Solid Waste Management-1, 3rd Floor, Annex-2 Building, BBMP Head Office Premises, N.R Square, Bengaluru – 560 002.

No: EE-1/SWM-1/TEND/ 01/ 2018-19 Dated: 18.01.2019

REQUEST FOR PROPOSAL (RFP) SHORT TERM - TWO COVER TENDER

(Through e-procurement portal)

1. The Executive Engineer-1, Solid Waste Management-1, on behalf of Commissioner, BBMP, invites proposals for “Primary Door to Door Collection and transportation of segregated wet waste, sanitary waste and Street sweeping waste and Secondary Transportation of segregated wet and street sweeping waste” in wards mentioned in the table below from any eligible reputed Individual/ Firms/ Companies registered under Companies Act 1956/2013, for undertaking the services.

2. Any Bidder blacklisted/ barred by Bruhat BengaluruMahanagaraPalike(“BBMP”)/ anyotherentityofGovernmentofKarnatakaorbyanyState Government or Central Government/ department/ Urban local body / agency inIndia fromparticipating in biddingprocess,eitherindividuallyorasmemberofaConsortiumasonthe BidDue Date and if such bar subsists, such Bidder/s shall not be eligible to participate in this RFP.

3. RFP documents may be downloaded from Government of Karnataka e-Procurement website https://eproc.karnataka.gov.in under login for Contractors: After login to Contractors, Please scroll down to the right side bottom to see List of Tenders, Please click there to find the details of RFP and download copy of the tender. The tender document can be downloaded in the portal as per prescribed date and time published in the portal. Only Interested Service Provider who wishes to participate should remit online transaction fee for tender after registering in the portal. The transaction fee is non-refundable.

4. Other details can be seen in the RFP document.

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

1 Ward No.1 Kempegowda 218.68 3.28 As per E-portal

12 Months (Extendable to another 12 Months)

2 Ward No.2 Chowdeshwari 163.69 2.46 As per E-portal

12 Months (Extendable to another 12 Months)

3 Ward No.3 Attur 307.07 4.61 As per E-portal

12 Months (Extendable to another 12 Months)

4 Ward No.4 Yelahanka New Town 225.36 3.38 As per

E-portal 12 Months (Extendable to another 12 Months)

5 Ward No.5 Jakkuru 265.44 3.98 As per E-portal

12 Months (Extendable to another 12 Months)

6 Ward No.6 Thanisandra 320.43 4.81 As per E-portal

12 Months (Extendable to another 12 Months)

Service Provider Page 3 of 97 Executive Engineer

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

7 Ward No.7 Byatarayanapura 320.43 4.81 As per

E-portal 12 Months (Extendable to another 12 Months)

8 Ward No.8 Kodigehalli 238.72 3.58 As per E-portal

12 Months (Extendable to another 12 Months)

9 Ward No.9 Vidyaranyapura 293.71 4.41 As per

E-portal 12 Months (Extendable to another 12 Months)

10 Ward No.10 Doddabommasandra 177.05 2.66 As per

E-portal 12 Months (Extendable to another 12 Months)

11 Ward No.11 Kuvempungara 177.05 2.66 As per

E-portal 12 Months (Extendable to another 12 Months)

12 Ward No.12 Shettihalli 293.71 4.41 As per E-portal

12 Months (Extendable to another 12 Months)

13 Ward No.13 Mallasandra 218.68 3.28 As per E-portal

12 Months (Extendable to another 12 Months)

14 Ward No.14 Bagalagunte 327.11 4.91 As per E-portal

12 Months (Extendable to another 12 Months)

15 Ward No.15 Dasarahalli 190.41 2.86 As per E-portal

12 Months (Extendable to another 12 Months)

16 Ward No.16 Jalahalli 143.65 2.15 As per E-portal

12 Months (Extendable to another 12 Months)

17 Ward No.17 J P Park 190.41 2.86 As per E-portal

12 Months (Extendable to another 12 Months)

18 Ward No.18 Radhakrishna Temple ward 170.37 2.56 As per

E-portal 12 Months (Extendable to another 12 Months)

19 Ward No.19 Sanjaya Nagar 143.65 2.15 As per E-portal

12 Months (Extendable to another 12 Months)

20 Ward No.20 Ganga Nagar 150.33 2.25 As per E-portal

12 Months (Extendable to another 12 Months)

21 Ward No.21 Hebbala 136.96 2.05 As per E-portal

12 Months (Extendable to another 12 Months)

22 Ward No.22 VishwanathNagenahalli 232.04 3.48 As per

E-portal 12 Months (Extendable to another 12 Months)

23 Ward No.23 Nagavara 218.68 3.28 As per E-portal

12 Months (Extendable to another 12 Months)

24 Ward No.24 HBR Layout 272.13 4.08 As per E-portal

12 Months (Extendable to another 12 Months)

25 Ward No.25 Horamavu 532.16 7.98 As per E-portal

12 Months (Extendable to another 12 Months)

26 Ward No.26 Ramamurthy Nagar 280.34 4.21 As per

E-portal 12 Months (Extendable to another 12 Months)

27 Ward No.27 Banasavadi 252.08 3.78 As per E-portal

12 Months (Extendable to another 12 Months)

Service Provider Page 4 of 97 Executive Engineer

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

28 Ward No.28 Kammanahalli 211.99 3.18 As per E-portal

12 Months (Extendable to another 12 Months)

29 Ward No.29 Kacharkanahalli 238.72 3.58 As per

E-portal 12 Months (Extendable to another 12 Months)

30 Ward No.30 Kadugondanahalli 183.73 2.76 As per

E-portal 12 Months (Extendable to another 12 Months)

31 Ward No.31 KushalNagara 150.33 2.25 As per E-portal

12 Months (Extendable to another 12 Months)

32 Ward No.32 Kavalbyrasandra 163.69 2.46 As per

E-portal 12 Months (Extendable to another 12 Months)

33 Ward No.33 Manorayanapalya 163.69 2.46 As per

E-portal 12 Months (Extendable to another 12 Months)

34 Ward No.34 Gangenahalli 136.96 2.05 As per E-portal

12 Months (Extendable to another 12 Months)

35 Ward No.35 AramaneNagara 136.06 2.04 As per

E-portal 12 Months (Extendable to another 12 Months)

36 Ward No.36 Mattikere 122.69 1.84 As per E-portal

12 Months (Extendable to another 12 Months)

37 Ward No.37 Yeshwanthpura 163.69 2.46 As per

E-portal 12 Months (Extendable to another 12 Months)

38 Ward No.38 HMT ward 177.05 2.66 As per E-portal

12 Months (Extendable to another 12 Months)

39 Ward No.39 Chokkasandra 285.49 4.28 As per E-portal

12 Months (Extendable to another 12 Months)

40 Ward No.40 DoddaBidarakallu 462.27 6.93 As per

E-portal 12 Months (Extendable to another 12 Months)

41 Ward No.41 Peenya Industrial Area 292.17 4.38 As per

E-portal 12 Months (Extendable to another 12 Months)

42 Ward No.42 Lakshmi Devi Nagar 170.37 2.56 As per

E-portal 12 Months (Extendable to another 12 Months)

43 Ward No.43 Nandini Layout 218.68 3.28 As per

E-portal 12 Months (Extendable to another 12 Months)

44 Ward No.44 MarappanaPalya 170.37 2.56 As per

E-portal 12 Months (Extendable to another 12 Months)

45 Ward No.45 Malleswaram 136.06 2.04 As per E-portal

12 Months (Extendable to another 12 Months)

46 Ward No.46 Jayachamarajendra Nagar 143.65 2.15 As per

E-portal 12 Months (Extendable to another 12 Months)

47 Ward No.47 DJ Halli 156.10 2.34 As per E-portal

12 Months (Extendable to another 12 Months)

48 Ward No.48 Muneshwaranagar 116.01 1.74 As per

E-portal 12 Months (Extendable to another 12 Months)

Service Provider Page 5 of 97 Executive Engineer

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

49 Ward No.49 Lingarajapura 197.10 2.96 As per E-portal

12 Months (Extendable to another 12 Months)

50 Ward No.50 Benniganahalli 197.72 2.97 As per

E-portal 12 Months (Extendable to another 12 Months)

51 Ward No.51 Vijnanapura 205.31 3.08 As per E-portal

12 Months (Extendable to another 12 Months)

52 Ward No.52 KRPura 211.99 3.18 As per E-portal

12 Months (Extendable to another 12 Months)

53 Ward No.53 Basavanapura 287.03 4.31 As per E-portal

12 Months (Extendable to another 12 Months)

54 Ward No.54 Hudi 355.37 5.33 As per E-portal

12 Months (Extendable to another 12 Months)

55 Ward No.55 Devasandra 157.01 2.36 As per E-portal

12 Months (Extendable to another 12 Months)

56 Ward No.56 A Narayanapura 211.99 3.18 As per

E-portal 12 Months (Extendable to another 12 Months)

57 Ward No.57 C V Raman Nagar 224.45 3.37 As per

E-portal 12 Months (Extendable to another 12 Months)

58 Ward No.58 New Tippasandara 162.78 2.44 As per

E-portal 12 Months (Extendable to another 12 Months)

59 Ward No.59 MaruthiSeva Nagar 225.36 3.38 As per

E-portal 12 Months (Extendable to another 12 Months)

60 Ward No.60 Sagayapuram 122.69 1.84 As per E-portal

12 Months (Extendable to another 12 Months)

61 Ward No.61 S.K.Garden 191.95 2.88 As per E-portal

12 Months (Extendable to another 12 Months)

62 Ward No.62 RamaswamyPalya 157.01 2.36 As per

E-portal 12 Months (Extendable to another 12 Months)

63 Ward No.63 Jayamahal 102.65 1.54 As per E-portal

12 Months (Extendable to another 12 Months)

64 Ward No.64 Rajmahalnagara 162.78 2.44 As per

E-portal 12 Months (Extendable to another 12 Months)

65 Ward No.65 KaduMalleshwara 224.45 3.37 As per

E-portal 12 Months (Extendable to another 12 Months)

66 Ward No.66 SubramanyaNagara 190.41 2.86 As per

E-portal 12 Months (Extendable to another 12 Months)

67 Ward No.67 Nagapura 163.69 2.46 As per E-portal

12 Months (Extendable to another 12 Months)

68 Ward No.68 Mahalakshimpuram 198.63 2.98 As per

E-portal 12 Months (Extendable to another 12 Months)

69 Ward No.69 Laggere 238.72 3.58 As per E-portal

12 Months (Extendable to another 12 Months)

Service Provider Page 6 of 97 Executive Engineer

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

70 Ward No.70 Rajagopal Nagar 292.17 4.38 As per

E-portal 12 Months (Extendable to another 12 Months)

71 Ward No.71 Hegganahalli 305.53 4.58 As per E-portal

12 Months (Extendable to another 12 Months)

72 Ward No.72 Herohalli 402.14 6.03 As per E-portal

12 Months (Extendable to another 12 Months)

73 Ward No.73 Kottegepalya 293.71 4.41 As per E-portal

12 Months (Extendable to another 12 Months)

74 Ward No.74 ShakthiGanapathi Nagar 191.95 2.88 As per

E-portal 12 Months (Extendable to another 12 Months)

75 Ward No.75 Shankar Matt 198.63 2.98 As per E-portal

12 Months (Extendable to another 12 Months)

76 Ward No.76 Gayathrinagara 136.06 2.04 As per

E-portal 12 Months (Extendable to another 12 Months)

77 Ward No.77 Dattatreya Temple 184.36 2.77 As per

E-portal 12 Months (Extendable to another 12 Months)

78 Ward No.78 Pulkeshinagar 116.01 1.74 As per E-portal

12 Months (Extendable to another 12 Months)

79 Ward No.79 Sarvagnanagara 142.74 2.14 As per

E-portal 12 Months (Extendable to another 12 Months)

80 Ward No.80 Hoysala Nagar 162.78 2.44 As per E-portal

12 Months (Extendable to another 12 Months)

81 Ward No.81 Vijnana Nagar 348.69 5.23 As per E-portal

12 Months (Extendable to another 12 Months)

82 Ward No.82 Garudachar Playa 305.53 4.58 As per

E-portal 12 Months (Extendable to another 12 Months)

83 Ward No.83 Kadugodi 252.08 3.78 As per E-portal

12 Months (Extendable to another 12 Months)

84 Ward No.84 Hagadur 307.07 4.61 As per E-portal

12 Months (Extendable to another 12 Months)

85 Ward No.85 DoddaNekkundi 388.78 5.83 As per

E-portal 12 Months (Extendable to another 12 Months)

86 Ward No.86 Marathahalli 305.53 4.58 As per E-portal

12 Months (Extendable to another 12 Months)

87 Ward No.87 HAL Airport ward 157.01 2.36 As per

E-portal 12 Months (Extendable to another 12 Months)

88 Ward No.88 Jeevanbhima Nagar 171.00 2.56 As per

E-portal 12 Months (Extendable to another 12 Months)

89 Ward No.89 Jogupalya 170.37 2.56 As per E-portal

12 Months (Extendable to another 12 Months)

90 Ward No.90 Halasuru 122.69 1.84 As per E-portal

12 Months (Extendable to another 12 Months)

Service Provider Page 7 of 97 Executive Engineer

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

91 Ward No.91 Bharathinagar 184.36 2.77 As per E-portal

12 Months (Extendable to another 12 Months)

92 Ward No.92 Shivajinagar 122.69 1.84 As per E-portal

12 Months (Extendable to another 12 Months)

93 Ward No.93 Vasanth Nagar 156.10 2.34 As per

E-portal 12 Months (Extendable to another 12 Months)

94 Ward No.94 Gandhinagara 300.11 4.50 As per E-portal

12 Months (Extendable to another 12 Months)

95 Ward No.95 Subhashnagar 211.99 3.18 As per E-portal

12 Months (Extendable to another 12 Months)

96 Ward No.96 Okalipura 191.95 2.88 As per E-portal

12 Months (Extendable to another 12 Months)

97 Ward No.97 Dayanandnagar 205.31 3.08 As per

E-portal 12 Months (Extendable to another 12 Months)

98 Ward No.98 Prakashnagara 177.68 2.67 As per

E-portal 12 Months (Extendable to another 12 Months)

99 Ward No.99 Rajajinagar 205.31 3.08 As per E-portal

12 Months (Extendable to another 12 Months)

100 Ward No.100 Basaveshwaranagar 218.68 3.28 As per

E-portal 12 Months (Extendable to another 12 Months)

101 Ward No.101 Kamakshipalya 157.01 2.36 As per

E-portal 12 Months (Extendable to another 12 Months)

102 Ward No.102 Vrisabhavathi 205.31 3.08 As per

E-portal 12 Months (Extendable to another 12 Months)

103 Ward No.103 Kaveripura 245.40 3.68 As per E-portal

12 Months (Extendable to another 12 Months)

104 Ward No.104 Govindaraja Nagar 130.28 1.95 As per

E-portal 12 Months (Extendable to another 12 Months)

105 Ward No.105 AgraharaDasarahalli 143.65 2.15 As per

E-portal 12 Months (Extendable to another 12 Months)

106 Ward No.106 Dr. Raj Kumar Ward 102.65 1.54 As per

E-portal 12 Months (Extendable to another 12 Months)

107 Ward No.107 Shivanagara 150.33 2.25 As per E-portal

12 Months (Extendable to another 12 Months)

108 Ward No.108 Sriramamandira 217.77 3.27 As per

E-portal 12 Months (Extendable to another 12 Months)

109 Ward No.109 Chickpet 372.97 5.59 As per E-portal

12 Months (Extendable to another 12 Months)

110 Ward No.110 Sampangiramanagar 277.90 4.17 As per

E-portal 12 Months (Extendable to another 12 Months)

111 Ward No.111 Shanthala Nagar 171.00 2.56 As per

E-portal 12 Months (Extendable to another 12 Months)

Service Provider Page 8 of 97 Executive Engineer

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

112 Ward No.112 Domlur 218.68 3.28 As per E-portal

12 Months (Extendable to another 12 Months)

113 Ward No.113 KonenaAgrahara 136.06 2.04 As per

E-portal 12 Months (Extendable to another 12 Months)

114 Ward No.114 Agaram 150.33 2.25 As per E-portal

12 Months (Extendable to another 12 Months)

115 Ward No.115 Vannarpet 129.38 1.94 As per E-portal

12 Months (Extendable to another 12 Months)

116 Ward No.116 Neelasandra 191.04 2.87 As per E-portal

12 Months (Extendable to another 12 Months)

117 Ward No.117 Shanthi Nagar 211.99 3.18 As per

E-portal 12 Months (Extendable to another 12 Months)

118 Ward No.118 Sudham Nagar 163.69 2.46 As per

E-portal 12 Months (Extendable to another 12 Months)

119 Ward No.119 Dharmarayaswamy 250.55 3.76 As per

E-portal 12 Months (Extendable to another 12 Months)

120 Ward No.120 Cottonpet 217.77 3.27 As per E-portal

12 Months (Extendable to another 12 Months)

121 Ward No.121 Binnypet 205.31 3.08 As per E-portal

12 Months (Extendable to another 12 Months)

122 Ward No.122 K.P.Aghara 177.05 2.66 As per E-portal

12 Months (Extendable to another 12 Months)

123 Ward No.123 Vijayanagara 177.05 2.66 As per E-portal

12 Months (Extendable to another 12 Months)

124 Ward No.124 Hosahalli 163.69 2.46 As per E-portal

12 Months (Extendable to another 12 Months)

125 Ward No.125 Marenahalli 123.60 1.85 As per E-portal

12 Months (Extendable to another 12 Months)

126 Ward No.126 MaruthiMandir ward 130.28 1.95 As per

E-portal 12 Months (Extendable to another 12 Months)

127 Ward No.127 Mudalapalya 191.95 2.88 As per E-portal

12 Months (Extendable to another 12 Months)

128 Ward No.128 Nagarabhavi 191.95 2.88 As per E-portal

12 Months (Extendable to another 12 Months)

129 Ward No.129 JnanaBharathi ward 353.84 5.31 As per

E-portal 12 Months (Extendable to another 12 Months)

130 Ward No.130 Ullalu 368.74 5.53 As per E-portal

12 Months (Extendable to another 12 Months)

131 Ward No.131 Nayandahalli 157.01 2.36 As per E-portal

12 Months (Extendable to another 12 Months)

132 Ward No.132 Attiguppe 163.69 2.46 As per E-portal

12 Months (Extendable to another 12 Months)

Service Provider Page 9 of 97 Executive Engineer

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

133 Ward No.133 Hampi Nagar 136.06 2.04 As per E-portal

12 Months (Extendable to another 12 Months)

134 Ward No.134 Bapujinagara 157.01 2.36 As per E-portal

12 Months (Extendable to another 12 Months)

135 Ward No.135 Padarayanapura 130.28 1.95 As per

E-portal 12 Months (Extendable to another 12 Months)

136 Ward No.136 JJR Nagar 136.06 2.04 As per E-portal

12 Months (Extendable to another 12 Months)

137 Ward No.137 Rayapuram 157.01 2.36 As per E-portal

12 Months (Extendable to another 12 Months)

138 Ward No.138 ChalavadiPalya 143.65 2.15 As per

E-portal 12 Months (Extendable to another 12 Months)

139 Ward No.139 SKR Market 246.94 3.70 As per E-portal

12 Months (Extendable to another 12 Months)

140 Ward No.140 Chamarajpet 177.05 2.66 As per E-portal

12 Months (Extendable to another 12 Months)

141 Ward No.141 Azadnagar 170.37 2.56 As per E-portal

12 Months (Extendable to another 12 Months)

142 Ward No.142 Sunkenahalli 162.78 2.44 As per E-portal

12 Months (Extendable to another 12 Months)

143 Ward No.143 V.V.Puram 170.37 2.56 As per E-portal

12 Months (Extendable to another 12 Months)

144 Ward No.144 Siddapura 162.78 2.44 As per E-portal

12 Months (Extendable to another 12 Months)

145 Ward No.145 Hombegowdanagara 177.05 2.66 As per

E-portal 12 Months (Extendable to another 12 Months)

146 Ward No.146 Lakkasandra 150.33 2.25 As per E-portal

12 Months (Extendable to another 12 Months)

147 Ward No.147 Adugodi 143.65 2.15 As per E-portal

12 Months (Extendable to another 12 Months)

148 Ward No.148 Ejipura 197.10 2.96 As per E-portal

12 Months (Extendable to another 12 Months)

149 Ward No.149 Varthuru 490.53 7.36 As per E-portal

12 Months (Extendable to another 12 Months)

150 Ward No.150 Bellanduru 518.80 7.78 As per E-portal

12 Months (Extendable to another 12 Months)

151 Ward No.151 Koramangala 269.68 4.05 As per E-portal

12 Months (Extendable to another 12 Months)

152 Ward No.152 Sudduguntepalya 238.72 3.58 As per

E-portal 12 Months (Extendable to another 12 Months)

153 Ward No.153 Jayanagar 1st and 2nd Block 190.41 2.86 As per

E-portal 12 Months (Extendable to another 12 Months)

Service Provider Page 10 of 97 Executive Engineer

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

154 Ward No.154 Basavanagudi 176.14 2.64 As per

E-portal 12 Months (Extendable to another 12 Months)

155 Ward No.155 Hanumanth Nagar 182.82 2.74 As per

E-portal 12 Months (Extendable to another 12 Months)

156 Ward No.156 Srinagar 238.72 3.58 As per E-portal

12 Months (Extendable to another 12 Months)

157 Ward No.157 GaliAnjenaya Temple ward 170.37 2.56 As per

E-portal 12 Months (Extendable to another 12 Months)

158 Ward No.158 Deepanjali Nagar 225.36 3.38 As per

E-portal 12 Months (Extendable to another 12 Months)

159 Ward No.159 Kengeri 273.66 4.10 As per E-portal

12 Months (Extendable to another 12 Months)

160 Ward No.160 Rajarajeshwari Nagar 327.11 4.91 As per

E-portal 12 Months (Extendable to another 12 Months)

161 Ward No.161 Hosakerehalli 205.31 3.08 As per

E-portal 12 Months (Extendable to another 12 Months)

162 Ward No.162 Girinagar 232.04 3.48 As per E-portal

12 Months (Extendable to another 12 Months)

163 Ward No.163 Katriguppe 232.04 3.48 As per E-portal

12 Months (Extendable to another 12 Months)

164 Ward No.164 Vidyapeeta ward 204.41 3.07 As per

E-portal 12 Months (Extendable to another 12 Months)

165 Ward No.165 Ganesh Mandir ward 183.73 2.76 As per

E-portal 12 Months (Extendable to another 12 Months)

166 Ward No.166 Karisandra 183.73 2.76 As per E-portal

12 Months (Extendable to another 12 Months)

167 Ward No.167 Yediyur 162.78 2.44 As per E-portal

12 Months (Extendable to another 12 Months)

168 Ward No.168 Pattabhiramanagar 170.37 2.56 As per

E-portal 12 Months (Extendable to another 12 Months)

169 Ward No.169 Byrasandra 163.69 2.46 As per E-portal

12 Months (Extendable to another 12 Months)

170 Ward No.170 Jayanagar East 163.69 2.46 As per

E-portal 12 Months (Extendable to another 12 Months)

171 Ward No.171 Gurappanapalya 176.14 2.64 As per

E-portal 12 Months (Extendable to another 12 Months)

172 Ward No.172 Madivala 225.36 3.38 As per E-portal

12 Months (Extendable to another 12 Months)

173 Ward No.173 Jakkasandra 143.65 2.15 As per E-portal

12 Months (Extendable to another 12 Months)

174 Ward No.174 HSR Layout 313.75 4.71 As per E-portal

12 Months (Extendable to another 12 Months)

Service Provider Page 11 of 97 Executive Engineer

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

175 Ward No.175 Bommanahalli 205.31 3.08 As per

E-portal 12 Months (Extendable to another 12 Months)

176 Ward No.176 BTM Layout 245.40 3.68 As per E-portal

12 Months (Extendable to another 12 Months)

177 Ward No.177 J P Nagar 163.69 2.46 As per E-portal

12 Months (Extendable to another 12 Months)

178 Ward No.178 Sarakki 170.37 2.56 As per E-portal

12 Months (Extendable to another 12 Months)

179 Ward No.179 Shakambari Nagar 122.69 1.84 As per

E-portal 12 Months (Extendable to another 12 Months)

180 Ward No.180 Banashankari Temple 217.14 3.26 As per

E-portal 12 Months (Extendable to another 12 Months)

181 Ward No.181 Kumaraswamy Layout 225.36 3.38 As per

E-portal 12 Months (Extendable to another 12 Months)

182 Ward No.182 Padmanabha Nagar 190.41 2.86 As per

E-portal 12 Months (Extendable to another 12 Months)

183 Ward No.183 Chikkalsandra 177.05 2.66 As per

E-portal 12 Months (Extendable to another 12 Months)

184 Ward No.184 Uttarahalli 355.37 5.33 As per E-portal

12 Months (Extendable to another 12 Months)

185 Ward No.185 Yelchenahalli 225.36 3.38 As per

E-portal 12 Months (Extendable to another 12 Months)

186 Ward No.186 Jaraganahalli 205.31 3.08 As per E-portal

12 Months (Extendable to another 12 Months)

187 Ward No.187 Puttenahalli 191.95 2.88 As per E-portal

12 Months (Extendable to another 12 Months)

188 Ward No.188 BILEKAHALLI 190.41 2.86 As per E-portal

12 Months (Extendable to another 12 Months)

189 Ward No.189 Hongasandra 278.81 4.18 As per

E-portal 12 Months (Extendable to another 12 Months)

190 Ward No.190 Mangammanapalya 287.03 4.31 As per

E-portal 12 Months (Extendable to another 12 Months)

191 Ward No.191 Singasandra 395.46 5.93 As per E-portal

12 Months (Extendable to another 12 Months)

192 Ward No.192 Begur 483.85 7.26 As per E-portal

12 Months (Extendable to another 12 Months)

193 Ward No.193 Arakere 266.98 4.00 As per E-portal

12 Months (Extendable to another 12 Months)

194 Ward No.194 Gottigere 246.94 3.70 As per E-portal

12 Months (Extendable to another 12 Months)

195 Ward No.195 Konankunte 211.99 3.18 As per E-portal

12 Months (Extendable to another 12 Months)

Service Provider Page 12 of 97 Executive Engineer

Sl No Ward No & Name

Amount put to tender

(Rs in Lakhs)

EMD (Rs in Lakhs)

Cost of Tender

Document Contract period

196 Ward No.196 Anjanapura 238.72 3.58 As per E-portal

12 Months (Extendable to another 12 Months)

197 Ward No.197 Vasanthpura 340.47 5.11 As per E-portal

12 Months (Extendable to another 12 Months)

198 Ward No.198 Hemmigepura 455.59 6.83 As per

E-portal 12 Months (Extendable to another 12 Months)

Calendar of events: Last Date for receipt of Tenders is 20.02.2019 upto 4.00 p.m. Bid documents may be downloaded from 19.01.2019 onwards from e-portal. Last date for uploading queries on e-procurement portal 05.02.2019 upto 4.00 p.m. Pre-Bid Meeting under the Chairmanship of Special Commissioner, SWM on

07.02.2018 at 4:00 p.m at Meeting Hall-1, BBMP Head Office premises, N.R Square, Bengaluru-02.

Date of Opening of Technical bids are on 22.02.2018 by 4.00 p.m. or next working day.

Opening of financial bids will be intimated to technically qualified bidders.

Sd/- Executive Engineer-1

Solid Waste Management-1 Copies to:

1. PA to Worshipful Mayor with a request to bring to the notice of Worshipful Mayor. 2. PA to Deputy Mayor with a request to bring to the notice of Deputy Mayor. 3. Council Secretary with a request to bring to the notice all Standing Committees. 4. Honourable Commissioner for kind information. 5. Special Commissioner (H & SWM) for kind information. 6. Special Commissioner (Projects) for kind information. 7. Special Commissioner (Finance & IT) for kind information. 8. Engineer in Chief for kind information. 9. Joint Commissioner (SWM/ East/ West/ South/ Bommanahalli/ Dasarahalli/

Mahadevapura/ RR Nagar/ Yelahanka) for kind information. 10. Chief Engineer (SWM/ Projects Central/ Road-Infra/ Lakes/ SWD/ East/ West/ South/

Bommanahalli/ Dasarahalli/ Mahadevapura/ RR Nagar/ Yelahanka) for kind information.

11. Superintendent Engineer (SWM/ Projects Central/ Road-Infra/ Lakes/ SWD/ East/ West/ South/ Bommanahalli/ Dasarahalli/ Mahadevapura/ RR Nagar/ Yelahanka) for kind information.

12. Chief Accounts Officer for kind information.

Service Provider Page 13 of 97 Executive Engineer

13. State Tender Bulletin officer and Joint Director Planning, Urban Development Department, VikasaSoudha, with a request to publish in the State tender bulletin.

14. District Bulletin office and Deputy Commissioner, Bengaluru Urban District, with a request to publish in the District tender bulletin.

15. To all Executive Engineers with a request to publish in their notice boards. 16. IT Advisor with a request to publish in BBMP website. 17. Public Relation Officer with a request to publish in leading newspapers both in

Kannada and English. 18. Notice board/ Office copy.

Executive Engineer-1

Solid Waste Management-1

Service Provider Page 14 of 97 Executive Engineer

Tableof Contents DISCLAIMER.............................................................................................................................2 GLOSSARY................................................................................................................................5 1. INTRODUCTION.................................................................................................................6 2. INSTRUCTIONSTOBIDDERS............................................................................................12 3. EVALUATIONOFBIDS......................................................................................................23 4. FRAUD AND CORRUPTPRACTICES..................................................................................29 5. PRE-BIDCONFERENCE......................................................................................................31 6. MISCELLANEOUS.............................................................................................................32 ScheduleA:List of Wards inPhase 2......................................................................................33 ScheduleB:Package Details..................................................................................................34 ScheduleC:Scope ofWork....................................................................................................37 APPENDIX–I: Letter ofBid....................................................................................................66 APPENDIX- II:Power of Attorneyfor signing ofBid................................................................72 APPENDIX-III:Power of Attorneyfor Lead Memberof Consortium.......................................74 APPENDIX–IV: TechnicalCapacityof theBidder...................................................................76 APPENDIX–IV A: Certificate for TechnicalCapacityof theBidder.......................................78 APPENDIX–V:Financial Capacityof theBidder....................................................................79 APPENDIX–V A:Certificate for FinancialCapacityof theBidder.........................................82 APPENDIXVI:Formatfor AntiCollusionCertificate...............................................................83 APPENDIXVII:Anti-Blacklisting Affidavit...............................................................................84 APPENDIXVIII:FinancialBid..................................................................................................85 APPENDIXIXFormatfor Affidavitfor Ownershipof Vehicles andWorkingCapital............88 APPENDIXXFormatfor Solvency certificate……………………………………….............89 Annexure Chart – 1 Bid security details .…………………………………………………90 Annexure Chart – 2 Qualification criteria details……….…………………………………94 Annexure Chart – 3 The ward area details…….…………………………………99 Annexure Chart – 4 Financial Bid Breakup Requirement details… ..…………………

Service Provider Page 15 of 97 Executive Engineer

DISCLAIMER

TheinformationcontainedinthisRequestfor Proposaldocument(the“RFP”)or subsequently providedtoBidder(s),whetherverballyorindocumentaryoranyotherformbyoron behalf ofBruhatBengaluruMahanagara Palike(“BBMP”)oranyof its employees or advisors,isprovidedtoBidder(s)onthetermsandconditionssetoutinthisRFPandsuch other terms andconditions subjectto whichsuchinformationis provided. This RFPis notanagreementandis neither anoffer norinvitationbytheAuthoritytothe prospectiveBidders oranyotherperson.ThepurposeofthisRFPistoprovideinterested partieswithinformationthatmaybeusefultotheminmakingtheirfinancialofferspursuant tothis RFP(the "Financial Bid"). This RFP includesstatements, which reflect various assumptions and assessments arrivedat bytheAuthority inrelationto theAssignment.Such assumptions,assessmentsandstatementsdonotpurport tocontainalltheinformationthat eachBiddermayrequire.ThisRFPmaynotbe appropriateforallpersons,anditisnot possiblefor theAuthority,its employees or advisors toconsider theinvestmentobjectives, financialsituationand particular needs of eachpartywhoreads or uses this RFP.The assumptions,assessments,statementsandinformationcontainedintheBiddingDocuments may notbecomplete, accurate,adequateorcorrect.EachBiddershould,therefore, conduct its owninvestigations andanalysisandshouldchecktheaccuracy,adequacy,correctness, reliabilityandcompleteness oftheassumptions,assessments,statementsandinformation containedinthisRFPandobtainindependentadvice fromappropriate sources. InformationprovidedinthisRFPtotheBidder(s)isonawiderangeofmatters,someof whichmaydependuponinterpretationoflaw.Theinformationgivenisnotintendedtobe an exhaustive account ofstatutoryrequirements and should not beregarded asacomplete or authoritativestatementof law.TheAuthorityacceptsnoresponsibilityfortheaccuracyor otherwise for anyinterpretationor opiniononlawexpressed herein. TheAuthority,its employees andadvisorsmakenorepresentationorwarrantyand shall havenoliabilitytoanyperson,includinganyBidderor Bidder underanylaw,statute,rules orregulationsortort,principlesofrestitution orunjust enrichmentorotherwisefor anyloss, damages,costorexpensewhich mayarisefrom orbeincurredorsufferedonaccountof anythingcontainedinthisRFPor otherwise,includingtheaccuracy,adequacy,correctness, completeness orreliabilityoftheRFPandanyassessment, assumption,statementor informationcontainedthereinor deemedtoformpart ofthisRFPorarisinginanywayfor participationinthisBidStage. TheAuthorityalso accepts noliabilityofanynaturewhetherresultingfromnegligenceor otherwisehowsoever caused arisingfromrelianceofanyBidderuponthestatements containedinthisRFP. TheAuthoritymayinitsabsolutediscretion,butwithoutbeingunder anyobligationtodoso, update, amend orsupplementtheinformation,assessmentorassumptionscontained inthis RFP. Theissueof thisRFPdoes notimplythattheAuthority isboundtoselectaBidder or to appointtheSelectedBidderorServiceProvider,asthecasemaybe,fortheAssignment

Service Provider Page 16 of 97 Executive Engineer

andtheAuthorityreservestherighttorejectalloranyoftheBidders orBidswithout assigning anyreason whatsoever. TheBidder shallbearallits costsassociatedwithor relatingtothepreparationand submissionofitsBidincludingbutnotlimitedtopreparation,copying,postage,delivery fees,expensesassociatedwithanydemonstrations or presentationswhichmayberequired bytheAuthorityor anyother costsincurred inconnectionwithor relatingtoits Bid.Allsuch costsandexpenseswillremainwith theBidderandtheAuthority shall notbeliablein any mannerwhatsoeverfor thesameorfor anyothercostsorotherexpensesincurredbya Bidder inpreparationorsubmissionof theBid,regardless of theconductor outcomeof the BiddingProcess.

Service Provider Page 17 of 97 Executive Engineer

GLOSSARY

Assignment As definedinClause 1.1.2 Authority As definedinClause 1.1.2 Bidders As definedinClause 1.1.3 BiddingDocuments As definedinClause 1.1.9 Bid DueDate As definedinClause 1.2.2 BiddingProcess As definedinClause 1.2.1 Bid Security As definedinClause 1.2.4 Government Governmentof Karnataka LOA As definedinClause 3.7.10 LowestBidder As definedinClause 1.2.6 Member Member of aConsortium PPP Public PrivatePartnership Re.or Rs.or INR IndianRupee RFPor Requestfor Proposals As definedintheDisclaimer Rights As definedinClause 1.1.8 Selected Bidder As definedinClause 3.7.4 ServiceProvider As definedinClause 1.1.4 ServiceFee As definedinClause 1.2.6

Thewords andexpressionsbeginningwithcapitalletters anddefinedinthisdocumentshall, unless repugnanttothe context,havethemeaningascribedtheretoherein.Thewords and expressionsbeginningwithcapitalletters andnotdefinedherein,butdefinedinthe Agreement, shall, unless repugnant to the context, have the meaningascribed thereto therein.

Service Provider Page 18 of 97 Executive Engineer

1. INTRODUCTION 1.0 Preface:

Presently the collection and transportation of MSW in BBMP jurisdiction is carried out in an ad hoc basis without proper service provider selected through a competitive tender. During this phase, a lot of initiatives have been taken up by BBMP to create its own infrastructure and reforms in order to have efficient mechanisms to address the MSW management in the city in compliance to SWM Rules, 2016. BBMP is also in the process of finalizing its bye-laws for Solid Waste Management defining the strategy for various streams of waste and the State SWM Policy is also in its final stages of approval. As these initiatives of BBMP and policy parameters are in transition stage, BBMP envisages a short tenure tender for its collection and transportation (C&T) of MSW to enable infrastructure establishment of its own, of the proven processes in line with agreed policies and guidelines.

As per the directives of the order of Hon’ble High Court of Karnataka dated 26th April 2013, each ward has been designated as a package for the purpose of this C&T tender. The said order also limits the maximum number of wardsthat can be awarded to a single Bidder to 5 (five) wardsonly. The scope of this RFP is limited to primary collection of segregated wet waste, sanitary waste and street sweeping waste and Secondary Transportation of wet waste and street sweeping waste in wards of BBMP. The dry waste generated in the wards, waste from Bulk Waste Generators, special streams of wastes are excluded from the purview of this RFP unless otherwise mentioned specifically or added in the scope at a subsequent point of time. Further, the mapping of resources required for each ward is based on waste generation arrived through the ward Micro Plan for Households (HHs) and Small Commercial Establishments (SCEs),which is the fundamental planning unit for estimation of quantity and coverage of services. The ultimate aim of this exclusive tender for segregated wet and sanitary waste collection is to ensure that only the segregated waste is collected through appropriate infrastructure with100% coverage of HHs and SCEs and that waste stays segregated through the secondary transportation to the designated processing facilities. The dry waste, waste from Bulk Generators and special streams of waste collection shall continue being collected as existing and as mandated by BBMP from time to time keeping in line with SWM Rules 2016, proposed bye-laws and SWM policy and internal policy stance of BBMP. Having a C&T system based on tender would aid in achieving the segregation of waste at households and SCEs level and also aid in achieving the much needed Visual Cleanliness standards that BBMP aims to achieve and maintain in the city in the interest of public health. As per the GO UDD 126 TMS 2016 dated 7th August 2017, the wages of the Pourakarmikas is now being paid directly into their accounts by BBMP and the scope of work of the Pourakarmikas is now limited to Street Sweeping and they are excluded from door to door C&T of waste. Therefore, the scope of carrying out street sweeping through deployment of manpower has also been taken out from the scope of this tender.

Service Provider Page 19 of 97 Executive Engineer

Also in view of BBMP building its own SWM infrastructure such as Transfer Stations, purchase of SWM vehicles / machines, setting up own decentralizedwaste processing plants and up-gradation of centralized waste processing facilities, utilizationof existing SWM vehicle infrastructure in times of need, and also based on actual field level waste generation assessment subsequent to award of tender, the scope of work of tender would be suitably reduced where found necessary during the remaining period of work, under due intimation to the service provider.

1.1. Background 1.1.1. M anage me ntof MunicipalSolidWasteis anobligatoryfunction of BBMP,under the

Karnataka Municipal Corporation Act, 1976and it is responsible forproviding municipaland civic services, whichincludes thecollection,transportationand disposal of MunicipalSolidWastegenerated inthecity.TheMinistry of Environmentand Forests (MoEF), GovernmentofIndia(GoI), has formulated the Solid WasteManagementRules2016("SWMRules"), which makesit mandatoryto implementa scientificsolid waste managementsystem.

1.1.2. I n thisregardBBMP(the“Authority”)intendstoadoptasinglestagebidding process for

selectionof theservice provider tocarryoutcollectionand transportation of municipalsolid wasteineachof thewards ofBBMP.

ThisRFPisfor collectionandtransportationofmunicipalsolidwaste in wards of BBMP (“Package”) more fullydescribed in RFP notification, which is part of Vol II Draft Agreement (hereinafterreferred toas “the Assignment).

ABiddercansubmititsBidfor any orall ofthewards.However,aBiddershallnot beawardedmorethan 5(five)Wards.Forthepurposeofclarification,ifcompanyA(couldbe aSingleEntityor member ofaConsortium)isawarded twowards under this tendering process, then Company A would be eligible for award of only 3 Wards in case of retender, if any.

Intheevent that delimitationofBBMPtakesplaceduringthebidprocessorsubsequently during thecourse ofthisAssignment,theboundaries of thewardsas mentionedinthe Agreementshallremainunchanged, unless otherwise specially communicated.

TheScope ofWorktobeundertakenin thePackageis set outin Schedule C.

1.1.3. TheAuthority intendstoqualify andselectsuitableBidders(the“Bidders”)forthe

PackagethroughanOpenCompetitiveBiddingprocess inaccordancewiththe procedureset outherein.

1.1.4. Theselected Bidder, (the“ServiceProvider”),shallbe responsibleforPrimary Door to

Door Collection and transportation of wet, sanitary and Street sweeping waste and Secondary Transportation of wet and street sweeping waste in BBMP Bengalurutodecentralizedwastecollectiona n d p r o c e s s i n g centersor any treatment and disposal facilitysuggestedby BBMP inaccordancewiththe

Service Provider Page 20 of 97 Executive Engineer

provisionsofanagreement(the“Agreement”)tobeenteredintobetweenthe ServiceProviderandtheAuthorityintheformprovided bytheAuthorityas part of theBiddingDocuments pursuanthereto.

1.1.5. Theassessmentofactualinvestmentfor implementingtheAssignmentwill havetobe

madebytheBidders. However BBMPmaydeployitsown infrastructure like Auto tippers, Compactors / Transfer stationsand also process at any of the existing or newly established decentralized waste processing facility atanytimeduring theAgreementPeriodwithpriorintimationtotheServiceProvideraspertheterms set outinthedraftServiceAgreement. Also based on actual field level waste generation assessment subsequent to award of tender, the scope of work of tender would be suitably reduced where found necessary, during the remaining period of work, under due intimation to the service provider.

1.1.6. TheAgreementsetsforththedetailedtermsandconditionsfor grantoftherightsto

theService Provider,includingthescopeoftheService Provider’sservices and obligations(the“Obligationsof theServiceProvider”)enclosed as Volume2 ofthisdocument.

1.1.7. ThestatementsandexplanationscontainedinthisRFPareintendedtoprovidea proper

understandingtotheBiddersaboutthesubjectmatter ofthisRFPandshould notbeconstruedorinterpretedaslimitinginanywayormannerthescopeof services andobligationsof theServiceProviderset forthintheAgreementor the Authority’srightstoamend,alter,change,supplementorclarifythescopeofwork, theRightstobeawardedpursuant to this RFPorthe termsthereoforherein contained.Consequently,anyomissions, conflictsor contradictionsintheBidding Documents including this RFPareto benoted,interpreted andapplied appropriately to giveeffect to thisintent,and noclaims onthataccountshallbe entertainedby Authority.

1.1.8. Bidderunder thisRFP wouldberequired tosubmitaKeySubmissionand Qualification

Submissionsanda FinancialBidforthePackageinaccordancewith termsofthisRFPdocument.TheBids wouldbeevaluated onthebasis ofthe evaluationcriteriaset outinSection3of thisRFPinorder toidentify theSelected Bidder for thePackage.

1.1.9. TheAuthorityshallreceiveBidspursuanttothis RFPinaccordancewiththeterms set

forthinthisRFPand otherdocuments tobe provided bytheAuthoritypursuantto this RFP(collectivelythe"BiddingDocuments"),asmodified,altered,amended and clarifiedfromtimetotimebytheAuthority,andallBids shallbepreparedand submittedinaccordancewithsuchtermsonorbeforethedatespecifiedinClause 1.3 for submissionof Bid.

1.2. Brief description of BiddingProcess 1.2.1. TheAuthorityhasadoptedasingle-stage b id ding process(referredtoasthe"Bidding

Process")for selectionoftheBidderforawardofthePackageandinvitesBids from eligibleparties (“Bidders”),whichexpressionshall,unless repugnanttothecontext

Service Provider Page 21 of 97 Executive Engineer

includethemembersoftheConsortium,fortheAssignmentelectronicallyinthe unified e-procurement platformof theGovernmentofKarnataka www.eproc.karnataka.gov.in(hereinafter referred to as “E-Procurement Website”)inaccordancewiththeterms of thisRFP.TheAuthorityshallnotbeheld responsiblefor failureonpart oftheBiddertofurnishalloranyofthedocumentsas part ofits BidthroughE-ProcurementWebsiteor forrejectionof Bids byE- Procurement website for whatsoeverreasons.Nocorrespondenceshallbeentertainedbythe Authorityinthisregard.

1.2.2. TheBiddersarerequestedtosubmittheirBidsinaccordancewiththeBidding

Documents.TheBiddingDocumentmay be downloaded fromthewebsite www.eproc.karnataka.gov.in. TheBidshallbe validforaperiodofnotlessthan180(Onehundredandeighty)daysfromthe date specified inClause 1.3 for submissionof Bids (the “Bid DueDate”).

1.2.3. T h e BiddingDocumentincludesthedraftAgreementfor theAssignment. 1.2.4. IntermsoftheRFP,a Bidderwillberequiredto deposit,alongwithitsBid,abid

securityamountofRs. ________ (Refer Notification) for each Package(the"BidSecurity").TheBidSecurityisrefundablenotlaterthan 45 (forty five)daysfromthe date of announcement of Selected Bidderor B i d Va l i d i t y P e r i o d o r anyotherextendedperiod whichever is earlier,exceptinthe caseoftheselectedBidderwhoseBidSecurityshallberetainedtillithasprovided aPerformanceSecurityundertheAgreement.TheBidshallbesummarilyrejectedif itis not accompaniedbytheBidSecurity.

TheBiddershalldeposittheBidSecuritythroughE-ProcurementWebsite,through anyoneof thefollowinge-Paymentoptions only. Online payments:CreditCard DirectDebit InternetBanking Offlinepayments: Remittanceat theBankCounterusingchallan(ICICI Bankonly) NEFT/RTGS Pleasenotethat payment towards Bid Security submitted throughChequeor DemandDraftshallnotbe accepted.Forfurtherdetails regardinge-payment,please refer toE-Procurement Website. Note:The Authority shallnotbe held responsible incase of failureonthepart ofthe BiddertofurnishtheBidSecuritythroughE-ProcurementWebsiteorfor rejectionof Bids by E-Procurement website for whatsoeverreasons.Nocorrespondenceshallbe entertainedby theAuthority inthisregard. 1.2.5. ( A) Bidderswouldneedtosubmitthefollowingsetsofdocumentsaspartoftheir Bid. a. D o c u m e n t s mentioned in Clause 2.11.2- “Key Submissions”.

Service Provider Page 22 of 97 Executive Engineer

b. D o c u m e n t s as mentioned inClause 2.11.2–“Qualification Submission”,relating to technicaland financialcapacityof theBidder. c. FinancialBidas mentioned inClause 2.11.2- “FinancialBid”. 1.2.5(B)TheevaluationoftheBidsubmissionswouldbecarried outinthefollowingfour stages; StageI:Firststagewouldinvolveatestofresponsiveness basedontheKey Submissions.Those Bidsfoundtobesubstantiallyresponsivewould become eligible to beevaluatedin thesecondstage. StageII:Inthesecondstage, theinformationof theBidders relatingto theirTechnical CapacityandFinancialCapacitywouldbeevaluatedasperthecriteriasetoutin thisRFP. Only the QualifiedBidders in this stage (“TechnicallyQualifiedBidders”) wouldbe considered for theevaluationinthenextstage. StageIII:The Financial Bid of onlythoseBidderswhoqualified inStageII (i.e. Technically Qualified Bidders) above would be openedand their evaluationwould becarried outinthis Stage in accordancewithSection3 of this RFP. 1.2.6. Financial BidsareinvitedfortheAssignmentonthebasisoftheLowestMonthlyPayment

(“Service Fee”) to be madeby the Authoritytothe Service Providerduring the AgreementPeriod.TheAgreementPeriodispre-determined,asindicatedinthe draftAgreement.TheServiceFeeshallconstitutethesolecriteriafor evaluationof Financial Bids.Subjectto Clause 3.7,ThePackageshallbeawarded totheBidder quoting the Lowest ServiceFee.

InthisRFP,theterm“LowestBidder”shallmeantheBidderwhoisofferingthe Lowest ServiceFee. 1.2.7. Generally,theLowestBiddershallbetheselectedBidder.TheremainingBidders

shallbekeptinreserveandmay,inaccordancewiththeprocessspecifiedinthe RFP,beinvitedtomatchtheBidsubmittedbythe Lowest Bidderincasesuch LowestBidderwithdrawsorisnotselectedfor anyreason.Intheeventthatnoneof theotherBiddersmatchtheBidoftheLowestBidder,theAuthoritymay,inits discretion,invitefreshBids fromtheremainingBiddersor annultheBiddingProcess and propose for fresh tenders or selection through other process as felt necessary in accordance with law, as thecasemay be.

1.2.8. Package details have been worked out as per the waste generation arrived

at in the ward Micro plan for SWM and costing worked out accordingly. Bidders are however invitedtoexaminethePackageingreater detail,andto carryout,at theircost,suchstudiesasmayberequiredforsubmittingtheirrespectiveBids for award oftheright of service in this ward with the objective of 100% coverage of proposed HHs and SCEs for collection of segregated wet and sanitary waste.

1.2.9.

AspartoftheBiddingDocuments,theAuthoritywillprovideadraftAgreementprep

Service Provider Page 23 of 97 Executive Engineer

aredbytheAuthority/itsconsultantsandotherinformationpertaining/ relevantto theAssignmentavailablewithit.

1.2.11. Any queries orrequest for additionalinformation concerningthisRFPshallbe submitted

inwriting orbyfaxande-mailtotheofficerdesignated below.The envelopes/communications shallclearlybear thefollowingidentification/title:

"Queries/ Request for Additional Information: RFP for Collection and Transportationof Wet, Sanitary waste and Street Sweeping Waste in WardNo.___”

Address for Communication:

Attentionof: The Executive Engineer (SWM-1) Division SWM Cell Address: Office of the Executive Engineer (SWM-1),

SWM Cell, No.305, Annex-I BBMP Head Office, Bengaluru-560002

The Bidders shall also submit the queries on the e-procurement portal. Corrigendum/modification/corrections, if any, will be published in the e-Procurement website only. 1.3. Schedule of BiddingProcess ThescheduleofBiddingProcessandvenueofpre-Bidconferenceisinaccordance withthe RFP notificationissuedby theAuthority.

2. INSTRUCTIONSTOBIDDERS

A. GENERAL 2.1. GeneralTermsof Bidding 2.1.1 The Authority wishes to receive BidsfortheAssignmentinorder to identify experienced

andcapableBidders for the Ward. 2.1.2 Allotment of Wards to any successful bidder/ bidders is subjected to any directions

or orders of Honourable Courts or Orders of Government of Karnataka. 2.2. Eligibilityof Bidders 2.2.1. For determining the eligibilityofBidders fortheirqualificationhereunder, the

followingshallapply:

Service Provider Page 24 of 97 Executive Engineer

(a) ABiddermaybeasingleentityoragroupofentities(the“Consortium”),coming togethertoimplementtheAssignment.However,noBidderapplyingindividually or as amember of aConsortium,as thecasemaybe,canbemember of another Bidder inthis Phase.A Bidder shallnotbe allowed tochangeitscompositionfor anyof theWards,i.e.singleentitybiddingfor aPackagecannot bidasaConsortiumforanyotherPackageandagroup ofentitiesbiddingas a Consortiumfor aPackagecannotchangeitsConsortiumcompositionforanyother Package. FurthertheBidder shallnotchangetheircomposition duringtheAgreementPeriod,ifthePackageisawardedtothem.Theterm Bidder used hereinwouldapplyto botha singleentityand aConsortium.

(b) ABiddermaybea private entity including acompany incorporated under Companies Act, 1956/2013 or any other equivalent foreign law, society, trust, registeredpartnershipfirm,registeredsoleproprietor,individual or any combinationofthemwithaformalintenttoenter intoanagreementorunderan existingagreementintheformofaConsortium.A Consortiumshallbeeligiblefor considerationsubjectto theconditions set outinClause2.2.11 below.

2.2.2. NotwithstandinganythingtothecontrarycontainedinthisRFP,thedetailedterms

specifiedinthedraftAgreementshallhaveoverridingeffect;provided,however, that anyconditions or obligations imposed ontheBidder hereundershall continueto haveeffectinadditiontoits obligationsunder the Agreement.

2.2.3. TheFinancialBidshouldbefurnishedinelectronicmodeintheslotprovidedfor

FinancialBidonlyinthe formatatAppendix-VIII,clearlyindicatingthebidamountin bothfiguresandwords,inIndian Rupees,andsignedbytheBidder’sauthorized signatory.Intheeventofanydifferencebetweenfiguresandwords,thelowerof thetwoshallbetakenintoaccount.

2.2.4. TheFinancialBidshallconsistofServiceFee,tobequotedbytheBidder as per the terms

andconditions of this RFPand theprovisions of theAgreement. 2.2.5. Anyconditionor qualificationor anyother stipulationcontainedintheBidsubmission

shallrender theBidsubmissionliable torejectionas a non-responsiveBid. 2.2.6. TheBidsubmissionandallcommunicationsinrelationtoorconcerningtheBidding

Documents andtheBidsubmissionshallbe in Englishlanguage. 2.2.7. TheBiddingDocumentsincludingthisRFPandall attacheddocumentsareandshall

remainthepropertyoftheAuthorityandaretransmittedtotheBidderssolelyfor thepurposeofpreparationandthesubmission ofaBidinaccordanceherewith. Bidders aretotreatallinformationas strictlyconfidentialandshallnotuseitfor any purposeotherthanfor preparationandsubmissionoftheirBid.TheAuthoritywillnot returnanyBidor anyinformationprovided alongtherewith.

2.2.8. This RFPisnottransferable.

Service Provider Page 25 of 97 Executive Engineer

2.2.9. Any award of Rights pursuant to this RFP shall be subject to the terms of Bidding Documents.

2.2.10.TheBiddershouldsubmitaPowerofAttorneyaspertheformatatAppendix-II, authorizing

thesignatoryofthe Bidtocommitthe Bidder. In thecase of aConsortium,theMembersshouldsubmita Power ofAttorneyinfavourof theLead Member as per format atAppendix-III.

2.2.11.IncasetheBidder is aConsortium,itshall,complywiththefollowingrequirements: (a) Number of members in aConsortiumshallnotexceed2(two); (b) MembersoftheConsortiumshallnominateonememberastheleadmember

(the“LeadMember”),theBidshouldcontaintheinformationrequiredfor eachmember of theConsortium;

(c) Thenomination(s)oftheLeadMembershallbesupportedbyaPowerof

Attorney,aspertheformatatAppendix-III,signedbytheothermember of theConsortium;

(d) TheBidshouldincludeabriefdescriptionoftherolesandresponsibilitiesof

individualmembers, particularly withreferenceto financialand O&M obligations;

(e) An individual Bidder cannot at the same time be member of a Consortium applying for any other Package/s. Further, a member of a particular Bidder Consortium cannot be member of any other Bidder Consortium applying for the Package/s;

(f) Members of theConsortiumshallenter intoabindingMemorandumof

Understanding(the“Memorandum of Understanding”or “MoU”),for the purposeofsubmittingBidandshouldsubmitthesamealongwiththeBid. MoU shouldbe specific tothePackageandshouldfulfilltherequirementsset outbelow,failingwhichtheBidshallbeconsiderednon-responsive.MoU shall,interalia:

i. ConveytheintentofthemembersoftheConsortiumtoenterintothe

AgreementincasethePackageis awarded to theConsortium; ii. TheLead Member would enter intotheAgreementwithBBMPonbehalf

of themembers of theConsortiumand subsequentlycarry outallthe responsibilities as theServiceProvider interms of theAgreement;

iii. Clearlyoutlinetheproposedrolesandresponsibilitiesofeachmemberof theConsortium;

iv. IncludeastatementtotheeffectthatallmembersoftheConsortiumshall under theAgreement,beliablejointlyandseverallyfor allobligationsof theServiceProvider inrelationto thePackage.

Service Provider Page 26 of 97 Executive Engineer

(g) MoUenteredinto,betweenthemembersoftheConsortiumshallbespecific to the Package and should contain the above requirements, failing which the Proposalshallbe considered non-responsiveand liablefor rejection.

2.2.12. AnyentitywhichhasbeenbarredbytheCentral/StateGovernment,oranyentity

controlledbyit,fromparticipatinginanyproject(BOTorotherwise),and thebar subsists as on the date of Bid,would not be eligible to submit a Bid,either individuallyor as member of aConsortium.

2.2.13. ABidderincludinganyConsortiumMembershould,inthelast3(three)years,have

neitherfailedtoperformonanycontract,asevidencedbyimpositionofapenalty byanarbitralor judicialauthorityor ajudicialpronouncementor arbitrationaward againsttheBidder,ConsortiumMember,asthecasemaybe,norhasbeen expelled fromanyprojector contractbyanypublic entitynorhavehadanycontract terminatedby anypublic entityfor breachby suchBidder,ConsortiumMember.

2.2.14. IncomputingtheTechnicalCapacityandFinancialCapacityoftheBidderunder

Clause3.4.1,theTechnicalCapacityandFinancialCapacityoftheBidderonly wouldbe considered.

2.2.15.Thefollowingconditions shallbe adhered towhilesubmittingtheBid:

(a) Bidders shouldattachclearlymarkedandreferencedcontinuationsheetsinthe event that thespaceprovided intheprescribed formsintheAnnexures is insufficient. Alternatively,Biddersmayformatthe prescribedformsmakingdue provisionfor incorporationof therequested information;

(b) InformationsuppliedbytheBidder(orotherconstituentMemberiftheBidderis aConsortium)mustapplytothe BiddernamedintheBidandnot,unless specificallyrequested,to other associatedcompaniesor firms.

2.2.16. Notwithstandinganythingtothecontrarycontainedherein,intheeventthattheBid

DueDatefallswithinthreemonthsofthe closingofthelatestfinancialyearofa Bidder,itshallignoresuchfinancialyear for thepurposes ofitsBidandfurnishallits informationandcertificationwithreferencetothe3(three)years,precedingits latest completed financialyear.Fortheavoidanceofdoubt,financialyearshall,forthepurposesof aBidhereunder,meantheaccountingyearfollowedbytheBidderinthecourseof its normal business.

2.3. ChangeinConsortium

TheAuthorityrestrictsachangeincontrolofaConsortium, i.e. theBidderisnotallowed tochangethecompositionof theConsortiumduringtheBidding Processandafter signing of theAgreement.IntheeventofchangeinConsortium,itwould, notwithstanding anything to thecontrarycontainedintheAgreement,bedeemed to be a breachthereof,andtheAgreementshallbe liableto be terminated withoutthe Authority being liable inany manner whatsoever to theService Provider.Insuchan event,notwithstandinganythingtothecontrary containedintheAgreement,the

Service Provider Page 27 of 97 Executive Engineer

Authority shallforfeitand appropriatetheBid Security orPerformance Security, as thecasemaybe,as mutuallyagreed genuinepre-estimatedcompensationand damagespayabletotheAuthorityfor,interalia,time,cost andeffortofthe Authority,withoutprejudicetoanyotherrightorremedythatmaybeavailableto theAuthorityhereunder or otherwise.

2.4. Costof Bidding

TheBiddersshallberesponsibleforallofthecostsassociatedwiththepreparation oftheirBids andtheirparticipationintheBiddingProcess.TheAuthoritywillnotbe responsibleor inanywayliable for suchcosts,regardlessoftheconductor outcome of theBiddingProcess.

2.5. Sitevisitandverificationof information 2.5.1. BiddersareencouragedtosubmittheirrespectiveBidaftervisitingtheAssignment site and

ascertaining for themselves thesite conditions, location, surroundings, access tosite, handlingand storage of materials,applicablelawsandregulations,andanyothermatterconsidered relevantby them.

2.5.2. Itshallbe deemed that bysubmittingtheBid,theBidder has:

(a) madea complete andcarefulexaminationof theRFP; (b) received allrelevantinformationrequested fromtheAuthority; (c) acknowledgedandacceptedtheriskofinadequacy,errorormistakeinthe

informationprovidedintheBiddingDocumentsorfurnishedbyoronbehalfof theAuthorityrelatingtoanyof thematters referred toinClause 2.5.1 above;

(d) satisfied itself about all matters, things and information including matters referredtoinClause2.5.1hereinabovenecessaryandrequiredforsubmitting aninformedBid,executionof theAssignmentinaccordancewiththeBidding Documents andperformanceof allof its obligations thereunder;

(e) acknowledged and agreed that inadequacy,lack of completeness or incorrectness of informationprovided intheBiddingDocuments or ignoranceof anyofthematters referredtoinClause2.5.1hereinaboveshallnotbeabasis foranyclaimforcompensation,damages,extensionoftimeforperformanceof its obligations, lossof profits etc.fromtheAuthority,or a ground for termination of theAgreement;

(f) agreedtobeboundbytheundertakingsprovidedbyitunderandinterms hereof.

2.5.3. TheAuthorityshallnot beliablefor anyomission,mistakeorerrorinrespectofany of theaboveoronaccount of any matter or thing arising outof orconcerning or relatingto theRFPor theBiddingProcess,includinganyerror or mistakethereinor in anyinformationor datagivenbytheAuthority.

2.6. Rightto acceptor rejectanyor all Bids

Service Provider Page 28 of 97 Executive Engineer

2.6.1. NotwithstandinganythingcontainedinthisRFP,theAuthorityreservestherightto accept or rejectanyBidandtoannultheBiddingProcessandrejectallBids,at any timewithout anyliability or anyobligation for suchacceptance,rejectionor annulment,and withoutassigning anyreasonstherefor.IntheeventthattheAuthority rejectsorannulsalltheBids,itmay,initsdiscretion,invitealleligibleBidders to submitfresh Bids hereunder.

2.6.2. TheAuthorityreserves therightto rejectanyBidif:

(a) at anytime,amaterialmisrepresentationis madeor uncovered,or

(b) theBidderdoesnotprovide,withinthetimespecifiedbytheAuthority,the supplemental informationsoughtbytheAuthorityforevaluationof theBid.

Suchmisrepresentation/improperresponseshallleadtothedisqualificationofthe Bidder.IftheBidderisaConsortium,thentheentireConsortiumshallbedisqualified/rejected.Ifsuchdisqualification/rejectionoccurafter theBidshavebeenopened andtheLowestBidder gets disqualified/rejected,thentheAuthorityreserves the rightto:

(i) invitetheremainingBidderstomatchtheLowestBidder/submittheirBidsin

accordancewiththeRFP;or (ii) take any such measure as may be deemed fit in the sole discretion ofthe

Authority,includingannulmentof theBiddingProcess.

2.6.3. Incaseitisfoundduringtheevaluationoratanytimebeforesigningofthe Agreementorafteritsexecution andduringtheperiodofsubsistencethereof, includingtherighttherebygrantedbytheAuthority,thatoneor more ofthepre- qualification conditions have notbeen met by theBidder,or theBidderhas made material misrepresentationor has givenany materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Service Provider eitherby issueof the LOA or enteringintoof theAgreement,andif the BidderhasalreadybeenissuedtheLOA orhasentered intotheAgreement,as the case maybe, the same shall, notwithstanding anything to the contrarycontained thereinorinthisRFP,beliabletobeterminated,byacommunicationinwritingby theAuthority totheBidder,withouttheAuthority beingliableinanymanner whatsoever to theBidderand without prejudice toany other rightor remedy which theAuthoritymayhaveunder thisRFP,theBiddingDocuments,theAgreementor under applicablelaw.

2.6.4. TheAuthorityreservestherightto verify allstatements, informationand documents submitted bytheBidder inresponsetotheRFP.Anysuchverificationor lackof such verificationbytheAuthorityshallnotrelievetheBidder of its obligationsorliabilities hereunder norwill itaffectanyrights oftheAuthority thereunder.

B. DOCUMENTS 2.7. Contents of the RFP

Service Provider Page 29 of 97 Executive Engineer

ThisRFPcomprisesthedisclaimersetforthhereinabove,thecontentsaslistedbelow, and willadditionallyincludeanyAddenda issuedinaccordancewithClause2.9.

Invitation for Bids Section1.Introduction Section2.InstructionstoBidders Section3.EvaluationofBids Section4.Fraudand Corrupt Practices Section5.Pre-BidConference Section6.Miscellaneous

Appendices

Key SubmissionsandQualification Submissions

ILetter of Bid IIPower of Attorneyfor signing ofBid IIIPower of AttorneyforLead Member of Consortium IV TechnicalCapacityoftheBidder V FinancialCapacityof theBidder VIAntiCollusionCertificate VIIAnti–BlacklistingAffidavit

FinancialBid VIIIFinancialBid

2.8. Clarifications 2.8.1. BiddersrequiringanyclarificationontheRFPmaynotifytheAuthorityinwritingor by fax

ande-mail.Theyshould send intheir queries beforethedatespecified inthe scheduleofBiddingProcesscontainedinClause1.3.TheAuthorityshallendeavour torespond tothequeries received butnolater than that received 7(seven)days prior totheBid DueDate. Theresponses willbepublishedintheE-ProcurementWebsite.

2.8.2. TheAuthorityshallendeavourtorespondtothequestionsraisedorclarifications

soughtbytheBidders.However,theAuthorityreservestherightnottorespondto anyquestionor provide anyclarification,initssole discretion,and nothinginthis Clauseshallbetakenor readas compellingor requiringtheAuthoritytorespondto anyquestionor toprovideanyclarification.

2.8.3. TheAuthoritymayalso onits ownmotion,if deemed necessary,issue interpretations

and clarifications toallBidders through E-ProcurementWebsite.Allclarifications and interpretationsissuedbytheAuthorityshallbedeemedtobepartoftheRFP at all points of time during the bidding period. Verbalclarificationsand

Service Provider Page 30 of 97 Executive Engineer

informationgivenbyAuthorityor itsemployees or representatives shallnotinanywayor mannerbebindingonthe Authority.

2.9. Amendment of RFP 2.9.1. Atanytimeprior tothedeadlineforsubmissionofBid,theAuthoritymay,for any

reason,whetheratitsowninitiativeor inresponsetoclarificationsrequestedbya Bidder,modifytheRFPbytheissuanceof Addenda.

2.9.2. AnyAddendum / Addenda thus issued will be published in E-Procurement Website.

The publisheddetails onthesaid sources willbe binding ontheparticipatingBidders. 2.9.3. InordertoaffordtheBiddersareasonabletimefortakinganAddenduminto

account,orforanyotherreason,theAuthority may,inits solediscretion,extend the BidDueDateand/or DueDate.Informationaboutextensionof thedeadlinewillbe publishedinE-ProcurementWebsitevidecorrigendum.

C. PREPARATIONAND SUBMISSIONOFBID

2.10. Formatandsigning of Bid

2.10.1. The Bidder shall provide all the information sought under this RFP. The Authority will

evaluate only those Bids that are received in time and in the required formats and complete in all respects. Incomplete and /or conditional Bids shall be liable to rejection.

2.10.2. The Bid and its copies shall be typed or written in indelible ink and signed by the

authorized signatory of the Bidder who shall also initial each page. In case of printed and published Documents, only the cover shall be initialed. All the alterations, omissions, additions or any other amendments made to the Bid shall be initialed by the person(s) signing the Bid. The Bid shall contain page numbers in the correct order.

2.10.3. All documents of the Bids submitted in electronic mode under this RFP shall be

uploaded on E-Procurement Website: www.eproc.karnataka.gov.in digital signature.

2.11. SealingandMarkingofBids

2.11.1.TheBidder shallsubmittheBidintheformspecified inClause 2.11.2.

2.11.2. ABiddershallsubmitKeySubmissionandQualificationSubmissionforthePackage andmarkedas“KeySubmissionandQualificationSubmission”and shallinclude followingdocuments:

Key Submission

Service Provider Page 31 of 97 Executive Engineer

(i) ScannedcopyofLetterofBidintheprescribedformat(Appendix-I)along withAnnexes andsupportingdocuments;

(ii) Scannedcopy of theBidSecurity;

(iii) ScannedcopyofPowerofAttorneyforsigningtheBidaspertheformatat Appendix-II;

(iv) Ifapplicable,scannedcopyofthePowerofAttorneyforLeadMemberof Consortiumas per theformat at Appendix-III;

(v) Scanned copy of the Memorandum of Understanding, in case of a Consortium;

(vi) ScannedCopies of: a) Incaseofanindividual,copiesofPANcard,PFreturnsandESI returns for any 2

(two) of 3 (three) preceding completed financial years b) Incaseofregisteredproprietorshipfirm,copiesofPANcard,PF returns

andESIreturns for any 2 (two) of 3 (three) preceding completed financial years

c) In case of registered partnership firm, copies of registered partnershipdeed,PAN card,PFreturns andESIreturns for any 2 (two) of 3 (three) preceding completed financial years

d) Incaseofcompanies,copiesofMemorandumofUnderstandingand Articlesof Association,Certificate of Incorporation,PFreturnsandESI returns for any 2 (two) of 3 (three) preceding completed financial years

e) Incaseofregisteredsociety,copiesofRegistrationCertificatefrom theRegistrar oftheStatefor Societies,RegisterofMembers,PAN card andPFreturns for any 2 (two) of 3 (three) preceding completed financial years

f) In caseofregistered co-operative society, copiesofRegistration Certificate from the Registrar of the State for Co-Operative Societies, Register of Members, PANcard andPFreturns for any 2 (two) of 3 (three) preceding completed financial years

g) Incaseofregisteredtrusts,copiesofRegistrationCertificatefromthe RegistraroftheStateforTrusts,RegisteredTrustdeed,PANcardand PFreturns for any 2 (two) of 3 (three) preceding completed financial years

(vii) Scannedcopies of Bidder’s dulyaudited1balancesheet and profit and loss accountfor any 2 (two) of thepreceding 3 (three) completed years;

Qualification submission (viii) Scannedcopies of TechnicalCapacityintheprescribed format (AppendixIV) (ix) Scannedcopies of FinancialCapacityintheprescribed format (AppendixV)

Service Provider Page 32 of 97 Executive Engineer

(x) The Bidder shall submit the original of Key Submission and Qualification Submission on the Due Date.

FinancialBid

TheFinancialBidof theBidder shallbesubmittedonlythroughE-Procurement Websiteintheslot provided for FinancialBidonly.TheFinancialBidof theBidder shallbeanamount(inRupees)proposed tobechargedbytheBidderpermonthfor carryingouttheactivitiesset outintheScopeof Workandshallbesubmitted inthe formatprovidedinAppendixVIII.TheBiddersshallberequiredtoupload separate FinancialBidfor thePackageintheslot providedfor FinancialBidinthe E- ProcurementWebsite.Any Financial Bid received in part or in complete form in the slot other than the slot provided for submission of Financial Bid shall be considered as a non- responsive Bid and would be rejected.

2.11.3. Bidsubmittedbyfax,telex,telegramore-mailshallnotbeentertainedandshallbe

rejected.

1RegisteredSoleProprietor,RegisteredPartnershipfirmand TrustscansubmitthecertificatefromtheCharteredAccountswhoauditstheirbooksofaccounts.

2.12. Bid DueDate

2.12.1.Bidsshouldbesubmittedbefore1600hoursISTthe time specified in the RFP

notification ontheBidDueDate,inthemanner and formasdetailedin this RFP.The DemandDrafttowards costof the RFP documentshouldbesubmittedup totheduedate (“DueDate”)andnotearlierthan theBidDueDate,aspertheScheduleof BiddingProcessprovidedinClause 1.3,at theaddressprovidedinClause1.2.11inthemannerandformasdetailedinthis RFPand anacknowledgment/proof of deliveryshallbe obtained.

2.12.2.Deleted

2.12.3.TheAuthorityreservestherighttoseekoriginaldocumentsforverificationofanyof

thedocuments or anyother additionaldocuments uponopeningof theBid. 2.13. LateBid BidsreceivedbytheAuthorityafterthespecifiedtimeontheBidDueDateand/or DueDateshallnotbe eligiblefor considerationandshallbe summarilyrejected.

2.14. Contentsof FinancialBid 2.14.1. TheFinancialBidshallbefurnishedinelectronicmodeintheslotprovidedfor

FinancialBidonlyinthe formatatAppendix–VIIIandshallconsistofthemonthly

Service Provider Page 33 of 97 Executive Engineer

ServiceFee,tobequotedbytheBidder.TheBidder shallspecify(inIndianRupees) the monthly Service Fee sought by him, to undertake theAssignmentinaccordance withthis RFPand theprovisions of theAgreement.AnyFinancialBidreceived inpart orincompleteforminthe slototherthanthe slotprovidedforsubmissionofFinancial Bidshallbe considered as a non-responsiveBidand would berejected.

2.14.2. TheAssignmentwillbe awarded to theBidder quoting thelowest monthly ServiceFee.

2.14.3. TheopeningoftheFinancialBidshallbeaspertheorderdescribedinClause3.7.1 and

acceptancethereof shallbe substantiallyinaccordancewiththeRFP. 2.15. Withdrawalof Bids

2.15.1. TheBiddermaywithdrawitsBidaftersubmissionoftheBidselectronicallypriorto

BidDueDate.NoBidshallbewithdrawnbytheBidderonoraftertheBidDue Date. 2.15.2. Anyalteration/modificationintheBidor additionalinformationsuppliedsubsequent

totheBidDueDateorDueDate,unlessthesamehasbeenexpresslysoughtforby theAuthority,shallbe disregarded.

2.15.3. NoBidmaybewithdrawnduringtheperiodafterBidDueDateorDueDateand during Bid Validity Period. Withdrawalof a Bid during this period may result inthe forfeiture of its Bid security,pursuantto Clause 2.20.6.

2.16. Rejection of Bids

Notwithstanding anything contained inthis RFP, the Authority reservesthe right to rejectanyBid andto annultheBiddingProcess and rejectallBidsat anytimewithout anyliabilityor anyobligation.

2.17. Validityof Bids

TheBidshallbevalidforaperiodnotlessthan 180days(Onehundred andeighty) daysfromtheBidDueDate.TheValidityofthe Bidsmaybeextendedbymutual consentof therespectiveBidders and theAuthority.

2.18. Confidentiality

Information relating to the examination, clarification, evaluation, and recommendationfortheBiddersshallnotbe disclosedto anypersonwhois not officiallyconcernedwiththe process oris not a retained professional advisor advising theAuthorityinrelationto,ormattersarising outof,orconcerning the BiddingProcess.TheAuthoritywilltreatallinformation,submittedas partofBid,in confidenceand willrequire allthose whohaveaccess to suchmaterialtotreat the sameinconfidence.the Authoritymaynotdivulgeanysuchinformationunlessitis directedtodoso byanystatutoryentitythat hasthepower under lawtorequire its disclosure or is to enforceor assert any rightor privilege of thestatutory entity and/ ortheAuthorityorasmayberequiredbylaworinconnectionwithanylegal process.

2.19. Correspondencewith theBidder

SaveandexceptasprovidedinthisRFP,the Authorityshallnotentertainany correspondencewithanyBidder inrelationto theacceptanceor rejectionof anyBid.

Service Provider Page 34 of 97 Executive Engineer

D. BID SECURITY 2.20. Bid Security 2.20.1. TheBiddershallfurnishaspartofitsBid,aBidSecurityamountasprovidedin Clause

1.2.4hereinabove. 2.20.2. TheAuthorityshallnotbeliabletopayanyinterestontheBidSecuritydepositso

madeand thesameshallbe interest free. 2.20.3. AnyBidnotaccompaniedbytheBidSecurityshallbesummarilyrejectedbythe Authorityas

non-responsive. 2.20.4. Save andexcept as provided in Clauses 1.2.4above, the Bid Security of

unsuccessful Bidderswillbe returnedby the Authority, without any interest, as promptlyas possibleonacceptanceoftheBidoftheSelectedBidderorwhenthe Biddingprocess iscancelledbytheAuthority,andinanycasewithin45 (forty five)days fromtheBid Validity Period.

2.20.5. TheSelectedBidder’sBidSecurityforthePackagewillbereturned,withoutany

interest,upontheServiceProvidersigning theAgreementandfurnishing the PerformanceSecurity inaccordancewiththeprovisions thereof.

2.20.6. The Authority shall be entitled to forfeit and appropriate the Bid Security as

Damagesinteraliainanyoftheevents specifiedinClause2.20.7herein below.The Bidder,bysubmittingitsBidpursuanttothisRFP,shallbedeemed tohave acknowledgedandconfirmedthattheAuthority willsufferlossanddamageon account of withdrawal ofitsBid or for any otherdefaultby theBidder duringthe period of Bid validity as specified inthis RFP.No relaxationof any kind onBid Securityshallbe giventoanyBidder.

2.20.7. TheBidSecurityshallbeforfeitedasDamageswithoutprejudicetoanyotherright

orremedythatmaybeavailabletotheAuthorityundertheBiddingDocuments and/ or under theAgreement,or otherwise,under thefollowing conditions:

(a)If aBidder submits anon-responsiveBid; (b)If a Bidder engages inacorrupt practice,fraudulentpractice,coercivepractice,

undesirablepracticeor restrictivepracticeas specified inSection4 ofthisRFP; (c) If a Bidder withdrawsitsBidduring theperiodofBidvalidityasspecified inthis

RFPandas extended bymutualconsentof therespectiveBidder(s)andthe Authority;

(d)Inthecaseof Selected Bidder, if itfails withinthespecified timelimit i. to signand returntheduplicate copy of LOA; ii. to signtheAgreement;or iii. tofurnishthePerformanceSecuritywithintheperiodprescribedthereforin

theAgreement;or

Service Provider Page 35 of 97 Executive Engineer

(e)IncasetheSelectedBidder,havingsignedtheAgreement,commitsanybreach thereof prior tofurnishing thePerformanceSecurity.

Service Provider Page 36 of 97 Executive Engineer

3. EVALUATIONOFBIDS 3.1. Opening and Evaluationof Bids 3.1.1. TheAuthorityshallopentheBidsatthedateandtimementionedinClause1.3,at

theplacespecified belowand in thepresenceoftheBidders whochoosetoattend.

Bruhat BengaluruMahanagara Palike, Head Office Premises, N R Square, HudsonCircle Bengaluru- 560002

3.1.2. TheAuthoritywillexamineandevaluatetheBidsinaccordancewiththeprovisions set

outinthisSection3. 3.1.3. TofacilitateevaluationofBids,theAuthoritymay,atitssole discretion,seek clarifications

inwriting fromanyBidder regardingits Bid.TheAuthorityreservesthe rightto seekoriginaldocuments for verificationofanyof thedocuments oranyother additionaldocuments uponopeningof theBids.

3.1.4. Anyinformationcontained intheBid shallnotinanyway be construedasbinding on

theAuthority,its agents,successors or assigns,but shallbe binding against theBidder ifthePackageissubsequentlyawardedtoitunder theBiddingProcess onthebasis of suchinformation.

3.1.5. TheAuthorityreserves therightnottoproceedwiththeBiddingProcess at anytime

withoutnoticeor liabilityand torejectanyBidwithoutassigning anyreasons. 3.2. Testsof responsiveness& Evaluation for Qualification& FinancialBid 3.2.1. Prior to evaluation of Bids, the Authority shall determine whether each Bid is

responsivetotherequirementsoftheRFP.ABid shallbeconsideredresponsiveonly if: (a) itis received as per theformat at Appendix I; (b) itis received as per theformat at Appendix Ito Appendix IXand itsAnnexures; (c) itisreceivedbytheBidDueDateand/orDueDateincludinganyextension thereof

pursuantto Clause 2.12.2; (d) itissubmittedelectronicallyontheE-ProcurementWebsiteinthemanneras

stipulated inClauses2.11; (e) itis accompaniedby valid Bid securityfor thePackage; (f) itisaccompaniedbythePowerofAttorneyasspecifiedinClause2.2.10,asthe

casemay be; (g) itcontainsalltheinformation(complete inallrespects)as requested inthisRFP(in

formats sameas those specified); (h) it is accompanied by the Memorandum of Understanding (for Consortium),

specific to thePackage,as stipulated inClause 2.2.11(f); (i) itdoes notcontainanyconditionor qualification;and (j)itis not non-responsiveinterms hereof.

Service Provider Page 37 of 97 Executive Engineer

3.2.2. TheAuthorityreservestherighttorejectanyBidwhichisnon-responsiveandno

requestforalteration,modification,substitutionorwithdrawalshallbeentertained by theAuthorityinrespectof suchBid.

3.3. Evaluation parameters 3.3.1. The Bidder’s competence and capability is proposed to be established by the

followingparameters: (a)TechnicalCapability;and (b) FinancialCapability

3.4. EligibleExperience 3.4.1. Tobe eligible,a Bidder shallfulfillthefollowingconditions of eligibility: (A) TechnicalCapability:FordemonstratingTechnicalCapabilityandexperience(the

“TechnicalCapability”),theBidder shallmeet thefollowingcriteria based on the following points system. If the proposal does not meet one or more of the qualification criteria mentioned herein, the bid will be treated as non-responsive and further evaluation will not be carried out for the bid.

Sl. No. Evaluation Criteria Points Sub Points

Service Provider Page 38 of 97 Executive Engineer

Sl. No. Evaluation Criteria Points Sub Points

1. Specific experience of the Bidder related to the Assignment 5

1.1. Bidder should have experience in Door-to-door collection (primary collection) of municipal solid waste and transportation of the same to designated locations in at least 80% of households specified for the Ward in any 12 months of the preceding completed three financial years, i.e., 2015-16, 2016-17 & 2017-18

3

1.2. Bidder should have experience in secondary transportation of municipal solid waste to designated locations by deploying at least 80% of infrastructure specified for the Ward for wet waste generated in the wards in any 12 months of the preceding completed three financial years, i.e., 2015-16, 2016-17 & 2017-18

2

2. Adequacy of the proposed work plan and methodology in responding to the Scope of Work

20

2.1. Detailed proposed work plan and methodology, on door-to-door collection of segregated waste waste, sanitary waste and street sweeping waste and segregated transportation of the same to designated locations.

10

2.2. Satisfactory /Performance Certificate letter for the work conducted indicating number of households covered under door to door collection.

10

3. Qualifications and competence of the key professional staff for the Assignment

65

3.1. Submission of Bio data of helpers with ESI, EPF number and Bio data of drivers with DL, ESI, EPF number for each position.

15

3.2. Auto tipper vehicle RC / Smart card details, auto tipper model should be after the year 2015only and not an earlier model

25

3.3. Large Compactor vehicle RC / Smart card details and the model should be after the year 2015 only and not an earlier model

25

4. Suitability of the transfer of knowledge program (training) 10

4.1 Training schedules on SWM Rules 2016 and segregation of wet and dry waste and practice of collection, transfer and transportation of waste through No Garbage on Ground (NGoG)and spillage principle.

10

Total 100 100 (B) FinancialCapability:FordemonstratingFinancial Capability,theBidder shallmeet

thefollowingcriteria based on the following points system. If the proposal does not meet one or more of the qualification criteria mentioned herein, the bid will be treated as non-responsive and further evaluation will not be carried out for the bid.

Sl.

No: CRITERIA PERIOD UNIT MINIMU

M 2. FINANCIALCAPABILITY

i NetWorth At Close of the (incaseof a

Preceding Consortium, financialyear for both the

members

Service Provider Page 39 of 97 Executive Engineer

the Positive theclose of

the preceding financial year)

AND ii AverageAnnual Last two years

preceding the BidDueDate

Shall be not less than 2 times the amount put to tender as per RFP notification.

Turnover

AND ii Solvency Certificate issued

by Nationalized/ scheduled Bank

Latest completed financial year preceding the Bid Due Date

Shall be not less than 30% of the amount put to tender as per RFP notification.

Bidders intended to bid for more than one ward shall upload separate certificate mentioning the ward no and name.

The bidder shall submit Documentaryproof demonstratingtheownershipof vehicles with the Bidder intheformof registrationcertificate,insuranceandemissiontestcertificates for at least 50% ofnumber of vehicles quoted inAppendixVIII,Annex–I:FinancialBid –BreakUp In the case of remaining vehicles being leased/ hired vehicles, a copy of the agreement demonstrating the availability of the vehicles for the Assignment shall be submitted along with Documentaryproof demonstratingtheownershipof vehicles intheformof registrationcertificate,insuranceandemissiontestcertificates for such vehicles quoted inAppendixVIII,Annex–I:FinancialBid–BreakUp

TheBidder shallsubmitanaffidavitstating that:

(i) Documentaryproof demonstratingtheownershipof vehicles with the Bidder intheformof registrationcertificate,insuranceandemissiontestcertificates for at least 50% of vehicles quoted inAppendix VIII,Annex–I:FinancialBid–BreakUp will besubmittedwithinResourceMobilisationPeriodasset outintheService Agreement.

(ii) In the case of leased/ hired vehicles, a copy of the agreement demonstrating the availability of the vehicles for the Assignment shall be submitted along with Documentaryproof demonstratingtheownershipof vehicles intheformof registrationcertificate,insuranceandemissiontestcertificates for thenumber of vehicles quoted inAppendix VIII,Annex–I:FinancialBid–BreakUp will

Service Provider Page 40 of 97 Executive Engineer

besubmittedwithinResourceMobilisationPeriodasset outintheService Agreement.

(iii) Documentary proof of Bio data of helpers with ESI, EPF number and Bio data of drivers with DL, ESI, EPF number for each position will be submitted within Resource Mobilisation Period as set out in the Service Agreement.

TheBiddershallsatisfyallofthefinancialcriteriaprovidedabovetodemonstrate its FinancialCapacity.

Incaseofa Consortium, thecombinedTechnical CapabilityandFinancialCapability of theLead Memberand theother memberof the Consortiumshallbe considered.

(C) The minimum technical score required to pass is: 75 points

The Authority reserves the right to seek clarification and/or any additional information including documents during the evaluation provided they were existing prior to bid submission, i.e., of historical nature.

3.4.2. DeterminationofTechnical CapabilityandFinancialCapability of the Bidder for multipleWards.

In case the Bidder intends to bid for more than 1 (one) package, the Bidder shall submit documentary proof in support of Technical Capability and Financial Capability cumulatively for all the Wards he intends to bid for. However, any Bidder shall be awarded a maximum of 5 (five) Wardsonly.The FinancialBids willbe opened inthenumerologicalorderof thewardnumbers. However,wheretheBidder isaPreferredBidderfor morethan1(one)Package, Technical andFinancial Bid Capacity to undertakeeach ofPackageawarded after theawardoffirstPackageshallbedemonstrated bytheBidder separately.TheBidder upon beingtheSelected Bidder inanyonePackageshallbe assessed for thesubsequent Package/sonlyif itsTechnicalandFinancialBidCapacityis notexhausted and the remainingTechnicalandFinancialBidCapacityisadequatefor thePackagefor whichitis beingevaluated.

3.4.3 Bidders who meet the above specified minimum qualifying criteria, will only be

qualified, if their available Bid Capacity is more than the total tender value. The available Bid Capacity will be calculated as under:

Assessed available Bid Capacity = (A*N*1.5-B)

Where

A = Maximum value of the projects executed in any one year during the last 3 (three) years taking into account the completed as well as projects in progress

N = Number of years prescribed for completion of the works for which bids are invited

Service Provider Page 41 of 97 Executive Engineer

B = Value, at FY 2017-18 of existing commitments and ongoing projects to be completed during the next 12 months

3.5. Detailsof Experience

3.5.1. TheBidder should furnishthedetails of EligibleExperiencefor thepast3(three)years precedingtheBidDuedate.

3.5.2. TheBiddersmustprovide thenecessaryinformationrelatingtoTechnicalCapabilityas per format of AppendixIV.

3.6. Financialinformation for purposesof evaluation 3.6.1. TheBidmustbeaccompaniedbytheAuditedAnnualReports of theBidder (of each

Memberincaseof aConsortium)for any 2 (two) ofthelast 3 (three) completed financialyears,precedingtheyear in whichtheBidis made.

3.7. Evaluation of theFinancialBid 3.7.1. Inthisstage,theFinancialBidofalltheTechnicallyQualified Bidderswill beopened

intheorderdecidedbyTenderScrutinyCommitteesetupforthesame,in the presence of theBidders’ representatives whochoosetoattend.TheBidders’representatives whoarepresent shallberequired tosignand record theirattendance.

TheFinancialBidofthe BiddershallconsistofthemonthlyServiceFee. Thisshallbe thesolebid parameterfor selectionof thePreferred Bidder.

3.7.2. The Bidder quoting the lowest Service Fee, as per the format prescribed in Appendix VIII, shall be declared as the Preferred Bidder for the particular package.

3.7.3. TheAuthoritymay,atitsdiscretion,eitherchoosetoaccepttheServiceFeeof the Preferred Bidder or invitehimfor negotiations.

3.7.4. Upon acceptanceofthe Financial Bid ofthe PreferredBidderwith orwithout negotiations,theAuthorityshalldeclarethePreferredBidder as theselectedBidder (the“Selected Bidder”).

3.7.5. Tobeconsidered for more thanonePackage,aBidder must demonstratetohave

Technical Capability andFinancialCapability as setoutinClause3.4.2fortheWardsfor whichithassubmitted theFinancialBids.Thesequenceofopeningof FinancialBids shallbecarriedoutinthenumerologicalorder.Attheoutset,theFinancialBids ofall theQualifiedBiddersshallbeopenedfor onePackage.TheBidderquotingthe lowest ServiceFeewouldbethePreferredBidder forthatfirstPackage.Before openingtheFinancialBidof suchPreferredBidderfor thesecondPackage,the PreferredBidder’sresidualTechnicaland FinancialBidding Capacity wouldbe estimated.Residual TechnicalandFinancialBidding Capacityshallbecalculated by deductingtheminimumTechnicalCapacityandFinancialCapacityas mentionedin Clause 3.4.1(A)andClause 3.4.1(B) for the awarded Packagefromthetotal FinancialCapacityoftheBidder.IfitsresidualTechnicalandFinancial Bidding CapacityisadequateforthatsecondPackagethenitsFinancialBid wouldbe

Service Provider Page 42 of 97 Executive Engineer

consideredforevaluation.IncasetheTechnicalandFinancialBiddingCapacityof thePreferredBidder isexhausted andtheresidualTechnicalandFinancialBidding Capacityis not adequateforthePackageunder consideration,thentheFinancialBid ofsuchPreferredBiddershallnotbeopenedfor thesame.ThePreferredBidderfor that Packagewouldbe the Bidderquoting the lowestService Fee among the remaining QualifiedBidders.

3.7.6. Intheeventthat twoor more Bidders quotethesameamountofServiceFee(the

"Tie Bidders"),theAuthority shallidentify Selected Bidderby drawof lots, whichshallbe conducted,withprior notice,inthepresenceof theTieBidders whochoosetoattend.

3.7.7. Intheevent that theLowest Bidderwithdraws orisnotselected for any

reasoninthe first instance (the “first round of bidding”), the Authority may invite all the remainingBiddersqualifiedforopeningofFinancialBidtorevalidateorextend theirrespectiveBidSecurity,asnecessary,andmatchtheBidoftheaforesaid LowestBidder (the“second roundof bidding”) provided such bidder/s have already not been awarded maximum of 5 Wards.If inthesecondroundofbidding, onlyoneBidder matchestheLowest Bidder, itshallbe theSelectedBidder.If twoor moreBidders matchthesaidLowestBidder inthesecondroundofbidding,thenthe Bidder whoseBidwasloweras compared toother Bidder(s) inthefirst roundof biddingshallbetheSelected Bidder. Forexample,if thethird andfifthlowest Bidders inthefirstroundofbiddingoffertomatchthesaidlowestBidder inthe secondroundof bidding,thesaidthirdlowestBidder shallbe theSelected Bidder.

3.7.8. Intheevent thatnoBidderofferstomatchtheLowestBidderinthesecondroundof

biddingas specified inClause 3.7.7,theAuthoritymay,inits discretion,annulthe BiddingProcess.

3.7.9 A Bidder wouldbeawarded amaximumof5(five)Wards.However,incasethe

BidderhassubmittedtheBidfor morethan5(five)Wardsandhasalreadybeen declaredasaPreferredBidderfor5(five) Wards, then the Financial Bids submitted by such Bidder in respect of the remaining Wardswill opened and consideredfor evaluation. In case such Bidder is found to be L1, his bid will be kept as a reference for negotiation with other eligible Bidders for that particular package. The 6th or subsequent bid of such bidder will be only a reference for negotiation with other eligible Bidders & in no case more than 5 Wards will be awarded for each bidder even incase of this bidder being L1 also.

3.7.10. Afterselection,aLetterofAward(the“LOA”)shallbeissued,induplicate,bythe

AuthoritytotheSelected Bidder and theSelected Bidder shall,within20 (twenty)days ofthereceiptof theLOA, sign and return the duplicate copyofthe LOA in acknowledgementthereof.IntheeventtheduplicatecopyoftheLOAdulysigned

Service Provider Page 43 of 97 Executive Engineer

bytheSelectedBidder isnotreceivedbythestipulateddate,theAuthoritymay, unless itconsents toextensionof timeforsubmissionthereof,appropriatetheBid SecurityofsuchBidder as mutuallyagreed genuinepre-estimatedlossanddamage sufferedby the Authority on account of failure of the Selected Bidder to acknowledgetheLOA,and thenexteligibleBidder may beconsidered.

3.7.11. AfteracknowledgementoftheLOAasaforesaidbytheSelectedBidder,itshall

executetheAgreementwithintheperiod of20 (twenty) days. TheSelected Bidder shallnot be entitled toseekanydeviationinthe Agreement.

3.8. ContactsduringBid Evaluation

Bidsshallbedeemedtobeunder considerationimmediatelyaftertheyareopened anduntilsuchtimetheAuthoritymakes officialintimationof award/rejectiontothe Bidders. While the Bids are under consideration,Bidders and/ or their representatives or other interested parties areadvised torefrainfromcontactingby any means,theAuthority and/ ortheir employees/ representativeson matters related to theBids underconsideration.

3.9. Performance Security

3.9.1. TheSelectedBiddershallfurnishPerformanceSecuritybywayofanirrevocable BankGuarantee equal to 5% of the Contract Value as required under thedraftAgreement.

Failure of theSelected Bidder tocomplywiththerequirements ofClause 3.7.11 shall constitutesufficientgrounds fortheannulmentoftheLoA,andforfeitureoftheBid Security. Insuchanevent,theAuthorityreservestherighttotakeanysuchmeasure as maybedeemedfitinthesolediscretion oftheAuthority,includingannulmentof theBiddingProcessprovided alongtherewith.

4. FRAUD AND CORRUPTPRACTICES 4.1. TheBiddersandtheirrespectiveofficers,employees,agentsandadvisersshall

observethehigheststandardofethicsduringthe BiddingProcess andsubsequentto theissueof theLOAand during thesubsistence of theAgreement.Notwithstanding anythingtothecontrarycontainedherein,orintheLOAor theAgreement,the Authorityshallrejecta Bid,withdrawtheLOA,orterminatetheAgreement,as the casemaybe,withoutbeingliableinanymannerwhatsoevertotheBidderor ServiceProvider,as thecasemaybe,ifitdeterminesthattheBidder orService Provider,as thecasemaybe,has,directlyorindirectlyorthrough anagent, engaged incorrupt practice, fraudulentpractice,coercivepractice,undesirable practice orrestrictivepractice inthe BiddingProcess. Insuchan event,the Authority shallforfeitandappropriatetheBidSecurityorPerformanceSecurity,as thecase may be,asmutuallyagreed genuinepre-estimated compensationanddamages payabletotheAuthoritytowards,inter alia,time,cost and effortof the Authority,

Service Provider Page 44 of 97 Executive Engineer

withoutprejudicetoanyother rightor remedythatmaybeavailabletothe Authorityhereunder or otherwise.

4.2. Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the rights and remedies which the Authority may have under the LOA or the Agreement, if a Bidder or Service Provider, as the case may be, is found by the Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Bidding Process, or after the issue of the LOA or the execution of the Agreement, such Bidder or Service Provider shall not be eligible to participate in any tender or RFP issued by the Authority during a period of 2 (two) years from the date such Bidder or Service Provider, as the case may be, is found by the Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practices, as the case may be.

4.3. For the purposes of this Clause 4, the following terms shall have the meaning hereinafter respectively assigned to them:

(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directlyor indirectly,ofanything of valuetoinfluencetheactions of any personconnectedwiththeBiddingProcess (for avoidanceof doubt,offering of employment to or employing or engaginginany manner whatsoever, directlyor indirectly,anyofficialoftheAuthoritywhois or has been associatedinanymanner,directlyorindirectlywiththeBiddingProcessor theLOA or hasdealtwithmatters concerningtheAgreementor arising therefrom,beforeoraftertheexecutionthereof,atanytime priortothe expiryofoneyearfromthedatesuchofficialresignsorretiresfromor otherwiseceases tobeintheservice oftheAuthority,shallbedeemedto constituteinfluencingtheactionsofapersonconnectedwiththe Bidding Process);or(ii)engaginginany mannerwhatsoever,whetherduringthe BiddingProcess oraftertheissueoftheLOA orafter theexecutionofthe Agreement,asthecasemay be,anypersoninrespectof anymatterrelating totheAssignmentortheLOAortheAgreement,whoatanytimehasbeen or isalegal,financialor technicaladviseroftheAuthorityinrelationtoany matter concerning theAssignment.

(b) “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process;

(c) “Coercive practice” means impairing or harming or threatening to impair or harm, directly or indirectly, any person or property to influence any person’s participation or action in the Bidding Process;

(d) “undesirable practice” means establishing contact with any person connected with or employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process;; and

Service Provider Page 45 of 97 Executive Engineer

(e) “Restrictive practice” means forming a cartel or arriving at any understanding

or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Bidding Process.

5. PRE-BID CONFERENCE 5.1. ACen tra l i sedPre-Bidmeetingshallbeconvenedatthedate, t ime

andplaceasmentionedinRFP Notification.The Authority shall explain the broad principles on which the tender was floated and the basic performancestandards expectations from the prospective service provider bidders.

5.2. During the course of Pre-Bid conference, the Bidder will be free to seek clarifications and make suggestions for consideration of the Authority. The Authority shall endeavour to provide clarifications and such further information as it may, in its sole discretion, consider appropriate for facilitating a fair, transparent and competitive Bidding Process.

6. MISCELLANEOUS

6.1. TheBiddingProcessshallbegovernedby,andconstruedinaccordancewith,the lawsofIndiaandtheCourts atBengalurushallhaveexclusivejurisdictionoverall disputes arisingunder,pursuanttoand/ or inconnectionwiththeBiddingProcess.

6.2. The Authority, in its sole discretion and without incurring any obligation or liability, reserves the right, at any time, to; (a) Suspend and/or canceltheBiddingProcess and/ or amendand/ or

supplementtheBiddingProcess or modifythedates or other terms and conditions relatingthereto;

(b) Consult with any Bidder in order to receive clarification or further information; (c) Retain any information and/ or evidence submitted to the Authority by, on

behalf of, and/ or in relation to any Bidder; and/ or (d) Independently verify, disqualify, reject and/ or accept any and all submissions

or other information and/ or evidence submitted by or on behalf of any Bidder.

6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the Authority, its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and/ or performance of any obligations hereunder, pursuant hereto and/ or in connection herewith and waives any and all rights and/ or claims it may have in this respect, whether actual or contingent, whether present or future.

Service Provider Page 46 of 97 Executive Engineer

Schedule A:Ward DetailsAs per RFP notification.

ScheduleB:Package/ WardDetails

As per RFP notification. A. Descriptionof the Package/ Ward [Thedetails inthetableset outbelowwould needto befilled for thePackage] Package Name:__ Ward Package Number:Ward no. ___

BBMP Existing Assets TheVehicles set outhereinareprovided by BBMPtotheServiceProvider whichincludes the items set outbelow:

Sl No Ward No & Name Auto Tippers Compactors

1 Ward No.1 Kempegowda 0 0

2 Ward No.2 Chowdeshwari 0 0

3 Ward No.3 Attur 0 0

4 Ward No.4 Yelahanka New Town 0 0

5 Ward No.5 Jakkuru 0 0

6 Ward No.6 Thanisandra 0 0

7 Ward No.7 Byatarayanapura 0 0

8 Ward No.8 Kodigehalli 0 0

9 Ward No.9 Vidyaranyapura 0 0

10 Ward No.10 Doddabommasandra 0 0

11 Ward No.11 Kuvempungara 0 0

12 Ward No.12 Shettihalli 0 0

13 Ward No.13 Mallasandra 0 0

14 Ward No.14 Bagalagunte 0 0

15 Ward No.15 Dasarahalli 0 0

16 Ward No.16 Jalahalli 0 0

17 Ward No.17 J P Park 0 0

Service Provider Page 47 of 97 Executive Engineer

Sl No Ward No & Name Auto Tippers Compactors

18 Ward No.18 Radhakrishna Temple ward 0 0

19 Ward No.19 Sanjaya Nagar 0 0

20 Ward No.20 Ganga Nagar 0 0

21 Ward No.21 Hebbala 0 0

22 Ward No.22 VishwanathNagenahalli 0 0

23 Ward No.23 Nagavara 0 0

24 Ward No.24 HBR Layout 0 0

25 Ward No.25 Horamavu 0 0

26 Ward No.26 Ramamurthy Nagar 0 0

27 Ward No.27 Banasavadi 0 0

28 Ward No.28 Kammanahalli 0 0

29 Ward No.29 Kacharkanahalli 0 0

30 Ward No.30 Kadugondanahalli 0 0

31 Ward No.31 KushalNagara 0 0

32 Ward No.32 Kavalbyrasandra 0 0

33 Ward No.33 Manorayanapalya 0 0

34 Ward No.34 Gangenahalli 0 0

35 Ward No.35 AramaneNagara 0 1

36 Ward No.36 Mattikere 0 1

37 Ward No.37 Yeshwanthpura 0 0

38 Ward No.38 HMT ward 0 0

39 Ward No.39 Chokkasandra 0 0

40 Ward No.40 DoddaBidarakallu 0 0

41 Ward No.41 Peenya Industrial Area 0 0

42 Ward No.42 Lakshmi Devi Nagar 0 0

43 Ward No.43 Nandini Layout 0 0

44 Ward No.44 MarappanaPalya 0 0

45 Ward No.45 Malleswaram 0 1

Service Provider Page 48 of 97 Executive Engineer

Sl No Ward No & Name Auto Tippers Compactors

46 Ward No.46 Jayachamarajendra Nagar 0 0

47 Ward No.47 DJ Halli 0 1

48 Ward No.48 Muneshwaranagar 0 1

49 Ward No.49 Lingarajapura 0 0

50 Ward No.50 Benniganahalli 0 1

51 Ward No.51 Vijnanapura 0 0

52 Ward No.52 KRPura 0 0

53 Ward No.53 Basavanapura 0 0

54 Ward No.54 Hudi 0 0

55 Ward No.55 Devasandra 0 0

56 Ward No.56 A Narayanapura 0 0

57 Ward No.57 C V Raman Nagar 0 1

58 Ward No.58 New Tippasandara 0 1

59 Ward No.59 MaruthiSeva Nagar 0 0

60 Ward No.60 Sagayapuram 0 1

61 Ward No.61 S.K.Garden 0 0

62 Ward No.62 RamaswamyPalya 0 0

63 Ward No.63 Jayamahal 0 1

64 Ward No.64 Rajmahalnagara 0 1

65 Ward No.65 KaduMalleshwara 0 1

66 Ward No.66 SubramanyaNagara 0 0

67 Ward No.67 Nagapura 0 0

68 Ward No.68 Mahalakshimpuram 0 0

69 Ward No.69 Laggere 0 0

70 Ward No.70 Rajagopal Nagar 0 0

71 Ward No.71 Hegganahalli 0 0

72 Ward No.72 Herohalli 0 0

73 Ward No.73 Kottegepalya 0 0

Service Provider Page 49 of 97 Executive Engineer

Sl No Ward No & Name Auto Tippers Compactors

74 Ward No.74 ShakthiGanapathi Nagar 0 0

75 Ward No.75 Shankar Matt 0 0

76 Ward No.76 Gayathrinagara 0 1

77 Ward No.77 Dattatreya Temple 0 1

78 Ward No.78 Pulkeshinagar 0 1

79 Ward No.79 Sarvagnanagara 0 1

80 Ward No.80 Hoysala Nagar 0 1

81 Ward No.81 Vijnana Nagar 0 0

82 Ward No.82 Garudachar Playa 0 0

83 Ward No.83 Kadugodi 0 0

84 Ward No.84 Hagadur 0 0

85 Ward No.85 DoddaNekkundi 0 0

86 Ward No.86 Marathahalli 0 0

87 Ward No.87 HAL Airport ward 0 0

88 Ward No.88 Jeevanbhima Nagar 0 1

89 Ward No.89 Jogupalya 0 0

90 Ward No.90 Halasuru 0 1

91 Ward No.91 Bharathinagar 0 1

92 Ward No.92 Shivajinagar 0 1

93 Ward No.93 Vasanth Nagar 0 1

94 Ward No.94 Gandhinagara 0 2

95 Ward No.95 Subhashnagar 0 0

96 Ward No.96 Okalipura 0 0

97 Ward No.97 Dayanandnagar 0 0

98 Ward No.98 Prakashnagara 0 1

99 Ward No.99 Rajajinagar 0 0

100 Ward No.100 Basaveshwaranagar 0 0

101 Ward No.101 Kamakshipalya 0 0

Service Provider Page 50 of 97 Executive Engineer

Sl No Ward No & Name Auto Tippers Compactors

102 Ward No.102 Vrisabhavathi 0 0

103 Ward No.103 Kaveripura 0 0

104 Ward No.104 Govindaraja Nagar 0 0

105 Ward No.105 AgraharaDasarahalli 0 0

106 Ward No.106 Dr. Raj Kumar Ward 0 1

107 Ward No.107 Shivanagara 0 0

108 Ward No.108 Sriramamandira 0 1

109 Ward No.109 Chickpet 0 1

110 Ward No.110 Sampangiramanagar 0 1

111 Ward No.111 Shanthala Nagar 0 1

112 Ward No.112 Domlur 0 0

113 Ward No.113 KonenaAgrahara 0 1

114 Ward No.114 Agaram 0 0

115 Ward No.115 Vannarpet 0 1

116 Ward No.116 Neelasandra 0 1

117 Ward No.117 Shanthi Nagar 0 0

118 Ward No.118 Sudham Nagar 0 0

119 Ward No.119 Dharmarayaswamy 0 0

120 Ward No.120 Cottonpet 0 1

121 Ward No.121 Binnypet 0 0

122 Ward No.122 K.P.Aghara 0 0

123 Ward No.123 Vijayanagara 0 0

124 Ward No.124 Hosahalli 0 0

125 Ward No.125 Marenahalli 0 0

126 Ward No.126 MaruthiMandir ward 0 0

127 Ward No.127 Mudalapalya 0 0

128 Ward No.128 Nagarabhavi 0 0

129 Ward No.129 JnanaBharathi ward 0 0

Service Provider Page 51 of 97 Executive Engineer

Sl No Ward No & Name Auto Tippers Compactors

130 Ward No.130 Ullalu 0 0

131 Ward No.131 Nayandahalli 0 0

132 Ward No.132 Attiguppe 0 0

133 Ward No.133 Hampi Nagar 0 1

134 Ward No.134 Bapujinagara 0 0

135 Ward No.135 Padarayanapura 0 0

136 Ward No.136 JJR Nagar 0 1

137 Ward No.137 Rayapuram 0 0

138 Ward No.138 ChalavadiPalya 0 0

139 Ward No.139 SKR Market 0 0

140 Ward No.140 Chamarajpet 0 0

141 Ward No.141 Azadnagar 0 0

142 Ward No.142 Sunkenahalli 0 1

143 Ward No.143 V.V.Puram 0 0

144 Ward No.144 Siddapura 0 1

145 Ward No.145 Hombegowdanagara 0 0

146 Ward No.146 Lakkasandra 0 0

147 Ward No.147 Adugodi 0 0

148 Ward No.148 Ejipura 0 0

149 Ward No.149 Varthuru 0 0

150 Ward No.150 Bellanduru 0 0

151 Ward No.151 Koramangala 0 1

152 Ward No.152 Sudduguntepalya 0 0

153 Ward No.153 Jayanagar 1st and 2nd Block 0 0

154 Ward No.154 Basavanagudi 0 1

155 Ward No.155 Hanumanth Nagar 0 1

156 Ward No.156 Srinagar 0 0

157 Ward No.157 GaliAnjenaya Temple ward 0 0

Service Provider Page 52 of 97 Executive Engineer

Sl No Ward No & Name Auto Tippers Compactors

158 Ward No.158 Deepanjali Nagar 0 0

159 Ward No.159 Kengeri 0 0

160 Ward No.160 Rajarajeshwari Nagar 0 0

161 Ward No.161 Hosakerehalli 0 0

162 Ward No.162 Girinagar 0 0

163 Ward No.163 Katriguppe 0 0

164 Ward No.164 Vidyapeeta ward 1 1

165 Ward No.165 Ganesh Mandir ward 0 0

166 Ward No.166 Karisandra 0 0

167 Ward No.167 Yediyur 0 1

168 Ward No.168 Pattabhiramanagar 0 0

169 Ward No.169 Byrasandra 0 0

170 Ward No.170 Jayanagar East 0 0

171 Ward No.171 Gurappanapalya 0 1

172 Ward No.172 Madivala 0 0

173 Ward No.173 Jakkasandra 0 0

174 Ward No.174 HSR Layout 0 0

175 Ward No.175 Bommanahalli 0 0

176 Ward No.176 BTM Layout 0 0

177 Ward No.177 J P Nagar 0 0

178 Ward No.178 Sarakki 0 0

179 Ward No.179 Shakambari Nagar 0 1

180 Ward No.180 Banashankari Temple 0 0

181 Ward No.181 Kumaraswamy Layout 0 0

182 Ward No.182 Padmanabha Nagar 0 0

183 Ward No.183 Chikkalsandra 0 0

184 Ward No.184 Uttarahalli 0 0

185 Ward No.185 Yelchenahalli 0 0

Service Provider Page 53 of 97 Executive Engineer

Sl No Ward No & Name Auto Tippers Compactors

186 Ward No.186 Jaraganahalli 0 0

187 Ward No.187 Puttenahalli 0 0

188 Ward No.188 BILEKAHALLI 0 0

189 Ward No.189 Hongasandra 0 0

190 Ward No.190 Mangammanapalya 0 0

191 Ward No.191 Singasandra 0 0

192 Ward No.192 Begur 0 0

193 Ward No.193 Arakere 0 0

194 Ward No.194 Gottigere 0 0

195 Ward No.195 Konankunte 0 0

196 Ward No.196 Anjanapura 0 0

197 Ward No.197 Vasanthpura 0 0

198 Ward No.198 Hemmigepura 0 0

Designated Locations

Thedetails of processingand disposalfacilities areas set outbelow:

Note:DesignatedLocationsforthewardshallbereviewedandapprovedbyBBMPwhilefinalizing therouteplan. Further, BBMP reserves the right to redefine the Designation Locations for the

Item Designated Location WetWaste ProcessingandDisposalFacility

Designated Landfill

SanitaryWaste Disposal DWCC

GreenWaste Disposal

1. 2. 3.

Mixed Waste including Street Sweeping waste

Service Provider Page 54 of 97 Executive Engineer

ward at any time in order to achieve theoptimizationand service level standards set out in the RFP and the draft agreement and maximise the efficiency of its processing infrastructure. B. Thepackagearea wouldbeassetoutin themap: The ward package area is enclosed as Annexure Chart 3 It is clarified that the ward boundaries are usually the entire side of the road on the northern & eastern sides, which includes the entire Road (from drain to drain) & also the small commercial establishments/households on either side the Road. In case ward boundary is a major drain then it would include one side of the drain.

D. Detailsof Vehicles

1. Vehicle-WasteStream Mappingfor primary collection and transportation

WasteStream

VehicleType WetWaste

PrimaryCollection& Transportation

AutoTipper

SanitaryWaste Street Sweeping Waste Auto Tipper

(collectionof bags) WetWaste

Compactor of 14 Cum/ 7.5MT

(fromPackage area to Designation Locationfor Wet WasteProcessing/DisposalFacility)

Transportation Rejects (fromPackagearea to DesignationLocationfor landfill)

*AutoTipper for regular households andpush carts (withbellsandfour(4) containers)forslum areas where there is no access for auto tippers in view of the narrow roads. 2. Minimum Vehiclesto bedeployedby theServiceProvider are setout below:

S. No.

VehicleType MinimumSpecifications No. tobe deployed

1. AutoTipper LoadingCapacity: Minimum – 1cum/ 500kg Chassis:3/4wheeledchassisequippedwithtipping facilitythroughhydraulicarrangement Tippingangle:60degrees Container:MadeofsteelconfirmingtoIS 2062 Paint:Superiorqualityandanti-corrosionpaint (tobepaintedingreen (to be specified)) Finish:Smoothwithaluminumorstainlesssteel Make:Above the year 2015 make With a facility to cover the top to avoid spillage during collection and transportation

Service Provider Page 55 of 97 Executive Engineer

The vehicle should have a Public Address System facility for playing the ongoing IEC material provided by BBMP and announcing the arrival of PCV for collection.

Note: For slum households where there is no access for auto tippers for collection, BBMP shall deploy its PKs to collect waste from such pockets and the same shall be transferred over to the auto tippers of the service provider at the designated location.

S. No.

VehicleType MinimumSpecifications No. tobe deployed

2. Compactor Capacity: 14 Cum/7.5Tonne(Minimum) Loading:Rear Chassis: Equipped withtipping facility through hydraulicarrangement Container: Fully enclosed mild steel body,conformingwithIS1079/1062 Open/Closed:Closed Tippingangle:70degrees Paint:Superiorqualityandanti-corrosionpaint (tobepaintedinblue) Make:Above the year 2015 make Fully functional Leachate holding tank with capacity of 200 lts

Note: 1. TheServiceProvidershalladheretotheminimumrequirementsetoutinthetableabove after

takinginto accounttheBBMPassets provided in the Schedule. 2. TheService Provider shall paint“On Bruhat Bengaluru Mahanagara Palike (BBMP) Duty ”

with the following details onthebodyof theVehicle on both sides in Kannada and English.

COMPACTOR Ward Name and No. Contractor Name & Contact No. BBMP Helpline No. – 080-22221188

AUTO TIPPER Ward Name &No. Block Name. Contractor Name & Number BBMP Helpline No. 080-22221188

Service Provider Page 56 of 97 Executive Engineer

Schedule C: Scope of Work

TheScope of Services of theServiceProvider is listed inthetablebelow: Sl. No. Component Activity Process Frequenc

y A

PrimaryCollection

1 Collection of segregated wet waste and sanitary waste from waste generators other than Bulk Generators

The primary scope of work of Door to Door collectionis derived from the estimation of waste in the ward micro plan and the estimated PCVs and SCVs as worked out and listed in this RFP. The Service Provider shall carry out collection of segregated wet waste and sanitary waste from Households (including Slums) and Small Commercial Establishments (SCEs) not categorized under Bulk Generator (BG would mean Waste generators producing more than 10 kg wet waste per day or apartments having more than 50 units)

Service Provider shall begin door to door collection from Households with all Resources deployed in the Package, no later than 6:30 AM unless otherwise specified in the Agreement. Only Auto-tippers are to be deployed for this purpose. Goods autos and other vehicles are not allowed. After completion of collection of MSW from Households, the Service Provider shall begin door to door collection from Small Commercial Establishments (other than Bulk Generators). However, this shall preferably begin at 11.00 AM and shall not commence later than 1:00 PM unless otherwise specified in the Agreement. BBMP will however reserve the right to regulate the time for collection of waste from SCEs. Other than Household waste and SCEs waste, the service provider is barred from servicing to any non-households or non-SCEs i.e. the Bulk Generators, which are outside scope of the tender. MSW collected by BBMP from the slum areas where Auto tippers are inaccessible, shall be transferred from pushcart bins or other such vehicles bins to

Daily

Service Provider Page 57 of 97 Executive Engineer

Sl. No. Component Activity Process Frequenc

y Auto-tipper(s) of the Service Provider first, which shall further be transferred to the Compactors at the Garbage Transfer Point for Secondary Transportation to the Designated Location(s).

i WetWaste Door to door collection of

segregated wet waste shall be carried out on a daily basis using the Vehicle Type prescribed in RFP. The Service Provider is obligated to collect only segregated wet & sanitary waste. Kitchen waste / organic waste shall be collected in separate receptacles. The Auto-tipper after collecting the waste should cover it with tarpaulin or any other such material so as to ensure that waste is not transported openly. Non segregated waste / mixed waste shall not be collected and if collected and encouraged, is a punishable offence. This shall be followed strictly.

The Service Provider shall accept only segregated wet waste handed over in a returnable bin (preferably in green colour with a closed flap) to be emptied into the Primary Collection Vehicle. Unsegregated/ Mixed waste / Dry Waste / Other wastes except sanitary waste shall not be collected. Non-compliance by waste generators by providing non-segregated waste is a punishable offence and such non-compliance shall be reported by the service provider. In case of non-compliance in providing segregated waste by the waste generators, the Service Provider shall be allowed to collect necessary proof (photograph with time stamp with GPS location) and submit the same to BBMP or would be allowed to report through any other mechanism or system put in place, including remote monitoring using RFID or other technologies. However a transition period of 3 months from the date of start of work is provided to the Service Provider to ensure only wet and sanitary segregated waste is collected. In this interim period, despite best efforts, if

Daily

Service Provider Page 58 of 97 Executive Engineer

Sl. No. Component Activity Process Frequenc

y segregated waste is not given by waste generators, then waste in mixed form could be accepted, subject to reporting of the specific HHs/SCEs which do not segregate to the Health Inspector of the ward.

ii SanitaryWaste Door to door collection of Sanitary Waste shall be carried out along with Wet Waste. However, Sanitary Waste shall be collected and transported in separate bags and is to be handed over at Designated Locations prescribed for this purpose.

The Service Provider shall accept sanitary waste only if it is handed over in a separate bag / paper cover. The bag / paper cover must be marked with a cross on it. The collection vehicle shall have a separate bag / bin to temporarily store sanitary waste, till the same is transferred to the designated location. Service Provider shall maintain a record of the Sanitary Waste quantity transferred at the Designated Location on a daily basis and the same shall be counter signed by the operator of the Designated Location. These details shall be handed over to the BBMP at the end of each month.

Daily

Waste / Garbage Transfer Point

Service Provider Page 59 of 97 Executive Engineer

Sl. No. Component Activity Process Frequenc

y

2 StreetSweepingWaste Collection

I Roads, footpaths, flyovers and sub- ways

Service Provider is responsible for collection of sweeping waste of all the major and minor roads, footpaths, flyovers and sub-ways within the Package (Waste kept in bags, kept as heap / stored in pushcart. Wherever medians are present, all litter (including leaf litter) shall be cleared.

Sweeping waste shall be collected by primary collection vehicle deployed in the Package, and shall commence not later than 11.00 AM and shall be completed by 2:00 PM. Street sweeping waste collected in bags shall be collected by Vehicles deployed by the Service Provider specifically for the purpose.

Street sweeping waste collected shall be transferred directly from the Auto-tipper to the Compactor without spillage during such transfer. Such transfer shall be undertaken only at Designated Locationswhich have been duly approved by BBMP. At no instance the Service Provider shall mix Street Sweeping Waste with segregated wet and sanitary Door to door collection waste.

ii StreetSweeping -SecondShift / Night shift (wherever applicable)

The Service Provider shall collect and transport the street sweeping waste from second shift / night shift also from the Package area wherever applicable or wherever introduced at a future point of time as per scheduled rates fixed. For the purpose of clarity, the second shift timings shall be from 2.30 pm to 10.30 pm and night shift shall be from 6.30 pm to 2.30 am

The Bags containing the street sweeping waste shall be collected by Vehicles deployed by the Service Provider specificallyfor transportingstreet sweepingwaste to the Secondary Collection Point / designated location. Process of Street sweeping waste collection remains the same and the transfer of waste should take place as per SOP and in wards specifically

Daily

Service Provider Page 60 of 97 Executive Engineer

Sl. No. Component Activity Process Frequenc

y mentioned in the RFP

iii Playgrounds, burial grounds and parks, public toilets and urinals

Service Provider is responsible for clearing litter collected by BBMP through street sweeping and other activities taken up in or around the above mentioned places.

The waste shall be segregated and disposed as per the process specified for wet, sanitary waste, green waste, mixed waste as set out in Sl. No. 1 and 2 above.

Daily

Iv VacantSites Service Provider is responsible for shifting any municipal waste from vacant sites within the Package as and when identified and on request by Authority

The waste shall be segregated and disposed as per the process specified for wet, sanitary waste, dry waste and street sweeping waste as set out in Sl. No. 1 and 2 above. In case, a request is placed by the concerned BBMP Representative (Ward Health Inspector and Divisional AEE) to collect waste from a specific Site, the same shall be cleared by the Service Provider within 8 WorkingHours ofsuch request. The Service Provider shall maintain a record of such requests received from the BBMP Representative and shall be required to get a counter signature of the BBMP Representative on completion of the request received. For the purpose of recording compliance to the request, the Service Provider shall prepare a Request Completion Report providing the details

Asandwhenidentified andonrequest

v Clearing of Litter Bins

Service Provider is responsible for daily removal of waste from all litter bins locations / streets with high floating population for both existing litter bins and as and when new litter bins are provided.

Such collection of waste shall be from bin to vehicle with zero spillage and following the NGoGprinciple.

Daily

vi Clearing of The Service Provider shall be Such lifting of waste shall be

Service Provider Page 61 of 97 Executive Engineer

Sl. No. Component Activity Process Frequenc

y Garbage Vulnerable Points

responsible for clearing all Garbage Vulnerable Points in the ward and shall ensure that all the GVPs cleared are maintained clean till the next shift of collection in the Package Area regularly.

without any direct manual handling and through staff who are wearing full protective gear / personal protective equipment.

Vii GrievanceRedressal

On receipt of the complaint, BBMP shall pass on the details to Service Provider. Service Provider shall maintain a log of all such complaints received from the BBMP Help Line/ Customer Care / Sahaaya App/ Swachhata App / SWM Control Room / Wireless and report the redressal of the same.

The Service Provider shall maintain a record of such complaints received from the BBMP Representative and shall be required to get a counter signature of the BBMP Representative on completion of the complaint redressal For the purpose of recording completion of work requested, the Service Provider shall prepare a Complaint Redressal Report providing the following details: 1. Name and location of the complaint generated 2. Date and time of request logging 3. Date and time of closure of the request 4. Activities carried out 5. Photographs of the cleared site -before and after - clearing the MSW. The photographs should have date, time and GPS location stamp.

Daily

3

Secondary Transportation

Segregated Wet Waste from Households and Small Commercial Establishments:

Service Provider is responsible to transfer all the Wet Waste collected from the Package Area to the Designated Location for Wet Waste Disposal using

Service Provider shall transfer the Wet Waste directly from the Auto-tipper to the Compactor Truck without spillage of waste and leakage of leachate during such transfer. Such transfer shall

Daily

Service Provider Page 62 of 97 Executive Engineer

Sl. No. Component Activity Process Frequenc

y Compactors as per specifications only.

be undertaken only at Designated GTP Locations which have been duly approved by BBMP and transfer carried out as per the SOP for GTP as approved by BBMP.

4

Green waste(dry leaves and tree cuttings)

Service Provider shall transport all the Green Waste collected in the Package to the Designated Location for Green Waste Disposal.

Service Provider shall maintain a record of the Green Waste quantity disposed at the Designated Location on a daily basis. These details shall be handed over to the BBMP at the end of each month. Green waste from BESCOM treecutting activity shall be transported to the designated location. At no point of time, green leaf litter or other such organic waste be burnt as a manner of disposal.

Daily

5

Street Sweeping Waste and Inertsfromallsources

Service Provider shall dispose the Street Sweeping Waste and Inerts at the Designated Location

Daily

8

TransportationofWaste

Service Provider shall be responsible for transporting all waste in a segregated, hygienic manner and without any spillage of waste / garbage or leakage of leachate during transportation. If necessary, the back of the compactor could be covered with a sheetto ensure no spillage.

The leachate holding tank should be fully functional and should be able to hold the leachate without any spillage during transfer or transport.

E

VehiclesandEquipment

Service Provider Page 63 of 97 Executive Engineer

Sl. No. Component Activity Process Frequenc

y 1 Primary

Collectionand Secondary Transportation

Service Provider shall deploy vehicles, as per Schedulein this RFP. All vehicles shall carry a board "On BBMP Duty" clearly visible. Each vehicle shall also have the Helpline number clearly visible to the public as per Schedule _____. All vehicles shall first be registered in the BBMP’s Autotipper and Compactor registration mobile application by the divisional AEE, SWM and such vehicles shall then be fitted with aRFID / GPS device / card / software as provided by BBMP. Attendance at Mustering and Garbage Transfer Point shall be through BBMP’s mobile attendance app and other methods prescribed. The mobilization of vehicles shall be done in front of local RTO officials / Transport wing of BBMP and in presence of local RWAs/SuchiMitras/Ward Committee Members and the process would be videographed and documented.

2 VehicleMaintenance

Service Provider shall be responsible for maintenance of all vehicles operated by it (both owned/hired by the Service Provider).

As directed by the

Manufacturer

3 Parking Service Provider shall identify a location for parking of its vehicles within the Package Area. The cost of the same if any shall be borne by the Service Provider.

Service Provider Page 64 of 97 Executive Engineer

Sl. No. Component Activity Process Frequenc

y 4 Equipment/Tools/

Consumables The Service Provider shall make available all equipments/tools/consumables as per Schedule in this RFP. Periodic maintenance / replacement shall be as per Schedule 10 and / or manufacturer's directions, as the case may be.

Periodicmaintenance /replacement shallbeasperSchedule 10andor manufacturer'sdirections,as thecase maybe.

5 Repair Reserve / Spare Vehicles:

The Service Provider shall have at his disposal repair reserve vehicles and spare vehicles to substitute as and when required with no financial implications. Hence at no point of time, there shall be shortfall of vehiclesas mandated in the RFP for that ward.

F Personnel

1 SalariesandBenefits

Service Provider shall ensure than all personnel are paid as per industry standards and as per the minimum wages prescribed, including the mandated PF and ESI. The salaries shall be transferred directly to Bank A/cs of respective Labourers (Helper & Driver) on a monthly basis within the 7th (Seventh) of every month.

2 Attendance Service Provider shall maintain a daily attendance register, including biometrics, for their drivers and helpers and handover the digital attendance log details at theend of each month to the BBMP Representative. For the avoidance of doubt, the Service Provider shall utilize the biometric devices already deployed by BBMP only. In

The Service Provider shall submit to BBMP within 15 days of signing of the Agreement, thelist of manpower employed by it for operations along with details of their identification cards issued by the Government Aadhaar Card, Ration card. Every day, the manpower employed shall punch in their attendance at the start/in between and end of the shift,

Daily

Service Provider Page 65 of 97 Executive Engineer

Sl. No. Component Activity Process Frequenc

y such case, BBMP itself would have direct access to attendance.

through the biometrics equipment provided by BBMP at the start and end of the shift.

3 Facilities Service Provider shall at its own cost provide facilities for the service personnel as per statutory requirements. Service Provider shall provide all the personnel with requisite uniforms and safety gears.

Note: 1) As part of accommodating the services of SHGs/ PKs/ marginalized sections of society as

per the GO ___________ dated ___________, BBMP reserves the right to ask the Service Provider to substitute the Auto Tippers and associated manpower to the extent of a maximum of 24.10% of infrastructure and manpower allocation in the Ward/s. The Service Provider shall be obligated to accommodate the same and shall pay for such auto tippers and the personnel as per the same agreed payment terms, subject to them meeting all the requisite performance parameters.

2) Variation in Scope of Work:

Additional requirement / scope: Whenever there is additional requirement of vehicles for both primary collection or secondary collection due to specific circumstances like public events held in the ward, major festivals, jathrasetc, additional vehicles would have to be provided by the service provider on request by BBMP at the same contract award agreed rates. Reduction in scope: Also as mentioned earlier also in this RFP document, in view of BBMP building its own SWM infrastructure such as Transfer Stations, purchase of SWM vehicles / machines, setting up own decentralized waste processing plants and up gradation of centralized waste processing facilities, utilization of existing SWM vehicle infrastructure in times of need, and also based on actual field level waste generation assessment subsequent to award of tender, the scope of work of tender would be suitably reduced where found necessary during the remaining period of work, under due intimation to the service provider. 3. Data Upload and Digital Monitoring:

Service Provider Page 66 of 97 Executive Engineer

The entire SWM vehicles movement of door to door collection and street sweeping waste collection would be digitally monitored through BBMP’s mobile apps and technologies of RFID/GPS integrated to a centralizedcontrol room and made available for citizens to view. The service provider would have to oblige to any such mandatory requirements of data uploads and tracking systems imposed by BBMP for the purpose of monitoring performancestandards and imposition of Penalty as prescribed.

Service Provider Page 67 of 97 Executive Engineer

APPENDIX –I: Letter ofBid (To beforwarded ontheletterheadof theBidder /LeadMember of Consortium)

Dated: The________________, Bruhat BengaluruMahanagara Palike, ------------------------------------ ------------------------------------

Sub:Collection and Transportation of Wet, Sanitary waste and Street SweepingWaste

Ward No.___

Dear Sir,

1 WithreferencetoyourRFPdocumentdated*****,I/we,havingexaminedtheBid Documentsandunderstoodtheircontents,herebysubmitmy/ourBidforthe aforesaid Assignment.TheBidis unconditionaland unqualified.

2 I/Weintend toparticipate inthebiddingprocessas SingleBusiness Entity/Consortium. 3 I/Wehavesubmitted theBidforWard No.___. 4 Allinformationprovided intheBidandinthe Appendices istrueand correct. 5 ThisstatementismadefortheexpresspurposeofqualifyingasaBidderfortheCollectionand

Transportationof Wet, Sanitary Waste and Street SweepingWaste. 6 I/WeshallmakeavailabletoBBMPanyadditionalinformationitmayfindnecessary or

requireto supplementor authenticate theBid. 7 I/WeacknowledgetherightofBBMPtorejectourBidwithoutassigninganyreason or

otherwiseandherebywaive,to thefullest extentpermitted byapplicable law,our rightto challengethesameonanyaccountwhatsoever.

8 Wecertifythatinthelastthreeyears,we/anyoftheConsortiumMembershave

neitherfailedtoperformonanycontract,asevidencedbyimpositionofapenaltyor ajudicialpronouncementor arbitrationaward,norbeenexpelledfromanyprojector contractnorhavehad anycontractterminated forbreachonourpart.

9 I/Wedeclarethat: a. I/ We have examined and have no reservations to the Bidding Documents,

includinganyAddendum issuedby theAuthority. b. I/We have not directly or indirectly or through an agent engaged or indulged inany

corrupt practice, fraudulent practice, coercive practice, undesirable practice or

Service Provider Page 68 of 97 Executive Engineer

restrictive practice, in respect of any tender or request for proposal issued by or any agreement entered into with BBMP or any other public sector enterprise or any government, Central or State; and

c. I/ We hereby certify that we have taken steps to ensure that, no person acting for us

or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice,coercivepractice,undesirablepracticeorrestrictivepractice.

10 I/WeunderstandthatyoumaycanceltheBiddingProcessatanytimeandthatyou

areneitherboundtoacceptanyProposalthatyoumayreceivenortoinvitethe Bidders to bidfor theAssignment,withoutincurring anyliabilityto theBidders.

11 I/Webelievethatwe/ourConsortiumsatisfy(ies)theQualificationandFinancial

Capacitycriteriaandmeet(s)therequirements as specified intheRFPdocumentand are/is qualified tosubmita ProposalinaccordancewiththeRFPdocument.

12 I/Wedeclarethatwe/anyMemberoftheConsortiumare/isnotaMemberofa/anyother

Consortiumsubmittinga Proposalfor theAssignment. 13 I/Wecertifythatinregardtomattersotherthansecurityandintegrityofthecountry,

wehavenotbeenconvictedbyaCourtofLaworindictedoradverseorderspassed byaregulatoryauthoritywhichcouldcastadoubt onourabilitytoundertakethe Assignmentor whichrelates toagraveoffencethatoutrages themoral senseof the community.

14 I/Wefurthercertifythatinregardtomattersrelatingtosecurityandintegrityofthe

country,wehavenotbeencharge-sheeted byanyagencyoftheGovernmentor convicted by aCourt ofLawfor anyoffencecommitted by us.

15 ThepowerofattorneyforsigningofProposal[andthepowerofattorneyforLead Member

of consortium(strikeoutifnotapplicable),]as per format provided at AppendixIIandIIIrespectivelyof theRFP,arealsoenclosed.

16 I/WefurthercertifythatwearenotbarredbytheCentral/StateGovernment,or

anyentitycontrolled bythem,fromparticipatinginanyproject,andthebar if subsistingas onthedate ofRFP, then I/we would not beeligibletosubmita Proposal,eitherindividuallyor as member of aConsortium.

17 I/Wefurthercertifythatnoinvestigationbyaregulatoryauthorityispendingeither against

us oragainst ourCEOor anyof our Directors/ Managers/employees. 18 I/Weundertakethatincaseduetoanychangeinfactsorcircumstancesduringthe bidding

process,weareattracted by theprovisions of disqualification interms of the guidelines referred toabove,weshallintimate BBMPof thesameimmediately.

19 Intheeventofmy/ourbeingdeclaredastheSelectedBidder,I/Weagreetoenter

intoanAgreementinaccordancewiththedraftthat has beenprovided tome/usprior

Service Provider Page 69 of 97 Executive Engineer

totheBidDueDate. Weagree nottoseekanychanges intheaforesaiddraftand agree toabideby thesame.

20 I/Wehavestudiedallthebiddingdocumentscarefully.Weunderstandthatexceptto

theextentasexpresslysetforthinthedraftAgreement,weshallhavenoclaim,right or titlearisingoutof anydocuments orinformationprovidedtousbyBBMPorin respectof anymatter arisingoutof or concerningor relatingtothebiddingprocess includingtheaward ofRights.

21 TheServiceFeehasbeenquoted by me/usafter taking intoconsiderationalltheterms

andconditionsstatedintheRFP;draftAgreement,ourownestimatesof costsand revenues (if undertaken) andallthe conditions thatmay affecttheProposal.

22 I/WeofferaBidSecurityofRs. _______toBBMPinaccordancewiththeRFPDocument. 23 I/WeagreeandunderstandthattheProposalissubjecttotheprovisionsofthe

BiddingDocuments.Innocase,I/Weshallhaveanyclaimorrightofwhatsoever nature iftheAssignmentis not awarded to me/usor our Proposalis not opened.

24 I/Weagree tokeepthisoffer valid for 120(OneHundred andTwenty)days fromthe

BidDueDate specified intheRFP. 25 I/WeagreeandundertaketoabidebyallthetermsandconditionsoftheRFP

document. 26

Inwitnessthereof,I/wesubmitthisBidunderandinaccordancewiththetermsoftheRFPdocument.

Inwitnessthereof,I/wesubmitthisBidunderandinaccordancewiththetermsoftheRFPdocument.

Yours faithfully,

Date: (Signature oftheAuthorised signatory) Place: (Nameand designationof theof theAuthorised signatory)

Nameand sealof Bidder/Lead Firm

Service Provider Page 70 of 97 Executive Engineer

1. (a) Name:

ANNEX-I Detailsof Bidder

(b) Countryof incorporation:

(c)

Addressofthecorporateheadquartersanditsbranchoffice(s),ifany, inIndia:

(d) Date of incorporationand/ or commencementofbusiness:

2. BriefdescriptionoftheCompanyincludingdetailsofitsmainlinesofbusiness and proposed roleand responsibilities inthisPackage]:

3. Details ofindividual(s)whowillserveas thepointof contact

/communicationfor theAuthority:

(a) Name: (b) Designation: (c) Company: (d) Address: (e) TelephoneNumber/mobilenumber: (f) E-MailAddress: (g) FaxNumber:

4. Particulars of theAuthorised Signatoryof theBidder:

(a) Name: (b) Designation: (c) Address: (d) PhoneNumber: (e) FaxNumber:

5. Incaseof aConsortium:

(a) Theinformationabove(1-

4)shouldbeprovidedforalltheMembersof theConsortium.

(b) AcopyoftheMemorandumofUnderstanding,asenvisagedinClause 2.2.11(f)shouldbe attachedto theBid.

Service Provider Page 71 of 97 Executive Engineer

(c)

InformationregardingroleofeachMembershouldbeprovidedasper tablebelow

Service Provider Page 72 of 97 Executive Engineer

* MemberCodeshallindicateNAforNotApplicableincaseofasingleentity Bidder. For otherMembers,thefollowing abbreviations aresuggestedviz.LM means Lead Memberand OMmeans Other Member.

(d) ThefollowinginformationshallalsobeprovidedforeachMemberofthe

Consortium:

Nameof Bidder/member of Consortium:

No. Criteria Yes No

1. Has the Bidder/ constituent of the Consortium been barred by the Central/ State Government, or any entity controlled by them, from participatinginanyproject(DBOTor otherwise).

2. Iftheanswerto1isyes,doesthebar subsistas onthedate ofBid.

6. AstatementbytheBidderandeachoftheMembersofitsConsortium(where

applicable)disclosingmaterialnon-performanceor contractualnon-compliance inpastprojects,contractualdisputesandlitigation/arbitrationintherecent past is givenbelow(Attachextra sheets,if necessary)

Sl.

No.

Name of Member

Role*{Refer Clause 2.2.11 (d)}

1.

2.

Service Provider Page 73 of 97 Executive Engineer

ANNEX-II Statement of LegalCapacity

(Tobe forwarded ontheletterhead of theBidder /Lead Member of Consortium)

Ref. Date: To, ---------------- ---------------- ---------------- Dear Sir, We hereby confirm thatwe/ our members intheConsortium(constitutionof which has been described in the Bid) satisfy the terms and conditions laid out in the RFP document. Wehaveagreedthat……………………(insertmember’sname)willactastheLead Member of our consortium.* Wehaveagreedthat…………………..(insertindividual’sname)willactas our representative/willactas therepresentativeoftheconsortiumonitsbehalf andhas beendulyauthorizedto submittheRFP. Further,theauthorised signatoryisvested with requisitepowers to furnishsuchletter and authenticate thesame. Thankingyou, Yours faithfully,Authorised Signatory For andonbehalf of *Pleasestrikeoutwhicheveris not applicable .

Service Provider Page 74 of 97 Executive Engineer

APPENDIX- II:Power of Attorney for signing of Bid

(On aStamp Paperof valueof Rs.100)

(Refer Clause2.2.10) Knowall menby these presents,We……………………………………………..(name of thefirmandaddressoftheregisteredoffice)doherebyirrevocablyconstitute, nominate,appointandauthoriseMr/Ms (name),…………………… son/daughter/wife of ……………………………… and presently residing at ………………….,whoispresentlyemployed withus/theLeadMemberofour Consortiumandholdingthepositionof …………………………….,as ourtrueand lawfulattorney(hereinafterreferredtoasthe“Attorney”)todoinournameandon ourbehalf,allsuchacts,deeds and things asarenecessaryor required inconnection withorincidental to submission of our Bid in respect of the Package of the Assignment provided in Letter of Bid for the Collection and Transportation of Municipal Solid Waste in Ward No. __________________ of Bruhat Bengaluru Mahanagara Palike, (hereinafter referred to as BBMP) including but not limited to signing and submission of all Bids, bids and other documents and writings, participate in the Bidding Process and other conferences and providing information/ responses to the Authority, representing us in all matters before the Authority, signing and execution of all contracts including the Agreement and undertakings consequent to acceptance of our bid, and generally dealing with the Authority in all matters in connection with or relating to or arising out of our bid for the said Assignment and/ or upon award thereof to us and/or till the entering into of the Agreement with the Authority. AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us. IN WITNESS WHEREOF WE, ………………………….,THE ABOVE NAMED PRINCIPALHAVEEXECUTEDTHISPOWEROFATTORNEYONTHIS………DAYOF ………….,2….. address) Witnesses: 1. 2.

For………………………….. (Signature, name, designation and

Service Provider Page 75 of 97 Executive Engineer

(Notarised) Accepted ……………………………(Signature) (Name,Titleand AddressoftheAttorney) Notes: Themodeofexecution ofthePowerofAttorneyshouldbeinaccordancewiththe procedure,if any,laiddownby theapplicablelawand thecharter documents of the executant(s)andwhenitissorequired,thesame shouldbeunder commonsealaffixed inaccordancewiththerequired procedure. Wherever required,theBiddersshouldsubmitforverificationtheextractof thecharter documentsanddocumentssuchasaresolution/ powerofattorneyinfavourofthe personexecutingthisPower of Attorneyforthedelegationofpowerhereunder on behalf of theBidder. Fora PowerofAttorneyexecutedandissuedoverseas,thedocumentwillalsohaveto belegalisedbytheIndianEmbassyandnotarisedinthejurisdictionwherethePower of Attorneyis being issued.However, thePowerof Attorneyprovided byBidders from countries that havesigned theHagueLegislationConvention1961 arenotrequired to be legalised by theIndianEmbassyif itcarries a conforming Apostillecertificate.

Service Provider Page 76 of 97 Executive Engineer

APPENDIX-III:Power ofAttorneyfor Lead Member of Consortium

(On aStamp Paperof valueof Rs.100) WhereastheBruhatBengaluruMahanagaraPalike(“BBMP”)has invitedBids from interested parties for Collectionand Transportationof MunicipalSolidwaste inWardNo.(“theAssignment”). Whereas, ……………………..,……………………..,and …………………….. (collectivelythe“Consortium”)beingMembersof theConsortiumareinterestedin biddingfor thePackageof theAssignmentlisted inLetter of Bidin accordancewiththe terms andconditionsofRequestfor Proposal(RFP)andotherconnecteddocumentsin respectof theAssignment,and Whereas,itisnecessaryfortheMembersoftheConsortiumtodesignateoneofthem astheLeadMemberwithallnecessarypowerandtheAuthority todo forandon behalf of theConsortium,allacts,deeds andthings as maybenecessaryinconnection withtheConsortium’s bidfor theAssignmentand its execution. NOWTHEREFOREKNOWALL MENBY THESEPRESENTS NOWTHEREFOREKNOWALL MENBY THESEPRESENTS We, havingour registered office at, M/s., having our registered office at , and M/s.,havingourregisteredofficeat , [therespectivenames and addresses of the registered office](hereinaftercollectivelyreferred to asthe “Principals”) do herebyirrevocablydesignate,nominate,constitute, appoint and authoriseM/s ,havingitsregisteredofficeat ,being oneoftheMembersoftheConsortium,astheLeadMember andtrueandlawful attorney oftheConsortium(hereinafterreferredto as the“Attorney”)and hereby irrevocablyauthorise theAttorney(withpower to sub-delegate) toconductallbusiness for andonbehalf oftheConsortiumandanyoneofusduringtheBiddingProcess and, intheevent theConsortiumis awardedtheRight/Contract,during theexecutionof the Assignment,andinthisregard,todoonourbehalfandonbehalfoftheConsortium, alloranyofsuchacts,deedsorthingsasarenecessaryorrequiredorincidentalto thesubmissionofitsBidfor theAssignment,includingbutnotlimitedtosigningand submissionof allapplications,Bids andother documents andwritings,participatein Bidders’andotherconferences,respondtoqueries,submitinformation/documents, signandexecutecontractsandundertakingsconsequenttoacceptanceoftheBidof theConsortiumandgenerallytorepresenttheConsortiuminall itsdealingswiththe Authority,and/or anyother GovernmentAgencyor anyperson,inallmatters in connectionwithorrelatingtoorarisingoutofthe Consortium’sBidfor theAssignment and/ or uponaward thereof tilltheAgreementisentered intowiththeAuthority. ANDherebyagreetoratifyandconfirmanddoherebyratifyandconfirmallacts,

Service Provider Page 77 of 97 Executive Engineer

deedsandthings lawfullydoneorcausedtobedonebyour said Attorneypursuantto andinexerciseofthe powers conferredbythisPowerofAttorneyandthatallacts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shalland shallalways be deemed tohavebeendonebyus/ Consortium. INWITNESSWHEREOFWETHEPRINCIPALSABOVENAMEDHAVEEXECUTEDTHIS POWEROFATTORNEYONTHIS………………….DAY OF……….20

For (Name&Title)

For (Name&Title) Witnesses: 1 2

(Executants) (Tobe executedby alltheMembers of theConsortium) Notes:For (Name&Title)

ThemodeofexecutionofthePowerofAttorneyshouldbeinaccordancewiththe procedure, if

any,laiddownbytheapplicablelaw andthecharterdocuments of the executant(s)andwhenit issorequired,thesame shouldbeundercommonsealaffixedin accordancewiththerequiredprocedure.

Also,whereverrequired,theBiddershouldsubmitforverificationtheextractofthe charter documents anddocuments suchas aresolution/power ofattorneyinfavour of the personexecutingthisPowerof Attorneyfor the delegationof power hereunderonbehalf of theBidder. ForaPowerofAttorneyexecutedandissuedoverseas,thedocumentwillalsohavetobe legalisedbytheIndian Embassyand notarisedinthejurisdictionwherethePowerof Attorneyisbeingissued. However,thePowerofAttorneyprovidedbytheBiddersfrom countriesthat havesignedtheHagueLegislationConvention1961 are notrequiredtobe legalised bytheIndianEmbassyif itcarriesaconforming Appostillecertificate.

Service Provider Page 78 of 97 Executive Engineer

APPENDIX –IV:TechnicalCapacity of theBidder Nameof theBidder: Member Code: Experience– 1. Door-to-doorcollectionofmunicipalsolidwasteandtransportationofthesameto designatedlocations Name of ULB Titleof theproject Scope of theproject Name of theClient ProjectLocation Term of thecontract inmonths Dateof Commencement Dateof Completion Number of Householdscovered annually

Year 1 Year 2 Year 3 2 Handlingand Secondary Transportationof MSW Name of ULB Titleof theproject Scope of theproject Name of theClient ProjectLocation Term of thecontract inmonths Dateof Commencement Dateof Completion 3. Vehicledeployment Name of ULB Titleof theproject Scope of theproject Name of theClient ProjectLocation Termofthecontract in months

Date of Commencement

Dateof Completion Vehiclesdeployed Year 1 Year 2 Year 3 AutoTippers Compactors

Service Provider Page 79 of 97 Executive Engineer

4. Manpowerdeployment Name of ULB Titleof theproject Scope of theproject Name of theClient ProjectLocation Termofthecontract in months

Date of Commencement

Dateof Completion Manpowerdeployed Year 1 Year 2 Year 3 AutoTippers Drivers AutoTippers Helpers Compactors Drivers Compactors Helpers Instructions: 1. Biddersare expected to provide information in respect of each project in this Appendix. 2. The Bidders should provide details of only those projects that have been undertaken by

the Bidder under its own name. 3. A separate sheet should be filled for each project. 4. In case of Consortium Bidder, experience of any activity relating to a project shall not be

claimed by two or more members of the Consortium. In other words, no double counting by a consortium in respect of the same experience shall be permitted in any manner whatsoever.

5. Proposed Work Plan and Methodology

The Bidder shall submit a detailed proposed work plan and methodology on door-to-door collection of segregated wet waste and sanitary waste, collection of street sweeping waste, segregated transportation of the same to designated locations and plan for a garbage spot free and visually clean ward. The Bidder shall also elaborate on the measures proposed to optimize the resource utilization, achieve 100% coverage and the training and IEC for ensuring segregated waste collection and transportation.

Service Provider Page 80 of 97 Executive Engineer

APPENDIX–IV A:Certificatefor TechnicalCapacity of theBidder

Formatfor Certificatefrom theUrbanLocalBodyfor TechnicalCapability

(Onthe Letterheadof theUrbanLocalBody)

Date: TOWHOMSOEVER ITMAY CONCERN

Thisistocertifythat (nameoftheBidder)hascarriedoutthe followingactivitiesas part of its services towards solid waste managementduring the period and .

i. Door-to-

doorcollectionofmunicipalsolidwasteandtransportationofthesametodesignated locations from numberof households.

ii. Handlingand secondary transportationof TPD MSW. iii. Vehicles deployed Autotipper -_____ & Compactor-. iv. Deployed number ofAuto Drivers, number of Auto Helpers,number of Compactor

Drivers,number of Compactor Helpers as per therequirement of theproject.

[Strikeoutwhicheverisnotapplicableinthe above]

ThiscertificateisbeingissuedtobeproducedbeforeBruhatBengaluru MahanagaraPalike(“BBMP”), fortheProject“CollectionandTransportationofMunicipalSolidwaste inSelect Wardsof Bengaluru”.

Signatureand Sealof the

Authorised Signatory of theUrban Local Body (Not below the rank of Executive Engineer)

Service Provider Page 81 of 97 Executive Engineer

APPENDIX–V:FinancialCapability of theBidder (InRs. )

Bidder type Net Worth

AnnualTurnoverfor pasttwo years

Year 1 Year 1 Year 2 SingleentityBidder/ Lead Member

Other Member of Consortium

Total

Name &addressof Bidder’sBankers:

ABidderconsistingofasingleentityshouldfillin detailsaspertherowtitledSingle entityBidder and ignoretherows titled ConsortiumMembers. IncaseofaConsortium, rowtitled SingleentityBidder may beignored.

Instructions:

1. Bidder shallsubmittheNet Worth, Solvency CertificateandTurnover details. 2. Bidder shall submit supporting documents

i. Annual Turnover statement of any 2 (two) of last 3 (three) financial years, i.e., 2015-16, 2016-17 & 2017-18 Certified by Chartered Accountant.

ii. Audited Balance Sheets of years 2015-16, 2016-17 & 2017-18

iii. Audited Profit & Loss Statement of years 2015-16, 2016-17 & 2017-18

iv. In case of Consortium, all members of the consortium can jointly meet the Annual turnover requirement.

3. TheBidder/itsconstituentConsortiumMembersshallattachcopiesofthebalance sheets,financialstatements andAnnualReports forthelatestfinancialyear preceding theBidDueDate. Thefinancialstatements shall:

(a) reflectthefinancialsituationof theBidder or ConsortiumMembers; (b)

beauditedbyastatutoryauditor/charteredaccountantincase

Service Provider Page 82 of 97 Executive Engineer

ofindividuals, registered soleproprietorshipfirmand registeredpartnershipfirm;

(c) becomplete,includingallnotes tothefinancialstatements;and (d) correspond to accounting periods already completed and audited (no

statements for partialperiods shallbe requested or accepted).

4. Year1shallbethelatestcompletedfinancialyear,precedingtheBidDueDate.Year 2shallbetheyearimmediatelyprecedingYear1andsoon.IncasetheBidDueDate fallswithin3(Three)monthsofthecloseofthelatestfinancialyear,referClause 2.2.16

5. The Biddershallprovidean StatutoryAuditor’sCertificate/CharteredAccountant§ specifying theNetWorthand Turnover of theBidder and alsospecifying the methodologyadoptedforcalculatingsuchnetworth/turnoverintheformatgiven below. 6. Forthepurpose of theRFP,Net Worthshallbe calculated as set outbelow:

For Individuals

NetWorth=Aggregateof individuals’ capitalaccount+Reserves–Aggregate of drawings byindividual–Aggregate of advancestoindividual+InvestmentsinBank Deposits +Investments in MutualFunds

For Registered SoleProprietorship firms

NetWorth=Aggregateof proprietors’capitalaccount+Reserves– Aggregate of drawings byproprietor–Aggregateofadvancestoproprietor+InvestmentsinBank Deposits +Investments in MutualFunds

For Registered Partnership firms

NetWorth=Aggregate of partnerscapitalaccount+Reserves-Aggregateof drawings by partners– Aggregate of advances topartners

For Companies

NetWorth=(SubscribedandPaid-upEquity+ Reserves)-(Revaluationreserves+ Miscellaneous expenditurenotwritten off +Reservesnotavailablefordistributionto equityshareholders)

For Registered Societies

NetWorth=(Subscribedandpaid-upequity+ Reserves)less (Revaluationreserves+ Miscellaneous expenditurenotwrittenoff + Accrued liabilities)

Service Provider Page 83 of 97 Executive Engineer

For Registered Co-operative Societies

NetWorth=(Subscribedandpaid-upequity+ Reserves)less (Revaluationreserves+ Miscellaneous expenditurenotwrittenoff + Accrued liabilities) For Registered Trusts Net Worth=Corpus + Returns notset asidefor anyparticular purpose

6. Forthepurposeof theRFP,AnnualTurnovershallmean: Thetotalrevenues as indicated intheaudited annualstatements.

§ AnIndividual,RegisteredSoleProprietor,RegisteredPartnershipfirmandTrustscansubmitthecertificate fromtheCharteredAccountswhoauditstheirbooksofaccounts.

7. Experience(TechnicalCapacityandFinancialCapacity)ofonlytheBiddershallbe considered.Experienceof associate company/parentcompany/subsidiarycompany shallnotbe considered for qualificationpurposes.

8. TheBiddershallprovideanAuditor’sCertificatespecifyingthenetworth,

Solvencyandturnover of theBidder andalsospecifying themethodology adoptedfor calculating suchnet worth/turnover.

Service Provider Page 84 of 97 Executive Engineer

APPENDIX–V A:Certificatefor FinancialCapability of theBidder

(Ontheletterheadof theStatutory Auditor/Chartered Accountant)

Date:

We haveverified therelevant statutory andotherrecordsof M/s [NameoftheBidder],andcertifythefollowing:

(InRs.) Net Worthinthelatest completed financialyear precedingtheBid Due Date

AverageAnnualTurnoverof thepasttwofinancialyears precedingthe Bid Due Date

SignatureandSeal andregistrationnumberof Statutory Auditor

Service Provider Page 85 of 97 Executive Engineer

APPENDIXVI:Formatfor Anti Collusion Certificate

(On theLetterhead of theBidder or in caseof Consortium to besubmitted

byallthe Consortiu

m Members)

WeherebycertifyandconfirmthatinthepreparationandsubmissionofourProposalforthe Assignment“CollectionandTransportationofMunicipalSolidwastein ,WardNo. ”,wehavenotactedinconcertorincollusionwithanyotherBidderor otherperson(s)andalsonotdoneanyact,deedorthingwhichisorcouldberegardedas anti-competitive.

Wefurtherconfirmthatwehavenotoffered norwillofferanyillegal gratificationincashor kind toanyperson or agencyinconnectionwiththis Proposal.

Dated thisDay of ,20

(Nameof theBidder)

(Signature of theAuthorised Person)

(Nameand designationof theAuthorised Person)

Service Provider Page 86 of 97 Executive Engineer

APPENDIX VII:Anti-BlacklistingAffidavit

FormatforAffidavitcertifyingthattheEntity/Promoter/s/Director/sofEntityarenot blacklisted

(On aStamp Paperof valueof Rs.100)

I, M/s.………………(SingleBusiness Entity/Lead Member/Other Member/s),(thenames and addresses of theregistered office) herebycertify andconfirm thatwe or any of our promoter/s /director/sarenotbarredbyBruhat BengaluruMahanagaraPalike(“BBMP”)/ anyotherentityofGovernmentofKarnatakaorblacklistedbyanystategovernmentor centralgovernment/ department/ urban local body / agency inIndia fromparticipating in biddingprocess,eitherindividuallyorasmemberofaConsortiumasonthe (BidDue Date).

WefurtherconfirmthatweareawarethatourProposalfortheAssignmentwouldbeliable for rejectionincase anymaterialmisrepresentationis madeor discoveredwithregardtothe requirements of this RFP at any stage of the Bidding Process or thereafter during the agreementperiod.

Dated this ……………………..Day of ………………….,20….

Nameof theBidder

Signature of theAuthorised person

Nameof theAuthorisedPerson Tobeexecutedseparately byalltheMembers in case of Consortium

[NotarySealan

dSignature]

Service Provider Page 87 of 97 Executive Engineer

APPENDIX VIII:FinancialBid (Tobe submittedseparately for eachPackage bid for) Package No:Ward No:

To: TheCommissioner, Bruhat BengaluruMahanagara Palike, -------------------------------------- --------------------------------------

Date:

Sub: Primary Collection of segregated wet waste, sanitary waste and street sweeping waste and segregated Transportation of wet waste and street sweeping waste in Ward No.________ Ref: Your NotificationNo:dated Dear Sir, HavinggonethroughthisRFPdocumentandthedraft agreementandhavingfullyunderstood theScopeof Workfor theAssignmentas set outbyBBMPintheRFPdocument,I/Weare pleased toinformthatwewouldseekaServiceFeeas set outbelowfor carryingoutthe AssignmentenvisagedundertheScopeofWorkindicatedinthisRFPdocumentanddraft agreement.

WardNumber& name

For the Scope of work as defined

Amount(Rs.)per month

(In figures) (In words)

The Service Fee quoted about is inclusive of all applicable taxes, subject to statutory deductions. I/Wehavereviewed alltheterms andconditionsof theRequestfor Proposalincludingthe Draft Agreementand wouldundertaketo abide byalltheterms andconditions contained therein. I/Weherebydeclarethat there are,and shallbe, nodeviationsfromthestated terms intheRFPdocument. Yours faithfully, Forand onbehalf of (Nameof Bidder) Dulysignedbythe AuthorisedSignatoryof theBidder (Name,Designationand Address of theAuthorisedSignatory)

Service Provider Page 87 of 97 Executive Engineer

APPENDIX VIII Annex-I

As per E-portal Commercial bid. Note:

o Salaries for Drivers and Helpers shall not be less than theWages fixed in accordance with minimum wages act amended from time to time.

o Management Fee quoted shall include uniform, tools & equipment cost, Safety gears cost, Drivers Bata, management cost, all taxes, segregation training and all other charges that are required for the implementation of door to door collection of wet and sanitary waste.

o IncaseBBMPindicatesatalaterdatetotransporttheMSWcollectedfromthewardtoa newtreatment/landfillfacility,leadingto increased distancetravelled,thebidder will be paid Rs. 19.30 perextra kilometerof travel.

Service Provider Page 88 of 97 Executive Engineer

APPENDIX IX FormatforAffidavitfor Ownership / Hiring of VehiclesandWorkingCapital

(On aStamp Paperof valueof Rs.100) I,M/s.………………(SingleBusinessEntity/LeadMember/OtherMember/s),(thenames and addresses of theregistered office)herebycertify andconfirmthat,

(i) Documentaryproofdemonstratingtheownershipofvehiclesintheformofregistration certificate,insuranceandemissiontestcertificatefor thenumberofvehiclesquotedin AppendixVIII,Annex-I:FinancialBid–BreakUp willbe submittedwithinResource MobilisationPeriod as set outintheServiceAgreement. (ii) In case of hired vehicles, the documentary proof of the vehicle being at the sole disposal of the Service Provider for the duration of the contract shall be submitted. Wefurther confirmthat weareawarethat our PerformanceSecurityfor theAssignmentwould beforfeitedincaseoffailuretosubmitdocumentaryproof demonstratingtheownership/hiringof vehicles withinthetimelines as stated above. Dated this……………………..Dayof ………………….,20…. Nameof theBidder Signature of theAuthorised person Nameof theAuthorisedPerson Tobeexecutedseparately byalltheMembers in case of Consortium

[NotarySealandSignature]

Service Provider Page 89 of 97 Executive Engineer

APPENDIX X FormatforSolvency Certificate

Solvency Certificate (On the letterhead of the Banker) To, _______ _______ __________ Sir/ Madam,

RFP Ref. No. …………………………………………………………………… Subject: Solvency Certificate ………………………………………

This is to state that M/s……………..(Service Provider Name and Address) is a Customer of our bank and is respectable and can be treated as solvent for sum upto _______________________ (in figures and words). Banker’s Signature Name: Designation: Seal:

Service Provider Page 90 of 97 Executive Engineer

Annexure Chart – 2 Qualification criteria details

Ward No. Ward Name

House Holds + Small

Commercial

establishments

Wet + Sani + Inert + Street sweepi

ng waste geneat

ion

Auto Tippers

Compactor

Drivers

(Auto

Tipper)

Helpers

(Auto

Tipper)

Drivers ( Compac

tor)

Helpers (

Compactor)

1 Kempegowda 12056 13.2 22 3 22 22 3 3 2 Chowdeshwari 9916 10.5 17 2 17 17 2 2 3 Attur 18640 20.5 32 4 32 32 4 4

4 Yelahanka New Town 12188 12.7 23 3 23 23 3 3

5 Jakkuru 15186 16.0 29 3 29 29 3 3 6 Thanisandra 19738 20.7 34 4 34 34 4 4 7 Byatarayanapura 20487 21.4 34 4 34 34 4 4 8 Kodigehalli 14252 14.2 25 3 25 25 3 3 9 Vidyaranyapura 16613 18.0 30 4 30 30 4 4

10 Doddabommasandra 10289 11.5 19 2 19 19 2 2

11 Kuvempungara 10339 11.6 19 2 19 19 2 2 12 Shettihalli 15905 18.0 30 4 30 30 4 4 13 Mallasandra 12323 11.0 22 3 22 22 3 3 14 Bagalagunte 18981 19.4 35 4 35 35 4 4 15 Dasarahalli 9242 8.2 21 2 21 21 2 2 16 Jalahalli 8158 9.2 14 2 14 14 2 2 17 J P Park 11177 10.6 21 2 21 21 2 2 18 Radhakrishna

Temple ward 8528 8.8 18 2 18 18 2 2

19 Sanjaya Nagar 8266 8.2 14 2 14 14 2 2 20 Ganga Nagar 7066 6.8 15 2 15 15 2 2 21 Hebbala 8000 7.6 13 2 13 13 2 2

22 VishwanathNagenahalli 14243 12.9 24 3 24 24 3 3

23 Nagavara 12537 12.2 22 3 22 22 3 3 24 HBR Layout 15235 16.3 30 3 30 30 3 3 25 Horamavu 36520 41.7 56 7 56 56 7 7 26 Ramamurthy

Nagar 18593 20.0 28 4 28 28 4 4

27 Banasavadi 13098 14.1 27 3 27 27 3 3 28 Kammanahalli 11829 10.7 21 3 21 21 3 3 29 Kacharkanahalli 12213 11.5 25 3 25 25 3 3

30 Kadugondanahalli 10001 8.9 20 2 20 20 2 2

31 KushalNagara 7895 7.2 15 2 15 15 2 2 32 Kavalbyrasandra 8930 8.8 17 2 17 17 2 2

33 Manorayanapalya 10991 9.7 17 2 17 17 2 2

34 Gangenahalli 6104 5.5 13 2 13 13 2 2 35 AramaneNagara 8821 9.2 16 1 16 16 1 1

Service Provider Page 91 of 97 Executive Engineer

36 Mattikere 9692 8.7 14 1 14 14 1 1 37 Yeshwanthpura 11084 9.4 17 2 17 17 2 2 38 HMT ward 8001 9.2 19 2 19 19 2 2 39 Chokkasandra 17593 16.6 32 3 32 32 3 3

40 DoddaBidarakallu 34077 35.0 52 5 52 52 5 5

41 Peenya Industrial Area 17529 16.9 33 3 33 33 3 3

42 Lakshmi Devi Nagar 11270 10.2 18 2 18 18 2 2

43 Nandini Layout 14333 12.9 22 3 22 22 3 3 44 MarappanaPalya 10373 10.0 18 2 18 18 2 2 45 Malleswaram 7577 7.3 16 1 16 16 1 1

46 Jayachamarajendra Nagar 7287 6.8 14 2 14 14 2 2

47 DJ Halli 8807 7.8 19 1 19 19 1 1

48 Muneshwaranagar 7349 6.4 13 1 13 13 1 1

49 Lingarajapura 10542 9.5 22 2 22 22 2 2 50 Benniganahalli 13037 12.7 22 2 22 22 2 2 51 Vijnanapura 13210 12.2 20 3 20 20 3 3 52 KRPura 14370 14.4 21 3 21 21 3 3 53 Basavanapura 18733 20.4 29 4 29 29 4 4 54 Hudi 23760 26.1 36 5 36 36 5 5 55 Devasandra 9325 8.9 16 2 16 16 2 2 56 A Narayanapura 13937 12.7 21 3 21 21 3 3 57 C V Raman Nagar 15247 14.4 26 2 26 26 2 2

58 New Tippasandara 11657 11.1 20 1 20 20 1 1

59 MaruthiSeva Nagar 12297 11.1

23 3 23 23 3 3

60 Sagayapuram 6992 6.4 14 1 14 14 1 1 61 S.K.Garden 13095 11.0 18 3 18 18 3 3

62 RamaswamyPalya 7830 6.9 16 2 16 16 2 2

63 Jayamahal 4000 4.6 11 1 11 11 1 1 64 Rajmahalnagara 10824 9.3 20 1 20 20 1 1

65 KaduMalleshwara 14875 12.7 26 2 26 26 2 2

66 SubramanyaNagara 10824 9.3 21 2 21 21 2 2

67 Nagapura 9346 9.0 17 2 17 17 2 2

68 Mahalakshimpuram 12469 10.9 19 3 19 19 3 3

69 Laggere 16376 14.7 25 3 25 25 3 3 70 Rajagopal Nagar 19320 17.3 33 3 33 33 3 3 71 Hegganahalli 19021 17.2 35 3 35 35 3 3 72 Herohalli 28217 28.9 43 5 43 43 5 5 73 Kottegepalya 13217 15.9 30 4 30 30 4 4

74 ShakthiGanapathi Nagar 11942 10.2 18 3 18 18 3 3

75 Shankar Matt 13407 11.8 19 3 19 19 3 3 76 Gayathrinagara 9856 8.6 16 1 16 16 1 1 77 Dattatreya 13916 11.6 20 2 20 20 2 2

Service Provider Page 92 of 97 Executive Engineer

Temple 78 Pulkeshinagar 6098 6.4 13 1 13 13 1 1 79 Sarvagnanagara 10253 10.0 17 1 17 17 1 1 80 Hoysala Nagar 11097 10.5 20 1 20 20 1 1 81 Vijnana Nagar 23436 22.0 35 5 35 35 5 5

82 Garudachar Playa 22869 20.5 35 3 35 35 3 3

83 Kadugodi 18014 17.7 27 3 27 27 3 3 84 Hagadur 21094 22.3 32 4 32 32 4 4 85 DoddaNekkundi 31272 30.1 41 5 41 41 5 5 86 Marathahalli 23320 19.9 35 3 35 35 3 3 87 HAL Airport

ward 10572 9.7 16 2 16 16 2 2

88 Jeevanbhima Nagar 11880 10.8 18 2 18 18 2 2

89 Jogupalya 9392 8.4 18 2 18 18 2 2 90 Halasuru 6864 6.7 14 1 14 14 1 1 91 Bharathinagar 9308 8.3 25 3 25 25 3 3 92 Shivajinagar 9308 7.9 14 1 14 14 1 1 93 Vasanth Nagar 4893 5.7 21 1 21 21 1 1 94 Gandhinagara 14925 12.5 40 5 40 40 5 5 95 Subhashnagar 15574 13.1 21 3 21 21 3 3 96 Okalipura 15844 12.9 18 3 18 18 3 3 97 Dayanandnagar 13156 10.7 20 3 20 20 3 3 98 Prakashnagara 12936 10.7 19 2 19 19 2 2 99 Rajajinagar 12838 10.9 20 3 20 20 3 3

100 Basaveshwaranagar 15569 12.7 22 3 22 22 3 3

101 Kamakshipalya 7956 7.2 16 2 16 16 2 2 102 Vrisabhavathi 14403 12.4 20 3 20 20 3 3 103 Kaveripura 15455 13.8 26 3 26 26 3 3

104 Govindaraja Nagar 7440 6.7 12 2 12 12 2 2

105 AgraharaDasarahalli 8939 8.0 14 2 14 14 2 2

106 Dr. Raj Kumar Ward 6666 6.3 11 1 11 11 1 1

107 Shivanagara 9846 8.7 15 2 15 15 2 2 108 Sriramamandira 14890 12.7 25 2 25 25 2 2 109 Chickpet 8147 7.8 52 5 52 52 5 5

110 Sampangiramanagar 6846 7.7 41 3 41 41 3 3

111 Shanthala Nagar 4928 6.3 23 3 23 23 3 3 112 Domlur 14872 13.1 22 3 22 22 3 3 113 KonenaAgrahara 9144 8.9 16 1 16 16 1 1 114 Agaram 7535 7.1 15 2 15 15 2 2 115 Vannarpet 9750 9.1 15 1 15 15 1 1 116 Neelasandra 13112 11.2 21 2 21 21 2 2 117 Shanthi Nagar 13112 11.8 21 3 21 21 3 3 118 Sudham Nagar 6548 6.3 17 2 17 17 2 2

119 Dharmarayaswamy 6033 6.3 30 2 30 30 2 2

120 Cottonpet 15070 12.8 25 2 25 25 2 2 121 Binnypet 12922 11.0 20 3 20 20 3 3

Service Provider Page 93 of 97 Executive Engineer

122 K.P.Aghara 10643 8.7 19 2 19 19 2 2 123 Vijayanagara 10394 9.0 19 2 19 19 2 2 124 Hosahalli 9162 8.1 17 2 17 17 2 2 125 Marenahalli 6983 6.3 11 2 11 11 2 2

126 MaruthiMandir ward 8463 7.5 12 2 12 12 2 2

127 Mudalapalya 12202 10.8 18 3 18 18 3 3 128 Nagarabhavi 13728 12.3 18 3 18 18 3 3

129 JnanaBharathi ward 18849 23.4 39 4 39 39 4 4

130 Ullalu 24571 28.4 38 5 38 38 5 5 131 Nayandahalli 11017 10.1 16 2 16 16 2 2 132 Attiguppe 10239 9.7 17 2 17 17 2 2 133 Hampi Nagar 8993 8.4 16 1 16 16 1 1 134 Bapujinagara 11414 9.6 16 2 16 16 2 2 135 Padarayanapura 5269 4.6 12 2 12 12 2 2 136 JJR Nagar 9031 7.8 16 1 16 16 1 1 137 Rayapuram 8007 6.8 16 2 16 16 2 2 138 ChalavadiPalya 5193 4.6 14 2 14 14 2 2 139 SKR Market 12463 10.4 28 5 28 28 5 5 140 Chamarajpet 7955 7.5 19 2 19 19 2 2 141 Azadnagar 9807 8.5 18 2 18 18 2 2 142 Sunkenahalli 9507 9.3 20 1 20 20 1 1 143 V.V.Puram 8097 8.4 18 2 18 18 2 2 144 Siddapura 7951 6.9 20 1 20 20 1 1

145 Hombegowdanagara 9779 8.8 19 2 19 19 2 2

146 Lakkasandra 8668 7.8 15 2 15 15 2 2 147 Adugodi 7995 7.4 14 2 14 14 2 2 148 Ejipura 10358 9.9 22 2 22 22 2 2 149 Varthuru 35508 34.9 53 6 53 53 6 6 150 Bellanduru 35774 37.2 54 7 54 54 7 7 151 Koramangala 10131 10.7 36 1 36 36 1 1

152 Sudduguntepalya 12221 10.9 25 3 25 25 3 3

153 Jayanagar 1st and 2nd Block 8461 8.1 21 2 21 21 2 2

154 Basavanagudi 10003 9.2 22 1 22 22 1 1

155 Hanumanth Nagar 11000 9.6 23 1 23 23 1 1

156 Srinagar 12265 10.5 25 3 25 25 3 3

157 GaliAnjenayaTemple ward 9068 8.3 18 2 18 18 2 2

158 Deepanjali Nagar 12021 11.5 23 3 23 23 3 3 159 Kengeri 22675 21.4 27 4 27 27 4 4

160 Rajarajeshwari Nagar 14654 19.6 35 4 35 35 4 4

161 Hosakerehalli 12837 11.6 20 3 20 20 3 3 162 Girinagar 12968 12.1 24 3 24 24 3 3 163 Katriguppe 13741 12.0 24 3 24 24 3 3 164 Vidyapeeta ward 13226 11.8 23 2 23 23 2 2

165 Ganesh Mandir ward 6481 6.8 20 2 20 20 2 2

166 Karisandra 6512 6.3 20 2 20 20 2 2

Service Provider Page 94 of 97 Executive Engineer

167 Yediyur 8459 8.2 20 1 20 20 1 1

168 Pattabhiramanagar 11265 10.4 18 2 18 18 2 2

169 Byrasandra 7633 6.9 17 2 17 17 2 2 170 Jayanagar East 8088 7.3 17 2 17 17 2 2 171 Gurappanapalya 10721 9.2 22 1 22 22 1 1 172 Madivala 13037 12.4 23 3 23 23 3 3 173 Jakkasandra 8811 8.2 14 2 14 14 2 2 174 HSR Layout 22880 23.2 33 4 33 33 4 4 175 Bommanahalli 14146 12.9 20 3 20 20 3 3 176 BTM Layout 16250 16.1 26 3 26 26 3 3 177 J P Nagar 7797 7.8 17 2 17 17 2 2 178 Sarakki 7832 7.6 18 2 18 18 2 2

179 Shakambari Nagar 6147 6.3 14 1 14 14 1 1

180 Banashankari Temple 9503 8.4 25 2 25 25 2 2

181 Kumaraswamy Layout 11855 11.6 23 3 23 23 3 3

182 Padmanabha Nagar 10311 10.0 21 2 21 21 2 2

183 Chikkalsandra 11599 10.5 19 2 19 19 2 2 184 Uttarahalli 23987 27.0 36 5 36 36 5 5 185 Yelchenahalli 15535 13.9 23 3 23 23 3 3 186 Jaraganahalli 13617 11.8 20 3 20 20 3 3 187 Puttenahalli 12610 12.3 18 3 18 18 3 3 188 BILEKAHALLI 10701 11.2 21 2 21 21 2 2 189 Hongasandra 22862 19.8 31 3 31 31 3 3

190 Mangammanapalya 22843 21.5 29 4 29 29 4 4

191 Singasandra 28013 29.7 42 5 42 42 5 5 192 Begur 33559 40.3 52 6 52 52 6 6 193 Arakere 14289 17.8 26 4 26 26 4 4 194 Gottigere 15236 20.4 23 4 23 23 4 4 195 Konankunte 11906 13.0 21 3 21 21 3 3 196 Anjanapura 10885 14.8 25 3 25 25 3 3 197 Vasanthpura 22895 25.4 37 4 37 37 4 4 198 Hemmigepura 17500 29.8 51 5 51 51 5 5

Annexure Chart – 3

The ward package area details

Service Provider Page 95 of 97 Executive Engineer

Can be viewed in the BBMP’s official website www.bbmp.gov.in

Annexure Chart – 4 Financial Bid Breakup Requirement details: Shall be as per financial

bid of each ward.

Service Provider Page 96 of 97 Executive Engineer