File No.TUFIDC-ENGG/OTHR/1/2017-PROJ ASST

TELANGANA URBAN FINANCE AND INFRASTRUCTURE DEVELOPMENT CORPORATION LTD.

221 / FR /7 ULBS/Waste Water Dated: -03-2017

PREPARATION OF FEASIBILITY STUDY REPORT ON WASTE WATER MANAGEMENT FOR 7 ULBS IN THE STATE OF

EXPRESSION OF INTEREST (EoI)

It is proposed to invite Expressions of Interest (EoI) from interested and competent Consultants for preparation of feasibility study report on waste water management for 7 ULBs in the state of Telangana. The ULBs are Badangpet, , Jillelaguda, , Meerpet, Perzadiguda and .

The reports/study shall also confirm CPHEEO guidelines and standards.

The RFP for the above job can be downloaded from www.tufidc.cgg.gov.in. Interested parties may submit the EoI along with RFP in the prescribed format with all relevant details and supporting documents.

The selection of the Consultant for the job will be through a competitive bidding..

The last date for submission of the EoI, complete in all respects at TUFIDC office is 5.00 pm on 22.03.2017 along with a non-refundable bid processing fee of Rs. 3,000/- in the form of a demand draft in favour of “MD, TUFIDC Ltd” payable at and also Bid security of Rs.50,000/- in form of DD as detailed in RFP.

The eligibility criteria for the Consultants and the evaluation process shall be as stipulated in the RFP.

MD, TUFIDC reserves the right to withdraw or modify the proposal and to reject or accept all or any of the EoIs submitted. MD, TUFIDC also reserves the right to issue fresh advertisements for RFP. Mere submission of EOI/RFP does not vest any right to the applicant for being selected for the job. For further information, contact TUFIDC during office hours on working days.

Managing Director TUFIDC

TELANGANA URBAN FINANCE & INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED

REQUEST FOR PROPOSAL (RFP)

For

Appointment of Consultant for Preparation of Feasibility Study Report on Waste Water Management for 7 ULBs in the state of Telangana

Lr.No. No. 221 / FR /7 ULBS/Waste Water Dated: .03.2017

Telangana Urban Finance & Infrastructure Development Corporation Ltd.(TUFIDC) 3rd and 4th floor, TUFIDC & DTCP buildings, A.C Guards, Hyderabad – 500004. Tel. No. 040-23435519 / 08, Email: [email protected],

INDEX

Sl. ITEM Page No. No. 1. Introduction 3-4 2. Instructions to Bidders 5-27 3. Annexure – I Terms of Reference (ToR) 4. Annexure – II Cover Letter

5. Annexure – III Particulars of the Bidder

6. Annexure – IV Statement of Legal Capacity

7. Annexure – V Power of Attorney 8. Annexure – VI Financial Capacity of the Bidders 9. Annexure – VII Eligible Assignments of the Bidder 10. Annexure – VIII CV of Key Personnel 11. Annexure – IX Financial Proposal 12. Annexure – X Guidance note on conflict of Interest 13 Annexure – XI Proposed methodology & Work Plan 14 Annexure – XII Agreement of Consulting Services Contract. 15 Annexure- XIII List of ULBs 16 Annexure – XIV Data Sheet

1. INTRODUCTION

1.1. Background of the Project

Untreated urban sewage is considered by far the largest source of surface water pollution in . Liquid waste generated in toilets containing faeces, urine and flush water is termed as ‘Blackwater’ waste or ‘sewage’ waste, while waste generated in kitchen, bathroom and during laundry is called ‘Greywater’ waste or ‘sullage’. Creation of sewerage infrastructure for sewage disposal is the responsibility of the State Governments/Urban Local Bodies.

Effective liquid waste management is an essential element of a complete sanitation solution for a city or town. Liquid waste management can be defined as a systematic administration of activities that provide for the proper handling, treatment and disposal of waste water or sewage. Improper disposal of sewage can lead to contamination of surface water, ground water and soil and can have serious health implications.

The Water (Prevention and Control of Pollution) Act, 1974 was enacted with the primary objective of prevention and control of water pollution and restoration of water quality. The legal and institutional provisions have been made in Water (Prevention and control of Pollution) Act, 1974 wherein standards are developed and enforced for treatment of municipal wastewater by Pollution Control Boards/Pollution Control Committees.

Existing Scenario of Waste Water Management

Wastewater collection and treatment systems are either non-existent or poorly maintained. The absence of a proficient central wastewater system, and treatment, leads to contamination of shallow ground water supplies, and a risk to public health.

Currently, there is no official account of sewage waste generated or treated in our cities, as there are different ways in which people source and dispose water. However, there are rudimentary ways to estimate sewage, Centre for Public Health and Environmental Engineering Organisation has estimated that about 70-80% of total water supplied for domestic use gets generated as wastewater. As per CPCB (2009) estimates, major cities in India generate an estimated 38,354 million litres per day (MLD) sewage, however the sewage treatment capacity is only of 11,786 MLD. The major States contributing to sewage generation are Maharashtra, Uttar Pradesh, Delhi, West Bengal and Andhra Pradesh (including Telangana).

Waste water scenario in Urban Area of Telangana

Urbanisation is growing at a faster pace with the urban population of 38.5% Telangana the 5th largest urbanized state in India The urban population of the state is

1,37,24,566 spread across 73 Urban Local Bodies consisting of 6 Corporations, 42 Municipalities of all grades and 25 Nagar Panchyats and 1 Secundrabad Cantonment as per 2011 census. The net increase of urban population between 2001 and 2011 is 38.5% persons. Hyderabad is the 100 percent urbanized. As result of this the demand for urban services like water supply, waste water and solid waste management has grown many folding specially in the urban local bodies adjacent to the GHMC due to the urban sprawl.

As per the census 2011 only 18.07 percent of urban households in state are connected to underground drainage system and in most of the ULBs in the state the waste water from toilets is been disposed through septic tanks and soak pits and grey form of wastewater from kitchen and bathrooms is directly discharged into the sludge drains without any treatment.

Out of the 1784 MLD of water supplied out 80% of it is estimated as waste water of which 683 MLD wastewater can be treated in the Sewage treatment Plant facilities. Thus, there is a large gap between generation and treatment of wastewater in state. Moreover, the ULBs in the surrounding of the GHMC on outer ring road and the HDMA jurisdiction have the partially UGD facility do not have the treatment plants and the waste water and storm water generated in the these ULBs have been disposed off in the surrounding tanks and lakes thus leading to the pollution of waterbodies

Objective of work: The main objective of the work is to do a rapid technical assessment of the existing situation of municipal waste-water management (generation, collection, conveyance & treatment) in the project area and accordingly recommend possible solutions for improving the current Waste Water Management situation (especially with respect to treatment). The study will recommend solutions / projects with cost estimates, which can be taken up by the state for implementation. The details provided in the study should be sufficient enough to enable the State in implementing projects based on the outcomes of the study.

1.2. Request for Proposal

The Managing Director, TUFIDC invites Proposals (the “Proposals”) for selection of Consultant (the “Consultant”) for preparation of Feasibility Study Report on Waste Water Management for 7 ULBs in the state of Telangana. The TUFIDC intends to invite bids as per the procedure mentioned herein.

The TUFIDC intends to select the consultant through a bidding process in accordance with the procedure set out herein.

1.3 Due diligence by Bidders

Bidders are encouraged to inform themselves fully about the assignment and the local conditions before submitting the Proposal by paying a visit to all the 7 ULBs, sending written queries to the Managing Director, TUFIDC through email: [email protected], within the stipulated date and time.

1.4. RFP Document

This RFP document is available in the website of TUFIDC and can be downloaded by the interested consultants. The website of TUFIDC is www.tufidc.cgg.gov.in.

1.5. Validity of the Proposal

The proposal shall be valid for a period of not less than 120 (one hundred Twenty) days from the last date of submission of proposal ("Proposal Due Date") (PDD)

1.6. Brief description of the Selection Process The TUFIDC will evaluate the technical and financial proposals received from the Bidders, evaluate the bids and select the consultant as specified in Clause 3 of the bid document.

1.7. Currency rate and payment All payments to the Consultant shall be made in INR in accordance with the provisions of this RFP.

1.8 Communications All communications including the submission of Proposal should be addressed to The Managing Director, TUFIDC, 3rd & 4th Floors, TUFIDC & DTCP Buildings, A.C Guards, Hyderabad. Office Phone: 040-23435519 / 08. All communications, including the envelopes, should contain the following information, to be marked at the top in bold letters:

RFP NOTICE No: Lr.No. 221 / FR /7 ULBS/Waste Water Dt: .03.2017

Appointment of Consultant for Preparation of Feasibility Study Report (FR), for Waste Water Management for 7 ULBs in the state of Telangana.

1.9 The following is the time schedule for submission of RFP.

Last date for submission of : On .03.2017 upto 5.00 P.M in the O/o. RFP Managing Director, TUFIDC, 3rd & 4th Floors, TUFIDC & DTCP Buildings, A.C. Guards, Hyderabad Bid Security. : Rs.50,000/- in shape of DD drawn in favour of Managing Director, TUFIDC, Hyderabad. Bid Processing Fee(Non : Rs.3,000/- in shape of DD drawn in favour of refundable) Managing Director, TUFIDC, Hyderabad

2. INSTRUCTIONS TO BIDDERS A. General 2.1. Scope of Proposal

2.1.1. Detailed description of the objectives, scope of services, Deliverables and other requirements relating to this Consultancy are specified in Terms of Reference (Annexure I). The manner in which the Proposal is required to be submitted, evaluated, and accepted is explained in this RFP.

2.1.2. Bidders are advised that the selection of Consultant shall be on the basis of an evaluation by TUFIDC, through Selection Process specified in this RFP. Bidders shall be deemed to have understood and agreed that no explanation or justification for any aspect of the Selection Process will be given and that the decisions of TUFIDC, Hyderabad are final and binding on all the consultants without any right of appeal whatsoever.

2.1.3. The Bidder shall submit the Proposal in the form and manner specified in this RFP document. The Bidders shall submit documents towards eligibility and qualification in accordance with the provisions of this RFP.

2.1.4. Key Personnel

The Consultant's team (the "Consultancy Team") shall consist of the following key personnel (the "Key Personnel") who shall discharge their respective responsibilities as specified below:

Sl. Position Responsibility No. 1. Team Leader cum Civil or He will be responsible for overall project planning and Environmental Engineer management, technical input at various stages, coordination and final submission of deliverables. 2. Expert for Centralised& He will assist the team leader in planning design of Decentralized wastewater Waste Water system. systems

Note:-  Other technical experts like AUTO CAD, GIS, Environmental, Social, Financial Expert and legal will support the above-mentioned team to ensure that the relevant safeguards are complied with.  Consultants are advised for engagement of appropriate number of technical support staff available for assisting the key team.

2.2. Conditions of Eligibility of Bidders (Technical Proposal)

2.2.1.

a) Technical Capacity: The Bidder shall have, undertaken assignments of preparation of Feasibility Reports (FRs) for Waste Water Management projects for at least 5 ULBs and these FRs should have been accepted by the concerned agencies. Work orders / Agreement Copy and Client Certificates and other relevant supporting documents must be furnished with the technical proposal. b) Financial Capacity: The Bidder shall have an average annual turnover of Rs. 5.00 Crores from consultancy services during the preceding three financial years. The Consultant must submit a certificate from a Chartered Accountant as a proof of the Financial Capacity. c) Availability of Key Personnel: The Bidder shall offer and make available all Key Personnel meeting the requirements specified in sub-clause d) below. d) Conditions of Eligibility for Key Personnel: Each of the Key Personnel must fulfil the Conditions of Eligibility specified below:

Sl. Position Qualification and Experience No. 1 Team Leader cum Civil or Post Graduate in any branch of Civil Engineering Environmental Engineer preferably Environmental /PHE with Minimum 10 years of overall experience in relevant field/ he should have worked in planning, designing and execution of waste Water Management projects and other infrastructure projects. 2. Expert for Centralised& Graduate in Civil Engineering or Environmental Decentralized wastewater Engineering with 8 years of experience in design, systems construction, operation and management of conventional sewerage systems and other sanitation systems

2.2.3. The Bidder shall enclose with its Proposal, certificate(s) from its Statutory Auditors stating its Financial Capacity. In the event that the Bidder does not have a statutory auditor, it shall provide the requisite certificate(s) from the firm of Chartered Accountants within the meaning of the Chartered Accountants Act.

2.2.4. Any entity which has been barred by the Central Government, any State Government, a statutory authority or a public sector undertaking, as the case may be, from participating in any project, and the bar subsists as on the date of Proposal, would not be eligible to submit a Proposal either by itself or through its Associate.

2.2.5. A Bidder should have, during the last three years, neither failed to perform on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder or its Associate, nor been expelled from any project or agreement nor have had any agreement terminated for breach by such Bidder or its Associate.

2.2.6. While submitting the Proposal, the Bidder should attach clearly marked and referenced continuation sheets in the event that the space provided in the specified forms in the Appendices is insufficient. Alternatively, Bidders may format the specified forms making due provision for incorporation of the requested information.

2.3. Conflict of Interest

Any Bidder shall not have a conflict of interest that may affect the

Selection Process or the Assignment (the "Conflict of Interest"). Any Bidder found to have a Conflict of Interest shall be disqualified. In the event of disqualification, the bid security shall not only be forfeited and appropriated but the Bidder shall be liable to pay mutually agreed genuine pre-estimated compensation and damages to TUFIDC for, inter alia, the time, cost, and effort of TUFIDC including consideration of such Bidder's Proposal, without prejudice to any other right or remedy that may be available to TUFIDC hereunder or otherwise. 2.4. Cost of Proposal

The Bidders shall be responsible for all of the costs associated with the preparation of their Proposals and their participation in the Selection Process including subsequent negotiations, visits to ULBs in Telangana, etc., The Managing Director, TUFIDC will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Selection Process.

2.5. Site visit and verification of information

Bidders are encouraged to submit their respective Proposals after visiting the ULBs and ascertaining for themselves the site conditions, traffic, location, surroundings, climate, access to the site, availability of drawings and other data with respective Municipal Commissioners of ULBs, applicable laws and regulations or any other matter considered relevant by them. By submitting the proposal, the Bidder shall be deemed to have visited the ULBs or otherwise ascertained the relevant information as above.

Right to reject any or all RFPs

2.7.1. Notwithstanding anything contained in this RFP, TUFIDC reserves the right to accept or reject any or all the bids and to annul/terminate the Bidding Process or amend/modify the RFP, at any time without any liability or obligation therefore and without assigning any reasons thereof.

2.7.2. Without prejudice to the generality of Clause 2.7.1, TUFIDC reserves the right to reject any Proposal if: a) At any time, a material misrepresentation is made or uncovered, or

b) The Bidder does not provide, within the time specified, the supplemental information sought for evaluation of the Proposal.

2.7.3. Misrepresentation/ improper response by the Bidder may lead to the disqualification of the Bidder. If such disqualification / rejection occurs after the Proposals have been opened and the highest ranking Bidder gets disqualified / rejected, then TUFIDC reserves the right to consider the next best Bidder, or take any other measure as may be deemed fit in the sole discretion of TUFIDC including annulment of the Selection Process.

B. Documents

2.8. Contents of the RFP

2.8.1. This RFP comprises the contents as listed below and will additionally include any Addendum / Amendment issued in accordance with Clause 2.10: Request for Proposal

1) Introduction. 2) Instructions to Bidders. 3) Criteria for Evaluation. 4) Fraud and corrupt practices. 5) Clarification to bidder queries. 6) Miscellaneous.

Annexure: Annexure – I Terms of Reference (ToR) Annexure – II Cover Letter Annexure – III Particulars of the Bidder Annexure – IV Statement of Legal Capacity Annexure – V Power of Attorney Annexure – VI Financial Capacity of the Bidders Annexure – VII Eligible Assignments of the Bidder Annexure – VIII CV of Key Personnel Annexure – IX Financial Proposal Annexure – X Guidance note on conflict of Interest Annexure – XI Proposed methodology & Work Plan Annexure – XII Agreement of Consulting Services Contract . Annexure- XIII List of ULBs Annexure – XIV Data Sheet.

2.9. Clarifications 2.9.1. Bidders requiring any clarification on the RFP may send their queries to Managing Director, TUFIDC through e-mail [email protected] / in writing latest 7 days prior to proposal due date . The envelopes shall clearly bear the following identification: "Queries/Request for Additional Information concerning RFP"

2.9.2. TUFIDC reserves the right not to respond to any questions or provide any clarifications, in its sole discretion, and nothing in this Clause shall be construed as obliging TUFIDC to respond to any question/s or to provide any clarification/s.

2.10. Amendment of RFP

2.10.1.At any time prior to the deadline for submission of RFP, TUFIDC may, for any reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the RFP document by the issuance of Addendum/ Amendment which will be placed in the website. 2.10.2. In order to afford the Bidders a reasonable time for taking the amendment/modifications into account, or for any other reason, TUFIDC may, in its sole discretion, extend the PDD. C. Preparation and Submission of Proposal

2.11. Language

The Proposal with all accompanying documents (the "Documents") and all communications in relation to or concerning the Selection Process shall be in English language and strictly on the forms provided in this RFP. No supporting document or printed literature shall be submitted with the Proposal unless specifically asked for and in case of any of these documents is in another language, it must preferably be accompanied by an accurate translation of all the relevant passages in English, in which case, for all purposes of interpretation of the Proposal, the translation in English shall prevail. 2.12. Format and signing of RFP

2.12.1.The Bidder shall provide all the information sought under this RFP. TUFIDC would evaluate only those Proposals that are received in the specified formats, complete in all respects and are responsive. 2.12.2.The Bidder shall prepare one original set of the Proposal (together with originals/ copies of Documents required to be submitted along therewith pursuant to this RFP) and clearly marked "ORIGINAL". In addition, the Bidder shall submit 1 (one) copy of the Proposal,

along with Documents, marked “Copy”. In the event of any discrepancy between the original and its copies, the original shall prevail. 2.12.3.The Proposal and its copy shall be typed or written in indelible ink and signed by the authorized signatory of the Bidder who shall initial each page. In case of printed and published Documents, only the cover shall be initialled. All the alterations, omissions, additions, or any other amendments made to the Proposal shall be initialled by the person(s) signing the Proposal. The Proposals must be properly signed by the authorized representative (the "Authorized Representative") as detailed below: a) by the proprietor, in case of a proprietary firm; or b) an officer bearer or senior official in case of Society under a power of attorney. c) by a partner, in case of a partnership firm and/or a limited liability partnership under a power of attorney; or d) by a duly authorized person holding the Power of Attorney, in case of a Company or

A copy of the Power of Attorney certified under the hands of a partner or director of the Bidder and notarized by a notary public in the form specified in Annexure V & Annexure IV shall accompany the Proposal.

2.12.4.Bidders should note THE LAST DATE OF SUBMISSION OF PROPOSAL (PDD), as specified in Clause 1.8, for submission of Proposals. Except as specifically provided in this RFP, no supplementary material will be entertained by TUFIDC, and that evaluation will be carried out only on the basis of Documents received by the closing time of PDD as specified in Clause 2.16.1. Bidders will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For the avoidance of doubt, TUFIDC reserves the right to seek clarifications under and in accordance with the provisions of Clause 2.22.

2.13. Technical Proposal

2.13.1.Bidders shall submit the technical proposal in the formats from Annexure II to Annexure VIII (the "Technical Proposal").

2.13.2.While submitting the Technical Proposal, the Bidder shall, in

particular, ensure that: a) The Bid Security is provided; b) All forms are submitted in the prescribed formats and signed by the prescribed signatories; c) Power of Attorney, is executed as per Applicable Laws; d) CVs of all Key Personnel have been included; e) Key Personnel have been proposed only if they meet the Conditions of Eligibility laid down at Clause 2.2.2 (c) and (d) of the RFP; f) No alternative proposal for any Key Personnel is being made and CV for each position has been furnished; g) The CVs have been recently signed and dated, in blue ink by the respective Personnel and Countersigned by the Bidder. Photocopy or unsigned /countersigned CVs shall be rejected; h) The CVs shall contain an undertaking from the respective Key Personnel about his/her availability for the duration specified in the RFP; i) Key Personnel would be available for the period indicated in the ToR; and j) The proposal is responsive in terms of Clause2.20.3.

2.13.3.Failure to comply with the requirements spelt out in this Clause shall make the Proposal liable to be rejected.

2.13.4.lf an individual Key Personnel makes a false averment regarding his qualification, experience or other particulars, he shall be liable to be debarred for any future assignment of TUFIDC for a period of 3 (three) years. The award of this Consultancy to the Bidder may also be liable to cancellation in such an event.

2.13.5.The proposed team shall include experts and specialists (the "Professional Personnel") in their respective areas of expertise and managerial/support staff such that the Consultant should be able to complete the Consultancy within the specified time schedule. The Key Personnel specified in Clause 2.1.4 shall be included in the proposed team of Professional Personnel. The team shall comprise other competent and experienced professional personnel in the relevant areas of expertise (where applicable) as required for successful completion of this Consultancy. The CV of each such professional personnel, if any, should also be submitted in the format at Annexure VIII.

2.13.6.TUFIDC reserves the right to verify all statements, information, and documents submitted by the Bidder in response to the RFP. Any such verification or the lack of such verification by TUFIDC to undertake such verification shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of TUFIDC there under.

2.13.7.In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Consultant either by issue of the LOA or entering into of the Agreement, and if the Selected Bidder has already been issued the LOA or has entered into the Agreement, as the case may be, the same shall notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by TUFIDC without TUFIDC being liable in any manner whatsoever to the Selected Bidder or Consultant, as the case may be. 2.13.8.In such an event, TUFIDC shall not only forfeit and appropriate the Bid Security, but the Bidder shall also be liable to pay to TUFIDC a pre-estimated compensation and damages as mutually agreed for, inter alia, time, cost and effort of TUFIDC, without prejudice to any other right or remedy that may be available to TUFIDC.

2.14. Financial Proposal

2.14.1.Bidders shall submit the financial proposal in the formats at Annexure-IX (the "Financial Proposal") clearly indicating the total cost of the Consultancy in both figures and words, in Indian Rupees, and signed by the Bidder's Authorized Representative. In the event of any difference between figures and words, the amount indicated in words shall prevail. 2.14.2.While submitting the Financial Proposal, the Bidder shall ensure the following: a) All the costs associated with the assignment shall be included in the Financial Proposal. b) The Financial Proposal shall take into account all expenses and tax liabilities. c) Costs shall be expressed in INR.

2.15. Submission of Proposal

2.15.1.The Bidder shall submit the proposal for all the 7 ULBs in a single proposal. The Bidders shall submit the Proposal in bound form with all pages numbered serially and by giving an index of submissions. Each page of the submission shall be marked with company logo. In case of any discrepancy between the version of the RFP submitted and the original RFP issued by TUFIDC, the latter shall prevail. The Bidder shall have to submit the RFP document as issued by TUFIDC each page duly signed by the Authorised Person.

2.15.2.The Proposal will be sealed in an outer envelope which will bear the address of Managing Director, TUFIDC, RFP Notice number, Consultancy name as indicated at Clauses 1.8 and 2.15 and the name, address and contact number of the Bidder. It shall bear on top, the following:

"DO NOT OPEN, EXCEPT IN PRESENCE OF THE AUTHORIZED PERSON OF TUFIDC"

If the envelope is not sealed and marked as instructed above, TUFIDC assumes no responsibility for the misplacement or premature opening of the contents of the Proposal submitted and consequent losses, if any, suffered by the Bidder.

2.15.3.The aforesaid outer envelope will contain sealed envelopes; clearly marked 'Technical Proposal' and 'Financial Proposal'. The envelope marked "Technical Proposal" shall contain the bid in the prescribed format Annexure II to Annexure VIII and the supporting documents. The envelope of Technical proposal shall also contain specified Bid Security and Bid Processing fee as indicated in clause 1.9 of the document without which the technical proposals will not be evaluated.

2.15.4.The “Financial Proposal” shall contain the financial Proposal in the prescribed format Annexure IX.

2.15.5.The completed Proposal must be delivered on or before the specified time The Proposals submitted by fax, telex, telegram or e- mail shall not be entertained. 2.15.6.The rates quoted shall be firm throughout the period of

performance of the assignment up to and including discharge of all obligations of the Consultant under the Agreement.

2.16. Last Date of submission of proposals

2.16.1.Proposal should be submitted within the time and date as specified at Clause 1.9 at the address in the manner and form as detailed in this RFP. A receipt thereof should be obtained from the office of the person specified therein.

2.16.2.TUFIDC may, in its sole discretion, extend the last date by issuing an Addendum in accordance with Clause 2.10 uniformly for all Bidders.

2.17. Late Proposals

2.17.1. Proposals received by TUFIDC after the specified time shall not be eligible for consideration and shall be summarily rejected.

2.18. Modification/ substitution/ withdrawal of Proposals

2.18.1 The Bidder may modify, substitute, or withdraw its Proposal after submission, provided that written notice of the modification, substitution, or withdrawal is received by TUFIDC prior to last date of submission. No Proposal shall be modified, substituted, or withdrawn by the Bidder on or after the last date.

2.18.1.The modification, substitution, or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clause 2.15, with the envelopes being additionally marked "MODIFICATION", "SUBSTITUTION" or 'WITHDRAWAL", as appropriate.

2.18.2.Any alteration / modification in the Proposal or additional information or material supplied subsequent to the last date, unless the same has been expressly sought for by TUFIDC, shall be disregarded.

2.19. Bid Security

2.19.1.The Bidder shall furnish as part of its Proposal, a non-bearing interest Bid Security of Rs. 50,000/- (Rupees Fifty Thousand only) in the form of a Demand Draft issued by any of the Schedule Commercial Banks in India in favour of the ‘Managing Director, TUFIDC’ payable at Hyderabad. The Bidder shall renew the validity of the DD towards Bid Security if requested by TUFIDC. The Bid Security is returnable not later than 120 days from the

PDD except in case of the two highest ranked Bidders as required in Clause 2.23.1. In the event that the first ranked Bidder commences the assignment as required in Clause 2.28, the second ranked Bidder, whose proposal has been kept in reserve, shall be returned its Bid Security forthwith, but in no case not later than 120 (one hundred and twenty) days from the PDD. The Selected Bidder's Bid Security shall be returned, after the first stage of the project has been satisfactorily completed.

2.19.2.Any Proposal not accompanied by the Bid Security shall be rejected by TUFIDC as non-responsive.

2.19.3.TUFIDC shall not be liable to pay any interest on the Bid Security and the same shall be interest free. 2.19.4.The Bidder, by submitting its Application pursuant to this RFP, shall be deemed to have acknowledged that without prejudice to any other right or remedy the TUFIDC may have under this RFP and the Agreement or in law or otherwise, the Bid Security shall be forfeited and appropriated by TUFIDC besides the liability of the Bidder to pay to TUFIDC pre-estimated compensation and damage as mutually agreed for, inter alia, the time, cost, and effort of TUFIDC in regard to the RFP including the consideration and evaluation of the Proposal under the following conditions: a) If the Bidder engages in any of the Prohibited Practices specified in Section 4 of this RFP; b) If a Bidder withdraws its Proposal during the period of its validity as specified in this RFP or as extended by the Bidder from time to time; c) In the case of the Selected Bidder, if the Bidder fails to reconfirm its commitments during negotiations as required vide Clause 2.23.1; d) In the case of a Selected Bidder, if the Bidder fails to sign the Agreement or Commence the assignment as specified in Clauses 2.27 and 2.28 respectively; or e) If the Bidder is found to have a Conflict of Interest as specified in Clause 2.3; and f) If the selected Bidder commits a breach of the Agreement.

D. Evaluation Process

2.20. Evaluation of Proposals

2.20.1.The Place, date and time for opening of bid proposals will be intimated to the bidders and the bids will be opened in the presence

of authorised representatives of the bidders who ever willing to be present. 2.20.2.Proposals for which a notice of withdrawal has been submitted in accordance with Clause 2.18 shall not be opened.

2.20.3.Prior to evaluation of Proposals, TUFIDC will determine whether each Proposal is responsive to the requirements of the RFP. A Proposal shall be considered responsive only if: a) The Technical Proposal is received in the format from Annexure II to Annexure VIII. b) It is received before the last date specified; c) It is accompanied by the Bid Security, Bid processing fee as specified in Clause 1.9. d) It is signed, sealed, bound together in hard cover and marked as stipulated in Clauses 2.12 and 2.15; e) It is accompanied by the Power of Attorney as specified in Clause 2.2.4; f) It contains all the information (complete in all respects) as requested in the RFP; g) It does not contain any condition; and h) It is not non-responsive in terms hereof. 2.20.4. TUFIDC reserves the right to reject any Proposal which is non- responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by TUFIDC in respect of such Proposals. 2.20.5. TUFIDC shall subsequently examine and evaluate Proposals in accordance with the Selection Process specified at Clause 1.6 and the criteria set out in Section 3 of this RFP. 2.20.6. A date, time and venue will be notified to all Bidders for announcing the result of evaluation and opening of proposals. The opening of proposals shall be done in presence of respective representatives of Bidders who choose to be present. TUFIDC will not entertain any query or clarification from Bidders who fail to qualify at any stage of the Selection Process. The evaluation and final ranking of the Proposals shall be carried out in terms of Clauses 3.3 and 3.4. 2.20.7.Bidders are advised that Selection shall be entirely at the discretion of TUFIDC. Bidders shall be deemed to have understood and agreed that TUFIDC shall not be required to provide any explanation or justification in respect of any aspect of the Selection Process or Selection.

2.20.8.Any information contained in the Proposal shall not in any way be construed as binding on TUFIDC, its agents, successors or assigns, but shall be binding against the Bidder if the Consultancy is subsequently awarded to it. 2.21. Confidentiality Information relating to the examination, clarification, evaluation, and recommendation for the selection of Bidders shall not be disclosed to any person who is not officially concerned with the process or is not a retained professional adviser advising TUFIDC in relation to matters arising out of, or concerning the Selection Process. TUFIDC shall treat all information, submitted as part of the Proposal, in confidence and shall require all those who have access to such material to treat the same in confidence. TUFIDC may not divulge any such information unless it is directed to do so by any statutory entity that has the power under law to require its disclosure or to enforce or assert any right or privilege of the statutory entity and/or TUFIDC or as may be required by law or in connection with any legal process.

2.22. Clarifications

2.22.1.To facilitate evaluation of Proposals, TUFIDC may, at its sole discretion, seek clarifications from any Bidder regarding its Proposal. Such clarification(s) shall be provided within the time specified by TUFIDC for this purpose. Any request for clarification(s) and all clarification(s) in response there to shall be in writing or Email. 2.22.2.If any Bidder does not provide clarifications sought under Clause 2.22.1 above within the specified time, its Proposal shall be liable to be rejected. In case the Proposal is not rejected, TUFIDC may proceed to evaluate the Proposal by construing the particulars requiring clarification to the best of its understanding, and the Bidder shall be barred from subsequently questioning such interpretation of TUFIDC.

E. Appointment of Consultant 2.23. Negotiations

2.23.1.The Selected Bidder may, if necessary, be invited for negotiations. The negotiations shall generally be for all matters connected to the bid including bid process management.

2.23.2.TUFIDC will examine the CVs of all other Professional Personnel

and those not found suitable shall be replaced by the Bidder to the satisfaction of TUFIDC.

2.24. Indemnity

The Consultant shall, subject to the provisions of the Agreement, indemnify TUFIDC, for an amount not exceeding 20% the value of the Agreement, for any direct loss or damage that is caused due to any deficiency in Services.

2.25. Award of Consultancy After selection, a Letter of Acceptance (the "LOA") shall be issued, in duplicate, by TUFIDC to the Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in token of accepting the terms and conditions thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, TUFIDC may, unless it consents to extension of time at the request of the Bidder for submission thereof, cancel/withdraw/rescind the LOA without any prior intimation of whatever nature thereof and proceed with considering the next highest ranked Bidder or as it may decide.

2.26. Execution of Agreement

After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall execute the Agreement within next 7 (seven) days from the date of acknowledging the duplicate copy of LOA . The Selected Bidder shall not be entitled to seek any deviation in the Agreement after submission of the RFP.

2.27. Commencement of assignment

The Consultant shall commence the Services from the date of the Agreement or such other date as may be mutually agreed. If the Consultant fails to either sign the Agreement as specified in Clause 2.26 or commence the assignment as specified herein, TUFIDC may cancel/withdraw the LOA or terminate the Agreement as the case may be without any prior intimation or notice of whatever nature thereof and invite the second ranked Bidder for negotiations as it may consider necessary. In such event of the LOA or the Agreement being cancelled/withdrawn or terminated , as the case may be, the Bid Security of the Selected Bidder shall stand forfeited and appropriated.

2.28. Proprietary data

Subject to the provisions of Clause 2.21, all documents and other information provided by TUFIDC or submitted by any Bidder to TUFIDC shall remain or become the property of TUFIDC. Bidders are to treat all information as strictly confidential. TUFIDC will not return any Proposal or any information related thereto. All information collected, analyzed, processed or in whatever manner provided by the Consultant to TUFIDC in relation to the Consultancy shall be the property of TUFIDC.

3. CRITERIA FOR EVALUATION

3.1. Evaluation of Technical Proposals The Technical proposals are evaluated on the basis of pre-set criteria on the outline below. Sl. Criteria Marks No. 1 Experience of undertaking similar assignments. 200 2 Approach and methodology 100 a. Innovativeness / comments on ToR. 20 Marks b. Work program / personnel/ Schedule / team 30 Marks structure. c. Methodology, work plan and innovation. 50 Marks 4 Key Personnel (CVs) 700 Total: 1000

A criterion for marking of experience of undertaking similar assignment is as given below: Sl. Criteria Marks No. Upto 5 Upto Upto 9 10 or Max Projects 7 Projects Projects More Marks than 10 Projects 1. Preparation of 140 160 180 200 200 Feasibility Study Report for Waste Water Management projects. Total Marks - - - - 200

A criterion for marking of key personnel: Sl. Criteria Marks No. 1. Team leader cum Civil or Environmental Engineer 400 2. Waste Water Management Expert 300 Total: 700

Marking of Team Leader: Sl. Description Marks No. ME/M. Tech in ME/M. Tech in any branch of Environmental Engineering Civil or equivalent Engineering 1. Qualifications 70 100

Sl. Experience Marks No. Upto 5 Upto Upto 9 10 or Max Projects 7 Projects Projects More Marks than 10 Projects 2. Involvement in preparation of Feasibility Study 70 80 90 100 100 Report for Waste Water Management (WWM) projects 3. Involvement in Implementation of 70 80 90 100 100 Waste Water Management Projects. 4. Number of years 15 year 10 Years 12 Years 14 Years Experience in Waste or more 100 Water Management Projects 70 80 90 100

Grand Total Marks - - - - 400

Marking of Solid Waste Management Expert: Sl. Description Marks No. BE/ B. Tech ME/M. Tech in environmental Engineering or equivalent 1. Qualifications 70 100

Sl. Experience Marks No. Upto 4 Upto Upto 8 10 or Max Projects 6 Projects Projects More Marks than 10 Projects 2. Involvement in preparation of Feasibility Study 35 40 45 50 50 Report for Waste Water Management (WWM) projects 3. Involvement in Implementation of 35 40 45 50 50 Waste Water Management Projects. 4. Number of years 14 year 8 Years 10 Years 12 Years Experience in Waste or more 100 Water Management Projects 70 80 90 100

Grand Total Marks - - - - 300

After technical evaluation is completed, the bidder whose technical proposals receive a mark of 700 or higher, will be qualified for opening financial proposal and he will be intimated the date, time and location for opening of Financial Proposals. The consultant will be required to present the list of key personnel as proposed in the ToR along with their credentials. Note:- 1. Person having qualification and experience less than the prescribed qualification and experience in the RFP will not be accepted. 2. The detailed CV and attested copies of the certificates of qualifications & experience of the technical experts proposed to be deployed on the Project

should be submitted with the bid in support of the above. The decision of the TUFIDC will be final in this regard. 3.2 Evaluation of Financial Proposal: 3.2.1 The Financial Proposals are evaluated under LCS (Least Cost Selection) after short listing as indicated below: 3.2.2 The lowest quoted bidder will be selected for award. 4. FRAUD AND CORRUPT PRACTICES

4.1. The Bidders and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained in this Invitation of RFP document, TUFIDC shall reject a RFP without being liable in any manner whatsoever to the Bidder, if it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice (collectively the "Prohibited Practices") in the Selection Process. 4.2. Without prejudice to the rights and remedies which TUFIDC may have under this RFP or any other law or equity, if a bidder is found 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 Selection Process, or after the short-listing process, such Bidder shall not be eligible to participate in any tender issued by TUFIDC during a period of 2 (two) years from such date.

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

4.4. "Corrupt practice: means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of any person connected with the Selection Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of TUFIDC who is or has been associated in any manner, directly or indirectly with the Selection Process or arising there from, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of TUFIDC, shall be deemed to constitute influencing the actions of a person connected with the Selection Process or (ii) engaging in an manner whatsoever, whether during the Selection Process or after short-listing, as the case may be, any person in respect of any matter relating to the Project, who at any time has been or is a legal, financial or technical consultant/adviser of TUFIDC in relation to

any matter concerning the Project; 4.5. "Fraudulent practice" means a misrepresentation or omission of facts or disclosure of incomplete facts, in order to influence the Selection Process; 4.6. "Coercive practice: means impairing or harming or threatening to impair or harm, directly or indirectly, any persons or property to influence any person's participation or action in the Selection Process; 4.7. "Undesirable practice" means establishing contact with any person connected with or employed or engaged by TUFIDC with the objective of canvassing, lobbying or in any manner influencing the outcome of the procedure for selection of Bidders. 5. Pre-Bid MEETING - Deleted

6. MISCELLANEOUS

6.1 The Selection Process shall be governed by, and construed in accordance with, the laws of India and shall have exclusive jurisdiction over all disputes arising under, pursuant to and/or in connection with the Selection Process. 6.2 TUFIDC, in its sole discretion and without incurring any obligation or liability, reserves the right, at any time, to:

a) Consult with any Bidder in order to receive clarification or further information; b) Retain any information and/or evidence submitted to TUFIDC by, on behalf of and/or in relation to any Bidder; and/or

c) Independently verify, disqualify, reject and/or accept any and all submissions or other information and/or evidence submitted by the Bidder.

6.3 It shall be deemed that by submitting the Proposal, the Bidder agrees and releases TUFIDC, 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. 6.4 All documents and other information supplied by TUFIDC or submitted by any Bidder shall remain or become, as the case may be, the property of TUFIDC. TUFIDC will not return any submissions made hereunder. Bidders are required to treat all such documents and information as strictly confidential.

6.5 TUFIDC reserves the right to make inquiries with any of the clients listed by the Bidders in their previous experience record.

Annexure – I

Terms of Reference for hiring Consultancy Services for

Feasibility study on Waste Water Management in selected ULBs of Telangana

Introduction

Untreated urban sewage is considered by far the largest source of surface water pollution in India. Liquid waste generated in toilets containing faeces, urine and flush water is termed as ‘Blackwater’ waste or ‘sewage’ waste, while waste generated in kitchen, bathroom and during laundry is called ‘Greywater’ waste or ‘sullage’. Creation of sewerage infrastructure for sewage disposal is the responsibility of the State Governments/Urban Local Bodies.

Effective liquid waste management is an essential element of a complete sanitation solution for a city or town. Liquid waste management can be defined as a systematic administration of activities that provide for the proper handling, treatment and disposal of waste water or sewage. Improper disposal of sewage can lead to contamination of surface water, ground water and soil and can have serious health implications.

Thee Water (Prevention and Control of Pollution) Act, 1974 was enacted with the primary objective of prevention and control of water pollution and restoration of water quality. The legal and institutional provisions have been made in Water (Prevention and control of Pollution) Act, 1974 wherein standards are developed and enforced for treatment of municipal wastewater by Pollution Control Boards/Pollution Control Committees.

Existing Scenario of Waste Water Management

Wastewater collection and treatment systems are either non-existent or poorly maintained. The absence of a proficient central wastewater system, and treatment, leads to contamination of shallow ground water supplies, and a risk to public health.

Currently, there is no official account of sewage waste generated or treated in our cities, as there are different ways in which people source and dispose water. However, there are rudimentary ways to estimate sewage, Centre for Public Health and Environmental Engineering Organisation has estimated that about 70-80% of total water supplied for domestic use gets generated as wastewater. As per CPCB (2009) estimates, major cities in India generate an estimated 38,354 million litres per day (MLD) sewage, however the sewage treatment capacity is only of 11,786 MLD. The major States contributing to sewage generation are Maharashtra, Uttar Pradesh, Delhi, West Bengal and Andhra Pradesh (including Telangana).

Waste water scenario in Urban Area of Telangana

Urbanisation is growing at a faster pace with the urban population of 38.5% Telangana the 5th largest urbanized state in India The urban population of the state is 1,37,24,566 spread across 73 Urban Local Bodies consisting of 6 Corporations, 42 Municipalities of all grades and 25 Nagar Panchyats and 1 Secundrabad Cantonment as per 2011 census. The net increase of urban population between 2001 and 2011 is 38.5% persons. Hyderabad is the 100 percent urbanized. As result of this the demand for urban services like water supply, waste water and solid waste management has grown many folding specially in the urban local bodies adjacent to the GHMC due to the urban sprawl.

As per the census 2011 only 18.07 percent of urban households in state are connected to underground drainage system and in most of the ULBs in the state the waste water from toilets is been disposed through septic tanks and soak pits and grey form of wastewater from kitchen and bathrooms is directly discharged into the sludge drains without any treatment.

Out of the 1784 MLD of water supplied out 80% of it is estimated as waste water of which 683 MLD wastewater can be treated in the Sewage treatment Plant facilities. Thus, there is a large gap between generation and treatment of wastewater in state. Moreover, the ULBs in the surrounding of the GHMC on outer ring road and the HDMA jurisdiction have the partially UGD facility do not have the treatment plants and the waste water and storm water generated in the these ULBs have been disposed off in the surrounding tanks and lakes thus leading to the pollution of water bodies

Objective of work:

The main objective of the work is to do a rapid technical assessment of the existing situation of municipal waste-water management (generation, collection, conveyance & treatment)in the project area and accordingly recommend possible solutions for improving the current situation (especially with respect to treatment). The study will recommend solutions / projects with cost estimates, which can be taken up by the state for implementation. The details provided in the study should be sufficient enough to enable the State in implementing projects based on the outcomes of the study.

Project Areas: Following 7 ULBs falling in ORR and HMDA area are to be covered within this scope of work:

1. Badangpet 2. Boduppal 3. Jillelaguda 4. Medchal 5. Meerpet 6. Perzadiguda 7. Jalpally Scope of Work: The main tasks covered under the scope of work are as follows: 1. Document the existing status of waste-water management in the project area including mechanism and infrastructure for generation, collection, transportation, treatment & disposal.

2. Assessment of the existing waste-water situation, demand estimations and key issues in each town and also to project waste water generation for the next 15 years (prospective) and 30 years (ultimate) period.

3. Identify & propose possible solutions (with cost estimates) for waste-water management i.e, centralized / decentralized solutions, dependence / coverage of on-site sanitation systems, conveyance to treatment plant, land availability and financial & institutional capacities of the ULB in the project areas. The solutions shall comply CPHEEO guidelines and manuals.

4. Explore the option of possible integration with HMWSSB treatment plant in the proximity.

5. Assess the potential for reuse of treated sewerage water for industrial requirements, gardening etc., and also plan a financial model for the same

6. The consultant is also responsible for identification of land for proposed treatment plant in consultation with ULB.

Following points to be kept in mind during the study:  The consultant will be required to make necessary field visits and have consultations with important stakeholders (State, ULB, residents, etc.) for getting a realistic understanding of the situation.

 The consultant is expected to provide customized treatment options to each ULB or combined options. The focus should be on providing realistic, most feasible & sustainable solutions/technologies duly considering the local context / requirement of the city. The capacities available with the ULBs should be considered while proposing treatment technology.

 The study should have convergence with existing & proposed plansthat direct / indirect influence on waste-water services and any sort of duplication should be avoided.

 A brief O&M strategy for proposed solutions is also to be included in the report.

Deliverables and payment schedule A kick-off meeting will be organized within 2 days after award of work. During the kick-off meeting the Client will share its expectations and the Consultant is expected to discuss the detailed work plan.

Sl. Stage / Milestone % of total consultancy Time line allotted for No. fee payable at the submission by the milestone Bidder. 1. Submission of draft 10 days from the date of feasibility study report signing of the contract. atleast 3 ULBs. 30% of the financial quote 2 Draft Feasibility Study 15 days from the date of report for balance ULBs signing of the contract 3. Submission of Final 70% of the financial quote 30 days from the date of Feasibility Study report for signing of the contract. all ULBs. The payments are subject to acceptance of the reports and of the documents by the competent authority for every stage of the project

Time Duration of Proposed study

The consulting firm will be required to complete the whole activity/ assignment and furnish the final documents/ reports within a period of 30days from the award of contract

Terms of Reference for the experts

The Consultant is obliged to identify a liaison officer (team leader) who will be in touch with TUDIFC on a frequent basis.

The consultant has to guarantee the technical and administrative implementation and coordination of respective services within the scope of the study. The team shall

comprise of a set of professionals operating at the international level collaborating with the TUFIDC and the Urban Local Bodies

The experts deployed by the consultant must have long term experiences in their respective area of expertise.

The consultant Team shall comprise of the following personnel

Team leader

The Wastewater Management Specialist will take the lead on all technical aspects in developing the wastewater treatment projects of the FS. He/she will be responsible for ensuring the quality of the outputs related to the scope of the Feasibility Study (FS). Preference will be given to consultants with experience of working with multi- disciplinary teams and on sanitation related projects.

Qualifications and Experience

. Post Graduate in any branch of Civil Engineering preferably Environmental /PHE with Minimum 10 years of overall experience in relevant field/ he should have worked in planning, designing and execution of waste Water Management projects and other infrastructure projects. . Experience of institutional strengthening and capacity development will be considered advantageous. . Be fluent in written and spoken English with excellent report writing skills. . Have the ability to work productively in a consulting team, with counterparts and wider project stakeholders.

Have in-depth knowledge of the links between wastewater treatment management how they address development goals of environmental sustainability, climate change adaptation/mitigation, urban poverty reduction, good urban governance and gender.

Expert for Centralised& Decentralized wastewater systems

The expert for centralised wastewater systems with experience in planning and designing of wastewater drainage and treatment systems is expected to have technical knowledge pertaining to wastewater so as to facilitate MCs in making informed decisions about process improvement and being capable of organizing hydraulic modelling of sewerage systems and optimisation studies of treatment plants. He/she will be responsible for assuring the quality of outputs related to centralised systems.

Qualifications and Experience

 Graduate in Civil Engineering or Environmental Engineering with 8 years of experience in design, construction, operation and management of conventional sewerage systems and other sanitation systems. Preferably Masters Degree in Civil/Environmental Engineering  Experience in design, construction, operation and management of conventional sewerage systems and other sanitation systems  Knowledge of city-wide planning and an in depth understanding of operating water utilities and experienced in inclusion of inputs into the overall project  At least 8 years working experience

Assignment of personnel 1. Team Leader 2. Expert for Waste Water Management

ANNEXURE – II COVER LETTER

Date: The Managing Director TUFIDC Ltd.,

Sub: Appointment of Consultant for Preparation of Feasibility Study Report on Waste Water Management for 7 ULBs in the state of Telangana.

Dear Sir,

With reference to your RFP document dated, I/we, having examined the RFP and understood its contents, hereby submit our proposal for the subject Project. 1. The technical and financial proposals are unconditional and unqualified. 2. All information provided in the proposal and in the Appendices is true and correct and all documents accompanying such proposal are true copies of their respective originals. 3. This statement is made for the express purpose of appointment as the Consultant for the aforesaid Project. 4. I/ We shall make available to TUFIDC any additional information it may find necessary or required to supplement or authenticate the proposal. 5. I/ We acknowledge the right of TUFIDC to reject our proposal without assigning any reason or otherwise and hereby waive our right to challenge the same on any account whatsoever. 6. I/ We certify that in the last 3 (three) years, we or any of our Associates have neither failed to perform on any contract, as evidenced by imposition of a penalty or a judicial pronouncement or arbitration award against the Bidder, nor been expelled from any project or contract by any public authority nor have had any contract terminated for breach on our part. 7. I/ We declare that: a) I/ We have examined and have no reservations to the RFP Document, including any Addendum issued by TUFIDC. b) I/ We do not have any conflict of interest in accordance with Clauses 2.3 of the RFP document; c) I/ We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as defined in Clause 4 of the RFP document, in respect of any tender issued by or any agreement entered into with TUFIDC or any other public sector enterprise or any government, Central or State; d) We hereby certify that we have taken steps to ensure that in conformity with the provisions of Section 4 of the RFP document, no person acting for us or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

8. We understand that you may cancel the Selection Process at any time and that you are neither bound to accept any Proposal that you may receive nor to select the Consultant, without incurring any liability to the Bidders in accordance with Clause 2.7 and Clause 6 of the RFP document. 9. We believe that we satisfy the Conditions of Eligibility and meet the requirements as specified in the RFP document and are qualified to submit proposal in accordance with the provisions of the RFP document. 10. We certify that in regard to matters other than security and integrity of the country, we or any of our Associates have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which could cast a doubt on our ability to undertake the Consultancy for the Project or which relates to a grave offence that outrages the moral sense of the community. 11. We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a Court of Law for any offence committed by us or by any of our Associates. 12. We further certify that no investigation by a regulatory authority is pending either against us or against our Associates or against our CEO or any of our Directors/ Managers/ employees. 13. We undertake that in case due to any change in facts or circumstances during the Selection Process, we are attracted by the provisions of disqualification in terms of the guidelines referred to above, we shall intimate TUFIDC of the same immediately. 14. We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by TUFIDC in connection with the selection of Consultant or in connection with the Selection Process itself, in respect of the above mentioned Project. 15. The Bid Security of Rs. 50,000/- (Rupees Fifty Thousand) in the form of a demand Draft No. _____ dated ______is attached, in Accordance with the RFP document. The non refundable bid processing fee of Rs.3,000/- in the form of DD is also attached. 16. We agree and understand that the proposal is subject to the provisions of the RFP document. In no case, shall/we have any claim or right of whatsoever nature if the Consultancy for the Project is not awarded to me/us or our proposal is not opened or rejected. 17. We agree to keep this offer valid for 120 days from the proposal Due Date specified in the RFP. 18. A Power of Attorney in favour of the authorized signatory to sign and submit this Proposal and documents is attached herewith in Appendix ______19. In the event of my/our firm being selected as the Consultant, we herewith enclose the consortium agreement. 20. We certify that we shall have no claim, right or title arising out of any documents or information provided to us by TUFIDC or in respect of any matter arising out of or concerning or relating to the Selection Process including the award of Consultancy 21. We, ______(Bidder's name) herewith

enclose the Financial Proposal as Annexure X for selection of my/our firm as Consultant. 22. We agree and undertake to abide by all the terms and conditions of the RFP document. In witness thereof, we submit this Proposal under and in accordance with the terms of the RFP document.

Yours faithfully, (Signature, name and designation of the of the Authorized signatory) (Name and seal of Bidder/ Lead Member)

ANNEXURE – III PARTICULARS OF BIDDER

Title of Consultancy 1.1 1.2 Title of Project:

State whether applying as Sole Firm or not: 1.3 (JVs and consortiums not permitted) State the following: 1. Name of Bidder: 2. Legal status of the Bidder 3.Country and year of incorporation//Registration: 4. Year of commencement of business: 1. address: 7.Principal place of business: 8. Brief description of the Company including details of its main lines of business as per the charter documents (MOA & AOA/Partnership Deed/Society bye-laws and Memorandum. 9.Name, designation, address and phone numbers of authorised signatory of the Bidder: Name: 1.4 Designation: Address: Phone No. Mob.No. Fax No. : E-mail address:

10. Name and other details of the Contact Person other than the Authorised Person.. Name Designation Tel.No. Mob.No. Fax No. E.mail:

1.5 Deleted For the Bidder, state the following information:

1.6 (i) In case of non Indian Firm, does the Firm have business presence in India? Yes/No

If so, provide the office address(es) in India. (ii) Has the Bidder been penalized by any organization for poor quality of work or breach of contract in the last five years? Yes/No (iii) Has the Bidder ever failed to complete any work awarded to it by any public authority/ entity in last five years? Yes/No

(iv) Has the Bidder been blacklisted by any Government department/Public Sector Undertaking in the last five years? Yes/No (v) Has the Bidder suffered bankruptcy/insolvency in the last five years?

Yes/No Note: If answer to any of the questions at (ii) to (v) is yes, the Bidder is not eligible for this consultancy assignment.

Does the Bidder's firm or adviser along with the functions as a contractor and/or a manufacturer? Yes/No If yes, does the Bidder (and other Member of the Bidder's consortium) agree to limit the Bidder's role only to that of a consultant/ adviser to the Authority and to disqualify themselves, their Associates/ affiliates, subsidiaries and/or parent organization subsequently from work on this Project in any other capacity?

Yes/No

Annexure – IV Statement of Legal Capacity (To be forwarded on the letter head of the Bidder) Date:

Ref. To, The Managing Director, TUFIDC.

Dear Sir,

Sub: RFP for Appointment of Consultant for Preparation of Feasibility Study Report on Waste Water Management for 7 ULBs in the state of Telangana.

We hereby confirm that we, the Bidder satisfy the terms and conditions laid down in the RFP document.

We have agreed that (insert individual's name) will act as our Authorised Representative/ will act as the Authorised Representative on our behalf and has been duly authorized to submit our Proposal. Further, the authorised signatory is vested with requisite powers to furnish such proposal and all other documents, information or communication and authenticate the same.

Yours faithfully,

(Signature, name and designation of the authorised signatory) For and on behalf of ......

ANNEXURE – V POWER OF ATTORNEY (to be executed on a Rs.100 non-judicial stamp paper)

Know all men by these presents, we,(----) do hereby constitute, nominate, appoint and authorise Mr./Ms,(----) who is presently employed with us and holding the position of ---- as our true and lawful attorney (hereinafter referred to as the "Authorised Representative") to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our Proposal for Carrying out Preparation of Feasibility Study Report on Waste Water Management for 7 ULBs in the state of Telangana proposed by the TUFIDC as detailed in the RFP including but not limited to signing and submission of all applications, proposals and other documents and writings, participating in pre- bid and other conferences and providing information/ responses to the TUFIDC, representing us in all matters before the TUFIDC, signing and execution of all contracts and undertakings consequent to acceptance of our proposal and generally dealing with the TUFIDC in all matters in connection with or relating to or arising out of our Proposal for the said Project and/or upon award thereof to us till the entering into of the Agreement with the TUFIDC.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Authorised Representative 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 Authorised Representative 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 PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ______, DAY OF 2015. For (Signature, name, designation and address) Accepted (Signature, name, designation and address of the Attorney)

1.Witnesses: 2.

NOTARY Notes: 1) The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. Copy of such document should be submitted along with the power of Attorney. 2) Also, wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a resolution/power of attorney in favour of the Person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

Annexure – VI FINANCIAL CAPACITY OF THE BIDDER

Financial Year Annual Turnover* (in Rs.) of professional fees

FY 2014-15

FY 2013-14

FY 2012-13

Annual Average turnover for three years.

Signature of Authorised person with seal.

Certificate from the Statutory Auditor*

This is to certify that (Name of the Bidder) has received the payments shown above against the respective years on account of professional fees.

Name of the audit firm:

Seal of the audit firm

M.No.

Date:

ANNEXURE VII ELIGIBLE ASSIGNMENTS OF THE BIDDERS

1. Credentials of the Bidders

Assignment name: Approx. value of the consultancy Contract

Country: Duration of assignment (months):

Name of Client: Total No. of person-months of the assignment:

Start date (month/year): No. of professional person-months provided by the joint venture partners or the sub-consultants:

Completion date (month/year):

Name of joint venture partner or Name of senior full-time employees ("full-time any sub-consultants: employee" as defined in Section 2) of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

Narrative description of Project:

Description of actual services provided in the assignment:

Supporting documents for evaluation of Credentials The supporting documents to be submitted by the Bidders are set out below: Following documents must be submitted to demonstrate experience: Satisfactory work Completion Certificate with Work order or Agreement and other relevant supporting documents from the Municipal Body. Notes: • Use separate sheet for each Eligible Project.

ANNEXURE VIII

CV OF KEY PROPOSAL 1 Proposed position 2 Name of firm 3 Name of Staff 4 Date of Birth : Nationality : 5 Education Degree Institution Year 6 Professional Memberships 7 Other Training/ publications 8. Counties of work experience 9. Languages Speak Read Write 10. Employment Record

a. From To: b. Employer c. Position held d. Detailed Tasks As per assigned TOR

11. Work Undertaken that Best Illustrates Capability to Handle the Tasks :

(Signature and name of the authorised signatory of the Bidder) Notes:  Use separate form for each Key Personnel  Each page of the CV shall be signed in ink and dated by both the Personnel concerned and by the Authorised Representative of the Bidder firm along with the seal of the firm. Photocopies will not be considered for evaluation.

ANNEXURE – IX FINANCIAL PROPOSAL

Appointment of Consultant for Preparation of Feasibility Study Report on Waste Water Management for 7 ULBs in the state of Telangana. Having gone through the RFP and having fully understood the scope of work for the Project as set out in the TOR, we are pleased to quote the following all inclusive Professional fees for the Assignment as per the specified scope of Work:

Sl. Particulars Amount in Amount in No. figures (RS.) Words (Rs.)

Preparation of Feasibility Study Report on Waste Water Management for 7 ULBs in the state of Telangana. The ULBs are Badangpet, Boduppal, Jillelaguda, Medchal, 1. Meerpet, Perzadiguda and Jalpally.

Service Tax:

Total:

Note: 1. The Financial Proposal is inclusive of all fees for the team leader and the key proposals and also out pocket expenses which may be incurred towards travel, accommodation, documentation and communication etc., during the period of assignment until submission of Final feasibility report and its approval by the competent authority. 2. The Financial Proposal is inclusive of all taxes i.e. income tax, professional tax, and any other taxes etc. Service tax payable by TUFIDC is to be shown separately 3. In case of difference in amount quoted in figures and words, the lower value shall be considered for evaluation. 4. The bidders have to quote their bid for all 7 ULBs together.

ANNEXURE – X GUIDANCE NOTE ON CONFLICT OF INTEREST

1. This Note further explains and illustrates the provisions of Clause 2.3 of the RFP and shall be read together therewith in dealing with specific cases. 2. Consultants should be deemed to be in a conflict of interest situation if it can be reasonably concluded that their position in a business or their personal interest could improperly influence their judgment in the exercise of their duties. The process for selection of consultants should avoid both actual and perceived conflict of interest. 3. Conflict of interest may arise between the TUFIDC and a consultant or between consultants and present or future concessionaries/ contractors. Some of the situations that would involve conflict of interest are identified below: (a) Authority and consultants: (i) Potential consultant should not be privy to information from the TUFIDC which is not available to others; (ii) Potential consultant should not have defined the project when earlier working for the TUFIDC (iii) Potential consultant should not have recently worked for the TUFIDC overseeing the project.

(b) Consultants and concessionaires/contractors:

(i) No consultant should have an ownership interest or a continuing business interest or an on-going relationship with a potential concessionaire/ contractor save and except relationships restricted to project-specific and short-term assignments; or (ii) No consultant should be involved in owning or operating entities resulting from the project; or

(iii) No consultant should bid for works arising from the project. The participation of companies that may be involved as investors or consumers and officials of the TUFIDC who have current or recent connections to the companies involved, therefore, needs to be avoided. 4. The normal way to identify conflicts of interest is through self-declaration by consultants. Where a conflict exists, which has not been declared, competing companies are likely to bring this to the notice of the TUFIDC. All conflicts must be declared as and when the consultants become aware of them. 5. Another approach towards avoiding a conflict of interest is through the use of “Chinese walls" to avoid the flow of commercially sensitive information from one part of the consultant's company to another. This could help overcome the problem of availability of limited numbers of experts for the project. However, in reality effective operation of "Chinese walls" may be a difficult proposition. As a general rule, larger companies will be more capable of adopting Chinese walls approach than smaller companies. Although, "Chinese walls" have been

relatively common for many years, they are an increasingly discredited means of avoiding conflicts of interest and should be considered with caution. As a rule, "Chinese walls" should be considered as unacceptable and may be accepted only in exceptional cases upon full disclosure by a consultant coupled with provision of safeguards to the satisfaction of the Authority. 6. Another way to avoid conflicts of interest is through the appropriate grouping of tasks. For example, conflicts may arise if consultants drawing up the terms of reference or the proposed documentation are also eligible for the consequent assignment or project. 7. Another form of conflict of interest called "scope-creep" arises when consultants advocate either an unnecessary broadening of the terms of reference or make recommendations which are not in the best interests of the TUFIDC but which will generate further work for the consultants. Some forms of contractual arrangements are more likely to lead to scope-creep. For example, lump-sum contracts provide fewer incentives for this, while time and material contracts provide built in incentives for consultants to extend the length of their assignment. 8. Every project contains potential conflicts of interest. Consultants should not only avoid any conflict of interest, they should report any present/ potential conflict of interest to the TUFIDC at the earliest. Officials of the TUFIDC involved in development of a project shall be responsible for identifying and resolving any conflicts of interest. It should be ensured that safeguards are in place to preserve fair and open competition and measures should be taken to eliminate any conflict of interest arising at any stage in the process.

ANNEXURE – XI PROPOSED METHODOLOGY & WORK PLAN

The proposed methodology and work plan shall be described as follows: 1. Understanding of TOR

The Bidder shall clearly state its understanding of the TOR and also highlight its important aspects. The Bidder may supplement various requirements of the TOR and also make precise suggestions if it considers this would bring more clarity and assist in achieving the Objectives laid down in the TOR.

2. Methodology and Work Plan The Bidder will submit its methodology for carrying out this assignment, outlining its approach toward achieving the Objectives laid down in the TOR. The Bidder will submit a brief write up on its proposed team and organization of personnel explaining how different areas of expertise needed for this assignment have been fully covered by its proposal. The Bidder should specify the sequence and locations of important activities, and provide a quality assurance plan for carrying out the Consultancy Services.

3. Suggestions if any for improvement of the ToR. 4. Activity Schedule The bidder will submit bar chart showing all major activities timeline date of completion with important mile stones.

Annexure XII AGREEMENT OF CONSULTING SERVICES CONTRACT

This AGREEMENT (“Contract”) is made on this ______day of ______, 2015, at Hyderabad by and between

1. M/s Telangana Urban Finance and Infrastructure Development Corporation, a company registered under the Companies Act 1956, having its registered office at 3rd and 4th floor of TUFIDC and DTCP building, A.C Guards, Hyderabad 500 004 represented by its Managing Director (Authorised Person) Sri ______(hereinafter called the Client or TUFIDC) which term shall, unless repugnant to the context or meaning thereof, shall include its successors, administrators and assigns, of the First Part, and

2. M/s. ______, a company / Partnership Firm / Limited Liability Partnership/Society/Proprietorship Firm, registered under the ______Act ___, having its registered office at ______, represented by its Authorised Person, Sri ______. ______(Designation) (hereinafter called the Consultant), which term shall, unless repugnant to the context or meaning thereof, include its successors, administrators, assigns (and legal representatives), of the Second Part.

The terms TUFIDC/Client and Consultant shall hereinafter collectively referred to as ‘Parties’ and severally as ‘Party’

WHEREAS

A. The First Party is a Government organisation and is a Nodal Agency for development urban infrastructure in Urban Local Bodies and has a proposal for Preparation of Feasibility Study Report on Waste Water Management for 7 ULBs in the state of Telangana (hereinafter referred to as “Project”). The ULBs are Badangpet, Boduppal, Jillelaguda, Medchal, Meerpet, Perzadiguda and jalpally for the said purpose, it intends to engage the services of a competent consultant agency selected from out of the empanelled list of Government of India for preparation of Detailed Project Reports.

B. Under the competitive bidding process, the Client has selected the Second

Party as per the terms and conditions of Request for Proposal (Bid Document)

NOW THEREFORE the parties hereto agree as follows:

Clause 1: The Agreement

This Agreement and the Appendix-A to this Agreement containing the RFP together with its Annexures, Schedules more particularly the Terms of Reference and the Appendix-B to this Agreement containing the General Conditions of Contract shall constitute the entire Agreement.

Clause 2: Services.

The work to be performed by the Consultant under the Contract (such work being hereinafter called the Services) is more particularly described in the Terms of Reference (TOR) set forth as part of RFP which contain the other terms and conditions with regard to the performance of obligations and entitlements of the Parties., .

Clause 3: Personnel.

(a) The Services shall be carried out by the personnel (“Personnel”) of the Consultant and the Consultant shall be responsible for the payment of salary and other employee benefits to the Personnel. The Client shall not be responsible for any payment to the Personnel of the Consultant. (b) The Consultant shall, at all times, ensure that there is a Project Manager to supervise and coordinate the operations of the personnel in the field as well as such other personnel as may be required for the satisfactory performance of the Services and the Project Manager shall be responsible for liaison between the Consultant and the Client. The list of Personnel shall be in line with the tender issued by TUFIDC for the appointment of the Consultant. (c) The Consultant shall inform in writing to the Client on the authorized signatory of the Consultant who shall sign the reports and invoices from the Consultant side.

Clause 4: Commencement/Effective Date.

The Commencement Date shall be the date of Signing the Agreement

Clause 5: Maximum payment to the consultant

The total amount of fees payable to the Consultant by the Client is limited to the amount quoted by the Consultant in its proposal and accepted by the Client and to be released as per the schedule of deliverables and payments specified in the Terms of Reference / RFP.

Clause 6: Deliverables and payment schedule A kick-off meeting will be organized within 2 days after award of work. During the kick-off meeting the Client will share its expectations and the Consultant is expected to discuss the detailed work plan.

Sl. Stage / Milestone % of total consultancy Time line allotted for No. fee payable at the submission by the milestone Bidder. 1. Submission of draft 10 days from the date of feasibility study report signing of the contract. atleast 3 ULBs. 30% of the financial quote 2 Draft Feasibility Study 15 days from the date of report for balance ULBs signing of the contract 3. Submission of Final 70% of the financial quote 30 days from the date of Feasibility Study report for signing of the contract. all ULBs. The payments are subject to acceptance of the reports and of the documents by the competent authority for every stage of the project

Clause 7: Accounts for Payment. a. All payments under this Contract shall be made to the following account(s) of the Consultant: A/c Name: ______A/c. Number: ______

Clause 8: Authorized Representative of Consultant.

Any action required or permitted to be taken, and any documents required or permitted to be executed under this Contract may be taken or executed on behalf of the Consultant by the designated representative and on behalf of the Client, TUFIDC.

Clause 9: Notices and Requests.

Any notice or request required or permitted to be given or made under

the Contract shall be in writing and in the English language. Such notice or request shall be deemed to be duly given or made when it shall have been delivered by hand, mail, or facsimile in writing to the party to which it is required to be given or made at such party's address specified below or at such other address as such party may specify in writing.

For the Client Designation: Managing Director, Address: TUFIDC Ltd., 2nd Floor, ENC (PH) Complex, AC Guards, Kashana Building, Opp: PTI Building, Hyderabad. Phone: 040 – 23435500 / 522. Fax: Email.

For the Consultant Address Phone Fax E.mail

Clause 10: Notice of Delay:

In the event that the Consultant encounters delay in obtaining the required services or facilities for the conduct of the Services, the Consultant shall promptly notify the Client of such delay, and may request an appropriate extension of time for completion of the Services.

IN WITNESS WHEREOF, the parties hereof have caused the Contract to be signed in their respective names as of the day and year first above written.

FOR AND ON BEHALF OF FOR AND ON BEHALF OF (THE CLIENT) (THE CONSULTANT)

______Authorised Representative Authorised Representative APPENDIX-A (Request For Proposal Document with its Annexures, Appendices and Schedules)

APPENDIX-B General Conditions of Contract

1. GOVERNING LAW AND JURISDICTION

This Agreement shall be construed and interpreted in accordance with and governed by the laws of India and the courts at Hyderabad shall have sole and exclusive jurisdiction over all matters arising out of and relating to this Agreement.

2. DISPUTE RESOLUTION a) Amicable Resolution Save where expressly stated to the contrary in this Agreement, any dispute arising under, out of or in relation to this Agreement including validity, interpretation, rights and obligations between the Parties and so notified in writing by either Party to the other (the “Dispute”) in the first instance shall be attempted to be resolved amicably through mutual discussions. b) Arbitration Any Dispute, which is not resolved amicably shall be finally decided by reference to arbitration. Such arbitration will be subject to the provisions of the Arbitration and Conciliation Act 1996. The place and seat of such arbitration will be at Hyderabad and the language of arbitration proceedings will be English. The arbitration award shall be final and binding on the Parties. Each Party shall bear the costs of award as will be fixed by the Arbitrator/s.

3. WAIVER The failure of either Party to insist upon a strict performance of any of the terms or provisions of this Agreement or to exercise any option, right or remedy herein contained, shall not be construed as waiver or a relinquishment of such terms, provisions, option, right or remedy but the same shall continue and remain in full force and effect. No waiver by either party of any term or provision hereof shall be deemed to have been made unless expressed in writing and signed by such Party.

4. MODIFICATION OF AGREEMENT Any modification/alteration to the terms and conditions of the Agreement shall be made by mutual consent in writing to be effective and binding.

5. PARTIAL INVALIDITY / SEVERABILITY

If for whatever reason, any provision of this Agreement is or become invalid, illegal or unenforceable or is declared by any court of competent jurisdiction or any other instrumentally to be invalid, illegal or unenforceable, the validity, legality or enforceability of the remaining provisions shall not be affected in any manner, and the Parties will negotiate in good faith with a view to agreeing upon one or more provisions which may be substituted for such invalid, unenforceable or illegal provisions, as nearly as is practicable. Provided failure to agree upon any such provisions shall not be subject to dispute resolution under this Agreement or otherwise.

6. RELATIONSHIP BETWEEN THE PARTIES

Nothing contained in this Agreement shall be construed or interpreted as constituting a partnership between the Parties. Neither Party shall have any authority to bind over the other in any manner whatsoever and this Agreement is entered as between principal-to-principal basis.

7. LANGUAGE

All notices required to be given under this Agreement and all communications, documentation and proceedings which are in anyway relevant to this Agreement shall be in writing and in English language.

8. EXCLUSION OF IMPLIED WARRANTIES

This Agreement expressly excludes any warranty, condition or any other undertaking implied at law or by custom or otherwise arising out of any other agreement between the Parties or any representation by any Party not contained in a binding legal agreement in writing executed by the Parties.

9. NON-ASSIGNABILITY

The Agreement is not assignable.

10. COUNTERPARTS AND REGISTRATION

This Agreement shall be executed in two counterparts and when executed and delivered shall constitute an original of this Agreement.

Annexure - XIII LIST OF ULB’s

Following 7 ULBs falling in ORR and HMDA area are to be covered within this scope of work:

1. Badangpet

2. Boduppal

3. Jillelaguda

4. Medchal

5. Meerpet

6. Perzadiguda

7. Jalpally

Annexure – XIV Data Sheet 1. Name of the Client : Telangana Urban Finance and Infrastructure Development Corporation Ltd., Hyderabad. 2. Method of Selection : LCS (Least Cost Selection ) after short listing 3. Pre-Bid Meeting : No pre-bid meeting 4. Validity of the Proposal : 120 Days from the last date of submission of proposal (Proposal due date).

5. Is the Bidder is required to include with : its proposal written confirmation of authorisation to sign on behalf of the Yes. Bidder. 6. Joint ventures or Consortia are : Not with standing anything in the document, permissible Joint ventures or consortiums are NOT permissible. 7. Currency for Proposal : Indian Rupees.

8. Amounts payable by the Client to the : Yes. Bidder under the contract will be subject to local taxation (Service tax)

9. Will the Client reimburse the Bidder for : No. any such taxes paid by the Bidder?

10. Submission of Technical and Financial : The Bidder must submit the original and one Proposal copy of the Technical Proposal and the original copy of the Financial Proposal. The Bidder must also submit a soft copy of the Technical Proposal . 11. Bid Security must be submitted : Yes.

12. Amount of Bid Security : Rs. 50,000/- (Rupees Fifty Thousand Only).

13. Format for Bid Security : Demand Draft issued by any of the Schedule Commercial Banks in India in favour of the ‘Managing Director, TUFIDC’ payable at Hyderabad.