+ All Categories
Home > Documents > Revised RFP for EAs

Revised RFP for EAs

Date post: 03-Jun-2018
Category:
Upload: aeioums4391
View: 215 times
Download: 0 times
Share this document with a friend

of 45

Transcript
  • 8/12/2019 Revised RFP for EAs

    1/45

    Page

    0

    REVISED

    Nationwide Concurrent Evaluation Study of the

    Flagship Programme of MGNREGA

    Selection of Evaluating Agency (EA)

    Ministry of Rural Development

    Department of Rural Development

    Krishi Bhawan, New Delhi

    REQUESTF

    ORPR

    OPOS

    AL

  • 8/12/2019 Revised RFP for EAs

    2/45

    Page

    1

    Table of ContentsKey Events and Dates ......................................................................................................................................... 2

    1.0 Background ............................................................................................................................................ 3

    2.0 Objectives of the Study .......................................................................................................................... 3

    3.0 Coverage & Zonal Distribution ............................................................................................................... 4

    4.0 Research Design ..................................................................................................................................... 5

    5.0 Research Tools ....................................................................................................................................... 6

    6.0 The Evaluating Agency (EA) would perform following tasks (deliverables): ......................................... 7

    7.0 The Nodal Agency (NA) would perform following functions (deliverables): ......................................... 8

    8.0 Method for selecting the Evaluating Agency ........................................................................................ 9

    9.0 Time Line .............................................................................................................................................. 12

    10.0 Cost of the Study .................................................................................................................................. 12

    11.0 Monitoring the Progress of the Study.................................................................................................. 12

    13.0 Contract for Consultants Services ....................................................................................................... 14

    14.0 Submission of Bids ............................................................................................................................... 14

    ANNEXURE1: Sample size and deployment of Human Resources in the field ............................................. 16

    ANNEXURE2: Sample Districts ...................................................................................................................... 18

    ANNEXURE3: Listing Format for Nationwide Concurrent Evaluation study of the flagship programme of

    MGNREGA ........................................................................................................................................................ 21

    Format: TECH-1 ................................................................................................................................................ 23

    Format: TECH-2 ................................................................................................................................................ 24

    Format: TECH-3 ................................................................................................................................................ 25

    Format: TECH-4 ................................................................................................................................................ 26

    Format: TECH-5 ................................................................................................................................................ 27

    Format: TECH-6 ................................................................................................................................................ 29

    Format: TECH-7 ................................................................................................................................................ 30

    Format: TECH-8 ................................................................................................................................................ 31

    Format: TECH-9 ................................................................................................................................................ 32

    Format: TECH-10 .............................................................................................................................................. 33

    Format: FIN - 1 ................................................................................................................................................. 34

    DRAFT CONTRACT FOR CONSULTANTS........................................................................................................... 35

  • 8/12/2019 Revised RFP for EAs

    3/45

    Page

    2

    Key Events and Dates

    1 Tender Inviting Authority Department of Rural Development, Ministry of Rural

    Development, Government of India, New Delhi

    2 Job Requirement Selection of Evaluating Agency (EA) to conduct

    Nationwide Concurrent Evaluation of the FlagshipProgramme of MGNREGA

    3 Date of Publication of the RFP 30-12-2013

    4 Cost of the document Can be downloaded free of cost from Ministry of Rural

    Development (MORD) website www.rural.nic.in

    5 Last Date for receiving queries

    through mail

    04-01-2014 till 5.00 PM at [email protected]

    6 Date of Pre-bid Meeting 04-01-2014 at 11.00 AM/PM in Unnati Conference Hall,

    Krishi Bhawan, New Delhi

    7 Final Clarification In the web sitewww.rural.nic.inon 07-01-2014

    7 Last date of submission of Bids 20-01-2014 till 5.00 PMin Room No.379, Krishi

    Bhawan, New Delhi8 Earnest Money Deposit amount

    payable

    Rs. 50,000/- per zone (maximum two zones will be

    allotted to an agency)

    9 Opening of Financial Bids Will be intimated to selected agencies

    10 Other relevant Information Entire country has been divided into 9 zones.

    Evaluating Agency may submit bid(s) for a maximum of 5

    zones.

    The selected EAs will be allotted a maximum of 2 zones.

    http://www.rural.nic.in/http://www.rural.nic.in/http://www.rural.nic.in/http://www.rural.nic.in/
  • 8/12/2019 Revised RFP for EAs

    4/45

    Page

    3

    Ministry of Rural Development

    Department of Rural Development

    TERMS OF REFERENCE

    Nationwide Concurrent Evaluation study of the flagship programme of

    MGNREGA- Selection of Evaluating Agency (EA)

    1.0 Background

    The Mahatma Gandhi National Rural Employment Guarantee Act (MGNREGA) was notified in

    September 2005 and implemented on February 2, 2006 covering 200 districts in its first phase and was

    extended to 130 additional districts in 2007-2008. All the remaining rural areas have been notified with

    effect from April 1, 2008. With its legal framework and rights-based approach, MGNREGA provides

    employment to those who demand it and is a paradigm shift from earlier programmes. During the

    XIth Plan period the Union Govt. released Rs. 1,41,015 crore and total expenditure was Rs. 1,57,693

    crore (this includes State contributions). The details on MGNREGA are available in the web site:

    http://nrega.nic.in/netnrega/home.aspx. Despite huge expenditure and far reaching

    consequences of such an intervention in rural sector (specifically rural as well as urban labour

    market), and a number of impact research studies to justify the existence of such an important

    programme, there is complete absence of evaluation study that covers comprehensively the important

    aspects of the Act and its implementation. Thus it is proposed to organize a nationwide concurrent

    evaluation study of MGNREGA.

    2.0 Objectives of the Study

    Ultimate objective of the study is to assess how far the goals of livelihood security of the poor including the

    marginalized sections of the society like SCs, STs, Minorities etc. have been achieved.

    Specific objectives of the study are as under:

    To examine the efficacy of process of registration of households, issuing of job cards, payment ofwages through banks/post offices, Grievance redressal mechanism and Social Audit by Gram Sabha.

    To assess the physical and financial performance of the states under MGNREGA over a period of lastthree fiscal years i.e. 2010-11, 2011-12, 2012-13 and to understand the reasons of best and poor

    performance of states.

    To assess the social and economic impact of MGNREGA on village community in general and onmarginalized sections of the society (SC, ST, Minorities etc.) in particular.

    To examine whether:o 50% of the total works have been executed by Gram Panchayato 60:40 wage and material ratio has been maintainedo 1/3rdof the total beneficiaries are womeno equal wages have been provided to both men and womeno wages are paid according to Minimum Wages Act 1948o disbursement of wages is done on weekly basis and not beyond a fortnight in any case.

    http://nrega.nic.in/netnrega/home.aspx.http://nrega.nic.in/netnrega/home.aspx.
  • 8/12/2019 Revised RFP for EAs

    5/45

    Page

    4

    o disbursement of wages is done through banks, post offices etc.o work site facilities such as crche, drinking water and shade have been provided

    To gauge the perception of the people about MGNREGA in relation to the availability of employmentduring lean season, wage rates & disbursement of wages, migration of people from village and

    worksite facilities. To study the various types of assets created under MGNREGA and peoples perception about the

    usefulness and quality of these assets.

    To know the change in agricultural productivity due to creation of water conservation, waterharvesting, irrigation related assets in rural areas.

    To study the individual beneficiary scheme under MGNREGA and assess its socio-economic impact onthe beneficiary household.

    To assess the demand as well as supply side of MGNREGA and estimate employment potential of thescheme.

    3.0 Coverage & Zonal Distribution

    The reference period for the current study would be 2010-11, 2011-12 and 2012-13 (three years).

    Broadly the study would cover 28 major states of the country and 101 sample districts in these sample

    states. The proposed concurrent evaluation would be done through a network of Evaluating Agencies

    (EAs).

    3.1 Zonal Distribution

    For the sake of administrative convenience and timely completion of fieldwork, entire country has been

    divided into 9 zones as given below.

    Zones No. of States States

    1 3 Punjab, Himachal Pradesh, Jammu & Kashmir

    2 2 Rajasthan, Haryana

    3 2 Uttar Pradesh, Uttarakhand

    4 2 Chhattisgarh, Madhya Pradesh

    5 4 Tripura, Sikkim, West Bengal, Bihar

    6 6 Assam, Arunachal Pradesh, Manipur, Meghalaya, Nagaland, Mizoram

    7 3 Andhra Pradesh, Jharkhand, Orissa

    8 3 Goa, Gujarat, Maharashtra

    9 3 Karnataka, Kerala, Tamil Nadu

    Each applicant bidders is to submit separate Financial Bids for eachZone for which they are interested

    and are willing to take up the job. To undertake fieldwork as EA in above mentioned zones, agencies maysubmit bid(s) for a maximum of 5 zones, but, each agency will be allotted a maximum of 2 zones

    (depending upon the CQCCBS) from among the zones they have applied for. Agency needs to give the

    details of the number of zones it has submitted bids in Tech-2; 2.1 format. Agency may mention for the

    number of zones applied for allotment in Tech-2; 2.2 format.

  • 8/12/2019 Revised RFP for EAs

    6/45

    Page

    5

    4.0 Research Design

    4.1 Sample Size

    It has been decided that a total of 405 households will be covered from each district. In every district, 3

    blocks will be chosen and from each block 9 GPs and from each GP 15 households will be selected. At all

    India level, a total of 101 districts, 303 blocks, 2727 GPs and 40905 households will be covered under thisstudy. List of state wise number of districts, blocks and GPs to be covered have been given in Annexure-1.

    4.2 Sampling Design

    A multi stage stratified sampling design has been used to select districts, blocks, Gram Panchayats (GPs)

    and Households. List of selected districts for each of the state have been given in Annexure-2. Nodal Agency

    (NA) will provide the list of sampled blocks and GPs for each of the sampled districts to the selected

    Evaluating Agencies (EAs).

    4.3 Selection of Households and Respondents

    From among the villages of selected GP, NA will identify a village and a list of 125 households of that village

    will be provided. Out of the provided list of 125 households (list of 25 extra households will be given to

    avoid problem of refusal, lock households etc.) EA will have to do a quick listing of 100 households. This list

    will be derived from the household level data of Socio-Economic and caste Census (SECC). It is expected

    that 4 man-days will be required to complete listing of 100 households in a day (25 households per

    investigator per day). During listing, EA needs to collect the information in the listing format (as given in

    Annexure-3) from any adult member of the residential household.

    Based on the listing data, EA will first distribute households of every Village/PSU on the basis of the

    following:

    1. Households that have received an average of >75 days of work in 2012-13 and 2013-142. Households that have received an average of 25 - 50 days of work in 2012-13 and 2013-143. Households that have received an average of

  • 8/12/2019 Revised RFP for EAs

    7/45

    Page

    6

    It may be difficult to maintain this quota at the PSU or village level in some states or districts, in such

    circumstances agency will try to maintain quota in the following order.

    If EA unable to maintain quota at the PSU/village level, agency will try maintain quota at the block level. If EA unable to maintain quota at the block level, agency will try to maintain quota at the district level.

    If EA unable to maintain quota at the district level, agency will try to maintain quota at the state level.

    If agency fails to maintain quota even at the state level, agency may substitute households from any one or

    two of the 3 categories i.e. SC, ST & Minorities, depending upon the prevalence of that category in the

    region.

    Given that the nature of impact covers a wide spectrum of issues that are both economic and social, we

    intend to interview one adult male member and one adult female member (preferably married couple or

    female in case of female headed household) from each selected household, irrespective of whether both,

    one or neither are beneficiaries of MGNREGA.

    5.0 Research Tools

    Nodal Agency will design, translate in Hindi, pre-test and finalize various research tools in consultation

    with MORD. Soft and Hard Copies of bilingual research tools (English + Hindi) will be provided to selected

    EAs during TOT in Delhi. Table below provides details about types of research tools to be designed, target

    respondents for each of the research tools to be interviewed, time require for interview, coverage and the

    persons who will conduct these interviews.

    Type of Research Tools Target Respondent Approximate Time

    require for

    interview

    Coverage Interviewer

    Listing Format Adult HH members 4 Investigators willcomplete listing of

    100 HHs in 5-6

    hours in a day

    100 HHsper

    GP/PSU

    Investigators

    Household Questionnaire Adult HH members 3040 minutes 15 per

    GP/PSU

    Investigators

    Individual MGNREGA

    Beneficiary Questionnaire

    Adult HH members 2030 minutes 2 per

    GP/PSU

    Investigators

    Mini Group Discussion

    Guide

    Community

    Members (5-8)

    4560 minutes 1 per

    GP/PSU

    Supervisor

    GP Questionnaire Sarpanch /

    Panchayat Member

    1520 minutes 1 per

    GP/PSU

    Supervisor

    Questionnaire for Gram

    Rozgar Sahayak (GRS)

    Gram Rozgar

    Sahayak (GRS)

    1520 minutes 1 per

    GP/PSU

    Investigator

    Semi Structured

    Questionnaire for Block

    Programme Officer (BPO)

    Block Programme

    Officer (BPO)

    2030 minutes 1 per

    Block

    District

    Coordinator

    Semi Structured

    Questionnaire for District

    Programme Coordinator

    (DPC)

    District Programme

    Coordinator (DPC)

    2030 minutes 1 per

    District

    District

    Coordinator

  • 8/12/2019 Revised RFP for EAs

    8/45

    Page

    7

    Type of Research Tools Target Respondent Approximate Time

    require for

    interview

    Coverage Interviewer

    Semi Structured

    Questionnaire for State

    Rural Employment

    Guarantee Commissioner /Nodal Officer for MGNREGA

    State Rural

    Employment

    Guarantee

    Commissioner /Nodal Officer for

    MGNREGA

    3045 minutes 1 per State State

    Coordinator

    6.0 The Evaluating Agency (EA) would perform following tasks (deliverables):

    Send 2 master trainers per zone for training, who will impart training to their respective research andfield staff. The Training of Trainers (TOT) would be conducted by NA in Delhi/Gurgaon. EAs will have to

    bear the cost of transport/boarding/lodging for their participants.

    Provide fieldwork status report on regular basis to NA so that Nodal Agency can cross check/backcheck the fieldwork done by EA.

    Send 2 persons per agency/organization who are responsible for data entry, data analysis and MISsoftware training. The training would be conducted by NA in Delhi/Gurgaon and EAs will have to bear

    the cost of transport/boarding/lodging for their participants. NA will develop data entry software in

    CSPro and it would be shared with EAs during this training programme.

    EA will receive soft and hard copies of bilingual questionnaires (English + Hindi) from NA. EAs will beresponsible for the translation of these questionnaires in regional languages of their respective

    states/zones. EAs will have to make sure that translation of the questionnaires is done correctly.

    Questionnaires printing and data entry of the filled questionnaires in the provided data entry softwarewill be the responsibility of EAs.

    EA will depute 2 responsible persons per zone to attend regional workshops (1 workshop will cover 3zones) which will be held at a convenient locations in the country, in consultation with the Ministry,

    for the EAs (at least two participants from each zone) & the Ministry officials (5 participants) after

    completion of fieldwork. The purpose of these workshops is to get an overall idea of MGNREGA in

    different states/regions of the country. EAs will have to bear the cost of transport/boarding/lodging

    for their participants.

    NA will do 5% back check/cross check of the sample size achieved by EAs in each state. NA will developa format in consultation with ministry for back check/cross check and the same would be shared with

    selected agencies during TOT. NA will also explain in detail about entire procedure of back check/cross

    check during TOT. The EA is expected to cooperate with NA and provide information as and when it is

    requested by NA for back check/cross check of completed PSUs/GPs.

    EAs would deploy required number of teams or manpower to carry out fieldwork in the allottedstates/zones as per the details given for each of the state in Annexure - 1.

    It is expected that a team of one supervisor and 4 investigators will be able to complete listing as wellas main survey (household survey) of a PSU in two days time. Hence, agency needs to consider 2

    supervisor days and 8 investigator days per PSU/village while doing costing for fieldwork.

    EA will organize training of investigators & supervisors for a minimum of two days. Evaluating Agency will receive SPSS syntax according to the analysis plan from NA and EA would need

    to generate tables for the state report. It is therefore mandatory for EAs to have SPSS package

    (Version 17 and above) and required human resource within the organization. EA will also write

    draft state reports as per the approved chapterisation plan of NA. In consultation with Ministry, NA

  • 8/12/2019 Revised RFP for EAs

    9/45

    Page

    8

    will provide their suggestions/comments on the submitted draft state reports by EAs within stipulated

    time frame (15 days).

    EAs will make a presentation of modified report before the senior officers of MoRD for final approvalof report.

    Submit 20 hard copies of the final State Report and 5 Compact Disks7.0 The Nodal Agency (NA) would perform following functions (deliverables):

    Impart training to at least two master trainersfrom each Evaluating Agency, who in turn, trains theresearch and field staff of respective Evaluating Agencies. The training manual and other reference

    materials are to be made available to each master trainers in required quantity. The training

    would be conducted in a location decided by the NA and all the expenses towards this would be

    borne by the NA. However, the NA may not provide any transport/boarding/lodging facility to the

    participants;

    Cross/back check of the work done by EA, either by itself or by a set of independent agencies in orderto ensure data quality. The cross/back check would cover maximum of 5 percent of the primary

    sample;

    Draw the samples till GP and Work level as per sampling plan/method with substitutes andmake them available to the EAs;

    The Nodal Agency will be required to develop a Data Entry and Analysis Software and a web-basedMIS for the project and make it available to all users including the Ministry, Nodal Agency and the

    EAs.

    Organize at least three workshops and/or meetings in convenient location in the country, inconsultation with the Ministry, for the EAs (at least two participants for each EA) & the Ministry

    officials (5 participants) at their own expenses;

    Finalize the Chapterisation-plan and make them available to the EAs; Create and manage an idea exchange discussion group on the internet and invite Evaluating

    Agencies to become members of the group and participate actively in the group. Load all

    materials/instructions and any other material as directed by the Ministry;

    Coordinate and guide the Evaluating Agencies to prepare individual State Report and givesuggestions to the EAs on the draft reports of each states;

    Submit a preliminary All India report based on a numbers of State Reports, even without all thesample states covered.

    Prepare All India (Country) reports (state specific report will be prepared by individualEvaluating Agencies) on the basis of individual State reports;

    NA will make a presentation of All India/National Report before the senior officers of MORD. The authorship of the All-India report would rest with the NA, but, names of all the EAs would be

    printed in the cover of the All-India report.

    Submit 50 hard copies of the final National Report and 5 Compact Disks.

  • 8/12/2019 Revised RFP for EAs

    10/45

    Page

    9

    8.0 Method for selecting the Evaluating Agency

    1. The Evaluating Agency would be selected through the process of inviting Technical Bids (TBs) andFinancial Bids (FBs). For selecting the Evaluating Agency, proven track record, profile of the

    organization/agency, past experience of large scale surveys, proposed human resources and other

    factors will be the main criteria.

    2. The Bids must be accompanied by Earnest Money Deposit (EMD) of Rs. 50,000 (Rupees fiftythousand) in the form of Demand Draft drawn on any Nationalized Bank and drawn in favour of DDO,

    Ministry of Rural Development, Krishi Bhawan, New Delhi. If agency submits bid for the allotment of 1

    or 2 zones, separate EMDs of Rs. 50,000/- for each zone needs to be submitted along with the

    technical proposal. In case where a bidder fails to accept zone(s) awarded to him, the earnest money

    shall be forfeited. The EMD will be refunded after finalization of the contract, without interest.

    3. The technical and financial bids shall be opened and would thereafter be evaluated by acommittee constituted for the purpose by adopting Combined Quality cum Cost Based System

    (CQCCBS). The tender process would give 70% weightage to Technical Bids (TBs) and 30%weightage to Financial Bids (FBs). The technical bids would be evaluated on the basis of: (a)

    Organisation/Agency Profile & Experience - 35 marks, and (b) human resource- 35 marks. The

    above mentioned Committee would decide the maximum number to be scored by a bidder in the

    TB for each Zone and FBs bids would be opened for only such bidders. The FBs for a zone would be

    opened only when at least 3 (three) qualified bidders in TBs are available.

    4. The FB would be opened for each Zone and thereafter be added to the scores of TB for arrive atCQCCBS. However, most importantly, the sequence of Zones for opening FBs would be determined

    through random draws. Once an applicant bidder selected for the number of Zones (one or two) they

    have applied for, the remaining FBs submitted by it would not be considered.

    Criteria for awarding of marks have been described in detail below.

  • 8/12/2019 Revised RFP for EAs

    11/45

    Page

    10

    8.1 Criteria for awarding of marks

    Sl.

    No.

    Criteria Marks

    Obtainable

    Criteria for Awarding Marks Supporting Documents to

    be submitted

    A. ORGANISATION / AGENCY PROFILE & EXPERIENCE

    1 Financial

    Turnover

    10 1 mark for every 1 crore average

    annual turnover of the

    agency/organization from surveyrelated activities in the last 3 years.

    Year Wise details of

    Turnover along with

    undertaking from head ofthe organization in Tech-3

    Format and copies of

    Audited statements of last 3

    financial years.

    Copy of Registration

    certificate of the

    organization.

    2 Experience of

    Conducting Large

    Scale Surveys

    10 10 marks for > 5 surveys of size atleast 3000 households

    7 marks for 3 to 5 Surveys of sizeat least 3000 households

    3 marks for 1 to 2 Surveys of sizeat least 3000 households

    Description of the projects

    in Tech-4 Format with

    copies of award letters or

    contract agreement(Maximum of 6 Surveys)

    3 Experience in the

    Region

    5 5 marks for More than 2survey/project in the region/zone

    2 marks for One survey/project inthe region/zone

    Description of the project in

    Tech-5 Format (Maximum of

    3 Projects Descriptions) and

    Copy of Award letters

    4 Experience with

    MORD since April

    2003

    5 5 marks for > 5 CompletedStudies

    3 marks for 3 to 5 CompletedStudies

    2 marks for 1 to 2 CompletedStudies

    Description of the projects

    in Tech-6 Format with any

    supporting document which

    can confirm that the study

    has been completed with

    MORD / MOPR of states &

    GoI (Maximum of 6 studies)

    5 Timely

    completion of

    the projects

    5 5 marks for completion of projectwithin stipulated time frame

    2 marks for completion of projectwithin 3 months from the

    stipulated time frame

    1 mark for completion of projectwithin 6 months from the

    stipulated time frame

    Description of the project in

    Tech-7 Format (Maximum

    of 5 projects).

    Attach a copy of the

    completion certificate OR

    proof of release of last

    installment OR any other

    proof confirming that the

    study has been completed

    successfully within given

    time frame.

    The indicated criteria forawarding marks would

    apply for all the projects

    under that category. The

    final score would be derived

    after averaging the total

    marks obtained

    Total (A) 35

  • 8/12/2019 Revised RFP for EAs

    12/45

    Page

    11

    Sl.

    No.

    Criteria Marks

    Obtainable

    Criteria for Awarding Marks Supporting Documents to

    be submitted

    B. HUMAN RESOURCE

    6 Team Leader 15 15 marks for Ph.D. with at least10 years of relevant experience

    OR Post Graduate with at least 15

    years of relevant experience10 marks for Ph.D. with at least 8

    years of relevant experience OR

    Post Graduate with at least 12

    years of relevant experience

    5 marks for Ph.D. with at least 5years of relevant experience OR

    Post Graduate with at least 8

    years of relevant experience

    CV of Proposed Team

    Leader in Tech-8 Format

    (Attach one CV irrespective

    of the number of zonesagency applied for)

    7 Zonal cum State

    Coordinator

    12 12 marks for Post Graduate withat least 10 years of relevant

    experience

    10 marks for Post Graduate withat least 8 years of relevantexperience

    7 marks for Post Graduate with atleast 6 years of relevant

    experience

    5 marks for Post Graduate with atleast 4 years of relevant

    experience

    CV of Proposed Zonal cum

    State Coordinator in Tech-8

    Format

    (If agency is applying for theallotment of 2 zones, 2 CVs

    of Zonal cum state

    coordinators needs to be

    submitted)

    8 Number of Full-

    time Professional

    / Technical

    Human Resource

    8 0.2 per one human resource Please submit details in

    format Tech-9.

    Total (B) 35

    Total (A+B) 70

    About Research Studies running in 2-3 rounds: If the Research study is having more than one round and

    the agency has already completed one round, agency can mention that study as completed study along

    with a supporting document/certificate from client confirming the number of rounds and round

    successfully completed by the agency.

    Except the supporting documents mentioned above, no other document/additional information needs to

    be submitted. To show agencys experience, no hard copy of the study/project report needs to be

    enclosed. Agencies are advised to strictly adhere to the given formats.

    In order to ensure quality evaluation results, permanency of the key professionals are to be ensured.

    Field staffs must be trained scientifically and sufficiently with the help of training manual specially

    designed for this study. Data/information would be utilized for analysis only after proper validation

    and cleaning with the help of suitable IT tools. Expanded notes of qualitative discussions, translated

    in to English shall be prepared.

  • 8/12/2019 Revised RFP for EAs

    13/45

    Page

    12

    9.0 Time Line

    Four month after receiving of 1stinstallment

    The total exercise will have to be completed within a period of Four Months from the date of release of

    1st installment of the fee that includes training, fieldwork, data entry & analysis and preparation of state

    reports. This total period of four months, however, does not include the time taken to provide commentsby the Ministry/NA.

    10.0 Cost of the Study

    Cost would depend on the financial bids submitted by the qualified applicants. The technical and

    financial bids shall be evaluated by a committee constituted for the purpose. The study in a particular

    zone will be awarded on the basis of Combined Quality cum Cost Based System (CQCCBS).

    11.0 Monitoring the Progress of the Study

    Regular monitoring will be done by Economic Adviser, Ministry of Rural Development at theend of every month, with the representative(s) of the Nodal Agency including the progress of work

    and action plan for remaining work. Evaluating Agency would submit a progress report on every 2 ndand

    4th

    Tuesday of the month to Nodal Agency. The Nodal Agency would compile and submit Progress Report

    by 2nd and 4th Friday of the month to MORD. The Fortnightly Progress Report Format would be made

    available by NA.

    The Technical Advisory & Bid Evaluation Committee (TA&BEC) headed by the Chief Economic Adviser,

    Ministry of Rural Development would monitor the progress of the assignment and may make judgment

    regarding the quality of services and for any such deficiency, the reasons for which shall be recorded in

    writing.

    11.1 Services to be provided by the client (Ministry of Rural Development)

    The Ministry of Rural Development would advise the State Governments for rendering necessary

    assistance for undertaking the study and provide data that are available with regard to the MGNREGA

    and available in the Ministry.

    1. No requirement of manpower and transportation will be met by the Ministry of RuralDevelopment

    2. Performance security is to be made available for an amount of 5% of the value of theproject/contract. The Performance Security may be furnished in the form of an account payee

    demand draft/fixed deposit receipt from a commercial bank/ bank guarantee from a commercial

    bank in an acceptable form safeguarding the Government in all respect. The Performance

    Security would remain valid for a period of 60 days beyond the data of completion of all contractual

    obligations.

    3. Consortium: No consortium is permissible for the submission of bid. If any agency submits bid inconsortium with other agency, the technical bid of that agency will not be considered for technical

    evaluation and their financial bid will be returned unopened.

  • 8/12/2019 Revised RFP for EAs

    14/45

    Page

    13

    4. Care may be taken to demonstrate that each area of expertise required for the study is covered.Submit letters in original from the top three key professional (team leader plus two), (i) one

    before the start of the project indicating their willingness to work for this project from start to end

    with duties/responsibilities and (ii) 2nd

    letter after the completion of the project indicating that they

    have worked in the project continuously from start to end.

    5. Submit letters in original from the team/project leader, (i) one before the start of the projectindicating their willingness to work for this project from start to end with duties/responsibilities and

    (ii) 2nd

    letter after the completion of the project indicating that they have worked in the

    project continuously from start to end. Change in Team/Project Leader is not allowed. However,

    only in exceptional case, the Team/Project Leader can be changed with prior intimation to the

    Ministry.

    6. Payments to the evaluator will be made in four installments as follows:(a) Ist installment of 20%of

    the total amount On submission of the acceptance letter,contract agreement, pre-receipt,and performance security to the satisfaction of theMinistry.

    (b) IInd installment of 30% ofthe total amount On completion of field survey andcomputerization of all types of data and a

    certificate is to be given towards this by the Nodal

    Agency to the Ministry(c) IIIrd installment of 25% of

    total amountApproval of 1

    sdraft of the State Report by the

    NA/Ministry through presentation in MoRD(d) IVth & final installment of

    25% of the total amount or

    the balance amountOn acceptance of the Final State Evaluation Reports

    and Recommendations to the satisfaction of the

    Ministry7. The data generated from the study would be the sole property of the Ministry of Rural

    Development. However, the evaluator may be allowed to use the data specifically for

    research/analysis with the prior permission of the Ministry.

    8. Neither any capital cost would be incurred under the fee money for the Evaluation nor would any

    liability be created for the Ministry, Government of India, beyond the original fee sanctioned for the

    job.

    9. The Evaluating Agency would enter in to an agreement with the Government and write an

    agreement and submit Pre-receipt of the amount due for installment (s).

    10. The Ministry reserves the right to terminate the Evaluating Agencyscontract at any point of time

    if the Evaluating Agency fails to deliver all the deliverables as mentioned in paraof the TOR and

    violates the contract. In such eventuality, the agency shall have to refund the amount released

    by the government together with a penal interest of 12% per annum.

  • 8/12/2019 Revised RFP for EAs

    15/45

    Page

    14

    13.0 Contract for Consultants Services

    An agreement is to be signed by the Ministry and the Evaluating Agency (as consultant) in Non-judicial

    Stamp Paper of Rs.100/- (format in Tech-8).

    14.0 Submission of Bids

    EA should submit Technical and Financial Bids in the following manner.

    Technical and Financial bids will be separate for each zone agency applied for. If agency applies for 5zones, 5 separate packets of each zone will be submitted and each packet (Outer envelope) will contain

    Technical and Financial bids in two separate inner envelops of that zone.

    If agency is applying for one zone, one EMD of Rs.50,000/- will be submitted with the technicalproposal and inner envelope containing Technical Proposal will be clearly marked as Technical Proposal

    with EMD along with the details of the zone and states.

    If agency is submitting bids for 2 or more zones, only 2 EMDs of Rs.50,000/- each will be enclosed withthe technical proposals. These two EMDs will be submitted with any two zones bid and the envelopeshould be clearly marked as Technical Proposal with EMDalong with the details of zone and states.

    Packets of Other Technical Proposals will be marked as Technical Proposal without EMDalong with thedetails of zone and states.

    Financial Proposal will be submitted in the Format Fin-1 and it should be sealed in a separate envelopeclearly marked as Financial Proposalalong with the details of the zone and states.

    Outer envelope (packet) will be labelled as:Bid for Nationwide Concurrent Evaluation of Flagship Programme of MGNREGA

    Zone ________________________________

    States _______________________________

    Dr. N.K. Sahu,

    Economic Adviser

    Ministry of Rural Development

    Government of India,

    Krishi Bhawan, Room No.379, New Delhi-110001

    Agency Name & Address - _______________________________

  • 8/12/2019 Revised RFP for EAs

    16/45

    Page

    15

    ANNEXURE

  • 8/12/2019 Revised RFP for EAs

    17/45

    Page

    16

    ANNEXURE1: Sample size and deployment of Human Resources in the field

    Zone States Sampledistricts SampleBlocks SamplePSUs Samplehouseholds Sample forIndividual HHs No. ofTeams No. ofSupervisors No. ofInvestigators

    Zonal cum

    State

    Coordinator

    Field

    Manager

    1

    Punjab 3 9 81 1215 162 4 4 161 1

    Himachal Pradesh 2 6 54 810 108 3 3 12Jammu & Kashmir

    3 9 81 1215 162 4 4 16Uttarakhand 2 6 54 810 108 3 3 12

    Total Zone-1 10 30 270 4050 540 14 14 56 1 1

    2Rajasthan 5 15 135 2025 270 6 6 24

    1 1Haryana 3 9 81 1215 162 4 4 16

    Total Zone-2 8 24 216 3240 432 10 10 40 1 1

    3 Uttar Pradesh 11 33 297 4455 594 14 14 56 1 1Total Zone-3 11 33 297 4455 594 14 14 56 1 1

    4Chhattisgarh 3 9 81 1215 162 4 4 16

    1 1Madhya Pradesh 8 24 216 3240 432 10 10 40

    Total Zone-4 11 33 297 4455 594 14 14 56 1 1

    5

    Tripura 2 6 54 810 108 3 3 121 1

    Sikkim 2 6 54 810 108 3 3 12West Bengal 3 9 81 1215 162 4 4 16Bihar 6 18 162 2430 324 8 8 32

    Total Zone-5 13 39 351 5265 702 18 18 72 1 1

    6

    Assam 4 12 108 1620 216 5 5 20

    1 1

    Arunachal Pradesh 2 6 54 810 108 3 3 12Manipur 2 6 54 810 108 3 3 12Meghalaya 2 6 54 810 108 3 3 12Mizoram 2 6 54 810 108 3 3 12Nagaland 2 6 54 810 108 3 3 12

    Total Zone-6 14 42 378 5670 756 20 20 80 1 1

  • 8/12/2019 Revised RFP for EAs

    18/45

    Page

    17

    7

    Andhra Pradesh 3 9 81 1215 162 4 4 161 1Jharkhand 4 12 108 1620 216 5 5 20

    Orissa 5 15 135 2025 270 6 6 24Total Zone-7 12 36 324 4860 648 15 15 60 1 1

    8

    Goa 2 6 54 810 108 3 3 121 1Gujarat 4 12 108 1620 216 5 5 20

    Maharashtra 5 15 135 2025 270 6 6 24Total Zone-8 11 33 297 4455 594 14 14 56 1 1

    9

    Karnataka 4 12 108 1620 216 5 5 201 1Kerala 2 6 54 810 108 3 3 12

    Tamil Nadu 5 15 135 2025 270 6 6 24Total Zone-9 11 33 297 4455 594 14 14 56 1 1

    Total (All Zones) 101 303 2727 40905 5454 133 133 532 9 9

  • 8/12/2019 Revised RFP for EAs

    19/45

    Page

    18

    ANNEXURE2: Sample Districts

    Sl. No. Zones States Sample Districts

    1 1 Punjab Gurdaspur

    2 1 Punjab Firozpur3 1 Punjab Ludhiana

    4 1 Himachal Pradesh Kangra

    5 1 Himachal Pradesh Mandi

    6 1 Jammu & Kashmir Baramula

    7 1 Jammu & Kashmir Anantnag

    8 1 Jammu & Kashmir Kupwara

    9 2 Rajasthan Jaipur

    10 2 Rajasthan Alwar

    11 2 Rajasthan Nagaur

    12 2 Rajasthan Udaipur

    13 2 Rajasthan Jodhpur

    14 2 Haryana Bhiwani

    15 2 Haryana Hisar

    16 2 Haryana Karnal

    17 3 Uttar Pradesh Allahabad

    18 3 Uttar Pradesh Azamgarh

    19 3 Uttar Pradesh Jaunpur

    20 3 Uttar Pradesh Sitapur

    21 3 Uttar Pradesh Gorakhpur

    22 3 Uttar Pradesh Sultanpur

    23 3 Uttar Pradesh Kheri

    24 3 Uttar Pradesh Hardoi

    25 3 Uttar Pradesh Kushinagar

    26 3 Uttar Pradesh Ghazipur

    27 3 Uttar Pradesh Gonda

    28 3 Uttarakhand Hardwar

    29 3 Uttarakhand Udham Singh Nagar

    30 4 Chhattisgarh Raipur

    31 4 Chhattisgarh Surguja

    32 4 Chhattisgarh Durg

    33 4 Madhya Pradesh Rewa34 4 Madhya Pradesh Dhar

    35 4 Madhya Pradesh Satna

    36 4 Madhya Pradesh Sagar

    37 4 Madhya Pradesh Chhindwara

    38 4 Madhya Pradesh Khargone (West Nimar)

    39 4 Madhya Pradesh Morena

    40 4 Madhya Pradesh Balaghat

  • 8/12/2019 Revised RFP for EAs

    20/45

    Page

    19

    Sl. No. Zones States Sample Districts

    41 5 Tripura West Tripura

    42 5 Tripura South Tripura

    43 5 Sikkim East District

    44 5 Sikkim West District

    45 5 West Bengal South Twenty Four Parganas

    46 5 West Bengal Murshidabad

    47 5 West Bengal Paschim Medinipur

    48 5 Bihar Purba Champaran

    49 5 Bihar Muzaffarpur

    50 5 Bihar Madhubani

    51 5 Bihar Samastipur

    52 5 Bihar Gaya

    53 5 Bihar Saran

    54 6 Assam Nagaon

    55 6 Assam Sonitpur56 6 Assam Dhubri

    57 6 Assam Barpeta

    58 6 Arunachal Pradesh Changlang

    59 6 Arunachal Pradesh Lohit

    60 6 Manipur Imphal East

    61 6 Manipur Thoubal

    62 6 Meghalaya West Garo Hills

    63 6 Meghalaya East Khasi Hills

    64 6 Mizoram Lawngtlai

    65 6 Mizoram Lunglei

    66 6 Nagaland Mon

    67 6 Nagaland Dimapur

    68 7 Andhra Pradesh East Godavari

    69 7 Andhra Pradesh Mahbubnagar

    70 7 Andhra Pradesh Guntur

    71 7 Jharkhand Giridih

    72 7 Jharkhand Palamu

    73 7 Jharkhand Ranchi

    74 7 Jharkhand Hazaribagh

    75 7 Orissa Ganjam

    76 7 Orissa Mayurbhanj77 7 Orissa Baleshwar

    78 7 Orissa Cuttack

    79 7 Orissa Jajapur

    80 8 Goa North Goa

    81 8 Goa South Goa

    82 8 Gujarat Banas Kantha

  • 8/12/2019 Revised RFP for EAs

    21/45

    Page

    20

    Sl. No. Zones States Sample Districts

    83 8 Gujarat Vadodara

    84 8 Gujarat Sabar Kantha

    85 8 Gujarat Panch Mahals

    86 8 Maharashtra Pune

    87 8 Maharashtra Ahmadnagar

    88 8 Maharashtra Nashik

    89 8 Maharashtra Solapur

    90 8 Maharashtra Jalgaon

    91 9 Karnataka Belgaum

    92 9 Karnataka Tumkur

    93 9 Karnataka Mysore

    94 9 Karnataka Gulbarga

    95 9 Kerala Malappuram

    96 9 Kerala Palakkad

    97 9 Tamil Nadu Viluppuram98 9 Tamil Nadu Vellore

    99 9 Tamil Nadu Tiruvannamalai

    100 9 Tamil Nadu Cuddalore

    101 9 Tamil Nadu Salem

  • 8/12/2019 Revised RFP for EAs

    22/45

    Page

    21

    ANNEXURE3: Listing Format for Nationwide Concurrent Evaluation study of the flagship programme of MGNREGAVillage/PSU Name _______________ Block Name ____________________ District Name ____________________

    State Name __________________ Lister Names ______________________________, _________________________________ Date

    HH

    Sr.

    No.

    Name of Job Card

    Holder (JCH)/ Chief

    Wage Earner (CWE)

    of HH

    Age Sex

    M-1

    F-2

    TG-3

    Caste

    SC-1

    ST-2

    OBC-3

    Oth-4

    Religion

    Hindu-1

    Muslim-2

    Sikh-3

    Christian-4

    Other-5

    Occupati

    on of

    JCH/CWE

    (Use

    Code)

    Type

    of HH

    APL-1

    BPL-2

    Whether HH

    sought

    employment

    in the last 2

    fiscal years

    Yes-1, No-2

    If yes, Number of

    HH member(s)

    got employment

    under MGNREGA

    in the last 2 fiscal

    years, if None

    record 00

    Avg. No. of

    days of

    employment

    received by

    members in a

    year, if None

    record00

    HH received

    compensato

    ry wages in

    place of

    employment

    Yes-1,

    No-2

    No. of HHs

    where demand

    for labour has

    not resulted in

    employment or

    compensation

    for over 6

    months

    During last 3 fiscal

    years, HH that have

    received an average of

    >75

    days

    of

    work

    25-50

    days

    of

    work

  • 8/12/2019 Revised RFP for EAs

    23/45

    Page

    22

    FORMATS

  • 8/12/2019 Revised RFP for EAs

    24/45

    Page

    23

    1 Name of organization2 Name and Designation of Contact Person3 Postal Address of the Organization (with PIN

    CODE)4 Physical Address, if different from postal

    address (With PIN CODE)5 Telephone with STD Code6 FAX No. with STD Code7 Mobile No. of Contact Person8 E-mail Address of Contact Person9 Name and Designation of . Head of the

    Organization responsible for the Study10 Establishment Detailsa. Year Establishedb. Type of Organization (Tick One) Educational & Research

    Institution/ Consulting

    Organization/ Any Other (give

    details)c If educational institution, a supporting

    certificate/document is to be attached Supporting document in pagenoof the TBc. Regd. No. ; Name and Place of Registering

    Authority (Attach attested photocopy ofRegistration Certificate)- pageno .. of the TB

    Format: TECH-1

    To

    Dr. N.K. Sahu,Economic Adviser

    Ministry of Rural Development

    Government of India,

    Krishi Bhawan, Room No.379, New

    Delhi-110001.

    TECHNICAL BID (TB)

    The Evaluating Agency (EA) for the

    Nationwide Concurrent Evaluation study of the flagship programme of MGNREGA

    A: ORGANISATIONAL PROFILE

  • 8/12/2019 Revised RFP for EAs

    25/45

    Page

    24

    Format: TECH-2

    2.1 Details of Zones of Submitted Bids

    Sl. No. Zone No. No. of States State Names

    1

    2

    3

    4

    5

    2.2 NUMBER OF ZONES APPLIED FOR ALLOTMENT

  • 8/12/2019 Revised RFP for EAs

    26/45

    Page

    25

    Format: TECH-3

    Financial Details of the Organization/Agency

    * Please give annual turnover of the agency/organization as per audited statements of last three years

    @Please provide how much of the total annual turnover is from quantitative survey/primary data

    collection related activities

    UNDERTAKING

    I, ____________________ (Designation, Organisation Name) is hereby giving an undertaking that

    the total revenues of our company as indicated in the column Annual Turnover of the agency from

    quantitative survey/primary data collection related activities in INR (Rs. In lakhs) for the three years2010-11, 2011-12 & 2012-13 which is being submitted as part of the technical bid for conducting

    Nationwide Concurrent Evaluation study of the flagship programme of MGNREGA , comes primarily

    from survey related activities.

    Date: Authorized Signatory

    Place: Name:

    Seal of Organisation Designation

    Sl.

    No.

    Annual Turnover of the

    Organization/Agency

    Annual turnover of the

    agency in INR (Rs In Lakhs)*

    Annual Turnover of the agency from

    quantitative survey/primary data

    collection related activities in INR

    (Rs. In lakhs)@

    1 2010-11

    2 2011-12

    3 2012-13

  • 8/12/2019 Revised RFP for EAs

    27/45

    Page

    26

    Format: TECH-4

    Experience in conducting Large Scale Surveys

    Sl. No. Title of Completed

    research studies/ projects

    Name & Address of

    Client

    Sample Size Covered (No.

    of questionnaires /Schedules administered)

    1

    2

    3

    4

    5

    6

  • 8/12/2019 Revised RFP for EAs

    28/45

    Page

    27

    Format: TECH-5

    Experience in the Region / Zone

    Sl.

    NoDescription Information/data to be filled-up by the

    applicant/bidder1.1 Name/ Title of Completed

    research studies/ projects1.2 Name & Address of Client1.3 Name of the organization

    from whom the client (as

    mentioned in row above 1.2)

    took the study/project (if

    applicable)1.4 Date of completion of the

    project (Month & Year) MM/YYYY1.5 Value (Rs. in lakh)1.6 Type of Study/ project

    (mention only the most

    appropriate category)1-Evaluation/Concurrent Evaluation

    2- Impact assessment/ evaluation

    3- Base/mid/end-line survey

    4- Market research/ customers satisfaction/ brand

    testing, etc.

    5- Others1.7 Brief description of

    study/project and

    outcomes/ deliverablesAttach a separate page (A4 single space) on the

    objectives, research method, sample and the

    outcomes/deliverables.1.8 Geographical area covered Name of States:1.9 Names of

    Institutions/Agencies

    directly engaged/

    coordinated with

    1. Name of the Institution/Agency:

    2. Name of the Institution/Agency:

    3. Name of the Institution/Agency:

    1.10 Proof of the award of thisstudy/ project (award letter/

    agreement/ sanction order,

    etc.)

    Page no. in the TB document to be mentioned

    2.1 Name/ Title of Completedresearch studies/ projects

    2.2 Name & Address of Client2.3 Name of the organization

    from whom the client (as

    mentioned in row above 2.1)

    took the study/project (if

    applicable)2.4 Date of completion of the

    project (Month & Year)MM/YYYY

    2.5 Value (Rs. in lakh)

  • 8/12/2019 Revised RFP for EAs

    29/45

    Page

    28

    2.6 Type of Study/ project(mention only the most

    appropriate category)1-Evaluation/Concurrent Evaluation

    2- Impact assessment/ evaluation

    3- Base/mid/end-line survey

    4- Market research/ customers satisfaction/ brand

    testing, etc.

    5- Others2.7 Brief description of

    study/project Attach a separate page (A4 single space) on theobjectives, research method, sample and theoutcomes/deliverables.

    2.8 Geographical area covered Name of States:2.9 Names of

    Institutions/Agencies directly

    engaged/coordinated with1. Name of the Institution/Agency:

    2. Name of the Institution/Agency:

    3. Name of the Institution/Agency:

    2.10 Proof of the award of thisstudy/ project (award letter/

    agreement/ sanction order,

    etc.)

    Page no. in the TB document to be mentioned

    3.1 Name/ Title of Completedresearch studies/ projects

    3.2 Name & Address of Client3.3 Name of the organization from

    whom the client (as mentioned

    in row above 1.2) took the

    study/project (if applicable)

    3.4 Date of completion of theproject (Month & Year) MM/YYYY

    3.5 Value (Rs. in lakh)3.6 Type of Study/ project

    (mention only the most

    appropriate category)1-Evaluation/Concurrent Evaluation

    2- Impact assessment/ evaluation

    3- Base/mid/end-line survey

    4- Market research/ customers satisfaction/ brand

    testing, etc.

    5- Others3.7 Brief description of Attach a separate page (A4 single space) on the

    study/project objectives, research method, sample and theoutcomes/deliverables.

    3.8 Geographical area covered Name of States:3.9 Names of

    Institutions/Agencies directly

    engaged/coordinated with1. Name of the Institution/Agency:

    2. Name of the Institution/Agency:

    3. Name of the Institution/Agency:

    3.10 Proof of the award of thisstudy/ project (award letter/

    agreement/ sanction order,

    etc.)

    Page no. in the TB document to be mentioned

  • 8/12/2019 Revised RFP for EAs

    30/45

    Page

    29

    Format: TECH-6

    Experience with Ministry of Rural Development (MORD) / Ministry of Panchayati Raj (MOPR) of States & GOI

    Sl. No. Title of Completed

    research studies/ projects*

    Name & Address of Client Year of completion of

    Project

    Sample Size covered Geographical Location

    1

    2

    3

    4

    5

    6

    * Attach any supporting document which can confirm that the study has been completed with MORD / MOPR of states & GoI

  • 8/12/2019 Revised RFP for EAs

    31/45

    Page

    30

    Format: TECH-7

    Timely Completion of the Research Studies (Completed between January 2011 to December 2013)

    Sl. No. Title of Completed

    research studies/ projects*

    Date of Award of

    Project / Study

    Duration of Completion

    of Study as per Contract

    agreement (in months)

    Date of

    completion of

    Project

    If submission delayed; Please specify the

    Reason of delay

    1

    2

    3

    4

    5

    *Attach a copy of the completion certificate OR proof of release of last installment OR any other proof confirming that the study has been completed successfully

    within given time frame.

  • 8/12/2019 Revised RFP for EAs

    32/45

    Page

    31

    Format: TECH-8

    Format to submit details of Key Professionals

    PROPOSED POSITION :

    NAME OF FIRM :

    NAME OF STAFF :

    DATE OF BIRTH :

    NATIONALITY :

    EDUCATION :

    MEMBERSHIP OF

    PROFESSIONAL

    ASSOCIATION

    :

    OTHER TRAINING :

    COUNTRIES OF WORK

    EXPERIENCE

    :

    LANGUAGES : Language Reading Writing Speaking

    EMPLOYMENT RECORD

    From To Employer Position Held

    WORK UNDERTAKEN THAT BEST ILLUSTRATES CAPABILITY TO HANDLE THE TASKS ASSIGNED (Health

    and Large Scale Survey Projects)

    PROJECT NAME :

    YEAR:

    LOCATION:

    CLIENT:

    PROJECT FEATURES:

    POSITION:

    ACTIVITES

    PERFORMED:

    Certification:

    I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me,

    my qualifications, and my experience. I understand that any willful misstatement described herein may

    lead to my disqualification or dismissal, if engaged.

    _________________________________________________________ Date: __/__/____

    [Signature of staff member or authorized representative of the staff] Day/Month/Year

  • 8/12/2019 Revised RFP for EAs

    33/45

    Page

    32

    Format: TECH-9

    NUMBER OF FULL TIME PROFESSIONAL / TECHNICAL HUMAN RESOURCE

    Human Resources of the organization in India as on the date of submission the Technical

    Bid: (Do not attach CVs)

    Sl.

    No. Official Station / Branch in India(Name of In-charge person & Address ofoffice with telephone and Fax no. with STD

    code)

    Numbers of Full-time

    Professional/Technical human

    resources*

    excluding (i) Surveyors/

    Investigators, (ii) Survey Supervisors,

    (iii) Data Entry Operators (iv) Office

    Management Staff1 2 3

    *Provide the number of those Full time professionals who are mainly involve in Quantitative Research

    and Analysis activities

  • 8/12/2019 Revised RFP for EAs

    34/45

    Page

    33

    Format: TECH-10

    CERTIFICATE

    It is certified that:

    1. The information given above is TRUE to the best of my knowledge. The organization shall stand

    liable for any information given above which is later found to be FALSE, including the forfeiture

    of any payment due to it.

    2. The professionals, staff, equipment and all requisite infrastructural facilities mentioned in this

    bid shall be made available for this study in due time.

    3. Our agency/organization/institution is interested to undertake the proposed evaluation.

    4. Our agency/organization/institution would show documentary proves to the Ministry in

    support of the claims made in the bid documents whenever it is asked to do so, with short

    notice and in our own expenses.

    5. Our agency/organization/institution is not black listed or/and reprimanded by any client

    6. I am competent to sign this Certificate.

    Date: Authorized Signatory

    Place: Name:

    Seal of the Organization: Designation:

  • 8/12/2019 Revised RFP for EAs

    35/45

    Page

    34

    Format: FIN - 1

    To Dr. N.K. Sahu,

    Economic Adviser,

    Ministry of Rural Development

    Government of India,

    Krishi Bhawan, Room No.379, New Delhi-110001.

    The Evaluating Agency (EA) for the

    Nationwide Concurrent Evaluation study of the flagship programme of MGNREGA

    Name of Bidder Agency/Organization with address: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

    FINANCIAL BID

    Zone No. States Total Cost of the Services: The total cost of the

    Services payable (inclusive of all taxes, service

    charges etc.)*In Figures (in INR) In words

    * Includes expenses for 20 hard copies of the final (a) state report and (b) 5 Compact Disks.

    Date:

    Authorized Signatory

    Place:

    Name:

    Seal of the Organization:

    Designation:

  • 8/12/2019 Revised RFP for EAs

    36/45

    Page

    35

    DRAFT CONTRACT FOR CONSULTANTS

    SERVICES

    between

    Ministry of Rural Development, Govt. of

    India

    And

    (Name of the

    Consultant)

    Subject: Services provided by the Evaluating

    Agency for the

    Nationwide Concurrent Evaluation study of the flagship programme of

    MGNREGA

    Dated:

  • 8/12/2019 Revised RFP for EAs

    37/45

    Page

    36

    This CONTRACT ( hereinafter called the Contract) is made on the (day) day of the month of

    (month), ( year) between the Ministry of Rural Development, Government of India, Krishi Bhavan,

    New Delhi-110114( name of Employer), (hereinafter called the Employer) of the First Part and,

    (name of consultant/Evaluating Agency) (hereinafter called the Consultant) of the Second Part.

    WHEREAS:

    (a) the Consultant, having represented to the Employer that he has the required professional

    skill, personnel and technical resources, has offered to provide the services in response to the

    Tender Notice dated issued by the Employer;

    (b) the Employerhas accepted the offer of the Consultant to provide the services on the terms

    and conditions set forth in this Contract.

    NOW, THEREFORE, IT IS HEREBY AGREED between the parties as follows:

    1. The following documents attached hereto shall be deemed to form an integral part of this Contract:

    (i) Conditions of Contract

    (ii) Appendix: Request for Proposal (RFP) and Terms of Reference

    2.The mutual rights and obligations of the Employer and the Consultant shall be as set forth

    in the Contract, in particular:

    (a) the Consultant shall carry out and complete the Services in accordance with provisions of the

    Contract; and

    (b) the Employer shall make payments to the Consultant in accordance with provisions of the

    Contract.

    IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respectivenames as of the day and year first above written.

    In the presence of: Signed by:

    Witnesses:For and on behalf of the Ministry of Rural Development,

    Govt. of India.

    (i) Signed by

    (ii)(Consultant)

    CONDITIONS OF CONTRACT

  • 8/12/2019 Revised RFP for EAs

    38/45

    Page

    37

    1. GENERAL PROVISIONS1.1 Definitions: Unless the context otherwise requires, the following terms whenever used in thisContract have the following meanings:

    (a) Applicable Lawmeans the laws and any other instruments having the force of law in India for

    the time being.

    (b): Employermeans Ministry of Rural Development, Govt. of India.

    (c) Consultantmeans any private or public entity that will provide the Services to theEmployer

    under the Contract.

    (d) Contractmeans the Contract signed by the Parties and all the attached documents listed in its

    Clause 1 that is this Contract and the Appendices.(e) Daymeans calendar day.

    (f) Effective Datemeans the date on which this Contract comes into force country.

    (g) Government means the Government of India(h) Partymeans the Employeror the Consultant, as the case may be, and Partiesmeans both ofthem.

    (i) Personnel means professionals and support staff provided by the Consultants assigned to

    perform the

    Services or any part thereof .(j) Services means the work to be performed by the Consultant pursuant to this Contract, asdescribed in the

    RFP/TOR hereto.

    (k) Third Partymeans any person or entity other than the Employer, or the Consultant.

    (l) In writingmeans communicated in written form with proof of receipt.

    1.2 Relationship Between the Parties

    Nothing contained herein shall be construed as establishing a relationship of master and

    servant or of principal and agent as between the Employerand the Consultant. The Consultant,

    subject to this Contract, has complete charge of Personnel performing the Services and shall be fully

    responsible for the Services performed by them hereunder.

    1.3 Law Governing Contract: This Contract, its meaning and interpretation, and the relation

    between the Parties shall be governed by the applicable laws of India.

    1.4 Headings: The headings shall not limit, alter or affect the meaning of this ontract.

    1.5 Notices

    1.5.1 Any notice, request or consent required or permitted to be given or made pursuant to this

    Contract shall be in writing. Any such notice, request or consent shall be deemed to have been

    given or made when delivered in person to an authorized representative of the Party to whom the

    communication is addressed, or when sent by registered post to such Party at the following address :i). Employer: (Name) . (

    Designation)Ministry of Rural Development, Govt. ofIndia,

    Krishi Bhavan, New Delhi-

    110114.

    ii) Consultant: ( Name)(

    Designation)Address:

    1.5.2 A Party may change its address for notice hereunder by giving the other Party notice in

    writing of such change to the address specified in Clause 1.5.1.

  • 8/12/2019 Revised RFP for EAs

    39/45

    Page

    38

    1.6 States covered: The Study shall cover all States/UTs which are included in the sample, the

    Employermay approve.

    1.7 Taxes and Duties: The Consultant shall be liable to pay such direct and indirect taxes, duties,

    fees and other impositions levied under the applicable laws of India.

    1.8 Fraud and Corruption:

    1.8.1 Definitions: It is the Employers policy to require that Employers as well as Consultants to

    observe the highest standard of ethics during the execution of the Contract. In pursuance of this

    policy, the Employer defines, for the purpose of this provision, the terms set forth below as follows:

    (i) corrupt practicemeans the offering, receiving, or soliciting, directly or indirectly, of anything of

    value to influence the action of a public official in the selection process or in contract execution;

    (ii) fraudulent practice means a misrepresentation or omission of facts in order to influence a

    selection process or the execution of a contract;

    (iii) collusive practicesmeans a scheme or arrangement between two or more consultants, with or

    without the knowledge of the Employer, designed to establish prices at artificial, noncompetitive

    levels;(iv) coercive practices means harming or threatening to harm, directly or indirectly, persons

    or their property to influence their participation in a procurement process, or affect the execution ofa contract;

    1.8.2 Measures to be taken by the Employer: The Employer may, if it determines at any time

    that the Consultant or Representatives of the consultant were engaged in corrupt, fraudulent,

    collusive or coercive practices during the selection process or the execution of that contract,

    (a) terminate the Contract, and

    /or(b) declare the Consultant ineligible, either indefinitely or for a stated period of time, to be awarded acontract

    .

    2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF CONTRACT2.1 Effective Date of Contract: This Contract shall come into force and effect on the date of

    execution/signing of Contractby the Parties.

    2.2 Commencement of Services: The Consultant shall begin carrying out the Services not later than15 days after execution of the Contract.

    2.3 Termination of Contract for Failure to Become Effective: If this Contract has not become

    effective within 15 days after execution, Employer may, by not less than 7 days written notice to the

    other Party, declare this Contract to be null and void, and in such event, Consultant shall have no

    claim against the Employer with respect hereto.

    2.4 Expiration of Contract: Unless terminated earlier pursuant to Clause 2.3 or 2.8 hereof, this

    Contract shall expire at the end of 6 months after the Effective Date as specified in Clause 2.1 unless

    further extended by the Employer.

    2.5 Modifications or Variations: (a) Any modification or variation of the terms and conditions of this

    Contract, including any modification or variation of the scope of the Services, may only be made by

    written agreement between the Parties.

    2.6 Force Majeure

    2.6.1 Definition

    (a) For purposes of this Contract, Force Majeuremeans an event which is beyond the reasonable

    control of a Party, is not foreseeable, is unavoidable and not brought about by or at the instance of

    the Party claiming to be affected by non-performance or delay in performance, and which makes a

    Partys performance of its obligations hereunder impossible or so impractical as reasonably to be

    considered impossible in the circumstances, and includes, but is not limited to, war, riots, civil

  • 8/12/2019 Revised RFP for EAs

    40/45

    Page

    39

    disorder, earthquake, fire, explosion, storm, flood or other extreme adverse weather conditions,

    strikes, lockouts or other industrial action (except where such strikes, lockouts or other industrial

    action are within the power of the Party invoking Force Majeure to prevent, confiscation or any

    other action by Government agencies)

    (b) Force Majeure shall not include (i) any event which is caused by the negligence or intentional

    action of a Party (ii) any event which a diligent Party could reasonably have expected and taken into

    account at the time of conclusion of this Contract, (c) insufficiency of funds or non-availability of

    personnel.

    2.6.2 No Breach of Contract: The failure of a Party to fulfill any of its obligations hereunder shall not

    be considered to be a breach of, or default under, this Contract insofar as such inability arises from

    an event of Force Majeure, provided that the Party affected by such an event has taken all

    reasonable precautions, due care and reasonable alternative measures, all with the objective of

    carrying out the terms and conditions of this Contract.

    2.6.3 Measures to be Taken:

    (a) A Party affected by an event of Force Majeure shall continue to perform its obligations under the

    Contract as far as is reasonably practical, and shall take all reasonable measures to minimize the

    consequences of any event of Force Majeure.

    (b) A Party affected by an event of Force Majeure shall notify the other Party of such event as

    soon as possible, and in any case not later than 7 days following occurrence of such event, providing

    evidence of the nature and cause of such event, and shall similarly give written notice of the

    restoration of normal conditions as soon as possible.

    (c) Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall

    be extended for a period equal to the time during which such Party was unable to perform such

    action as a result of Force Majeure.

    (d) During the period of their inability to perform the Services as a result of an event of Force

    Majeure, the Consultant, upon instructions by the Employer, shall either:

    (i) demobilize,;

    or(ii) continue with the Services to the extent possible, in which case the Consultant shall continue to

    be paid proportionately and on prorata basis, under the terms of this Contract.

    (e) In case of disagreement between the Parties as to the existence or extent of Force Majeure, the

    matter shall be settled according to Clause 8.

    2.7 Suspension: The Employer may, by written notice, suspend all payments to the Consultanthereunder, if the Consultant fails to perform any of its obligations under this Contract, includingcarrying out of the Services, provided that such notice of suspension shall (i) specify the nature of thefailure, and (ii) allow the Consultant to remedy such failure within a period not exceeding 7 days afterreceipt of such notice.

    2.8 Termination

    2.8.1.1 Termination by the Employer: The Employermay terminate this Contract in case of the

    occurrence of any of the events specified in following paragraphs (a) through (h) of this Clause:

    (a) If the Consultant fails to remedy a failure in performance of its obligations hereunder, as specified

    in a notice of suspension pursuant to Clause 2.8 hereinabove, within 7 days of receipt of such notice

    or within such further period as Employermay have subsequently approved in writing.(b) If the Consultant becomes insolvent or go into liquidation orreceivership.

    (c) If the Consultant fails to comply with any final decision reached as a result of arbitration

    proceedings pursuant to Clause 8 hereof.

    (d) If the Consultant, in the judgment of the Employer, has engaged in corrupt or fraudulent

    practices in competing for or in executing this Contract.

    (e) If the Consultant submits to the Employer a false statement which has a material effect on

    the rights, obligations or interests of the Employer.(ee) If the Consultant places itself in position of conflict of interest or fails to disclose promptly anyconflict of interest to the Employer.

  • 8/12/2019 Revised RFP for EAs

    41/45

    Page

    40

    (f) If the consultant fails to provide the quality services as envisaged under this Contract. The

    Consultancy Monitoring Committee (CMC) formulated to monitor the progress of the assignment

    may make judgment regarding the poor quality of services and for any such deficiency, the reasons

    for which shall be recorded in writing. The CMC may decide to give one chance to the consultant to

    improve quality of the services.

    (g) If, as a result of Force Majeure, the Consultant is unable to perform a material portion of the

    Services for a period of more than 30 days.(h) If the Employer, in its sole discretion and for any reason whatsoever, decides to terminate thisContract.

    2.8.1.2 In such an occurrence the Employershall give a written notice of not less than 7 days for

    termination of the Contract.,2.8.2 Termination by the Consultant: The Consultant may terminate this Contract, by not lessthan 7 dayswritten notice to the Employer, in case of occurrence of any of the events specified infollowing paragraphs (a) through (d) of the this Clause:

    (a) If the Employerfails to pay any money due to the Consultant pursuant to this Contract and not

    subject to dispute pursuant to Clause 8 hereof within 15 days after receiving written notice from

    the Consultant that such payment is overdue.

    (b) If, as the result of Force Majeure, the Consultant is unable to perform a material portion of theServices for a period of not less than 30 days.(c) If the Employer fails to comply with any final decision reached as a result of arbitrationpursuant to Clause 8 hereof.

    (d) If the Employer is in material breach of its obligations pursuant to this Contract and has not

    remedied the same within 7 days or the period agreed by the Consultant on receipt of the

    Consultants notice specifying such breach.

    2.8.3 Cessation of Rights and Obligations: Upon termination of this Contract pursuant to Clauses 2.3

    or 2.8 hereof, or upon expiration of this Contract pursuant to Clause 2.4 hereof, all rights and

    obligations of the Parties hereunder shall cease, except (i) such rights and obligations as may have

    accrued on the date of termination or expiration, (ii) the obligation of confidentiality set forth in

    Clause 3.3 hereof, (iii) the Consultants obligation to permit inspection and copying of their records

    set forth in Clause 356 and 3.6 hereof, and iv) any right which a Party may have under the Law.

    2.8.4 Cessation of Services: Upon termination of this Contract by notice of either Party to the other

    pursuant to Clauses 2.8.1 or 2.8.2 hereof, the Consultant shall, immediately upon dispatch or

    receipt of such notice,take all necessary steps to bring the Services to a close in a prompt and orderly

    manner and shall make every reasonable effort to keep expenditure for this purpose to a minimum.

    2.8.5 Payment upon Termination: Upon termination of this Contract pursuant to Clauses 2.8.1 or

    2.8.2 hereof, the Employershall make the following payments to the Consultant:(a) If the Contract is terminated pursuant to Clause 2.8.1 (g), (h) or 2.8.2, remuneration pursuant

    to Clause 6.3(h)hereof for Services satisfactorily performed prior to the effective date of termination;

    (b) If the agreement is terminated pursuant of Clause 2.8.1 (a) to (f), the consultant shall not be

    entitled to receive any agreed payments upon termination of the contract. However, the Employer

    may consider to make payment for the part satisfactorily performed on the basis of Quantum Merit

    as assessed by it, if such part is of economic utility to the Employer. Applicable under such

    circumstances, upon termination, the Employer may also impose liquidated damages as per the

    provisions of Clause 9 of this agreement. The consultant will be required to pay any such liquidated

    damages to Employerwithin 15 days of termination date.

    2.8.6 Disputes about Events of Termination: If either Party disputes whether an event specified in

    paragraphs (a) through (g) of Clause 2.8.1 or in Clause 2.8.2 hereof has occurred, such Party may,

    within 7 days after receipt of notice of termination from the other Party, refer the matter as provided

    under Clause 8 hereof, and this Contract shall not be terminated on account of such event except inaccordance with the decision in the matter.

  • 8/12/2019 Revised RFP for EAs

    42/45

    Page

    41

    3. OBLIGATIONS OF THE CONSULTANT

    3.1 General

    3.1.1 Standard of Performance: The Consultant shall perform the Services and carry out their

    obligations hereunder with all due diligence, efficiency and economy, in accordance with generally

    accepted professional standards and practices, and shall observe sound management practices, and

    employ appropriate Personnel. The Consultant shall always act, in respect of any matter relating to

    this Contract or to the Services, as faithful adviser to the Employer, and shall at all times support

    and safeguard the Employerslegitimate interests in any dealing with Third Parties.

    3.2 Conflict of Interests: The Consultant shall hold the Employersinterests paramount, without any

    consideration for future work, and strictly avoid conflict of interest with other assignments or their

    own corporate interests. If during period of this contract, a conflict of interest arises for any

    reasons, the Consultant shall promptly disclose the same to the Employer and seek its instructions.

    3.2.1 Consultant and Affiliates Not to Engage in Certain Activities: The Consultant agrees that, during

    term of this Contract and after its termination, the Consultant and any entity affiliated with the

    Consultant, shall be disqualified from providing services resulting from or directly related to the

    Consultants Services for the preparation or implementation of the project.

    3.3 Confidentiality: The know how generated from the Project would be the property of the

    Employer. Except with prior written consent of the Employer, the Consultant and the Personnel

    shall not at any time communicate to any person or entity any confidential information acquired in

    course of the Services, nor shall the Consultant and its Personnel make public the recommendations

    formulated in the course of, or as a result of, the Services.

    3.4 Subcontracts: the Consultant should execute the Servicesthrough its own technical manpower

    and will not outsource the job, completely or partially, through any other consultant.

    3.5 Monitoring and Reporting Obligations: The Consultant shall extend all facilities to

    Consultancy Monitoring Committee (CMC), as also experts and officers assigned by the Employerto

    monitor progress of the assignment, to oversee that the assignment is as per RFP/TOR and

    contractual conditions and to assess quality of deliverables and to accept/reject in part of the

    assignment, (b) The Consultant shall submit to the Employer draft report and the Final report as

    specified in RFP/TOR.

    3.6 Documents Prepared by the Consultant to be the Property of the Employer: All plans,

    drawings, specifications, designs, reports, other documents and software prepared by the Consultant

    for the Employer under this Contract shall become and remain the property of the Employer, and

    the Consultant shall, not later than upon termination or expiration of this Contract, deliver all such

    documents to the Employer, together with a detailed inventory thereof.

    4. CONSULTANTSPERSONNEL:

    4.1. Description of Personnel: The title, agreed job description, minimum qualification and

    estimated period of engagement in the carrying out of the Services of each of the Consultant s Key

    Personnel are as per the consultants proposal.

    4.2. Removal and/or Replacement of Personnel: (a) If, for any reason beyond reasonable control of

    the Consultant, such as retirement, death, medical incapacity, among others, it becomes necessary

    to replace any of the Personnel, the Consultant shall forthwith provide as a replacement a person of

    equivalent or better qualifications.

    (b) If the Employer (i) finds that any of the Personnel has committed serious misconduct or

    has been charged with having committed a criminal action, or (ii) has reasonable cause to bedissatisfied with performance of any of the Personnel, then the Consultant shall, at the Employers

    written request specifying the grounds therefor, forthwith provide appropriate replacement by a

    person with equivalent or better qualifications and experience.

  • 8/12/2019 Revised RFP for EAs

    43/45

    Page

    42

    4.3 The Consultant shall nominate a Team Leader for the period of the study who will not be

    changed during the course of the study and would not differ from the name suggested in the

    Technical Bids.

    5. OBLIGATIONS OF THE EMPLOYER

    5.1 Assistance and Exemptions : The Employershall Provide to the Consultant any such assistance

    as may be appropriately required in connection with the study, such as issue of instructions to the

    concerned officials of Government/ organization, as may be necessary or appropriate for the prompt

    and effective performance of the Services.

    5.2 Payment: In consideration of the Services performed by the Consultant under this

    Contract, the Employer shall make to the Consultant such payments and in such manner as is

    provided by Clause 6 of this Contract.

    6. PAYMENTS TO THE CONSULTANT

    6.1 Total Cost of the Services (a) The total cost of the Services payable (inclusive of all taxes,

    service charges

    etc.) is Rs. , as per the consultants proposal to the Employer and as negotiated thereafter.

    (b) Except as may be otherwise agreed under Clause 2.5 and subject to Clause 6.3, paymentsunder this

    Contract shall not exceed the amount specified in Clause 6.1(a).

    6.2 Currency of Payment: All payments shall be made in Indian Rupees.6.3 Terms of Payment: (a) the consultant shall submit the invoice for payment when the payment isdue as per the agreed terms. The payments in respect of the Services shall be made in threeinstallments as per terms & conditions given below:i). First installment of 20% after submission of the acceptance letter, contact agreement,

    pre-receipt,performance security and after finalization of methods, questionnaires, researchtools, work plan and work schedule etc to the satisfaction of the Ministry.

    ii). Second installment of 30% after completion of field survey and computerization of all

    types of data and a certificate is to be given by the EA to the Ministry.

    iii). Third installment of 25% on acceptance of 1st draft of the Report bythe Ministry.

    iii). Fourth and Final installment of 25% on acceptance of the final Evaluation

    Reports and Recommendations to the satisfaction of the Ministry and 50 hard copies of the

    final (a) consolidated national report and (b) sample Special Project reports and 5 Compact

    Disks.

    (b) Once a milestone is completed, the consultant shall submit the requisite deliverables as specified

    in this Contract. The Employer shall release the requisite payment upon acceptance of the

    deliverables. If the deliverables are not found to be acceptable by the Employer or the consultant

    has not carried out the work, he shall be liable to refund the advance of instalment, if any,

    released to the consultant. However, if the Employer fails to intimate acceptance of thedeliverables or its objections thereto, within 30 days of receipt of it, the Employer shall release the

    payment to the consultant without further delay.

    (c) Final Payment : The final payment shall be made only after acceptance of all the deliverables as

    indicated in the RFP/TOR. The Services shall be deemed completed and Report finally accepted by

    the Employerunless the Employer gives a written notice to the Consultant specifying in detail

    deficiencies in the Services, within 30 days of receipt of final Report and relevant documents. The

    Consultantshall thereupon promptly make any necessary corrections, and thereafter the foregoing

    process shall be repeated.

    (d) For the purpose of payment under Clause 6.3 (b) above, acceptance means: acceptance of the

    deliverables by the Employer after submission by the Consultant and Consultant has madepresentation to the Employer with/without modifications to be communicated in writing by the

    Employer to the Consultant.

  • 8/12/2019 Revised RFP for EAs

    44/45

    Page

    43

    (e) If the deliverables submitted by the Consultant are not acceptable to the Employer, the Employer

    shall not release payment due to the consultant. This is without prejudice to the Employers right to

    levy any liquida ted damages under clause 9. In such case, the payment will be released to the

    consultant only after it re-submits the Report and is accepted by the Employer.

    (f) All payments under this Contract shall be made to the account of the Consultant .(g) With the exception of the final payment under (c) above, payments do not constitute

    acceptance of the Services nor relieve the Consultant of any obligations hereunder, unless theacceptance has been communicated by the Employer to the consultant in writing and theconsultant has made necessary changes as per the comments / suggestions of the Employercommunicated to the Consultant.

    (h) In case of early termination of the contract, the payment may be made to the consultant on pro-

    rata basis in respect of the services, which are found to be useful to the Employer.

    7. FAIRNESS AND GOOD FAITH

    7.1 Good Faith: The Parties undertake to act in good faith with respect to each others rights

    under this Contract and to adopt all reasonable measures to ensure the realization of the objectives

    of this Contract.

    7.2 Operation of the Contract: The Parties recognize that it is impractical in this Contract to provide

    for every contingency which may arise during the life of the Contract, and the Parties hereby agree

    that it is their intention that this Contract shall operate fairly as between them, and without

    detriment to the interest of either of them, and that, if during the term of this Contract either Party

    believes that this Contract is operating unfairly, the Parties will use their best efforts to agree on

    such action as may be necessary to remove the cause or causes of such unfairness, but failure to

    agree on any action pursuant to this Clause shall not give rise to a dispute subject to arbitration in

    accordance with Clause 8 hereof.

    8. SETTLEMENT OF DISPUTES

    8.1 Amicable Settlement: Performance of the contract is governed by the terms & conditions of thecontract. In case of dispute arises between the parties regarding any matter under the contract,

    either Party of the contract may send a written Notice of Dispute to the other party. The Party

    receiving the Notice of Dispute will consider the Notice and respond to it in writing within 7 days

    after receipt. If that party fails to respond within 7 days, or the dispute cannot be amicably settled

    within 15 days following the response of that party, clause 8.2 shall become applicable.

    8.2 Arbitration: In the case of dispute arising upon or in relation to or in connection with the contractbetween the Employer and the Consultant, which has not been settled amicably, any party can referthe dispute for Arbitration under (Indian) Arbitration and Conciliation Act, 1996. Such disputes shallbe referred to an Arbitral Tribunal consisting of sole arbitrator appointed by the Secretary of theDepartment of Rural Development in the Ministry of Rural Development. The Arbitration and

    Conciliation Act, 1996 and any statutory modification or re-enactment thereof, shall apply to thesearbitration proceedings.

    8.3. Arbitration proceedings shall be held at Delhi and the language of the ar


Recommended