government of sikkim urban development & housing

24
GOVERNMENT OF SIKKIM URBAN DEVELOPMENT & HOUSING DEPARTMENT GANGTOK, SIKKIM REQUEST FOR PROPOSAL RFP No.6(776)11/631/UD&HD Dated:06/08/2011 REQUEST FOR PROPOSAL (RFP) FOR SETTING UP OF CITY LEVEL TECHNICAL CELL UNDER RAJIV AWAS YOJANA (RAY)/SLUM FREE CITY PLANNING, SWARNA JAYANTI SAHARI ROJGAR YOJANA (SJSRY), JAWAHARLAL NEHRU NATIONAL URBAN RENEWAL MISSION (JNNURM) Period of availability of RFP Document: 29th Aug – 5 th Sept, 2011 (Also available on ww.sikkimudhd.org): from 29th Aug 2011 till 5th Sept 2011 Last date for receipt of Proposal by SLNA: 15th Sept, 2011 till 3.00 PM (Through Speed / Registered post or Courier.) No drop box facility available Place of submission of Proposal: Office of the Additional Secretary Urban Development & Housing Department Government of Sikkim Gangtok 737101 Date and Time of opening of Technical Proposal: (Date & time of opening of Financial Proposal shall be intimated to the qualifying applicants later.) (Applicants / authorized representative may be present at the time of bid opening) For further information Contact: Assistant Director/IT Urban Development & Housing Department Government of Sikkim Gangtok – 737101 Telefax: 03592 – 205087 Mob: +91 9434164799

Upload: others

Post on 12-Dec-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

GOVERNMENT OF SIKKIM

URBAN DEVELOPMENT & HOUSING DEPARTMENT GANGTOK, SIKKIM

REQUEST FOR PROPOSAL RFP No.6(776)11/631/UD&HD Dated:06/08/2011 REQUEST FOR PROPOSAL (RFP) FOR SETTING UP OF CITY LEVEL TECHNICAL CELL UNDER RAJIV AWAS YOJANA (RAY)/SLUM FREE CITY PLANNING, SWARNA JAYANTI SAHARI ROJGAR YOJANA (SJSRY), JAWAHARLAL NEHRU NATIONAL URBAN RENEWAL MISSION (JNNURM)

Period of availability of RFP Document: 29th Aug – 5th

Sept, 2011

(Also available on ww.sikkimudhd.org): from 29th Aug 2011 till 5th Sept 2011

Last date for receipt of Proposal by SLNA: 15th Sept, 2011 till 3.00 PM (Through Speed / Registered post or Courier.) No drop box facility available Place of submission of Proposal: Office of the Additional Secretary Urban Development & Housing Department Government of Sikkim Gangtok 737101 Date and Time of opening of Technical Proposal: (Date & time of opening of Financial Proposal shall be intimated to the qualifying applicants later.) (Applicants / authorized representative may be present at the time of bid opening) For further information Contact: Assistant Director/IT Urban Development & Housing Department Government of Sikkim Gangtok – 737101 Telefax: 03592 – 205087 Mob: +91 9434164799

1. Introduction

A. Overview of Rajiv Awas Yojana for Slum Free City Planning Ministry of Housing & Poverty Alleviation through Rajiv Awas Yojana (RAY) scheme aims at equitable urban development. The Scheme aims "to make a slum-free India” by encouraging State/ Union Territories to tackle the problem of slums in a definitive manner and encourage them towards –

� Formalization of existing slums and universalization of basic amenities in identified slums;

� Identification and Redressal of institutional failures which result in creation of slums;

� Tackling the shortages of urban land and housing that keep shelter out of reach of

the urban poor;

� Development of basic infrastructure for affordable housing projects.

RAY envisages the achievement of above goals through provision of central support for slum redevelopment and construction of affordable housing conditional to a set of reforms for inclusive urban development. Applicants may refer the Scheme guidelines for details on the admissible and inadmissible components under RAY. Central Assistance under RAY will be predicated on the condition that States/ Union Territories assign legal title to slum-dwellers over their dwelling space. The other reforms include the continuation of the three pro-poor reforms of JnNURM till they are legislated and internalized as part of the system.

The recommended Plan of Action for RAY is two-pronged–

I. Up-gradation of existing slums. II. Action to prevent new slums.

The following portions further details the States Plan of Action (PoA) under RAY:

I. Up-gradation of existing slums would include- a) Survey and mapping of all existing slums (notified / non-notified) within the selected

cities proposed by the State for coverage under RAY b) Holistic redevelopment of each of the identified slums through -

(i) Provision of all basic civic infrastructure and services (ii) Decent housing (iii) Reconfiguration of plots wherever necessary (iv) Total sanitation

II. Action to prevent new slums shall involve-

a) Assessment of the rate of growth with a twenty year perspective

b) Form a detailed Action Plan to formulate

i. Strategy for Procurement of commensurate lands / Virtual lands ii. Promote the construction of affordable EWS & LIG housing iii. Identify, propose and legalize the necessary legislative and administrative

changes for enabling slum free cities

In convergence with the above action plan the states are required to form a Technical Cell (TC) at the State Level Nodal Agency (SLNA) Level. The SLNA has appointed the SLTC for providing Strategic and operational support as an extended arm of SLNA for efficient transfer of knowledge and resources under RAY scheme. The Technical Cell formed shall formulate the ‘City Plan of Action’s under RAY. The ‘City PoA’s shall have to be prepared for each city as a whole in order to attain the entire city as slum free. The Slum-free City Planning scheme will be implemented under the guidance of a National Steering Committee under the Chairpersonship of Secretary (HUPA). This Committee will steer and monitor the entire process of preparation of Slum-free City Plans by States/ UTs in a time-bound manner. A Technical Committee formed at the central government level will guide the States/ UTs through the formulation of operational guidelines in technical, costing, procurement of hardware/software, planning and other aspects and will assist the National Steering Committee. Following the sanctions of the Slum-free City Plans of Action by the center, funds will be released by the Ministry of Finance / Housing & Urban Poverty Alleviation. The National Steering Committee for Slum-free City Planning – Rajiv Awas Yojana will monitor the financial and physical progress under the scheme.

B. Jawaharlal Nehru National Urban Renewal Mission Mission Statement 2.10 The aim is to encourage reforms and fast track planned development of identified cities. Focus is to be on efficiency in urban infrastructure and service delivery mechanisms, community participation, and accountability of ULBs/ Parastatal agencies towards citizens. Objectives of the Mission The objectives of the JnNURM are to ensure that the following are achieved in urban sector: (i.) Focused attention to integrated development of infrastructure services in cities covered under

the Mission (ii.) Establishment of linkages between asset-creation and asset-management through a slew of

reforms for long-term project sustainability (iii.) Ensuring adequate funds to meet the deficiencies in urban infrastructural services (iv.) Planned development of identified cities including peri-urban areas, outgrowths and urban

corridors leading to dispersed urbanization (v.) Scale-up delivery of civic amenities and provision of utilities with emphasis on universal access

to the urban poor (vi.) Special focus on urban renewal programme for the old city areas to reduce congestion; and

(vii.) Provision of basic services to the urban poor including security of tenure at affordable prices, improved housing, water supply and sanitation, and ensuring delivery of other existing universal services of the government for education, health and social security.

C. The Swarna Jayanti Shahari Rozgar Yojana (SJSRY). SJSRY is in operation since 01.12.1997, and has been comprehensively revamped with a view to addressing the drawbacks observed in implementation. The Revised Guidelines have come into effect from 1.4.2009. The three key objectives of the revised Swarna Jayanti Shahari Rozgar Yojana (SJSRY) are: • Addressing urban poverty alleviation through gainful employment to the urban unemployed or underemployed poor; • Supporting skill development and training to enable the urban poor have access to employment opportunities provided by the market or undertake self-employment; and • Empowering the community to tackle the issues of urban poverty through suitable selfmanaged community structures and capacity building programmes. The delivery of inputs under the Scheme shall be through the medium of Urban Local Bodies (ULBs) and community structures. Thus, SJSRY calls for strengthening of these local bodies and community organizations to enable them to address the issues of employment and income generation faced by the urban poor. The revamped SJSRY has five major components, namely- (i). Urban Self Employment Programme (USEP) (ii). Urban Women Self-help Programme (UWSP) (iii). Skill Training for Employment Promotion amongst Urban Poor (STEP-UP) (iv). Urban Wage Employment Programme (UWEP) (v). Urban Community Development Network (UCDN) The above programmes have to be implemented in convergence with other programmes relating to slum development/urban poverty alleviation such as Jawharlal Nehru National Urban Renewal Mission (JNNURM), RAY, etc. 1.2. Role of SLNA as State Level Nodal Agency (SLNA) for RAY, SJSRY, JNNURM The Urban Development & Housing Department, Government of Sikkim, being the State Level Nodal Agency (SLNA) will be responsible for the implementation of Rajiv Awas Yojana (RAY)/JNNURM/SJSRY Schemes. As State Level Nodal Agency for RAY, JNNURM, SJSRY, SLNA shall be responsible for –

1. Coordination of all legislative and policy formulation for RAY, SJSRY, JNNURM 2. Identification of cities to be covered in five years and their individual phase put plans 3. Implementation Aspects of RAY,SJSRY, JNNURM 4. Deciding on a Delivery Mechanism

1.3. Applicant’s Role on selection The selected applicant shall be responsible for providing manpower as required for formation of Technical Cell and act as an extended arm of SLNA for providing wholesome support for implementing the RAY scheme.

1. Coordination and providing requisite support to the SLNA for successful implementation of RAY/SJSRY/JNNURM scheme.

2. Preparation of Inventory of existing Spatial Data 3. Geo-referencing of Satellite Images and preparing Base Map for entire Urban

Agglomeration area 4. Identification & Demarcation of Slum areas & Vacant Lands on Base Map 5. Delineation of Slum Areas and Mapping Slum Infrastructure with Total Station

Survey carried out by third party. 6. Providing support to conduct Household Socio-economic & Bio-metric Surveys to be

carried out by third party survey agency

7. Ensuring accurate and time bound data entry into RAY, JNNURM and SJSRY MIS through third party vendors and reporting in the appropriate software developed by Ministry of Housing and Urban Poverty Alleviation

8. Mapping Land-ownership/Tenure Status 9. Categorization of Slums - Evaluating Options available to Slum Communities for

Redevelopment 10. Reconfiguration of Slums - Choice Slum Redevelopment Model 11. Formulation of Slum-free City Plan 12. Review/ Modification to Master Plan/ CDP 13. Supporting Skill development and training programmes to enable the urban poor

have access to employment opportunities. 14. Facilitate community surveys, prepare community development plans & proposals,

represent needs of communities and liaise & link up with agencies to promote action in the community towards fulfilment of their needs.

15. Support planning, implementation and monitoring of Infrastructure development

works carried under SJSRY 16. The Applicant will also have to give their expertise wrt SJRY & JNNURM Schemes.

Please refer Annexure IV of the RAY Guidelines for “Slum Free City Planning” for details.

a. Pre Condition The selected Applicant would necessitate formation of a Technical Cell at the office of the Urban Development & Housing Department. A team of six (6) experts shall constitute the Technical Cell and experts would require to be deputed at Urban Development & Housing Department, Government of Sikkim. The team of Technical Cell would include specialists from the field of:

1. MIS specialist 2. GIS specialist 3. Town Planning specialist 4. Social Development specialist 5. Capacity Building/ Training specialist 6. Project/ Engineering specialist

Details of each personnel and their desired qualification and expertise are described in Annexure A: Key Personnel. The Applicant is expected to limit their Financial Proposal at `3,00,000/- (Rupees Three Lakh only) per month for the respective Technical Cell which would be exclusive of service tax (as applicable), out of pocket expenses etc. 2.1. Scope of Proposal 2.1.1. Detailed description of the objectives, scope of services, deliverables and other

requirements relating to the Technical Cell are specified in this RFP. The manner in which the Proposal is required to be submitted, evaluated and accepted is also explained in this RFP;

2.1.2. The Applicant shall submit its Proposal in the form and manner specified in this RFP. The

Technical proposal shall be submitted as per Form A to D and the Financial Proposal shall be submitted as per Form E. Upon selection, the Applicant shall be required to enter into a Consultancy Agreement with SLNA which is Urban Development & Housing Department.

2.1.3. Upon signing of the Consultancy Agreement, the selected Applicant would require to report

to Urban development & Housing Department within 15(Fifteen) days period. All the deputed member of the respective Technical Cell has to be stationed at Urban Development & Housing Department, Government of Sikkim or any office premises as decided by SLNA.

2.2. Contract Period

The Contract will be for a period of one year from the date of deployment of the personnel at the office of Urban Development & Housing Department, Government of Sikkim. Any extension of the contract will be done only on the approval & sanction of Ministry of Housing & Urban Poverty Alleviation, Government of India.

2.3. Substitution of Key Personnel 2.3.1. SLNA will not consider any request for substitution of expert after signing of the Agreement.

Substitution will, however, be permitted if the expert is not available due to any extreme exigency. For Consultancy Firms, substitution by the better qualified and experienced expert will be considered subject to SLNA’s approval.

2.3.2. In case of substitution of expert, SLNA reserves the right to examine the new expert

proposed to be provided as replacement.

2.4. Agreement The selected Consultant/Individual expert will have to sign a Agreement in non-judicial stamp paper of adequate denomination with authorized local authority.

2.5. Termination of Contract

SLNA, if required may ask selected consultant for replacement of any personnel in case of non-satisfactory performance. In such case, concerned personnel shall be replaced within 30 days.

2.6. Conditions of Eligibility of Applicants 2.6.1. Applicants must read carefully the minimum conditions of eligibility (the “Conditions of

Eligibility”) provided herein. Proposals of only those Applicants who satisfy the Conditions of Eligibility will be considered for evaluation.

2.6.2. To be eligible for evaluation of its Proposal, the Applicant shall fulfill the following Minimum

Eligibility Criteria

1. The Applicant should be an Engineering Firm/ Consultancy Firm entity having operational experience of at least 5 years;

[*Similar Types of Assignments - Capacity Building work for Public Sector Entities; Programme Management; running a Project/ Programme Monitoring Unit etc. for Statutory Bodies, State and Central Government Organizations especially in areas of Urban Reforms, Project Development and Poverty Alleviation, BPL community development] 2. The Applicant should have an average Annual Turnover of at least `30 lakhs in

the last three financial years.

2.6.3. No consortium will be eligible for the selection of the proposed Technical Cell. 2.6.4. Any entity which has been barred by the Central / State Government in India, or any entity

controlled by them, from participating in any project, and the bar subsists as on the date of Proposal, would not be eligible to submit the Proposal.

2.6.5. An Applicant 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 Applicant, nor been expelled from any project or agreement nor have had any agreement terminated for breach of contract by such Applicant.

2.7. Format and Signing of Proposal The Proposal shall be submitted in two parts -

• Part A - Technical Proposal • Part B - Financial Proposal

The Proposal shall be typed or written in indelible ink and shall be signed by the applicant or a person or persons duly authorized. Any interlineations, erasures or overwriting shall be valid only if the person or persons signing the Proposal authenticate the same by initial. 2.8. Submission of RFP - Packing, Sealing and Marking 2.9.1. The Technical Proposal (Part A) and Financial Proposal (Part B) must be inserted in

separate sealed envelopes, along with Applicant’s name and address in the left hand corner of the envelope and super scribed in the following manner.

• Part-A - Technical Proposal for Procuring Services for setting up of a Technical Cell for

RAY, SJSRY, JNNURM. • Part-B - Financial Proposal for Procuring Services for setting up of a Technical Cell for

RAY, SJSRY, JNNURM.

2.9.2. Both the envelopes i.e. envelope for Part-A and Envelope for Part-B must be packed in a separate sealed outer cover and clearly super scribed with the following:

• Technical and Financial Proposal for setting up of Technical Cell for RAY, SJSRY,

JNNURM. • The Applicant’s Name & address shall be mentioned in the left hand corner of the outer

envelope.

2.9.3. The inner and outer envelopes shall be addressed to: The Additional Secretary Urban Development & Housing Department Government of Sikkim Opposite STNM Hospital NH 31 A Gangtok – 737101 If the outer envelope is not sealed and marked as mentioned above, then SLNA will assume no responsibility for the tender’s misplacement or premature opening. Telex, cable or facsimile tenders will be rejected. 2.9.4. Documents to accompany the RFP:

a. PART – A (Technical Proposal)

The applicant must submit the following particulars / documents along with the Technical Proposal failing which the RFP may be treated as non-responsive.

� Demand Draft of `3000/- (three thousand only) non refundable towards cost of RFP document (downloaded from www.sikkimudhd.org) from STATE BANK OF INDIA

drawn in favour of Additional Secretary, UD&HD, Gangtok, Sikkim payable at SBI, GANGTOK.

� Filled in Technical Proposal (Form A)

� Filled in Applicant’s profile (Form B)

� Previous experience of the firm in successfully executing similar types of assignments* during last three years. [*Similar Types of Assignments - Capacity Building work; Programme Management; JnNURM, SJSRY and Poverty Alleviation shall be treated as similar assignments]

� Approach & methodology and Manpower Planning for developing the Technical Cell

The Financial Proposal of only those firms fulfilling the eligibility criteria and the technical requirements of the RFP (as decided by SLNA Committee) shall be opened. The date & time of opening of the Financial Proposal shall be intimated to the qualifying applicants.

b. PART- B (Financial Proposal) The applicant must submit the Financial Proposal using Form E with proper signature & seal of the applicant.

2.9. Number of Proposals An Applicant is eligible to submit only one Application for the Consultancy.

2.10. Validity of Proposal The Proposal shall remain valid for 90 days after the date of bid opening. Any Proposal which is valid for a shorter period shall be rejected as non-responsive.

2.11. Cost of Proposal The Applicants shall be responsible for all of the costs associated with the preparation of their Proposals and their participation in the Selection Process. SLNA will not be responsible nor in any way liable for such costs, regardless of the conduct or outcome of the Selection Process.

2.12. Acknowledgement by Applicant

2.13.1. It shall be deemed that by submitting the Proposal, the Applicant has:

a. made a complete and careful examination of the RFP; b. received all relevant information requested from SLNA; c. acknowledged and accepted the risk of inadequacy, error or mistake in the

information provided in the RFP or furnished by or on behalf of SLNA or relating to any of the matters stated in the RFP Document.

d. acknowledged that it does not have a Conflict of Interest;

e. visited the website of Ministry of Housing & Urban Poverty Alleviation and Ministry of Urban Development, GoI and should have made note of RAY, JNNURM & SJSRY Schemes.

2.13.2. The SLNA shall not be liable for any omission, mistake or error on the part of the Applicant in respect of any of the above or on account of any matter or thing arising out of or concerning or relating to RFP or the Selection Process, including any error or mistake therein or in any information or data given by the SLNA.

2.13. Right to reject any or all Proposals 2.14.1. Notwithstanding anything contained in this RFP, the SLNA reserves the right to accept or reject any Proposal and to annul the Selection Process and reject all Proposals, at any time without any liability or any obligation for such acceptance rejection or cancellation, and without assigning any reasons thereof.

2.14.2. The SLNA reserves the right to reject any Proposal if:

a. at any time, a material misrepresentation is made or uncovered, or b. the Applicant does not provide, within the time specified by SLNA, the

supplemental information sought by the SLNA for evaluation of the Proposal.

2.14. 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.

2.15. Proposal Due Date RFP filled in all respect must reach SLNA at the address, time and date specified in the cover page of the RFP document through Speed / Regd. Post. or Courier. If the specified date for the submission of RFPs is declared as a holiday for SLNA, the Proposal will be received up to the appointed time on the next working day.

2.16. Late Submission: Proposal received after the deadline for submission prescribed by SLNA will be rejected.

2.17. Modifications and Withdrawal of Proposals No modifications to the Proposals shall be allowed once it is received by SLNA.

2.18. Proposal Opening SLNA will open all Proposals, in the presence of Applicants or their authorized representatives who choose to attend, at the date and time mentioned and in the following location: Office of the Additional Secretary Urban Development & housing Department Government of Sikkim Gangtok

In the event of the specified date being declared a holiday for SLNA, the Proposal shall be opened at the appointed time and location on the next working day.

3. CRITERIA FOR EVALUATION

3.1. Evaluation of Technical Proposals

3.1.1. Initially, the Technical Proposal will be evaluated on the basis of Applicant’s experience and financial capability. Only those Applicants whose Technical Proposals score 70 marks or more out of 100 shall qualify for further consideration.

3.1.2. Technical proposal of all the Applicants will be evaluated based on appropriate marking system. The categories for marking and their respective weightage are as under:

Sl.No. Criteria Weightage

1 Past Experience of the Firm 50% No. of years in

infrastructure/Government Advisory

Experience in handling Similar projects (Maximun 5 relating to Programme Management, managing a Technical Cell of the Government)

Past Experience in carrying out studies/programme management in Slum Development, Upgradation of Slums etc.

2 Qualification of Technical Experts 10%

3 Relevant Experience of Technical Experts

10%

4 Financial Strength of the Consultant

10%

Turnover in the last 3 years Net profit in the last 3 years

5 Approach & Methodology 20% TOTAL 100%

3.2. Short-listing of Applicants Only those Applicants whose Technical Proposals score 70 marks or more out of 100 shall

qualify for further consideration, and shall be short-listed for opening of Financial Proposal.

3.3. Evaluation of Financial Proposal

The lowest Financial Proposal would be considered for selection of the Technical Cell. 3.4. Award of Consultancy

After selection, a Letter of Acceptance (the “LOA”) shall be issued, in duplicate, by SLNA to the Selected Applicant and the Selected Applicant shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Applicant is not received by the stipulated date, SLNA may, unless it consent to extension of time for submission thereof, forfeit the Proposal Security of such Applicant, and the next eligible Applicant may be considered.

3.5. Performance Security

Upon receipt of Letter of Intent (LOA) from the SLNA, the selected Applicant shall submit Performance Security of `5,00,000/- (Five lakhs) only for a period of 12 months in favour of SLNA.

3.6. Execution of Agreement

After acknowledgement of the LOA as aforesaid by the Selected Applicant, it shall execute the Agreement within the period of 20 days from the date of issuance of LOA.

3.7. Commencement of Assignment

The selected Applicant shall commence the Services within 15 days from the date of signing of the Agreement. If the selected Applicant fails to commence the TC as specified herein, SLNA may, unless it consents to extension of time thereof may forfeit the Performance Security and appropriate the same by SLNA.

3.8. Proprietary data

All documents and other information provided by SLNA or submitted by an Applicant to SLNA shall remain or become the property of SLNA. All information collected, analyzed, processed or in whatever manner provided by the Consultant to SLNA in relation to the Consultancy shall be the property of SLNA.

4. FRAUD AND CORRUPT PRACTICES

The Applicants 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 RFP, SLNA shall reject a Proposal without being liable in any manner whatsoever to the Applicant, if it determines that the Applicant 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.

5. PRE-PROPOSAL MEETING

Pre-Proposal Conference of the Applicants shall be convened at the SLNA on ……………………………… During the course of Pre-Proposal Conference, the Applicants will be free to seek clarifications and make suggestions for consideration of SLNA. The SLNA shall endeavor to provide clarifications and such further information as it may, in its sole discretion, consider appropriate for facilitating a fair, transparent and competitive Selection Process.

ANNEXURES

Annexure A

Profile of Key Personnel City Level Technical Cell is envisaged to play a critical role in enchaining overall efficiency of implementation of RAY. A team of 6 (six) positions are suggested for each CLTC. MIS Specialist

Qualification Degree in Information Technology/ Computer Science from a recognized University or Institution

GIS Specialist

Qualification B.E (Civil)/ B.Arch./ B.E(Geo-Informatics)/ B.plan./ M.Sc (Geo informatics)/ M.Sc. (Geography) from a recognized University or Institution,with diploma/ Certification in GIS technology

Town Planning Specialist

Qualification B.Plan. or Master degree in Town Planning/ Urban Planning/ Regional Planning/ Urban Design with experience of GIS Software

Social Development Specialist

Qualification Master Degree in Social Science/Social work from a recognized University or Institution.

Capacity Building/ Training Specialist

Qualification Master Degree in Social Science/ Social work/ Economics from a recognized University or Institution

Project / Engineering Specialist

Qualification BE (Civil) from a recognized University or Institution

Annexure B

Draft Consultancy Agreement THIS AGREEMENT (“Consultancy Agreement”) is made on the __________ day of ______________ 2010 at Office of the Additional Secretary, UD&HD, Government of Sikkim Gangtok.

BETWEEN: Urban Dev & Housing Department, Government of Sikkim a State level Nodal Agency constituted by the Government of Sikkim for implementation of Slum Free City Planning Schemes under Rajiv Awaas Yojana having its office at Gangto, Sikkim (hereinafter referred to “First Party” which expression shall, unless it be repugnant to the context or meaning thereof, include its administrators, successors and assignees) of One Part

AND Name of the Selected Consultant, a company having its registered address at address of the consultant represented through its authorised representative (hereinafter referred to as the “Consultant” or the “Second Party” which expression shall, unless it be repugnant to the context or meaning thereof, includes its administrators, successors and permitted assignees) of the Other Part SLNA and -------------------------- (name of the consultant) are, collectively, referred to “Parties” and, individually, as “Party”.

WHEREAS: The Rajiv Awas Yojana (RAY) is an “equitable city” campaign during the 11th Five Year Plan of the Government of India. The Scheme aims "to make a slum-free India” through encouraging State/Union Territories to tackle the problem of slums in a definitive manner through –

� Formalization of existing slums and universalization of basic amenities in identified slums;

� Identification and Redressal of institutional failures which result in creation of slums;

� Tackling the shortages of urban land and housing that keep shelter out of reach of the urban poor;

� Assist in the development of basic infrastructure for affordable housing projects.

The Rajiv Awas Yojana (RAY) – Guideline for Slum free City Planning, published by Govt. of India, Ministry of Housing & Urban Poverty Alleviation (MoHUPA) along with other guidelines pertaining to SJSRY and JNNURM issued from time to time by GoI & GoO, shall also form the part of the goals to be achieved and forms an inseparable part of this agreement.

Appendix IV – Applicable Fees and Charges payable to the Consultant

1. FEES SLNA shall pay the Consultant a fee of INR -----------------/- (Indian Rupees --------------------- only), less applicable TDS, per month from the date of deployment of the Consultant’s personnel at the ----------- SLNA. The applicable service tax will be payable extra.

FORMATS

Form-A

TECHNICAL PROPOSAL

Letter of Proposal

(On Applicant’s letter head) Dated: To The Additional Secretary Urban Development & Housing Department, Government of Sikkim Gangtok Sub: Technical Proposal For Setting Up Of Technical Cell For RAY, SJSRY, JNNURM Dear Sir,

1. With reference to your RFP document dated *****, I/we, having examined the RFP Documents and understood their contents, hereby submit our Proposal for setting up Technical Cell for RAY, SJSRY, JNNURM.

2. All information provided in the Proposal and in the Appendices is true and correct. 3. This statement is made for the express purpose of qualifying as an Applicant for undertaking

the Project. 4. We shall make available to SLNA any additional information it may find necessary or require

to supplement or authenticate the Bid. 5. We acknowledge the right of SLNA to reject our Proposal without assigning any reason or

otherwise and hereby waive our right to challenge the same on any account whatsoever. 6. We certify that in the last three years, we have neither failed to perform on any contract, as

evidenced by imposition of a penalty or a judicial pronouncement or arbitration award, nor been expelled from any project or contract nor have had any contract terminated for breach on our part.

7. We declare that:

a. We have examined and have no reservations to the Bidding Documents, including

any Addendum issued by SLNA. b. We do not have any conflict of interest in accordance the RFP document; c. 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 the RFP document, in respect of any tender or request for proposal issued by or any agreement entered into with SLNA or any other public sector enterprise or any government, Central or State; and

d. We hereby certify that we have taken steps to ensure that in conformity with the

provisions of the RFP, 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 Bidding Process at any time and that you are

neither bound to accept any Proposal that you may receive nor to invite the Bidders to Bid for the Project, without incurring any liability to the Bidders, in accordance with the RFP document.

9. We declare that we have no business relationship with a/ any other firm submitting a

Proposal for the Project. 10. We certify that in regard to matters other than security and integrity of the country,

we 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 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 Bidding

Process, we shall intimate SLNA of the same immediately. 14. We hereby irrevocably waive any right which we may have at any stage at law or howsoever

otherwise arising to challenge or question any decision taken by SLNA in connection with the selection of the Bidder, or in connection with the Bidding Process itself, in respect of the above mentioned Project and the terms and implementation thereof.

15. In the event of our being declared as the successful Applicant, We agree to enter into a

Agreement in accordance with the draft attached in the RFP document.

16. We have studied all the RFP Document carefully. We understand that except to the extent as expressly set forth in the Agreement, we shall have no claim, right or title arising out of any documents or information provided to us by SLNA or in respect of any matter arising out of or concerning or relating to the selection Process including the award of contract.

17. The Consultancy Fee has been quoted by us after taking into consideration all the terms

and conditions stated in the RFP, draft Agreement. 18. In accordance with the RFP Document, we offer separate Proposal Security of ` ……/- vide

DD no. ---------- dated ----------- drawn on ---------------, --------------- Branch payable at SBI, Gangtok to SLNA for submission of our Proposal.

19. The RPF Document Purchase Fee of `………./- in the form of a vide DD no ( ---------- dated

----------- drawn on ---------------, --------------- Branch, payable at SBI Gangtok) is attached. 20. We agree and understand that the Proposal is subject to the provisions of the RFP

Documents. In no case, We shall have any claim or right of whatsoever nature if the Project is not awarded to me/us or our Proposal is not opened.

21. We agree to keep this offer valid for 180 (one hundred and eighty) days from the Proposal Due Date specified in the RFP.

22. We agree and undertake to abide by all the terms and conditions of the RFP document. In

witness thereof, I/we submit this Proposal under and in accordance with the terms of the RFP document.

Yours faithfully, Date: (Signature of the Authorized signatory) Place: (Name and designation of the of the Authorized signatory) Name and seal of Bidder

Form-B Particulars of the Applicant

1. Name Of The Firm :

2. Registered Office :

3. Date Of Incorporation:

4. Constitution Of Consultant Firm :

5. Names of Govt. Dept. / Public Sector undertaking / Pvt. Sector / International clients to whom the bidder has provided similar services, if any:

6. Main Business Activities :

7. Details Of Main Branches :

8. Annual turnover of the Firm (in INR) from Consulting Assignments in India during last three Financial Years. (Please attach copy of the Audited Financial Statements)

2007-08: 2008-09: 2009-10:

10. Details Of Contact Persons NAME : DESIGNATION : CONTACT TEL. NO. : MOBILE NO. : FAX NO. : EMAIL ID : POSTAL ADDRESS : (Signature of Authorized signatory)

Form C Performance statement for a period of last three years Order placed by (with address)

Order No. & date

Description of the work order

Number of operational and managerial Personnel provided by the Firm

Name of Key Personnel of Firm involved and functions performed therein

Value of Works

Signature and seal of the Bidder: _____________________________________________ Photocopy of work order and completion certificate are to be attached.

Form-D CURRICULUM VITAE (CV) OF INDIVIDUAL EXPERTS Name of Firm: ...................................................................... Name of Expert: ..................................................................................................................... Designation: ........................................................................................................................ Date of Birth: ..................................................................................................................... Years with Firm/Entity : ........................................... Nationality ...................................... Detailed Task Assigned: .................................................................................................... Key Qualifications: [Give an outline of expert’s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations.] Education : [ Summarize college/university and other specialized education giving their names, dates attended, and degrees obtained] Note:- Personnel is to affix his recent photograph on first page of CV. Complete address and phone number of the Expert is to be provided. Document for proof of age is to be enclosed. Document for proof of qualification is to be enclosed. Age of the personnel shall not be more than 65 years. Employment Record: [Starting with present position, list in reverse order every employment held. For experience in last ten years, also give types of activities performed and client references, where appropriate] Languages: [For English language indicate proficiency: excellent, good, fair, or poor; in speaking, reading, and writing] Certification I, the undersigned, certify to the best of my knowledge and belief that: (i) This CV correctly describes my qualifications and my experience. (ii) I am committed to undertake the assignment within the validity of Proposal. Name & Signature of the Key Personnel Name & signature of the authorized signatory

Form E (Financial Proposal) To The Additional Secretary Urban Development & Housing Department Government of Sikkim Gangtok . Sub: Financial Proposal For Setting Up Of City Level Technical Cell for RAY, SJSRY, JNNURM. 1. We, the undersigned, offer to provide the consulting services for the above in accordance with your RFP. Our Financial Proposal is/ are as follows:

Name of City Financial Quotation

Gangtok `................ (Rupees -----------) per month*. (Amount in words and figure)

The above amount is exclusive of all applicable taxes including service tax and eligible out of pocket expenses. 2. Our Financial Proposal shall be binding upon us subject to any modifications resulting from contract negotiations, up to the expiration of the validity period of the Proposal, i.e. ........................... (Date). 3. This financial proposal covers remuneration for all the Personnel (Expatriate and Resident, in the field, office etc), accommodation, air fare, equipment, printing of documents or any other payments in relation to the Project etc. The Financial Proposal is without any condition. 4. We undertake that in competing for and, if the award is made to us, in executing the above services, we will strongly observe the laws against fraud and corruption to force in India namely “Prevention of Corruption Act 1988” We understand that you are not bound to accept any Proposal you receive. Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Firm: Address