request for proposals for the empanelment of resource...

40
1 Department of Urban Administration and Development Government of Madhya Pradesh Request for Proposals for the Empanelment of Resource Organisation RFP: TIA/NULM/ROs/06/14/9016 June, 2014

Upload: dinhthu

Post on 08-May-2018

223 views

Category:

Documents


1 download

TRANSCRIPT

1

Department of Urban Administration and Development

Government of Madhya Pradesh

Request for Proposals for the Empanelment of Resource Organisation

RFP: TIA/NULM/ROs/06/14/9016

June, 2014

2

Letter of Invitation June, 2014

Invitation [TIA/NULM/ROs/06/14/9016]

1. Urban Administration and Development Department (UADD) of the Government of Madhya Pradesh

(GoMP) is implementing the National Urban Livelihood Mission (NULM) programme of GoI at State

level and in 55 mission cities. The programme is designed to provide sustainable livelihood to urban

poor through building community based collective institution in the form of self help groups and its

federations.

2. State Urban Livelihood Mission (SULM) (hereinafter ‘the Client’) now invites online proposals

https://www.mpeproc.gov.in/ from reputed firms for developing community collective institutions Self

Help Groups (SHGs), Area Level Federations and City Level Federations) of poor. The selected

agency will work on strengthening of existing SHGs, formation of new Self Help Groups , Area Level

Federations and City Level Federation , including bank linkages and handholding support to the

urban poor in all 55 cities of the state. These ROs may be considered to give work by State/Central

Government /Externally Aided projects/Projects/Schemes/Other Agencies for works of similar

nature.

3. Agency will be selected cluster wise (a set of towns as mentioned in the ToR). Agency can propose

maximum two clusters separately. It will be the discretion of client to change the number of clusters

to be given to a bidder.

4. The financial proposal is not required in this case since the basis of selection is Fixed Cost Basis

selection (FCBS).

5. Cost: The fixed cost amount is Rs. 10000/- per self help group (SHG).

6. Any registered body can bid.

7. Agency will be selected for a maximum period of three years. However, the performance of the

agency will be reviewed yearly and upon satisfactory performance of the selected agency will

continue its support for entire contract period. The funding for the formation of SHGs, bank linkages,

handholding and strengthening of SHGs and its federations will be available for two years only.

8. The formation of new SHGs will not be allowed in the third year. Therefore, the formation of new

SHGs will be in the first two years only.

9. All information contained in this package should be treated as commercially confidential and you are

required to limit dissemination on a need-to-know basis.

10. Agencies will be empanelled by the SULM (State Urban Livelihoods Mission) through a competitive

process of technical proposal evaluation. A list of maximum top 10 technically qualified agencies will

be empanelled for each cluster and this list would be used by ULBs to engage the ROs. The

respective ULBs will invite empanelled agencies to deliver the task as specified in the ToR based on

the list provided by the SMU (state management unit).

11. The RFP includes the following documents:

i. Letter of Invitation

ii. E-tendering

3

iii. Data-sheet

iv. Terms of Reference

v. Instructions to Agency (including Data Sheet), see Annexure A

vi. Terms of Reference (ToR), see Annexure D

Please note that while all the information and data regarding this RFP is, to the best of the Client’s

knowledge, the Client holds no responsibility for the accuracy of this information and it is the

responsibility of the Agency to check the validity of data included in this document. The scope of work

mentioned in the TOR (Terms of Reference) will be applicable to NULM or its allied programme/ name

change in future.

Mission Director, SULM

Urban Administration & Development Department

Government of Madhya Pradesh

4

KEY DATES

Purchase of Tender

Start Date :

10-06-2014

10:00 hrs

Pre-bid meeting

Date and Time:

20-06-2014

14:00 hrs

Purchase of Tender

End Date:

10-07-2014

17:00 hrs

Online Bid Submission

End Date:

10-07-2014

17:30 hrs

Physical Bid Submission

End Date:

11-07-2014

14:00 hrs

Mandatory Submission (Envelope-A)

Open Date:

11-07-2014

16:00 hrs

Technical Proposal (Envelope-B)

Open Date:

11-07-2014

16:15 hrs

5

Checklist (please-tick)

Online Two envelope system shall be followed, agencies have to submit two envelopes physically

also i.e.

Envelop A: EMD

Envelop B: Technical Bid.

Note:

Only those proposals will be considered for Opening, who has submitted the proposal online as well as in physical form.

S. No. Checklist Tick

1. Whether the proposals have been properly sealed, marked and labelled as

required?

2. Have you submitted Envelop-A & Technical Proposal (i.e. Envelop-B)

physically as well as online in prescribed Envelopes?

3. Have you mentioned the name of proposed cluster on the Technical

envelop?

4. Whether the proposal has been signed by concerned authority?

5. Whether submitted number of copies as prescribed in the data sheet?

6. Whether submitted the soft copy of the Envelope-A & Technical Proposals

(i.e. & Envelope-B) in PDF format?

7. Have you enclosed the EMD in Envelope-A?

8. Whether the EMD drawn on a scheduled Commercial Bank?

9. Have all the pages of proposal been signed?

10. Have all the CV’s Signed by Concerned person and properly authorized?

11. Is the CV submitted according to the format given?

12. Have you checked the Eligibility Criteria & Enclosed the relevant

documents as proof?

13. Whether the number of pages of the proposal properly indexed?

14. Have you attached the work-orders- as documentary evidence?

6

Instructions to Agency for participation in e-Tendering

Note: Following conditions will over-rule the conditions stated in the tender documents,

wherever relevant and applicable.

e-Tendering:

For participation in e-tendering module of UADD, it is mandatory for prospective bidders to get registration on website www.mpeproc.gov.in. Therefore, it is advised to all prospective

Agencies to get registration by making on line registration fees payment at the earliest.

Tender documents can be downloaded from website www.mpeproc.gov.in. However, the

tender document of those agency shall be acceptable who have made online payment for the tender documents fee of Five thousand only/- (Rs. 5,000/- only) plus service & gateway charges, without which bids will not be accepted for empanelment.

Service and gateway charges shall be borne by the agencies.

Since agencies are required to sign their bids online using class-III Digital Signature Certificates, they are advised to obtain the same at the earliest.

For further information regarding issue of Digital Signature Certificate, agencies are requested to visit website www.mpeproc.gov.in. Please note that it may take up to 7 to 10

working days for issue of Digital Signature Certificate. UADD will not be responsible for delay in issue of Digital Signature Certificate.

If an agency is bidding first time for e tendering, then it is obligatory on the part of agency to fulfil all formalities such as registration, obtaining Digital Signature Certificate etc. well in advance.

Agencies are requested to visit our e-tendering website regularly for any clarifications and/or due date extension or corrigendum.

Agency must positively complete online e-tendering procedure at www.mpeproc.gov.in

UADD shall not be responsible in any way for delay/difficulties/ inaccessibility of the downloading facility from the website for any reason whatsoever.

For any type of clarifications bidders/contractors can visit www.mpeproc.gov.in and held

desk contact No. 18002748484 and 18002745454.

Interested bidders may attend the free training programme in Bhopal at their own cost. For further query please contact help desk.

The agency who so ever is submitting the tender by his Digital Signature Certificate shall invariably upload the scanned copy of the authority letter as well as submit the copy of the same in physical form with the offer of this tender.

Apart from uploading e-tender on website, agency has to submit separate envelopes of

1. EMD (Demand Draft) of Rs 25,000/-(Twenty Five Thousand Only) in Envelop-A and

2. Technical Bid in Envelop-B. with all relevant enclosures

7

Envelop-A & Envelop-B are to be kept in one sealed envelope in physical form (as well as must

be submitted Online. Submission of financial proposal is NOT REQUIRED in this case). This

envelope should be properly super scribed that this envelope contains 2 envelops of EMD and

Technical bid against respective tender with due date & time of tender opening as per NIT.

This envelope should be submitted physically till date of submission and opening against

each tender. Tenders received within specified time (e-tender as well as physical submission)

shall only be opened on the date/time specified in presence of agencies or their authorized

representatives, whosoever may be present.

The prospective bidders will upload scanned self-certified copies of requisite documents as

required in e-tendering process.

The tender documents in physical form shall be accepted up to 11-07-2014 - 14:00 hrs. The

same may be dropped in the office of the undersigned.

1. Those physically submitted documents will be acceptable and considered, if, same are uploaded on the website along with tender offer. Cognizance of other physically submitted documents (if any) shall not be taken.

2. The physically submitted envelope of documents will be opened first. The tenders received without pre-requisite EMD and tender cost shall be returned unopened to the respective agency. The tender documents fees shall not be refunded.

Earnest Money Deposit and the tender fee:-

The Tender fee of Rupees five thousand only is to be submitted by an agency by making Online Payment only against RFP No:TIA/NULM/ROs/06/14/9016

The EMD of Rs 25,000/ (Rs Twenty Five Thousand Only) is to be submitted by agency only in the form of bank draft drawn in favour of Mission Director, SULM, UADD, Bhopal, Madhya Pradesh. The DD of EMD shall be physically submitted in a sealed Envelope-A super scribing “EMD of Rs. 25,000 (Rs. Twenty Five Thousand Only)” in the form of DD against RFP No: TIA/NULM/ROs/06/14/9016

The EMD must be submitted in Envelop-A.

No Proposal will be accepted without valid earnest money deposit and Tender Document fee paid Online.

The prospective bidders/contractors, submitting EMD envelope in physical form as detailed above for respective tender, will upload scanned self-certified copies of requisite EMD and Tender fee documents on the website along with tender offer. Only those physically submitted document regarding EMD will be acceptable and considered, if, same are uploaded in the website along with tender offer.

Any mismatch, if found in the documents submitted in physical form and that uploaded online, the documents ONLINE shall be considered final and no justification regarding this shall be entertained by UADD.

Technical bid:- Agency must positively complete online e-tendering procedure at

www.mpeproc.gov.in. They shall have to submit the documents as prescribed in the RFP online

in the website.

Hard copies of above technical offer, (uploaded in the website) must be submitted in a separate sealed envelope supers scribing “Envelop-B technical bid for RFP No: TIA/NULM/ROs/06/14/9016

Only those physically submitted documents regarding technical bids will be acceptable and considered, if, same are uploaded in the e-procurement website.

8

On the due date of e-tender opening, the technical bid of bidders and EMD and tender fee, will be opened online. UADD reserves the right for extension of due date of opening of technical bid.

UADD reserves the right to accept or reject any or all tenders without assigning any reason what so ever.

In case, due date for submission & opening of tender happens to be a holiday, the due date shall be shifted to the next working day for which no prior intimation will be given.

Any change/modifications/alteration in the tender documents by the agency shall not be allowed and such tender shall be liable for rejection.

If there any extension of the due date of proposal submission will be posted on the website only at: www.mpeproc.gov.in. & http://www.mpurban.gov.in The information will not be circulated through news paper.

For amendment, if any, please visit www.mpeproc.gov.in & http://www.mpurban.gov.in web site

regularly. In case of any bid amendment and clarification, the responsibility lies with the bidders

to note the same from web site of UADD. UADD shall have no responsibility for any

delay/omission on part of the agency.

9

Data Sheet

1 Name of the Client: State Urban Livelihood Mission, UADD, Government of Madhya Pradesh, Palika Bhawan, Shivaji Nagar, Nr Bus Stop No 6, Bhopal, 462016, MP

2 Method of selection: Fixed Cost Basis Selection (FCBS).

3 Cost: The fixed cost amount is Rs. 10000/- per self help group (SHG).

4 Technical proposal should be submitted in sealed envelope: Yes Title of Service is: Selection of agencies as Resource Organisation for the formation, bank linkages, handholding, nurturing and strengthening of self help groups and its federations at Area Level (AL) and City Level (CL).

5 Clarifications may be requested not later than fourteen (14) days before the last date of proposal submission date. All requests for clarifications will be directed to Client’s representative. The Client will respond to requests for clarifications by electronic means within seven (7) days prior to the proposal submission date.

6 The Client Representative is: Mission Director, SULM, UADD Palika Bhawan, Shivaji Nagar, Nr Bus Stop No 6, Bhopal, 462016, MP Telephone: + 91 0755 2554084 Facsimile: + 91 0755: 2555005, 2554084 E-mail: [email protected]

7 Proposals must remain valid for 180 days after the submission date indicated in this Data Sheet.

8 Interested agencies can purchase tender document at www.mpeproc.gov.in by making online payment of Five thousand only/- (Rs. 5,000/- only) plus service & gateway charges, without which bids will not be accepted.

9 A Bid Security should be provided with Technical Proposal: Yes

10 If Yes, the amount of the Bid Security is for each cluster Rs. 25000.00 (Twenty Five Thousand Only) only and the duration for validity of Bid Security as per banks norms.

11 Format for Bid Security will be: Bank draft favouring the respective mission Director SULM, Madhya Pradesh and drawn on a scheduled Commercial Bank with a branch in Bhopal

12 A Performance Bond in the form of Bank Guarantee is to be submitted by the winning agency upon signing of Contract with respective ULBs: Yes

13 If yes, the amount will be 5% of the contract value; this may be provided as 100% Bank Guarantee. Bank Guarantee will be made in the name of respective ULBs, Madhya Pradesh and drawn on a scheduled commercial bank with a branch in Bhopal

14 Agency is required to include with its Proposal written confirmation of authorisation to sign on behalf of the Agency: Yes

15 Joint Ventures or Consortia are permissible: Yes (with Maximum 2)

The Lead bidder will comply with all eligibility criteria individually as required by the Rfp, the JV/Associate partner must have three year of experience in SHG- formation, training, Micro enterprise.

16 Agency must submit the one hard copy of the Technical Proposal.

10

17 Eligibility Criteria:

At least five financial years (2008-2009, 2010-2011- 2011-2012, 2012-2013, 2013-2014) of experience in the formation, strengthening, bank linkages, and training of self help groups and its federations, Micro Enterprise.

Should have trained at least 300 SHG members per year for the last above mentioned five financial years.

Average annual turnover of at least Rs. 50,00,000 (Rupees Fifty Lakh) for the last three consiquitive financial years and the first financial year should not older than 2010-11. Bidders should provide audited financial statements along with all schedules in their technical proposal.

Bidders should provide sufficient documentary evidence of compliance against the above eligibility criteria in the technical proposal mentioned in the table ‘Evaluation Methodology;

18 Proposals must be online submitted no later than the following date and time: as per Key Dates.

19 Address for submission of Proposals: Mission Director SULM, UADD Palika Bhawan, Shivaji Nagar, Nr Bus Stop No 6, Bhopal, 462016, MP Telephone: + 91 0755 2554084, 2555006 Facsimile: + 91 0755: 2555005, 2554084

20 Expected date for public opening of Technical Proposals for empanelment: as per Key Dates.

Evaluation Methodology:

S.No. Parameters

Documentary evidence

(to be submitted in the

technical proposal)

Maximum

Marks

1. Agency experience – 500 marks (Agency provided training to SHGs/Federation,

Bank Linkages, ToT, handholding support, experience in urban livelihoods

1.1

Agency provided training to SHGs/Federations in the last

three years

1. Agency trained SHG – 601- 700 (100 marks)

2. Agency Trained SHG– 701-800- (150 marks)

3. Agency Trained SHG above 900 (200 marks)

Work orders from clients

200

1.2

4. Agency- facilitated Bank Linkages to at least 50

SHGs (80 marks)

5. Agency- facilitated Bank Linkages to at least 75

SHGs (130 marks)

6. Agency- facilitated Bank Linkages to at least 100

SHGs (200 marks)

Bank pass book (first

page showing name of

SHG and a page with

last transaction showing

loan)

200

1.4

Agency having experience in handholding support to

SHG/Federations in last 3 years 2010- 2011, 2011-2012,

2013-2014

7. One project- (15 marks)

8. Two projects (30 marks)

9. Three and above projects- (50 marks)

Work order

50

1.5

Agency having experience of working in urban

10. 2-3 projects (20 marks)

11. 4-5 Projects (30 marks)

12. 6 and above (50 marks)

Work order

50

2. Agency credentials – 100 marks

2.1

1. Number of projects awarded in last five years by

government/semi government/any aided agency/CSR

2008-2009, 2009-2010, 2010- 2011, 2011-2012, 2013-

2014

13. Agency awarded 1-3 projects (60 marks)

14. Agency awarded 4 and above projects- (100 marks)

(Tech form 2) any of the

followings:

Completion

certificate from

clients

Work order

100

11

S.No. Parameters

Documentary evidence

(to be submitted in the

technical proposal)

Maximum

Marks

Performance

certificates

Experience

certificates

3. Firm's Infrastructure – 50 marks

3.1

Whether office set-up available in the proposed cluster ?

- 1 Office (10 marks)

- More than 1 (20 marks)

Details of office

address with phone

numbers 50

4. Approach and Methodology – 150 marks

4.1

Approach and Methodology covering:

Situational analysis of SHGs

Formation of SHGs and its federations

Bank linkages

Development of training modules

Training

Handholding

Withdrawal strategy

Any other

A&M including

work plan.

150

5. Team composition*- 100 marks

Team Leader

Micro-finance/ SHG expert

Social Mobilizer

* Only Team Leader's CV will be evaluated.

CVs (maximum 3

pages, in Ms-word,

Arial 10 font size

with one and half

line spacing)

100

6. Empanelment details – 50 marks

6.1

Whether currently empanelled for strengthening or

training of SHGs with Central Government / State

Government agencies

Copy of valid

empanelment 50

7. Agency experience in Madhya Pradesh – 50 marks

7.1

Number of relevant projects in Madhya Pradesh

(minimum 2 projects in last 5 years 2008-2009, 2009-

2010, 2010-2011, 2011-2012, 2012-2013)

Technical form 2 50

Total 1000

Note: (1) Top 10 agencies for a cluster (based on the technical score) will be empanelled.

(2) Only Team Leader's CV will be evaluated. The successful bidder will provide detailed CVs of Micro

Finance / SHG Expert and Social Mobilizer for approval at ULB Level.

12

13

Annexure A: Instructions to Agencies

1. Introduction 1.1 If there any conflict between standard instruction (Annexure-A) to

agencies document and other documents of RFP. The condition

mentioned in data sheet, ToR and the invitation letter will prevail as

final.

1.2 Agencies are invited to submit a Technical Proposal only as specified

in data sheet. The agency means Bidder, Firm, registered Society,

Registered Institution or a registered organisation.

1.3 Agency shall bear all costs associated with the preparation and

submission of its Proposal and contract negotiation.

1.4 The Client is not bound to accept any Proposal, and reserves the

right to annul the selection process at any time prior to award of

Contract without thereby incurring any liability to the Agency.

Eligible

Agency

1.5 Agency may be a natural person, private entity, government-owned

entity , or any combination of these, with a formal intent to enter into

an agreement or an existing agreement in the form of a Joint Venture

(JV). In the case of a JV:

i) all parties to the JV shall be jointly and severally liable; and

ii) a JV shall nominate a Representative who shall have the authority to

conduct all businesses for and on behalf of any and all the parties to the

JV during the bidding process and, in the event the JV is awarded the

Contract, during Contract execution.

1.6 Government-owned enterprises in India may participate as a bidder

only if they can establish that they: a) are legally and financially

autonomous, b) operate under commercial law, and c) are not

dependent agencies of UADD.

1.7 A firm or individual declared ineligible by the Government of India or

GoMP shall be ineligible to provide consulting services.

1.8 Agency shall provide such evidence of their continued eligibility

satisfactory to the Client, as the Client shall reasonably request.

Conflict of Interest 1.9 In the event of a conflict of interest, the Agency is required to obtain

confirmation of ‘no objection’ from the Commissioner, UADD in order

to bid. Conflict of interest exists in the event of: (i) the supply of

services, equipment or works whose ToR/specifications were

prepared by the bidding Agency (individuals and organisations); (ii)

the successor to a previous assignment executed by the bidding

Agency (e.g. implementation of a project for which the Agency has

conducted a feasibility assessment) ; (iii) conflicting assignments,

typically monitoring and evaluation/environmental assessment by the

implementation Agency; (iv) Agency's, suppliers or contractors who

are filling, or whose personnel or relatives are filling a post with

UADD or participating ULBs e.g. advisory role, team leader; (v)

Agency's, suppliers or contractors (individuals and organisations)

who have a business or family relation with a Client staff member

directly or indirectly involved in the preparation of the ToR,

specifications, related recruitment or supervision, and (vi) practices

prohibited under the anticorruption policy of the Government of India,

14

and the Government of Madhya Pradesh.

Disclosure 1.10 Agency's have an obligation to disclose any actual or

potential conflict of interest. Failure to do so may lead to

disqualification of the Agency or termination of its Contract.

1.11 Agency must disclose if they are or have been the subject

of any proceedings (such as blacklisting) or other arrangements

relating to bankruptcy, insolvency or the financial standing of the

Agency, including but not limited to appointment of any officer such

as a receiver in relation to the Agency’s personal or business matters

or an arrangement with creditors, or of any other similar proceedings.

1.12 Agency must disclose if they or any of their sub-contractors

have been convicted of, or are the subject of any proceedings

relating to:

iii) a criminal offence or other serious offence involving the activities of a

criminal organisation, or where they have been found by any regulator or

professional body to have committed professional misconduct;

iv) corruption including the offer or receipt of an inducement of any kind in

relation to obtaining any contract, with UADD, a City Municipal

Corporation, any other donor of development funding, or any contracting

authority;

v) failure to fulfil any obligations in any jurisdiction relating to the payment of

taxes or social security contributions.

Anticorruption 1.13 A recommendation for award of Contract will be rejected if it

is determined that the recommended Agency has directly, or through

an agent, engaged in corrupt, fraudulent, collusive, or coercive

practices in competing for the contract in question; in such cases

UADD or the relevant Municipal Corporation will declare the Agency

and/or members of the consortium ineligible, either indefinitely or for

a stated period of time, from participation in GoMP financed activities,

and Agency's will be blacklisted by the Government of Madhya

Pradesh.

Maximu Two cluster Bidder can apply for maximum two clusters separately.

2 Clarification

of RFP

Documents

2.1 Agency's may request clarification of any of the RFP documents up

to a specified number of days before the submission date as

indicated in the Data Sheet. Any request for clarification must be sent

in writing, including by standard electronic means, to the Client’s

Representative whose address is provided in the Data Sheet. The

Client will respond by standard electronic means within the period

specified in the Data Sheet, and will send written copies of the

response (including an explanation of the query, without identifying

the source of inquiry) to all Agency's who have formally indicated that

they intend to submit a Proposal. Should the Client deem it

necessary to amend the RFP as a result of a clarification.

2.2 Amendment

of

RFP

documents

2.3 At any time before the submission of Proposals, the Client may

amend the RFP by issuing an addendum in writing, including by

standard electronic means.

2.4 Any addendum will be sent to all Agency's and will be binding on

them. Agency's shall acknowledge receipt of all amendments in

writing, including by standard electronic means, in order to remain

15

eligible.

2.5 To give Agency's reasonable time in which to take an addendum into

account in preparing their Proposals, the Client may, at its discretion,

extend the deadline for the submission of the Proposals.

3 Preparation of

Proposals

Language of

Proposals

3.1 The Proposal and all related correspondence exchanged between the

Agency and the Client shall be written in the English language. Supporting

documents and printed literature that are part of the Proposal may be in

another language provided they are accompanied by an accurate translation

of the relevant passages in English, in which case, for the purposes of

interpretation of the Proposal, the translated version shall govern.

Cost of bidding 3.2 The Agency shall bear all costs associated with the preparation and

submission of its Proposal. The Client shall not be responsible or liable for

those costs, regardless of the conduct or outcome of the bidding process.

3.3 The JV Agreement must:

i) be signed in original by a duly authorised representative of each partner

with details of each signatory provided in print below each signature;

ii) include an express provision that each partner is jointly and severally

liable in respect of the Agency’s obligations;

iii) provide details of the name of the partner nominated to act as manager

of the Joint Venture and who is authorised to act for the Joint Venture in

terms of committing it to any obligations and liabilities and to receive and

act upon instructions from the Client and to make and receive payments;

iv) provide full details of the proposed structure, the division of technical

responsibilities between the partners and intended capitalisation.

Partners 3.4 Alternative experts shall not be proposed, and only one curriculum

vitae (CV) may be submitted for each position.

4 Full-time

employees

4.1 It is desirable that the Team Leader or expert proposed as Team

Leader is a regular full-time employee of the Agency or the Sub-Agency. A

regular full-time employee is defined as a person who, on the date of

submission of the Agency’s Proposal:

i) is currently employed under a contract or agreement of employment with

the Agency or the Sub-Agency;

ii) has been employed by the Agency or the Sub-Agency for the 12

consecutive months immediately preceding the date of submission of the

Proposal;

iii) is entitled to receive regular remuneration and benefits from the Agency

or the Sub-Agency; and

iv) is engaged to work for the Agency or the Sub-Agency for the number of

hours per day and days per year considered the norm in the country of

employment or in the country in which the person is assigned.

5 Instructions

for submission of

Proposal

5.1 These instructions should be read in conjunction with information

specific to the consulting services contained in the Covering Letter, Data

Sheet, and Instructions to Bidders for participation in e-Tendering and

accompanying documents.

5.2 Proposals must be received online as well as offline (i.e. in Physical

Form) before the deadline specified in the Data Sheet/Key Dates. Proposals

must be submitted to the address specified on the Data Sheet and delivered

on or before the time specified in the Data Sheet.

Documents 5.3 Agency's shall submit simultaneously two sealed envelopes, one

16

comprising the

Proposal

containing the Technical Proposal (i.e. Envelop-B) and the other the EMD

(i.e. Envelop-A) in physical form as well as online, both envelopes must be

enclosed together in an outer single envelope for physical submission. The

Technical Proposals (submitted Online as well as Offline) will be opened at

the date and time specified in the Data Sheet/Key Dates while Financial

Proposal in not required in this proposal.

5.4 The Online Financial Proposals for all qualifying Technical Proposals

will be opened in public at a date and time specified in the Data Sheet/Key

Dates.

Technical Proposal

(see Annexure B)

5.5 The Technical Proposal shall contain the following:

i) Section 1: Covering Letter, subject to maximum of two (2) pages (Form

Tech 1);

ii) Section 2: Project detail sheets outlining previous experience of the firm

in at least five similar types of assignments completed during the last

Five years (in prescribed format) (Form Tech 2)

iii) Section 3: Employee / Trainer details (Form Tech 3)

iv) Section 4: CVs of personnel to work on this project (in the CV please

include name of staff, nationality of staff, profession/designation of staff,

proposed position in the team, whether employee of the firm, number of

years with the firm, key qualifications, education, experience and

languages known), (Form Tech 4);

v) Section 5: Firms infrastructure (Form tech 5)

vi) Section 6: Technical Response comprising approach and methodology

on how the firm will deploy and manage the complement of staff,

including charts and diagrams; (Form tech 6)

vii) Section 7: Empanelment letter Tech form 7

viii) Section 8 Matters not appropriate in any other section. This includes:

written confirmation authorising the signatory of the Proposal

to commit the Agency;

Letter of Authorisation/JV Agreement (or Intent to form a JV),

disclosures, if any; and

declaration of conflict of interest, if any.

Section 9 should not include any promotional material, brochures, etc.

5.6 No mention of your commercial response should be made anywhere in

the Technical Proposal, unless specified in the Data Sheet; non-confirmation

will result in automatic disqualification of the Agency’s Proposal.

Financial Proposal

(see Annexure C)

5.7 No Financial Proposal is required at this point of time:

Submission

instructions

5.8 Agencies are expected to carefully review the contract provisions

attached in the RFP for preparation of their Technical Proposals.

5.9 The Agency shall submit both Technical Proposals using the

appropriate submission sheets provided in Annexure B: Technical Proposal

Submission Forms and Annexure C: These forms must be completed without

any alteration to their format, and no substitutes will be accepted. All fields

shall be completed with the information requested.

5.10 Agencies are required to submit their Technical Proposals in hard copy

as well as online (in soft copy) in Adobe Acrobat (PDF) format only. The

number of hard copies to be submitted is specified in the Data Sheet.

5.11 In case of discrepancies between the online copy and the hard copy,

Not Applicable

17

the online copy will be considered the binding version.

Taxes 5.12 The Agency may be subject to taxes (such as: fringe benefit tax, value

added or sales tax, service tax, duties, etc) on amounts payable by the Client

under the Contract.

Proposal prices 5.13 All prices should be valid for the duration specified in the Data Sheet.

5.14 All prices quoted should be inclusive of the price structure as specified

in the Data Sheet.

5.15 Prices quoted by the Agency shall be fixed during the Agency’s

performance of the Contract and not subject to variation on any account,

unless otherwise specified in the Data Sheet.

Currency of the

Proposal

5.16 Proposal prices shall be quoted in Indian Rupees.

Documents

establishing the

eligibility of the

Agency

5.17 To establish their eligibility Agency shall:

i) if the Agency is an existing or intended JV, submit a copy of the JV

Agreement, or a Letter of Intent to enter into such an Agreement. The

respective document shall be signed by all legally authorised signatories

of all the parties to the existing or intended JV, as appropriate.

Proposal validity 5.18 Proposals shall remain valid for the period specified in the Data Sheet

commencing with the deadline for submission of Proposals as prescribed by

the Client.

5.19 A Proposal valid for a shorter period shall be considered non-

responsive and will be rejected by the Client.

5.20 In exceptional circumstances, prior to the expiration of the proposal

validity period, the Client may request Agency's to extend the period of

validity of their Proposals. The request and the responses shall be made in

writing. A Agency may refuse the request. A Agency granting the request

shall not be required or permitted to modify its Proposal.

5.21 During the Proposal validity period, Agency's shall maintain the

availability of experts nominated in the Proposal. The Client will make its best

effort to complete negotiations within this period.

Format and signing of

Proposals

5.22 These instructions should be read in conjunction with information

specific to the assignment contained in the Letter of Invitation, Data Sheet

and other accompanying documents.

5.23 All Technical Proposals (original plus the number of copies specified in

the Data Sheet) shall be placed in an envelope clearly marked ‘TECHNICAL

PROPOSAL’ and ‘ORIGINAL’ or ‘COPY No._#_’. These envelopes

containing the original and the copies, shall then be enclosed in one single

envelope which shall be clearly marked and ‘Envelope-B + ORIGINAL + _#__

COPIES’.

The EMD shall be enclosed in Envelope-A marked ‘Envelope-A + ORIGINAL

+ FD/DD of EMD as per Data Sheet’.

Note: For Online submission please refer “Instructions to Bidders for

participation in e-Tendering”

5.24 In the event of any discrepancy between the original and the copies,

the original shall prevail.

5.25 No Financial Proposal is required at this point of time.

5.26 These two envelopes (i.e. Envelope-A & Envelope-B) should be sealed

separately and must be put in the wax sealed envelope.

5.27 The original and all copies of both the Technical shall be typed or

18

written in indelible ink and shall be signed by a person duly authorised to sign

on behalf of the Agency. This authorisation shall consist of a written

confirmation and shall be attached to the Technical Proposal. The name and

position of each person signing the authorisation must be typed or printed

below the signature. All pages of the Proposal, except for unamended printed

literature, shall be signed or initialled by the person signing the Proposal.

Note: For Online Submission, all documents should be signed digitally using

Class-III Digital Signature Certificate.

5.28 Any interlineation, erasures, or overwriting shall be valid only if signed

or initialled by the person signing the Proposal.

5.29 All bids must contain original + copies of the Technical Proposal (in

Envelope-B submitted Online as well as physically), EMD (in Envelope-A

submitted Online as well as physically) as described in the Data Sheet.

Sealing and

marking of Proposals

5.30 The two envelopes containing the Technical Proposal and EMD shall

be sealed in an outer envelope. This outer envelope shall be sealed, and

signed over the seal, and will be clearly labelled with:

i) Title of Consulting Services;

ii) RFP Number;

iii) Deadline for Submission; and

iv) Address of the Agency.

In addition, envelopes shall bear the following directions:

v) Address for submission of Proposals as specified in the Data Sheet.

vi) On outer envelope containing Technical Proposals and EMD: ‘DO NOT

OPEN EXCEPT IN THE PRESENCE OF THE EVALUATION

COMMITTEE’.

vii) On inner envelopes containing the Technical proposal & EMD:, ‘DO NOT

OPEN BEFORE (insert date and time for the opening of Technical

Proposals & EMD as specified in the Data Sheet)’; and

Note: For Online submission, please refer “Instructions to Bidders for

participation in e-Tendering”.

5.31 If any envelope is not sealed and marked as instructed, the Client will

assume no responsibility for the misplacement or premature opening of

envelopes.

Deadline for

submission of

Proposals

5.32 Proposals must be submitted online on https://www.mpeproc.gov.in as

well as physically to the address specified on the Data Sheet and delivered

on or before the time specified in the Data Sheet/Key Dates.

5.33 The Client may, at its discretion, extend the deadline for the

submission of Proposals by amending the RFP in which case all rights and

obligations of the Client and Agency's subject to the previous deadline shall

thereafter be subject to the deadline as extended.

5.34 From the time the Proposals are opened to the time the Contract is

awarded, the Agency's should not contact the Client on any matter related to

its Proposal. Any effort by Agency's to influence the Client in the examination,

evaluation and ranking of Proposals, and recommendation for award of

Contract, may result in the rejection of the Proposal.

Late Proposals 5.35 The Client will not consider any Proposal that arrives after the deadline

prescribed by the Client for submission of Proposals in the Data Sheet/Key

Dates. Any Proposal received after the respective deadline (either Online or

Offline) for submission shall be declared late, rejected, and returned

unopened to the Agency.

19

Withdrawal of

Proposals

5.36 A Agency may withdraw its Proposal after it has been submitted by

sending a written Withdrawal Notice, duly signed by an authorised

representative, and including a copy of the authorisation document. The

Withdrawal Notice must be:

viii) submitted in the respective envelopes shall be clearly marked

‘WITHDRAWAL’; and

ix) received by the Client prior to the deadline prescribed by the Client for

submission of Proposals.

5.37 Proposals that are withdrawn shall be returned unopened to the

Agency.

5.38 No Proposal shall be withdrawn in the interval between the deadline for

submission of Proposals and the expiration of the period of Proposal validity

specified in the Data Sheet or any extension thereof, except in the case of a

request by the Client to extend the Proposal validity.

6 Opening of

Proposals

6.1 The Client will open EMD/Technical Proposals online as well as

physically in the presence of Agency's’ representatives who choose to attend,

at the address, date and time specified in the Data Sheet as the deadline for

submission.

Opening of Technical

Proposals

6.2 First, envelopes marked ‘WITHDRAWAL’ will be opened, read out, and

recorded, and the envelope containing the corresponding Proposals will not

be opened, and will be returned unopened to the Agency. No Proposal shall

be withdrawn unless the corresponding Withdrawal Notice contains a valid

authorisation to request withdrawal and is read out and recorded at the

opening of Technical Proposals.

6.3 All remaining envelopes holding the Technical Proposals shall be

opened one at a time, and the following read out and recorded:

i) the name of the Agency; and

ii) any other details as the Client may consider appropriate.

6.4 Only Technical Proposals read out and recorded at Proposal opening

shall be considered for evaluation. No Proposal shall be rejected at the

opening of Technical Proposals except for late Proposals, in accordance with

Clause ‎5.35.

6.5 The Client shall prepare a record of the opening of Technical

Proposals that shall include the name of Agency's and indicate whether there

is a withdrawal. The Agency's’ representatives who are present will be

requested to sign the record. The omission of a Agency’s signature on the

record shall not invalidate the contents or effect of the record. A copy of the

record will be distributed to all Agency's in writing or through standard

electronic means.

6.6 Technical Proposals which are rewarded the minimum qualifying marks

according to the evaluation criteria provided in Clause 7.7 below shall qualify

for opening of Financial Proposals.

20

Opening of

Financial

Proposals

6.7 The Financial Proposals of all non-qualifying Agencies will not be

opened.

6.8 Under FBS, all Agencies with qualifying Technical Proposals shall be

informed in writing, or through standard electronic means, of the date and

place for public opening of their Financial Proposals. Agency's’ attendance at

the opening of Financial Proposals is optional.

6.9 At the public opening of Financial Proposals, the Financial Proposals of

all qualifying Technical Proposals shall be opened online one at a time by the

Client and the following read out and recorded:

i) the name of the Agency;

ii) prices; and

iii) any other details the Client may consider appropriate.

6.10 Only Financial Proposals read out and recorded at the opening of

Financial Proposals shall be considered for evaluation. No Proposal shall be

rejected at the Financial Proposal opening.

6.11 The Client will prepare a record of the opening of Financial Proposals.

The Agency's’ representatives who are present will be requested to sign the

record. The omission of a Agency’s signature on the record shall not

invalidate the contents or effect of the record. A copy of the record shall be

distributed to all Agency's in writing or through standard electronic means.

6.12 All Financial Proposals shall be scrutinised for any non-conformity, and

modifications, if any..

7 Evaluation of

Proposals

7.1 Information relating to the examination, evaluation, comparison, and

post-qualification of Proposals, and recommendation of Contract award, shall

not be disclosed to Agency's or any other persons not officially concerned

with such processes until information on Contract award is communicated to

all Agency's.

Undue influence 7.2 Any attempt by a Agency to influence the Client in the examination,

evaluation, comparison, and post-qualification of the Proposals or Contract

award decisions may result in the rejection of its Proposal.

Clarification of

Proposals

7.3 To assist in the examination, evaluation, comparison and post-

qualification of Proposals, the Client may, at its discretion, ask any Agency for

a clarification of its Proposal. Any clarification submitted by a Agency that is

not in response to a request by the Client shall not be considered. The

Client’s request for clarification, and the response, shall be in writing. No

change in the prices or substance of the Proposal shall be sought, offered, or

permitted, after the opening of Financial Proposals, except to confirm the

correction of arithmetic errors discovered by the Client in the evaluation of the

Proposals, in accordance with Clause ‎7.5, if required.

Non-conformities,

errors and

omissions

7.4 The Client may waive any non-conformity or omission in a technically

qualifying Proposal that does not constitute a material deviation.

7.5 The Client will correct arithmetical errors during evaluation of Financial

Proposals on the following basis:

i) if there is a discrepancy between the unit price and the total price that is

obtained by multiplying the unit price and quantity, the unit price shall

prevail and the total price shall be corrected, unless in the opinion of the

Purchaser there is an obvious misplacement of the decimal point in the

unit price, in which case the total price as quoted shall govern and the

unit price shall be corrected;

ii) if there is an error in a total corresponding to the addition or subtraction

21

of subtotals, the subtotals shall prevail and the total shall be corrected;

and

iii) if there is a discrepancy between words and figures, the amount in words

shall prevail, unless the amount expressed in words is related to an

arithmetic error, in which case the amount in figures shall prevail subject

to (a) and (b) above.

7.6 If the winning Agency does not accept the correction of errors, its

Proposal shall be disqualified and the second ranking Agency shall be invited

for negotiations and finalisation of the Contract.

Evaluation of

Technical

Proposals

7.7 The evaluation committee shall evaluate the Technical Proposals on

the basis of pre-set criteria detailed in the bid data sheet

Qualification of

Technical

Proposals

7.8 After the technical evaluation is completed, under FBS the Client shall

notify, in writing, Agency's whose Technical Proposals receive a mark of 700

or higher, indicating the date, time, and location for opening of Financial

Proposals.

Evaluation of

Financial Proposals

7.9 When Quality and Cost Based Selection (QCBS) method is used:

i) to allow comparison on a common basis, each Financial Proposal will be

carefully scrutinised and an Estimated Total Price (ETP) will be

determined. The Financial Proposal with the lowest ETP will receive the

maximum score of 1,000 marks. The score for each other Financial

Proposal will be inversely proportional to its ETP and will be computed

as follows:

Sf = 1,000 x Fm / F where:

Sf is the financial score of the Financial Proposal being

evaluated,

Fm is the ETP of the lowest priced Financial Proposal,

F is the ETP of the Financial Proposal under consideration.

ii) The evaluation of Technical and Financial Proposals will be determined.

by applying a weight of 0.70 (70%) and 0.30 (30%) respectively to the

technical and financial score of each evaluated qualifying Technical and

Financial Proposal and then computing the relevant combined total score

for each Agency.

7.10 The highest ranked Agency based on the cumulative technical and

financial evaluation ranking will be invited for negotiations.

7.11 Financial Proposals are expected to be within the budget, if specified in

the Data Sheet.

7.12 When the Least Cost Selection (LCS) method is used, the Client will

select the lowest Financial Proposal of those Agency's whose Technical

Proposals have qualified.

7.13 Financial Proposals are expected to be within the budget, if specified in

the Data Sheet.

7.14 When fix cost budget method is used the evaluation will not be done.

Client’s right to

accept any Proposal,

and to reject any or

all Proposals

7.15 The Client reserves the right to accept or reject any Proposal, and to

annul the bidding process and reject all Proposals at any time prior to

Contract award, without thereby incurring any liability to the Agency's.

8 Award of

Contract

8.1 Prior to the expiration of the Proposal validity period, the Client shall

notify the successful Agency, in writing, that its Proposal has been accepted.

22

Notification At the same time, the Client shall notify all other Agency's of the results of the

bidding.

8.2 Until a formal Contract is prepared and executed, the notification of

award shall constitute a binding Contract.

Negotiations 8.3 The successful Agency will be informed in writing of the date, place

and time for negotiations/clarifications, if any. Representatives conducting

negotiations on behalf of the Agency must have written authority to negotiate

and conclude a Contract.

8.4 The successful Agency will confirm in writing its participation in

negotiations and ability to adhere to its Proposals within five (5) days of

receiving the notice.

8.5 Negotiation will include both technical and financial negotiation,

depending on the needs of the Client.

Availability of

personnel

8.6 The Agency shall confirm the availability of all personnel as indicated in

its Proposal.

8.7 The Client will not consider substitutions during contract negotiations

unless both parties agree that undue delay in the selection process makes

such substitution unavoidable, or for reasons such as death or medical

incapacity. Any proposed substitute shall have equivalent or better

qualifications and experience than the original candidate and must be

submitted to the Client within the period of time specified in the Letter of

Invitation to negotiate.

8.8 Failure to meet either of these requirements may result in

disqualification.

Signing of

Contract

8.9 Promptly after notification, the Client shall send to the successful

Agency the Contract and the Special Conditions of Contract (draft attached in

this RFP).

8.10 Pursuant to negotiations, the successful Agency shall sign, date, and

return the Contract, along with necessary supporting documents, to the

Client.

Start date

9 Penalty

9.1 The Agency is expected to commence the Services on the date and at

the location specified in the Data Sheet.

The Agency shall perform all the services as specified in the ToRs. The Agency shall ensure quality and timely delivery of all the deliverables. Failing to achieve the deliverables due to the reasons of the delay from the Agency will attract a strict penalty. Penalty of around 0.5% per month of the contract value will be levied on the training provided if the deliverables are not achieved on time.

23

24

Annexure B: Technical Proposal Submission Forms

Tech 1: Covering Letter

[Location, Date]

To: [Name and address of Client]

Dear Sir or Madam

We, the undersigned, offer to provide the Consulting Services for [Insert title of assignment] in

accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby

submitting our Proposal, which includes Technical Proposal only, sealed under an envelope1.

We hereby declare that we have read the Instructions to the Agency included in the RFP, and

abide by the same, and specifically to conditions mentioned in Section 1.5 to 1.8. [In case of any

declaration, reference to concerned document attached must be made].

We hereby declare that all the information and statements made in this Proposal are true and

accept that any misleading information contained in it may lead to our disqualification.

We confirm that all personnel and/or sub-contractors named in the tender will be available to

undertake the services.

We undertake, if our Proposal is accepted, to initiate the Consulting Services related to the

assignment not later than the date indicated in the Data Sheet.

We understand you are not bound to accept any Proposal you receive.

Yours faithfully,

Authorised Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

1 If applicable

25

Tech 2: Project Detail Sheet (outlining previous experience)

Assignment name:

Approx. value of the contract (in current Rs):

Country:

Location within Country:

Name of Client:

Total No of person-months of the assignment:

Address of Client:

Approx. value of the services provided by your

firm under the contract (in current Rs.):

No of person-months provided by your firm:

Start date (month/year):

Completion date (month/year):

No of professional person-months provided by the

JV partners or the Sub-Agency's:

Name of Agency:

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved from your firm

and functions performed indicated whether regular full-time employees of your firm or

part-time/independent2

Narrative description of Project in brief:

Description of actual services provided by your firm in the assignment (Pl. ensure that the details

such as training provided, candidates placed, self-enterprises, placement provided etc are provided in the project detail sheet)

:

2 Regular full-time employee as defined in Clause 4 of ‘Instructions to Agencys’.

26

Tech 3: Employee / Trainer Details

Please provide details of maximum 15 employees / trainer

Sl. No Employee name Designation Employee since Expertise

vii.

viii.

ix.

x.

xi.

xii.

xiii.

xiv.

xv.

xvi.

27

Tech 4: Firms Infrastructure

Sl. No. Description Detail

1. Office address

2. Details of training facilities

3. Photographs of training

facility

4. Other infrastructure

28

Tech 5: Approach & Methodology

Please provide your detailed A&M covering training, certification, placement, handholding, developing

training modules etc as detailed in the evaluation criteria. Bidders should also provide a work plan clearly

highlighting the deliverables schedule.

29

Tech 6: Empanelment letter

Pl. provide empanelment letters as relevant

30

AANEXURE- C Terms of Reference for the Selection of Agencies, State Urban

Livelihoods Mission, Madhya Pradesh

1. Introduction

The urban poor face multiple deprivations - inadequate access to affordable housing, basic civic services

like water, sanitation, drainage, solid waste management, roads, street lighting, health care, education

and social security, and livelihoods opportunities. The dimensions of urban poverty can be divided into

three categories: (i) residential vulnerability (access to land, shelter, basic services, etc.); (ii) social

vulnerability (deprivations related to factors like gender, age and social stratification, lack of social

protection, inadequate voice and participation in governance structures, etc.) and (iii) occupational

vulnerability (precarious livelihoods, dependence on informal sector for employment and earnings, lack

of job security, poor working conditions, etc.). These vulnerabilities are inter-related. Amongst the urban

poor, there are sections subject to greater vulnerability in terms of the above classification; these include

women, children, the aged, SCs, STs, minorities and differently-abled persons who deserve attention on

a priority basis.

The National Urban Livelihoods Mission (NULM) shall rest on the foundation that mobilisation of urban

poor households to form their own institutions is an important investment for an effective and sustainable

poverty reduction programme. These institutions of the poor would partner with local self-governments,

public service providers, banks, private sector and other mainstream institutions to facilitate delivery of

social and economic services to the poor.

State Urban Livelihoods Mission, Madhya Pradesh, seeking support from Agency (ROs) for the

promotion and strengthening of women collectives through formation of self help groups and

strengthening of existing SHGs in urban settings of the 55 cities/towns of the state. ROs will be engaged

to facilitate the formation of SHGs and their federations at area and city/town level. ROs will also

facilitate the processes of bank linkages and provide training and capacity building to SHGs and their

federations.

Madhya Pradesh, State Urban Livelihoods Mission will empanel five top ROs (Agency) based on the

technical competency of the organisation through a competitive processes and will share the list of the

empanelled agencies with respective ULBs who appoint them to deliver the task. The empanelled

agencies may be allocated apart of the City/area or entire city for the implementation of the programme.

2. Scope of Work

NULM will be implemented in 55 cities/town of Madhya Pradesh. All target households (urban poor

households and occupationally vulnerable segments like rag pickers and street vendors) will be included

to achieve universal coverage. ULBs will enter into an agreement with Resource Organizations post

empanelment process conducted by SULM.

The selected agencies will be forming, strengthening, hand holding and facilitate for bank linkages of

SHGs and its federations, enabling them to function as an institution independently. ROs will be creating

Area Level (AL) and City Level Federation through strong facilitation and handholding support to the

SHGs.

The capacity building of SHGs and Federations will be the primary role to be played by the selected

agencies. Agencies will develop training modules for SHGs and Federations in coordination with

respective ULBs/SULM. The ROs will impart training to SHGs and Federations on agreed and approved

training modules. ROs will coordinate with key stakeholders such as ULB, SULM, Bank and other

relevant government department.

31

Agencies will ensure that all members of ALFs/CLFs undergo training to build their capacity on issues

such as: (a) the SHG / federation concept (including savings), facilitate bank linkages for SHGs, hand-

holding support, developing proposal for bank loan etc. as agreed with ULBs and SULM.

ROs will handhold SHGs for 2 years. The ULB will assign the RO to a compact geographical area of the

city within which the agency will function. The RO should cover a minimum of 50 SHGs depending on

the local conditions, more than one city may be covered by a single RO to achieve critical mass and

ensure quality training. ROs will report to ULBs for their day-to-day functioning.

3. RO Team Composition:

Each cluster will have one Team Leader and at the City/ULB level the RO will appoint two personnel as

per the following table S.N. 2 &3.

S.N. Designation Location Qualification & Experience

1 Team Leader

Cluster Level Post Graduate with 10 year's of experience in development sector

2 Micro-finance/ SHG expert City/ULB Level Post Graduate with five year's of relevant experience.

3 Social Mobilizer City/ULB Level Graduate with five years of relevant experience

Cluster wise city list and target to train SHGs:

S.N. Name of the

Cluster

Name of Cities Targets 2014-2015 2015-2016 Total Approx

1 Bhopal Bhopal 415 830 1245 Raisen 20 40 60 Rajgarh 20 40 60 Sehore 25 50 75 Vidisha 35 70 105

2 Chambal Morena 60 120 180 Sheopur 20 40 60 Bhind 50 100 150

3 Gwalior Ashokenagar 20 40 60 Shivpuri 40 80 120 Dabra 30 60 90 Datia 25 50 75 Guna 40 80 120 Gwalior 250 500 750

4 Indore Agar 20 40 60 Allirajpur 20 40 60 Barwani 20 40 60 Burhanpur 50 100 150 Dhar 20 40 60 Indore 480 960 1440 Jhabua 20 40 60 Khandwa 50 100 150 Khargone 30 60 90 Pithampur 30 60 90

5 Jabalpur Balaghat 30 60 90 Chhindwara 40 80 120 Jabalpur 250 500 750 Katni 50 100 150 Mandla 20 40 60 Narsinghpur 20 40 60 Seoni 25 50 75

32

6 Narmadapuram Betul 25 50 75 Harda 20 50 70 Itarsi 25 50 75 Hoshangabad 25 50 75

7 Rewa Rewa 50 100 150 Satna 60 120 180 Sidhi 20 40 60 Singrauli 50 100 150

8 Sagar Chattarpur 30 60 90 Damoh 40 80 120 Panna 20 40 60 Sagar 100 200 300 Tikamgarh 20 40 60

9 Shahdol Anuppur 25 50 75 Dindori 25 50 75 Shahdol 25 40 65 Umaria 20 40 60

10 Ujjain Dewas 60 120 180 Mandsaur 30 60 90 Nagda 25 50 75 Neemuch 30 60 90 Ratlam 65 130 195 Shajapur 20 40 60 Ujjain 115 230 345

Total 3150 6300 9450

Note: the target for 2015-16 will be carried forward to the year 2017.

3. Key Task of Agency's

3.1 Identification of SHGs and assessment of existing: Agency will identify the existing SHGs

formed under SJSRY and by other organisation in the respective ULBs/town and assess the

status of these SHGs in terms of their quality of functioning. Agencies will develop a standard

questionnaire to conduct the assessment and will collect relevant data to assess the SHG

situation. This should include best practices, lessons learnt, (what went right and what was not);

institutional mechanism, training; sustainability etc. Based on this exercise selected agencies will

determine the requirement of new SHGs to be formed and number of existing SHGs to be

strengthened in each ULBs/town. Selected agencies will also identify potential individuals to

form new SHGs. The membership should be preferably from the weaker section of the group

and a participatory and self-selection approach to be followed in the process of group formation.

3.2 Apart from the forming of new SHGs the selected agency will also strengthening the agencies

but potential to become an active group. The number of such self help groups in each ULB to be

agreed with the concern authority of ULB. Once the number of defunct/irregular SHGs agreed

the agency will work for the strengthening of SHGs.

3.3 Community Organisation: Selected agencies will be responsible for community mobilisation,

building trust and gain confidence of urban poor to form self help groups and take collective

actions at the slum level. ROs will work closely with women and facilitate the processes of

forming self help groups and form area and city level federations.

3.4 Bank Linkages and Financial Linkages: The selected agency will facilitate the processes for

establish SHGs linkages with Banks which begins with the opening of bank account. The agency

will also facilitate SHGs and its members to access financial services such as saving, insurance,

pension, remittance and credit.

33

3.5 Capacity Building SHGs: After the identification of existing SHGs and formation of new SHGs

with potential and interested individual, agencies will provide training to all the members of

SHGs (not just the leaders/representatives). The broader content of the training module will be:

(a) The basic concepts of functioning of a SHG like how to conduct meeting; basics of savings,

lending money, repayment habits; responsibilities of group members,(b) book-keeping and

accounting, fund management, building bank and credit linkages; (c) communication, decision

making, conflict resolution, self-assessment, etc.; and (d) accessing government benefits under

NULM and other programs. The training will have to be in accordance with the prescribed

protocol given in Annexure-A. However, the final content of the training will be mutually agreed

with respective ULBs.

3.6 Capacity Building of Area/City Level Federation: Selected agencies will ensure the formation

of Area Level (AL) and City Level (CL) Federations. In order to enable these Federations

function independently the AL and CL key representatives and its members should be trained in

accordance with the given format in annexure B.

3.7 Coordination: ROs will coordinate with ULBs, Bank, SULM and other government departments

for leveraging fund for self help groups and vulnerable/poor households to access benefits

through different government led programme and schemes. ROs will also facilitate the

processes for the convergence with relevant programme and scheme dealing with skills,

livelihoods, entrepreneurship development, health education etc. ROs will coordinate with skill

Agency in the City/town, encouraging potential candidates for skill up-gradation and

development fur sustainable livelihoods.

3.8 Handholding support for at least 12 months: ROs have to provide continuous facilitation and

also attend SHGs and federation meetings on a regular basis. The ROs will also facilitate the

processes to bring in bankers, government officials from various departments, and members

from established SHGs to interact with SHGs. The ROs will provide assistance to the SHG

members in the process of opening bank account for newly formed SHGs and the existing SHGs

that have no bank account. ROs will encourage SHGs to access credit from formal banking

system.

3.9 Withdrawal strategy: The ROs will develop and implement strategies for the withdrawal of

external support from the beginning. ROs will gradually withdraw its active support and hand-

over to the area/city level federations in phase manner.

4. Stakeholders and their Roles

The key stakeholders roles and responsibilities are broadly defined as under:

Stakeholder Roles

SULM (State

Urban Livelihood

Mission), UADD

Overall supervision and guidance to the implementing agencies and

ULBs

Empanelment of Resource Organisation (RO), review of the overall

performance and progress

Formation of steering committee

Liaison with key stakeholders to achieve objectives of this programme

Output/deliverable review

ULBs (Urban

level Bodies)

ULB will work closely with selected ROs

Overseeing the RO's performance

Ensuring regular updation of MIS Data from RO

Reporting to SULM/Govt.

Output review at the city/town level

34

Stakeholder Roles

Contract, agreement and prompt payment

Coordinate and facilitate City Level interface with Govt. Departments

and Financial Institutions.

Implementing

agency (Resource

Organisation)

1. Identify Affinity groups- should identify prior relationship of trust and

mutual support and encourage those individuals to form SHGs. The

membership should be perfectly through participatory approach and self

selection.

2. Capacity Building- Once the SHG is formed RO will train all SHGs

members including office bearers with basic concept of functioning of

SHGs such as savings, lending, repayment habits, responsibility of group

members and office bearers, book keeping and accounting, decision

making and conflict management, bank credit linkages, assessment of

group performance etc.

3. Handholding support: RO will attend the SHG meeting regularly and

will facilitate to bring bank and government officials from various

department and members from established/strong SHGs and federations

for interaction and cross learnings. RO will facilitate the processes for

SHGs credit linkages with Banks

4. Withdrawal – RO will be expected to withdraw from that SHGs that are

formed and performing satisfactorily. At this stage the level of

monitoring will increase.

5. Coordination: RO will coordinate with ULBs on a regular basis and also

work closely with the city level management team. RO is also expected

to coordinate with SULM and other government department on a regular

basis.

6. Reporting: RO will report progress on an agreed set of monitoring

formats including regular update of MIS.

5. MIS and Reporting

5.1 The Agency will provide regular progress reports on an agreed format and periodicity with

respective ULBs.

5.2 All relevant information should be available on the website. UADD and ULB must provide access

to the information and website.

5.3 SULM (State Urban Livelihoods Mission) and ULB jointly will monitor the progress of programme

implementation and interact with the agency to ensure that the program falls within the

schedules and agreed timeline.

The scope of work will be applicable to NULM or its allied programme/name change in future.

6. Payment Schedule and Milestones

S.N Milestones Timeline Released Amount (%)

1. On approval and finalisation of Inception report containing following: Situational analysis- containing a) existing status of SHGs based on performance, b) number of new SHGs to be formed c) setting of target for strengthening/formation of SHGs Details of RO team placement Action Plan- including a) activity schedule b) training plan containing number of batches,

On completion of 1

st quarter

10

35

S.N Milestones Timeline Released Amount (%)

participant per batch, content of the training etc. Training module- SHGs training modules Draft training module of ALF/CLF

2.

Formation/strengthening of SHGs completed (at least 50% of new SHGs) as per the given target First training (basic concept, savings/ credit/ inter-loaning, book keeping and accounts) completed for 25% SHGs as mentioned above (out of which at least 50% must be new SHGs)

Second training (SHGs norms/rules, Bank linkages/business plan, formation of bye-law) completed for 25% SHGs as mentioned (out of which at least 50% must be new SHGs) Opening of Bank account 50% SHGs as per the target Inter-loaning initiated for 25% SHGs as mentioned above (out of which at least 50% must be new SHGs)

On completion of 2

nd Quarter

20

3. First and second training completed for all SHGs

Opening of Bank account 100% SHGs as per the target Inter-loaning at least 90% identified SHGs SHGs grading (25% completed) initiated existing SHGs with the Bank Business plan of 50% SHGs developed and approved by ULBs At least 60% SHGs reporting repayment of inter-loan At least 75% SHGs Book keepings and accounts maintained regularly

On completion of 3

rd

Quarter

15

36

S.N Milestones Timeline Released Amount (%)

4.

100% SHGs reporting repayment of inter-loan 100% SHGs Book keepings and accounts maintained regularly 100% SHGs reporting regular meetings At least 75% SHGs maintained books of account independently

On completion of 4

th Quarter

15

5. Identification of potential SHG for the formation of ALF/CLF Acceptance of proposal and action plan for ALF/CLF formation Approval of action plan ALF/CLF Initiated discussion and visit/meeting (at least 2 meetings) with SHGs Organised at least 2 training modules with potential members of ALF Opening of ALF/CLF bank account Handholding of SHGs detail report

On completion of 5

th Quarter

10

6. Election of office bearers of ALF/CLF Framing bylaws of ALF/CLF Organising fortnightly meeting with ALF Third training completed At least 90% attendance of members in ALF/CLF meetings Initiate grading of at least 25% SHGs by ALF Registration of ALF/CLF Handholding of SHGs detail report

On completion of 6

th Quarter

10

7. Initiate audit of SHGs of 25% 4

th training of ALF completed

Organise/facilitate monthly meeting (preferably twice in a month) Initiate grading and Audit of 75% of SHG Maintain all book keeping and records

On completion of 7

th Quarter

10

37

S.N Milestones Timeline Released Amount (%)

Facilitate at least two interface meetings with Banks Handholding of SHGs detail report

8. Withdrawal action plan Submission of final report detailing the achievements of milestones

On completion of 8

th Quarter

10

Note: Milestone linked payment accepts inception will be based on per SHG.

7. Outcomes/Deliverables

7.1 Identification of SHGs and assessment of the status of existing SHGs with following information

Number of existing SHGs (formed by SJSRY and other institutions) in ULBs with

current status in terms of functioning of SHGs

A detailed plan for the formation of new SHGs and strengthening of

defunct/irregular SHGs

Number of SHGs to be formed in ULBs

7.2 development and approval of training modules and content for SHGs and Federation

7.3 At least 1 member from each identified urban poor household, preferably a woman has to be a

member of an SHG and at least 70% of the members of SHGs should be urban poor.

7.4 ROs to train SHGs and AL and CL federations to build their capacity on issues such as: (a) the

SHG concept (including savings), how to conduct meetings, responsibilities of group members,

etc; (b) book-keeping and accounting, fund management, building bank and credit linkages; (c)

communication, decision making, conflict resolution, self-assessment; and (d) accessing

government benefits under NULM, and other social programmes of the central, state and local

governments

7.5 All SHGs to have a bank account for deposit of savings

7.6 All SHGs to be linked to banks for credit

7.7 All new SHGs formed access revolving fund support under NULM

7.8 SHGs will be federated at the area-level and at least one City-level Federation will be formed

per City

7.9 All ALFs to be registered as a society

7.10 All ALFs formed must access revolving fund support under NULM

38

Annexure A

Training of All members of SHGs

S.N.

Topics Participants Kits Format Duration

1. Basic concept of self help and SHGs, objective of SHG

All members

Visual material

Focus group discussion

½ day

2. Function of SHGs, framing of SHG rules, election/selection of office bearers, conducting meeting, agenda and meeting proceedings, responsibilities of group members

All members

Reading material

Class room discussion/sharing experience with successful SHGs

1 day

3. Basic of savings, credit, repayment habits, responsibility of members

SHG office bearers

Material on rules of saving & Credit

Class room discussion/sharing experience with successful SHGs

½ days

4. Book keeping and accounting, fund management and bank linkages

SHG Officer bearers

All books format

Class room discussion and practice of all formats

2 day

5. Quality of SHG, Grading of SHG All members

Grading format

Class room discussion and practicing filling the formats

1 day

6. Decision making and conflict resolution process

All members

Class room discussion and practice of all formats

½ day

7. Field visit of office bearers SHG Office bearers

Pre visit note

Interaction with successful groups. Review of all books of account

1 day

8. Business opportunity, guidance for income generating activities

All members

Brief profile of business activities

Class room discussion and sharing of successful women entrepreneurs

1 day

9. Why of federation, objective of federation

All members

Notes on Federation

Class room discussion

1 day

39

Annexure B

Training of Area level & City Level Federation

S.N. Topics Participants Kits Format Duration

1. What is a federation? Why federation? The structure roles and function of federation. How to facilitate SHGs in performing better – monthly review – role of CLF/ALF Autonomy of SHGs subordination of CLF to SHGs

All members of federation

Manual on Federation 2 day

2. Exposure Visit to a good CLF

All members of federation

1 day

3. Linkages with External agencies- local bodies, Government agencies, marketing intermediaries, etc, The role of External agencies, How to approach external agencies

All members of federation

2 day

4. Financial management, Accounting procedures, How to manage finance, Planning Budgeting, How to prepare a simple proposal

All members of federation

2 day

5. Grading of member SHGs - role of CLFs, Auditing, Self grading

All members of federation

2 day

6. Cluster level events, Communication skills, Leadership qualities, camps/rallies on social issues, Awareness, programmes - health, education and environment, Advocacy of legal rights for women - property, marital and other legal rights

All members of federation

2 day

40

Annexure- C

Credential of the Bidder organisation

S.N. Details Response

1. Bidders details

Name of the Firm

Year of Establishment

Complete Postal Address with pin Code

Name of the Contract person

Office Phone and Fax

Mobile Number

Website

2. District of Operation in Madhya Pradesh, if Any

Brief details of work being done

Complete Postal address

Year of experience working with SHGs/Federation