Anda di halaman 1dari 45

P

a
g
e
0

REVISED





Nationwide Concurrent Evaluation Study of the
Flagship Programme of MGNREGA
Selection of Evaluating Agency (EA)
















Ministry of Rural Development
Department of Rural Development
Krishi Bhawan, New Delhi



R
E
Q
U
E
S
T

F
O
R

P
R
O
P
O
S
A
L



P
a
g
e
1

Table of Contents
Key Events and Dates ......................................................................................................................................... 2
1.0 Background ............................................................................................................................................ 3
2.0 Objectives of the Study .......................................................................................................................... 3
3.0 Coverage & Zonal Distribution ............................................................................................................... 4
4.0 Research Design ..................................................................................................................................... 5
5.0 Research Tools ....................................................................................................................................... 6
6.0 The Evaluating Agency (EA) would perform following tasks (deliverables): ......................................... 7
7.0 The Nodal Agency (NA) would perform following functions (deliverables): ......................................... 8
8.0 Method for selecting the Evaluating Agency ........................................................................................ 9
9.0 Time Line .............................................................................................................................................. 12
10.0 Cost of the Study .................................................................................................................................. 12
11.0 Monitoring the Progress of the Study.................................................................................................. 12
13.0 Contract for Consultants Services ....................................................................................................... 14
14.0 Submission of Bids ............................................................................................................................... 14
ANNEXURE 1: Sample size and deployment of Human Resources in the field ............................................. 16
ANNEXURE 2: Sample Districts ...................................................................................................................... 18
ANNEXURE 3: Listing Format for Nationwide Concurrent Evaluation study of the flagship programme of
MGNREGA ........................................................................................................................................................ 21
Format: TECH-1 ................................................................................................................................................ 23
Format: TECH-2 ................................................................................................................................................ 24
Format: TECH-3 ................................................................................................................................................ 25
Format: TECH-4 ................................................................................................................................................ 26
Format: TECH-5 ................................................................................................................................................ 27
Format: TECH-6 ................................................................................................................................................ 29
Format: TECH-7 ................................................................................................................................................ 30
Format: TECH-8 ................................................................................................................................................ 31
Format: TECH-9 ................................................................................................................................................ 32
Format: TECH-10 .............................................................................................................................................. 33
Format: FIN - 1 ................................................................................................................................................. 34
DRAFT CONTRACT FOR CONSULTANTS ........................................................................................................... 35


P
a
g
e
2

Key Events and Dates

1 Tender Inviting Authority Department of Rural Development, Ministry of Rural
Development, Government of India, New Delhi
2 Job Requirement Selection of Evaluating Agency (EA) to conduct
Nationwide Concurrent Evaluation of the Flagship
Programme of MGNREGA
3 Date of Publication of the RFP 30-12-2013
4 Cost of the document Can be downloaded free of cost from Ministry of Rural
Development (MORD) website www.rural.nic.in
5 Last Date for receiving queries
through mail
04-01-2014 till 5.00 PM at nksahu.tribal@nic.in
6 Date of Pre-bid Meeting 04-01-2014 at 11.00 AM/PM in Unnati Conference Hall,
Krishi Bhawan, New Delhi
7 Final Clarification In the web site www.rural.nic.in on 07-01-2014
7 Last date of submission of Bids
20-01-2014 till 5.00 PM in Room No.379, Krishi
Bhawan, New Delhi
8 Earnest Money Deposit amount
payable
Rs. 50,000/- per zone (maximum two zones will be
allotted to an agency)
9 Opening of Financial Bids Will be intimated to selected agencies
10 Other relevant Information Entire country has been divided into 9 zones.
Evaluating Agency may submit bid(s) for a maximum of 5
zones.
The selected EAs will be allotted a maximum of 2 zones.


P
a
g
e
3

Ministry of Rural Development
Department of Rural Development


TERMS OF REFERENCE


Nationwide Concurrent Evaluation study of the flagship programme of
MGNREGA- Selection of Evaluating Agency (EA)

1.0 Background

The Mahatma Gandhi National Rural Employment Guarantee Act (MGNREGA) was notified in
September 2005 and implemented on February 2, 2006 covering 200 districts in its first phase and was
extended to 130 additional districts in 2007-2008. All the remaining rural areas have been notified with
effect from April 1, 2008. With its legal framework and rights-based approach, MGNREGA provides
employment to those who demand it and is a paradigm shift from earlier programmes. During the
XIth Plan period the Union Govt. released Rs. 1,41,015 crore and total expenditure was Rs. 1,57,693
crore (this includes State contributions). The details on MGNREGA are available in the web site:
http://nrega.nic.in/netnrega/home.aspx. Despite huge expenditure and far reaching
consequences of such an intervention in rural sector (specifically rural as well as urban labour
market), and a number of impact research studies to justify the existence of such an important
programme, there is complete absence of evaluation study that covers comprehensively the important
aspects of the Act and its implementation. Thus it is proposed to organize a nationwide concurrent
evaluation study of MGNREGA.

2.0 Objectives of the Study

Ultimate objective of the study is to assess how far the goals of livelihood security of the poor including the
marginalized sections of the society like SCs, STs, Minorities etc. have been achieved.

Specific objectives of the study are as under:
To examine the efficacy of process of registration of households, issuing of job cards, payment of
wages through banks/post offices, Grievance redressal mechanism and Social Audit by Gram Sabha.
To assess the physical and financial performance of the states under MGNREGA over a period of last
three fiscal years i.e. 2010-11, 2011-12, 2012-13 and to understand the reasons of best and poor
performance of states.
To assess the social and economic impact of MGNREGA on village community in general and on
marginalized sections of the society (SC, ST, Minorities etc.) in particular.
To examine whether:

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

P
a
g
e
4

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

To gauge the perception of the people about MGNREGA in relation to the availability of employment
during lean season, wage rates & disbursement of wages, migration of people from village and
worksite facilities.
To study the various types of assets created under MGNREGA and peoples perception about the
usefulness and quality of these assets.
To know the change in agricultural productivity due to creation of water conservation, water
harvesting, irrigation related assets in rural areas.
To study the individual beneficiary scheme under MGNREGA and assess its socio-economic impact on
the beneficiary household.
To assess the demand as well as supply side of MGNREGA and estimate employment potential of the
scheme.

3.0 Coverage & Zonal Distribution

The reference period for the current study would be 2010-11, 2011-12 and 2012-13 (three years).
Broadly the study would cover 28 major states of the country and 101 sample districts in these sample
states. The proposed concurrent evaluation would be done through a network of Evaluating Agencies
(EAs).

3.1 Zonal Distribution
For the sake of administrative convenience and timely completion of fieldwork, entire country has been
divided into 9 zones as given below.

Zones No. of States States
1 3 Punjab, Himachal Pradesh, Jammu & Kashmir
2 2 Rajasthan, Haryana
3 2 Uttar Pradesh, Uttarakhand
4 2 Chhattisgarh, Madhya Pradesh
5 4 Tripura, Sikkim, West Bengal, Bihar
6 6 Assam, Arunachal Pradesh, Manipur, Meghalaya, Nagaland, Mizoram
7 3 Andhra Pradesh, Jharkhand, Orissa
8 3 Goa, Gujarat, Maharashtra
9 3 Karnataka, Kerala, Tamil Nadu

Each applicant bidders is to submit separate Financial Bids for each Zone for which they are interested
and are willing to take up the job. To undertake fieldwork as EA in above mentioned zones, agencies may
submit bid(s) for a maximum of 5 zones, but, each agency will be allotted a maximum of 2 zones
(depending upon the CQCCBS) from among the zones they have applied for. Agency needs to give the
details of the number of zones it has submitted bids in Tech-2; 2.1 format. Agency may mention for the
number of zones applied for allotment in Tech-2; 2.2 format.


P
a
g
e
5

4.0 Research Design

4.1 Sample Size
It has been decided that a total of 405 households will be covered from each district. In every district, 3
blocks will be chosen and from each block 9 GPs and from each GP 15 households will be selected. At all
India level, a total of 101 districts, 303 blocks, 2727 GPs and 40905 households will be covered under this
study. List of state wise number of districts, blocks and GPs to be covered have been given in Annexure-1.

4.2 Sampling Design
A multi stage stratified sampling design has been used to select districts, blocks, Gram Panchayats (GPs)
and Households. List of selected districts for each of the state have been given in Annexure-2. Nodal Agency
(NA) will provide the list of sampled blocks and GPs for each of the sampled districts to the selected
Evaluating Agencies (EAs).

4.3 Selection of Households and Respondents
From among the villages of selected GP, NA will identify a village and a list of 125 households of that village
will be provided. Out of the provided list of 125 households (list of 25 extra households will be given to
avoid problem of refusal, lock households etc.) EA will have to do a quick listing of 100 households. This list
will be derived from the household level data of Socio-Economic and caste Census (SECC). It is expected
that 4 man-days will be required to complete listing of 100 households in a day (25 households per
investigator per day). During listing, EA needs to collect the information in the listing format (as given in
Annexure-3) from any adult member of the residential household.

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

1. Households that have received an average of >75 days of work in 2012-13 and 2013-14
2. Households that have received an average of 25 - 50 days of work in 2012-13 and 2013-14
3. Households that have received an average of <20 days of work in 2012-13 and 2013-14 or even no
work despite having demanded the same
4. Households that have received only compensatory wages in lieu of work demanded during 2012-2014
(if available)

After distributing the 100 households in the above mentioned criteria, 15 households will be selected
purposively from the following categories:

2 households from SC,
2 households from ST,
2 households from Minorities and
9 households of general population.

SC, ST and Minorities category households will be substituted from general population if the required
numbers of SC, ST & Minorities households are not available in the 100 listed households. Out of 15
households, 2 households must be female headed households (female headed households could be from
SC, ST, Minority or general population category)


P
a
g
e
6

It may be difficult to maintain this quota at the PSU or village level in some states or districts, in such
circumstances agency will try to maintain quota in the following order.

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

If agency fails to maintain quota even at the state level, agency may substitute households from any one or
two of the 3 categories i.e. SC, ST & Minorities, depending upon the prevalence of that category in the
region.

Given that the nature of impact covers a wide spectrum of issues that are both economic and social, we
intend to interview one adult male member and one adult female member (preferably married couple or
female in case of female headed household) from each selected household, irrespective of whether both,
one or neither are beneficiaries of MGNREGA.

5.0 Research Tools

Nodal Agency will design, translate in Hindi, pre-test and finalize various research tools in consultation
with MORD. Soft and Hard Copies of bilingual research tools (English + Hindi) will be provided to selected
EAs during TOT in Delhi. Table below provides details about types of research tools to be designed, target
respondents for each of the research tools to be interviewed, time require for interview, coverage and the
persons who will conduct these interviews.


Type of Research Tools Target Respondent Approximate Time
require for
interview
Coverage Interviewer
Listing Format Adult HH members 4 Investigators will
complete listing of
100 HHs in 5-6
hours in a day
100 HHs
per
GP/PSU
Investigators
Household Questionnaire Adult HH members 30 40 minutes 15 per
GP/PSU
Investigators
Individual MGNREGA
Beneficiary Questionnaire
Adult HH members 20 30 minutes 2 per
GP/PSU
Investigators
Mini Group Discussion
Guide
Community
Members (5-8)
45 60 minutes 1 per
GP/PSU
Supervisor
GP Questionnaire Sarpanch /
Panchayat Member
15 20 minutes 1 per
GP/PSU
Supervisor
Questionnaire for Gram
Rozgar Sahayak (GRS)
Gram Rozgar
Sahayak (GRS)
15 20 minutes 1 per
GP/PSU
Investigator
Semi Structured
Questionnaire for Block
Programme Officer (BPO)
Block Programme
Officer (BPO)
20 30 minutes 1 per
Block
District
Coordinator
Semi Structured
Questionnaire for District
Programme Coordinator
(DPC)
District Programme
Coordinator (DPC)
20 30 minutes 1 per
District
District
Coordinator

P
a
g
e
7

Type of Research Tools Target Respondent Approximate Time
require for
interview
Coverage Interviewer
Semi Structured
Questionnaire for State
Rural Employment
Guarantee Commissioner /
Nodal Officer for MGNREGA
State Rural
Employment
Guarantee
Commissioner /
Nodal Officer for
MGNREGA
30 45 minutes 1 per State State
Coordinator


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

Send 2 master trainers per zone for training, who will impart training to their respective research and
field staff. The Training of Trainers (TOT) would be conducted by NA in Delhi/Gurgaon. EAs will have to
bear the cost of transport/boarding/lodging for their participants.
Provide fieldwork status report on regular basis to NA so that Nodal Agency can cross check/back
check the fieldwork done by EA.
Send 2 persons per agency/organization who are responsible for data entry, data analysis and MIS
software training. The training would be conducted by NA in Delhi/Gurgaon and EAs will have to bear
the cost of transport/boarding/lodging for their participants. NA will develop data entry software in
CSPro and it would be shared with EAs during this training programme.
EA will receive soft and hard copies of bilingual questionnaires (English + Hindi) from NA. EAs will be
responsible for the translation of these questionnaires in regional languages of their respective
states/zones. EAs will have to make sure that translation of the questionnaires is done correctly.
Questionnaires printing and data entry of the filled questionnaires in the provided data entry software
will be the responsibility of EAs.
EA will depute 2 responsible persons per zone to attend regional workshops (1 workshop will cover 3
zones) which will be held at a convenient locations in the country, in consultation with the Ministry,
f or the EAs (at least two participants from each zone) & the Ministry officials (5 participants) after
completion of fieldwork. The purpose of these workshops is to get an overall idea of MGNREGA in
different states/regions of the country. EAs will have to bear the cost of transport/boarding/lodging
for their participants.
NA will do 5% back check/cross check of the sample size achieved by EAs in each state. NA will develop
a format in consultation with ministry for back check/cross check and the same would be shared with
selected agencies during TOT. NA will also explain in detail about entire procedure of back check/cross
check during TOT. The EA is expected to cooperate with NA and provide information as and when it is
requested by NA for back check/cross check of completed PSUs/GPs.
EAs would deploy required number of teams or manpower to carry out fieldwork in the allotted
states/zones as per the details given for each of the state in Annexure - 1.
It is expected that a team of one supervisor and 4 investigators will be able to complete listing as well
as main survey (household survey) of a PSU in two days time. Hence, agency needs to consider 2
supervisor days and 8 investigator days per PSU/village while doing costing for fieldwork.
EA will organize training of investigators & supervisors for a minimum of two days.
Evaluating Agency will receive SPSS syntax according to the analysis plan from NA and EA would need
to generate tables for the state report. It is therefore mandatory for EAs to have SPSS package
(Version 17 and above) and required human resource within the organization. EA will also write
draft state reports as per the approved chapterisation plan of NA. In consultation with Ministry, NA

P
a
g
e
8

will provide their suggestions/comments on the submitted draft state reports by EAs within stipulated
time frame (15 days).
EAs will make a presentation of modified report before the senior officers of MoRD for final approval
of report.
Submit 20 hard copies of the final State Report and 5 Compact Disks

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

Impart training to at least two master trainers from each Evaluating Agency, who in turn, trains the
research and field staff of respective Evaluating Agencies. The training manual and other reference
materials are to be made available to each master trainers in required quantity. The training
would be conducted in a location decided by the NA and all the expenses towards this would be
borne by the NA. However, the NA may not provide any transport/boarding/lodging facility to the
participants;
Cross/back check of the work done by EA, either by itself or by a set of independent agencies in order
to ensure data quality. The cross/back check would cover maximum of 5 percent of the primary
sample;
Draw the samples till GP and Work level as per sampling plan/method with substitutes and
make them available to the EAs;
The Nodal Agency will be required to develop a Data Entry and Analysis Software and a web-based
MIS for the project and make it available to all users including the Ministry, Nodal Agency and the
EAs.
Organize at least three workshops and/or meetings in convenient location in the country, in
consultation with the Ministry, for the EAs (at least two participants for each EA) & the Ministry
officials (5 participants) at their own expenses;
Finalize the Chapterisation-plan and make them available to the EAs;
Create and manage an idea exchange discussion group on the internet and invite Evaluating
Agencies to become members of the group and participate actively in the group. Load all
materials/instructions and any other material as directed by the Ministry;
Coordinate and guide the Evaluating Agencies to prepare individual State Report and give
suggestions to the EAs on the draft reports of each states;
Submit a preliminary All India report based on a numbers of State Reports, even without all the
sample states covered.
Prepare All India (Country) reports (state specific report will be prepared by individual
Evaluating Agencies) on the basis of individual State reports;
NA will make a presentation of All India/National Report before the senior officers of MORD.
The authorship of the All-India report would rest with the NA, but, names of all the EAs would be
printed in the cover of the All-India report.
Submit 50 hard copies of the final National Report and 5 Compact Disks.


P
a
g
e
9

8.0 Method for selecting the Evaluating Agency

1. The Evaluating Agency would be selected through the process of inviting Technical Bids (TBs) and
Financial Bids (FBs). For selecting the Evaluating Agency, proven track record, profile of the
organization/agency, past experience of large scale surveys, proposed human resources and other
factors will be the main criteria.

2. The Bids must be accompanied by Earnest Money Deposit (EMD) of Rs. 50,000 (Rupees fifty
thousand) in the form of Demand Draft drawn on any Nationalized Bank and drawn in favour of DDO,
Ministry of Rural Development, Krishi Bhawan, New Delhi. If agency submits bid for the allotment of 1
or 2 zones, separate EMDs of Rs. 50,000/- for each zone needs to be submitted along with the
technical proposal. In case where a bidder fails to accept zone(s) awarded to him, the earnest money
shall be forfeited. The EMD will be refunded after finalization of the contract, without interest.

3. The technical and financial bids shall be opened and would thereafter be evaluated by a
committee constituted for the purpose by adopting Combined Quality cum Cost Based System
(CQCCBS). The tender process would give 70% weightage to Technical Bids (TBs) and 30%
weightage to Financial Bids (FBs). The technical bids would be evaluated on the basis of: (a)
Organisation/Agency Profile & Experience - 35 marks, and (b) human resource- 35 marks. The
above mentioned Committee would decide the maximum number to be scored by a bidder in the
TB for each Zone and FBs bids would be opened for only such bidders. The FBs for a zone would be
opened only when at least 3 (three) qualified bidders in TBs are available.

4. The FB would be opened for each Zone and thereafter be added to the scores of TB for arrive at
CQCCBS. However, most importantly, the sequence of Zones for opening FBs would be determined
through random draws. Once an applicant bidder selected for the number of Zones (one or two) they
have applied for, the remaining FBs submitted by it would not be considered.

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



P
a
g
e
1
0

8.1 Criteria for awarding of marks
Sl.
No.
Criteria Marks
Obtainable
Criteria for Awarding Marks Supporting Documents to
be submitted
A. ORGANISATION / AGENCY PROFILE & EXPERIENCE
1 Financial
Turnover
10 1 mark for every 1 crore average
annual turnover of the
agency/organization from survey
related activities in the last 3 years.
Year Wise details of
Turnover along with
undertaking from head of
the organization in Tech-3
Format and copies of
Audited statements of last 3
financial years.
Copy of Registration
certificate of the
organization.

2 Experience of
Conducting Large
Scale Surveys
10 10 marks for > 5 surveys of size at
least 3000 households
7 marks for 3 to 5 Surveys of size
at least 3000 households
3 marks for 1 to 2 Surveys of size
at least 3000 households
Description of the projects
in Tech-4 Format with
copies of award letters or
contract agreement
(Maximum of 6 Surveys)
3 Experience in the
Region
5 5 marks for More than 2
survey/project in the region/zone
2 marks for One survey/project in
the region/zone
Description of the project in
Tech-5 Format (Maximum of
3 Projects Descriptions) and
Copy of Award letters
4 Experience with
MORD since April
2003
5 5 marks for > 5 Completed
Studies
3 marks for 3 to 5 Completed
Studies
2 marks for 1 to 2 Completed
Studies
Description of the projects
in Tech-6 Format with any
supporting document which
can confirm that the study
has been completed with
MORD / MOPR of states &
GoI (Maximum of 6 studies)
5 Timely
completion of
the projects
5 5 marks for completion of project
within stipulated time frame
2 marks for completion of project
within 3 months from the
stipulated time frame
1 mark for completion of project
within 6 months from the
stipulated time frame
Description of the project in
Tech-7 Format (Maximum
of 5 projects).
Attach a copy of the
completion certificate OR
proof of release of last
installment OR any other
proof confirming that the
study has been completed
successfully within given
time frame.
The indicated criteria for
awarding marks would
apply for all the projects
under that category. The
final score would be derived
after averaging the total
marks obtained

Total (A) 35

P
a
g
e
1
1

Sl.
No.
Criteria Marks
Obtainable
Criteria for Awarding Marks Supporting Documents to
be submitted
B. HUMAN RESOURCE
6 Team Leader 15 15 marks for Ph.D. with at least
10 years of relevant experience
OR Post Graduate with at least 15
years of relevant experience
10 marks for Ph.D. with at least 8
years of relevant experience OR
Post Graduate with at least 12
years of relevant experience
5 marks for Ph.D. with at least 5
years of relevant experience OR
Post Graduate with at least 8
years of relevant experience
CV of Proposed Team
Leader in Tech-8 Format
(Attach one CV irrespective
of the number of zones
agency applied for)
7 Zonal cum State
Coordinator
12 12 marks for Post Graduate with
at least 10 years of relevant
experience
10 marks for Post Graduate with
at least 8 years of relevant
experience
7 marks for Post Graduate with at
least 6 years of relevant
experience
5 marks for Post Graduate with at
least 4 years of relevant
experience
CV of Proposed Zonal cum
State Coordinator in Tech-8
Format
(If agency is applying for the
allotment of 2 zones, 2 CVs
of Zonal cum state
coordinators needs to be
submitted)
8 Number of Full-
time Professional
/ Technical
Human Resource
8 0.2 per one human resource Please submit details in
format Tech-9.
Total (B) 35
Total (A+B) 70

About Research Studies running in 2-3 rounds: If the Research study is having more than one round and
the agency has already completed one round, agency can mention that study as completed study along
with a supporting document/certificate from client confirming the number of rounds and round
successfully completed by the agency.
Except the supporting documents mentioned above, no other document/additional information needs to
be submitted. To show agencys experience, no hard copy of the study/project report needs to be
enclosed. Agencies are advised to strictly adhere to the given formats.
In order to ensure quality evaluation results, permanency of the key professionals are to be ensured.
Field staffs must be trained scientifically and sufficiently with the help of training manual specially
designed for this study. Data/information would be utilized for analysis only after proper validation
and cleaning with the help of suitable IT tools. Expanded notes of qualitative discussions, translated
in to English shall be prepared.


P
a
g
e
1
2

9.0 Time Line

Four month after receiving of 1
st
installment
The total exercise will have to be completed within a period of Four Months from the date of release of
1st installment of the fee that includes training, fieldwork, data entry & analysis and preparation of state
reports. This total period of four months, however, does not include the time taken to provide comments
by the Ministry/NA.

10.0 Cost of the Study

Cost would depend on the financial bids submitted by the qualified applicants. The technical and
financial bids shall be evaluated by a committee constituted for the purpose. The study in a particular
zone will be awarded on the basis of Combined Quality cum Cost Based System (CQCCBS).

11.0 Monitoring the Progress of the Study

Regular monitoring will be done by Economic Adviser, Ministry of Rural Development at the
end of every month, with the representative(s) of the Nodal Agency including the progress of work
and action plan for remaining work. Evaluating Agency would submit a progress report on every 2
nd
and
4
th
Tuesday of the month to Nodal Agency. The Nodal Agency would compile and submit Progress Report
by 2
nd
and 4
th
Friday of the month to MORD. The Fortnightly Progress Report Format would be made
available by NA.

The Technical Advisory & Bid Evaluation Committee (TA&BEC) headed by the Chief Economic Adviser,
Ministry of Rural Development would monitor the progress of the assignment and may make judgment
regarding the quality of services and for any such deficiency, the reasons for which shall be recorded in
writing.

11.1 Services to be provided by the client (Ministry of Rural Development)
The Ministry of Rural Development would advise the State Governments for rendering necessary
assistance for undertaking the study and provide data that are available with regard to the MGNREGA
and available in the Ministry.

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

2. Performance security is to be made available for an amount of 5% of the value of the
project/contract. The Performance Security may be furnished in the form of an account payee
demand draft/fixed deposit receipt from a commercial bank/ bank guarantee from a commercial
bank in an acceptable form safeguarding the Government in all respect. The Performance
Security would remain valid for a period of 60 days beyond the data of completion of all contractual
obligations.

3. Consortium: No consortium is permissible for the submission of bid. If any agency submits bid in
consortium with other agency, the technical bid of that agency will not be considered for technical
evaluation and their financial bid will be returned unopened.


P
a
g
e
1
3

4. Care may be taken to demonstrate that each area of expertise required for the study is covered.
Submit letters in original from the top three key professional (team leader plus two), (i) one
before the start of the project indicating their willingness to work for this project from start to end
with duties/responsibilities and (ii) 2
nd
letter after the completion of the project indicating that they
have worked in the project continuously from start to end.

5. Submit letters in original from the team/project leader, (i) one before the start of the project
indicating their willingness to work for this project from start to end with duties/responsibilities and
(ii) 2
nd
letter after the completion of the project indicating that they have worked in the
project continuously from start to end. Change in Team/Project Leader is not allowed. However,
only in exceptional case, the Team/Project Leader can be changed with prior intimation to the
Ministry.

6. Payments to the evaluator will be made in four installments as follows:

(a) Ist installment of 20%of
the total amount
On submission of the acceptance letter,
contract agreement, pre-receipt,
and performance security to the satisfaction of the
Ministry.
(b) IInd installment of 30% of
the total amount
On completion of field survey and
computerization of all types of data and a
certificate is to be given towards this by the Nodal
Agency to the Ministry
(c) IIIrd installment of 25% of
total amount
Approval of 1
st
draft of the State Report by the
NA/Ministry through presentation in MoRD
(d) IVth & final installment of
25% of the total amount or
the balance amount
On acceptance of the Final State Evaluation Reports
and Recommendations to the satisfaction of the
Ministry

7. The data generated from the study would be the sole property of the Ministry of Rural
Development. However, the evaluator may be allowed to use the data specifically for
research/analysis with the prior permission of the Ministry.

8. Neither any capital cost would be incurred under the fee money for the Evaluation nor would any
liability be created for the Ministry, Government of India, beyond the original fee sanctioned for the
job.

9. The Evaluating Agency would enter in to an agreement with the Government and write an
agreement and submit Pre-receipt of the amount due for installment (s).

10. The Ministry reserves the right to terminate the Evaluating Agencys contract at any point of time
if the Evaluating Agency fails to deliver all the deliverables as mentioned in paraof the TOR and
violates the contract. In such eventuality, the agency shall have to refund the amount released
by the government together with a penal interest of 12% per annum.


P
a
g
e
1
4

13.0 Contract for Consultants Services

An agreement is to be signed by the Ministry and the Evaluating Agency (as consultant) in Non-judicial
Stamp Paper of Rs.100/- (format in Tech-8).

14.0 Submission of Bids

EA should submit Technical and Financial Bids in the following manner.
Technical and Financial bids will be separate for each zone agency applied for. If agency applies for 5
zones, 5 separate packets of each zone will be submitted and each packet (Outer envelope) will contain
Technical and Financial bids in two separate inner envelops of that zone.
If agency is applying for one zone, one EMD of Rs.50,000/- will be submitted with the technical
proposal and inner envelope containing Technical Proposal will be clearly marked as Technical Proposal
with EMD along with the details of the zone and states.
If agency is submitting bids for 2 or more zones, only 2 EMDs of Rs.50,000/- each will be enclosed with
the technical proposals. These two EMDs will be submitted with any two zones bid and the envelope
should be clearly marked as Technical Proposal with EMD along with the details of zone and states.
Packets of Other Technical Proposals will be marked as Technical Proposal without EMD along with the
details of zone and states.
Financial Proposal will be submitted in the Format Fin-1 and it should be sealed in a separate envelope
clearly marked as Financial Proposal along with the details of the zone and states.
Outer envelope (packet) will be labelled as:

Bid for Nationwide Concurrent Evaluation of Flagship Programme of MGNREGA

Zone ________________________________

States _______________________________

Dr. N.K. Sahu,
Economic Adviser
Ministry of Rural Development
Government of India,
Krishi Bhawan, Room No.379, New Delhi-110001

Agency Name & Address - _______________________________

P
a
g
e
1
5




ANNEXURE

P
a
g
e
1
6

ANNEXURE 1: Sample size and deployment of Human Resources in the field

Zone States
Sample
districts
Sample
Blocks
Sample
PSUs
Sample
households
Sample for
Individual HHs
No. of
Teams
No. of
Supervisors
No. of
Investigators
Zonal cum
State
Coordinator
Field
Manager
1
Punjab
3 9 81 1215 162 4 4 16
1 1
Himachal Pradesh
2 6 54 810 108 3 3 12
Jammu & Kashmir
3 9 81 1215 162 4 4 16
Uttarakhand
2 6 54 810 108 3 3 12

Total Zone-1
10 30 270 4050 540 14 14 56 1 1
2
Rajasthan
5 15 135 2025 270 6 6 24
1 1
Haryana
3 9 81 1215 162 4 4 16

Total Zone-2
8 24 216 3240 432 10 10 40 1 1
3
Uttar Pradesh
11 33 297 4455 594 14 14 56 1 1

Total Zone-3
11 33 297 4455 594 14 14 56 1 1
4
Chhattisgarh
3 9 81 1215 162 4 4 16
1 1
Madhya Pradesh
8 24 216 3240 432 10 10 40

Total Zone-4
11 33 297 4455 594 14 14 56 1 1
5
Tripura
2 6 54 810 108 3 3 12
1 1
Sikkim
2 6 54 810 108 3 3 12
West Bengal
3 9 81 1215 162 4 4 16
Bihar
6 18 162 2430 324 8 8 32

Total Zone-5
13 39 351 5265 702 18 18 72 1 1
6
Assam
4 12 108 1620 216 5 5 20
1 1
Arunachal Pradesh
2 6 54 810 108 3 3 12
Manipur
2 6 54 810 108 3 3 12
Meghalaya
2 6 54 810 108 3 3 12
Mizoram
2 6 54 810 108 3 3 12
Nagaland
2 6 54 810 108 3 3 12

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

P
a
g
e
1
7

7
Andhra Pradesh
3 9 81 1215 162 4 4 16
1 1
Jharkhand
4 12 108 1620 216 5 5 20
Orissa
5 15 135 2025 270 6 6 24

Total Zone-7
12 36 324 4860 648 15 15 60 1 1
8
Goa
2 6 54 810 108 3 3 12
1 1
Gujarat
4 12 108 1620 216 5 5 20
Maharashtra
5 15 135 2025 270 6 6 24

Total Zone-8
11 33 297 4455 594 14 14 56 1 1
9
Karnataka
4 12 108 1620 216 5 5 20
1 1
Kerala
2 6 54 810 108 3 3 12
Tamil Nadu
5 15 135 2025 270 6 6 24

Total Zone-9
11 33 297 4455 594 14 14 56 1 1

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






P
a
g
e
1
8

ANNEXURE 2: Sample Districts

Sl. No. Zones States Sample Districts
1 1 Punjab Gurdaspur
2 1 Punjab Firozpur
3 1 Punjab Ludhiana
4 1 Himachal Pradesh Kangra
5 1 Himachal Pradesh Mandi
6 1 Jammu & Kashmir Baramula
7 1 Jammu & Kashmir Anantnag
8 1 Jammu & Kashmir Kupwara
9 2 Rajasthan Jaipur
10 2 Rajasthan Alwar
11 2 Rajasthan Nagaur
12 2 Rajasthan Udaipur
13 2 Rajasthan Jodhpur
14 2 Haryana Bhiwani
15 2 Haryana Hisar
16 2 Haryana Karnal
17 3 Uttar Pradesh Allahabad
18 3 Uttar Pradesh Azamgarh
19 3 Uttar Pradesh Jaunpur
20 3 Uttar Pradesh Sitapur
21 3 Uttar Pradesh Gorakhpur
22 3 Uttar Pradesh Sultanpur
23 3 Uttar Pradesh Kheri
24 3 Uttar Pradesh Hardoi
25 3 Uttar Pradesh Kushinagar
26 3 Uttar Pradesh Ghazipur
27 3 Uttar Pradesh Gonda
28 3 Uttarakhand Hardwar
29 3 Uttarakhand Udham Singh Nagar
30 4 Chhattisgarh Raipur
31 4 Chhattisgarh Surguja
32 4 Chhattisgarh Durg
33 4 Madhya Pradesh Rewa
34 4 Madhya Pradesh Dhar
35 4 Madhya Pradesh Satna
36 4 Madhya Pradesh Sagar
37 4 Madhya Pradesh Chhindwara
38 4 Madhya Pradesh Khargone (West Nimar)
39 4 Madhya Pradesh Morena
40 4 Madhya Pradesh Balaghat

P
a
g
e
1
9

Sl. No. Zones States Sample Districts
41 5 Tripura West Tripura
42 5 Tripura South Tripura
43 5 Sikkim East District
44 5 Sikkim West District
45 5 West Bengal South Twenty Four Parganas
46 5 West Bengal Murshidabad
47 5 West Bengal Paschim Medinipur
48 5 Bihar Purba Champaran
49 5 Bihar Muzaffarpur
50 5 Bihar Madhubani
51 5 Bihar Samastipur
52 5 Bihar Gaya
53 5 Bihar Saran
54 6 Assam Nagaon
55 6 Assam Sonitpur
56 6 Assam Dhubri
57 6 Assam Barpeta
58 6 Arunachal Pradesh Changlang
59 6 Arunachal Pradesh Lohit
60 6 Manipur Imphal East
61 6 Manipur Thoubal
62 6 Meghalaya West Garo Hills
63 6 Meghalaya East Khasi Hills
64 6 Mizoram Lawngtlai
65 6 Mizoram Lunglei
66 6 Nagaland Mon
67 6 Nagaland Dimapur
68 7 Andhra Pradesh East Godavari
69 7 Andhra Pradesh Mahbubnagar
70 7 Andhra Pradesh Guntur
71 7 Jharkhand Giridih
72 7 Jharkhand Palamu
73 7 Jharkhand Ranchi
74 7 Jharkhand Hazaribagh
75 7 Orissa Ganjam
76 7 Orissa Mayurbhanj
77 7 Orissa Baleshwar
78 7 Orissa Cuttack
79 7 Orissa Jajapur
80 8 Goa North Goa
81 8 Goa South Goa
82 8 Gujarat Banas Kantha

P
a
g
e
2
0

Sl. No. Zones States Sample Districts
83 8 Gujarat Vadodara
84 8 Gujarat Sabar Kantha
85 8 Gujarat Panch Mahals
86 8 Maharashtra Pune
87 8 Maharashtra Ahmadnagar
88 8 Maharashtra Nashik
89 8 Maharashtra Solapur
90 8 Maharashtra Jalgaon
91 9 Karnataka Belgaum
92 9 Karnataka Tumkur
93 9 Karnataka Mysore
94 9 Karnataka Gulbarga
95 9 Kerala Malappuram
96 9 Kerala Palakkad
97 9 Tamil Nadu Viluppuram
98 9 Tamil Nadu Vellore
99 9 Tamil Nadu Tiruvannamalai
100 9 Tamil Nadu Cuddalore
101 9 Tamil Nadu Salem

P
a
g
e
2
1

ANNEXURE 3: Listing Format for Nationwide Concurrent Evaluation study of the flagship programme of MGNREGA

Village/PSU Name _______________ Block Name ____________________ District Name ____________________

State Name __________________ Lister Names ______________________________, _________________________________ Date


HH
Sr.
No.
Name of Job Card
Holder (JCH)/ Chief
Wage Earner (CWE)
of HH
Age Sex
M-1
F-2
TG-3
Caste
SC-1
ST-2
OBC-3
Oth-4
Religion
Hindu-1
Muslim-2
Sikh-3
Christian-4
Other-5
Occupati
on of
JCH/CWE
(Use
Code)
Type
of HH
APL-1
BPL-2
Whether HH
sought
employment
in the last 2
fiscal years
Yes-1, No-2
If yes, Number of
HH member(s)
got employment
under MGNREGA
in the last 2 fiscal
years, if None
record 00
Avg. No. of
days of
employment
received by
members in a
year, if None
record00
HH received
compensato
ry wages in
place of
employment
Yes-1,
No-2
No. of HHs
where demand
for labour has
not resulted in
employment or
compensation
for over 6
months
During last 3 fiscal
years, HH that have
received an average of
>75
days
of
work
25-50
days
of
work
<20
days
of
work
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16










Occupation of JCH/CWE: 1.Unskilled Labour; 2.Skilled Worker; 3.Cultivator; 4.Petty Trader; 5.Shop Owner; 6. Service (Govt./Pvt.); 7.Self Employed; 8.Others

P
a
g
e
2
2

FORMATS

P
a
g
e
2
3

1 Name of organization
2 Name and Designation of Contact Person
3 Postal Address of the Organization (with PIN
CODE)

4 Physical Address, if different from postal
address (With PIN CODE)

5 Telephone with STD Code
6 FAX No. with STD Code
7 Mobile No. of Contact Person
8 E-mail Address of Contact Person
9 Name and Designation of . Head of the
Organization responsible for the Study

10 Establishment Details
a. Year Established
b. Type of Organization (Tick One) Educational & Research
Institution/ Consulting
Organization/ Any Other (give
details)
c If educational institution, a supporting
certificate/document is to be attached
Supporting document in page
no of the TB
c. Regd. No. ; Name and Place of Registering
Authority
(Attach attested photocopy of
Registration Certificate)- page
no .. of the TB


Format: TECH-1


To
Dr. N.K. Sahu,
Economic Adviser
Ministry of Rural Development
Government of India,
Krishi Bhawan, Room No.379, New
Delhi-110001.
TECHNICAL BID (TB)
The Evaluating Agency (EA) for the
Nationwide Concurrent Evaluation study of the flagship programme of MGNREGA

A: ORGANISATIONAL PROFILE



















































P
a
g
e
2
4


Format: TECH-2

2.1 Details of Zones of Submitted Bids

Sl. No. Zone No. No. of States State Names
1


2


3


4


5





2.2 NUMBER OF ZONES APPLIED FOR ALLOTMENT


P
a
g
e
2
5


Format: TECH-3


Financial Details of the Organization/Agency
* Please give annual turnover of the agency/organization as per audited statements of last three years
@Please provide how much of the total annual turnover is from quantitative survey/primary data
collection related activities


UNDERTAKING

I, ____________________ (Designation, Organisation Name) is hereby giving an undertaking that
the total revenues of our company as indicated in the column Annual Turnover of the agency from
quantitative survey/primary data collection related activities in INR (Rs. In lakhs) for the three years
2010-11, 2011-12 & 2012-13 which is being submitted as part of the technical bid for conducting
Nationwide Concurrent Evaluation study of the flagship programme of MGNREGA, comes primarily
from survey related activities.


Date: Authorized Signatory
Place: Name:
Seal of Organisation Designation
Sl.
No.
Annual Turnover of the
Organization/Agency
Annual turnover of the
agency in INR (Rs In Lakhs)*
Annual Turnover of the agency from
quantitative survey/primary data
collection related activities in INR
(Rs. In lakhs)@
1 2010-11

2 2011-12

3 2012-13


P
a
g
e
2
6


Format: TECH-4
Experience in conducting Large Scale Surveys
Sl. No. Title of Completed
research studies/ projects
Name & Address of
Client
Sample Size Covered (No.
of questionnaires /
Schedules administered)
1

2

3

4

5

6





P
a
g
e
2
7

Format: TECH-5
Experience in the Region / Zone

Sl.
No
Description Information/data to be filled-up by the
applicant/bidder
1.1 Name/ Title of Completed
research studies/ projects

1.2 Name & Address of Client

1.3 Name of the organization
from whom the client (as
mentioned in row above 1.2)
took the study/project (if
applicable)

1.4 Date of completion of the
project (Month & Year)
MM/YYYY
1.5 Value (Rs. in lakh)

1.6 Type of Study/ project
(mention only the most
appropriate category)
1-Evaluation/Concurrent Evaluation
2- Impact assessment/ evaluation
3- Base/mid/end-line survey
4- Market research/ customers satisfaction/ brand
testing, etc.
5- Others
1.7 Brief description of
study/project and
outcomes/ deliverables
Attach a separate page (A4 single space) on the
objectives, research method, sample and the
outcomes/deliverables.
1.8 Geographical area covered Name of States:
1.9 Names of
Institutions/Agencies
directly engaged/
coordinated with
1. Name of the Institution/Agency:
2. Name of the Institution/Agency:
3. Name of the Institution/Agency:
1.10 Proof of the award of this
study/ project (award letter/
agreement/ sanction order,
etc.)
Page no. in the TB document to be mentioned

2.1 Name/ Title of Completed
research studies/ projects

2.2 Name & Address of Client

2.3 Name of the organization


from whom the client (as
mentioned in row above 2.1)
took the study/project (if
applicable)

2.4 Date of completion of the
project (Month & Year)
MM/YYYY
2.5 Value (Rs. in lakh)


P
a
g
e
2
8

2.6 Type of Study/ project
(mention only the most
appropriate category)
1-Evaluation/Concurrent Evaluation
2- Impact assessment/ evaluation
3- Base/mid/end-line survey
4- Market research/ customers satisfaction/ brand
testing, etc.
5- Others
2.7 Brief description of
study/project
Attach a separate page (A4 single space) on the
objectives, research method, sample and the
outcomes/deliverables.
2.8 Geographical area covered Name of States:
2.9 Names of
Institutions/Agencies directly
engaged/coordinated with
1. Name of the Institution/Agency:
2. Name of the Institution/Agency:
3. Name of the Institution/Agency:
2.10 Proof of the award of this
study/ project (award letter/
agreement/ sanction order,
etc.)
Page no. in the TB document to be mentioned

3.1 Name/ Title of Completed
research studies/ projects

3.2 Name & Address of Client

3.3 Name of the organization from
whom the client (as mentioned
in row above 1.2) took the
study/project (if applicable)

3.4 Date of completion of the
project (Month & Year)
MM/YYYY
3.5 Value (Rs. in lakh)

3.6 Type of Study/ project
(mention only the most
appropriate category)
1-Evaluation/Concurrent Evaluation
2- Impact assessment/ evaluation
3- Base/mid/end-line survey
4- Market research/ customers satisfaction/ brand
testing, etc.
5- Others
3.7 Brief description of Attach a separate page (A4 single space) on the

study/project objectives, research method, sample and the
outcomes/deliverables.
3.8 Geographical area covered Name of States:
3.9 Names of
Institutions/Agencies directly
engaged/coordinated with
1. Name of the Institution/Agency:
2. Name of the Institution/Agency:
3. Name of the Institution/Agency:
3.10 Proof of the award of this
study/ project (award letter/
agreement/ sanction order,
etc.)
Page no. in the TB document to be mentioned




P
a
g
e
2
9

Format: TECH-6

Experience with Ministry of Rural Development (MORD) / Ministry of Panchayati Raj (MOPR) of States & GOI
Sl. No. Title of Completed
research studies/ projects*
Name & Address of Client Year of completion of
Project
Sample Size covered Geographical Location
1

2

3

4

5

6

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



P
a
g
e
3
0

Format: TECH-7

Timely Completion of the Research Studies (Completed between January 2011 to December 2013)
Sl. No. Title of Completed
research studies/ projects*
Date of Award of
Project / Study
Duration of Completion
of Study as per Contract
agreement (in months)
Date of
completion of
Project
If submission delayed; Please specify the
Reason of delay
1

2

3

4

5

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

P
a
g
e
3
1

Format: TECH-8
Format to submit details of Key Professionals
PROPOSED POSITION :
NAME OF FIRM :
NAME OF STAFF :
DATE OF BIRTH :
NATIONALITY :
EDUCATION :
MEMBERSHIP OF
PROFESSIONAL
ASSOCIATION
:
OTHER TRAINING :
COUNTRIES OF WORK
EXPERIENCE
:
LANGUAGES : Language Reading Writing Speaking



EMPLOYMENT RECORD
From To Employer Position Held







WORK UNDERTAKEN THAT BEST ILLUSTRATES CAPABILITY TO HANDLE THE TASKS ASSIGNED (Health
and Large Scale Survey Projects)
PROJECT NAME :

YEAR:

LOCATION:

CLIENT:

PROJECT FEATURES:

POSITION:

ACTIVITES
PERFORMED:


Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me,
my qualifications, and my experience. I understand that any willful misstatement described herein may
lead to my disqualification or dismissal, if engaged.
_________________________________________________________ Date: __/__/____
[Signature of staff member or authorized representative of the staff] Day/Month/Year


P
a
g
e
3
2

Format: TECH-9

NUMBER OF FULL TIME PROFESSIONAL / TECHNICAL HUMAN RESOURCE

Human Resources of the organization in India as on the date of submission the Technical
Bid: (Do not attach CVs)

Sl.
No.
Official Station / Branch in India
(Name of In-charge person & Address of
office with telephone and Fax no. with STD
code)
Numbers of Full-time
Professional/Technical human
resources*
excluding (i) Surveyors/
Investigators, (ii) Survey Supervisors,
(iii) Data Entry Operators (iv) Office
Management Staff
1 2 3




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


P
a
g
e
3
3

Format: TECH-10


CERTIFICATE

It is certified that:

1. The information given above is TRUE to the best of my knowledge. The organization shall stand
liable for any information given above which is later found to be FALSE, including the forfeiture
of any payment due to it.
2. The professionals, staff, equipment and all requisite infrastructural facilities mentioned in this
bid shall be made available for this study in due time.
3. Our agency/organization/institution is interested to undertake the proposed evaluation.
4. Our agency/organization/institution would show documentary proves to the Ministry in
support of the claims made in the bid documents whenever it is asked to do so, with short
notice and in our own expenses.
5. Our agency/organization/institution is not black listed or/and reprimanded by any client
6. I am competent to sign this Certificate.






Date: Authorized Signatory
Place: Name:
Seal of the Organization: Designation:


P
a
g
e
3
4


Format: FIN - 1


To
Dr. N.K. Sahu,
Economic Adviser,
Ministry of Rural Development
Government of India,
Krishi Bhawan, Room No.379, New Delhi-110001.




The Evaluating Agency (EA) for the
Nationwide Concurrent Evaluation study of the flagship programme of MGNREGA

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


FINANCIAL BID


Zone No. States
Total Cost of the Services: The total cost of the
Services payable (inclusive of all taxes, service
charges etc.)*
In Figures (in INR) In words




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



Date:
Authorized Signatory

Place:

Name:

Seal of the Organization:

Designation:


P
a
g
e
3
5





DRAFT CONTRACT FOR CONSULTANTS
SERVICES


between

Ministry of Rural Development, Govt. of
India




And






(Name of the
Consultant)





Subject: Services provided by the Evaluating
Agency for the
Nationwide Concurrent Evaluation study of the flagship programme of
MGNREGA

Dated:






























P
a
g
e
3
6




This CONTRACT ( hereinafter called the Contract) is made on the (day) day of the month of
(month), ( year) between the Ministry of Rural Development, Government of India, Krishi Bh avan,
New Delhi-110114( name of Employer), (hereinafter called the Employer) of the First Part and,
(name of consultant/Evaluating Agency) (hereinafter called the Consultant) of the Second Part.

WHEREAS:

(a) the Consultant, having represented to the Employer that he has the required professional
skill, personnel and technical resources, has offered to provide the services in response to the
Tender Notice dated issued by the Employer;
(b) the Employer has accepted the offer of the Consultant to provide the services on the terms
and conditions set forth in this Contract.

NOW, THEREFORE, IT IS HEREBY AGREED between the parties as follows:
1. The following documents attached hereto shall be deemed to form an integral part of this Contract:
(i) Conditions of Contract
(ii) Appendix: Request for Proposal (RFP) and Terms of Reference

2.The mutual rights and obligations of the Employer and the Consultant shall be as set forth
in the Contract, in particular:

(a) the Consultant shall carry out and complete the Services in accordance with provisions of the
Contract; and
(b) the Employer shall make payments to the Consultant in accordance with provisions of the
Contract.

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

In the presence of: Signed by:


Witnesses:
For and on behalf of the Ministry of Rural Development,
Govt. of India.
(i) Signed by

(ii)
(Consultant)




CONDITIONS OF CONTRACT

P
a
g
e
3
7



1. GENERAL PROVISIONS
1.1 Definitions: Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
(a) Applicable Law means the laws and any other instruments having the force of law in India for
the time being.
(b): Employer means Ministry of Rural Development, Govt. of India.
(c) Consultant means any private or public entity that will provide the Services to the Employer
under the Contract.
(d) Contract means the Contract signed by the Parties and all the attached documents listed in its
Clause 1 that is this Contract and the Appendices.
(e) Day means calendar day.
(f) Effective Date means the date on which this Contract comes into force country.
(g) Government means the Government of India
(h) Party means the Employer or the Consultant, as the case may be, and Parties means both of
them.
(i) Personnel means professionals and support staff provided by the Consultants assigned to
perform the
Services or any part thereof .
(j) Services means the work to be performed by the Consultant pursuant to this Contract, as
described in the
RFP/TOR hereto.
(k) Third Party means any person or entity other than the Employer, or the Consultant.
(l) In writing means communicated in written form with proof of receipt.

1.2 Relationship Between the Parties
Nothing contained herein shall be construed as establishing a relationship of master and
servant or of principal and agent as between the Employer and the Consultant. The Consultant,
subject to this Contract, has complete charge of Personnel performing the Services and shall be fully
responsible for the Services performed by them hereunder.

1.3 Law Governing Contract: This Contract, its meaning and interpretation, and the relation
between the Parties shall be governed by the applicable laws of India.

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

1.5 Notices
1.5.1 Any notice, request or consent required or permitted to be given or made pursuant to this
Contract shall be in writing. Any such notice, request or consent shall be deemed to have been
given or made when delivered in person to an authorized representative of the Party to whom the
communication is addressed, or when sent by registered post to such Party at the following address :
i). Employer: (Name) . (
Designation)
Ministry of Rural Development, Govt. of
India,
Krishi Bhavan, New Delhi-
110114.
ii) Consultant: ( Name)(
Designation)
Address:
1.5.2 A Party may change its address for notice hereunder by giving the other Party notice in
writing of such change to the address specified in Clause 1.5.1.





P
a
g
e
3
8

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

1.7 Taxes and Duties: The Consultant shall be liable to pay such direct and indirect taxes, duties,
fees and other impositions levied under the applicable laws of India.

1.8 Fraud and Corruption:
1.8.1 Definitions: It is the Employers policy to require that Employers as well as Consultants to
observe the highest standard of ethics during the execution of the Contract. In pursuance of this
policy, the Employer defines, for the purpose of this provision, the terms set forth below as follows:
(i) corrupt practice means the offering, receiving, or soliciting, directly or indirectly, of anything of
value to influence the action of a public official in the selection process or in contract execution;
(ii) fraudulent practice means a misrepresentation or omission of facts in order to influence a
selection process or the execution of a contract;
(iii) collusive practices means a scheme or arrangement between two or more consultants, with or
without the knowledge of the Employer, designed to establish prices at artificial, noncompetitive
levels;
(iv) coercive practices means harming or threatening to harm, directly or indirectly, persons
or their property to influence their participation in a procurement process, or affect the execution of
a contract;

1.8.2 Measures to be taken by the Employer: The Employer may, if it determines at any time
that the Consultant or Representatives of the consultant were engaged in corrupt, fraudulent,
collusive or coercive practices during the selection process or the execution of that contract,
(a) terminate the Contract, and
/or
(b) declare the Consultant ineligible, either indefinitely or for a stated period of time, to be awarded a
contract
.
2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF CONTRACT
2.1 Effective Date of Contract: This Contract shall come into force and effect on the date of
execution/signing of Contract by the Parties.

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

2.3 Termination of Contract for Failure to Become Effective: If this Contract has not become
effective within 15 days after execution, Employer may, by not less than 7 days written notice to the
other Party, declare this Contract to be null and void, and in such event, Consultant shall have no
claim against the Employer with respect hereto.

2.4 Expiration of Contract: Unless terminated earlier pursuant to Clause 2.3 or 2.8 hereof, this
Contract shall expire at the end of 6 months after the Effective Date as specified in Clause 2.1 unless
further extended by the Employer.

2.5 Modifications or Variations: (a) Any modification or variation of the terms and conditions of this
Contract, including any modification or variation of the scope of the Services, may only be made by
written agreement between the Parties.

2.6 Force Majeure
2.6.1 Definition
(a) For purposes of this Contract, Force Majeure means an event which is beyond the reasonable
control of a Party, is not foreseeable, is unavoidable and not brought about by or at the instance of
the Party claiming to be affected by non-performance or delay in performance, and which makes a
Partys performance of its obligations hereunder impossible or so impractical as reasonably to be
considered impossible in the circumstances, and includes, but is not limited to, war, riots, civil

P
a
g
e
3
9

disorder, earthquake, fire, explosion, storm, flood or other extreme adverse weather conditions,
strikes, lockouts or other industrial action (except where such strikes, lockouts or other industrial
action are within the power of the Party invoking Force Majeure to prevent, confiscation or any
other action by Government agencies)
(b) Force Majeure shall not include (i) any event which is caused by the negligence or intentional
action of a Party (ii) any event which a diligent Party could reasonably have expected and taken into
account at the time of conclusion of this Contract, (c) insufficiency of funds or non-availability of
personnel.

2.6.2 No Breach of Contract: The failure of a Party to fulfill any of its obligations hereunder shall not
be considered to be a breach of, or default under, this Contract insofar as such inability arises from
an event of Force Majeure, provided that the Party affected by such an event has taken all
reasonable precautions, due care and reasonable alternative measures, all with the objective of
carrying out the terms and conditions of this Contract.

2.6.3 Measures to be Taken:
(a) A Party affected by an event of Force Majeure shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.
(b) A Party affected by an event of Force Majeure shall notify the other Party of such event as
soon as possible, and in any case not later than 7 days following occurrence of such event, providing
evidence of the nature and cause of such event, and shall similarly give written notice of the
restoration of normal conditions as soon as possible.
(c) Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall
be extended for a period equal to the time during which such Party was unable to perform such
action as a result of Force Majeure.
(d) During the period of their inability to perform the Services as a result of an event of Force
Majeure, the Consultant, upon instructions by the Employer, shall either:
(i) demobilize,;
or
(ii) continue with the Services to the extent possible, in which case the Consultant shall continue to
be paid proportionately and on prorata basis, under the terms of this Contract.
(e) In case of disagreement between the Parties as to the existence or extent of Force Majeure, the
matter shall be settled according to Clause 8.

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

2.8 Termination
2.8.1.1 Termination by the Employer: The Employer may terminate this Contract in case of the
occurrence of any of the events specified in following paragraphs (a) through (h) of this Clause:
(a) If the Consultant fails to remedy a failure in performance of its obligations hereunder, as specified
in a notice of suspension pursuant to Clause 2.8 hereinabove, within 7 days of receipt of such notice
or within such further period as Employer may have subsequently approved in writing.
(b) If the Consultant becomes insolvent or go into liquidation or
receivership.
(c) If the Consultant fails to comply with any final decision reached as a result of arbitration
proceedings pursuant to Clause 8 hereof.
(d) If the Consultant, in the judgment of the Employer, has engaged in corrupt or fraudulent
practices in competing for or in executing this Contract.
(e) If the Consultant submits to the Employer a false statement which has a material effect on
the rights, obligations or interests of the Employer.
(ee) If the Consultant places itself in position of conflict of interest or fails to disclose promptly any
conflict of interest to the Employer.

P
a
g
e
4
0

(f) If the consultant fails to provide the quality services as envisaged under this Contract. The
Consultancy Monitoring Committee (CMC) formulated to monitor the progress of the assignment
may make judgment regarding the poor quality of services and for any such deficiency, the reasons
for which shall be recorded in writing. The CMC may decide to give one chance to the consultant to
improve quality of the services.
(g) If, as a result of Force Majeure, the Consultant is unable to perform a material portion of the
Services for a period of more than 30 days.
(h) If the Employer, in its sole discretion and for any reason whatsoever, decides to terminate this
Contract.

2.8.1.2 In such an occurrence the Employer shall give a written notice of not less than 7 days for
termination of the Contract.,
2.8.2 Termination by the Consultant: The Consultant may terminate this Contract, by not less
than 7 days written notice to the Employer, in case of occurrence of any of the events specified in
following paragraphs (a) through (d) of the this Clause:
(a) If the Employer fails to pay any money due to the Consultant pursuant to this Contract and not
subject to dispute pursuant to Clause 8 hereof within 15 days after receiving written notice from
the Consultant that such payment is overdue.
(b) If, as the result of Force Majeure, the Consultant is unable to perform a material portion of the
Services for a period of not less than 30 days.
(c) If the Employer fails to comply with any final decision reached as a result of arbitration
pursuant to Clause 8 hereof.
(d) If the Employer is in material breach of its obligations pursuant to this Contract and has not
remedied the same within 7 days or the period agreed by the Consultant on receipt of the
Consultants notice specifying such breach.

2.8.3 Cessation of Rights and Obligations: Upon termination of this Contract pursuant to Clauses 2.3
or 2.8 hereof, or upon expiration of this Contract pursuant to Clause 2.4 hereof, all rights and
obligations of the Parties hereunder shall cease, except (i) such rights and obligations as may have
accrued on the date of termination or expiration, (ii) the obligation of confidentiality set forth in
Clause 3.3 hereof, (iii) the Consultants obligation to permit inspection and copying of their records
set forth in Clause 356 and 3.6 hereof, and iv) any right which a Party may have under the Law.

2.8.4 Cessation of Services: Upon termination of this Contract by notice of either Party to the other
pursuant to Clauses 2.8.1 or 2.8.2 hereof, the Consultant shall, immediately upon dispatch or
receipt of such notice,take all necessary steps to bring the Services to a close in a prompt and orderly
manner and shall make every reasonable effort to keep expenditure for this purpose to a minimum.

2.8.5 Payment upon Termination: Upon termination of this Contract pursuant to Clauses 2.8.1 or
2.8.2 hereof, the Employer shall make the following payments to the Consultant:
(a) If the Contract is terminated pursuant to Clause 2.8.1 (g), (h) or 2.8.2, remuneration pursuant
to Clause 6.3(h)hereof for Services satisfactorily performed prior to the effective date of termination;
(b) If the agreement is terminated pursuant of Clause 2.8.1 (a) to (f), the consultant shall not be
entitled to receive any agreed payments upon termination of the contract. However, the Employer
may consider to make payment for the part satisfactorily performed on the basis of Quantum Merit
as assessed by it, if such part is of economic utility to the Employer. Applicable under such
circumstances, upon termination, the Employer may also impose liquidated damages as per the
provisions of Clause 9 of this agreement. The consultant will be required to pay any such liquidated
damages to Employer within 15 days of termination date.
2.8.6 Disputes about Events of Termination: If either Party disputes whether an event specified in
paragraphs (a) through (g) of Clause 2.8.1 or in Clause 2.8.2 hereof has occurred, such Party may,
within 7 days after receipt of notice of termination from the other Party, refer the matter as provided
under Clause 8 hereof, and this Contract shall not be terminated on account of such event except in
accordance with the decision in the matter.




P
a
g
e
4
1

3. OBLIGATIONS OF THE CONSULTANT
3.1 General
3.1.1 Standard of Performance: The Consultant shall perform the Services and carry out their
obligations hereunder with all due diligence, efficiency and economy, in accordance with generally
accepted professional standards and practices, and shall observe sound management practices, and
employ appropriate Personnel. The Consultant shall always act, in respect of any matter relating to
this Contract or to the Services, as faithful adviser to the Employer, and shall at all times support
and safeguard the Employers legitimate interests in any dealing with Third Parties.

3.2 Conflict of Interests: The Consultant shall hold the Employers interests paramount, without any
consideration for future work, and strictly avoid conflict of interest with other assignments or their
own corporate interests. If during period of this contract, a conflict of interest arises for any
reasons, the Consultant shall promptly disclose the same to the Employer and seek its instructions.
3.2.1 Consultant and Affiliates Not to Engage in Certain Activities: The Consultant agrees that, during
term of this Contract and after its termination, the Consultant and any entity affiliated with the
Consultant, shall be disqualified from providing services resulting from or directly related to the
Consultants Services for the preparation or implementation of the project.

3.3 Confidentiality: The know how generated from the Project would be the property of the
Employer. Except with prior written consent of the Employer, the Consultant and the Personnel
shall not at any time communicate to any person or entity any confidential information acquired in
course of the Services, nor shall the Consultant and its Personnel make public the recommendations
formulated in the course of, or as a result of, the Services.

3.4 Subcontracts: the Consultant should execute the Services through its own technical manpower
and will not outsource the job, completely or partially, through any other consultant.

3.5 Monitoring and Reporting Obligations: The Consultant shall extend all facilities to
Consultancy Monitoring Committee (CMC), as also experts and officers assigned by the Employer to
monitor progress of the assignment, to oversee that the assignment is as per RFP/TOR and
contractual conditions and to assess quality of deliverables and to accept/reject in part of the
assignment, (b) The Consultant shall submit to the Employer draft report and the Final report as
specified in RFP/TOR.

3.6 Documents Prepared by the Consultant to be the Property of the Employer: All plans,
drawings, specifications, designs, reports, other documents and software prepared by the Consultant
for the Employer under this Contract shall become and remain the property of the Employer, and
the Consultant shall, not later than upon termination or expiration of this Contract, deliver all such
documents to the Employer, together with a detailed inventory thereof.

4. CONSULTANTS PERSONNEL:

4.1. Description of Personnel: The title, agreed job description, minimum qualification and
estimated period of engagement in the carrying out of the Services of each of the Consultants Key
Personnel are as per the consultants proposal.

4.2. Removal and/or Replacement of Personnel: (a) If, for any reason beyond reasonable control of
the Consultant, such as retirement, death, medical incapacity, among others, it beco mes necessary
to replace any of the Personnel, the Consultant shall forthwith provide as a replacement a person of
equivalent or better qualifications.
(b) If the Employer (i) finds that any of the Personnel has committed serious misconduct or
has been charged with having committed a criminal action, or (ii) has reasonable cause to be
dissatisfied with performance of any of the Personnel, then the Consultant shall, at the Employers
written request specifying the grounds therefor, forthwith provide appropriate replacement by a
person with equivalent or better qualifications and experience.


P
a
g
e
4
2

4.3 The Consultant shall nominate a Team Leader for the period of the study who will not be
changed during the course of the study and would not differ from the name suggested in the
Technical Bids.

5. OBLIGATIONS OF THE EMPLOYER
5.1 Assistance and Exemptions : The Employer shall Provide to the Consultant any such assistance
as may be appropriately required in connection with the study, such as issue of instructions to the
concerned officials of Government/ organization, as may be necessary or appropriate for the prompt
and effective performance of the Services.

5.2 Payment: In consideration of the Services performed by the Consultant under this
Contract, the Employer shall make to the Consultant such payments and in such manner as is
provided by Clause 6 of this Contract.

6. PAYMENTS TO THE CONSULTANT
6.1 Total Cost of the Services (a) The total cost of the Services payable (inclusive of all taxes,
service charges
etc.) is Rs. , as per the consultants proposal to the Employer and as negotiated thereafter.
(b) Except as may be otherwise agreed under Clause 2.5 and subject to Clause 6.3, payments
under this
Contract shall not exceed the amount specified in Clause 6.1(a).
6.2 Currency of Payment: All payments shall be made in Indian Rupees.
6.3 Terms of Payment: (a) the consultant shall submit the invoice for payment when the payment is
due as per the agreed terms. The payments in respect of the Services shall be made in three
installments as per terms & conditions given below:
i). First installment of 20% after submission of the acceptance letter, contact agreement,
pre-receipt,performance security and after finalization of methods, questionnaires, research
tools, work plan and work schedule etc to the satisfaction of the Ministry.
ii). Second installment of 30% after completion of field survey and computerization of all
types of data and a certificate is to be given by the EA to the Ministry.
iii). Third installment of 25% on acceptance of 1
st
draft of the Report by
the Ministry.
iii). Fourth and Final installment of 25% on acceptance of the final Evaluation
Reports and Recommendations to the satisfaction of the Ministry and 50 hard copies of the
final (a) consolidated national report and (b) sample Special Project reports and 5 Compact
Disks.

(b) Once a milestone is completed, the consultant shall submit the requisite deliverables as specified
in this Contract. The Employer shall release the requisite payment upon acceptance of the
deliverables. If the deliverables are not found to be acceptable by the Employer or the consultant
has not carried out the work, he shall be liable to refund the advance of instalment, if any,
released to the consultant. However, if the Employer fails to intimate acceptance of the
deliverables or its objections thereto, within 30 days of receipt of it, the Employer shall release the
payment to the consultant without further delay.

(c) Final Payment : The final payment shall be made only after acceptance of all the deliverables as
indicated in the RFP/TOR. The Services shall be deemed completed and Report finally accepted by
the Employer unless the Employer gives a written notice to the Consultant specifying in detail
deficiencies in the Services, within 30 days of receipt of final Report and relevant documents. The
Consultant shall thereupon promptly make any necessary corrections, and thereafter the foregoing
process shall be repeated.
(d) For the purpose of payment under Clause 6.3 (b) above, acceptance means: acceptance of the
deliverables by the Employer after submission by the Consultant and Consultant has made
presentation to the Employer with/without modifications to be communicated in writing by the
Employer to the Consultant.


P
a
g
e
4
3

(e) If the deliverables submitted by the Consultant are not acceptable to the Employer, the Employer
shall not release payment due to the consultant. This is without prejudice to the Employers right to
levy any liquida ted damages under clause 9. In such case, the payment will be released to the
consultant only after it re-submits the Report and is accepted by the Employer.

(f) All payments under this Contract shall be made to the account of the Consultant .
(g) With the exception of the final payment under (c) above, payments do not constitute
acceptance of the Services nor relieve the Consultant of any obligations hereunder, unless the
acceptance has been communicated by the Employer to the consultant in writing and the
consultant has made necessary changes as per the comments / suggestions of the Employer
communicated to the Consultant.
(h) In case of early termination of the contract, the payment may be made to the consultant on pro -
rata basis in respect of the services, which are found to be useful to the Employer.

7. FAIRNESS AND GOOD FAITH
7.1 Good Faith: The Parties undertake to act in good faith with respect to each others rights
under this Contract and to adopt all reasonable measures to ensure the realization of the objectives
of this Contract.

7.2 Operation of the Contract: The Parties recognize that it is impractical in this Contract to provide
for every contingency which may arise during the life of the Contract, and the Parties hereby agree
that it is their intention that this Contract shall operate fairly as between them, and without
detriment to the interest of either of them, and that, if during the term of this Contract either Party
believes that this Contract is operating unfairly, the Parties will use their best efforts to agree on
such action as may be necessary to remove the cause or causes of such unfairness, but failure to
agree on any action pursuant to this Clause shall not give rise to a dispute subject to arbitration in
accordance with Clause 8 hereof.

8. SETTLEMENT OF DISPUTES
8.1 Amicable Settlement: Performance of the contract is governed by the terms & conditions of the
contract. In case of dispute arises between the parties regarding any matter under the contract,
either Party of the contract may send a written Notice of Dispute to the other party. The Party
receiving the Notice of Dispute will consider the Notice and respond to it in writing within 7 days
after receipt. If that party fails to respond within 7 days, or the dispute cannot be amicably settled
within 15 days following the response of that party, clause 8.2 shall become applicable.

8.2 Arbitration: In the case of dispute arising upon or in relation to or in connection with the contract
between the Employer and the Consultant, which has not been settled amicably, any party can refer
the dispute for Arbitration under (Indian) Arbitration and Conciliation Act, 1996. Such disputes shall
be referred to an Arbitral Tribunal consisting of sole arbitrator appointed by the Secretary of the
Department of Rural Development in the Ministry of Rural Development. The Arbitration and
Conciliation Act, 1996 and any statutory modification or re-enactment thereof, shall apply to these
arbitration proceedings.

8.3. Arbitration proceedings shall be held at Delhi and the language of the arbitration proceedings
and that of all documents and communications between the parties shall be English.

8.4 The decision of the arbitrator shall be final and binding upon both parties. The expenses of the
arbitrators as determined by the arbitrator shall be shared equally by the Employer and the
Consultant. However, the expenses incurred by each party in connection with the preparation,
presentation shall be borne by the party itself. All arbitration awards shall be in writing and shall state
the reasons for the award.

9. LIQUIDATED DAMAGES:
9.1 The parties hereby agree that due to negligence of act of any party, if the other party suffers
losses, damages the quantification of which may be difficult, and hence the amount specified
hereunder shall be construed as reasonable estimate of the damages and the consultant party agree
to pay such liquidated damages, as defined hereunder as per the provisions of this Contract.

P
a
g
e
4
4


9.2 The amount of liquidated damages under this Contract shall not exceed 50% of the total
value of the contract .

9.3 The liquidated damages shall be applicable under following circumstances:

(a) Penalty @ 5% of the released amount will be imposed on the Consultant in the event of the delay
upto 1 month in submission of Report as per schedule until extended by the Employer and
after two months additional penalty @ 1% on each fortnight period.

(b) If the Report is not acceptable to the Employer as mentioned in Clause 6.3 (c), and defects are not
rectified to the satisfaction of the Employer within 15 days of the receipt of the notice, the Consultant
shall be liable for Liquidated Damages for an amount equal to 1% of released amount for every
fortnight or part thereof for the delay.

10. MISCELLANEOUS PROVISIONS:
(i) Nothing contained in this Contract shall be construed as establishing or creating between the
Parities, a relationship of master and servant or principal and agent.
(ii) Any failure or delay on the part of any Party to exercise right or power under this Contract
shall not operate as waiver thereof.
(iii) The Consultant shall notify the Employer of any material change in their status, in particular,
where such change would impact on performance of obligations under this Contract.
(iv) The Contractor/Consultant shall at all times indemnify and keep indemnified the
Employer/Government of India against all claims/damages etc. for any infringement of any
Intellectual Property Rights (IPR) while providing its services under the Project.
(v) The Consultant shall at all times indemnify and keep indemnified the Employer/Government
of India against any and all claims by Employees, Workman, agent(s), engaged or otherwise
working for the Consultant, in respect of wages, salaries, remuneration, compensation or the like.
(vii) All claims regarding indemnity shall survive the termination or expiry of the Contract.
(vii) It is acknowledged and agreed by all Parties that the staff employed for the project are not
employees of Employer and there is no representation of any type, implied or otherwise, of any
absorption, regularization, continued engagement or concession or preference for employment of
persons engaged by the Consultant for any engagement, service or employment in any capacity in any
office or establishment of the Government of India or the Employer.

Anda mungkin juga menyukai