The words you are searching are inside this book. To get more targeted content, please make full-text search by clicking here.

iv PUDUCHERRY SLUM CLEARANCE BOARD PUDUCHERRY REQUEST FOR PROPOSAL (RFP) Slum data verification and preparation of Slum Free City Plan of Action (SFCPoA) along with

Discover the best professional documents and content resources in AnyFlip Document Base.
Search
Published by , 2016-08-12 08:06:03

PUDUCHERRY SLUM CLEARANCE BOARD - pon

iv PUDUCHERRY SLUM CLEARANCE BOARD PUDUCHERRY REQUEST FOR PROPOSAL (RFP) Slum data verification and preparation of Slum Free City Plan of Action (SFCPoA) along with

PUDUCHERRY SLUM CLEARANCE BOARD

PUDUCHERRY

No.106, Pallivasal Street, Periyar Nagar, Savanapet, Puducherry - 605 005.
Phone: 0413-2205660, 2205577 Fax: 2205576 E-mail: [email protected]

No: PSCBd/DB/T/F-193/2013-14/2011 Puducherry, Dated:31.12.2013

PRESS N O T I C E
NOTICE INVITING CONSULTANT SERVICES

On behalf of the Puducherry Slum Clearance Board, proposals are invited from
experienced, well established, resourceful and reputed consultants for consultancy
service for the preparation of Slum Free City Plan for Puducherry Urban area under
Rajiv Awas Yojana Schemes.

Name of work :

Slum data verification and preparation
of Slum Free City Plan of Action
(SFCPoA) along with GIS based slum
mapping, integration of GIS & MIS data
for Puducherry & Oulgaret towns of
U.T. of Puducherry.

E.M.D : `1,50,000/-

Cost of Request for Proposal (RFP) : `5000/- +VAT @ 4%

1. Availability of Request for Proposal (RFP)

from website on : 02.01.2014

2. Pre bid meeting : 10.01.2014 at 3.30 p.m. in the

Office of the Chief Executive
Officer, Puducherry Slum
Clearance Board, Puducherry.

3. Last date & time for receipt of

Technical & Financial bid : 23.01.2014 at 3.30 p.m.

4. Opening of Technical bid : 23.01.2014 at 4.00 p.m.

The detailed Request for Proposal (RFP) can be downloaded from the Official
website as noted below.

(www.py.gov.in & www.tcpd.puducherry.gov.in)

Sd/-
CHIEF EXECUTIVE OFFICER
i

GOVERNMENT OF PUDUCHERRY
PUDUCHERRY SLUM CLEARANCE BOARD
No.106, Pallivasal Street, Periyar Nagar, Savanapet, Puducherry-605 005. :
Phone: 0413-2205660, 2205577 Fax: 2205576 E-mail: [email protected]

No.PSCBd/DB/T/F-193/2013-14/2011 Dated:31-12-2013

NOTICE INVITING CONSULTANCY SERVICES

Sealed Tenders are invited in two bid system by the Chief Executive Officer, for and on

behalf of the Puducherry Slum Clearance Board, Puducherry for the following consulting

service:-

Sl. No: Description of work Duration

Verification and updation of all Socio – economic survey data

1. available for notified and identified slums in Puducherry Urban

Area of U.T. of Puducherry.

Preparation of GIS enabled slum MIS at household level with Total 6 Months
2.

Station Survey.

Preparation of Slum Free City Plan of action for Puducherry Urban
3.

Area of U.T. of Puducherry.

CONDITIONS:

1. Eligibility:

Consultant may be a single entity or a consortium or firms or multidisciplinary professional
Companies / Institutions.

2. Qualification:

(a) Consultant should have undertaken similar type of service in preparation of Slum Free
City Plan of Action under GIS platform for at least 3 cities / towns in India (Supporting
documents shall be submitted along with the application).

(b) Consultant should have conducted Total Station Survey of area of not less than
3 Sq.Kms. (Supporting documents shall be submitted along with the application).

(c) The financial turnover of the consultant for the above mentioned work shall not be less
than Rs.1.0 Crore in each of the last three financial years, which is not applicable in
case of educational Institutes (Supportive document shall be submitted).

(d) The consultancy company/Institution/firm/consortium must have the following multi-
disciplinary professionals: Housing, Environment, Infrastructure Planners, Project
Engineers, Sociologist, Qualified surveyors, MIS & GIS professionals and Capacity
Building /Training Coordinator.
ii

3.The consultant shall furnish Earnest Money Deposit for an amount of `.1,50,000/- (One Lakhs
Fifty Thousand Only) in favour of Chief Executive Officer, Puducherry Slum Clearance Board
payable at Puducherry in the form of a Banker’s Cheque or Demand Draft from a Nationalized
bank.
4. The cost of Request for Proposal (RFP) is Rs. 5,000/- + VAT @ 4% (Non refundable). The
Request for Proposal (RFP) can be downloaded from the website www.py.gov.in and
www.tcpd.puducherry.gov.in and the consultant should enclose a Banker’s Cheque / Demand
Draft for an amount of Rs. 5,000/- + VAT @ 4% in favour of Chief Executive Officer,
Puducherry Slum Clearance Board while submitting the tender document. All Bankers Cheque
or Demand Draft should be in Indian Rupees and drawn on any nationalized bank in favour of
“The Chief Executive Officer, Puducherry Slum Clearance Board” payable at Puducherry.
5. The Request for Proposal (RFP) includes the following documents:

i. Invitation of Proposal (IFP)
ii. Instruction to consultants (ITC).
iii. General Contract Conditions
iv. Terms of reference (TOR)
v. Deliverables
vi. Resource Deployment
vii. Bid Proposal Formats
viii. Annexures.
6. Pre bid meeting will be held on 10.1.2014 @ 3.30 P.M in the office of the Chief Executive
Officer, Puducherry Slum Clearance Board, Puducherry.
7. The consultant shall submit their sealed tender on or before 23.1.2014 upto 3.30 P.M.
8. The Consultant will be selected under Least Cost Selection procedure described in the RFP.
9. If the opening day of Request for Proposal (RFP) happens to be public holiday the same will
be opened next working day.

10. The Chief Executive Officer, Puducherry Slum Clearance Board, reserves the right to either
accept or reject any or all tenders at any stage without assigning any reason.

Sd/
CHIEF EXECUTIVE OFFICER
PUDUCHERRY SLUM CLEARANCE BOARD

iii

PUDUCHERRY SLUM CLEARANCE BOARD

PUDUCHERRY

REQUEST FOR PROPOSAL (RFP)

Slum data verification and preparation of Slum
Free City Plan of Action (SFCPoA) along with
GIS based slum mapping, integration of GIS &
MIS data for Puducherry & Oulgaret towns of
U.T of Puducherry.

Address: 106,Pallivasal Street, Periyar Nagar, Savanapet,Puducherry-605005
Phone No. 0413 – 2205660 & 2205577
Email: [email protected]

iv

DISCLAIMER

The information contained in this Request for Proposal ("RFP") document provided to the
Consultant(s), by or on behalf of Puducherry Slum Clearance Board, Puducherry or any of their
employees or advisors, on the terms and conditions set out in this RFP document and all
other terms and conditions subject to which such information is provided.
The purpose of this RFP document is to provide the Consultant(s) with information to assist the
formulation of their Proposals. This RFP document does not purport to contain all the
information each Consultant may require. This RFP document may not be appropriate for all
persons, and it is not possible for Puducherry Slum Clearance Board, Puducherry, their
employees or advisors to consider the business/investment objectives, financial situation and
particular needs of each Consultant who reads or uses this RFP document. Each Consultant
should conduct its own investigations and analysis and should check the accuracy, reliability
and completeness of the information in this RFP document and where necessary, obtain
independent advice from appropriate sources. Puducherry Slum Clearance Board, Puducherry,
their respective employees and advisors make no representation or warranty and shall incur no
liability under any law, statute, rules or regulations as to the accuracy, reliability or
completeness of the RFP document.
Puducherry Slum Clearance Board, Puducherry may, in their absolute discretion, but without
being under any obligation to do so, update, amend or supplement the information in this RFP
document. Updated RFP document will only be available in referred departmental website.

v

List of Abbreviations:

BC : Banker’s Cheque

BPL : Below Poverty Line

CAA : Constitutional Amendment Act

CBO : Community Based Organization.

CD : Compact Disc

CSMC : Central Sanctioning and Monitoring Committee

CSS : Centrally Sponsored Schemes

CV : Curriculum Vitae

DD : Demand Draft

DGPS : Differential Global Positioning System

DPR : Detailed Project Report

DVD : Digital Versatile Disc

EMD : Earnest Money Deposit

EWS : Economically Weaker Section

FAR : Floor Area Ratio

GC : General Conditions

GCC : General Conditions of Contract

GIS : Geographical Information System

GOI : Government of India

GOP : Government of Puducherry

GPS : Global Positioning System

IFP : Invitation for Proposal

IT : Information Technology

ITC : Instructions to Consultants

JNNURM : Jawaharlal Nehru National Urban Renewal Mission

LCS : Least Cost Selection

LIG : Low Income Group

MFI : Micro Financing Institutions

MIS : Management Information System

MOHUPA : Ministry of Housing and Urban Poverty Alleviation

MPR : Monthly Progress Report

NBO : National Building Organisation

NGO : Non-Governmental Organisation.

NRSC : National Remote Sensing Centre

PBG : Performance Bank Guarantee

PSCB : Puducherry Slum Clearance Board

PSU : Public Sector Undertaking

vi

RAY : Rajiv Awas Yojana scheme
RFP : Request For Proposal
SC : Special Conditions
SFCPoA : Slum Free City Plan of Action
SHG : Self Help Group
SLNA : State Level Nodal Agency for Rajiv Awas Yojana scheme
SLSMC : State Level Sanctioning & Monitoring Committee for Rajiv Awas Yojana scheme
SRFP : Standard request for Proposals
TCPD : Town and Country Planning Department
TOR : Terms of Reference
TSS : Total Station Survey
U.T. : Union Territory
ULB : Urban Local Bodies
USHA : Urban Statistics and HR Assessments Scheme

vii

DOCUMENT CONTROL SHEET.

1. Document Reference No : PSCBd/DB/T/F-193//2013-14/2011, dt.31.12.2013

2. Tender Inviting Authority : The Chief Executive Officer,
3. Name of the work Puducherry Slum Clearance Board,
No: 106, Pallivasal Street,
Periyar Nagar, Savanapet, Puducherry – 605005.

: Slum data verification and Preparation of Slum

Free City Plan of Action (SFCPoA) along with GIS

based slum mapping, integration of GIS & MIS data

for Puducherry & Oulgaret towns of U.T of

Puducherry.

4. Method of selection : Least Cost Selection (LCS)

5. Start date of issue of RFP : 02.01.2014

6. Date of Pre-Bid meeting : 10.1.2014 @ 3.30 P.M.

7. Address of Pre-Bid Meeting : The Chief Executive Officer,
Puducherry Slum Clearance Board,

No: 106, Pallivasal Street,

Periyar Nagar, Savanapet,

Puducherry – 605 005.

8. Last date and time of receipt : 23.1.2014 @ 3.30 P.M.

of proposal

9. Date and time of opening of 23.1.2014 @ 4.00 P.M.
Technical Proposal

10. Date and time of evaluation of :

Technical Proposal by Will be intimated later to the Consultants

Evaluation Committee and

presentation by the Consultants

11. Date of opening of Financial : Will be intimated later to the technically qualified
Bid. Consultants

12. RFP document Fee (non- : Rs. 5000/- + VAT @ 4%
refundable)

13. EMD : Rs.1,50,000/-

Note: This document is not transferable

All Consultants are advised to check for any further clarifications and corrigendum related to
this project at the website www.py.gov.in and www.tcpd.puducherry.gov.in

viii

TABLE OF CONTENTS 1
SECTION 1 - INVITATION FOR PROPOSAL (IFP) 1
1.1 BACKGROUND 1
1.2 INVITATION 2
1.3 ELIGIBILITY CRITERIA 3
SECTION 2 – INSTRUCTION TO THE CONSULTANT (ITC) 3
2.1 DEFINITIONS 4
2.2 CONFLICT OF INTEREST 4
2.3 VALIDITY OF PROPOSALS 4
2.4 RIGHT TO ACCEPT OR REJECT PROPOSAL(S) 4
2.5 FRAUD AND CORRUPTION 5
2.6 CLARIFICATIONS AND AMENDMENTS OF RFP 5
2.7 EARNEST MONEY DEPOSIT (EMD) 6
2.8 PROCESS FOR SELECTION OF PROJECT CONSULTANT 6
2.9 DISQUALIFICATIONS 7
2.10 PRE BID MEETING 7
2.11 PREPARATION OF PROPOSALS 8
2.12 SUBMISSION OF PROPOSAL 9
2.13 EVALUATION OF PROPOSALS 10
10
2.13.1. Pre-qualification Evaluation 11
2.13.2. Evaluation of Technical Proposal 12
2.13.3. Evaluation of Financial Proposal 12
2.14 NEGOTIATIONS 12
2.15 AWARD OF CONTRACT 12
2.16 CONFIDENTIALITY 14
2.17 PAYMENT TERMS: 14
SECTION 3: GENERAL CONTRACT CONDITIONS (GCC) 14
3.1 APPLICATION 14
3.2 RELATIONSHIP BETWEEN THE PARTIES 14
3.3 STANDARDS OF PERFORMANCE 15
3.4 CONSULTANT PERSONNEL 15
3.5 APPLICABLE LAW 15
3.6 INTELLECTUAL PROPERTY RIGHTS
3.7 GOVERNING LANGUAGE

ix

3.8 PERFORMANCE BANK GUARANTEE (PBG) 15

3.9 PERFORMANCE ASSESSMENT 16

3.10 TERMINATION OF CONTRACT 16

3.11 TERMINATION FOR INSOLVENCY, DISSOLUTION ETC 16

3.12 TERMINATION FOR CONVENIENCE 17

3.13 FORCE MAJEURE 17

3.14 TAXES AND DUTIES 17

3.15 RESOLUTION OF DISPUTES 17

3.15.1. Amicable Settlement 17

3.15.2. Resolution of Disputes 18

3.16 LEGAL JURISDICTION 18

3.17 ARBITRATION 18

3.18 ASSIGNMENT AND SUBCONTRACTING 19

SECTION 4: TERMS OF REFERENCE (TOR) FOR PREPARATION OF SLUM FREE CITY PLAN OF

ACTION (SFCPOA) 20

4.1 BRIEF DESCRIPTION OF TASK 20

4.2 BACKGROUND 20

4.3 DESCRIPTION OF TASK 20

4.3.1 Task 1: Initiation of SFCPoA Process 21

4.3.2 Task 2: Assessment of Present Status of Slums 21

4.3.3 Task 3: Formulation of Slum Development Options 26

4.3.4 Task 4: Estimating Housing Shortage for the urban poor & identifying Supply &

Demand Constraints 27

4.3.5 Task 5: Identifying Supply and Demand Side Reforms and Framing Future Supply

Strategy 28

4.3.6 Task 6: Framing Investment Requirements and Financing Plan 29

4.3.7 Task 7: Formulating a Credit Plan 30

4.3.8 Task 8: Framing Institutional Arrangements for Implementation of SFCPoA 30

4.3.9 Task 9: Finalisation of SFCPoA 30

SECTION 5: DELIVERABLES 32

5.1 OUT COME AND DELIVERABLES 32

5.2 TIMELINES 32

5.3 REPORTS AND MAPS TO BE FURNISHED 35

5.4 ACCEPTANCE OF DELIVERABLES 36

5.5 REPORTING AND COMMUNICATION 36

x

SECTION 6: RESOURCE DEPLOYMENT 37

6.1 RESPONSIBILITIES, QUALIFICATIONS & EXPERIENCE REQUIREMENTS 38

Specialist 1: Team Leader/Town Planning Specialist 38

Specialist 2: Management Information System Specialist 38

Specialist 3: GIS Specialist 38

Specialist 4: Social Development Specialist 39

Specialist 5: Project / Engineering Specialist 40

Specialist 6: Capacity Building / Training coordinator 42

SECTION 7: BID PROPOSAL FORMATS 44

7.1 FORM 1: COVERING LETTER 45

7.2 FORM 2: CONSULTANT’S ORGANIZATION 47

7.3 FORM 3: CONSULTANT PAST RELEVANT EXPERIENCE 49

7.4 FORM 4: COMMENTS AND SUGGESTIONS ON TERMS OF REFERENCE AND GENERAL CONDITIONS OF

CONTRACT 50

7.5 FORM 5: DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE

ASSIGNMENT 51

7.6 FORM 6: TEAM COMPOSITION AND TASKS ASSIGNED. 52

7.7 FORM 7: CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF / SUPPORTING STAFF 53

7.8 FORM 8: WORK SCHEDULE. 55

7.9 FORM 9: STAFFING SCHEDULE. 56

7.10 FORM 10: SCHEDULE OF PRICE BID: 57

SECTION 8: ANNEXURE 58

8.1 ANNEXURE A: PERFORMANCE BANK GUARANTEE FORMAT 58

8.2 ANNEXURE B: SPECIAL POWER OF ATTORNEY 60

8.3 ANNEXURE C: CONTRACT AGREEMENT 61

xi

SECTION 1 - INVITATION FOR PROPOSAL (IFP)
1.1 BACKGROUND:

The Government of India has launched a major programme viz., Rajiv Awas Yojana (RAY)
which is being implemented by the Ministry of Housing and Urban Poverty Alleviation as a
Centrally Sponsored Programme. The Scheme aims at creating Slum Free India by encouraging
States/UTs to tackle the problem of slum in definitive manner. It also aims to encourage
cities to initiate steps to bring about improvement in the existing service levels and
ultimately should become slum free India.

The rising urban population has also given rise to increase in the number of urban poor. The
ever increasing number of slum dwellers causes tremendous pressure on urban basic services
and infrastructure. In order to cope with massive problems that have emerged as a result of
rapid urban growth, it has become imperative to draw up coherent urbanization
policy/strategy to implement projects in the selected cities as per the Guidelines issued by
Government of India from time to time.

The U.T. of Puducherry Comprises of four enclaves viz., Puducherry, Karaikal, Mahe and
Yanam. Puducherry is the Capital of the U.T. of Puducherry. The Urban area of Puducherry
region comprises of two cities with a total extent of 77.26 Sq.Kms, the details are as below:

City Outgrowth Total Area (in Sq.Kms) Population

Puducherry Ariankuppam & Manavely 28.20 289851

Oulgaret Kurumbapet, Odiampet and Villianur 49.06 367358

Total 77.26 657209

There are about 195 notified & identified slums in the above two cities and having
approximately 20000 Households as per the estimates of the Puducherry Slum Clearance
Board.

1.2 INVITATION:

Through this Request for Proposal and on behalf of the Government of Puducherry, the
Puducherry Slum Clearance Board intend to invite proposal for selecting a Consultant for the
preparation of GIS based Slum Free City Plan of Action for Puducherry & Oulgaret towns of
U.T. of Puducherry. The brief scope of the work of the consultant is:

(a) Verify and update Socio-economic and livelihood Survey data for 195 (Identified &
Notified Slums - Approximate Households- 20,000) slums in Puducherry & Oulgaret
towns in U.T. of Puducherry available with Puducherry Slum Clearance Board and also

1

to capture missing slum data as per the guidelines issued by Ministry of Housing and
Urban Poverty Alleviation under RAY.
(b) Preparation of GIS based slum mapping with Total Station Survey, generate web
enabled slum MIS, GIS/MIS data integration.
(c) Preparation of Slum Free City Plan of Action for Puducherry & Oulgaret towns of U.T
of Puducherry.
The Puducherry Slum Clearance Board may, at its own discretion can extend the date for
submission of proposals. In such a case, all rights and obligations of the Puducherry Slum
Clearance Board and Consultants previously subject to the deadline will thereafter be subject
to the deadline as extended.
The proposals can be sent through Registered Post / Speed Post / in person so as to reach the
Puducherry Slum Clearance Board office at designated time and date as per RFP.
All Bankers Cheque or Demand Draft should be in Indian Rupees and drawn on any
nationalized bank in favour of “The Chief Executive Officer, Puducherry Slum Clearance
Board” payable at Puducherry.
1.3 ELIGIBILITY CRITERIA:
The multidisciplinary professional Companies / Institutions / Firms or Consortium of qualified
and experienced consultants must fulfill the following conditions:
(e) Consultant should have undertaken similar type of service in preparation of Slum Free
City Plan of Action under GIS platform for at least 3 cities / towns in India (Supporting
documents shall be submitted along with the application).
(f) Consultant should have conducted Total Station Survey of area of not less than
3 Sq.Kms. (Supporting documents shall be submitted along with the application).
(g) The financial turnover of the consultant for the above mentioned work shall not be
less than Rs.1.0 Crore in each of the last three financial years, which is not applicable
in case of educational Institutes (Supportive document shall be submitted).
(h) The consultancy company/Institution/firm/consortium must have the following multi-
disciplinary professionals: Housing, Environment, Infrastructure Planners, Project
Engineers, Sociologist, Qualified surveyors, MIS & GIS professionals and Capacity
Building /Training Coordinator.

2

SECTION 2 – INSTRUCTION TO THE CONSULTANT (ITC)
2.1 DEFINITIONS:

(a) “Board” means Puducherry Slum Clearance Board (PSCB).

(b) “Client” means the agency with which the selected consultant signs the contract for
the service i.e. Puducherry Slum Clearance Board (PSCB).

(c) “Consultant” means any entity or person that may provide or provides the Services to
the Client under the Contract.

(d) “Contract” means the Contract signed by the Parties and all the attached documents
listed in its Clause 1 that is the General Conditions (GC), the Special Conditions (SC),
and the Appendices.

(e) “Day” means calendar day.

(f) “Evaluation Committee” means the Committee constituted for evaluation of
proposals.

(g) “GCC” means the General contract conditions specified in section of RFP.

(h) “Government” means Government of Puducherry.

(i) “Instructions to Consultants (ITC)” (Section 2 of the RFP) means the document which
provides Consultants with all information needed to prepare their Proposals.

(j) “IFP” means Invitation for Proposals, specified in Section 1 of RFP.

(k) “Personnel” means professionals and support staff provided by the Consultant and
assigned to perform the Services or any part thereof; “Foreign Personnel” means such
professionals and support staff who at the time of being so provided had their
domicile outside the Government’s country; “Local Personnel” means such
professionals and support staff who at the time of being so provided had their
domicile inside the Government’s country.

(l) “Proposal” means the Pre-qualification Proposal, Technical Proposal and the Financial
Proposal.

(m)“RFP” means the Request for Proposal prepared by the Client for the selection of
Consultants, based on the SRFP.

(n) “SLNA" means the State Level Nodal Agency designated for the implementation of the
Rajiv Awas Yojana (RAY) scheme in the U.T of Puducherry.

(o) “SRFP” means the Standard Request for Proposals, which is used by the Client as a
guide for the preparation of the RFP.

(p) “Services” means the work to be performed by the Consultant pursuant to the
Contract.

3

(q) “Terms of Reference” (TOR) means the document included in the RFP as Section 4
which explains the objectives, scope of work, activities, tasks to be performed,
respective responsibilities of the Client and the Consultant, and expected results and
deliverables of the assignment.

2.2 CONFLICT OF INTEREST:

The Consultants should provide professional, objective and impartial advice and at all times,
hold the Client’s interests paramount, strictly avoid conflicts with other assignments/jobs or
their own corporate interests and act without any consideration for future work. The
consultant shall not deploy former employees of the Client and employees of the Government
of Puducherry in any assignment under this RFP.

The Consultant shall not be eligible to bid for the activities related to the implementation of
the projects under this RFP. Further, the consultant shall give a declaration (as per the RFP
notice) that they do not have any interest in downstream business, which may ensue from the
RFP prepared through this project.

2.3 VALIDITY OF PROPOSALS:

The following will be considered for the validity of the proposals deemed submitted:

(a) Proposals shall remain valid for a period of 180 (one eighty days) days from the date
of opening of Proposal. The Client reserves right to reject a proposal valid for a
shorter period as non-responsive.

(b) In exceptional circumstances, the Client may solicit the Consultant’s consent to an
extension of the period of validity. The request and the response thereto shall be
made in writing. Extension of validity period by the consultant should be
unconditional. A Consultant may refuse the request without forfeiting the Earnest
Money Deposit. A Consultant granting the request will not be permitted to modify its
Proposal.

2.4 RIGHT TO ACCEPT OR REJECT PROPOSAL(S):

The Client reserves the right to annul the RFP process, or to accept or reject any or all the
Proposals in whole or part at any time without assigning any reasons and without incurring
any liability to the affected Consultant(s) or any obligation to inform the affected
Consultant(s) of the grounds for such decision.

2.5 FRAUD AND CORRUPTION:

It is required that the Consultants submitting Proposal and the Consultant selected through
this RFP must observe the highest standards of ethics during the process of selection of
project consultant and during the performance and execution of contract.

4

For this purpose, definitions of the terms are set forth as follows:

(a) "Corrupt practice" means the offering, giving, receiving or soliciting of anything of
value to influence the action of the Client or its personnel in contract executions.

(b) "Fraudulent practice" means a misrepresentation of facts, in order to influence a
selection process or the execution of a contract, and includes collusive practice
among Consultants (prior to or after Proposal submission) designed to establish
Proposal prices at artificially high or non-competitive levels and to deprive the Client
of the benefits of free and open competition.

(c) “Unfair trade practice” means supply of services different from what is ordered on, or
change in the Term of Reference given in Section 4.

(d) “Coercive practice” means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the selection process or
execution of contract.

(e) The Client will reject a proposal for award, if it determines that the Consultant
recommended for award, has been determined to having been engaged in corrupt,
fraudulent or unfair trade practices.

(f) The Client will declare a Consultant ineligible, either indefinitely or for a stated
period of time, for awarding the contract, if it at any time determines that the
Consultant has engaged in corrupt, fraudulent and unfair trade practice in competing
for, or in executing, the contract.

2.6 CLARIFICATIONS AND AMENDMENTS OF RFP:

During process of evaluation of the Proposals, the Client may, at its discretion, ask the
Consultants for clarifications on their proposal. The Consultants are required to respond
within the prescribed time-frame.

The Client may, for any reason, modify the RFP from time to time. The amendment(s) to the
RFP would be clearly spelt out and the Consultant may be asked to amend their proposal due
to such amendments.

2.7 EARNEST MONEY DEPOSIT (EMD):

(a) The Consultant shall furnish, as part of the Pre-qualification Proposal, an Earnest
Money Deposit (EMD) amounting to Rs. 1,50,000/-(Rupees One Lakhs Fifty thousand
Only).

(b) The EMD shall be in Indian Rupees and shall be in the form of Bankers Cheque or
Demand Draft drawn from any of the Nationalized Bank in favour of “The Chief
Executive officer, PSCB, Puducherry” payable at Puducherry.

5

(c) The EMD of unsuccessful Consultant will be refunded on request by the Consultant
after final award of contract.

(d) The EMD lying with the Client in respect of other tenders/ RFP/ Expression of Interest
awaiting approval or rejected or on account of contracts being completed will not be
adjusted towards EMD for this RFP. The EMD may however, will be taken into
consideration in case RFP are re-invited.

(e) The Earnest Money will be forfeited on account of one or more of the following
reasons:

i. Consultant withdraws its Proposal during the validity period specified in RFP
and in the Form 1: Covering Letter.

ii. Consultant does not respond to requests for clarification of its Proposal.

iii. Consultant fails to provide required information during the evaluation process
or is found to be non-responsive.

iv. In case of a successful Consultant, the said Consultant fails to sign the
Agreement in time; or furnish Performance Bank Guarantee.

2.8 PROCESS FOR SELECTION OF PROJECT CONSULTANT:

(a) This enquiry is in the nature of Request for Proposal (RFP) intended to result in
selection of a Project Consultant agency for preparing Slum Free City Plan of Action
for Puducherry & Oulgaret towns of U.T of Puducherry. The responses received
pursuant to this RFP will be evaluated as per the criteria specified in this document
and the successful Consultant will be awarded contract.

(b) The Consultant would be involved to undertake the assignments as mentioned in the
Section 4: Terms of Reference of the assignment.

2.9 DISQUALIFICATIONS:

The Client may at its sole discretion and at any time during the evaluation of Proposal,
disqualify any Consultant, if the Consultant has:

(a) Made misleading or false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements;

(b) Exhibited a record of poor performance such as abandoning work, not properly
completing the contractual obligations, inordinately delaying completion or financial
failures, etc. in any project in the preceding three years;

(c) Submitted a proposal that is not accompanied by required documentation or is non-
responsive;

(d) Failed to provide clarifications related thereto, when sought;

(e) Submitted more than one Proposal;

6

(f) Declared ineligible by the Government of India/State/UT Government for corrupt and
fraudulent practices or blacklisted.

(g) Submitted a proposal with price adjustment/ variation provision.

2.10 PRE BID MEETING:

(a) The Puducherry Slum Clearance Board will convene a pre-bid meeting as prescribed in
document control sheet to address any RFP related queries.

(b) The prospective Consultant or its official representative is invited to attend a pre-bid
meeting.

(c) Amendments necessitated as a result of the pre-bid meeting or otherwise shall be
made available on website. It shall be the responsibility of the Consultants to fine
tune their proposals incorporating the amendments so communicated through the
website. The Client shall not be responsible for any oversight or negligence on part of
the Consultants on the amendments to the terms and conditions of the RFP document
and notified through the website.

2.11 PREPARATION OF PROPOSALS:

The Consultant must comply with the following instructions during preparation of Proposals:

(a) The Consultant is expected to carefully examine all the instructions, guidelines,
terms and conditions and formats of the RFP. Failure to furnish all the necessary
information as required by the RFP or submission of a proposal not substantially
responsive to all the requirements of the RFP shall be at Consultant’s own risk and
may be liable for rejection.

(b) The Proposal and all associated correspondence shall be written in English and shall
conform to prescribed formats. Any interlineations, erasures or over writings shall be
valid only if they are initialed by the authorized person signing the Proposal.

(c) The Proposal shall be typed or written in indelible ink (if required) and shall be
signed by the Consultant or duly authorized person(s). The letter of authorization
shall be indicated by written power of attorney and shall accompany the Proposal.

(d) In addition to the identification, the envelopes containing the Proposals shall
mention the name and address of the Consultant to enable the proposal to be
returned in the case it is declared late pursuant, and for matching purposes.

(e) Proposals received by facsimile shall be treated as defective, invalid and rejected.
Only detailed complete proposals in the form indicated above shall be taken as valid.

(f) No Consultant is allowed to modify, substitute or withdraw the Proposal after its
submission.

7

2.12 SUBMISSION OF PROPOSAL:

(a) Consultants shall submit their Proposals at the office address of the Client on or
before the last date and time for receipt of proposals mentioned in document control
sheet.

(b) Proposals shall be submitted in three parts. Each part should be separately bound
with no loose sheets. Each page of all parts should be page numbered and in
conformance to the eligibility qualifications, should be clearly indicated using an
index page. The proposals should not contain any irrelevant or superfluous
documents.

(c) Consultant shall be required to submit two hard copies (1 Original + 1 Duplicates) of
the complete proposal along with one softcopy of complete Proposal documents on a
CD / DVD.

(d) Every page of the documents submitted by the Consultant must be duly signed by the
authorized signatory of the firm/ Company along with the Company seal.

(e) The three parts of the Proposal should be as per following:

I. Pre-qualification Proposal – The envelope containing pre-qualification proposal shall be
sealed and superscripted “Pre-qualification Proposal – Selection as Consultant for Slum Free
City Plan of Action for Puducherry & Oulgaret towns of U.T of Puducherry”.

Following list of documents shall be submitted as part of Pre-qualification Proposal:

i. Form-1: Covering Letter - The covering letter on Consultant’s letterhead requesting
selection as Consultant for Slum Free City Plan of Action for Puducherry & Oulgaret
towns of U.T of Puducherry.

ii. Form 2: Consultant’s Organization.

iii. RFP document fee for an amount of Rs. 5,000/- + VAT @ 4% in the form of Bankers
Cheque or Demand Draft drawn from any of the Nationalized Bank in favour of “The
Chief Executive officer, Puducherry Slum Clearance Board, Puducherry” payable at
Puducherry.

iv. Earnest Money Deposit for an amount of Rs. 1,50,000/- in the form of Bankers Cheque
or Demand Draft drawn from any of the Nationalized Bank in favour of “The Chief
Executive officer, Puducherry Slum Clearance Board, Puducherry” payable at
Puducherry

v. Annexure B: Special Power of Attorney, duly authorizing the person(s) signing the
proposal documents to sign on behalf of the Consultant and thereby binding the
Consultant.

vi. Cover containing Technical Proposal.

vii. Cover containing Financial Proposal.
8

II. Technical Proposal - The envelope containing Technical Proposal shall be sealed and
superscripted “Technical Proposal – Selection as Consultant for Slum Free City Plan of
Action for Puducherry & Oulgaret towns of U.T of Puducherry”. Following list of
documents shall be submitted as part of Technical Proposal:

Form 3: Consultant’s Past Relevant Experience.
Form 4: Comments and Suggestions on Terms of Reference.
Form 5: Description of Approach, Methodology and Work Plan for performing the

Assignment.
Form 6: Team Composition and Tasks Assigned.
Form 7: Curriculum Vitae (CV) for proposed Professional Staff.
Form 8: Work Schedule.
Form 9: Staffing Schedule.
III. Financial Proposal - The envelope containing Financial Proposal shall be sealed and
superscripted “Financial Proposal – Selection as Consultant for Slum Free City Plan of
Action for Puducherry & Oulgaret towns of U.T of Puducherry”. Following list of
documents shall be submitted as part of Financial Proposal
Form 10: Schedule of Price Bid - Breakdown of cost by Activity.
A Consultant shall provide a single quotation for all-inclusive fee (including out of pocket
expenses and service taxes) for each of the activity to be charged for the assignment. No
extra out of pocket expenses will be reimbursed. However, the Consultant should separately
indicate the rate of Service taxes applicable in the Financial Proposal.

2.13 EVALUATION OF PROPOSALS:
The Pre-qualification and Technical Proposal will be opened as per the schedule mentioned
at the Document Control Sheet. The Consultants will be informed in advance through written
communication / through e-mail about the date of Evaluation of the Technical / Financial
Proposal by the Evaluation Committee constituted to evaluate the Proposals submitted by
Consultants for a detailed scrutiny. The Team Leader / Authorized representatives of the
Consultants has to present the proposal through a power point before the Evaluation
Committee at the time of Evaluation of Technical Proposal.
Subject to terms mentioned in the RFP, a three-stage process, as explained below, will be
adopted for evaluation of Proposals submitted by the specified date and time.

9

2.13.1. Pre-qualification Evaluation:

Preliminary scrutiny of the Proposals for eligibility will be done to determine whether the
“Pre-qualification Proposal” is generally in order & complete, satisfies the eligibility criteria
as in 1.3, whether the documents have been properly signed and necessary RFP document fee
& EMD are enclosed. Proposals not conforming to such preliminary requirements are subject
for being rejected.

2.13.2. Evaluation of Technical Proposal:

(a) Technical Proposals will be evaluated only for those Bidders, who qualify the Pre-
qualification evaluation.

(b) The Evaluation Committee will evaluate the Technical Proposals on the basis of their
responsiveness to the Terms of Reference, applying the evaluation criteria, sub
criteria, and point system specified in Table 1 below. Each responsive Proposal will be
given a technical score. A Proposal shall be rejected at this stage, if it does not
respond to important aspects of the RFP, and particularly the Terms of Reference or if
it fails to achieve the minimum technical score.

Table: 1

Sl. No. Parameters Weightage (%)

1. Organization Structure of the Consultant and Specific experience of 35
the Consultant / firm relevant to the assignment.

Preparation of GIS based Slum Free City Plan of Action for 25
at least 3 cities.

Conducting Total Station Survey 10

2. Adequacy of the proposed methodology and work plan in 25
responding to the Terms of Reference: 40

Technical approach and methodology / Work Plan 15

Organization Structure and staffing 10

3. Key professional staff qualifications and competence for the
assignment

Team leader / Town Planning Specialist 10
GIS Specialist 8
Social Development Specialist 8
Project / Engineering Specialist 8

10

Sl. No. Parameters Weightage (%)

MIS Specialist 3

Capacity Building Specialist / Training Coordinator 3

Total points for criteria: 100

The minimum Technical score required for qualification: 75

Note:

The number of points to be assigned to each of the above Key Professional shall be
determined considering the following three sub-criteria and relevant percentage of weights

Qualification 30%

Adequacy / experience to the assignment 60%

Experience in region and language 10%

Total weightage 100%

2.13.3. Evaluation of Financial Proposal:

(i). Financial Proposals of only those consultants shall be opened & evaluated, who qualify
the technical threshold of 75% as described above.

(ii). After the evaluation of Technical Proposal is completed, the Client will notify those
Consultants whose proposals did not meet the minimum qualifying mark or were
considered non responsive to the RFP and Terms of Reference, indicating that their
Financial Proposals will be returned unopened after completing the selection process.
The Client will simultaneously notify the Consultant that have secured the minimum
qualifying mark, indicating the date and time set for opening the Financial Proposals.
The notification will be sent by registered letter, telex, facsimile, or electronic mail.

(iii). Amongst the Consultants which are technically qualified, the Consultant who quoted
the lowest rate will be ranked first and designated as L-1. The Consultant ranked
second based on their quoted rate will be designated as L-2 and will be kept in
reserve.

(iv). The Consultant designated as L-1 may be called for negotiations.

(v). In case, the L-1 withdraws or fails to comply with the requirements for award of the
assignment, then the Consultant designated as L-2 may be invited for negotiation.

(vi). The Client reserves the right to accept or reject in part or full any or all of the offers
without assigning any reason.

11

2.14 NEGOTIATIONS:

The successful Consultant may be informed in writing of the date, place and time for
negotiations, if necessary. Representatives conducting negotiations on behalf of the
Consultant must have written Authority to negotiate and conclude a contract.

2.15 AWARD OF CONTRACT:

The Client will notify the successful consultant in writing for finalizing the contract. The
Successful Consultant will be asked to furnish a Performance Bank Guarantee as per Clause
3.8 within 15 days of notification for issue of work order. The successful consultant will be
asked to sign the Contract Agreement within 15 days of award of work. After signing of the
Contract Agreement, no variation in or modification of the terms of the Contract shall be
made except by written amendment signed by both client and consultant.

2.16 CONFIDENTIALITY:

(a) Information relating to the examination, clarification and comparison of the Proposals
shall not be disclosed to any consultant or any other persons not officially concerned
with such process until the selection process is over. The undue use by any consultant
of confidential information related to the process may result in rejection of their
Proposal. During the execution of the assignment except with the prior written
consent of the Client, the Consultant or its personnel shall not at any time
communicate to any person or entity any confidential information acquired in the
course of the Contract.

(b) Confidential information shall mean and include any and all confidential or
proprietary information furnished, in whatever form or medium, or disclosed verbally
or otherwise by the Bidder/ Consultant and/ or the Client to each other including, but
not limited to, the services, plans, financial data and personnel statistics, whether
or not marked as confidential or proprietary by the parties.

2.17 PAYMENT TERMS:

The payment terms for the assignment are as specified in Table 2 below:

Table: 2

Sl. Description of Works Mode of payment
No

1 Verification and updating of available Socio-economic For No. of Households

data for slums in Puducherry & Oulgaret towns of U.T. of Actually covered during

Puducherry. survey

12

Sl. Description of Works Mode of payment
No

2 Entry of data from Slum surveys, compilation and For No. of Households

collation at zone level Actually covered during

survey

3. Procurement of Cartosat II / Quick Bird / World View Actual fee charged by
satellite image from the National Remote Sensing Agency the procurement agency
(NRSC) or any other authorized Agency for the project will be reimbursed.
area, if any purchased by the Consultant.

4 Preparation of Geo-referenced base map (capable of For the area actually
being integrated into GIS platform) of Puducherry & Mapped in Sq Km.
Oulgaret towns of U.T. of Puducherry after digitization
of different features viz., major roads, land marks
settlement boundaries; foot prints of households in slum
areas.

5 Preparation of Slum boundary maps using GIS base map For the area actually
and Total Station survey with features of roads, public Mapped in Sq Km.
buildings & open spaces.

6 Cost of integrating the said geo-referenced maps/spatial For No of Households
data into GIS platform and integrating with socio actually covered
economic database of slum MIS at Household level, to
create GIS enabled Slum MIS (Includes cost of training
Clients’ officials on GIS, Slum MIS etc.).

7 Analysis of spatial and socio-economic data to create city On approval of final
level spatial and socio- economic reports to the report
preparation of slum free city plan of action report.

Note:

(i) Payment will be made only for the actual completed works in each of the activity.

(ii) Payment will be made within 45 days of receipt of the invoice and the relevant
documents, and within 60 days in the case of the final payment upon approval of the
final report.

(iii) An amount equivalent to 5% of the bill amount paid will be deducted as security
deposit which will be reimbursed to the consultant on approval of the final SFCPoA
report by the CSMC and submission of no. of copies of final report as mentioned in

13

section 5.3 of deliverables. The amount of ` 1,50,000/- paid as EMD by the consultant
will be adjusted against the security deposit.
(iv) The Consultant should provide evidence for remittance of Service Tax raised in the
invoices within 60 days of date of invoice.

SECTION 3: GENERAL CONTRACT CONDITIONS (GCC)
3.1 APPLICATION:

These general conditions shall apply to the extent that provisions in other parts of the
Contract do not supersede them. For interpretation of any clause in the RFP or Contract
Agreement, the interpretation of the Client shall be final and binding.

3.2 RELATIONSHIP BETWEEN THE PARTIES:

Nothing mentioned herein shall be constructed as relationship of master and servant or of
principal and agent as between the Client and the Consultant. The Consultant subject to this
contract for selection has complete charge of its personnel in performing the services under
the Project from time to time. The Consultant shall be fully responsible for the services
performed by it or any of its personnel on behalf of the Consultant hereunder.

3.3 STANDARDS OF PERFORMANCE:

The Consultant shall perform the services and carry out its obligations under the Contract
with due diligence, efficiency and economy in accordance with generally accepted
professional standards and practices. The Consultant shall always act in respect of any
matter relating to this contract as faithful advisor to the Client. The Consultant shall always
support and safeguard the legitimate interests of the Client, in any dealings with the third
party. The Consultant shall abide by all the provisions/Acts/Rules etc. of the Government of
Puducherry. The Consultant shall conform to the standards laid down in the RFP in totality.

3.4 CONSULTANT PERSONNEL:

(a) The Consultant shall deploy and provide such qualified and experienced personnel as
may be required to perform the services under the project. There are specialized
domains mentioned in Section 6 (Resource Deployment) and it is desirable from the
Consultant to deploy the domain/ subject specialists, from time to time, who have
adequate experience in the domain related with the project. The deployed resources
should be dedicated in nature.

(b) Without the consent of the Client, no changes shall be made in the resources
deployed on the project. If, for any reason beyond the reasonable control of the
Consultant, such as retirement, resignation, death, medical incapacity, among others,
it becomes necessary to replace any of the Key Personnel, the Consultant shall

14

provide as a replacement a person of equivalent or better qualifications, with
approval from the Client.
(c) Maximum number of replacements to be made in the team of resources deployed on
the project shall not exceed beyond 2 during the period of contract signed between
Client and Consultant.
(d) Consultant shall have no claim for additional costs arising out of or incidental to any
removal and / or replacement of Personnel.
(e) If the Department requests to replace resource(s), then Consultant shall be required
to replace the resource(s) within 2 weeks from the date of request raised.

3.5 APPLICABLE LAW:

Applicable Law means the laws and any other instruments having the force of law in India as
may be issued and in force from time to time. The Contract shall be interpreted in
accordance with the laws of the Union of India and the U.T. of Puducherry.

3.6 INTELLECTUAL PROPERTY RIGHTS:

No services covered under the Contract shall be sold or disposed by the Consultant in
violation of any right whatsoever to third party, and in particular, but without prejudice to
the generality of the foregoing, of any patent right, trademark or similar right, or any charge
mortgage or lien. The Consultant shall indemnify the Client from all actions, costs, claims,
demands, expenses and liabilities, whatsoever, resulting from any actual or alleged
infringement as aforesaid and at the expenses of the Consultant, the Client shall be defended
in the defense of such proceedings.

3.7 GOVERNING LANGUAGE:

The Contract shall be written in English Language. All correspondences and other documents
pertaining to the contract, which are exchanged between the parties, shall be written in the
English.

3.8 PERFORMANCE BANK GUARANTEE (PBG)

(a) Within 15 days of notifying the acceptance of proposal for the award of work, the
Consultant shall furnish a Performance Bank Guarantee, as per Annexure A of Section
8, for 5% of the total cost of the value of the work agreed for issue of Work order by
the client with validity for the entire contract period plus 2 months as its commitment
to perform services under the contract.

(b) Failure to comply with the Contract conditions shall constitute sufficient grounds for
the forfeiture of the PBG.

15

(c) In exceptional circumstances, the Client may solicit the Consultant’s consent to an
extension of the period of validity of the Performance Bank Guarantee. The request
and the response thereto shall be made in writing. Extension of validity period by the
consultant should be unconditional.

(d) The performance Bank Guarantee furnished by the consultant will be released on
approval of the SFCPoA report by the CSMC of Rajiv Awas Yojana Scheme and
submission of no. of copies of reports mentioned in section 5.3 of deliverables.

(e) No interest will be paid on the PBG.

3.9 PERFORMANCE ASSESSMENT:

This RFP is for selection of the Consultants for execution of the assignments as per the RFP. If
during execution of the contract, following problems are found, then the penalty as per
below mentioned conditions shall be applicable:

(a) In case the deliverables as per approved work plan are delayed beyond the approved
timelines, a penalty of 1% of contract value for every week, subject to a maximum of
10% shall be imposed, after which contract may be terminated.

(b) In case of more than 2 resources are replaced by the Consultant, then a penalty of ½
% of contract value per resource change, subject to a maximum of 5% shall be
imposed, after which the contract may be terminated. The resource change as a
request of Client shall not fall under this category.

(c) In case of non-availability of resource (including change of resource as per request of
Client) for more than 2 weeks, a penalty of ½ % of contract value per resource non-
availability subject to a maximum of 2.5% shall be imposed after which the contract
may be terminated.

(d) Above penalties shall be worked out & imposed independently.

3.10 TERMINATION OF CONTRACT:

The Consultant’s association with the Client will terminate in case of following conditions:

a) The term of Contract expires.
b) Termination of Contract by the Client due to non-performance of Consultant during

execution of Project.
i. Performance is below expected level.
ii. Non-adherence to the timelines of the Project.

iii. Quality of work is not satisfactory.

3.11 TERMINATION FOR INSOLVENCY, DISSOLUTION ETC:

The Client may at any time terminate the Contract by giving written notice to the
Consultant, if the Consultant becomes bankrupt or otherwise insolvent or in case of

16

dissolution of firm/company or winding up of firm/company. In this event, termination will
be without compensation to the Consultant, provided that such termination will not
prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter
to the Client.

3.12 TERMINATION FOR CONVENIENCE:

The Client reserves the right to terminate, by prior written notice, the whole or part of the
contract, at any time for its convenience. The notice of termination shall specify that
termination is for the Client’s convenience, the extent to which performance of work under
the contract is terminated, and the date upon which such termination becomes effective.

3.13 FORCE MAJEURE:

The Consultant shall not be liable for forfeiture of its Performance Bank Guarantee (PBG) or
termination of contract for default if and to the extent that it’s delay in performance or
other failure to perform its obligations under the Contract is the result of an event of Force
Majeure.

For purposes of this clause, “Force Majeure” means an event beyond the control of the
Consultant and not involving the Consultant’s fault or negligence, and not foreseeable. Such
events may include, but are not restricted to, acts of the Client in its sovereign capacity,
wars or revolutions, riot or commotion, earthquake, fires, floods, epidemics, quarantine
restrictions and freight embargoes.

If a Force Majeure situation arises, the Consultant shall promptly notify the Client in writing
of such condition and the causes thereof. Unless otherwise directed by the Client in writing,
the Consultant shall continue to perform its obligations under the Contract as far as is
reasonably practical, and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.

3.14 TAXES AND DUTIES:

The Consultant shall be entirely responsible for all taxes; duties, etc. incurred.

3.15 RESOLUTION OF DISPUTES:

If any dispute arises between parties, then these would be resolved in following ways:

3.15.1. Amicable Settlement:

Performance of the Contract is governed by the terms and conditions of the Contract,
however at times dispute may arise about any interpretation of any terms or conditions of
Contract including the scope of work (TOR in Section 4), the clauses of payments etc. In such
a situation, either party of the contract may send a written notice of dispute to the other

17

party. The party receiving the notice of dispute will consider the Notice and respond to it in
writing within 30 days after receipt. If that party fails to respond within 30 days, or the
dispute cannot be amicably settled within 60 days following the response of that party, then
the second Sub-clause of resolution of disputes shall become applicable.

3.15.2. Resolution of Disputes:

In case dispute arising between the Client and the Consultant, which has not been settled
amicably, the Consultant can request the Client to refer the dispute for Arbitration under
Arbitration and Conciliation Act, 1996. Such disputes shall be referred to the Secretary to
Government (Housing) – cum - Chairman, SLNA (RAY). The Indian Arbitration and Conciliation
Act, 1996 and any statutory modification or reenactment thereof, shall apply to these
arbitration proceedings. Arbitration proceedings will be held at Puducherry. The decision of
the arbitrator shall be final and binding upon both the parties. All arbitration awards shall be
in writing and shall state the reasons for the award. The expenses of the arbitration as
determined by the arbitrator shall be borne by the Consultant. However, the expenses
incurred by each party in connection with the preparation, presentation shall be borne by the
party itself.

3.16 LEGAL JURISDICTION:

All legal disputes between the parties shall be subject to the jurisdiction of the Courts
situated in Puducherry only.

3.17 ARBITRATION:

(a) In the event of any question, dispute or difference arising under or out of or in
connection with the conditions mentioned in this document, the same would be
referred to the Sole Arbitrator of any person appointed by the Secretary to
Government (Housing)-cum- Chairman, SLNA(RAY), administratively dealing with the
contract at the time of such appointments, or if there is no Secretary to Government
(Housing)-cum- Chairman, SLNA(RAY) or he is on leave or is absent from duty or is not
available for any reason whatsoever the Chief Executive Officer dealing with the
contract of such appointment shall be competent to take action in place of Secretary
to Government (Housing)-cum- Chairman, SLNA(RAY). There will be no objection to
any such appointment that the person appointed is a Government servant that has to
deal with the matters to which the contract relates, or that in the course of his duties
as a Government servant he has expressed views on all or any of the matters in
dispute or difference.

(b) In the event of the arbitrator dying, neglecting or refusing to act or resigning or being
unable to act for any reasons or his award being set aside by the Court of or any
reason, it shall be for the Secretary to Government (Housing)-cum- Chairman,

18

SLNA(RAY) or the Chief Executive Officer, as the case may be to appoint another
arbitrator in place of the outgoing arbitrator in the manner aforesaid and the person
so appointed will proceed with the reference from the stage at which it was left by
the predecessor. It is also a term of this contract that no person other than a person
appointed by the Secretary to Government (Housing)-cum- Chairman, SLNA(RAY) or
the Chief Executive Officer, as aforesaid shall act as Arbitrator and if for any reason
that is not possible the matter shall not be referred to arbitration at all.
(c) Subject as aforesaid the Arbitration and Conciliation Act, 1996 and the rules there
under and any statutory modification thereof for the time being in force shall apply to
the arbitration proceedings under this clause.
(d) Upon every and any reference as aforesaid the assessment of costs of the incidental to
the reference and award respectively shall be indiscretion of the sole arbitrator. The
Venue of the arbitration proceeding will be the chamber of the Chief Executive
Officer, Puducherry Slum Clearance Board, Puducherry.
3.18 ASSIGNMENT AND SUBCONTRACTING:
(a) Consultant shall not assign or transfer this contract or part thereof to any other party
without written consent of the Competent Authority.
(b) For the purpose of the liabilities under this tender, the Consultant will be considered
as a solely liable for delivery of all the components of the tender and scope of work.

19

SECTION 4: TERMS OF REFERENCE (TOR) FOR PREPARATION OF
SLUM FREE CITY PLAN OF ACTION (SFCPOA)

4.1 BRIEF DESCRIPTION OF TASK:

The purpose of this Terms of Reference is to support PSCB to implement the Rajiv Awas
Yojana as per the Government of India guidelines and make Puducherry & Oulgaret towns of
U.T of Puducherry, Slum Free.

This task focuses on:

(i). Verification & Updation of Socio-economic Survey carried out by PSCB which will
cover slum profile, urban poverty profile, livelihood including socio-economic
profile for all slums in the Puducherry & Oulgaret towns of U.T of Puducherry;

(ii). Procurement of Satellite imageries, Preparation of Geo-referenced City base map
& Demarcation of Slum Boundaries by Total Station Survey ;

(iii). GIS-MIS integration.

(iv). Preparation of Slum-Free City Plan of Action (SFCPoA) which will broadly involve
Slum Development/ Rehabilitation options and preventive strategies.

4.2 BACKGROUND:

Rajiv Awas Yojana (RAY) for the slum dwellers and the urban poor envisages a “Slum-free
India” by encouraging States/Union Territories to tackle the problem of slums in a definitive
manner. It calls for a multi-pronged approach focusing on (i) bringing existing slums within
the formal system with citywide similar level of basic amenities, (ii) redressing the failures of
the formal system that lie behind the creation of slums, and (iii) tackling the shortages of
urban land and housing that keep shelter out-of-reach of the urban poor and force them to
resort to extra-legal solutions in a bid to retain their sources of livelihood and employment.

A Slum Free City Plan of Action (SFCPoA) is an important instrument and foundation for cities
to attain the objective of RAY. It is a citywide plan of action, which consists of a plan to
bring about the improvement of existing slums and strategies for prevention of future slums.
In doing so, the “Slum Free City Plan of Action” takes into consideration not only the present
status and priorities of slum dwellers but also the resources and capabilities of the city
in improving the quality of life of the urban poor and the capacity of the urban poor
to be partners in the development process.

4.3 DESCRIPTION OF TASK:

This task will focus on the preparation of Slum-free City Plan to bring about the improvement
of existing slums and strategies for prevention of future slums.

The detailed activities to be carried out under this scope of work are as follows:

20

4.3.1 Task 1: Initiation of SFCPoA Process:

A. Environment building through organizing consultative workshops / meetings with
concerned stakeholders by Consultant and NGOs to explain the objectives of RAY and
Identification of different Stakeholders for making Slum Free City Plan of Action.

Conduct stakeholders’ workshop to present salient features of RAY, discuss programme
Objectives, methodology, the roles and responsibilities between State Government,
Puducherry Slum Clearance Board, Urban Local Bodies, Consultant, NGOs, SHGs and slum
communities for SFCPoA preparation.

B. Preparation of a city profile including physical characteristics of the city & growth
patterns, demographic, socio- economic profile, housing profile, status of physical and social
infrastructure, institutional framework etc.

Collecting, collating and analyzing information on physical characteristics of the towns,
demographic and social profile, economic profile, housing profile, city growth patterns,
physical Infrastructure from reliable secondary sources such as City Development Plan /
Master Plan/existing database of ULBs, Slum location and work centre relationship.

C. Reviewing the past and present policies (including tenure rights in the U.T. of
Puducherry), programmes and projects related to Slums and housing.

D. Reviewing the existing institutional set-up for slum improvement programmes and
projects.

E. Demonstrating and sharing information on the above with key stakeholders.

4.3.2 Task 2: Assessment of Present Status of Slums:

4.3.2.1. Preparation of Information Base of all Slums:

An Information base is required to be prepared for all slums to identify and record the
presence of all slums in Puducherry & Oulgaret towns in U.T of Puducherry.

A. Prepare an updated List of Slums:

The preparation of an updated list of slums should be done in close consultation with the
concerned stakeholders. The list of slums should be comprehensive including all the pockets
of slums as per the definition under the scheme and should include all existing slums, notified
or identified, on lands belonging to State/Central Government, Urban Local Bodies, public
undertakings of State/Central Government, any other public agency and private land. Site
verifications will be required for ensuring complete coverage and accuracy. After finalization
of the slum list, a slum code (eg. 001,002…) for each slum needs to be generated. The list of
pavement dwellers has to be captured through primary surveys in consultation with the
stakeholder Department.

21

New slums, if any, identified as per the definition under the scheme should be included in
the list after close consultations with the concerned stakeholders.

B. Prepare Geo Referenced Base Map for the Project Area:

The consultant shall prepare Geo referenced Base Map for the “Project Area”. The basic
requirement to start the slum socio-economic survey is to have a base map at a suitable scale
for the “Project Area”. The preparation of geo-referenced base map should be done using
high-resolution satellite imageries and Differential Global Positioning System.

In case, satellite maps are not available for the entire project area or there is necessary for
high resolution maps for the assignment, the Consultant has to procure the satellite
imageries from the National Remote Sensing Centre or authorized Agency. The actual cost of
procurement of satellite imagery will be reimbursed to the Consultant in such case upon
submission of documentary proof.

The Client will furnish the maps and data available with the Puducherry Slum Clearance
Board and also facilitate the Consultant in obtaining the required base maps, Survey of India
topo-sheets, Cadastral maps, slum maps in soft copy and hard copy including zone / ward
boundary available with various departments / agencies of the Government of Puducherry. In
case, such maps/spatial data already exist for portions of urban agglomeration or planning
area, then these will need to be brought into a common platform and integrated in GIS. The
GIS Base map layers should include Administrative boundaries (planning area, Municipal,
Zones & wards)/ Key physical features: roads, rivers, railways, water bodies, important land
marks/land use/land cover. The usability and accuracy/reliability of existing maps/spatial
data would need to be checked through ground truthing exercises while integrating them.

C. Demarcation of Slum boundaries on the GIS base Map:

After finalization of the updated slum list, each slum boundaries will be marked on the city
base map with the help of satellite image and total station survey. The slum boundaries
would then need to be cross-checked in the field along with the involvement of local
community. The Slum boundary map prepared from satellite map and Total Station Survey
should include the boundary of the slum along with Key physical features of roads, railways,
water bodies, public buildings and open spaces.

The unique code already given to each slum will need to be used here and entered
appropriately in the Slum Boundary layer following the MIS-GIS guidelines published by the
Ministry of Housing and Urban Poverty Alleviation. After demarcation of all the slum
boundaries in GIS interface, a three digit Slum Code needs to be entered in the attribute
field of Slum Boundary layer. This three digit code should be the same as the slum codes to
be given/already given in the NBO format (Slum Survey / Profile - Annexure I of Guidelines

22

for Survey & Preparation of Slum profile, Household profile and Livelihood profile published
by Ministry of Housing and Urban Poverty Alleviation) for socio-economic surveys, which will
be used as common reference point for integration of socio-economic data and GIS data at
slum level.

D. Identify and mark vacant lands on the GIS Base Map:
Identification of vacant lands includes preparation of an updated list of vacant lands and
their ownership as per land records/Revenue Records. These vacant lands offer possibilities
for accommodating slum population in a zone/ ward within the same area. The areas of
vacant lands will have to be cross checked at a later stage as to their appropriateness and
adequacy to house the existing slum population and accommodate the expected increase in
population. Vacant land identified has to be marked on the GIS base map of planning area
with the help of satellite image and field verification that could be used for (i) resettlement
of untenable slums and (II) creation of future affordable Housing stock.

E. Verification and updation of Socio-economic survey and preparing Data profile of
slums:

Data with respect to slum profile, livelihood profile including detailed socio-economic
household surveys already carried out by the Puducherry Slum Clearance Board have to be
verified and updated as per the guidelines circulated by NBO (USHA format), Ministry of
Housing and Urban Poverty Alleviation.

The verification & updation has to be conducted with community participation and officials
of the Client’s organization. A rough map on each of the slum pockets showing the details of
the dwelling units and other infrastructural facilities has to be prepared during the
verification & updation exercise. This rough mapping, verification & updation of socio-
economic survey need to be validated by the community.

Data entry, data compilation, collation and analysis processes should take place
simultaneously at the ward / zone level for all the information generated in the slum surveys.
Any errors found can be dealt with while the survey is in progress in the field. Data entry
should be carried out in the slum MIS format of MoHUPA. After data entry of the survey and
compilation of the information, it should be presented before the slum community, for
ratification to ensure that no households are left out in the survey process and the data
collected is accurate. The Consultant should obtain authentication from Slum Community,
SHG/NGO, Client’s Organization for each slum surveyed and data compiled.

23

F. Integration of Spatial data (GIS Map layer) and Socio-economic Information to create
GIS enabled Slum MIS:

The Socio-economic information finalized as in 4.3.2.1 (E) has to be entered on the National
Slum MIS developed by the National Buildings Organization, Ministry of Housing and Urban
Poverty Alleviation. Integration of GIS with slum MIS means matching the common parameters
(fields) from the attribute of the spatial data (Map) with MIS based common fields. This
would enable viewing of the integrated data and the preparation of the reports. The 3 digit
code should be the same as the slum unique codes already given in the NBO format during
socio-economic survey for linking data bases on socio-economic, tenability status, land
tenure, land ownership, land value on slums in MIS with GIS. The attribute tables associated
with the GIS layers of geo-referenced city base map will then be integrated with Slum MIS at
slum, zone /ward and city level base maps on GIS platform. The GIS enabled MIS will then be
used for the preparation of SFCPoA to:

(i). integrate spatial and non-spatial information and
(ii). produce “easy-to-understand” outputs in the form of maps.
4.3.2.2. Categorization of Slums based on Tenability Analysis

A. Prepare a List of Tenable, Semi-tenable and Untenable Slums:
All listed slums should be categorized as tenable, semi-tenable or un-tenable as defined by
MoHUPA in order to determine development options i.e. Whether planned service provision
will be undertaken through in-situ up-gradation/redevelopment or resettlement. These
categories of slums would also be marked on the GIS Base Map.

B. Verify Tenable, Semi-tenable and Untenable Slums:
The physical verification of all tenable, semi-tenable and untenable slums should be done
with the involvement of NGOs, community and elected representatives. The final listing of
tenable, semi-tenable and untenable slums should be done only after the physical
verification as well as cross verification with the Statutory Master Plan.

C. Review and Discuss Possible Actions for Semi-tenable Slums with Competent Authority
and Prepare Final List of Tenable Slums and Untenable Slums:

A detailed analysis of semi tenable slums needs to be undertaken. Final list with only two
clear categories of Tenable and Untenable slums should be made after considering the
various possible actions. The semi tenable slums should either be categorized as Tenable or
Untenable.

24

D. Reviewing possible actions for accommodating pavement dwellers and homeless
population:

The homeless and pavement dweller families identified, should be included as part of an
adjoining slum where in situ intervention is being taken up under RAY, if possible. If this
strategy is not feasible, then these homeless and pavement dweller families may be
considered as part of the untenable slum population while formulating possible intervention
strategies.

4.3.2.3. Prioritization of Tenable Slums based on Priority Matrix

A. Calculate Housing & Infrastructure Deficiency and Degree of Vulnerability for all
Tenable Slums:

The preparation of Housing & infrastructure deficiency and vulnerability matrix for all
tenable slums will be done based on the data obtained on infrastructure, housing
condition and BPL population from socio- economic surveys (Refer to guidelines published
by MoHUPA). The following parameters may be considered for calculating and analyzing the
infrastructure deficiency and level of vulnerability in all tenable slums.

(I) Infrastructure Deficiency parameters
1. Percentage of houses which are kutcha.
2. Percentage of houses which are semi pucca.
3. Percentage of households not covered with piped water supply.
4. Percentage of households not covered with individual toilets.
5. Percentage of road length not covered with pucca drains.
6. Percentage deficiency of pucca road, narrow access (<3m).
7. Percentage of road length without street lights.
8. Percentage of households without access to facilities of disposal of solid waste.

(II) Vulnerability Parameters
1. Population below the Poverty Line (BPL) Population, SC / ST population.
2. Percentage of Minority Population.
3. Percentage of Population suffering from chronic diseases.
4. Percentage of single women and women headed households.

B. Scoring, Ranking and prioritizing all Tenable Slums:
Consultants will prepare a matrix scoring, which will provide a way to score and compare
different things against the same criteria. Slum settlements will be given scores for each of
the indicators. The average scores for vulnerability and Housing & infrastructure deficiency

25

will then be determined separately and clustered into different ranges representing the
worst, average and best slum settlements. These ranges will be used to rank slum
settlements according to their vulnerability and infrastructure deficiency and represent them
on a simple matrix format.

C. Prioritizing Untenable Slums:

Untenable slums needs to be prioritized based on degree of environmental risk, willingness of
the slums to shift out. The Consultant should consult with the concerned ULB, other
competent authority, ward councilors and the slum community before finalizing this list.

4.3.3 Task 3: Formulation of Slum Development Options:

4.3.3.1: Detailed Analysis of Prioritized Slums:

A. Analysis of Prioritized List of Tenable Slums:
All prioritized tenable slums will further be analyzed against criteria such as land values, land
ownership, tenure status and dwelling unit density. All these components need to be mapped
on the GIS base map in different layers to enable visual representation as well as to enable
various combinations of options.

B. Analysis of Prioritized List of Untenable Slums:

All prioritized untenable slums will be analyzed against criteria such as land ownership and
land availability, location in relation to existing employment and services, access to transport
modes and routes. This needs to be done mainly through a transparent and consultative
process involving the local slum affected families/communities, NGOs and other concerned
stakeholders.

The homeless and pavement dweller settlements identified in 4.3.2.2 (D) above need to be
suitably accommodated in one of the slums where in-situ redevelopment is being taken up
after considering their socio economic profile and suitability to merge with the existing
settlements.

4.3.3.2: Formulation of Development Options for all Slums:

A. Formulate Development Options for Tenable and Untenable Slums:

Based on the analysis done as above, a participative process will need to be undertaken with
slum communities with the assistance from NGOs, CBOs active in the area to arrive at
possible development options. The options shall be developed keeping in view the above
broad principles and would fall in the following categories.

In Situ Slum Up-gradation:
(i). Provision of basic services i.e. water, sanitation and drainage.
26

(ii). Re-adjustment of existing units to ensure optimum use of land and releasing
surplus land for common facilities. This shall be encouraged as the programme of
choice.

In Situ Slum Re-Development:
(i). The whole /part of the settlement is cleared and rebuilt.
(ii). Process of redeveloping slum settlement as new mixed–use mixed–income
communities. This shall be encouraged as the programme of choice.

Slum Resettlement:
Relocation of untenable slums, if absolutely necessary, will be to the extent possible or
feasible within the same zone / ward or the adjoining ward/zone vacant pockets or existing
low density slums keeping in mind their relation to employment centres.

B. Detailed slum intervention strategies:
Detailed slum intervention strategies has to be formulated by combining the above three
basic intervention strategies with the analysis of land value, land ownership, slum density
etc.

C. Detailing Credit Options for Shelter Upgradation or Construction:
As the beneficiary is expected to contribute at least 10-12 % of the cost of shelter, the
available credit options for the slum dwellers needs to be assessed. The linkages with the
formal housing finance institutions, MFIs or SHGs operating in the slum may be detailed out
to enable easier credit linkages.

D. Discuss and share the above findings with concerned stakeholders.

4.3.4 Task 4: Estimating Housing Shortage for the urban poor & identifying
Supply & Demand Constraints:

4.3.4.1: Estimating present and future Housing shortage for the urban poor:

The present Housing shortage for the urban poor has to be computed based on the past
housing supply trends by collecting and collating the census data as well as primary level
interaction with the stakeholders’ viz., public housing agencies, co-operatives and private
agencies providing affordable housing, etc. The future Housing shortage has to be then
estimated adopting the statistical and planning methodologies based on the data availability
and local conditions.

The supply of Housing should be categorized between rental and ownership to understand the
rental housing stock trends. A study of the demand side of the rental housing market also
needs an assessment of the migrants and nature of migrants to the city in terms of (i) long

27

term migrants (ii) seasonal migrants (iii) employer tied migrants and the proportion of each
of these in the total rental housing market.

4.3.4.2: Identification and Review of Supply and Demand Constraints in Housing
for Urban Poor:

After assessing the housing shortage, the next step in framing the Preventive Strategy is to
identify the reasons for this shortage in terms of constraints from both supply side as well as
the demand side.

Reviewing the Supply Side Constraints:

The supply side constraints could be:

(i). With respect to land supply and availability, time consuming land use approval
processes, constraining building rules, etc. These need to be identified and listed in
the SFCPoA.

(ii). Based on the review of the rental housing market in the previous step, the constraints
in the supply of rental housing for the urban poor needs to be ascertained in terms of
the provisions in the State Rent Control Act and its synergy with the National Housing
and Habitat Policy 2007. The other factors, which constrain rental housing provision
like high property tax rates, low FAR etc. also needs to be reviewed.

Reviewing the Demand Side Constraints:

The demand side constraints could be particularly with respect to the availability of housing
finance and credit. The degree of penetration of the Micro Finance Institutions is to be
examined with particular reference to the access to credit to the urban poor and the
constraints in the same.

4.3.5 Task 5: Identifying Supply and Demand Side Reforms and Framing
Future Supply Strategy:

This task involves framing the strategy for addressing the urban poor housing shortage
identified in 4.3.4 above. This involves identifying policy reforms to address the constraints
identified and allocating total estimated urban poor housing shortage amongst potential
suppliers through consultations. The activities required to be done is described below:

1) Identifying Policy Reforms
a. Identifying Supply Side Policy Reforms and Interventions to address the
constraints with reference to (i) approvals and Building/Development
permission processes, (ii) Building Byelaws constraints at the dwelling unit and
layout level, (iii) Land supply constraints, (iv) Rental Housing.

28

b. Identifying Demand Side Policy Reforms such as encouraging schemes of the
Government of India and Government of Puducherry, formulating innovative
housing finance mechanisms, etc.

2) Formulating a strategy and timeline for achieving the reforms.
3) Framing future supply strategy.
4) Discussion and sharing of the findings with the stakeholders.

4.3.6 Task 6: Framing Investment Requirements and Financing Plan:

The investment requirements for (i) the development strategies for the prioritized tenable
slums as well as relocation strategies framed under curative section and (ii) the supply of
housing for urban poor estimated in the preventive section, needs to be collated. The
activities in this step can be organized as below:

4.3.6.1 Estimation of Investment Requirements:

The investment requirements under the SFCPoA can be categorized under two broad heads of
curative and preventive and further detailed out as below:

A. Curative investment requirements for each slum which should include (i) Housing (ii)
Physical Infrastructure (iii) Social infrastructure and (iv) Operation & Maintenance Costs
for the detailed intervention strategies.

B. Preventive investment requirements for creating affordable housing supply including
rental housing to address the estimated future housing shortage.

C. Summarizing Investment Estimates for a phased implementation programme has to be
prepared. The number of slums to be covered phase wise need to be indicated. Similar
phase-wise plan also needs to be done for creation of affordable housing stock including
rental housing and dormitories.

4.3.6.2 Financial Planning for Implementation of Slum Improvement and
Prevention Strategy:

A financial plan based on the resources available and the gaps between investment and
resources available has to be formulated. The activities for formulating the plan are as
below:

A. Listing of Resources available – Central Government, State Government and
Beneficiary Contribution.

B. Identification of Gaps between Resources Available and Investment Requirements.
The possibilities of dovetailing the various Central / State schemes have to be chalked
out.

29

C. Development of financial plans linked to phase wise coverage of slums and creation of
affordable housing stock.

4.3.7 Task 7: Formulating a Credit Plan:

The strategy for slum improvement as suggested in the curative plan lays emphasis on
encouraging up-gradation and redevelopment through incremental housing facilitated by
credit linkages. Similarly, the success of the preventive strategy also depends on building up
an effective housing credit system. Hence, it is important to prepare a credit plan for both
the slum improvement as well as the preventive strategies, which will look at improving
access to housing finance for the urban poor for both up-gradation as well as creation of new
housing stock. The credit plan will be formulated in close consultation with the community
and the bankers. The credit plan would essentially contain:

1. Issues in accessing housing financing options for the urban poor.
2. Bottlenecks from the banker’s side to lend to the urban poor.
3. Methods to improve access to institutional housing finance for the urban poor by

simplifying the procedural and other related formalities adopted by lending agencies.
4. Ways to leverage community savings (SHGs. etc.) and to establish credit linkages of

these with the formal lending agencies.

4.3.8 Task 8: Framing Institutional Arrangements for Implementation of
SFCPoA:

4.3.8.1: Preparation of an Indicative Implementation Mode through Consultative
Process:

The implementation modalities for various projects identified in the Slum Free City Plan of
Action would need to be worked out. This needs to be done in consultation with the
Stakeholders / community.

4.3.8.2: Defining Roles and Responsibilities of Institutions for Implementation:

The roles and responsibilities of the stakeholders’ in Community Participation, Planning,
implementation of projects and reforms and post implementation are to be defined.

4.3.9 Task 9: Finalisation of SFCPoA

The SFCPoA should be framed after amalgamating all the different slum strategies and
mechanisms as well as the creation of new affordable housing stock for the future to prevent
slums. The SFCPoA will also provide the priority of implementation, financial plans linked to
phase-wise coverage of slums and creation of affordable housing stock, indicating year wise
allocations and sharing pattern, stakeholders’ responsibility and their roles, commitment to

30

undertake reforms and timelines for the same. The SFCPoA will have to be prepared based on
the template and check list notified by the MoHUPA in the revised guidelines of the
Preparation of SFCPoA. The activities in this step are as below:
A. Inviting all the Concerned Stakeholders:
A comprehensive list of all stakeholders as identified from the inception of the exercise
needs to be drawn up. The Client will send invitations to all stakeholders for a participative
workshop to discuss the draft SFCPoA.
B. Presenting the Draft SFCPoA to Stakeholders:
The draft SFCPoA needs to be presented in detail to the concerned stakeholders. This
consultation is aimed at eliciting views and suggestions on the draft SFCPoA through an
organized mechanism from different stakeholders. The suggestions need to be documented
and appropriate changes need to be incorporated in the SFCPoA.
C. Presenting the Draft SFCPoA to the State Level Sanctioning & Monitoring
Committee of Rajiv Awas Yojana scheme and to the Central Sanctioning and
Monitoring Committee of Rajiv Awas Yojana scheme:
After finalization of the draft SFCPoA, the same needs to be presented in detail to the State
Level Sanctioning & Monitoring Committee (SLSMC) of Rajiv Awas Yojana scheme. Upon
approval by the SLSMC with or without modifications, the draft SFCPoA has to be presented
before the Central Sanctioning and Monitoring Committee of Rajiv Awas Yojana scheme for
approval. The suggestions of the Central Sanctioning and Monitoring Committee need to be
incorporated in the SFCPoA and the final report has to be delivered to the client as indicated
in the Section 5: Deliverables.

31

SECTION 5: DELIVERABLES:
5.1 OUT COME AND DELIVERABLES.

All deliverables, as given below in clause 5.2, need to be submitted in English to the Client in
both hard and soft copies as in clause 5.3. All the reports required by this ToR shall provide a
decent and legible presentation and include a detailed "Table of contents", an executive
summary of 4 to 10 pages, the main "text" organized into sections and emphasizing the
proposals and recommendations and their justification. Supporting data and analysis shall be
contained in "Annexure" which shall be referred, as appropriate in the body of the text. The
reports shall be illustrated as appropriate with diagrams, sketches, charts, tables, graphs,
drawings and maps to aid comprehension and assimilation of their contents. All paragraphs in
the executive summary, the text and the annexes shall be numbered.

5.2 TIMELINES:

In summary, the reports and specified outputs of the ToR shall be submitted to PSCB with
timelines as follows:-

Table 3: Indicative list of deliverables and milestones for Preparation of Slum Free City Plan
of Action for Puducherry & Oulgaret towns of U.T of Puducherry (Assuming that the
assignment starts at time T, T being the date of award of work):

No Name of the Report / Time Contents
Activity period
-
1. Setting up of Office and T+5 days
appointment of Key
Professional / supporting
staff

1. Inception Report (SFCPoA) T+25 days Task 1

 Brief of existing situation based on secondary
information;

 Collection of maps available with Puducherry Slum
Clearance Board and other Departments;

 Identification of different stakeholders for preparing
slum free city plan;

 Documentation of first stakeholder workshop;
 Institutional mechanism formed for stakeholder’s

participation in implementation of Rajiv Awas
Yojana;
 Town Profile as required in the tasks above;
 List of institutions engaged in slum improvement /
housing development;
 Status report on effectiveness of policies,

32

No Name of the Report / Time Contents
Activity period
programmes & projects related to slum development
and housing;
 Procurement of latest satellite images of urban area
including Planning area / urban agglomeration area;
 Highlight any changes in ToR & questionnaire to be
agreed mutually by both client and consultant;
 Any issues arising

2. Report on Geo-referenced T+75 days Task 2.1

base map, slum mapping,  Geo referenced base map of project area.

socioeconomic surveys  Digitized base maps showing location of slums and

(SFCPoA) vacant lands in each ward / zone.

 Demarcation of all updated list of slums on GIS base

map.

 Slum Survey / Profile linked with GIS map.

 Household Poverty Survey / Profile.

 Rough mapping at household level (scanned map of

each slum hyperlinked with survey data in soft copy).

 Livelihood Survey /Profile.

 Output tables & reports.

3. Report on Categorization T+90 days Task 2.2 & 2.3

and Prioritization of  Analysis of spatial and socio-economic data of all
Slums slums

 Categorization of slums - tenable, semi tenable and

un-tenable slums

 Graphic overview of slums under different categories

in GIS

 Matrix for all tenable slums based on degree of

infrastructure deficiency and vulnerability and their

prioritization

 Untenable slums analyzed against criteria such as

land ownership and land availability, location in

relation to existing employment and services, access

to transport nodes and routes and their prioritization

 Final GIS database showing all slums linked with the

slum MIS.

 Comprehensive updated data of slums

 Graphic overview of prioritized tenable and

untenable slums

4. Report on Slum T+105 Task 3
Development Options days  Analyzed list of slums for tenable and untenable

33

No Name of the Report / Time Contents
Activity period
T+120 slums with respect to defined criteria
5. Report on Preventive  Development options for each category of slums (in-
Strategy and Housing days
Supply Options situ up gradation, in-situ redevelopment and
T+150 relocation)
6. Draft Slum-free City Plan days
Tasks 4 & 5
7. Final Report T+180
days  Housing supply trends for the urban poor along with
spatial distribution.

 Quantitative and qualitative assessment of rental
housing market.

 Existing Housing shortage.
 Likely future housing shortage.
 Land availability for future housing.
 Constraints in transaction processes.
 Housing credit options for the urban poor.
 Documented feedback and appropriate inclusion in

SFCPoA.
 Housing Supply Options for the next 5 years.
 Policy Reforms on the Supply side.
 Policy Reforms on the demand side with particular

reference to improving credit linkages for the Urban
poor.

Tasks 6, 7 & 8

 Total Investment requirements for implementation
of SFCPoA

 Resources listed, gaps identified.
 Financing strategy
 Implementation modes prepared
 Institutions identified, their roles and responsibilities

defined.

Task 9

 Stakeholders’ Consultation to present and discuss the
Draft SFCPoA

 Incorporating CSMC Sub-Committee’s feedback and
comments on the draft SFCPoA

 Finalization of the SFCPoA.

34

5.3 REPORTS AND MAPS TO BE FURNISHED FOR EACH CITY
List of Maps and its scale
(PUDUCHERRY & OULGARET): No. of Copies
- Hard Soft
No Name of the
Report 52

1. Inception Report

(SFCPoA)

2. Report on Geo- 1. City Map showing regional setting – 1:20000

referenced base 2. Geo-referenced Base Map of project area – 1:20000
map, slum mapping,
socioeconomic 3. Slum pockets marked on GIS base map with Municipal
surveys (SFCPoA) / ward boundaries – 1:10000

4. Slum pockets marked on satellite image – 1:10000. 5 2

5. Existing Land Use / Land cover of the Project Area
notified by the Puducherry Planning Authority with Slum
pockets – Scale 1:10000

6. Mapping of each slum boundaries with Household
linked with survey data – 1:1000 / 1:2000.

3. Report on 1. Tenable, semi-tenable and Untenable slums– 1:5000

Categorization and 2. Tenure Status of slums– 1:5000

Prioritization of

Slums 3. Land ownership of slums – 1:5000

52

4. Slum Density – 1:5000.

5. Land Value ranges of areas under slums – 1:5000.

6. Untenable Slums against each criteria – 1:10000

4. Report on Slum 1. Vacant land pockets marked on satellite image / GIS

Development Map of project area with trunk infrastructure – 1:10000.

Options 2. Vacant land with residential and non-residential

zoning marked on satellite image / GIS map of project

area – 1:10000. 5 2

3. Prioritized tenable and untenable slums –1:10000.

4. Development options for each category of slum –
1:10000.

5. Report on 1. Spatial distribution of affordable housing projects–

Preventive Strategy 1:10000. 5 2

and Housing Supply

Options 2. Land pockets reserved for EWS / LIG housing –1:10000.

35

No Name of the List of Maps and its scale No. of Copies
6. Draft SRluempo-frrtee City 82

-
Plan

7. Final Report Finalized maps of the above after incorporating the
appropriate changes as approved by the Client /
Government of Puducherry / Ministry of Housing and 12 4
Urban Poverty Alleviation.

Note:

(a) The satellite imageries, if procured by the Consultant or supplied by the Client, shall
be returned to the Client.

(b) The soft copies are to be supplied in CD/DVD.

(c) All the drawings / maps have to be handed over to the Client in .dwg format and .shp
format, whichever applicable. The reports have to be submitted in .doc/.docx.

(d) All Primary / secondary data collected / analysis / reference report / mathematical
models developed shall be handed over to the Puducherry Slum Clearance Board.

In addition to the above deliverables, the Consultant shall submit the following reports on a
regular basis;

a) Monthly Progress Reports (MPRs) every month indicating the activities completed / to
be completed as against the scheduled tasks / activities.

b) Consultant has to submit status reports to the client (in agreed Format and timelines)
indicating the progress of activities against the key milestones.

c) Consultant has to submit work / timesheet of Resources deployed on monthly basis.

5.4 ACCEPTANCE OF DELIVERABLES:

The acceptance of deliverables or completion of activities shall be linked to the acceptance
by or satisfaction of the Client. The Consultant is expected to make revisions for all
documents, deliverables, communications, etc. until they are accepted by the Client,
Government of Puducherry and Ministry of Housing and Urban Poverty Alleviation.

5.5 REPORTING AND COMMUNICATION:

Since extensive coordination is required between the Government of Puducherry, Puducherry
Slum Clearance Board & the Consultant, the Consultant is expected to setup proper channels
of communication with all stakeholders of this assignment and provide timely status reports
as desired.

36

SECTION 6: RESOURCE DEPLOYMENT:
Consultant would be required to establish an office space at Puducherry urban limits and
deploy in the project an appropriate team consisting of members / Specialists as per below
mentioned requirements along with required supporting staff within 5 days of award of work.
The Consultant should include the number and the level of people to be deployed in the
project along with timeframes as indicated. The expectations on the resources that would be
proposed for the project are as follows:

a) The team together should have a mix of specialists as per the requirement of the
project.

b) The team should consist of resources with prior experience in the preparation of
Slum Free City Plan of Action.

c) Each member of the team must be a full time employee of the Consultant /
consortium member and shall be working with the Consultant / consortium member
for a considerable duration and Two years in the case of Team Leader.

d) The team shall be deployed on an exclusive basis, in order to ensure the required
coordination with PSCB, and to complete the project as per timelines indicated in
this document.

e) The staffing schedule for the key professionals on need basis and the schedule for
the supporting staff have to be furnished by the Consultant in Form - 9.

f) All facilities / equipments required for carrying out the assignment shall be borne by
the Consultant.

g) In case of replacement of resource(s) or deployment of additional man-power, if
any, the decision of PSCB shall be final and binding.

The Consultant shall deploy minimum professionals as per details given below:

Sl.No. Constituents of Team Number(s) Type Period

1. Team Leader / Town Planning 1 Dedicated Entire period of Project
Specialist

2. GIS Specialist 1 Dedicated Entire period of Project

3. Social Development Specialist 1 Dedicated Entire period of Project

4. Project / Engineering Specialist 1 Need Basis Entire period of Project

5. Management Information System 1 Dedicated Entire period of Project
Specialist

6. Capacity Building / Training 1 Need Basis Entire period of Project
coordinator

The team of resources deployed under this RFP shall be responsible for carrying out the
entire Task under the RFP and therefore may involve further resource Personals as per need
which shall be indicated in the Technical Proposal along with their CV’s.

37

6.1 RESPONSIBILITIES, QUALIFICATIONS & EXPERIENCE
REQUIREMENTS
Specialist 1: Team Leader/Town Planning Specialist:
The Town Planning Specialist will play the role of the Team Leader & ensure adherence and
provide support to local bodies/PSCB with regard to the planning guidelines of RAY/JNNURM
and ensure that the proper templates are provided for preparing SFCPoA.
Scope of Work:

 Provide advice for improvement of activities related to Housing & Urban Planning.
 Assist in programme design and implementation of the slum free city plan and to

clearly identify the role of stakeholders at State level,
 Assist in selection of best model for in-situ development and deciding options for

relocation of untenable slums.
 Assist in integration of spatial data, and slum survey information at slum and city level

to create GIS enabled slum MIS.
 Provide technical support in implementing following: 74th CAA provisions related to

urban planning and slum improvement, land use and land tenure especially for urban
poor, environmental planning etc.
 Any other related tasks that may be entrusted upon by the Puducherry Slum Clearance
Board/State Level Nodal Agency.
Qualifications and Experience:

 Masters Degree in Planning with specialization in Housing / Urban Planning.
 Minimum of five years work experience in Housing / urban planning with experience of

urban Infrastructure projects.
 Experience in reform oriented projects is desirable.
 Fluency in English and local language is preferable.
Specialist 2: GIS Specialist:
The primary responsibility of the GIS expert will be to provide advisory support to the
PSCB/State Level Nodal Agency to support speedy deployment of GIS and its continuous use
by the PSCB/SLNA and proactively recommend ways to make it more user-friendly and
efficient.

38

Scope of Work:

 Provide Advice in acquiring satellite images for the preparation of the base maps for
the city and work closely with the supporting team in regard to digitization, geo-
referencing, ground verification and preparation of base maps etc.

 Work closely with the MIS Specialist in providing advisory support for collating spatial
and non-spatial information and in GIS-MIS integration.

 Provide Advice in integration of total station survey into GIS domain.
 Work closely with the Planners on the team and provide guidance in the development

of “Slum Development Plans” and a “Slum-free City Plan”;
 Provide advice to the PSCB/SLNA for capacity building in their GIS needs and the

means and manner of providing support.
 Encourage use of GIS in the various planning functions.
 Any other related tasks that may be entrusted upon by the PSCB/SLNA
Qualification and Experience:

 Any degree (relevant discipline) with specialization in Geoinformatics from recognized
institutions with 5 years of work experience.

 Demonstrated proficiency and creative application of GIS in the urban context
 Knowledge of urban planning & housing.
 Ability to work with, motivate /train Puducherry Slum Clearance Board/SLNA/ULB

staff.
Specialist 3: Social Development Specialist:
The Social Development Expert shall play a key role in taking forward the core principles of
community participation, community development with regard to, internalizing stakeholder
consultations into the planning as well as operating procedures for RAY. He / She will provide
advisory support to ensure community participation in other planning and practices of
infrastructure development and optimizing the community participation in urban governance.

Scope of work:

 Provide advice on all matters relating to pro- poor governance, strengthening and
empowerment of local communities, social development, community participation,
urban poverty alleviation,

 Guide and support implementation mechanisms for pre-project community
consultations and streamlining inputs into Slum Free City Plan.

39


Click to View FlipBook Version