i
GOVERNMENT OF ODISHA
REQUEST FOR PROPOSAL (RFP) DOCUMENT FOR PROCUREMENT OF CONSULTANCYSERVICE
UNDER WORLD BANK ASSISTED
REJUVENATING WATERSHEDS FOR AGRICULTURAL RESILIENCE THROUGH INNOVATIVE
DEVELOPMENT (REWARD)
PROGRAM
PROCUREMENT OF STATE LEVEL SUPPORT AGENCY FOR CAPACITY BUILDING AND POLICY
DEVELOPMENT
UNDER REWARD PROGRAM
Ref. No: RE/SLSA/RFP/DSC&WD/02/2023
Purchaser:
The Director,
Directorate of Soil Conservation &Watershed
Development.
(DSC&WD) Odisha, Bhubaneswar.
Krushi Bhawan,Keshari Nagar
Bhubanesawr -751001,Telephones:
0674 -2391840
Email: iwmporissa@gmail.com
ii
SCHEDULE FOR
PROCUREMENT
Sl.
No.
Particulars
1
RFP REFERENCE No.
2
DATE OF AVAILABILITY OF
RFP DOCUMENT IN
E-PROCUREMENTPORTAL
3
PRE-PROPOSAL MEETING
4
LAST DATE AND TIME FOR
SUBMISSION OF PROPOSAL
5
TIME AND DATE OF OPENING
OF TECHNICAL PROPOSAL
6
TIME AND DATE OF OPENING
OF FINANCIAL PROPOSAL
7
PLACE OF OPENING OF PROPOSAL
8
COST OF TENDER PROCESSING FEE
(NON-REFUNDABLE)
9
EARNEST MONEY DEPOSIT (EMD)
10
AMOUNT OF PERFORMANCE SECURITY
iii
11
ADDRESS FOR COMMUNICATION
12
E-Tender site
iv
CONTENTS
Sl.
No.
Section No.
Topic
Page No.
1
Section-I
Letter of Invitation
1
2
Section-II
Information to Agencies
3
Data Sheet- Information to
Agencies
10
3
Section-III
Technical Proposal- Standard Forms
16
4
Section IV
Form 1 Self-Assessment Minimum
eligibility criteria
Form 2 Self-Assessment Additional
Technical Criteria.
32
5
Section-V
Financial Proposal- Forms
37
6
Section-VI
Terms of Reference (TOR)
43
Sd/-
(Sri Subham Saxena)
Director
Directorate of Soil Conservation &Watershed Development
Odisha, Bhubaneswar
Krushi Bhawan, Keshari Nagar, Bhubaneswar -751001
1
SECTION I: LETTER OF INVITATION
RFP No : RE/SLSA/RFP/DSC&WD/02/2023
Date: 16.05.2023
1. Directorate of Soil Conservation & Watershed Development (DSC&WD), Agriculture &
Farmers’ Empowerment Department, Govt. of Odisha, Bhubaneswar invites proposals from
eligible agencies to provide the Consulting Service of State Level Support Agency for
Capacity Building and Policy Development through Government of Odisha e-procurement
portal. The documents relating to Request for Proposal (RFP) are available in e-procurement
portal (www.tendersodisha.gov.in) from 22.05.2023. More details on the services are
provided in the attached Terms of Reference.
2. Interested agencies shall upload the documents through e-procurement portal on or before
16.06.2023 within 5.30 PM by using their user ID and Digital Signature obtained through the
e-procurement portal. The proposals submitted in any other manner will not be accepted.
The hard copies of the uploaded documents in sealed cover with the original DD in lieu
of the prescribed non-refundable tender processing fee (in separate cover) must be
submitted (for reference) to the Director, Directorate of Soil Conservation and Watershed
Development Odisha, Bhubaneswar, Krushi Bhawan, Keshari Nagar, Bhubaneswar -751001
on or before 16.06.2023 within 5.30 PM. In case of any differences between soft copies
uploaded on e-portal and hard copies submitted, information in uploaded documents will
prevail over hard copies). The sealed envelope should be superscripted as ‘Request for
Proposal: SLSA’
3. A pre-proposal meeting will be held on 30.05.2023 at 4.00 PM in the conference hall of the
Directorate of Soil Conservation and Watershed Development, Odisha, Bhubaneswar
Krushi Bhawan, Keshari Nagar Bhubaneswar -751001. In case, if there is a holiday on above
date, meeting will be held on next working day or as intimated through e-mail.
4. The Agency will be selected under Quality-and Cost-Based Selection (QCBS) and procedures
described in this RFP.
5. The RFP includes the following documents:
Section I Letter of Invitation
Section II Information to Agencies
Data Sheet
Section III Technical Proposal Standard Forms
Section IV Self Assessment Form 1 & Form 2
Section V - Financial Proposal Standard Forms
Section VI Terms of Reference (ToR)
2
6. The selected agency should submit the performance security as Bank Guarantee from any
nationalized bank for 3% of the contract price at the time of entering into the contract &
the same will be returned after the completion of the project period.
7. The proposals will be opened for technical scrutiny on 19.06.2023, 12.00 NOON in
conference hall of Directorate of Soil Conservation and Watershed Development Odisha,
Bhubaneswar, Krushi Bhawan, Keshari Nagar, Bhubaneswar -751001.
8. The Financial proposals will be opened only for those proposals who fulfil minimum eligibility
criteria and qualify technically in accordance with the prescribed additional technical criteria
as mentioned in RFP. The date of the opening of the financial proposals will be intimated to
the technically qualified agencies through e-mail.
Sd/-
(Sri Subham Saxena)
Director
Soil Conservation and Watershed Development
Odisha, Bhubaneswar
3
SECTION II: INFORMATION TO AGENCIES
1. INTRODUCTION
The Client named in the “Data Sheet” will select an agency, in accordance with the
method of selection indicated in the Data Sheet.
The Agencies are invited to submit a Technical Proposal and a Financial Proposal, as
specified in the Data Sheet (the Proposal) for consulting services required for the
Assignment named in the Data Sheet. The Proposal will be the basis for contract
negotiations and ultimately for a signed contract with the selected Agency.
The Assignment shall be implemented in accordance with the phasing indicated in the
Data Sheet. When the Assignment includes several phases, the performance of the agency
under each phase must be to the client’s satisfaction before work begins on the next
phase.
The Agency must familiarize themselves with local conditions and take them into account
in preparing their Proposals. To obtain first-hand information on the Assignment and on
the local conditions, agencies are encouraged to pay a visit to the Client before submitting
a Proposal, and to attend a pre- proposal conference if one is specified in the Data Sheet.
Attending the pre-proposal conference is optional. The Agency’s representative should
contact the officials named in the Data Sheet to arrange for their visit or to obtain
additional information on the pre-proposal conference. Agencies should ensure that these
officials are advised of the visit in adequate time to allow them to make appropriate
arrangements.
The Client will provide the inputs specified in the Data Sheet, assist the agency in
obtaining approval and permits needed to carry out the services, and make available
relevant project data and reports.
Please note that (i) the costs of preparing the proposal and of negotiating the contract,
including a visit to the Client, are not reimbursable as a direct cost of the Assignment; and
(ii) the Client is not bound to accept any of the Proposals submitted.
Government of Odisha (GOO) expects agencies to provide professional, objective, and
impartial advice and at all times hold the Client’s interests paramount, without any
consideration for future work, and strictly avoid conflicts with other assignments or their
own corporate interests. Agencies shall not be hired for any assignment that would be in
conflict with their prior or current obligations to other clients, or that may place them in a
position of not being able to carry out the assignment in the best interest of the Client.
Without limitation on the generality of this rule, agencies shall not be hired under the
circumstances set forth below:
(a) An agency which has been engaged by the Client to provide goods or works for a
project, and any of their affiliates, shall be disqualified from providing consulting
services for the same project. Conversely, agency hired to provide consulting
services for the preparation or implementation of a project, and any of their
affiliates, shall be disqualified from subsequently providing goods or works or
services related to the initial assignment (other than a continuation of the firm’s
4
earlier consulting services) for the same project.
(b) Agencies or any of their affiliates shall not be hired for any assignment which, by
its nature, may be in conflict with another assignment of the agency.
As pointed out in para. 1.7.1 (a) above, agencies may be hired for downstream work,
when continuity is essential, in which case this possibility shall be indicated in the Data
Sheet and the factors used for the selection of the agency should take the likelihood of
continuation into account. It will be the exclusive decision of the Client whether or not to
have the downstream assignment carried out, and if it is carried out, which agency will be
hired for the purpose.
It is GoO’s policy to require that agencies observe the highest standard of ethics during
the execution of such contracts. In pursuance of this policy, the GOO:
(a) Defines, for the purposes of this provision, the terms set forth below as follows:
(i) “Corrupt practice” means the offering, giving, receiving, or soliciting of
anything of value to influence the action of a public official in the
selection process or in contract execution; and
(ii) “Fraudulent practice” means a misrepresentation of facts in order to
influence a selection process or the execution of a contract to the detriment
of GOO, and includes collusive practices among agencies (prior to or after
submission of proposals) designed to establish prices at artificial, non-
competitive levels and to deprive GOO of the benefits of free and open
competition.
(b) Will reject a proposal for award if it determines that the agency recommended
for award has engaged in corrupt or fraudulent activities in competing for the
contract in question;
(c) Will declare an agency ineligible, either indefinitely or for a stated period of time,
to be awarded GOO-financed contract if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in competing for, or in executing,
a GOO-financed contract; and
(d) Will have the right to require that, GOO to inspect agency’s accounts and
records relating to the performance of the contract and to have them audited
by auditors appointed by GOO.
Agency should not be under a declaration of ineligibility for corrupt and fraudulent
practices issued by GOO in accordance with the above sub para 1.8 (d).
CLARIFICATION AND AMENDMENT OF RFP DOCUMENTS
Agencies may request a clarification of any item of the RFP document up to two days
before the pre proposal meeting. Any request for clarification must be sent in writing by
electronic mail to the Client’s address indicated in the Data Sheet with the subject
“Queries <RFP Notification No> ”. The Client will respond by electronic mail to
such requests.
At any time before the submission of Proposals, the Client may, for any reason,
whether at its own initiative or in response to a clarification requested by a firm,
modify the RFP documents by amendment. Any such modification in the RFP will be
published in e-procurement/ DSC&WD Website (soilodisha.nic.in) only in the form of
5
addendum/ corrigendum
PREPARATION OF PROPOSAL
Agencies are requested to submit a Proposal (Para 1.2) written in the language(s)
specified in the Data Sheet.
Technical Proposal
In preparing the Technical Proposal, agencies are expected to examine the documents
comprising this RFP in detail. Material deficiencies in providing the information
requested may result in rejection of a Proposal.
While preparing the Technical Proposal, agencies must give particular attention to the
following:
(i) If an agency considers that it does not have all the expertise for the
Assignment, it may obtain a full range of expertise by associating with
individual agency(s) and/or other agency or entities in a joint venture /
consortium. The lead agency, in such a case, will obtain letters of intent from
the partner agencies and attach the same in the RFP proposal. In case of the
contract is awarded to the proposed consortium, the lead partner will enter
into a MoU with the corresponding partners.
(ii) The proposal shall be based on the number of key professional staff-months
estimated by the agency.
(iii) It is desirable that the majority of the key professional staff proposed be
permanent employees of the firm or have an extended and stable working
relation with it.
(iv) Proposed key professional staff must have the experience indicated in the Data
Sheet.
(v) In case of CV of any professional found in more than one interested agency, the
decision of evaluation committee on scoring of marks shall be final and binding
on all agencies.
(vi) Alternative key professional staff shall not be proposed, and only one
curriculum- vitae (CV) may be submitted for each position.
(vii) Reports to be issued by the agencies as part of this assignment must be in the
language(s) specified in the Data Sheet. It is desirable that the firm’s personnel
have a working knowledge of the Client’s official language.
The Technical Proposal should provide the following information using the
attached Standard Forms (Section 3):
(i) A brief description of the agency’s organization and an outline of recent
experience on assignments (Section 3A & 3B) of a similar nature.
(ii) Any comments or suggestions on the Terms of Reference and on the data, a list
of services, and facilities to be provided by the Client (Section 3C).
(iii) A description of the methodology and work plan for performing the assignment
(Section 3D).
6
(iv) The list of the proposed staff team by specialty, the tasks that would be assigned
to each staff team member, and their timing (Section 3E).
(v) CVs in prescribed template, recently signed by proposed key professional staff
and countersigned by authorized representative submitting the proposal
(Section 3F).
(vi) Estimates of the total staff effort (professional and support staff; staff time) to
be provided to carry out the Assignment, supported by bar chart diagrams
showing the time proposed for each key professional staff team member.
(Sections 3E and 3G).
(vii) Any additional information requested in the Data Sheet.
The Technical Proposal shall not include any financial information.
Financial Proposal
In preparing the Financial Proposal, agencies are expected to take into account the
requirements and conditions of the RFP documents. The Financial Proposal should
follow Standard Forms (Section 4). It lists all costs associated with the Assignment,
including (a) remuneration for staff, and (b) reimbursable such as subsistence (per
diem, housing), transportation (national and local, for mobilization and
demobilization), services and equipment (vehicles, office equipment, furniture, and
supplies), office rent, insurance, printing of documents, surveys; and training, if it is a
major component of the assignment. If appropriate, these costs should be broken down
by activity.
Agencies shall express the price of their services in Indian Rupees.
The Data Sheet indicates how long the proposals must remain valid after the
submission date. During this period, the agency is expected to keep available the key
professional staff proposed for the assignment. The Client will make its best effort to
complete negotiations within this period. If the Client wishes to extend the validity
period of the proposals, the agencies who do not agree have the right not to extend
the validity of their proposals.
4. SUBMISSION, RECEIPT, AND OPENING OF PROPOSALS
The original Proposal (Technical Proposal and Financial Proposal; see para 1.2) shall be
prepared legibly. It shall contain no inter-lineation or overwriting, except as necessary to
correct errors made by the firm itself. Any such corrections must be initialed by the
person or persons who sign(s) the Proposals.
An authorized representative of the Agency initials all pages of the Proposal. The
representative’s authorization is confirmed by a written power of attorney accompanying
the Proposal.
The original Technical Proposal and Financial Proposal should be uploaded in the e-
procurement portal. If there are any discrepancies between the uploaded (original) and
the hard copies of the Proposal, the original uploaded proposal governs. The hard copy
7
of the proposal along with original A/C payee Demand draft in favor of E.O, DTE of Soil
Conservation drawn in any scheduled commercial Bank payable at Bhubaneswar
towards tender processing fee should reach the Director, Soil Conservation &
Watershed Development on or before 26.06.2023, 5.30 PM by Speed post/registered
post/Courier. Non submission of hardcopy of proposal and tender paper will lead to
rejection of the proposal.
The original copies of the Technical Proposal shall be uploaded in the “Technical
Proposal,” and the Financial Proposal in the “Financial Proposal” folder in e-
procurement portal.
The completed Technical and Financial Proposal must be delivered through GOO portal
on or before the time and date stated in the schedule of procurement. Any Proposal
received after the closing time for submission of proposals shall not be accepted.
After the deadline for submission of proposals the Technical Proposal shall be opened
on the date and time mentioned in the schedule of procurement by the evaluation
committee/Tender committee. The Financial Proposals shall remain sealed till the
completion of evaluation of technical proposal. Financial proposals of qualified bidders
will be opened on the date and time specified in the schedule of procurement.
5 PROPOSAL EVALUATION
General
From the time the proposals are opened to the time the contract is awarded, if any
agency wishes to contact the Client on any matter related to its proposal, it should do so
in writing at the address indicated in the Data Sheet. Any effort by the firm to influence
the Client in the Client’s proposal evaluation, proposal comparison or contract award
decisions may result in the rejection of the agency’s proposal.
Evaluators of Technical Proposals shall have no access to the Financial Proposals until
the technical evaluation, including its approval by competent authority is obtained.
Evaluation of Technical Proposals
The Evaluation committee/Tender Committee appointed by the Client will verify
eligibility of the bidders in accordance with the minimum eligibility criteria. The proposal
of bidders, who don’t fulfil prescribed minimum eligibility criteria, shall be out rightly
rejected and dropped from further selection processes.
The technical proposal of eligible bidders shall be evaluated and scoring shall be done
based on the prescribed additional technical criteria. The bidders are advised to furnish
desired information supported by required documentary evidences. The self-assessment
of the bidders furnished in Form I and Form II at section IV will serve as a reference only
and will in no case be binding on the client.
The advisories on the power point presentation including date, time and other details will
be communicated electronically to all bidders, who meet prescribed minimum eligibility
criteria.
Minimum qualifying marks is 70 marks. The bidders who score less than 70 marks out of
100 in the technical evaluation stage will be disqualified and dropped from further
8
selection process. The bidders who secure 70 marks or more will qualify technically and
will be invited to participate in the evaluation of financial proposals.
Public Opening and Evaluation of Financial Proposals; Ranking
After the evaluation of quality is completed, the Client shall notify those agencies 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 shall
simultaneously notify the agencies that have secured the minimum qualifying mark,
indicating the date and time set for opening the Financial Proposals. The opening date
shall not be sooner than one week after the notification date. The notification will be
sent by electronic mail.
The Financial Proposals shall be opened publicly in the presence of the agencies’
representatives who choose to attend. The name of the agency, the quality scores, and
the proposed prices shall be read aloud and recorded when the Financial Proposals are
opened. The Client shall prepare minutes of the public opening.
The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The
financial scores (Sf) of the other Financial Proposals will be computed as indicated in
the Data Sheet. Proposals will be ranked according to their combined technical (St) and
financial (Sf) scores using the weights (T = the weight given to the Technical Proposal;
P = the weight given to the Financial Proposal; T + P = 1) indicated in the Data Sheet: S=
St x T% + Sf x P% (S= highest combined technical/ financial score). The Agency achieving
the highest combined technical/ financial score will be invited for negotiations.
The weights to be awarded to technical and financial proposals are 80% and 20%
respectively.
6. NEGOTIATIONS
Negotiations will be held at the address indicated in the Data Sheet. The aim is to reach
agreement on all points and sign a contract.
Negotiations will include a discussion of the Technical Proposal, the proposed
methodology (work plan), staffing and any suggestions made by the firm to improve the
Terms of Reference. The Client and Agency will then work out final Terms of Reference,
staffing, and bar charts indicating activities, staff, periods in the field and in the home
office, staff-months, logistics, and reporting. The agreed work plan and final Terms of
Reference will then be incorporated in the “Description of Services” and form part of the
contract. Special attention will be paid to getting the most the Agency can offer within the
available budget and to clearly defining the inputs required from the Client to ensure
satisfactory implementation of the Assignment.
Unless there are exceptional reasons, the financial negotiations will involve neither the
remuneration rates for staff (no breakdown of fees) nor other proposed unit rates.
Having selected the Agency on the basis of, among other things, an evaluation of
proposed key professional staff, the Client expects to negotiate a contract on the basis
9
of the experts named in the Proposal. Before contract negotiations, the Client will
require assurances that the experts will be actually available. The Client will not consider
substitutions during contract negotiations unless both parties agree that undue delay in
the selection process makes such substitution unavoidable or that such changes are
critical to meet the objectives of the assignment. If this is not
the case and if it is established that key staff was offered in the proposal without
confirming their availability, the Agency may be disqualified.
The negotiations will conclude with a review of the draft form of the contract. To
complete negotiations the Client and the Agency will initial the agreed contract. If
negotiations fail, the Client will invite the firm whose proposal received the second
highest score to negotiate a contract.
7. AWARD OF CONTRACT
The contract will be awarded following negotiations. After negotiations are completed,
the Client will promptly notify other agencies on the shortlist that they were
unsuccessful and return the Financial Proposals of those agencies who don’t technically
qualify to participate in the financial evaluation process.
The Agency is expected to commence the Assignment on the date and at the location
specified in the Data Sheet.
8. CONFIDENTIALITY
Information relating to evaluation of proposals and recommendations concerning
awards shall not be disclosed to the agencies who submitted the proposals or toother
persons not officially concerned with the process, until the winning Agency has been
notified that it has been awarded the contract.
10
DATA SHEET
Information to Agencies
Clause Reference
1. Introduction:
The name of the Client is: The Director, Directorate of Soil Conservation and Watershed
Development Odisha, Bhubaneswar, Krushi Bhawan, Keshari Nagar Bhubaneswar - 751001,
The method of selection is: Quality and Cost Based Selection (QCBS)
A Technical and a Financial Proposals are requested: Yes
The name, objectives and description of the Assignment are: As per the ToR attached
The Assignment is phased: Yes, as per TOR attached.
A pre-proposal conference will be held on the date mentioned in Schedule of
procurement in the conference hall of Directorate of Soil Conservation and Watershed
Development Odisha, Bhubaneswar, Krushi Bhawan, Keshari Nagar, Bhubaneswar - 751001.
The Client will provide the following inputs:
Relevant information and formats, which are essential to implement the contract activities.
The Client envisages the need for continuity for downstream work: Yes, as per the TOR and
rates mentioned in the financial proposal shall apply.
Additional Instructions:
a) The Agency selected as SLNA will be responsible for data collection from
farmers/field/partner institution as per the design.
b) The staff of the agency are expected to travel in project and non-project sites to
collect data and other relevant information as per requirement.
c) Agencies are advised to ensure that all the relevant documents are uploaded on the
e-portal. DSC&WD shall not be responsible if any of the documents are untraceable
on the e-portal.
d) It is deemed that the agency has examined the terms and conditions of the RFP
before applying for the bid.
e) The DSC&WD reserves the right to accept/reject any application or cancel the tender
process without assigning any reason what so ever.
f) Any changes in the schedule will not be published through Newspapers and
11
further changes will be updated only on e-portal/DSCWD Web portal
(https://www.soilodisha.nic.in)
g) The agency, which is awarded the assignment, should not sub-contract for any part
of the assignment without the approval of the client.
h) If required officers of the Departments, may visit the agency establishment at the
address given in the technical bid for physical verification of the details given in the
technical bid. It is the responsibility of the agency to furnish all the details at the
given address without fail.
i) If in any instance, information or the documents furnished by any of the agencies are
found to be incorrect or fake; such agency will be out rightly terminated from the
contract and shall be debarred from further participation.
j) If selected agency found to be non-performing as per the agreed conditions, the
Department holds the right to terminate their services by giving due notice.
k) The select agency should work in close coordination with the officers and staff placed
in headquarters and field functionaries.
l) Incomplete / unsigned proposals uploaded in the portal shall not be considered.
m) All the Annexures shall be signed by the authorized signatory with name and seal of the
agency
1.9 Tenderers should not be debarred by the World Bank. The tenderer shall access latest
list of debarred individuals & firms from following World Bank Web link
https://www.worldbank.org/en/projectsoperations/procurement/debarre d-firms
before submission of the tender
2. Clarification and Amendment of RFP Documents:
Clarifications may be requested by e-mail up to two days prior to pre-proposal meeting in the
conference hall of Directorate of Soil Conservation and Watershed Development Odisha,
Bhubaneswar, Krushi Bhawan, Keshari Nagar, Bhubaneswar -751001.
Any modification in the RFP will be published in e-procurement/ DSC&WD Website
(soilodisha.nic.in) only in the form of addendum/ corrigendum
3. Preparation of Proposal
Proposals should be submitted in the following language(s): English3.2
(i) The estimated number of Key Professional staff months required by the assignment is to
be estimated by the tenderer based on the deliverables as per the attached TOR.
12
(ii) Reports which are the part of the assignment must be written in the following language:
English
3.3 Proposals remain valid for 120 days after the last day of submission
3.4. Date and timing of submission of RFP: As per schedule of procurement
3.5 Opening of Technical Proposals will be done on as per schedule of procurement in presence
of interested agencies or their authorized representatives. The scrutinizing committee will
carry out a detailed scrutiny for technical specifications at a later date. If any information
provided by the agencies is incomplete or found factually false or misleading, such firms will
be summarily rejected/removed, without any notice. The date of financial opening of
technically qualified proposals shall be intimated to technically qualified agencies through
address or e-mail mentioned in the proposal.
The details of the process of registration and obtaining the digital signature certificates are
available on the website: www.tendersodisha.gov.in.
Note: In e-Procurement Portal Bidder has the option of withdrawing the Bid by digitally
signing to withdraw/cancel bid before the bid submission time/Date.
4. Minimum eligibility criteria
1. Should be a Legal Entry of at least 5 years preceding 1.4.2022 (Registration certificate indicating
date of registration on or before 1.4.2017 to be submitted)
2. If consortium, lead partner must have obtained letters of intent from the participating agency/ies
(Copy of the Letter/s of intent from the participating organization/s to be submitted)
3. Should have Cumulative Turnover of at least 5.0 Crore for the preceding three financial years i.e
2020-21, 2019-20, 2018-2019 (Audited Statement of Accounts of respective financial years to be
submitted)
4. Must not be debarred / blacklisted by any GoI or State Govt. organizations / Central Public Sector
Enterprises (CPSEs) / External Donor organizations including World Bank after 1.4.2019 for
services of any description. (Affidavit in the prescribed template at section III by the authorized
signatory in prescribed format to be submitted)
5. Must have implemented at least one project in the field of NRM / Watershed Management funded
by Govt. /NABARD/ External Donor agencies. (Copy of the MoU , ToR and Project Completion
report to be provided)
6. The agency and the partner agency /ies have conducted at least 100 ToTs of 3-5 days’ duration in
the field of NRM / Watershed Management in Govt. frame work. (Undertaking in the prescribed
template at B.6.1 of the technical proposal to be provided.)
13
5. Additional Technical Criteria
Sl No
Criteria
Assigned
Marks
1
Legal entity & financial
turnover
5 Marks
Of more than 8 years
2
2
Minimum turnover of at least 2.5 crore rupees / year
consecutively for three years preceding. i.e 2021-22,
2020-21, 2019-20
3
3
Watershed Management
Experience
20 Marks
Has implemented one GoI/ Govt. of Odisha / NABARD/
External Donor funded watershed project in the state
of Odisha after 1.4.2009.
8
4
Total geographic coverage of the watersheds
implemented is more than 5000 ha
6
5
Recipient of State / National level award by Govt. or
recognised agencies in the field of NRM / Watershed
Management.
6
6
Experience in developing
training module
development and training of
master trainers - 20 marks
Constituent of one Working Group / empowered
Committee in Govt. framework to undertake CB needs
assessment of GPs / WCs/ CBOs related to NRM
project , preferably in the field of watershed
management- 2 Marks
Additional 2 marks if the assignment is in the field of
watershed management
4
7
Developed capacity building modules for committees/
GPs in the field of NRM preferably watershed
management for GoI/ state/ donor funded projects - 2
marks
Additional 2 marks if the assignment is in the field of
watershed management
4
8
State / National level ToTs in Govt. framework in
respect of NRM programs , preferably in the field of
watershed management.More than 100 nos. ToTs of 3-
5 days duration : 5 marks
of which at least 25 ToTs in the field of watershed
management - Additional 3 marks
8
9
Conducted training quality assessment and / or training
impact assessment in Govt. framework , in the field of
watershed management
4
14
10
Experience in policy
development and
performance assessment
tool - 15 Marks
Developed a policy for O&M by CBOs/GP for projects
under NRM/ watershed and/or any related program of
GoI/state Govt.
5
11
Developed a performance assessment tool for
GPs/CBOs/WCs in any development sector under a
GoI/ state/ external donor funded program
5
12
Conducted Performance Assessment of CBOs/GPs/WCs
in a GoI / State / external Donor funded NRM
programme.
5
13
Team Composition- 20
Marks
Desired Qualification of Team Leader (As per ToR)-
3 Points
For PhD, additional 2 Points
4
14
No of technical specialists with desired qualification as
per ToR. (2 marks per specialist subject to maximum 6
marks)
6
15
No of trainers with the desired qualification as per ToR
(2 marks per trainer subject to maximum 6 marks )
6
16
Paper publication in the field of watershed
management in national / international journal and
made available in a dedicated website of the journal ( 1
mark for each paper subject to maximum 4 marks)
4
17
Paper Presentation
Description of methodology & work plan for
implementing specified assignments in prescribed
template (Section 3 D of the technical proposal)
10
18
Power Point Presentation
Power Point Presentation in prescribed template
(Details to be communicated to the bidders who meet
prescribed minimum eligibility criteria)
10
Total
100
Minimum qualifying score for technical eligibility is 70 marks.
6. Evaluation of Financial Proposal
The date of opening of financial proposal will be as per schedule of procurement
or asintimated through e-mail.
The formula for determining the financial scores is the following:
Sf = 100 x Fm/F, in which Sf is the financial score, Fm is the lowest price, and F the price of
15
the proposal under consideration
The weights given to the technical and Financial Proposals are:T=
0.80, and
F= 0.20
The agency scoring highest points will be awarded the contract. If, for any reason, agency
scoring highest fails to sign the contract the, agency with the next highest score will be
awarded with the contract.
The address for negotiations: Conference hall of the Directorate of Soil Conservation and
Watershed Development, Odisha, Bhubaneswar, Krushi Bhawan, Keshari Nagar Bhubaneswar
-751001.
The assignment is expected to commence: date of effectiveness of the contract
16
SECTION-III. TECHNICAL PROPOSAL - STANDARD FORMS
3A. Technical Proposal forms
I. Technical Proposal Submission Form
II. Power of Attorney
III. Affidavit
3B. Agency references
3C. Comments and suggestions on the Terms of Reference and on data services, and facilities to
be provided by the Client.
3D. Description of the methodology and work plan for performing the assignment.
3E. Team composition and task assignment
3F. Format of Curriculum Vitae (CV) for Proposed Key Professional Staff
3G. Time Schedule for professional personnel
Note: These Forms (3A to 3G) are to be completed in all respects and uploaded along with
relevant documentary evidences on the e-procurement portal. The agencies are also
required to make a self-assessment in respect of their eligibility in the templates provided
in Section IV in accordance with the prescribed minimum eligibility criteria and additional
technical criteria.
17
SECTION 3A.
I. TECHNICAL PROPOSAL FORMS
A. Consultant’s Organization
A.1
Name of the
Agency
A.2
Acronym of the
Organization
(if Any)
A.3
Address for
Correspondence
Mailing Address
Visiting Office
A.4
Contact Details
Name of the Contact Person
Designation
Landline Telephone No
Mobile No
Email id
WhatsApp No
Address for Correspondence (if
different from A.3 above
A.5
Legal Status
1. Is the Agency Registered?
Yes / No
If Yes, under which Act?
( Copy of the registration
Certificate appended at
Annexure , Page No )
Society Act / Trust Act / Company
Act (Section 25) / Any other
(Specify)
2. Date of Registration
3. Geographic Presence of the
organization within India
No of districts in Odisha:
No of States in India:
No of Countries:
4. Whether the organization
registered under FCRA
YES
No
5. Indicate if the agency has been debarred / blacklisted by any GoI
or State Govt. organizations / Central Public Sector Enterprises
(CPSEs) / External Donor organizations including World Bank after
1.4.2019 for services of any description.
18
Yes / No
A.6
Vision of the
organization (Not
more than three
sentences)
Core Competencies (Bullet
Points)
Thematic areas of intervention
(Bullet Points)
A.7
Financial
Management
What are the source of funding?
Corpus / Endowment / Donation /
Govt. Grant / Foreign Donors’
Grant / Others (Specify)
Year wise Turn Over in the
preceding three years.
Attach copies of audited
statement of accounts (income &
expenditure or Balance Sheet or
receipt & Payment) at Annexure
, Page No
2019-20:
2020-21:
2021-22:
Total:
PAN / TAN No
Attach a copy of the PAN / TAN at annexure , Page No
Attach a copy of the GST registration certificate at annexure ,
Page No
Whether the accounts are
audited by external auditor?
Yes / No
Whether income tax return filed
in three years preceding ?
Yes / No
A.8
Details of the
partner agencies in
case of a
consortium.
Name of
Agency
Contact
Details
Thematic
area of
expertise
Proposed role
in this
consultancy
Whether letter of
intent obtained
(If yes, attach
copies at
annexure ,
Page No
19
Indicate if any of the partner agencies has / have been debarred /
blacklisted by any GoI or State Govt. organizations / Central Public
Sector Enterprises (CPSEs) / External Donor organizations including
World Bank after 1.4.2019 for services of any description.
Yes / No
20
II.. POWER OF ATTORNEY (On Rs. 200/- stamp paper)
Date: ………………….
To:
The Director
Directorate of Soil Conservation and Watershed Development, Odisha, Bhubaneswar
Krushi Bhawan, Keshari Nagar,
Bhubanesawr -751001.
Sir,
I / We, ……………………………. Authorized to represent M/s .................... (Name and full address
of registered office) do hereby authorize Mr. / Ms............... to sign and submit the bid against your
Letter of Invitation [ title and reference number of the Letter of Invitation]. All the terms and
conditions including undertakings submitted by him / her are binding on us.
For and on behalf of M/s……………...
Authorized Signatory
(Signature)
Name:……………….
Designation:………….
21
III. AFFIDAVIT (To be submitted on Rs.200/- Stamp Paper)
Ref. No: Date:
To,
The Director
Directorate of Soil Conservation and Watershed Development, Odisha, Bhubaneswar
Krushi Bhawan, Keshari Nagar,
Bhubanesawr -751001.
Dear Sir/Madam,
I/We hereby certify that
1) Either our firm/ Company/Society/Trust/Organization or any of the partner agency/ies
proposed in the technical proposal in response to RFP Notification No have not
been debarred / blacklisted by any GoI or State Govt. organizations / Central Public Sector
Enterprises (CPSEs) / External Donor organizations including World Bank after 1.4.2019 for services
of any description.
2) Our firm has been legally compliant by all laws, regulations and provisions made by
Government of India / Govt. of Odisha.
3) I have read and understood the terms and conditions relevant to the notification no.
_ dated and submitted the Request for Proposal application in
accordance with the terms and conditions of the above-referred notification.
4) The information furnished in the tentative terms of reference are true and factual and I
clearly understand that our tender is liable for rejection, if any information furnished is found
to be incorrect and not factual at any point of time of the DSC&WD will have right to initiate
any action deemed fit.
Yours faithfully
Date:
(Signature of the Authorized signatory)
Place:
(Name and designation of the of the Authorized signatory)
Seal of the Agency
22
SECTION 3B. AGENCY’S REFERENCES
B Consultant’s Experience
B.1
AS an Implementing Agency in Govt. / Donor funded NRM / Watershed Project.
B.1.1
Whether the agency or any of the partner agencies has/have implemented any project in
the field of NRM / Watershed Management funded by Govt. /NABARD/ External Donor
agencies?
Yes / No
Attach copy of MoU, ToR and Project Completion Report at Annexure , Page no
in respect of one completed project ( which, in view of the agency, is the flagship
programme of the organization)
B.1.2
If Yes to B.1.1
Name of the Project
Implemented
Aim & objectives of the
Project
Project Cost
Name of the Funding Agency
Project Period
Project location
Name of the Associated
consultants if any
Total No. of staff months of
the assignment / job
Outputs Delivered ( Bullet
points only)
Outcomes realised (Bullet
Points only)
B.2.1
Furnish following information in respect of GoI / State Govt./ NABARD / External Donor
funded projects in the field of Watershed Management, for which the agency has been
engaged as a Project implementing Agency (PIA) after 1.4.2009. Attach the copies of MoU
& ToR at Annexure , Page No
B.2.2
If yes to B.2.1
Name of the
Project
Funding
Agency
Project
Location
(District &
State)
Geographic
Area (ha)
Date of signing the
contract
23
Total Geographic area in hectares:
B.3.1
Whether the agency is a recipient of any State / National level performance award by
Govt. or recognized agencies in the field of NRM / Watershed Management.
Yes / No
If Yes, furnish the details below & Attach copy of the award certificate at Annexure
, Page No
The award
Sponsoring agency
Name of the
award
Year of
Award
Thematic Area of the
award
B.4.1
Whether the agency has been a constituent of one Working Group / empowered
Committee in Govt. framework to undertake CB needs assessment of GPs / WCs/ CBOs
related to NRM project, preferably in the field of watershed management?
Yes / No
Whether the assignment is in the field of watershed management?
Yes / No
Attach copy of the notification / documentary evidence at Annexure , Page no
.
B.5.1
Whether the agency has been contracted to develop CB modules for Watershed
Committees/ GPs / CBOs for GoI/ state/ donor funded NRM / Watershed projects?
Yes / No
Whether the assignment is in the field of watershed management?
Yes / No
24
Attach copy of the notification / documentary evidence at Annexure , Page no
.
B.6.1
No of Training of Trainers (in NRM / watershed management sector) of 3-5 days’ duration
conducted in Govt. frame work:
Of which, No of ToTs conducted in the field of watershed management :
Undertaking
Certified that the agency and the partner agencies (in case of a consortium) have
conducted no of Training of Trainers ( in NRM / Watershed management
sector) of 3-5 days duration in Govt. frame work as per following details.
Sl No
Name
delivered
of
the
modules
No of
conducted
ToTs
Sponsoring Agency / ies
Full Signature of the authorised Signatory with seal
B.6.2
Experience in training quality assessment and / or training impact assessment in the field
of watershed management for Govt. / NABARD / Externally donor agencies in the field of
NRM / Watershed management.
Whether the agency has ever conducted training quality assessment / training impact
assessment in the field of NRM / Watershed Management after 1.4.2009?
Yes / No
If Yes, furnish the undertaking (in respect of one such contract) below.
Certified that <consultant agency> has conducted training impact /
training quality assessment of No of trainings (of at least 3-5 days duration) in the
field of NRM / Watershed Management after 1.4.2009. We have successfully completed
the assignment and submitted the output reports to the sponsoring agency
on . The summary of the output report is as follows.
(within 100 words)
25
SECTION 3C.
Comments and suggestions of Agencies on the terms of reference and on data, services and
facilities to be provided by the client
C.1
On the Terms of References:
1.
2.
3.
4.
5.
C.2
On the data, services, and facilities to be provided by the Client:
1.
2.
3.
4.
5.
C.3
Full Signature of the authorised signatory with seal
Full Signature of the authorized signatory with seal
26
SECTION 3D.
D. Description of the methodology and work plan for performing the following assignments. (Not
more than 150 words each. Include charts, workflows wherever necessary)
D.1
Capacity Building Modules Development:
Name of the key team member responsible for this assignment:
D.2
Training Quality Assessment
Name of the key team member responsible for this assignment:
D.3
Training Impact Assessment
Name of the key team member responsible for this assignment:
D.4
Performance Tool & Incentives Framework
Name of the key team member responsible for this assignment:
D.5
Operations & Maintenance Policy
Name of the key team member responsible for this assignment:
D.6
Briefly indicate the Unique Selling Point (USP) of the organization.
(Not more than 50 words)
27
SECTION 3E.
E. Team Composition
Position / Role
Sl No
Name of
the team
member
Full time /
Part time
Highest
professional
qualification
Experience
in related
field (No of
months)
No of research
papers
published*
Team Leader
1
Institution & Policy
Dev. Specialists
1
2
3
4
5
Technical Specialists
1
2
3
4
5
Trainers
1
2
3
4
5
*Include research papers in the field of watershed management only, which have been published in national /
international journals and made available in a dedicated web site. Furnish the details in the template below.
Sl No
Name of the team
member
Title of the paper
published
Year of
publication
Name of the
journal
Web Site Link
Attach self-signed CV of each member in prescribed template (Section 3 F) duly countersigned by the
authorized signatory at Annexure No , Page No
28
Section 3 F
F. Curriculum Vitae (CV) for proposed key professional Staff
Proposed position / Role in the assignment under REWARD
Name of the Team Member
Contact Details / Mobile No
Gender
Date of Birth
Qualification (Start from highest professional Qualification)
Sl No
Qualification
Institute / Board / University
attended
Year
% of Marks
secured
Relevant Experience (Start from the present to backwards)
Sl
No
Name of
the
agency
served
Period of work
Role /
Position
held
Key
responsibilities
assigned
Key
outputs
delivered
From
To
No of
months
Trainings undergone
Sl No
Name of the Training Modules
No of
training
days
Institutes /
Organizations
29
Publication of Research Papers
Sl
No
Name of
the journal
Title
paper
of
the
Thematic area
Year of
Publication
Website link
Ability to read, write and speak Odia : Good / Satisfactory / Poor
Certification
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe
me, my qualifications, and my experience.
Countersigned
Authorized Signature with seal
Name of the Candidate:
Signature:
NOTE: CVs without both the signatures will be rejected and not considered for evaluation.
30
31
3G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL
Sl. No.
Name
Position
Reports
Due/Activities
Months (in the form of a Bar Chart) *
1
2
3
4
5
6
7
8
9
10
11
12
Number
of
Months
1.
Team Leader
Impact
Evaluation
Specialist
(Economet
rician)
GIS Expert
Subtotal (1)
2.
Subtotal (2)
3.
….
Subtotal (3)
32
Full-time:
Part-time:
Reports Due:
Activities Duration:
Signature:
* The Schedule should be for the period of completion of assignment which can be more than 12 months
(Authorized Representative)
Full Name:
Title:
Address:
33
SECTION-IV: Self-Assessment Templates
FORM 1: Minimum Eligibility Criteria
Sl No
Criteria
Support document
attached
Support
Document
Reference /
Annexures with
Page No
Yes / No
1
Legal Entity of at least 5 years
preceding 1.4.2022
2
If consortium, lead partner
must have obtained letters of
intent from the participating
agency/ies
3
Cumulative Turnover of at
least 5.0 Crore for the
preceding three financial years
i.e 2021-22, 2020-21, 2019-
2020
4
The agency or any of the
partner agencies are not
debarred / blacklisted by any
GoI or State Govt.
organisations / Central Public
Sector Enterprises (CPSEs) /
External Donor organisations
including World Bank after
1.4.2019 for services of any
description.
5
Must have implemented at
least one project in the field
of NRM / Watershed
Management funded by
Govt. /NABARD/ External
Donor agencies.
6
Have conducted at least 100
ToTs of 3-5 days duration in
the field of NRM /
34
Watershed Management in
Govt. frame work.
FORM 2: Additional Technical Criteria
Sl No
Criteria
Assigned
Marks
Support document
attached
Support
Document
Reference /
Annexures
with Page
No
Marks
assigned
by the
Agency
1
Of more than 8
years
2
2
Minimum turnover
3
Legal entry &
of at least 2.5
financial turnover
crore rupees / year
5 Marks
consecutively for
three years
preceding. i.e
2021-22, 2020-21,
2019-20
3
Watershed
Management
Experience
20 Marks
Has implemented
8
one GoI/ Govt. of
Odisha / NABARD/
External Doner
funded watershed
project in the state
of Odisha after
1.4.2009.
4
Total geographic
coverage of the
watersheds
implemented is
more than 5000 ha
6
5
Recipient of State /
6
National level
award by Govt. or
recognised
agencies in the
field of NRM /
Watershed
Management.
35
6
Experience in
developing training
module
development and
training of master
trainers 25 Marks
Constituent of one
4
Working Group /
empowered
Committee in Govt
framework to
undertake CB
needs assessment
of GPs / WCs/ CBOs
related to NRM
project , preferably
in the field of
watershed
management- 2
Marks
Additional 2 marks
if the assignment is
in the field of
watershed
management
7
Developed capacity
4
building modules
for committees/
GPs in the field of
NRM preferably
watershed
management for
GoI/ state/ donor
funded projects - 6
marks
Additional 4 marks
if the assignment is
in the field of
watershed
management
8
State / National
8
level ToTs in Govt.
framework in
respect of NRM
programs ,
preferably in the
field of watershed
management.
More than 100 nos.
ToTs of 3-5 days
duration : 5 marks
of which at least 25
ToTs in the field of
watershed
36
management -
Additional 3 marks
9
Conducted training
quality assessment
and / or training
impact assessment
in Govt. framework
, in the field of
watershed
management
4
10
Experience in
policy
development aqnd
performance
assessment tool -
25 Marks
Developed a policy
for O&M by
CBOs/GP for
projects under
NRM/ watershed
and/or any related
program of
GoI/state Govt.
5
11
Developed a
performance
assessment tool for
GPs/CBOs/WCs in
any development
sector under a GoI/
state/ external
donor funded
program
5
12
Conducted
Performance
Assessment of
CBOs/GPs/WCs in a
GoI / State /
external Donor
funded NRM
programme.
5
13
Team Composition-
25 Marks
Desired
Qualification of
Team Leader (As
per ToR)-
3 Points
For PhD, additional
2 Points
4
37
14
No of technical
specialists with
desired
qualification as per
ToR. (2 marks per
specialist subject to
maximum 6 marks)
6
15
No of trainers with
the desired
qualification as per
ToR (2 marks per
trainer subject to
maximum 6 marks )
6
16
Paper publication
in the field of
watershed
management in
national /
international
journal and made
available in a
dedicated website
of the journal ( 1
mark for each
paper subject to
maximum 4 marks)
4
17
Paper Presentation
Description of
methodology &
work plan for
implementing
specified
assignments in
prescribed
template
10
18
Power Point
Presentation
Power Point
Presentation in
prescribed
template to be
communicated
later.
10
Total
100
38
SECTION-V. FINANCIAL PROPOSAL FORMS
4A. Details of Summary of Costs
4B. Breakdown of Costs
Note: These forms shall be uploaded in Financial Folder only and should not be
uploaded along with technical proposal. If uploaded such proposals are liable for
rejection.
39
5A. SUMMARY OF COSTS
No.
Description @
Amount
(Rupees)
I
Remuneration for Key professional staff
II
Supporting Staff
III
Transportation
IV
Duty Travel to Site
V
Office Rent
VI
Office Supplies, Utilities and Communication
VII
Office Furniture and Equipment
VIII
Reports and Document Printing
IX
X
Surveys
Institutional Charges if any
SUB-TOTAL
GST
TOTAL COSTS (Including GST)
(In words)
Note:
1. The total cost including GST shall be mentioned in the financial proposal on the e-
procurement portal.
2. The ceiling cost of the consultancy is as shown in the Summary of Costs. Payments will be
made as per stipulations of the Special Conditions of Contract. The break-up of cost as
given in formats 4B is to facilitate assessment of reasonableness of costs and conducting
negotiations in accordance with clause 6 of the Information to Agencies.
@
Modify the items as appropriate for the consultancy assignment.
Agency’s Name:
Signature with Seal:
40
5B. BREAKDOWN OF COSTS (RS)I
REMUNERATION FOR STAFF
No.
Position
Name
Rate* (Rs.)
SM
Amount (Rs)
Key professional
staff
1.
2.
3.
4.
TOTAL
SM = Staff Month
II. Support Staff
No.
Position
Name
Staff Months
Rate* ( Rs)
Amount( Rs )
1
2
3
Total :
* Provide the breakup of the rates to show the basic salary, social costs and overhead.
III Transportation (Reimbursable)
*
IV. Duty Travel to Site (Reimbursable)*
Total:
Total
41
V Office Rent (Reimbursable)
*
Total:
*Prepare details as appropriate for the consultancy assignment.
VI.
Office Supplies, Utilities and Communication
(Reimbursable)
No.
Item*
Months
Monthly
Rate (Rs)
Amount in
(Rs)
1.
2.
3.
4.
TOTAL: ----------------------------
* Prepare details as appropriate for the consultancy assignment.
42
VII.
Office Furniture and Equipment (Reimbursable)
No.
Description (*)
Unit
Quantity
Rate (Rs )
Amount
( Rs)
1
Office Furniture (Purchase)
2
3
4
5
6
Office Equipment (Purchase)*
1
2
3
4
5
6
Total
* Prepare details as appropriate for the consultancy assignment
VIII.
Reports and Document Printing
No.
Description*
Number
No. of
Copies
Rate per Copy
(Rs.)
Amount
(Rs. )
1
2
3
4
5
Total
43
IX.
Any other requirements like GIS imageries etc. to complete the assignment asper TOR.
Prepare details as appropriate for the consultancy assignment
Agency’s Name:
Signature with Seal:
44
Rejuvenating Watersheds for Agricultural Resilience through Innovative Development (REWARD) Program in Odisha State
Terms of Reference
State Level Support Agency for Capacity Building and Policy Development
1. Background Information
Directorate of Soil Conservation & Watershed Development (DSC&WD) under the Department of Agriculture & Farmers
Empowerment, Government of Odisha is the State Level Nodal Agency (SLNA) for Watershed Development Component of the Pradhan Mantri
Krishi Sinchayee Yojana (WDC-PMKSY). Presently, New Generation Watershed Projects have been sanctioned under WDC-PMKSY -2.0
covering 2.78 lakh hectares in 25 districts. In order to improve impacts from watershed development program in the New Generation
Watershed projects, “Rejuvenating Watersheds for Agriculture Resilience through Innovative Development REWARD has been conceived,
which will be implemented in the state with the funding support from the World Bank in coming five years. REWARD is designed to promote
more science-based and data-driven approach, stronger institutional capacities, greater attention to specific farmers’ needs and
strengthening market linkages. The REWARD is a Programme for Results (PforR) programme. The disbursement of World Bank financing will
be subject to achievements against mutually agreed Results and Disbursement Linked Indicators (DLIs).
REWARD is designed to push the boundaries of the watershed management as practiced today. First, REWARD aims to bring in more
science-based approaches for planning watershed projects. DSC&WD signed MoUs with key technical institutions
1
to collect site specific date
on Land Resources Inventory (LRI), hydrology, remote sensing imagery and use the same for planning with the help of tailor-made algorithms
and decision support systems. The data will be hosted on a digital library and site-specific micro-watershed plans will be generated through
specifically designed algorithms. Besides planning, the project aims to develop LRI cards and other advisory support (weather information,
climate resilient practices etc.) for the target farmers and disseminate the same to them for their adaptation. The Project Appraisal Document
(PAD) and the Program Manual may be referred for more details.
1
The technical partners are; the Odisha University for Agriculture & technology, ICAR- National Bureau of Soil Survey and Land Use Planning, Kolkata, ICAR-
Indian Institute of Water Management, Bhubaneswar, ICAR-Indian Institute of Soil & Water Conservation, Sunabeda, Indian Institute of Technology, Bhubaneswar
and Odisha State Remote Sensing Application Center, Bhubaneswar.
45
In the state of Odisha, the implementation of the watershed projects rests with the Watershed Association (WA) at community level,
which has a mandate to evolve/improve the watershed development plan, monitor and review implementation progress, approve the
statement of accounts, resolve differences or disputes (if any) that the project stakeholders might have. The WA will constitute the Watershed
Committee (WC), which plays a lead role in the execution of the plans and maintenance of the treated watersheds. Hence their active
participation is sought from the planning phase till the operation and maintenance phase. Guidelines for watershed development also
emphasize this aspect. The Committee shall be registered as a Society under the Societies Registration Act, 1860. Watershed Association will
function as a decision-making body / governing body and WC as its executive body.
As the WCs are at the forefront of planning, execution and maintenance of watersheds, REWARD recognizes the need to strengthen the
local institutions so that they fully appreciate the new knowledge, processes and adapt the same, along with their traditional wisdom. Hence,
it is important to develop appropriate capacity building modules and tools that build on the new science- based approaches in a way that the
target community appreciates and adapts the same. There is a need to develop easy to understand standard capacity building modules for
key functions of the WCs during execution and maintenance phases also.
It is necessary to monitor their performance and provide timely support to the weak institutions. To achieve this objective, REWARD aims
to develop a Performance Assessment Tool (PAT) to monitor the performance of WCs and rate them. GoO also aims to design incentives for
best performing WCs, as a token of appreciation of their efforts and also develop a competitive spirit among the WCs. A draft PAT has been
developed and needs to be refined through consultations with key stakeholders and drawing lessons from other such performance reward-
oriented efforts. Please refer to the Program Manual for further details.
The Gram Panchayats too have a considerable role in accomplishments of watershed programme objectives. The Watershed Committee
and Gram Panchayat are the key grassroots institutions, the performance of which influence watershed governance and inclusive
development as well as ensures operation & maintenance (O&M) of assets created; establish benefits sharing mechanisms and long-term
post project sustainability. It is essential to create complementarities among these institutions.
Though the state has demonstrated many successes in the field of watershed management, ensuring sustainability during post-project
period has remained a challenge. It is therefore imperative to put a system in place in such a way that the efforts gone through the project
interventions and the benefit of such interventions are sustained in the project areas with changed roles and responsibilities at WC level.
This system should be in a position to address the following broad concerns;
Sustainability of the institutions (WC, SHG, User Groups (UGs)) established and their linkages with Gram Panchayats and Line
departments for effective convergence and financial sustainability.
Sustainability of the infrastructures/assets created and their use with clear mechanisms of ownership, maintenance / protection and
benefit sharing etc.
46
Sustainability of the gross processes for continued impacts on the livelihoods of the watershed community.
The DSC&WD aims to develop a O&M policy addressing above issues and other key issues, as may be necessary.
Watershed Management under REWARD though emphasizes science-based data driven planning, is first and foremost a social process.
Given this emphasis on community-based approaches, the CBOs play a key role in integrating science effectively into community-based
decision making, implementation and accountability to manage and maintain the assets created.
This understanding among the stakeholders under the REWARD project resulted in adoption of this as a PDO indicator and a DLI within
the project, as shown below.
a) WCs and GPs demonstrate satisfactory WM as measured through a performance rating system: This indicator measures the
percentage of Watershed Committees and/or Gram Panchayats (WCs and/or GPs) in the REWARD Program’s 500 science-based
micro-watersheds that achieve score above 50% (considered as satisfactory) on the ‘Performance Assessment Tool’ that is developed
specifically for the purpose. The Performance Assessment Tool will include indicators covering each phase of the watershed sub-
project (preparatory phase, works phase, consolidation and O&M phase). The state MIS system will capture information on WCs and
GPs performance on the Performance Assessment Tool.
This is also a DLI (DLI # 1) and carries an allocation of about 18% of the total IBRD assistance under REWARD. The DLI will be achieved when
at least 30% of WCs in the science-based MWS, that have completed the Preparatory Phase/ executing phase/maintenance phase
activities, score more than 50% on the indicators pertaining to the respective phases on the Performance Assessment Tool (PAT).
b) Women headed WCs and GPs demonstrate satisfactory WM as measured through a performance rating system: This indicator will
capture information on women’s participation and engagement in leadership positions in WCs. It will capture information separately
on WCs and GPs led by women (as Chairpersons of WCs and as elected members of Gram Panchayat).
c) Besides, DLI-1, the capacity of WCs has a string bearing on achievement of some portions of DLI-2 also. These are related to DLI-2.2-
DPRs developed using science-based approaches and approved in Gram Sabha, and DLI-2.3- Project Completion Reports prepared for
completion of the activities envisaged in the DPRs. Verification protocol of DLI # 1 and DLI # 2 is appended at annexure II.
Hence, the Programme intends to make adequate investments to aligning community institutions appropriately with the project
objectives. Considerable emphasis would be given on capacity building of the CBOs (Watershed Associations, Watershed Committees and
the Gram Panchayats in particular), establishing a performance metric and public recognition initiative to incentivize performance of the
WC/GPs. Trainings, awareness programs and hands on support would be a continuous process to enhance their knowledge & skills and
develop the correct orientation & perspectives in implementing new generation watershed projects. A new O&M policy will also be
47
developed to address short comings on this front.
This is sought to be achieved in a tiered and cascading manner;
A. At the state level: (i) efforts are needed to develop capacity building modules, in line with the science-based watershed planning and
execution, performance monitoring of CBOs and strengthening farmer’s advisories and value chains, this will require the consultant
to work closely with the technical partners, (ii) train a set of master trainers (ToTs) who will then take the knowledge to the CBOs, (iii)
undertake refresher training of the master trainers, as required, (iv) Finalize performance Appraisal Tool and develop performance
incentive frame work, and (v) frame an appropriate O&M policy.
B. At the watershed level, there is a need for District Level Support Agencies (DLSAs) who will work closely with the CBOs and impart
capacity building, in a phased manner and also provide handholding support during all the three phases (planning, execution and
O&M phases) and also adaptation of scientific advisories for improved farming and climate resilience.
In these contexts, DSC& WD intends to hire the services of experienced agency/ies, both at State level and at district level to perform the
above specific functions.
This ToR is intended for hiring services of a State Level Support Agency (SLSA).
The Objectives
The overall objective of this assignment are: (i) to develop new training modules in alignment with REWARD Program, undertake ToTs
of master trainers from districts/ blocks and conduct refresher trainings to the master trainers in a periodic manner, (ii) finalize performance
tool and develop performance incentive frame work, and (iii) develop a O&M policy for watershed management, post completion of works.
2. Scope of Activities
Part A Capacity Building Modules Development
Conduct rapid appraisal in the REWARD operational areas (appended in annexure I) to ascertain what gaps exists in knowledge, skills,
attitudes, and behavior, amongst the WC and GP functionaries in relation to their functioning for implementation of science-based
watershed projects and other key components of REWARD program.
48
Review the existing capacity building materials available and also discuss the capacity building needs with the technical partners of
DSC&WD. Identify those relevant sections/ modules that can be adapted, and new modules that need to be developed. These should
cover the critical aspects of the skills needed by WCs in all three stages of watershed management. Discuss the same with DSC&WD
and/or a technical committee formed by the department and finalize the list. A tentative list of training modules is provided in
Annexure-III.
Develop training modules on the agreed list in a timely and phased manner. As these modules would be used for WCs, simple language
and participatory approaches shall be adopted for the same, to the extent feasible. Along with technical content, the modules should
also suggest a process for training, schedule for each sub-topic and methodology/ tools to be adopted for each sub-topic. Also suggest
use of appropriate audio-visual tools for delivering the content, from the available sources and suggest types of AV tools that need to
be further developed. A technical committee to be constituted by DSC &WD shall approve the same.
o Develop CB modules applicable to phase-1 i.e. planning phase on a priority as the target WCs/GPs need to be trained at the
earliest on planning.
o Develop the CB modules applicable to the phase-2 and 3, soon after this.
o Field test all the modules before finalizing the same. A field testing protocol shall be developed by the SLSA and agreed with
DSC&WD, upfront.
For developing the modules related to science-based approaches, the SLSA shall work closely with the technical partners, through
DSC&WD, and seek their inputs for the modules. The related team members of SLSA shall to get trained on these approaches, by
participating in relevant training programs organized by DSC&WD or the Centre for Excellence, University of Agriculture Sciences,
Bengaluru and also participate in field work to fully understand the details of science-based planning. The SLSA shall coordinate with
DSC&WD for the same.
Part-B Cascading Training Architecture
It is proposed to design and implement a cascading training architecture to effectively reach the capacity building modules to the target
groups. An indicative no. of 100 Master Trainers from the fields of community mobilization & institution building, soil & water conservation
engineering, agriculture etc. are to be trained for an estimated catchment of about 2000 primary stakeholders at Micro-Watershed level.
The SLSA shall perform the following tasks under this.
Develop effective criteria for selecting Master Trainers, in consultation with DSC&WD and other key stakeholders and help in
identifying Master Trainers.
49
Develop a training architecture and calendar for a smooth cascading training to take place and reach the target groups.
Undertake training of master trainers, identified by the above process, in 3 to 4 batches. The first training shall be on planning phase
and remaining rounds could focus on the other phases. Each training event for the master trainers could be for a period of three to
five days. This training shall be in classroom mode and also include field exercises, as required.
Supervise the quality of training given by the Master Trainers, by attending pre-defined sample training events and guide the Master
Trainers in effective training. The SLSA shall propose the logic and number of sample trainings to be guided by them.
Conduct one round of refresher trainings to the master trainers in consultation with the DSC &WD.
Part C PAT, Incentives Framework and O&M Policy
Performance Assessment Tool (PAT) is an important instrument for achieving the outcomes of REWARD. A draft has been prepared and needs
to be refined and finalized. The SLSA shall undertake the following tasks under the guidance of the DSC &WD;
Conduct literary search and draw lessons from use of such tools in either the watershed sector or related sector, within India and
outside. Also study the process and experiences of ‘performance incentives’ and design a draft incentive structure.
Organize a consultation workshop with key stakeholders, under the guidance of DSC&WD to share the draft tool, incentive structure
and lessons from other such efforts and seek their inputs.
Based on these, develop a final draft of the PAT, incentives frame work and pilot test the same. The protocol for pilot testing should
be agreed with DSC&WD, upfront.
Recommend final version of the PAT and Incentives Framework to DSC & WD for consideration.
The PAT will be implemented by the DSC&WD field staff and field level Support Organizations. Design a training for these key staff (to
be identified in consultation with the DSC&WD) and train them the details of the PAT, the various records and data entry.
50
As explained, the sector outcomes are limited by lack of effective O&M policy and guidance to the WCs and GPs. There is a need to
develop a pragmatic and effective O&M policy and guidelines. The SLSA shall review the existing policies, guidelines, financing
mechanism and develop a draft a policy note. The review of policies and guidelines should cover all relevant aspects that may be
beyond the sector. For ex- consider the MGNREGS, Finance Commission Grants, Odisha District mineral development foundation fund
etc. The policy shall consider all critical aspects related to; asset management, institutions roles and responsibilities (local level to
state level), financing arrangements (convergence of schemes), monitoring and other critical issues.
The above roles and responsibilities are tentative and specific assignment will be delineated as required by the project, before signing the
contract.
3. Deliverables and Time Frame
The following is a tentative list of key deliverables under the assignment and related time frame and payment schedules. The same shall be
finalized before final agreement with the selected agency.
Sr. No
Deliverable
Time Frame
(Weeks from
starting)
Fee Payable
(%)
1
Inception report, detailing the methodology, process and time
frames for completing the assignment
2
5 %
2
First batch of training modules (for phase-1) developed, field
tested and finalized
16
10 %
4
Master trainers selected and trained on the first batch of the
modules
18
20 %
5
PAT and incentive frame work developed, pilot tested and
functionaries trained on PAT tool.
26
5 %
6
Second and third batch of training modules (for phase-2 & 3)
developed, field tested and finalized
30
10 %
51
7
Master trainers trained on the second and third batch of the
modules
36
10 %
8
Policy note on O&M of treated watersheds
40
20 %
9
Sample Quality check of trainings conducted by master trainers
and handholding them
As per agreed
plan
10 %
10
Refresher trainings
Six months
after first
training
10 %
4. Agency Qualifications
The Agency or consortium of agencies should be a reputed agency/NGO/organization/ institution with high-quality team, experience and
expertise suitable for the assignment. The key skills and expertise required for the assignment are;
a. Experience of collaborating with reputed institutes and agencies on capacity building module development, training of master trainers
and institution building in the field of rural development.
b. Constituent of Working Group/ Committees related to Watershed Management / Rainfed Area Development / community managed
irrigation projects with proven track record in planning and designing capacity building of community Base Organisations in
government framework for State of Odisha
c. Policy advocacy for O & M of community assets
d. Knowledge of Local governance, community institutions and performance monitoring in the sector and/or related sectors
e. Undertaking capacity building needs assessment and identifying critical training needs and developing training modules.
f. Experience in training of master trainers.
g. Participatory approaches to planning and implementation of development programmes.
h. National and international watershed management experience, including science-based approaches will be an added advantage.
A suggestive team composition is given below, but the agency / consortium will have the flexibility to put together a team suitable for the
assignment.
52
Position
Professional Qualifications
Desired Experience
Team Leader
Phd / Masters in Social
development, Rural Management,
Agriculture extension
10 years in the field of watershed management, with at least 3
years’ leadership role in a recognized training institute.
Institutions and
policy Development
Specialist
Phd / Masters in Social
development, Rural Management,
Agriculture extension
5 years’ experience in understanding institutions in the sector,
watershed policies, local governance and performance
measurement
Technical Specialists
(as required)
Phd / Masters in Social
development, Rural Management,
Agriculture extension
5 years in the field of watershed management, groundwater
management, geography/ land resources, , hydrology,
participatory approaches, agriculture, livelihoods etc
Trainers
Masters in Social development,
Rural Management, Agriculture
extension
10 years’ experience in imparting training to master trainers in
the sector or related sectors, of which at least 5 years at state
level.
5. Evaluation Criteria
QCBS method will be applied for selection of the SLSA. In deciding the final selection of the SLAS, the technical quality of the proposal will
be given a weightage of 80% on the basis of following criteria for evaluation
Legal entity and financial turn over 5 %
Team composition 20 %
Watershed management experience - 20 %
Experience in developing training modules and training of master trainers 20%
Experience in policy development and performance assessment tools 15 %
Paper presentation 10 %
Power Point Presentation 10 %
The price bids of shortlisted Agencies who qualify technically will be opened. The financial proposal shall be allocated a weightage of 20%.
The agency can be a single firm or a consortium with MoUs / letters of intent to collaborate. The consortium will have an agreed lead partner.
The procurement will be subject to the GoO procurement rules. The terms of payment would be linked to the deliverables of the assignment
53
as indicated in Para 3.0 of this ToR.
6. Support to be provided by DSC&WD
The DSC& WD would provide the following support to the consultant
Brief them on the REWARD project and share the PAD and Program Manual
Link them with the technical partners working on science-based approaches (LRI, Hydrology, remote sensing etc) and
assist in understanding the approaches
Invite the agency to state level workshop/ training program on science-based approaches, as appropriate
Review the draft notes/ reports/ training modules and provide adequate feedback, in a timely manner
Use its good offices to assist the Agency in obtaining requisite information from the offices concerned of the State.
Annexure I: REWARD Operational Area
SL.NO
DISTRICT
BLOCK
NO OF
MWS
GEO.AREA IN
HA
TREATABLE
AREA IN HA
1
SAMBALPUR
KUCHINDA
11
7646
7143
2
RAIROKHOL-1
13
6362
6235
RAIROKHOL -2
9
5622
5509
3
RAIROKHOL -3
9
8333
6500
4
JUJUMURA - 1
8
6788
6448
5
JUJUMURA - 2
11
8918
6910
TOTAL
61
43669
38745
6
DHENKANAL
KANKADAHADA
11
6769.88
5517
7
HINDOL
11
7249.74
6476
TOTAL
22
14019.62
11993
54
9
NAYAGARH
ODAGAON
12
6788.85
6365
10
DASPALLA
15
7770
6456
TOTAL
27
14558.85
12821
11
DEOGARH
BARKOTE
9
6629.75
5030
12
REAMAL
9
6859.3
5010
TOTAL
18
13489.05
10040
13
KORAPUT
BOIPARIGUDA
6
6485.76
6220
14
BOIPARIGUDA
9
6546.49
5923
15
JAYPORE
11
6025
5590
16
JAYPORE
8
6054
5500
17
BORIGUMA
7
6638.73
6300
TOTAL
41
31749.98
29533
GRAND TOTAL
169
117486.5
103132
Annexure-II: Verification Protocol of DLI-1 and DLI-2
DLI Verification Protocol Table
55
#
DLI
Definition / Description of achievement
Data
Source /
Agency
Verification
Entity
Procedure
1
Watershed
Committees
and Gram
Panchayats
demonstrate
satisfactory
watershed
management
as measured
through a
performance
assessment
tool.
This DLI is defined as the percentage of
Watershed Committees and/or Gram
Panchayats (WCs and/or GPs) in the REWARD
Program’s science-based micro-watersheds,
covering 0.2 million hectares areas, that
achieve score above 50% (considered as
satisfactory) on the ‘Performance Assessment
Tool’ (PAT) that is developed specifically for
the purpose. The PAT contains indicators
covering each phase of the watershed sub-
project (preparatory phase, execution phase
and O&M phase).
It is measured in Year 2, 3 and 5.
The DLI comprises the following Disbursement
Linked Results:
DLR 1.1: In Year 2, score on the
indicators pertaining to Preparatory
Phase in the Performance Assessment
Tool is considered. The indicators will
include improved representation of
women in the WCs and greater
weightage for women in leadership
positions in the WCs.
DLR 1.2: In Year 3, score on the
indicators pertaining to Execution Phase
MIS/
SWDs
IVA
Procedure for DLRs 1.1, 1.2 and 1.3:
(i) The IVA will undertake desk verification
of the MIS data to determine the
number of WCs/GPs that scored more
than 50% on the Performance
Assessment Tool.
(ii) The IVA will conduct field verification in
a representative sample of WCs/GPs.
The field verification will involve
checking records of WCs/ GPs for
information on all the indicators
pertaining to the phase being
considered and confirming the scores
reported in the MIS.
56
#
DLI
Definition / Description of achievement
Data
Source /
Agency
Verification
Entity
Procedure
in the Performance Assessment Tool is
considered.
DLR 1.3: In Year 5, score on the
indicators pertaining to O&M Phase in
the Performance Assessment Tool is
considered.
In each year, at least 30% of the WCs and/or
GPs in the science-based MWS need to
achieve score of more than 50% on the PAT.
The two states developed appropriate PAT
with key performance indicators for all three
phases and reflect the same in the Program
Manual. The performance assessment scores
will be captured in the state MIS systems.
2
Land area
treated with
science-
based
watershed
management
technologies.
This DLI is defined as the area (in hectares) of
watersheds where science-based watershed
development has been implemented in a
saturation mode. This is measured in Year 2,
4, 5.
The DLI comprises a Prior Result and 2
Disbursement Linked Results:
Prior Result: Memoranda of
Understanding are signed with Technical
Partners for LRI, Hydrology and RS/GIS.
This will be verified by the World Bank.
MIS /
SWDs
IVA
Procedure for DLR 2.1:
The IVA will verify the DPRs through desk
review, and check that the DPR is generated
by utilizing the LRI outputs with key
environmental and social data/information
and is approved by the Gram Sabha. This will
involve confirming that all of the following
are part of the DPR:
Soil and water conservation plans and
drainage line treatment plans covering
each land management unit in the
57
#
DLI
Definition / Description of achievement
Data
Source /
Agency
Verification
Entity
Procedure
DLR 2.1: DPRs have been prepared
utilizing LRI outputs with key
environmental and social
data/information, and are approved by
Gram Sabha. This is measured in year 2.
DLR 2.2: Watershed works have been
implemented in a saturation mode. This is
measured in years 4 and 5.
micro-watershed with supporting GIS
maps.
Productivity improvement plans for
major agriculture and horticulture crops
with supporting GIS maps.
Nutrient management plan.
Record of community consultations.
Record of Gram Sabha approval.
Maps and data on environmentally
sensitive areas, common properties
including physical and cultural
resources.
Procedure for DLR 2.2:
The verification by IVA will involve both desk
review and field verification, as detailed
below:
a) Desk review: The IVA will undertake
desk review of the Project Completion
Reports (PCRs) of the micro-watershed
sub-projects. The purpose of the review
is to check if the watershed
development works have been
implemented in a ‘saturation’ mode.
‘Saturation’ refers to soil and water
conservation and drainage line
treatment of every parcel of land that
58
#
DLI
Definition / Description of achievement
Data
Source /
Agency
Verification
Entity
Procedure
has been recommended for soil and
water conservation and drainage line
treatment on the basis of LRI as
specified in DPR. This will be verified
through a comparison of the total
number of parcels recommended for
soil and water conservation and
drainage line treatment in the micro-
watershed and the number of treated
parcels as reported in the PCRs. These
criteria will be considered as met if at
least 70% of the total parcels
recommended for soil and water
conservation and drainage line
treatment are listed as treated in the
PCRs.
b) Field verification: The IVA will undertake
field verification of a representative
sample of soil and water conservation
and drainage line works in a
representative sample of the micro-
watershed sub-projects. The purpose of
the field verification is to check if the
soil and water conservation and
drainage line works have been
implemented. Compliance with
Environmental and Social guidance,
including the Excluded Activities List,
will also be verified. This will be verified
59
#
DLI
Definition / Description of achievement
Data
Source /
Agency
Verification
Entity
Procedure
through a comparison of the works as
listed in the PCRs and the completed
soil and water conservation and
drainage line works noted during the
field verification. These criteria will be
considered as met if 90% of the sampled
soil and water conservation and
drainage line works are found to be
completed during the field verification.
Double counting of micro-watersheds for
disbursements in years 4 and 5 will be
avoided (that is the micro-watersheds that
have been verified as suitable for
disbursements in a year will not be
considered for verification in the
subsequent years).
Annexure III: Indicative list of training modules
Project Cycle
Proposed Training Modules
Planning Phase
Vision building
Team building & leadership development,
Institution Building in watershed sector
Gender / equity / inclusiveness
Land Resource Inventory
Science based watershed planning
Performance Appraisal Tool
Screening of Environmental and Social risks
Implementation Phase
Basic knowledge on survey, estimate & measurement of Soil
& Water Conservation measures
Record keeping
Convergence planning
Best practices and innovations in the field of watershed
management.
Water budgeting and climate resilient crop practices
Collective farming
Participatory monitoring & evaluation
Legal aspects of Common Property Resource Management
Consolidation Phase
( O & M )
Communication and documentation
Benefit sharing mechanism Issues and experiences
Operations and Maintenance of assets