<<

REQUEST FOR PROPOSAL

[Development of ‘Strategy’ and ‘facilitating mechanism’ for Integrated Heritage Based Economic Development, ]

Issued by: National Institute of Urban Affairs, New

Issued on: [December 12, 2017]

Reference Number: NIUA/WB-CA-A/03/121217

CONTENTS

Section Particulars Page No.

Section 1. Background 3

Section 2. Instructions to Consultants 4-16

Part I – Standard instructions

Part II – Data Sheet

Part III – Evaluation Criteria

Section 3. Technical and Financial Proposal – Standard Forms 19-24

Section 4. Terms of Reference 25-33

Section 1. BACKGROUND

National Institute of Urban Affairs (NIUA) is premier institute for research, capacity building and dissemination of knowledge for the urban sector in . It is registered as an autonomous body under the Ministry of Urban Development, Government of India. NIUA conducts research in emerging themes such as urbanization, urban policy and planning, municipal finance and governance, land economics, transit oriented development, urban livelihoods, environment and climate change and smart cities. NIUA supports innovations in the urban sector through informed dialogues, knowledge exchanges, training and capacity building. In its mission to promote evidence-based policy-making and urban scholarship, NIUA is currently engaged in inter- disciplinary research and proactive engagements with change agents, which involve projects that create & maintain digital interface solutions.

Integrated heritage based economic development in Karnataka is being undertaken by National Institute of Urban Affairs (NIUA) as part of the World Bank (WB) - Cities Alliance (CA) - Technical Assistance (TA). Technical Assistance for Inclusive revitalisation of historic Cities in India, aims at supporting the Government of Karnataka in integrated heritage based urban revitalisation through strategic planning. The overarching approach of the TA is to support the Government of Karnataka in achieving economic development through the enhancement of its capacities and methodologies for planning, coordination, outreach and implementation of related investments, in its historic areas, cities and regions. — Pattadkkal, is the pilot region for the proposed strategy. It is part of the heritage circuit of Chalukyan dynasty in North Karnataka, India.

In this context, the National Institute of Urban Affairs (NIUA), seeks proposals from suitable and credible agencies to undertake this assignment. Guidelines including evaluation points and timelines for submission are included. The ToR for the study, incl. suggested methodology, study timelines, deliverables and payment schedule is also appended.

3

Section 2

Instructions to Consultants

Part I

Standard

1. Definitions

(a) "Client” means the … who has invited the bids for consultancy services and/ or with which the selected Consultant signs the Contract for the Services and to which the selected consultant shall provide services as per the terms and conditions and TOR of the contract. (b) “Agency / Consultant” means any entity or person or associations of person who have been short-listed or are submitting their proposals that may provide or provides the Services to the Client under the Contract. (c) “Contract” means the Contract signed between the Consultant and the Client. (d) “Project specific information” means such part of the Instructions to Consultants used to reflect specific project and assignment conditions. (e) “Day” means calendar day. (f) “Instructions to Consultants” (Section 2 of the RFP) means the document which provides short-listed Consultants with all information needed to prepare their proposals. (g) “Team / Personnel” means professionals and support staff provided by the Consultant or by any Sub-Consultant and assigned to perform the Services or any part thereof; (h) “Proposal” means the Technical Proposal and the Financial Proposal. (i) “Assignment / job / project / study” means the work to be performed by the Consultant pursuant to the Contract. (j) “Sub-Consultant” means any person or entity with whom the Consultant subcontracts any part of the Assignment/job. (k) “Terms of Reference” (TOR) means the document included in the RFP as Section 5 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/job.

2. Introduction 2.1 The Client will select an agency (the Consultant) in accordance with the method of selection 4

specified in the Part II Data Sheet. 2.2 The name of the assignment/Job has been mentioned in Part II Data Sheet. Detailed scope of the assignment/ job has been described in the Terms of Reference in Section 5. 2.3 The date, time and address for submission of the proposals has been given in Part II Data Sheet. 2.4 The applicantsare invited to submit their Proposal, for consulting Assignment/job named in the Part II Data Sheet. The Proposal will be the basis for contract negotiations / discussions if necessary and ultimately an award / a signed Contract with the selected Consultant. 2.5 Consultants should familiarize themselves with all conditions of RFP and work and take them into account in preparing their Proposals. For any queries on the proposal or assignment, Consultants are encouraged to attend a pre-proposal meeting if one is specified in the Part II Data Sheet or meet the Client’s representative. Attending the pre-proposal meeting is optional and not impacting the final selection and award. 2.6 Consultants shall bear all costs associated with the preparation and submission of their proposals and contract negotiation. The Client is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to announcement of results, without thereby incurring any liability to the Consultants.

3. Eligibility of Association of consultants and Sub-Consultants

3.1. If the consultant has formed an association of consultants, each member of the association of consultant shall be evaluated as per the qualification/ eligibility criteria set forth in Part II data Sheet. The combined score of each member of the association of consultant shall be taken into account for evaluation purpose. If any member of the association of consultants is dropped at the RFP stage, such an association of consultant is liable to be rejected by the Client. However, the Client, at its sole discretion, may decide to evaluate for short-listing such association of consultant without considering the strength of the dropped member and if found eligible, may allow such association of consultant to submit their proposal.

3.2. A short-listed consultant may associate with consultants and /or individual expert at the time of submission of proposal with. Under such circumstances each member of the association of consultant shall be evaluated as per the qualification/ eligibility criteria set forth in Part II data Sheet. The combined score of each member of the association of consultant shall be taken into account for evaluation purpose. However, the lead member of the association of the consultant shall be the consultant who has been short-listed by the Client and Client shall deal with only the lead member for the purpose of this assignment. Although the contract shall be signed by all the members of the associations

5

of the consultants, the lead member of the association of the consultant shall be responsible and liable to the Client for every aspect of their proposal, contract etc.

4. Clarification and Amendment of RFP Documents

4.1 Consultants may request a clarification on any clause of the RFP documents up to the number of days indicated in the Part II Data Sheet before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client’s address indicated in the Part II Data Sheet. The Client will respond in writing, or by standard electronic means and will send written copies of the response (including an explanation of the query / queries but without identifying the source of inquiry) to all Consultants. Should the Client deem it necessary to amend the RFP as a result of a clarification, it shall do so following the procedure under para. 4.2 below.

4.2 At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum / corrigendum in writing or by standard electronic means. The same will be notifiedto all Consultants and will be binding on them. Consultants shall acknowledge receipt of all amendments. To give Consultants reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals.

5. Conflict of Interest

5.1 Client requires that Consultants provide professional, objective, and impartial advice and at all times hold the Client’s interests paramount, strictly avoid conflicts with other Assignment/jobs or their own corporate interests and act without any consideration for future work.

5.2 Without limitation on the generality of the foregoing, Consultants, and any of their affiliates, shall be considered to have a conflict of interest and shall not be recruited, under any of the circumstances set forth below: Conflicting activities: (i) Afirm that has been engaged by the Client to providegoods, works or Assignment/job other than consulting Assignment/job for a project, and any of its affiliates, shall be disqualified from providing consulting Assignment/job related to those goods, works or Assignment/job. Conversely, a firm hired to provide consulting Assignment/job for the preparation or implementation of a project, and any of its affiliates, shall be disqualified fromsubsequently providing goods or works or Assignment/job other than consulting Assignment/job resulting from or directly related to the firm’s consulting Assignment/job for such preparation or implementation. For the purpose of this paragraph, Assignment/job other than consulting Assignment/job are defined as those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography,

6

and satellite imagery.

Conflicting Assignment/job; (ii) A Consultant (including its Personnel and Sub-Consultants) or any of its affiliates shall not be hired for any Assignment/job that, by its nature, may be in conflict with another Assignment/job of the Consultant to be executed for the same or for another Client. For example, a Consultant hired to prepare engineering design for an infrastructure project shall not be engaged to prepare an independent environmental assessment for the same project, and a Consultant assisting a Client in the privatization of public assets shall not purchase, nor advise purchasers of, such assets. Similarly, a Consultant hired to prepare Terms of Reference for an Assignment/job shall not be hired for the Assignment/job in question.

Conflicting relationships (iii) A Consultant (including its Personnel and Sub-Consultants)that has a business or family relationship with a member of the Client’s staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the Assignment/job, (ii) the selection process for such Assignment/job, or (iii) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Client throughout the selection process and the execution of the Contract.

5.3 Consultants have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of their Client, or that may reasonably be perceived as having this effect. Any such disclosure shall be made as per the Standard forms of technical proposal provided herewith. If the consultant fails to disclose said situations and if the Client comes to know about any such situation at any time, it may lead to the disqualification of the Consultant during bidding process or the termination of its Contract during execution of assignment.

5.4 No current employees of the Client shall work as Consultants as part of an agency or individually.

6. Unfair Advantage

6.1 If a Consultant could derive a competitive advantage from having provided consulting Assignment/job related to the Assignment/job in question and which is not defined as conflict of interest as per para 5 above, the Client shall make available to all Consultants together with this RFP all information that would in that respect give such Consultant any competitive advantage over competing Consultants.

7. Proposal 7

7.1 Consultants may only submit one proposal. If a Consultant submits or participates in more than one proposal, such proposals shall be disqualified. However, this does not limit the participation of the same Sub-Consultant, including individual experts, to more than one proposal.

8. Proposal Validity

8.1 The Part II Data Sheet to consultant indicates how long Consultants’ Proposals must remain valid after the submission date. During this period, Consultants shall maintain the availability of Professional staff nominated in the Proposal and also the financial proposal unchanged. The Client will make its best effort to complete negotiations within this period. Should the need arise, however, the Client may request Consultants to extend the validity period of their proposals. Consultants who agree to such extension shall confirm that they maintain the availability of the Professional staff nominated in the Proposal and their financial proposal remain unchanged, or in their confirmation of extension of validity of the Proposal, Consultants could submit new staff in replacement, who would be considered in the final evaluation for contract award. Consultants who do not agree have the right to refuse to extend the validity of their Proposals, under such circumstance the Client shall not consider such proposal for further evaluation.

9. Preparation of Proposals

9.1 The Proposal as well as all related correspondence exchanged by the Consultants and the Client, shall be written in English language, unless specified otherwise.

9.2 In preparing their Proposal, Consultants are expected to examine in detail the documents comprising the RFP. Material deficiencies in providing the information requested may result in rejection of a Proposal.

9.3 While preparing the Proposal, Consultants must give particular attention to the following:

(a) If a short-listed Consultant considers that it may enhance its expertise for the Assignment/job by associating with other Consultants in sub-consultancy, it may associate with a non-short-listed Consultant.

(b) While making the proposal, the consultant must ensure compliance ofrequirements as sought by the Client, failing which the proposal shall be considered as non- responsive.

9.4 Depending on the nature of the Assignment/job, Consultants are required to submit a 8

Technical Proposal (TP) in forms provided in Section-III. The Part II Data sheet in Section-II indicates the formats of the Technical Proposal to be submitted. Submission of the wrong type of Proposal will result in the Proposal being deemed non-responsive. The Technical Proposal shall provide the information indicated in the following paras from (a) to (g) using the attached Standard Forms (Section 3). Form TECH / FIN – I in Section-III is a sample letter of technical proposal which is to be submitted along with the technical proposal.

(a) A brief description of the consultant’s organization and in the case of a consortium/ joint venture, of each partner, will be provided in Form TECH / FIN - 2. In the same Form, the consultant and in the case of a consortium/ joint venture, each partner will provide details of experience of assignments which are similar to the proposed assignment/ job as per the terms of reference. For each Assignment/job, the outline should indicate the names of Sub-Consultants/ Professional staff who participated, duration of the Assignment/job, contract amount, and Consultant’s involvement. Information should be provided only for those Assignment/jobs for which the Consultant was legally contracted by the Client as a corporation or as one of the major firms within a joint venture. Assignment/jobs completed by individual Professional staff working privately or through other consulting firms cannot be claimed as the experience of the Consultant, or that of the Consultant’s associates, but can be claimed by the Professional staff themselves in their CVs. Consultants should be prepared to substantiate the claimed experience along with the proposal and must submit letter of award / copy of contract for all the assignments mentioned in the proposal.

(b) A description of the approach, methodology, staffing and work plan for performing the Assignment/job covering the following subjects: approach and methodology, work plan, and organization and schedule of deliverables. Guidance on the content of this section of the Technical Proposals is provided under Form TECH/FIN - 3 of Section 3. The work plan should be consistent with the Work Schedule (Form TECH- 8 of Section 3) which will show in the form of a bar chart the timing proposed for each activity.

(c) Key personnel details and their CVs shall be provided as sought in the Form TECH / FIN – 4

(d) The Financial Proposal shall be prepared using the attached Standard Forms (Section 3- Form TECH/FIN - 5 and 6) is inclusive of all costs associated with delivering the Assignment/job, and clearly indicating any conditions, exclusions or additional charges likely. The financial proposal with any errors or illegal or unacceptable

9

conditions shall be rejected summarily.

10. Currency

10.1 Consultants shall express the price of their Assignment/job in India Rupees

11. Submission, Receipt, and Opening of Proposal

11.1 The original proposal, both technical and Financial Proposals shall contain no interlineations or overwriting, except as necessary to correct errors made by the Consultants themselves. The person who signed the proposal must initial such corrections. Submission letters for both Technical and Financial Proposals should respectively be in the prescribed format.

11.2 An authorized representative of the Consultants shall initial all pages of the original Proposal. The authorization shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Proposal shall be marked “ORIGINAL”.

11.3 The original and all copies of the PROPOSAL shall be placed in a sealed envelope clearly marked “PROPOSAL” The outer envelope shall bear the submission address, reference number be clearly marked “DO NOT OPEN, BEFORE [insert the time and date of the opening indicated in the Data sheet]”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for Proposal rejection.

11.4 The PROPOSAL must be sent to the address/addresses indicated in the Data sheet and received by the Client no later than the time and the date indicated in the Data sheet, or any extension to this date as may be prescribed. Any proposal received by the Client after the deadline for submission shall be returned unopened.

12. Proposal Evaluation

12.1 From the time the Proposals are opened to the time the Contract is awarded, the Consultants should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Consultants to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Consultants’ Proposal.

12.2 The Client has constituted a Consultant Selection Committee (CSC) which will carry out the entire evaluation process.

10

13. Evaluation of PROPOSAL: 13.1. The CSC shall evaluate the Proposals on the basis of their responsiveness to the Terms of Reference and by applying the evaluation criteria, sub-criteria specified in the Data sheet. In the first stage of evaluation, a Proposal shall be rejected if it is found deficient as per the requirement indicated in the Data sheet for responsiveness of the proposal. Only responsive proposals shall be further taken up for evaluation. 13.2. The qualification of the consultant and the evaluation criteria for the proposal shall be as defined in the Data sheet.

14. Negotiations

14.1. Negotiations will be held at the date, time and address intimated to the qualified and selected bidder. Representatives conducting negotiations on behalf of the Consultant must have written authority to negotiate and conclude a Contract. 14.2. Technical negotiations: Negotiations will include a discussion of the Technical Proposal, the proposed technical approach and methodology, work plan, and organization and staffing, and any suggestions made by the Consultant to improve the Terms of Reference. The Client and the Consultants will finalize the Terms of Reference, work schedule, logistics, and reporting. These documents will then be incorporated in the Contract as “Description of Assignment/job”. Special attention will be paid to clearly defining the inputs and facilities required from the Client to ensure satisfactory implementation of the Assignment/job. The Client shall prepare minutes of negotiations which will be signed by the Client and the Consultant.

14.3. Financial negotiations: After the technical negotiations are over, financial negotiations should be carried out in order to reflect any change in financials due to change in scope of work or due to clarification on any aspect of the technical proposal during the technical negotiations. Under no circumstance, the financial negotiation shall result in to increase in the price originally quoted by the consultant.

15. Award of Contract

15.1. After completing negotiations the Client shall issue a Letter of Intent to the selected Consultant(s) and promptly notify all other Consultants who have submitted proposals about the decision taken. 15.2. The Consultant is expected to commence the Assignment/job on the date and at the location specified in the Part II Data Sheet.

16. Confidentiality 16.1. Information relating to evaluation of Proposals and recommendations concerning awards 11

shall not be disclosed to the Consultants who submitted the Proposals or to other persons not officially concerned with the process, until the publication of the award of Contract. The undue use by any Consultant of confidential information related to the process may result in the rejection of its Proposal and may be subject to the provisions of the Client’s antifraud and corruption policy.

12

Section 2

INSTRUCTIONS TO CONSULTANT

Part-II – DATA SHEET

Clause Particulars No. of Data Sheet

1. Name of the Client: National Institute of Urban Affairs

2. Name of the Development of ‘Strategy’ and ‘facilitating mechanism’ for Assignment/job is: Integrated Heritage Based Economic Development, Karnataka (Kindly indicate the name of assignment on the proposal envelope)

3. A pre-proposal meeting NO will be held:

4 Form, Date, time and Hard Copy Submission by the submission date address for submission of Note: Proposals may be requested in soft copy if required later. proposal/ bid:

Date January 05, 2018

Time 5.00 p.m.

Address Director, NIUA, 1st& 2nd Floor, Core 4B, India Habitat Centre, Lodhi Road, New Delhi, 110003 5 The Client’s Madhurima Waghmare representative is: Team Leader, NIUA

Address: As above

13

Telephone: +91-11-24617517 / 24617769 (Ext. 243)

Facsimile: N/A

E-mail: Primary: [email protected] CC: [email protected]

6 Proposals must remain 180 days valid days after the submission date, i.e. until:

7. Clarifications may be 10 days requested not later than

days before the submission date.

The address for requesting clarifications is:

Facsimile:

E-mail: [email protected]

8. Name of SubConsultant Name of Sub Consultant (if proposed) shall also be mentioned along with technical details

9. The estimated budget for INR 34, 00,000/- (Rupees thirty-four lakhs only), the Assignment is: exclusive of all applicable taxes) This information is given as an indication only and the consultants are free to propose their own estimates.

10 Proposal copies Proposal (One original and One Copy), (as per forms prescribed in Section 3). Submission of the proposal in improper form will render the proposal liable to be rejected. 11. Evaluation Criteria As per Part III below

12. Method of Selection Combined techno-financial evaluation as per criteria given in Combined techno- Section 2- Part III financial evaluation as per

14

Part III: Procedure for evaluation of technical qualifications

Criteria, sub-criteria and point system for evaluation to be followed under this procedure is as under:

Qualification Criteria Scoring Maximum marks Total Experience of the Agency in the 1 15 marks relevant Field Should have completed at least 1 8 marks for 1 or more assignment in past 10 years which assignment included development of strategy / 8 strategic plans (focussing on social, economic, aspects) for a city or region Should have completed at least one 7 marks for 1 or more institutional strengthening / capacity assignment building project in the last 10 years. 7 (Continuity / involvement of the expert in the proposal in such experience will be considered) Total marks for Approach and Methodology (Approach and 2 methodology (not more than 5 pages) 40 marks relating to the project. It will be evaluated as below  - Context diagnosis 15  - Methodology suggested 15  Adequacy of proposed work - plan 10

Total Marks for Key Personnel 3 35 marks

Urban Planner / Conservation Architect  2 marks for educational 10 with urban sector experience / Urban qualifications Designer with urban sector experience He /She will be the Team leader  4 marks for relevant field experience Masters in urban or regional, development planning, or other  4 marks for experience in equivalent qualification. Minimum 12 project state years of experience

15

Institutional strengthening / Capacity  2 marks for educational 10 Building expert qualifications Masters in urban or regional or development planning/Advanced degree  4 marks for relevant field in social sciences. Minimum of 15 years’ experience experience in Institutional strengthening and capacity  4 marks for experience in building at national/state level project state

Economic expert  1 marks for educational 5 Masters in economics / equivalent qualifications qualification. Minimum 15 years’ of experience  2 marks for relevant field experience

 2 marks for experience in project state

Professionals (2 nos.) with minimum 4  5 marks for relevant field 5 marks for each years of experience experience professional, Masters in urban or regional, total for 2

development planning, / urban design / professionals = Architecture / other equivalent 10 marks qualification. Consonance of financial proposal / proposed budget with Team, 10 4 Staffing & Methodology Total Marks 100

16

Section 3

Technical and Financial Proposal - Standard Forms

17

FORM TECH/FIN-1

LETTER OF PROPOSAL SUBMISSION

[Location, Date]

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the consulting Assignment/job for [Insert title of Assignment/job and Cluster numbers] in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Proposal, sealed under one envelope.

We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Consultant]

We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification.

If negotiations are held during the period of validity of the Proposal, i.e., before the date indicated in the Part II - Data Sheet, we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations.

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

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

18

FORM TECH/FIN-2

CONSULTANT’S ORGANIZATION AND EXPERIENCE

A - Consultant’s Organization

[Provide here a brief description of the background and organization of your firm/entity and each associate for this Assignment/job. The brief description should include ownership details, date and place of incorporation of the firm, objectives of the firm etc. Also if the consultant has formed a consortium, details of each of the member of the consortium, name of lead members etc shall be provided]

B - Consultant’s Experience

[Using the format below, provide information on each Assignment/job for which your firm, and each partner in the case of consortium or joint venture, was legally contracted either individually as a corporate entity or as one of the major partners within an association, for carrying out consulting Assignment/job similar to the ones requested under this Assignment/job. In case of consortium, association of consultant, the consultant must furnish the following information for each of the consortium member separately]

1. Firm’s name:

1 Total Experience of the Agency in the relevant Field Assignment in past 10 years which included development of strategy / strategic plans (focussing on social, economic, aspects) for a city or region Institutional strengthening / capacity building project in the last 10 years. (Continuity / involvement of the expert in the proposal in such experience will be considered)

Note : Please provide documentary evidence form the client i.e copy of work order, contract for each of above mentioned assignment. The experience shall not be considered for evaluation if such requisite support documents are not provided with the proposal.

19

FORM TECH/ FIN - 3

DESCRIPTION OF CONTEXT DIAGNOSIS AND APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal divided into the following chapters:

a) Context diagnosis b) Approach and Methodology, c) Staffing and Work Plan,

a) Context diagnosis: Understanding of the context: regional and State level, analysis of stakeholder’s dynamics, social, economic, physical, natural parameters and other aspects responding to the ToRs. b) Approach and Methodology. Understanding of the objectives of the Assignment, approach to the Assignment, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. Highlight the problems being addressed and their importance, and explain the technical approach adopted to address them. Also explain the methodologies proposed to be adopted and highlight the compatibility of those methodologies with the proposed approach. c) Staffing and Work Plan: The consultant should propose and justify the main activities and staffing for the Assignment/job in their own terms, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client / Employer), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. For phased Assignment/jobs indicate activities, delivery of reports, and benchmarks separately for each phase. It is preferable to indicate the above in the form of a bar chart. NOTE: There is a thrust on participatory planning approach in both components of the scope of work. Hence, the consultant team along with its experts is expected to work with the stakeholders while preparing as well as while finalising the strategy and achieving institutional strengthening. Thi should be clearly reflected in the work plan (Refer below format)

20

WORK PLAN - Weekly S.No. Activities and Deliverables 1 2 3 4 5 6 …. 1 2 3 4 5 …

LEGEND Full week on-site Partial week on-site Off-site acticity Deliverable XYZ

STAFFING PLAN S.No. Activities and Deliverables Staffing Details Input days Total Days 1 2 3 4 5 ………

21

FORM TECH / FIN - 4

KEY PERSONNEL FOR THE ASSIGNMENT

Detailed CVs of following personnel shall be provided for evaluation. Minimum qualification details are as below and the CVs will be evaluated as per the criteria mentioned in Part III: Procedure for evaluation of technical qualifications

S No Total Marks for Key Personnel

1 Urban Planner / Conservation Architect with urban sector experience / Urban Designer with urban sector experience He /She will be the Team leader

Masters in urban or regional, development planning, or other equivalent qualification. Minimum 12 years of experience 2 Institutional strengthening / Capacity Building expert Masters in urban or regional or development planning / Advanced degree in social sciences. Minimum of 15 years’ experience in Institutional strengthening and capacity building at national / state level 3 Economic /Finance expert Masters in economics / Finance / equivalent qualification. Minimum 15 years’ of experience

4 Junior Professionals (2 nos.) Masters in urban or regional, development planning, / urban design / Architecture / other equivalent qualification. Minimum 4 years of experience

22

FORM TECH / FIN- 5

FINANCIA PROPOSAL SUBMISSION FORM

[Location, Date]

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the consulting Assignment/job for [Insert title of Assignment/job] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures]. This amount is inclusive of _____, and exclusive of ______. We hereby confirm that the financial proposal is unconditional other than the above and we acknowledge that any condition attached to financial proposal shall result in the rejection of our financial proposal.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated in Section 2 - Part II Data Sheet.

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

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

23

FORM TECH / FIN- 6 FINANCIAL DETAILS FOR THE ASSIGNMENT

Financial details to include the following; 1. Personnel Cost, including break up of all the individual staff costing for time and rate 2. Travel, Board and Lodging 3. Institutional 4. Any others(please justify)

Payment will be based on the approval of the deliverables by the client and on submission of the invoice against the payment milestone.

24

Section 5

Terms of Reference

25

Terms of Reference for Development of ‘Strategy’ and ‘facilitating mechanism’ for Integrated Heritage Based Economic Development, Karnataka

1. BACKGROUND

Integrated heritage based economic development in Karnataka is being undertaken as part of the World Bank (WB) - Cities Alliance (CA) - National Institute of Urban Affairs (NIUA) Technical Assistance (TA). This is part of the larger initiative of the partnership of WB and CA: Inclusive revitalisation of historic Cities in India. The TA aims at supporting the Government of Karnataka in integrated heritage based urban revitalisation through strategic planning. The project will tie a series of activities, including government schemes like HRIDAY1, Smart Cities Mission, and various tourism circuits development initiatives in the State. It will also look at various ongoing and proposed projects of the urban local bodies and district administration, department of archaeology & museums, department of and culture, department of industries & commerce, and other relevant departments in an integrated manner. Initiatives of the civil society and other non-government stakeholders will also be incorporated in the process through this project. The overarching approach of the TA is to support the Government of Karnataka in achieving economic development through the enhancement of its capacities and methodologies for planning, coordination, outreach and implementation of related investments, in its historic areas, cities and regions.

Context

Bijapur—Badami —Aihole— Pattadkkal, is the pilot region for the proposed strategy. It is part of the heritage circuit of Chalukyan dynasty in North Karnataka, India. The details of some of the major planning activities undertaken for this region, and key issues are as below:

 The tourism department has various destination improvement projects in the region. As part of their planned (2017-18) projects, the department has plans for development of Tourism Master Plans for twelve destinations including Bijapur, Badami, Aihole, Pattadakkal and Detailed Project Reports for various projects at these destinations.  Archaeological Survey of India (ASI) and the State Archaeology Department have mapped and listed various heritage assets. Earlier, the ASI also had plans to rehabilitate the settlements at Aihole and Pattadakkal as part of Heritage management planning for the buffer zone around the historic sites.  The district administration of Bijapur and Bagalkote have plans to take up small-scale infrastructure upgradation projects at these locations.

1 Heritage City Development and Augmentation Yojana 26

 Badami is a one of the town in this region, covered under HRIDAY. Heritage Management Plan (HMP) and few projects are under implementation at Badami as part of HRIDAY. However, there is a lot more work that remains in order to install sustainable heritage management processes in Badami.  In terms of tourism in the region, the tourist flow reduces substantially (almost to a 1/3rd) beyond towards Badami, Aihole, and Pattadakkal. In addition, Bijapur city, which has numerous significant monuments built during the Adil Shah dynasty, does not experience very high tourist footfall.  Villages in district and those around Bijapur have resident weaver communities and tribal settlements. However, there is a need to strengthen their economic ecosystem. This will not only assist in improvement of their living conditions but also help achieve enhanced local economic development.

Further, if we look at the larger context (State level), various planning initiatives related to heritage management undertaken by the department of tourism; state archaeology department; and other directly and indirectly linked departments, are largely independent and project— centric (either at site or area level) in their approach. In addition, the contribution of the tourism sector to the State GDP is substantially lower than the national average. Hence, the karnataka Tourism Policy (2015-20) has proposed robust plans to increase the same.

2. Aim & Objectives of the Assignment

This project aims to address the afore-mentioned issues and guide the development initiatives of the Government of Karnataka in the area of heritage management in a strategic manner to a next level.

The State level Nodal office for the project is - Karnataka Urban Infrastructure Development and Finance Corporation (KUIDFC).

3. Scope of Work: There are two major components of this project. One is to develop a strategy for integrated heritage based economic development with the case of a pilot region. The other is to facilitate installation of mechanism for integrated heritage management. Details of the scope covered under these two components are as below:

27

COMPONENT A - Development of a strategy for integrated heritage based economic development for the pilot region

The strategy will focus on development of a plan/road map providing actions to be initiated, converged, aligned, linked, and elevated in order to direct efforts of diverse stakeholders in the areas of heritage management and tourism development towards substantial contribution to the overall economic development. Main scope under this component will include:

a. Mapping and analysis

Mapping and analysis of various heritage assets, important resources, cultural economy, tourist destinations, physical and natural characteristics of the region, social profile, economic and occupational profile of the various administrative units in the region based on reconnaissance survey and secondary data. Tools like Participatory Heritage-economics Appraisal, focus group discussions (FGDs), strategic stakeholder consultations should be used to augment the database and assessment thereof. Analytical profiles of all the urban local bodies and heritage rich areas, which are part of the pilot region, will be prepared2. The consultant will collect and assess the similar and other related work and secondary research done by the other departments like tourism, culture, amongst others and incorporate the same in the overall analysis.

A review and analysis of the existing policies, rules and regulations affecting heritage management, urban revitalisation, and economic growth efforts will also be undertaken.

b. Identification of gaps in infrastructure and investments

Based on an assessment of the region and analysis of the various initiatives of district administration, tourism department, transportation department, and other diverse departments, the consultant will assess the gaps in infrastructure and investments in the region. The database for assessment will be collected largely based on stakeholder consultations and secondary data.

c. Stakeholder assessment:

This will entail a detailed multi-sectoral stakeholder assessment. It will entail assessment of the initiatives and projects, administrative capacities and efficiencies to identify appropriate collaborative working amongst various stakeholders across jurisdictional boundaries.

 Administrative stakeholders include local municipal bodies, tourism department, transportation department, industries department, department of archaeology &

2 Tourism department (with main technical assistance by IHCN-F), ASI are main stakeholders for the heritage assets. This should be augmented by the mapping and assessment done by the consultant during the reconnaissance survey and consultations. 28

museums, department of kannada and culture, department of industries & commerce, directorate of municipal administration, department of skill development entrepreneurship & livelihood, rural development & panchayat raj department, amongst other relevant stakeholders.  Civil society is an important stakeholder in the sector of heritage management. The assessment process should identify their strengths and potentials.  ‘Potential investors’ form another significant stakeholder group. This will include government sources, non-government sources, private sector encompassing business community, and the corporate sector.  Assessment of community including residents and visitors in order to identify their existing and potential stake in the development and management of the heritage assets will be undertaken.  Innovation is one of the critical component of an effective economic development strategy. Hence, potential agents and mechanisms that may bring innovation will be identified based on stakeholder consultations.

d. Assessment of the investment and business ecosystem

Assessment of ‘ease of doing business’ will aim at aspects related to support for local investments, attracting and facilitating investments, taxation, subsidies, amongst other aspects.

e. Development of Strategy

A strategy for integrated heritage based economic development of the heritage region will be articulated based on the assessment of various aspects. The strategy will layout a clear road map including phased actions, timelines, roles, indicators, amongst other aspects for all directly and indirectly linked stakeholders to achieve the desired objectives. Proposals to be included in the strategy will include:

1. Descriptive and Analytical profiles of all the urban areas and heritage rich areas in the region. (the descriptive profiles will be incorporated in the central facility to be set-up as part of the component B) 2. Specific strategies and implementation plan 3. Financial requirements and arrangements 4. Institutional and management framework 5. Guidelines and regulatory mechanisms

29

6. IEC3 material for dissemination

f. State level stakeholder’s workshop

A State level stakeholder’s workshop will be conducted in order to disseminate the proposed strategic recommendations.

NOTE: The project nodal office will bear the costs and facilitate logistics for this workshop and the consultant’s role will include coordination, technical inputs and documentation.

COMPONENT B – Facilitating mechanisms for heritage management

In order to converge activities and initiatives in urban development, heritage management, sustainable tourism, investments in heritage and tourism sectors, and local economic development a central state of art facilitation mechanism is required. The second component of this project will include facilitating the Government of Karnataka for development of such a facility. This facility should act like a single-window system for heritage management and heritage based development with objectives as listed below:

 Documentation, knowledge capture and sharing,  Single window for heritage management investments {like private and corporate sector investment in tourist oriented facilities, city public spaces in historic areas/zones) and networks and partnerships {like those required to enhance livelihoods in cultural economies}  Facilitating/guiding building of such ‘facilities’ at city or town or district level  Facilitating/guiding planning at urban level for heritage management

The consultant’s scope in component B will include4:

1. Based on stakeholder consultations - assessment and identification of the nodal department to house this facility (See Note below). 2. Weekly coordination with this nodal office to facilitate initiation and establishment of this facility. 3. Facilitation for institutional strengthening at the urban and/or district level administrative bodies in the pilot region.

3Information Education and Communication 4Also refer Timelines and Deliverables 30

[Note: Potential departments (only a suggestive list) identified based on preliminary discussions are

 Tourism department5  Karnataka Urban Infrastructure Development Finance Corporation (KUIDFC)  Department of Town and Country Planning (UDD) – independent or along with Tourism Department  Directorate of Municipal Administration

4. Suggested Approach & Methodology - Extensive stakeholder consultations and a participatory process is envisaged for the project. The stakeholders will be engaged during the preparation as well as finalisation of the outputs of the components. - Reconnaissance survey and secondary source data will form the a major database for the development of strategy - Use of tools like Participatory Heritage-economics Appraisal (PH-eA), focus group discussions (FGDs), strategic stakeholder consultations - Continuous (weekly) coordination with the nodal offices and strategic consultations with diverse stakeholders is expected in order to install an effective facilitating mechanisms for heritage management

5. Deliverables & timelines The project timeline is 5 months covering component A and B. Ref Deliverables Details Timeline (Days from signing of contract) COMPONENT A A Mid Term Report Mid - term findings & other details 45 B Draft Strategy scope a-to-e of the TORs 100 COMPONENT B C Facilitate institutional  Assess, identify, recommend 100 strengthening at the and form relevant institutional urban and/or district strengthening mechanism city, level administrative town and district level in the pilot region (in form of Heritage cell &/or

5Department of Tourism has plans for development of a centralized resource center, but with a limited focus on documentation of heritage assets in the State. Indian Heritage Cities Network – Foundation (IHCN-F) is providing technical assistance in this regard to the tourism department 31

bodies in the pilot committee &/or stakeholder region. advisory group/ other equivalent)  Facilitate institutional strengthening (as above) with the help of strategic stakeholder consultations with city and town/district level office and the project nodal office  Round table meetings (Minimum 2 nos.) of the city, town & district stakeholders with the project nodal office to finalise and facilitate installation of the institutional strengthening.  One State level stakeholders workshop to disseminate the strategy for the pilot region (The Nodal office will bear the cost of this workshop and the consultant needs to facilitate and manage it technically) D a. Final Strategy scope a-to-e of the ToRs 150

b. Establishment of  Finalise the nodal office for central facility at the central facility state level for  Draft design for the heritage dashboard of the central facility. management  Round table meeting of with support relevant stakeholders to finalise and from the nodal facilitate installation of the central office and other facility. relevant departments.

32

6. PAYMENT TERMS Stage Details Payment term (%)

1 Advance within one week of signing contract 20 2 On approval of Draft Strategy and 50

Institutional strengthening at the city, town and district level administrative bodies in the pilot region in the form of:

 Heritage cell &/or committee &/or stakeholder advisory group/ other equivalent  2 round table meetings with the city/ town & district stakeholders and the project nodal office  One State level stakeholders workshop

3 On approval of Final Strategy and 30

Establishment of central facility at state level for heritage management

7. FACILITATION FROM CLIENT

The Project Nodal Office will facilitate the consultant with following aspects:

 Letter of introduction for data collection and stakeholder consultations with diverse departments  Facilitation for multi-stakeholder collaborative working as required  Institutional strengthening  Building partnerships as required  Logistics and facilitation support for the State level stakeholder’s workshop

33

34

35