Sie sind auf Seite 1von 19

1 LAKE DEVELOPMENT AUTHORITY 2nd Floor, Parisara Bhavan, # 49, Church Street, Bangalore 560 001, 25590097/98 No.

. CEO/LDA/DPR/BBL/TND/CR-12/08-09 Date: 14/8/2008 INVITATION FOR TENDER Tenders are invited by Lake Development Authority from consultants/ agencies/org anizations/NGOs/individuals etc, for the work detailed in table below. The tender documents can be downloaded from www.ldakarnataka.co.in Last date for submission of duly filled tender documents : 30 /8/2008 upto 4.00 pm Opening of Technical bids : 30/8/2008 at 4.30 pm Unit No Name of the work Approximate Extent (in ha) Earned Money Deposit (Rs.) Period of completion 1 Preparation of DPR for rejuvenation and development of: a). Kanabargi, Belgaum 4.40 b). Bailhongal, Belgaum 11.00 c). Athani, Belgaum 5.56 25,000/120 days from the date of issue of work order 2 Terms of Reference :Detailed Project Report (DPR) for lake development works for the above mentioned lake are to be prepared including all components of works specified in detail u nder the scope of works, preparation of necessary engineering designs, tender dr awings, technical specifications, detailed estimates and tender schedules. Send your applications in two cover system comprising of technical bid and finan cial bid for the above lake, as per the conditions stipulated. The DPR shall be prepared in two stages, (a) Feasibility report (b) Detailed Project Report The specific components of works to be planned under feasibility report are as f urnished in the detailed scope of works. A presentation has to be made to LDA on the conceptual plan of overall lake development works for the lake prepared by the tenderer / consultant and the respective engineering designs for each compon ent of work with approximate cost estimate for each component of work. On approv al of the feasibility report by LDA with such changes as may be suggested by the LDA, if any, the DPR shall be prepared along with tender drawings in AutoCAD fo rmat including detailed estimates with technical specifications and tender sched ule etc. Three copies of the DPR together with all tender documents including dr awings shall be submitted to LDA in hard copy and one in soft copy on a CD in PD F format. INFORMATION TO THE TENDERERS (1) The above lakes are located in Belgaum. (2) Lakes are polluted by discharge of sewage and other wastewaters. The storm water may carry urban litter, plastics and other solid wastes and discharge the same into the lake. The lake development works shall therefore provide for necessary preventive/control measures against the pollution of the lake by sewage and othe r wastewaters, sediment (silt, sand, grit, etc.), discharge of urban litter, pla stics and other solid wastes transported into the lake.

(3) The tenderers / consultants are advised to visit the lake site and study the sit e conditions before submission of their tender. SCOPE OF WORK 1. A joint inspection of lake and the watershed area of lake have to be carried out by the successful tenderer with an official of the LDA in respect of lake, thei r inlet channels and outlet channels, overflow weirs, main tank bund and periphe ral bunds and important details in watershed area of lake such as major pollutin g stream discharge points and their sources, solid waste dumping have to be got photographed. This is necessary to understand the causes and sources of pollutio n. 3 2. Water samples have to be collected from the inflow points to the lake with a min imum of 50% of the inlet points being covered, 2 points at middle and at outflow zones to determine the extent of pollution of the lake and also to determine re medial actions required. The parameters of lake water samples to be tested are f urnished in Table 1. 3. Lake sediment has to be sampled at the inlet zone of lake, mid point of lake and at the outlet zone by taking undisturbed sediment deposits at regular intervals upto a depth of 2.5 mtrs, to determine the concentration of oxidizable organic matter, total Nitrogen and total Phosphorus present in the sediments. The parame ters to be tested are given in Table 2. In respect of lakes receiving industrial effluent discharges, trace metals and industry specific polluting chemicals may have to be tested for, after inspection of the watershed area of lake. 4. Samples of wastewater streams discharging into lake have to be collected and tes ted for selected parameters given in Table 3. 5. Total Station Survey of Lake Surveying of the lake should be carried out using electronic total station syste m. AutoCAD drawings are to be prepared to bring out the following information:Boundary survey of the lake demarcating the overall lake boundary outside the la ke bunds and also the water spread area as on the date of survey. Drawings have to be prepared to show the following morphometric details of the lake. Total length of shoreline along Full Tank Level (FTL) with reference to the top level of the waste weir. Total area of the lake falling within the FTL. The LS of the lake bund at every 10 m showing the top width, bottom width all al ong the length of main tank bund, ring bunds around the lake. Cross sections at every 50 m intervals of the LS and levels at 1 m interval along the slopes of bu nd upto 8 m from the bottom edge of the slope. Bed levels of the lake at gridlines along north-south and east-west at 50 m spac ing to cover the entire lake bed and also to a distance of 100 m around the lake outside the bund of the lake giving ground levels at every 25 m interval along the gridlines. Surveying and mapping all existing water inlet and outlet drains of the lake ind icating the width of channels as existing to a distance of 500 m from the lake a long the upstream and downstream of the inlet and outlet channels. Cross section s of these channels (both inlet and outlet channels) have to be surveyed at ever y 25 m interval indicating levels at every 1 m up to the total width of the chan nel extending up to 5 m on either side of the channel. Cross section drawings br inging out details shall be prepared and submitted. 4 Contour line shall be marked 0.3 m above the level of the exit point of the surp lus weir and existing water level of lake on the date of survey. The full storage capacity of the lake shall be computed taking into consideratio n the survey data.

All buildings and structures located adjacent to the lake up to a distance of 30 m from the outer edge of lake bunds indicating ground levels at every 10 m inte rval and plinth of each building/structure falling in the area shall be shown in the plan of the lake. Any light pole, transformer, trees or other land marks et c., located within 30 m distance are to be recorded and shown in the plan. Existing waste weir and its cross section details such as top width, bottom widt h, top level, bottom level, length, condition and cross section at every 5 m dis tance with levels at 0.5 m intervals up to 10 m on either side along the alignme nt of the weir has to be shown in a drawing. A lake plan drawing has to be prepared showing all the above details. Bathymetric map of the lake bed, for base line data : The bathymetric map of the lake has to be prepared showing the depth of the lake at different points by means of contour lines drawn for every 0.3 m difference in elevation. The map must be prepared based on bed levels taken at several poin ts of the lake and not extrapolated from a few spot levels. The spot levels at i ntersections of 50 m grids have to be factually read and marked on the plan of t he lake. Bathymetry of the lake : The bathymetric map has to be prepared by taking the bed levels of lake in the m anner suggested above. The bathymetric map thus prepared is useful to derive the exact volume of de-silted earth using AutoCAD. The surplus weirs and inlet channels shall be surveyed to bring out the Longitud inal Section (LS) and Cross Sections (CS). Bench marks Pillars to be installed around the lake Four stone pillars shall be installed around the lake indicating level of the po int above MSL. In case sewage diversion channels are proposed for the lake the Longitudinal and Cross Sections along the chosen alignment shall be surveyed and mapped LS and CS have to be taken along the entire length of alignments chosen in consu ltation with the LDA for the construction of channels for diversion of surplus s ewage from one lake to the next one downstream. Ground levels for the LS shall b e taken at every 30 m intervals and cross sections at every 100 m intervals. For cross section levels have to be taken at every 1.0 m interval to a width of 10 m on either side of the line of LS. Drawings have to be prepared for the LS and for all CS with reference to a datum level and the profile of the existing GL al ong the line of LS and for each CS have to be drawn. 5 Summary of drawings to be prepared Three sets of computer aided drawings have to be prepared in AutoCAD to the foll owing scale and compact disks containing the drawings have to be supplied along with the drawings. The prescribed scale for maps shall be 1 cm = 20 m for lake o f length up to 1 km and 1 cm = 40 m for length exceeding 1 km. The drawings shal l be on paper A1 of size i.e. 841 x 594 mm. The consultant may adopt any other s cale in consultation with the LDA. Lake side elevation drawing details of surplus weir Road Bridge showing dimensio ns of vent ways and overflow weir levels shall be drawn to 1 cm = 5 m scale. Bathymetry maps for lake before dredging. Area of water spread of lake to be shown in a drawing with reference to the time of survey. The dry weather flow measurements to the lake if any will have to be quantified and recorded for each inlet. The water balance calculation to be given with suggestions/solutions to keep the water body perennially filled. 6. Table 1 Table showing the parameters to be analyzed for the samples of Lake water by col lecting the samples as per BIS. Sl. No. Name of the parameters Units a Physical

1. Conductivity mho 2. Solids (dissolved) ppm 3. Suspended Solids ppm 4. Total Solids ppm 5. Turbidity NTU b Chemical 1. Acidity ppm 2. Alkalinity ppm 3. Ammonical Nitrogen ppm 4. Biochemical Oxygen Demand (BOD) ppm 5. Cadmium ppm 6. Bicarbonate ppm 7. Chloride ppm 8. Chromium Hexavalent ppm 9. Chemical Oxygen Demand (COD) ppm 10. Copper ppm 6 11. Cyanide ppm 12. Detergents ppm 13. Dissolved Oxygen ppm 14. Fluoride ppm

15. Hardness (calcium) ppm 16. Hardness (Total) ppm 17. Iron ppm 18. Lead ppm 19. Magnesium ppm 20. Manganese ppm 21. Nickel ppm 22. Nitrate Nitrogen ppm 23. Nitrite Nitrogen ppm 24. Oil & Grease ppm 25. Percent Sodium ppm 26. pH pH unit 27. Phenolic Compounds ppm 28. Phosphate (ortho) ppm 29. Phosphate (Total) ppm 30. Potassium ppm 31. Sodium Absorption Ratio (SAR) ppm 32. Sodium ppm 33. Sulphate ppm 34. Sulphide ppm

35. Total Kjeldanl Nitrogen (TKN) ppm 36. Total Organic Carbon (TOC) ppm 37. Carbon dioxide ppm 38. Zinc ppm c Biological 1. Faecal coli forms (MPN technique) MPN 2. Total Coli form (MPN technique) MPN 7 Table : 2 Table showing the parameters to be analyzed for the samples of Lake bed sediment s Sl. No. Name of the parameters Units 1 Colour 2 Condition 3 Iron 4 Copper 5 Lead 6 Cobalt 7 Nickel 8 Chromium 9 Manganese 10 Zinc 11 Phosphates 12 Nitrates 13 Sodium Table : 3 Table showing the parameters to be analyzed for the samples of waste water enter ing the lake by collecting the samples as per BIS. Sl.No. Parameter Units 1

pH 2 EC mohs/cm 3 TDS mg/l 4 TVSS mg/l 5 Total Alkalinity mg/l 6 Total Hardness mg/l 7 Chlorides mg/l 8 Sulphates mg/l 9 Nitrates mg/l 10 Ammonical nitrogen mg/l 11 Suspended Solids mg/l 12 Phosphates mg/l 13 Total Kjeldhal Nitrogen mg/l 14 BOD mg/l 8 15 COD mg/l 16 TOC mg/l 17 Total Coliform bacteria MPN 18 E Coliform bacteria MPN 7. Feasibility Report: The feasibility report shall provide details on the following items. 1. Morphometric details of the lake namely catchment area, maximum water spread are a of the lake, shore line length, average depth and maximum depth, full tank lev el (FTL), maximum water level (MWL), main tank bund level, volume of the lake at FTL, length of overflow weir and maximum flood discharge (MFD).

2. Brief description and present physical status and environmental status of waters hed of the lake. 3. Estimation of annual nutrients and pollutant loads (BOD, total Nitrogen, total P hosphorous, quantity of sediments / silt) likely to be discharged into the lake by inlet streams and storm water inlets from various sources comprising of (a) p oint sources of pollution, (b) non-point sources of pollution and (c) nutrients released from the lake sediment bed. 4. The water samples should be taken at sunrise. 5. Assessment report of the present physical status of the lakes appurtenant structu res and their adequacy and structural safety namely main tank bund, ring bunds i f any, surplus weir, sluice gates, inlet drains, outlet drains and any other for m of outlets. 6. Determination of trophic state of the lake using Carlsons trophic state indices b ased on the analysis of In-lake water samples. 7. Analysis of Water balance of the lake including: Loss of water from the lake due to evaporation and evapo-transpiration Loss of water from the lake bed due to percolation Estimation of the storage capacity of the existing lake (and after desilting, if proposed) Need for provision of any wastewater treatment plant to supply recycled water fr ee from excessive nutrients and its capacity. 8. Proposed improvements as per the requirement to the lake structures, inlet chann els and outlet channels including: Strengthening main tank bund Desilting the lake bed 9 Construction of ring bunds and wetland bund Construction of island Construction of surplus weir Construction of outlet drain from the waste weir to the main outlet drain Construction of screens barriers and silt-traps for inlet channels Construction of RCC leap weir and diversion sewer to divert sewage and other was tewater and take in the monsoon water runoff to the lake Construction of a Constructed/Engineered Wetland at the inlet zones Terracing and levelling the sides of lake from ring bund up to the road boundary Boundary chain link fencing and installation of boundary pillars Planning of shoreline development 9. Environmental and Social impact analysis shall be carried out and included as a separate chapter in the detailed project report. 10. Conceptual plan drawing with necessary typical type design drawings for various development works proposed by the consultants and the respective engineering des ign calculations, sketch drawings for various components of construction works f or lake development. 11. Approximate cost estimate for the above items of works based on current DSR of t he local PWD / MI circle shall be prepared. 8. Detailed Project Report: The Detailed Project Report (DPR) shall provide the following details. 1. Estimation of pollutant load discharged into the lake. a.

Point sources of pollution b. Non-point sources of pollution c. Nutrients released from the lake sediment bed d. Algal species present in the lake water e. Fish species present in the lake 2. Planning, design and preparation of necessary drawings for prevention and contro l of pollution of lake water from various sources stated above comprising of. a. Best management practices for management of watershed of the lake b. Sediment transport into the lake c. Urban litter transmitted by storm water discharge into the lake d. Point source pollution by streams of sewage, sullage and other wastewaters e. Control of non point source pollution (BOD, Nutrients-nitrogen and phosphorous) by storm water discharge into the lake f. Nutrient release from lake sediment bed to the lake water. 10 3. Preparation of a document furnishing guidelines for post restoration monitoring of the lake water quality and necessary corrective measures for controlling poll ution of lake water with annual recurring cost for lake water quality monitoring and watershed management. 4. Suggesting guidelines for promoting environment awareness to public and achievin g voluntary public participation in the pollution prevention and lake management works. 5. Guidelines for training of Government officers and members of citizen committee 6. Preparation of a time schedule for implementing the Lake development projects 7. Preparation of detailed estimates including O & M. 8. Preparation of tender drawings and tender schedule. 9. Preparation of construction drawings including necessary structural engineering drawings wherever necessary. TERMS OF REFERENCE The Consultant services shall prepare the DPR broadly as under:(A) Inception report (B) Feasibility study (C) Detailed engineering and designs (D) Preparation of Bid documents (A) Inception Report: - The consultant shall prepare an inception report indicat ing the detailed approach and programme of activities to be taken by him during the tender period for completion of the work. The inception report shall be subm itted within 15 days of the issue of work order. The mobilization advance shall be released only after the acceptance of the inception report by the LDA. (B) Feasibility study: - The feasibility study shall include the comprehensive t echnical and Environmental study of the lake to establish feasibility of the var ious developmental activities as indicated in section 7.

(C) Detailed engineering and designs: - Includes details of civil works, technic al specifications and cost estimates as stipulated above. Services to be provided by the consultant: - The scope of the work of the consul tant shall be preparation of a DPR for: (1) Detailed topographical survey (2) Analysis of existing hydrological system (3) Preparation of structural designs for revetment, inlet, outlet and waste weir et c (4) Water body improvement such as desilting 11 (5) Waste weir improvement (6) Silt trap and screen barrier construction (as the case may be) (7) Chain link fencing all along the lake boundary (8) Assessment of quality and quantity of water at inlet point (9) Details of civil amenities such as park improvement, boat jetties, footpaths, si de drainages, park developments, approach roads, vehicle parking, toilet constru ctions, electrical and lightings (10) Cost estimates, tender schedules (11) The consultant shall visit the sites and appraise themselves about the site cond ition before submission of the bid (12) Perspective view THE DETAILS OF STUDY Feasibility study: - Within the scope of technical, environmental and economic f easibility the consultant shall conduct all (1) Necessary inventory surveys, condition and topographical surveys (2) Meteorological and soil investigations (3) Storm water drainage, quality and quantity of drainage (4) Water and soil analysis (5) Demarcation of MWL (6) Conveyance or treatment of sewage entering into the lake (7) Establishing the need for STP or otherwise Detailed engineering and designs study:- Within the scope of the detailed engine ering and designs the consultant shall provide details of technical specificatio ns of drawings, designs, cost estimates, cost analysis: 1. The consultant shall carry out land survey; prepare detailed sketch of water bod y and other civil structures 2. Preparation of estimates of revetments, drainage system, waste weirs, inlet and outlet, details of all civic amenities including drawings 3.

Estimation of storm water runoff based on data collected in the feasibility stud y and measures to tackle the eventualities 4. The detailed report about the discharge of sewage and other solid wastes into th e lake and measures to tackle it by establishing STPs or otherwise 5. Measures for water body improvement like desilting etc 12 EMD of Rs. 25000/- (Rupees Twenty flve thousand only) in the form of Demand draf t/pay order of any Nationalised / scheduled bank payable at Bangalore in favour of The CHIEF EXECUTIVE OFFICER, LAKE DEVELOPMENT AUTHORITY BANGALORE to be enclose d with the Technical bid. Payment Schedule : (A) Inception Report : Mobilisation advance of 10% of the tendered rate shall be paid upon acceptance of the report by the LDA (B) Feasibility study : 30% of the tender amount minus FSD after the acceptance of the Feasibility report (B) Detailed engineering and designs : 60% of the tender amount minus FSD after the acceptance of the DPR (C) Preparation of Bid documents : 10% of the tender amount minus FSD after the acceptance of the Bid documents. Mobilization advance if taken will be completely deducted to the extent of the a dvance made from the first payment made after the acceptance of the Feasibility report. Force majeure: Notwithstanding the provisions of the tender, the first party (winning bidder / tenderer / consultant) shall not be liable for forfeiture of its performance sec urity, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure. For purposes of this Clause, "Force Majeure" means an event beyond the control o f the first party and not involving the first party and not involving the first party s fault or negligence and not foreseeable. Such events may include, but ar e not restricted to, acts of the second party / client (Lake Development Authori ty) either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. 13 If a Force Majeure situation arises, the first party shall promptly notify the c lient in writing of such conditions and the cause thereof. Unless otherwise dire cted by the client in writing, the first party shall continue to perform its obl igations under the contract as far as reasonably practical, and shall seek all r easonable alternative means for performance not prevented by the Force Majeure e vent. The second party / client may terminate this contract, by giving a written notice of minimum 30 days to the first party, if as a result of Force Majeure, the first party being unable to perform a material portion of the services for a period of more than 60 days. In the event of a force majeure arising, both parties having acted in the manner hereinbefore provided, shall restrict their claim to the extent of the contract ual obligations already performed and no claim shall arise for the unperformed p ortion of the contract. Qualification criteria for the tenderers: a. Experience of having successfully completed at least two works of similar nature in the last 3 years. b. All tenderers should submit the proof of works executed as above and Satisfactory Performance Certificates issued by an officer not below the rank of Executive En gineer / equivalent and in case of private firms from the Authorized signatory n ot below the rank of General Manager. In absence of such certification along wit h the tender, the tender is liable to be rejected.

c. Not with standing the condition specified in item b above, tenderers may, howeve r, enter into joint ventures / tie-ups with other agencies who may possess the r equisite experience. d. Mobilization advance to an extent not exceeding 10% of the accepted bid amount o n signing an agreement with the LDA and upon acceptance of the inception report. However, a Bank Guarantee for an equivalent amount shall be provided by the con sultant kept valid up to the acceptance and payment of the first bill. e. Any litigation history of the firm/agency should be disclosed. Non-disclosure sh all amount to cancellation of the tender. f. Any false information furnished in the tender shall upon detection be liable for cancellation of the bid / agreement of the agency. g. Conditional or incomplete tenders shall be rejected. h. Preference will be given to such agencies, who have executed such or similar typ es of works for Government organizations. i. Time is the essence of this contract. Generally no extension of the time shall b e granted. In exceptional cases the extension of time may be granted subject to imposition of a penalty of Rs. 100 per day subject to a maximum of 2% of the bid amount. 14 j. All correspondences between the tender/contractor or LDA should take place throu gh acknowledgeable means in written form only. Oral or verbal communications are not liable to be acknowledged. k. All statutory dues shall be recovered at source at applicable rates. l. Canvassing in any form will disqualify the tenderer. m. All the details/columns provided in the tender document should be filled page wi se and corrections if any shall be duly attested. Incomplete tender documents ar e liable for rejection. n. Financial and other details should be enclosed in the financial bid given. o. The EMD of Rs. 25000/- (Rupees Twenty five thousand only) has to be deposited in the form of DD in favour of the Chief Executive Officer, Lake Development Autho rity, Bangalore during submission of this bid. p. The Chief Executive Officer, LDA reserves the right to accept or reject the tend er in-totality without assigning any reasons. Contractor Chief Executive Officer, Lake Development Authority LAKE DEVELOPMENT AUTHORITY TECHNICAL BID Unit 3 Preparation of DPR for Rejuvenation & Development of Kanabargi, Bailhongal and A thani lake of Belgaum District BOOK I Office of the Chief Executive Officer, Lake Development Authority, # 49, 2nd floor, Parisara Bhavan, Church Street, Bangalore 01 website : www.ldakarnataka.co.in, Ph No. 2559 0097/98 15

Annexure - B TECHNICAL BID APPLICATION NAME OF THE WORK : Preparation of DPR for rejuvenation and development of . To Chief Executive Officer, Lake Development Authority, Bangalore. Dear Sir, Having examined the bid documents including scope of works, I/we hereby submit a ll the necessary information and relevant documents for as per bidding for the a bove-mentioned work. The application is made by me/us on behalf of ___________________________ ______ ________________________________________________________________________________ ___________________________________________ in the capacity of _________________ _____________________ duly authorized to submit the offer. The necessary evidence admissible in law in respect of authority assigned to use on behalf of the agency/firm/individual for applying and for completion of the contract document is attached herewith. I/we understand that the Lake Development Authority reserves the right to qualif y or deny tender documents of any or all applicants without assigning any reason s. Signature of the Applicant (Name: ) Including title and capacity in Which the application is made Date: Enclosures:1. Forms duly filled in the prescribed form with supporting documents. 2. Evidence of authority to sign/POA 3. Latest Brochures. COMPANY/AGENCY/FIRM/INDIVIDUAL 16 I. FINANCIAL STATEMENT 1. Name of the firm/individual/company/Agency : 2. Capital value of company : 3. Attach audited balance sheets and profit : And loss statements for the past thre e years Certified by Registered chartered Accountant To be enclosed to end of Ma rch 2008 4. Financial position (Certificate from the Registered charted Accountant/Bankers) to be enclosed. a) Current assets : b) Current liabilities : c) Working capital : d) Net worth : e) Cash (Self declaration to be enclosed) : 5. Net profit before tax. (Certificate to be duly signed by the Registered chart ed Accountant) a)

Current period : b) During the last financial year (2007-08) : c) During each of two previous : Financial years (2006-07 & 2007-08) d) Enclose profit and loss statements for past three : years certified by the Registered Charted Accountant (i.e., 2005-06, 2006-07, 2007-08) 6. Applicants financial arrangements for the proposed works self declaration/bank ers/ values etc., to be certified with supporting documents to be enclosed : a. Own Resources : b. Bank Credits : c. Other (Specify) : 7. Approximate value of works on hand (Till date) : 8. Value of anticipated orders for financial year : (2007-08/2008-09) COMPANY/AGENCY/FIRM/INDIVIDUAL 17 II. ORGANISATION CHART 1. Name of the applicant : 2. Organization chart : 3. Whether registered with any Government : agency/PSU (if so please give details) 4. Principle place of business. : (Firms with office in Bangalore are preferred) 5. Principal contract person (Please give full : postal address and contact phone n umbers) 6. Enclose letters regarding satisfactory : completion of works (latest three works ) from the agency which awarded the work. 7. The Company/Agency/Firm/Individual should : have a Minimum financial turnover of Rs. 10.00 lakhs, per year in any three of the preceding five years. 8. Narrative Description of site Organization chart : With designation and qualific ation 9. Signing authority Note: Indicate clearly which responsibility and what authority have been delegat ed to each. COMPANY/AGENCY/FIRM/INDIVIDUAL 18 III. ABSTRACT Year Turnover in lakhs a) 2003-04 (I.T Certificate / Assessment order / acknowledgement of submission of return to be enclosed) Rs. b) 2004-05 Ditto

Rs. c) 2005-06 Ditto Rs. d) 2006-07 Ditto Rs. e) 2007-08 Ditto Rs. COMPANY/AGENCY/FIRM/INDIVIDUAL 19 IV. Details of Similar Works Completed : Details of the works completed in the similar nature over last three years (i.e. , 2005-06, 2006-07 and 2007-08) in the following format along with certificate o f completion duly signed by the competent authority not below the rank of execut ive Engineer or Head of the Organization for whom work is done. 1 Title of the DPR 2 Geographical coverage (States/Districts/ City covered in the Assignment) 3 Client Organization 4 No. of Professional Staff employed 5 Start date ( Month/Year) 6 Completion date (Month/Year) 7 No. of Man - months provided by firm 8 Duration of Assignment 9 Sample details size 10 Remuneration received by your firm for Professional services ( in Rs. Lakhs) 11 Names of associated firms, in any 12 No. of man - months provided by associated firms 13 Name of Senior professionals associated with DPR 14 Brief Description of Assignment 15 Exact Nature of Services provided by your firm COMPANY/AGENCY/FIRM/INDIVIDUAL 20 V. Present Commitments : Mention the list of similar works on hand and value of commitments of ongoing wo rks as well as stipulated period of completion remaining for each of the work, w ork order copies should be enclosed. 1 Title of the DPR 2 Geographical coverage (States/Districts/ City covered in the Assignment)

3 Client Organization 4 No. of Professional Staff employed 5 Start date ( Month/Year) 6 Completion date (Month/Year) 7 No. of Man - months provided by firm 8 Duration of Assignment 9 Sample details size 10 Remuneration received by your firm for Professional services ( in Rs. Lakhs) 11 Names of associated firms, in any 12 No. of man - months provided by associated firms 13 Name of Senior professionals associated with DPR 14 Brief Description of Assignment 15 Exact Nature of Services provided by your firm COMPANY/AGENCY/FIRM/INDIVIDUAL 21 VI. Income Tax Returns : The contractor should produce latest copies of Income Tax returns for the year 2 002-03 to 2006-07 (Attested copy of certificates submitted to IT department) VII. LITIGATION HISTORY Applicant shall provide information on any history of litigation & arbitration r esulting from contracts executed in the last five years or currently under execu tion. Year Award for or against applicant Name of client, cause of litigation and matter in dispute Disputed amount in Rupees. COMPANY/AGENCY/FIRM/INDIVIDUAL 22 VIII. Technical Staff Pattern : Mention the list of details of technical staff working in organization with qual ification, experience and key site management (attach biographical data) along w ith support documents in the following proforma to be signed by the Employee and countersigned by the Employer/signing authority. Sl. No. Designation Name Qualification Year of Experience in the present position Total year of experience Remarks COMPANY/AGENCY/FIRM/INDIVIDUAL 23 IX. Please note the following tender conditions. 1. The duly filled in bid documents are to be submitted on or before 30/8/2008 at 4 .00 p.m. with all necessary original/attested certificates from gazette Officer enclosed and the same will be opened by the undersigned on the same day at 4.30

p.m. or any other subsequent day which will be intimated in this office notice b oard. 2. All the details/columns should be filled page wise and duly attested and incompl ete tender documents are liable for rejection. 3. Price escalation clauses will not be allowed for the above work. 4. Conditional tenders will not be accepted and will be rejected without assigning any reason. 5. Preference will be given to such agencies who have executed such similar type of works in government organizations. 6. The list of Successful contractors will be announced on the notice board of this office. 7. Conditions specified/mentioned in bid documents are binding to the Contractor. 8. The documents has to be filled neatly, legibly in English/Kannada with a uniform single writing and each page should be signed by the applicant and supporting c opies enclosed should be attested by the gazette officer. 9. Financial Statement should be enclosed as per format. 10. The responsibility of conforming to the rules and regulation of the Labour depar tment solely rests with the respective agency. 11. Application of the bidder is liable for rejection, if false information is furni shed. 12. Any delay caused in transit or postal is not the responsibility of LDA any posta l enquiry/correspondences will not be entertained. 13. The original documents should be produced for verification on the day of opening or on the specified date. If not the tender will be disqualified. 14. Tender documents will not be sent by post, and the correspondence through Postal /Fax/E-mail etc., will not be entertained. 15. Survey work to be done with Total Electronic Station Equipment. 16. The Chief Executive Officer, Lake Development Authority reserves the right for a ccepting or rejecting any or all tenders without assigning any reasons. Signature of the Company/Agency/Firm/Individual With seal and full address 24 Technical bid evaluation criteria Sl. No. Criterion Max. marks 1 Proposed organization Individual 2 marks Partnership 5 marks Registered firm 10 marks 10 2 Details

a. Name of the agency mention either individual / partnership / firm : 0 b. Whether registered with any Government agency / PSU (if so please give details): 10 c. Principal place of business (firms with office in Bangalore will be preferred): 7 (Bangalore / Belgaum) d. Principal contact person (Please give full postal address and contact phone numb ers): 2 e. Enclose letters regarding satisfactory completion of works (latest three works) from the Government agency which awarded the work: 15 f. The contractor / agency should have a minimum financial turnover of Rs. 10 lakhs per year in any three of the preceding five years: 6 0+10+7+2+15+6=40 3 Turnover (past 3 years) 6 4 Works completed/taken up for implementation after sanction of DPR (5 marks for e ach work satisfactorily completed) 15 5 Ongoing works ( 2 marks for each Government work) 5 (maximum) 6 Litigation history (1 mark for each award in favour of the company -1 for each a ward against) 4 7 Technical staff profile. The individual resume has to be signed by the individua l and the same to be countersigned by the authorized signatory. Having PhD in the related field : 10 Having post graduate in related field : 5 Having graduate in the related field : 2 Under graduate / Diploma / JOC : 1 Others: 0 20 Total 100 Qualifying marks: 60 Please note: On evaluation of technical bids (book -1) as per above evaluation c riteria, the financial / price bid (book ii) of the technically qualified bidder s will be opened after intimation of date to the bidders LAKE DEVELOPMENT AUTHORITY FINANCIAL BID Unit 3 Preparation of DPR for Rejuvenation & Development of Kanabargi, Bailhongal and A thani lake of Belgaum District BOOK II Office of the Chief Executive Officer, Lake Development Authority, # 49, 2nd floor, Parisara Bhavan, Church Street, Bangalore 01 website : www.ldakarnataka.co.in, Ph No. 2559 0097/98 25 LAKE DEVELOPMENT AUTHORITY 2nd Floor, Parisara Bhavan, # 49, Church Street, Bangalore 560 001, 25590097/98

FINANCIAL BID Cost for the preparation of DPRs Unit No Name of the work Apprx. extent (in ha) in figures (Rs.) In words (Rs.) 1 Preparation of DPR for rejuvenation and development of: a) Kanabargi, Belgaum 4.40 b) Bailhongal, Belgaum 11.00 c) Athani, Belgaum 5.56 Note : 1. The lowest of the amounts recorded in words or figures will be considered. 2. 5% amount will be deducted from the invoice bills, as Further Security Deposit ( FSD). The above retention money will be refunded after the successful completion of the project and carries no interest. 3. Mobilization advance to an extent not exceeding 10% of the cost may be paid upon signing the agreement with the LDA and acceptance of the inception report. Howe ver, a Bank Guarantee for an equivalent amount shall be provided, valid up to th e payment of first bill. 4. All dispute arising out of this contract, other than those related to interpreta tion of conditions, shall be settled by jurisdictional courts in Bangalore. Chief Executive Officer, Contractor Lake Development Authority

Das könnte Ihnen auch gefallen