karnataka lake conservation and … i... · e-procurement website login under “contractors”....
TRANSCRIPT
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY
PROJECT
BIO-DIVERSITY PARK AT MADIWALA LAKE
BID DOCUMENTS [National Competitive Bidding(NCB)]
Upgradation of 4MLD Sewage Treatment Plant at
Madiwala Lake
Volume 1
GeneralRequirements
JANUARY2016
CHIEF EXECUTIVE OFFICER;
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY 2NDFLOOR, PARISARA BHAVAN,
CHURCH STREET, BANGALORE – 560 009,
KARNATAKA,INDIA
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY VolumeI- GeneralRequirements
Upgradationof4MLDSewageTreatmentPlantatMadiwalaLake
Section 1: Instruction to Bidders Page 1 of 55 Bid Document
KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY
PROJECT
BIO-DIVERSITY PARK AT MADIWALA LAKE
BID DOCUMENTS [National Competitive Bidding(NCB)]
Upgradation of 4 MLD Sewage Treatment Plant at
Madiwala Lake
TURNKEY CONTRACT
JANUARY2016
CHIEF EXECUTIVE OFFICER;
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY 2NDFLOOR, PARISARA BHAVAN,
CHURCH STREET, BANGALORE – 560 009,
KARNATAKA,INDIA
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY VolumeI- GeneralRequirements
Upgradationof4MLDSewageTreatmentPlantatMadiwalaLake
Section 1: Instruction to Bidders Page 2 of 55 Bid Document
Summary of Contents
Volume 1: GeneralRequirements
Invitation for Bids
Section 1 : Instruction to Bidders
Section 2 : General Conditions
Section 3 : Appendix to Tender
Section 8 : Sample Forms
Volume 2: Employer’sRequirements
Section 4 : Technical Specifications (Part 1to Part 17)
Section 5A : Form of Technical Proposal
Section 6 : Technical Schedules
6A : Qualification Criteria Bidder
6B : Qualification Criteria Technology/Process
6C : Qualification Criteria Civil Contractor
Volume 3: PriceProposal
Section 5B : Form of Price Proposal
Section 7 : Payment Schedule for Interim Valuations
Volume 4:Drawings
Drawings 4A : Madiwala Kere Layout
4B : Existing Plant Layout
4C : Existing UASB drawings
4D : Treatment Process & Flow Chart
4E : Tentative P & ID
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY VolumeI- GeneralRequirements
Upgradationof4MLDSewageTreatmentPlantatMadiwalaLake
Section 1: Instruction to Bidders Page 3 of 55 Bid Document
KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY
PROJECT
BIO-DIVERSITY PARK AT MADIWALA LAKE
BID DOCUMENTS [National Competitive Bidding(NCB)]
Upgradation of 4 MLD Sewage Treatment Plant at
Madiwala Lake
INVITATION FOR BIDS(IFB)
JANUARY2016
CHIEF EXECUTIVE OFFICER;
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY 2NDFLOOR, PARISARA BHAVAN,
CHURCH STREET, BANGALORE – 560 009,
KARNATAKA,INDIA
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY VolumeI- GeneralRequirements
Upgradationof4MLDSewageTreatmentPlantatMadiwalaLake
Section 1: Instruction to Bidders Page 4 of 55 Bid Document
INVITATION FOR BIDS
IFB No. No:KLCDA/Mdl.Lake-STP/Tender/Notification/
2015-16/1031
Date: 04.01.2016
Name of Contract: UPGRADATION OF THE 4 MLD STP AT MADIWALA LAKE
Project Name: BIO-DIVERSITY PARK AT MADIWALA LAKE
STP in Contract: 4 MLD STP MADIWALA LAKE
1. Madiwala lake is located in Begur Hobli, Bangalore South Taluk having an total
extent of 275A–13G. The lake at present is the custody of Forest
Department.A primary sewage treatment plant having a capacity of 4MLD had
been installed in the lake land which is being maintained by the BWSSB. The
treated water from the STP enters into the oxidation ponds and in turn it
enters into main water body of the lake. Based on the recommendation of
Karnataka Knowledge Commission, the Government of Karnataka has
approved the project “BIO DIVERSITY PARK AT MADIWALA LAKE”and given
administration approval vide its Order No.FEE 80 ENV 2015,dated 07.10.2015
for development of Bio-diversity Park at Madiwala lake for the year 2015-16.
It was decided that the agency in the state for administering the project was
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY (KLCDA),
who should implement and maintain the project as per the advice of Prof Babu,
New Delhi. The total estimated budget for implementation of the Bio-diversity
Park at Madiwala lake works out to Rs.24.72 crores. In the said project,
provision has been made for upgradation of present 4MLD STP at Madiwala
lake with an project cost of Rs.12.0 Crores.
2. The KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY
(KLCDA),is the Executing Agency, for upgrading the present 4MLD
capacity STP under construction of Biodiversity Park at Madiwala lake.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY VolumeI- GeneralRequirements
Upgradationof4MLDSewageTreatmentPlantatMadiwalaLake
Section 1: Instruction to Bidders Page 5 of 55 Bid Document
KLCDA requires that bidders and contractors, under contracts funded
with Government Approved sanction, observe the highest standard of
ethics during the procurement and execution of such contracts. In
pursuance of this policy,
(a) reject a proposal for award if it determined that the bidder
recommended for award has engaged in corrupt or fraudulent
practices in competing for the contract in question; and
(b) recognize a contractor as ineligible, for a period determined by
KLCDA, to be awarded a contract funded with Government
Approved Sanction if it at any time determines that the
contractor has engaged in corrupt or fraudulent practices in
competing for, or in executing, another contract funded with
Government Approved Sanctions
3. The KLCDA has decided to invite the tender for the Upgradation work at
Madiwala Lake STP of 4 MLD capacity by following the Govt. Order No FD 9 PCL
2004 (I), Bangalore, dated: 06.08.2005 complying with the KTPP Act and its
subsequent amendments. The tenders has to operate and maintain the
Upgraded Sewage treatment plant for the period of 7 (seven) years. As for the
finance concern for the Operation and Maintenance expenses of the upgraded
Sewage Treatment Plant, for the period of 7(seven) years, KLCDA will take
appropriate measures.
4. KLCDA through the CHIEF EXECUTIVE OFFICER, ("the Employer") invites
tenders from eligible tenderers, for the work detailed in the Table below &
the tenderers may submit tenders for the work in Two Cover tender
procedure as per Rule 28 of the KTPP Act, shall be followed through e-
Procurement portal. The tenderers are required to submit the Earnest
Money Deposit and the details of their capability to undertake the tender
(as detailed in ITB Clause 3 & 5) through e-Procurement portal, which will
be opened first and the price tender which will be opened only if the
Tenderer is found to be qualified in technical bid to execute the tendered
work.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY VolumeI- GeneralRequirements
Upgradationof4MLDSewageTreatmentPlantatMadiwalaLake
Section 1: Instruction to Bidders Page 6 of 55 Bid Document
The bids through e-portal and separately in sealed envelops from all
Eligible Bidders as defined in Clause 3 Section I of Instructions to Bidders,
of Bid Document who also meet the 'Qualification Criteria' as set out under
Section 6: Technical Schedules, Volume II of Bid Documents, for Design,
Supply, Construction, Installation, Testing, Commissioning, and Operation
and Maintenance for a period of seven (7) years of the Upgraded 4 MLD
Sewage Treatment Plant. This includes all Civil, Mechanical, Electrical,
Instrumentation, and any and all allied Works necessary for fully functional
and operational installations and facilities capable of meeting all
performance and other requirements specified in these bid documents. The
bidding and evaluation process is based on 'Initial Filter' and the bid which
meets the Qualification Criteria set down in Section 6:Technical Schedules
of Volume 2 of Bid Document will only be taken up for further evaluation.
Tender documents may be downloaded from Government of Karnataka
e-Procurement website https://eproc.karnataka.gov.in/eportal/index.seam
login under “contractors”. Tenders must be accompanied by Earnest
Money Deposit to be paid online through e-Procurement portal as per
Table below.
TABLE :-
SL
No Name of the work
Approx
Cost put
to
Tender
(Rs in
lakhs)
EMD
(Rs
in
Lakh
s)
Tender
Processing
Fee
Time for
completion
1 Upgradation of4MLD
Sewage Treatment Plant
in Madiwala Lake in
Begur Hobli, Bangalore
South Taluk
1200.00 12.00 Refer
e-procurement
Portal
12 Months
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY VolumeI- GeneralRequirements
Upgradationof4MLDSewageTreatmentPlantatMadiwalaLake
Section 1: Instruction to Bidders Page 7 of 55 Bid Document
Table
FOLLOWING SHALL BE THE CALENDAR OF EVENTS FOR TENDERING :
Availability of Tender documents ::: 11/01/2016 at 16.00 – Hours Pre-bid Meeting ::: 10/02/2016 at 16.00 – Hours Last date & time for receipt of Tender ::: 11/03/2016 at 16.00 - Hours Date & time for opening of Technical Bid
::: 15/03/2016 at- 11.00 - Hours
Opening of Financial Bid ::: Will be intimated to the Qualified Tenderers
5. Bidders should download the complete set of bid documents from the
website https://www.karnataka.gov.in/ldakarnatakaafter obtaining a
user ID and passwordafter 16.00 Hours on 11th of January 2016.The
fee shall be payable through e-portal.
Bidders may obtain further information and inspect the Bid Documents
at the office of the Employer, at the following address:
Office of the Chief Executive Officer,
Karnataka Lake Conservation and Development Authority,
No.49, Parisara Bhavan, 2nd Floor,
Church Street, Bangalore-560001
Karnataka. INDIA
Tel: 080-25590098 Fax: 080-25550698
e-mail:[email protected]
6. A two-envelope National Competitive Bidding (NCB) procedure (Technical
and Price Proposals) will be adopted. Bidders are required to
simultaneously submit their Technical Proposal and also Price Proposal
in electronic form by uploading to the electronic tender box on the
website https://www.karnataka.gov.in/ldakarnataka. Additionally,in two
separate sealed envelopes two copies of the Technical proposal is
required to be submitted in paper form at the Office of the Chief
Executive Officer, KLCDA at the above mentioned address on or before
the Date and Time mentioned in the instruction to the bidder elsewhere.
Initially only the Technical Proposals submitted will be opened.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY VolumeI- GeneralRequirements
Upgradationof4MLDSewageTreatmentPlantatMadiwalaLake
Section 1: Instruction to Bidders Page 8 of 55 Bid Document
Technical Proposals that do not meet all requirements of the bid
documents and technical specifications will be rejected. If
necessary, the Employer will seek clarification of the Technical Proposals
to get additional information to fully understand the proposals or to
determine whether or not the requirements of the Bid Documents are
met, but no change in the price or substance of the bid shall be
sought, offered, or permitted. At the end of the evaluation of Technical
Proposals and after receiving the approval of TECHNICAL COMMITTEE
(KLCDA), the Employer will invite bidders who have submitted,
substantially responsive (as defined in Instruction to Bidders)
Technical Proposals and who have been determined as being qualified
to attend the bid opening of the Price Proposals. All other bids will be
rejected and the Price Proposals for these bids will not be opened.
7. Bids delivered after the due date and time stated above will be declared
"Late" and such late bids shall berejected.
8. The Employer will not be responsible for any costs or expenses incurred
by the bidders in connection with preparation or delivery of bids.
9. The Employer reserves the right to accept any bid, or reject any or all
bids, without assigning any reason therefore and without thereby
incurring any liability to the bidder or bidders.
10. The Price Proposals shall be submitted in electronic form by
uploading to the web site as given in Para 4 above prior to the
deadline of submission of Bids. The system will automatically
generate a time stamp that will acknowledge the submission of the
Price Proposal by each Bidder. Price Proposals will be opened in the
presence of representatives of technically qualified bidders who
choose to attend at a time and at an address to be determined and
announced by the Employer after TECHNICAL COMMITTEE (KLCDA)
approval of the evaluation of the Technical Proposals based on the
Qualification Criteria in Section 6 Technical Schedules in Volume 2 of
the Bid Document. The time, date and location of bid opening of the
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY VolumeI- GeneralRequirements
Upgradationof4MLDSewageTreatmentPlantatMadiwalaLake
Section 1: Instruction to Bidders Page 9 of 55 Bid Document
Price Proposals will be intimated in writing by post or by fax by the
Employer.
11. A Pre-bid meeting will be held on 10th February2016, at 16.00 hrs in
the office of the undersigned subsequent to the joint site visit in the
morning at 11.00 hours, to give prospective bidders the opportunity
to ask questions and get clarifications on the bid documents. The
Bidder is expected to plan to visit(s) to the Madiwala Lake STP site
before the Pre-bid meeting and apprise himself of the ground
realities and status of each of the existing equipment. The bidders
are requested to submit their queries, if any, in writing, to reach
Employer no later than Three (3) working day before this meeting.
Bidders should refer to Section1, Instruction to Bidders, for specific
procedures to be followed in submitting queries, and other details
about responses to queries and the pre-bid meeting.
CHIEF EXECUTIVE OFFICER KARNATAKLAKE CONSERVATION AND DEVELOPMENT AUTHORITY
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 10 of 55 Bid Document
KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY
PROJECT
BIO-DIVERSITY PARK AT MADIWALA LAKE
BID DOCUMENTS [National Competitive Bidding(NCB)]
Upgradation of 4 MLD Sewage Treatment Plant at
Madiwala Lake
INSTRUCTIONS TO BIDDERS (ITB)
JANUARY2016
CHIEF EXECUTIVE OFFICER;
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY 2NDFLOOR, PARISARA BHAVAN,
CHURCH STREET, BANGALORE – 560 009,
KARNATAKA,INDIA
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 11 of 55 Bid Document
SECTION 1 – INSTRUCTIONS TO BIDDERS
TABLE OF CONTENTS
a. GENERAL ............................................................................................. 1
1. Scope of Bid ........................................................................... 1 2. Source of Funds ...................................................................... 1 3. Eligible Bidders ....................................................................... 2
4. Eligible Equipment and Services ................................................ 2 5. Qualification of the Bidder ........................................................ 2
6. One Bid per Bidder .................................................................. 3 7. Cost of Bidding ........................................................................ 3 8. Site Visit ................................................................................... 3
b. BIDDOCUMENTS ................................................................................... 4
9. Content of Bid Documents .......................................................... 4
10. Clarification of Bid Documents ................................................... 5 11. Amendment of Bid Documents .................................................... 5
c. PREPARATION OF BIDS .......................................................................... 5
12. Language of Bid ........................................................................ 5
13. Documents Comprising the Bid ................................................... 6
14. Bid Prices ................................................................................. 7 15. Currencies of Bid and Payment ……………………………………………………… 8
16. Bid Validity……………………………………………………………………………………….. 9 17. Bid Security …………………………………………………………………………………….. 9
18. Alternative Proposals by Bidders ……………………………………………………. 10 19. Pre-Bid Meeting ………………………………………………………………………………… 10 20. Format and Signing of Bid ……………………………………………………………… 11
d. SUBMISSIONOF BIDS ........................................................................ ..11
21. Sealing and MarkingofBids……………….…………………………………………… 11
22. Deadline for Submission of Bids ……………………………………………………. 12
23. Late Bids …………………………………………………………………………………………. 13
24. Modification and Withdrawal of Bids………………………………………………. 13
e. OPENING AND EVALUATION OF TECHNICAL PROPOSALS .......................... 13
25. Opening of Technical Proposals .................................................. 13 26. Process to be Confidential ......................................................... 14
27. Preliminary Examination of Technical Proposals and
Determination of Responsiveness ............................................... 14 28. Evaluation and Comparison of Technical Proposals ................... 14
29. Clarification of Technical Proposal ………………………………………………… 15 30. Invitation to Attend Opening of Price Proposals………………….……..… 15
f. OPENING AND EVALUATION OFPRICEPROPOSALS …………………………………… 16
31. Opening of Price Proposals ........................................................ 16
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 12 of 55 Bid Document
32. Process to be Confidential ......................................................... 16 33. Preliminary Examination of Price Proposals and
Determination of Responsiveness …………………………………………….16 34. Clarification of Price Proposals ................................................... 16 35. Correction of Errors .................................................................. 17
36. Conversion to Single Currency ................................................... 17
37. Evaluation and Comparison of Price Proposals ............................. 17 38. Domestic Preference ................................................................. 19
g. AWARD OF CONTRACT .......................................................................... 19
39. Award .......................................................................................... 19
40. Employer's Right to Accept any Bid and to Reject Any or All Bids ... 19 41. Notification of Award .................................................................... 19 42. Signing of Agreement ............................................................... 20 43. Performance Security ........................................................................................... 20
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 13 of 55 Bid Document
SECTION 1
INSTRUCTIONTOBIDDERS
a. GENERAL
1.Scope of Bid 1.1 The Karnataka Lake Conservation and Development Authority
(KLCDA),through the CHIEF EXECUTIVE OFFICER(KLCDA),
Bangalore (hereinafter referred to as the Employer), wishes to
receive bids for Design, Supply, Construction, Installation,
Testing, Commissioning, and subsequently Operation and
Maintenance for a period of seven (7) years of the Works as
defined in the Invitation for Bids.
1.2 The successful bidder will be required by contract to complete the
Design, Construction, Installation, Testing, and Commissioning of
the Works within Twelve (12) months from the Commencement
Date and shall thereafter provide O&M services for seven (7)years.
2. Source of Funds 2.1 The KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY (KLCDA), is the Executing
Agency, for upgrading the present 4MLD capacity STP under
construction of Bio-diversity Park at Madiwala lake project. As
for the remaining portion mainly the Operation and Maintenance
expenses of the upgraded Sewage Treatment Plant,
KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY will take appropriate measures
for finance.
Based on the recommendation of Karnataka Knowledge
Commission, the Government of Karnataka has approved the
project and given administration approval vide its Order No.FEE
80 ENV 2015, dated 07.10.2015 for development of Bio-
diversity Park at Madiwala lake for the year 2015-16. It was
decided that the agency in the state for administering the project
was KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY (KLCDA), who should
implement and maintain the project as per the advice of Prof
Babu, New Delhi. The total estimated budget for implementation
of the Bio-diversity Park at Madiwala lake works out to Rs.24.72
crores. In the said project, provision has been made for
upgradation of present 4MLD STP at Madiwala lake with an
project estimatedcost of Rs.12.0 Crores.
2.2 Technical Committee KLCDA (TC KLCDA) requires that
bidders and contractors, as well as KLCDA, under contract
is funded with Government Approved Sanctions observe the
highest standard of ethics during the procurement and execution
of such contracts. In pursuance of this policy, KLCDAwill;
a. reject a proposal for award if it determines that the bidder
recommended for award has engaged in corrupt or
fraudulent practices in competing for the contract in
question and
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 14 of 55 Bid Document
b. recognize a contractor as ineligible, for a period
determined by TC KLCDA, to be awarded a contract
funded with Government Approved Sanctions if it at any
times determines that the contractor has engaged in corrupt
or fraudulent practices in competing for, or in executing,
another contract funded with Government Approved
Sanctions.
3. EligibleBidders 3.1 This Invitation to Bid is open to Eligible Bidders only. Eligible
bidders are those that meet both of the following requirements:
The Bidder shall be from the eligible source country INDIA,
and
The Bidder (applies to all members in case of a joint venture)
shall not be one of the following:
(i) A firm or an organization which has been engaged by the
Employer to provide consulting services for the preparation related
to procurement for or implementation of this project
(ii) An associate or affiliate (inclusive of parent firm) of a firm or an
organization that falls under sub-clause (b)(i)above
(iii)A firm or an organization who lends, or temporarily seconds its
personnel to firms or organizations which are engaged in
consulting services for the preparation related to procurement for
or implementation of the project, if the personnel would
be involved in any capacity on the same project.
3.2 Each bidder (all members in case of a joint venture) shall provide
a
statement that it complies with Clause 3.1 in all respects and provide
such further evidence of their eligibility as the Employer may
reasonably require.
4.Eligible Equipment 4.1 Eligible source Country is INDIA only.
and Services
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 15 of 55 Bid Document
5. Qualification oftheBidder 5.1 To be qualified for award of Contract, bidders shall be required
to satisfy all of thefollowing:
(a) meet the eligibility criteria described in Clause 3above;
(b) submit an original written power of attorney authorizing
the signatory of the bid to commit the bidder to bid for this
contract;
(c) submit all requisite information with documentary
evidence as required and set out in Schedule I:
Qualification Criteria, Section 6: Technical Schedules,
Volume 2 of Bid Documents, clearly demonstrating that
the bidder meets all the Qualification Criteria specified.
The bidding and evaluation process is based on ‘Initial Filter’
and the bid which meets the Qualification Criteria set down in
Section 6: Technical Schedules will only be taken up for further
evaluation.
5.2 Bids submitted by a joint venture of two or more firms as
partners shall comply with the followingrequirements:
(a) the bid, and in case of the successful bid, the Form of
Agreement, shall be signed so as to be legally binding on
all partners;
(b) one of the partners shall be authorized to be in charge and
this authorization shall be evidenced by submitting a
power of attorney signed by legally authorized signatories
of all the partners;
(c) the partner-in-charge shall be authorized to incur
liabilities, receive payments, and receive instructions for
and on behalf of any or all partners of the joint venture for
the entire execution of the contract;
(d) all partners of the joint venture shall be jointly and
severally liable for the execution of the Contract in
accordance with the Contract terms, and a statement to
this effect shall be included in the authorization mentioned
under (b) above as well as in the Bid Form and the Form
of Agreement (in case of a successful bid);
(e) a copy of the agreement entered into by the joint venture
partners shall be submitted with the Technical Proposal;
(f) the bid shall include all the information listed in Sub-
clause 5.1above.
6. One Bidper Company 6.1 Each individual company may participate in only one bid by
itself or as a partner in a joint venture. Further, no company may be a subcontractor on one bid while participating in another bid individually or as a partner of a joint venture in the same
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 16 of 55 Bid Document
bidding process. However, a company may participate in more
than one bid if its role in all the bids is that of a subcontractor.
Any company violating these restrictions as well as all bids
associated with such company will be automatically
disqualified.
7. Cost ofBidding 7.1 The bidder shall bear all costs associated with the preparation
and submission of its bid and the Employer will in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the tendering process.
8. Site Visit 8.1 The bidder is advised to visit and examine the Site(s) of the
Works and surroundings and obtain for itself on its own
responsibility and at its own expense, all the information that
may be necessary for preparing the bid and entering into this
contract. The bidder agrees that missing or incomplete
information in the Bid Documents shall not be entertained as a
basis for any type of claim by thebidder.
8.2 The bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands
for the purpose of such inspection, but only upon the express
condition that the bidder, its personnel, and agents, will release
and indemnify the Employer and its personnel and agents from
and against all liability in respect thereof and will be responsible
for death or personal injury, loss of or damage to property, and
any other loss, damage, costs or expenses incurred as a result of
the inspection.
8.3 The Employer may conduct a Site Visit concurrently with the
Pre-Bid Meeting referred to in Clause19.
B. BID DOCUMENTS
9. Content of Bid Documents 9.1 The bid documents consist of the components listed below, and
should be used in conjunction with any Addenda issued in
accordance with Clause 11:
Volume 1 : General Requirements Invitation for Bids
Section 1: Instructions to Bidders Section 2: Part I – General Conditions Section 3: Appendix to Tender Section 8: Sample Forms
Volume 2 : Employer’s Requirements
Section 4: Technical Specification
Section
Section 6
5A: Form of Technical Proposal
Technical Schedules
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 17 of 55 Bid Document
Volume 3: Price Proposal
Section 5B: Form of Price Proposal
Section 7 Schedule of Prices & Schedule of Payments
Volume 4: Drawings
Drawings
9.2 The bidder is expected to examine carefully the contents of the
bid documents. Failure to comply with the requirements of bid
submission will be at the bidder’s own risk. Pursuant to Clause
28, bids which are not substantially responsive to the
requirements of the Bid Documents will be rejected.
10. Clarification of Bid Documents
9.3 Bidders are informed that the site investigation (topographical survey, geotechnical investigations, high flood level, etc. but not be limited to this) information which may be provided is general informational purposes only and the Employer does not warrant either its accuracy or adequacy. Bidders agree that they may choose to use this information in preparing their bids at their own risk and no claims of any kind will be allowed based on this information. Bidders are responsible for obtaining on their own any and all site information they deem necessary in order to prepare theirbids.
10.1 A prospective bidder requiring any clarification of the bid
documents may notify the Employer in writing by post or by fax
(hereinafter, the term “fax” is deemed to include electronic
transmission such as facsimile, cable, e-mail and telex) at the
Employer’s address indicated in the Invitation for Bids. The
Employer will respond to any request for clarification which it
receives not later than Three (3) working days prior to the day of
Pre Bid Meeting. Bidder shall use Bidder Query Form as given
in Section 8, Volume 1 of the Bid Document for sending their
queries. Copies of the Employer’s response will be forwarded to
all purchasers of the Bid Documents, including a description of
the inquiry, but without identifying its source.
11. Amendment of Bid
Documents
11.1 At any time prior to the deadline for submission of bids, the
Employer may, for any reason, whether on its own initiative or
in response to a clarification requested by a prospective bidder,
modify the Bid Documents by issuing addenda.
11.2 Any addendum thus issued shall be part of the Bid Documents
pursuant to Sub-Clause 9.1, and shall be communicated in writing or by fax to all purchasers of the Bid Documents. Prospective bidders shall acknowledge receipt of each addendum by fax to the Employer within one working day of receipt. Submission of a bid shall be deemed acknowledgement by bidder of all addenda issued, regardless of whether or not bidder explicitly acknowledges each addendum.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 18 of 55 Bid Document
11.2 To afford prospective bidders reasonable time in which to take
an addendum into account in preparing their bids, the Employer
may extend the deadline for submission of bids, in accordance
with Clause22.
C. PREPARATION OF BIDS
12. Language of Bid 12.1 The bid and all correspondence and documents related to the bid
exchanged between the bidder and the Employer shall be written
in the English language.
12.2 In case of any of the submitted documents, like Power of
Attorney, Letter of Acceptance, Work Order, Work Completion
Certificate and /or Experience Certificate etc; are in a language
other than English, then notarized English translation of the
documents shall also be submitted along with the original
documents. The English translation shall include an affidavit of
the translator regarding the literal conformity of the transcript
with the original text. Such document shall be authenticated by
the Embassy / Consulate of that country inIndia.
12.3 For all purposes of bid the translation as mentioned in the
preceding sub paragraph above shall govern.
13. Documents in the Bid 13.1 The bid submitted by the bidder shall comprise two ways – one
through e-portal ( Technical & Price bids separately) and second
in two envelopes submitted simultaneously, both containing only
the Technical Proposal ( two copies).
13.2 The Technical Proposal shall comprise: Volume 1: General
Requirements, Volume 2: Employer’s Requirements, covering
the fully completed Technical Specifications Section 6
Technical Schedules, and Volume 4: Drawings. Without limiting
the generality of the foregoing, the hard copy of Technical
Proposal shall include but not be limited to following:
(i) Proof of Bid Security in a separate envelope;
(ii) Original of the Power of Attorney for authorized signatory
for this bid;
(iii) Fully completed Schedules in Volume 2 Section 6;
including the required qualification information.
(iv) Bid Form for Technical Proposal, signed by the authorized
signatory;
(v) Appendix to Tender, signed by the authorized signatory;
(vi) In the case of Joint Ventures, a copy of the agreement
entered into by the joint venture partners.
(vii) Statements from the bidder (and each member of a joint
venture) in accordance with clause3.2;
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 19 of 55 Bid Document
(viii) The portions of the Original Bid Documents issued by the
Employer related to the Technical Proposal, duly stamped
and initialed by the authorized signatory.
(ix) Any other information/data required to be submitted in the
Technical Proposal by the bidders in accordance with
these Instructions to Bidders.
13.3 The Price Proposal shall comprise the fully completed Volume -
3: Price Proposal. Without limiting the generality of the
foregoing, the Price Proposal shall include but not be limited to
the following:
(i) Bid Form for Price Proposal signed by the authorized
signatory;
(ii) Schedule of Prices and Schedule of Payments;
(iii) Portions of the original Bid Documents issued by the
Employer related to the Price Proposal, duly stamped and
initialed by the authorized signatory.
(iv) Any other information /data required to be submitted in
the Price Proposal by bidders in accordance with these
Instructions to Bidders.
13.4 The Bid Form, Appendix to Tender, and unit rates and price shall
be filled-in without exception, subject to extensions thereof in
the same format.
14. Bid Prices 14.1 Unless stated otherwise in the Bid Documents, the Contract
shall be for the entirety of the Works on a ‘single point
responsibility’ basis such that the total bid price covers all the
Contractor’s obligations mentioned in or that may be reasonably
inferred from the Bid Documents, including but not limited to
design, submittals, resubmittals as necessary, procurement,
delivery, construction, installation, testing, commissioning,
subcontract administration and execution if any, and operation
and maintenance of the Works for the period specified in Sub-
Clause 1.2, all in accordance with the conditions of the contract.
14.2 The bidder shall give break down of prices in the manner and
detail called for in the Schedules of Prices. The Bidder shall fill
in unit rates and prices for all items of the Works described in
the Schedule of Prices. Items against which no rate or price is
entered by the bidder will still be required to be provided by the
Contractor as part of the complete Works but will be deemed
covered by Contractor elsewhere under other rates and prices
and will not be paid for by the Employer when executed.
14.3 The bidders expressly represent and warrant that they are
familiar with the Tax laws of India. In the various Schedule of
Prices, Bidders shall give required details and breakdown of
their prices including all duties, taxes and other levies and
charges payable by the Contractor under the Contract, as of the
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 20 of 55 Bid Document
date 28 days prior to the deadline for submission of bids. Details
of price breakdown to be provided include but are not limited to
the following:
(a) Civil Works, Installation, and Other Services shall be
quoted separately (Schedule B of Prices ) and shall include
rates or prices for all labour, Contractor's equipment,
temporary works, materials, consumables, and all matters
and things of whatsoever nature necessary for the proper
execution of the Civil Works, Installation, and Other
Services;
(b) Plant and Equipment supplied from within the Employer's
country (Schedule C of Prices ) shall be quoted and shall
be inclusive of all costs as well as duties and taxes paid or
payable on components and raw materials incorporated or
to be incorporated in the item. As well as the cost of
transportation from the point of supply up to the Site
inclusive insurance, erection, commissioning and
operation and maintenance.
(c) Operation and Maintenance of the Works (Schedule E of
Prices)shall be quoted on a monthly basis and shall
include all costs of electricity, labour, chemicals, spare
parts, consumables, fuel, and all other matters and things
of whatsoever nature, including but not limited to local
transportation, taxes, insurance and any other services
which are required for operating and maintaining the
Works in accordance with the Employer’s Requirements,
(d) The bidder in his estimation shall include a
PROVISIONAL SUM (estimation indicated in Schedule D
of Price) for the Electrical connection to be provided by
BESCOM for the additional power requirement for the
proposed Upgraded 4MLD STP at Madiwala Lake. The
Provisional sum payable to self-execution by the Bidder/
Contractor shall be 5% more than the approved BESCOM
estimate for the proposed work involved in providing the
electrical inputs to the MCC room
15. Currencies of Bid and
Payment
The unit rates and the prices shall be quoted by the bidder in
INDIAN RUPEES only.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 21 of 55 Bid Document
16. Bid Validity 16.1 Bids shall remain valid for a period of 90 days after the date of
bid opening of Technical proposal specified in Clause25.
16.2 In exceptional circumstances, prior to expiry of the original bid
validity period, the Employer may request that the bidders
extend the period of validity for a specified additional period.
The request and the responses thereto shall be made in writing
by mail or by fax. A bidder may refuse the request without
forfeiting its bid security. A bidder agreeing to the request will
not be required or permitted to modify its bid, but will be
required to extend the validity of its bid security for the period
of the extension, and in compliance with Clause 17 in all
respects.
17. Bid Security 17.1 The bidder shall furnish, as part of its bid, a Bid Security in the
amount of INR 12,00,000.00 (Indian Rupees twelve lacs only),
as per e-portal.
17.2 Any bid not accompanied by an acceptable bid security shall be
rejected by the Employer as non-responsive
17.3 The bid securities of unsuccessful bidders will be returned as
promptly as possible, but not later than 28 days after the expiry
of the period of bid validity.
17.4
The bid security of the successful bidder will be returned when
the bidder has signed the Contract Agreement and furnished the
required performance security.
17.5 The bid security may beforfeited:
(a) if the bidder withdraws its bid during the period of bid
validity;or
(b) if the bidder does not accept the correction of its bid price,
pursuant to Sub-Clause 35;or
(c) in the case of a successful bidder, if it fails within the
specified time limitto:
(i) sign the Agreement,or
(ii) furnish the required performance security,or
(d) if the bidder is determined, at any time prior to the award
of contract, to have engaged in corrupt or fraudulent
practices in competing for theContract;
18. Alternative Proposals by
Bidders 18.1 Bidders shall submit offers which comply with the Bid
Documents, including the basic technical design as indicated in
the Drawings and Specifications. The attention of bidders is
drawn to the provisions of Clause 28 regarding rejection of bids
which are not substantially responsive to the requirements of
the Bid Documents.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 22 of 55 Bid Document
19. Pre-Bid Meeting 19.1 The bidder or its designated representative is invited to attend a
pre-bid meeting, which will take place at:
Office of the CHIEF EXECUTIVE OFFICER, KARNATAKALAKE CONSERVATION AND DEVELOPMENT AUTHORITY , No.49, Parisara Bhavan,
2nd
Floor, Church , Bangalore -
560001. Karnataka,INDIA
Tel: 91-(080) 25590098 Fax: 91-(080)25550698
e-mail:[email protected]
on the date and at the time given in the Invitation for Bids..
19.2 The purpose of the meeting will be to clarify issues and to
answer questions on any matter that may be raised at that stage.
19.3 Bidders may submit any queries in writing by post or by fax
(hereinafter, the term “fax” is deemed to include electronic
transmission such as facsimile, cable, e-mail and telex) to reach
the Employer not later than 3 (Three) working days before the
meeting. All queries shall be submitted using the Bidder Query
Form provided in Section 8 of this Volume 1. Bidders shall
submit the queries by e-mail in editable Microsoft Word format
preferably and also submit the same file in Adobe PDF format.
In addition, bidders shall submit a hard copy of the same file by
post orfax.
19.4 Minutes of the pre-bid meeting, including the text of the
questions raised and the responses given, will also be
transmitted without delay to all purchasers of the Bid
Documents. Any modification of the Bid Documents listed in
Sub-Clause 9.1 which may become necessary as a result of the
pre-bid meeting shall be made by the Employer exclusively
through the issue of an Addendum pursuant to Clause 11 and not
through the minutes of the pre-bid meeting.
19.5 Bidders are advised to attend the pre-bid meeting. However,
non-attendance at the pre-bid meeting will not be a cause for
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 23 of 55 Bid Document
disqualification of a bidder. Bidders who do not attend the pre-
bid meeting assume the responsibility to comply with
modifications to the Bid Documents mentioned in sub-Clause
19.4 above and which are communicated through an Addendum
pursuant to Clause 11.
20. Format and Signing of
Bid 20.1 The bid shall contain no alterations, deletions, or additions,
except those to comply with instructions issued by the
Employer, or as necessary to correct errors made by the bidder,
in which case such corrections shall be numbered and initialed
by the person or persons signing the bid.
D. SUBMISSION OF BIDS
21. Sealing and Marking of
Bids 21.1 The bidder shall submit the Technical Proposal and also Price
Proposal independently in electronic form by uploading to
the electronic tender box on the website
https://www.karnataka.gov.in/ldakarnataka.
21.2 Additionally the bidder shall also seal the original Technical
Proposal and the copy of the Technical Proposal in separate
sealed envelopes, clearly marking each one as “ORIGINAL –
TECHNICAL PROPOSAL” and “COPY – TECHNICAL PROPOSAL”
as appropriate. These envelopes shall be placed in another
sealed envelope, clearly marked with “ORIGINAL AND COPY OF
TECHNICAL PROPOSAL”. The original Bid Security shall be
placed in a separate sealed envelope within the envelope for the
Original Technical Proposal and a copy of the Bid Security
shall be placed in a separate sealed envelope within the
envelope containing the Copy of the Technical Proposal.
21.3 The fully completed price proposal in electronic form shall be
submitted by uploading to the website. All price proposals will
remain stored in a Time Stamped, electronically sealed tender
box. Electronic submission of price proposals will require a
Digital Certificate, which all bidders must obtain per
Information Technology Act 2000 of India.
21.4 When a bidder submits the price proposal, the system will
automatically generate a Time Stamp that will acknowledge the
submission by the bidder.
21.5 All pages of the documents shall be stamped and signed by the
authorized signatory of the bidder, in accordance with Clause
20. The documents shall be enclosed with original or copy of
the Technical Proposal as described in Clause 13.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 24 of 55 Bid Document
21.6 The outer envelope of Technical Proposal shall:
(a) be addressed to the Employer at the following address:
Office of the CHIEF EXECUTIVE OFFICER, KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY , No.49, Parisara Bhavan,
2nd
Floor, Church Street ,
Bangalore -560001.
Karnataka,INDIA
Tel: 91-(080) 25590098 Fax: 91-(080)25550698
e-mail:[email protected]
(b) bear the following identification:
Bid for: KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY PROJECT BIO-
DIVERSITY PARK AT MADIWALA LAKE
Bid Reference Number: KLCDA/Mdl.Lake-
STP/ Tender/Notification/2015-16/1031
Contract No.: ………. INDENT NO. 3
Name of Contract: ………. BIO-DIVERSITY PARK
AT MADIWALA LAKE
STP in Contract: UPGRADATION OF THE 4 MLD STP
AT MADIWALA LAKE
DO NOT OPEN BEFORE: 15.03.2016; 11.00 HOURS
21.7 In addition to the identification required in Sub-Clause 21.1, the
outer envelope shall indicate the name and address of the
bidder to enable the bid to be returned unopened in case it is
declared “late” pursuant to Clause23.
21.8 If the outer envelope is not sealed and marked as above, the
Employer will assume no responsibility for the misplacement or
premature opening of thebid.
22. Deadline for Submission
of Bids 22.1 The bids must be received by the Employer at the address
specified above not later than the time and date mentioned in the
Invitation for Bids.
22.2 The Employer may, at its discretion, extend the deadline for
submission of bids by issuing an addendum in accordance with
Clause 11, in which case all rights and obligations of the
Employer and the bidders previously subject to the original
deadline will thereafter be subject to the deadline as extended.
23. Late Bids 23.1 Any bid received by the Employer after the deadline for
submission of bids prescribed in Clause 22 will be rejected and
will be returned unopened to the bidder.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 25 of 55 Bid Document
24. Modification and
Withdrawal of Bids 24.1 The bidder may modify or withdraw its bid after bid
submission, provided that written notice of the
modification or withdrawal is received by the
Employer prior to the deadline for submission of
bids.
24.2 Modification of bids will not be permitted after the
deadline for submission of bids.
24.3 Withdrawal of a bid during the interval between the
deadline for submission of bids and the expiration of
the period of bid validity specified in the Form of Bid
may result in the forfeiture of the bid security pursuant
to Clause 17.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 26 of 55 Bid Document
E. OPENING AND EVALUATION OF TECHNICAL PROPOSAL
25. Opening of
Technical Proposals
25.1 The Employer will open the Technical Proposals, including
modifications made pursuant to Clause 24, in the presence of
bidders' representatives who choose to attend, at 11.00 hrs on
the date of opening of bids, as provided in Sub-Clause 22.1, at
the address given in Sub-Clause 21.5 The bidders'
representatives who are present shall sign a register evidencing
their attendance.
25.2 The Price Proposal will remain unopened and will be held in
the custody of the Employer until the time of bid opening of
the Price Proposals. The time, date and location of the bid
opening of the Price Proposals will be intimated in writing by
post or by fax by the Employer.
25.3 Envelopes marked "WITHDRAWAL" or “MODIFICATION”
shall be opened and first Bids for which an acceptable notice of
withdrawal has been submitted pursuant to Clause 24 shall not
be opened.
25.4 The bidders’ names, bid modifications and withdrawals, and the
presence or absence of the requisite bid security and such other
details as the Employer may consider appropriate, will be
announced and recorded by the Employer at the opening.
25.5 The Employer shall prepare minutes of the bid opening,
including the information disclosed to those present in
accordance with Sub-Clause 25.4.
26. Process to be
Confidential
26.1 Information relating to the examination, clarification,
evaluation and comparison of bids and recommendations for
the award of a contract shall not be disclosed to bidders or any
other persons not officially concerned with such process until
the successful bidder is announced. Any effort by a bidder to
influence the Employer’s processing of bids or award decisions
may result in rejection of the bidder’s bid.
27. Preliminary
Examination of
Technical Proposals and
Determination of
Responsiveness
27.1 Prior to the detailed evaluation of bids, the Employer will
Determine whether each bid (i) meets the eligibility criteria of TC
KLCDA; (ii) has been properly signed; (iii) is accompanied by
the required securities; (iv) Qualification criteria to the
requirement of the bidding document; (v) provides any
clarification and /or substantiation that the Employer may
require pursuant to Clause 29.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 27 of 55 Bid Document
27.2 Qualification criteria
(i) qualification information submitted in Schedule I of
the Technical Schedules (Volume 2: Section 6) in
relation to the minimum qualification criteria given
in the Bid Documents.
(ii) an affirmative determination will be a prerequisite
for the Employer to continue with the detailed
evaluation of the technical proposal; a negative
determination will result in rejection of the Bidder's
bid.
28. Evaluation and
Comparison of
Technical
Proposals
28.1 The Employer will carry out a detailed evaluation of the bids
which have satisfactorily met the requirement of clause 27
above in order to determine whether the bidders are qualified
and whether the technical aspects are substantially
responsive to the requirements set forth in the Bid
Documents. In order to reach such a determination, the
Employer will examine the information supplied by the
bidders in relation to the requirements specified in the Bid
Documents. Bid with minimal foot print and power
consumption values shall be preferred.
28.2 Technical Aspect
(i) overall completeness and compliance with the
Employer's Requirements including those described
in Sub-Clauses 5.1 (b), 5.2 and 13.2, as well as such
other information as the Employer deems relevant to
determining the technical merits of the plant and
equipment offered.
(ii) Submission of a realistic Construction Program
which complies with the time schedule called for in
the Appendix to Bid Document.
(iii) adequacy, merit, and compliance of information
provided in the Technical Schedules (Schedules III –
XI); including but not limited to the Proposed Plant
Details, Instrumentation and Control Equipment,
Electrical Works, Operating Details, Subcontractors,
Quality Assurance and Quality Control Plan,
Environmental Management Plan, Safety Plan, and
Functional Guarantee(s);
(iv) any deviations proposed to the Technical
Specifications (Schedule XII).
28.3 A substantially responsive bid is one which conforms to all the
terms, conditions, and specifications of the Bid Documents,
without material deviation or reservation. A material deviation
or reservation is one (i) which affects in any substantial way the
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 28 of 55 Bid Document
s
c
o
p
e
,
s
scope, quality, or performance of the Works; (ii) which
limits in any substantial way, inconsistent with the Bid
Documents, the Employer’s rights or the bidder’s
obligations under the Contract; or (iii) whose rectification
would affect unfairly the competitive position of the other
bidders presenting substantially responsive bids
.
If a bid is not substantially responsive, it will be rejected by the
Employer, and may not subsequently be made responsive by
correction or withdrawal of the non-conforming deviation or
reservation.
28.4 The Employer wishes to clarify that regardless of the contents of
a bid, the successful Bidder shall be required to conform in all
respects to the requirements of the Contract, and all proposals
shall be subject to the approval of the Engineer. Acceptance of
the Bidder’s proposal for the purposes of bid evaluation and
award of tender shall not be construed as approval by the
Employer. All details will subsequently be subject to the
approval of the Engineer during execution of the Contract. No
claim for additional payments shall be entertained, other than in
accordance with the Contract.
29. Clarification of
Technical
Proposals
29.1 The Employer may request any Bidder to provide further
information on any matters, technical or otherwise, where the
Employer requires clarification to be made to the Technical
Proposal. The request for clarification and the response shall be
in writing by post or by fax, but no change in the price or
substance of the bid shall be sought, offered, or permitted. The
request shall be answered promptly within the time stipulated in
the request. Failure to respond promptly may result in the
Technical Proposal being deemed not to be substantially
responsive.
30. Invitation to Attend
Opening of Price
Proposals
30.1 At the end of the evaluation of Technical Proposals by the
Employer, the Employer will invite bidders who have submitted
substantially responsive Technical Proposals and who have
been determined as being qualified for award to attend the bid
opening of the Price Proposals. Bidders shall be given
reasonable notice of the date and time of opening of the Price
Proposals.
30.2 Subsequently, the Employer will notify Bidders that have been
rejected on the grounds of Qualification Criteria and or
Technically substantially non-responsive to the requirements of
Bid Documents in writing and their Price Proposals will remain
unopened and be returned to the bidders.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 29 of 55 Bid Document
31. Opening of
Price Proposals
F. OPENING AND EVALUATION OF PRICE PROPOSALS
31.1 The Employer will open the Price Proposals of all
bidders who have submitted substantially responsive Technical Proposals at advised time, date, and location that will be intimated to the
bidders. The bidders’ representatives who are present shall sign a register evidencing their
attendance.
31.2 The bidders’ names, the bid prices, the total amount of each bid, any discounts, and such other
details as the Employer may consider appropriate, will be announced and recorded by the Employer
at the opening. Any bid price or discount which is not announced and recorded at the opening of
Price Proposals will not be taken into account in bid evaluation. The bidders’ representatives who are present will be required to sign the record.
31.3 The Employer shall prepare minutes of the bid
opening, including the information disclosed to those present in accordance with Sub-Clause 31.2. After the contract is determined, the names of all bidders,
their bid prices, the name and address of the successful bidder may be made public by TC KLCDA.
32. Process to
be
Confident-
ial
32.1 Information relating to the examination,
clarification, evaluation, and comparison of Price Proposals and recommendations for the award of a contract shall not be disclosed to bidders or any
other persons not officially concerned with such process until the successful bidder is announced.
Any effort by a bidder to influence the Employer’s processing of bids or award decisions may result in rejection of the bidder’s bid.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 30 of 55 Bid Document
33. Preliminary
Examination of
Price Proposals and
Determination of Responsiveness
33.1 Prior to the detailed examination of the Price
Proposals, the Employer will determine whether each opened bid (i) has been properly signed; and
(ii) is substantially responsive to the requirements of the Bid Documents.
33.2 A substantially responsive bid is one which conforms to all terms, conditions, and
requirements of the Bid Documents without material deviation or reservation. A material
deviation or reservation is one (i) which affects in any substantial way the scope, quality, or performance of the Works; (ii) which limits in any
substantial way, inconsistent with the Bid Documents, the Employer’s rights or the bidder’s
obligations under the Contract; or (iii) whose rectification would affect unfairly the competitive position of the other bidders presenting
substantially responsive bids.
33.3 If a Price Proposal is not substantially responsive it will be rejected by the Employer, and may not subsequently be made responsive by correction or
withdrawal of the nonconforming deviation or reservation.
34. Clarification of
Price Proposals
34.1 To assist in the examination, evaluation, and
comparison of Price Proposals, the Employer may, at its discretion, ask any bidder for clarification of its bid, including breakdowns of unit rates. The
request for clarification and the response shall be in writing by mail or by fax, but no change in the
price or substance of the bid shall be sought, offered, or permitted except as required to confirm the correction of any arithmetic errors discovered
by the Employer in the evaluation of the bids in accordance with Clause 35.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 31 of 55 Bid Document
35
5.
Correction of Errors 35.1 Price Proposals determined to be substantially
responsive will be checked by the Employer for any arithmetic errors. Arithmetic errors
will be rectified on the following basis. If there is a discrepancy between the unit rate and the
total cost per item that is obtained by multiplying the unit rate and quantity, the unit rate shall prevail and the total cost per item will
be corrected unless in the opinion of the Employer there is an obvious misplacement of
the decimal point in the unit rate, in which case the total price as quoted will govern and the unit rate will be corrected. If there is a discrepancy
between the total bid amount and the sum of total costs per item, the sum of the total costs
per item shall prevail and the total bid amount will be corrected. If the bidder has offered a discount expressed as a percentage of the
quoted price, such discount will be applied to the corrected bid price
.
35.2 The amount stated in the Form of Bid for Price Proposal will be adjusted by the Employer in
accordance with the above procedure for the correction of errors and shall be considered as binding upon bidder. If the bidder does not accept
the corrected amount of bid, his bid will be rejected, and the bid security may be forfeited in
accordance with sub-Clause 17.6(b).
36.
37. Evaluation and
Comparison of Price Proposals
NOT USED
37.1 The Employer will evaluate and compare only the bids determined to be substantially responsive in
accordance with Clause 33.
37.2 For plant and equipment, the comparison shall be
of the landed price of plant and equipment offered, (such price to include all costs as well as duties and taxes paid or payable on components
and raw material incorporated or to be incorporated in the plant and equipment), plus the
cost of local transportation, design, civil works, installation, operations and maintenance of the facilities,and all other services required under the
contract.The Employer's comparison will also include the costs resulting from application of the
evaluation procedures described in Sub- Clause
37.4
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 32 of 55 Bid Document
37.3 The Employer's evaluation of a bid will not take into account:
(i) any Provisional Sum items in the Schedule of
Prices where the Employer has pre-determined its value;or
However, in addition to the bid prices indicated in the Schedule of Prices, the evaluation will take
into account the following costs and factors which will be added to each Bidder's bid price in the evaluation using pricing information available to
the Employer in the manner and to the extent indicated in Sub- Clause 37.4
37.4 Pursuant to Sub-Clause 37.3, the following
evaluation methods will befollowed: (a) Time Schedule: The plant and equipment
covered by this bidding are required to be
shipped and installed and the facilities completed within the period specified in the Appendix to Tender. Bidders submitting bids
which deviate from the time schedule specified will be rejected.
(b) Operating costs: Since operating costs form a major part of the life cycle cost of the Works, these costs will be evaluated in accordance
with the methodology described in Sub-Clause 37.5 and 37.6.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 33 of 55 Bid Document
37.5 For the purposes of calculating the operating costs under Sub- clause 37.4 (b) above, plant operation
costs which may vary from bidder to bidder will be considered based upon the manpower cost,
chemical consumption cost and electricity usage charges of the plants and equipment which bidder proposes to supply and install as a part of the
Works, as per the data furnished in Section 6, Technical Schedule XI – Functional Guarantees of
the Plant, Volume 2: Employer’s Requirements of Bid Documents. The following procedure will be adopted for the purpose of arriving at the total
operating cost:
(i) for calculation of the estimated total cost of
electricity consumed by the Works, an electricity unit cost of Rs.5.50 per kWh will be used, which roughly equals the current rate
paid by similar works
(ii) a discount rate of eight percent (8%) per
annum which shall be used to discount to present value all future annual costs calculated for the specified periods.
37.6 The estimated cost of the operating cost loading
will be calculated in accordance with the methodology set out in Technical Schedule VI of Section 6. Bidders are encouraged to offer Plant
and equipment with high efficiencies and lower operating costs at the specified operating
conditions.
37.7 Land required for construction should also be
mentioned and will be counted for evaluation of bid.
37.8 The Employer reserves the right to accept or
reject any variations or deviations. The variations, deviations, and other factors offered in excess of the requirements of the Bid Documents or which
otherwise result in the accrual of unsolicited benefits to the Employer shall not be taken into
account in bid evaluation.
37.9 If the bid of the successful bidder is seriously
unbalanced in relation to or substantially above or below the Engineer’s cost estimate, the Employer
may require the bidder to produce detailed price analyses for any or all items of the Schedule of
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 34 of 55 Bid Document
Prices, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price
analyses, the Employer may require that the amount of the performance security set forth in
Clause 43 be increased at the expense of the successful bidder to a level sufficient to protect the
Employer against financial loss in the event of default of the successful bidder under the Contract.
G AWARD OF CONTRACT
38. Award 39.1 Subject to Clause 40, the Employer will award the
Contract to the bidder whose bid is determined to be substantially responsive to the Bid Documents and offers the Lowest Evaluated Bid Price, provided
that such bidder has been determined to be (i) eligible in accordance with the provisions of Sub-
Clause 3.1 and 4.1; (ii) qualified in accordance with the provisions of Clause 5; and has submitted a substantially responsive Technical Proposal in
accordance with Clauses 27, 28 and29.
39. Employer’s Right to Accept any Bid
and to Reject any or all Bids
39.1 Notwithstanding Clause 39, the Employer reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time
prior to award of Contract, without thereby incurring any liability to the affected bidder or
bidders or any obligation to inform the affected bidder or bidders of the grounds for the Employer’s action.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 35 of 55 Bid Document
40. Notification of Award 40.1 Prior to expiry of the period of bid validity prescribed
by the Employer, the Employer will notify the
successful bidder by fax and confirm by registered
letter that its bid has been accepted. This letter
(hereinafter and in the Conditions of Contract called
the “Letter of Acceptance”) shall name the sum
which the Employer will pay the Contractor
(hereinafter and in the Conditions of Contract called
“the Contract Price”) in consideration for the
Contractor’s full and complete performance of its
obligations under the Contracts
40.2
The notification of award will constitute the
formation of the Contract.
40.3 Upon the furnishing by the successful bidder of the required performance security, the Employer will
promptly notify the other bidders that their bids have been unsuccessful.
42. Signing of Agreement
42.1
At the same time that the Employer notifies the
successful bidder that its bid has been accepted, the Employer will send the bidder the Form of
Agreement provided in the Bid Documents, incorporating all agreements between the parties.
42.2 Within 14 days of receipt of the Form of
Agreement, the successful bidder shall sign the Form and return it to the Employer.
43. Performance Security 43.1 Within 28 days of receipt of the notification of award from the Employer, the successful bidder
shall furnish to the Employer a performance security in an amount specified in the Appendix to
Tender in accordance with the Conditions of Contract. The form of the Performance Security may be as described in Section 8 of Volume 1 of the
Bid Documents or some other form acceptable to the Employer may be used.
43.2 Failure of the successful bidder to comply with the
requirements of Clauses 42 or 43 shall constitute sufficient grounds for annulment of the award and forfeiture of the bidsecurity.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 36 of 55 Bid Document
KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY
PROJECT
BIO-DIVERSITY PARK AT MADIWALA LAKE
BID DOCUMENTS [National Competitive Bidding(NCB)]
Upgradation of 4 MLD Sewage Treatment Plant at
Madiwala Lake
Volume 1
SECTION 2 : GENERAL CONDITIONS
JANUARY2016
CHIEF EXECUTIVE OFFICER;
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY 2NDFLOOR, PARISARA BHAVAN,
CHURCH STREET, BANGALORE – 560 009,
KARNATAKA,INDIA
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 37 of 55 Bid Document
Section 2: General Conditions
These Conditions of Contract shall be governed by the KTPP ACT
Copies of the KTPP Act Conditions of Contract can be obtained from:
e-Portal of Karnataka Government
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 38 of 55 Bid Document
KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY
PROJECT
BIO-DIVERSITY PARK AT MADIWALA LAKE
BIDDOCUMENTS [National Competitive Bidding(NCB)]
Upgradation of 4 MLD Sewage Treatment Plant at
Madiwala Lake
Volume 1
SECTION 3 : APPENDIX TO TENDER
JANUARY2016
CHIEF EXECUTIVE OFFICER;
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY 2NDFLOOR, PARISARA BHAVAN,
CHURCH STREET, BANGALORE – 560 009,
KARNATAKA,INDIA
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 39 of 55 Bid Document
APPENDIX
[NOTE: With the exception of the items for which the Employer’s requirements have been inserted, the
following information must be completed before the Tender issubmitted].
Item Data
Employer’s Name and
Contact Information
Office of the CHIEF EXECUTIVE OFFICER,
KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY ,
No.49, ParisaraBhavan,2nd Floor,
ChurchStreet , Bangalore -560001.
Karnataka, INDIA
Tel: 91-(080) 25590098 Fax: 91-(080) 25550698
e-mail: [email protected]
Contractor’s
Address Name and [To be insertedbelow]
Engineer’s
Address Name and [To be notified later]
Time for Completion of
Works TWELVE (12) months (365Days) including mansoon
Operation and
Maintenance Period Seven (7) years, or 2555days.
Defects Notification
Period Defects Notification Period shall be 365days
Cost plus Profit Where the Contract allows for Cost Plus Profit, Five Percent (5%)
profit to be added to the Cost.
Section Section does not apply for this contract. The Works shall be fully
completed within the Time for Completion ofWorks.
Electronic
systems
transmission Facsimile transmission will be an acceptable form of electronic
transmission system.
As an alternate, E-mail will also be an acceptable form of electronic
transmission system, provided a signed hard copy of the entire contents
of the E-mail, including any attachments, is also received within
seven (7) days of the transmission of the E-mail.
Governing Law Law of the Republic of India
Ruling Language English
Language of
Communication
English
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 40 of 55 Bid Document
Item Data
Date of Access to Site 14 days after Commencement Date
Amount of Performance Security Ten (10) percent of the Accepted Works Contract Price.
The amount of performance security will be in INR
Return of Performance Security There exist two performance securities, one for "Works
contract" & other for "O&M Contract". Half of the
performance security of "Works contract "shall be released
after issue of “Taking Over Certificate”. The remaining half
of the Performance Security will be released to the
Contractor within 14 days of the issue of the "Works
Contract Completion Certificate" for the Works executed as
per Contract. The bidder shall submit performance security
of "O & M Contract" (Fifteen percent (15%) of "O & M
Contract price") prior to release of the remaining half
portion of Performance Security of "Works contract"
Deadline for Contractor to Notify
Engineer of Errors in the Employer’s
Requirements
Within 21 days from the Commencement Date.
Normal working hours 08:30 hrs to 17:30 hrs on all days of the week excluding
general holidays.
Delay Damages for Works 0.1% of the STP Works Contract Price per day for STP that is
delayed, in the same currency / currencies the Contract Price is
payable in.
Maximum amount of Delay
Damages forWorks
10% of the Works Contract Price.
Damages for Failure to Pass the
Tests on Completion.
See formulationsbelow
Effluent Quality: Failure to
achievethe specified effluent
quality requirement at the outlet of
the Discharge reservoir
Damages as Percent of the Works Contract Price for each
additional “quantum” (as defined below) of the effluent
quality parameter, or part thereof, beyond the specified
maximum concentration, present in the actual effluent
produced during the Tests on Completion:
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 41 of 55 Bid Document
Item Data
Parameter Specified
maximum
concentration
BOD 20 mg/l
TSS 50 mg/l
NH4-N 1mg/l
NO3-N 10mg/l
TP 1mg/l
Fecal Coliform 22 MPN/100ml
Percent of(STP)Works For each additional or
Contract Price part of parameter
1% 2 mg/l,BOD
1% 1 mg/l,TSS
1% 0.2 mg/l,NH4-N
1% 1 mg/l,NO3-N
1% 0.2 mg/l,TP
1% 2 MPN/100mL,
Fecal Coliform
For a given STP, Damages shall not exceed 2% of that
STP’s Works Contract Price. Further, all remedies other
than damages, including but not limited to construction of
additional facilities, additional equipment and repair
and/or replacement of the installed equipment shall
continue to be fully available to the Employer, and the
Employer may choose to invoke any or all of them at any
time in accordance with the terms of the Contract.
Effluent Quality: Failure to achievethe
specified effluent quality requirement at
the outlet of the Discharge Reservoir
during the Operation and Maintenance
(O & M )period
Parameter Specified
maximum
concentration
BOD 20mg/l
TSS 50 mg/l
NH4-N 1mg/l
NO3-N 10mg/l
TP 1mg/l
FecalColiform 22 MPN/100ml
Performance Damages as Percent of the O & M
Monthly payment, as Percent of the STP O & M
Monthly payment for STP that fails to pass the Tests
during O & M period for each additional “quantum” (as
defined below) of the effluent quality parameter, or part
thereof, beyond the specified maximum concentration,
present in the actual effluent produced during the Tests
on Completion:
Percent of (STP) O&M For
eachadditionalorMonthlypayment part ofparameter
2% 2mg/l,BOD
2% 1 mg/l,TSS
2% 0.2 mg/l,NH4-N
2% 1 mg/l,NO3-N
2% 0.2 mg/l,TP
2% 2MPN/100mL,
FecalColiform
For a given STP, Performance Damages shall not exceed
5% of that STP’s STP O & M Contract
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 43 of 55 Bid Document
Item Data
Price. Further, all remedies other than performance
damages, including but not limited to construction of
additional facilities, additional equipment and repair
and/or replacement of the installed equipment shall
continue to be fully available to the Employer, and the
Employer may choose to invoke any or all of them at
any time in accordance with the terms of the Contract.
Power Consumption:
Excess Damages payable by Contractor to Employer on
a monthly basis shall be equal to the actual cost of
the excess energy used for Operation and
Maintenance of the Works for the STP under the
Contract, based on the guaranteed consumption
provided by the Contractor under the relevant
Technical Schedules in Section 6 and the current
rates charged to the Employer for electricity
consumed. Such payable will be assessed for each
month during the O&M Period in which the actual
power consumption exceeds the guaranteed power
consumption calculated in the Technical Schedule
XI.
consumption of electrical energy for Operation and Maintenance of the
constructed Works for each STPand under the Contract.
Percentage for adjustment of
Provisional Sums
5% (five percent) of the actual price paid to cover all
costs, charges and profit with respect to the Costs of
works, supplies and services provided under the
Provisional sums.
Total advance payment 10% of the Works Contract Price, excluding any
Provisional Sums, payable against Bank Guarantee(s) in
the proportions of currencies in which the Works Contract
Price is payable.
Number and timings of installments Two(2).
Currencies and proportion Local Currency: Indian Rupee (Rs)
Start repayment of advance
payment
By deduction from the Interim Payments in accordance with the conditions set out in Section 3, Particular Conditions of Contract. Deductions of each installment of the advance will start from the Interim Payment for the 2
nd
(second) month following the month in which the advance was paid.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 44 of 55 Bid Document
Repayment amortization of advance
payment
Each installment of the advance payments shall be repaid in
10 (ten) equal monthly installments, each in the amount
of 10% of the amount of the mobilization advance until
such time as the advance payments shall have been fully
repaid.
Item Data
Percentage of retention 5% (five percent) of the amount of all Interim Payment
Certificates for the Works Contract portion of the Contract,
excluding any Provisional Sums.
Limit of Retention Money 5% (five percent) of the Works Contract Price, excluding
any Provisional Sums.
Plant and Materials for Payment
when delivered to site (a) Valves, sluice gates, pipes, pumpsblowers
(b) Centrifuge &Accessories,
(c) Micro filters andAccessories,
(d) DGsets,
(e) Cables, Central HMI and SCADASystem,
(f) miscellaneous equipment : Chemical Dosing
system, , flow meters and level indicatorsetc.,
Minimum Amount of Interim
Payment Certificate
1.5 % of the Accepted Works Contract Price.
Period of Submission of evidence:
(a) Evidence of insurance
(b) Relevant policies
60 days
90 days
Minimum amount of Insurance
third party insurance
Rs 2,00,000/- per occurrence with 10 number of
occurrences.
Limit of the Compensation for delays
or interruptions caused by the
Contractor
10 % of STP, O & M Contract Price
Limit of the Compensation for delays
or interruptions caused by the
Employer
10 % of STP, O & M Contract Price
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 45 of 55 Bid Document
KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY
PROJECT
BIO-DIVERSITY PARK AT MADIWALA LAKE
BIDDOCUMENTS [National Competitive Bidding(NCB)]
Upgradation of 4 MLD Sewage Treatment Plant at
Madiwala Lake
Volume 1
SECTION 8 : SAMPLE FORMS
JANUARY2016
CHIEF EXECUTIVE OFFICER;
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY 2NDFLOOR, PARISARA BHAVAN,
CHURCH STREET, BANGALORE – 560 009,
KARNATAKA,INDIA
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 46 of 55 Bid Document
SECTION 8: SAMPLEFORMS
Notes on Sample Forms
All Bidders shall complete and provide the Bid Security in accordance with the
requirements of the bidding documents.
Bidders should not complete the Forms of Agreement at this time. Only the
successful Bidder will be required to complete the Forms. The Forms of Agreement,
when finalized at time of contract award, will incorporate any corrections or
modifications to the accepted bid resulting from arithmetic corrections,
acceptabledeviations (time for completion, technical deviations, commercial
deviations, etc.), spare parts or quantity variations in accordance with the
requirements of the bidding documents.
The Form of Performance Security and Form of Advance Payment Security should
not be completed by the bidders at the time of bid preparation. Only the successful
Bidder will be required to provide these securities in accordance with the forms
indicated herein or in another form acceptable to the Employer.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY Volume I - General Requirements
Upgradation of 4MLD Sewage Treatment Plant at Madiwala Lake
Section 1: Instruction to Bidders Page 47 of 55 Bid Document
TABLE OF
CONTENTS
Description Pageno.
Bidder Query Form 3
Form of Statement form
compliance of 3.1 of ITB
5
Form of Bid Security 6
Form of Contract Agreement 7
Form of Performance Security 8
Form of Performance Security Operation and Maintenance
Period 9
Form of Advance Payment Security 10
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY
Upgradation of Sewage Treatment Plant at MadiwalaLake
Volume1–GeneralRequirements
Section 8: SampleForms Page 3 of10 Biddocument
BidderName:
Bidder Query Form
Query
No.
ClauseNo.
PageNo.
Bidder’sQueries
Response fromLDA
General
Technical
Process
Mechanical
Civil
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY
Upgradation of Sewage Treatment Plant at MadiwalaLake
Volume1–GeneralRequirements
Section 8: SampleForms Page 4 of10 Biddocument
Query
No.
ClauseNo.
PageNo.
Bidder’sQueries
Response fromLDA
Electrical
Instrumentation/Control/Automation
Financial /Commercial
Operation andMaintenance
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY
Upgradation of Sewage Treatment Plant at Madiwala Lake
Volume1–GeneralRequirements
Section 8: SampleForms Page 5 of10 Biddocument
FORM OF STATEMENT FOR COMPLIANCE OF PARA 3.1 OF ITB
(To be submitted by Bidder or each partner of a Joint venture)
Name of the Contract:Up-gradation of Sewage Treatment Plant at Madiwala Lake
The CHIEF EXECUTIVE OFFICER
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY ,
No.49, Parisara Bhavan, 2nd Floor, Church Street ,
Bangalore -560001. Karnataka, INDIA
Gentleman,
We (Name of the Bidder or Partner of Joint venture in case of JV) herby confirm our compliance to
Para3.1as eligible bidder to bid for this contract and as follows:
We confirm that we are from the eligible source country. We are not engaged by the Employer to
provide consulting services for the preparation related to procurement for or implementation of this
project. Any associates / affiliates of our organization are not engaged by the Employer to provide
consulting services for preparation related to procurement for implementation of this project. Our
organization shall not lend or temporarily seconds our personnel to provide consulting services for
preparationrelatedtoprocurementforimplementationoftheproject.
We further under take to provide such further evidence of our eligibility as you may reasonably require.
We are Gentlemen
Yours faithfully
Signature in the capacity of duly authorized to sign
bids for and on behalf of
Address:
Date: ,
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY
Upgradation of Sewage Treatment Plant at Madiwala Lake
Volume1–GeneralRequirements
Section 8: SampleForms Page 6 of10 Biddocument
FORM OF BID SECURITY
(BANK GUARANTEE)
WHEREAS, [Name of Bidder] (hereinafter called “the Bidder”)has
submitted his bid dated , 2016, [Date] for the Up-gradation of 4MLD
Sewage Treatment Plant at MADIWALA LAKE comprising of Design, Supply of Equipment,
Construction, Installation Testing and Commissioning of Sewage Treatment Plant comprising of all
Civil, Mechanical, Electrical and Instrumentation and SCADA works and Operation and Maintenance
of Sewage Treatment Plant for Seven (7)Years, under Contract No( )(herein after called “the Bid”).
KNOW ALL PEOPLE by these presents that We [Name of
Bank]of [Name of Country] having our registered office at
(herein after called “the Bank”) are bound unto the CHIEF
EXECUTIVE OFFICER, KARNATAKA LAKE CONSERVATION AND DEVELOPMENT
AUTHORITY No.49, Parisara Bhavan, 2nd Floor, Church Street, Bangalore 560001, Karnataka
(India),
(herein after called "the Employer") in the sum of 1 for which payment
well and truly to be made to the said Employer the Bank binds himself, its successors and assigns by
these presents.
SEALED with the Common Seal of the said Bank this day of 2016.
THE CONDITIONS of this obligation are:
(1) if the Bidder withdraws his Bid during the period of Bid validity specified in the Form
of Bid; or
(2) if the Bidder does not accept the correction of arithmetical errors of his bid price in
accordance with the Instructions to Bidders in his Bid; or
(3) if the Bidder, having been notified of the acceptance of his Bid by the Employer
during the period of Bid validity:
(a) fails or refuses to execute the Form of Contract Agreement in accordance with
the Instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with the
Instructions toBidders;
(4) if the Bidder is determined, at any time prior to the award of contract, to have
engaged in corrupt or fraudulent in competing the contract;or
we undertake to pay to the Employer up to the above amount upon receipt of its first written demand,
without the Employer having to substantiate his demand, provided that in its demand the Employer
will note that the amount claimed by him is due to him owing to the occurrence of one or all of the
above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date occurring 148 days after the deadline
for submission of bids as such deadline is stated in the Instructions to Bidders or as it may be extended
by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect
of this Guarantee should reach the Bank not later than the above date.
DATE
WITNESS
[Signature,Name,andAddress]
SIGNATUREOFTHEBANK
SEAL
1 The bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees This
figure should be the same as shown in Clause 17.1 of the Instructions to Bidders.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY
Upgradation of Sewage Treatment Plant at Madiwala Lake
Volume1–GeneralRequirements
Section 8: SampleForms Page 7 of10 Biddocument
FORM OF CONTRACT AGREEMENT
This Agreement made this day of , 2016, KARNATAKA LAKE CONSERVATION
AND DEVELOPMENT AUTHORITY, represented by the CHIEF EXECUTIVE OFFICER, KARNATAKA LAKE
CONSERVATION AND DEVELOPMENT AUTHORITY,No.49, Parisara Bhavan, 2nd Floor, Church Street,
Bangalore 560 001, Karnataka (India), (hereinafter called "the Employer") of the one part and of
(herein after called" the Contractor") of the
other part.
Whereas the Employer desires that the Works known as the Up-gradation of 4MLD Sewage Treatment Plant
at MADIWALA LAKE under the KARNATAKA LAKE CONSERVATION AND DEVELOPMENT
AUTHORITY PROJECT MADIWALA LAKE BIO-DIVERSITY PARK under Contract should be designed and
executed by the Contractor, and has accepted a Bid by the Contractor for the design, execution and completion
of such Works and the remedying of any defects there in.
TheEmployerandtheContractoragreeasfollows:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to
them in the Conditions of Contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement:
(a) The Contract Agreement ( including addenda, clarifications when signed by all parties
concerned)
(b) the Letter of Acceptance
(c) Volume1,Section2–PartI:General Conditions
(d) Volume2-Employer's Requirements
(e) The accepted Price Proposal and Appendix to Tender
(f) Volume 4 -Drawings
(g) Completed Technical Schedules
(h) Bidder’s Technical Proposal other than Completed Technical Schedules
(i) Standard Basic Specifications
(j) Any other documents issued by the Employer before signing the Contract Agreement and
forming the part of the Contract
3. In consideration the payments to be made by the Employer to the Contractor as hereinafter mentioned,
the Contractor hereby covenants with the Employer to design, execute and complete the Works and
remedy any defects therein and operate and maintain the constructed facility, inconformity in all
respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor, in consideration of the design, execution and
completion of the Works and the remedying of defects therein and operate and maintain, the
Constructed facility, the Contract Price INR ……………. (In Words
) or such other sum as may become payable under the provisions of the
Contract at the times and in the manner prescribed by the Contract.
In Witness where of the parties here to have caused this Agreement to be executed the day and year first before
written in accordance with their respective laws.
Authorized signature of Contractor Authorized signature of Employer
SEAL (ifany) SEAL (ifany)
in thepresenceof: in the presenceof:
Name Name
Signature Signature
Address Address
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY
Upgradation of Sewage Treatment Plant at Madiwala Lake
Volume1–GeneralRequirements
Section 8: SampleForms Page 8 of10 Biddocument
FORM OF PERFORMANCE SECURITY FOR WORKS CONTRACT PERIOD
(BANK GUARANTEE) To: KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY
Represented by
CHIEF EXECUTIVE OFFICER
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY ,
No.49, Parisara Bhavan, 2nd Floor, Church Street ,
Bangalore -560001. Karnataka, INDIA
WHEREAS [name and address of Contractor] (herein after called
"the Contractor") has undertaken, in pursuance of Contract) ,dated 2016 to
execute the Up-gradation of 4MLD Sewage Treatment Plant at MADIWALA LAKE under the
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY PROJECT
MADIWALA LAKE BIO DIVERSITY PARK (herein after called "the Contract");
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified( ie two Bank Guarantees, each
of 5% accepted works contract price) therein as security for compliance with his obligation in
accordance with the Contract;
ANDWHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOWTHEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of
the Contractor, up to a total of [amount of Guarantee]1
[in words], such sum being payable in the Indian
Rupees in the amount specified in the Appendix to Tender , and we undertake to pay you, upon your
first written demand and without cavil or argument, any sum or sums within the limits of
[amount of Guarantee] as a foresaid without you
needing to prove or show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before presenting
us with thedemand.
We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed there under or of any of the Contract documents which may be made
between you and the Contract or shall in any way release us from any liability under this guarantee,
and we here by waive any right to receiving notice of any such change, addition or modification.
This guarantee shall be valid until the date of issue of the Works Contract Completion Certificate.
Yours truly,
Signature and seal of the Guarantor:
Name of Bank /Financial Institution:
Address:
Date:
1 An amount to be inserted by the Guarantor, representing 10% of the Accepted Works Contract Price and denominated in Indian Rupees as specified in the Contract.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY
Upgradation of Sewage Treatment Plant at Madiwala Lake
Volume1–GeneralRequirements
Section 8: SampleForms Page 9 of10 Biddocument
FORM OF PERFORMANCE SECURITY FOR OPERATION AND
MAINTENANCE PERIOD
(BANK GUARANTEE)
To: CHIEF EXECUTIVE OFFICER
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY ,
No.49, Parisara Bhavan, 2nd Floor, Church Street ,
Bangalore -560001. Karnataka, INDIA
WHEREAS [name and address of Contractor] (herein after called "the
Contractor") has undertaken, in pursuance of Contract No.( ),dated 2016 to
execute the Up-gradation of 4MLD Sewage Treatment Plant at MADIWALA LAKE under the
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY PROJECT
MADIWALA LAKE BIO DIVERSITY PARK (herein after called "the Contract");
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with his obligation in accordance with the Contract;
AND WHERE AS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we here by affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor, up to a total of [amount of Guarantee]1
[in words], such sum being payable in the Indian
Rupees in the amount specified in the Appendix to Tender , and we undertake to pay you, upon your
first written demand and without cavil or argument, any sum or sums within the limits of
[amount of Guarantee] as aforesaid without you
needing to prove or to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before presenting
us with thedemand.
We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed there under or of any of the Contract documents which may be made
between you and the Contractor shall in any way release us from any liability under this guarantee,
and we hereby waive any right to receiving notice of any such change, addition or modification.
This guarantee shall be valid until the date of issue of the Final Contract Completion Certificate
Yours truly,
Signature and seal of the Guarantor:
NameofBank/FinancialInstitution:
Address:
Date:
1 An amount to be inserted by the Guarantor, representing 15% of the Accepted “O &M Contract Price” and
denominated in Indian Rupees as specified in the Contract.
KARNATAKA LAKE CONSERVATION & DEVELOPMENT AUTHORITY
Upgradation of Sewage Treatment Plant at Madiwala Lake
Volume1–GeneralRequirements
Section 8: SampleForms Page 10 of10 Biddocument
FORM OF ADVANCE PAYMENT
SECURITY (BANK GUARANTEE)
To: KARNATAKA LAKE CONSERVATION
AND DEVELOPMENT AUTHORITY
Represented by
CHIEF EXECUTIVE OFFICER
KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY ,
No.49, Parisara Bhavan, 2nd Floor, Church Street ,
Bangalore -560001. Karnataka, INDIA
Ref: KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY PROJECT
MADIWALA LAKE BIO DIVERSITY PARK – Upgradation of 4 MLD Sewage Treatment Plant
at MADIWALA LAKE Contract No.( ),dated ,2016
Gentlemen:
In accordance with the provisions of the Conditions of Contract, Sub-Clause 14.2 ("Advance
Payment")1
of the above mentioned Contract, [name and address of
Contractor] (hereinafter called "the Contractor") shall deposit with the Office of The CHIEF
EXECUTIVE OFFICER, KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY, No.49, Parisara Bhavan, 2nd Floor, Church Street, Bangalore -560001. Karnataka, INDIA, a bank guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an
amount of [amount of Guarantee]2
[in words].
We, the [Bank or financial institution], as instructed by the Contractor,
agree unconditionally and irrevocably to guarantee as primary obligatory and not as Surety merely, the
payment to CHIEF EXECUTIVE OFFICER ,KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY, on its first demand without whatsoever right of objection on our part
and without its first claim to the Contractor, in the amount not exceeding
[amount of Guarantee] [in words].
We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed thereunder or of any of the Contract documents which may be made
between KARNATAKA LAKE CONSERVATION AND DEVELOPMENT AUTHORITY,
represented by the CHIEF EXECUTIVE OFFICER,KARNATAKA LAKE CONSERVATION AND
DEVELOPMENT AUTHORITY, and the Contractor shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until the CHIEF EXECUTIVE OFFICER, KARNATAKA LAKE CONSERVATION
AND DEVELOPMENT AUTHORITY receives full repayment of the same amount from the
Contractor.
Yours truly,
Signature and seal of the Guarantor:
Name of Ban k/Financial Institution:
Address:
Date:
1 Replace the phrase “Sub-Clause 14.2, Advance Payment” with the phrase “Sub-Clause 14.4, Interim Valuation”
for Securities issued for the purposes of making advance payments. 2 An amount is to be inserted by the Bank or financial institution representing the amount of the Advance Payment and denominated in the currency (I e) of the Advance Payment as specified in the Contract.