CSIR-National Environmental Engineering Research Institute (NEERI) Nehru Marg, Nagpur – 440 020 Request for Proposal (RFP) for Preparation of Master Plan for rejuvenation/restoration of Lakes of Bengaluru City Tender Enquiry No.PMPD/S&T/HZC/2019-20/21 DT. 09.03.2020

निमंत्रण निविदा दतािेज / BID INVITATION DOCUMENTS CSIR-National Environmental Engineering Research Institute, Nagpur is an R&D establishment of national repute under the aegis of Council of Scientific & Industrial Research, New Delhi, funded by Govt. of . CSIR – NEERI is involved in High Quality & High Impact Research & Development, Training & Consultancy in the field of sustainable environment and societal responsibilities in terms of clean water, waste management, sanitation, pollution control etc.

Considering the R&D activities and a premier National Institute, CSIR-NEERI having its headquarters at Nagpur & Five (05) Zonal Centres at Delhi, Mumbai, Kolkata, Hyderabad & Chennai having GSTIN: 27AAATC2716R2ZE (common for all six establishments) is either exempted of paying taxes or eligible for paying Goods & Services Tax and Customs Duty on concessional basis only as notified by DSIR, Govt. of India vide Notification No. 45/2018 & 47/2018 and being updated from time to time. All in-house / Grant-in-Aid / Consultancy projects avail the exemption of applicable taxes as above. Moreover, this Institute avails special discount applicable to Govt. Funded R&D Institutes also, wherever applicable, in terms of procurement of equipment, material & services. Prospective bidders are requested to take this into consideration while bidding.

निदेशक, िीरी, िागपुर िीचे सूचीब饍घ मदⴂ के लिए, आपूनतकि तािओ / विक्रेताओ / सेिा प्रदाताओ से मुहरबंद बोलियां आमंत्रत्रत करते हℂ: Director, CSIR-NEERI, Nagpur, INDIA invites sealed bids from suppliers / service providers

1. A Pre-bid Conference will be held at CSIR-NEERI Zonal Centre, CSIR-IICT Campus Uppal Road, Hyderabad, 500 007 on 17.03.2020 at 11.00 am. All prospective bidders are requested to kindly submit their queries, if any, through mail on [email protected] latest by 16.03.2020 (up to 11.00am) . 2. Last Date and time for submission of Sealed Bids: 01-Apr-2020 (up to 03.00 pm)

3. Date and time for opening of Technical Bid: 02-Apr-2020 (03.00 pm)

4. Venue for submission and opening of Bid/Proposal : PMP Division, CSIR-NEERI, Nagpur -440 020 (Bidder must send mail on:- [email protected] to confirm that they have submitted bids)

Page 1 of 41

1 Type of Bid – Two Bid System Open Tender The Consultant must submit: Technical Proposal: one (1) original and 1 copy + Electronic Copy in a CD / DVD / Pen Drive, all in a sealed envelope

Financial Proposal: one (1) original in sealed envelope. Both sealed envelope should be kept in One Big sealed envelope – To be submitted to Scientist & Head, PMP Division, CSIR-NEERI, NAGPUR – 440 020. 2 Bid Security / Submit Bid-Securing Declaration in Annexure-III Earnest Money OR Deposit (EMD) in lieu of the above, Bidder can submit EMD of Rs. 1,50,000/- (a D.D./FD/B.G. Form for Bid Security Annexure II)

* Bid Security (EMD) is Exempted to firms registered with NSIC / as Micro and Small Enterprises (MSEs) as defined in MSE Procurement Policy issued by Department of Micro, Small and Medium Enterprises (MSME) or are registered with the Central Purchase Organisation or the concerned Ministry or Department . Copy of Valid Certificate for the item tendered must be enclosed along with Bid Securing Declaration for availing EMD exemption

*The MSEs are provided tender document free of cost and are exempted from the payment of Bid Security provided the goods are produced and the services are rendered by them and not for any trading activities undertaken by them. 3 Performance 10% of Order value Security

Quotation should be submitted in a sealed cover addressed on outer & inner envelopes should be superscribed : -

i) Director, CSIR-NEERI, Nehru Marg, Nagpur 440 020, INDIA (To be submitted / delivered in PMP Disivion ,CSIR-NEERI,NAGPUR -440020 ) ii) Bid submission date : iii) Bid Opening date : iv) Name of Work / Services : v) NEERI Tender Enquiry Reference No. :

Page 2 of 41

CSIR-NEERI invites proposals from reputed consultants for the preparation of Master Plan for rejuvenation/restoration of the lakes of Bengaluru city. 1. Introduction:  Bengaluru city has 210 lakes under the jurisdiction of four government departments viz., Bruhat Mahanagara Palike (BBMP), Bangalore Development Authority (BDA), Forest Department, Metro Department (BMRCL). Each department has 168 lakes, 32 lakes, 9 lakes and 1 lake under their custody respectively. CSIR-NEERI has been entrusted the work of carrying out the water quality status of lakes of Bengaluru city by BBMP as per directives of the Hon’ble High Court. As a part of the study, CSIR-NEERI desires a third party to carry out the drone survey for all the lakes and prepare the master plan for rejuvenation/restoration of the lakes of Bengaluru city. Details of 210 lakes are enclosed.  With the aforesaid objective, Consultants are invited to submit a Pre-qualification, Technical Proposal and a Financial Proposal, for consulting services required for the assignment named in the Data Sheet. The Proposal will be the basis for ultimately signing the Contract with the selected Consultant.  The Consultants should familiarize themselves with the local conditions and take them into account during the preparation of the Master Plan. CSIR-NEERI will provide, at no cost to the Consultants, the inputs, relevant data, and required for the preparation of the Master Plan and carrying out the drone survey of the lakes.

2. Conflict of Interest:  The Consultant has an obligation to disclose to the CSIR-NEERI any situation of actual or potential conflict that impacts its capacity to serve the best interest of CSIR-NEERI. Failure to disclose such situations may lead to the disqualification of the Consultant or the termination of its Contract and/or sanctions by the CSIR- NEERI.

3. Preparation of proposals:  In preparing the Proposal, the Consultant is expected to examine Considerations given in this RFP in detail. Any deficiencies in providing the information requested in the RFP may result in rejection of the Proposal.  The Consultant shall bear all costs associated with the preparation and submission of its Proposal, and the CSIR-NEERI shall not be responsible or liable for those costs, regardless of the conduct or outcome of the selection process. The Proposal, as well as all correspondences and documents relating to the Proposal exchanged between the Consultant and the CSIR-NEERI shall be in English language only. The Proposal shall comprise of the documents and forms listed in the Data Sheet.

Page 3 of 41

 If specified in the Data Sheet, the Consultant shall give an undertaking to observe the CSIR’s laws against fraud and corruption (including bribery), in competing for and executing a contract.  The Consultant shall submit only one Proposal (refer Data Sheet).  The Data Sheet indicates the period during which the Consultant’s Proposal must remain valid after the Proposal submission deadline.  CSIR-NEERI will make its best effort to complete the award process within the proposal’s validity period. However, if required, the CSIR-NEERI may request, in writing, to all Consultants who submitted Proposals prior to the submission deadline to extend the Proposals’ validity.  If the Consultant agrees to extend the validity of its Proposal, it shall be done without any change in the original Proposal.  CSIR-NEERI reserves the right to cancel the process at any time.  RFP should have two parts one is Technical Proposal and the other shall be Financial Proposal.  The Financial Proposal shall be prepared using the Standard Forms provided in the RFP. It shall list all costs associated with the assignment.  The Consultants are responsible for meeting all tax liabilities arising out of the Contract  A price adjustment is not possible for this assignment once the proposal is submitted.

4. Clarification and amendment of RFP:  If any clarifications are required they may be sought in writing, CSIR-NEERI shall reply in writing. In case any amendment / modification is felt necessary it will be notified with due consideration for extension of the deadline for submission RFP.  If any modification is required to any part of the Proposal the same should be submitted prior to the submission deadline. No modifications to the Technical or Financial Proposal shall be accepted after the deadline. 5. Technical Proposal:  The Technical Proposal shall not include any financial information. A Technical Proposal containing financial information shall be declared non-responsive.  The Consultant is required to submit a Full Technical Proposal (FTP) as indicated in the Data Sheet.  A price adjustment is not possible for this assignment.

6. Submission, Opening and Evaluation:  The Consultant shall submit a signed and complete Proposal comprising the documents and forms in a sealed envelope.  An authorized representative of the Consultant shall sign the original submission letters in the required format for Technical Proposal and the Financial Proposal and shall put his/her initials on all pages.

Page 4 of 41

 Any modifications, revisions, interlineations, erasures, or overwriting after submission of the proposal shall not be valid.  The signed Proposal shall be marked “ORIGINAL”, and its copies marked “COPY” as appropriate. All copies shall be made from the signed original. If there are discrepancies between the original and the copies, the original shall prevail.  The original and all the copies of the Technical Proposal shall be placed inside a sealed envelope clearly marked “TECHNICAL PROPOSAL”, “[Name of the Assignment]“, reference number, name and address of the Consultant, and with a warning “DO NOT OPEN UNTIL [INSERT THE DATE AND THE TIME OF THE TECHNICAL PROPOSAL SUBMISSION DEADLINE].”  Similarly, the original Financial Proposal shall be placed inside a sealed envelope clearly marked “FINANCIAL PROPOSAL” followed by the name of the assignment, reference number, name and address of the Consultant, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.”  The sealed envelopes containing the Technical and Financial Proposals shall be placed into one outer envelope and sealed. This outer envelope shall bear the submission address, RFP reference number, the name of the assignment, Consultant’s name and the address, and shall be clearly marked “DO NOT OPEN BEFORE [insert the time and date of the submission deadline indicated in the Data Sheet]”.  If the envelopes and packages with the Proposal are not sealed and marked as required, the CSIR-NEERI will assume no responsibility for the misplacement, loss, or premature opening of the Proposal.

7. Confidentiality:  From the time the Proposals are opened to the time the Contract is awarded, the Consultant should not contact the CSIR-NEERI on any matter related to its Technical and/or Financial Proposal. Information relating to the evaluation of Proposals and award recommendations shall not be disclosed to the Consultants who submitted the Proposals or to any other party not officially concerned with the process, until the award of Contract.  Any attempt by Consultants or anyone on behalf of the Consultant to influence improperly the CSIR-NEERI in the evaluation of the Proposals or Contract award decisions may result in the rejection of its Proposal, and may be subject to the application of prevailing CSIR’s procedures.  The CSIR-NEERI’s evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference and the RFP. A Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP.

Page 5 of 41

8. TERMS OF REFERENCE (ToR): (Chapter – 4 ) The ToR consists of two components i.e. Component A and Component B.

Component A: Carry out the drone based survey of all the 210 lakes to obtain the clear demarcation of the lake boundary and provide the map/data with high quality digital elevation maps in a suitable software for each lake.

Component B: Master Plan — integrated development for each lake of Bengaluru and connecting canals, with accessible mobility corridors. The focus is to restore the lakes to pristine health, reinforce its flood management capacity and create life-spaces (natural lake- front habitats with recreational, educational and aquatic facilities). Scope of Work  Reconnaissance survey of all the lakes should be carried out to understand the FTL (Full Tank Level) of the lake and total lake area etc.  The consultant should carry out the survey of the lakes using mid height capability mapping UAS (Unmanned Aerial System).  A lake plan drawing should be completed to include all the details of the lake.  The consultant should come out with a design, with an aim to retain water in the lake throughout the year.  Options to be given by the consultant to retain water and maintain water levels in the lake.  The consultant should develop a conceptual landscape and architectural design incorporating all the design elements.  Master Plan should be cohesive and have an aesthetic vision.  The consultant should develop a viable design, such that the park (wherever feasible) is sustainable with least maintenance cost, and is sustainable on the strength of its design itself, such as, supplying artificial sources of water, vegetation management, etc.  The consultants shall follow the GoI norms for water body development and shall prepare designs.  The Consultant should prepare design to create non-motorized corridor in each lake with green pathways Page 6 of 41

 The consultant shall also include the cost required for the implementation of the management plan along with the O&M costs etc.  The consultant shall also accompany CSIR-NEERI Scientists whenever required for presenting the Master Plan to the Bengaluru Departments or elsewhere.

The consultant shall include the following facilities in the Master Plan:-  Pedestrian network including pedestrian paths along the mobility corridor as well as pedestrian elements on surrounding streets (i.e., wider footpaths, pedestrian zones, etc.).  Boardwalks, walking paths, and other interpretative trails.  Explanatory panels, signs, directions etc., without spoiling the landscape.  Facilities for clean drinking water.  Electricity.  Facilities for sanitation and waste disposal and other functional infrastructure.

The demarcation of the lake boundary should be provided using digital elevation map. The Master Plan shall be prepared using these digital elevations maps in GIS. The Consultant shall submit the Designs in hard copy and electronic format. 9. Address for submission: Sealed proposals should be submitted to:- The Scientist & Head Project Monitoring and Planning Division (PMP Division) CSIR-National Environmental Engineering Research Institute (NEERI) Nehru Marg, Nagpur- 440 020 Maharashtra, India Email: [email protected]

(Heading on the Envelope: “Proposal for Preparation of Master Plan for rejuvenation/restoration of Lakes of Bengaluru City’’

10. General terms conditions:

I. Tax deduction at Source: The Income Tax or any other tax liable to be deducted, as per the prevailing rules will be deducted at source before effecting the payment for which the office will issue TDS certificate. II. Termination of Service: The engagement may be terminated at any time by the office without assigning any reasons by giving a notice of 30 days. In case, a Consultant desires to leave the assignment, he/she has to give 30 days' notice

Page 7 of 41

which can be curtailed /extended depending upon the workload. III. Secrecy/Confidentiality: Secrecy/confidentiality to be maintained by the consultant(s) and their staff of the information disclosed by the laboratory and or acquired during the course of consultancy by the consultant(s); IV. Disclaimer by consultant (s) on claims/rights in: A. The consultant shall not claim any intellectual property (IP) rights / information / data / prototype design registrations resulting or acquired during the consultancy period. All the IP rights shall remain reserved with Director, CSIR- NEERI, Nagpur. B. CSIR-NEERI reserve the right to, without any liability or any damages: 1. Amend the scope 2. To accept or reject any application without assigning any reason or incurring any liability to the applicant V. Dispute Resolution: A. Mutual discussion/reconciliations shall resolve all the disputes, difference controversies/difference of opinions, breach and violation arising from or related to the agreement between the parties in good faith. B. If disputes or difference controversies/difference of opinions, breach, and violation arising from or related to the agreement cannot be resolved within 30 days of commencement of reconciliations/discussions, then the matter shall be referred to the Delhi International Arbitration Centre (DIAC), Delhi High Court, New Delhi for this purpose and its decision shall be final and binding on both the parties. The cost of arbitration, if any, shall be shared equally between the parties. C. The arbitration proceedings shall be held at New Delhi, and governed by the provisions of Arbitration and Conciliation Act, 1996, Arbitration and Conciliation (Amendment) Act, 2015 as amended from time to time. D. Arbitration clause shall be as per CSIR norms. E. Other Terms & Conditions as per the following link : https://www.neeri.res.in/file_homes/79204452_STD.pdf

****************************************************************************** Page 8 of 41

INSTRUCTIONS TO CONSULTANTS DATA SHEET A. General CSIR-National Environmental Engineering Research Institute, Nehru Marg, Nagpur: Method of selection: – Open Tender -Two Bid System (Sealed A.1 Technical & Financial Bids in separate covers, both should be kept in one bid sealed cover) Financial Proposal to be submitted along with Technical Proposal as mentioned above A.2 Name of the assignment: Preparation of Master Plan for rejuvenation/restoration of lakes of Bengaluru City CSIR-NEERI will provide the following inputs, to facilitate the preparation of the A.3 Proposals: Existing information about the lakes

B. Preparation of Proposals This RFP has been issued in the English language. B.1 Proposals shall be submitted in English language All correspondences exchange shall be in English language. Proposals must remain valid for 90 calendar days after the proposal submission B.2 deadline. Clarifications may be requested no later than one week prior to the submission B.3 deadline. The contact information for requesting clarifications is: As above

B.4 The Financial Proposal shall be in Indian Rupees only. C. Submission, Opening and Evaluation C.1 The Consultants should submit their proposals in sealed envelope only. The Consultant must submit: Technical Proposal: one (1) original and 1 copy; + Electronic Copy in a CD / DVD / Pen Drive, all in a sealed envelope C.2 Financial Proposal: one (1) original in sealed envelope Both sealed envelope should be kept in One Big envelope – To be submitted to Scientist & Head, PMP Division , CSIR-NEERI, NAGPUR – 440 020. Pre-bid conference is scheduled is as follows:-

Location: CSIR-NEERI Zonal Centre C3 CSIR-IICT Campus, Uppal Road, Hyderabad, 500 007 At 11.00 AM on 17th March 2020.

Page 9 of 41

Last Date and time for submission of sealed Bid/Proposal : 01-Apr

2020 (up to 03.00 pm)

Date and time for opening of Technical Proposal: 02 -April 2020. At 3.00 PM C.4 Venue for submission and opening of Bid/ Proposal: PMP Division, CSIR-NEERI, NAGPUR-440 020

All Correspondences should be done in favour of: The Director, CSIR-National Environmental Engineering Research Institute, Nehru Marg, Nagpur -440 020 C.5 Phone: 0712-2249758 Fax: 0712-2249758; Email Id: [email protected] Contact Person/ Submission of Bids: The Scientist and Head, PMP Division, CSIR-NEERI, Nehru Marg, Nagpur -440 020 Eligibility Criteria:

1. The consultant firms should have a Minimum Annual Financial Turnover of Rs. 1.0 Crore in the last 3 financial years (2016-17 to 2018-19) (copy of annual balance sheet duly certified or income tax return submitted and any other document, if required) 2. The bidder shall have minimum experience in preparation of plans for Detailed Project Report (DPR) of Rejuvenation and Rehabilitation of lakes in urban area in India for any Government / Semi-Government / Local Government bodies. (Minimum 2 experiences) (Please enclose a copy of award letter/s and completion ceritificate/s in support of experience). C.6 3. The Bidder shall have experience in carrying out surveys using mid height capability mapping UAS of Indian licensed manufacturer (The Consultants may enclose a copy of award letter/s and completion certificate/s in support of their experience). 4. The Bidder should have sufficient technical man power with engineering graduate qualification having minimum 5 years’ experience (The Consultants may enclose a copy/ies in support of their experience).

The Financial Proposals shall be opened for technically qualified proposals (only) in the presence of the representatives who choose to attend. The Consultancy Evaluation & Review Committee will review the Financial Proposals as per CSIR procedures. Schedule for Completion of Work: Within 75 days from the date of receipt of C.7 Work Order Note:-Complete set of tender Terms & Conditions shall be available on link: https://www.neeri.res.in/file_homes/79204452_STD.pdf, (Chapter 1 & 2) it is also available on website www.neeri.res.in under Tender column Terms & Conditions for Tender. Bidders are requested to go through the documents before submitting their bid (Chapter 1 to 8) . Submission of bids shall be presumed that the Tender documents have been read out, understood and accepted and there is no deviation / reservation at bidders end.

Page 10 of 41

CHAPTER 3

Schedule of Requirements

1 Description of Equipment (As on page one & Scope of Work details as per Chapter 4)

2 Period required for completion of Within 75 days from the date of receipt of Order Work /Services as per Tender Enquiry

3. Performance Security 10 % of Order value. (To be submitted within 21days from the date of receipt of order and should remain valid for a period of 60 (sixty) days beyond the date of completion of all contractual obligations of the supplier/service provider) 4. Final Destination for work Detailed addresses of 210 Lakes – sheet attached

5. Payment Term.:- 100% Payment shall be made after completion of entire work, submission of report / deliverables & after submission of invoice by the supplier and duly certified by CSIR-NEERI user & against submission of applicable Performance Security, if any.

Chapter – 4

Scope of Work – as per Terms of Reference (ToR)

Sd/-

Scientist & Head , PMP Division

For Director, CSIR-NEERI,NAGPUR-440020

Page 11 of 41

CHAPTER 5 PRICE SCHEDULE FORM

1 2 3 4 5 Sl. Details of Basic Rate Rs. GST % extra as Total price in INR No. Services (Inclusive of all other including GST & all charges) other charges 1 Rs.______Rs.______Rs. ______

Certified that Total Bid price (Final Landing Cost) in column no. 5 is inclusive of GST & all other charges in Rupees ______in words ______

Price Certificate

“Certified that the rates quoted are not higher than the rates quoted for the same / similar work / audit charged to any other govt. organization / PSUs / CSIR Labs/ or any other organization”.

Signature and seal of Bidder on page

Notes:

a. Statutory Deductions like TDS / IT etc., shall be deducted by the Institute as per statutory rates and norms wherever applicable.

b. Payment shall be made 100% on bill basis 1) after completion of services / work 2) submission of report / Deliverables & Invoice duly certified by the end user - Payment Term Accepted

Signature and seal of Bidder on page Page 12 of 41

Chapter 6

Eligibility Criteria:

1. The consultant firms should have a Minimum Annual Financial Turnover of Rs. 1.0 Crore in the last 3 financial years (2016-17 to 2018-19) (copy of annual balance sheet duly certified or income tax return submitted and any other document if required) 2. The bidder shall have minimum experience in preparation of plans for Detailed Project Report (DPR) of Rejuvenation and Rehabilitation of lakes in urban area in India for any Government / Semi Government / Local Government bodies. ((Minimum 2 experiences) (Please enclose a copy of award letter/s and completion certificate/s in support of experience). 3. The Bidder shall have experience in carrying out surveys using mid height capability mapping UAS of Indian licensed manufacturer(The Consultants may enclose a copy of award letter/s and completion certificate/s in support of their experience). 4. The Bidder should have sufficient technical man power with engineering graduate qualification having minimum 5 years’ experience (The Consultants may enclose a copy/ies in support of their experience).

Agreed & Submitted with Bidder’s Seal & Sign on page :------

Page 13 of 41

CHAPTER 7- Contract Form

Contract No. ______Date:______THIS CONTRACT AGREEMENT is made the [ insert: number ] day of [ insert: month ], [ insert: year ].

BETWEEN

(1) The Council of Scientific & Industrial Research registered under the Societies Registration Act 1860 of the Government of India having its registered office at 2, Rafi Marg, New Delhi-110001, India represented by ______[ insert complete name and address of Purchaser (hereinafter called “the Purchaser”), and

(2) [ insert name of Supplier ], a corporation incorporated under the laws of [ insert: country of Supplier ] and having its principal place of business at [ insert: address of Supplier ] (hereinafter called “the Supplier”).

WHEREAS the Purchaser invited bids for certain Goods and ancillary services, viz., [insert brief description of Goods and Services] and has accepted a Bid by the Supplier for the supply of those Goods / Services in the sum of [insert Contract Price in words and figures, expressed in the Contract currency(ies) ] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

01. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

02. The following documents shall constitute the Contract between the Purchaser and the Supplier, and each shall be read and construed as an integral part of the Contract: (a) This Contract Agreement (b) Special Conditions of Contract (c) General Conditions of Contract (d) Technical Requirements (including Schedule of Requirements and Technical Specifications) (e) The Supplier’s Bid and original Price Schedules (f) The Purchaser’s Notification of Award (g) [Add here any other document(s)]

03. This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above.

04. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

05. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price 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 whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of Union of India on the day, month and year indicated above.

For and on behalf of the Council of Scientific & Industrial Research Signed: [insert signature] in the capacity of [ insert title or other appropriate designation ] in the presence of [ insert identification of official witness ] Signed: [ insert signature ] in the capacity of [ insert title or other appropriate designation ] in the presence of [ insert identification of official witness ] For and on behalf of the Supplier Signed: [ insert signature of authorized representative(s) of the Supplier ] in the capacity of [ insert title or other appropriate designation ] in the presence of [ insert identification of official witness ] Page 14 of 41

Chapter -8 Standard Forms (To be uploaded/enclosed as indicated below)

Table of Contents

Sl. No. Name Annexure

1. Bidder Information Form (to be enclosed with the technical bid) I

2. Bid Security Form (to be enclosed with the technical bid) II

3. Bid Securing Declaration. (to be enclosed with the technical bid) III

4. Performance Statement Form (to be enclosed with the technical IV bid)

5. Technical Specification Compliance cum Deviation Statement V Form (to be enclosed with the technical bid)

6. Bid Form (to be enclosed with the priced bid) VI

7. Format of declaration of abiding by the code of integrity and VII conflict of interest to be submitted by the bidder (to be enclosed with the technical bid).

8. Price Certificate VIII

9. Undertaking IX

10. Check List (to be enclosed with the technical bid) X

11. RTGS / NEFT payments. XI

12. Performance Security Form (to be submitted by successful XII bidder after award of Order)

13. Declaration For No Relation XIII

14. Format for Affidavit of Self Certification regarding Local XIV Content in an R & D, submit only, if applicable

Page 15 of 41

Annexure– I

Bidder Information Form Date:

Tender No.:

01. Bidder’s Legal Name [insert Bidder’s legal name]

02. In case of JV, legal name of each party: [insert legal name of each party in JV]

03. Bidder’s actual or intended Country of Registration: [insert actual or intended Country of Registration]

04. Bidder’s Year of Registration: [insert Bidder’s year of registration]

05. Bidder’s Legal Address in Country of Registration: [insert Bidder’s legal address in country of registration]

06. Bidder’s Authorized Representative Information

Name: [insert Authorized Representative’s name]

Address:

Telephone/Fax numbers:

Email Address:

07. Attached are copies of original documents of:

Articles of Incorporation or Registration of firm named in 1, above.

Signature of Bidder: Name: Business Address:

Page 16 of 41

Annexure– II

BID SECURITY FORM- (For Bank Guarantee)

Whereas ______(hereinafter called the tenderer”) has submitted their offer dated ______for the supply of ______(hereinafter called the tender”) against the purchaser’s tender enquiry No.______

KNOW ALL MEN by these presents that WE ______of ______having our registered office at ______are bound unto ______(hereinafter called the “Purchaser”)

In the sum of ______for which payment will and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this ______day of ______2020.

THE CONDITIONS OF THIS OBLIGATION ARE:

(1) If the tenderer withdraws or amends or modifies or impairs or derogates from the Tender in any respect within the period of validity of this tender. Or (2) If the tenderer having been notified of the acceptance of his tender by the Purchaser during the period of its validity:- (a) If the tenderer fails to furnish the Performance Security for the due performance of the contract.

(b) Fails or refuses to accept/execute the contract.

WE undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of tender validity i.e., up to ______and any demand in respect thereof should reach the Bank not later than this date.

______(Signature of the authorized officer of the Bank)

Name and designation of the officer Seal, Name & Address of the Issuing Branch of the Bank

Note: Whenever the bidder chooses to submit the Bid Security in the form of Bank Guarantee, then he should advise the banker issuing the Bank Guarantee to immediately send by Registered Post (A.D.) an unstamped duplicate copy of the Guarantee directly to the Purchaser with a covering letter to compare with the original BG for the correctness, genuineness, etc.

Page 17 of 41

Annexure– III

Bid-Securing Declaration Form In Lieu of EMD

Date:______Bid No. ______

To (insert complete name and address of the purchaser)

I/We. The undersigned, declare that:

I/We understand that, according to your conditions, bids must be supported by a Bid Securing Declaration.

I/We accept that I/We may be disqualified from bidding for any contract with you for a period of one year from the date of notification if I am /We are in a breach of any obligation under the bid conditions, because I/We

(a) have withdrawn/modified/amended, impairs or derogates from the tender, my/our Bid during the period of bid validity (Minimum 90 days) specified in the form of Bid; or

(b) having been notified of the acceptance of our Bid by the purchaser during the period of bid validity (i) fail or reuse to execute the contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the Instructions to Bidders.

I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are not the successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after the expiration of the validity of my/our Bid.

Signed: (insert signature of person whose name and capacity are shown) in the capacity of (insert legal capacity of person signing the Bid Securing Declaration).

Name: (insert complete name of person signing he Bid Securing Declaration)

Duly authorized to sign the bid for an on behalf of : (insert complete name of Bidder)

Dated on ______day of ______(insert date of signing)

Corporate Seal (where appropriate)

(Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid)

Page 18 of 41

Annexure– IV PERFORMANCE STATEMENT FORM

(For a period of last 5 years)

Name of the Firm:

Has the work Remark Contact order s person Order Date of been Date of indicatin along Placed Ord Val completi completed Descripti actual g with by (full er ue on of satisfactor on of completi reasons Telepho address No. of work y? scope of on of for late ne No., of and orde order as (Attach a work work completi FAX Purchas date r per certificate order on of No. and er) Contract from the work, if e-mail purchaser any address / consignee)

Page 19 of 41

Annexure – V

Technical Specification Compliance cum Deviation Statement Form

CSIR- Vendor Compliance Deviations to Reasons Special S. NEERI’s Quoted whether CSIR-NEERI for Remarks, No. Scope of Scope of “YES” or Scope of work, deviations if any Work work “NO” if any,

1 2 3 4 5 6 7

1

Technical compliance against CSIR-NEERI Tender No. Place: Date: Signature and seal of the Manufacturer/Bidder

Page 20 of 41

Bid Form

[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to its format shall be permitted and no substitutions shall be accepted.] Date: [insert date (as day, month and year) of Bid Submission]

Tender No.: [insert number from Invitation for Bids]

Invitation for Bid No.: [insert No of IFB] To: [insert complete name of Purchaser]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda No.: [insert the number and issuing date of each Addenda];

(b) We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services [insert a brief description of the Goods and Related Services];

(c) The total price of our Bid, excluding any discounts offered in item (d) below, is: [insert the total bid price in words and figures, indicating the various amounts and the respective currencies];

(d) The discounts offered and the methodology for their application are:- Not applicable

Discounts: If our bid is accepted, the following discounts shall apply. [Specify in detail each discount offered and the specific services / item of the Schedule of Requirements to which it applies.]

(e) Our bid shall be valid for the period of time specified in ITB Sub-Clause 1.17.1 from the date fixed for the bid opening, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with Tender and for the due performance of the Contract and also submit order acceptance within 14 days from the date of contract in accordance Tender

(g) The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process or execution of the Contract: [insert complete name of each Recipient, its full address, the reason for which each commission or gratuity was paid and the amount and currency of each such commission or gratuity]

Name of Recipient Address Reason Amount

______(If none has been paid or is to be paid, indicate “none.”)

(h) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed.

(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

Signed: [insert signature of person whose name and capacity are shown]

In the capacity of [insert legal capacity of person signing the Bid Submission Form]

Name: [insert complete name of person signing the Bid Submission Form]

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]

Dated on ______day of ______, ______[insert date of signing]

Page 21 of 41

Annexure–VII

Format for declaration by the Bidder for Code of Integrity & conflict of interest

(On the Letter Head of the Bidder)

Ref. No: ______Date ______

To, ______(Name & address of the Purchaser)

Sir, With reference to your Tender No.______dated ______I/We hereby declare that we shall abide by the Code of Integrity for Public Procurement as mentioned under Para 1.3.0 of ITB of your Tender document and have no conflict of interest as mentioned under Para 1.3.0 of ITB of Tender.

The details of any previous transgressions of the code of integrity with any entity in any country during the last three years or of being debarred by any other Procuring Entity are as under: a b c

We undertake that we shall be liable for any punitive action in case of transgression/ contravention of this code.

Thanking you,

Yours sincerely,

Signature (Name of the Authorized Signatory) Company Seal

Page 22 of 41

Annexure - VIII Price Certificate

Reference: Our Quotation No. ……………………………… dated ……………..for …………………..

“Certified that rates quoted to CSIR-NEERI are not higher than the rates quoted for the same / similar work / services / equipment / item charged to any other govt. organization / PSUs / CSIR Labs/any other organization”.

Signature and seal of Bidder on page (On behalf of Manufacturer)

Name of the firm:

Page 23 of 41

Annexure - IX Undertaking

TENDER FOR:

To, The Director, CSIR-National Environmental Engineering Research Institute (NEERI), Nehru Marg Nagpur 440 020

Dear Sir, 1. In respect to the tender dated ……………………, I/We submit herewith tender form for the ……………………………………... 2. I/We have thoroughly examined and understood terms and conditions of the tender mentioned and I/we agree to abide by them in full. 3. I/We offer to undertake Procurements of Scientific & Technical Services for ………………………… as per Tender Documents. It is agreed that no additional charges other than those mentioned in Commercial Bid would be payable to me/us. 4. I/We accept that the rate offered shall remain valid for a period of 90 days from the date of opening of tender. I/We further agreed that if the date up to which the offer will remain opened be declared as holiday for office then offer will remain open for acceptance till next working day. 5. I/We shall be bound by communication of acceptance of the offer dispatch within prescribed time. 6. I/We accept that the rights to accept or reject whole or part of the tender without assigning any reason is reserved with the Director, CSIR-NEERI, Nagpur. The decision of the Director, CSIR-NEERI, Nagpur will be final and shall be binding on me/us. 7. I/We agreed to undertake to Procurements of Scientific & Technical Services for …………………………………….. The result / report will be given as per the Tender Documents. The Sample analysis report will be delivered within stipulated time as per the date specified in the supply order / work order. 8. I/We hereby declare that all the Terms & Conditions made in this Tender form towards Procurements of Scientific & Technical Services for “……………………………………………” are binding on me/us. I/We shall be bound by the act to my/our authorized representative …………………..whose signature is appended hereto in the place specified for the purpose and of any other person who in future may be appointed by me/us in his place to carry all the business of this concern/agency/firm. (The Intimation of the change will be informed to the Director, NEERI, Nagpur. The following documents duly filled in and signed are enclosed along with the tender. The photocopy of the Tender Document contains Technical Specification of the required specialized services & terms and Conditions is retained by me/us for my/our information and record. 9. No relation declaration. (As per Annexure – XIII)

Yours Faithfully,

Signature of the Bidder (Capacity in which signing) (Name and Address of the Bidder)

Page 24 of 41

Annexure – X

Check list to be enclosed with the Technical Bid

Documents in support and clearly establishing the fulfilment of Compliance to 1 eligibility criteria stipulated in Chapter – 4 of the tender document qualifying criteria enclosed at Page Nos………………….

Documents to be Bidder Information Form (to be enclosed with the technical 2 1. attached with the bid bid) – Annexure – I

Bid Security Form (to be enclosed with the technical bid) – 2. Annexure – II

Bid Securing Declaration. (to be enclosed with the technical 3. bid) – Annexure – III

Performance Statement Form (to be enclosed with the 4. technical bid) – Annexure – IV

Technical Specification Compliance cum Deviation 5. Statement Form (to be enclosed with the technical bid) – Annexure - V

Bid Form (to be enclosed with the priced bid) – Annexure - 6. VI

Format of declaration of abiding by the code of integrity and 7. conflict of interest to be submitted by the bidder. (to be enclosed with the technical bid) – Annexure – VII

8. Price Certificate – Annexure – VIII

9. Undertaking – Annexure – IX

10. E-Payments Details Form – Annexure – XI

11. Performance Security Form – Annexure – XII –

12. Declaration for No Relation – Annexure – XIII

3 Validity of Bid 90 days from the date of opening of technical bid

4 Payment terms As per Tender - agreed

5 Schedule for completion of services / submission of Performance Security : As per tender – agreed

Page 25 of 41

6 Rates quoted in Indian Currency i.e. INR:

Agreed for entering into contract with CSIR-NEERI as per the applicable stamp 7 duty based on order value in case of award of contract.

Agreed for payment of applicable stamp 8 duty in case of award of contract

Agreed for submission of acceptance certificate form on completion of 9 satisfactory services /work duly singed by user and supplier’s authorized representative.

10 Price certificate Attached

Rates quoted are inclusive of packing, forwarding, freight, transportation, 11 insurance, charges, taxes ,services & all Confirmed other charges etc. on total all-inclusive basis

Place: Date:

Signature and seal of the Bidder

Page 26 of 41

Annexure–XI o ई – भुगतािवि रण फामि/E-payment Details Form To, The Director National Environmental Engineering Research Institute Nehru Marg, NAGPUR - 440 020

Dear Sir,

Sub: E-Payments vide RTGS/ECS

I/We request and authorize you to effect e-payment vide any of the above two modes to my/our Bank account as per the details given below:-

Title of Account of the Bank : Account type : Bank Account Number : Name & address of Bank : Bank contact person’s names : Bank Tele Number with STD code : Bank Branch MICR Code : Bank Branch RTGS IFSC code : Bank Branch NEFT IFSC code : (If applicable) Email address of Firm : Name of the authorised signatory : Contact Person’s name & Mobile/ : Telephone nos. of Firm

I/We confirm the I/we will accept the credit of RTGS/ECS amounts in our account.

Thanking you,

For We confirm that we are enable for receiving RTGS/ECS credits and we further confirm that the account number of ______, the signature of the authorized signatory and the MICR and IFSC Codes of our branch mentioned above are correct.

Bank’s Verification

(Manager’s/Officers signature under Bank Stamp)

Page 27 of 41

Annexure–XII

PERFORMANCE SECURITY FORM (To be submitted by successful bidder after award of Order)

MODEL BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY To, ………………………….. WHEREAS ………………………………. (name and address of the supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of contract No. ……………………………………….…. dated ……………….to supply (description of goods and services) (hereinafter called “the contract”).

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to a total of …………………………………. (amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed thereunder or of any of the contract documents which may be made between you and the supplier 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 be valid until the ………………….. day of ……………………, 2020

(Signature of the authorized officer of the Bank) …………………………………………………………. Name and designation of the officer …………………………………………………………. Seal, Name & Address of the Issuing Branch of the Bank Note: Whenever, the bidder chooses to submit the Performance Security in the form of Bank Guarantee, then he should advise the banker issuing the Bank Guarantee to immediately send by Registered Post (A.D.) an unstamped duplicate copy of the Guarantee directly to the Purchaser with a covering letter to compare with the original BG for the correctness, genuineness, etc.

Page 28 of 41

Annexure–XIII

Declaration for No Relation

I/We, the undersigned, hereby declare that neither me/us nor any of my/our relative/employee /management members/Directors is/are directly or indirectly involved in CSIR-NEERI, Nagpur in its work or functionalities in any manner whatsoever.

Signature and Seal of the Service Provider /Bidder

Place: Date:

Page 29 of 41

Annexure - XIV Format for Affidavit of Self Certification regarding Local Content in a R & D Equipment to be provided on Rs.100/- Stamp Paper, Submit if applicable Date:

I S/o, D/o, W/o , Resident of do hereby solemnly affirm and declare as under:

That I will agree to abide by the terms and conditions of the policy of Government of India issued vide Notification – Public procurement (preference to Make in India) Order 2017 dt 15th June, 2017. That the information furnished hereinafter is correct to be of my knowledge and belief and I undertake to produce relevant records before the procuring entity or any authority so nominated for the purpose of assessing the local content. That the local content for all inputs which constitute the said equipment has been verified by me and I am responsible for the correctness of the claims made therein. That in the event of the domestic value addition of the product mentioned herein is found to be incorrect and not meeting the prescribed value-addition norms, based on the assessment of an authority so nominated for the purpose of assessing the local content, action will be taken against me as per Order No. P-45021/2/2017/-E.E.-II dated 15.06.2017. I agree to maintain the following information in the Company’s record for a period of 8 years and shall make this available for verification to any statutory authority: (Kindly fill up the below mentioned particulars) i. Name and details of the Domestic Manufacturer (Registered Office, Manufacturing Unit location, nature of legal entity) ii. Date on which this certificate is issued iii. R &D Equipment for which the certificate is produced iv. Procuring entity to whom the certificate is furnished v. Percentage of local content claimed vi. Name and contact details of the unit of the manufacturer vii. Sale Price of the product viii. Ex-Factory Price of the product ix. Freight, insurance and handling x. Total Bill of Material xi. List and total cost value of inputs used for manufacture of the R &D Equipment xii. List and total cost of inputs which are domestically sourced. Value addition certificates from suppliers, if the input is not in-house to be attached. xiii. List and cost of inputs which are imported, directly or indirectly

For and on behalf of (Name of firm/entity)

Authorized signatory (To be duly authorized by the Board of Director)

Page 30 of 41

Details of 210 Lakes are as under Bruhat Bengaluru Mahanagara Palike (BBMP – 8 zones)

Raja Rajeshwari Zone (RRZ) – 30 lakes

Sl Village Name & Total Area Name of Lake / Taluk No Sy No. Ac Gu 1. Halage vaderahalli Lake Halage vaderahalli-1 16.00 13.00 Bheemana katte Halagevaderahalli 2. Bheemana Katte 1.00 23.00 As per RTC survey No-138 Lingadeeranahalli (handrahalli) Lingadeeranahalli -2, 5.00 30.00 3. Lake Bangalore North Lingaderanhalli -4 4.00 8.00 Handrahalli kere Bangalore 4. Handrahalli-8 15.00 18.00 North North 5. lake Kodigihally-30 9.00 25.00 6. Jogi kere / Bangalore South Malasandra-30 2.00 27.00 7. Ullala lake / Bangalore North Ullala-93 24.00 19.00 -32 47.00 26.00 8. J.P Park / Bangalore North Mathikere-59 15.00 15.00 Thanniranahalli-1 20.00 39.00 Hemmagipura-25 7.00 25.00 H Gollahalli kere/ Bangalore 9. H. Gollahalli-09 7.00 8.00 South varahasandra-09 4.00 33.00 Bayyapanapalya Kunte/ 10. Vajarahalli-36 2.00 31.00 Bangalore South Mallathahalli-101 51.00 5.00 Mallathahalli lake / Bangalore 11. Mallathahalli-26 1.00 9.00 North Giddadakonehalli-6 20.00 8.00 12. Vishwaneedum Lake – 50 4.00 34.00 13. Nagarabhavi Lake Nagarabhavi -17 4.00 7.00 Chowdenapura - 15, 14. Konasandra Lake 37.00 14.00 hemmigepura – 61 15. Sompura Lake Sompura 11, 12 18.00 20.00 16. Talghatapura Lake Talghatapura – 73 19.00 16.00 17. Lingadeeranahalli Lingadeeranahalli-13 5.00 22.00 Kenchenhalli-33 3.00 39.00 18. Pattanagere/ Kenchenhalli lake Pattanagere-43 - 31.00 Hemmigepura-004, 4.00 11.00 19. Varahasandra Lake Varahasandra-0024 13.00 9.00 20. Chikkabasthi lake 7.00 2.70

Page 31 of 41

Valagerahalli - 11& 15, 21. Gandhinagar Hosakerehalli 43.00 30.00 Ramasandra - 16&17 Kannali-5 48.00 31.00 22. Kannali lake Kodigehalli-78 19.00 14.00 23. Kenchanapura lake Kenchanapura -10 17.00 26.00 24. Srigandadakaval Srigandadakaval-15 6.00 33.00 Doddabidarakallu/Nagasandra Nagasandra-6 16.00 36.00 25. kere Doddabidarakallu-125 23.00 10.00 26. Bhimana kuppe Bhimana kuppe-180 39.00 24.00 27. Herohalli Lake Bangalore North Herohalli -99 34.00 33.00 28. Gundopanth lake Pantarapalya-59 2.00 17.00 29. Bovimaranahalli Halage vaderahalli-124 22.00 34.00 Maragondanahalli-12, 26,27 , 30. Soolikere 53.00 7.00 M. Krishna Sagara--34, 36, 37 31. Manganahalli Lake Mangammanahalli -43 6.00 22.00 32. Nelagadirenahalli Lake Nelagedaranahalli -62 19.00 22.00 33. Dubasipalya Lake Valagerahalli-43 23.00 35.00 34. Madavara Lake 63.00 18.00 35. Medi Agrahara Lake Medi agrahara-33 13.00 15.00 36. Gattigerepalya (Somapura) Lake Sompura-11, 12 17.00 38.00 37. Hosakerehalli Lake Hosakerehalli-15 59.00 26.00 38. Kembathhalli Lake Kembathahalli-3 6.00 16.00 -58 6.00 2.00 39. Mylsandra Lake Mylasandra-37 6.00 24.00 Kengeri-66 5.00 28.00 40. Busegowdana Kere Mylasandra-27 10.00 14.00 41. Kenchanahalli Lake - - - Kengeri-0015 27.00 3.00 42. Kengeri Lake Valagerahalli-0085 5.00 13.00

Page 32 of 41

Dasarahalli Zone (DZ) – 04 lakes

Village Name & Sy Total Area Sl No Name of Lake / Taluk No. Ac Gu (Chokkasandra) Lake Dasarahalli-24 3.00 29.00 1 Bangalore North Chokkasandra-5 24.00 4.00 Kamgondanahalli-18 15.00 26.00 Kamgondanahalli Kere Bangalore 2 Shetty halli-67 5.00 32.00 North Medarahalli-26 1.00 32.00 3 Bagalgunte Lake Bagalgunte -113 10.00 14.00 Nellagadrenahalli-90 19.00 5.00 Nellagadrenahalli-89 5.00 26.00 4 Narasappanahalli Kere Karivobanahalli-40 27.00 13.00 Doddabidarakallu-24 1.00 20.00 Mallasandra gudde-49 11.00 28.00 5 Mallasandra Gudde Kere Mallasandra gudde- 5.00 23.00 50

Page 33 of 41

Mahadevpura Zone (MZ) – 43 lakes

Sl Total Area Name of Lake / Taluk Village Name No Ac Gu 1 Ambalipura Kelagina kere Amblipura-41 4.00 9.00 Kaigondanalli-8 18.00 18.00 2 Kaigondanahalli Lake / Kasavanalli-70 30.00 5.00 3 Vijanapura kere Kowdenahalli-85 10.00 30.00 4 Amblipura melina kere Ambalipura-36 12.00 16.00 5 Sigehalli Sigehalli-32 31.00 13.00 6 Devsandra kere Devsandra-31 16.00 8.00 7 Doddakanenahalli kere / Bangalore East Doddakannalli-109 18.00 14.00 8 Munnekolalu kere / Bangalore East Munnekolalu-25 15.00 38.00 9 Shilavanthana kere / Bangalore East White field-41 19.00 32.00 Kasavanalli-50 21.00 30.00 10 Kasavanahalli lake / Bangalore East Haralur-32 33.00 37.00 11 Chinnappanahalli/ Bangalore East Chinnappanahalli-15 11.00 33.00 12 Kowdenhalli lake / Bangalore East Kowdenhalli lake-27 55.00 5.00 13 Haraluru kere / Bangalore East Haraluru-95 27.00 13.00 -65 23.00 33.00 14 Sowl kere / Bangalore East Doddakannali-68 7.00 28.00 Kaigondanalli-36 30.00 16.00 15 Challakere Lake /East taluk Challakere -85 38.00 5.00 Kalkere-45 73.00 11.00 Kyalasanahalli-36 51.00 19.00 16 Kalkere / Bangalore East taluk Beelisivale-101 0.00 37.00 Agra-36 61.00 11.00 17 Mahadevapura Lake /East taluk Mahadevapura-7 26.00 23.00 18 Lake Kundalahalli-05 30.00 20.00 Devarabeesanahalli – 19 Devarabeesanahalli Lake 13.00 31.00 18 20 Garudachar Palya Lake Mahadev pura-31 5.00 36.00 21 Vibhuthipura kere Vibhuthipura-175 45.00 18.00 22 K R Puram (BEML) Benniganahalli-47 18.00 25.00 -25 54.00 3.00 Vibhuthipura-13 3.00 15.00 23 Doddanekundi lake Doddanekundi lake- 56.00 39.00 200 24 Hormavu Agara Lake Hormavu Agara - 77 51.00 34.00 25 Bhattarahalli Lake Bhattarahalli – 2 18.00 10.00

Page 34 of 41

Sadaramangala kere- 51.00 4.00 26 Sadaramangala Lake 61 Kodagehalli-8 1.00 17.00 27 Siddapura Lake Siddapura – 18 27.00 35.00 28 kere Hoodi-79 15.00 10.00 29 Bhoganahalli Lake Bhoganahalli – 21 12.00 24.00 30 Panathur lake Panathur -38 25.00 17.00 31 Hoodi Giddanakere Hoodi-138 28.00 31.00 Kaggadasapura -141 32.00 16.00 32 Kaggadasapura Lake Bairasandra-5 14.00 24.00 33 Jimkenahalli Lake Varanasi – 47 8.00 35.00 Kalkere-162 64.00 25.00 Rampura-22 3.00 4.00 34 Kalkere Rampura kere Maragondanahalli-71 11.00 35.00 Huvineane-86 108.00 7.00 Nagareshwara 35 Nagareshwara-Nagenahalli Lake 11.00 8.00 Nagenahalli-10 36 Mahadevapura Lake Mahadevapura-187 13.00 32.00 Nalluralli-4 20.00 34.00 37 Nalluralli tank Pattandur Agrahara- 27.00 5.00 85 38 Kelagina kere / Byrasnadra Byrasandra-112 12.00 21.00 39 Gunjur Palya kere Gunjur-83 36.00 27.00 Gunjur-301 (P) 40 Gunjur mouji kere 59.00 13.00 Kachamaranahalli-74 41 Junnasandra lake Junnasandra-32 24.00 33.00 42 Sitaram Palya Sonnenalli-33 25.00 5.00 43 Vijanapura Lake Vijanapura-42 15.00 37.20 44 Chikkabellandur Lake - 67.00 14.00 45 Garvebhavipalya Lake Hongasandra-41 18.00 4.00 46 Gujur Carmelaram Lake Gunjuru-95 9.00 17.00 47 Panathur Lake- 48 Panthur lake-48 6.00 30.00 Pattandur agrahara - 48 Pattandur Agrahara Lake- 124 16.00 35.00 124 Pattandur agrahara - 49 Pattandur Agrahara Lake- 54 13.00 12.00 54 50 B Lake Banasawadi-64 19.00 7.00 51 Channasandra- 2 Lake Banasawadi-211 40.00 20.00 52 B Narayanapura Lake B. Narayanapura-109 15.00 6.00 K R Puram-58 53 Gangashetti Lake 21.00 27.00 Devasandra-46 54 Hormavu Lake Horamavu-83 37.00 14.00 55 Venkoji Rao Lake Agra-11 5.00 39.00 Page 35 of 41

venkogirao lake-11 136.00 30.00 Sonnathammanahalli- 24.00 37.00 56 Vengaiah kere 46 K.R.Puram-9 38.00 12.00

Bangalore West Zone (WZ) – 05 lakes

Sl Total Area Name of Lake / Taluk Village Name & Sy No. No Ac Gu 1 Sankey tank / Bangalore Central Vyalikaval-21 40.00 24.00 2 Kamakshi playa Sanegoruvanahalli-60 6.00 35.00 3 Anche ramana kere (Gangondanahalli) Gangondana halli-8 2.00 15.00 4 Sanigoruvahalli Sanigoruvahalli-120 15.00 24.00 5 Shivanahalli (Agrahara Dasarahalli) Agraharadasarahalli-72 9.00 25.00

Bangalore East Zone (EZ) – 05 lakes

Sl No Name of Lake / Taluk Village Name & Sy No.

1 / Bangalore Central Ulsoor 2 Konena Agrahara lake Konena Agrahara -60 3 Byatagunte Playa Byatagunte palya-14 4 Lingarajapura Lake Lingarajapura-49 5 Geddalahalli Geddalahalli-03

Page 36 of 41

Bommanahalli Zone (BZ) – 42 lakes

Sl No Name of Lake / Taluk Village Name & Sy No.

Vasanthapura-0006, 1. Dorekere -0022 2. Uttarahalli Lake / Bandgalore South Uttarahalli-0111 Lake (Next to Brigade Millenium) Bangalore 3. Puttenahalli-42 South 4. Singasandra / Bangalore South Singasandra-99 5. Parappana Agrahara / Bangalore south Parappana Agrahara-23 6. Kudlu Chikka kere / taluk Kudlu-70 Kudlu-150 7. Kudlu doddakere / Anekal Parappana Agrahara-37 8. Mangammana Palya Kaere Yalkunte -19 9. Kodige Singasandra Lake Singasandra-69 Basapura-0015 10. Basapura Lake-1/ Bangalore South Singasandra-52 11. Ibblur Lake Ibbalur-0036 Yelachenahalli -06, 12. Annappanakere / Yelchenahalli Lake Gopinayakanahalli-14 13. Kalena Agrahara Lake Kalena Agrahara-0043 14. Cikkabasavana pura Lake Basavanapura-14 15. Begur Lake Begur-0094 16. Gottigere Gottigere-0071 17. Subramanyapura lake Uttarahalli-0064, Sarakki-26 18. Sarakki/Jaraganahalli/Puttenahalli Lake Puttenahalli -5 Jaraganahalli-7 19. Haralakunte Lake (Somasandrakere) Haralakunte-0051 -0030 20. Lake / Alahalli Gollahalli-0003 21. Puttenahalli/ Byraweshwara nagara Chunchaghatta kere Chunchaghatta-0070 22. Basapura Lake-2/ Bangalore South Basapura-14 23. Basavanapura Lake Basavanapura -0014 Begur-168, 24. Chikka Begur Lake Singasandra-86

Page 37 of 41

25. Gowdana Palya Lake Kadirenahalli-0033 26. Gubbalalu Lake Gubbalalu - 25 -42, 27. Hulimavu Lake 110 28. lake Naganathapura-81 29. Kammanahalli Lake (Meenakshi Lake) Kammanahalli-0038 30. Vasanthapura Kere 31. Doddakallasandra Lake Doddakallasandra- 27 32. Devarakere Bikasipura-9 33. Yelenahalli Lake Yelenahalli - 55 34. Nyanappanahalli Lake Begur-0344 35. Subedaranakere Begur-0048 36. Swarnakunte gudda kere Chandrashekarapura-0001 -17, 37. Ittmadu Chikkalasandra-83 38. Chikkalsandra Lake Chikkalasandra-76 39. Belakahalli Belakahalli-172 40. Doresani palya Belakahalli-167 41. 2 & 3 (Small tanks) (BZ-44) Arehalli -27,28 42. Byrasandra Kere (BZ-46) 43. Arakere -34 44. Kalyanikunte Vasanthapura-21 45. Subbarayana Lake Gottigere-12 46. Chikkegowdanapalya Lake Hemigepura-92 47. Madivala Lake

Page 38 of 41

Yelahanka Zone (BZ) – 27 lakes

Village Name Total Area Sl No Name of Lake / Taluk & Sy No. Ac Gu Kattigenahalli 1 Kattigenahalli Kere-31 Bangalore North Addl 20.00 10.00 -31 Thirumenahalli- 2 Thirumenahalli Bangalore North Addl 63,68to 78, 84 to 86, 22.00 27.00 105 to 107 3 Agrahara Lake / Bangalore North Addl Agrahara-33 15.00 34.00 Kogilu-84 40.00 4.00 4 Kogilu lake Bangalore North Addl Kattigenahalli-117 33.00 24.00 -29 53.00 36.00 Kenchenahalli-15 30.00 6.00 5 Yelahanka kere / Bangalore North Additional 199.0 Venkatala-39 31.00 0 Manchenahalli-19 7.00 34.00 Veerasagara-26 17.00 24.00 6 Veerasagara lake Bangalore North Addl Attur-25 3.00 30.00 Attur-81 56.00 29.00 Ananthapura-92 6.00 15.00 7 Attur Lake / Bangalore North Additional Ramagondana halli-39 7.00 22.00 Kempanahalli-12 19.00 18.00 Narasipura-20 8 Narasipura-20 Bangalore North Addl 15.00 13.00 Bangalore North Addl 9 Chokkanahalli lake Chokkanahalli-2 8.00 2.00 -15 39.00 21.00 Jakkur-16 3.00 1.00 Jakkur-17 3.00 14.00 Jakkur-23 36.00 33.00 10 Jakkur lake (Sampigehalli Lake) Yelahanka amanikere 58.00 16.00 -55 Sampigehalli-12 19.00 25.00 Agrahara-13 3.00 17.00 11 Ramagondanahalli Bangalore North Addl Ramagondanahalli-52 36.00 26.00 12 Allasandra lake / Bangalore North Additional Allalasandra-15 41.00 23.00

Page 39 of 41

Avalahalli-10 11.00 1.00 13 Avalahalli / Bangalore North Addi Singanayakanahalli- 2.00 10.00 64 14 Narasipura-26 Bangalore North Addl Narsipura-26 9.00 11.00 Tindlu-53 35.00 28.00 Doddabommasandra lake / Bangalore North 15 DBSandra-56 39.00 10.00 Additional Kodigihally-175 49.00 21.00 Kattigenahalli Kere-136 (Palanahalli lake) / 16 Kattigenahalli-136 25.00 28.00 Bangalore North Addl Rachenahalli-69 19.00 36.00 17 Rachenahalli lake/ Bangalore North Additional Dasarahalli -61 73.00 23.00 Jakkur-82 76.00 5.00 18 Harohalli lake Bangalore North Addl Harohalli-91 74.00 32.00 19 Singapura Lake Singapura-102 66.00 18.00 -75 26.00 6.00 20 Abbigere Kere Singapura-93 21.00 7.00 21 Bettahalli lake Chikka Bettahalli-52 1.00 32.00 22 Bellahalli Bellahalli-68 18.00 32.00 23 Lakshmipura lake Lakshmipura-25 10.00 20.00 24 Srinivasapura Kere Srinivasapura-2 3.00 14.00 25 Vaderahalli Vaderahalli-32 9.00 34.00 Venkateshpura 12 6.00 35.00 26 Venkatehpura Lake Sampigehalli 37 4.00 0.00 Shivanahalli-48 14.00 38.00 27 Shivanahalli Lake Allalasandra-38 0.00 27.00 28 Amruthahalli Lake Amruthahalli-115 25.00 12.00 29 Hebbal Lake Hebbala-38 92.00 26.00 30 Nagavara Lake Nagavara-58 56.00 21.00 Puttenahalli-36 29.00 14.00 31 Puttenahalli Lake Attur-49 7.00 26.00

Page 40 of 41

Bangalore South Zone (SZ) – 13 lakes

Sl No Name of Lake / Taluk Village Name & Sy No.

1 Yediyur Lake Bangalore south Dasarahalli-0001, Yediyur-0059 2 Deepanjali lake Bangalore South Devatige Ramanahalli-32 3 Kempambudhi Lake Bangalore North Kempambudhi-0002 4 Malagala (Balaiahna Lake) Bangalore North Malagala -46 5 Nayadahalli Lake Bangalore South Nayadahalli-31 6 Kothanuru lake Kottanuru - 54 7 Mesthripalya lake Jakkasandra-30, 31 8 Chowdeshwari layout Lake Beratana agrahara-0018 9 Chikkammanahalli Lake Kammanahalli-0022 10 Lake Konanakunte - 2 11 Thavarekare Thavarekare-74 12 Nandi shettappa lake - 13 Karisandra lake Karisandra - 7 14 Bhyrasandra Lake (Chikkapete Lake)

Bengaluru Development Authority (BDA)

Extent Sl. No. Name of Lake Acre Guntas 1 Bellandur Lake 916 17 2 Lake 439 39 3 Kommaghatta Lake 9 4 4 Ramasandra Lake 7 6 5 Chikkabanavara Lake 105 15

Page 41 of 41