You are on page 1of 14

\.

a,

Jharkhand State Watershed Mission (JS M),


Rural Development Department, Govt. of Jharkhand
4th Floor, FFP Building, Dhurwa, Ranchi -g34oo4; phone: 065r-2446019
Website: www.rdd.jharkhand.gov.in, Email: rddjharkha nd.slna @gmail.com

Advt. No. M&E- stNA - .Sj..... Date: .l.Ir.l hLf


Invitation for Expression of tnterest (Eol)
f orEndrineEvarual';l:lJilffi
:1,;::T'-[il-"",rff [';-ffi 3:everopment

JSWM invites proposals in the form of 'Technical Proposals and Financial Bids' from technically
sound reputed and experienced organizations for End line Evaluation and impact assessment of
watershed development projects of batch- lll, lV and V under pMKSy-wDc.
Selection will be on 'Technical Capability cum Cost Basis'. Terms of Reference (ToR) for
MELD in Watershed Development Projects and all relevant documents are available on the
official website of Rural Development Department, Govt. of Jharkhand
(www.rdd.jharkhand.gov.in). Interested agencies are requested to go through the ToR and the
instructions to bidders.
Bidder shall pay Rs. 2,000 (Rupees Two Thousand only) as proposal fee through demand
draft drawn in favour of 'JHARKHAND RArYA JAL CHAJAN M|SS|ON', payable at RANCHI. This fee
is non-refundable.
The Chief Executive Officer, JSWM reserves all the rights to reject the received bids or cancel
the process without giving any reason to the bidder.

Letter of Interest and Pre-bid meeting:


" a) Interested bidders should register through 'Letter of Interest'for participating in the bid through
emailto the email address (rddjharkhand.slna@gmail.com)on or before OtlO3lZOZt.
b) Pre-bid meeting will be organized in online/offline mode for all registered bidder s on O3'lO3l2O2t.

Last Date of submission: Proposals complete in all respect as perthe instructions should be submitted on
or before 15th March ,2021by 6.00 pm. at Office of JSWM, F.F.P. Building, Dhurwa, Ranchi g34004.
-

lmportant Dates
1. Last date of registration through 'Letter of Interest, by email 01./03/202L
2. Date of pre-bid meeting 03/03/2021,
3. Last date of bid submission ts/03/2021(by 6:00 pm)
4. Tentative date of opening of technical bid 1.6 / 03 / 2021, ( L 1 :00 a m )
5. Tentative date of Technical Presentation 1.8 / 03
/2021, (11
) :00 a m
6. Tentative date of opening of Financial bid L9/03/2021, (11:00 am)

-sd-
(Dr. Vinay Kant Misra)
cEo, JswM, RDD,
Jharkhand, Ranchi
Jharkhand State Watershed Mission M), Ranchi
Document of bid for End line Evaluation and impact assessment of watershed development
projects of batch- lll, lV and V under PMKSY-WDC

o Terms of Reference (ToR)


o Instructions to Bidders
'. Annexure- 1
o Annexure- 2
o Annexure- 3

(:\
ll Jharkhand State Wa.te_rshed Mjssion (JSWM). Ranchi
Terms of Reference (ToR) for End line Evaluation and impact assessment of watershed development
projects of batch- lll, lV and V under PMKSY-WDC
1. Introduction:

JSWM is implementing watershed development projects funded by PMKSY-WDC and State

Gorernmmt. These projects are being implemented on the basis of Common Guidelines-2O08 (revised
edttbn-2011)and state specific guidelines. The Pradhan Mantri Krishi Sinchai Yojna- Watershed Development
Component {PMKSY-WDC) (erstwhile IWMP) is a joint program of Central and State government (60 : 40

scheme). The main objectives of PMKSY-WDC (erstwhile IWMP) are to restore the ecological balance by
harnessing, conserving and developing degraded natural resources such as soil, vegetative cover and water.

The outcomes are preventions of soil run-off, regeneration of natural vegetation, rainwater harvesting,

productivity enhancement and recharging of the ground water table etc. This enables multi-cropping and the

introduction of diverse agro-based activities, which help to provide sustainable livelihoods to the people
residing in the watershed area. Total 102 watershed development projects of batch- lllrd, lVth and Vth were

sanctioned under PMKSY-WDC in various districts of Jharkhand. Projects of batch-lll were completed in 2018-

l-9 while projects of batch-lV and V are planned to be completed in March, 2027. JSWM is planning to appoint
agencies/organizations for End-Line Evaluation and impact assessment of these 102 watershed development

projects of Batch- lll, lV and V to assess its ecological, economic and social impacts.

2.T tion:
2.1. End line evaluation and impact assessment: The assignment is for end line evaluation and impact
assessment of 102 watershed development projects of batch- lllrd, lVth and Vth sanctioned under PMKSY-

WbC in various districts of Jharkhand. The selected agency/organization would carry out the end line
evaluation and impact assessment to establish net impact of the projects related to change detection, land

use change, ground water recharge, improvement of water availability/conditions, productivity, prevention

of soil erosion, socio-economic changes etc. Data would be collected on project basis from a variety of
sources viz; household surveys, focus group discussions,t':,satellite imagery etc. The end line evaluation

and lmpact assessment would be carried out following the standard approach of collection and comparison
of data pertaining to pre, mid and post treatment period.

2.2. Thematic/Special Studies/Case studies on significant changes: Carry out certain thematic/special/Case

studies on significant changes. Such studies may be at the level of state, district, project, village or micro

watershed. The reports of such studies will be part of end line evaluation and impact assessment report.
'2.3. Database preparation and mapping of project activities: The preparation of database and mapping
of
project activities including works, assets, structure, beneficiaries and treated land etc. after field survey along

with geo-coordinates and phot phy/videography. lt should be part of end line evaluation report.

oz\rPa\ '
2!some of these projects could not start orterminated before much progress.
These projects may be taken
as important indicators for comparison in change detection
and impact assessment of various activities of
different projects' The specific suggestion based on evaluation
of such projects, plAs and area should also be
part of the report' lt will be important for corrective
measures in future projects.
3.

3'1' The assignment as mentioned in 2.1 to 2.4 above is required for the
102 watershed development
projects of batch- lll, lV and V under PMKSY-WDC. The projects
of batch-tll were completed in 2o1g-19 while
the projects of batch-lV and V are planned to be completed in March,
2o21,.some of these projects were not
started or terminated before much progress. These projects may
be taken as important indicators for
comparison in change detection and impact assessment of various
activities of different projects.
3'2' Maximum time limitforcompletingthe assignment isthree monthsfrom
the date of issue of work order
to selected agency. However, the selected agency should submit
a brief fortnightly progress report.
3.3. The payment schedule as per the work and deliverables is
as follows:

Signing the MoU and providing Bank Guarantee.


One time 2%
Submission of inception report
Submission of End line evaluation and lmpact assessment report
of 45 projects
oatch-ttt twith tn cial studies/case studies and database and mapping).
submission of End line evaluation and lmpact .rr"rrr*nt report
of 30 pro;eiG
batch-lV (with thematic/Special Studies/Case studies and database
and mappins).
Submission of End line evaluation and lmpact assessment report
of ZZ p-;".t,
batch-V (with themati ipecial Studies/Case studies and database
and mapping).
Final payment on successful completion of assignment,

ue of work order to successful bidder.

3'4' Above deliverables/reports should be consolidated batch-wise with


district-wise and project-wis e data/
findings in four hard copies and four soft copies. All the reports/information
generated shall be the copyright
of JSWM and shall not be used for any other purpose withgut written permission.
JSWM may ask for any
other relevant reports about these projects, which the agencies will have
to provide as and when required,
3'5' Payment schedule may be modified on mutually agreeable terms if so
required and felt necessary.
3'6' In case an appointed agency leaves the assignment, appropriate administrative
action will be taken. The
next agency in ranking of final scores of bidders may be called for negotiation
and assignment of the
remain ing work/deliverable.

4. Scope of work:

The assignment is required for the L02 watershed development projects


of batch- lll, lV and V under
PMKSY-WDC. List of these projgpts is given in Annexure_1.

r5\"1
5'1. The Bidder can either be company, organization, department, a partnership firm or an
academic/research institute. The following are the Minimum eligibility criteria:

a)' The Bidder must have minimum 3 years experience in evaluation and lmpact assessment
studies.
b)' The bidder must have completed two similar assignments in the last five years (copy
of completion
certificates/work order must be submitted).

c). The bidder should have adequate manpower to accomplish the assignment.
d)' The bidder must have an average annual turnover of Rs. 50.00 lakh over the last three preceding
years i.e. 2Ot7-1'8,201'8- 19 and 2019-20. Copy of audited statement is
to be attached.
f)' The bidder must not have, during the last three years, failed to perform any agreement, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement
or
an arbitration award against the applicant, nor been expelled from any project or
agreement or have
had any agreement terminated for breach of contract by such Applicant.

g). The bidder should be compliant of allthe regal provisions.


h). The bidder should not be black listed by any govt. department/agency/organization.

5.2. Even if an applicant satisfies the above requirements, it is liable to be disqualified if it


is found to have:
a). Made a false representation in the form of information, statement and attachments required
in
the document for this empanelment;
b). A record of poor performance such as abandoning work, not properly completing contract,
financial failure or delayed completion;

. c). Been convicted by any court of law,

6. Method of Selection of agency:

Selection will be made based on ,Technical Ca

and Financial Bids. Weightage of 7O% will be given


Technical bids will be evaluated by the panel of exper

merit of marks taken together for technical and financi

6.1. Screening of eligible and responsive bid:

a). The criteria for eligibility and qualification of bidders

b). As part of the evaluation, the bids can be checked f


to be responsive would be further evaluated in accorda
c). The bid would be considered to be responsive if it m
o lt contains all the information and document as

o lt provides information in reasonable detail. CE

ut\
information has been provided in reasonable detail.
o There are no inconsistencies between the bid and the supporting documents

6.2. Evaluation of Technical bid:

Technical bids (quality parameters) will be evaluated in two parts; (1-) Desk assessment of technical

proposal and (2) Presentation on pre-decided parameters. Bidders fulfilling essential requiiements will only

be entertained. Information required in technical bid is given in Annexure-2. Bidders fulfilling essential
requirements will be called for presentation. lf more than five bidders fulfill essential requirements, only five

bidders will be shortlisted based on merit of marks in desk assessment of technical proposal. The criteria for

grading of technical bids will be as follows:

1. Experience in evaluation and impact assessment for integrated and participatory/ watershed projects.
2. Client level for assignments in past including Government dept./ Non-government agencies.
Techniques and tools/modern technologies like Remote sensing, MlS, GlS, GPS, Web based online
.3.
monitoring, computer based statistical software etc. for M&E adopted for past
assign m ents/experience.

4. Financial status of the organization/agency in past three years.

5. Existing human resource at various levels. Preference will be given to those agencies / organizations
that have their own infrastructure and resource persons.
6. Special contribution/ credentials in evaluation and impact assessment.
7. Any other criteria felt important by JSWM.
Technical Bid Presentation by qualified/ shortlisted bidders will be focused on following points.

o Evaluation and impact assessment in Watershed Development projects.

o Relevance of earlier work with this assignment.

o Proposed methodology and expected outcome.

6.3. Evaluation of Financial bid:

Financial bids (cost parameters) only of technically qualifying bidder agencies will be opened. Bids will

be arranged as per quoted value. JSWM may negotiate with finally qualified bidder to bring down rates
reasonably. However, JSWM may also reject any financial bid too low or too high if it is found non-justifiable.

6.4. Formula for evaluation of technical and financial bids:

The technical score, financial score and final score will be calculated on the basis of formula given
bellow. For final score, the technical and financial score will carry 7O% and 30 % weightage respectively.
a). Financialscore (fS) = 100 x Lowest Bid/Quoted Bid
' b). Technicalscore (tS; = Score obtained as per ranking matrix (includingtechnical bid and presentation)
c). Final Score = (TS x 0.70) + (FS X 0.30)

7. Instructions to bidders:

.J.\1o-"'*'' 5
-v7.i Letter of lnterest and Pre-bid meeting:
a| Interested bidders should register through 'Letter of Interest' for participating in the bid through
emailto the email address on or before the date mentioned in the advertisement.
bf Technical and Financial proformas are annexed herewith. lf any modification is suggested by

concerned authorities it will also be displayed on the website.

c) Pre-bid meeting will be organized for all registered bidders on the date mentioned in advertisement at

JSWM office, Ranchi or online mode. No separate intimation will be sent.

7.2. Submission of bids:

a) Last Date of submission: Proposals complete in all respect as perthe instructions should be submitted
on or before the last date mentioned in the advertisement.

b) Technical and financial bids should be submitted in the prescribed proformas.

c) Technical bid with all supporting documents should be submitted in sealed envelope clearly super

scribed as "Technical Bid".

d) Bidder shall pay Rs. 2,000 (Rupees Two Thousand only) as proposal fee through demand draft drawn

in favour of 'Jharkhand Rajya Jal Chajan Mission, payable at, Ranchi. This fee is non-refundable.

e) Separate financial bid will have to be submitted in separate sealed envelope(s) clearly super scribed as

"Financial Bid".
f) Both the technical and financial bids should be kept in an envelope super scribed as "Bid for end line

evaluation and impact assessment of watershed development projects of batch- lll, lV and V under
PMKSY-WDC".

g) All the pages of the bid document and documents attached should be signed and stamped by the
competent authority of bidder agency.

7.3. Documents to be attached with Bid:

The bidders should attached relevant documents in support of the statements made in proforma of

technical bid (annexure-2). All the documents should be serially numbered and mentioned at appropriate
place. Following are important documents to be attached withbid:

1,. Name, address, contact details and type (Government/Non-government) of the organization
(Photocopy of document of registration in case of non-government agencies).

2. Details of office bearers - Name, educational background, position & area of specialization.

3. Infrastructure- specially GIS/ Remote senslng laboratory, Training centre.

4. Published/ certified annual reports for last 3 years.

5. Letters of work orders and completion certificates of most recent assignments to prove maximum 07

years of experience in evaluation and impact assessment.


-v j Copy of Relevant part of documents/published/submitted reports should be attached to prove the
adopted/developed/tools/techn iques as mentioned above.
7. List of experts working in the bidder agency.
8. Audited financial statement of last three years.
9. U n derta king th at the orga n ization is not black-listed by a ny of th e depa rtm ents o r agencies.
10. Undertaking of the issue as described in clause- 5.L above.

11. Demand draft of Rs.2,000 (Rupees Two Thousand only) as proposal fee drawn in favour of 'Jharkhand

Rajya Jal Chajan Mission, payable at, Ranchi. This fee is non-refundable.

L2. Any additional information.

8. Bank Guarantee:
The selected bidder will have to submit Bank Guarantee of 05 lakh Rs. in favour of JSWM at the time of

signing MoU.

9. General Instructions:

1) The above instructions are meant for the process transparency and should be strictly followed.

2) The decision of the CEO, JSWM, RDD shall be final on any issue.
3) Bidder shall be responsible for proper submission of bids like submission in separate envelopes, signing
on each page etc. JSWM will not be responsible for any incompleteness or oversight on the part of bidder.

4l The selected agencies will sign agreement/ MoU with JSWM.

5) As mentioned above, any modifications like information in bid, postponement in anyof the dates, etc. will

be displayed on the website. Bidders are requested to referthe website before submission of the bids.
6) .Ranking matrix for evaluation of technical bids based on the criteria mentioned in 6.2 above will be

displayed on the website after last date of submission of bids.

7) Technical Bids will be opened on the date mentioned in the advertisement in Meeting Hall of RDD/ JSWM

Office, Ranchi. Authorized representatives of the bidder agency may attend.

8) List of qualified/ shortlisted bidders will be displayed on the website after evaluation of technical bids.
9) Bidder/Shortlisted bidders (as the case may be) will makda brief presentation on the date mentioned in
the advertisement, which shall be displayed on the website.
10)After technical evaluation, the Financial Bids of only the qualified bidders will be opened on a date
mentioned in the advertisement, which shall be displayed on the website.

-sD-
cEo, JswM, RDD,
Govt. of Jharkhand

\9
'strict Wise IWMP Project Details (lllrd
Batch to Vth Batch) in Jharkhand Annexure-1

Bokaro-lWM P-2 /2017-12 644.0739


Bokaro-lWM P-3 /2011-12
Bokaro-lWM P-4 /2012-73
Bokaro Bokaro-lWM P-5 /2073-1,4 1051.335 1
Bokaro-IWMP-5 /2013-74 794.3023
Bokaro-IWMP-7 /2013-L4 6171..1.245
Bokaro-lWM P-8 /20L3-74 DFO, Bokaro

Chatra-l WM P-1 / 20L1,-12


Chatra-lWM P-2 / 2017- t2 District Fisherv Officer 723.1.1.4
Chatra- | W M P-3 / 20 1-2- 13 Soil Conservation Dept.
Chatra-l WMP-4 / 20t2-1.3
Chatra-lWM P-5 12073-14 District Fisherv Officer
Chatra-lWM P-6 /201,3-1,4 Soii Conservation Officer
344 10.9943 4814,:\j.9545
-lwMP-2/201.7-12 610.9637
-rwMP-3/2012-13 582.8658
-twMP-4/2012-13 Soil Conservation Offi cer 471.2.42 565.4909
-twMP-s/201.3-r4 621.4237
4403 8141
Dhanbad-lWM P -2/2072-13 622.1499
Dhanbad
Dhanbad-lWM P -3 /2012-13 Jan Jagaran Kendra 5749.7 4
3639.0192
Dumka-IWMP-1 /20II-12 DFO, Social Forestry Division 624.5226
Dumka-lWMP-2 /20L2-t3 Soil Conservation Officer
Dumka Dumka-IWMP-3 /2O12-t3 Nav Bharat Jagiriti Kendra 71.O.2813
Dum ka-lWM P-4 /2073-1,4
Dumka-IWMP-5 / 201.3-L4 Dumka Forest Divislon 687.rs21
33366 s801
Ga rhwa-l WM P-5 / 2071-1,2
Ga rhwa-lWM P- 6 / 20]-3-14 DFO, Garhwa South Forest Division 5751..7337
2t7717637 3B 14,165:
G iridi h-l WM P-4 / 201,1,-12 S F. Division, Ha
Giridih-IWMP-5 /2017-72 Soil Conservation Officer
Giridih-lWM P-5 /20LI-I2 DFO, Hazaribagh East Forest Division 5L34.72 616.1658
Giridih-IWMP-7 /2O17-I2 Distrist Fishery Officer 4771.16 512.6L07
Giridih-IWMP-8 /2017-72 District Fisherv Officer
Giridih-lWM P-9 /20LL-!2 District Engineer, Jila Parishao
3424,11!7
Godda- IWM P-5 / 201,1,- 12 583.3416
2.646 8116
Gumla-IWMP-3 /20L2-73 756 8227
Gumla-IWMP-4 /20I2-t3 s340.21 801 03r.9
Gumla-IWMP-5 /201.3-L4 4956.8311 7 43.5247
Gumla-IWMP-5 /20I3-I4 5249.7781

H aza ri bas- | WM P -3 / 201L- 1.2 DFO, Hazaribagh West Forest Division 4833.18 s79,9815
H aza ri ba g-l W M P-4 I 201.L-L2 Soil Conservation Officer
Haza ribas-lWM P -5 / 20I7-t2 645.735 1
H a za ri bae-l W M P -6 / 201,1-12
45 14.3839
J a m atra-lw M P -2 / 201L-12 606.7r.55
Ja matra- IWM P -3 / 2011-1,2 DFO, Jamtara Forest Division
J a m | 20!2-13
atra- W M P- 4 / District Agricu lture Officer
Ja matra-lWM P -5 /2013-L4

4 Proiect
Khunti-lWM P-2 /2012-1,3 Indian Grameen Services
Khunti-IWMP-3 /20L2-13 Vikas Samiti 6'J.L2.65
Khunti-lWM P-4 /201.3-74
8498.3422.
Koderma-lWM P-L / 2OL7-t2
Koderm a- | W M P -2 / 2011,- 1,2
Koderma-lWM P -3 /201,2-73 Jan Jaqaran Kendra 81.5.01.7 4
Koderm a-l W M P -4 / 2072- 1,3 Jan Sewa Parishad 4810.88 721..6324
Koderma-lWM P-5 /2013-1,4 Jan Sewa Parishad 3913.2962 586.9944
TOtal 5 Proiect 24734.5662 3332.811
Lateha r- | WM P- / 201.1.-72 DFO, Social Forestrv Division
1.
5948.78 713 8538
Lateha r- IWM P-2 / 20I2-I3 DFO, Social Forestrv Division 5074.44 761.1.666
Lateha r- | W M P- 3 / 2072-1.3 DFO, Territorial Division 5945.61 891.8415
Lateha r Late ha r- | W M P- 4 / 20 1,2 - 1,3 DFO, Buffer Area, Tiger Proiecr 5282.28 792.3423
Latehar-IWMP-5 /2012-13 DFO, Buffer Area, Tiger Project 5445.74 81.6.771,6
Lateha r- IWM P- 6 / 201,2-73 DFO, Territorial Division 5696.15 854.4278
Lateha r- W M P-] / 201,2-t3
|
Citizen Foundation 5822.04 873 3065
Total 7 Prolrct 39214 44 57Q3.704r
Lohardaga-|WM P -2 /20L2-t3 Samriddhi Foundation 5543.43 831.5142
Lo harda ga-l W M P -3 / 2012-1,3 Parivesh Societv
Lohardaga 5555.87 833 3805
Loh a rda ga- | WM P - 4/ 201.3-L4 Soil Conservation Officer 5000 750
Lohardaga-lWM P -5 /2073-!4 Soil Conservation Officer 5392.2513 808.8377
Total 4 Prolect 269?2,491,3 $49,9?2.4
Pa ku r- W M P- 2/2077- 1,2 Gramin Vikas Trust
|
s919.28 7 10.3136
Pakur-lWM P-312012-13 WCDC 4518.91 542.2696
Pakur Pakur-IWMP-4/201-2-13 Badlao Foundation 5361..44 643 3722
Pakur-lWM P-5l201,3-1,4 Sarvansin Vikas Samiti 5062.4233 607,4908
Pakur-lWM P-61201-3-!4 Bhartiya Manav Vlkas Sewa Sansthan 4976.8402 590.0208
Total 5 Proiect 25778.8935 3C93.467
Palama u-lWM P-4 /20LL-1.2 DFO, Medninagar Forest Division
Palama u 6435.23 772.2216
Pa Iamau-lWM P -5/2073-L4 DFO, Palamu Forest Division 5446.1339 816.9201
Total 2 Froje< | | 3tt{r6 7Jl9 6034.2.t71
Pash ch im i Si ngh b h u m -lW MP -5 / 201.t-1.2 DFO, Chaibasa ForestDivision I qgZZ.tt s90 7736
Pashchimi Singhbh um-IWMP-6 /20LL-1.2 DFO, Saranda Forest Division I Of f e .qS 920.467s
Pashchim i Singhbhu m-IWMP -7 / 201.1.-1.2 DFO, Saranda Forest Division ) Sltl .ZS 857 587s
Pashchimi Pashchim i Singhbh um- IWMP -8 /201.1.-1.2 DFO, Saranda Forest Division 6439.13 96s 869s
Singhbhum Pashchim i Sin gh bhu m-IWMP -9 / 201,1,-1,2 ilt DFO, Saranda Forest Division 5938.14 890 721
Pashchim i Singh bhum-IWMP -70 /2011.-L2 DFO, Saranda Forest Division 6093.96 9I4.094
Pash ch i m i Si n gh bh u m- W MP -1L/ 2OtI-1.2 DFO, Saranda Forest Division
|
5983.5 897.525
Pashchim i Si nghbhum-IWMP -72 /20L3-1.4 DFO,Saranda Forest Division 539s.3619 809.3043
Tctal I Project 46626.901,9 6846 3424
Purbi Purbi Singhbhu mlW MP-4 /2OtL-1.2 DFO, Jamshedpur Forest Division 4277.0r 51.3.241,3
Sinshbhum Purbi Singhbhum-lWM P-5l2013-14 Rural Develooment Association 5675.5229 85 1.3284
Total ? Proior I 20-r85.!729 345t 2497
Ramgarh-lWM P -3 / 201,1,-72 DFO, Ramgarh Forest Division 5195.01 623.401
Ra mga rh Ra m garh-lWM P -4 /201.2-73 Gramin Vikas Trust 5637.41, 845.6 1 1 5
Ramgarh-lWM P -5 / 201,3-1,4 DFO, Ramgarh Forest Division 47r0.1.05 706 51.57
Total 7 Prajpet 15342.525 2115.5281
Ranchi-lWM P-7 /2OI1,-1,2 DFO, Social Forestry Division 5621.59 194 59t3
Ranchi-lWMP-8 /201L-L2 DFO, Ranchi East Forest Division f,tot.ao 619 3391
Ra nchi-lWM
/201,I-72 P-9 DFO, Ranchi East Forest Division 5281.32 633.7578
Ranchi Ranchi-lWM P-10 /201I-1-2 BlT, Mesra, Ranchi 4951.77 594.2L28
Ranchi-IWMP-1 1,/201,1-12 WCDC 5339.47 640.136
Ranchi-lWM P- 12 / 20It- 12 WCDC 5161.02 61.9.3222
Ra n ch i- | W M P- 13 / 20'J.7-1.2 Drinking Water & Sanitation Dept 5229.4 627.528
fotal 7 Proj€ct ]77 45 73 4529 4B7i
Sa hebsan i-lWM P-1,/20LL-1.2 WCDC s483.52 658 0224
Sahebganj Sa he bga n j-l W M P -2 / 2012-1.3 Sanieevani Pariwar 4764.0s99 57L 6872
Sahebganj-lWM P -3 / 20I3-I4 DFO, Sahebganj Forest Division 6022.0588 722.6483
Total 3 Proiect ?1.J8I.338 7 2954.8979
Saraikela Kharsawan-lWM P -2 / 20LL-1.2 DFO, Adityapur S.F. Division 5246.25 629.5498
Saraikela Saraikela Kharsawan-lWM P -3 /20Lt-L2 WCDC 6360.39 763 2412
Kharsawan Saraikela Kharsawa n-lWM P-4 / 20L1,-t2 ill KGVK 5458.44 655,0124
Saraikela Kha rsawan-lWM P -S /201,3-14 DFO, Saraikela Forest Division 5791 3684 869.6053
Toial 4 Project 33S68 6184 51LB.b.ll47
Si md ega-l W M P -2 / 20L2-1.3 WCDC 6249 594 937.439r
Simdega-IWM P-3 /2072-L3 SARDA 5394.5353 809.1803
Simdega
Simdega-lWM P -4 /20L3-1.4 DFO, Territorial Division 6204.1,61,1 930 6242
simdega-lwM P -5 /2013-1,4 WCDC 5817.69 812 6546
Total Projert
.4. 34200.5704 5656. B1S2
Grand Total 102 Proiects 704837.3642 LO513L.7996

rlY\g\oz\v-u " 9
-v Annexure-2: Proforma of Technical Bids

Technical bid would include following points:

t. General information of the organization:

a) Name, address, contact details and type (Government/Non-government) of the organization


(Photocopy of document of registration in case of non-government agencies).

b) Details of office bearers - Name, educational background, position & area of specialization.

c) Infrastructure- specially GIS/ Remote sensing laboratory, Training centre.


d) Published/ certified annual reports for last 3 years.

2.:
Year-wise detail of work/project/assignment of evaluation and impact assessment of projects /
schemes of various clients (lnternational agencies, Central government departments, State government
departments and other agencies) should be given in following format:
- Letters of work order and completion certificate should be attached
- Detail of most recent assignments should be given to prove maximum 07 years experience
- Separate sheet may be attached, if required

Month & Year Name and Nature and Project Duration Work order Completion
of starting the address of name of and location of letter no. & certificate
project client work date no. & date

3. Techniques/ Tools adopted for assignments conducted earlier:


a. Technical tools adopted in earlier assignments:
(Assignment wise brief description including version/name should be given in 100 words each):

1. PRA / participatory tools/ socio-economic parameters

2. c lS/RS/Satellite i magery

3. MIS/ statistical tools

4, Land use and change detection in Soil & moisture conservation/NRM work
Specific contribution in tools/ softwares adopted/ developed in earlier similar assignments:
;. (Assignment wise brief description including version/name should be given in L00 words each):

1. Details of any specific tools or software developed for evaluation and impact assessment

2. Workshops conducted for evaluation and impact assessment at state or national level
3. Other techniques developed for evaluation and impact assessment

- Copy of
Relevant part of documents/published/submitted reports should be
attached to prove the adopted/developed/toots/techniques as mentioned above.

4. Human Resource:

a. Detail of professionals in the bidder agency working at Management and mid-management level
should be given in following format (Separate sheet may be attached, if required):

Highest Level of post (management/ Area/field of


Qualification mid-management experience

b. Manpower of the bidder agency currently engaged in evaluation and impact assessment: Separate list

of professionals/experts/specialists should be given in following format (Separate sheet may be

attached, if required):

Highest Area/field of
Qualification
5. -inancial status of organization:
Yl--
Financial status of organization in last three years based on past 3 years audit statements should be
given in following format (Audited financial statement of last three years should be attached):

Financial turnover in Lakh Rs. (Based on Average of three years


audit statement

6.U is not bl

7.

Allformats and documents should be duly signed and stamped.

z\z'\
Annexure 3: Proforma of Financial Bid

Financial Bid for end line evaluation and impact assessment in Watershed
Development Projects of batch- lttrd, lVth and Vth sanctioned under PMKSY-WDC in
various districts of Jharkhand.

This is with reference to the advertisement no dated ---. We have read the
advertisement and other related documents carefully and our offer is amount Rs.

(ln words
) for evaluation and impact
assessment of ro2 watershed development projects of batch- lllrd, lVth and Vth sanctioned under
PMKSY-WDC in various districts of Jharkhand.

Signature:

Name of the signatory:

Designation:

Name of the agency:

Date:

Stamp and seal:

** * *rlc*

(q\o

You might also like