Date post: | 28-Apr-2015 |
Category: |
Documents |
Upload: | rajeshtripathi75588 |
View: | 56 times |
Download: | 9 times |
1
Office of The Collector,Thane,
INVITATION of TENDERS
FOR ENVIRONMENT CONSULTANTS FOR EIA STUDY
IN CREEKS & RIVERS OF THANE DISTRICT
1. Additional Collector,Thane, invites sealed tenders under the single stage, two envelopes bidding procedure from bidders having registration under Indian Companies Act and necessary skilled personnel, all necessary plants, equipments, machinery and services for the EIA Study in creeks & rivers of Thane District.
2. The Programme (subject to change by prior notice) for bidding is as under :-
(i) Sale of blank tender forms : From 12/10/2012 to 22/10/2012 in the office of
Collector Thane, 4 th floor, Retigat Section,Court Naka,
Thane
(ii) Last date for receipt of : 22/10/2012 in the office of Collector Thane, 4 th floor,
Sealed tenders Retigat Section,Court Naka, Thane
(iii) Pre-bid Meeting : 23/10/2012 at 15.00 hrs. in the chamber of Additional
Collector,Thane, First floor, Court Naka,Thane
(iv) Opening of the sealed : 25/10/2012 upto 15.00 hrs. in the chamber of Additional
tenders Collector,Thane, First floor, Court Naka,Thane(w).
1. The complete set of Tender Forms may be purchased by interested bidders from office of the Collector,Thane, 4 th floor, Retigat Section, Court Naka, Thane. The documents may be purchased on any working day (Monday to Friday) from 10:30 hrs. to 15:00 hrs. on payment of a non-refundable price of Rs.5,000/- (Indian Rupees) in cash or by demand draft drawn in favour of the Additional Collector,Thane payable at Jawhar.
2. Qualifying Criteria
The bidder should have prior experience of preparing EIA Study Reports. He should be QCI Accredited Environment Consultant.
3. All bids must be accompanied by Earnest Money Deposit amounting to Indian Currency Rs.30,000/- (Rs. Thirty Thousand Only) for each creek / river, in the form of Demand Draft in favour Additional Collector,Thane payable at Jawhar
4. Additional Collector,Thane reserves the right to accept or reject any bid or part thereof or reject all bids without assigning reasons thereof.
The detailed information regarding tender is available on the website www.thane.gov.in
Sd/-
Additional Collector,Thane
2
OFFICE OF THE COLLECTOR ,THANE
4 th floor, Retigat Section,Court Naka, Thane
NAME OF WORK
ENVIRONMENT IMPACT ASSESMENT STUDY
IN
CREEKS & RIVERS OF THANE DISTRICT
INVITATION FOR BIDS
INSTRUCTION TO BIDDERS
CONDITIONS OF CONTRACT
TENDER NO.
COLLECTOR OFFICE, 1st FLOOR,
COURT NAKA, THANE(W)
3
.
OFFICE OF THE COLLECTOR ,THANE
4 th floor, Retigat Section,Court Naka, Thane
ENVIRONMENT IMPACT ASSESMENT STUDY
IN
Creek & Rivers of Thane District
TENDER NO.
To be submitted upto 1500 hrs. on or before /10/2012 in the
Office of the Collector,Thane, 4 th floor, Retigat Section, Thane
D.R. No.____________ Dated __________
Issue to
___________________________________________________________________
______
____________________________________________________________
_____________________
4
V O L U M E - I
OFFICE OF THE COLLECTOR ,THANE
ENVIRONMENT IMPACT ASSESSMENT (EIA) STUDY
as stipulated in EIA Notification 2006
I) THANE DISTRICT (RIVER BED)
Part NAME OF
RIVER/NALA
TAHSIL Name of Villages No. of
Retigat
LENGTH
IN K.M.
1 ULHAS RIVER AMBERNATH KUDSAWARE, SAWARE, ERANJAD
DHOKE DAPIWALI 6
The
enti
re le
ngt
h o
f th
e ri
ver
flo
win
g th
rou
gh t
he
dis
tric
t e
xcep
t th
e cr
eek
area
.
KALYAN
GALEGAON, PAWASEPADA(KAMBA),
VARAPGAON ,JAMBHUL MOHILI ,VASAT
SHELWALI ,APTI TARFE BARHE, BHISOL
,PAWASEPADA ,KONDHERI ,MANIWALI
10
Total 16
2
LOCAL NALA AMBERNATH BHOJ, VARADE, SAWAROLI,
CHAMTOLI, CHINCHWALI, BENDSHIL,
BARWI DAM, SAGAON
08
KALU RIVER KALYAN MANDA ,AMBIWALI ,TITWALA
,SANGODA, GURWALI ,VASUNDRI,
NIMBWALI
07
MURBAD NYAHADI, MOROSHI 02
KANAKVIRA
RIVER
MURBAD VAISHAKHARE 01
Total 18
3
BHATSA RIVER KALYAN RAYA ,OZARLI ,VAVEGHAR 03
SHAHAPUR SAPGAON 01
BHIWANDI NANDKAR ,SANGE, KANDALI, BHADANE ,WANDRE ,PISE ,KALAMBOLI
08
CHOR RIVER SHAHAPUR KOTHOLE 01
SHAI RIVER SHAHAPUR KHARPAT, HEDNE, PACHGHAR 03
Total 16
5
4 SURYA RIVER PALGHAR NANIWALI, AAKEGAVHAN AAKOLI
LALONDE, DHUKTAN, MASWAN 06
The
enti
re le
ngt
h o
f th
e ri
ver
flo
win
g th
rou
gh t
he
dis
tric
t e
xcep
t th
e cr
eek
area
.
JAWHAR AAKARE 01
VIKRAMGAD THERONDA ,KASA BU., KAVDAS 03
VAITARANA
RIVER
PALGHAR DURVES , SAYA, HALOLI, HALOLI BOAT,
SAKHARE 04
WADA ALMAN 01
MOKHADA KAREGAON 01
Total 16
5 PINJAL RIVER WADA SAPNE KHURD, SAPNE BK, KHAIRE
,SHILOTTAR ,SASNE ,DABHON, PALI
,AAKHADA ,VIRHE
10
JAWHAR KHINDSE, AINE 02
GARGAI RIVER WADA GARGAON/SHILOTTAR, OGADA 02
TANSA RIVER WADA JALE, DAKIVALI ,KELTHAN ,CHAMBALE
,KONDHALE 05
WAGH RIVER JAWHAR BHURITEK, WAVAR, WANGANI,
RUIGHAR BOPADARI, DADAR KOPARA 05
MOKHADA ADOSHI 01
LENDY RIVER JAWHAR WANGANI 01
LOCAL NALA MOKHADA DEVBANDH, BALDYACHA PADA, 02
Total 28
6 DEHRJE RIVER VIKRAMGAD DEHARJE ,MOH.BU. ,AMBIVALI ,SAVADE
,KEV ,MAN, KENGAVA BALAPUR,
KASHIWALI
08
PINJAL RIVER VIKRAMGAD VAKI, ANDHERI, MALVADA ,SHELPADA,
POTKHAL, KAVALA 06
VIROLI RIVER TALASARI ZARI,KAVADA ,VEVAJI, GIRGAON, VADAVALI ,VASA
06
DONGARKHADI
RIVER
TALASARI UDHAVA ,KODAD 02
VAHINDRA RIVER TALASARI ZAI 01
Kalu TALASARI KOCHAI 01
Total 24
6
II)THANE DISTRICT (CREEK BED)
TAHSIL SR.NO. NAME OF
VILLAGE
SITE NAME LENGTH IN
K.M
PART - 1 VASAI AREA
1 VVMC AREA VASAI KHADIMUKH TO HIGHSAND BAR
The
en
tire
len
gth
of
the
cree
k f
low
ing
thro
ugh
th
e d
istr
ict
exc
ept
the
rive
r ar
ea.
2 VVMC AREA HIGHSAND BAR TO PACHUBANDAR
3 PANAJU VASAI PACHUBANDAR TO PANAJU BET (NORTH-WESTERN PART)
4 PANAJU VASAI PACHUBANDAR TO PANAJU BET (SOUTH-WESTERN PART)
5 PANAJU PANAJU BET ( NORTH-EAST PART)
6 PANAJU PANAJU BET ( SOUTH-EAST PART) TO HIGH VOLTAGE ELECTRICITY LINE
7 PANAJU PANAJU BET NORTH-EAST PART TO HIGH
VOLTAGE ELECTRICITY LINE
8 PANAJU PANAJU BET SOUTH-WESTERN PART TO HIGH VOLTAGE ELECTRICITY LINE
PART - 2 VASAI AREA
9 VVMC AREA MHARAMBAL PADA TO DATIVARE GAON
10 VVMC AREA MHARAMBAL PADA TO NARINGI BANDAR
11 VVMC AREA NARINGI BANDAR TO SHIRGAON KHADI
12 VVMC AREA SHIRGAON KHADI TO WESTERN PART OF VADHIV BET
13 VVMC AREA IDEA TOWER TO DOLIV BANDAR
14 VVMC AREA DOLIV BANDAR TO VADIV VAITIPADA BET
15 VVMC AREA VADIV VAITIPADA BET TO TANSA RIVER
16 VVMC AREA TANSA RIVER SANGAM TO KHARDI SAND BANDAR
PART - 3 THANE AREA
1 TMC AREA SOUTH - EAST PART OF HIGH VOLTAGE
ELECTRICITY LINE
2 TMC AREA GHODBANDAR ROAD BRIDGE TO
GAIMUKH BANDAR
3 TMC AREA THANE-NASHIK ROAD BRIDGE TO
MUMBRA RAILWAY STATION
4 NMMC AREA PANWEL ROAD BRIDGE TO VASHI
BRIDGE
5 NMMC AREA SOUTHERN SIDE OF VASHI BRIDGE TO
GHANSOLI GAON
6 NMMC AREA GHANSOLI GAON TO THANE-
MITHBANDAR
7
PART - 4 BHIWANDI
&
KALYAN AREA
1 KALHER GAIMUKH BANDER TO KAMVADI RIVER
The
enti
re le
ngt
h o
f th
e cr
eek
flo
win
g t
hro
ugh
th
e d
istr
ict
exce
pt
the
rive
r ar
ea.
2 KALHER KAMVADI RIVER TO KASHELI BRIDGE
3 PIMPLAS AND
KON
PIMPLAS TO KON
1 KDMC AREA DOMBIVALI BANDER TO THAKURLI
POWER HOUSE
2 KDMC AREA THAKURLI POWER HOUSE TO KALYAN
DURGADI FORT
3 KDMC AREA KALYAN DURGADI FORT BRIDGE TO
PIPELINE OF KALYAN MIDC INDUSTRY
NO.2
4 KDMC AREA KALYAN MIDC INDUSTRY NO.2 TO EAST
PART OF PIPELINE BRIDGE
5 KDMC AREA UMBARDE TO AMBIVALI UPTO
BHATASA AND KALU RIVER SANGAM
PART - 5 PALGHAR
AREA
1 KANDRE
BHURE
KANDRE BHURE RETI BANDER AREA
2 KHAMLOLI KHAMLOLI TO BAHADOLI
3 BAHADOLI
DHUKATAN
BAHADOLI TO DHUKATAN
4 UCHAVALI UCHAVALI TO PARGAON
5 LALTHANE LALTHANE TO VISHRAMPUR
6 KHADKOLI VISHRAMPUR TO KHADKOLI
7 KHADKOLI AND
VASARE
KHADKOLI TO VASARE
8 KANDARVAN KANDARVAN TO NORTH SIDE OF
VADHIV BET
9 NAVGHAR NORTH SIDE OF VADHIV BET TO
NAVGHAR
10 NAVGHAR AND
UMBERPADA
NAVGHAR TO UMBERPADA (I LAND
RESORT)
11 UMBERPADA UMBERPADA (I LAND RESORT) TO
DARSHET
12 DARSHET DARSHET TO DAHIVALE
13 DAHIVALE AND
SONAVE
DAHIVALE TO SONAVE
8
INVITATION FOR TENDERS
1. Additional Collector,Thane, invites sealed tenders under the single stage, two
envelopes bidding procedure from bidders having registration under Indian Companies
Act and necessary skilled personnel, all necessary plants, equipments, machinery and
services for the EIA Study in creeks & rivers of Thane District, as shown in the
enclosed list.
2. The Programme (subject to change by prior notice) for bidding is as under :-
(i) Sale of blank tender forms : From 12/10/2012 to 22/10/2012 in the office of
Collector Thane, 4 th floor, Retigat Section,Court Naka,
Thane
(ii) Last date for receipt of : 22/10/2012 in the office of Collector Thane, 4 th floor,
Sealed tenders Retigat Section,Court Naka, Thane
(iii) Pre-bid Meeting : 23/10/2012 at 1500 hrs. in the chamber of Additional
Collector,Thane, First floor, Court Naka,Thane
(iv) Opening of the sealed : 25/10/2012 upto 1500 hrs. in the chamber of Additional
tenders Collector,Thane, First floor, Court Naka,Thane(w).
3. The complete set of Tender Forms may be purchased by interested bidders from office
of the Collector,Thane 4 th floor, Retigat Section, Court Naka, Thane. The
documents may be purchased on any working day (Monday to Friday) from 10:30 hrs.
to 15:00 hrs. on payment of a non-refundable price of Rs.5,000/- (Indian Rupees) in
cash or by demand draft drawn in favour of the Additional Collector,Thane payable at
Jawhar.
The person deputed to collect the tender documents shall also hand over an
authority letter containing a specific request from the firm / company to hand over the
tender documents to the named person.
4. Tender documents are non-transferable.
9
5. Qualifying Criteria
i. All bids must be accompanied by Earnest Money Deposit amounting to Indian
Currency Rs.30,000/- (Rs. Thirty Thousand Only) for each creek / river, in the form of
Demand Draft in favour Additional Collector,Thane payable at Jawhar.
ii. The bidder should own majority of equipment as required for Environment Impact
Assessment Study as stipulated in EIA Notification 2006 (in terms of number,
capacity and also value) to ensure that job will be completed in stipulated time.
Proof of ownership should be enclosed.
iii. The bidder should have prior experience of preparing EIA Study as stipulated in
EIA Notification 2006. The bidder should be QCI Accredited Environment
Consultant.
iv. The average annual turnover of the bidder against executing similar contracts
for last two years (2010-11, 2011-12) shall not be less than Rs.50 lakhs for each
year.
v. The EIA consultant should prepare EIA study report of each site of the district
within three months from the commencement of the work. The EIA consultant
should give presentation before the State Level Expert Appraisal Committee
(SEAC) for each site & get environmental clearance of each site from the said
committee.
6. Additional Collector,Thane will not be responsible for any expenses incurred by
bidders in connection with the preparation or delivery of bids, including costs and
expenses related to visits to the site(s).
7. The completed bid prepared as stipulated under the “Instruction to Bidders” – shall be
submitted so as to reach to the office of the Collector,Thane, 4 th floor, Retigat
Section, Court Naka, Thane latest by 15:00 hrs. on 22.10.2012 and will be publicly
opened on 25/10/2010 at 15:00 hrs. in the chamber of the Additional Collector,Thane
8. Additional Collector,Thane reserves the right to accept or reject any bid or part thereof
or reject all bids without assigning reasons thereof.
Additional Collector,Thane
10
GENERAL CONDITIONS :
A – INTRODUCTION
1 Defination and Interpretation
In the Tender Form / Contract (as hereinafter defined) the following words and expressions
shall have the meanings hereby assigned to them, except where the context otherwise requires:
(a) (i) “Employer” means Additional Collector,Thane.
(ii) “Contractor” means the person whose tender has been accepted by the Employer and
the legal successors in title to such person, but not (except with the consent of the
employer) any assignee of such person.
(iii) “Engineer” means the Hydrographer of Maharashtra Maritime Board, Mumbai
authorised by Additional Collector,Thane to act as Engineer for the purposes of the
Contract.
(iv) “Engineer‟s Representative” means a person appointed from time to time by the
Engineer.
This may include authority to watch and supervise the works. He shall have no
authority to order any work involving delay or any extra payment by the employer or to
make any variations of or in the works.
(b) (i) “Bill of Quantities” means the priced and completed bill of quantities forming part of the
Tender.
(ii) “Tender” means the Contractor‟s priced offer to the Employer for the execution and
completion of the works and the remedying of any defects therein in accordance with the
provisions of the Contract, as accepted by the Letter of Acceptance.
(iii) “Letter of Acceptance” means the formal acceptance by the Employer of the Tender.
(iv) “Contractor Agreement” means the Contract Agreement (if any) referred to in Clause 9.1.
(v) “Appendix to Bid Form” means the appendix comprised in the form of tender annexed to
these conditions.
(c) “Contract Price” means the sum stated in the Letter of Acceptance as payable to the
Contractor for the execution and completion of the works and the remedying of any
defects therein in accordance with the provisions of the Contract.
(d) “Site” means the places provided by the Employer where the works to be executed and
any other places as may be specifically designated in the Contract as forming part of the site.
(e) (i) “Cost” means all expenditure properly incurred or to be incurred, whether on or off
the site, including overhead and other charges properly allocable thereto but does not include
any allowance for profit.
11
(ii) “Day” means calendar day.
(a) “Writing” means any hand-written, type-written or printed communication, including
telex, cable and facsimile transmission.
(e) “Time” referred to shall be the Indian Standard Time (I.S.T.).
(f) The words “Bid” and “Tender”, or “Bidder” and “Tenderer” or “Bid Price” and
“Contract Price” shall be construed to be synonymous.
(g) “Approved” means approved in writing including subsequent written confirmation of
previous verbal approval and “Approval” means approval in writing including as aforesaid.
(h) Terms “Company” and “firm” are interchangeable, wherever they occur.
1.1 Singular and plural
Words importing the singular only also include the plural and vice versa where
the context requires.
1.2 Scope
1.2.1 Additional Collector,Thane invites bids under single stage, two envelopes
system for the works as described in para 15 (Tendering Procedure)
1.2.2 All the bids are to be completed and returned in the office of the
Collector,Thane, 4 th floor, Retigat Section, Court Naka, Thane in accordance
with the Instruction to Bidders.
1.2.3 Additional Collector,Thane reserves the right to issue clarifications and
explanations to the bidding documents and to make necessary modifications, if
required, by issuing amendments / addendum upto 07 days prior to the date
prescribed for the receipt of the completed bids.
2 Eligible Bidders
2.1 Recipients of the documents for the purpose of submitting a bid shall treat the
contents of the documents as private and confidential.
3 Cost of bidding
The bidder shall bear all costs associated with the preparation and delivery of its
bid, and the Employer will in no case be responsible or liable for those costs.
4 Assurance
The successful bidder will be required to give satisfactory assurance of its
ability and intention to complete the works pursuant to the contract, within the
time set forth therein.
5 Site Visit
The bidder is advised to visit and examine the site of works and its surroundings
and obtain for himself on his own responsibility all information and data that
12
may be necessary to prepare the bid and entering into the Contract. The costs of
visiting the site shall be entirely at bidder‟s own expense.
5.1 The bidder and any of his personnel or agents will be granted permission by the
Employers to enter upon his premises and land and to visit the site of works for
the purpose of such inspection, but only upon the explicit condition that the
bidder, his personnel or agents, will indemnify the Employer and his personnel
and agents from all liability in respect thereof and will be responsible for
personal injury (whether fatal or otherwise), loss of or damage to property and
any other loss, damage, costs and expenses however caused, which but for the
exercise of such permission would not have arisen.
5.2 Access to the site of works can be arranged by making an application to the
Additional Collector,Thane
B – THE BIDDING DOCUMENTS
6 Bidding Documents
6.1 A set of bidding documents issued for the purpose of bidding includes the
following together with Amendments / Addenda thereto, if any issued.
Volume comprising –
(a) Invitation for bids
(b) Instruction for bidders
(c) Conditions of contract
i) General Conditions
ii)Bill of Quantities
(d) Chart
6.2 The bidder is expected to examine carefully the bidding documents, including
all instructions, forms, terms, conditions, specification, Annexure, Schedules,
Appendix to Bid Form and Drawings.
6.3 Pre-bid Conference
A pre-bid conference will be held on 23.10.2012 at 15.00 hrs in the chamber
of the Additional Collector,Thane, Collector Office, First floor, Court
Naka,Thane(w)..
6.4 The tender submitted by the tenderer shall be based on the clarification,
additional instructions issued (if any) by the department and this tender shall be
unconditional. Conditional tenders will be summarily rejected.
7 Language of Bid
13
7.1 The bid prepared by the bidder and all correspondence and documents relating
to the bid exchanged by the bidder and the employer shall be written in the
English language. Supporting documents and printed literature furnished by the
bidder shall be written in English language.
8 Bid Form
8.1 The bidder shall complete the Bid Form furnished in the Bidding Documents.
9 Bid Prices
9.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the
whole works as described in Para 1 of this Volume based on the schedule of unit
rates and prices submitted by the bidder.
9.2 Items against which no rate or price is entered by the bidder will not be paid for
by the Employer when executed and shall be deemed covered by the other rates
and prices in the Bill of Quantities.
9.3 The unit rates and prices shall be quoted by the bidder entirely in Indian rupees.
The prices and amounts quoted by the bidder shall allow for all the costs
including skilled and unskilled personnel, equipment required for Environment
Impact Assessment Study along with, spare parts and other incidental materials,
costs payable to Additional Collector,Thane if any, and other charges payable
to octroi, customs duty, excise duty, income tax, sales tax, and any other duties,
taxes or charges whatsoever payable on the components or the completed
works.
10 Currencies of Payment
10.1 All payments by the Employer under this contract will be made only in Indian
Rupees, on satisfactory completion of work.
11 Documents establishing the work’s conformity to the bidding documents
11.1 The Employer may require documentary evidence in respect of any item of
information submitted by the bidder.
11.2 For the purpose of these documents, the term “bid” and “tender”, “bidding” and
“tendering”, “bid price” and “contract price”, “bidder” and “tenderer” and other
similar expressions are synonymous.
12 Earnest Money
12.1 The bidder shall furnish, as part of its bid, earnest money for an amount as
explained in Para 5, Part 1 of Invitation of Tenders.
12.2 Any bid not secured in accordance with para 12.1 above, may be rejected by the
Employer as non-responsive.
14
12.3 An unsuccessful bidder‟s earnest money will be returned as promptly as
possible upon award of Contract, but in any event not later than thirty (30) days
after the expiration of the period of bid validity prescribed by the Employer.
12.4 The successful bidder‟s Earnest Money Deposit will be returned, upon the
bidders executing the Contract and furnishing the performance security.
12.5 The earnest money may be forfeited by the Additional Collector,Thane and
the bid would be cancelled :-
(a) If a bidder withdraws its bid during the period of bid validity specified
in the tender para13.1
(b) In the case of successful bidder, if the bidder fails
i. To sign the Contract in accordance with or
ii. To furnish the performance security within the specified time limit.
13 Period of Validity of Bids
13.1 Bids shall remain valid for 180 days from the date of opening of Envelope No.2
(Price bid).
13.2 Not withstanding para No.13.1 above, the Employer may solicit the bidder‟s
consent to an extension of the period of bid validity. The request and the
response thereto shall be made in writing. If the bidder agrees to the extension
request, the validity of the earnest money provided under para 13.1 shall also
be suitably extended. A bidder may refuse the request without forfeiting its
earnest money. A bidder granting the request will not be required or permitted
to modify its bid.
14 Format and signing of bid
14.1 The original bid form together with all other accompanying documents must be
received by the Employer at the date, time and place specified. The bidding
documents shall not be defaced or component sections detached from one to the
other in any volume.
14.2 The bid shall be typed or written in indelible ink and shall be signed and dated
by the bidder or a person or persons duly authorized to sign on behalf of the
bidder. Such authorization shall be indicated by written power-of-attorney
accompanying the bid. All pages of the bid where entries or amendments have
been made shall be initialed by person or persons signing the bid. The name
and position held by each person signing must be typed or printed below the
signature.
14.3 The bid shall contain no alterations, erasures or overwriting except those to
comply with instructions issued by the Employer or as necessary to correct
15
errors made by the bidder in which case such corrections shall be initialed by
the person or persons signing the bid.
14.4 The bid shall be filled only by the firm(s) in whose name(s) the tender
documents have been issued. No bidder shall participate in the bid on behalf of
another for the Contract in any relation whatsoever.
14.5 If the bid is made by a limited company or a limited corporation, it shall be
signed by a duly authorized person holding a Power of Attorney for signing the
bid in which case a certified copy of the Power of Attorney shall accompany the
bid.
14.6 All witnesses and sureties shall be persons of status and probity and their full
names, occupations and addresses shall be stated below their signature.
14.7 All signatures in the bidding documents shall be dated.
14.8 The tenderer should furnish Balance Sheets / Certificate duly certified by C.A.
in support of the prescribed average annual turnover.
C – SUBMISSION OF TENDER
15 TENDERING PROCEDURE
Manner of submission of tender and its accompaniments:-
Tenderer shall submit the tender and documents in two separate sealed
envelopes as below –
15.1 Envelope No.1 (Technical Bid) :-
The first envelope clearly marked as Envelope No.1 shall contain the following
documents :
1. The Tender document marked “Original” duly filled in signed and stamped
on all the pages.
2. EMD for Rs.30,000/- (Rupees Thirty Thousand Only) for each creek / river,
in the form of Demand Draft from any scheduled / nationalized bank in
favour of Additional Collector,Thane payable at Jawhar.
3. Copies of Annual Report including Auditors Report, Balance Sheet, Profit
and Loss account for the last three years 2009-10, 2010-11, 2011-12.
4. Documents for proving experience –
If company has claimed ownership of equipment required for collection of
field data for the study, then documents to support ownership should be
submitted.
5. Details of present technical staff and their qualification, experience and key
16
personnel for administration and execution of this contract.
6. Power of Attorney, on stamp paper if required, in favour of person authorized
to sign the tender document.
7. Copies of original document defining the constitution or legal status, place of
registration and principal place of business of the company/proprietorship
firm/ partnership firm or any other business structure
8. Copies of PAN Card
9. Copy of VAT registration
10. Copy of Service Tax registration
11. Copy of Provident Fund registration
12. Detailed information regarding current litigation, if any, in which the
tenderer is currently involved.
15.2 Envelope No.2 (Financial Bid) :-
The second envelope clearly marked as Envelope No.2 shall contain only the
financial bid.
The tenderer should quote his offer on Bill of Quantities of the tender to be
submitted only in Envelope No.2. He should not quote this offer anywhere
directly or indirectly in Envelope No.1. The tenderer shall quote for the work as
per details given in the main tender and also based on the detailed set of
conditions issued / additional stipulations made by the Department as informed
to him by a letter from Additional Collector,Thane after pre-bid conference.
This tender shall be unconditional.
Submission of Tender
The two sealed envelopes No.1 and No.2 shall be again put together in one
common cover and sealed. This sealed cover shall be marked on the left hand
top corner “Tender for the EIA STUDY as stipulated in EIA Notification 2006
of _________________________ Creek/River of Thane Dist.
The full name and address of the tenderers and the name of the authorized agent
delivering the sealed cover containing the tender shall be written on the bottom
left hand corner. The date and time for receipt of envelope containing tender
shall strictly apply in all cases. The tenderers should ensure that their tender is
received by the District Mining Officer Thane/Sand Tahsildar Thane of the
office of the Collector,Thane before the expiry of date and time. No delays on
account of any cause will be entertained for the late receipt of tender. Tender
17
offered or received after the date and time is over either will not be accepted or
if inadvertently accepted, will not be opened and shall be returned to the
tenderer unopened.
15.3 No bid shall be accepted unless it is properly sealed. Bidders shall not be
allowed to fill in or seal their bids at the Office of the Collector,Thane 4 th
floor, Retigat Section, Court Naka, Thane.
15.4 Bidders are requested to submit the bids in good time on the stipulated due date
so as to avoid rush at the closing hours.
15.5 If the packet and the envelopes are not sealed and marked as instructed above,
the Employer will assume no responsibility for the misplacement or premature
opening of the bid submitted. A bid opened prematurely due to this cause may
be rejected by the Employer and returned to the bidder.
15.6 Telegraphic bids will be treated defective, invalid and rejected.
16 Deadline for submission of bids.
16.1 The Employer may, at its discretion, extend the deadline for the submission of
bids by amending the bidding documents in which case all rights and
obligations of the employer and bidders previously subject to the original
deadline will thereafter be subject to the deadline as extended.
17 Late bids
17.1 Any bid received by the Employer after the deadline for submission of bids
prescribed by the employer will be declared “Late” and rejected.
18 Modification of bids
18.1 No bids shall be modified subsequent to the deadline for submission of bids.
18.2 No bid shall be withdrawn in the interval between the deadline for submission
of bids and expiration of the period of bid validity specified.
D – BID OPENING AND EVALUATION
19 Bid opening
19.1 OPENING OF THE BIDS BY THE EMPLOYER
Tender of only those firms who have furnished the earnest money as per para 15
above will be opened at the chamber of the Additional Collector,Thane at
15:00 hrs. on 25.10.2012 (if possible) in the presence of the tenderers (or their
authorized representatives) who are present at that time. Tenderers who have
not furnished the earnest money as specified in the tender document will not be
permitted to be present when the Envelope No.2 is opened. Eligible tenders as
above should send letter of authorization with attested specimen signatures of
18
their representatives who are deputed to attend at the time of opening of tenders.
Representatives without such authorization letters, may not be permitted to be
present to witness the opening.
In any case, the maximum number of persons representing any firm to witness
the opening of the tender is limited to two.
19.2 The bidders representatives who are present shall sign a register evidencing
their attendance.
19.3 Envelope No.1: First of all Envelope No.1 of the tender will be opened to verify
its contents as per requirements. If the documents contained in this envelope do
not meet the requirements of the department, a note will be recorded
accordingly by the tender opening authority and the said tenderers Envelope
No.2 will not be considered for further action but the same will be recorded.
Envelope No.2: Envelope No.2 shall be opened after opening of Envelope No.1
only if contents of Envelope No.1 are found to be technically acceptable to the
department (Opening of Envelope No.2 will be at the sole discretion of
employer). Date of opening of Envelope No.2 will be intimated to the
technically qualified tenderers.
19.4 When opening the bid, the tender committee will ascertain and read out whether
the bidder has furnished a proper valid earnest money. In absence of such
earnest money, the envelopes containing the bid shall not be opened and such
bids shall be considered as non-responsive and shall be rejected outright.
19.5 The bidders name, modifications, if any, and the presence or absence of the
requisite earnest money, and such other details as the Employer, at its discretion
may consider appropriate, will be announced and recorded at the opening.
20 Examination
20.1 The Employer will examine the bids to determine whether they are complete
and whether the documents have been properly signed, and whether the bids are
generally in order.
20.2 Arithmetical error will be rectified in the following basis. If there are
discrepancies in rate and/or amounts in figures and in words, those in words will
govern. If there is a discrepancy between the total bid amount and the sum of
the total costs, the sum of the total costs shall prevail and the total bid amount
will be corrected.
20.3 The Employer will determine the substantial responsiveness of each bid to the
bidding document. A substantially responsive bid is one which conforms to the
terms, conditions, specification of the bidding document without material
19
deviation or reservation. A material deviation or reservation is one which
affects in any substantial way the scope, quality or performance of the works or
which limits in any substantial way, inconsistent with the bidding documents,
the Employer‟s rights or the Bidder„s obligations under the Contract, and the
rectification of which deviation or reservation would affect unfairly the
competitive position of other bidders presenting substantially responsive bids.
20.4 A bid determined as not substantially responsive will be rejected by the
Employer and may not subsequently be made responsive by the bidder by
correction of the non-conformity.
21 Evaluation and Comparison of Bids
21.1 The Employer will evaluate and compare only those bids previously determined
to be substantially responsive pursuant to para 20.3.
21.2 In evaluating bids, the Employer will determine for each bid, the evaluated bid
price by adjusting the bid price as follows :
(a) Making any correction for errors pursuant to Clause 20.2
(b) Excluding provision sums and the provision, if any, for contingencies in the
Summary Bill of Quantities.
(c) Adding any monetary cost of quantifiable deviations in the forms at
payment by calculating the present value of the additional costs the
Employer would incur if such deviations were accepted.
(d) Making an appropriate adjustment for any other acceptable quantifiable
variations or deviations net effected in the bid price or in the above
mentioned other adjustment.
21.3 The Employer reserves the right to accept or reject any variation, deviation or
alternative offer. Variations, deviations alternative offers and other factors
which are in excess of the requirements of the bidding documents or otherwise
result in the accrual of unsolicited benefits to the Employer shall not be taken
into account in bid evaluation.
21.4 If the bid of the successful bidder is seriously unbalanced or “front loaded” in
relation to the Additional Collector,Thane, the estimate of the real cost of the
works to be performed, by more than the amount of the performance security
(reference para No.26 hereof). The Employer may require that the amount of the
performance security set forth in Para No.26 be increased at the expense of the
successful bidder to a level sufficient to protect the Employer against financial
loss in the event of subsequent default of the successful bidder under the
Contract.
20
21.5 The Employer will, also evaluate the bid, keeping into account the time quoted
by the bidder for quantity to be surveyed and reported in the study.
22 Contacting the Employer
22.1 Subject to Para No.19, no bidder shall contact the Employer on any matter
relating to its bid, from the time of bid opening to the time the Contract is
awarded.
22.2 Any effort by a bidder to influence the Employers and / or the Employer‟s
decisions in respect of bid evaluation or Contract award will result in the
rejection of that bidder‟s bid.
23 Employer's right to accept any bid and to reject any or all bids
23.1 The Employer reserves the right to accept or reject any bid and/or to partly
accept or reject a bid including decision to open Envelope No.2 or not or to
annul the bidding process and reject all bids at any time prior to award of
Contract, without thereby incurring any liability to the affected bidder or
bidders or any obligation to inform the affected bidder or bidders of the grounds
for the Employer‟s action.
E – AWARD OF CONTRACT
24 Award Criteria
24.1 The Employer may award the Contract to the successful bidder whose bid has
been determined to be the lowest evaluated responsive bid and who meets the
appropriate standards of capability and financial responsibility, and complete
the work in stipulated time with proper equipments.
25 Notification of Award
25.1 Prior to the expiration of the period of bid validity the Employer will notify the
successful bidder in writing, (hereinafter called “Letter of Acceptance”) that its
bid has been accepted. The date of transmission of the fax/e-mail is the date of
notification of the award.
25.2 The Letter of Acceptance will constitute the formation of a Contract until the
Contract has been effected pursuant to Clause 27.
26 Performance Security
26.1 Within fifteen (15) days of the receipt of notification of award from the
Employer, the successful bidder shall furnish the performance security, for an
amount equivalent to 10% of the total value of the work, in the form of Bank
Guarantee drawn on any nationalized bank in favour of Additional
21
Collector,Thane and valid for 18 months. No interest shall be payable on
Performance Security.
26.2 Performance Security Deposit will be released after one month from the date of
acceptance of the final report.
27 Signing of Contract
27.1 Along with the registered letter of notification of award, the Employer will send
the successful bidder the Form of Performance Security and the Form of
Agreement provided in these bidding documents, incorporating agreement
between the parties.
27.2 The person to sign the Form of Agreement shall be the person as described in
Clause 14.
27.3 It shall be binding on the successful bidder to pay stamp duty on the Contract
and all other legal charges for preparation of the Contract Agreement, as ruling
on the date of execution of the Contract as specified in the Conditions of
Contract.
28 Time for completion
28.1 The Environment Impact Assessment Study work should be completed within 6
months time from date of award.
G – CONTRACT DOCUMENTS
29 Language and Law
29.1 The Contract documents shall be drawn up in the English Language and all
further correspondence, drawings, documents and any written matter relating to
this Contract shall be in English only.
29.2 The law to which the Contract is to be subjected and according to which the
Contract is to be construed shall be the laws for the time being in force in India.
The Contractor shall submit to the jurisdiction of the courts situated at THANE
for the purpose of actions and proceedings arising out of the Contract and the
courts at THANE only will have the jurisdiction to hear and decide such actions
and proceedings.
30 Discrepancy between Words & Figures
30.1 In the event of discrepancy between description in words and figures quoted by
the tenderer, the description in words shall prevail.
31 Damage to persons and propety
31.1 The Contractor shall, except if and so far as the Contract provides otherwise,
indemnify the Employer against all losses and claims in respect of death of or
22
injury to any person, or loss of or damage to any property, including that of
Employer (other than the works), which may arise out of or in consequence of
the execution and completion of the works and the remedying of any defects
therein, and against all claims, proceedings, damages, costs, charges and
expenses whatsoever in respect thereof or in relation thereto.
32 Precautions to prevent hazard to navigation, etc.
32.1 The Contractor shall also take adequate precautions to ensure that his operations
do not present hazard to the navigation and other operations in the area.
33 Accident or injury to workmen
33.1 The Contractor shall indemnify and keep indemnified the Employer against all
damages or compensation payable by law in respect of or in consequence of any
accident or injury to any workmen or other persons in the employment of the
Contractor or any Sub-Contractor and against all claims.
34 Insurance against accident to workmen
34.1 The Contractor shall insure against such liability with Insurance Company
acceptable to the Employer and shall continue such insurance during the whole
of the time that any person is employed by him on the works. Provided that, in
respect of any persons employed by any Subcontractor, the Contractor‟s
obligations to insure as aforesaid under this Sub-Clause shall be satisfied if the
Subcontractor shall have insured against the liability in respect of such persons
in such manner that the Employer is indemnified under the policy, but the
Contractor shall require such Subcontractor to produce to the Employer, when
required, such policy, insurance and the receipt for the payment of the current
premium.
35 Workmen's Compensation Act, 1923
35.1 The Contractor shall follow Workmen‟s Compensation Act, 1923, as amended
from time to time.
36 Contractor to report accidents
36.1 On the occurrence of an accident arising out of the works which results in death
or which is so serious as to be likely to result in death, the Contractor shall
within twenty four hours of such accident, report in writing to the Engineer the
facts stating clearly and in sufficient details the circumstances of such accident
and the subsequent action taken. All other accidents on the works involving
injury to persons, damage to property other than that of the Contractor shall be
promptly reported to the Engineer stating clearly and in sufficient details the
facts and circumstances of the accidents and the action taken. In all cases the
23
Contractor shall indemnify and keep indemnified the Employer against all loss
or damage resulting directly or indirectly from the Contractor‟s failure to report
in the manner aforesaid. This includes penalties or fines if any payable by the
Employer as a consequence of failure to give notice under the Workmen‟s
Compensation Act or failure to conform to the provision of the said Act in
regard to such accidents.
37 Employer’s powers to retain money to cover liability
37.1 In the event of an accident in respect of which compensation may become
payable under Workmen‟s Compensation Act VIII of 1923 including all
modifications thereof, the Engineer may retain out of moneys due and payable
to the Contractor such sum or sums of money as may, in the opinion of the
Engineer, be sufficient to meet such liability. On receipt of award from the
Labour Commission in regard to quantum of compensation, the difference in
amount will be reimbursed to or recovered from the Contractor.
38 Contractor to bear Sales Tax, Income Tax & Service Tax
38.1 (a) The Maharashtra Sales Tax on the transfer of property in goods
involved in the execution, (Works Contract Act, 1985) is not applicable
and the rates quoted by the tenderer shall be exclusive of the same but
inclusive of all other taxes and duties, etc. except service tax which, if
applicable, shall be shown extra.
(b) Income Tax at the prevailing rate on the gross amount billed from time to
time shall be deducted from the Contractor‟s bills as per Section 194 C of
the Income Tax Act prevailing in India.
(c) The contractor should bear service tax.
39 Fair Wages & Contract Labour
39.1 The Contractor shall comply with all the provisions of the Contract Labour
(Regulation and Abolition) Act, 1970 and Equal Remuneration Act, 1976 and
the Rules and Regulations framed there under as amended from time to time.
39.2 The rates quoted by the Contractor in the Bill of Quantities shall be deemed to
include all expenses whatsoever that Contractor may be required to incur for
compliance with the provisions of the above Acts.
H – MEASUREMENT
40 Payment Terms
40.1 The correctness of the claim has to be certified by the Hydrographer of
Maharashtra Maritime Board Mumbai authorised by Additional
24
Collector,Thane. The payment will be released by the Additional
Collector,Thane after due sanction.
40.2 ENVIRONMENT IMPACT ASSESSMENT STUDY
(i) Advance against Bank Guarantee of equal amount of
Nationalised / Scheduled Bank in favour of
Additional Collector,Thane and the same will be
recovered from first payment after collection of field
data after signing of the Contract Agreement only
10%
(ii) On collection of field data 50%
(iii) Draft Report 25%
(iv) Final Report acceptance 25%
25
VOLUME II
TECHNICAL SPECIFICATIONS (TS)
TS 1.0 Standard –
Save in so far otherwise specified in the Contract the relevant provisions of the
appropriate Bureau of Indian Standards shall apply for all materials and workmanship.
Where relevant BIS Standards does not exists the latest version of the relevant British
Standards Specification or Standard of American Society of Testing Materials shall be
applied.
Equivalent standards from other countries may be used provided they are
demonstrated to be equal to or more onerous than the standard quoted. The following
abbreviations are used when referring to Standards.
- BIS : Bureau of Indian Standards
- BS : British Standard Specification
- CP : British Standard Code of Practice
- ASTM : Standard of American Society of Testing
Materials
- AASHO : Standard of American Association of State
Highway Officials
- NEN : Dutch Standards
- PIANC : Permanent International Association of Navigational
Congress
TECHNICAL :
TS 1.1 Project and site conditions –
The project is EIA Study as stipulated in EIA Notification 2006 in
___________________________________ (Name of the creek) of Thane District.
Site locations are shown in the enclosed drawing.
The EIA Study as stipulated in EIA Notification 2006 is required for dredging to clear
navigational waterways in the channel of the creek & to clear the river channel to avoid flood
situation in concern area.
26
Terms of Reference as per Environment Department
The Terms of Reference (TORs) for conducting Environmental Impact Assessment
(EIA) as stipulated in EIA Notification 2006 of sand mining sector for marine coastline and
river banks in the State of Maharashtra are given below:
(i) Assessment of existing sand mining patches along marine coastline and river banks in the State
of Maharashtra to arrive at a critical decision regarding continuing or prohibiting sand
mining at those sand mining sites. This study will have to be conducted categorically at
each site and should address the following pointers:
(a) Determine impact on the basis of evidence of ecosystem damage and environmental
degradation as well as through questioner survey to judge opinion of stakeholder (e.g. study
of social impact and disruption of livelihood of fisherman). If the existing sand mining
areas were to continue operation in future, it will be critical to arrive at any decision on the
basis of estimates of optimum rate at which sand can be mined from a given location in the
marine coastline and river banks so that the water body will not get damaged irreversibly
and the sand abstraction can be continued from that spot in a sustainable manner.
(b) Establishment of baseline data of sub-bottom profile along the center of a given sand
abstraction plot at every 100 m with cross profile at every 10 m on either side stretching
from center to the ends will prove to be helpful in developing long-term management
strategy. The profile will determine the depth of sand layer. In absence of such information
"sustainable mining" cannot be achieved.
(c) Sand morphology and properties of sand from existing abstraction areas vis-à-vis desirable
morphology and properties of sand needed for various construction activities.
(d) Selection of sand mining and transportation technology (within water body and on land
with connectivity through road network).
(e) Air and noise impact during sand mining activities.
(f) Recommended size of the "study area" for sampling and impact assessment :
(i) In case of river, a stretch of 1 km upstream and 3 km downstream from point of sand
abstraction and in case of coastal area the region covered by a circle having 3 km radius
from point of sand abstraction.
(ii) Preparation of the Map A for entire coast of Maharashtra in which CRZ zoning and hazard
line demarcation should be made in 1:4000 scale.
(iii)Preparation of the Map B which identifies (in consultation with Maharashtra Maritime
Board) critical regions within water-ways where dredging is unavoidable in order to
support navigational functions.
27
(iv) Preparation of the Map C which identifies (in consultation with Maharashtra Maritime
Board) critical regions within water bodies surrounding ports and harbours along the coast
of Maharashtra State where dredging is unavoidable in order to support functions of ports
and harbours.
(v) Preparation of the Map D which identifies feasible locations (along marine coastline and
river banks in the State of Maharashtra) for sand abstraction along with clearly specifying
the year-round time table and the corresponding amount of allowable limit of abstracted
sand. It is important to incorporate the lessons learnt from the assessment performed and
presented in TOR (i) and the associated concerns grouped in bullets (a) to (f) as listed
above.
(vi) Articulation and justification of management plan for transportation and disposal of
dredged materials in the areas demarcated in Maps A, B and C (mentioned above).
The studies and surveys described in TORs (ii) to (vi) will have to be conducted by taking
a systemic view of marine coastline and river banks in the State of Maharashtra. These
studies should address the relevant systemic concerns as well as the following pointers:
[1] Sand morphology and properties of sand from potential abstraction areas vis-à-vis
desirable morphology and properties of sand needed for various construction activities.
[2] Estimating the optimum rate at which sand can be mined from a given location in the
marine coastline and river banks so that the water body will not get damaged irreversibly
and the sand abstraction can be continued from that spot in a "sustainable manner".
[3] Establishment of baseline data of sub-bottom profile along the center of a given sand
abstraction plot at every 100 m with cross profile at every 10 m on either side stretching
from center to the ends will prove to be helpful in developing long-term management
strategy. The profile will determine the depth of sand layer. Mining should be limited to the
depth of sand and there should be heavy penalty for excess mining.
4] At least 12-month observations should be used in various ecological settings in order to
determine appropriate period for sand mining and period for avoiding dredging.
[5] Determination of the optimum frequency and depth of dredging, the degree of water
quality disturbance (turbidity) during dredging activities, the expected changes in channel
width and depth and thus flood stages upstream and downstream of the dredged site, and
the' relative change in sediment and associated contaminant (if any) re- suspension during
storm events with and without dredging.
28
The study for each creek will have to be undertaken as per above Terms of Reference.
The company will need to collect data in the field as required to comply with the above Terms
of Reference.
No separate Bill of Quantities (BOQ) are enclosed with the tender documents as the
same will have to be assessed by the company for the respective creek and included as part of
technical data submission and the costs in the financial submission.
The Additional Collector, Thane will make available the bathymetric charts of the area.
These charts will be made available to the selected company for use. Bathymetric data needs
not be collected in the field.
The companies are to include time schedule in the technical submission for collection
of field data, preparation of draft report and submission of final report.
As the final permission for dredging is given by the respective Collectors, based on the
estimated quantities by the MMB in the navigational channels marked on the relevant charts,
all companies would be required to liaise with respective Collectors / local authorities like
Mining Officer, etc. to determine on the extent of areas to be covered under the study.
29
OFFICE OF THE COLLECTOR ,THANE 4 th floor, Retigat Section, Court Naka, Thane
Environment Impact Assessment (EIA) Study as stipulated in EIA Notification 2006 of
_________________________________________
_____________________________________ (Name of the creek/river)
_______________________________ District
FORM OF AGREEMENT
This AGREEMENT made at Thane, the _____ day of __________ between
Additional Collector,Thane, of the one part and M/s. _______
__________________, a company having its registered office at
_________________________________________________________________
(hereinafter called “the Contractor” which expression shall unless excluded by or
repugnant to the context or meaning thereof be deemed to include the company
named its successors and permitted assigns) of the other part.
WHEREAS the Additional Collector,Thane invited tenders for the work of
preparation EIA Reports AND WHEREAS the Contractor submitted his quotation by
his Tender, dated ___________ as contained in the letters referred to in the Schedule
1 hereto respectively and which tender was accepted and annexed letter bearing
No._______________, dated ___________________ AND WHEREAS the
Contractor has deposited Banker‟s Draft or Bank Guarantee with the Additional
Collector,Thane for a sum of
Rs.____________________(___________________________________________)
only as security for the due performance of this contract.
NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS :
1. In this Agreement the words and expressions shall have the same meaning as are
respectively assigned to them in the conditions of contract hereinafter referred to.
30
2 The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz.
1) Tender Document
2) Minutes of the pre-bid meeting
3) The Acceptance letter No.__________ dated _____ by the Additional
Collector,Thane The following letters _____________ dated _____ by the Additional
Collector,Thane
3. In consideration of the payment to be made by the Additional Collector,Thane to the
Contractor for the work to be executed by him the Contractor hereby COVENANTS
with the Additional Collector,Thane to carry out and complete within the stipulated
period (time being the essence of this Contract) the work of EIA as stipulated in EIA
Notification 2006 Study of and all other ancillary work as described in the letter, in
accordance with the specifications and in conformity in all respects with the provisions
of the Contract or which are to be implied there from or may be reasonably necessary
as provided in the Conditions of Contract (hereinafter collectively called “the Contract
Work”).
4. The EIA Consultant should prepare EIA study report of each site of the district. He
should present before the State Level Expert Appraisal Committee (SEAC) & take
necessary environmental clearance of each site from the said committee.
5. In consideration of the due provision, execution, completion of the Contract Work, the
Additional Collector,Thane (hereby agree with the Contractor that the Additional
Collector,Thane shall pay to the Contractor the respective amounts for the work actually
done by him and approved by Additional Collector,Thane at the scheduled rates and
such other sum payable to the Contractor under the provisions of the Contract; such
payment to be made at such time and in the following manner :-
(i) Advance against Bank Guarantee of equal amount of
Nationalised / Scheduled Bank in favour of Additional
Collector,Thane and the same will be recovered from first
payment after collection of field data after signing of the
Contract Agreement only
10%
(ii) On collection of field data 50%
(iii) Draft Report 25%
(iv) Final Report acceptance 25%
31
5. The Contractor hereby agrees to pay such as may be due to Additional Collector,Thane
for the service/s rendered by Hydrographer authorised by Additional Collector,Thane to
the Contractor in the course of provision, execution, completion of the Contract Work,
as may become due and payable to Hydrographer authorised by Additional
Collector,Thane towards loss, damage to the MMB structures, equipment, at such time
and in such manner as is provided in the Contract.
IN WITNESS WHEREOF the Contractor has hereunto subscribed and set his
respective hand and sea through, the duly Constituted Attorney for and on behalf of the
Contractor and the Additional Collector,Thane has set his hand and seal and the Seal of the
Additional Collector,Thane have been hereunto affixed the day and year first above written.
SIGNED, SEALED AND DELIVERED by )
the duly Constituted Attorney )
for and on behalf of ) Constituted Attorney
in the presence of )
SIGNED, SEALED AND DELIVERED )
by )
Additional Collector,Thane )
State in the presence of the Common Seal Additional Collector,Thane,
was affixed in the presence of )
1._____________________________ )
)
2._____________________________ )
)
32
SCHEDULE – I
LIST OF DOCUMENTS TO BE SUBMITTED BY THE TENDERER
“ENVELOPE – A” – TECHNICAL BID
Sl.
No. Description of Documents
Whether submitted by
the Tenderer (Yes/No.)
& Ref. of page No.
1 The Tender document marked “Original” duly filled in
signed and stamped on all the pages.
2 EMD for Rs.____________ (Rupees
____________________ Only) in the form of Demand
Draft from any scheduled / nationalised bank in favour
of Additional Collector,Thane
3 Copies of Annual Report including Auditors Report,
Balance Sheet, Profit and Loss account for the last
three years 2009-10, 2010-11, 2011-12.
4 Documents for proving experience –
If company has claimed ownership of equipment
required for collection f field data for the study, then
documents to support ownership should be submitted.
5 Details of present technical staff and their qualification,
experience and key personnel for administration and
execution of this contract.
6 Power of Attorney, on stamp paper if required, in
favour of person authorized to sign the tender
document.
7 Copies of original document defining the constitution
or legal status, place of registration and principal place
of business of the company/proprietorship firm/
partnership firm or any other business structure
8 Copies of PAN Card
9 Copy of VAT registration
10 Copy of Service Tax registration
11 Copy of Provident Fund registration
12 Detailed information regarding current litigation, if
any, in which the tenderer is currently involved.
33
SCHEDULE – II
SCHEDULE OF RATE
Item
No. Description of Work
Rate
(In figures)
1 2 3
a. Field Data as per Terms of Reference, Draft Report and Final
Report – Creek/Rivers of Thane District
Name of the Tenderer : …………………………………………………
Company : …………………………………………………
Full Address : …………………………………………………
………………………………………………….
………………………………………………….
Signature by for and on
behalf of tenderer : …………………………………………………
Name & Designation : …………………………………………………
34
SCHEDULE-III
WORK ORDER
No. Date:
To
M/s.
Dear Sirs,
SUB: TENDER NO. ---------------------------
REF: 1. Your quotation No.----------------------------, dated ---------------------
2. Agreement, dated ___________________
With reference to the above tender, we are pleased to inform you that your above cited
quotation for EIA Study in _____________________________________________________
_______________________________________________ has been accepted as shown below:
Item
No.
Description of Work
[Name of Creek(s) / River(s)]
Rate
(In figures)
1 2 3
1
2
1. Payment terms will be as given in the Agreement.
2. The Environment Impact Assessment Study work should be completed within 6 months
time from date of award.
Kindly convey your acceptance of the contract in order to execute the agreement and
arrange to furnish the performance bond.
Additional Collector,Thane
35
SCHEDULE - IV
BANK GUARANTEE FORM FOR PERFORMANCE SECURITY
To,
Additional Collector,Thane
WHEREAS ----------- (Name and address of the contractor) (Hereinafter called “the
Contractor) has undertaken, in pursuance of contract no.------ dated ------- EIA Study in _____
_______________________________________________________ (hereinafter called “the
contract”) AND WHEREAS it has been stipulated by you in the said contract that the
contractor shall furnish you with a bank guarantee by a Nationalised / scheduled bank
recognized by you for the sum specified therein as security for compliance with its obligations
in accordance the contract AND WHERES 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 contractor 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 you needing to prove or to show grounds or
reasons for your demand of the sum specified therein.
We further agree that no change or addition to or other modification of the terms of the
contract to be performed there under 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 up to 4 (four) months from the date of Notification of Award i.e.
up to ----------(indicate date).
Notwithstanding anything contained hereinabove,
Our liability under this guarantee is restricted to Rs.----------(Amount of guarantee)
This Bank Guarantee shall be valid up to -------- (indicate date)
We shall be released and discharged from all liabilities hereunder unless a written claim
for payment under this guarantee is lodged on us within the date of expiry of the
guarantee i.e. on or before ---- (indicate date) irrespective of whether or not the Original
Bank Guarantee is returned to us.
-------------------------------------
(Signature with date of the authorized officer of the Bank)
----------------------------------
Name and designation of the officer
-------------------------------------