+ All Categories
Home > Documents > GOVERNMENT OF TAMIL NADU - t n OF ENVIRONMENT GOVERNMENT OF TAMIL NADU Ground Floor, Panagal...

GOVERNMENT OF TAMIL NADU - t n OF ENVIRONMENT GOVERNMENT OF TAMIL NADU Ground Floor, Panagal...

Date post: 24-Jul-2018
Category:
Upload: lykien
View: 215 times
Download: 0 times
Share this document with a friend
26
DEPARTMENT OF ENVIRONMENT GOVERNMENT OF TAMIL NADU Ground Floor, Panagal Buildings, No.1, Jeenis Road, Saidapet, Chennai 600 015 Ph. No. 044-2433641 Fax: 044-2433 6594 e.mail: [email protected] Website: www.environment.tn.nic.in ======================================================================== R.C No. JDO/567/2016 dated 16 .09.2016 Sir, Sub: NAFCC Protection of Vaan Island in Gulf of Mannar- Project titled “Management and rehabilitation of coastal habitats and biodiversity for Climate Change Adaptation and Sustainable Livelihood in Gulf of Mannar, Tamil Nadu, India” –“Coral Rehabilitation” - regarding. Xxx The Project on “Management and rehabilitation of coastal habitats and biodiversity for Climate Change Adaptation and Sustainable Livelihood in Gulf of Mannar, Tamil Nadu, India” has been approved by the Ministry of Environment, Forests and Climate Change, Government of India, under the Grants-in-Aid component of the National Adaptation Fund for Climate Change (NAFCC) and administrative approval has been issued. 2) “Coral Rehabilitation” under the project ““Management and rehabilitation of coastal habitats and biodiversity for Climate Change Adaptation and Sustainable Livelihood in Gulf of Mannar, Tamil Nadu- Coral rehabilitation will be undertaken in 4 Km 2 degarded reef area (2 Km 2 in Vilanguchalli Island and 2 Km 2 in Kariachalli Island in Tuticorin coast of Gulf of Mannar) by following Low tech and low cost transplantation techniques. The standardized substrates for coral rehabilitation in Gulf of Mannar, the concrete frames [1m X 1m X 0.25m] shall be used for the stability and fast attachment of fragments on the substrate. 3) Accordingly, You are hereby invited to submit technical and financial proposals to carry out the above works viz., “Coral Rehabilitation”, which would be the basis for future negotiations and a contract between your firm and the Department of Environment, Chennai-15.
Transcript

DEPARTMENT OF ENVIRONMENT

GOVERNMENT OF TAMIL NADU

Ground Floor, Panagal Buildings, No.1, Jeenis Road, Saidapet, Chennai – 600 015

Ph. No. 044-2433641 Fax: 044-2433 6594

e.mail: [email protected] Website: www.environment.tn.nic.in

========================================================================

R.C No. JDO/567/2016 dated 16 .09.2016

Sir,

Sub: NAFCC – Protection of Vaan Island in Gulf of Mannar- Project titled

“Management and rehabilitation of coastal habitats and biodiversity for Climate

Change Adaptation and Sustainable Livelihood in Gulf of Mannar, Tamil Nadu,

India” –“Coral Rehabilitation” - regarding.

Xxx

The Project on “Management and rehabilitation of coastal habitats and biodiversity for

Climate Change Adaptation and Sustainable Livelihood in Gulf of Mannar, Tamil Nadu, India” has

been approved by the Ministry of Environment, Forests and Climate Change, Government of

India, under the Grants-in-Aid component of the National Adaptation Fund for Climate Change

(NAFCC) and administrative approval has been issued.

2) “Coral Rehabilitation” under the project ““Management and rehabilitation of

coastal habitats and biodiversity for Climate Change Adaptation and Sustainable Livelihood in

Gulf of Mannar, Tamil Nadu”- Coral rehabilitation will be undertaken in 4 Km2 degarded

reef area (2 Km2 in Vilanguchalli Island and 2 Km2 in Kariachalli Island in Tuticorin

coast of Gulf of Mannar) by following Low tech and low cost transplantation

techniques. The standardized substrates for coral rehabilitation in Gulf of Mannar, the

concrete frames [1m X 1m X 0.25m] shall be used for the stability and fast attachment

of fragments on the substrate.

3) Accordingly, You are hereby invited to submit technical and financial proposals to

carry out the above works viz., “Coral Rehabilitation”, which would be the basis for future

negotiations and a contract between your firm and the Department of Environment, Chennai-15.

.2.

(i) The following documents are enclosed to enable you to submit your proposals.

a) Terms of reference (enclosed in the Annexure)

b) Supplementary information for consultants (enclosed in the Annexure)

The proposals shall be submitted in two parts viz. technical and financial (price) and

should follow the form given in the “Supplementary Information for Consultants”

(ii) The “TECHNICAL” and “FINANCIAL” proposals must be submitted in two separate

sealed envelopes (Both respectively marked in bold letters) following the formats/schedules

given in the supplementary information for consultants. The first envelope marked

“TECHNICAL PROPOSAL” should indicate the description of the firm/organization, general

experience in the field of assignment, the qualification and competency of the personnel

proposed for the assignment and the proposed work plan methodology and approach in response

to suggested terms of reference. The second envelope marked “FINANCIAL” should contain

the detailed price offer for the consultancy services.

(iii) You will provide detailed breakdown of costs and fees as follows:

i. - Cost for underwater survey for identification of coral rehabilitation sites

(degraded reef areas) in Vilanguchalli and Kariachalli Islands in Tuticorin coast of

Gulf of Mannar

ii. - Cost for production of 1,200 Nos. concrete substrates ([1m X 1m X 0.25m]

iii. - Cost for production 12,000 Nos. of cement slabs (20 cm x 15-cm x1.5 cm].

iv. - cost for deployment of substrates

v. - Cost for transplantation of 12,000 coral fragments on slabs and on the deployed

concrete frames

vi. - cost for monthly monitoring of rehabilitated sites

vii. - Cost for still and video documentation of entire course of work

viii. - remuneration of staff

- - reimbursable such as per diem, transportation etc.,

.03.

(iv) Both the sealed envelopes should be placed inside a sealed cover, which will be

received in this office upto 16.00hrs on 24.10.2016. The Department of Environment shall not

be responsible for any delay in transit.

4.OPENING OF PROPOSALS:

The proposals (first envelope containing technical proposal only) will be opened by the

Director of Environment, Chennai-15 or his authorized representative in his office at 16.30 hrs

on 24.10.2016 in the presence of such consultants or their authorized representative who may

choose to be present. It may please be noted that the second envelope containing the detailed

price offer will be opened only after the technical evaluation has been completed and the result

approved by the review committee.

5. EVALUATION:

(i) A two stage procedure will be adopted in evaluating the proposals with the technical

evaluation being completed prior to any financial proposal being opened. The technical proposals

will be evaluated using the following criteria:

a) - the consultants‟ relevant experience for the assignment

b) - the quality of the methodology (coral rehabilitation work standardized in Gulf of

Mannar, including substrate construction and transplantation, underwater

monitoring (monthly), methodology and protocol) proposed

c) - the qualification of the key staff proposed for the assignment

d) - Expertise and experience of key staff in SCUBA diving for the assignment

.4.

(ii) Curriculum vitae of the Senior Personnel to be deployed for the project should be

included in the proposal (in the format for sample curriculum vitae) for assessing the

qualifications and experience. These personnel will be rated in accordance with

- general qualifications

- adequacy for the project , these include education, training, length of experience on

similar fields, type of positions held, time spent with the firm

- at least 10 years of minimum experience in the relevant similar type of works / field

in the coral rehabilitation and monitoring since the proposed project site is falling in

the Gulf of Mannar Marine National Park, a Eco sensitive area;

(evidences for the experience should be produced)

- adequacy in specialized skills like SCUBA diving training, length of experience on

similar underwater fields, type of certifications hold (certification copies shall be

enclosed), time spent with firm

- work experience of the organization / personnel in similar work

(Copies of work order shall be enclosed)

- their language and experience in the Tamil Nadu region

- involvement in skills transfer programme and training ability

(iii) The consultants whose proposals did not meet the minimum qualifying mark or were

considered not responsive to the letter of invitation and terms of reference will be

notified indicating that their financial proposals will be returned unopened after

completing the selection process. Those consultants whose proposals are selected

will also be simultaneously notified indicating the date and time set for opening of

financial proposals.

.5.

(iv) The financial proposals shall be opened publicly in the presence of the consultants

representatives who choose to attend. The name of the consultant, the quality

scores and the proposed prices shall be read loud and recorded when the financial

proposals are opened. The minutes of the public opening will be prepared. The

evaluation committee will determine whether the financial proposals are completed

(i.e whether they have costed all items of the corresponding Technical proposals, if

not it will be cost by the department and added to the initial cost), correct any

computational errors. The evaluation shall include local taxes.

v) The evaluation criteria for the technical proposal will be as follows:

I) Specific experience of the consultants with reference

to the following assignment Points 40

(a) Firm‟s experience 30%

(b) Personnel 30%

(c) Adequacy for the project 40%

II) Quality of the methodology proposed 40

(a) Data collection 30%

(b) Data analysis 30%

(c) Generation of result 40%

III) Qualification and competence of the key staff

for the assignment 20

(a) General qualification 30%

(b) Adequacy for the project 60%

(c) Experience in the region & language 10%

---------

Total Points 100

---------

Minimum technical score required is 75 points.

.6.

vi) The lowest financial proposal (Fm) will be given a financial score (Sf) of 100 points.

The financial scores (Sf) of the other financial proposals will be computed as Sf=100 X Fm/F, in

which Sf is the financial score, Fm is the lowest price and F the price proposal under

consideration. Proposals will be ranked according to their combined technical (St) and financial

(Sf) scores using the weights,

(T=0.8 & P=0.2) S=St X T% + Sf X P%

vii) The firm achieving the highest combined technical/financial score will be invited for

negotiations.

viii) During negotiations, the consultant must be prepared to furnish the detailed cost

breakup and other clarifications to the proposals submitted by him, as may be required to

adjudge the reasonableness of his price proposals.

ix) Negotiations will commence with a discussion of your technical proposal, the proposed

methodology (work plan), staffing and any suggestion you may have made to improve the Terms

of Reference (ToR). Agreement must then be reached on the final ToR, the staffing and staff

members, logistics and reporting. Special attention will be paid to optimization of the required

outputs from the consultants and to define clearly the inputs required from the department to

ensure satisfactory implementation of the Assignment.

x) Changes agreed upon will then be reflected in the financial proposal, using proposed

unit rates.

xi) Having selected the consultant, the department expects to negotiate a contract on

the basis of the staff named in the proposal and prior to the contract negotiations, will require

assurance that these staff will be actually available. The client will not consider substituting

during the course of implementation except in cases of unexpected delay in the starting date or

incapacity by professional staff for reasons of health.

xii) The negotiations will be considered with a review of the draft form of contract. The

department and the consultant will finalize the contract to conclude negotiations.

.7.

xiii) If the negotiations with the consultant are successful, the award will be made to

him and all other consultants notified. If negotiations fail, and if it is concluded that a contract

with reasonable terms cannot be reached with the consultant, the consultant with second

highest combine score will be invited for negotiations. This process will be repeated till an

agreed contract is concluded.

xiv) Please note that the department is not bound to select any of the firms submitting

proposals. Further, as quality is the principal selection criteria, the department does not bind

itself by you to undertake this assignment.

xv) It is estimated that twelve months of services will be required for this project and

generally you should base your financial proposal on this figure. However, you should feel free

to submit an alternate proposal on the basis of time required by you to undertake the

assignment.

xvi) You are requested to hold your proposal valid for 90 days from the date of

submission without change of the personnel proposed for the assignment and your proposed

price. The department will make its best efforts to select a consultant firm within this period.

xvii) Please note that the cost of preparing the proposal and of negotiating a contract

including visits to the places of assignment, if any is not reimbursable as a direct cost of the

assignment.

xviii) Assuming that the contract can be satisfactorily concluded, you will be expected to

take up/commence the assignment immediately and you have to furnish a irrecoverable bank

guarantee and shall be valid for the contract period, to the extent of mobilization advance to

be fixed.

xix) We wish to remind you that any manufacturing or construction firm with which you

might be associated with, will not be eligible to participate in bidding for any goods or works

resulting from or associated with the project of which this consulting assignment forms a part.

.8.

xx) Please note that if you consider that your firm does not have all the expertise for

the assignment, there is no objection to your firm associating with another firm to enable a full

range of expertise to be presented. However, joint ventures between firms on the shortlist are

not permitted except with the prior approval of the department. The request for a joint

venture should be accompanied with full details of the proposed associates.

xxi) Please note that the remuneration, which you receive from this contract, will be

subject to normal tax liability in India. Kindly contact the tax authorities for further

information in this regard if required.

xxii) We would appreciate your participation in the execution of above work.

xxiii) The hard copies of the tender documents shall be obtained from the Department

of Environment on the payment of Rs.1000/- (rupees one thousand only) plus 5% VAT on any

working day during officer hours upto 21.10.2016.

Director of Environment

Encl:

1. Terms of reference,

2. Supplementary information

.09.

SUPPLEMENTARY INFORMATION FOR CONSULTANTS

A – TECHNICAL PROPOSAL

Proposals should indicate the following information

1. A brief description of the firm/organization and an outline of recent experience on

assignments/projects of similar nature executed during the last three years in the

format given in Form-B

2. Any comments or suggestions of the consultant on the Terms of Reference

3. A description of the manner in which consultant would plan to execute the work. Work

plan time schedule in Form-C and approach or methodology proposed for carrying out the

required work.

4. The composition of the team personnel which the consultant proposes to provided and

the tasks that would be assigned to each member in Form-D

5. The Curriculum vitae of the individual key staff members to be assigned to the work and

of the team leader who would be responsible for supervision of the team. The

Curriculum vitae should follow the attached From-E duly signed by the concerned

personnel.

6. The consultant‟s comments, if any, on the date, services and facilities to be provided by

the line departments or any other agencies concerned as per the terms of reference.

B-FINANCIAL PROPOSALS

Proposals should indicate the following information

1. Schedule of price bid in Form-F with cost breakup

2. Work programme and time schedule for key personnel in Form-G

A review committee consisting of the following officers will review all the reports of the

consultant. Additional experts will be included if necessary.

1. The Additional Director, Department of Environment, Chennai-15

2. The Executive Engineer, EMAT, Chennai-15

3. The Assistant Conservator of Forests (Green Squad),

Department of Environment, Chennai-15

.10.

FORM-A

From To

The Director,

Department of Environment,

Ground Floor, Panagal Buildings,

Saidapet, Chennai – 600 015

Sir,

Sub: Consultancy Services – “Coral Rehabilitation” under the project “Management and

rehabilitation of coastal habitats and biodiversity for Climate Change Adaptation

and Sustainable Livelihood in Gulf of Mannar, Tamil Nadu, India” – Submission of

Technical/Financial Proposals

Ref: Your letter no.P1/567/2016 dated .09.2016

xxxxx

I/We……………………………………………. (organization) herewith enclose Technical and

Financial proposals for selection of our firm as consultant for the preparation of a

Comprehensive Shoreline Protection Management Plan / Scheme.

We undertake that, in competing for (and in the event of award being made to us),

we will strictly observe the laws against fraud and corruption in force in India namely

“Prevention of Corruption Act 1988”

we will strictly observe the laws against fraud and corruption in force in India

namely “Prevention of Corruption Act 1988”

Yours faithfully,

Signature:

Full Name: & Address:

Authorised Signatory

.11.

FORM-B

Assignments of similar nature successfully completed during the last three years

1. Brief description of the firm/Organisation

2. Outline of recent experience on assignments of similar nature

Nature of

assignment Nature

of

project

Owner/

sponsoring

authority

Cost of

assign-

ment

Date of

Commen

-cement

Date of

completion was assignment

satisfactorily

completed

Note:

Please attach certificates from the employers by way of documentary proof

.12.

FORM-C

WORKPLAN/TIME SCHEDULE

1. Field investigation (Coral rehabilitation)

Sl.

No. Item Month/Week wise programme

2. Field investigation (underwater monthly biodiversity monitoring in the rehabilitation

site including coral juveniles (recruits) and fish population covering entire coral reef areas

of project site)

Sl.

No. Item Month/Week wise programme

3. Compilation and submission of reports

Sl.

No. Description Month/Week wise programme

1 Inception report 2 Field survey/Planning design and to

determine methodology/data collection

3 Draft report 4 Conclusion and draft final report 5 Final report and documentation

4. Detailed description of approach and methodology outlining various steps for .

Underwater monthly monitoring of biodiversity including coral juveniles (recruits)

and fish population on the entire coral reef areas of project sites.

5. Comments/Suggestions on “Terms of Reference”

.13.

FORM-D

COMPETENCE OF TEAM PERSONNEL AND THE TASK WHICH WOULD BE ASSIGNED

TO EACH MEMBER

1. Technical Managerial staff

Sl.

No. Name Position Task assignment

2. Professional staff with accredited SCUBA diving capacity

Sl.No. Name Type / level of SCUBA

diving certificate hold

by the staff

Position Task assignment

3. Support field staff

Sl.

No. Name Position Task assignment

.14.

FORM-E

SUGGESTED FORM OF CURRICULUM VITAE FOR MEMBERS OF CONSULTANT TEAM

1. Name

2. Profession/Present designation

3. Years with the firm/organization

4. Area of specialization

5. Proposed position in the team

6. Key qualifications

(under this heading, give an outline of staff member‟s experience and training most

pertinent to assigned work. Describe the degree of responsibility held by the staff

member on relevant previous assignments and give dates and locations)

7. at least 10 years of minimum experience in the relevant similar type of works / field

of coral rehabilitation and under water monitoring of biodiversity including coral and

fish population since the proposed project site is falling in the Gulf of Mannar Bio

Sphere Reserve, a Eco sensitive area; (evidences for the experience should be

produced)

8. Specialized skills such as SCUBA diving

(under this heading, give an outline of staff member‟s experience and training most

pertinent to assigned work. Describe the SCUBA diving training certification and

responsibility held by the staff member on relevant previous assignments and give

dates and locations)

9. Education

(under this heading, summarize college/university and other specialized education

of the staff member, giving names of colleges etc., dates attended and degrees

obtained)

10. Experience

(under this heading, list all positions held by staff members since graduation, giving

dates, names of employing organization, position held and location of assignments.

For experience in last 10 years also give types of activities performed and client

reference, wherever appropriate)

11. Language

(Indicate proficiency in speaking, reading and writing of each language by

“excellent”. “good” or “fair”

Signature of the staff member

.15.

FORM-F

COST ESTIMATION OR SERVICES, LIST OF PERSONNEL AND SCHEDULE OF RATES

1. Remuneration of staff

Position Name Rate (per

month/day)

Time spent (no. of

month/day)

Total (In Rs.)

Team Leader

2. Reimbursables

Nature Rate Days Total Travel Local Transportation Per diem

Other (specify)

3. Total Cost with reference to coral rehabilitation with break- up of costs.

4. Monthly underwater biodiversity monitoring in the rehabilitated site including juvenile

corals (recruits) and fish population covering entire coral reef areas in Vaan Island

Nature Rate Days Total Monitoring Boat charges Transportation Other (specify)

.16.

5. Still and video documentation of entire course of work– in land and underwater

Nature Rate Days Total Still and video

photo

documentation - in

land

Still and video

photo

documentation -

Underwater

Other (specify)

.17.

FORM-G

WORK PROGRAMME AND TIME SCHEDULE FOR KEY PERSONNEL FORM-G

Sl. No.

Name Position Reports due/

Activities

Months (in the form of a Bar Chart)

1 2 3 4 5 6 7 8 9 10 11 12 Number of Months

1 Sub total (1)

2 Sub total (2)

3 Sub total (3)

4 Sub total (4)

Full Time Part Time Reports Due Activities duration Note separate sheets should be used for each of the towns

.18.

DRAFT TERMS OF REFERENCE FOR THE “CORAL REHABILITATION” under the

project ““Management and rehabilitation of coastal habitats and biodiversity for

Climate Change Adaptation and Sustainable Livelihood in Gulf of Mannar, Tamil Nadu”

1. Background

The coastline of Tamil Nadu has a length of about 1076 kms and constitutes about

15% of the coastal length of India. With a view to ensure livelihood security to the fishing

communities and other local communities living in the coastal areas; to conserve and

protect coastal stretches, Government of India have promulgated Coastal Regulation Zone

Notification 2011 on 6th January 2011, in supersession of Coastal Regulation Zone

Notification 1991.

ii) The Government of India, in exercise of the powers conferred under the

Environment (Protection) Act 1986, had constituted Tamil Nadu State Coastal Zone

Management Authority under the Chairmanship of Secretary to Government, Environment

and Forests Department to take measures for protecting and improving the quality of

Coastal Environment and preventing, abating and controlling Environmental Pollution in the

coastal areas of the State of Tamil Nadu and the Authority in performing its designated

responsibilities such as,

a) demarcation of High Tide Line and Low Tide Line

b) taking suitable action on the implementation and monitoring of the provisions of the

Coastal Regulation zone

c) Research Development works including Training

d) identifying and implementing coastal conservation programmes and projects

iii)Accordingly the Government of Tamil Nadu has issued orders in GO. Ms.No. 166

E&F Department dated 20.07.1999.

.19.

2. Introduction of the Project:

The Project on “Management and rehabilitation of coastal habitats and biodiversity

for Climate Change Adaptation and Sustainable Livelihood in Gulf of Mannar, Tamil Nadu,

India” has been approved by the Ministry of Environment, Forests and Climate Change,

Government of India, under the Grants-in-Aid component of the National Adaptation Fund

for Climate Change (NAFCC) and administrative approval has been issued.

3.Objectives:

To restore Habitats (Coral reef rehabilitation) in Kariyachalli and Vilanguchalli Islands in

Tuticorin coast of Gulf of Mannar as a climate adaptation strategy

4. Project Activity:

(i) The rehabilitation site/s has to be selected by underwater survey. Low tech and low

cost transplantation techniques standardized for Gulf of Mannar has to be followed.

The concrete frames [1m X 1m X 0.25m] were found most suitable based on the

stability of the substrate and fast attachment of fragments on the substrate. The

substrates has to be deployed in the identified degraded area in clusters of concrete

frames (each cluster will have 10-15 concrete frames) covering the required project

area.

(ii) The coral fragments (8 - 11 cm size) identified native coral species shall be precisely

cut at the nearby donor reefs with the maximum of 3-5% of the colony size and tied

with cement slabs (20 cm x 15 cm x 1.5 cm), and tied firmly using nylon rope and then

tied on the cement frames, which have already deployed. Due precision and care shall

be taken during fragmentation and transportation of fragments from donor site and

fixing (vertical / horizontal) with substrates. Different native species of corals shall

be transplanted to facilitate heterogeneity in the rehabilitation site. In order to

encourage regeneration of highly endangered coral species in Gulf of Mannar, a

minimum of 15% of endangered / threatened species shall be preferred in the

rehabilitation site. To study the sedimentation rate in the rehabilitation sites,

.20.

sedimentation traps shall be placed. Branching and non-branching coral species,

preferably resistant and resilient species / colonies to elevated SST shall be used.

(iii) Regular monthly monitoring shall be carried out to study the survival and growth of

the transplanted fragments and community structure at the rehabilitated areas. The

monthly sedimentation rate in the rehabilitation sites shall be monitored.

5. Terms and Conditions:

a) The low tech standardized transplantation technique shall be strictly followed.

b) The activity should not affect the natural corals

c) From donor coral sites, maximum of 3-5% of the colony size shall be taken for

fragments

d) The executing agency should obtain clearances/ permissions, if any required,

from the local authorities, Forests Department etc., concerned with out fail and

any breach of rules and regulations, the executing agency is responsible for the

consequences.

e) The Department of Environment is not responsible for any untoward incidents,

accidents if any occurred during the course of project implementations and the

Department of Environment is not liable for any loss, damage occurred during the

project implementation. The executing agency should ensure the safety and

effective implementation of the project.

f) A team consisting with the officials from the Department of Environment, Tamil

Nadu State Coastal Zone Management Authority and experts in the relevant

field will inspect the implementation of the project, as and when necessary and

the executing agency should furnish details required by the Members of

inspection and also the executing agency should facilitate and arrange for the

said inspections.

.21.

6. Duration

The c oral rehabilitation work shall be completed in 24 months from the date

of executing the MEMORANDUM OF UNDERSTANDING (MOU) and the

Monitoring shall be completed in 36 months from the date of executing the

MEMORANDUM OF UNDERSTANDING (MOU).

7. Project Cost

a) Project cost will be fixed as per the financial bid.

b) The cost shall remain fixed throughout period of agreement and should not be

liable to change at any circumstances.

8.Terms of Payments:

a) Mobilization Amount on receipt of Detailed Project

Report and other documents on the production of

irrecoverable bank guarantee to the extent of

mobilization amount - 10% of total cost

b) After Completion of work such as 1). Underwater survey

to select rehabilitation sites in Vilanguchalli and Kariayachalli

Islands in Tuticorin coast of Gulf of Mannar; and 2). Construction

of 600 Nos. of concrete substrates; and 3. Construction of 600 Nos.

cement slabs and on the confirmation of inspection

team (I installment) - 25% of total cost

c) After Completion of work such as 1). Construction of 1200 Nos.

of concrete substrates 2). construction of 12000 Nos. of

cement slabs; and 3) deployment of 600 Nos. of concrete

substrates and on the confirmation of inspection

team (II installment) - 25% of total cost

d) After Completion of 1) deployment of 1200 Nos. of concrete

substrates and 2). Completion of transplantation of 3000 Nos.

of fragments on cement slabs and on the confirmation of

inspection team (III installment) - 25% of total cost

.22.

e) After Completion of transplantation of 12000 Nos. of fragments

on cement slabs and on the confirmation of inspection team

(IV installment) - 15% of total cost

f) After Completion of underwater monthly monitoring and

submission of reports and on the confirmation of

inspection team (V installment) - 10% of total cost

Note 1: The 10% mobilization amount released (on the production of bank guarantee and shall

be valid for the contract period) will be recovered along with interest from the I installment

with interest or by equal installments from and out of I to V installments with interest, as

agreed upon with the successful bidder.

Note 2: The bidder/applicant should pay an Earnest Money Deposit (EMD) of 1% (One percent)

on the project cost quoted along with the tender documents by means of a Demand draft or

bankers cheque or Small savings instruments or irrevocable bank guarantee in a prescribed

form. The tender documents without EMD will be summarily rejected. The EMD will be returned

to the unsuccessful bidders after the tender finalization. The EMD will be adjusted with the

security deposit for the successful bidder.

Note 3: The successful bidder/ contractor, should pay the security deposit of 2% of the total

project cost by means of a Demand draft or bankers cheque or Small savings instruments or

irrevocable bank guarantee in a prescribed form and will be released to the Contractor

/successful bidder, after the completion of one year of project works and on the satisfaction

of the Technical Committee on the completed works.

Note 4: An amount of 5% will be withheld for specific performance of the project activities,

from each and every instalment and 2.5% of the total withheld amount will be released along

with the final instalment and the balance 2.5 % of the withheld amount will be will be released

to the Contractor /successful bidder, after the completion of one year of project works and on

the satisfaction of the Technical Committee on the completed works.

.23.

10. Non – fulfillment of the Contract: In the event of non-fulfillment of any or whole of the

contract., the parties shall use their best efforts to settle amicably all disputes arising

out of or in connection with this Contract or its interpretation. The consultation should

compensate the actual loss or the actual cost require to complete the unfinished work on

the date of valuation to the consultant. Any dispute, controversy, or claim arising out of or

relating to the Contract, or the breach, termination or invalidity thereof shall be settled

by arbitration. Each dispute submitted by a Party shall be heard by a sole arbitrator or by

an arbitration panel composed of three arbitrators. Arbitration proceedings shall be

conducted in accordance with procedure of the Arbitration and Conciliation Act.

11. Inspection team:

Inspection team will be constituted at the time of inspection with the prominent experts

in the field.

12. Jurisdiction:

Any dispute, controversy, or claim arising out of or relating to the Contract, or the breach,

termination or invalidity thereof shall be under the jurisdiction of Hon‟ble High Court of

Madras.

.24.

Annexure I

Form of Bank Guarantee for Advance Payments

(Reference Clause 9 of MOU)

(To be stamped in accordance with Stamp Act if any, of the country for issuing bank)

Ref.: ______________________ Bank Guarantee:

____________________

Date: ______________________

Dear Sir,

In consideration of M/s……………………….. (Hereinafter referred as the „Client‟, which

expression shall, unless repugnant to the context of meaning thereof include its

successors, administrators and assigns) having awarded to M/s. …………….…………….

(hereinafter referred to as the „Consultant‟ which expression shall unless repugnant to the

context of meaning thereof, include its successors, administrators, executors and assigns),

a Contract by issue of Client‟s Contract Agreement No…………………………... dated

………………………….. and the same having been unequivocally accepted by the Consultant,

resulting in a Contract valued at ……………. for ………………………………..

…………………………………………………………………………….. (Scope of Work) (hereinafter called the

„Contract‟) and the Client having agreed to make an advance payment to the Consultant for

performance of the above Contract amounting to …………………………………………………….. (in words

and figures) as an advance against Bank Guarantee to be furnished by the Consultant.

We ……………………….. (Name of Bank) having its Head Office at ………………………

(hereinafter referred to as the Bank), which expression shall, unless repugnant to the

context of meaning thereof, include its successors, administrators, executors and assigns)

do hereby guarantee and undertake to pay the Client immediately on demand and or, all

monies payable by the Consultant to the extent of ………………………………. as aforesaid at any

time up ……………………. @ ………………………. without any demur, reservation, contest, recourse or

protest and/or without any reference to the Consultant. Any such demand made by the

Client on the Bank shall be conclusive and binding notwithstanding any difference between

the Client and the Consultant or any dispute pending before any Court, Tribunal,

Arbitrator or any other authority. We agree that the guarantee herein contained shall be

irrevocable and shall continue to be enforceable till the Client discharges this guarantee.

.25.

The Client shall have the fullest liberty without affecting in any way the liability of

the Bank under this Guarantee, from time to time to vary the advance or to extend the

time for performance of the Contract by the Consultant. The Client shall have the fullest

liberty without affecting this guarantee, to postpone from time to time the exercise of

any powers vested in them or of any right which they might have against the Client and to

exercise the same at any time in any manner, and either to enforce or to forbear to

enforce any covenants, contained or implied, in the contract between the Client and the

Consultant any other course or remedy or security available to the Client. The Bank shall

not be relieved of its obligations under these presents by any exercise by the Client of its

liberty with reference to the matters aforesaid or any of them or by reason of any other

act or forbearance or other acts of omission or commission on the part of the Client or

any other indulgence shown by the Client or by any other matter or thing whatsoever

which under law would but for this provision have the effect of relieving the Bank.

The Bank also agrees that the Client at its option shall be entitled to enforce this

Guarantee against the Bank as a principal debtor, in the first instance without proceeding

against the Consultant and notwithstanding any security or other guarantee that the Client

may have in relation to the Consultant‟s liabilities.

Notwithstanding anything contained herein above our liability under this guarantee

is limited to ……………………. and it shall remain in force upto and including ……………… @

………………………… and shall extent from time to time for such ……………………... period (not

exceeding one year), as may be desired by M/s. ……………………………….. on whose behalf this

guarantee has been given.

Date this …………………………. day of……………………… 20……………. at …………..

WITNESS:

………………………………….. ………………………………...

(Signature) (Signature)

…………………………………… …………………………………

(Name) (Name)

……………………………………. …………………………………

(Official Address) (Designation)

(With Bank Stamp)

Attorney as per Power of

Attorney No………………

Dated …………………….

.26.

Strike out, whichever is not applicable The stamp papers of appropriate value shall be purchased in the name of bank which issues the „Bank Guarantee” The bank guarantee shall be issued either by a bank (Nationalized/Scheduled) located in

India


Recommended