You are on page 1of 35

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 Sealed tenders (iii) Pre-bid Meeting : 22/10/2012 in the office of Collector Thane, 4 th floor, Retigat Section,Court Naka, Thane : 23/10/2012 at 15.00 hrs. in the chamber of Additional Collector,Thane, First floor, Court Naka,Thane (iv) Opening of the sealed tenders : 25/10/2012 upto 15.00 hrs. in the chamber of Additional 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 1

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)

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.____________ Issue to

Dated __________

___________________________________________________________________ ______ ____________________________________________________________

_____________________

VOLUME - 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
ULHAS RIVER

TAHSIL

Name of Villages

No. of Retigat
6

LENGTH IN K.M.

AMBERNATH

KUDSAWARE, SAWARE, ERANJAD DHOKE DAPIWALI GALEGAON, PAWASEPADA(KAMBA), VARAPGAON ,JAMBHUL MOHILI ,VASAT SHELWALI ,APTI TARFE BARHE, BHISOL ,PAWASEPADA ,KONDHERI ,MANIWALI

KALYAN

10 The entire length of the river flowing through the district except the creek area.

Total
2 LOCAL NALA AMBERNATH BHOJ, VARADE, SAWAROLI, CHAMTOLI, CHINCHWALI, BENDSHIL, BARWI DAM, SAGAON
MANDA ,AMBIWALI ,TITWALA ,SANGODA, GURWALI ,VASUNDRI, NIMBWALI NYAHADI, MOROSHI VAISHAKHARE

16
08

KALU RIVER

KALYAN

07

MURBAD KANAKVIRA RIVER MURBAD

02 01

Total
3 BHATSA RIVER KALYAN SHAHAPUR BHIWANDI CHOR RIVER SHAI RIVER SHAHAPUR SHAHAPUR
RAYA ,OZARLI ,VAVEGHAR SAPGAON NANDKAR ,SANGE, KANDALI, BHADANE ,WANDRE ,PISE ,KALAMBOLI KOTHOLE KHARPAT, HEDNE, PACHGHAR

18
03 01 08 01 03

Total

16

SURYA RIVER

PALGHAR JAWHAR VIKRAMGAD

NANIWALI, AAKEGAVHAN AAKOLI LALONDE, DHUKTAN, MASWAN AAKARE THERONDA ,KASA BU., KAVDAS DURVES , SAYA, HALOLI, HALOLI BOAT, SAKHARE ALMAN KAREGAON

06 01 03 04 01 01 The entire length of the river flowing through the district except the creek area.

VAITARANA RIVER

PALGHAR WADA MOKHADA

Total
5 PINJAL RIVER WADA
SAPNE KHURD, SAPNE BK, KHAIRE ,SHILOTTAR ,SASNE ,DABHON, PALI ,AAKHADA ,VIRHE KHINDSE, AINE
GARGAON/SHILOTTAR, OGADA

16
10

JAWHAR GARGAI RIVER TANSA RIVER WAGH RIVER WADA WADA JAWHAR MOKHADA LENDY RIVER LOCAL NALA JAWHAR MOKHADA

02 02 05 05 01 01 02

JALE, DAKIVALI ,KELTHAN ,CHAMBALE ,KONDHALE BHURITEK, WAVAR, WANGANI, RUIGHAR BOPADARI, DADAR KOPARA ADOSHI WANGANI

DEVBANDH, BALDYACHA PADA,

Total
6 DEHRJE RIVER VIKRAMGAD
DEHARJE ,MOH.BU. ,AMBIVALI ,SAVADE ,KEV ,MAN, KENGAVA BALAPUR, KASHIWALI VAKI, ANDHERI, MALVADA ,SHELPADA, POTKHAL, KAVALA ZARI,KAVADA ,VEVAJI, GIRGAON, VADAVALI ,VASA UDHAVA ,KODAD

28
08

PINJAL RIVER

VIKRAMGAD

06

VIROLI RIVER
DONGARKHADI RIVER

TALASARI TALASARI TALASARI TALASARI

06 02 01 01

VAHINDRA RIVER Kalu

ZAI KOCHAI

Total

24 5

II)THANE DISTRICT (CREEK BED)


TAHSIL SR.NO. NAME OF VILLAGE
VVMC AREA VVMC AREA PANAJU

SITE NAME

LENGTH IN K.M

PART - 1 VASAI AREA

1 2 3

VASAI KHADIMUKH TO HIGHSAND BAR HIGHSAND BAR TO PACHUBANDAR VASAI PACHUBANDAR TO PANAJU BET (NORTH-WESTERN PART) VASAI PACHUBANDAR TO PANAJU BET (SOUTH-WESTERN PART) PANAJU BET ( NORTH-EAST PART)

PANAJU

5 6 7 8 9

PANAJU PANAJU PANAJU PANAJU VVMC AREA VVMC AREA VVMC AREA VVMC AREA

HIGH VOLTAGE ELECTRICITY LINE

PANAJU BET NORTH-EAST PART TO HIGH


VOLTAGE ELECTRICITY LINE

PANAJU BET SOUTH-WESTERN PART TO


HIGH VOLTAGE ELECTRICITY LINE

MHARAMBAL PADA TO DATIVARE GAON MHARAMBAL PADA TO NARINGI BANDAR NARINGI BANDAR TO SHIRGAON KHADI SHIRGAON KHADI TO WESTERN PART OF VADHIV BET IDEA TOWER TO DOLIV BANDAR DOLIV BANDAR TO VADIV VAITIPADA BET VADIV VAITIPADA BET TO TANSA RIVER TANSA RIVER SANGAM TO KHARDI SAND BANDAR
SOUTH - EAST PART OF HIGH VOLTAGE ELECTRICITY LINE GHODBANDAR ROAD BRIDGE TO GAIMUKH BANDAR THANE-NASHIK ROAD BRIDGE TO MUMBRA RAILWAY STATION PANWEL ROAD BRIDGE TO VASHI BRIDGE SOUTHERN SIDE OF VASHI BRIDGE TO GHANSOLI GAON GHANSOLI GAON TO THANEMITHBANDAR

PART - 2 VASAI AREA

10 11 12

13 14 15 16

VVMC AREA VVMC AREA VVMC AREA VVMC AREA

PART - 3 THANE AREA

1
2

TMC AREA
TMC AREA

TMC AREA

NMMC AREA

NMMC AREA

NMMC AREA

The entire length of the creek flowing through the district except the river area.

PANAJU BET ( SOUTH-EAST PART) TO

PART - 4 BHIWANDI

1 2 3

KALHER KALHER PIMPLAS AND KON KDMC AREA

GAIMUKH BANDER TO KAMVADI RIVER KAMVADI RIVER TO KASHELI BRIDGE PIMPLAS TO KON

& KALYAN AREA


1

DOMBIVALI BANDER TO THAKURLI POWER HOUSE THAKURLI POWER HOUSE TO KALYAN DURGADI FORT KALYAN DURGADI FORT BRIDGE TO PIPELINE OF KALYAN MIDC INDUSTRY NO.2 KALYAN MIDC INDUSTRY NO.2 TO EAST PART OF PIPELINE BRIDGE UMBARDE TO AMBIVALI UPTO BHATASA AND KALU RIVER SANGAM KANDRE BHURE RETI BANDER AREA

KDMC AREA

KDMC AREA

KDMC AREA

KDMC AREA

PART - 5 PALGHAR AREA

KANDRE BHURE KHAMLOLI BAHADOLI DHUKATAN UCHAVALI LALTHANE KHADKOLI KHADKOLI AND VASARE KANDARVAN

2 3

KHAMLOLI TO BAHADOLI BAHADOLI TO DHUKATAN

4 5 6 7

UCHAVALI TO PARGAON LALTHANE TO VISHRAMPUR VISHRAMPUR TO KHADKOLI KHADKOLI TO VASARE

KANDARVAN TO NORTH SIDE OF VADHIV BET NORTH SIDE OF VADHIV BET TO NAVGHAR NAVGHAR TO UMBERPADA (I LAND RESORT) UMBERPADA (I LAND RESORT) TO DARSHET DARSHET TO DAHIVALE DAHIVALE TO SONAVE

NAVGHAR

10

NAVGHAR AND UMBERPADA UMBERPADA

11

12 13

DARSHET DAHIVALE AND SONAVE

The entire length of the creek flowing through the district except the river area.

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 Sealed tenders (iii) Pre-bid Meeting : 22/10/2012 in the office of Collector Thane, 4 th floor, Retigat Section,Court Naka, Thane : 23/10/2012 at 1500 hrs. in the chamber of Additional Collector,Thane, First floor, Court Naka,Thane (iv) Opening of the sealed tenders : 25/10/2012 upto 1500 hrs. in the chamber of Additional 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.

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

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) Engineers 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 Contractors 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) (e) Site means the places provided by the Employer where the works to be executed and (i) Cost means all expenditure properly incurred or to be incurred, whether on or off

any other places as may be specifically designated in the Contract as forming part of the site.

the site, including overhead and other charges properly allocable thereto but does not include any allowance for profit. 10

(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) 1.1 Terms Company and firm are interchangeable, wherever they occur. Singular and plural Words importing the singular only also include the plural and vice versa where the context requires. 1.2 1.2.1 Scope 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 2.1 Eligible Bidders 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 11

may be necessary to prepare the bid and entering into the Contract. The costs of visiting the site shall be entirely at bidders 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 6.1 Bidding Documents 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 12

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 8.1

Bid Form The bidder shall complete the Bid Form furnished in the Bidding Documents.

9 9.1

Bid Prices 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 10.1

Currencies of Payment All payments by the Employer under this contract will be made only in Indian Rupees, on satisfactory completion of work. Documents establishing the works conformity to the bidding documents The Employer may require documentary evidence in respect of any item of information submitted by the bidder. 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.

11 11.1

11.2

12 12.1

Earnest Money 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. 13

12.3

An unsuccessful bidders 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. The successful bidders Earnest Money Deposit will be returned, upon the bidders executing the Contract and furnishing the performance security.

12.4

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 13.1

Period of Validity of Bids Bids shall remain valid for 180 days from the date of opening of Envelope No.2 (Price bid). Not withstanding para No.13.1 above, the Employer may solicit the bidders 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.

13.2

14 14.1

Format and signing of bid 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 14

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 14.8 All signatures in the bidding documents shall be dated. 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 15

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 16

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 16 16.1 Telegraphic bids will be treated defective, invalid and rejected. Deadline for submission of bids. 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 17.1 Late bids Any bid received by the Employer after the deadline for submission of bids prescribed by the employer will be declared Late and rejected. 18 18.1 18.2 Modification of bids No bids shall be modified subsequent to the deadline for submission of bids. 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 19.1 Bid opening 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 17

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 20.1 Examination 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 18

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 Employers rights or the Bidders 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 21.1 Evaluation and Comparison of Bids 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. 19

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 22.1

Contacting the Employer 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. Any effort by a bidder to influence the Employers and / or the Employers decisions in respect of bid evaluation or Contract award will result in the rejection of that bidders bid.

22.2

23 23.1

Employer's right to accept any bid and to reject any or all bids 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 Employers action.

E AWARD OF CONTRACT 24 24.1 Award Criteria 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 25.1 Notification of Award 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 26.1 Performance Security 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

20

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 27.1 Signing of Contract 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 28.1 Time for completion The Environment Impact Assessment Study work should be completed within 6 months time from date of award. G CONTRACT DOCUMENTS 29 29.1 Language and Law 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 30.1 Discrepancy between Words & Figures In the event of discrepancy between description in words and figures quoted by the tenderer, the description in words shall prevail. 31 31.1 Damage to persons and propety 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 21

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 32.1 Precautions to prevent hazard to navigation, etc. 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 33.1 Accident or injury to workmen 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 34.1 Insurance against accident to workmen 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 Contractors 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 35.1 Workmen's Compensation Act, 1923 The Contractor shall follow Workmens Compensation Act, 1923, as amended from time to time. 36 36.1 Contractor to report accidents 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 22

Contractor shall indemnify and keep indemnified the Employer against all loss or damage resulting directly or indirectly from the Contractors 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 Workmens Compensation Act or failure to conform to the provision of the said Act in regard to such accidents. 37 37.1 Employers powers to retain money to cover liability In the event of an accident in respect of which compensation may become payable under Workmens 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 38.1 Contractor to bear Sales Tax, Income Tax & Service Tax (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 Contractors bills as per Section 194 C of the Income Tax Act prevailing in India. (c) 39 39.1 The contractor should bear service tax.

Fair Wages & Contract Labour 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 40.1 Payment Terms The correctness of the claim has to be certified by the Hydrographer Maharashtra Maritime Board Mumbai authorised by of

Additional

23

Collector,Thane.

The payment will be released by the Additional

Collector,Thane after due sanction. 40.2 (i) ENVIRONMENT IMPACT ASSESSMENT STUDY 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 (ii) (iii) (iv) On collection of field data Draft Report Final Report acceptance 50% 25% 25% 10%

24

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 - BS - CP - ASTM : : : : Bureau of Indian Standards British Standard Specification British Standard Code of Practice Standard of American Society of Testing Materials - AASHO : Standard of American Association of State Highway Officials - NEN - PIANC : : Dutch Standards 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.

25

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--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. 26

(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--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.

27

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.

28

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 company having its registered

M/s. _______ 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 Bankers Draft or Bank Guarantee with the Additional
Collector,Thane

for

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.

29

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
Collector,Thane Collector,Thane Additional

The following letters _____________ dated _____ by the Additional

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 Collector,Thane

(hereby agree with the Contractor that the Additional

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 On collection of field data Draft Report Final Report acceptance

10%

(ii) (iii) (iv)

50% 25% 25%

30

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
Collector,Thane Additional

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 in the presence of ) ) ) Constituted Attorney

SIGNED, SEALED AND DELIVERED by


Additional Collector,Thane

) )

)
Additional Collector,Thane,

State in the presence of the Common Seal was affixed in the presence of ) 1._____________________________

) )

2._____________________________

) )

31

SCHEDULE I
LIST OF DOCUMENTS TO BE SUBMITTED BY THE TENDERER ENVELOPE A TECHNICAL BID Sl. No. 1 2 Description of Documents The Tender document marked Original duly filled in signed and stamped on all the pages. EMD for Rs.____________ (Rupees ____________________ Only) in the form of Demand Draft from any scheduled / nationalised bank in favour of Additional Collector,Thane Copies of Annual Report including Auditors Report, Balance Sheet, Profit and Loss account for the last three years 2009-10, 2010-11, 2011-12. 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. Details of present technical staff and their qualification, experience and key personnel for administration and execution of this contract. Power of Attorney, on stamp paper if required, in favour of person authorized to sign the tender document. 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 Copies of PAN Card Copy of VAT registration Copy of Service Tax registration Copy of Provident Fund registration Detailed information regarding current litigation, if any, in which the tenderer is currently involved. Whether submitted by the Tenderer (Yes/No.) & Ref. of page No.

8 9 10 11 12

32

SCHEDULE II SCHEDULE OF RATE Item Description of Work No. 1 2 a. Field Data as per Terms of Reference, Draft Report and Final Report Creek/Rivers of Thane District : : : . . : : Rate (In figures) 3

Name of the Tenderer Company Full Address

Signature by for and on behalf of tenderer Name & Designation

33

SCHEDULE-III

WORK ORDER No. To M/s. Date:

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. 1 1 2 Description of Work [Name of Creek(s) / River(s)] 2 Rate (In figures) 3

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

34

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 -------------------------------------

35

You might also like