EIA_Study_District_Thane

35
1 Office of The Collector,Thane, INVITATION of TENDERS FOR ENVIRONMENT CONSULTANTS FOR EIA STUDY IN CREEKS & RIVERS OF THANE DISTRICT 1. Additional Collector,Thane, invites sealed tenders under the single stage, two envelopes bidding procedure from bidders having registration under Indian Companies Act and necessary skilled personnel, all necessary plants, equipments, machinery and services for the EIA Study in creeks & rivers of Thane District. 2. The Programme (subject to change by prior notice) for bidding is as under :- (i) Sale of blank tender forms : From 12/10/2012 to 22/10/2012 in the office of Collector Thane, 4 th floor, Retigat Section,Court Naka, Thane (ii) Last date for receipt of : 22/10/2012 in the office of Collector Thane, 4 th floor, Sealed tenders Retigat Section,Court Naka, Thane (iii) Pre-bid Meeting : 23/10/2012 at 15.00 hrs. in the chamber of Additional Collector,Thane, First floor, Court Naka,Thane (iv) Opening of the sealed : 25/10/2012 upto 15.00 hrs. in the chamber of Additional tenders Collector,Thane, First floor, Court Naka,Thane(w). 1. The complete set of Tender Forms may be purchased by interested bidders from office of the Collector,Thane, 4 th floor, Retigat Section, Court Naka, Thane. The documents may be purchased on any working day (Monday to Friday) from 10:30 hrs. to 15:00 hrs. on payment of a non-refundable price of Rs.5,000/- (Indian Rupees) in cash or by demand draft drawn in favour of the Additional Collector,Thane payable at Jawhar. 2. Qualifying Criteria The bidder should have prior experience of preparing EIA Study Reports. He should be QCI Accredited Environment Consultant. 3. All bids must be accompanied by Earnest Money Deposit amounting to Indian Currency Rs.30,000/- (Rs. Thirty Thousand Only) for each creek / river, in the form of Demand Draft in favour Additional Collector,Thane payable at Jawhar 4. Additional Collector,Thane reserves the right to accept or reject any bid or part thereof or reject all bids without assigning reasons thereof. The detailed information regarding tender is available on the website www.thane.gov.in Sd/- Additional Collector,Thane

description

EIA_Study_District_Thane

Transcript of EIA_Study_District_Thane

Page 1: EIA_Study_District_Thane

1

Office of The Collector,Thane,

INVITATION of TENDERS

FOR ENVIRONMENT CONSULTANTS FOR EIA STUDY

IN CREEKS & RIVERS OF THANE DISTRICT

1. Additional Collector,Thane, invites sealed tenders under the single stage, two envelopes bidding procedure from bidders having registration under Indian Companies Act and necessary skilled personnel, all necessary plants, equipments, machinery and services for the EIA Study in creeks & rivers of Thane District.

2. The Programme (subject to change by prior notice) for bidding is as under :-

(i) Sale of blank tender forms : From 12/10/2012 to 22/10/2012 in the office of

Collector Thane, 4 th floor, Retigat Section,Court Naka,

Thane

(ii) Last date for receipt of : 22/10/2012 in the office of Collector Thane, 4 th floor,

Sealed tenders Retigat Section,Court Naka, Thane

(iii) Pre-bid Meeting : 23/10/2012 at 15.00 hrs. in the chamber of Additional

Collector,Thane, First floor, Court Naka,Thane

(iv) Opening of the sealed : 25/10/2012 upto 15.00 hrs. in the chamber of Additional

tenders Collector,Thane, First floor, Court Naka,Thane(w).

1. The complete set of Tender Forms may be purchased by interested bidders from office of the Collector,Thane, 4 th floor, Retigat Section, Court Naka, Thane. The documents may be purchased on any working day (Monday to Friday) from 10:30 hrs. to 15:00 hrs. on payment of a non-refundable price of Rs.5,000/- (Indian Rupees) in cash or by demand draft drawn in favour of the Additional Collector,Thane payable at Jawhar.

2. Qualifying Criteria

The bidder should have prior experience of preparing EIA Study Reports. He should be QCI Accredited Environment Consultant.

3. All bids must be accompanied by Earnest Money Deposit amounting to Indian Currency Rs.30,000/- (Rs. Thirty Thousand Only) for each creek / river, in the form of Demand Draft in favour Additional Collector,Thane payable at Jawhar

4. Additional Collector,Thane reserves the right to accept or reject any bid or part thereof or reject all bids without assigning reasons thereof.

The detailed information regarding tender is available on the website www.thane.gov.in

Sd/-

Additional Collector,Thane

Page 2: EIA_Study_District_Thane

2

OFFICE OF THE COLLECTOR ,THANE

4 th floor, Retigat Section,Court Naka, Thane

NAME OF WORK

ENVIRONMENT IMPACT ASSESMENT STUDY

IN

CREEKS & RIVERS OF THANE DISTRICT

INVITATION FOR BIDS

INSTRUCTION TO BIDDERS

CONDITIONS OF CONTRACT

TENDER NO.

COLLECTOR OFFICE, 1st FLOOR,

COURT NAKA, THANE(W)

Page 3: EIA_Study_District_Thane

3

.

OFFICE OF THE COLLECTOR ,THANE

4 th floor, Retigat Section,Court Naka, Thane

ENVIRONMENT IMPACT ASSESMENT STUDY

IN

Creek & Rivers of Thane District

TENDER NO.

To be submitted upto 1500 hrs. on or before /10/2012 in the

Office of the Collector,Thane, 4 th floor, Retigat Section, Thane

D.R. No.____________ Dated __________

Issue to

___________________________________________________________________

______

____________________________________________________________

_____________________

Page 4: EIA_Study_District_Thane

4

V O L U M E - I

OFFICE OF THE COLLECTOR ,THANE

ENVIRONMENT IMPACT ASSESSMENT (EIA) STUDY

as stipulated in EIA Notification 2006

I) THANE DISTRICT (RIVER BED)

Part NAME OF

RIVER/NALA

TAHSIL Name of Villages No. of

Retigat

LENGTH

IN K.M.

1 ULHAS RIVER AMBERNATH KUDSAWARE, SAWARE, ERANJAD

DHOKE DAPIWALI 6

The

enti

re le

ngt

h o

f th

e ri

ver

flo

win

g th

rou

gh t

he

dis

tric

t e

xcep

t th

e cr

eek

area

.

KALYAN

GALEGAON, PAWASEPADA(KAMBA),

VARAPGAON ,JAMBHUL MOHILI ,VASAT

SHELWALI ,APTI TARFE BARHE, BHISOL

,PAWASEPADA ,KONDHERI ,MANIWALI

10

Total 16

2

LOCAL NALA AMBERNATH BHOJ, VARADE, SAWAROLI,

CHAMTOLI, CHINCHWALI, BENDSHIL,

BARWI DAM, SAGAON

08

KALU RIVER KALYAN MANDA ,AMBIWALI ,TITWALA

,SANGODA, GURWALI ,VASUNDRI,

NIMBWALI

07

MURBAD NYAHADI, MOROSHI 02

KANAKVIRA

RIVER

MURBAD VAISHAKHARE 01

Total 18

3

BHATSA RIVER KALYAN RAYA ,OZARLI ,VAVEGHAR 03

SHAHAPUR SAPGAON 01

BHIWANDI NANDKAR ,SANGE, KANDALI, BHADANE ,WANDRE ,PISE ,KALAMBOLI

08

CHOR RIVER SHAHAPUR KOTHOLE 01

SHAI RIVER SHAHAPUR KHARPAT, HEDNE, PACHGHAR 03

Total 16

Page 5: EIA_Study_District_Thane

5

4 SURYA RIVER PALGHAR NANIWALI, AAKEGAVHAN AAKOLI

LALONDE, DHUKTAN, MASWAN 06

The

enti

re le

ngt

h o

f th

e ri

ver

flo

win

g th

rou

gh t

he

dis

tric

t e

xcep

t th

e cr

eek

area

.

JAWHAR AAKARE 01

VIKRAMGAD THERONDA ,KASA BU., KAVDAS 03

VAITARANA

RIVER

PALGHAR DURVES , SAYA, HALOLI, HALOLI BOAT,

SAKHARE 04

WADA ALMAN 01

MOKHADA KAREGAON 01

Total 16

5 PINJAL RIVER WADA SAPNE KHURD, SAPNE BK, KHAIRE

,SHILOTTAR ,SASNE ,DABHON, PALI

,AAKHADA ,VIRHE

10

JAWHAR KHINDSE, AINE 02

GARGAI RIVER WADA GARGAON/SHILOTTAR, OGADA 02

TANSA RIVER WADA JALE, DAKIVALI ,KELTHAN ,CHAMBALE

,KONDHALE 05

WAGH RIVER JAWHAR BHURITEK, WAVAR, WANGANI,

RUIGHAR BOPADARI, DADAR KOPARA 05

MOKHADA ADOSHI 01

LENDY RIVER JAWHAR WANGANI 01

LOCAL NALA MOKHADA DEVBANDH, BALDYACHA PADA, 02

Total 28

6 DEHRJE RIVER VIKRAMGAD DEHARJE ,MOH.BU. ,AMBIVALI ,SAVADE

,KEV ,MAN, KENGAVA BALAPUR,

KASHIWALI

08

PINJAL RIVER VIKRAMGAD VAKI, ANDHERI, MALVADA ,SHELPADA,

POTKHAL, KAVALA 06

VIROLI RIVER TALASARI ZARI,KAVADA ,VEVAJI, GIRGAON, VADAVALI ,VASA

06

DONGARKHADI

RIVER

TALASARI UDHAVA ,KODAD 02

VAHINDRA RIVER TALASARI ZAI 01

Kalu TALASARI KOCHAI 01

Total 24

Page 6: EIA_Study_District_Thane

6

II)THANE DISTRICT (CREEK BED)

TAHSIL SR.NO. NAME OF

VILLAGE

SITE NAME LENGTH IN

K.M

PART - 1 VASAI AREA

1 VVMC AREA VASAI KHADIMUKH TO HIGHSAND BAR

The

en

tire

len

gth

of

the

cree

k f

low

ing

thro

ugh

th

e d

istr

ict

exc

ept

the

rive

r ar

ea.

2 VVMC AREA HIGHSAND BAR TO PACHUBANDAR

3 PANAJU VASAI PACHUBANDAR TO PANAJU BET (NORTH-WESTERN PART)

4 PANAJU VASAI PACHUBANDAR TO PANAJU BET (SOUTH-WESTERN PART)

5 PANAJU PANAJU BET ( NORTH-EAST PART)

6 PANAJU PANAJU BET ( SOUTH-EAST PART) TO HIGH VOLTAGE ELECTRICITY LINE

7 PANAJU PANAJU BET NORTH-EAST PART TO HIGH

VOLTAGE ELECTRICITY LINE

8 PANAJU PANAJU BET SOUTH-WESTERN PART TO HIGH VOLTAGE ELECTRICITY LINE

PART - 2 VASAI AREA

9 VVMC AREA MHARAMBAL PADA TO DATIVARE GAON

10 VVMC AREA MHARAMBAL PADA TO NARINGI BANDAR

11 VVMC AREA NARINGI BANDAR TO SHIRGAON KHADI

12 VVMC AREA SHIRGAON KHADI TO WESTERN PART OF VADHIV BET

13 VVMC AREA IDEA TOWER TO DOLIV BANDAR

14 VVMC AREA DOLIV BANDAR TO VADIV VAITIPADA BET

15 VVMC AREA VADIV VAITIPADA BET TO TANSA RIVER

16 VVMC AREA TANSA RIVER SANGAM TO KHARDI SAND BANDAR

PART - 3 THANE AREA

1 TMC AREA SOUTH - EAST PART OF HIGH VOLTAGE

ELECTRICITY LINE

2 TMC AREA GHODBANDAR ROAD BRIDGE TO

GAIMUKH BANDAR

3 TMC AREA THANE-NASHIK ROAD BRIDGE TO

MUMBRA RAILWAY STATION

4 NMMC AREA PANWEL ROAD BRIDGE TO VASHI

BRIDGE

5 NMMC AREA SOUTHERN SIDE OF VASHI BRIDGE TO

GHANSOLI GAON

6 NMMC AREA GHANSOLI GAON TO THANE-

MITHBANDAR

Page 7: EIA_Study_District_Thane

7

PART - 4 BHIWANDI

&

KALYAN AREA

1 KALHER GAIMUKH BANDER TO KAMVADI RIVER

The

enti

re le

ngt

h o

f th

e cr

eek

flo

win

g t

hro

ugh

th

e d

istr

ict

exce

pt

the

rive

r ar

ea.

2 KALHER KAMVADI RIVER TO KASHELI BRIDGE

3 PIMPLAS AND

KON

PIMPLAS TO KON

1 KDMC AREA DOMBIVALI BANDER TO THAKURLI

POWER HOUSE

2 KDMC AREA THAKURLI POWER HOUSE TO KALYAN

DURGADI FORT

3 KDMC AREA KALYAN DURGADI FORT BRIDGE TO

PIPELINE OF KALYAN MIDC INDUSTRY

NO.2

4 KDMC AREA KALYAN MIDC INDUSTRY NO.2 TO EAST

PART OF PIPELINE BRIDGE

5 KDMC AREA UMBARDE TO AMBIVALI UPTO

BHATASA AND KALU RIVER SANGAM

PART - 5 PALGHAR

AREA

1 KANDRE

BHURE

KANDRE BHURE RETI BANDER AREA

2 KHAMLOLI KHAMLOLI TO BAHADOLI

3 BAHADOLI

DHUKATAN

BAHADOLI TO DHUKATAN

4 UCHAVALI UCHAVALI TO PARGAON

5 LALTHANE LALTHANE TO VISHRAMPUR

6 KHADKOLI VISHRAMPUR TO KHADKOLI

7 KHADKOLI AND

VASARE

KHADKOLI TO VASARE

8 KANDARVAN KANDARVAN TO NORTH SIDE OF

VADHIV BET

9 NAVGHAR NORTH SIDE OF VADHIV BET TO

NAVGHAR

10 NAVGHAR AND

UMBERPADA

NAVGHAR TO UMBERPADA (I LAND

RESORT)

11 UMBERPADA UMBERPADA (I LAND RESORT) TO

DARSHET

12 DARSHET DARSHET TO DAHIVALE

13 DAHIVALE AND

SONAVE

DAHIVALE TO SONAVE

Page 8: EIA_Study_District_Thane

8

INVITATION FOR TENDERS

1. Additional Collector,Thane, invites sealed tenders under the single stage, two

envelopes bidding procedure from bidders having registration under Indian Companies

Act and necessary skilled personnel, all necessary plants, equipments, machinery and

services for the EIA Study in creeks & rivers of Thane District, as shown in the

enclosed list.

2. The Programme (subject to change by prior notice) for bidding is as under :-

(i) Sale of blank tender forms : From 12/10/2012 to 22/10/2012 in the office of

Collector Thane, 4 th floor, Retigat Section,Court Naka,

Thane

(ii) Last date for receipt of : 22/10/2012 in the office of Collector Thane, 4 th floor,

Sealed tenders Retigat Section,Court Naka, Thane

(iii) Pre-bid Meeting : 23/10/2012 at 1500 hrs. in the chamber of Additional

Collector,Thane, First floor, Court Naka,Thane

(iv) Opening of the sealed : 25/10/2012 upto 1500 hrs. in the chamber of Additional

tenders Collector,Thane, First floor, Court Naka,Thane(w).

3. The complete set of Tender Forms may be purchased by interested bidders from office

of the Collector,Thane 4 th floor, Retigat Section, Court Naka, Thane. The

documents may be purchased on any working day (Monday to Friday) from 10:30 hrs.

to 15:00 hrs. on payment of a non-refundable price of Rs.5,000/- (Indian Rupees) in

cash or by demand draft drawn in favour of the Additional Collector,Thane payable at

Jawhar.

The person deputed to collect the tender documents shall also hand over an

authority letter containing a specific request from the firm / company to hand over the

tender documents to the named person.

4. Tender documents are non-transferable.

Page 9: EIA_Study_District_Thane

9

5. Qualifying Criteria

i. All bids must be accompanied by Earnest Money Deposit amounting to Indian

Currency Rs.30,000/- (Rs. Thirty Thousand Only) for each creek / river, in the form of

Demand Draft in favour Additional Collector,Thane payable at Jawhar.

ii. The bidder should own majority of equipment as required for Environment Impact

Assessment Study as stipulated in EIA Notification 2006 (in terms of number,

capacity and also value) to ensure that job will be completed in stipulated time.

Proof of ownership should be enclosed.

iii. The bidder should have prior experience of preparing EIA Study as stipulated in

EIA Notification 2006. The bidder should be QCI Accredited Environment

Consultant.

iv. The average annual turnover of the bidder against executing similar contracts

for last two years (2010-11, 2011-12) shall not be less than Rs.50 lakhs for each

year.

v. The EIA consultant should prepare EIA study report of each site of the district

within three months from the commencement of the work. The EIA consultant

should give presentation before the State Level Expert Appraisal Committee

(SEAC) for each site & get environmental clearance of each site from the said

committee.

6. Additional Collector,Thane will not be responsible for any expenses incurred by

bidders in connection with the preparation or delivery of bids, including costs and

expenses related to visits to the site(s).

7. The completed bid prepared as stipulated under the “Instruction to Bidders” – shall be

submitted so as to reach to the office of the Collector,Thane, 4 th floor, Retigat

Section, Court Naka, Thane latest by 15:00 hrs. on 22.10.2012 and will be publicly

opened on 25/10/2010 at 15:00 hrs. in the chamber of the Additional Collector,Thane

8. Additional Collector,Thane reserves the right to accept or reject any bid or part thereof

or reject all bids without assigning reasons thereof.

Additional Collector,Thane

Page 10: EIA_Study_District_Thane

10

GENERAL CONDITIONS :

A – INTRODUCTION

1 Defination and Interpretation

In the Tender Form / Contract (as hereinafter defined) the following words and expressions

shall have the meanings hereby assigned to them, except where the context otherwise requires:

(a) (i) “Employer” means Additional Collector,Thane.

(ii) “Contractor” means the person whose tender has been accepted by the Employer and

the legal successors in title to such person, but not (except with the consent of the

employer) any assignee of such person.

(iii) “Engineer” means the Hydrographer of Maharashtra Maritime Board, Mumbai

authorised by Additional Collector,Thane to act as Engineer for the purposes of the

Contract.

(iv) “Engineer‟s Representative” means a person appointed from time to time by the

Engineer.

This may include authority to watch and supervise the works. He shall have no

authority to order any work involving delay or any extra payment by the employer or to

make any variations of or in the works.

(b) (i) “Bill of Quantities” means the priced and completed bill of quantities forming part of the

Tender.

(ii) “Tender” means the Contractor‟s priced offer to the Employer for the execution and

completion of the works and the remedying of any defects therein in accordance with the

provisions of the Contract, as accepted by the Letter of Acceptance.

(iii) “Letter of Acceptance” means the formal acceptance by the Employer of the Tender.

(iv) “Contractor Agreement” means the Contract Agreement (if any) referred to in Clause 9.1.

(v) “Appendix to Bid Form” means the appendix comprised in the form of tender annexed to

these conditions.

(c) “Contract Price” means the sum stated in the Letter of Acceptance as payable to the

Contractor for the execution and completion of the works and the remedying of any

defects therein in accordance with the provisions of the Contract.

(d) “Site” means the places provided by the Employer where the works to be executed and

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

(e) (i) “Cost” means all expenditure properly incurred or to be incurred, whether on or off

the site, including overhead and other charges properly allocable thereto but does not include

any allowance for profit.

Page 11: EIA_Study_District_Thane

11

(ii) “Day” means calendar day.

(a) “Writing” means any hand-written, type-written or printed communication, including

telex, cable and facsimile transmission.

(e) “Time” referred to shall be the Indian Standard Time (I.S.T.).

(f) The words “Bid” and “Tender”, or “Bidder” and “Tenderer” or “Bid Price” and

“Contract Price” shall be construed to be synonymous.

(g) “Approved” means approved in writing including subsequent written confirmation of

previous verbal approval and “Approval” means approval in writing including as aforesaid.

(h) Terms “Company” and “firm” are interchangeable, wherever they occur.

1.1 Singular and plural

Words importing the singular only also include the plural and vice versa where

the context requires.

1.2 Scope

1.2.1 Additional Collector,Thane invites bids under single stage, two envelopes

system for the works as described in para 15 (Tendering Procedure)

1.2.2 All the bids are to be completed and returned in the office of the

Collector,Thane, 4 th floor, Retigat Section, Court Naka, Thane in accordance

with the Instruction to Bidders.

1.2.3 Additional Collector,Thane reserves the right to issue clarifications and

explanations to the bidding documents and to make necessary modifications, if

required, by issuing amendments / addendum upto 07 days prior to the date

prescribed for the receipt of the completed bids.

2 Eligible Bidders

2.1 Recipients of the documents for the purpose of submitting a bid shall treat the

contents of the documents as private and confidential.

3 Cost of bidding

The bidder shall bear all costs associated with the preparation and delivery of its

bid, and the Employer will in no case be responsible or liable for those costs.

4 Assurance

The successful bidder will be required to give satisfactory assurance of its

ability and intention to complete the works pursuant to the contract, within the

time set forth therein.

5 Site Visit

The bidder is advised to visit and examine the site of works and its surroundings

and obtain for himself on his own responsibility all information and data that

Page 12: EIA_Study_District_Thane

12

may be necessary to prepare the bid and entering into the Contract. The costs of

visiting the site shall be entirely at bidder‟s own expense.

5.1 The bidder and any of his personnel or agents will be granted permission by the

Employers to enter upon his premises and land and to visit the site of works for

the purpose of such inspection, but only upon the explicit condition that the

bidder, his personnel or agents, will indemnify the Employer and his personnel

and agents from all liability in respect thereof and will be responsible for

personal injury (whether fatal or otherwise), loss of or damage to property and

any other loss, damage, costs and expenses however caused, which but for the

exercise of such permission would not have arisen.

5.2 Access to the site of works can be arranged by making an application to the

Additional Collector,Thane

B – THE BIDDING DOCUMENTS

6 Bidding Documents

6.1 A set of bidding documents issued for the purpose of bidding includes the

following together with Amendments / Addenda thereto, if any issued.

Volume comprising –

(a) Invitation for bids

(b) Instruction for bidders

(c) Conditions of contract

i) General Conditions

ii)Bill of Quantities

(d) Chart

6.2 The bidder is expected to examine carefully the bidding documents, including

all instructions, forms, terms, conditions, specification, Annexure, Schedules,

Appendix to Bid Form and Drawings.

6.3 Pre-bid Conference

A pre-bid conference will be held on 23.10.2012 at 15.00 hrs in the chamber

of the Additional Collector,Thane, Collector Office, First floor, Court

Naka,Thane(w)..

6.4 The tender submitted by the tenderer shall be based on the clarification,

additional instructions issued (if any) by the department and this tender shall be

unconditional. Conditional tenders will be summarily rejected.

7 Language of Bid

Page 13: EIA_Study_District_Thane

13

7.1 The bid prepared by the bidder and all correspondence and documents relating

to the bid exchanged by the bidder and the employer shall be written in the

English language. Supporting documents and printed literature furnished by the

bidder shall be written in English language.

8 Bid Form

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

9 Bid Prices

9.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the

whole works as described in Para 1 of this Volume based on the schedule of unit

rates and prices submitted by the bidder.

9.2 Items against which no rate or price is entered by the bidder will not be paid for

by the Employer when executed and shall be deemed covered by the other rates

and prices in the Bill of Quantities.

9.3 The unit rates and prices shall be quoted by the bidder entirely in Indian rupees.

The prices and amounts quoted by the bidder shall allow for all the costs

including skilled and unskilled personnel, equipment required for Environment

Impact Assessment Study along with, spare parts and other incidental materials,

costs payable to Additional Collector,Thane if any, and other charges payable

to octroi, customs duty, excise duty, income tax, sales tax, and any other duties,

taxes or charges whatsoever payable on the components or the completed

works.

10 Currencies of Payment

10.1 All payments by the Employer under this contract will be made only in Indian

Rupees, on satisfactory completion of work.

11 Documents establishing the work’s conformity to the bidding documents

11.1 The Employer may require documentary evidence in respect of any item of

information submitted by the bidder.

11.2 For the purpose of these documents, the term “bid” and “tender”, “bidding” and

“tendering”, “bid price” and “contract price”, “bidder” and “tenderer” and other

similar expressions are synonymous.

12 Earnest Money

12.1 The bidder shall furnish, as part of its bid, earnest money for an amount as

explained in Para 5, Part 1 of Invitation of Tenders.

12.2 Any bid not secured in accordance with para 12.1 above, may be rejected by the

Employer as non-responsive.

Page 14: EIA_Study_District_Thane

14

12.3 An unsuccessful bidder‟s earnest money will be returned as promptly as

possible upon award of Contract, but in any event not later than thirty (30) days

after the expiration of the period of bid validity prescribed by the Employer.

12.4 The successful bidder‟s Earnest Money Deposit will be returned, upon the

bidders executing the Contract and furnishing the performance security.

12.5 The earnest money may be forfeited by the Additional Collector,Thane and

the bid would be cancelled :-

(a) If a bidder withdraws its bid during the period of bid validity specified

in the tender para13.1

(b) In the case of successful bidder, if the bidder fails

i. To sign the Contract in accordance with or

ii. To furnish the performance security within the specified time limit.

13 Period of Validity of Bids

13.1 Bids shall remain valid for 180 days from the date of opening of Envelope No.2

(Price bid).

13.2 Not withstanding para No.13.1 above, the Employer may solicit the bidder‟s

consent to an extension of the period of bid validity. The request and the

response thereto shall be made in writing. If the bidder agrees to the extension

request, the validity of the earnest money provided under para 13.1 shall also

be suitably extended. A bidder may refuse the request without forfeiting its

earnest money. A bidder granting the request will not be required or permitted

to modify its bid.

14 Format and signing of bid

14.1 The original bid form together with all other accompanying documents must be

received by the Employer at the date, time and place specified. The bidding

documents shall not be defaced or component sections detached from one to the

other in any volume.

14.2 The bid shall be typed or written in indelible ink and shall be signed and dated

by the bidder or a person or persons duly authorized to sign on behalf of the

bidder. Such authorization shall be indicated by written power-of-attorney

accompanying the bid. All pages of the bid where entries or amendments have

been made shall be initialed by person or persons signing the bid. The name

and position held by each person signing must be typed or printed below the

signature.

14.3 The bid shall contain no alterations, erasures or overwriting except those to

comply with instructions issued by the Employer or as necessary to correct

Page 15: EIA_Study_District_Thane

15

errors made by the bidder in which case such corrections shall be initialed by

the person or persons signing the bid.

14.4 The bid shall be filled only by the firm(s) in whose name(s) the tender

documents have been issued. No bidder shall participate in the bid on behalf of

another for the Contract in any relation whatsoever.

14.5 If the bid is made by a limited company or a limited corporation, it shall be

signed by a duly authorized person holding a Power of Attorney for signing the

bid in which case a certified copy of the Power of Attorney shall accompany the

bid.

14.6 All witnesses and sureties shall be persons of status and probity and their full

names, occupations and addresses shall be stated below their signature.

14.7 All signatures in the bidding documents shall be dated.

14.8 The tenderer should furnish Balance Sheets / Certificate duly certified by C.A.

in support of the prescribed average annual turnover.

C – SUBMISSION OF TENDER

15 TENDERING PROCEDURE

Manner of submission of tender and its accompaniments:-

Tenderer shall submit the tender and documents in two separate sealed

envelopes as below –

15.1 Envelope No.1 (Technical Bid) :-

The first envelope clearly marked as Envelope No.1 shall contain the following

documents :

1. The Tender document marked “Original” duly filled in signed and stamped

on all the pages.

2. EMD for Rs.30,000/- (Rupees Thirty Thousand Only) for each creek / river,

in the form of Demand Draft from any scheduled / nationalized bank in

favour of Additional Collector,Thane payable at Jawhar.

3. Copies of Annual Report including Auditors Report, Balance Sheet, Profit

and Loss account for the last three years 2009-10, 2010-11, 2011-12.

4. Documents for proving experience –

If company has claimed ownership of equipment required for collection of

field data for the study, then documents to support ownership should be

submitted.

5. Details of present technical staff and their qualification, experience and key

Page 16: EIA_Study_District_Thane

16

personnel for administration and execution of this contract.

6. Power of Attorney, on stamp paper if required, in favour of person authorized

to sign the tender document.

7. Copies of original document defining the constitution or legal status, place of

registration and principal place of business of the company/proprietorship

firm/ partnership firm or any other business structure

8. Copies of PAN Card

9. Copy of VAT registration

10. Copy of Service Tax registration

11. Copy of Provident Fund registration

12. Detailed information regarding current litigation, if any, in which the

tenderer is currently involved.

15.2 Envelope No.2 (Financial Bid) :-

The second envelope clearly marked as Envelope No.2 shall contain only the

financial bid.

The tenderer should quote his offer on Bill of Quantities of the tender to be

submitted only in Envelope No.2. He should not quote this offer anywhere

directly or indirectly in Envelope No.1. The tenderer shall quote for the work as

per details given in the main tender and also based on the detailed set of

conditions issued / additional stipulations made by the Department as informed

to him by a letter from Additional Collector,Thane after pre-bid conference.

This tender shall be unconditional.

Submission of Tender

The two sealed envelopes No.1 and No.2 shall be again put together in one

common cover and sealed. This sealed cover shall be marked on the left hand

top corner “Tender for the EIA STUDY as stipulated in EIA Notification 2006

of _________________________ Creek/River of Thane Dist.

The full name and address of the tenderers and the name of the authorized agent

delivering the sealed cover containing the tender shall be written on the bottom

left hand corner. The date and time for receipt of envelope containing tender

shall strictly apply in all cases. The tenderers should ensure that their tender is

received by the District Mining Officer Thane/Sand Tahsildar Thane of the

office of the Collector,Thane before the expiry of date and time. No delays on

account of any cause will be entertained for the late receipt of tender. Tender

Page 17: EIA_Study_District_Thane

17

offered or received after the date and time is over either will not be accepted or

if inadvertently accepted, will not be opened and shall be returned to the

tenderer unopened.

15.3 No bid shall be accepted unless it is properly sealed. Bidders shall not be

allowed to fill in or seal their bids at the Office of the Collector,Thane 4 th

floor, Retigat Section, Court Naka, Thane.

15.4 Bidders are requested to submit the bids in good time on the stipulated due date

so as to avoid rush at the closing hours.

15.5 If the packet and the envelopes are not sealed and marked as instructed above,

the Employer will assume no responsibility for the misplacement or premature

opening of the bid submitted. A bid opened prematurely due to this cause may

be rejected by the Employer and returned to the bidder.

15.6 Telegraphic bids will be treated defective, invalid and rejected.

16 Deadline for submission of bids.

16.1 The Employer may, at its discretion, extend the deadline for the submission of

bids by amending the bidding documents in which case all rights and

obligations of the employer and bidders previously subject to the original

deadline will thereafter be subject to the deadline as extended.

17 Late bids

17.1 Any bid received by the Employer after the deadline for submission of bids

prescribed by the employer will be declared “Late” and rejected.

18 Modification of bids

18.1 No bids shall be modified subsequent to the deadline for submission of bids.

18.2 No bid shall be withdrawn in the interval between the deadline for submission

of bids and expiration of the period of bid validity specified.

D – BID OPENING AND EVALUATION

19 Bid opening

19.1 OPENING OF THE BIDS BY THE EMPLOYER

Tender of only those firms who have furnished the earnest money as per para 15

above will be opened at the chamber of the Additional Collector,Thane at

15:00 hrs. on 25.10.2012 (if possible) in the presence of the tenderers (or their

authorized representatives) who are present at that time. Tenderers who have

not furnished the earnest money as specified in the tender document will not be

permitted to be present when the Envelope No.2 is opened. Eligible tenders as

above should send letter of authorization with attested specimen signatures of

Page 18: EIA_Study_District_Thane

18

their representatives who are deputed to attend at the time of opening of tenders.

Representatives without such authorization letters, may not be permitted to be

present to witness the opening.

In any case, the maximum number of persons representing any firm to witness

the opening of the tender is limited to two.

19.2 The bidders representatives who are present shall sign a register evidencing

their attendance.

19.3 Envelope No.1: First of all Envelope No.1 of the tender will be opened to verify

its contents as per requirements. If the documents contained in this envelope do

not meet the requirements of the department, a note will be recorded

accordingly by the tender opening authority and the said tenderers Envelope

No.2 will not be considered for further action but the same will be recorded.

Envelope No.2: Envelope No.2 shall be opened after opening of Envelope No.1

only if contents of Envelope No.1 are found to be technically acceptable to the

department (Opening of Envelope No.2 will be at the sole discretion of

employer). Date of opening of Envelope No.2 will be intimated to the

technically qualified tenderers.

19.4 When opening the bid, the tender committee will ascertain and read out whether

the bidder has furnished a proper valid earnest money. In absence of such

earnest money, the envelopes containing the bid shall not be opened and such

bids shall be considered as non-responsive and shall be rejected outright.

19.5 The bidders name, modifications, if any, and the presence or absence of the

requisite earnest money, and such other details as the Employer, at its discretion

may consider appropriate, will be announced and recorded at the opening.

20 Examination

20.1 The Employer will examine the bids to determine whether they are complete

and whether the documents have been properly signed, and whether the bids are

generally in order.

20.2 Arithmetical error will be rectified in the following basis. If there are

discrepancies in rate and/or amounts in figures and in words, those in words will

govern. If there is a discrepancy between the total bid amount and the sum of

the total costs, the sum of the total costs shall prevail and the total bid amount

will be corrected.

20.3 The Employer will determine the substantial responsiveness of each bid to the

bidding document. A substantially responsive bid is one which conforms to the

terms, conditions, specification of the bidding document without material

Page 19: EIA_Study_District_Thane

19

deviation or reservation. A material deviation or reservation is one which

affects in any substantial way the scope, quality or performance of the works or

which limits in any substantial way, inconsistent with the bidding documents,

the Employer‟s rights or the Bidder„s obligations under the Contract, and the

rectification of which deviation or reservation would affect unfairly the

competitive position of other bidders presenting substantially responsive bids.

20.4 A bid determined as not substantially responsive will be rejected by the

Employer and may not subsequently be made responsive by the bidder by

correction of the non-conformity.

21 Evaluation and Comparison of Bids

21.1 The Employer will evaluate and compare only those bids previously determined

to be substantially responsive pursuant to para 20.3.

21.2 In evaluating bids, the Employer will determine for each bid, the evaluated bid

price by adjusting the bid price as follows :

(a) Making any correction for errors pursuant to Clause 20.2

(b) Excluding provision sums and the provision, if any, for contingencies in the

Summary Bill of Quantities.

(c) Adding any monetary cost of quantifiable deviations in the forms at

payment by calculating the present value of the additional costs the

Employer would incur if such deviations were accepted.

(d) Making an appropriate adjustment for any other acceptable quantifiable

variations or deviations net effected in the bid price or in the above

mentioned other adjustment.

21.3 The Employer reserves the right to accept or reject any variation, deviation or

alternative offer. Variations, deviations alternative offers and other factors

which are in excess of the requirements of the bidding documents or otherwise

result in the accrual of unsolicited benefits to the Employer shall not be taken

into account in bid evaluation.

21.4 If the bid of the successful bidder is seriously unbalanced or “front loaded” in

relation to the Additional Collector,Thane, the estimate of the real cost of the

works to be performed, by more than the amount of the performance security

(reference para No.26 hereof). The Employer may require that the amount of the

performance security set forth in Para No.26 be increased at the expense of the

successful bidder to a level sufficient to protect the Employer against financial

loss in the event of subsequent default of the successful bidder under the

Contract.

Page 20: EIA_Study_District_Thane

20

21.5 The Employer will, also evaluate the bid, keeping into account the time quoted

by the bidder for quantity to be surveyed and reported in the study.

22 Contacting the Employer

22.1 Subject to Para No.19, no bidder shall contact the Employer on any matter

relating to its bid, from the time of bid opening to the time the Contract is

awarded.

22.2 Any effort by a bidder to influence the Employers and / or the Employer‟s

decisions in respect of bid evaluation or Contract award will result in the

rejection of that bidder‟s bid.

23 Employer's right to accept any bid and to reject any or all bids

23.1 The Employer reserves the right to accept or reject any bid and/or to partly

accept or reject a bid including decision to open Envelope No.2 or not or to

annul the bidding process and reject all bids at any time prior to award of

Contract, without thereby incurring any liability to the affected bidder or

bidders or any obligation to inform the affected bidder or bidders of the grounds

for the Employer‟s action.

E – AWARD OF CONTRACT

24 Award Criteria

24.1 The Employer may award the Contract to the successful bidder whose bid has

been determined to be the lowest evaluated responsive bid and who meets the

appropriate standards of capability and financial responsibility, and complete

the work in stipulated time with proper equipments.

25 Notification of Award

25.1 Prior to the expiration of the period of bid validity the Employer will notify the

successful bidder in writing, (hereinafter called “Letter of Acceptance”) that its

bid has been accepted. The date of transmission of the fax/e-mail is the date of

notification of the award.

25.2 The Letter of Acceptance will constitute the formation of a Contract until the

Contract has been effected pursuant to Clause 27.

26 Performance Security

26.1 Within fifteen (15) days of the receipt of notification of award from the

Employer, the successful bidder shall furnish the performance security, for an

amount equivalent to 10% of the total value of the work, in the form of Bank

Guarantee drawn on any nationalized bank in favour of Additional

Page 21: EIA_Study_District_Thane

21

Collector,Thane and valid for 18 months. No interest shall be payable on

Performance Security.

26.2 Performance Security Deposit will be released after one month from the date of

acceptance of the final report.

27 Signing of Contract

27.1 Along with the registered letter of notification of award, the Employer will send

the successful bidder the Form of Performance Security and the Form of

Agreement provided in these bidding documents, incorporating agreement

between the parties.

27.2 The person to sign the Form of Agreement shall be the person as described in

Clause 14.

27.3 It shall be binding on the successful bidder to pay stamp duty on the Contract

and all other legal charges for preparation of the Contract Agreement, as ruling

on the date of execution of the Contract as specified in the Conditions of

Contract.

28 Time for completion

28.1 The Environment Impact Assessment Study work should be completed within 6

months time from date of award.

G – CONTRACT DOCUMENTS

29 Language and Law

29.1 The Contract documents shall be drawn up in the English Language and all

further correspondence, drawings, documents and any written matter relating to

this Contract shall be in English only.

29.2 The law to which the Contract is to be subjected and according to which the

Contract is to be construed shall be the laws for the time being in force in India.

The Contractor shall submit to the jurisdiction of the courts situated at THANE

for the purpose of actions and proceedings arising out of the Contract and the

courts at THANE only will have the jurisdiction to hear and decide such actions

and proceedings.

30 Discrepancy between Words & Figures

30.1 In the event of discrepancy between description in words and figures quoted by

the tenderer, the description in words shall prevail.

31 Damage to persons and propety

31.1 The Contractor shall, except if and so far as the Contract provides otherwise,

indemnify the Employer against all losses and claims in respect of death of or

Page 22: EIA_Study_District_Thane

22

injury to any person, or loss of or damage to any property, including that of

Employer (other than the works), which may arise out of or in consequence of

the execution and completion of the works and the remedying of any defects

therein, and against all claims, proceedings, damages, costs, charges and

expenses whatsoever in respect thereof or in relation thereto.

32 Precautions to prevent hazard to navigation, etc.

32.1 The Contractor shall also take adequate precautions to ensure that his operations

do not present hazard to the navigation and other operations in the area.

33 Accident or injury to workmen

33.1 The Contractor shall indemnify and keep indemnified the Employer against all

damages or compensation payable by law in respect of or in consequence of any

accident or injury to any workmen or other persons in the employment of the

Contractor or any Sub-Contractor and against all claims.

34 Insurance against accident to workmen

34.1 The Contractor shall insure against such liability with Insurance Company

acceptable to the Employer and shall continue such insurance during the whole

of the time that any person is employed by him on the works. Provided that, in

respect of any persons employed by any Subcontractor, the Contractor‟s

obligations to insure as aforesaid under this Sub-Clause shall be satisfied if the

Subcontractor shall have insured against the liability in respect of such persons

in such manner that the Employer is indemnified under the policy, but the

Contractor shall require such Subcontractor to produce to the Employer, when

required, such policy, insurance and the receipt for the payment of the current

premium.

35 Workmen's Compensation Act, 1923

35.1 The Contractor shall follow Workmen‟s Compensation Act, 1923, as amended

from time to time.

36 Contractor to report accidents

36.1 On the occurrence of an accident arising out of the works which results in death

or which is so serious as to be likely to result in death, the Contractor shall

within twenty four hours of such accident, report in writing to the Engineer the

facts stating clearly and in sufficient details the circumstances of such accident

and the subsequent action taken. All other accidents on the works involving

injury to persons, damage to property other than that of the Contractor shall be

promptly reported to the Engineer stating clearly and in sufficient details the

facts and circumstances of the accidents and the action taken. In all cases the

Page 23: EIA_Study_District_Thane

23

Contractor shall indemnify and keep indemnified the Employer against all loss

or damage resulting directly or indirectly from the Contractor‟s failure to report

in the manner aforesaid. This includes penalties or fines if any payable by the

Employer as a consequence of failure to give notice under the Workmen‟s

Compensation Act or failure to conform to the provision of the said Act in

regard to such accidents.

37 Employer’s powers to retain money to cover liability

37.1 In the event of an accident in respect of which compensation may become

payable under Workmen‟s Compensation Act VIII of 1923 including all

modifications thereof, the Engineer may retain out of moneys due and payable

to the Contractor such sum or sums of money as may, in the opinion of the

Engineer, be sufficient to meet such liability. On receipt of award from the

Labour Commission in regard to quantum of compensation, the difference in

amount will be reimbursed to or recovered from the Contractor.

38 Contractor to bear Sales Tax, Income Tax & Service Tax

38.1 (a) The Maharashtra Sales Tax on the transfer of property in goods

involved in the execution, (Works Contract Act, 1985) is not applicable

and the rates quoted by the tenderer shall be exclusive of the same but

inclusive of all other taxes and duties, etc. except service tax which, if

applicable, shall be shown extra.

(b) Income Tax at the prevailing rate on the gross amount billed from time to

time shall be deducted from the Contractor‟s bills as per Section 194 C of

the Income Tax Act prevailing in India.

(c) The contractor should bear service tax.

39 Fair Wages & Contract Labour

39.1 The Contractor shall comply with all the provisions of the Contract Labour

(Regulation and Abolition) Act, 1970 and Equal Remuneration Act, 1976 and

the Rules and Regulations framed there under as amended from time to time.

39.2 The rates quoted by the Contractor in the Bill of Quantities shall be deemed to

include all expenses whatsoever that Contractor may be required to incur for

compliance with the provisions of the above Acts.

H – MEASUREMENT

40 Payment Terms

40.1 The correctness of the claim has to be certified by the Hydrographer of

Maharashtra Maritime Board Mumbai authorised by Additional

Page 24: EIA_Study_District_Thane

24

Collector,Thane. The payment will be released by the Additional

Collector,Thane after due sanction.

40.2 ENVIRONMENT IMPACT ASSESSMENT STUDY

(i) Advance against Bank Guarantee of equal amount of

Nationalised / Scheduled Bank in favour of

Additional Collector,Thane and the same will be

recovered from first payment after collection of field

data after signing of the Contract Agreement only

10%

(ii) On collection of field data 50%

(iii) Draft Report 25%

(iv) Final Report acceptance 25%

Page 25: EIA_Study_District_Thane

25

VOLUME II

TECHNICAL SPECIFICATIONS (TS)

TS 1.0 Standard –

Save in so far otherwise specified in the Contract the relevant provisions of the

appropriate Bureau of Indian Standards shall apply for all materials and workmanship.

Where relevant BIS Standards does not exists the latest version of the relevant British

Standards Specification or Standard of American Society of Testing Materials shall be

applied.

Equivalent standards from other countries may be used provided they are

demonstrated to be equal to or more onerous than the standard quoted. The following

abbreviations are used when referring to Standards.

- BIS : Bureau of Indian Standards

- BS : British Standard Specification

- CP : British Standard Code of Practice

- ASTM : Standard of American Society of Testing

Materials

- AASHO : Standard of American Association of State

Highway Officials

- NEN : Dutch Standards

- PIANC : Permanent International Association of Navigational

Congress

TECHNICAL :

TS 1.1 Project and site conditions –

The project is EIA Study as stipulated in EIA Notification 2006 in

___________________________________ (Name of the creek) of Thane District.

Site locations are shown in the enclosed drawing.

The EIA Study as stipulated in EIA Notification 2006 is required for dredging to clear

navigational waterways in the channel of the creek & to clear the river channel to avoid flood

situation in concern area.

Page 26: EIA_Study_District_Thane

26

Terms of Reference as per Environment Department

The Terms of Reference (TORs) for conducting Environmental Impact Assessment

(EIA) as stipulated in EIA Notification 2006 of sand mining sector for marine coastline and

river banks in the State of Maharashtra are given below:

(i) Assessment of existing sand mining patches along marine coastline and river banks in the State

of Maharashtra to arrive at a critical decision regarding continuing or prohibiting sand

mining at those sand mining sites. This study will have to be conducted categorically at

each site and should address the following pointers:

(a) Determine impact on the basis of evidence of ecosystem damage and environmental

degradation as well as through questioner survey to judge opinion of stakeholder (e.g. study

of social impact and disruption of livelihood of fisherman). If the existing sand mining

areas were to continue operation in future, it will be critical to arrive at any decision on the

basis of estimates of optimum rate at which sand can be mined from a given location in the

marine coastline and river banks so that the water body will not get damaged irreversibly

and the sand abstraction can be continued from that spot in a sustainable manner.

(b) Establishment of baseline data of sub-bottom profile along the center of a given sand

abstraction plot at every 100 m with cross profile at every 10 m on either side stretching

from center to the ends will prove to be helpful in developing long-term management

strategy. The profile will determine the depth of sand layer. In absence of such information

"sustainable mining" cannot be achieved.

(c) Sand morphology and properties of sand from existing abstraction areas vis-à-vis desirable

morphology and properties of sand needed for various construction activities.

(d) Selection of sand mining and transportation technology (within water body and on land

with connectivity through road network).

(e) Air and noise impact during sand mining activities.

(f) Recommended size of the "study area" for sampling and impact assessment :

(i) In case of river, a stretch of 1 km upstream and 3 km downstream from point of sand

abstraction and in case of coastal area the region covered by a circle having 3 km radius

from point of sand abstraction.

(ii) Preparation of the Map A for entire coast of Maharashtra in which CRZ zoning and hazard

line demarcation should be made in 1:4000 scale.

(iii)Preparation of the Map B which identifies (in consultation with Maharashtra Maritime

Board) critical regions within water-ways where dredging is unavoidable in order to

support navigational functions.

Page 27: EIA_Study_District_Thane

27

(iv) Preparation of the Map C which identifies (in consultation with Maharashtra Maritime

Board) critical regions within water bodies surrounding ports and harbours along the coast

of Maharashtra State where dredging is unavoidable in order to support functions of ports

and harbours.

(v) Preparation of the Map D which identifies feasible locations (along marine coastline and

river banks in the State of Maharashtra) for sand abstraction along with clearly specifying

the year-round time table and the corresponding amount of allowable limit of abstracted

sand. It is important to incorporate the lessons learnt from the assessment performed and

presented in TOR (i) and the associated concerns grouped in bullets (a) to (f) as listed

above.

(vi) Articulation and justification of management plan for transportation and disposal of

dredged materials in the areas demarcated in Maps A, B and C (mentioned above).

The studies and surveys described in TORs (ii) to (vi) will have to be conducted by taking

a systemic view of marine coastline and river banks in the State of Maharashtra. These

studies should address the relevant systemic concerns as well as the following pointers:

[1] Sand morphology and properties of sand from potential abstraction areas vis-à-vis

desirable morphology and properties of sand needed for various construction activities.

[2] Estimating the optimum rate at which sand can be mined from a given location in the

marine coastline and river banks so that the water body will not get damaged irreversibly

and the sand abstraction can be continued from that spot in a "sustainable manner".

[3] Establishment of baseline data of sub-bottom profile along the center of a given sand

abstraction plot at every 100 m with cross profile at every 10 m on either side stretching

from center to the ends will prove to be helpful in developing long-term management

strategy. The profile will determine the depth of sand layer. Mining should be limited to the

depth of sand and there should be heavy penalty for excess mining.

4] At least 12-month observations should be used in various ecological settings in order to

determine appropriate period for sand mining and period for avoiding dredging.

[5] Determination of the optimum frequency and depth of dredging, the degree of water

quality disturbance (turbidity) during dredging activities, the expected changes in channel

width and depth and thus flood stages upstream and downstream of the dredged site, and

the' relative change in sediment and associated contaminant (if any) re- suspension during

storm events with and without dredging.

Page 28: EIA_Study_District_Thane

28

The study for each creek will have to be undertaken as per above Terms of Reference.

The company will need to collect data in the field as required to comply with the above Terms

of Reference.

No separate Bill of Quantities (BOQ) are enclosed with the tender documents as the

same will have to be assessed by the company for the respective creek and included as part of

technical data submission and the costs in the financial submission.

The Additional Collector, Thane will make available the bathymetric charts of the area.

These charts will be made available to the selected company for use. Bathymetric data needs

not be collected in the field.

The companies are to include time schedule in the technical submission for collection

of field data, preparation of draft report and submission of final report.

As the final permission for dredging is given by the respective Collectors, based on the

estimated quantities by the MMB in the navigational channels marked on the relevant charts,

all companies would be required to liaise with respective Collectors / local authorities like

Mining Officer, etc. to determine on the extent of areas to be covered under the study.

Page 29: EIA_Study_District_Thane

29

OFFICE OF THE COLLECTOR ,THANE 4 th floor, Retigat Section, Court Naka, Thane

Environment Impact Assessment (EIA) Study as stipulated in EIA Notification 2006 of

_________________________________________

_____________________________________ (Name of the creek/river)

_______________________________ District

FORM OF AGREEMENT

This AGREEMENT made at Thane, the _____ day of __________ between

Additional Collector,Thane, of the one part and M/s. _______

__________________, a company having its registered office at

_________________________________________________________________

(hereinafter called “the Contractor” which expression shall unless excluded by or

repugnant to the context or meaning thereof be deemed to include the company

named its successors and permitted assigns) of the other part.

WHEREAS the Additional Collector,Thane invited tenders for the work of

preparation EIA Reports AND WHEREAS the Contractor submitted his quotation by

his Tender, dated ___________ as contained in the letters referred to in the Schedule

1 hereto respectively and which tender was accepted and annexed letter bearing

No._______________, dated ___________________ AND WHEREAS the

Contractor has deposited Banker‟s Draft or Bank Guarantee with the Additional

Collector,Thane for a sum of

Rs.____________________(___________________________________________)

only as security for the due performance of this contract.

NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS :

1. In this Agreement the words and expressions shall have the same meaning as are

respectively assigned to them in the conditions of contract hereinafter referred to.

Page 30: EIA_Study_District_Thane

30

2 The following documents shall be deemed to form and be read and construed as part of

this Agreement, viz.

1) Tender Document

2) Minutes of the pre-bid meeting

3) The Acceptance letter No.__________ dated _____ by the Additional

Collector,Thane The following letters _____________ dated _____ by the Additional

Collector,Thane

3. In consideration of the payment to be made by the Additional Collector,Thane to the

Contractor for the work to be executed by him the Contractor hereby COVENANTS

with the Additional Collector,Thane to carry out and complete within the stipulated

period (time being the essence of this Contract) the work of EIA as stipulated in EIA

Notification 2006 Study of and all other ancillary work as described in the letter, in

accordance with the specifications and in conformity in all respects with the provisions

of the Contract or which are to be implied there from or may be reasonably necessary

as provided in the Conditions of Contract (hereinafter collectively called “the Contract

Work”).

4. The EIA Consultant should prepare EIA study report of each site of the district. He

should present before the State Level Expert Appraisal Committee (SEAC) & take

necessary environmental clearance of each site from the said committee.

5. In consideration of the due provision, execution, completion of the Contract Work, the

Additional Collector,Thane (hereby agree with the Contractor that the Additional

Collector,Thane shall pay to the Contractor the respective amounts for the work actually

done by him and approved by Additional Collector,Thane at the scheduled rates and

such other sum payable to the Contractor under the provisions of the Contract; such

payment to be made at such time and in the following manner :-

(i) Advance against Bank Guarantee of equal amount of

Nationalised / Scheduled Bank in favour of Additional

Collector,Thane and the same will be recovered from first

payment after collection of field data after signing of the

Contract Agreement only

10%

(ii) On collection of field data 50%

(iii) Draft Report 25%

(iv) Final Report acceptance 25%

Page 31: EIA_Study_District_Thane

31

5. The Contractor hereby agrees to pay such as may be due to Additional Collector,Thane

for the service/s rendered by Hydrographer authorised by Additional Collector,Thane to

the Contractor in the course of provision, execution, completion of the Contract Work,

as may become due and payable to Hydrographer authorised by Additional

Collector,Thane towards loss, damage to the MMB structures, equipment, at such time

and in such manner as is provided in the Contract.

IN WITNESS WHEREOF the Contractor has hereunto subscribed and set his

respective hand and sea through, the duly Constituted Attorney for and on behalf of the

Contractor and the Additional Collector,Thane has set his hand and seal and the Seal of the

Additional Collector,Thane have been hereunto affixed the day and year first above written.

SIGNED, SEALED AND DELIVERED by )

the duly Constituted Attorney )

for and on behalf of ) Constituted Attorney

in the presence of )

SIGNED, SEALED AND DELIVERED )

by )

Additional Collector,Thane )

State in the presence of the Common Seal Additional Collector,Thane,

was affixed in the presence of )

1._____________________________ )

)

2._____________________________ )

)

Page 32: EIA_Study_District_Thane

32

SCHEDULE – I

LIST OF DOCUMENTS TO BE SUBMITTED BY THE TENDERER

“ENVELOPE – A” – TECHNICAL BID

Sl.

No. Description of Documents

Whether submitted by

the Tenderer (Yes/No.)

& Ref. of page No.

1 The Tender document marked “Original” duly filled in

signed and stamped on all the pages.

2 EMD for Rs.____________ (Rupees

____________________ Only) in the form of Demand

Draft from any scheduled / nationalised bank in favour

of Additional Collector,Thane

3 Copies of Annual Report including Auditors Report,

Balance Sheet, Profit and Loss account for the last

three years 2009-10, 2010-11, 2011-12.

4 Documents for proving experience –

If company has claimed ownership of equipment

required for collection f field data for the study, then

documents to support ownership should be submitted.

5 Details of present technical staff and their qualification,

experience and key personnel for administration and

execution of this contract.

6 Power of Attorney, on stamp paper if required, in

favour of person authorized to sign the tender

document.

7 Copies of original document defining the constitution

or legal status, place of registration and principal place

of business of the company/proprietorship firm/

partnership firm or any other business structure

8 Copies of PAN Card

9 Copy of VAT registration

10 Copy of Service Tax registration

11 Copy of Provident Fund registration

12 Detailed information regarding current litigation, if

any, in which the tenderer is currently involved.

Page 33: EIA_Study_District_Thane

33

SCHEDULE – II

SCHEDULE OF RATE

Item

No. Description of Work

Rate

(In figures)

1 2 3

a. Field Data as per Terms of Reference, Draft Report and Final

Report – Creek/Rivers of Thane District

Name of the Tenderer : …………………………………………………

Company : …………………………………………………

Full Address : …………………………………………………

………………………………………………….

………………………………………………….

Signature by for and on

behalf of tenderer : …………………………………………………

Name & Designation : …………………………………………………

Page 34: EIA_Study_District_Thane

34

SCHEDULE-III

WORK ORDER

No. Date:

To

M/s.

Dear Sirs,

SUB: TENDER NO. ---------------------------

REF: 1. Your quotation No.----------------------------, dated ---------------------

2. Agreement, dated ___________________

With reference to the above tender, we are pleased to inform you that your above cited

quotation for EIA Study in _____________________________________________________

_______________________________________________ has been accepted as shown below:

Item

No.

Description of Work

[Name of Creek(s) / River(s)]

Rate

(In figures)

1 2 3

1

2

1. Payment terms will be as given in the Agreement.

2. The Environment Impact Assessment Study work should be completed within 6 months

time from date of award.

Kindly convey your acceptance of the contract in order to execute the agreement and

arrange to furnish the performance bond.

Additional Collector,Thane

Page 35: EIA_Study_District_Thane

35

SCHEDULE - IV

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

To,

Additional Collector,Thane

WHEREAS ----------- (Name and address of the contractor) (Hereinafter called “the

Contractor) has undertaken, in pursuance of contract no.------ dated ------- EIA Study in _____

_______________________________________________________ (hereinafter called “the

contract”) AND WHEREAS it has been stipulated by you in the said contract that the

contractor shall furnish you with a bank guarantee by a Nationalised / scheduled bank

recognized by you for the sum specified therein as security for compliance with its obligations

in accordance the contract AND WHERES we have agreed to give the supplier such a bank

guarantee.

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you on behalf

of the supplier, up to a total of ------------- (Amount of the guarantee in words and figures), and

we undertake to pay you, upon your first written demand declaring the contractor to be in

default under the contract and without cavil or argument, any sum or sums within the limits of

(amount of guarantee) as aforesaid, without you needing to prove or to show grounds or

reasons for your demand of the sum specified therein.

We further agree that no change or addition to or other modification of the terms of the

contract to be performed there under or of any of the contract documents which may be made

between you and the supplier shall in any way release us from any liability under this

guarantee and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid up to 4 (four) months from the date of Notification of Award i.e.

up to ----------(indicate date).

Notwithstanding anything contained hereinabove,

Our liability under this guarantee is restricted to Rs.----------(Amount of guarantee)

This Bank Guarantee shall be valid up to -------- (indicate date)

We shall be released and discharged from all liabilities hereunder unless a written claim

for payment under this guarantee is lodged on us within the date of expiry of the

guarantee i.e. on or before ---- (indicate date) irrespective of whether or not the Original

Bank Guarantee is returned to us.

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

(Signature with date of the authorized officer of the Bank)

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

Name and designation of the officer

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