bid document · sites (mentioned later in bid-document) making it essentially a verification...
TRANSCRIPT
BID DOCUMENT Proposal for “Selection of agency for verification of previously surveyed data and survey of un-surveyed sites with survey of unauthorized occupants , survey of homestead land details, survey of superstructures/ other infrastructures in homestead land, valuation, preparation of Photo Identity Cards (PIC) and software integrated with digital database in respect of demographic survey & valuation of all the households residing in identified unstable locations in the coalfields under the leasehold of BCCL as per the Master Plan approved by the Government of India.”
JHARIA REHABILITATION & DEVELOPMENT AUTHORITY
Golf Ground Road, Hatia More, Hirapur, PO & Dist – Dhanbad, 826001 Phone & Fax no – 0326-2311842 Email- [email protected], website – www.jrda.in
BID DOCUMENT NOTICE NO.: JRDA/.............. Dated: ...................
Page 2 of 57
Notice inviting proposal for “Selection of agency for verification of previously
surveyed data and survey of un-surveyed sites with survey of unauthorized
occupants, survey of homestead land details, survey of superstructures/ other
infrastructures in homestead land, valuation, preparation of Photo Identity Cards
(PIC) and software integrated with digital database in respect of demographic survey
& valuation of all the households residing in identified unstable locations in the
coalfields under the leasehold of BCCL as per the Master Plan approved by the
Government of India”.
NAME & ADDRESS : …………………………………………………………………
…………………………………………………………………
…………………………………………………………………
Issued by
J.R.D.A DHANBAD
COST OF TENDER PAPER – Rs 1000/-
JHARIA REHABILITATION & DEVELOPMENT AUTHORITY Golf Ground Road, Hatia More, Hirapur,
P.O. & Dist – Dhanbad, 826001 Phone & Fax no – 0326-2311842
Website: - www.jrda.in email – [email protected]
Page 3 of 57
Notice inviting proposal for-
Jharia Rehabilitation and Development Authority, Dhanbad invites proposals for
Selection of agency for verification of previously surveyed data and survey of un-
surveyed sites with survey of unauthorized occupants , survey of homestead land details,
survey of superstructures/ other infrastructures in homestead land, valuation, preparation
of Photo Identity Cards (PIC) and software integrated with digital database in respect of
demographic survey & valuation of all the households residing in identified unstable
locations in the coalfields under the leasehold of BCCL as per the Master Plan approved
by the Government of India.
Interested parties responding to the bid-documents are required to purchase a copy
of the document available from the office of Jharia Rehabilitation and Development
Authority, Dhanbad from 09.01.2018 to 15.01.2018 between 11.00 hours to 15.00 hours
on all working days on payment of Rs. 1,000/- (Rupees one thousand only) through
Demand Draft in favour of JRDA, Dhanbad payable at Dhanbad after submitting an
application for purchase of bid document clearly mentioning the communicating address
with phone/fax/email numbers. It can also be downloaded from website (www.jrda.in) but
participation will be accepted only after submission of demand draft of any
Nationalised/Scheduled Bank in favour of JRDA, Dhanbad at the time of submission. For
further details you may visit our official website www.jrda.in
For any further information you may contact:
DDC-cum-Project Director,
Jharia Rehabilitation and Development Authority
Golf Ground Road, Hatia More, Hirapur,
P.O. & Dist – Dhanbad, 826001
Phone & Fax no – 0326-2311842 Website: - www.jrda.in email – [email protected]
Page 4 of 57
Description Date Time
From – 09.01.2018 To 11.00 a.m. to
Date of issue of Bid Document from office of To - 15.01.2018
JRDA at Dhanbad. 03.00 p.m.
(on all working days)
Last date for receiving queries in writing from 20.01.2018 Up to 3.30 p.m.
the bidders
Initial pre-bid meeting with interested bidders
who will purchase the bid document 24.01.2018 4.00 p.m.
Last date of sending replies by JRDA
Up to 5.00 p.m.
27.01.2018
Proposal due date i.e. last date of submission of
Bid. 07.02.2018 Up to 1.00 p.m.
The date of opening of Part-I of the bid. 07.02.2018 3.00 p.m.
The date of opening of Part-II of the bid. The date & time of opening of part-II
to eligible bidders will be informed in
due course of time
The bid proposal shall be received by hand or by post in the office of
DDC-cum-Project Director,
Jharia Rehabilitation and Development Authority,
Golf Ground Road, Hatia More, Hirapur,
P.O & Dist – Dhanbad, 826001
Phone & Fax no – 0326-2311842, Website: - www.jrda.in
Jharia Rehabilitation and Development Authority shall not be responsible for any sort of
postal delay if sent by post. Queries can be sent through fax to 0326-2311842 or website –
www.jrda.in and email – [email protected] All envelops should bear the name, address, phone
number, fax number and email ID of the bidder.
DDC-cum-Project Director
Jharia Rehabilitation and Development Authority
Page 5 of 57
LIST OF CONTENT
S.NO PARTICULARS PAGE NO
1 Scope of work 6
2 Eligibility criteria 10
3 Proof of qualification 11
4 Submission of Proposal 13
5 Sealing and Making Proposal 14
6 Opening of Proposal and Clarification 15
7 Evaluation of the Proposal 16
8 Award of Project 18
9 Earnest Money Deposit (EMD) 19
10 Performance Guarantee 20
11 Site Visit 20
12 Terms For Modifications/Substitution/Withdrawal
From Bid Proposal
21
13 Implementation Period 21
14 Validity Period of Bid Document 21
15 Amendments if any of the Bid Document 21
16 Data Integrity and Security 22
17 Project Supervisor 22
18 Payment Methodology 23
19 Termination ,Suspension ,Cancellation of Contract 23
20 SCHEDULE-A 27
21 SCHEDULE-B 33
22 SCHEDULE-C 35
23 SCHEDULE-D 36
24 SCHEDULE-E 37
25 SCHEDULE-F 41
26 SCHEDULE-G 42
27 SCHEDULE-H 43
28 ANNEXURE I TO VII 45-55
29 ABBREVIATION 56-57
Page 6 of 57
1. SCOPE OF WORK IN THE PROPOSED PROJECT
1.1 Verification Work
1.1.1 Verification of households and notional households (community infrastructures,
educational and other institutions, shops and market complex etc. which fall in
subsidence prone area) in previously surveyed sites is to be done in two parts:
a. Aerial verification – to be done by drone/UAV.
b. Physical – door to door verification
1.1.2 Data of households and notional households in previously surveyed sites will be
provided to the new agency involved. Re-survey of the listed households along
with notional households will be done and data will be compiled as later mentioned
in the bid document.
1.1.3 In aerial verification reconnaissance must be done along with Geo-tagging of
previously surveyed households/ notional households. Latitudes and longitudes of
verified household/ notional households must be tagged with physically verified –
on land household.
1.1.4 In physical – door to door verification, previously surveyed data will be compared
with data collected during verification. Any discrepancies must be recorded and
brought to the notice of JRDA. Discrepancy should be further done away with by
complimenting new data with previously surveyed data.
1.1.5 Aerial survey of houses/accommodation allotted to eligible head of households on
the basis of previously conducted surveys will have to be done. Geo-tagging of
allotted households along with compilation of complete survey data of the
respective household with allotted accommodation should be done to prepare a
comprehensive database.
1.1.6 Methodology to be followed should be same as that of survey work in un-surveyed
sites (mentioned later in bid-document) making it essentially a verification process
of previously surveyed sites.
1.2. Survey Work
1.2.1 The previously un-surveyed population of all the unstable locations in the
coalfields under the leasehold of BCCL declared as unsafe for human habitation by
the DGMS and CMPDIL authorities will have to be rehabilitated in some locations
as identified in the Master Plan.
1.2.2 The work of field survey will have to be carried out in respect of all households
situated in the identified un-surveyed unstable locations. The list of unstable
Page 7 of 57
locations as per the Master Plan is given in SCHEDULE-A. List of un-surveyed
locations sites will be provided to the bidder at the time of execution of agreement.
The assigned code number against each unstable location as mentioned in the list is
to be used as prefix while assigning seriatim house hold number within that
location.
1.2.3 The unstable locations are scattered all across the coalfields under the leasehold of
BCCL, Dhanbad.
1.2.4 These subsidence prone localities are spread across several urban areas and rural
areas situated in Dhanbad district of Jharkhand.
1.2.5 Demographic survey will have to be conducted in respect of each household
required to be rehabilitated as per format given in SCHEDULE-B along with the
document. During such demographic survey each household is required to be
assigned a unique ID number, seriatim within each location in the manner (unstable
location code prefix/seriatim notional household number)
METHODOLOGY
1.2.6 Images of each of such family of household are required to be captured for
preparations of Photo Identity Cards (PIC) to be distributed among the Project
Affected Families (PAF).
1.2.7 Similar type of survey work is also to be done in respect of other community
infrastructures, educational and other institutions, shops and market complex etc. in
the format given in SCHEDULE-C which falls in the subsidence prone areas. Each
of such community infrastructures, educational and other institutions, shops and
market complex etc. shall have to be assigned a unique ID number, treating them as
a separate notional household.
1.2.8 Survey is to be done in respect of super structures/other infrastructure situated in
the homestead land of each PAF having their own land. Detailed description of the
structures with category/classification, usage and finishing details along with
accurate measurement is required to be recorded in the format given in
SCHEDULE-D along with the document. Similar measurement is also to be taken
in respect of other community infrastructures, educational and other institutions,
shops and market complex etc. in the same format. The same unique ID number
assigned to each household and other institution in the respective demographic
survey format shall be recorded in this format also.
1.2.9 Details of homestead land are required to be surveyed in details for all the PAF as
per format given in SCHEDULE-E along with, the document. Here too, the same
unique ID number as assigned to each PAF in the demographic survey form shall
Page 8 of 57
be used in this format.
1.2.10 Land records as are available with the PAF shall be verified and the entries are to
be made accordingly in this format. Xerox copies of the documents (if available)
are to be collected and attached with the survey format. In such process, persons
well acquainted with the land records are required to be deployed for such survey
work. Further, land details entered will be verified by revenue functionaries of
district administration before being recorded and stored.
1.2.11 An Option Form as shown in SCHEDULE-F is required to be collected from each
PAF having their land during the course of this door to door survey work.
1.2.12 Printing of different kinds of formats: - The bidder shall have to arrange for
printing of all the formats in requisite number/quantity at his own expenses. All the
above mentioned formats should be printed in good quality papers for its long term
preservation.
1.2.13 After completion of the work all these filled in formats are required to be arranged
location-wise, category-wise in ascending order of ID number before handing over
of the same to JRDA.
1.2.14 All the survey formats shall bear the signature of the surveyor and the head of
household.
1.2.15 Aerial survey has to be done using UAV/DRONE of all sites to ascertain total
number of house hold units.
1.2.16 Agency will prepare a list of house hold units with their Geo-tags.
1.2.17 Physical verification has to be done along with door to door survey with required
documents of household, that is, OLDEST available residential and identity proof.
1.2.18 Survey receipts/ID cards to be issued to the households as a proof of survey and
data collection should be in the prescribed format
1.2.19 Identification of eligible households for shifting to listed sites as per the cut off date
to be decided by JRDA.
1.3. Valuation work
1.3.1 Valuation of all superstructures /other infrastructures situated in the homestead land
of all PAF having their own land are required to be done from the measurements
recorded in the respective format during ground survey.
1.3.2 Valuation must have to be done by some Government approved valuer under his
Page 9 of 57
seal and signature.
1.3.3 Before the selection of the Government approved valuer requisite eligibility
documents in respect of such valuer shall have to be submitted to the authority for
obtaining necessary clearance from this office.
1.4. Data Compilation Work
1.4.1 Integrated software is to be developed which will act as digital database of the
complete data compiled. The software should have a dashboard displaying major
indicators to track the progress of survey and verification process.
1.4.2 Demographic survey details of all households to be entered from backend in the
software which can be monitored or accessed anytime by JRDA. Options of
extracting data entered in soft copy should also be available
1.4.3 The format of storage, dashboard and of such data will have to be devised by the
bidder and to be ratified by JRDA before its data entry.
1.4.4 Geo-tagging of households is to be done during aerial survey. These Geo-tagged
coordinates should be clubbed with data of household obtained during physical
verification and survey which should also include photographs of family along with
house in background. All images should be of good quality.
1.4.5 Valuation data of those families having their own homestead land will have to be
stored in above mentioned database and the record of such data should be
accessible through dashboard.
1.4.6 Such records shall contain the description of structures with category and the
calculation details of the valuation for each of such household. The format is to be
designed by the bidder and to be ratified by JRDA beforehand.
1.4.7 Land records of all households are to be digitally stored in software for all
households and the details of such land records are to be entered into computer in
respect of those families having their own homestead land. Format for data entry is
to be devised by the bidder and to be ratified by JRDA.
1.4.8 Option details of the (Legal Title Holders) LTH are also to be entered in integrated
software database devised by the bidder and approved by JRDA.
1.4.9 Complete data must be enlisted along with UID number of individuals also creating
a mechanism for automatic detection of duplicate data after entering data in the
software.
Page 10 of 57
1.5. Preparation of Photo Identity Cards
1.5.1 Mechanism is to be developed within the software for automatic merging of text
data with the corresponding image data. For each PAF a PIC will be prepared
having the photograph of the family with house as per format given in
SCHEDULE-G during field survey. All such PICs are to be laminated properly and
to be handed over to JRDA. These PICs must be always accessible in soft copy in
the above mentioned software.
1.5.2 A distribution list is to be generated unstable location-wise as per format given in
SCHEDULE -H which is to be handed over to JRDA along with all the PICs of that
unstable location.
2. ELIGIBILITY CRITERIA
2.1 The bidders eligible for participating in the qualification process shall be any one
of the following three categories:
Category 1: A single Business Entity meeting the qualification criteria as
set out in proof of qualification
Category 2: In case the bidder, which is a Business Entity, (herein after
referred to as ‘Lead Member’) does not have the qualification
criteria as set out in proof of qualification same may be
procured from a suitably qualified operator (herein after
referred to as ‘Operator’), with whom a valid Memorandum of
Understanding (‘MoU’) formalizing such an agreement should
be in place. The operator must also be a Business Entity. The
joint entity shall herein after would therefore apply to both the
above mentioned categories.
Category 3: Any company, organization or institution owned or managed
by Government of India meeting the qualification criteria as
set out in proof of qualification.
Any entity, which has earlier been barred by JRDA, Government of Jharkhand,
Government of India, Public Sector Undertaking or Public Sector Enterprise from
participating in any project being undertaken by JRDA/Government of Jharkhand,
would not be eligible to submit a Proposal, if such bar subsists as on the Proposal
Due Date.
2.2 Additional requirements for proposals submitted by a Consortium
2.2.1 Wherever required, the proposal shall contain the information required of each of
the members of the Consortium.
Page 11 of 57
2.2.2 The members of the Consortium shall furnish Power of Attorney duly signed by
authorized representative(s) of the members.
a. The proposals shall be signed by the duly authorized signatory of the Lead Member
and shall be legally binding on all the members of the Consortium.
b. The Consortium shall submit a MoU as part of its proposal. The MoU shall include
the following:
a. Convey the intent of the Lead Member to enter into a separate management
agreement with the Operator for implementation of the Project or form a
joint venture company with the Operator with the Lead Member committing
to hold a minimum equity stake equal to 51% of such company at all times
during the Project Implementation Period and clearly setting out the roles
and responsibilities of each Member of the Consortium for implementation
of the Project.
b. Include a statement to the effect that the members of the Consortium shall
be liable jointly and severally for the implementation of the Project in
accordance with the Terms of Agreement. In naming the Lead Member and
the Operator of the Consortium, to include their successors and permitted
assigns.
3. PROOF OF QUALIFICATION
The qualification criteria for the bidder shall be as follows:-
3.1 The bidder shall be a National or International firm, company, registered society,
Non Government Organization (NGO), any organization/institution owned or
managed by the Government of India or Government of Jharkhand or any
combination of them in the form of a consortium.
3.2. The bidder:
a. Shall have the experience of conducting demographic or socio-economic
survey on a sample size of 5000 households anywhere in India.
b. Shall have the experience of conducting survey of land details over a sample
size of at-least 1000 households.
c. Shall have the experience of conducting survey of
superstructures/infrastructures over a sample size of at-least 1000 households.
d. Shall have the experience of capturing images and preparation of PICs of at
least 5000 people in any type of work anywhere in India.
Page 12 of 57
3.3. The bidder shall have to submit authentic documentary evidences with regards to
the execution of projects as mentioned in 3.2 (a), (b), (c) and (d) in the form of
work order, payment details or credential certificates issued by competent
authorities.
3.4 The bidder should provide the details mentioned above based on its own
experience or its subsidiary (ies) or its parent company. Experience of the bidder's
associate company (ies) will not be considered for evaluation of the experience of
the bidder.
3.5 The bidder shall also meet the following financial criteria:
a) Net worth of at-least Rs. 2.00 crores in the last financial year certified by a
Charted Accountant.
b) Average turnover of Rs. 1.00 crore in the same trade or business in the last 3
financial years.
3.6 The bidder should provide information regarding the above based on audited
annual accounts for the respective financial years. The financial year would be the
same as the one normally followed by the Bidder for its annual financial statement.
3.7 The audited annual financial statements of the bidder for the last three financial
years must accompany the proposal.
3.8 In case the annual accounts for the latest financial year are not audited and
therefore the bidder is not able to make it available, the bidder shall give an
undertaking to that effect and the statutory auditor shall certify the same. In such a
case, the bidder may provide the un-audited Annual Accounts (with Schedules) for
the latest financial year. The Bidder would have to provide the audited Annual
Financial Statements for the three years preceding the latest financial year, which
would be used for the purpose of evaluation of the proposal. In case the bidder fails
to provide such audited Annual Financial Statements and certificate from statutory
auditor specified herein above, the application will be rejected as non-responsive.
3.9 Any Company or Organization/Institution owned or managed by the Government
of India or Government of Jharkhand is exempted from producing these
certificates as regards to net worth & turnover.
3.10 In addition the Bidder should also meet the following criteria in regard to
manpower/ human resources at their disposal:
a. The Bidder should have sufficient number of qualified surveyors on their
pay –roll/ at their disposal who are well acquainted with the process of
taking measurements of superstructures/other infrastructures.
b. The Bidder should have sufficient number of qualified land surveyor on
Page 13 of 57
their pay-roll /at their disposal who are well conversant with the land
matters, Record of Rights (ROR), Deed of conveyance etc.
c. The Bidder should have sufficient number of professional photographer
with high quality digital cameras on their pay-roll /at their disposal.
d. The Bidder should have sufficient infrastructure and experience in
developing high quality application software and maintenance of the same.
3.11. The bidder shall furnish information as the available manpower and infrastructure
at their disposal as mentioned in 3.10 (a), (b), (c) and (d) in the “Approach Paper”
to be submitted in PART-I (B) of the submission.
3.12 The bidder shall also furnish documentary proof of valid IT Return and GST
certificate up-to the last financial year/quarter/month.
3.14 Any Company or Organization/Institution owned or managed by the Government
of India or Government of Jharkhand is exempted from producing the IT Return &
GST certificates.
3.15 The bidder should furnish Experience Certificate (EC) for at least one DRONE
based survey/verification work.
4. SUBMISSION OF PROPOSAL
4.1 The submission of the bid shall be in two parts marked as PART-I and PART-II.
4.2 PART-I submission
4.2.1 The Part-I submission will consist of two parts – PART-I (A) and PART-I (B).
4.2.2 The PART-I (A) of the submission will consist of the following:
a. Covering letter in the format set out in Annexure -I
b. Details of the bidder in the format set out in Annexure -II
c. Copy of the certificate of registration issued by the authority concerned (in case
of a registered firm or society)
d. Power of Attorney for signing of the proposal and execution of agreement as
set out in Annexure -III (applicable both for Single Business Entity and
Consortium).
e. Power of Attorney for designating LM of the Consortium as set out in
Annexure -IV (applicable only in case of Consortium).
f. MoU entered between LM and Operator (only in case of Consortium)
Page 14 of 57
g. Anti - Collusion Certificate as per Annexure -V
h. Proof for purchase of the bid document of Rs. 1,000/ - (Rupees one thousand
only) (a photocopy of the money receipt received from JRDA on purchase of
bid document or submission of Demand Draft before the Pre-Bid meeting).
i. Details of document in support of qualification criteria and financial capability
as have been stipulated in the clauses.
4.2.3. The second part of the proposal i.e. Part-I (B) will be called “The Approach Paper
containing the Working Plan for conducting the field survey, valuation, building
the software, preparation of PICs and compilation of the data, that is, the Technical
Proposal. The technical proposal shall be submitted as per the format set out in
Annexure-VI both in hard-copy and soft-copy. However the bidder is free to
propose any improved, cost effective methodology apart from the techniques
specified.
4.2.4. Along with Part-I submission, the bidders shall submit an EMD of Rs. 5,00,000/-
only in the form of Pay Order or Bank Draft or Bankers Cheque issued by any
Nationalised/ Scheduled bank payable at Dhanbad branch in favour of JRDA in a
separate sealed envelope.
4.2.5 The second part of the proposal i.e. Part-II will be called the “Financial offer for
execution of the work of field survey, valuation, building the software, preparation
of PICs and data compilation”.
4.3 PART – II submission:
4.3.1. Part-II of the submission i.e. the “Financial offer of the bidder” shall be submitted
in the form of the table as specified in Annexure-VII
5. SEALING AND MAKING PROPOSAL
5.1 There shall be four main envelopes
Containing Part-I (A) Submission
Containing Part-I (B) Submission
Containing Part-II Submission
Earnest Money Deposit.
5.2 All the four envelopes are to be sealed and put inside a single outer envelope.
5.3 The bidder shall then seal the outer envelope and mark as “ORIGINAL”.
5.4 Each of the envelopes, both outer and inner, must be super scribed with the
Page 15 of 57
following information: -
a. Name and Address of Bidder:
b. Contact person name and phone/fax number and email:
c. Proposal for the Project:
“Selection of agency for verification of previously surveyed data and survey of un-
surveyed sites with survey of unauthorized occupants, survey of homestead land
details, survey of superstructures/ other infrastructures in homestead land,
valuation, preparation of Photo Identity Cards (PIC) and integrated software with
digital database in respect of demographic survey & valuation of all the households
residing in identified unstable locations in the coalfields under the leasehold of
BCCL as per the Master Plan approved by the Government of India.”
5.5 If the envelope is not sealed and marked as instructed above, JRDA assumes no
responsibility for the misplacement or premature opening of the contents of the
proposal submitted and such proposal, may, at the sole discretion of JRDA, be
rejected.
5.6 The then sealed proposal be submitted to the following address within the
stipulated date and time either by hand/registered post/courier. However, Jharia
Rehabilitation and Development Authority shall not be responsible for any sort of
postal delay if sent by post or courier. To,
The DDC-CUM-PROJECT DIRECTOR
Jharia Rehabilitation and Development Authority
Golf Ground Road, Hatia More, Hirapur,
Po & Dist – Dhanbad, 826001
Phone & Fax no – 0326-2311842,
Website: - www.jrda.in email – [email protected]
Any other correspondence / enquiries maybe also submitted to the above address in
writing / fax / registered post / courier/email.
6. OPENING OF PROPOSALS AND CLARIFICATIONS
6.1 JRDA would open the proposals as per the schedule of bidding process for the
purpose of evaluation.
6.2 JRDA reserves the right to reject any proposal not submitted on time and which
does not contain the information/documents as set out in this bid document.
6.3 To clarify and discuss issues with respect to the Project and the Bid-Document,
JRDA will hold Pre-bid meeting as per the schedule of bidding process.
Page 16 of 57
6.4 Attendance of the bidders at the Pre-bid meeting is not mandatory.
6.5 Prior to the Pre-Bid meeting, the bidders may submit a list of queries, if any,
related to the Project requirements. Bidders must formulate their queries and
forward the same to JRDA prior to the meeting. JRDA may, in its sole discretion or
based on inputs provided by bidders, amend the bid document. Amendments, if
any, of the bid document shall be communicated to all the bidders who have
purchased the did-document.
6.6 Bidders may note that JRDA will not entertain any deviations to the bid-document
at the time of submission of the proposal or thereafter. The proposal to be
submitted by the bidders would have to be unconditional and unqualified and the
bidders would be deemed to have gone through the bid documents in details and
accepted the terms and conditions of the Bid-document with all its contents. Any
conditional proposal shall be regarded as non-responsive and would be liable for
rejection.
7. EVALUATION OF THE PROPOSAL
7.1. Evaluation of PART-I (A) Submission
7.1.1 The Part-I (A) Submission of the Proposal would first be checked for
responsiveness with the requirements of the bid document.
a. It is received/deemed to be received by the proposal due date including any
extension thereof.
b. It is signed, sealed and marked as stipulated.
c. It contains all the information and documents as requested in the Bid
Document.
d. It contains information in formats specified in this bid document
e. It provides information in reasonable detail. ("Reasonable Detail" means that,
but for minor deviations, the information can be reviewed and evaluated by
JRDA without communication with the bidder). JRDA reserves the right to
determine whether the information has been provided in reasonable details or
not.
f. There are no inconsistencies between the proposal and the supporting
documents.
7.1.2. A Proposal that is substantially responsive is one that conforms to the preceding
requirements without material deviation or reservation. A material deviation or
reservation is one
a. which affects in any substantial way, the scope, quality, or performance of the
Page 17 of 57
project, or
b. which limits in any substantial way, inconsistent with the Bid Document,
JRDA's rights or the Bidder's obligations under the Terms of Agreement
(ToA), or
7.1.3 This would affect unfairly the competitive position of other bidders presenting
substantially responsive proposals. In case the proposal is found to be responsive,
Part-I (A) Submission would be evaluated in accordance with the criteria for
qualification of bidders set out in the specified clauses and such bidders would be
qualified bidders.
7.1.4 As part of the evaluation of the Part-I (A) Submission, JRDA may also request the
Bidder to submit clarifications.
7.1.5 The evaluation of the Part-I (B) submission would be taken up only after Part-I (A)
Submission is found to meet the requirements of this bid document. JRDA reserves
the right to reject the proposal of a bidder without opening the Part – I (B) or Part-II
Submission if, in its opinion, Part-I (A) Submission is not substantially responsive
with the requirements of this bid document.
7.2. EVALUATION OF PART-I (B) SUBMISSION
7.2.1 The Technical proposal of the Qualified Bidders would be evaluated for the
approach of implementing the Project with adequate resources within the scheduled
time and to comply with the conditions set out in the scope of work.
7.2.2 After opening of Part-I (B) submission and for the process of scrutiny of Part-I (B),
the Qualified Bidders may be invited to present their modus-operandi and
clarification in the Part-I (B) submission of the said work before the Technical
Committee to be constituted by this Authority. The date and time of the
presentation will be communicated to the Qualified Bidders.
7.2.3 Attendance of the Qualified Bidder or their authorized representatives is
mandatory.
7.2.4 On the basis of recommendation of the Technical Committee, short listed
company/firms will be considered for the Financial Bid i.e. Part-II
Page 18 of 57
7.3. EVALUATION OF PART- II SUBMISSION
7.3.1 JRDA shall mark the proposal of the bidder in accordance to the lowest financial
involvement of JRDA. The offer which is found most economical to JRDA in
terms of financial involvement shall be ranked first and so on.
7.3.2 The Qualified Bidder (QB) ranked first would be the Preferred Bidder (PB).
7.3.3 In case there are two or more bidders quoting the same best Financial Proposal,
JRDA may in such case shall call all such bidders for negotiations and select the
preferred bidder on the outcome of the negotiations. The selection in such cases
shall be at the sole discretion of JRDA.
7.3.4 JRDA reserves the right to reject any Proposal, if:
1. At any time, a material misrepresentation is made or discovered or the
bidder does not respond promptly and diligently to requests for
supplemental information required for the evaluation of the proposal.
Rejection of a Proposal by JRDA as aforesaid would lead to the
disqualification of the bidder. If the bidder is a Consortium, then the entire
Consortium would be disqualified/rejected. If such disqualification/ rejection
occur after the proposals have been opened and the PB gets disqualified/
rejected, then JRDA reserves the right to:
Either select the next best bidder, or
Take any such measure/s as may be deemed fit in the sole discretion
of JRDA, including annulment of the bidding process.
7.3.5. To assist in the examination and comparison of proposals, JRDA may utilize the
services of consultant(s) or advisor(s).
7.3.6. Notwithstanding anything contained in this bid document, JRDA reserves the right
to accept or reject any proposals, or to annul the bidding process or reject all
proposals, at any time without any liability or any obligation for such rejection or
annulment and without assigning any reasons thereof.
8. AWARD OF PROJECT
8.1 In the event of acceptance of the PB with or within negotiations, JRDA shall
declare the Preferred Bidder as the Successful Bidder (SB). JRDA will notify the
SB a Letter of Intent (LoI) in duplicate that its Proposal has been accepted.
8.2 The successful bidder in turn would acknowledge the receipt of LoI through a
Page 19 of 57
Letter of Acceptance (LoA) along with a copy of the LoI duly signed with seal
within 7 (seven) days of receipt of LoI.
8.3 The Successful Bidder then shall execute an agreement for execution of the project.
This shall be known as “the Execution Agreement” (EA) and it has to be signed
within such time as may be mutually agreed between this authority and the
successful bidder.
8.4 The EA shall be drafted in accordance with the terms of references of the bid
document for survey work, valuation work, preparation of PICs and building
integrated software for data compilation work.
8.5 The initial draft of the EA shall be provided by JRDA within 15 (fifteen) days after
the receipt of the LoA and the performance guarantee. The same can be finalized
after mutual discussion without any deviation from project guidelines and the terms
of the bid. EMD of the selected bidder of the project can only be refunded after the
signing of the EA.
9. EARNEST MONEY DEPOSIT
9.1 Along with Part-I submission, the bidders shall submit an EMD of Rs. 5,00,000/-
(five lakhs only) in the form of Bank Draft or Bankers Cheque in favour of JRDA
payable at Dhanbad in a separate sealed envelope.
9.2 The EMD of every unsuccessful bidder would be returned within a period of eight
(8) weeks from the date of announcement of the SB, i.e. after receipt of LoA from
the SB.
9.3 The EMD submitted by the SB would be released upon furnishing of the
Performance Guarantee, by way of an irrevocable Bank Guarantee, issued by a
Scheduled Bank located in India in favour of JRDA payable at Dhanbad for due
and punctual performance of the obligations relating to the project and after signing
of the EA.
9.4 No interest payment shall be payable on earnest money deposit either to successful
or unsuccessful bidders.
9.5 The EMD shall be forfeited in the following cases:
a. If the bidder withdraws its proposal during the interval between the proposal
due date and expiration of the Proposal Validity Period (PVP).
b. If the SB fails to provide the Performance Security within the stipulated time
or any extension thereof provided by JRDA; and
Page 20 of 57
c. If, any information or document furnished by the bidder is false in any
material respect.
9.6 Failure of the SB to comply with the requirements shall constitute sufficient
grounds for the annulment of LoA, and forfeiture of the EMD. In such event JRDA
reserves the right to invite next bidder for negotiation or take any such measures as
may be deemed fit.
10. PERFORMANCE GUARANTEE
10.1 The SB shall be required to submit a Performance Guarantee of 10% of
award value as per the work proposed of Master Plan before the signing of the EA
by way of an irrevocable and unconditional Bank Guarantee from any Schedule
Bank located in India in favour of JRDA for due and punctual performance of the
obligations relating to the Project including amount deposited as EMD.
10.2 The Performance Guarantee will be valid for a period of one year with further
options for renewal for additional periods as determined by JRDA.
10.3 After satisfying itself as regards the performance and implementation of the
project, JRDA shall release the Performance Guarantee to the bidder.
10.4 In case of failure on the part of the selected bidder to complete the stipulated work
as per the EA within six months of signing of the Agreement, JRDA shall have the
right to invoke the Performance Guarantee and also terminate the work assigned.
Any ongoing work will also be taken over by JRDA on ‘as is where is’ basis
entirely at the risk and cost of the SB.
11. SITE VISIT
11.1 The bidder can inspect the site and its surroundings for getting information that
may be required for conducting the ground survey and other related works before
the submission of the bid or on the specific date and time as may be pre-appointed
by this authority. No claims on account of difficulties arising due to the situation of
the site will be entertained after submission of bid document.
11.2 The bidder shall be deemed to have full knowledge and information of the site. The
bidder shall have to make the site visit at his own cost. No cost will be borne by
JRDA for this purpose.
Page 21 of 57
12. TERMS FOR MODIFICATIONS / SUBSTITUTION / WITHDRAWAL
FROM BID PROPOSAL
12.1 The Bidders may submit modification, substitute or withdraw its Proposal after
submission, provided that written notice of the modification; substitution or
withdrawal is received by JRDA before the date of opening of Part-I (A) of the
EOI. No modification or substitution or withdrawal will be allowed in any
circumstances after the date of opening of the Part-I of EOI.
13. IMPLEMENTATION PERIOD
13.1 The successful bidder will have to commence the survey work and other related
activities within a period of one week from the date of signing of the agreement and
the same will have to be completed within six months from the date of signing of
the EA.
13.2 However, JRDA reserves the right to extend the period of completion of the project
works owing to any circumstances beyond the control of the successful bidder and
JRDA. Such extension of period of completion will be considered by JRDA only
on receiving of written request from the bidder, but JRDA reserves the right to
reject the request altogether if in its opinion, there is not sufficient ground for the
delay in execution of the project.
14. VALIDITY PERIOD OF BID DOCUMENT
14.1 The bidder has to submit proposal against bid document with a validity period for
six months after the date of opening of bid proposal. Any condition for the validity
period of the bid proposal shall be treated as rejected. JRDA may request for one or
more extensions of the proposal validity period. On the circumstances of time
extension for validity period made by JRDA, the bidder(s) shall not to be permitted
to change any terms and conditions of their proposal(s).
15. AMENDMENTS IF ANY OF THE BID DOCUMENT
15.1 The documents have been prepared by JRDA. The aforesaid documents and any
addenda issued subsequent to this document, but before the proposals due date; will
be deemed to form part of the documents.
15.2 At any time before deadline for submission of proposals, JRDA may, for any
reason, whether at its own initiative or in response to clarifications requested by a
Bidder, modify the terms of the bid-document by the issuance of amendment
Page 22 of 57
notice. Same will be communicated in writing to all the bidders who have
purchased the bid-document. For this the time schedule may be re-scheduled by the
JRDA.
15.3 The schedules, however, attached with this document may be revised at any point
of time before or after the bidding procedure and will be informed to the bidders or
the successful bidder accordingly and it is at the sole discretion of this Authority.
16. DATA INTEGRITY AND SECURITY
All parts of this bid-document and the forms appended in the different schedules
are the sole property of the JRDA and should not be tampered in any way or shared
with any third party whatsoever. The data collected and collated after conducting
the survey work/verification work shall have to be submitted to the authority only
in both soft & hard copy. The said information, whether in soft copy or in hard
copy, can in no way be disseminated to any person or organization save the
authority. Integrity of the data will have to be maintained at all stages and
redundancy or incompleteness, if any, shall have to be eliminated before final
submission of the data and the filled up forms to the authority. If at any later stage
it is discovered that the survey data has been shared with any third party except the
selected bidder and the authority or the data has been tampered or materially varied
or incomplete in some respect, JRDA shall have the sole discretion to take any
punitive step as deemed fit.
17. PROJECT SUPERVISOR
The selected bidder will have to designate atleast one of their officials as the
project supervisor who will remain in overall charge of supervision of all
components of the project work and at all times maintain liaison with the authority.
He will brief JRDA about the progress of the work time to time and keep the
authority informed on the difficulties faced by them during implementation of the
project. JRDA may arrange for some training to the field staff to be deployed by
the agency for survey work depending on the necessity and if such training is
organized it shall be the responsibility of the project supervisor to ensure the
presence of all the field staff in such training program. He will arrange to get all the
formats ratified by JRDA before commencement of the data entry work. He will
also obtain clearance from JRDA regarding appointment of the valuer. It shall be
his responsibility to submit timely all the survey formats, the PIC, data backups,
valuation details etc. to the Authority. The bidder shall give the details of such
project supervisor in pt. 3 of the “Details of Bidder” format given in
ANNEXURE – II.
Page 23 of 57
18. PAYMENT METHODOLOGY
As the demographic & land survey/verification work, survey/verification of
institutional details, collection of option details and measurement of structures in
appropriate cases, valuation of structures in relevant cases, preparation of PICs and
compilation of data will have to be done in an integrated software acting as digital
database. Payment will be released only on completion of all components of work
impeccably in respect of one unstable location. If anomaly is found in the
submitted forms and data backup or in the corresponding PICs, the agency will
have to rectify those mistakes at their own expenses and after proper checking of
the deliverables of one particular unstable location by JRDA, payment in
respect of that location will be released. Applicable taxes as per the provision
whatever it may be (Direct/indirect taxes) shall be deducted at the time of
payments.
19 TERMINATION, SUSPENSION, CANCELLATION & FORECLOSURE OF
CONTRACT
The company shall, in addition to other remedial steps to be taken as provided in
the conditions of contract, be entitled to cancel the contract in full or in part, if the
contractor
a. Makes default in proceeding with the works with due diligence and continues to
do so even after a notice in writing from the DDC,DHANBAD-CUM-
PROJECT DIRECTOR, then on the expiry of the period as specified in the
notice
OR
b. Commits default/breach in complying with any of the terms & conditions of the
contract and does not remedy it or fails to take effective steps for the remedy to
the satisfaction of the DDC, DHANBAD-CUM-PROJECT DIRECTOR, then
on expiry of the period as may be specified by the DDC, DHANBAD-CUM-
PROJECT DIRECTOR in a notice in writing.
OR
Fails to complete the work or items of work with individual dates of
completion, on or before the date/dates of completion or as extended by the
authority, then on expiry of the period as may be specified by the DDC,
DHANBAD-CUM-PROJECT DIRECTOR in a notice in writing.
OR
c. Shall offer or give or agree to give any person in the service of the company or
to any other person in the service of the company or to any other person in his
Page 24 of 57
behalf any gift or consideration of any kind as an inducement or reward for
act/acts of favour in relation to the obtaining or execution of this or any other
contract for the company.
OR
d. Obtain a contact with the company as a result of ring tendering or other non-
bonafide method of competitive tendering.
OR
e. Transfer, sublets, assigns the entire work or any portion thereof without the
prior approval in writing from the Engineer in charge. The DDC, DHANBAD-
CUM-PROJECT DIRECTOR may be giving a written notice to cancel the
whole contact or portion of it in default.
The contract shall stand terminated under the following circumstances:
If the contractor being an individual in the case of proprietary concern or in the
case of a partnership firm any of its partners is declared insolvent under the
provision of insolvency act for the time being in force, or makes any conveyance or
assignment of his effects or composition or arrangement for the benefit of his
creditors amounting to proceeding for liquidation or composition under any
insolvency act.
a. In the case of contractor being a company, its affairs are under liquidation either
by a resolution passed by the company or by an order of court, not being a
voluntary liquidation proceedings for the purpose of amalgamation or re-
organization, or a receiver or manager is appointed by the court on the
application by the debenture holders of the company, if any.
b. If a contractor shall suffer an execution being levied on his/their goods, estates
and allow it to be continued for a period of 21 (twenty one) days.
c. On the death of the contractor being a proprietary concern or of the partners in
the case of a partnership concern and the company is not satisfied that the legal
representative of the deceased proprietor or the other surviving partners of the
partnership concern are capable of carrying out and completing the contract.
The decision of the company in this respect shall be final and binding which is
to be intimated in writing to the legal representative or to the partnership
concern.
Page 25 of 57
On cancellation of the contract or on termination of the contract, the DDC,
DHANBAD-CUM-PROJECT DIRECTOR shall have powers.
a. To take possession of the site and any materials, equipments, implements,
stores, etc. thereon.
b. To carry out the incomplete work by any means at the risk and cost of the
contractor.
c. To determine the amount to be recovered from the contractor for completing
the remaining work or in the event the remaining work is not to be completed
the loss/damage suffered, if any by the company after giving credit for the
value of the work executed by the contractor up to the time of cancellation less
on a/c payment made till date and value of contractor’s materials, equipment
etc., taken possession of after cancellation.
d. To recover the amount determined as above, if any, from any money due to the
contractor or any account or under any other contract and in the event of any
shortfall, the contractor shall be called upon to pay the same on demand.
The need for determination of the amount of recovery of any extra
cost/expenditure or any loss/damage suffered by the company shall not
however arise in the case of termination of the contract for death/demise of the
contractor as stated earlier.
Suspension of work: - The contractor shall on receipt of the order in writing of
DDC, DHANBAD-CUM-PROJECT DIRECTOR (whose decision shall be
final & binding on the contractor), suspend the progress of work or any part
thereof for such time in such manner as the DDC, DHANBAD-CUM-
PROJECT DIRECTOR may consider necessary so as not to cause any damage,
or endanger the safety thereof for any of the following reasons;
a) On account of any default on the part of the contractor, or
b) For proper execution of the works, or part thereof reasons other than the default
of the contractor or,
c) For safety of the works or part thereof.
The contractor shall during such suspension properly protect and ensure the
works to the extent necessary and carry out the instruction of the DDC,
DHANBAD-CUM-PROJECT DIRECTOR. If the suspension is ordered for
reasons b) and c), the contractor shall be entitled to an extension of time equal
Page 26 of 57
to the period of every such suspension, plus 25% for completion of the item or
group of items of the work for which a separate period of completion as
specified in the contract and of which the suspended work forms a part.
For any clarification or any queries or any correspondence with respect
to the bid document should be submitted to the following address in writing
/ by fax / registered post / courier / email:
To
DDC-cum-Project Director
Jharia Rehabilitation and Development Authority
Golf Ground Road, Hatia More, Hirapur,
Po & Dist – Dhanbad, 826001 Phone & Fax no – 0326-2311842,
Website: - www. jrda.in email – [email protected]
Page 27 of 57
Schedule - A
ACTION PLAN FOR REHABILITATION
Sl.No. Area Colliery Site name & no. Affected
Area (Sq.m.)
No. of Houses
BCCL Pvt. Enchr. Oth. Total
(pvt+ench +oth)
Grand Total
JCF/REHAB/P-I/2
1 Bastacolla Bastacolla BastaCollaS2 / 05 167255 0 0 0 1 1 1
2 Bastacolla Bastacolla Chandmari Sec-2/O7 12211 29 0 0 1 1 30
3 Bastacolla Bastacolla Leper colony/O8 4350 0 159 0 0 159 159
4 Bastacolla Bastacolla Manjhi Bhasti/O9 7890 0 0 79 0 79 79
5 Bastacolla Bastacolla(S) Bastacolla Section 1/04 96347 0 279 0 0 279 279
6 Bastacolla Bera Bera Kala/Indira Awas/O3 41535 0 14 0 0 14 14
7 Bastacolla Bera Chandmari/O2 49972 176 0 0 0 0 176
8 Bastacolla Bera Jorapathak Road/O1 49972 0 1201 0 0 1201 1201
9 Bastacolla Dobari BCCL Colony-2/O3 4999 29 0 0 0 0 29
10 Bastacolla Dobari Sahana VillageO2 41535 0 0 214 0 214 214
11 Bastacolla Ghanoodih Buffer dhowra/O5 20179 6 0 0 0 0 6
12 Bastacolla GOCP Bhuiya Dhowra / 05 4061 0 0 143 0 143 143
13 Bastacolla Kuiya ACM Qtrs./O2 1706 6 0 0 0 0 6
14 Bastacolla Kuiya Colliery Office/O1 2678 8 21 0 0 21 29
15 Bastacolla Kujama Road Side Durgapur/O2 65436 102 0 456 0 456 558
16 Bastacolla Kujama Jharia Town / 05 108271 0 0 500 0 500 500
17 Bastacolla Kujama(S) Pandebera/03 11748 0 0 0 0 0 0
18 C-V Area Basantimata Company Colony near Office/O2 3929 0 3 0 0 3 3
19-22 C-V Area Begunia Barakar Town/1A,1B,1C, &1D 375299 61 2093 0 18 2111 2172
23 C-V Area Laikdih Nutugram/O1 74956 0 428 0 0 428 428
24 C-V Area New Laikdih Jograd Bastee/12 5388 0 26 1 0 27 27
25 C-V Area New Laikdih Office Complex,W/S,CHP/O2 14690 0 0 0 11 11 11
26 C-V Area Old Chanch Bautdih 1/O4 11368 0 29 0 0 29 29
27 C-V Area Old Chanch Yadavpur Luchi Bai/O6 18000 0 0 0 80 80 80
28 C-V Area Old Chanch (Closed)
Bautdih 2/O5 39961 0 143 0 0 143 143
29 C-V Area Old Chanch (Closed)
Reliance Factory 1/O2 8539 0 14 0 0 14 14
30 C-V Area Old Chanch (Closed)
Reliance Factory 2/O3 93769 0 86 1 2 89 89
31 C-V Area Victoria West Baltoria/O2 81656 176 57 0 0 57 233
32 C-V Area Victoria West Barakar Town /O3 239416 0 14 0 0 14 14
33 C-V Area Victoria West Jhanakpura/O4 71270 0 286 0 2 288 288
34 C-V Area Victoria West Jhewri Mohalla/O6 30491 0 71 0 51 122 122
35 C-V Area Victoria West Karimdanga/O7 48382 0 143 0 1 144 144
36 C-V Area Victoria West Pahalsadarga /O5 15235 0 29 0 0 29 29
37 Kustore Burragarh Burragarh Office Complex/ O8 29049 0 0 20 9 29 29
38 Kustore Simla bahal Fire Brigd. Area / 09 30129 29 0 143 0 143 172
39 Kustore Simla bahal Jharia Town (P. Area) / 02 125143 0 412 46 0 458 458
40 Kustore Simla bahal Shamsher nagar / 03 240123 18 172 357 0 529 547
41 Kusunda Basseriya No. 1 Basti /O3 4009 29 0 0 0 0 29
42 Kusunda Godhur Rawani Bastee
0 38 0 2 40 40
Page 28 of 57
Sl.No.
Area
Colliery
Site name & no.
Affected
Area (Sq.m.)
No. of Houses
BCCL Pvt. Enchr. Oth. Total
(pvt+ench +oth)
Grand Total
43 Kusunda Gondudih Surender Colony (East Loyabad)/ O7 11584 28 32 0 0 32 60
44 Kusunda Khas Kusunda
Colliery Office Complex & company's qtrs./ 10
50 0 0 4 4 54
45 Kusunda Kusunda Kusunda village /O1 21042 29 0 0 0 0 29
46 Kusunda Kusunda Workshop, Office & Qtrs.(PK-1&2 pit area)/ O4
78198 71 0 241 9 250 321
JCF/REHAB/P-I/1
0 0
47 Lodna Bagdigi Bagdigi Basti /O1 89600 0 715 0 0 715 715
48 Lodna Bagdigi Bagdigi Colony / O2 27200 105 0 57 0 57 162
Lodna Bagdigi(S) Bagdigi Colony / O2 41600 0 0 43 0 43 43
49 Lodna Jeenagora Central Sulunga Colony No.1/ O9 2400 90 1 5 1 7 97
50 Lodna Jeenagora E.B. Section colony no. 1/O1 6400 19 9 0 0 9 28
Lodna Jeenagora(S) E.B. Section colony no. 1/O1 800 0 0 10 0 10 10
51 Lodna Jeenagora EB Sec. Colony No. 2/O2 21600 58 0 0 1 1 59
52 Lodna Jeenagora Khas Jeenagora Colony No.1/O3 32000 88 0 0 0 0 88
53 Lodna Jeenagora Khas Jeenagora & Kalisthan /O5 7200 40 0 0 1 1 41
54 Lodna Jeenagora Khas Jeenagora Colony No. 2/ O4 4000 107 0 0 5 5 112
55 Lodna Jeenagora Khas Jeenagora Colony no. 3/ O6 15200 64 43 10 1 54 118
56 Lodna Jeenagora Khas Jeenagora Colony no. 4/O7 10400 13 0 0 1 1 14
57 Lodna Joyrampur 6 pit Dhowra & Atta Chaki /O1 27200 23 0 0 0 0 23
Lodna Joyrampur(S) 6 pit Dhowra & Atta Chaki /O1 40000 0 0 96 0 96 96
58 Lodna Joyrampur Around Area Office/WS & No. 2 Basti/O3 56000 137 0 0 0 0 137
59 Lodna Joyrampur Beer Company Locality/O5 8800 87 0 0 2 2 89
60 Lodna Joyrampur Durga Mandir Area /O4 40000 105 0 0 2 2 107
61 Lodna Joyrampur Hazaribagh Colony near Hosptal /O2 30400 73 0 0 0 0 73
Lodna Joyrampur(S) Hazaribagh Colony near Hosptal /O2 27200 0 0 47 0 47 47
62 Lodna Lodna 2 pit Bhaga Colony/ 28 44800 44 36 0 0 36 80
63 Lodna Lodna 16 no incline Jore side Colony / 22 8000 16 17 0 0 17 33
64 Lodna Lodna 2 No. Incline Colony / 23 3200 13 0 0 0 0 13
Lodna Lodna(S) 2 No. Incline Colony / 23 30400 0 0 310 0 310 310
65 Lodna Lodna 3 pit basti /O9 4800 0 71 0 0 71 71
Lodna Lodna(S) 3 pit basti /O9 800 0 0 6 0 6 6
66 Lodna Lodna 4 pit Colony / 24 25600 213 0 0 0 0 213
67 Lodna Lodna 5 No. Colony/ (C-17) 46400 112 0 0 0 0 112
68 Lodna Lodna 8 pit area colony / 19 17600 59 0 0 0 0 59
Lodna Lodna(S) 8 pit area colony / 19 27200 0 0 74 0 74 74
69 Lodna Lodna Balugada Colony / 26 7200 41 0 0 0 0 41
Lodna Lodna(S) Balugada Colony / 26 3200 0 0 3 0 3 3
70 Lodna Lodna Chalchalia Labour Colony /25 20800 59 0 0 0 0 59
71 Lodna Lodna Chalchalia Labour Colony/ (C-13) 24000 60 0 71 4 75 135
72 Lodna Lodna Firkuband Colony / 30 7200 23 37 0 0 37 60
73 Lodna Lodna Hanumangari Basti/14 16000 0 71 0 0 71 71
74 Lodna Lodna Indira Chowk Road side Basti /O7 3200 0 7 0 0 7 7
Lodna Lodna(S) Indira Chowk Road side Basti /O7 3200 0 19 0 0 19 19
75 Lodna Lodna Jeenagora Branch site / 20 1280 12 0 0 0 0 12
Lodna Lodna(S) Jeenagora Branch site / 20 1920 0 0 30 0 30 30
Lodna Lodna(S) Kujama Village /O2 1920 0 51 21 0 72 72
76 Lodna Lodna New Colony Baniahir /13 49600 205 0 0 0 0 205
Page 29 of 57
77 Lodna Lodna Niluri Patra Bastee /O5 1600 23 86 0 0 86 109
78 Lodna Lodna Office Compelx Area / 31 84800 129 57 0 10 67 196
Sl.No. Area Colliery Site name & no. Affected
Area (Sq.m.)
No. of Houses
BCCL Pvt. Enchr. Oth. Total
(pvt+ench +oth)
Grand Total
Lodna Lodna(S) Office Compelx Area / 31 2400 0 0 21 0 21 21
79 Lodna Lodna Suratand Basti /O6 4000 0 79 0 0 79 79
Lodna Lodna(S) Suratand Basti /O6 6400 0 49 80 0 129 129
80 Lodna Lodna Tar Plant Area / 12 20800 12 0 0 0 0 12
Lodna Lodna(S) Tar Plant Area / 12 6400 0 10 9 0 19 19
81 Lodna North Tisra BCCL Colony No. 1/O1 12800 142 47 47 5 99 241
82 Lodna North Tisra SG Section Basti /O3 14400 41 0 0 0 0 41
83 Lodna North Tisra Tilaboni Basti/O2 25600 15 122 122 6 250 265
Lodna North Tisra(S) Tilaboni Basti/O2 12800 0 153 0 0 153 153
84 Lodna South Tisra B.J. & S.T. Section/ O3 24000 110 85 42 3 130 240
85 Lodna South Tisra Huchuktand Basti/O1 36000 29 95 24 2 121 150
86 Lodna South Tisra No.1 Pit S.T. Section /O2 1600 38 21 0 0 21 59
87 P-B Area Bhagaband Aralgoria Basti/O2 19000 0 71 0 0 71 71
88 P-B Area Bhagaband Bhagaband Bastee/O4 235800 401 551 180 3 734 1135
89 P-B Area Bhagaband DVC Colony/O1 44650 0 7 0 0 7 7
90 P-B Area Bhagaband Kashiatand/O5 33500 36 143 0 2 145 181
91 P-B Area Bhagaband Kenduadih Bastee(6B)/O7 0 0 0 0 0 0 0
92 P-B Area GopaliChak Leper Bastee/O5 3720 0 0 0 30 30 30
93 P-B Area GopaliChak West Side NH-32/O9 11348 0 0 1286 0 1286 1286
94 P-B Area Hydro-Mining Balihari Bastee/O4 33340 61 0 63 0 63 124
95 P-B Area Kenduadih Kenduya Bazar /O7 146500 51 0 2144 14 2158 2209
96 P-B Area Pootkee Staff Qrts./O4 794600 26 0 357 0 357 383
97 Sijua Mudidih No. 4 pit area / 11 1800 12 0 0 0 0 12
98 Sijua Mudidih Tetulmari Vill. /O4 1500 0 7 0 0 7 7
99 Sijua Nichitpur Hard coke Bhatta/O3 5800 0 0 4 1 5 5
100 Sijua Nichitpur Nichitpur Bastee/O2 10000 0 109 0 2 111 111
101 Sijua Nichitpur Staff Qrts. /O4 46046 72 0 73 3 76 148
102 Sijua Nichitpur Staff Qrts. /O5 12560 45 3 71 0 74 119
Sub Total : 4851855 3956 8522 7507 290 16319 20275
ACTION PLAN FOR REHABILITATION
Sl.No. Area Colliery Site name & no. Affected
Area (Sq.m.)
No. of Houses
BCCL Pvt. Enchr. Oth. Total
(pvt+ench +oth)
Grand Total
JCF/REHAB/P-II/1
1 Block-II Block-II Madhuband Colony /O5 51200 69 0 0 1 1 70
2 C-V Area Laikdih Dumarkunda & company Qutrs./4A&4B
38685 18 0 14 3 17 35
3-4 C-V Area Laikdih Dumarkunda Village/2A&2B 78617 0 0 0 40 40 40
5 C-V Area Laikdih Manjhi Bastee/O6 12295 0 0 0 0 0 0
Page 30 of 57
6 C-V Area New Laikdih CMW Colony/O8 51138 94 0 43 0 43 137
7 Katras Angarpathra AP Section-2 /O2 16800 29 0 143 0 143 172
8 Katras Angarpathra JK Khas/O4 2200 12 0 6 0 6 18
9 Katras Angarpathra JK Section/O3 62400 115 0 277 0 277 392
10 Katras Angarpathra National Angarpathra-2/O6 6500 21 0 0 0 0 21
11 Katras East Katras Akashkinaree -2/O2 400 2 0 0 0 0 2
12 Katras East Katras Bhandardih 2 /11 2500 17 0 4 0 4 21
13 Katras East Katras Koiludih 3/10 40180 51 0 29 3 32 83
14 Katras East Katras Koiludih-5/16 65752 1 0 0 0 0 1
15 Katras East Katras Malkera/18 3840 6 0 0 0 0 6
16 Katras East Katras Project Bhandardih 3/12 32400 0 0 0 0 0 0
17 Katras Gaslitand Qtrs. Near 6 Pit VAP/O4 43900 98 0 6 0 6 104
18 Katras Gaslitand Qtrs. Near 7 Pit & Colliery Office/O2
35500 10 0 3 0 3 13
19 Katras Gaslitand Qtrs. Near Ground UAP/O3 6500 12 0 0 0 0 12
20 Katras Keshalpur Huts near 3/2 incline/O6 3550 27 0 0 0 0 27
21 Katras Keshalpur Quarter near 3/2 incline/O7 460 11 0 0 1 1 12
22 Katras Keshalpur Quarter near Agent Office/O4 2050 47 0 0 2 2 49
23 Katras Salanpur Central Salanpur Block 4 (10) & Lakurka Khas Block 4/ 15
27760 0 0 0 1 1 1
24 Katras Salanpur Central Salanpur Block 5 (12), Lakurka Khas Block 3/ 14 & 9
20170 0 0 0 4 4 4
25 Katras Salanpur Khas Gobindpur Block 1 /22 14400 77 0 29 0 29 106
26 Katras Salanpur Lakurka Khas Block 1 (11) & Central Salanpur Block 1/ O7
15312 0 0 0 0 0 0
27 Katras Salanpur Lakurka Khas Block 2/ 13 2450 13 0 0 0 0 13
28 Katras Salanpur New Lakurka Section Block 2/17
19180 40 0 0 0 0 40
29 Katras Salanpur New Lakurka Section Block 3/18
1040 0 0 0 1 1 1
30 Katras Salanpur New Lakurka Section Block 5/ 20
4800 5 0 0 0 0 5
31 Katras West Mudidih 2 Seam Area near 8/2 Incline/O2
550 37 0 0 1 1 38
32 Katras West Mudidih Dalahi Bastee/O5 7200 60 0 0 3 3 63
33 Katras West Mudidih House near 4 no. Sub-station/O8
1004 27 0 0 0 0 27
34 Katras West Mudidih Huts near Caplamp Room no. 1/ O6
1100 26 0 0 2 2 28
35 Katras West Mudidih Near 10/2 Incline 1 Area /11 1100 22 0 0 1 1 23
36 Kustore Burragarh Burragarh Basti/O2 15339 29 0 0 0 0 29
37 Kustore Burragarh Burragarh CISF Centre/O7 6084 3 0 14 0 14 17
Sl.No. Area Colliery Site name & no. Affected
Area (Sq.m.)
No. of Houses
BCCL Pvt. Enchr. Oth. Total
(pvt+ench +oth)
Grand Total
38 Kustore Burragarh Nagu Centre & Bachha Centre/O4 30412 29 0 0 0 0 29
39 Kustore Burragarh Officer's & Staff Colony/O3 18660 41 0 71 0 71 112
40 Kustore Burragarh Pure Burragarh Basti/O5 20299 88 0 0 0 0 88
41 Kustore Burragarh Surendra Colony/Karmik Ngr/O1 27713 117 0 0 0 0 117
42 Kustore E. Bhagatdih Bihar Talkies & Raja Bari Area/12(A)
219387 134 0 143 0 143 277
43 Kustore E. Bhagatdih Jharia Water Board Area /O6 35750 47 0 0 1 1 48
44 Kustore E. Bhagatdih Bihar Talkies & Raja Bari Area/12(B) 10518 23 0 25 6 31 54
45 Kustore E. Bhagatdih Gopalichak Basti/O3 21185 23 0 14 0 14 37
46 Kustore E. Bhagatdih Koiri Bandh Area/10 7363 0 0 0 0 0 0
Page 31 of 57
47 Kustore Hurriladih 7 No. Colony/O4 35526 78 0 39 3 42 120
48 Kustore Hurriladih Bhutgoria Old Complex/O7 16473 15 0 0 0 0 15
49 Kustore Hurriladih Hurriladih Bastee/O2 39223 152 0 286 5 291 443
50 Kustore Hurriladih Hurriladih Old Colony/O6 14914 29 0 0 0 0 29
51 Kustore Hurriladih New Colony 1&2 No/O3 30436 176 0 0 0 0 176
52 Kustore Hurriladih Pather Bunglow Bastee/O1 26499 0 0 214 2 216 216
53 Kustore Hurriladih Sargujia Bastee/O5 24894 0 0 0 2 2 2
54 Kustore Simlabahal Bhaga S.E. Rly. Colony/O8 12062 0 0 0 25 25 25
55 Kustore Simlabahal DAV School Area/O7 15867 176 0 36 2 38 214
JCF/REHAB/P-II/2
0 0
56 Kusunda Godhar 3 Pit Area/O3 58437 0 0 0 0 0 0
57 Kusunda Gondudih 10 No. Dhowrah/O8 4882 29 0 29 0 29 58
58 Kusunda Khas Kusunda B Panel Area/O7 14091 59 0 0 0 0 59
59 Kusunda Khas Kusunda Colony near KG Section School/11
6011 6 0 0 0 0 6
60 Kusunda Khas Kusunda Company Qtr. West of Bhuli Road/12
7608 29 0 0 0 0 29
61 Kusunda Khas Kusunda Dharia Joba Village/O4 1573 0 0 60 0 60 60
62 Kusunda Khas Kusunda Harijan Basti/O5 11451 0 0 0 2 2 2
63 Kusunda Khas Kusunda Hospital Basti/O8 16345 35 0 0 0 0 35
64 Kusunda Khas Kusunda Kharikabad Bastee/ O9 17971 0 0 0 6 6 6
65 Kusunda Khas Kusunda Kusunda Station Village/O6 11451 0 0 0 0 0 0
66 Lodna Lodna 5 No. Colony/29 32000 94 0 0 0 0 94
67 Lodna Lodna GM Bunglow & Road Side Bastee/15 48000 58 0 0 0 0 58
68 Lodna Lodna Phus Bungla Road side Bastee/10 3200 15 0 0 0 0 15
69 Lodna Lodna Phus Bungla Road side colony/16 3200 0 0 0 0 0 0
70 Lodna Lodna Puranadih Village/O3 6400 0 0 0 0 0 0
71 Lodna Lodna Shalimar Colony/17 16000 47 0 0 0 0 47
72 P-B Area Balihari 10/12 Pit Village No. 1 Balihari/O6 5000 0 0 0 0 0 0
73 P-B Area Balihari 10/12 Pit Village No.2 Balihari/O5 29700 0 0 57 0 57 57
74 P-B Area Balihari 10/12 Pit Villagee No. 3 Balihari/O7 2500 0 0 17 0 17 17
75 P-B Area Balihari 10/12 Pit Shakti School/10 144400 0 0 0 1 1 1
76 P-B Area Bhagaband Aralgoria Basti-3/O3 77000 19 0 0 4 4 23
77 P-B Area Bhagaband Kenduadih Bastee (6A)/O6 192600 205 0 0 2 2 207
78 P-B Area Bhagaband Kenduadih Bastee (6G)/12 0 0 0 0 0 0 0
79 P-B Area Bhagaband Kenduadih Bastee(6)/O8 0 0 0 0 0 0 0
80 P-B Area Bhagaband Kenduadih Bastee(6D)/O9 0 0 0 0 0 0 0
81 P-B Area Bhagaband Kenduadih Bastee/10 0 0 0 0 0 0 0
82 P-B Area Bhagaband Kenduadih Bastee-6F/11 0 0 0 0 0 0 0
Sl.No. Area Colliery Site name & no. Affected
Area (Sq.m.)
No. of Houses
BCCL Pvt. Enchr. Oth. Total
(pvt+ench +oth)
Grand Total
83 P-B Area Pootkee 2 No. & JMBH/O3 79628 49 0 29 13 42 91
84 P-B Area Pootkee Bowri Basti/O6 110576 47 0 486 2 488 535
85 P-B Area Pootkee Prem Nagar/O5 130060 191 0 464 0 464 655
86 P-B Area Pootkee Sri Nagar Colony/O7 111896 217 0 29 1 30 247
87 Sijua Bansdeopur 15 No. Dhowrah/13 1000 0 0 0 0 0 0
88 Sijua Bansdeopur 4 No. colony/O4 3000 0 0 39 0 39 39
89 Sijua Bansdeopur 40 No. Dhowra/10 10700 23 0 0 0 0 23
90 Sijua Bansdeopur 7 No. BSP/O7 12000 16 0 9 0 9 25
Page 32 of 57
91 Sijua Bansdeopur Bansudeopur Colliery/O6 6500 0 0 0 0 0 0
92 Sijua Bansdeopur New Colony /O3 5000 18 0 77 0 77 95
93 Sijua Kankanee 5 Pit Area/O1 3500 12 0 0 0 0 12
94 Sijua Kankanee 7 Pit Area/O3 40000 59 0 0 0 0 59
95 Sijua Kankanee Hanuman Nagar/O4 75000 237 0 0 6 6 243
96 Sijua Kankanee Loyabad Station/O5 5400 0 0 0 0 0 0
97 Sijua Kankanee Railway Quarters/O6 1500 0 0 0 30 30 30
98 Sijua Kankanee Sendra 7 Pit/O7 15000 115 0 44 2 46 161
99 Sijua Loyabad 6 Pit Area/10 96000 298 0 119 4 123 421
100 Sijua Loyabad Central Hospital/O6 7500 0 0 0 0 0 0
101 Sijua Loyabad Coke Plant-1/14 26000 37 0 0 0 0 37
102 Sijua Loyabad Coke Plant-2/15 38400 87 0 89 1 90 177
103 Sijua Loyabad Idgah Area/12 12800 0 0 0 1 1 1
104 Sijua Loyabad Kankanee Basti/O5 22000 29 0 0 0 0 29
105 Sijua Loyabad Madanadih/O3 5000 0 0 0 0 0 0
106 Sijua Loyabad New Drift/18 56000 263 0 0 0 0 263
107 Sijua Loyabad Pootkee Barrier/19 17600 12 0 0 1 1 13
108 Sijua Loyabad Pootkee Colony/20 72000 333 0 0 0 0 333
109 Sijua Loyabad Power House-2/17 35000 12 0 0 0 0 12
110 Sijua Mudidih 6/10 Colony/O2 3350 0 0 0 0 0 0
111 Sijua Mudidih Jogta Upper/14 14100 21 0 0 0 0 21
112 Sijua Mudidih Kajro Bagan/10 6700 35 0 0 0 0 35
113 Sijua Sendra Bansjora 10 No. Colony/O5 1000 9 0 7 4 11 20
114 Sijua Sendra Bansjora 19 No. Colony/19 750 6 0 0 0 0 6
115 Sijua Sendra Bansjora 21 No. Colony/21 625 6 0 0 0 0 6
116 Sijua Sendra Bansjora 6 Pit Colony/O4 5110 14 0 36 0 36 50
117 Sijua Sendra Bansjora 6 Pit Colony/O8 2160 0 0 0 0 0 0
118 Sijua Sendra Bansjora 6 Pit colony/Past/O9 600 0 0 0 0 0 0
119 Sijua Sendra Bansjora Bansjora Village/16 4792 0 0 0 0 0 0
120 Sijua Sendra Bansjora OCP Office/O2 13200 15 0 0 16 16 31
121 Sijua Sendra Bansjora Office Colony/O6 4600 7 0 3 0 3 10
122 Sijua Tetulmari Beldari Bastee/ 11 3000 0 0 0 1 1 1
123 Sijua Tetulmari Chandore Bastee ./O8 3000 0 0 0 2 2 2
124 Sijua Tetulmari Chandore West No.1/17 900 0 0 0 0 0 0
125 Sijua Tetulmari Chandore West No.2/18 675 0 0 0 0 0 0
126 Sijua Tetulmari Hutments of RNS/15 2026 0 0 14 0 14 14
127 Sijua Tetulmari Pondihdih Bastee/ 10 16200 0 0 12 5 17 17
128 Sijua Tetulmari Substation RNS/16 660 0 0 0 3 3 3
Sub Total : 3093865 4871 0 3016 216 3232 8103
Grand Total : 7945720 8827 8522 10523 506 19551 28378
Page 33 of 57
SCHEDULE – B
SURVEY FORM FOR DEMOGRAPHIC DETAILS
ID No. --- (Unstable location No./ Notional Household No.)
1. Name of Village/ mouza ___________________________
2. PS_________________________3. Name of Block/Mun______________
4. G.P. / Ward___________________________________________________
5. Date of Enumeration ________________________
6. Site name :
7. Site Code :
8. Area ……………
9. Colliery ……………………
1 Name of HOH UID (Aadhar) No. -
2 Father’s / Husband’s Name GEO Tag :-
Latitude
Longitude
3 Religion 4. Caste
5 Mother Tongue
(Put mark)
Hindi Urdu Bengali Others
6 Date from which residing (Document attached)
7 Original Place of Residence & supporting document
8 Whether BCCL employee or not (Y/N)
9 Type of Toilet
(Put mark)
Khata Septic None Community Toilet
10 Source of Drinking water
(Put mark)
Pipe Tube well Well Others
11 Electricity Connection (Y / N)
Signature of Surveyor Signature of Head of Household
Paste
Photograph
of family
Page 34 of 57
SCHEDULE – B
TABLE 1
Socio-economic information of members of household.
Sl.
No.
Name of
Household
members
Relatio
nship
with
HOH
Age (in
comple
ted
years)
Sex Literacy
Level E
Occupation
or type of
engagement
Monthly
Income
Physically
Challenged
or Not ?
(Y/N)
Bonafide
Resident
Proof.
Aadhar No.
1. non-matric; 2 - matric; 3- graduate; 4- above graduate; 5- professional
RC- Ration card; EPIC- voter id. card; TR- Tax receipt; DL- Driving License; PAS –
Passport; 0 – Others
_________________ ______________
Signature of Surveyor Signature of HOH
Whether any vocational training required for any member of
family
If Yes, nature of training (mention)
Page 35 of 57
SCHEDULE – C
SURVEY FORM FOR INSTITUTIONAL DETAILS
ID No. --- (Unstable location No./ Notional Household No.)
1. Name of Village/ mouza ___________________________
2. PS_________________________3. Name of Block/Mun______________
4. G.P. / Ward___________________________________________________
5. Date of Enumeration ________________________
6. Site name :
7. Site Code :
8. Area ……………
9. Colliery ……………………
1 Name of the Institution
2 Type
(1- Primary School; 2- High School ; 3- College; 4- Professional Institution;
5- Shop; 6- OfficeBuilding;
7- Religious Places; 8- Others
3 Govt. Private Community
4 Name of Owner, If private
5 Year of Construction (Approximate) & supporting document
9 Type of Toilet town / shared (Put
mark)
Khata Septic None
10 Source of
Drinking water
(Put mark)
Pipe Tube well Well Others
11 Electricity Connection (Y / N)
Signature of Surveyor Signature of Head of Institution
Paste
Photograph
of family
Page 36 of 57
SCHEDULE-D
SURVEY FORM FOR STRUCTURE DETAILS
ID No. --- (Unstable location No./ Notional Household No.)
1. Name of Village/ mouza ___________________________
2. PS_________________________3. Name of Block/Mun______________
4. G.P. / Ward___________________________________________________
5. Date of Enumeration ________________________
6. Site name :
7. Site Code :
8. Area ……………
9. Colliery ……………………
8. Details of Trees
Sl.No. Type of Tree No. of tree of the type
Measurement of the trees ( Height/ Girth) ft.
Total Volume (incu.ft.)
Signature of Surveyor Signature of Head of Household
Codes of Classification to be used :-
C1. Pucca brick walls C2- Walls, tiled or C3 Kutcha wooden C4- Court-Yard, Water concrete roof thatched roofs frame, thached roof Tank, Pucca Drain C5. brickboundry C6- Pucca Well / C7 Others walls Tube well 8. Finishing details like marble / spartex / mosaic / ordinary floors, ordinary plaster / paris plaster/ lime wash walls, painting .
Sl. No. Classification
Code
Description of
Structure with
finishing details
Field
Measurement
(in ft.)
Total Area(in
Sq.ft)
Age of the Structure
(in year)
Page 37 of 57
SCHEDULE-E
SURVEY FORM FOR HOMESTEAD LAND DETAILS
ID No. --- (Unstable location No./ Notional Household No.)
1. Name of Village/ mouza ___________________________
2. PS_________________________3. Name of Block/Mun______________
4. G.P. / Ward___________________________________________________
5. Date of Enumeration ________________________
6. Site name :
7. Site Code :
8. Area ……………
9. Colliery ……………………
1. Name of HOH UID (Aadhar) No. -
2. Father/Husband’s Name
3. Whether HOH or his family members have their own
homestead land? (Y/N)$
4. If no, then whether they reside as a tenant/in unauthorized structure?
5. If Tenant, name of owner of the structure in which they reside
6. If in unauthorized structure, mention the following.
I. Plot No. on which such structure is situated (RS/LR)
II. Name of the owner of land.
$ If answer to point No. is “YES”, then fill in the following tables.
Page 38 of 57
TABLE 1
Sl.
No.
Plot No. Khatian
No.
Classific
ation
(bastu /
vitibari
Total area of
the Plot (in
decimals )
Area
occupied
by HOH (in
decimals)
Share in the
landof
HOH/ family
members
(in %)
Name of
the
Recorded
Owner
Relationship
of the
Recorded
Owner with
HOH
Remarks
Rs LR
1 2 3 4 5 6 7 8 9 10 11
If the head of Household / family members are the recorded owner(s), copy of ROR
to be collected & attached.
Page 39 of 57
TABLE 2
Sl.
No.
Plot No. Total
Area
occupied
(in
decimals)
Break Up of Occupied Area (In decimal)
HO
H/ F
am
ily
mem
be
rs
Record
ed
in R
OR
Lease
Gift
Inherite
d
Purc
hased
PattaLand
Perm
issiv
e
Unauth
orized
Possessio
n
Remarks
RS LR
1 2 3 4 5 6 7 8 9 10 11 12 13
As per area mentioned in Col.7 of Table 1
Page 40 of 57
The following information are to be noted and copy of the documents (if available) to be
attached
Inheritance - Number of heirs, from who inherited
Purchased - Deed No. & date, name of vendor, name of vendee
Lease - Lease Deed No.& date name of the leaser, name of the lessee
Gift - Deed No & date of gifted plot, name of the donor, name of the donee
Patta - Name of the patta holder, patta no & date
TABLE 3
Nature of
Ownership
Plot No. Area (in
Decimal )
Supportive Documents Submitted
Rs LR
Lease
Gift
Inherited
Purchased
Patta Land
Signature of Surveyor Signature of Head of Household
Page 41 of 57
SCHEDULE-F
OPTION FORM FOR COMPENSATION
ID No. --- (Unstable location No./ Notional Household No.)
1. Name of Village/ mouza ___________________________
2. PS_________________________3. Name of Block/Mun______________
4. G.P. / Ward___________________________________________________
5. Date of Enumeration ________________________
6. Site name :
7. Site Number :
8. Area ……………
9. Colliery ……………………
[
I do hereby opt for the compensation package as specified below :- (Only one option to be chosen)
OR
2 Full compensation of the homestead land and the assessed cost of thesuperstructure/ other infrastructure situated on it Plus 100 sq.m of developed plot at the resettlement site
i Quantum of required excess land
cost of excess land to be adjusted against the total compensation payable
Cost of excess land to be paid in cash
OR
Signature of Surveyor Signature of Head of Household
1 Name of HOH
2 Father / Husband’s Name
1 Full compensation of the homestead land and the assessed cost of the superstructures / other infrastructures situated on it Plus 100 sq.m of developed plot at the resettlement site
3 Full compensation of the homestead land and the assessed cost of the superstructures / other infrastructures situated on it Plus Assessed cost of 100 sq.m of developed plot at the resettlement site
4 450 sqft. super built up flat in triple storied building at resettlement site with
No compensation for homestead land and structures on it and no separate
land at the resettlement site
Page 42 of 57
SCHEDULE-G
JHARIA REHABILITATION AND DEVELOPMENT AUTHORITY Identity card for fire and subsidence affected households in BCCL Mining Area
PHOTO IDENTITY CARD CARD NO. : _____________________ NAME: : _____________________ Aadhar No. : ____________________ AGE as on_____: _____________________ FATHER’S NAME : ____________________________
Signature/Impression of Issuing Date Signature of the issuing Officer left thumb of card holder J. R. D. A., Dhanbad
OWNERSHIP STATUS : FAMILY MEMBERS : HOUSEHOLD NO. : SITE NEME : SITE CODE NO. : COLLIERY : MINING AREA : PREPARED BY ___________
Page 43 of 57
SCHEDULE-H
DISTRIBUTION LIST OF PHOTO IDENTITY CARDS
Unstable Location No.- Mouza
Sl.
No.
Photo ID Card No. Name of Head of Household Age Signature of Recipient
Note: List to be generated from computer after preparation of Photo Identity cards.
Page 44 of 57
BID DOCUMENT – PART 2 Proposal for “Selection of agency for verification of previously surveyed data and survey of un-surveyed sites with survey of unauthorized occupants , survey of homestead land details, survey of superstructures/ other infrastructures in homestead land, valuation, preparation of Photo Identity Cards (PIC) and software integrated with digital database in respect of demographic survey & valuation of all the households residing in identified unstable locations in the coalfields under the leasehold of BCCL as per the Master Plan approved by the Government of India.”
JHARIA REHABILITATION & DEVELOPMENT AUTHORITY
Golf Ground Road, Hatia More, Hirapur, PO & Dist – Dhanbad, 826001 Phone & Fax no – 0326-2311842, Email- [email protected], website – www.jrda.in
Page 45 of 57
Annexure -I
Covering Letter
(On the letter head of the Bidder or lead Member in case of consortium)
Date :
To,
DDC-Cum-Project Director Jharia Rehabilitation & Development Authority. Hatia More, Golf ground Road, Hirapur,
District- Dhanbad, Jharkhand, Pin- 826001
Phone & Fax no – 0326-2311842
Proposal for “Selection of agency for verification of previously surveyed data and survey of un-
surveyed sites with survey of unauthorized occupants , survey of homestead land details, survey of
superstructures/ other infrastructures in homestead land, valuation, preparation of Photo Identity
Cards (PIC) and software integrated with digital database in respect of demographic survey &
valuation of all the households residing in identified unstable locations in the coalfields under the
leasehold of BCCL as per the Master Plan approved by the Government of India.”
.
Dear Sir,
Being duly authorised to represent and act on behalf of...................... (hereinafter referred to
as “ the Bidder”) and having reviewed and fully understood all of the proposal requirement and
information provided and collected the undersigned hereby submits the proposal on behalf of
......................................for the project with the details as per the requirements of the Bid Document,
for your evaluation.
We confirm that our proposal is valid for a period of 6 (six) months for the proposal due date.
We also hereby agree and undertake as under:
Notwithstanding any qualifications or conditions, whether implied or otherwise contained in our
proposal we hereby represent and confirm that our proposal is unqualified and unconditional in all
respects and we agree to the terms of the Bid Documents provided to us.
Yours faithfully
For and on behalf of (Name of Bidder)
Duly signed by the Authorised Signatory of the Bidder (Name, Title and Address of the Authorised Signatory)
Page 46 of 57
Annexure -II
Details of Bidder
(On the letter head of the Bidder or lead Member in case of consortium)
1. (a) Name of Bidder
(b) Address of the Office (s)
(c) Date of incorporation and / or commencement of business
2. Brief description of the Bidder’s main lines of business.
3. Details of individual (s) who will serve as the point of contact /
Communication for JRDA with the Bidder:
(a) Name :
(b) Designation :
(c) Company / Firm :
(d) Address :
(e) Telephone number :
(f) Email Address :
(g) Fax No. :
(h) Mobile Number :
4. Name, Designation, Address and Phone Numbers of Authorised Signatory
of the Bidder :
(a) Name :
(b) Designation :
(c) Company / Firm :
(d) Address :
(e) Telephone number :
(f) Email Address :
(g) Fax No. :
(h) Mobile Number :
Page 47 of 57
Annexure -III
FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF PROPOSAL
(On Stamp paper of relevant value )
POWER OF ATTORNEY
Know all men by these presents, we.........................................................(name and
address of the registered office ) do hereby constitute appoint and authorise. Mr. /
Ms................................................of.................................................................(name and
residential address) who is presently employed with us and holding the position of
..............as our attorney. to do in our name and on our behalf, all such acts, deeds and
things necessary in connection with or incidental to for proposal for “Selection of agency for
verification of previously surveyed data and survey of un-surveyed sites with survey of
unauthorized occupants , survey of homestead land details, survey of superstructures/
other infrastructures in homestead land, valuation, preparation of Photo Identity Cards
(PIC) and software integrated with digital database in respect of demographic survey &
valuation of all the households residing in identified unstable locations in the coalfields
under the leasehold of BCCL as per the Master Plan approved by the Government of
India.” including signing and submission of all documents and providing information /
response to JRDA in all matters in connection with our Proposal for the Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said
attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our
aforesaid attorney shall and shall always be deemed to have been done by us.
Dated this_______________the day of ____________200......
for _____________________
(Name and designation of the person(s) signing on behalf of the Bidder / lead member in
case of consortium)
Accepted
___________________ (Signatory)
(Name, Title and Address of the Attorney)
Date....................................
Page 48 of 57
Note :
1. To be executed by the lead Member in case of a Consortium
2. In case of Bidders who are not resident in India the Power of Attorney may be
submitted on plain paper attested by any authorised officer of the Embassy of
India and duly stamped by the Department of stamps & registration, Govt. of
Jharkhand.
3. The mode of execution of the Power of Attorney should be in accordance with
procedure if any, laid down by the applicable law and the charter documents of
the executer(s) and when it is so required the same should be under common
seal affixed in accordance with the required procedure.
4. Also, wherever required, the Bidder should submit for verification the extract of
the charter documents and document such as a resolution / Power of attorney in
favour of the person executing this Power of Attorney for the delegate of power
hereunder on behalf of the Bidder.
5. In case an authorised Director of the Bidder signs the proposal a certified copy
of the appropriate resolution conveying such authority may be enclosed in lieu of
the Power of Attorney.
Page 49 of 57
Annexure -IV
FORMAT FOR POWER OF ATTORNEY FOR DESIGNATING LEAD MEMBER OF
CONSORTIUM
(On Stamp paper of relevant value)
POWER OF ATTORNEY
Whereas, Jharia Rehabilitation and Development Authority (hereinafter referred to as JRDA
has invited proposals form Bidders for demographic & other kinds of survey, valuation of
structures, preparation of photo identity cards and computerization of data of all the
households residing in identified unstable locations in the coalfields under the leasehold of
BCCL hereinafter referred to as “the Project” )
Whereas, the consortium being one of the Bidders is interested in Bidding for the project
and implementing the project in accordance with the learns and conditions of the Bid
document and.
whereas, it is necessary under this document for the members of the consortium to
designate the lead member with all necessary power and authority to do for and on behalf
of the consortium, all acts, deeds and things as may be necessary in connection with the
Consortium proposal for the project or in the alternative to appoint one of them as the lead
member who, would have all necessary power and authority to do all acts, deeds and
things on behalf of the Consortium, as may be necessary in connection with the
Consortium’s proposal for the Project.
NOW THIS POWER OF ATTORNEY WITNESSTH THAT;
We, M/s ........................................................and M/s ........................................................
(the name and address of the registered offices of all members of the Consortium ), do
hereby designate M/s................................being one of the members of the Consortium, as
the lead member of the Consortium, to do on behalf of the Consortium, all or any of the
acts, deed or things necessary or incidental to the consortium’s proposal for the project,
including submission of proposal, participating in conferences, responding to queries
submission of information documents and generally to represent the Consortium in all its
dealings with JRDA any other Government.
Page 50 of 57
Annexure -V
FORMAT FOR ANTI-COLLUSION CERTIFICATE
ANTI-COLLUSION CERTIFICATE
We hereby certify and confirm that in the preparation and submission of our Proposal, we
have not acted in concert or in collusion with any other Bidder or other person (s) and also
not done any act, deed or thing which is or could be regarded as anti-competitive.
We further confirm that we have not offered nor will offer any illegal gratification in cash or
kind to any person or agency in connection with the instant proposal.
Dated this.............................................Day of .............................................201......
.......................................................................
(Name of the Bidder)
.......................................................................
(Signature of the Authorised Person)
Note :
1. On the Letter head of the Bidder
2. To be executed by all members in case of Consortium
__________________________________________
Name of all members in case of Consortium
Page 51 of 57
Agency or any person, in connection with the Project until culmination of the process of
Bidding and thereafter till the completion of the project.
We hereby agree to ratify all acts, deeds and things lawfully done by the lead members and
our said attorney pursuant to this Power of Attorney and that all act deeds and things done
by our aforesaid attorney shall and shall always be deemed to have been done by
us/Consortium.
Dated this ..........................Day of ......................201....
(Executants)
{TO BE EXECUTED BY ALL MEMBERS OF THE CONSORTIUM)
Note : The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executants(s) and when it
is so required the same should be under common seal affixed in accordance with the required
procedure (for a body, corporate).
Page 52 of 57
ANNEXURE – VI
Guideline and Format for Technical Proposal
The bidder shall submit a technical proposal setting out the approach to the Project.
The Technical Proposal shall set out the following components :
a. Methodology Statement
b. Process Flow Chart and Material Balance Statement
c. Resource Utilisation Statement
d. Project Schedule
a. Methodology Statement
The Bidder shall provide a methodology statement, which broadly sets out the
approach to the Project. The methodology statement shall include the Bidder’s
appreciation of the Project, the sequencing of activities to the performed, the
planning for area coverage and co-ordination between different concurrent activities.
The methodology statement should address aspects relating to all the activities of
Survey Work, Valuation Work, Data Compilation Work and Preparation of Photo-
Identity Cards.
b. Process Flow Chart and Material Balance Statement
The Bidder shall provide a process flow chart and a material balance statement
setting out the activities and the outputs at each stage. The components, which
shall be addressed, include conduction Survey Work, Valuation Work, Data
Compilation Work and Preparation of Photo-Identity Cards. The Bidder should
indicate supporting calculation and assumptions, if any.
c. Resource Utilization Statement
A Statement indicating the procurement, deployment and utilisation of the resources
shall be provided. The statement shall include proposed organisational structure,
employee deployment, equipment procurement and utilisation, contracting activities,
utilisation of office and other facilities.
d. Time Schedule
The Bidder shall indicate an activity schedule over the Execution Period.
Page 53 of 57
ANNEXURE - VII PART – II – FINANCIAL OFFER
Survey Work/ Verification Work
(including the printing charges, deployment charges, infrastructural charges,
etc. that have to be borne by the Bidder)
1. Demographic Survey/Verification of households / community infrastructures, educational and other institutions, shops and market complex etc.
(Rates to be quoted) (per
individual notional household)
2. Survey/Verification of super structures / other infrastructure situated in the Homestead Land of each household having own land & similar survey in respect of other community infrastructures, educational and other institutions, shops and market complex etc.
(Rates to be quoted) (per
individual notional household)
3. Survey/Verification work for Details of Homestead Land along with verification of the same
(Rates to be quoted) (per individual notional household)
4. Survey/Verification work with respect to the Option Form in respect of all household having their own land.
(Rates to be quoted) (per individual notional household)
Total amount for Survey Work/
Verification Work
(Sum of rates mentioned in point 1,2,3,4 above)
[both in words & figures]
(Rates to be quoted) (per
individual notional household)
Page 54 of 57
Valuation Work
5. Valuation of all superstructures / other infrastructures in respect of all households having own land and other community infrastructures, educational and other institutions, shops and market complex etc.
(Rates to be quoted) (per one lakh
individual valuation
6. Compilation of Valuation data along with description of structures with category and the calculation details of the valuation
(Rates to be quoted) (per one lakh
individual valuation
Total amount for Valuation Work
(Sum of rates mentioned in point 5,6 above) [both in words & figures]
(Rates to be quoted) (per one lakh
individual valuation)
Preparation of Photo Identity Cards
7. Capturing of Image of family of household / other Institution
(Rates to be quoted)
(per individual notional household
8. Generation of Photo Identity Card and delivery of the same as per conditions stipulated in the Bid Document
(Rates to be quoted)
(per individual notional household)
Total amount for PIC Preparation
(Sum of rates mentioned in point 7,8 above)
[both in words & figures]
(Rates to be quoted)
(per individual notional household)
Data Compilation Work
9. Compilation of Demographic Survey details
(Rates to be quoted)
(per individual notional household)
Page 55 of 57
10. Compilation of Land records for all households and the details of Land Records
(Rates to be quoted)
(per individual notional household)
11. Compilation of Potion details of the legal title holders.
(Rates to be quoted)
(per individual notional household)
12. Mechanism for automatic deduction of duplicate data based on UID number.
(Rates to be quoted)
(per individual notional household)
13. Development of integrated software
(Rates to be quoted)
(For development of complete
software)
Total amount for data Completion work
(Sum of rates mentioned in point 9,10,11,12,13 above)
[both in words & figures]
(Rates to be quoted)
(per individual notional household)
AERIAL SURVEY
14. Survey using drone/UAV and geo-tagging of household along with provision of Geo-tag Number
(Rates to be quoted)
(per individual notional household)
Total amount for data Completion work
(Sum of rates mentioned in point 14 above)
[both in words & figures
(Rates to be quoted)
(per individual notional household)
Page 56 of 57
ABBREVIATION
BCCL BHARAT COKING COAL LTD
CD COMPACT DISC
CMPDIL CENTRAL MINE PLANNING AND DESIGN INSTITUTE
DGMS DIRECTORATE GENERAL OF MINES SAFETY
EMD EARNEST MONEY DEPOSIT
GST GOODS AND SERVICE TAX
HOH HEAD OF HOUSEHOLD
IT INCOME TAX
JRDA
JHARIA REHABILITATION & DEVELOPMENT
AUTHORITY
LOA LETTER OF ACCEPTANCE
LoI LETTER OF INTENT
LTH LEGAL TITLE HOLDERS
MOU MEMORANDUM OF UNDERSTANDING
NGO NON GOVERNMENT ORGANISATION
PAF PROJECT AFFECTED FAMILIES
PIC PHOTO IDENTITY CARD
Page 57 of 57
ROR RECORD OF RIGHTS
UAV UNMANNED AIRCRAFT VEHICLE
UID UNIQUE IDENTIFICATION (AADHAR)
LM LEAD MEMBER
PIP PROJECT IMPLEMENTING PERIOD
ToA TERMS OF AGREEMENT
EC EXPERIENCE CERTIFICATE
QB QUALIFIED BIDDER
PB PREFFERED BIDDER
SB SUCCESSFUL BIDDER
LoI LETTER OF INTENT
EA EXECUTION AGREEMENT
PVP PROPOSAL VALIDITY PERIOD
PDP PROPOSAL DUE DATE