tender notice gujarat industrial corridor corporation … of mandal becharaji special investment...
TRANSCRIPT
Tender Notice Gujarat Industrial Corridor Corporation
GICC on behalf of MBSIRDA and Government of Gujarat invites “Request for Proposal” from interested bidders for “Comprehensive Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region”. Salient features of the project, eligibility criteria and prescribed formats for submission of application are available in the RfP document uploaded on the website: http://www.gidb.org. Last date of submission : 21 Nov 2017, 06:00 PM For detail please contact at:
Gujarat Industrial Corridor Corporation Ltd. Email: [email protected]
Phone: +91-79-23226015, Fax: +91-79-23222481
Request for Proposal Selection of EIA Consultancy Organization for Rapid/Comprehensive Environmental Impact
Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Managing Director Gujarat Industrial Corridor Corporation Limited
Block 1, 6th Floor UdyogBhavan, Sector 11, Gandhinagar 382017
Phone: 079 23226015, Fax: 079 23222481 E-mail: [email protected]
October, 2017
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 1
Table of Contents
Sr. Title Page No. Disclaimer 4 1 Introduction 6 1.1 Background 6 1.2 Schedule of the bidding process 8 2 Instruction to the EIA Consultancy Organizations 10 A General 10 2.1 Qualification Criteria for Bidding 10 2.2 General Terms of Bidding 10 2.3 In case of Consortium 12 2.4 Cost of Bidding 12 2.5 Tender Document Fees 13 2.6 Site visit and verification of Information 13 2.7 Right to accept and to reject any or all Bids 14 B Documents 15 2.8 Contents of the RFP 15 2.9 Clarifications 16 2.10 Amendment of RFP 16 C Preparation and Submission of Proposals 16 2.11 Format and Signing of Bids 16 2.12 Sealing and Marking of Bids 17 2.13 Address of Communication 19 2.14 Bid Due Date 19 2.15 Late Bids 20 2.16 Rejection of Bids 20 2.17 Validity of Bids 20 2.18 Confidentiality 20 2.19 Confirmation of Receipt 20 2.20 Correspondence with the Bidder 20 D Bid Security 20 2.21 Bid Security 20 3 Terms of Reference 22 3.1 Background 22 3.2 Studies carried out 22 3.3 Objectives of the EIA and Environmental Clearance 22 3.4 Scope of Work 24 3.5 Submission of Report/Data 24 3.6 Data and Facilities to be provided by the Client 25 3.7 Property of GICC 26 3.8 Project Team 26 3.9 Period of Assignment 26 3.10 Consultancy Fees 26 3.11 Schedule of Payment 26 3.12 Penalty 27 4 Evaluation of Bids 28 4.1 Opening of Bids 28 4.2 Test of Responsiveness 28
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 2
Sr. Title Page No. 4.3 Evaluation of Bids 29 A TECHNICAL PROPOSAL 29 B Financial Evaluation 30 4.4 Contacts during Bid Evaluation 30 4.5 Award of Contract 30 5 Fraud and Corrupt Practices 31 6 Miscellaneous 33 Annexures Page No. Annexure I Proposal Submission Letter 34
Annexure II Format for Power of Attorney for Signing of Proposal 36
Annexure III Format for Power of Attorney for Lead Member of the Consortium 37
Annexure IV Firm’s References 39
Annexure V Approach Paper on Methodology and Work Plan for Performing the Assignment
41
Annexure VI Composition of The Team Personnel, and Task(s) of Each Team Member
42
Annexure VII Activity (Work) Schedule 43
Annexure VIII Submission Letter of Financial Proposal 44
Annexure IX Total Price of the Services 45
Annexure X Draft Contract Agreement 46
Annexure XI Detailed Scope of Work of EIA Consultancy Organization 57
Annexure XII Performa Bank Guarantee as Performance Security 64
Annexure XIII Performa Bank Guarantee for Bid Security 66
Annexure XIV Final Development Plan of MB SIR 69
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 3
Abbreviations
CAG : Comptroller and Auditor General DFC : Dedicated Freight Corridor EIA : Environment Impact Assessment EoI : Expression of Interest GICC : Gujarat Industrial Corridor Corporation GIDB : Gujarat Infrastructure Development Board GSIR : Gujarat Special Investment Region GTP&UD : Gujarat Town Planning and Urban Development ICT : Information and Communications Technology LoA : Letter of Authority MBSIR : Mandal Becharaji Special Investment Region MBSIRDA : Mandal Becharaji Special Investment Regional Development Authority MD : Managing Director MoEFCC Ministry of Environment, Forest and Climate Change NABET : National Accreditation Board for Education & Training RFP : Request for Proposal RoC : Registrars of Companies QCI : Quality Council of India SPV : Special Purpose Vehicle ToR : Terms of Reference
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 4
Disclaimer The information contained in this Request for Proposal document (hereinafter referred to as “RFP”) or subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of the Managing Director, Gujarat Industrial Corridor Corporation (hereinafter referred to as “MD-GICC”), (the “Corporation”) or any of their employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided. The purpose of this RFP is to provide interested parties with information that may be useful to them in making their financial offers pursuant to this RFP (the "Bid"). This RFP includes statements, which reflect various assumptions and assessments arrived at by the MD-GICC in relation to the Project. Such assumptions, assessments and statements do not intend to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the MD-GICC, its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFP. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate sources. Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The MD-GICC accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein. The MD-GICC, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this Bid Stage. The MD-GICC also accepts no liability of any naturewhether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP. The MD-GICC may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 5
The issue of this RFP does not imply that the MD-GICC is bound to select a Bidder or to appoint the Selected Bidder, as the case may be, for the appointment of EIA Consultancy Organization for EIA and Environmental Clearance for Mandal Becharaji Special Investment Region and the MD-GICC reserves the right to reject all or any of the Bidders or Bids without assigning any reason whatsoever. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the MD-GICC or any other costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and the MD-GICC shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation for submission of the Bid, regardless of the conduct or outcome of the Bidding Process.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 6
1. Introduction
1.1 Background Ministry of Railways, GoI has proposed to construct a Dedicated Freight Corridor (DFC) in two long routes namely, the Eastern and Western freight corridors. The DFC passes through six different states and is envisaged to spur economic development in the region and through development of industries. This ambitious project will see major expansion of infrastructure and industry – including smart cities, industrial clusters along with rail, road, port, and air connectivity – in the states along the route of the Corridor. Mandal Becharaji Special Investment Region (MBSIR) is one of these many SIR’s is being developed in Gujarat. MBSIR is a new industrial hub being planned in the north-west direction of Ahmedabad near Becharaji Town. It is located at a distance of about 90 km from Ahmedabad and about 85 km from Gandhinagar in the State of Gujarat. MBSIR is spread over an area of around 102sq.km and covers eight villages of Ahmedabad and Mehsana district. MBSIR Area is divided into two clusters: viz. Cluster-A comprising three villages (50.60 sq.km) and Cluster-B comprising five villages (51.50 sq.km), and it mainly comprises/will comprise automobile, manufacturing and auxiliary industries. MBSIR will be developed through five Town Planning Schemes in these two clusters. A Special Purpose Vehicle (SPV) in form a company called Gujarat Industrial Corridor Corporation Limited (GICC). The Company is intended to monitor and supervise the work pertaining to Delhi Mumbai Industrial Corridor within the State of Gujarat under the auspices of GIDB, which is designated as nodal agency and apex body for the purpose. The Corporation is a wholly owned State Govt. Company. GICC is the project development agency for development of the MBSIR. Vide’ Notification No. GHU/2013/16/SIR/112012/1276/I on 14thAugust, 2013 published in Government Gazette, Industries and Mines Department, Government of Gujarat, MBSIR now comprises two villages of Detroj Taluka andfive villages of Mandal Taluka from Ahmedabad district; and one village from Becharaji Taluka of Mehsana district. The total area is spread over eight villages, is about 101.72sq.km as per Notification, and is about 102.10sq.km as measured on base map. Final Development Plan was sanctioned u/s 6(2)(iv) and 17(2) of the GSIR Act 2009 and U/S 17(1)(a)(i) and U/S 17(1)(d)&(e) of the GTP&UD Act 1976 on 15th March, 2016 by the Apex Authority (GIDB) and published by Mandal Becharaji Special Investment Regional Development Authority (MBSIRDA), Gandhinagar. GICC have appointed M/s. WAPCOS Ltd. as the Master Infrastructure Consultant (MIC) for Mandal Becharaji Special Investment Region. All deliverables from consultant engaged on this project shall be submitted to the Managing Director of the Corporation with a copy to MIC. As an extension of GICC, the MIC will be responsible for taking inputs from stakeholders and communicating them with the consultant. In all day-to-day matters in respect of implementation of this assignment, the Consultant shall report to the MIC and GICC.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 7
List of Notified Villages in MBSIR
Sr.No. Name of Revenue Village
Total Survey No’s
Total Area of Land (sq.km)
Name of Taluka Name of District
1 HansalpurBecharaji Complete 8.63
Mandal Ahmedabad
2 Sitapur Complete 36.72 3 Ughroj Complete 14.24 4 Ughrojpura Complete 6.37 5 Ukardi Complete 8.56 6 Bhagapura Complete 12.43
Detroj 7 Shihor Complete 9.53 8 Chandanki Complete 5.24 Becharaji Mehsana Total 101.72
Source: Final Development Plan Report-MBSIR
Relevant detail (Development Plan of the SIR) of the proposed SIR can be referred on http://dholerasir.com/whatsnew.aspx. Key specifications of the MBSIR are as follows. Total area: approx. 10200 ha
Two clusters:
Cluster A, approx. 5060 ha (3 villages, falling in Ahmedabad and Mehsana districts)
Cluster B approx. 5150 ha (5 villages, falling in Ahmedabad district)
Interconnected by approx. 18 km, SH 07, and SH 133
Village habitations not proposed under development footprint (300 m buffer proposed), no easement disturbed
No forest land involved Over 15 km away from National Parks/Sanctuaries/Critically Polluted Areas
Phases: Phase I (approx. 1800 ha immediate), Subsequent phases depending on demand realization
Project Components:
(a) Industrial plots, warehousing/logistics and reserve greens (b) Residential and Commercial, Knowledge/IT Park, etc. (c) Roads, linear utility services in trenches in service corridor (water, sewage, industrial
effluent, treated water, power, gas, telecom, ICT) (d) Storm water network, area drainage (e) Water Treatment plant(s); Source of water – Narmada Main Canal about 16 km east, by
pipeline (f) Power through u/g cabling, HT by overhead transmission line(s) (g) Sewage Treatment Plant(s) (h) CETP(s), water reclamation for irrigation and treated water back to industries and
residential by pipeline
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 8
(i) Municipal solid waste treatment and sanitary landfilling (WtE if feasible, in phases), collection system
(j) Ecological buffer areas (Bioswales, conservation of natural water bodies, ecological greens, RWH System, recreational parks
(k) Approx. 26 km last mile (BG, single track) rail feeder line connecting both cluster, sidings and yards in logistics areas in both Clusters
Final Development Plan of the MBSIR is given as Annexure XIV.
1.2 Schedule of Bidding Process Schedule of Bidding Process Sr. Event Period Date Time Venue/Mode
1 Floating of RFP T 26th Oct.,
2017 1100 hrs. To the NABET accredited consultant through Email
2 Last Date of Receiving Queries over RFP
T+11 Days 6th Nov.,
2017 1730 hrs. Through fax, e-mail and/or Post
3 Last Date of Submission of Bid in response to the RFP
T+26 Days 21st Nov. ,
2017 1800 hrs.
Conference Room, Gujarat Industrial Corridor Corporation, 6th Floor, Block No. 1, UdyogBhavan, Sector – 11, Gandhinagar, Gujarat – 382 017
4 Opening of Technical Bids T+27 Days
22nd Nov. , 2017 1130 hrs.
Conference Room, Gujarat Industrial Corridor Corporation, 6th Floor, Block No. 1, UdyogBhavan, Sector – 11, Gandhinagar, Gujarat – 382 017
5 Presentation by the pre-qualified Bidders T+33days
28th Nov. , 2017 1000 hrs.
Conference Room, Gujarat Industrial Corridor Corporation, 6th Floor, Block No. 1, UdyogBhavan, Sector – 11, Gandhinagar, Gujarat – 382 017
6 Declaration of Technical Results
T+35 days 30th Nov. , 2017
1600 hrs. To the Bidders by e-mail
7 Opening of Financial Bids
T+39 Days 4th Dec. ,
2017 1100 hrs.
Conference Room, Gujarat Industrial Corridor Corporation, 6th Floor, Block No. 1,
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 9
Sr. Event Period Date Time Venue/Mode UdyogBhavan, Sector – 11, Gandhinagar, Gujarat – 382 017
8 Proposal Evaluation Result
T+46 Days 11th Dec.,
2017 1700 hrs.
To the Bidders by e-mail
9 Award of Contract T+54 Days 19th Dec.,
2017 1600 hrs.
Conference Room, Gujarat Industrial Corridor Corporation, 6th Floor, Block No. 1, UdyogBhavan, Sector – 11, Gandhinagar, Gujarat – 382 017
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 10
2. Instruction to EIA Consultancy Organizations
A. General 2.1Qualification Criteria for Bidding 2.1.1 A Bidder is eligible to submit only one Bid for the Project. 2.1.2 EIA Consultancy Organization having firm and valid (not provisional) QCI NABET Accreditation as on the date of Submission of Bid (as per List published on MoEFCC and QCI NABET website) in following sectors per EIA Notification, 2006 (amended) will be eligible to bid.
(a) EIA Notification, 2006, amended, Schedule Item 7(c), Industrial estates/parks/ complexes/areas, export processing Zones (EPZs), Special Economic Zones (SEZs), Biotech Parks, Leather Complexes.
• QCI NABET Scheme of Accreditation (Ver. 3, June, 2015), Annexure II, Sector 31 (b) EIA Notification, 2006, emended, Schedule, Item 7(h) Common Effluent
TreatmentPlants (CETPs) • QCI NABET Scheme of Accreditation (Ver. 3, June, 2015), Annexure II, Sector 36 (c) EIA Notification, 2006, emended, Schedule, Item 7(i) Common Municipal Solid Waste Management Facility (CMSWMF) • QCI NABET Scheme of Accreditation (Ver. 3, June, 2015), Annexure II, Sector 37 (d) EIA Notification, 2006, emended, Schedule, Item 8(b) Township and Area Development Projects • QCI NABET Scheme of Accreditation (Ver. 3, June, 2015), Annexure II Sector 39
2.1.3 If one EIA Consultancy Organization does not have firm and valid accreditation in all the above-mentioned four sectors, two or more EIA Consultancy Organizations may bid as a Consortium. A consortium of maximum three EIA Consultancy Organizations (One Lead and two Members) shall be eligible to bid.
2.1.4 Any individual/firm associated with Master Infrastructure Consultant for Mandal Becharaji Special Investment Region is not eligible for participate in the bidding.
2.2 General Terms of Bidding 2.2.1 Notwithstanding anything to the contrary contained in this RFP, the detailed terms
specified in the draft Contract Agreement shall have overriding effect; provided, however, that any conditions or obligations imposed on the Bidder hereunder shall continue to have effect in addition to its obligations under the Contract Agreement.
2.2.2 The Bidder should submit a Power of Attorney as per the format at Annexure II, authorizing the signatory of the Bid to commit the Bidder.
2.2.3 In case the Bidder is a Consortium, the Members thereof should furnish a Power of
Attorney in favor of the Lead Member in the format at Annexure III.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 11
2.2.4 The Bid should be furnished in the format at Annexure - IX, clearly indicating the bid
amount in both figures and words, in Indian Rupees, and signed by the Bidder’s authorized signatory. In the event of any difference between figures and words, the amount indicated in words shall be considered.
2.2.5 Any condition or qualification or any other stipulation contained in the Bid shall
render the Bid liable to rejection as a non-responsive Bid. 2.2.6 The Bid and all communications in relation to or concerning the Bidding Documents
and the Bid shall be in English language. 2.2.7 The Bidding Documents including this RFP and all attached documents are and shall
remain the property of the MD-GICC and are transmitted to the Bidders solely for the purpose of preparation and the submission of a Bid in accordance herewith. Bidders are to treat all information as strictly confidential and they shall not use it for any purpose other than for preparation and submission of their Bid. The MD-GICC will not return any Bid or any information provided along therewith.
2.2.8 A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects
the Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified. In the event of disqualification, the MD-GICC shall forfeit and appropriate the Bid Security, as the case may be, as mutually agreed genuine pre-estimated compensation and damages payable to the MD-GICC for, inter alia, the time, cost and effort of the MD-GICC including consideration of such Bidder’s proposal, without prejudice to any other right or remedy that may be available to the MD-GICC hereunder or otherwise. Without limiting the generality of the above, a Bidder shall be considered to have a Conflict of Interest that affects the Bidding Process, if:
(i) such Bidder (or any constituent thereof) and any other Bidder (or any constituent
thereof) have common controlling shareholders or other ownership interest; provided that this qualification shall not apply in cases where the direct or indirect shareholding in a Bidder or a constituent thereof in the other Bidder(s) (or any of its constituents) is less than 1% of its paid up and subscribed capital; or
(ii) a constituent of such Bidder is also a constituent of another Bidder; or (iii) such Bidder receives or has received any direct or indirect subsidy from any other
Bidder, or has provided any such subsidy to any other Bidder; or (iv) such Bidder has the same legal representative for purposes of this Bid as any other
Bidder; or
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 12
(v) such Bidder has a relationship with another Bidder, directly or through common third parties, that puts them in a position to have access to each-others’ information about, or to influence the Bid of either or each of the other Bidder;
2.2.8 A Bidder shall be liable for disqualification and forfeiture of Bid Security if any legal,
financial or technical adviser of the MD-GICC in relation to the Project is engaged by the Bidder in any manner for matters related to or incidental to such Project during the Bidding Process or subsequent to the (i) issue of the LoA or (ii) execution of the Contract Agreement.
In the event any such adviser is engaged by the Selected Bidder, after issue of the LoA or execution of the Contract Agreement, then notwithstanding anything to the contrary contained herein or in the LoA or the Contract Agreement and without prejudice to any other right or remedy of the MD-GICC including the forfeiture and appropriation of the Bid Security, as the case may be, which the MD-GICC may have there under or otherwise, the LoA or the Contract Agreement, as the case may be, shall be liable to be terminated without the MD-GICC being liable in any manner whatsoever to the Selected Bidder for the same.
2.2.9 This RFP is not transferable. 2.2.10 Any award of Contract pursuant to this RFP shall be subject to the terms of Bidding
Documents. 2.2.11 Further and other details of the process to be followed at the Bid Stage and the
terms thereof are spelt out in this RFP. 2.2.12 Any queries or request for additional information concerning this RFP shall be
submitted in writing or by fax and e-mail to the officer designated in Clause 2.13.1 below. The envelopes/communication shall clearly bear the following identification/title:
"Queries/Request for Additional Information: RFP for EIA Consultancy Organization for EIA and Environmental Clearance for Mandal Becharaji Special Investment Region”. 2.3 In case of Consortium
The EIA Consultancy Organization in the consortium shall not be allowed to bid for the project individually. It is explicitly declared that such bids will be treated as non-responsive, and shall not be considered for the project; and the bid security of both the consortiums shall be forfeited. Further, one EIA Consultancy Organization may be a part of not more than one consortium. The Team Leader must be from the Lead Member of the Consortium.
2.4 Cost of Bidding
The Bidders shall be responsible for all of the costs associated with the preparation of their Bids and their participation in the Bidding Process. The MD-GICC will not be
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 13
responsible or in any way liable for such costs, regardless of the conduct or outcome of the Bidding Process.
In the event of any contradiction between the details furnished in this RFP and the same obtained through Bidders’ own means, the data provided in RFP will prevail.
2.5 Tender Document Fee The consultants would be required to pay Rs. 5000 (rupees Five Thousand only ) as tender document fee in the form of demand draft in favor of Managing Director, Gujarat Industrial Corridor Corporation payable at Gandhinagar. The demand draft must be submitted along with the Proposal. Proposals not accompanied by tender document fee shall be rejected outright as non-responsive. The tender document fee is non-refundable.
2.6 Site Visit and Verification of Information
2.6.1 Bidders are encouraged to submit their respective Bids after visiting the Project Site and ascertaining for themselves the Site conditions, traffic, location, surroundings, climate, availability of power, water, access to Site, weather data, applicable laws and regulations, and any other matter considered relevant by them.
2.6.2 However, it shall be deemed that by submitting a Bid, the Bidder has:
(a)Made a complete and careful examination of the Bidding Documents;
(b)Received all relevant information requested from the MD-GICC;
(c) Acknowledged and accepted the risk of inadequacy, error or mistake in the information provided in the Bidding Documents or furnished by or on behalf of the MD-GICC relating to any of the matters referred to in Clause 2.6.1 above;
(d) Satisfied itself about all matters, things and information including matters
referred to in Clause 2.6.1 hereinabove necessary and required for submitting an informed Bid in accordance with the Bidding Documents and performance of all of its obligations there under;
(e) Acknowledged and agreed that inadequacy, lack of completeness or
incorrectness of information provided in the Bidding Documents or ignorance of any of the matters referred to in Clause 2.6.1 hereinabove shall not be a basis for any claim for compensation, damages, extension of time for performance of its obligations, loss of profits, etc. from the MD-GICC, or a ground for termination of the Contract Agreement; and
(f) Agreed to be bound by the undertakings provided by it under and in terms hereof.
2.6.3 The MD-GICC shall not be liable for any omission, mistake or error on the part of the Bidder in respect of any of the above or on account of any matter or thing arising out of or concerning or relating to RFP, the Bidding Documents or the Bidding Process, including any error or mistake therein or in any information or data given by the MD-GICC.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 14
2.7. Right to accept and to reject any or all Bids 2.7.1 Notwithstanding anything contained in this RFP, the MD-GICC reserves the right to
accept or reject any Bid and to annul the Bidding Process and reject all Bids at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons therefore.
2.7.2 The MD-GICC reserves the right to reject any Bid and appropriate the Bid Security if:
(a) At any time, a material misrepresentation is made or uncovered, or
(b) The Bidder does not provide, within the time specified by the MD-GICC, the supplemental information sought by the MD-GICC for evaluation of the Bid. Such misrepresentation/improper response shall lead to the disqualification of the Bidder. If the Bidder is a Consortium, then the entire Consortium shall be disqualified/rejected. If such disqualification/rejection occurs after the Bids have been opened and the Bidder gets disqualified/rejected, then the MD-GICC reserves the right to:
Take any such measure as may be deemed fit in the sole discretion of the MD-GICC including annulment of the Bidding Process.
2.7.3 In case it is found during the evaluation or at any time before signing of the Contract Agreement or after its execution and during the period of subsistence thereof, that one or more of the pre-qualification conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if the Bidder has already been issued the LoA or has entered into the Contract Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the MD-GICC to the Bidder, without the MD-GICC being liable in any manner whatsoever to the Bidder. In such an event, the MD-GICC shall forfeit and appropriate the Performance Security, as the case may be, as mutually agreed genuine pre-estimated compensation and damages payable to the MD-GICC for, inter alia, time, cost and effort of the MD-GICC without prejudice to any other right or remedy that may be available to the MD-GICC.
2.7.4 The MD-GICC reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the EoI, the RFP or the Bidding Documents. Failure of the MD-GICC to undertake such verification shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the MD-GICC there under.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 15
B. Documents 2.8 Contents of the RFP PART I Request for Proposal Document
Letter of Invitation
Glossary
Disclaimer
Introduction
Instruction to the EIA Consultancy Organizations
Terms of Reference
Evaluation of Bids
Fraud and Corrupt Practices
Miscellaneous
Part II Annexure
Annexure I Proposal Submission Letter
Annexure II Format for Power of Attorney for signing of Proposal
Annexure III Format for Power of Attorney for Lead Member of Consortium
Annexure IV Firm’s References
Annexure V Approach Paper on Methodology and Work Plan for Performing the Assignment
Annexure VI Composition of the Team Personnel, and Task(s) of each Team Member
Annexure VII Activity (Work) Schedule
Annexure VIII Submission Letter of Financial Proposal
Annexure IX Total Price of the Services
Annexure X Draft Contract Agreement
Annexure XI Detailed Scope of Work of EIA Consultancy Organization
Annexure XII Performa Bank Guarantee as Performance Security
Annexure XIII Performa Bank Guarantee for Bid Security
Annexure XIV Final Development Plan of MBSIR
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 16
2.9. Clarifications 2.9.1 Bidders requiring any clarification on the RFP may notify the MD-GICC in writing or
by fax and e-mail in accordance with Clause 2.2.12. They should send in their queries before the date mentioned in the Schedule of Bidding Process specified in Clause 1.2. The MD-GICC shall endeavor to respond to the queries within the period specified therein, but no later than seven days prior to the Bid Due Date. The responses will be sent by fax and e-mail. The MD-GICC will forward all the queries and its responses thereto, to all Bidders without identifying the source of queries.
2.9.2 The MD-GICC shall endeavor to respond to the questions raised or clarifications
sought by the Bidders. However, the MD-GICC reserves the right not to respond to any question or provide any clarification, in its sole discretion, and nothing in this clause shall be taken or read as compelling or requiring the MD-GICC to respond to any question or to provide any clarification.
2.9.3 The MD-GICC may also on its own motion, if deemed necessary, issue interpretations
and clarifications to all Bidders. All clarifications and interpretations issued by the MD-GICC shall be deemed to be part of the Bidding Documents. Verbal clarifications and information given by MD-GICC or its employees or representatives shall not in any way or manner be binding on the MD-GICC.
2.10 Amendment of RFP 2.10.1 At any time prior to the deadline for submission of Bids, the MD-GICC may, for any
reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the RFP by the issuance of Addenda.
2.10.2 Any Addendum thus issued will be sent in writing to all the Bidders. 2.10.3 In order to afford the Bidders a reasonable time for taking an Addendum into
account, or for any other reason, the MD-GICC may, at its own discretion, extend the Bid Due Date after considering the time required by Bidders to address such amendment.
C. Preparation and Submission of Proposals
2.11 Format and Signing of Bids 2.11.1 The Bidder shall provide all the information sought under this RFP. The MD-GICC will
evaluate only those Bids that are received in the required formats and complete in all respects.
2.11.2 The Bid shall be typed or written in indelible ink and signed by the authorized
signatory of the Bidder who shall also initial each page, in blue ink. All the alterations, omissions, additions or any other amendments made to the Bid shall be initialed by the person(s) signing the Bid.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 17
2.12. Sealing and Marking of Bids 2.12.1. The Bidder shall submit the Bid in the format specified at Annexure I to XI and seal it
in an envelope and mark the envelope as “Bid for selection of EIA Consultancy Organization for EIA and Environmental Clearance of Mandal Becharaji Special Investment Region.”
2.12.2. The bid shall comprise a single package containing two separate envelopes. Each
envelope shall contain separately the technical proposal and the financial proposal along with the required documents and checklist.
2.12.3. The envelopes shall be marked as “TECHNICAL PROPOSAL”, “FINANCIAL PROPOSAL”
in bold and legible letters to avoid confusion;
2.12.4 The Technical Proposal
1. The Technical Proposal shall contain the following:
i). Proposal submission Letter in the format of Annexure I.
ii). Signed Power of Attorney for Signing of Proposal Format in the format of Annexure II. Signed Power of Attorney for Lead member of the Consortium in the format of Annexure III if the bidder is a Consortium of EIA Consultancy Organizations.
ii). Experience of the EIA Consultancy Organization (maximum two pages introducing the
Organization’s and Associate Organization(s) background and general experience, and maximum 20 pages listing completed projects in the format of Annexure IVillustrating Consultancy Organization and Associate Organization(s) experience. No promotional material should be included.
iii). General approach and methodology and work and staffing schedule (maximum 20
pages inclusive of charts and graphs) in the format of Annexure V. iv). Composition of The Team Personnel, and Task(s) of each Team Member in the
format of Annexure VI. v). Activity (Work) Schedules in the format of Annexure VII. vi). A copy of the Contract Agreement in the format of Annexure Xwith each page
initialed by the person signing the Bid in pursuance of the Power of Attorney. vii). Performance Security in the form of Bank Guarantee in the format of Annexure XII,
and Tender Document Fee as mentioned in clause 2.5 to be enclosed. viii) Bid Security in the form of Bank Guarantee in the format of Annexure XIII viii).Comments on Terms of Reference (no limit but should be concise and to the point.
Copy of full ToR in comments will not be considered).
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 18
2. Any proposal containing Vague and Indefinite Expressions will be disqualified. The Technical Proposal shall contain information indicated in the following paragraphs. Such information must be provided by the EIA Consultancy Organization and each Associate Organization (in case of Consortium).
i). A brief description of the Organization and outline of recent experience of the EIA
Consultancy Organization and each Associate Organization (in case of Consortium) on assignments of a similar nature is required in Annexure IV). For each assignment, the outline should indicate inter alia, the assignment, estimated project cost and the Consultancy Organization's role and project status. Information should be provided only for those assignments for which the Consultancy Organization was legally contracted by the client as a corporate entity or as one of the major participating consulting organizations within an association. Assignments completed by individual experts working privately or through other consulting organizations cannot be claimed as the experience of the Consultancy Organization, or that of the Consultancy Organization's Associate Organization(s), but can be claimed by the individuals themselves in their CVs. Consultancy Organizations should be prepared to substantiate the claimed experience if so requested by the Corporation.
ii). A concise, complete, and logical description of how the Consultancy Organization’s
team will carry out the services to meet all requirements of the ToR.
iii). A Work Plan showing in graphical format (bar chart) the timing of major activities, anticipated coordination meetings, and deliverables such as reports required under the ToR.
iv). An organization chart indicating relationships amongst the EIA Consultancy
Organization and any Associate Organization(s), the Client, and other parties or stakeholders, if any, involved in the assignment.
v). Comments, if any, on the ToR to improve performance in carrying out the
assignment. Innovativeness will be appreciated, including workable suggestions that could improve the quality/effectiveness of the assignment. In this regard, unless the EIA Consultancy Organization clearly states otherwise, it will be assumed by the Corporation that work required to implement any such improvements, are included in the inputs shown on the EIA Consultancy Organization's Staffing Schedule.
vi). The Technical Proposal shall not include any financial information. Technical
Proposals containing financial information may be declared non responsive. 2.12.5.A true copy of the technical proposal accompanying the Bid, as specified in Clause
2.12.4 above, shall be placed in hard binding and the pages shall be numbered serially. Each page thereof shall be initialed in blue ink by the Authorized Signatory. This copy of the documents shall be placed in a separate envelope and marked “Copy of Technical Proposal”.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 19
2.12.6 The Financial Proposal i). the financial proposal should list the costs associated with the assignment. These
should cover remuneration for staff, accommodation, transportation, printing of documents and other project related expenditures.
ii). the financial quote should be inclusive all taxes except applicable prevailing Service
Tax which shall be payable at prevailing statutory rates at the time of billing/invoicing. No additional finance will be provided under any other headings not mentioned in the financial quotation.
iii). all the costs must be expressed in Indian Rupees only. iv). all information provided in EIA Consultancy Organizations' Financial Proposal will be
treated as confidential. The Financial Proposal must be submitted in hard copy using the format shown in Annexure VIII and Annexure IX.
2.12.6.If the envelopes are not sealed and marked as instructed above, the MD-GICC will
assume no responsibility for the misplacement or premature opening of the contents of the Bid submitted.
2.12.7 Bids submitted by fax, telex, telegram or e-mail shall not be entertained and shall be
rejected.
2.13. Address of Communication
2.13.1. Each of the Envelopes shall be addressed to:
DESIGNATION : Managing Director
ADDRESS : Gujarat Industrial Corridor Corporation, 6th Floor, Block No. 1, Udyog Bhavan, Sector – 11, Gandhinagar, Gujarat – 382 017 Phone: 079 23226015, Fax: 079 23222481 Email: [email protected]
2.14. Bid Due Date
2.14.1 Applications should be submitted before 1800 hours IST by the Application Due Date mentioned in the Schedule of Bidding Process (Clause 1.2), to the address provided in Clause 2.13.1 in the manner and form as detailed in this RFP Document. Applications submitted by fax transmission, telex or e-mail will not be accepted.
2.14.2 All applications should be submitted through RPAD/Speed Post/Courier only.
Applications through Hand Delivery shall not be accepted. No applications after the due date shall be considered for the evaluation.
2.14.3 The Corporation may, in exceptional circumstances, and at its sole discretion, extend
the Application Due Date by issuing an Addendum in accordance with Clause 2.10, uniformly for all Applicants.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 20
2.15 Late Bids Bids received by the Corporation after the specified time on the Bid Due Date shall not be eligible for consideration and shall be summarily rejected.
2.16 Rejection of Bids 2.16.1. The Corporation reserves the right to accept or reject all or any of the Bids without
assigning any reason whatsoever. It is not obligatory for the Corporation to accept any Bid or to give any reasons for their decision.
2.16.2. The Corporation reserves the right not to proceed with the Bidding Process at any
time, without notice or liability, and to reject any Bid without assigning any reasons. 2.17 Validity of Bids 2.17.1. The Bids shall be valid for a period of not less than 90 days (3 months) from the Bid
Due Date. The validity of Bids may be extended by mutual consent of the respective Bidders and the Corporation.
2.18 Confidentiality
2.18.1. Information relating to the examination, clarification, evaluation and recommendation for the Bidders shall not be disclosed to any person who is not officially concerned with the process or is not a retained professional advisor advising the Corporation in relation to, or matters arising out of, or concerning the Bidding Process. The Corporation will treat all information, submitted as part of the Bid, in confidence and will require all those who have access to such material to treat the same in confidence. The Corporation may not divulge any such information unless it is directed to do so by any statutory entity that has the power under law to require its disclosure or is to enforce or assert any right or privilege of the statutory entity and/or the Corporation.
2.19. Confirmation of Receipt 2.19.1 The Corporation would appreciate you informing by fax/e-mail receipt of letter of
invitation. 2.20. Correspondence with the Bidder 2.20.1. The Corporation shall not entertain any correspondence with any Bidder in relation
to acceptance or rejection of any Bid.
D. Bid Security
2.21. Bid Security
2.21.1.A Bidder is required to deposit, along with its Bid, a bid security of Rs.1,00,000 (Rupees One Lakhs only) (the "Bid Security"), refundable no later than 120 days
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 21
from the Bid Due Date, except in the case of the selected Bidder whose Bid Security shall be retained till it has provided a Performance Security under the Contract. The Bidders will have to provide Bid Security in the form of a demand draft or bank Guarantee (of any nationalized/private bank (but not schedule/cooperative bank) in favor of Managing Director, Gujarat Industrial Corridor Corporation, Gandhinagar, must be submitted along with Technical proposal, the validity period of the bank guarantee shall not be less than 180 (one hundred and eighty) days from the Bid Due Date, inclusive of a claim period of 60 (sixty) days, and may be extended as may be mutually agreed between the Client and the Bidder from time to time. The Bid shall be summarily rejected if it is not accompanied by the Bid Security.
2.21.2. No interest shall be payable by MD-GICC for the sum deposited as bid security.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 22
3. Terms of Reference 3.1. Background
Government of Gujarat has embarked upon an ambitious programmer for development of Mandal Becharaji Special Investment Region (MBSIR) on the Delhi – Mumbai Industrial Corridor planned by the Government of India.
GICC, the nodal, SPV company for the development of the MBSIR has proposed to obtain Environmental Clearance of the proposed 102.10 sq.km MBSIR development in accordance with the EIA Notification, 2006 (amended).
3.2 Studies Carried Out
Final Development Plan was sanctioned u/s 6(2)(iv) and 17(2) of the GSIR Act 2009 and U/S 17(1)(a)(i) and U/S 17(1)(d)&(e) of the GTP&UD Act 1976 on 15th March, 2016 by the Apex Authority (GIDB) and published by Mandal Becharaji Special Investment Regional Development Authority (MBSIRDA), Gandhinagar.
Master Infrastructure Planning for the MBSIR is underway, being carried out by WAPCOS Ltd., Gandhinagar. The infrastructure planning, inter alia, comprises basic and detailed design of roads, all utility services via water, drainage, sewerage and industrial effluent, power, gas, ICT, etc. including water, sewage and industrial waste treatment plants, raw water, sewage and treated recycled water transmission mains as described in the Development Plan and other relevant documents.
3.3. Objectives of the EIA and Environmental Clearance
Per EIA Notification 2006 (amended multiple times) of the Ministry of Environment Forests, and Climate Change, GoI, MBSIR project requires prior Environmental Clearance from the MoEFCC before any construction work or preparation of land, except for securing the land is undertaken.
The Project Proponent (GICC), after identifying the site and carrying out a prefeasibility study needs to apply for Prior Environmental Clearance in the prescribed form along with PFR and proposed ToR for EIA.
On approval of the proposed ToR, Detail EIA Report is required to be submitted to MoEFCC for Environmental Clearance. Minutes of Public Hearing(s) have to be appended. After due appraisal by the EAC, MoEFCC, GOI will grant the Environmental Clearance.
Issuance of ToR for EIA for the proposed project is the subject matter of discretion of the Expert Appraisal Committee of the MoEFCC, New Delhi functioning under the proviso of the EIA Notification, 2006 (amended). Approved ToRs may be for ‘Rapid’ EIA (entailing one season environmental baseline monitoring), or for ‘Comprehensive’ EIA (entailing three season environmental baseline monitoring). Evaluation of the impact of the project shall be carried out, interalia on air
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 23
environment, water environment, land use, drainage, traffic, flora and fauna, socio-economic and cultural environment on short and long term basis. The evaluation shall be carried out for pre project scenario, project implementation scenario with and without EMP. The environmental impact scenario shall be carried out for, before, during and after the implementation of project.
Various guidelines and Model ToR provided by MoEFCC and State PCB in this regard shall be studied while conducting the EIA. The baseline data generated from above studies shall be analyzed and compared with applicable standards for each environmental attribute so that the critical environmental areas and also attributes of concern are identified. The short term and long term impacts particularly on sensitive targets such as endangered species, plants, crops and historically important monuments, etc. shall be identified.
Considering above, principal objectives of the EIA and Environmental Clearance for MBSIR are given below:
a. Prepare application for obtaining Terms of Reference for EIA from the relevant
Expert Appraisal Committee, Ministry of Environment, Forests and Climate Change based on a Pre-Feasibility Report.
b. Prepare the Environmental Impact Assessment Report adhering to the proposed, standard and issued additional ToR for EIA by MoEFCC.
c. Assessment of the status of Air, Noise, Water, Land, Biological and Socio economic
components of environment including biodiversity in view of green field site and also parameters of human interest and health up to 10 km area from the boundary of the project site.
d. Identification of potential impacts due to proposed project, on various
environmental components including biodiversity due to activities envisaged during construction and operational phases of the proposed project.
e. Prediction of significant impacts due to proposed project through identification,
calibration and validation of appropriate mathematical/simulation models.
f. Evaluation of impacts through appropriate evaluation techniques and preparation of Environmental Impacts Statement based on identification, prediction and evolution of impacts.
g. Formulation of environmental quality monitoring programs for construction and
operational phases of the proposed project.
h. Based on the impacts identified the mitigation measures shall be suggested and Environment Management Plan shall be prepared.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 24
i. Based on the possible natural phenomenon and anthropogenic activities including activities of industrial and commercial nature, Risk Assessment will be carried out, and a Disaster Management Plan will be prepared.
j. To obtain inputs from stakeholders, establishing co-relation between inputs, compile various baseline data in desired format for EIA study to take up process of Environment Clearance and Monitoring the progress. Packaging the submission of various details as per prescribed structure.
k. The selected consultant has an overall responsibility for conducting the public hearing and follow up with the state pollution control board (GPCB).
l. After the public hearing all the comments should be prepared and complied by the selected consultant
3.4 Scope of Work Scope of Work to carry out EIA and Environmental Clearance for EIA Consultancy Organization is as mentioned in Clause 2.1, 2.2 and 2.3 of Annexure XI.
3.5 Submission of Report/Data
The key outputs shall include but not limited to the following:
(i) Inception Report indicating Approach and Methodology for EIA (keeping into account ToRs issued to large format SEZs/IEs/SIRs by the MoEFCC in the past)
(ii) EC Application (draft Form 1, proposed ToR for EIA and draft PFR based on project information provided by the Master Infrastructure Consultant
(iii) Draft ToR presentation for EAC, MoEFCC (iv) Environmental Baseline and Detail EIA Progress Report (v) Draft Environmental Impact Assessment Report (vi) Final EIA Report after incorporating observations and comments received in
Public Consultation (vii) Supplementary reports if necessitated after Public Consultation (viii) Draft EC Presentation for EAC, MoEFCC (ix) Supplementary EC Presentation for EAC, MoEFCC, if and as directed (x) Technical backstopping for any statutory agency/subcommittee visit to the site at
any stage of the EC process
3.5.1 Deliverables and Time Frame Sr. No.
Details Activity Duration
1. Inception Report D + 15 days 2. Presentation before GICC on EIA Study Approach D + 25 days 3. EC Application (draft Form 1, proposed ToR for EIA and
draft PFR based on project information provided by the Master Infrastructure Consultant
D + 40 days
4. Mock presentation before GICC on ToR for EIA D + 50 days 5. 1st Baseline Monitoring and EIA Progress Report 40 days after initiation of baseline
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 25
Sr. No.
Details Activity Duration
monitoring for the first season 6. 1stPresentation before GICC on progress made on the
EIA Study 40 days after initiation of baseline monitoring for the first season
7. 2nd Baseline Monitoring and EIA Progress Report 70 days after initiation of baseline monitoring for the first season
8. 3rd Baseline Monitoring and EIA Progress Report 100 days after initiation of baseline monitoring for the first season
9. Submission of draft Rapid and/or Comprehensive EIA Report and draft Executive Summary in Gujarati
110 days after initiation of baseline monitoring for the first season
10. Draft presentation for Public Hearings in Gujarati (for Rapid and/or Comprehensive EIA, as applicable)
Within 5 days of publication of advertisement for Public Hearings in newspapers
11. Final EIA Report (for Rapid and/or Comprehensive EIA, as applicable)
Within 7 days of completion of Public Hearings
12. Draft presentation on the EIA for EAC, MoEFCC (for Rapid and/or Comprehensive EIA, as applicable)
Within 15 days of completion of Public Hearings
13. Technical clarifications on queries raised by the EAC, MoEFCC
5 days after communication of queries by GICC by e-mail
14. 4thBaseline Monitoring and EIA Progress Report (in case of Comprehensive EIA)
100 days after initiation of baseline monitoring for the second season
15. 2ndPresentation before GICC on progress made on the EIA Study
100 days after initiation of baseline monitoring for the second season
16. 5thBaseline Monitoring and EIA Progress Report (in case of Comprehensive EIA)
100 days after initiation of baseline monitoring for the third season
17. 3rdPresentation before GICC on progress made on the EIA Study
100 days after initiation of baseline monitoring for the third season
18. Submission of draft Comprehensive EIA Report and draft Executive Summary in Gujarati
110 days after initiation of baseline monitoring for the third season
D* – Start Date of Assignment, – The date of issue of Letter of Award (LoA) All reports will be submitted in non-editable soft copies by e-mail and three, signed, bound copies by post. Note: Baseline monitoring for the season will cover three months of one full season, starting from the first day of the calendar month of the season and ending on the last day of the calendar month of the season.
3.6 Data and Facilities to be provided by GICC Required data/reports as mentioned in Clause 3.2 will be provided to the EIA
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 26
Consultancy Organization to carry out the EIA only. 3.7 Property of GICC
All data collected, software, reports, etc. prepared for this assignment would be the property of MD-GICC and will be submitted to MD-GICC in soft copies and in hard copies, in whichever form it is available along with the final reports.
3.8 Project Team The EIA Consultancy Organization would be required to form a multi-disciplinary Project Team for this assignment.
3.9 Period of Assignment
The period of assignment as per the Terms of Reference shall be for 15 months. i.e. from the date of issue of LoI. However, the extension of the period shall be decided based on the scale of work and/or suggestions given by EAC, MoEFCC.
3.10 Consultancy Fees The EIA Consultancy Organization will quote for the scope of services defined above in financial bid as per Annexure IX. Payment for services shall be paid as per the Schedule of payment.
3.11 Schedule of Payment
Please refer 3.3.Objectives of the EIA and Environmental Clearance, paragraph four. Sr. Percent payment of
the total project cost 1
Percent payment of the total project cost and its
corresponding applicable prevailing Service tax in case of Rapid EIA
2
Stage of payment
and its corresponding applicable prevailing Service tax in case of Comprehensive EIA
1 20% 20% after successful ToR presentation 3 before the EAC, MoEFCC, New Delhi
2 15% 15% on submission of 1stBaseline Monitoring and EIA Progress Report
3 10% 0% on acceptance of Draft Rapid EIA Report
1Price bid value 2Price bid value 3 Successful ToR presentation will constitute recommendation of the proposed ToRs and additional ToRs by the EAC to the MoEFCC vide EAC meeting MoM.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 27
4 10% 0% on submission of Final Rapid EIA Report4.
5 10% 0% on getting Environment Clearance for the project as per EIA Notification, 2006 (amended) of MoEFCC, GoI based on Rapid EIA.
6 0% 15% on submission of 2stBaseline Monitoring and EIA Progress Report
7 15% on submission of 3rdBaseline Monitoring and EIA Progress Report
8 0% 10% on acceptance of Draft Comprehensive EIA Report
9 15% on submission of Final Comprehensive EIA Report5.
10 10% on getting Environment Clearance for the project as per EIA Notification, 2006 (amended) of MoEFCC, GoI based on Comprehensive EIA.
(Acceptance means; after submission of Report and after the EIA Consultancy Organization has made presentation to GICC, and after GICC has issued letter of acceptance along with comments/suggestions on the Report.)
3.12 Penalty
In case the above reports are not submitted within the period stipulated as above due to reasons attributable to the EIA Consultancy Organization, EIA Consultancy Organization will be liable to pay at the discretion of GICC, a liquidated damages to the Corporation of 0.5% per week on the contract price subject to maximum of 10% on the contract value. Fraction of a week will be considered as a full week for the purpose of liquidated damages calculations.
4 Final EIA Report will constitute EIA Report finalized after incorporating comments received as part of the Public Consultation process. 5 Final EIA Report will constitute EIA Report finalized after incorporating comments received as part of the Public Consultation process.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 28
4. Evaluation of Bids 4.1. Opening of Bids 4.1.1. The Technical proposals shall be opened as per clause 1.2 of this RFP document. If
possible consultant may depute their representative to be present at the time of opening of proposals.
4.2. Test of Responsiveness 4.2.1. Prior to evaluation of Bids, the Corporation shall determine whether each Bid is
responsive to the requirements of the RFP. A Bid shall be considered responsive only if:
(a) it is received as per the format at Appendix I to XI;
(b) it is received by the Bid Due Date including any extension thereof pursuant to Clause 3.9;
(c) it is signed, sealed, hard bound and marked as stipulated in Clauses 2.12;
(d) it is accompanied by the Power(s) of Attorney as specified in Clauses 2.2.2 and 2.2.3, as the case may be;
(e) it contains all the information (complete in all respects) as requested in this RFP
and/or Bidding Documents (in formats same as those specified);
(f) it does not contain any condition or qualification; and
(g) It is not non-responsive in terms hereof. 4.2.2. The Corporation reserves the right to reject any Bid which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by the Corporation in respect of such Bid.
Clause Evaluation Criteria Points
(a)
Specific experience of the EIA Consultancy Organization related to the Assignment (EIA Consultancy Organization/Consortium should have necessary sector specific Accreditations from QCI NABET for carrying out the EIA studies as envisaged under this RFP. The EIA Consultancy Organization should have undertaken/completed similar project of conducting Environmental Impact Assessment, collection and establishment of baseline data, preparing Environmental Management Plan and taking Environmental Clearance from authorities under the EIA Notification, 2006 (amended).
Emphasis will be on relevance of the projects to the assignment, size and nature of the projects i.e. of comparable size, complexity and technical specialty. It includes core sector such as Industrial parks,
30
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 29
Clause Evaluation Criteria Points
SEZs, EPZs, Integrated Real estate development, Logistics Park, Food/Agro Parks, Bio-tech Parks, Railways, Highways, Expressways, Information Technology and allied services, Water supply and Sewerage, CETPs, Municipal Waste Management, etc.) (Please refer Annexure IV)
(b)
a) Adequacy of the proposed work plan and methodology in response to the ToR followed by presentation (if desired by evaluation committee)
b) Project appreciation and understanding of assignment. c) Project approach and methodology d) Duties and responsibilities of the Team Leader and other key
personnel e) Work Plan and manning schedule (Please refer Annexure V)
40
(c) Qualification and competence of the sector specific key staff for the Assignment (Please refer Annexure VI) 30
4.3. Evaluation of Bids 4.3.1. The proposals shall be evaluated as per the parameters set below and ranked
accordingly. A two stage procedure shall be adopted for evaluating the proposal. A. Technical Proposal 4.3.2 The evaluation committee appointed by GICC will carry out the evaluation of
proposals applying the evaluation criteria and point system. Each responsive proposal shall be attributed a technical score (ST). Only those bidders whose Technical Proposal score 75 marks or more out of 100 shall qualify for further consideration. However, if the number of such pre-qualified Bids is less than two, GICC may, in its sole discretion, pre-qualify the Bidder (a) whose technical score is less than 75 marks.
The points to be given under each of the evaluation criteria are:
(i) Since consultants are short listed from QCI NABET/QCI accreditation, for evaluation of the technical proposal, detailed evaluation criteria will be prepared by the evaluation committee.
(ii) A proposal will be considered unsuitable and shall be rejected at this stage if it does not respond to important aspects of RFP Document and the Terms of Reference or if it fails to achieve the minimum technical score. GICC shall notify EIA Consultancy Organizations who fail to score the minimum technical score about the same by e-mail and return their Financial Proposals by ordinary post unopened after completing the selection process.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 30
B. Financial Evaluation 4.3.3 The Price Bids of only technically qualified Bidders would be opened for further
consideration. 4.3.4. The detailed contents of each Financial Proposal will be subsequently reviewed by
GICC. During the examination of Financial Proposals, GICC’s staff and any others involved in the evaluation process will not be permitted to seek clarification or additional information from any EIA Consultancy Organization who has submitted a Financial Proposal.
4.3.5. Financial Proposals will be reviewed to ensure that the figures provided therein are consistent with the details of the corresponding Technical Proposal.
4.3.6. Financial Proposals will be checked for computational errors, and prices will be corrected and adjusted as necessary.
4.3.7. The total price for each Financial Proposal will be determined. 4.3.8 EIA Consultancy Organizations will be ranked in lowest price to higher price order
(L1, L2, and so on).
4.3.10. The Corporation reserves the right to reject, at its sole discretion, any or all evaluated Financial Proposals and if necessary, calls for submission of new Financial Proposals.
4.4. Contacts during Bid Evaluation 4.4.1 Bids shall be deemed to be under consideration immediately after they are opened
and until such time the Corporation makes official intimation of award/rejection to the Bidders. While the Bids are under consideration, Bidders and/or their representatives or other interested parties are advised to refrain from contacting by any means, the Corporation and/or their employees/representatives on matters related to the Bids under consideration.
4.5. Award of Contract 4.5.1. The Corporation shall proceed to award the contract to the EIA Consultancy
Organization with lowest Price Bid (L1) and promptly notify the other EIA Consultancy Organizations who were not technically qualified and also the consultants who were technically qualified but were not selected finally, that they were unsuccessful, by e-mail. The Bid Security of such consultants will be refunded within 30 days after issue of LoI to the successful consultant.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 31
5. Fraud and Corrupt Practices [
5.1. The Applicants and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Bidding Process. Notwithstanding anything to the contrary contained herein, the Corporation shall reject an Application without being liable in any manner whatsoever to the Applicant if it determines that the Applicant has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process.
5.2. Without prejudice to the rights of the Corporation under Clause 5.1 hereinabove, if an Applicant is found by the Corporation to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Bidding Process, such Applicant shall not be eligible to participate in any tender or RFQ issued by the Corporation during a period of two years from the date such Applicant is found by the Corporation to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as the case may be.
5.3. For the purposes of this Clause 5, the following terms shall have the meaning hereinafter respectively assigned to them:
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the Bidding Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the Corporation who is or has been associated in any manner, directly or indirectly with the Bidding Process or the LoA or has dealt with matters concerning the Contract Agreement or arising there from, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the Corporation, shall be deemed to constitute influencing the actions of a person connected with the Bidding Process); or (ii) engaging in any manner whatsoever, whether during the Bidding Process or after the issue of the LoA or after the execution of the Contract Agreement, as the case may be, any person in respect of any matter relating to the Project or the LoA or the Contract Agreement, who at any time has been or is a legal, financial or technical adviser of the Corporation in relation to any matter concerning the Project;
(b)“Fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process;
(c) “Coercive practice” means impairing or harming or threatening to impair or harm, directly or indirectly, any person or property to influence any person’s participation or action in the Bidding Process;
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 32
(d)“Undesirable practice” means (i) establishing contact with any person connected with or employed or engaged by the Corporation with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and
(e) “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement among Applicants with the objective of restricting or manipulating a full and fair competition in the Bidding Process.
Request for Proposal Selection of EIA Consultancy Organization for Environmental Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation RFP Document October, 2017 Page 33
6. Miscellaneous
6.1 The Bidding Process shall be governed by, and construed in accordance with, the laws of India and the Courts at Ahmedabad shall have exclusive jurisdiction over all disputes arising under, pursuant to and/ or in connection with the Bidding Process.
6.2 The Corporation, in its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to; (a) suspend and/or cancel the Bidding Process and/or amend and/or supplement the
Bidding Process or modify the dates or other terms and conditions relating thereto; (b) consult with any Applicant in order to receive clarification or further information; (c) pre-qualify or not to pre-qualify any Applicant and/or to consult with any Applicant
in order to receive clarification or further information; (d) retain any information and/ or evidence submitted to the Corporation by, on behalf
of, and/ or in relation to any Applicant; and/ or (e) Independently verify, disqualify, reject and/or accept any and all submissions or
other information and/ or evidence submitted by or on behalf of any Applicant. 6.3 It shall be deemed that by submitting the Application, the Applicant agrees and
releases the Corporation, its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and/ or performance of any obligations hereunder, pursuant hereto and/or in connection herewith and waives any and all rights and/or claims it may have in this respect, whether actual or contingent, whether present or future.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure I October, 2017 Page 34
Annexure I Proposal Submission Letter
To Managing Director Gujarat Industrial Corridor Corporation Block 1, 6th
a. I/We do not have any conflict of interest in accordance with Clauses 2.1.4 and 2.2.8 of the RFP document; and
Floor, Udyog Bhavan, Gandhinagar 382017 Tel: 079 23226105 Fax: 079 23222481 E-mail: [email protected] Subject: Appointment for EIA Consultancy Organization for EIA and Environmental
Clearance of Mandal Becharaji Special Investment Region
Sir I/We, the undersigned, offer to provide the consulting services for the above in accordance with your Request for Proposal dated ------------------------. We are hereby submitting our Proposal as per the prescribed formats sealed under separate envelopes. The envelope containing “Technical Proposal” contains 01 original and 01 copy of the Technical Proposal.
The Financial Proposal is submitted in a separate envelope titled “Financial Proposal”.
I/We declare that:
b. I/We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as defined in Clause 5.3 of the RFP document, in respect of any tender or request for proposal issued by or any agreement entered into with the Authority or any other public sector enterprise or any government, Central or State; and
c. I/We hereby certify that we have taken steps to ensure that in conformity with the provisions of Clause 5 of the RFP document, no person acting for us or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.
Our Proposal is binding upon us and subject to the modifications resulting from contract negotiations. We understand you are not bound to accept any Proposal you receive. We remain,
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure I October, 2017 Page 35
Yours sincerely, Authorized Signatory Full Name: ____________________ Designation: ____________________ Name of Firm: ____________________ Address: ____________________ Encl:
1. TECHNICAL PROPOSAL - (2 Copies) in separate envelope for each copy. 2. FINANCIAL PROPOSAL- (2 Copies) in separate envelope for each copy. 3. Details of Members of the Consortium if the Bidder is a Consortium of EIA
Consultancy Organizations
Name of Consortium Member
Status of the Member in the Consortium
Task to be performed by the Member
Lead member
Member
Member
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure II October, 2017 Page 36
Annexure II Format for Power of Attorney for Signing of Proposal
(On Rs. 100 Stamp paper duly attested by Notary Public)
POWER OF ATTORNEY Know all men by these present, we ____________________________ (name and address of the registered office 1
1 To be executed by the Lead Member in case of a consortium.
) do hereby constitute, appoint and authorize Mr./Ms. ____________________________(name and residential address) who is presently employed with us and is 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 for carrying out EIA and for Environment Clearance of Mandal Becharaji SIR (hereinafter referred to as “MD-GICC”)situated at, including signing and submission of all documents and providing information/responses to MD-GICC in all matters in connection with our Proposal. We hereby declare that all acts, deeds and things done by our said attorney pursuant to this Power of Attorney shall always be deemed to have been ratified by us and done by us. Dated this the ________ Day of ________ 2017 For (Name, Designation and Address) Accepted __________________ (Signature) (Name, Title and Address of the Attorney) Date: ________ Note:
2 The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, lay 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.
3 Also, wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a resolution/power of attorney in favor of the Person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.
4 A certified copy of the appropriate resolution/document conveying authority to the person signing this Power of Attorney shall be enclosed in lieu of the Power of Attorney.
1In case of Partnership Firm, Name and Address of Principal Office of the Partnership Firm to be provided
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure III October, 2017 Page 37
Annexure III Format for Power of Attorney for Lead Member of the Consortium
(On Rs. 100 Stamp paper duly attested by Notary Public) POWER OF ATTORNEY
Whereas, the Gujarat Industrial Corridor Corporation has invited proposals from qualified EIA Consultancy Organizations for carrying out EIA and for undertaking Environment Clearance for Mandal Becharaji Special Investment Region. Whereas ____________ and ____________ and____________ (collectively the “Consortium”) being Members of the Consortium are interested in bidding for the Project in accordance with the Terms and Conditions of the Request for Proposal and other connected documents in respect of the Project, and Whereas, it is necessary for the Members of the Consortium to designate one of them as 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’s bid for the Project and its execution. We, ____________ having our registered office at ____________, and M/s. ____________, having our registered office at ____________[the respective names and addresses of the registered office] (hereinafter collectively referred to as the “Consortium Members”) do hereby irrevocably designate, nominate, constitute, appoint and authorize M/s ____________, having its registered office at _____________, being one of the Members of the Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”) and hereby irrevocably authorize the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the Consortium and any one of us during the bidding process and, in the event the Consortium is awarded the Contract, during the execution of the Project, and in this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are necessary or required or incidental to the submission of its bid for the Project, including but not limited to signing and submission of all applications, bids and other documents and writings, participate in bidders’ and other conferences, respond to queries, submit information/documents, sign and execute contracts and undertakings consequent to acceptance of the bid of the Consortium and generally to represent the Consortium in all its dealings with the Authority, and/or any other Government Agency or any person, in all matters in connection with or relating to or arising out of the Consortium’s bid for the Project and/or upon award thereof till the Contract Agreement is entered into with the Authority. AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us/Consortium. IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTEDTHIS POWER OF ATTORNEY ON THIS ________ DAY OF ________2017.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure III October, 2017 Page 38
For _______________________ (Name & Title) For _______________________ (Name & Title) For _______________________ (Name & Title) Witnesses:
1._______________________ 2._______________________
(Executants) (To be executed by all the Members of the Consortium) Notes:
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. Also, wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a resolution/power of attorney in favor of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Applicant.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure IV October, 2017 Page 39
Annexure IV Firm’s References
Relevant Services carried out in Last ten years that best illustrate qualifications
(i)
The applicant EIA Consultancy Organization(s) should be accredited for sectors specified by QCI NABET
Using the format below, provide information on each assignment for which your Organization/entity, either individually as a corporate entity or as one of the major Companies within an association, was legally contracted.
Assignment Name (As appearing in the EC Application/EC letter issued by the MoEFCC/State EIA Authority)
(ii)
Name of EIA Consultancy Organization who carried out the study (If the study was carried out by one of the Consortium member )
(The status of EIA consultant Organization with QCI NABET shall be specifically mentioned along with relevant supporting documents.)
(iii)
Type of Study (the EIA Consultancy Organization or Consortium should individually or collectively have competency for Sectors mentioned in 2.1.2 of the RfP Document)
EIA Consultancy Organization having firm and valid (not provisional) QCI NABET Accreditation as on the date of Submission of Bid (as per List published on MoEFCC and QCI NABET website) in following sectors per EIA Notification, 2006 (amended) will be eligible to bid. (a) EIA Notification, 2006, amended, Schedule Item
7(c), Industrial estates/parks/ complexes/areas, export processing Zones (EPZs), Special Economic Zones (SEZs), Biotech Parks, Leather Complexes.
QCI NABET Scheme of Accreditation (Ver. 3, June, 2015), Annexure II, Sector 31
(b) EIA Notification, 2006, emended, Schedule, Item
7(h) Common Effluent Treatment Plants (CETPs) QCI NABET Scheme of Accreditation (Ver. 3, June,
2015), Annexure II, Sector 36
(c) EIA Notification, 2006, emended, Schedule, Item
7(i) Common Municipal Solid Waste Management Facility (CMSWMF)
QCI NABET Scheme of Accreditation (Ver. 3, June, 2015), Annexure II, Sector 37
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure IV October, 2017 Page 40
d) EIA Notification, 2006, emended, Schedule, Item8(b) Township and Area Development Projects
QCI NABET Scheme of Accreditation (Ver. 3, June, 2015), Annexure II Sector 39
(iv) Name & Address of the Client
(v)
Time when the assignment(s) (sector wise) was carried out: Start Date End Date
(vi)
If Consortium was formed: Name/s of associated firm/s, and their role. Name of Lead Member Role of Your Firm
(vii) Narrative Description of the Scope of work of the Project
(viii)
Status of the Study (If the studies are not completed, please mention what stage/s of the studies has been completed so far with supporting documents).
(ix)
Whether the project(s) received Environment Clearance. If yes, please submit EC letter or other relevant supporting documents
IMPORTANT: Please provide a copy of Work Completion Certificate from the client or a copy of Work Order from the client, or any other relevant supporting document. The submitted testimonial MUST contain detail description of work (Scope of Work and ToR) carried out by the EIA Consultancy organization
EIA Consultancy Organization’s Name:_____________________________________
. Only those studies would be considered for evaluation for which the documentary proof have been provided.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure V October, 2017 Page 41
Annexure V Approach Paper on Methodology and Work Plan for Performing the
Assignment
Description of Approach, Methodology and Work Plan for Performing the Assignment
Technical approach, methodology and work plan are key components of the Technical Proposal. The EIA Consultancy Organization is suggested to present its Technical Proposal divided into the following three chapters:
a) Technical Approach and Methodology b) Work Plan, and c) Organization and Staffing
a) Technical Approach and Methodology
In this chapter the EIA Consultancy Organization should explain the understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities to obtain the expected output and the degree of detail of such output. The EIA Consultancy Organization should highlight the problems to be addressed along with their importance and explain the technical approach the EIA Consultancy Organization would adopt to address them. The EIA Consultancy Organization should also explain the proposed methodologies to adopt and highlight the compatibility of those methodologies with the proposed approach.
b) Work Plan
In this chapter the EIA Consultancy Organization should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Corporation) and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the ToR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Activity (Work) Schedule at Annexure VII.
c) Organization and Staffing
In this chapter the EIA Consultancy Organization should propose the structure and composition of the proposed team. The consultant should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff. It should be in line with the Composition of the team personnel and task(s) of each team member (of Consortium also) at Annexure VI.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure VI October, 2017 Page 42
Annexure VI Composition of the Team Personnel, and Task(s) of each Team Member
1. Technical/Managerial Staff
Sr. No
Name of the Member
Proposed Position
Name of EIA Consultancy Organization
Employment Status (regular/part time/others)
Education Qualification
No. of years of relevant experience
2. Support Staff
Sr. No
Name of the Member
Proposed Position
Name of Organization
Employment Status (regular/part time/others)
Education Qualification
No. of years of relevant experience
IMPORTANT: Please provide latest CVs of proposed Team Personnel/Team Members, who are accredited as part of QCI NABET Scheme in Annexure IV, Resume Format per Scheme for Accreditation of EIA Consultant Organizations: Version 3, QCI NABET, June 2015. For Team Personnel/Team Members who are not accredited as part of QCI NABET Scheme, please use a uniform, generic format which best illustrates their qualifications, and specific and relevant experiences.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure VII October, 2017 Page 43
Annexure VII Activity (Work) Schedule
A. Field Investigation and Study Items
Sr. No Week wise Program (in form of Bar Chart)
[1st, 2nd, etc. are weeks from the start of assignment] Item of Activity (Work) 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th
B. Completion and Submission of Reports Reports Program: (Date)
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure VIII October, 2017 Page 44
Annexure VIII Submission Letter of Financial Proposal
To Managing Director Gujarat Industrial Corridor Corporation Block 1, 6th
Address ____________________
Floor, Udyog Bhavan, Gandhinagar 382017 Subject: Reference GICC, Letter no: ____________________________ date: ___________ Sir I/We, the undersigned, offer to provide the consulting services for “Selection of EIA Consultancy Organization for EIA and Environment Clearance for Mandal Becharaji Special Investment Region” in accordance with your Request for Proposal dated <date>. Our enclosed Financial Proposal is for the sum of [Amount in figures and words]. This amount is exclusive of applicable prevailing Service Tax. Please note that the financial proposal does not contain any conditions and is submitted as per the prescribed format. In case of any discrepancy, our Firm will be solely responsible for the same. Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. <Date>. We understand you are not bound to accept any Proposal you receive. We remain Yours faithfully Signature ____________________ Full Name ____________________ Designation ____________________ Name of the Firm ____________________
Request for Proposal Selection of EIS Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure IX October, 2017 Page 45
Annexure IX Total Price of the Services
Sr. No.
Price Component & Description of Work
Fees In figures, Rs. In words, Rs.
1 Person - Month Rate
2 (No. of Person Months) x (Person-Month Rate)
3 Out of Pocket Expenses 4 Any other expenses (Pl. specify) Total Cost in Rs.
Note:
1. The price quote will be for Comprehensive EIA. 2. The prices quoted above must be inclusive of all taxes and duties except applicable
prevailing Service Tax 3. Applicable prevailing Service tax shall be charged extra at prevailing statutory rates
at the time of submission of bill/invoice. 4. No escalation would be allowed due to changes in other taxes and duties. 5. The Price shall include all the expenses for personnel services, all required man
visits to Site, Head Office, Statutory Bodies, etc. at places like; Gandhinagar, Delhi, and in and around MBSIR area, etc. for transport charges, communication, use of software, drafting-reproduction of report, printing and stationary, office/office rent/clerical assistance, cost for collecting required data, data collection, survey from outside agencies, etc. The prices shall be firm for the specified scope of activities.
6. No conditions should be attached to the price proposal. 7. In case of any discrepancies in the prices mentioned in the figures and words, the
prices mentioned in the words would be considered as final price.
_______________________ Signature Full Name: _____________________ Designation: _____________________ Date: _____________________ Name of Firm:____________________ Address: _____________________
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 46
Annexure X Draft Contract Agreement
This CONTRACT (hereinafter together with the Annexure XI)attached hereto called the Contract) is made on the ___________Day of ___________2017, amongst Gujarat Industrial Corridor Corporation Limited (GICC), a company in corporate under the Indian Companies Act 1956, with its Registered office at Block No. 18, 8th Floor, UdyogBhavan, Gandhinagar-382017 On the one part (hereinafter called the ‘Client’, which expression shall unlessrepugnant to the context, include its successors and assignees) and EIA Consultancy Organization for EIA study and Environment Clearance for Mandal Becharaji Special Investment Region, endeavors with its office at …………….. (Hereinafter called the ‘EIA Consultancy Organization for EIA and Environmental Clearance’, which expression shall unless repugnant to the context, includes its successors and assignees) on the other part. WHEREAS: -
A. The Client has requested the EIA Consultancy Organization to provide consulting services (hereinafter called the Services) necessary to carry out an Environment Impact Assessment for Mandal Becharaji Special Investment Region (MBSIR) for Environment Clearance.
B. The EIA Consultancy Organization has agreed to provide the Services on the terms and conditions set forth in this Contract.
NOW THEREFORE the parties hereto hereby agree as follows: 1.0 Services 1.1 The Services
The EIA Consultancy Organization shall perform the Services under this Contract in accordance with the Terms of Reference as attached in Annexure XI hereto and as agreed. The EIA Consultancy Organization will also be required to take into consideration all the suggestions made by GICC during each stage of the study. The EIA Consultancy Organization will be required to address all such suggestions/queries as long as there is no major deviation from the Scope of Work and detailed ToR as per Annexure XI.
Any modifications in the report or in plans and sections as are required due to reasons attributable to EIA Consultancy Organization or if any additional work relevant to the study (which is within the scope of the work) is required to be carried out for preparation of reports of high professional quality (as agreed in the Terms of Reference- Annexure XI) and acceptable to the approving statutory authorities shall be carried out without any additional compensation.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 47
1.2 Commencement Date The EIA Consultancy Organization will commence the services as soon as possible but not later than 10 days after the Client has given to the EIA Consultancy Organization notice to proceed with the Services (Letter of Intent).
1.3 Additional Work If, in the opinion of the Client, it is necessary to carry out any work outside of the Terms of Reference for the purposes of the Project in addition to the Services, the EIA Consultancy Organization shall carry out such additional work and with the prior authorization of the Client. The charges for the Personnel required for such additional work would be as per Section 4.1.
In case of any dispute about determining whether any work proposed is within or outside the Scope of proposed ToR, the decision of Client shall be final and binding on the EIA Consultancy Organization.
1.4 Other Documents RFP document including any amendments made to it at the bidding stage, EIA Consultancy Organization’s bid offer documents, Terms of Reference, Inception Report shall form part of the Contract.
2.0 Personnel 2.1 Personnel
a) The Services shall be carried out by the personnel specified in Annexure VI here of (hereinafter called the Personnel) for the respective periods of time indicated therein. The EIA Consultancy Organization may, with the prior approval of the Client, make minor adjustments in such periods as may be appropriate to ensure the efficient performance of the Services, provided that such adjustments will not cause payments made under the Contract to exceed the cost estimates referred to in Section 4.1.
b) Except as the Client may otherwise agree, no changes shall be made in the Personnel. If for any reason beyond the reasonable control of the EIA Consultancy Organization it becomes necessary to replace any of the Personnel, the EIA Consultancy Organization shall forthwith provide as a replacement, a person of equivalent or better qualifications and experience and which is found eligible and acceptable by the Client. The EIA Consultancy Organization must take prior approval of Client before the replacement takes place.
c) If, any time during the study, it is found that the persons, as mentioned in Annexure VI, are not performing the task which they were to perform, instead some other person/s are performing or if the EIA Consultancy Organization replaces any person without knowledge of the Client, in such case the Client may accept such a person if such a person is found of equal or more caliber. However, such a replacement would not be binding on the Client and the Client reserves the right to cancel the contract with a prior notice and after providing an opportunity of being heard to the EIA Consultancy Organization.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 48
d) In the event that any person specified in Annexure VI is found by the Client to be incompetent in discharging his assigned duties, the Client may request the EIA Consultancy Organization to forthwith provide as a replacement a person with qualifications and experience acceptable to the Client. The decision of the Client in this regard shall be final and binding on the EIA Consultancy Organization.
2.2 Project Coordinator-Manager The EIA Consultancy Organization shall ensure that at all times during the study a Project Coordinator-Manager shall take charge of the operations of the Personnel in the field. The Project Coordinator-Manager shall be responsible for liaison in the field amongst data collection agencies, the EIA Consultancy Organization and the Client.
3.0 Undertakings of the EIA Consultancy Organization 3.1 General Standard of Performance by the EIA Consultancy Organization
The EIA Consultancy Organization shall carry out the Services with due diligence and efficiency, and shall exercise such skill and care in the performance of the services as is consistent with recognized professional standards.
The EIA Consultancy Organization shall act at all times so as to protect the interests of the Client.
3.2 Records During the subsistence of this Agreement and two years from the date of completion of the study, the EIA Consultancy Organization shall permit the duly authorized representative of the Client, (after reasonable advance notice is served on the EIA Consultancy Organization), from time to time to inspect its records and accounts relating to the Services and to make copies thereof and shall permit the Client or any person authorized by the Client, from time to time, to audit such records and accounts during and after the services.
3.3 Information The EIA Consultancy Organization shall furnish the Client such information relating to the Services and the Project as the Client may from time to time reasonably request.
3.4 Assignments/Sub-Contracting The rights and liabilities of the EIA Consultancy Organization shall not be assigned or transferred by the EIA Consultancy Organization, without the consent in writing of the Client to any other persons, firm or organization. The Client may allow such assignment/sub-letting at its discretion. Such assignment/sub-letting shall not relieve EIA Consultancy Organization from any obligation, duty or responsibility under the contract. Any assignment as above without prior written approval of the Client shall be void. The Client, may, transfer its rights and obligations to any other person, firm or organization only with the consent of the EIA Consultancy Organization.
If it is found that the EIA Consultancy Organization has assigned particular work to some other Consultant/sub-contractor, without approval and notice of the Client, the Client reserves a right to reject any such work carried out. Even if Client accepts any such work, Client reserves right to not to pay the amount which can be
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 49
contributed to the amount of work done. The estimate of such amount can be made from Person-Month rate and Person-Months spend on the work and reasonable estimate of out of pocket expenses. The estimate made by the Client in such case shall be final and binding on the EIA Consultancy Organization.
In the event that any such independent EIA Consultancy Organization or sub-contractor is found by the Client to be incompetent in discharging his assigned duties; the Client may request the EIA Consultancy Organization forthwith either to provide as a replacement, a EIA Consultancy Organization or sub-contractor with qualifications and experience acceptable to the Client or to resume the performance of the Services itself. The decision of the Client in this regard shall be final and binding on the EIA Consultancy Organization.
3.5 Confidentiality a) Except with the prior written consent of the Client, the EIA Consultancy
Organization and the Personnel shall not at any time communicate to any person or entity any confidential information disclosed to them for the purposes of the Services, nor shall the EIA Consultancy Organization or the Personnel make public or inform any one, directly or indirectly, any such information received by them or any recommendations formulated in the course of or as a result of the Services. Confidential Information for the purposes of this clause means all information that has been marked as confidential at the time of disclosure.
b) Client agrees with the EIA Consultancy Organization that all information including information relating to EIA Consultancy Organization’s trade secrets, know-how/technical data, research, products, strategies, internal procedures, employees and business opportunities and other proprietary information of EIA Consultancy Organization as described specifically as “confidential information” belongs to the EIA Consultancy Organization and shall not disclose or divulge such confidential information to any third parties or make use or allow others to make use thereof. These clauses, (a) and (b), shall survive the termination of this Agreement. However, the reports submitted by the EIA Consultancy Organization to the Client, become property of the Client and the Client is free to use any/all information mentioned in the report, procedures specified in the report, suggestions/conclusions made in the report and any such other information based on the report.
3.6 Prohibition on Conflicting Activities The EIA Consultancy Organization shall ensure that no member of the Personnel assigned to the Contract shall engage, directly or indirectly, during the subsistence of this Contract either in his name or in the name of his close relative or through the EIA Consultancy Organization, in any other business or professional activities which is likely to conflict with the performance of his duties or assignment under this Contract.
3.7 Independent Contractor Nothing contained herein shall be construed as establishing or creating between the Client and the EIA Consultancy Organization the relationship of master and servant
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 50
or principal and agent, it being understood that the position of the EIA Consultancy Organization and of anyone else performing the Services is that of an independent contractor.
3.8 Insurance The EIA Consultancy Organization shall be responsible to take out and maintain adequate professional liability insurance as well as adequate insurance against third party liability and loss of or damage to equipment purchased in whole or in part due to any reason.
3.9 Notice of Delay In the event that the EIA Consultancy Organization encounters delay in providing the required services for the conduct of the Services, the EIA Consultancy Organization shall promptly notify in writing the Client of such delay, and may request an appropriate extension of time for completion of the Services. However, the Client reserves the right to grant any such extension and the decision of the Client in this regard shall be final and binding on the EIA Consultancy Organization.
4.0 Prices and Payment Terms 4.1 Prices
The total cost to carry out the study is: Rs. ……………………………………………………… (Rupees in words), exclusive of applicable prevailing Service Tax. The breakup of the price is as follow: --------------------------------------------------------------------------------------------- The prices quoted are lump sum, firm and inclusive of all taxes and duties except applicable prevailing Service Tax for the Scope of Work and Terms of Reference as agreed and mentioned in Annexure - XI including all expenses for personnel services, visits, transport charges, cost of collecting required data, etc. and all the necessary services, materials, stationary, computer services, typing, printing, photocopying etc. to fulfill the requirement of the scope. No change in the prices will be allowed on any account.
4.2 Schedule of Payment 4.2.1 10 % of the total project cost and its corresponding applicable prevailing service tax
after successful ToR presentation 1
4.2.2 10 % of the total project cost and its corresponding applicable prevailing service tax on submission of 1
before the EAC, MoEFCC, New Delhi on submission of Inception report.
st
4.2.3 10 % of the total project cost and its corresponding applicable prevailing service tax on submission of 2
Baseline Monitoring and EIA Progress Report
nd
4.2.4 20% of the total project cost and its corresponding applicable prevailing service tax on acceptance of Draft EIA Report
Baseline Monitoring and EIA Progress Report
4.2.5 30 % of the total project cost and its corresponding applicable prevailing service tax on submission of Final EIA Report2
1 Successful ToR presentation will constitute recommendation of the proposed ToRs and additional ToRs by the EAC to the MoEFCC vide EAC meeting MoM. 2 Final EIA Report will constitute EIA Report finalized after incorporating comments received as part of the Public Consultation process.
.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 51
4.2.6 20 % of the total project cost and its corresponding applicable prevailing service tax on getting Environment Clearance for the project as per EIA Notification, 2006 (amended) of MoEFCC, GoI. (Acceptance means; after submission of Report and after the EIA Consultancy Organization has made presentation to GICC/Steering Committee/Govt. of Gujarat/Authority, and after GICC has issued letter of acceptance along with comments/suggestions on the Report.)
Above payments shall be made after deduction of applicable prevailing tax at source, whichever may be applicable, by the Acts prevailing at the time of making payment. Payment of all other tax and levies, if any, would be the responsibility of the EIA Consultancy Organization.
All payments to the EIA Consultancy Organization would be made in Indian Rupees only.
4.3 In case, the Clients not able to communicate the acceptance of report within 30 days of submission of the report, the Client will release 50 % of the payment due at particular stage of study. The balance 50% of the payment will be released upon acceptance of the report by the client.
4.4 If the report submitted by the EIA Consultancy Organization is not acceptable to the Client, reasons for such non-acceptance should be recorded in writing; failing to which the Client shall not release the payment due to the EIA Consultancy Organization. In such case, the payment will be released to the EIA Consultancy Organization only after it re-submits the report and which is accepted by the Client.
4.5 The above delay does not include the time taken for granting approvals by Government of Gujarat (GoG)/Gujarat Industrial Corridor Corporation, Government of Gujarat/ Government of India (GoI). No compensation will be given to the EIA Consultancy Organization if project gets extended under any reason except as agreed by GICC.
4.6 The EIA Consultancy Organization shall whenever required make presentations before Competent Statutory Authorities from time to time for securing various stages of Environmental Clearance from GoG/GoI in connection with the assignment and whenever advised by Client.
4.7 The EIA Consultancy Organization shall submit the final reports within 15 days after receiving changes/modifications as per GICC/Steering Committee/State Government suggestions.
4.8 All invoices will be paid by the Client within 15 days of the submission of the same to the Client by the EIA Consultancy Organization.
5.0 Time Schedule for Submission of Reports The total time frame for submission of rapid EIA Report and Environmental Clearance would be 12 (Twelve) months from the date of issue of Work Order. The
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 52
details of work plan, timeframe for each stage of study is put up at Annexure VII. Time taken by Client in order to provide feedback/comments will not be considered while calculating the time taken by EIA Consultancy Organization, however, by keeping in mind the large scale area and scope of work, GICC may extend the time frame for carrying out the assignment after receiving formal request with valid reasons from the EIA Consultancy Organization.
6.0 Reports All reports and recommendations and general correspondence from the EIA Consultancy Organization to the Client prepared by the EIA Consultancy Organization under this Contract shall be in the English language.
i. Fifteen Hard copies and soft copies of draft EIA Report on two CDs at the end of each
module, ii. Twenty copies of final EIA Report and Executive Summary along with soft copies on
two CDs iii. Also provide copies for technical assistance, for presentation of Report (also in local
language as and when required) at Public Hearing, presentation before technical committee of GIDB, State Pollution Control Board (SPCB) and MoEFCC.
The EIA Consultancy Organization has to compile the entire project report along with various drawing, software, etc. at the end of the assignment and submit the Final Report.
7.0 Liquidated Damages for Late Submission 7.1 In case the above Reports are not submitted within the period stipulated as above
due to reasons attributable to the EIA Consultancy Organization, the EIA Consultancy Organization will be liable to pay at the discretion of the Client, a liquidated damages to the client of 0.5% per week on the contract price subject to maximum of 10% on the contract value. Fraction of a week will be considered as a full week for the purpose of liquidated damages calculations.
7.2 The Client shall retain by way of performance security (the “Performance Security”), the Bank Guarantee substantially furnished in the form specified at Annexure XII, to be appropriated against breach of this Agreement. The balance remaining out of the Performance Security shall be returned to the Consultant at the end of 3 (three) months after the expiry of this Agreement. For the avoidance of doubt, the parties hereto expressly agree that in addition to appropriation of the amounts withheld hereunder, in the event of any default requiring the appropriation of further amounts comprising the Performance Security, the Client may make deductions from any subsequent payments due and payable to the Consultant hereunder, as if it is appropriating the Performance Security in accordance with the provisions of this Agreement.
7.3 In case the EIA Consultancy Organization does not submit the Report within two months of due date, the Client reserves the right to terminate the contract as per the provisions of Section 8.1.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 53
8.0 Cancellation The Client reserves the right to cancel the contract at any time if it is not satisfied with the services of the EIA Consultancy Organization or there is breach of any of the condition of this contract by the EIA Consultancy Organization, provided a period of 15 days has lapsed from the date of serving notice on the EIA Consultancy Organization requiring it to remedy the breach and if the breach has continued up to the date of the termination. In this event, the work done till then by the EIA Consultancy Organization shall be taken over by the Client. The Client reserves the right to appoint a new EIA Consultancy Organization and hand over to him all the documents to complete the assignment. In such an event, the EIA Consultancy Organization shall not be entitled to receive any payments upon termination of the contract. In such case, upon termination, the Client may also impose liquidated damages, up to maximum of 10% of the contract value. The EIA Consultancy Organization will be required to pay any such liquidated damages to Client within 30 days from termination date.
8.2 The Client reserves the right to cancel the contract by giving 15 days notice, subject to
payment of the fees for the actual work done by the EIA Consultancy Organization for the project up to the date of cancellation of the contract as per Section 8.5.
8.3 The EIA Consultancy Organization reserves the right to terminate the Agreement
immediately upon situations arising due to non-compliance of the stipulations of this Agreement by the Client. The termination notice will be held valid only if it is preceded by a corresponding non-compliance notice issued at least 15 days prior to the date of the termination notice and if the non-compliance has continued up to the date of the termination notice. The Client shall be liable to pay the EIA Consultancy Organization fees for the actual work done by the EIA Consultancy Organization for the project up to the date of cancellation of the contract as per Section 8.5.
8.4 The parties also reserve a right to terminate this Agreement in the event any voluntary insolvency petition/IP petition is filed by either party, or if any proceedings are instituted against either party, property or assets under any bankruptcy, insolvency, receivership, debtors relief, winding up rehabilitation, or similar statute or any effective resolution is passed for the winding up of that party or for any remedy under any such statute.
8.5 The payment of the fees will be determined based on the actual work carried out, actual Person-Months spent and Person-Month Rate as specified in Section 4.1 and amount of out of pocket expenses. In case of failure to decide compensation, Arbitrator as per the terms of the contract shall be appointed to decide the compensation.
9.0 Performance obligations EIA Consultancy Organization shall have to be responsible for the soundness of services rendered. In the event of any deficiency in these services, EIA Consultancy Organization shall promptly re-do/remedy without any additional cost to the Client and to carry out such modifications and /or rectification as may be required.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 54
10.0 Compliance with Labor Laws, Statutes, Rules and Regulations of Government/Local Authority EIA Consultancy Organization shall comply with all the labor laws and other laws, statutes and rules and regulations of Central and State Governments or Local Authorities that may be applicable from time to time in respect of any personnel deployed or engaged by EIA Consultancy Organization or their sub-contractors/consultants either directly or indirectly. With respect to their employees or assignees, EIA Consultancy Organization shall be solely responsible for strictly following all labor laws, industrial laws, factories act, minimum wages act and other such laws which are applicable from time to time, including but not limited to the modification, amendments or additions which are made to these laws during the period of contract. EIA Consultancy Organization will also be responsible for the various levies of State/Central Governments and/or any Statutory Body. EIA Consultancy Organization shall have to, at EIA Consultancy Organization’s expense, comply with labor laws and keep the client indemnified in respect thereof. EIA Consultancy Organization shall be fully responsible for all matters arising out of the performance of the contract and shall comply, at their own expenses, with all laws/acts/enactment/orders/regulations/statutory obligations, whatsoever of the Government of India/State Government, Local Self Government or any Statutory Authority.
11.0 Period of Agreement
The agreement to be entered into between the Client and the EIA Consultancy Organization shall be valid from the date of signing the Contract Agreement till final approval of GICC is received.
12.0 Liability In no event shall either party be liable for any direct, indirect, incidental, special, consequential, reliance or cover damages, including, but not limited to, loss of profits, revenue, data or use, incurred by the other party. In no event however shall the total liability of the EIA Consultancy Organization under this Agreement exceed the amount of fees received by the EIA Consultancy Organization from the Client. However this clause will not prevent the Client from levying the liquidated damages as per Section 7 and 8.
13.0 Notices Any notice or request required or permitted to be given or made under this Agreement to either party shall be in writing. Such notice or request shall be deemed to have been duly given or made when it shall be delivered by hand, mail or fax to the party to which it is required or permitted to be given or made at such party’s Head Office or Registered Office or Corporate Office or branch office addresses.
14.0 Arbitration In the event of any dispute or difference at any time arising between the parties relating to the construction, meaning or effect of this agreement or any other clause or any content of the rights and liabilities of the parties or other matters specified herein or with reference to anything arising out of or incidental to this agreement or
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 55
otherwise in relation to the terms, whether during the continuance of this agreement or thereafter, such disputes or differences shall be endeavored to be solved by mutual negotiations. If, however, such negotiations are in fructuous, they shall be decided by arbitration of two Arbitrators, one to be appointed by each party to the dispute or difference and to an Umpire to be appointed by Arbitrators in writing before taking upon them the burden of arbitration. Such a reference shall be deemed to be a submission to arbitration under the provisions of The Arbitration and Conciliation Act, 1996 and of any modification or re-enactment thereof.
The venue of arbitration shall be Ahmedabad only, subject to the above, the Civil Courts in Ahmedabad only shall have exclusive jurisdiction in this matter. The expense of the arbitration shall be paid as may be determined by the Arbitrators.
15.0 Force Majeure. 15.1 Force Majeure means such of the following factors which substantially affect the
performance of the contract, such as: • natural phenomena, including but not limited to floods, draughts, earthquakes
and Epidemics; • acts of any Government, domestic or foreign, including but not limited to war,
declared or undeclared, , quarantines, embargoes; • Illegal strikes and legal lockouts in respect of Client’s/EIA Consultancy
Organization’s scope of work provided; Either party shall within ten (10) days from the occurrence of such a cause notify the other in writing of such causes.
15.2 The EIA Consultancy Organization or the Client shall not be liable for delays in performing their obligations resulting from any Force Majeure cause as referred to and/or defined above.
15.3 However if such an event lasts for a period of sixty (60) days or more then either party shall have an option to terminate this Agreement forthwith without any liability after intimating the other party of the same. The EIA Consultancy Organization shall however be entitled to receive payments for all the services rendered by it under this Agreement prior to termination of contract. The payment shall be determined as per Section 8.5.
16.0 Custody of Drawing/Reports/Data, etc Original drawings/maps/Atlas/data/charts/Reports/photocopies of classified documents such as Topo-sheets, etc., and all other documents (in hard copies or in soft copies) received from the Client shall remain in the custody of the EIA Consultancy Organization during the period of assignment only and shall be used exclusively for this job and shall not be made use of for any other purpose. These shall be carefully preserved by the EIA Consultancy Organization till the completion of the job and shall be handed over to the Client on preparation of final report or on termination of the contract.
17.0 Indemnity EIA Consultancy Organization shall indemnify the Client and every members, officers
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure X October, 2017 Page 56
and employees of the Client, against all actions, proceedings, claims, demands, costs and expenses whatsoever arising out of or, in connection with various matters and against all actions, proceedings, claims, demands, costs and expenses whatsoever arising out of any negligent act or omission or failure by EIA Consultancy Organization in the performance ofEIA Consultancy Organization’s obligation under this Agreement.
18.0 General clauses 18.1 Entire Agreement & Amendments
This Agreement constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior written, oral or implied understandings between them on that subject matter. This Agreement may be amended, modified or supplemented only by the Authorized representatives of the parties in writing, executed on behalf of both parties hereto.
18.2 Non Exclusive Agreement
The EIA Consultancy Organization shall be free to do similar business either for itself or for any other party or offer similar services to any third parties but without in any way affecting the services agreed to be offered by it under this Agreement.
18.3 Severability
In the event that any provision or any portion of any provision of this Agreement shall be held invalid, illegal or unenforceable under applicable law, the remainder of this Agreement shall remain valid and enforceable in accordance with its terms.
18.4 Survival
The clauses of this Agreement, which by their very nature ought to survive termination of this Agreement, shall so survive.
Authorized Signatory On behalf of the GICC Authorized Signatory On behalf of the EIA Consultancy Organization In witness of In witness of _________________________ ________________________
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XI October, 2017 Page 57
Annexure XI Detailed Scope of Work of the EIA Consultancy Organization
1.0 Background
Details of Study area taken up: Total area of MBSIR: 102.10 sq.km Covering two villages of Detroj Taluka and five villages of Mandal Taluka from Ahmedabad district; and one village from Becharaji Taluka of Mehsana district.
Relevant detail (Development Plan of the SIR) of the proposed SIR can be referred on http://dholerasir.com/whatsnew.aspx.
2.0 Objectives The EIA, based on the concept of regional environmental assimilation potential would involve collation of baseline environmental quality data, establish environmental quality indices for all the components through digitization and GIS thematic mapping, study the progression or regression in the improvement/decline in the quality and delineation of hot spots followed by concomitant modelling to establish regional assimilative capacity with respect to air, noise, water, land and biological and socio-economic components of environment. The study shall be carried out for an Impact Area within 10 km measured from the boundary of the SIR (two development clusters). The study will lead to preparation of regional environmental management plan to sustain proposed developments without compromising the environmental and ecological quality of region.
2.1 Role and Responsibilities of EIA Consultancy Organization
The Selected Consultant will be responsible from applying for the EC to get the EC from the MOEFCC and carry out the following activities:
2.2 Preparation of Reports
Prepare Rapid Environmental Impact Assessment Report covering one season environmental baseline data and submission of Detail Reports. (EIA Consultancy Organization shall collect, compile, coordinate, channelize data/details from respective agencies for the EIA and complete the environmental clearances questionnaires forms of MoEFCC, if any. Obtain inputs, data and channelizing with stakeholders, establishing co-relation between inputs; compile various baseline data in desired format for EIA to take up process of Environment Clearance and also monitoring the progress.
To prepare Rapid Environment Impact Assessment) report incorporating regional Environmental Management Plan (EMP), based on the assimilative capacity of the region including outcomes of Public Consultation Process.
Packaging the submission of various details as per prescribed structure.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XI October, 2017 Page 58
2.3 Liasoning with Agencies and Public Hearing: • To technically assist GICC for preparation of Public Hearing, reply of queries with
respect to compliance etc. of MoEFCC (GoI), GPCB (GoG), etc. for timely receipt of Environment Clearance.
• Continuous co-ordination and effective liasioning with MoEFCC-Govt. of India and GPCB – Govt. of Gujarat for Environment Clearance and relevant compliances.
3.1 Baseline information - General The baseline information of the impact area should, inter alia comprise of the following:
3.1.1 Land Environment
• General topography of the study area (with topographical maps) based on the Topo-sheets and remotely sensed data with ground truth verification.
• Information of geological status of the area through geological maps of the area. • Drainage pattern of the study area including mapping of wetland and fresh water
habitats with the help of the remotely sensed data in conjunction with the land use plans of the area. This need to be validated by detailed field studies.
• Land use pattern of the study area based on the study of the land use plans and the remotely sensed data with adequate field verification. Assessment of the changes in the land use in the time frame from the beginning of the developmental activities in the study area so as to define the impacts of developments and other activities on the land use.
• Soil quality of the study area based on soil maps and the analysis of soil samples from strategic locations.
• Urban agglomeration (transport, road network) based on land use plans, remotely sensed data, ground truth verification as well as future expansion plans.
• Ecological sensitive areas as per MoEFCC guideline based on land use plans, remotely sensed data and ecological field studies.
• Future scenario of land environment on the basis of proposed development particularly in terms of agricultural, horticultural, forestry, ecological aspects, etc.
• Assessment of agriculture and horticulture pattern and products (rate of fertilizer application and pesticides from the land use maps and remotely sensed data apart from the information available from State Govt., Depts. of Agriculture, Horticulture, etc. and National Bureau of Soil Survey and Land Use Planning, followed by validation through studies on cropping patterns, use of fertilizers and pesticides, etc.
• Forest cover, plantation and forest products with the help of the land use plans and remotely sensed data, details available from the district/divisional forest office, etc.
3.1.2 Air Environment • Meteorology – Assessment of the meteorological parameters, i.e., temperature
(hourly temperatures along with maximum and minimum) wind speed and direction including wind rose diagrams, rainfall pattern, solar radiation, humidity, mixing height, daily inversions and stability class of the study area through meteorological stations.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XI October, 2017 Page 59
• The air quality data then need to be processed, modeled and isopleths profiles to be developed.
• Apportioning of air quality in the various identified/delineated micro climatic zones to line point, instantaneous and area sources and assessment of their percentage contribution.
• Estimate available assimilative capacity in critical micro-climatic zones for various pollutants corresponding to air quality standards for sensitive receptors. Estimation of the upper limit of assimilative capacity in critical pockets, if any.
• Mitigation measures for emission, relocation of activities, rerouting of traffic, etc. has to be indicated.
3.1.3 Noise Environment
• Noise levels monitoring should be done considering all the cardinal directions with average of at least one hour and time and date of measurements to be specified
• Terrain feature to be provided along with noise quality monitoring stations to assess the likely impact of the terrain characteristics on noise quality
• Noise levels i.e. Leq (day) and Leq (night) for each station in the impact area along with applicable standards
3.1.4 Water Environment • Surface water quality of water available in rivers/streams/surface water body and in
the study area, through standard sampling protocols and analyzing them for pH, DO, BOD, Coliforms (total and faecal), TDS, SS, COD, O&G, F, Pb, Cd, Hg, Cr, Free Ammonia, CO,, EC, Cl-, SO4, SAR, Nitate and Phosphate and other relevant parameters. The water quality needs to be assessed with respect to existing water quality standards/public health and environmental significance point of view as well as development of water quality indices.
• Ground water quality – Assessment of the ground water quality of the study area by indexing with particular reference to water quality and contamination aspects.
• Seasonal variation of water table and depletion of water table as well as ground water regime modeling.
• Water availability, water demand, flow and consumption pattern of the area with respect to ground water and surface water through the development of inventory of the water resources and hydro geological models.
3.1.5 Biological Environment
• Inventory of flora and fauna in the region • Identification of rare and endangered species in the region • Collection of ecological information on terrestrial and aquatic ecosystems and assign
its health status • Characterization of forest litter fauna • Assimilation potential of vegetation as a sink for pollutants. • Provision and scope of conservation plan for wildlife for implementation.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XI October, 2017 Page 60
3.1.6 Socio-Economic Environment • Future scenario –Assessment of the future scenario on the basis of the proposed
industrial and developmental activities as well as societal development of the area. • Occupational health and safety measures for the workers including identification of
work related hazards, training on malaria control, HIV, and health effects on exposure to dust, etc.
• Provision and scope of various economic measures for the upliftment of the quality of life of the population of the study area.
• Provision and scope of fodder farms in the buffer zone in consultation with local NGOs/Self Help Groups.
4.0 Impact Assessment
• Air – Assessment of the air pollution load from the industrial sources on the basis of the total emissions through mass emission factors based on material balance and actual monitoring of the different point, line and area sources of the surrounding areas. Apportionment of air pollution load due to various sources by mathematical modeling and their validation by the other methods.
• Water – Assessment of water pollution load from various proposed and existing activities on the basis of the quality of the effluents and the final wastewater discharges with and without the treatment of the effluents.
• Solid Waste – Assessment of pollution loads due to solid wastes on the basis of the total quantity and quality of the solid wastes generated by the industries, local bodies and proposed activities and evaluation of their management practices.
5.0 Components of Regional Assimilative Capacity The major elements of work in the estimation of assimilative capacity are:
• Identification of regions (air-shed, water-shed, land area, etc.) based on homogeneity/topography
• Assessment of present level of pollution • Characterization of receiving environment for predictive modeling • Delineation of sources of pollution and quantification of pollution loads • Calibration of predictive models using data on present pollution loads, and
environmental quality status • Estimation of future pollution loads and pollution levels due to proposed industrial
development • Assessment of congestion levels based on environmental standards for receptors • Delineation of measures for preventing and reducing pollution loads
5.1 Air Environment
• Delineation of air-shed based on topography of the area and identification of micro-climatic zones
• Establish air quality index for the region to delineates hot spot areas • Collation of meteorological data like wind speed, wind direction, temperature and
cloud cover concomitant with Ambient Air Quality Monitoring data
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XI October, 2017 Page 61
• Preparation of present and projected inventory of point, line and area sources of air pollution, and quantification of emissions.
• Evaluation of cumulative impacts of point, line and area sources using mathematical models.
• Prediction of impacts on air environment due to proposed developmental plans • Estimation of available assimilative capacity in critical micro-climatic zones for
various pollutants vis-à-vis air quality standards for sensitive receptors • Stipulation of permissible emission levels for point, line and area sources with
associated control technologies and vocational choices • Prediction of impacts on air environment due to proposed industrial developmental
plans and alternate developmental options • Delineation of assimilative capacity based air environment management plan
5.2 Noise Environment • Assessment of present and projected noise levels in the region • Establish noise quality index and the Matisse on GIS through digital image processing • Identification of point, line and area sources of noise • Prediction and evaluation of noise levels • Identification of high noise level zones requiring mitigation measures in
environmental management plan • Delineation of acoustic environment management plan
5.3 Water Environment • Invent orization of water resources (surface and groundwater) with respect to
quantity and quality in three seasons, viz. summer, post-monsoon and winter • Preparation of inventory of water polluting sources and quantification of pollution
loads • Assessment of present and proposed designated uses of water resources • Prediction and evaluation of the impacts of wastewater discharges on receiving
water bodies due to existing discharges, proposed developmental scenario and alternate options
• Estimation of assimilative capacity using water quality models for different waste loads and designated usages
• Assessment of feasibility of wastewater recycle and reuse • Delineation of assimilative capacity based regional water environment management
plan
5.4 Land Environment • Assessment of existing landuse pattern and land quality employing field surveys and
through satellite imageries of the study region • Quantification of pollution loads due to disposal of municipal and industrial solid
wastes • Preparation of inventory of overburdens, wastes and reject and evaluate existing
disposal sites • Identification of appropriate sites for waste disposal if required
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XI October, 2017 Page 62
• Estimation of anticipated impacts on landuse pattern and related activities due to proposed developmental activities and alternatives
• Estimation of assimilative capacity of soils for wastewater applications • Identification of site-and waste-compatible alternatives for solid wastes
management • Identification of sites for greenbelt development • Delineation of regional land environment management plan
5.5 Biological Environment
• Estimation of developmental possibilities offered by the resources and their current use pattern
• Prediction of impacts due to proposed developmental activities on the flora and fauna in the region with special reference to biological diversity
• Delineation of regional biological environment management plan
5.6 Socio-economic Environment • Collection of data on human settlements, demographic pattern, occupation,
economic and health status of the community as also existing facilities for social welfare and health care
• Inventory of places of historical, cultural and religious importance in the study region • Assessment of economic benefits to community and environment due to existing
and proposed developmental activities in the region • Projection of anticipated changes with respect to quality of life parameters in
proposed developmental scenario and delineation of guidelines to minimize adverse impacts and maximize the beneficial impacts
• Delineation of regional socio-economic environment management plan 6.0 Environmental Management Plan for the existing and proposed developments 6.1 Action plan
• Air pollution control measures – Preparation of air pollution control measures, existing as well as proposed on the basis of the nature of the activities, pollutants generated and the efficiency of the measures being taken.
• Measures for water and waste water management – The measures for water and waste water management based on the efficacy of the present systems and provisions for treatment and recycling of the water. For future, the water and wastewater management practices need to be incorporated in the developmental plan
• Measures for land management – Development of suitable land use plan with due consideration for drainage and erosion potential. Future land scenario need to be developed on the basis of the planned activities and land use requirements.
• Industrial solid waste management for various purposes, e.g., reclamation, road making, embankment, etc., on the basis of their characteristics and hazard potential.
• Noise level management – development of specific noise control measure on the basis noise characteristics of different noise sources.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XI October, 2017 Page 63
6.2 Overall Action Plan for Environmental Quality Improvement
• Measures to improve socio-economic conditions – Development of the action plan of measures for the improvement of the overall socio-economic conditions in the urban and rural settlements in the study area for the present and future.
• Provision of drinking water supply on the basis of the assessment of the overall requirement and present availability. Suitable measures for the treatment of water
• Health care facilities – Provision and augmentation of health care facilities on the basis of the present availability an1d the immediate and future requirement.
• Improvement in transport and communication network – Assessment of the efficacy of the existing transport and communication network and their modification.
6.3 Environmental Indicators in order to present the Environmental Quality status of each Environmental Attributes.
7.0 Study Period: 12 months
Note: Considering the large scale area the time-frame of study period might be extended by GICC as decided mutually, in case modification/alteration is suggested by MoEFCC for Environment Clearance. Considering this fact the time frame for the work may be extended for six months from the date of issue of LoA.
8.0 Guidelines for EIA
EIA shall be carried out in accordance with (a) EIA Guidance Manual prepared by for the MoEFCC for applicable sectors by
ILFS Eco smart Ltd, Gurgaon and Administrative Staff College of India, Hyderabad in 2010
(b) Standard Terms of Reference for EIA/EMP Report for Projects/Activities requiring EC under EIA Notification, 2006, and
(c) ToR for EIA issued by the MoEFCC
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XII October, 2017 Page 64
Annexure XII Performa Bank Guarantee for Performance Security
(To be stamped in accordance with the Bombay Stamp Act, 1958)
(The non-judicial stamp paper should be in the name of issuing Bank) [Ref:] [Bank Guarantee No:] [Date] To, Managing Director Gujarat Industrial Corridor Corporation Limited, 6th Floor, Block No. 1 Udyog Bhavan, Sector - 11, Gandhinagar- 382017, Gujarat, India. Dear Sirs, In accordance with Invitation to Bid under your Specification No..…….………………..…M/s…….…………………having its Registered/Head Office at ………………………….(hereinafter called the ‘Bidder’) wish to participate in the said Bid for……………………………….and you, as a special favor have agreed to accept an irrevocable and unconditional Bank Guarantee for an amount of Rs. 5,00,000/-(Rupees Five lacs only) valid upto ………………….on behalf of Bidder in lieu of the Bid deposit required to be made by the Bidder, as a condition precedent for participation in he said Bid. We, the ………………………………Bank at……………………………….having our Head Office at…………………………………(local address) guarantee and undertake to pay immediately on demand by Gujarat Industrial Corridor Corporation Limited (hereinafter referred to as the ‘Client’ which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) the amount of ________________(in words & figures) ____________________ without any reservation, protest, demur and recourse. Any such demand made by said ‘Owner’ shall be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder. This Guarantee shall be irrevocable and shall remain valid up to and including………… @ …………………. If any further extension of this guarantee is required, the same shall be extended to such required period (not exceeding one year) on receiving instruction from M/s …………………………………on whose behalf this guarantee is issued. In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this……….day of…………….. 20…………………at…………………….
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XII October, 2017 Page 65
Witness ………………….…………………. ………………….…………………. (Signature) (Signature) ………………….…………………. ………………….…………………. (Name) (Name) ………………….…………………. ………………….…………………. (Official Address) (Designation, with Bank Stamp)
Attorney as per
Power of Attorney No. ………………….………………….
Date ………………….…………………. Notes: @ This date shall be thirty (30) days after the last date for which the bid is valid.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XIII October, 2017 Page 66
Annexure XIII Proforma Bank Guarantee for Bid Security
(Refer Clauses 2.22) B.G No. Dated:
1. In consideration of you, ……………………, having its office at ……………………, (hereinafter referred to as the “Corporation”, which expression shall unless it be repugnant to the subject or context thereof include its, successors and assigns) having agreed to receive the BID of…………………… and having its registered office at ……………………… (and acting on behalf of its JV) (hereinafter referred to as the “Bidder” which expression shall unless it be repugnant to the subject or context thereof include its/their executors, administrators, successors and assigns), for the ……………………Project on …………………… (hereinafter referred to as “the Project”) pursuant to the RFP Document dated ……………issued in respect of the Project and other related documents including without limitation the draft contract Agreement (hereinafter collectively referred to as “Bidding Documents”), we (Name of the Bank) having our registered office at ………………… and one of its branches at…………………….. (hereinafter referred to as the “Bank”), at the request of the Bidder, do hereby in terms of Clause 2.22 of the RFP Document, irrevocably, unconditionally and without reservation guarantee the due and faithful fulfillment and compliance of the terms and conditions of the Bidding Documents (including the RFP Document)by the said Bidder and unconditionally and irrevocably undertake to pay forth with to the Corporation an amount of Rs. …………………… (Rupees ……………………only) (hereinafter referred to as the “Guarantee”) as our primary obligation without any demur, reservation, recourse, contest or protest and without reference to the Bidder if the Bidder shall fail to fulfill or comply with all or any of the terms and conditions contained in the said Bidding Documents.
2. Any such written demand made by the Corporation stating that the Bidder is in default of the due and faithful fulfillment and compliance with the terms and conditions contained in the Bidding Documents shall be final, conclusive and binding on the Bank.
3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable
under this Guarantee without any demur, reservation, recourse, contest or protest and without any preference to the Bidder or any other person and irrespective of whether the claim of the Corporation is disputed by the Bidder or not, merely on the first demand from the Client stating that the amount claimed is due to the Corporation by reason of failure of the Bidder to fulfill and comply with the terms and conditions contained in the Bidding Documents including failure of the said Bidder to keep its BID open during the BID validity period asset forth in the said Bidding Documents for any reason whatsoever. Any such demand made on the Bank shall be conclusive as regards amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs. …………………… (Rupees ……………………only).
4. This Guarantee shall be irrevocable and remain in full force for a period of 180 (one hundred
and eighty) days from the BID Due Date inclusive of a claim period of 60 (sixty) days or for such extended period as may be mutually agreed between the Corporation and the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all amounts under this Guarantee have been paid.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XIII October, 2017 Page 67
5. We, the Bank, further agree that the Corporation shall be the sole judge to decide as to whether the Bidder is in default of due and faithful fulfillment and compliance with the terms and conditions contained in the Bidding Documents including, inter alia, the failure of the Bidder to keep its BID open during the BID validity period set forth in the said Bidding Documents, and the decision of the Corporation that the Bidder is in defaults aforesaid shall be final and binding on us, notwithstanding any differences between the Corporation and the Bidder or any dispute pending before any Court, Tribunal, Arbitrator or any other Authority.
6. The Guarantee shall not be affected by any change in the constitution or winding up of the
Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank with any other person.
7. In order to give full effect to this Guarantee, the Corporation shall be entitled to treat the
Bank as the principal debtor. The Corporation shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee from time to time to vary any of the terms and conditions contained in the said Bidding Documents or to extend time for submission of the BIDs or the BID validity period or the period for conveying acceptance of Letter of Award by the Bidder or the period for fulfillment and compliance with all or any of the terms and conditions contained in the said Bidding Documents by the said Bidder or to postpone for any time and from time to time any of the powers exercisable by it against the said Bidder and either to enforce or forbear from enforcing any of the terms and conditions contained in the said Bidding Documents or the securities available to the Corporation, and the Bank shall not be released from its liability under these presents by any exercise by the Corporation of the liberty with reference to the matters aforesaid or by reason of time being given to the said Bidder or any other forbearance, act or omission on the part of the Corporation or any indulgence by the Corporation to the said Bidder or by any change in the constitution of the Corporation or its absorption, merger or amalgamation with any other person or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Bank from its such liability.
8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given or
made if addressed to the Bank and sent by courier or by registered mail to the Bank at the address set forth herein.
9. We undertake to make the payment on receipt of your notice of claim on us addressed to
[name of Bank along with branch address] and delivered at our above branch which shall be deemed to have been duly authorized to receive the said notice of claim.
10. It shall not be necessary for the Corporation to proceed against the said Bidder before
proceeding against the Bank and the guarantee herein contained shall be enforceable against the Bank, notwithstanding any other security which the Corporation may have obtained from the said Bidder or any other person and which shall, at the time when proceedings are taken against the Bank hereunder, be outstanding or un realized.
11. We, the Bank, further undertake not to revoke this Guarantee during its currency except
with the previous express consent of the Corporation in writing.
Request for Proposal Selection of EIA Consultancy Organization for Environment Impact Assessment and Environmental Clearance of Mandal Becharaji Special Investment Region
Gujarat Industrial Corridor Corporation Annexure XIII October, 2017 Page 68
12. The Bank declares that it has power to issue this Guarantee and discharge the obligations contemplated herein, the undersigned is duly authorized and has full power to execute this Guarantee for and on behalf of the Bank.
13. For the avoidance of doubt, the Bank’s liability under this Guarantee shall be restricted to
Rs. …………………… crore (Rupees ……………………crore only). The Bank shall be liable to pay the said amount or any part thereof only if the Corporation serves a written claim on the Bank in accordance with paragraph 9 hereof, on or before […………………… (indicate date falling 180 days after the BID Due Date)].
Signed and Delivered by ………………………. Bank By the hand of Mr./Ms …………………….., its ………………….. and authorized official.
(Signature of the Authorized Signatory) (Official-Seal)
Becharaji
19
24
A
d
j
.
V
i
l
l
a
g
e
K
a
r
s
a
n
p
u
r
a
Adj. Village Vasna (Chhaniyar)
A
d
j
.
V
i
l
l
a
g
e
B
h
a
n
k
o
d
a
A
d
j
.
V
i
l
l
a
g
e
F
i
n
c
h
d
i
A
d
j
.
V
illa
g
e
S
a
n
k
h
a
lp
u
r
A
d
j
.
V
i
l
l
a
g
e
K
a
n
c
h
r
o
l
A
d
j. V
illa
g
e
G
a
m
a
n
p
u
ra
A
d
j
.
V
i
l
l
a
g
e
O
d
h
a
v
A
d
j
.
V
illa
g
e
D
e
d
a
n
a
A
d
j. V
illa
g
e
B
e
c
h
a
r A
lia
s
B
e
c
h
a
ra
A
d
j
.
V
i
l
l
a
g
e
B
e
c
h
a
r
A
l
i
a
s
B
e
c
h
a
r
a
A
d
j
.
V
illa
g
e
K
a
n
c
h
r
o
l
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
M
D
R
O
D
R
V
R
V
R
O
D
R
V
R
V
R
V
R
V
R
V
R
O
D
R
M
DR
M
D
R
A
d
j
.
V
i
l
l
a
g
e
N
a
v
i
y
a
n
i
A
d
j
.
V
i
l
l
a
g
e
N
a
v
i
y
a
n
i
A
d
j
.
V
i
l
l
a
g
e
V
a
l
e
v
a
d
a
A
d
j
.
V
i
l
l
a
g
e
V
a
n
o
d
A
d
j
.
V
i
l
l
a
g
e
N
a
y
a
k
p
u
r
Adj. Village Jalisana
A
d
j
.
V
i
l
l
a
g
e
D
a
d
h
a
n
a
A
d
j. V
illa
g
e
V
it
h
a
la
p
u
r
A
d
j. V
illa
g
e
V
ith
a
la
p
u
r
A
d
j
.
V
i
l
l
a
g
e
M
a
n
p
u
r
a
A
d
j
.
V
i
l
l
a
g
e
C
h
h
a
n
i
y
a
r
A
d
j
.
V
illa
g
e
S
a
d
a
t
p
u
r
a
Dekaw
ada
Adj. Village
A
d
j
.
V
i
l
l
a
g
e
U
m
e
d
p
u
r
a
156
155
21
730
108
717
101
60
32
63
105
59
716
33
102
57
104
121
120
728
719
36
718
20
708/2
708/1
157
106
158
727
34
731
715
103
19
58
714
160
161
726
18
35
707
56
162
709
159
55
37
733
17
732
725
39
735/7
713
15
721
38
712
51
705
734
122
704
164 724
720
14
54
52
163
711
167
40
735/5
735/6
710
735/4
49
53
50722
12154
703
735/3
165
723
16
41
13
144
11
168
702
123
755
148
756
48
735/2
122
146
699
750
143
152
48
42
153
736
44
10
751
757
47
46
43
701
142
752
141
753
169
747/2
149
749
170
735/1
145
150
754
9
737
7
758
662
46
151
147
138
139
172
786
744
45
747/1
787
761
140
124
8
760
748
663
759
738
746
173
4
745
125
45
174/1
764
136
785
739
176
126
748
177
743
789
788
790
127
791
137
175
784
792
2
134
795
3
183
47
1
7
4
/
2
176
163
740
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
1
2
3
4
5
6
7
8
9
16
17
18
19
20
21
22
23
24
25
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
183
185
186
187
188
189
190
191
192
193
195
196
197
198
199
205/2
206
207
208/1
208/2
209
210
208/3
208 Paiki
208/3 Paiki208/4
208/6
211212/1
212/2
216/1
216/2
217
218
2
1
7
P
a
i
k
i
2
1
8
P
a
i
k
i
219
220
221
222
223
2
2
4
225
226+227
228
229
230
231
232
233
263
264
265
266
402
403
405
406
407
408
409
410
411
412
413
414
418
419
420
421
4
2
2
423
424
425
426
427
428
429
430
431
432
433
434
4
3
5
436
437
438
439
440
441
505
506
507
534
538 + 548
539
540
541
542
543
544
545
546
547
549
550
551
552
553
554
5
5
4
P
a
ik
i
555
556
557
558
559
560
569
570
571
572
573
575
576
577
578
579
580
581
582
583
584
585
586
587
588 Paiki
588
587 Paiki
5
5
5
P
a
i
k
i
588 Paiki
589 Paiki
589
590
591
592
593
593 Paiki
582 Paiki
594
595
596
597
598 599
600
601602
603
5
8
1
P
a
i
k
i
50 Paiki
208/4
217 Paiki
426
415
416
417
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
187
412
413
414
415
416
417
418
419
420
421
422
423
424
425
484
485
486
487
488
489
490
491
492
493
494
495
496
497
498
499
500
501
502
503
504
505
506
507
538
539
540
541
542
543
544
545
546
547
548
549
550
551
552
553
554
557
558
559
560
604
605
606
607
612613
614
615
616
617
618
619
620
621
622
623
624
625
626
627
628
629
630
631
632
633
634
635
636
637
638
639
640
641
642
643
644
645
646
647
648
649
650
651
652
653
654
655
656
657
658
659
660
661
662
664
665
666
667
672
699
703
706
707
708
709
710
711
712
713
714
715
716
717
718
719
720
721
722723
724
725
726
727
728
728
729
730
752
752
753
754
421
418
419
4
2
1
422
413
1035
1036
755
753
Talav
Talav
Talav
TALAV
135
TALAV
TALAV
6
TALAV
148
150
155
162
161
207
210
12/1
186
284
6
127
76
80
85
91
92
99
103
283
296
299
307
314
318
327
323
326
339
337
342
348
349
359
2
364
369
366
367
38
1
388
393396
409
411
417
419
425
432
437
445
447
455
456
463
465
TALAV
1
6
8
279
264
123
154
103
130
127
140
132
143
136
146
145
148
159
157
155
168
184
175
162
180
185
177
164
198
189
194196
201
205
207
203
224
208
215
225
230
227
232
232
237
238
249
225
251
250
263
259
276
274
283
282
284
9
10
6
5
17
83 PAIKI
8
5
1703
1744
621
669
624
555
244
294
344
375
155
165
171
1694
1492
1495
1502
1543
1557
1561
1563
1573
1570
1583
1593
1601
1605
1607
1609
1632
1640
1645
1648
1658
1664
327
42
46
54
275
278
Talav
270
271
282
267
266
276
278
279
284
300
289
291
287
294
296
308
310
314
317
328
345
105
111
3/1
1
5
12
4
2
9
8
18
13
11
7
15
16
10
14
17
20
19
32
2421
22
23
25
30
26
27
33
29
28
31
39
41
34
35
50
36
38
43
37
40
60
44
53
47
48
45
56
49
263
287
52
51
55/1
59
58
290
66
57
61
295
2
63
62
68
74
65
301/1
72
64
67
69
71
73
70
83
75
86
88
77
79
78
84
81
87
95
82
96
90
89
93
94
97
110
100
101
98
108
104
107
102
114
105
106
116
112
109
113
123
111
174
120
115
121
Talav
117
119
124
122
118
128
131
Talav
Talav
126
132
129
125
130
138
135
Talav
136
134
140
133
134/1
150
137
141
147
145
144
139
142
153
143
146
158
7/2
149
148
152
154
17
0
151
157
156
161
155
160
16
2
159
163
168
165
171
164
166
167
1
7
6
1
7
4
1
7
3
/1
2
1
7
7
178
16
9
172/1
175
183
2
180
184
181
190
179
186
188
187
182
198
185
189
191
195
199+
200
1
9
3
197
192
204
211
196
194
201
202
207
203
206
208
205
218/1
210
212
213
2
209
2
1
5
21
4/1
217
221
2
1
6
129/1
22
7
222
22
6/1
220
219
223
224
22
8
230
2
2
234
2
2
9
22
5
232
236
231
237
233
235
238
240
246
241
239
242
247
244
248
243
245
260
253
249
250
255
251
252
256
254
257
267
269
261
258
265
262
266
259
273
306
268
270
274
271
280
272
276
314
310
277
316
278
282
275
281
321
279
326
289
284
286
287
285
288
303
2
9
0
293
328
212
295
291
302
292
294
297
298
300
301
305
306
313
221
312
304
310
308
309
311
321
317
322
316
315
320319
324
325
335
329
331
332
340
336
328
334
330
338
333
341
347
356
344
345
346
343
365
352
354355
353
351
3
5
8
363
362
357
361
350
372
371
368
376360
370
37
9
377
375
37
8
374
394
373
383
386
385
384
382
390
391
38
0
387
398
395
400
402
399
389
401
405
404
392
397
410
412
407
420
403
406
408
414
418
422
413
427
415
429
416
433
430
423
424
421
426
436
431
435
452
449
450
441
428
440
434
443
446
442
462
444
439
460
459
454
448
438
453
457
458
TALAV
TALAV
464
451
461
132
3
4
TALAV
TALAV
4/P
466
Gamthan
467
3/P
17
14
23
10
5
7
12
12
9
156
2
19
8/P
151
11
16
13
11
9/P
20
18
10/P
26
7/P
21
159
169
168
25
31
14
24
15
15
37
22
28
36
368
31
34
29
38
27
30
Talav
25/2
1
33
32
172
40
46
42
39
41
8
35
5
44
43
49
17
45
48
58
54
50
11
56
62
19
60
52
51
61
21
47
55
57
53
174
66
31
59
64
67
24
68
69
70
63
73
72
44
71
33
65
79
89
32
74
78
76
77
82
75
50
46
92
83
87
86
81
80
85
97
90
84
91
55
60
94
93
58
99
88
100
102
98
64
95
106
73
104
96
114
101
71
105
107
110
109
112
108
118
113
115
83
116
77
135
111
122
120
119
117
88
125
126
128
131
97
124
127
121
138
129
133
141
137
144
134
136
140
147
142
139
110
101
152
171
153
151
103
104
108
158
149
150
161
156
117
160
163
112
164
165
172
118
186
173
166
170
169
179
192
178
174
187
182
176
195
181
202
183
191
193
190
188
209
199
200
210
213
217
204
215
216
212
222
197
211
223
206
229
214
228
239
244
65
222
86
226
240
231
233
236
234
241
252
243
245
242
24
7
248
255
96
235
254
253
93
2
5
7
258
261
246
260
262
266/B
267
265
98
91
105
268
256
111
264
286
100
107
271
269
102
109
113
272
266/A
2
8
0
121
287
273
115
270
126
285
277
137
128
281
289
293
119
136
750
294
288
291
133
290
135
130
220
131
92
295
142
7
6
2
TALAV
292
211
147
140
143
138
TALAV
219
TALAV
TALAV
TALAV
145
TALAV
91
5
TALAV
TALAV
93
151
94
18
95
149
154
156
158
97
98
96
106
165
102
173
9
6
p
a
ik
i
9
1
p
a
ik
i
104
100
101
99
103
108
160
105
109
163
111
110
114
107
126
177
115
112
175
180
118
119
113
124
116
121
122
117
125
130
123
120
189
128
129
132
191
141
127
193
134
131
195
133
135
198
138
136
200
139
137
142
140
203
144
206
143
3
8
208
1
4
2
12
7
18
213
11
14
20
23
15
19
16
22
21
27
28
26
35
25
29
34
32
31
39
30
38
33
36
41
37
45
43
51
40
42
46
49
47
55
133
44
48
57
56
50
64
52
54
53
59
61
62
58
68
60
1229
63
69
66
65
67
71
72
73
74
70
79
76
75
77
78
409
86 PAIKI
81
82
80
83
84
90
85 PAIKI
86
1705
89
1702
88
87
1708
1706
1704
1701
1713
1707
1711
1709
1714
1710
1717
1712
1715
17221716
1719
1718
1721
1724
1725
1729
1720
1723
1726
1727
1731
1730
1733
1736
1728
1734
1738
1732
1735
1740
1742
1741
1737
1754
1739
1745
1750
1743
1746
1747
1748
1751
1749
1752
1753
671
1755
1756
673
672
675
1758
1757
674
681
679
683
677
676
687
680
682
684
678
692
686
685
691
693
894+863+689
688
694
654
653
656
651
652
650
658
659
657
655
664
663
662
660
668
631
666
665
661
623
670
88
625
667
622
634
629
637
628
627
632
626
630
99
98
93
633
95
636
641
639
635
643
640
638
642
648
644
579
646
645
649
647
574
575
577
576
581
582
580
584
578
560
583
563
570
564
566
562
569
568
565
567
571
572
597
595
596
598
602
599
573
601
600
603
605
604
613
607
609
25
606
617
616
611
608
612
610
619
614
615
160
618
592
620
591
510
620
514
593
167
511
509
594
516
513
512
517
515
519
178
518
523
521
520
522
524
526
528
525
527
530
529
533
532
531
536
538
534
535
539
537
542
540
541
543
545
547
548
544
546
549
83
550
551
85
87
552
553
554
556
588
557
558
559
561
589
590
586
587
485
486
481
488
484
483
482
585
487
13+489
492
491
495
493
494
496
499
497
498
501
500
503
502
506
504
505
508
507
477
476
480
478
479
472
474
475
471
451
473
450
449
452
455
453
454
457
456
460
458
459
463
461
462
464
465
469
466
467
468
470
406
401
402
403
404
405
407
408
410
409
413
411
412
415
414
416
417
418
419
420
423
421
422
425
424
426
432
427
428
429
430
431
433
434
435
436
437
439
438
440
441
442
443
445
444
446
1770
447
448
1772
1771
1773
1774
1775
216
1776
1451
201
202203
204
205
206
207
208
209
210
211
212
213
214
215
216
217
218
219
220
221
222
223
224
225
226
227
228
229
230
231
232
233 234
235236
237
238
2
3
9
2
4
0 241
242
243
245
247
246
324
248
249
250
251
252
253
254
255
256
257
258
259
260
261
262
263
264
265
266
267
268
269
270271
272
273
274275
276
277
278
279
280
281
282
283
288
285
286
291
289
372
292
293
2
9
6
300
297
298
299
301
303
302
304
305
306
307
308
309
310
311
312
313
314
315
316
317
318
319
320
321
322
323
324
325
326
327
328
329
330
331
332
333
334
335
336
337
338
339
340
341
342
343
345
422
346
347
348
349
350
351
352
353
354
355
356
357
358
359
360
361
362
363
364
365
366
367
368
369
370
371
372
373
374
377
376
380
378
3
7
9
381
382
383
384
385
386
387
388
389
390
391
392
393
394
395
396
397
398
399
400
146
147
148
149
150
15
1
15
2
153
154
157
156
158
161
159
160
162
163
164166
167
168
169
170
172
175
174
173
176
178
177
179
182
180
181
185
183
184
186187
188
189
190
191
192
194193
195
196
199
197
198
200
1691
1693
1692
1698
1700
1699
1695 +
1481
1484
1482
1487
1486
1485
1489
1488
1501
1490
1491
1493
1496
1494
1497
1500
1498
1505
112
1499
1507
1503
1504
1509
1511
1506
1508
1510
1519
1512
1
5
1
5
1514
1
5
1
3
1
5
1
6
1520
1
5
1
7
1518
1523
1521
1522
1524
1526
1531
1525
1530
1527
1528
1532
1529
1537
1533
1
5
3
9
1536
1542
1538
1544
1541
1540
1553
Talav
1548
1545
15461547
1550
1552
1549
1555
15511554
7
14
6
1558
1564
1556
1559
1562
1560
1565
1568
1569
16
1566
1567
1571
22
1572
1575
1576
1574
1577
1580
27
1578
1579
35/2
1581
1585
1582
1586
1584
1587
1588
1595
43
1591
1589
1590
1596
1594
1592
1598
1599
1597
52
47
1600
1
6
0
3
1
6
0
4
1608
55
1
6
0
2
57
1606
1610
61
58
1611
60
1612
1613
1614
1615
1621
1617
1616
1619
1618
1620
1622
1623
1624
1625
1626
1628
1627
1629
1630
1631
1634
1633
1635
1637
90
1636
86
1638
1639
1641
1642
1644
1643
94
1645
1646
100
96
1647
1650
1649
1651
1652
103
1653
1654
1655
1656
1657
113
1659
1660
1661
1662
1663
1665
116
1666
117
1667
1668
1669
1670
1671
1672
1673
1674
1675
1676
1677
1678
1679
1680
1681
1682
1683
1684
1685
1686
1687
1688
1689
1690
1696
1697
1051
1052
1053
1054
1055
1056
1057
1058
1059
1060
1061
1062
1063
1064
1065
1
0
6
6
1067
1068
1069
1070
1071
1072
1073
1074
1075
1076
1077
1079
1078
801
802
803
804
805806
807
808
809
810
811
812
813
814
815
816
817
818
819
820
821
822
823
824
825
826
827
828829
830
831
832
833
834
835
836
837
838
839
840
841
842
843
844
845
846
847
848
849
850
851
852
853
854
855
856
857
858
859
860
861
862
864
791
792
793
794
795
796
797
798
799
800
7
7
1
7
7
2
773
774
775
776
777
7
7
8
7
7
9
780
781
782
783
784
785
786
787
788
789
790
790
818
819
820
821
751
752
753
754
755
756
757
700
7
0
1
702
703
704
705
706
707
708
709
710
711
712
713
714
715
716
717
7
1
8
7
1
9
720
720
700
697
698
699
900
901
902
903904
905
906
907
908
909
910
911
912
914
915
916
917
918
919
920
913
921
922
923
924
925
926
927
928
929
930
931
932
933
934
935
936
937
938
939
940
941
942
943
944
945
946
947
948
949
950
951
952
953954
955
956
957
958
959
960
961
962
963
964
965
966
967
968
969
970
971
972
973
974
975
976
977
978
979
980
981
982
983
984
985
9
8
6
987
988
989
990
991
992
993
994
995
996
997
998
999
1000
1001
1002
1003
1004
1005
1006
1007
1008
1009
1010
1011
1012
1013
1014
1015
1016
1017
1018
1019
1020
1021
1022
1023
1024
1025
1026
1027
1028
1029
1030
1031
1032
1033
1034
1035
1036
1037
1038
1039
1040
1041
1042
1043
1044
1045
1046
1047
1048
1049
1050
721
722/1
723
724
727
726
725
724
723
722/2
728
729
730
731
732
733
734
735
736
737
738
739
740
741
742
743
744
745
746
747
748
749
759
760
761
763
764
765
766
767
768
769
770
1081
1082
1083
1084
1085
1086
1087
1088
1089
1090
1091
1092
1093
1094
1095
1096
1097
1098
1099
1100
1101
1102
1103
1104
1105
1106
1107
1108
1109
1110
1111
1112
1113
1114
1
1
1
5
1116
1117
1118
1
1
1
9
1120
1121
1122
1123
1124
1125
1126
1127
1128
1129
1130
1131
1132
1133
1134
1464
1465
1135
1136
1137
1138
11391140
1141
1142
1143
1144
1145
1146
1147
1148
1149
1150
1151
1152
1153
1154
1155
1156
1157
1158
1159
1160
1161
1162
1163
1164
1165
1166
1167
1168
1169
1170
1171
1172
1173
1174
1175
1176
1177
1178
1179
1180
1181
1182
1183
1184
11851186
1187
1188
1189
1190
1191
1192
1193
1194
1195
1196
1197
1198
1199
1200
1201
1202
1203
1204
1205
1206
1207
1208
1209
1210
1211
1212
1213
1214
1215
1216
1217
1218
1219
1220
1221
1222
1223
12241225
1226
1227
1228
1230
1231
1232
1233
1234
1235
1236
1237
1238
1239
1240
1241
1242
1243
1244
124
5
12
46
1247
1248
1249
1250
1251
1252
1253
1254
1255
1256
1257
1258
1259
1260
1261
1262
1263
1264
1265
1266
1267
1268
1269
1270
1271
1272
1273
1274
1275
1276
1277
1278
1279
1280
1281
1282
1283
1284
1285
1286
1287
1288
1289
1290
1291
1292
1293
1294
1295
1296
1297
1298
1299
1300
1345
1346
1347
1348
1349
1350
1351
1352
1353
1354
1355
1356
1357
1358
1401
1402
1403
1404
1405
1406
1407
1408
1409
1
4
1
0
1
4
1
1
1412
1413
1414
1415
1416
1417
1418
1419
1420
1421
1422
1423
1424
1425
1426
1427
1428
1429
1430
1431
1432
1433
1434
1435
1436
1437
1438
1439
1440
1441
1442
1443
1444
1445
1446
1447
1448
1449
1450
1452
1453
1454
1455
1456
1457
1458
1459
1460
1461
1462
1463
1470
1469
1466
1467
1468
1472
1471
1473
1480
1478
1474
1475
1476
1477
1479
1534
1766
1765
1767
1764
1762
1763
1769
1761
1760
1768
1109
110
8
880
881
882
883
884
885
886
887
888
889
890
891
898
897
896
895+899
8
9
3
892
882
866
867
868
869
870
871
872
873
8
7
4
8
7
5
8
7
6
8
7
7
8
7
8879
1398
1399
1400
1395
1396
1394
1397
1359
1360
1361
1362
1363
1364
1365
1366
1367
1368
1369
1
3
7
0
1371
1372
1373
1374
1377
1376
1378
1379
1380
1381
1384
1382
1383
1385
1386
1389
1387
1390
1388
1304
1301
1303
1305+
1302
1307
1306
1309
1308
1313
1310
1311
1312
1335
1314
1315+1316
1317
1337
1336
1338
1341
1339
1340
1342
1343
1332
1344
1331
1333
1318
1334
1319
1323
1320
1321
1322
1325
1324
1326 1327
1328
1329
1391
1392
1330
490
1305
1393
64
1375
696
690
145
695
TALAV
1535
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
1483
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
Talav
Talav
Talav
105/2
1
0
4
/
2
1
2
3
4
5
67
8
9
10
11
12
13
14
15
16
17
18
19
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
7172
73
74
75
143
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
116117
118
119
120
121
122
123
124
125
126
127
128
129
130
131
132
133
134
135
136
137
138
139
140
141
142
143
144
145
146
147
148
149
150
151
152
153
154
155
156
157
158
159
160
161
162
163
164
165
166
167
168
169
170
171
172
173
174
175
176
177
178
179
180
181
182
183
184
185
186
187
188
189
190
191
192
193
194
195
196
197
198
199
200
201
202
203
204
205 206
207
208
209
210
211
212
213
214
215
216
217
218
219
220
221
222 223
224
225
226
227
228
229
230
231
232
233
234
235
236
237
238
239
240
241
242
243
244
245
246
247
248
249
250
251
252
253/A
254
255
256
257
258
259
260
26
1
262
263
264
265
266
267
268
269
270
271
272
273
274
275
276
277
278
279
280
281
282
283
284
285
286
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
TALAV
1
2/2
2/3
2/4
2/14
2/5
2/6
2/7
2/8
2/9
2/10
2/11
2/12
2/13
2/1
4/5
4/6
4/3
4/4
4/7
4/2
5/1
5/2
5/3
5/4
6
7
8/1
8/2
9
10
11
12
13
14
15
16
17
18/1
20
21
22
23
25
26
27
28
29
30
31
32
3334
35
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
1
1
5
116
117
118
119
120
121
122
123
124
125
126
127128
129130
131
132
133
134
135
136
137/1
138
139
140
141
142
143
144
145
146
147
148
149
150
151
152
153
154
155
156
157
158
159
160
161
162163
164
165
166
167
168
169
170
171
172
173
17
5
176
177
178
179
180
181
182
183
184
185
186
187
189
1
8
8
190
191
192/1
193
194/1
195/1
200
196
197
1
9
8
1
9
9
202
201
203
204
205
206
208
207
209
210
211
212
213
214
215
216
217
218
219
220
221
222
223
224
225
226
227
228
229
230
231
232
233
234
235
236
237
238
239
240
241
242
243
244
245
246
247
248
249
250
251
252
253
254
255
256
257
258
259
260
261
262
263
264
265
266
267
268
269
270
271
272
273
274
275
276
277
278
279
280
281
282283
284
285
286
287
288
289
290
291
292
293
294
295
296
297
298
299
300
303
302
305
304
307
311
308
309
313
312
318
320
315
319
317
322
334
323
2
3
2
4
325
332
329
337
330
333
335
331
18/2
195/3
137/2
336
192/2
194/2
195/2
D
R
A
I
N
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
6/1
Talav
Talav
Talav
Talav
Talav
Talav
7/1
Talav
104/1
Talav
Talav
134
132
135
105/1
109/2
140
19/3
6/2
109/1
158/1
1
154/2
3
90/2
12/2
2
154/1
9
11
140/1
2
142/1
2
90/1
2
8
4
10
25/1
1
13
15
20
27
5
16
18
17
14
24
21
22
23
26
28
36+37
29
32
30
31
46
34
33
38
40
35
39
42
44
43
45
51
49
48
47
50
56
52
53
54
57
59
55
61
62
58
60
66
63
68
65
64
69
71
74
67
77
80
72
73
70
76
82
79
78
75
89
81
88
87
83
84
85
95
86
93
91
97
94
92
100
103
98
110
108
96
106
99
116
101
102
107
112
111
115
114
120
113
127
117
123
118
122
124
119
121
130
131
125
128
135
126
133
129
137
138
146
136
144
149
134
139
152
145141
157
153
147
150
160
171
155
166
162
170
161
167
165
163
164
173
177
175
176
Talav
6
3
Talav
Talav
Talav
2
18
7
10
Talav
16
4
12
9
35
14
22
13
26
37
15
20
29
25
23
27
34
38
40
28
30
42
36
41
56
49
43
45
47
51
61
39
66
57
54
52
62
63
53
59
69
70
74
67
81
68
76
78
82
75
89
84
90
72
87
80
95
94
79
85
92
99
106
116
123
114
122
124
120
125
132
129
127
144
134
139
152
141
146
153
157
168
166
159
167
164
169
172
171
174
176
170
183
178
179
181
184
187
185
182
192
186
188
194
190
196
197
201
199
202204
205
209
211
212
214
215
2
1
6
217
218
219
220
221222
223
224
225
226
227
228
229
230
231
232
233
234
235
236
237
238
239
241
240
242
243
244
245
246
247
248/A
248/B
248/C
249
250
251
252
253
254
255
256
257
258
259
260
261
262
263
264
265
268
269
272
273
274
275
277
280
281
283
285
286
288
290
292
293
295
297
298
299
301
302
303
304
305
306
307
309
311
312
313
315
316
318
319
320
321
322
323
326
325
329
327
330
331
332
333
334
335
336
337
338
339
340
341
342
343
344
346
347
348
349
350
352
351
353
354
355
356
357
358
359
360
361
362
363
364
365
366
367
369
374
370
371
373
375
378
376
377
379
382
380
381
386
383
384
385
390
387
388389
391
392
393
394
395
397
398
400
399
396
401
402
403
404
405
406
407
408
410
411
412
413
414
417
415
416
420
418
Talav
421
Talav
48
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
4
Talav
Talav
Talav
1
13
2
3
9
15
8
17
20
12
19
21
26
24
23
29
30
32/1
34/1
31
28
36
33/1
39
40
37
38
41
46
42
51
44
49
45
50
48
54
56
59
53
63
62
66
64
65
68
67
69
70
71
72
73
76
75
74
91
77
81
78
80
79
82
84
92
89
101
97
106
102
104
107
123
110
109
108
114
122
120
115
119
121
118
125
124
127
126
128
129
146
137
131
136
138
130
142
139
143
141
144
151
152
158
145
155
147
148
149
153/1
150
156
157
164
154
162
174
163
159
175
161
179
165
168
166
173
170
185
171
169
172
177
182
183
176
180
184
181
196
194
192
188
190
189
187
195
191
201
199
198
208
193
197
206
211
207
205
200
203
204
202
213
209
210
215
217
218/1
214
229
220
219
224
225
228
232
233
231
227
2
226
Talav
230
33/2
35/1
218/2
218/3
34/2
Talav
Talav
Talav
32/2
33/3
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
Talav
148
Talav
Talav
Talav
41
41
1689
24
822
758
1759
1751
253/B
76
1080
1760
1765
97
90
857
419
10
11
222
223
36
20
3paiki
3paiki
S
.H
.N
O
.-
7
S.H.NO.-133
2/1
CHANDANKI
UKARDI
BHAGAPURA
SHIHOR
SITAPUR
UGHROJ
HANSALPUR
UGHROJPURA
1
02
03
04
05
08
06
07
UGHROJPURA
05
S
.H
.N
O
.-
7
S.H.NO.-133
S.H.N
O.-19
Bechar
B
e
c
h
a
r
a
j
i
T
a
l
u
k
a
M
e
h
s
a
n
a
D
i
s
t
r
i
c
t
M
a
n
d
a
l
T
a
l
u
k
a
A
h
m
e
d
a
b
a
d
D
i
s
t
r
i
c
t
D
a
s
a
d
a
T
a
l
u
k
a
S
u
r
e
n
d
r
a
n
a
g
a
r
D
i
s
t
r
i
c
t
M
a
n
d
a
l
T
a
l
u
k
a
A
h
m
e
d
a
b
a
d
D
i
s
t
r
i
c
t
D
a
s
a
d
a
T
a
l
u
k
a
S
u
r
e
n
d
r
a
n
a
g
a
r
D
i
s
t
r
i
c
t
M
a
n
d
a
l
T
a
l
u
k
a
A
h
m
e
d
a
b
a
d
D
i
s
t
r
i
c
t
M
a
n
d
a
l
T
a
l
u
k
a
D
e
t
r
o
j
T
a
l
u
k
a
S
.H
.N
O
.-
7
S.H
.N
O
.-7
A
d
j
.
V
illa
g
e
S
a
d
a
t
p
u
r
a
A
d
j
.
V
illa
g
e
V
a
le
v
a
d
a
D
e
k
a
v
a
d
a
-
C
h
h
a
n
i
y
a
r
D
r
a
i
n
C
h
h
a
n
i
y
a
r
-
A
g
h
a
r
D
r
a
i
n
MSIL-AUTOMOBILE ANCHOR
AND GIDC
MSIL-AUTOMOBILE ANCHOR
MSIL-AUTOMOBILE ANCHOR
AND GIDC
AND GIDC
MSIL-AUTOMOBILE
ANCHOR AND GIDC
MSIL-AUTOMOBILE ANCHOR AND GIDC
60 Mt. Road
60 Mt. Road
30 Mt.
Road
6
0
M
t
.
R
o
a
d
6
0
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
60 M
t. R
oad
60 M
t. R
oad
9
0
M
t. R
o
a
d
9
0
M
t
.
R
o
a
d
9
0
M
t
.
R
o
a
d
9
0
M
t. R
o
a
d
9
0
M
t. R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
45 Mt. Road
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
45 Mt. Road
4
5
M
t. R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t
.
R
o
a
d
30 M
t. R
oad
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
30 M
t. R
oad
30 M
t. R
oad
3
0
M
t. R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t. R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t. R
o
a
d
Railway Line
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
30 M
t. R
oad
3
0
M
t
.
R
o
a
d
30 Mt.
Road
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
30 M
t. R
oad
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
30 M
t. R
oad
3
0
M
t. R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
30 M
t. R
oad
3
0
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t. R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
4
5
M
t
.
R
o
a
d
60 Mt. Road
60 Mt. Road
60 Mt. Road 60 Mt. Road
60 M
t. R
oad
60 Mt. Road
6
0
M
t
.
R
o
a
d
6
0
M
t
.
R
o
a
d
6
0
M
t. R
o
a
d
60 M
t. R
oad
6
0
M
t
.
R
o
a
d
9
0
M
t
.
R
o
a
d
9
0
M
t
.
R
o
a
d
9
0
M
t
.
R
o
a
d
9
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
3
0
M
t
.
R
o
a
d
R
a
i
l
w
a
y
L
i
n
e
4
5
M
t
.
R
o
a
d
99
102
99
102
MANDAL - BECHARAJI SPECIAL INVESTMENT REGION
LEGEND
N
MANDAL - BECHARAJI SPECIAL INVESTMENT
REGIONAL DEVELOPMENT AUTHORITY,
GANDHINAGAR
MBSIRDA
MBSIRDA MBSIRDA MBSIRDA
Senior Town Planner Chief Executive Officer Chairman
NOT TO SCALE
MBSIR BOUNDARY
VILLAGE BOUNDARY
WATERBODY
RIVER
STATE HIGHWAY
GAMTAL
SURVEY NUMBER BOUNDARY
PROPOSED RAILWAY LINE
NARMADA BRANCH CANAL
EXISTING RAILWAY LINE
PROPOSED ROAD
TALUKA BOUNDARY
DISTRICT BOUNDARY
1
MAJOR DISTRICT ROAD (MDR)
OTHER DISTRICT ROAD (ODR)
NATURAL DRAIN
OTHER VILLAGE ROAD
MIXED USE
HIGH ACCESS CORRIDOR
INDUSTRIAL
RESIDENTIAL
KNOWLEDGE & IT
VILLAGE BUFFER
LOGISTICS
AFFORDABLE HOUSING ZONE
RECREATION, SPORTS
& ENTERTAINMENT
PROPOSED LAND USE PLAN -2040
SANCTIONED BY APEX AUTHORITY (GIDB)
ON 15/03/2016 CAME IN TO FORCE ON
15/03/2016
U/S 17(2) OF THE GSIR ACT-2009
AND
U/S 17(1) OF THE GTP & UD ACT-1976
FINAL DEVELOPMENT PLAN
MSIL-AUTOMOBILE ANCHOR
AND GIDC