61
INVITATION OF BID TENDER NOTICE NO. :AAQ/NSM/VDA/2015 NAME OF THE WORK ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE GUJARAT POLLUTION CONTROL BOARD (Tel. No. (079) 23226295, Fax No. (079) 23222784) http//gpcb.gov.in AUGUST, 2015

INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

IINNVVIITTAATTIIOONN OOFF BBIIDD

TENDER NOTICE NO. :AAQ/NSM/VDA/2015

NAME OF THE WORK

ASSISTING AMBIENT AIR QUALITY, NOISE

MONITORING & STACK MONITORING IN

FLUE & PROCESS GAS FOR ENVIRONMENTAL

SURVEILLANCE

IN VADODARA ZONE

GUJARAT POLLUTION CONTROL BOARD (Tel. No. (079) 23226295, Fax No. (079) 23222784)

http//gpcb.gov.in

AUGUST, 2015

Page 2: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

2|Page  

BIDDING DOCUMENT

FOR

ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING

IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA

ZONE.

CONTENTS

INVITATION FOR BIDS

SECTION I INSTRUCTION TO BIDDERS ………………….……....6 to 23

SECTION II SCOPE OF WORKS …………………………….…..…...24 to 27

SECTION III FORM OF TECHNO-COMMERCIAL BID ….….…....28 to 35

SECTION IV FORM OF FINANCIAL BID ……………………………36 to 43

SECTION V GENERAL CONDITIONS OF CONTRACT (G.C.C).. .44 to 52

SECTION VI SPECIAL CONDITIONS OF CONTRACT (S.C.C.)…. 53 to 61

Page 3: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

3|Page  

GUJARAT POLLUTION CONTROL BOARD Paryavaran Bhavan, Sector 10-A, Gandhinagar.

INVITATION OF BID

Tender Notice No.: AAQ/NSM/VDA/2015

SCHEDULE OF TENDER

1. Price of Tender Document

By hand : Rs. 5,000/-

(Non-refundable )

2. Date of download of Tender : 07 /09 /2015 to 03 /10 /2015

On all working days between

3. Last date for submission for : On 06/10 /2015 at 15.00 hrs. Tender.

4. Pre bid meeting : 21/09/ 2015 at 11.30am.

5. Opening of Tenders : On 06/10/2015 at 16.00 hours (Technical bid)

6. Completion period : Two years and based on the satisfactory Performance, Board may extend the Tender Work further for one year.

7. Earnest Money Deposit : Rs.10,00,000/- (Rs. Ten Lakhs Only)

In the form of Demand Draft payable at Gandhinagar.

Member Secretary

Page 4: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

4|Page

 

INSTRUCTION TO BIDDERS FOR ON LINE TENDER PARTCIPATION

(E-Tender Process)

1. Bidders can download the tender documents free of cost from the website https://nprocure.com& www.gpcb.gov.in

2. Bidders have to submit Financial Bid online on the website https://nprocure.com  And technical bid must be submitted in physically.

3. Free Vendor training camp will be organized every Saturday between 4.00 P. M to 5.00P. M. at (n) code solutions-A Division of GNFC Ltd. Bidders are requested to take benefit of the same. The user can get a copy of instructions to online participation from the website https://nprocure.com

4. The Bidder should register on the web site though the “New Supplier” link provided at the home page, the registration on the site should not be taken as registration Orem panel mentor any other form of registration with the tendering authority.

5. The application for training and isuse of digitals in nature certificates should be made at least 72 hours in advance to the due date and time of tender submission.

6. For all queries regarding use of digitals in nature certificate should be addressed to personnel in M/s (n)Code Solutions.

7. For all queries regarding tender specification sand any other clauses included intender document should be addressed to personnel in tendering office address provided below

The Member Secretary Gujarat Pollution Control Board ‘Paryavaran Bhavan’, Sector -10/A, Gandhinagar, Gujarat

Bidders who wish to participate in online tenders will have to procure /should have legally valid Digital Certificate as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India or can contact(n) code solutions – a Division of GNFC Ltd.-who are Licensed Certifying Authority by Govt. of India.

A bid should be digitally signed, for details regarding digital signature certificate and related training involved the below mentioned address should be contacted:

(n) Code solutions A division of GNFC 301,GNFC Info tower, Bodakdev, Ahmedabad - 380054 ( India) Tel: +9179 26857316/17/18 Fax: +917926857321. www.ncodesolutions.com

Page 5: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

5|Page

 

GUJARAT POLLUTION CONTROL BOARD

 

INVITATION OF BIDS Tender Notice No.:AAQ/NSM/VDA/2015  

The Gujarat Pollution Control Board Invites Sealed Bid From Eligible Bidders For Assisting Ambient Air Quality, Noise Monitoring & Stack Monitoring In Flue & Process Gas For Environmental

Surveillance In VADODARA ZONE.

Description of the work Quantity

ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE.

. Using

i. Handy Sampler ii. Stack monitoring kit iii. Respirable Dust Samplers(RDS)– PM10,PM2.5 iv. Noise meter v. Any other instruments requires for the Specified parameters. ( As per the CPCB guidelines)

  

IN VADODARA ZONE as per

requirement of offices of the Gujarat Pollution

Control Board.

  

 

1. A complete set of bidding documents can be downloaded by any interested eligible bidder from the website of Gujarat Pollution Control Board www.gpcb.gov.in and website of e-tendering nodal agency n-code solutions www.nprocure.com. from Dt. 07/09/2015. The payment of Bid Document Fee should be made by a non-refundable demand draft in favour of Gujarat Pollution Control Board, Payable at Gandhinagar for Amount of Indian Rupees Five Thousand (Rs. 5,000).The D.D. should be Submitted in Separate envelop.

2. All the Technical bids must be accompanied by a bid Earnest Money Deposit (EMD) of Rs.10,00,000/- (Rs. Ten Lakhs Only)and must be delivered to the Gujarat Pollution Control Board, Paryavarn Bhavan, Sector 10-A, Gandhinagar submitted at the above address on or before 3.00 p.m. (IST) on 06/10/2015.

3. Technical Bids will be opened on 06/10/2015 at 16.00p.m. in presence of Bidders/ authorized representatives at the office of the Member Secretary, Gujarat Pollution Control Board, Paryavaran Bhavan, Sector 10-A, Gandhinagar.

4. Board reserves the right to accept or reject any bid, and to annual the bidding process and reject all bids at any time prior to award of contract without assigning any reason.

Member Secretary G.P.C. Board, GUJARAT.

Page 6: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

6|Page

 

SECTION I (ITB)

INSTRUCTIONS

TO BIDDERS

Page 7: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

7|Page

 

INDEX

Important: Bidders are expected to examine the Bidding Documents carefully and are deemed to

have received and read all documents. It shall be the responsibility of the Bidder to request copied of any missing documents. Failures to do so will be at the Bidder’s risk.

Sr. No. Contents Page No.

1 Definitions 8

2 Intent of contract 9

3 Introduction 9

4 Scope of work, Eligibility, General Terms and Conditions 9

5 Bidding Documents 11

6 Bidding procedure 12

7 Preparation and Submission of Bid 14

8 Preparation of Techno-commercial Bid 16

9 Preparation of Financial Bid 17

10 Completion and Submission of Tender 17

11 Opening and Evaluation of Techno-commercial Bid 19

12 Notification of Successful Techno-commercial Bid 20

13 Opening of Financial Bid 20

14 Examination of Financial Bid 21

15 Evaluation and Comparison of Financial Bid 21

16 Award of Contract 21

17 Performance Security 22

18 Expense of Bid 22

19 Responsibility for information supplied 23

Page 8: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

8|Page

 

GUJARAT POLLUTION CONTROL BOARD

INVITATION OF BIDS

Notice No.:AAQ/NSM/VDA/2015 1.0 DEFINITIONS

Unless the context of the General and-Special Conditions of Contract otherwise requires, the following terms wherever in the General and Special Conditions of Contract shall have the meaning defined hereunder.

Words imparting the singular shall also include the plural and vice versa where the context requires. Whether the words and phrases defined in this Clause are capitalized or not in the Contract shall not affect their meaning.

The terms used in this bidding document shall have the meaning defined hereunder:

1.1 “The Project” or “The Works” means ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE.

1.2 “The Contract” means the written agreement to be concluded between the Board and the

Contractor and includes terms and conditions stipulated on the Bidding Documents and any other

descriptions annexed thereto which form an integral part of the agreement to be provided by the

Board.

1.3 “The Bid” means the offer or proposal of the Bidder to be submitted for the works in accordance with the stipulations set forth in this Bidding Documents.

1.4 “The Bidder” or “The Contractor” means who submits the Bid for the Works and the firm

ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN

FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE and

performing the Works in connection with the Project under the Contract and includes his personal

representatives, successors and authorized assignees.

1.5 “The Bidding Documents” mean all the documents in the bidding documents.

1.6 “The Contract Price” means the price payable to the Contractor under the Contract for the full

and proper performance of its contractual obligations for the Works.

1.7 “The Contract” means the written agreement to be concluded between the Board and the Contractor and includes terms and conditions stipulated on the Bidding Documents and any other descriptions annexed thereto which form an integral part of the agreement to be provided by the Board.

1.8 “The Board” means the Gujarat Pollution Control Board, having its Head office at Gandhinagar,

India and shall include any person or persons authorized by the Board. The Board is also executing

agency of the Project. “The Owner” means the Board.

Page 9: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

9|Page

 

1.9 “The Equipment” means all kind of materials, Machinery, Components, apparatus, articles and

instruments for the work under the Contract.

1.10 “The Techno-commercial Bid” means the Techno-commercial part of the Bid.

1.11 “The Financial Bid” means the financial part of the Bid.

1.12 “The Specifications” means the specifications of the Works to be performed by the Contractor in

conformity with those specified in the Bid and all other related documents in the Bidding

Documents, and modifications thereof or additions thereto as may from time to time be made and

approved in writing by the Board in case prior to the Contract and agreed upon by both the Board

and the Contractor after the Contract.

1.13 “The Sites” means area of Regional and or Vigilance office as specified in ANNEXURE A.

1.14 “The Contract Price” means the price payable to the contractor under the contract for the full and proper performance of its contractual obligations.

1.15 “GCC” means the General Conditions of Contract contained in Section V this Section.

1.16 “SCC” means the Special Conditions of Contract in Section VI of this Volume.

1.17 “S/W” means the Scope of Works in Section II of this Volume.

2.0 INTENT OF CONTRACT

2.1 The intent and spirit of the Contract is to provide all the details for the Works herein specified to be

completed within the duration of the Contract.

2.2 It is hereby understood that the Contractor, in accepting the Contract, agrees to furnish any and

everything necessary for such intent not withstanding any omission in the Contract.

2.3 All matters omitted from the Contract which may reasonably be inferred to be obviously necessary

for the efficient and stable completion of the Works shall be deemed to be included in the Contract

and the Contractor shall be held responsible for any errors or losses which the Contractor may

make due to such omissions as above.

3.0 INTRODUCTION

3.1 The Gujarat Pollution Control Board intends to invite bids from eligible bidders ASSISTING

AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE &

PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE.

4.0 SCOPE OF WORKS

4.1 The description of Scope of Works is set forth in the Bid.

Page 10: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

10|Page

 

4.2 The Gujarat Pollution Control Board invites sealed bid from eligible bidders for ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE.

Description of the work Qty  

ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE. using

i. Handy Air Sampler ii. Stack monitoring kit iii. Respirable Dust Sampler (RDS) – PM10, PM-2.5

iv. Noise meter v. Any other instruments requires for the Specified

( h id li )

INZONE as per requirement of offices of the Gujarat Pollution Control Board.

4.3 Eligibility:

Check list for eligibility

No. Mandatory Eligibility criteria MINIMUM

Requirement

A Staff on payroll for last 1 year experience in Environmental Monitoring

Minimum 10 Teams in zone

MUST

B ESIC/Group Insurance for last 3 years 3 years MUST C Average Annual Turnover for last 3 years Rs.50 Lakhs MUST

 

No. Eligibility criteria MINIMUM

Requirement Yes/No

Marks

A MoEF approved u/s. 12 & 13 of Environment (Protection) Act, 1986 as Environmental Laboratory with Govt. Analyst thereof, which are located in the State of Gujarat.

Valid certification for analysis in Ambient

Air

25

B Technical Tie-up with Institutions With Govt., Semi Govt., Local Colleges /IIT/ NEERI/NIT

15

C Mobilizing Vans having 1KVA inverter facility One for each Region for which the Bids have been submitted

15

D ISO:9001-2008 and or ISO-14001 & or IS 18001 certified

Minimum 1 year valid certification

10

E Schedule I or II Environmental Auditor approved as

per Hon’ble High Court Order – valid recognition

certificate.

3 years valid experience in the past

15

F NABL Accredited Valid certification for analysis in Ambient

Air

20

Note: Bidder without MUST pre-qualifications shall NOT be considered at all. During the pre-bid meeting detailed technical Presentation and verification of facts will be done before pre-qualifying the bidder for tender opening.

Page 11: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

11|Page

 

5.0 BIDDING DOCUMENTS

5.1 Downloading of Documents

A complete set of bidding documents can be downloaded by any interested eligible bidder from the website of Gujarat Pollution Control Board www.gpcb.gov.in and website of e-tendering nodal agency n-code solutions www.nprocure.com    from Dt. 07/09/2015 to 03/10/2015. The payment of Bid Document Fee should be made by a non-refundable demand draft in favour of Gujarat Pollution Control Board, Payable at Gandhinagar for Amount of Indian Rupees Five Thousand (Rs. 5,000).The D.D. should be Submitted in Separate envelop. Bidding Documents are not transferable.

5.2 Confidentiality of Documents

All the recipients of the Bidding Documents, regardless of whether the Bid is submitted or not, shall treat the details of the documents as private and confidential.

5.3 Check of the Bidding Documents

Upon receipt of the Bidding Documents, the Bidder shall check the number of pages and notify the Board of any missing or duplicate pages and or words, which may be indistinct or ambiguous.

No claim will be admitted as result of the Bidder’s failure to comply with the foregoing.

5.4 Contents of Bidding Documents

(1) The Bidding Documents include:

Invitation for Bids

SECTION I INSTRUCTION TO BIDDERS SECTION II SCOPE OF WORKS SECTION III FORM OF TECHNO-COMMERCIAL BID SECTION IV FORM OF FINANCIAL BID SECTION V GENERAL CONDITIONS OF CONTRACT SECTION VI SPECIAL CONDITIONS OF CONTRACT

(2) Bidders must acquaint themselves with all the Bidding Documents embodied in order to familiarize with the Works, the Bidders should ascertain all particulars regarding the location and site conditions at their own expenses. No plea attributed to lack of information or insufficient information will be entertained at any time.

(3) The Board shall reserve the right and privilege to settle the affairs in case any doubt may occur concerning the Bidding Documents.

5.5 Clarification of Bidding Documents

If a prospective Bidder has any doubt as to the meaning of any part of the Bidding Documents he may notify the Board for supplementary information and explanation in writing or facsimile on email at the following address at least seven (7) days before the closing date of the bid

Page 12: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

12|Page

 

Administrative Branch, Gujarat Pollution Control Board, ‘Paryavaran Bhavan’, Sector 10-A, Gandhinagar-382010, Gujarat, India

 

5.6 Amendment of Bidding Documents

(1) At any time prior to the deadline for submission of the Bid, the Board, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the Bidding Documents by amendment.

(2) All prospective Bidders who have received the Bidding Documents will be notified of the amendment in writing at the address contained in their letter of request for issue of bidding documents and will be binding on them. The Owner will bear no responsibility or liability arising out of non-receipt of the same in time or otherwise.

(3) In order to allow prospective Bidders reasonable time in which to take amendment into account in preparing their Bids, the Board at its discretion may extend the deadline for submission of the Bid.

6.0 Bidding Procedure

6.1 The Bidding will take two envelopes simultaneous Bidding procedure.

6.2 All bids shall be submitted simultaneously by the designated date and at the place specified in this instruction. The Technical Bid will be evaluated first and only the Bidders who’s Technical Bids will have been found substantially responsive will be notified by the Board of the date and place to participate in the publicly opening of the Financial Bid in writing.

6.3 The envelop for Technical Bid shall consist of three (3) envelopes. The first envelope “A” will contain the Bid Security; the second envelope “B” will contain Authorization letter authorizing the signatory of the Bid to commit the Bidder, the qualification of the manpower with documents & ANNEXTURE : I, II, III , IV, V& VI of Section - III and the third envelope “C” will contain the technical specifications i.e. certificates, accreditations etc.

6.4 The Financial Bid documents must be pursuant to Clause 9 of these Instructions.

6.5 The bidder must quote for complete scope of work in package. In case the bidder does not quote for complete scope of work, the bid shall be rejected at Techno-commercial evaluation stage.

6.6 The bidder shall bear all costs associated with the preparation and delivery of its bid, and Board will in no case be responsible or liable for those costs.

6.7 Bid is not transferable by the purchaser. Bids made on photo copy etc. will not be accepted. Each sheet must be signed by the bidder along with company seal.

Page 13: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

13|Page

 

6.8 The documentary evidence of any must be conforming to the bidding documents may be in the form of literature, drawing sand data and shall furnish a detailed description, which include essential technical and performance characteristics.

6.9 The Board undertakes no responsibility for delay or non receipt of Tender Document sent by post either way and also reserves the right to accept or reject any or all the tenders in part or full without assigning any reason thereof.

6.10 The Bidder is presumed to have examined all instructions, forms, terms and conditions and specifications mentioned in the tender document. Failure to furnish all information required by the tendering documents or submission of a tender not substantially responsive to the tendering document in every respect will be at the Bidder’s risk and may result in the rejection of tender.

 6.11 The Board at its discretion may extend the last date of submission of tender and opening

of tenders. The authority for acceptance of a Tender will rest with the Member Secretary, Gujarat Pollution control Board who does not bind himself to accept the lowest tender and is vested with authority to reject any or all of the tenders received without assigning any reason or to distribute as deem fit.

 

6.12 Documents, certificates etc. enclosed in the Tender shall become the property of the Gujarat Pollution Control Board without any payment.

6.13 In case the date of opening of Tender is declared as Public Holiday, the tender shall be

opened on the next working day at the same time. 6.14 GPCB shall provide all consumables like filter papers, Thimbles, Chemical set required

for monitoring of such samples.

6.15 The person having M.Sc. Or Degree in Engineering in Environmental/Chemical and assistant/ electrician/ fitter/ helper with all safety equipment and with necessary instruments for flue gas, process gas, ambient air quality, noise monitoring with all facilities with minimum one year experience of environmental surveillance monitoring. Bidder should provide in each Regional Office and Vigilance Office Minimum 1 team.

6.16 Canvassing in any form will disqualify the Bidder.

6.17. The placement of Work Order will be according to Technical evaluation of the tender and after consideration of Its price worthiness and will be followed with the necessary agreement in this regard.

6.18. The initiation / commissioning of assisting in monitoring will be responsibility of the Bidder or Contractor. They should submit the pre-initiation requisites for the monitoring work within one month from the date of issue of work order.

The Bidder or Contractor or his authorize representative should be in touch with the concerned Regional / Vigilance Officer at the place of monitoring work i.e. Regional/Vigilance Offices of GPCB. In case of any difficulties Bidder or Contractor may contact Member Secretary, Gujarat Pollution Control Board, Paryavaran Bhavan, Sector 10-A, Gandhinagar.

 

6.19. The Bidder or Contractor has to initiate and commission the a s s i s t i n g i n monitoring work at the locations given in Annexure-A under intimation to The Member Secretary, Gujarat Pollution Control Board, Paryavaran Bhavan, Sector 10-A, Gandhinagar.

Page 14: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

14|Page

 

6.20 The quantity and details of assisting in monitoring work to be done by the Bidder or Contractor (Bidder) may be decided by concerned Regional/Vigilance Officer as given in this document at Annexure‘A’.

 

6.21 The assisting monitoring for which offers are made and accepted will have to be initiated within four weeks from the date of issue of work order. In case of non-observance of this period, the Bidder or Contractor has to pay default compensation at the rate of 0. 0 3 % of the total value of order per day of the default, but the delay should not be more than15days. In addition, for delay in monitoring work by two months from the date of placemen to work order, the Board reserves the right to cancel the work order and / or get the balance work quantity done from open market at the cost and risk of the Bidder or Contractor to whom initial work order was placed and the difference in prices if any on account of such work shall have to be borne by the Bidder or Contractor. In case demand of compensation and /or extra cost to the Board is not made with in a period of one month by the Bidder or Contractor, it will be recovered from the pending bills, E.M.D. or Security Deposit and / or as arrear so far and revenue.

6.22. The Bidder or Contractor is required to attend the monitoring program given by the

Concerned Regional / Vigilance Officer within 72hrs of the intimation which can be in the form of E-mail, Fax, telephone /mobile in person or by Hand delivery. In case, the Bidder or Contractor fails to attend the monitoring program, the Board also retains the powers to get this work executed through any other agency as may deem to fit necessary to get it executed with in stipulated time from open market at the cost and risk of the Bidder or Contractor.

6.23 The monitoring shall have to be done by applying standard methods as approved by Gujarat Pollution Control Board and as per Guidelines issued by the Central Pollution Control Board.

6.24 GPCB wherever possible may provide the Stack Monitoring Kits/Handy Samplers, RDS-2.5 etc otherwise in all cases Bidder should arrange the same. 6.25 The Bidder should provide the Transportation for Monitoring as per need and on requirement basis.

6.26 The Bidder should quote the rates separately showing the charges for providing instruments, kits, sampling, Transportation with providing manpower etc. Taxes and

levies should be mentioned separately.

7.0 PREPARATION AND SUBMISSION OF BID

7.1 Language

The Bid to be prepared by the Bidders, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Board shall be written in English.

7.2 One Bid per Bidder

Each Bidder shall submit one Bid only.

7.3 Earnest Money Deposit

(i) Pursuant to Clause 5.1 in this instruction, the Bidder shall furnish, as part of its Bid, his Earnest Money Deposit in the amount of Indian Rupees 10,00,000/- (Ten Lakhs) of quoted value in the form of Bank Demand Draft, in favour of The Member Secretary, Gujarat Pollution Control Board, payable at Gandhinagar.

Page 15: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

15|Page

 

(ii) The Earnest Money Deposit in the form of Bank Demand Draft shall be valid for Two Hundred Twenty Five (225) days from the date of opening of Techno-commercial Bids. This Earnest Money Deposit shall provide security for the due performance by the Bidder of the obligations and undertakings in the Bid on his part contained.

(iii) The Earnest Money Deposit shall be submitted through Crossed bank draft in favour of Gujarat Pollution Control Board payable at Gandhinagar, from a reputed Indian Bank.

(iv) Any Bid not secured by the Earnest Money Deposit will be rejected by the Board as non-responsive. Unsuccessful Bidder’s Earnest Money Deposit will be discharged or returned as promptly as possible, but not later than one hundred and twenty (120) days from the expiration of the period of the Bid validity. The successful Bidder’s Earnest Money Deposit will be discharged upon the Bidder signing the Contract in this instruction and furnishing the Performance Security in this instruction.

(v) The Earnest Money Deposit may be forfeited:

a. If a Bidder withdraws its Bid during the period of Bid validity specified in Sub-clause 7.4 hereunder;

b. If a bidder refuses to accept the arithmetical corrections made according to Clause No. 14.2 also successful bidder fails to acknowledge the receipt of LOA/ PO.

c. In case of a successful Bidder, if the Bidder fails to sign the Contract in accordance with Sub-clause 16.2 in this Instructions and furnish Performance Security in accordance with Clause 17in this Instructions;

d. In case bidder refuses to withdraw, without any cost to the Owner, those deviations, which the bidder did not state in the Deviation Schedules.

(vi) No interest will be payable by the Board on the above Earnest Money Deposit.  

7.4 Validity of Bid

The bid shall remain valid and binding on the Bidder for one hundred Twenty (180) days from the final time and date for submission of the Bid. Bid validity for a shorter period shall be rejected by the Board as non-responsive.

In exceptional circumstances, the Board may in writing or by facsimile, solicit the Bidder’s consent to an extension of the period of the Bid validity. If the Bidder agrees to the request for extension, the Bid Security shall also be extended for an equivalent period of time.

Bidders granting the requests for extension of the Bid validity will not be required or permitted to modify their Bids.

 

7.5 Modification and Withdrawal of Bid

i. The Bidder may modify or withdraw its Bid after the Bid’s submission; provided that written notice of the modification or withdrawal is received by the Board prior to the deadline prescribed for submission of Bids.

               ii.  The bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of clause 5.6with the outer and inner envelope additionally marked “MODIFICATION” or “WITHDRAWAL”, as appropriate. A withdrawal notice may also be sent by fax but must be followed by a signed confirmation copy.

Page 16: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

16|Page

 

iii. No Bid shall be allowed to be modified subsequent to the deadline for submission of Bids.

iv. No bid shall be allowed to be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of bid validity specified in the clause

7.4 Withdrawal during this period may result in the forfeiture of the bid security.

7.6 Rejection of Bid

Failure by the Bidder to comply with the provisions of these Instructions to Bidders or any part of the Bidding Documents may result in rejection of the Bid and forfeiture of the Bid Security.

The Board reserves the right to accept or reject any or all Bids or to amend the Bidding process at any time prior to award of the Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Board’s action.

The Board also reserves to itself the right of accepting the whole or any part of the Bid and the Bidder shall be bound to perform the same at the rate quoted.

7.7 Contacting the Board

Except for responses to request for clarification of the Bid by the Board, the Bidder shall not contact the Board for any matter related to this Bid from the time of submission of the Bid until the Contract is awarded.

Any efforts by the Bidder to influence the Board in his decision in respect of evaluation of the Bid or award of the Contract shall result in the rejection of the Bid and forfeiture of the Bid security.

8.0 PREPARATION OF TECHNO-COMMERCIAL BID

8.1 Contents of Envelop “A”, Bid Security

The Bidder shall enclose his Bid Security in the sealed envelope marked “A” and “ORIGINAL” or “COPY” pursuant to sub-clause 6.3 in this Instructions. The Bidder shall prepare and submit one (1) original and one (1) copy.

8.2 Contents of Envelop “B”, Qualification Documents

Following documents shall be prepared in one (1) original and one (1) copy and be enclosed in the sealed envelope clearly marked “B” and “ORIGINAL” or “COPY” with the indication of the contents.

i) Authorization letter authorizing the signatory of the Bid to commit the Bidder.

ii) Attachments in support of meeting qualifying requirements qualification of the man power with documents.

iii) Will contain the ANNEXTURE : I, II, III , IV, V & VI of section III.

Page 17: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

17|Page

 

8.3 Contents of Envelop “C”; Techno-commercial bid including Technical Specifications and Catalogs

The following documents shall be enclosed in the sealed envelope marked “C” and “ORIGINAL” or “COPY” with the indication of the contents. The Bidder shall prepare one (1) original and one (1) copy.

Technical specifications i.e. certificates, accreditations etc.

9.0 PREPARATION OF FINANCIAL BID

9.1 Preparation of Financial Bid

The Bidder shall enter a price or rate as per the annexure II through online on website of e-tendering nodal agency n-code solutions www.nprocure.com.

9.2 Bid Form

The Bid Price shall be quoted for performing the Contract strictly in accordance with the Technical Specifications.

The Bid Price quoted by the Bidder shall be firm during the Bidder’s performance of the Contract and not subject to variation on any account.

A Bid Price submitted online with an adjustable price will be treated as non-responsive and will be rejected.

9.3 Summary of Bid Price

Summary of Bid Price shall be prepared and submitted online per Regional office area and or Vigilance office area.

9.4 Bid Price Breakup

The Bidder shall prepare and submit online the Bid Price Breakup for each item of the quoted package(s) in accordance with ANNEXURE-V in Section IV.

10.0 COMPLETION AND SUBMISSION OF TECHNCAL BID

10.1 Completion of Technical Bid

i The tenders may be dropped in the Tender Box kept at Gujarat Pollution Control Board, Paryavarn Bhavan, Sector 10-A, Gandhinagar. However, the Bidders may send the tender by Registered A.D. at their own risk as the tenders not received within the fixed date and time shall not be considered. In no case tender should be handed over to any employee of the Board.

ii Each and every folio of the Tender must be signed by the Bidder.

iii The Bidder shall deposit Indian Rupees 10,00,000/- (Ten Lakhs only) towards the “Earnest Money Deposit ”along with tender in the form of Demand Draft only in favour of “Gujarat Pollution Control Board” payable at, Gandhinagar. Earnest Money shall not be accepted in any other form. The Earnest Money shall be forfeited if, any Bidder with draws its tender before validity specified in tender document or fails to comply with the monitoring requirements during the specified period in tender document.

Page 18: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

18|Page

 

Tender shall not be entertained where a Bidder has not furnished requisite Earnest Money Deposit in the prescribed acceptable form may result in rejection of the Bid.

 

iv The bid security of the successful bidder and unsuccessful bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract and furnished the required performance security.

 

v With the submission of this tender the Bidder accepts the conditions of the tender. 10.1.1 Techno-commercial Bid

The Techno-commercial Bid shall not contain any information regarding Bid Prices and other financial matters except the Bid Security pursuant Clause 7.3 in this instruction.

10.1.2 Financial Bid

The financial bid must be submit online as per price bid(s)

10.2 Submission of Bid

If the outer envelopes of the Techno-commercial Bid are not sealed, Bid will not be accepted.

All the documents for the Techno-commercial Bid shall be submitted to the address and at the time & Date designated by the Board as follows:

The Member Secretary,

Gujarat Pollution Control Board,

‘ParyavaranBhavan’, Sector 10-A,

Gandhinagar-382010,

Gujarat, India

Time By 03.00 PM on Date: 06/10/2015

10.3 The Bids received after the specified time and date here above for whatever reason shall be declared ‘late” and rejected and returned unopened to the bidder.

10.4 Considering difficulties with document transportation, it is strongly suggested that the Bid shall be delivered by hand and the Bidder assumes all responsibilities for his Bid reaching address specified, prior to the time specified.

10.5 Bids in the form of Telex, facsimile, telegraph or email, will not be accepted. Only the complete Techno-commercial Bid documents specified above, received at the place and time will be considered.

10.6 The Bids once opened shall not be returned to the Bidders regardless of the result of the Bid. This will apply to both the Techno-commercial and financial bids in case a bidder is not qualified at the stage of Techno-commercial evaluation.

11.0 OPENING AND EVALUATION OF TECHNO-COMMERCIAL BID’

Page 19: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

19|Page

 

11.1 Opening of Technical Bid

Only the Techno-commercial Bid will be opened in public at GPCB, Head Office on the dated:06/10/2015, 04:00 PM at the place specified in Sub-Clause 8.0 here above. Bidders or their representatives may attend the opening.

During opening of the Techno-commercial Bid, the Bidder’s name, the presence or absence of necessary envelopes, withdrawals of the Bid and such other details as the Board at their discretion may consider appropriate will be announced and recorded.

All the Bidders or their representatives present shall sign a format evidencing their attendance.

11.2 Confidentiality of the Process

Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of the contract shall not be disclosed to bidders or any other person not officially concerned with such process. Any effort by a bidder to influence the Board’s processing of Bids are award decisions may result in the rejection of the Bidder’s Bid. The request for clarification and response shall be writing or by fax, but no change in the price or substance of the bid shall be sought, offered or permitted except as required to confirm the correction of arithmetic errors discovered by the Board in the evaluation of the bids in accordance with the clause 14.2 of these instructions.

11.3 Clarification of Techno-commercial Bids

To assist the Techno-commercial examination and evaluation of bids, the Board may, at its discretion ask the bidder for a clarification of its Techno-commercial bid. A pre bid meeting may be called. All responses to request for clarification shall be in writing, and no change in the price bid shall be sought, offered or permitted.

11.4 Preliminary Examination

The Board will examine the Techno-commercial Bids to determine whether they are complete, whether the documents have been properly signed and whether the Techno-commercial Bids are generally in order. Any Techno-commercial Bid found to be non-responsive for any reason i.e. non-conformity of bid security, or not meeting the eligibility criteria and/ or qualifying requirements pursuance to clause 4.3&6.0 etc. will be rejected by the Board. No further Techno-commercial evaluation shall be carried out for such bidders.

No deviation, whatsoever, is permitted by the Owner to the provisions relating to the following clauses (important Conditions):

(a)  Bid security (Clause 7.3) (b)  Resolution of Disputes (G.C.C clause 19), (c)  Law & Regulations (G.C.C clause 23), (d)  Taxes &duties (G.C.C Clause 20), (e)  Performance security (Clause 17 & GCC 14), (f)  Force Majeure (G.C.C Clause 18).   

A bid with deviation to any of the above clauses (important Conditions) will be liable to be rejected.

Page 20: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

20|Page

 

The Owner’s determination of bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. If a bid is not substantially responsive, it will be rejected by the Owner, and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

11.5 Evaluation of Techno-commercial Bid

(1) The Board will determine the responsive Techno-commercial Bids for the invitation of opening of Financial Bid if the Techno-commercial Bid meets satisfactorily technical qualification and any other information, which they consider relevant to his offer.

(2) If a Bidder is found not substantially responsive to the technical requirement, the Techno-commercial Bid will be rejected and the subsequent information as to opening of the Financial Bid will not be notified.

(3) If the Techno-commercial clarifications are required by the Board to any part of the Techno-commercial Bids, the Bidders will be requested to clarify the same in writing.

11.6 Evaluation Criteria of Techno-commercial Bid

The Bidder who fulfills the requirements specified under Qualification Requirement (Clause 6.15) will be short listed. Under the Qualification Requirement a minimum threshold limit has been set for each parameter like technical experience and financial strength. Bidders not meeting the minimum threshold limit in any of these parameters will not be short-listed.

The detailed techno-commercial evaluation to be carried out shall be restricted to these short listed Bidders only.

12.0 NOTIFICATION OF SUCCESSFUL TECHNO-COMMERCIAL BID

After completing the techno-commercial evaluation of the Techno-commercial Bid first, the Board will notify in writing the pre-qualified and techno-commercially responsive Bidders, of the date and venue for the opening of the Financial Bid.

13.0 OPENING OF FINANCIAL BID

The Bidders to whom the opening time, date and venue for the Financial Bid are notified by the Board in writing will be invited to attend the Financial Bid opening. The Bidder’s representatives present shall sign a format evidencing their attendance.

During opening of the Financial Bid, the Bidder’s name, quoted price of package and other details as the Board, as its discretion may consider appropriate will be announced and recorded.

14.0 EXAMINATION OF FINANCIAL BID

Page 21: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

21|Page

 

14.1.1 After opening of the Financial Bid, the Board will examine them to determine whether they are substantially responsive to the Bidding Documents or not.

14.1.2 A Financial Bid determined as being not substantially responsive will be rejected.

14.1.3 The Board may waive any minor informality or non-conformity or irregularity in a Financial Bid which does not constitute a major deviation or reservation provided such waiver does not prejudice or affect the relative ranking of any Bidder.

14.1.4 If there is any discrepancy between words and figures, the amount in words will prevail.

14.1.5 The Financial Bid which is incomplete or conditional will be rejected.

14.2 During examination of Financial Bid any arithmetical errors will be corrected as follows:

14.2.1 If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected accordingly.

14.2.2 The amount stated in the Form of Bid shall be adjusted by the Board in accordance with the above procedure for the correction of errors and, shall be considered as binding upon the bidder. If the bidder does not accept the corrected amount of bid, its bid will be rejected, and the bid security will be forfeited.

15.0. EVALUATION AND COMPARISON OF FINANCIAL BID

15.1 Evaluation Procedure

The Board will evaluate the Bid previously determined to be Techno-commercially responsive. The Board reserves the right to reject any bid or bids received at its discretion without assigning any reason whatsoever.

15.2 The Board will evaluate and compare Bid for complete package.

15.3 Clarification on Financial Bid

For the purpose of examination, evaluation and comparison of the Financial Bid, the Board may at his discretion request the Bidder in writing to clarify his Financial Bid, but no change in the Bid Price or substance of the Bid will be sought, offered or permitted.

16.0 AWARD OF CONTRACT

16.1 Award of Contract to Successful Bidder

The Board will award the Contract to successful Bidder:

1. Whose Bid will be determined to be substantially responsive to this Bidding document and who will be determined by the Board, to be qualified technically, financially and otherwise in respect of such other capabilities, as the Board may be deem necessary and appropriate to

satisfactory performance of the Contract.

2. Whose Bid will be determined to be lowest evaluated, responsive Bid and is determined to be qualified to satisfactorily perform the contract.

Page 22: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

22|Page

 

3. The Board reserves the right to reject any bid or bids received at its discretion without assigning any reason whatsoever.

16.2 Notification to Award

Prior to the expiration of the Bid validity pursuant to sub-clause 7.4 in this Instructions, the Board will notify the successful Bidder in writing by registered letter or by facsimile to confirm that its Bid has been accepted.

The notification of award will constitute the formation of the Contract.

Upon the successful Bidder’s furnishing of the Performance Security pursuant to Clause 17 the Board will promptly notify each unsuccessful Bidder and will discharge their Earnest Money Deposit pursuant to Sub-Clause 7.3

16.3 Signing of Contract

Within Thirty (30) days of the receipt of notification of award from the Board, the successful Bidder shall sign and date of Contract.

The Contract shall take the form of General and Special Condition attached to Section V, VI and such modifications as may be necessary.

The Bidder shall prepare at his own cost one (1) original and three (3) bound copies of the Contract including the Contract Form attached to the Special Conditions of Contract (Attachment 2 of Section VI) for distribution to the parties concerned.

17.0 PERFORMANCE SECURITY

Within thirty (30) days of notification of award from the Board, the successful Bidder shall furnish the Performance Security in the form of bank guarantee issued by a reputed Indian or Nationalized Commercial Bank having license to do business in India to the Board in line with the enclosed from as per Attachment 1 of Section VI towards ”Performance Security Form” provided in Special Conditions Contract for an amount equivalent to 10% (ten percent) of the Contract Price valid for two years.

Failure of the successful Bidder to comply with the requirement in these instructions shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security in which event the Board may make the award to the second high ranked Bidder or call for new Bids.

The Contractor shall ensure that Contract Performance Security remains valid for two year & may be extended further one year i.e. total 3 years after signing the contract.

18.0 EXPENSE OF BID

Under no circumstances will the Board be liable to the Bidder for any expenses, losses or damages whatever incurred in the Bid including but not limited to expenses, losses or damages associated with preparation of the Bid, visits to the Sites and all matters in connection with the Contract negotiations and signing regardless of the conduct or outcome of the bidding process.

19.0 RESPONSIBILITY FOR INFORMATION SUPPLIED

Page 23: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

23|Page

 

Prior to the final time and date for submission of the Bids, no representation, communication, explanation or statement, verbal or written, made to the Bidder or anyone else by the Bidder or any of their employees or authorized representatives other than as may be set out in amendment issued in accordance with bid in this Instructions shall bind the Bidder in the exercise of their powers and duties under the Contract.

The information given in the Bidding Documents is the best in the possession of the Board, but the Board does not hold himself responsible for its accuracy

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

Page 24: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

24|Page

 

SECTION II

SCOPE OF WORKS

Scope of work

Page 25: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

25|Page

 

1. Scope of work for : ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE.

The monitoring shall comprise of transportation to and fro to the site (Industry or any site as per the requirement of the concerned RO/VO), Collection and preservation of samples under the supervision of GPCB officials. 1.1 Parameters

Parameters

A. Instrument Stack monitoring kit, probe, pitot tube, thimble holder, ice box, thermocouple, electronic pressure gauge for measuring static and vacuum pressure inside stack, vacuum pump, Handy Sampler for gaseous sampling, R.D.S. (PM10 and PM 2.5), Noise meter.

B. Calibration & certification of all instruments used shall be equivalence to national standards

C. Field sampling for measurement of temperature, pressure, velocity at various traverse points, iso-kinetic sampling for Particulate Matter, sampling of gaseous pollutants specific for the stack (fuel burning / process) by suitable method (As mentioned in Section 1.2.3) with absorbing solution or bag/tube, Ambient Air Quality and measurement of Noise with suitable Noise meter.

D.

Consumables: Thimbles (cellulose/ ceramic/ glass fiber), Filter papers, sampling chemicals, sampling bottles, storage box for sampling bottles.

E.

Provided Staff : must be duly trained for helping in sampling of all pollutants as per CPCB guideline for assisting in sampling process by providing electrical power connection, opening of flanges and closing them properly after survey. If necessary, interview of the provided staff will be taken by the concern regional officer & vigilance officer. Training by the third party agency will be provided by GPCB on behalf of bidder / contractor, all expenses regarding this shall be bear by contractor.

F. Transportation for shifting of monitoring instruments / staff for field survey by vehicle from office to industry/any site and back.

G. Safety equipment, uniform, shoes, goggle, gloves, helmet, harness, full cover face mask, roof walking ladders, fire/flame proof pumps & all instruments duly certified, industrial electrical fittings, mechanical tools for opening of flanges, blind plates, chain-pulley for lifting of equipment, non-conductive shock proof rubber mats along with medical record, blood group etc.

1.2 Logistic scope & set-up requirement:

A. Monitoring locations(Indus./sites) GUJARAT STATE.

B. Men power required to be permanently stationed at area of concerned RO/VO

Minimum 1 team having M.Sc. or Degree in Engineering in Environmental/Chemical and assistant/ electrician / fitter/ helper with all safety equipment with necessary instruments for sampling with all facilities as detailed above.

C. Visits to the Indus./sites for Sampling of source emissions

Stacks-flue gas, process gas& noise, ambient air quality monitoring in each of the regional/ vigilance office are a per month which would be decided by the concern Regional/ Vigilance Officer.

Page 26: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

26|Page

 

1.3 Sampling parameters

Monitoring Parameters Temperature Velocity for Iso-kinetic Sampling Suspended Particulate Matter(SPM) Particulate Matter PM-10/PM-2.5

HC CO CH4 CS2

Pesticides VOC PAH,PCB,BTEX Asbestos ACID MIST Cadmium (Cd++) in PM Cl2

Fluoride Free Chlorine H2S HBr HCL HCN HEXAVALENT CHROMIUM HF HF MIST Iron (Fe) in PM LEAD Magnesium (Mg++) in PM MERCURY NH3

NO2

NOX

Pb PHENOL PM RSPM SO2

SO3

SOX

SULFIDE TOTAL SPM TOTAL CHROMIUM TOTAL FLUORIDE AS F- Urea Dust ZINC DUST NOISE ANY OTHER PARAMETERS AS DECIDED BY TIME TO TIME.

Remark

Note: Sampling of the above all the parameters should be as per the MoEF approved method

Page 27: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

27|Page  

ANNEXURE A

GUJARAT POLLUTION CONTROL BOARD NAME OF THE WORK: ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING &

STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE.

Place of monitoring will be within the jurisdiction of the following officers who are also the report receiving authority. Any other location as may be directed by the Chairman / Member Secretary from time to time.

Sr.No.

Regional Offices, GPCB Districts / area of jurisdiction

E-mail address

1 REGIONAL OFFICE, Vadodara

GERI Compound, Race Course road, Vadodara 390 007 Phone: (0265) 2354850, 2331928 Fax: (0265) 2339205

Vadodara

[email protected]

[email protected]

Vadodara Dist.

2 REGIONAL OFFICE, Godhra

20, Haidary Society, Near DSP office, Godhra, Dist: Panchmahal 389 001 Phone: (02672) 245869 Fax: (02672) 245991

Panchmahal & Dahod Dist.

[email protected]

3 REGIONAL OFFICE, Nadiad

201-203, ‘B’ Block, Sardar Patel Bhavan, Nadiad, District Kheda 387 001 Phone : (0268) 2551427, Fax: (0268) 2551428

Kheda Dist.

[email protected]

4 REGIONAL OFFICE, Anand

BardanwalaBhavan, Dr. Crook road, Anand – 388001 Phone : (02692)266194, 266195

Anand Dist. [email protected]

5 Vigilance office, Vadodara

GERI Compound, Race Course road, Vadodara 390 007 Phone: (0265) 2354850, 2331928 Fax: (0265) 2339205

Phone : 265-2354850,2331928

Fax No : 2339205

Central Gujarat and area above river Narmada.

[email protected]

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

Page 28: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

28|Page  

SECTION III

FORM OF

TECHNO-COMMERCIAL

BID

Page 29: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

29|Page  

ANNEXURE-I

GUJARAT POLLUTION CONTROL BOARD

Technical Bid

(To be filled by the Bidder)

1) Name and full address of Bidder Including Telegraphic address, e-mail and Fax No.

:

2) Name and designation of the Head of the Firm/Supplier and his Telephone, Mobile, Fax, E-mail No.

:

3) Name, designation, address Telephone No. of the authorized person who may be contacted during the process of monitoring activity concerned under this document (applicable for all the bidders).

:

4) Minimum 1 team having M.Sc. or Degree in Engineering in Environmental/Chemical and assistant/ electrician / fitter/ helper with all safety equipment with necessary instruments for sampling with all facilities for each Regional/ Vigilance Office.

5) Earnest Money deposited (Reply in Yes or No)

:

6) If yes, Demand Draft No., Date and Name of issuing Bank. :

7) Whether the tender conditions are accepted in full (Reply in Yes or No)

:

8) Income Tax PAN No./ESI/Service Tax/Sales Tax/STCC/Excise :

9) Registration Certificate issued by competent authority (Minimum one certification from following is mandatory).

a) ISO : 9001-2008 certified b) NABL Accredited c) EPA Accredited d) Schedule I or II Environmental Auditor approved as per

Hon’ble High Court Order

:

Place: Date:

Legally binding signature with SEAL

Page 30: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

30|Page  

ANNEXURE II

LIST of Technical Tie-ups

S. No. Name of Institute Govt., Semi-Govt., Local Colleges /IIT/ NEERI/NIT

No. of Years

Page 31: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

31|Page  

ANNEXURE-III

LIST of Manpower

Sr. No. Name of the person Educational Qualification Working Experience

Page 32: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

32|Page  

ANNEXURE-IV

PROFORMA FOR FINANCIAL CAPABILITY OF BIDDER

(for a period of last three years)

Year Turnover

2012-2013 financial year

2013-2014 financial year

2014-2015 financial year

Average

Note:

1. The annual turnover amount is to be supported by Income tax return. 2. Financial Capability: The Minimum required annual turnover in respect of

Environment Monitoring in the State of Gujarat for the successful bidder in the last Three (3) years shall be of amount of 50Lacs.

Signature of the Authorized Representative

Name of the Person

Position

Page 33: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

33|Page  

ANNEXURE-V

Form of Bank Guarantee for Performance Security

(to be stamped in accordance with Stamp Act, if any, of the Country of the issuing Bank)

Bank Guarantee No. ---------

Date : ----------------------------

Ref. No.:---------------------------------

To, The Member Secretary, Gujarat Pollution Control Board, ‘Paryavaran Bhavan’, Sector 10-A, Gandhinagar-382010, Gujarat, India  

Dear Sir,

THIS AGREEMENT is made on the ----------------days of----------------------- 2014 ------

Between [Name of the Bank] of ---------------------- [address of the bank]

(hereinafter called “the Guarantor”) of the one part and Gujarat Pollution Control Board, Gandhinagar (hereinafter called “the Board”) of the other part.

WHEREAS

this agreement is supplemental to a contract number ----------------(insert Contract Number) (hereinafter called “the Contract”) made between ……………… [name of Contractor] of ------------------- [address of Contractor] (hereinafter called “the Contractor) of the one part and the Board of the other part whereby the Contractor agreed and undertook to execute ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE against the Contract for the sum of ------------------- [amount in Contract Currency] being the Contract Price; and

NOW, THEREFORE, the Guarantor hereby agrees with the Board as follows;

(a) If the Contractor (unless relieved from the performance by any clause of the Contract or by statute or by the decision of a tribunal of competent jurisdiction) shall in any respect fail to execute the Contract or commit any breach of his obligations there under then the Guarantor will indemnify and pay the Board the aggregate sum of --------------------- 10% (ten percent) of the said value of the Contract Price_________________ [in words], such sum being payable in the types and amount of currencies in which the Contract Price is payable, provided that the Board or his Authorized Representative has notified the Guarantor to that effect and has made a claim against the Guarantor before the expiry of contract period.

Page 34: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

34|Page  

(b) The guarantor shall not be discharged or released from his guarantee by an arrangement between the Contractor and the Board, with or without the consent of the Guarantor, or by any alteration in the obligations undertaken by the Contractor, or by any forbearance on the part of the Contractor, whether as to payment, time, performance, or otherwise, any notice to the Guarantor of any such arrangement, alteration, or forbearance is hereby expressly waived.

This guarantee shall be valid for one year and may be extended for further two years i.e. total 3 years from date of signing of the Contract.

Given under our hand on the date mentioned above.

SIGNED BY ------------------------------

for and on behalf of the

Guarantor

(Seal of Guarantor)

in the presence of

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

(Witness)

Page 35: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

35|Page  

ANNEXURE-VI

UNDERTAKING

To, Member Secretary, GUJARAT Pollution Control Board, Paryavaran Bhavan, Sector 10 A, Gandhinagar

Sir,

Having examined the conditions of Tender Documents for assisting in monitoring are hereby acknowledged, we the undersigned offer to provide service of monitoring in conformity with the specifications and conditions stipulated / laid down in the tender.

We agree to abide by this tender and it shall remain binding upon us.

We are submitting a Demand Draft for Indian Rupees 10,00,000/- ( Ten Lakhs) in favour of Gujarat Pollution Control Board payable at , Gandhinagar towards the Earnest Money Deposit.

The Bid, to get here with your written acceptance thereof in your notification of reward shall constitute tendering contract.

Date this day of 2015.

Seal & Signature of Authorized Person

Page 36: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

36|Page  

SECTION IV

FORM OF FINANCIAL BID

(online only)

Page 37: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

37|Page  

FORM OF FINANCIAL BID (online only)

(Must be Submitted Scan Copy Online)

(Submitted by bidder on Original Letter)

To,

Gujarat Pollution Control Board ‘Paryavaran Bhavan’, Sector 10-A, Gandhinagar-382010, Gujarat, India

1. Having examined the Bidding documents for ASSISTING AMBIENT AIR QUALITY,

NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR

ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE (herein after referred to as

“the Works”), including, but not limited to, the Instructions to Bidders, Scope of Works,

General and Special Conditions of Contract, Technical qualifications, Schedules,

Attachments, Amendment Nos. ……… we, the undersigned, offer to execute and complete

the whole of the works in conformity with the said Bidding Documents for the sum of Rs.

………………………….. (in figures……………..) Including all other charges as

mentioned in the document, in accordance with the Summary of Bid Price and Bid Price

breakup attached herewith and made part of this bid.

2. We undertake, if our Bid is accepted, to complete and deliver the whole of the Works

comprised in the Contract within the time specified in the contract, subject to the said

conditions.

3. If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to sum of

10% (ten percent) of the said value of the Contract Price_________________ [in words], for

the due performance of the Contract, in the form prescribed by the Board.

4. We agree to abide by this Bid for a period of One hundred eighty (180) days from the final

date of the submission of Bid fixed in sub-clause 7.2 of the Instruction of Bidders, and shall

remain biding upon us and may be accepted at any time before the expiration of that period.

5. Unless and until a formal Contract is prepared and executed, this Bid, together with your

written acceptance thereof, shall constitute a binding Contract between us.

Page 38: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

38|Page  

6. We understand that you are not bound to accept the lowest of any bid you may receive, and

that you will not defray any expense incurred by us in bidding.

Date this---------------------day of ----------------- 2015.

Signature ---------------------- in the capacity of ----------------------------------------------

Duly authorized to sign Bid for and on behalf of -----------------------------------------

(IN BLOCK CAPITAL ) -----------------------------------------------

Address -----------------------------------------------------------------

Fax number --------------------------------------------------

Telephone Number -----------------------------------------------

Email id. ---------------------------------------------------------------

WITNESS ---------------------------------------------------------------

Address ---------------------------------------------------------------

Occupation ---------------------------------------------------------

The Member Secretary, Gujarat Pollution Control Board, ‘Paryavaran Bhavan’, Sector 10-A, Gandhinagar-382010, Gujarat, India 

                 

Page 39: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

39|Page  

ANNEXURE-I

Flue Gas Stack Sampling

(online only)

(To be filled by the bidder and must be kept in“ Financial TENDER” part of the tender)

1. DETAILS SHOWING QUANTITY, SPECIFICATIONS, FEES AND OTHER DETAILS OF THE MONITORING WORK.

Sr. No.

Item Rate in Rs. Per flue gas stack sampling

In Figure In words

A) B) C)

Providing mobile van for carrying of instruments to industries or any site and return, including storage and transportation of samples to laboratory as detailed in item 1.3 of section II. (Per day) Providing instruments for flue gas stack monitoring including all necessary accessories. Actual field sampling with M.Sc., Degree in Engineering in Environmental/Chemical and assistant / electrician / fitter/ helper with all safety equipment to each person (safety shoes, helmet, goggle, gloves, safety harness etc), facility for repair, maintenance of sampling instruments, yearly calibration &certification of instruments, with all risk insurance covers and consequential liability insurance, supported by compliance of all statutory mandatory laws for labour payment (including PF, ESIC,PT, Labour Welfare Fund, uniform), as detailed in section II para 1.

Page 40: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

40|Page  

ANNEXURE-II

Process Gas Stack Sampling

(online only)

(To be filled by the bidder and must be kept in “Financial TENDER” part of the tender)

1. DETAILS SHOWING QUANTITY, SPECIFICATIONS, FEES AND OTHER DETAILS OF THE MONITORING WORK.

Sr. No.

Item Rate in Rs. Per process gas stack

sampling In Figure In words

A) B) C)

Providing mobile van for carrying of instruments to industries or any site and return, including storage and transportation of samples to laboratory as detailed in item 1.3 of section II (Per day). Providing instruments for process gas stack monitoring including all necessary accessories. Actual field sampling with M.Sc., Degree in Engineering in Environmental /Chemical and assistant / electrician / fitter/ helper with all safety equipment to each person (safety shoes, helmet, goggle, gloves, safety harness etc), facility for repair, maintenance of sampling instruments, yearly calibration &certification of instruments, with all risk insurance covers and consequential liability insurance, supported by compliance of all statutory mandatory laws for labour payment (including PF, ESIC,PT, Labour Welfare Fund, uniform), as detailed in section II para 1.

Page 41: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

41|Page  

ANNEXURE-III

Ambient Air Sampling ( ON 24 Hours basis)

(online only)

(To be filled by the bidder and must be kept in “Financial TENDER” part of the tender)

1. DETAILS SHOWING QUANTITY,SPECIFICATIONS, FEES AND OTHER DETAILS OF THE MONITORING WORK.

Sr. No.

Item Rate in Rs. Per Ambient Air sampling ( ON 24 Hours

basis ) In Figure In words

A) B) C)

Providing mobile van for carrying of instruments to industries or any site and return, including storage and transportation of samples to laboratory as detailed in item 1.2.3 of section II. (Per day) Providing instruments for ambient air quality monitoring including all necessary accessories. Actual field sampling with M.Sc., Degree in Engineering in Environmental /Chemical and assistant / electrician / fitter/ helper with all safety equipment to each person (safety shoes, helmet, goggles, gloves, safety harness etc), facility for repair, maintenance of sampling instruments, yearly calibration &certification of instruments, with all risk insurance covers and consequential liability insurance, supported by compliance of all statutory mandatory laws for labour payment (including PF, ESIC,PT, Labour Welfare Fund, uniform), as detailed in section II para 1

Page 42: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

42|Page  

ANNEXURE-IV

Noise Monitoring Sampling

(online only)

(To be filled by the bidder and must be kept in “FINANCIAL TENDER” part of the tender)

1. DETAILS SHOWING QUANTITY, SPECIFICATIONS, FEES AND OTHER DETAILS OF THE MONITORING WORK.

Sr. No.

Item Rate in Rs. per Noise monitoring sampling

In Figure In words

A) B) C)

Providing mobile van for carrying of instruments to industries or any site and return. (Per day) Providing instruments for noise monitoring including all necessary accessories. Actual field sampling with MSc., Degree in Engineering in Environmental/Chemical, assistant / electrician / fitter/ helper with all safety equipment to each person (safety shoes, helmet, goggles, gloves, safety harness etc), facility for repair, maintenance of sampling instruments, yearly calibration &certification of instruments, with all risk insurance covers and consequential liability insurance, supported by compliance of all statutory mandatory laws for labour payment (including PF, ESIC,PT, Labour Welfare Fund, uniform), as detailed in section II para 1

Page 43: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

43|Page

 

ANNEXURE-V

SUMMARY OF BID PRICE (online only)

DESCRIPTION TOTAL VALUE IN RS.

1. Rate in Rs. Per flue gas stack sampling

2. Rate in Rs. Per process gas Stack sampling.

3. Rate in Rs. Ambient Air Sampling ( ON 24 Hours basis)

4. Rate in Rs. Noise Monitoring Sampling

TOTAL (1 + 2 + 3 + 4)

Page 44: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

44|Page

 

SECTION V

GENERAL CONDITION

OF

CONTRACT CONTENTS

Page 45: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

45|Page

 

GENERAL CONDITION OF CONTRACT CONTENTS

1. Definitions …………………………………………………………….46

2. Intent of Contract …………………………………….…………….…47

3. Performance of Works ……………………………….……………….47

4. Use of Contract Documents and Information ……….……………….47

5. Location ……………………………………………………………….48

6. Language and Calendar ……………………………………………….48

7. Handling ………………………………………………………………48

8. Protection and Safety …………………………………………….…...48

9. Work Schedule …………………………………………………….….48

10. Projection Formation ………………………………….………….….. 48

11. Warranty / O&M Contractor …………………………………….……48

12. Submission of Documents …………………………….………….…..49

13. Payment ………………………………………………….………….…49

14. Performance Security …………………………………….……………49

15. Assignment …………………………………………………………….50

16. Delays in the Contractor’s Performance …………………….………..50

17. Suspension of Work ………………………………………….….….…50

18. Force Majeure ……………………………………………………….…50

19. Resolution of Disputes ……………………………………….……..…51

20. Taxes and Duties …………………………………………….….…..…51

21. Injury and Damage ………………………………………………….....51

22. Effectiveness …………………………………………………….….....51

23. Laws and regulations ……………………………………….…...….... 51

24. Notices ………………………………………………….…….……......52

Page 46: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

46|Page

 

1.0 DEFINITIONS

Unless the context of the General and-Special Conditions of Contract otherwise requires, the following terms wherever in the General and Special Conditions of Contract shall have the meaning defined hereunder.

Words imparting the singular shall also include the plural and vice versa where the context requires. Whether the words and phrases defined in this Clause are capitalized or not in the Contract shall not affect their meaning.

The terms used in this bidding document shall have the meaning defined hereunder:

1.1 “The Project” or “The Works” means ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE.

1.2 “The Contract” means the written agreement to be concluded between the Board and the Contractor and includes terms and conditions stipulated on the Bidding Documents and any other descriptions annexed thereto which form an integral part of the agreement to be provided by the Board

1.3 “The Contract Price” means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations for the Works.

1.4 “The Equipment” means all kind of materials, Machinery, Components, apparatus, articles and instruments for the Project to be provided by the Board under the Contract.

1.5 “The Board” means the Gujarat Pollution Control Board, having its Head office at Gandhinagar, India and shall include any person or persons authorized by the Board. The Board is also executing agency of the Project. “The Owner” means the Board.

1.6 “The Bid” means the offer or proposal of the Bidder to be submitted for the works in accordance with the stipulations set forth in this Bidding Documents.

1.7 “The Techno-commercial Bid” means the Techno-commercial part of the Bid.

1.8 “The Financial Bid” means the financial part of the Bid.

1.9 “The Bidder” or “The Contractor” means who submits the Bid for the Works and the firm ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE and performing the Works in connection with the Project under the Contract and includes his personal representatives, successors and authorized assignees.

1.10 “The Bidding Documents” mean all the documents in the bidding documents.

1.11 “The Specifications” means the specifications of the Works to be performed by the Contractor in conformity with those specified in the Bid and all other related documents in the Bidding Documents, and modifications thereof or additions thereto as may from time to time be made and approved in writing by the Board in case prior to the Contract and agreed upon by both the Board and the Contractor after the Contract.

Page 47: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

47|Page

 

1.12 “The Sites” means area of Regional and or Vigilance office as specified in ANNEXURE A

1.13 “The Contract Price” means the price payable to the contractor under the contract for the full and proper performance of its contractual obligations.

1.14 “GCC” means the General Conditions of Contract contained in this Section.

1.15 “SCC” means the Special Conditions of Contract in Section VI of this Volume.

1.16 “S/W” means the Scope of Works in Section II of this Volume.

2.0 INTENT OF CONTRACT

2.1 The intent and spirit of the Contract is to provide all the details for the Works herein specified to be completed within the duration of the Contract.

2.2 It is hereby understood that the Contractor, in accepting the Contract, agrees to furnish any and everything necessary for such intent not withstanding any omission in the Contract.

2.3 All matters omitted from the Contract which may reasonably be inferred to be obviously necessary for the efficient and stable completion of the Works shall be deemed to be included in the Contract and the Contractor shall be held responsible for any errors or losses which the Contractor may make due to such omissions as above.

2.4 These conditions encompass all the Works to be executed and completed by the Contractor for the Project and as further defined herein.

3.0 PERFORMANCE OF WORKS

Unless otherwise provided for, the Works shall be performed by the Contractor in compliance with S/W, GCC, SCC and the Specifications in this Bidding Documents issued by the Board and Contract to be concluded between the Board and the Contractor.

Unless otherwise agreed or stated, the Contractor shall bear all the cost and take all the responsibilities for the performance of all the Works.

4.0 USE OF CONTRACT DOCUMENTS AND INFORMATION

4.1 The Contractor shall not, without the Board’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, pattern, sample, or information furnished by or on behalf of the Board and their authorized personnel and body in connection therewith, to any person other than a person employed by the Contractor in the performance of the Contract.

4.2 The Contractor shall not, without the Board’s prior written consent, make use of any documents or information enumerated here above except for purposes of performing the Contract.

4.3 Any documents other than the Contract itself, enumerated in here above shall remain the property of the Board and shall be returned to the Board on completion of the Contractor’s performance under the Contract if so required by the Board.

Page 48: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

48|Page

 

5.0 LOCATION

As defined by the board as specified in ANNEXURE A

6.0 LANGUAGE AND CALENDAR

6.1 Language

All documents and correspondence related to the Contract shall be made in English.

6.2 Calendar

All dates, months, years and terms referred in the Contract shall relate with the Gregorian calendar, unless otherwise mentioned specifically.

7.0 HANDLING

The Contractor shall protect the Equipment from any damage

8.0 PROJECTION AND SAFETY

The Contractor shall comply with all rules, regulations and orders which have been made by the Government of India, the Board or any other competent authority and the contractor shall provide sufficient fire-fighting protection in respect of the safety of the property and personnel of the Board.

9.0 WORKS SCHEDULE

The time schedule for the Works to be carried out by the Contractor is specified in SCC. The Contractor shall complete the Works in accordance with the Works schedule

specified here above.

10.0 PROJECT FORMATION

10.1 Board

The authorized personnel of the respective State Pollution Control Board for the Project who is responsible for any coordination with the Contractor is:

Member Secretary or Authorized Representative,

Gujarat Pollution Control Board, ‘Paryavaran Bhavan’, Sector 10-A, Gandhinagar, Gujarat, India.

Any correspondence to or authorization from the Board shall be made with the Member Secretary.

11.0 WARRANTY / CONTRACT

11.1 ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE shall be as specified in the Scope of Work, Section – II of this document.

Page 49: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

49|Page

 

11.2 However the Contractor shall warrant to the Board that the man power to be supplied under the Contract is well conversant with ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE.

11.3 In the event that any part of the Equipment becomes defective due to no fault of the Contractor, such as voltage fluctuations, misuse and negligence, the Contractor will be indemnified by the Board in respect of repair thereof.

12.0 SUBMISSION OF DOCUMENTS

The Contractor shall submit the documents specified in SCC to the Board.

13.0 PAYMENT

13.1 Payment

The method, terms and conditions of payment to be made to the Contractor under this Contract shall be specified in SCC.

The Contractor’s request(s) for payment for, as appropriate, stipulated in the Contract shall be made to the Board in writing, accompanied by documents specified in SCC.

13.2 The payment shall be made promptly by the Board but in no case not later than sixty (60) days after submission of invoice or claim by the contractor.

13.3 Currency of Payment

The currency in which payment is made to the Contractor under this Contract shall be in Indian rupees.

14.0 PERFORMANCE SECURITY

14.1 Performance Security

The Contractor within thirty (30) days from the date of notification of award shall furnish a Bank Guarantee from a reputed Indian or Nationalized Commercial Bank having license to do business in India to the Board in line with the enclosed from as per Attachment 1 Section VI towards performance guarantee for an amount equal sum of 10% (ten percent) of the said value of the Contract Price_________________ [in words], under the Contract for faithful and due fulfillment by the Contractor of all obligations under the terms and conditions of the Contract. (valid up to 02 Years from date of contract.) [Attachment -1, Section VI]

The Contractor shall ensure that Contract Performance Security remains valid for two year & may be extended further one year i.e. total 3 years after signing the contract.

14.2 Return of Performance Security

The performance security will be discharged by the Board and returned to the Contractor not later that forty five (45) days after expiry of contract subject to date of completion of the Contractor’s performance obligations under the Contract, including obligations, unless specified otherwise in SCC.

Page 50: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

50|Page

 

15.0 ASSIGNMENT

The Contractor shall not assign in whole or in part, its obligations to perform under this Contract, except with the Board’s prior written consent.

16.0 DELAYS IN THE CONTRACTORS PERFORMANCE

16.1 Delays in the Contractors Performance

ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE shall be made by the Contractor in accordance with the time schedule specified in SCC.

16.2 Notification of Delay

If at any time during performance of the Contract, the Contractor shall promptly notify the Board in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Contractors notice, the Board shall evaluate the situation and may at its discretion extend the Contractors time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Board by amendment of the Contract.

16.3 Liability of Liquidated Damages

Except as provided under Clause 16.2 of GCC, a delay by the Contractor in the performance of its obligations shall render the Contractor liable to the imposition of delay, unless an extension of time is agreed upon here above without the application of delay.

17.0 SUSPENSION OF WORK

The Contractor shall not suspend the whole or any part of the Works without notice to the Board in writing. The Contractor there upon shall do all possible endeavors to reduce any expenses or costs resulting from the suspension. Such suspension shall not nullify the Contract.

18.0 FORCE MAJEURE

18.1 For the purposes of this Clause, “Force Majeure” means an event beyond the control of the Contractor and not involving the Contractors fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the Board in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

18.2 If a Force Majeure situation arises, the Contractor shall promptly notify the Board in writing of such condition and the cause thereof. Unless otherwise directed by the Board in writing, the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

Page 51: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

51|Page

 

19.0 RESOLUTION & SETTLEMENT OF DISPUTES

19.1 Any dispute(s) or difference(s) arising out of or in connection with the Contract shall, to the extent possible in the first instance be resolved amicably between the Contractor and the Owner’s Engineer.

19.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Contractor may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

19.3 Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration.

20.0 TAXES AND DUTIES

20.1 All applicable taxes except Income tax will be paid by GPCB at actual against Documentary evidence. 20.2 Charges on incidental services shall be payable extra by GPCB.

21.0 INJURY AND DAMAGE

21.1 Injury or Death of Persons

The Contractor shall be liable for and shall indemnify the Board against any liability, loss claim or proceedings whatsoever arising under any statue or law in respect of personal injury or death or any disability caused by the carrying out of the Works unless due to any act or neglect of the Board.

21.2 Damage to Property

The Contractor shall liable for and indemnify the Board against and insure and cause insure against any expense, liability, loss claim or proceedings in respect of any damage whatsoever to any real or personal property for any one occurrence in so far as such damage arises out of or in the course of or by reason of the carrying out of the Works and is due to any negligence, omission or default of the Contractor or any person for whom the Contractor is responsible.

22.0 EFFECTIVENESS

This Contract shall come into force and effect on the date of the Letter of Award and shall be in force until two years and may be extended further for one year i.e. total three years on successful work done and decided by the committee.

23.0 LAWS AND REGULATIONS

The formation, validity and performance of this Contract shall be governed as to all matters by and under the laws and regulations of India and courts in Gandhinagar, Gujarat shall have exclusive jurisdiction in all matters arising under this Contract.

Page 52: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

52|Page

 

The Contractor shall respect and abide by all laws and regulations of India and shall make its best effort to ensure that the personnel of the Contractor and their dependents, while staying in India, shall respect and abide by all laws and regulations of India. The Contractor shall protect, absolve and indemnify the Board and their representatives from any claim, loss or damage arising from any non-compliance alleged or proved, without claiming them for payment.

24.0 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable, telex, facsimile, email and confirmed in writing to the other party’s address specified in SCC.

A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

Page 53: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

53|Page

 

SECTION VI

SPECIAL CONDITIONS

OF CONTRACT

Page 54: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

54|Page

 

SPECIAL CONDITIONS OF CONTRACT

CONTENTS

1. Consumables and Spare Parts …………………………………........55

2. Works Schedule …………………………………………………..….55

3. Payment …………………………………………………………..…..55

4. Prices ……………………………………………………………..…..55

5. Performance Security ………………………………………….…… 55

6. Notices ………………………………………………………….……56

7. Injury &Damage ……………………………………………….……56

8. Jurisdiction : low and regulation ……………………………………56

Annexure I Performance Security Form …………………………..57 TO 58

Annexure II Form for Contract Agreement ……………………… 59 TO 61

Page 55: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

55|Page

 

SPECIAL CONDITIONS OF CONTRACT

The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict the provisions herein shall prevail over those in the General Conditions of Contract the corresponding clause number of the GCC is indicated in parentheses, if applicable.

1.0 CONSUMABLES AND INSTRUMENTS

1.1 Supply of Consumables and Instruments

The Board shall provide the consumables as in para 1 of the section II .

2.0 WORKS SCHEDULE (GCC CLAUSE 9.0)

3.0 PAYMENT (GCC CLAUSE 13)

3.1 QUARTERLY PAYMENT on Regional/ Vigilance office b a s i s WILL BE MADE. The Bidder or Contractor shall submit comprehensive report of sampling along with an invoice for the month to the respective Regional officer/ Vigilance Officer who will verify the bills and submit the same to concerned Regional/ Vigilance office.

3.2 The payment will be made ON QUARTERLY BASIS BY THE Concern Regional Officer, Gujarat Pollution Control Board within 15 days from the receipt of Comprehensive report along with an invoice for the month. Certifying authority about the payment shall be Regional Officer.

4.0 PRICES

The prices quoted shall be firm throughout the tenure of the Contract. Any increased cost incidental to the performance of the Works due to any economic dislocation or to any other causes such as wage hike for man power cannot be claimed by the Contractor to the Board.

5.0 PERFORMANCE SECURITY (GCC CLAUSE 14)

5.1 Performance Security

The Contractor within thirty (30) days from the date of notification of award shall furnish a Bank Guarantee from a reputed Indian or Nationalized Commercial Bank having license to do business in India to the Board in line with the enclosed from as per Attachment 1 Section VI towards performance guarantee for an amount equal sum of10% (ten percent) of the said value of the Contract Price_________________ [in words], under the Contract for faithful and due fulfillment by the Contractor of all obligations under the terms and conditions of the Contract. (valid up to 02 Years from date of contract.) [Attachment -1, Section VI]

The Contractor shall ensure that Contract Performance Security remains valid for two year & may be extended further one year i.e. total 3 years after signing the contract.

Page 56: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

56|Page

 

5.2 Return of Performance Security

The performance security will be discharged by the Board and returned to the Contractor not later that forty five (45) days after expiry of contract subject to date of completion of the Contractor’s performance obligations under the Contract, including obligations, unless specified otherwise in SCC.

6.0 NOTICES (GCC CLAUSE 24)

Any notice, request or consent shall be deemed to have been given or made when delivered in person to an authorized representative of the party to whom the communication is addressed or when sent by registered mail, telex, telegram, facsimile to such party at the following address:

The Member Secretary, Gujarat Pollution Control Board, ‘Paryavaran Bhavan’, Sector 10-A, Gandhinagar-382010, Gujarat, India

7.0 INJURY AND DAMAGE : Injury or Death of Persons

The contractor shall be liable for and shall indemnify the Board against any liability, loss, claim or proceedings whatsoever arising under any statue or law in respect of personal injury death or any disability caused by the carrying out stack and ambient air monitoring for environmental surveillance as assigned by the concern Regional/ Vigilance Officer.

8.0 JURISDICTION: LAWS AND REGULATIONS

The formation, validity and performance of this Contract shall be governed as to all matters by and under the laws and regulations of India and courts in Gandhinagar, Gujarat shall have exclusive jurisdiction in all matters arising under this Contract.

--------XXXXX-----

Page 57: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

57|Page

 

ANNEXURE I Form of Bank Guarantee for Performance Security

(to be stamped in accordance with Stamp Act, if any, of the Country of the issuing Bank)

Bank Guarantee No. ---------

Date : ----------------------------

Ref. No.:---------------------------------

To,

The Member Secretary, Gujarat Pollution Control Board, ‘Paryavaran Bhavan’, Sector 10-A, Gandhinagar-382010, Gujarat, India  

Dear Sir,

THIS AGREEMENT is made on the ----------------days of----------------------- 2014 ------

Between [Name of the Bank] of ---------------------- [address of the bank]

(hereinafter called “the Guarantor”) of the one part and Gujarat Pollution Control Board, Gandhinagar (hereinafter called “the Board”) of the other part.

WHEREAS this agreement is supplemental to a contract number ----------------(insert Contract Number) (hereinafter called “the Contract”) made between ……………… [name of Contractor] of ------------------- [address of Contractor] (hereinafter called “the Contractor) of the one part and the Board of the other part whereby the Contractor agreed and undertook to execute ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE against the Contract for the sum of ------------------- [amount in Contract Currency] being the Contract Price; and

NOW, THEREFORE, the Guarantor hereby agrees with the Board as follows;

(a)  If the Contractor (unless relieved from the performance by any clause of the Contract or by statute or by the decision of a tribunal of competent jurisdiction) shall in any respect fail to execute the Contract or commit any breach of his obligations there under then the Guarantor will indemnify and pay the Board the aggregate sum of --------------------- 10% (ten percent) of the said value of the Contract Price_________________ [in words], such

sum being payable in the types and amount of currencies in which the Contract Price is payable, provided that the Board or his Authorized Representative has notified the Guarantor to that effect and has made a claim against the Guarantor before the expiry of contract period. 

Page 58: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

58|Page

 

(b) The guarantor shall not be discharged or released from his guarantee by an arrangement between the Contractor and the Board, with or without the consent of the Guarantor, or by any alteration in the obligations undertaken by the Contractor, or by any forbearance on the part of the Contractor, whether as to payment, time, performance, or otherwise, any notice to the Guarantor of any such arrangement, alteration, or forbearance is hereby expressly waived.

This guarantee shall be valid for one year and may be extended for further two years i.e. total 3 years from date of signing of the Contract.

Given under our hand on the date mentioned above.

SIGNED BY ------------------------------

for and on behalf of the

Guarantor

(Seal of Guarantor)

in the presence of

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

(Witness)

Page 59: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

59|Page

 

ANNEXURE II

CONTRACT AGREEMENT

FORM FOR CONTRACT AGREEMENT FOR ASSISTING AMBIENT AIR QUALITY,

NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR

ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE.

This Agreement for ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE (“Agreement”) is made on this ------------------------------------------- day of by and between:

Gujarat Pollution Control Board, India which term shall include permitted assigns and successors (Hereinafter called as “The Board” or “the Owner”).

And

M/s. ----------------------------------------------------------------- a company incorporated

----------------------------------- with Regd. Office at ----------------------------------------------

Which term shall include permitted assigns and successors (hereinafter called as “Contractor” or “the Contractor”)

Whereas the Owner had invited Bids under reference --------------------- for ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE and M/s -------------------- had submitted their bid against the aforesaid invitation to bid and Owner has accepted the bid of M/s -------------- and has decided to entrust the job of ASSISTING IN AMBIENT AIR QUALITY MONITORING & STACK MONITORING IN FLUE GAS, PROCESS GAS AND NOISE FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE by the Contractor vide Letter of Award ref. ----------- dated ---------- at a total Contract Price for complete scope of work of -------------- (Contract Price in Words and Figures) (Hereinafter “the Contract Price”).

Whereas the Contractor has accepted the Letter of Award issued by the Owner in writing vide its letter no.--------------- dated ----------- and has furnished Contract Performance Security for an amount of Rs. ---------- [Rupees-------------only] and which is initially valid up to -------- and Owner has accepted the said Contract Performance Security.

Whereas, Contractor is having EXPERTISE & EXPERIENCE IN ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE and the owner has engaged the Contractor for ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE upon the terms & conditions set forth in this Agreement and the Letter of Award referred above issued by the Owner including all the documents referred in the above Letter of Award.

Page 60: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

60|Page

 

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS;

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

SECTION I INSTRUCTION TO BIDDERS SECTION II SCOPE OF WORKS & TECHNICAL SPECIFICATION SECTION III FORM OF TECHNO-COMMERCIAL BID SECTION IV FORM OF FINANCIAL BID SECTION V GENERAL CONDITIONS OF CONTRACT SECTION VI SPECIAL CONDITIONS OF CONTRACT

This Contract sets forth the entire contract and agreement between the parties pertaining to ASSISTING AMBIENT AIR QUALITY, NOISE MONITORING & STACK MONITORING IN FLUE & PROCESS GAS FOR ENVIRONMENTAL SURVEILLANCE IN VADODARA ZONE.

This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above.

3. In consideration of the payments to be made by the Board to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Board to perform the Works and to remedy defects therein conformity in all respects with the provisions of the Contract.

4. The Board hereby covenants to pay the Contractor in consideration of the performance of the Works and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

5. Any notice under the Contract shall be in the form of E-mail, letter, telex, cable or facsimile. Notices to either party shall be given at such address or addresses as such party shall specify from time to time by written notice to the other. In the absence of such notice to the contrary, notice to the Board shall be properly addressed to:

The Member Secretary, Gujarat Pollution Control Board, ‘Paryavaran Bhavan’, Sector 10-A, Gandhinagar-382010, Gujarat, India.

And notice to the Contractor shall be properly addressed to:

[Contractor’s address and electronic transmission address]

Page 61: INVITATION OF BID - Gujarat Pollution Control Board · invitation of bid tender notice no. :aaq/nsm/vda/2015 name of the work assisting ambient air quality, noise monitoring & stack

61|Page

 

A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

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

Signature of Board’s Authorized

Representative

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

Signature of Contractor

Signed, Sealed and Delivered by the said

(For the Board) in the presence of

Signed, Sealed and Delivered by the said

(For the Contractor) in the presence of

The Bank Guarantee (Annexure 1 of Section VI) for Bid Security issued by a nationalized

bank located in India in the form given with the document.