42
E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 1 of 42 Maharashtra Maritime Board, Home Department (Ports and Transport), Government of Maharashtra Tender document for APPOINTMENT OF CONSULTANT FOR (i) IMPLEMENTING ENVIRONMENT MANAGEMENT PLAN AND (ii) CARRYING OUT ENVIRONMENT MONITORING FOR MAINTENANCE DREDGING ACTIVITIES PROPOSED IN THE THANE CREEK IN COASTAL DISTRICT OF THANE. STATE: MAHARASHTRA E-Tender No. MMB/CEO/HGR/07 for FY 18-19 NOVEMBER 2018

Maharashtra Maritime Board,

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 1 of 42

Maharashtra Maritime Board,

Home Department (Ports and Transport),

Government of Maharashtra

Tender document

for

APPOINTMENT OF CONSULTANT FOR

(i) IMPLEMENTING ENVIRONMENT MANAGEMENT PLAN

AND

(ii) CARRYING OUT ENVIRONMENT MONITORING

FOR MAINTENANCE DREDGING ACTIVITIES PROPOSED IN THE THANE CREEK IN COASTAL DISTRICT OF

THANE.

STATE: MAHARASHTRA

E-Tender No. MMB/CEO/HGR/07 for FY 18-19

NOVEMBER 2018

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 2 of 42

Bid Notice Chief Executive Officer, Maharashtra Maritime Board, Mumbai, invites digitally signed E-Tender from QCINABET Ministry of Environment Forest & Climate Change (MOEF&CC) Accredited Environment Consultant for Implementing the approved Environment Management Plan (EMP) and for carrying out Environment monitoring for the work of proposed maintenance dredging activities in the Thane creek of coastal district Thane in accordance with the directives as given in Govt of Maharashtra(Department of Revenue and Forests)Government Resolution (GR) गौखिन-१०/१०१४/ . . ५००/खdated 21.05.2015. This E-Tender is available on Government of Maharashtra e -Tendering Portalhttps://mahatenders.gov.in For the detailed tender document, intrested bidders should visit the Government of Maharashtra e -Tendering Portal https://mahatenders.gov.in or https://mahammb.maharashtra.gov.in The tender is available for download from 22nd Nov 2018 at 11:00 hours (IST) onwards. Tender submission would be online and the deadline to submit the proposal is 10th Dec 2018 by 17:00 hours (IST) (Please go through the tender schedule published on the web portal).

Tender Reference No. MMB/CEO/HGR/07 for FY 18-19

Name of Work

(i) Implementing Environment Management Plan and (ii) Carrying out Environment Monitoring for maintenance dredging activities in Progress in the Thane creek falling in the Coastal District of Thane State: Maharashtra

Cost of blank Tender Document and Mode of Payment

Rs. 10,000/ (Rupees Ten thousand only) (Non- Refundable) to be paid through Online Payment modes during downloading of Tender Document

EMD Amount and Mode of Payment

Rs.1,00,000 /- (Rupees One lakh only) to be paid through Online Payment modes during uploading of Tender Document

Pre-Bid meeting 29th Nov 2018 at 1500 Hrs in the office of Maharashtra Maritime

Board, Indian Mercantile Chambers, 3rdfloor, 14, RamjibhaiKamani Marg, Ballard Estate, Mumbai- 400 001.

Venue for opening of Tender

Office of the Maharashtra Maritime Board, Indian Mercantile Chambers, 3rdfloor, 14, Ramjibhai Kamani Marg, Ballard Estate, Mumbai- 400 001.

Contact person for information relating to assignment

Commander Sandeep Kumar, Hydrographer Office of Hydrographer, Maharashtra Maritime Board, Naushad Ali Marg, Khardanda, Khar (West), Mumbai – 400 052Contact: 022-26044274 email: [email protected]

e-Tendering helpline 24X7 Help Desk Number- 0120-4200462, 0120-4001002 Mobile No. 88262 46593, Email- [email protected]

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 3 of 42

E-Tender Schedule

Sr.No. Activity Date Time (Hrs.)

1. Publishing Date 22.11.2018 1100

2. Document Download Start Date 22.11.2018 1100

3. Document Download End Date 10.12.2018 1700

4. Seek Clarification Start Date 22.11.2018 1100

5. Seek Clarification End Date 28.11.2018 1600

6. Pre-Bid Meeting Date 29.11.2018 1500

7. Bid Submission Start Date 22.11.2018 1100

8. Bid Submission Closing Date 10.12.2018 1700

9. Bid Opening Date 11.12.2018 1100

NOTE: i) All eligible/ interested bidders are required to be enrolled on portal

http://mahatenders.gov.inbefore downloading tender documents and participate in e-tendering.

ii) Dates mentioned here are scheduled dates for Bid Opening Activities. Any change in the date of opening of technical and financial tenders shall be notified in “Press Notice/ Corrigendum” section on e-Tendering Portal before opening of the same.

iii) During the Pre – bid meeting, interested bidders will be free to seek clarifications and make suggestions for consideration of MMB. MMB shall endeavor to provide clarifications and such further information as it may, in its sole discretion, consider appropriate for facilitating a fair, transparent and competitive bidding process. Bidders should submit their queries through e-mail in prescribed format as Annexure VI by 1600 Hrs. on 28.11.2018 to MMB at [email protected].

iv) Chief Executive Officer, Maharashtra Maritime Board reserves right to accept or reject any or all tenders without giving any reasons thereof.

v) The detailed tender notice is available on our website https://mahammb.maharashtra.gov.in

Sd/-

Chief Executive Officer Maharashtra Maritime Board

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 4 of 42

1. Introduction Maharashtra is one of the prominent coastal states in India with a coastline of around 720 km. In accordance with the Maharashtra Maritime Board (MMB) Act 1996, the coastline is regulated and administered by the MMB, which is the nodal agency responsible for the development of the Non-major Ports under MMB and for overall development of state’s maritime sector. In accordance with the MMB Act 1996, MMB also acts as the regulator for inland water transportation in the state. Over the years, MMB has taken a number of initiatives to harness the potential of the coastline by developing Greenfield ports, captive jetties, multipurpose jetties, inland water transport and shipyards.

2. Objective of the assignment Maharashtra Maritime Board (MMB) invites online bids from QCI NABETMOEF&CC approved Accredited Environment Consultant for(i) Implementing the approved Environment Management Plan (EMP) (ii) Carry out Environment monitoring by testing the samples collected in the field through MOEF&CC approved Environmental Laboratory for the work of proposed maintenance dredging activities being planned in the Thane creek in the coastal district Thane for a two year period ( first phase: 01 October 2018-30 September 2019 & second phase : 01 October 2019- 30 September 2020)

The EMP including Environment monitoring as documented in the Environment Impact Assessment (EIA) report has been approved by Environment Dept., Govt of Maharashtra through an Environmental Clearance (EC) for the proposed maintenance dredging work in the Thane creek of the coastal district of Thane in the year 2016.

In accordance with the directives as given in Govt. of Maharashtra (Department of

Revenue and Forests) Government Resolution (GR) “ गौखिन-१०/१०१४/ . . ५००/ख”dated 21.05.2015, this work of maintenance dredging will be executed by the Thane District Collector on behalf of MMB.The work of maintenance dredging will be executed by the Revenue Department (District collector) in whose jurisdiction the creek/river is falling after receipt of the authorisation from MMB to execute the further process of tendering and other related activities. The charter of duties of the Thane district collector after receipt of the details of dredging and authorisation from MMB include preparation of the tender document, e-tendering, selection of the bidder and issue of work order of dredging to the successful bidder. The other aspects of dredging process including control on illegal dredging and various grievances arising due to dredging is monitored by various committees consisting of representatives of various departments including MMB. The responsibility of Environment related aspects of dredging like EIA and EMP etc has been entrusted to MMB.

3. Scope of services MMB is pleased to announce that Environment Clearance (EC) for the proposed maintenance dredging activities to Clear Navigational Waterways and Channels of Creeks and Rivers of Thane District has been granted by State level Environment Impact Assessment Authority (SEIAA) in the year 2016.Whilst granting the EC, the Environment Management Plan (EMP) along with Environment monitoring program has been also approved by the Environment department of Govt of Maharashtra. In accordance with Govt. of Maharashtra (Department of Revenue and Forests) Government Resolution (GR) “ गौखिन-१०/१०१४/ . . ५००/ख”dated 21.05.2015, permission/authorisation is has been granted by MMB to Thane respective District Collector for carrying out maintenance dredging activity in the blocks falling in the creeks/rivers as indicated in Annexure V and Annexure VIII for the year 2018-19. The Thane Dist Collector in

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 5 of 42

accordance with the above mentioned GR will follow the due e-tendering process to select the bidders for carrying out dredging in the respective sub-blocks of the creek for this year(2018-19), whose permission will be valid till 30th Sept 2019(Phase-I). Next year, in year 2019 the Thane Dist Collector will again follow the e-tendering process to select bidders for the dredging as proposed by MMB and permission for dredging after receipt of authorisation from MMB to do so and that permission for dredging will be valid till 30 Sept 2020(Phase-II). The actual work order for undertaking dredging in the sub-blocks will be issued Thane Dist. Collector only when that particular sub-block has been bided for dredging. In case, there are no bidders for that particular sub block(s), no work order for dredging will be issued and hence no EMP & Environment monitoring is required to be carried out for those sub-blocks where no dredging work order has been issued by Thane Dist Collector. EMP & Environment monitoring will be required to be carried out ONLY for those sub-blocks where work order has been issued for dredging by the Thane District Collector. The consultant appointed by MMB for carrying out EMP and monitoring will be required to carry out this work for two years in two phases; in first phase from 01 October 2018 -30 June 2019 & in second phase from 01 October 2019 - 30 Sept 2020. For the second year 2019-20, the Thane Dist Collector will again follow the same procedure as enumerated above for selection of bidder for carrying out dredging. The rates quoted by the bidder for EMP and monitoring will be valid for two years i.e. 2018-19 and 2019-20. After the dredging completes for the first year 2018-19 on 30 June 2019(Phase-I), the Thane district collector will again follow the same procedure for selecting the bidder for carrying out maintenance dredging for the period 01 Oct 2019- 30 Sept 2020 , after receipt of the authorisation from MMB to do so .Only after the work order is issued by the Thane Dist Collector for carrying out dredging for the year 2019-20, the consultant will be again issued fresh work order for implementing EMP and to carry out Environment monitoring for those sub-blocks where work order for dredging has been issued as part of Phase II.

In the case of EMP, the selected bidder will be fully responsible for implementation of all the aspects of Oil Spill Contingency Plan and for other aspects of EMP as stated in the approved EIA, the bidder is required to act as safety coordinator/ In-Charge and bring out any violation/aberration of the Environment norms (as specified in the EMP plan enumerated in EIA) being observed in the field to MMB’s notice. The bidder will be required to ensure that the laid down guidelines/SOPs in the approved EMP for ensuring the safety of Environment from the aspects of Air, water suspended solid and turbidity, water quality ,water transport, traffic management, Human health and safety arising due to this proposed dredging activity are being followed by the dredgers employed for this dredging work. The bidder will also be required to maintain photographic evidence of his every visit through good quality photographs duly annotated with date and time as an evidence of his activities in the field and also of the dredging process in progress in the field. A part of these photographs will form part of the comprehensive report, which will be submitted at the end of the complete activity (at the end of both phase I & II). The permission of the dredging (in Phase I) is from 01 Oct 2018 or whenever the work order is issued for dredging (whichever is later)by the Dist collector till 30 Sept 2019 or whenever the dredging completes due to exhaustion of the indicated quantity to be dredged by the contractor , whichever is earlier. Hence the EMP and monitoring will be required only for that period, when the dredging is in progress for that particular sub-block.

In the case of EMP, the bidder will be fully responsible for implementing all the

aspects of Oil spill contingency plan in the event of reporting of any oil spill incident

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 6 of 42

attributed to this dredging activity in the project area. The bidder will be required to deploy his resources in the field to tackle Oil spill as per their location within the following time schedule:

(i) For site falling in MMR (Mumbai Metropolitan region: Vasai creek, Thane

creek, Vaitarna creek) : 01-02 hrs

The scope of work of Environmental Monitoring will broadly include measurement of Ambient Air Quality Monitoring, Noise Monitoring, Fresh water and Marine water Monitoring and Solid waste Monitoring at various locations of creeks and rivers of Thane Districts as per the standards laid down by Environment department. Monitoring shall be done as per the programme approved by Environment Department while granting EC for this project. The detailed scope of work for Environment Monitoring and also for EMP which has been approved whilst granting EC is placed at Annexure I. In order to obtain first-hand information/ opinion on the assignment, the tenderers are advised to acquaint themselves fully with the location of the individual site of the blocks where maintenance dredging activity is proposed before submitting their proposal. In addition to the weekly/ fortnightly/monthly reports containing the monitoring records, the bidder will also be required to prepare a comprehensive detailed report containing his observations about the environmental aspects of the dredging process including selected record of his monitoring activity carried out in phase I and should also contain selected photographs as described in Para no 3. This comprehensive report will be required to be forwarded through MMB to all the required authorities. A copy of the comprehensive EMP Report will be required to be sent to following Authorities through MMB:- a) MMB b) Environment Department Gov. of Maharashtra c) MOEF Nagpur d) MPCB Mumbai e) Regional Office of MPCB f) Any other office as deemed necessary.

4. Special terms & conditions

4.1 The EMP and monitoring will be required to be carried out only till the time maintenance

dredging activity is in progress in the first phase from 01 Oct 2018/ whenever dredging commences in that particular sub-block - 30 June 2019/whenever dredging finishes in that particular sub-block, whichever is earlier and in second phase from 01 Oct 2019/ whenever dredging commences in that particular sub-block - 30 Sept 2020/whenever dredging finishes, whichever is earlier. The rates quoted by the bidder will therefore be valid for two years

4.2 The bidder will be responsible for making good to the satisfaction of MMB any loss of and any damage to all structures and properties belonging to MMB and if such loss or damage is due to fault and/or the negligence or willful acts or omission of the bidder, his employees, agents, representatives or subcontractors during this entire process of carrying out Environment monitoring and implementation of EMP ,whenever and wherever required.

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 7 of 42

4.3 The contractor will be fully responsible for the safety, security and insurance of his

employees who are deputed in the field for undertaking observations towards Environment monitoring and for implementing EMP. You should indemnify MMB against, all claims, demands, proceedings, damages, costs, charges and expenses whatsoever and howsoever arrives in respect of any accident while executing this work.

4.4 In case of bidder not having his own MOEF&CC approved Environment laboratory then it is

imperative for the bidder to analyze all the samples collected in the field only in an MOEF&CC approved Environment laboratory having all the necessary certifications.

4.5 Confidentiality Clause: All the data and reports collected and prepared by the selected

bidder for executing the allotted work order will form a part of property of MMB. This cannot be shared or given to anyone without the written permission of MMB.

4.6 Safety

All safety rules and regulations as applicable and notified from time to time have to be strictly adhered/ complied by the Firm/Consortium and their manpower. All formalities like getting clearance, gate pass, etc. as required to execute jobs will be done by the Firm/Consortium at no extra cost. The bidder will be entirely responsible for the safety and insurance of its men and material deployed in the field for carrying of this work.

5. General terms & conditions

5.1 The application fee for the tender is Rs. 10000/ (Rupees Ten thousand only) (Non-refundable), to be paid online, i.e., through internet banking or a debit card, while downloading the tender document. Bidders are advised to pay the application free at least three days before last date of submission.

5.2 The contractor shall also pay an Earnest Money Deposit (EMD) of Rs.100, 000 /- (Rupees One Lakh only), to be paid online, i.e., through internet banking or a debit card. Bidders are advised to pay the Earnest Money Deposit (EMD) at least three days before last date of submission. Note: There is no Exemption for payment of EMD as the tender website https://mahatenders.gov.in/ has no provision for granting this exemption from payment of EMD.

5.3 No counter conditions shall be put. Any counter offer as well as any alterations in the work/scope of work, as specified in the document, shall disqualify the contractor forthwith.

5.4 The submitted tender shall remain valid for 120 days from the submission date. However, MMB may ask the tenderers to extend the validity for such period, as may be determined by MMB at its discretion. MMB also reserves the right to reject any tender that does not meet this requirement.

5.5 The EMD of all the bidders will be returned (without interest) within 60 days from the date of issue of Letter of Award of Work (LOA) to successful bidder.

5.6 The pre-bid meeting for the project shall be held in the office of MMB on 29.11.2018 at 1500 Hrs. Tenderers are requested to email their queries in prescribed format as Annexure VI by 1600 Hrs. on 28.11.2018 to [email protected].

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 8 of 42

5.7 The contractors are expected to carry out their own surveys, investigations and other detailed examination and get acquainted with all the aspects of the proposed work at their cost before submitting bids.

5.8 A contractor shall be fully responsible before submitting the tender as to the correctness and sufficiency of his tender for the works and of the prices/rates quoted in the financial proposal, which shall, except as otherwise provided, cover all his obligations under the contract.

5.9 MMB reserves the right to reject any or all of the tenders without assigning any reasons thereof, and the decision of MMB would be final and binding.

6. Eligibility

General: The tenderer may be a single entity or a group of entities (the “consortium”), with a maximum

of two coming together to implement the project. However, no tenderer applying individually or as a member of a consortium, as the case may be, can be member of another.

The term tenderer used herein would apply to both a single entity and a consortium. A tenderer may be a natural person, private entity, a government-owned entity or any combination of them with a formal intent to enter into an agreement or under an existing agreement to form a consortium.

The tenderer should not have been blacklisted by any government agency in India/abroad at the time of due date of submission of the bid.

The tenderer should not be under a declaration of ineligibility for corrupt and fraudulent practices by the Central/any state government, or any public-sector undertaking (PSU) in India.

No tenderer shall submit more than one tender. A tenderer applying individually or as a member of a consortium shall not be entitled to submit another tender either individually or as a member of any consortium, as the case may be.

Financial Qualification: Average annual turnover of the tenderer in the last 3 financial years(FY - 17-18, FY - 16-17, FY - 15-16) shall be at least Rs. 1,00,00,000/- (Rupees One Crore only).

The tenderer should submit the copies of audited Annual Reports for the last 3 years (that is for FY - 17-18, FY - 16-17, FY - 15-16) giving the audited profit and loss account and balance sheets Annexure – III. In case the annual accounts for the latest Financial Year are not audited and cannot be made available, the tenderer shall give an undertaking to this effect and the statutory auditor shall certify the same. In such a case, the tenderer shall provide the audited annual reports for three years preceding the year for which the audited annual report is not being provided.

Technical Qualification: The tenderer should have successfully carried out similar work*, during last three years ending 31st March, 2018 as following:

At least 3 works, each such work costing not less than an amount equivalent to Rs. 1,00,00,000/- (Rupees One Crore only).

Or o At least 2 works, each such work costing not less than an amount equivalent to Rs.

2,00,00,000/- (Rupees Two Crore only). Or

o At least 1 work, such work costing not less than an amount equivalent to Rs. 3,00,00,000/- (Rupees Three Crore only).

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 9 of 42

The bidder should be a QCI-NABET Accredited Environment Consultant organization

(ACOS) as per the list published by Ministry of Environment Forest & climate change (MOEF&CC). Certificate regarding should be attached.

*Similar work means “work related to implementation of Environment Management Plan and carrying out Environment monitoring The tenderer should submit a list of such similar orders executed (completed works) during last 3 years along with Client’s certificate or Statutory Auditor’s certificate or purchase order to certify eligible work experience.

7. Preparation & Submission of Tender All Interested tenderers are required to be enrolled on portal and familiarize themselves with

the use of the e-Tendering portal of Government of Maharashtra well in advance before downloading tender documents and participating in e-tendering.

The tender and all related correspondence and documents should be in English language. All or any one of the tenders may be rejected by MMB. Originals must be produced for verification, whenever demanded by MMB. The Tender shall be prepared, signed and submitted only by such Firm/ Company/

consortium etc. whose name the tender documents have been purchased. Each Bid shall have to be prepared and submitted in accordance with provisions of this

tender document and shall comprise of 2 (two) submissions: Submission 1: Technical Qualification Submission 2: Financial Proposal

Submission 1: Technical Qualification

The following is an indicative list of documents should be uploaded by the tenderers in the form of PDF files, on the e-tendering website during the online Bid Preparation stage: a. The detailed methodology for implementing EMP. b. The details of both this activities are placed at Annexure I. c. The Bid Security (also known as the Earnest Money Deposit (EMD) of Rs.1,00,000 /-

(Rupees One Lakh only) to be paid through Online Payment Modes i.e. Net Banking/ Debit Card. Also during Bid Preparation Stage at Tender Document Download Stage, tender fee of Rs. 10,000/ (Rupees Ten thousand only) (Non-refundable) to be paid through Online Payment Modes i.e. Net Banking, Debit Card.

d. Technical qualification in the prescribed format along with Annexes and supporting documents (Audited Annual reports of last 3 financial years (FY - 17-18, FY - 16-17, FY - 15-16), tax returns of last 3 financial years (FY - 17-18, FY - 16-17, FY - 15-16), GST Registration certificate, PAN card, certificates of eligible experience, any other additional document if relevant to information asked in any of Annexures);

e. Certified true copy of the incorporation certificate of the Single Entity. In the case of a Consortium, certified true copy of the incorporation certificate of each of the Members of the Consortium.

f. The bidder must have a strong presence of at least three (03) years in the Indian market and should have executed similar work in India in the past. ‘Similar Work’ means work related to implementation of Environment Management Plan and Environment monitoring. The proof of should be attached.

g. The bidder should be a QCI-NABET Accredited Environment Consultant organization (ACOS) as per the list published by Ministry of Environment Forest & climate change (MOEF&CC). Certificate regarding should be attached.

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 10 of 42

h. In case bidder is having his own MOEF&CC approved laboratory, then certificate regarding the same the attached (Optional).

Submission 2: Financial Proposal

a. The Financial Proposal shall be submitted in the format specified at Annexure - V. b. It may be noted that tenders which do not contain the Financial Proposal as specified

above, would be considered as invalid and liable for rejection. c. If any discrepancies are observed between figures and words in the rates quoted, while

evaluating the bid, the rates quoted in words shall supersede the rates quoted in figures. d. The Bidder shall not put any counter conditions. Any counter offer as well as any

alterations in the work/ scope of work, as specified in the tender, shall disqualify the bidder forthwith.

8. Bidding parameter The contract shall be awarded to the technically qualified bidder creek wise, whose financial

bid is determined to be Lowest and determined to be qualified to satisfactorily perform the contract.

The financial bid will be Creek/River wise monthly rates quoted by the bidders for carrying out this work in the blocks/sub-blocks of the Creek/ River of the districts as given in Table of Annexure V only.

The cost for carrying out this work in individual Sub Block shall be quoted by the bidder in the space marked “Rate per Sub Block per Month in INR (Excluding GST)” in Table of Annexure V. The bidder having lowest Rate per Sub Block per Month in INR (Excluding GST) for a particular creek will be selected for award of this work. Whenever any work of EMP and monitoring is required to be carried out in any of the sub-block(s) of that particular creek, the bidder selected as L1 for that particular creek will be issued the work order for this work in any of the sub-block (s), at the rate quoted by him for that particular creek.

The rates quoted by the bidders must follow the Guideline rates prescribed for Environment monitoring and Management plan as notified by Maharashtra Pollution Control Board (MPCB) and must not be more than the rates notified by MPCB for such activities.

Work order amount = No. Of sub blocks allocated for dredging by Dist. Collector x Unit rate per sub block quoted by bidder.

9. Opening of Bid & Evaluation 9.1 For the purpose of qualifying under Submission 1 (Technical Bid), the tenderer shall have to

demonstrate the minimum Technical and Financial Capacity as stipulated under this tender document. The Financial proposals of only those tenderers shall be opened who meet the Technical and Financial Capacity as stipulated.

9.2 If the tenderer does not meet the minimum Technical and Financial Capacity as specified then such tenderer shall be disqualified from the Bidding Process and their Bid Security (EMD) be returned and their Financial Proposals shall not be opened.

9.3 Incomplete tenders submitted with qualifying conditions or with conditions at variance with the Terms and Conditions of this notice will be liable to be rejected.

9.4 The contract shall be awarded to the technically qualified bidder whose financial bid is determined to be lowest and determined to be qualified to satisfactorily perform the contract. However, the MMB does not bind itself to accept the lowest and has the right to reject any

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 11 of 42

tender without assigning any reasons. No representation in whatsoever manner will be entertained in this regard.

9.5 In the event two or more bids are received at the same amount then the concerned bidders would be invited for negotiations and the bidder who offers the lowest bid post negotiations would be declared as the Successful Bidder.

9.6 The successful tenderer would be informed by Letter of Intent (LOI) regarding acceptance of their price bid for that particular creek. The bidder will be required to indicate, within 07 days from the receipt of letter of intent, his agreement to execute the work, whenever the work order is awarded. The actual issuance of actual work order for EMP/ monitoring work in that particular creek by MMB will depend upon the selection of bidder by tendering process by the Dist Collector and subsequent issuance of work order for carrying out dredging by him.

9.7 The EMD of all the unsuccessful bidders will be returned (without interest) within 30 days from the date of issue of Letter of Intent (LOI) to successful bidder.

9.8 The successful bidders selected creek wise through the above will be awarded the work order of implementing EMP and carry out Environment monitoring by MMB in a particular sub-block(s) in a particular creek, whenever the Thane Dist Collector confirms to MMB that he has awarded the work order for carrying out dredging in a particular sub-block in a particular creek. Accordingly, MMB will issue the work order to the bidder who is the successful bidder(L1) for that particular creek for the work of implementing EMP and to carry out Environment Monitoring in that particular creek. The Successful Bidder shall, within 07 (seven) banking working days from the date of issuance of the Work order, furnish to MMB, a Bank Guarantee in a form of performance security in a mutually agreed format, from a Nationalized/ Scheduled bank of repute for an amount equal to 10% of the work order with a validity of more than the period of completion of work. The Performance Security amount shall not accrue any interest.

9.9 In case of no contractor being appointed by the district collector for undertaking dredging in

that particular creek even after making all possible attempts by way of e-tendering, in that case on receipt of such communication from the district collector that all attempts have been made to select, contractor for dredging and all such attempts have failed and no further tendering process will be made in future to appoint contractor for dredging in that particular creek/River. On receipt of such communication from the district collector, the EMD of the short listed bidder for that particular Creek/River will be returned back.

9.11 The bids of remaining qualified Bidder/s shall be kept in reserve and may be invited to match the Bid submitted by the Selected Bidder in case the Selected Bidder withdraws or is not selected for any reason. MMB shall blacklist the Selected Bidder if it withdraws his Bid and the EMD will be forfeited.

10. Performance security The successful tenderer shall furnish the performance security of 10% of the value of the

contract along with invoice for first stage payment in the form of bank guaranty. Format of bank guaranty is placed at Annexure VII.

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 12 of 42

In the event of tenderer’s failure to discharge its obligations under the contract, the Performance Security shall be encashed and the proceeds thereof shall be forfeited without any further reference to the tenderer.

The Performance Security amount shall not accrue any interest. The performance security should be kept valid one month more than the completion period

of this work. The bidder will extend the validity of the Performance Security, if and whenever specifically advised by MMB, at its own cost.

Performance security will be discharged by MMB and returned to the Contractor within 60 days following the date of completion of the Contractor’s performance obligations, including any period of this work, under the contract.

11. Payment Terms 11.1 Payment terms and condition:

Sr. No. Payment Stages Percentage of Payment 1. On Successful completion of first quarterly data

collection, data Compilation, preparation of report and dispatch.

30%

2. On Successful completion of Second quarterly data collection, data Compilation, preparation of report and dispatch.

30%

3. On Successful completion of balance and final data (30th June 2019) collection, data Compilation, preparation of report and dispatch.

40%

Note: In case of dredging in a particular sub-block finishes before 30th June, 2019, the bidder will be required to implement EMP and carry out Monitoring only till the time dredging is in progress. The bidder will be paid his final and balance payment, as applicable on completion of his work.

11.2 As per the Govt of Maharashtra (Department of Revenue and Forests) Government Resolution (GR) No. गौखिन-१०/१०१४/ . . ५००/ख dated 21.05.2015, and as amended by Govt of Maharashtra (Department of Revenue and Forests) letter No. गौखिन-१०/0918/ . . 337/ख dated 03 October 2018, the expenditure incurred on carrying out environment monitoring and implementing EMP will be paid by the respective District Collector, in whose jurisdiction the Creek/River is falling through the District Mining Trust. Hence on completion of each phase of the work, the bidder will be required to raise individual invoices Creek/River wise in the name of District Collector in whose jurisdictional area, the work has been carried out. These invoices will then be forwarded by MMB to the respective District Collector for payment.

12. Liquidated damages In the event of failure to execute the contract within the scheduled time, liquidated damages will be levied on the total value of the contract at the rate of 0.5% per week or part thereof, subject to a maximum of 10% of the total contract value, as an agreed pre-estimate of the damage suffered. After that, if the delay continues, the contract may be terminated after forfeiting EMD, Performance Security and blacklisting of the firm & persons.

13. Liability

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 13 of 42

Except as otherwise expressly provided, neither MMB nor its servants, agents, nominees, shall have any liability or responsibility whatsoever to whomsoever for loss or damage to the equipment and/or loss or damage to the property of successful bidder and/or its sub-contractors, irrespective of how much loss or damage is caused unless caused by willful and gross negligence of MMB and/or its servants, agents, nominees, assignees.

The successful bidder shall protect, defend, indemnify and hold harmless MMB from and against such loss or damage and any suit, claim or expense resulting there from.

Neither MMB nor its servants, agents, nominees, assignees, sub-contractors shall have any liability or responsibility whatsoever for injury to, illness, or death of any employee of the successful bidder irrespective of how such injury, illness or death is caused unless caused by willful and gross negligence of MMB and/or its servants, agents, nominees, assignees. The successful bidder shall protect, defend, indemnify and hold harmless MMB from and against such loss or damage and any suit, claim or expense resulting there from.

14. Force majeure In the event of either of the parties being rendered unable, wholly or in part by force majeure

to carry out its obligations under the agreement when entered into, it is agreed that on such party giving notice and full particulars of such force majeure in writing or by telegram / telex / fax to other party as soon as possible (within maximum one week), after the occurrence of the cause relied on then the obligations of the party giving such notice with proper documentary evidence so far as they are affected by such force majeure, shall be suspended during the continuance of any inability so caused but for no longer period, and such cause as far as possible be remedied with all reasonable effort.

The term “Force Majeure" as used herein shall mean ‘Acts of God’ including Landslides, Lightning, Earthquake, Fires, Storms, Floods, declared Wars, Blockades, insurrection, riots, Government regulations etc., which are not within the control of the party claiming suspension of its obligations within the meaning of the above Clause and which renders performance of the contract by the said party completely impossible.

The contract arising out of this tender shall be interpreted in accordance with and governed by the laws of India. The personnel employed by the successful bidder shall be the sole responsibility and liability of the successful bidder and also expenses in connection with their employment shall be borne by the successful bidder. MMB shall not bear any responsibility or have liability whatsoever arising out of this contract, including the liability under the Workmen’s Compensation Act or any other Act (s) applicable. The successful bidder shall comply with provisions of various labor laws enacted by the Central /State Government, as amended from time to time.

All statutory requirements / obligations there under, as may be applicable to the contract labor, will have to be adhered to by the successful bidder and any failure on his part on this account shall be responsibility of the successful bidder. The successful bidder will abide by rules, regulations, by-laws and statues, imposed by the Government and other local authorities etc. The Successful bidder has to ensure that the payment of wages / salaries / allowances / overtime etc. shall be subject to the minimum wage rates notified by the State Govt. from time to time. The payment of wages shall be made directly by the successful bidder to his staff and not through VENDORS or any other party or person. No amount shall be deducted from the wages of the workmen by way of commission of any nature whatsoever, except for statutory deductions.

Any financial Liability on account of non-observance/no-compliance of any statutory requirement shall be responsibility of successful bidder. The successful bidder shall keep MMB indemnified for any claims/ damages / disputes that may arise under any provision of law at any point of time during the currency of the contract or thereafter for the relevant period.

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 14 of 42

15. Termination MMB may terminate the contract anytime during the period of contract for any of the below-

mentioned reasons which would be recorded in the letter of termination. If the selected bidder/consortium has:

a) abandoned the contract; b) failed to maintain the performance standards set by MMB; c) Failed to perform the allotted work as per the specified terms and condition. d) neglected or failed to observe and perform all or any of the terms, acts, matters or

things under this contract, to be observed and performed by the contractor; e) acted in any manner to the detrimental interest, reputation, name or prestige of MMB; f) become untraceable; g) been declared insolvent/bankrupt; h) Without authority, acted in violation of the terms and conditions of this contract and

has committed breach of the terms of contract in the best judgment of MMB. The contract shall also stand terminated, if any winding-up proceedings are initiated against

the bidder/consortium members. When the contract is terminated by MMBfor all or any of the reasons mentioned above, the

company/consortium shall not have any right to claim any compensation on account of such termination.On termination of such Contract, MMB shall have the right to appropriate the EMD towards the amount due and payable by the company/consortium, as per the conditions of the contract and return to the contractor excess money, if any, left over.

16. Dispute resolution All disputes and differences whatsoever arising between the parties out of or relating to the construction, meaning and operation or effect of this tender and consequent contract or the breach thereof shall be mutually settled. However, in case no such mutual settlement is arrived at, the matter shall be settled by arbitration in accordance with the provision of arbitration of the Indian Arbitration & Conciliation Act, 1996, and any statutory modification or re-enactment thereof and the rules made there under and for the time being in force. The venue of arbitration shall be Mumbai unless otherwise agreed by Maharashtra Maritime Board.

17. Applicable law The contract arising out of this tender shall be interpreted in accordance with the Law of India.

18. Miscellaneous

MMB, in its sole discretion and without incurring any obligation or liability, reserves the right, at any time, to:

i. Suspend and/or cancel the selection process and/or amend and/or supplement the selection process or modify the dates or other terms and conditions relating thereto;

ii. Consult with any bidder to receive clarification or further information; iii. Retain any information and/or evidence submitted by, on behalf of and/or in relation to

any bidder; and/or iv. Independently verify, disqualify, reject and/or accept any and all submissions or other

information and/or evidence submitted by or on behalf of any bidder.

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 15 of 42

Annexure: I Palghar and Thane District Environmental Management Plan and

Environment Monitoring Programme

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 16 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 17 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 18 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 19 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 20 of 42

Raigad District Environmental Management Plan and Environment Monitoring Programme

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 21 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 22 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 23 of 42

Ratnagiri District Environmental Management Plan and Environment Monitoring Programme

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 24 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 25 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 26 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 27 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 28 of 42

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 29 of 42

For mobilization of resources in case of any accident like Oil spill, the following time limits will be required to be adhered to:-

a) For Site falling in MMR region i.e. Vasai and Thane creek -01to 02 hrs. The arrangement of boat etc for collection of samples and for carrying out

Environment Monitoring and for implementing Oil spill contingency plan has to be arranged by the bidder.

It is clarified that bidder will be fully responsible for implementation of only Oil spill Contingency plan including mobilisation of resources in case of any eventuality.

For other aspects of EMP as specified in the tender document, the bidder is only required to act as Safety-in-Charge and ensure that the laid down actions as per Standard Operating Procedures (SOPs) are being followed. The arrangement of Ambulance etc in case of any Medical Emergency will be coordinated through Dist Collectors -Regarding other aspects of EMP like transportation of dredged material, the required measures for making it environmentally safe activity will be done by the dredging contractor on the orders of Distt. Collector.

The appointed consultant will be required to ensure that the laid down guidelines in the approved EMP for ensuring the safety of Environment from the aspects of Air, Suspended solids and turbidity ,noise, water quality ,Water transport and traffic management ,Human Health and safety from this dredging activity are being followed

The consultant will be required to report to MMB any violation or aberration of any Environmental guidelines(given in approved EMP) which is leading to degradation of Environment or any other adverse effect due to this dredging activity. MMB will take up such aberrations with Dist Collectors and ensure that laid down guidelines are being followed whilst undertaking dredging including transportation Common monitoring program is given in the table below.

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 30 of 42

Environmental Monitoring will be required to be carried out as mentioned below:- Environmental Monitoring Plan.

Sr. No.

Aspects Parameters to be monitored

Frequency of Sampling

Locations Reference Document

1.

AAQM PM10, PM2.5, SO2, NOx, CO Twice a Week Nearby to Project Site (3 locations)

NAAQS, CPCB Notification,

2.

AAQN Leq Levels (Time weighted average of the level of sounds in decibels)

Once a season

Nearby to Project Site (3 locations)

NOISE POLLUTION RULES,2000

3.

Ground Water

EC, DO, Temp, Colour, Odour, pH, TDS, TSS,NH3-N, NO2-N, NO3-N, Total P, BOD, COD, Phenolphthalein Alkalinity as CaCO3, Total Alkalinity as CaCO3, Total Hardness as CaCO3, Calcium Hardness as CaCO3, Calcium as Ca++, Magnesium as Mg++, Sodium as Na+, Potassium as K+, Chlorides as Cl-, Sulphates as SO4--, Carbonates as CO3--, Bicarbonates as HCO3-, Silica as Si, Fluoride as F-, Boron as B, Total Coliform, Faecal Coliform

Once a season

Within a study area, from potable Ground water source close to project site (1 Location)

GUIDELINES OF WATER QUALITY MONITORING

4.

Creek Water

pH, Colour, Odour, Temperature, Turbidity, TDS, TSS, DO, Salinity, BOD, O&G, Faecal Coliforms, Heavy Metals

Once a season

From the Creek, an appropriate site is selected [5 Locations]

WATER QUALITY STANDARDS FOR COASTAL WATERS MARINE OUTFALLS

5.

Soil Colour, Bulk Density, pH, Electrical Conductivity, Organic Matter, Organic Carbon, Moisture Content, CEC, Water Holding Capacity, Calcium as Ca, Magnesium as Mg, Sodium as Na, Potassium as K, Sulphates as SO42-, Chlorides as Cl-, Exchangeable Cations (Ca, Mg, Na, K), Available Content (N, P, K), Heavy Metals

Once a season

From agricultural field near the project (1 Location)

-

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 31 of 42

Annexure – II

(On letter head of the Bidder)

To Chief Executive Officer (CEO), Maharashtra Maritime Board (MMB) Indian Mercantile Chambers, 3rd Floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai - 400001. Subject: (i) Implementing Environment Management Plan and (ii) Carrying Out Environment Monitoring For Maintenance Dredging Activities in Progress In The Thane Creek In Coastal District of Thane State: Maharashtra. Sir, Being duly authorized to represent and act for and on behalf of ____________ (herein the tenderer), and having studied and fully understood all the information provided in this Tender Document, I…………………….. the undersigned hereby apply as a Bidder for “(i) Implementing Environment Management Plan and (ii) Carrying Out Environment Monitoring For Maintenance Dredging Activities in Progress In The Thane Creek In Coastal District of Thane State: Maharashtra.

1. ” according to the terms and conditions of the offer made by Maharashtra Maritime Board.

2. Maharashtra Maritime Board is hereby authorized to conduct any inquiries/ investigation to verify the statements, documents and information submitted in connection with the Bid.

3. This tender is made with full understanding that:

a. MAHARASHTRA MARITIME BOARD reserves the right to reject or accept any

tender, modify/ cancel the tendering process, and/or reject all or any of the tenders.

b. MAHARASHTRA MARITIME BOARD shall not be liable for any of the above actions and shall be under no obligation to inform the tenderer of the same.

c. In case our offer is accepted and if we fail to pay the amount in the manner specified by MAHARASHTRA MARITIME BOARD, the amount of Earnest Money and any further installments paid by us under this offer shall stand absolutely forfeited by MAHARASHTRA MARITIME BOARD.

4. I, the undersigned do hereby declare that the statements made, and the information

provided in the duly completed tender forms enclosed are complete, true and correct in every aspect.

5. We have read the terms and conditions of the offer detailed in the Tender Notice and are willing to abide by them unconditionally.

6. The offer made by us is valid for 120 days from the Submission Date. We understand that MAHARASHTRA MARITIME BOARD may require us to extend the validity of the offer for such period as may be determined by MAHARASHTRA MARITIME BOARD at its discretion.

______________________________________

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 32 of 42

Signature of the Authorized Signatory of the Tenderer Full Name Designation (as applicable) Name and Address of the Company (as applicable)

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 33 of 42

Annexure – III

Tenderer’s details

1. Particulars a. Name: b. Country of Incorporation / Nationality (as applicable): c. Address of the corporate headquarters and its branch office(s), if any, in India (as

applicable): d. Date of incorporation and/or commencement of business (as applicable): e. The following documents are to be provided:

Sr. No. Document to be uploaded Check Mark

i. Audited Annual reports of last 3 financial years FY 15-16 FY 16-17 FY 17-18

□ □ □

ii. Copy of Permanent Account Number: □

iii. Copy of GST number □

iv. Details of Organizational Structure and man power strength of organization

□ v. Client’s certificate or Statutory Auditor’s certificate to be

provided to certify eligible work experience

□ vi. all other documents relevant to the information asked in

Annexures

(Above Information to be given for all members in case of Consortium) 2. Details of Authorized signatory of the Tenderer

a. Name:

b. Designation (as applicable):

c. Address:

d. Telephone No. /Fax no.:

e. Email

3. Turnover Details (as applicable) Year Turnover (Rs. in Lakh)1 FY 15-16

1Need to submit statutory auditor certificate and annual reports

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 34 of 42

FY 16-17 FY 17-18

______________________________________ Signature of the Authorized Signatory of the Tenderer Full Name Designation (as applicable) Name and Address of the Company (as applicable)

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 35 of 42

Annexure – IV

Details of eligible experience

Sl. No.

CLIENT NAME & CONTACT DETAILS (address, telephone

number, email)

NATURE OF WORK

CARRIED OUT

CONTRACT AMOUNT

REMARKS, IF ANY

1. 2. 3.

______________________________________ Signature of the Authorized Signatory of the Tenderer Full Name Designation (as applicable) Name and Address of the Company (as applicable)

(Client’s certificate or Statutory Auditor’s certificate to be provided to certify eligible work experience)

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 36 of 42

Annexure – V

Financial Proposal To: Chief Executive Officer, Maharashtra Maritime Board (MMB) Indian Mercantile Chambers, 3rd Floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai - 400 001

Dear Sir, Sub: “(i) Implementing Environment Management Plan and (ii) Carrying out Environment

Monitoring For Maintenance Dredging Activities in Progress In the Thane Creek In Coastal District of Thane State: Maharashtra.

Having gone through this tender document and having fully understood the Scope of Work for the Project as set out by the Authority in the tender document, I/ we hereby submit the Bid for undertaking the aforesaid Project in accordance with the tender Document,

List of Blocks (Guts) Where dredging may be carried out during this year in the first phase from 01 Oct 2018- till 30th Sept 2019* (and in second phase from 01 Oct 2019 till 30 Sept 2020) and will require Implementation of Environment Management Plan and Environment Monitoring Rates to be quoted on per sub-block per month basis for individual River/ Creek valid for two years. The bidder has to quote single unit rate per sub-block per month as mentioned in the table below, for the entire creek, irrespective of the number/location of the sub-blocks in the creek. The bidder who has quoted lowest unit rate per sub-block per month for a particular Creek/River will be L1 for that particular creek. Whenever any requirement of EMP and monitoring arises in any of the sub-block(s) for that particular creek till 30th Sept 2020,the bidder will be issued the work order of carrying out this work of EMP in that particular sub-block(s) of that particular creek Sr.No. District River/ Creek

Name Number of Sub Blocks

present in creek

Unit Rate Per Sub Block Per Month in INR (Excluding GST)

GST Total

(e) + (f)

(a) (b) (c) (d) (e) (f) (g)

1. Thane Thane Creek

14

Note: Detailed information regarding Geographical location of sub-blocks is available in Annexure – VIII

*: (i)The same rates will be applicable for the second phase in the year 2019-20 .The dredging for next year 2019-20 will commence from 01 Oct 2019 till 30 Sept 2020. The successful bidder is required to implement EMP and Environment monitoring at the same rate as quoted in this table.

(ii) In case of addition of any other block/sub-block (at any subsequent stage during the two year period) and which are not been included in the creeks as mentioned above, the bidder will be required to undertake the work of monitoring and implementing EMP at the same rate as quoted for that particular creek in which the block/sub-block is falling.

Our financial proposal is binding upon us till the expiry of the validity period of this Work, i.e.till 30th Sept 2020.

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 37 of 42

We have reviewed all the terms and conditions of the tender document and would undertake to abide by all the terms and conditions contained therein. We hereby declare that there are, and shall be, no deviations from the stated terms in the tender Document. We understand that you are not bound to accept any proposal you receive. Yours faithfully, For and on behalf of (Name of Tenderer) __________________________

Duly signed by the Authorised Signatory

(Name, Designation and Address of the Authorised Signatory)

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 38 of 42

Annexure – VI Pre-Bid Queries Format

To: Chief Executive Officer, Maharashtra Maritime Board (MMB) Indian Mercantile Chambers, 3rd Floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai - 400 001 Pre-bid queries regarding: “(i) Implementing Environment Management Plan and (ii) Carrying Out Environment Monitoring For Maintenance Dredging Activities in Progress in the Thane Creek In Coastal District Thane State: Maharashtra ” bearing tender ref no. ____________. Name of the bidder: Queries:

S. No. RFP Page No. RFP Clause No. Clause Title

Queries / Clarification

Justification by Bidder

______________________________________ Signature of the Authorized Signatory of the Tenderer Full Name Designation (as applicable) Name and Address of the Company (as applicable)

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 39 of 42

Annexure – VII Bank Guaranty Format for Performance Bank Guaranty (PBG)

To: Chief Executive Officer, Maharashtra Maritime Board (MMB) Indian Mercantile Chambers, 3rd Floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai - 400 001. Dear Sir. Whereas you intent to enter into a contract, as per your letter of award of work, reference no. _________________ dated _______ (Here in after referred to as "the contract") with M/s _________________ as vendor for “(i) Implementing Environment Management Plan and (ii) Carrying out Environment Monitoring For Maintenance Dredging Activities in Progress In the Thane Creek In Coastal District of Thane State: Maharashtra”defined in contracts schedule, (hereinafter referred to as "the goods / services") and whereas the vendor has undertaken to produce a performance cum warranty bond for amount of Rs ______________ being equal to 10% of the total contract value of the goods / services to be delivered as specified contract No ____________________dated ______ referred to as "Contract” to secure its obligations to the beneficiary with respect to the goods specified in the invoice. 1. We _______________ (Name of the Bank), hereby expressly, irrevocably, and unreservedly undertake and guarantee as principal obligators on behalf of the Seller that in the event that the beneficiary submits a written demand to us stating that the Seller has not performed according to the terms and conditions of the contract, we will pay you on demand and without demur any sum up to a maximum amount of (10% of the contract value). Any claims must bear the confirmation of your bankers that the signatures thereon are authentic. Your written demand shall be conclusive evidence to us that such written demand. For the avoidance of doubt any documents received by way of facsimile or similar electronic means is/are not acceptable for any purpose(s) under this guarantee. 2. We shall not be discharged or released from this undertaking and guarantee by any arrangements, variations made between beneficiary and the seller or any forbearance whether as to payment, time performance or otherwise. 3. In no case shall the amount of the guarantee be increased. 4. Unless a demand under this guarantee is received by us in writing on or before the expiry dates (unless this guarantee is extended by the seller), all your rights under this guarantee shall be forfeited and we shall be discharged from the liabilities hereunder. 5. This guarantee shall be a continuing guarantee (which means guarantee will also be valid if the bank is in under liquidation or bankruptcy) and shall not be discharged by any change in the constitution of the bank or in the constitution of the Seller. 6. Please return this letter of guarantee immediately after our liability thereafter has ceased to be valid. 7. Our liability under this guarantee will cease to be valid even if the guarantee deed is not returned to us. 8. This guarantee is personal to the beneficiary and not assignable to a third party without our prior written consent.

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 40 of 42

9. This guarantee shall be governed by Indian Law. This guarantee is valid until the <<mention date (One month more than the date of warranty expires). Signature and Seal of Guarantors ______________________________________ Date __________________________________ Address: _______________________________ ______________________________________

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 41 of 42

Annexure – VIII Detailed information regarding Geographical location of sub-blocks is available in each creek.

Sanyukt Retigat

District: Thane

Sr. No River / Creek Name

Main Block No. Sub Block No Sub Block Location

Latitude Longitude

1.

Thane Creek AA

AA2-a 1) 19° 04' 06" N 2) 19° 04' 07" N 3) 19° 04' 22" N 4) 19° 04' 22" N

72° 57' 50" E 72° 57' 53" E 72° 57' 49" E 72° 57' 46" E

AA2-b 1) 19° 04' 22" N 2) 19° 04' 22" N 3) 19° 04' 38" N 4) 19° 04' 37" N

72° 57' 46" E 72° 57' 49" E 72° 57' 45" E 72° 57' 41" E

AA3-a 1) 19° 04' 37" N 2) 19° 04' 38" N 3) 19° 04' 54" N 4) 19° 04' 54" N

72° 57' 41" E 72° 57' 45" E 72° 57' 44" E 72° 57' 41" E

AA3-b 1) 19° 04' 54" N 2) 19° 04' 54" N 3) 19° 05' 10" N 4) 19° 05' 10" N

72° 57' 41" E 72° 57' 44" E 72° 57' 44" E 72° 57' 41" E

AA4-a 1) 19° 05' 10" N 2) 19° 05' 10" N 3) 19° 05' 26" N 4) 19° 05' 27" N

72° 57' 41" E 72° 57' 44" E 72° 57' 46" E 72° 57' 43" E

AA4-b 1) 19° 05' 27" N 2) 19° 05' 26" N 3) 19° 05' 43" N 4) 19° 05' 43" N

72° 57' 43" E 72° 57' 46" E 72° 57' 48" E 72° 57' 45" E

AA5-a 1) 19° 05' 43" N 2) 19° 05' 43" N 3) 19° 05' 58" N 4) 19° 05' 59" N

72° 57' 45" E 72° 57' 48" E 72° 57' 52" E 72° 57' 49" E

AA5-b 1) 19° 05' 59" N 2) 19° 05' 58" N 3) 19° 06' 14" N 4) 19° 06' 15" N

72° 57' 49" E 72° 57' 52" E 72° 57' 56" E 72° 57' 53" E

AA6-a 1) 19° 06' 15" N 2) 19° 06' 14" N 3) 19° 06' 28" N 4) 19° 06' 30" N

72° 57' 53" E 72° 57' 56" E 72° 58' 03" E 72° 58' 00" E

AA6-b 1) 19° 06' 30" N 2) 19° 06' 28" N, 3) 19° 06' 43" N 4) 19° 06' 45" N

72° 58' 00" E 72° 58' 03" E 72° 58' 10" E 72° 58' 07" E

E-Tender No. MMB/CEO/HGR/07 for FY 18-19 Page 42 of 42

BB

BB1-a 1) 19° 07' 11" N 2) 19° 07' 10" N 3) 19° 07' 35" N 4) 19° 07' 36" N

72° 58' 15" E 72° 58' 18" E 72° 58' 24" E 72° 58' 21" E

BB1-b 1) 19° 07' 36" N 2) 19° 07' 35" N 3) 19° 08' 00" N 4) 19° 08' 01" N

72° 58' 21" E 72° 58' 24" E 72° 58' 33" E 72° 58' 29" E

BB2-a 1) 19° 08' 01" N 2) 19° 08' 00" N 3) 19° 08' 25" N 4) 19° 08' 25" N

72° 58' 29" E 72° 58' 33" E 72° 58' 41" E 72° 58' 38" E

BB2-b

1) 19° 08' 25" N 2) 19° 08' 25" N 3) 19° 08' 43" N 4) 19° 08' 44" N

72° 58' 38" E 72° 58' 41" E 72° 58' 48" E 72° 58' 44" E