no. pcb/em/dnpl/12/73/233 date: 24/12/2016 office · pdf fileni, no3, as, f, pb, cr, zn, cd,...
TRANSCRIPT
1
No. PCB/EM/DNPL/12/73/233 Date: 24/12/2016
OFFICE OF THE DIRECTOR, DNP LTD. DULIAJAN - 786602
www.dnpl.co.in NOTICE INVITING TENDER
DNP Ltd(DNPL), a Govt. of Assam undertaking and joint venture company of Assam Gas Co Ltd (AGCL), Numaligarh Refinery Ltd.(NRL) & Oil India Ltd.(OIL). DNPL invites sealed tender under single stage two bid system from reputed and technically competent parties having specific experience for compliance of environmental monitoring of all the installations situated in the district of Dibrugarh, Sivasagar, Jorhat & Golaghat. Tender Details
Tender Number :: PCB/EM/DNPL/12/73/233
Title ::
Date::
NIT for compliance of environmental monitoring of DNPL.
Tender Details
Due Date of Submission :: 14:00 Hrs. on 20/01/2017
Time of Submission :: On or before 14.00 Hrs. on 20/01/2017 at DNPL’s office inside
AGCL campus at Duliajan.
Tender Opening Date :: 20-01-2017 (Techno- Commercial bid)
Tender Opening Time :: 15:00 Hrs.
Earnest Money :: Rs 2,00,000 (Rupees Two Lakh )Only.
Currency :: INR
Open/Limited :: Single Stage Two Bid System
Bid Document Cost :: NIL (Tender document is to be downloaded from our website)
Note: DNPL will not be responsible for any postal delay.
24/12/2016
2
OFFICE OF THE DIRECTOR, DNP LTD.
DULIA JAN – 786602
NOTICE INVITING TENDER
Compliance of Environmental Monitoring
1. Preamble:-
DNPL is a Govt. of Assam Undertaking and joint venture of Assam Gas Company Ltd (AGCL),Oil India Limited (OIL)
& Numaligarh Refinnery Ltd. (NRL) engaged in the business of transportation of natural gas to NRL from OIL’s
source at Duliajan. There are 9 stations in the district of Dibrugarh, Sivasagar, Jorhat and Golaghat of Assam in the
pipeline span covering approximately 192 KM. DNP Ltd desires to hire services of Environmental monitoring of air,
noise, water in its all installations to ensure environmental soundness, ensure full implementation of mitigation
measures identified and to compliance of various environmental components with the SPCB/CPCB norms from
reputed and technically competent parties with specific experience as mentioned below as “Brief Scope of Work” in
this tender.
2. Invitation of Bid:
DNP Ltd invites offer in 2(Two) bid system (Techno-Commercial Bid & Price Bid) reputed and technically competent
parties having specific experience in the areas as spelt out for the jobs under “Brief Scope of Work”. At clause No.
4
(a) Technical Bid shall consist of –
(i) Copy of the license from State/Central Government.
(ii) EMD
(iii) Experience certificates supported by photocopy of work orders along with the completion
certificate(Completion certificate issued by private parties must be supported by TDS certificate)
(iv) PAN Card
(v) PF registration.
(vi) Sales tax ,Service tax registration
(vii) Any other related documents pertaining to such job.
(viii) Copy of the NIT and un-priced price bid duly signed and sealed by the bidder in each page.
(b) PRICE BID shall be submitted as per the format enclosed in the tender (Price Bid at Annexure - VI).
Both the bids must be put in separate envelops clearly marking as” Techno Commercial Bid” and “Price Bid”
Both the envelops are to be put together in a single envelop addressed to :
The Director,
DNP Ltd
P.O.-Duliajan, Dist –Dibrugarh (Assam). Pin-786602.
In addition, the name,address,contact No etc of the bidder and NIT no must be mentioned on the top of the envelop.
3
3. Bidder’s Qualifying Criteria:
3.1. The Bidder must be a State or Central Govt. registered and Pollution Control Board approved/license holder
agency for environmental monitoring work.
3.2. The Bidder must have experience of successfully executing at least one such job for providing services of similar
nature as mentioned in “Brief Scope of Work”.
3.3. The Bidder must have Service Tax Registration, PAN Card, Sales tax Registration and other statutory
certification/registration as applicable for the job.
3.4 The bidder must have work experience of executing similar work in last 7 years (reckoned from last
date of submission of tender) of contract as follows: -
i) One similar work amounting Rs.7,20,000/- (Rupees Seven Lakh Twenty Thousand ) only or more
ii) Two similar works each amounting Rs.4,50,000/- (Rupees Five Lakh Forty Thousand ) only or
more
iii) Three similar works each amounting Rs.3,60,000/- (Rupees Seven Lakh Twenty Thousand ) only
or more
4. Brief Scope of Work:-
Compliance environmental monitoring for all the station of DNP Ltd Gas Pipeline involving following quantum of work in the locations mentioned in Annexure I,II,III,IV & V . 4.1 Data Collection & Analysis –
a. Air Sampling- 20 locations b. Noise - 22 locations c. Ground Water - 20 locations d. Surface Water & drain water – 21 locations e. Soil Sampling- 22 locations
4.2 Parameters to be analyzed-
a. Air- PM2.5, PM10, SOX, NOX, b. Noise Sampling – Daytime & Night time noise c. Ground water – pH, TDS, E.C., Turbidity, Cl, Alkalinity, COD, TH, Ca, Mg, Fe, Na, K, Cu, Ni, NO3, As,
F, Pb, Cr, Zn, Cd, RFC & Total Coliform d. Surface Water & drain water-pH,TDS,E.C., Cl, Alkalinity, COD, BOD3, DO, TH, Ca, Mg, Na, K, Fe, Cu,
Ni, NO3, As, F, Pb, Cr, Zn, Cd, PO4 & Total Coliform e. Soil Sample- pH, Texture, OM, TKN, Na, K, P, Pb, Cd, Zn, Ni, Cr, WHC, Soil moisture, Ca & Mg
4.3 Report Preparation
a. To compile the findings of analysis b. To propose mitigation measures if required
4.4 Deliverable- a. One Draft Copy (Soft) and one hard copy b. Three Final Hard Copies. c. One Final Soft Copy.
N.B.: Sampling locations have been given based on the EIA report of this particular project
4
5. Special Instruction to Bidder:-
5.1 The Bidder shall bear all costs associated with the preparation and submission of bid. DNP Ltd, hereinafter
referred to as Company, will in no case be responsible or liable for those costs, regardless of conduct or outcome of
the bidding process.
5.2 The Bidders are required to submit the details of their technical competence and to furnish the list of similar
studies successfully executed in the last 3/5 years reckoned from the date of floating of NIT, particularly in the field
of oil and gas pipeline/ exploration projects. The Bidder who does not have the required experiences executing at
least one similar above mentioned studies will not be considered for evaluation.
5.3 Bidders must ensure that they can supply all the necessary items, infrastructure and personnel support for the
operations and achieve the given objectives of the Scope of Work. Specifications if any, and in general include but
are not limited to supply all personnel, equipment and services, furnishing of all materials including consumables and
equipments necessary to complete all the work.
5.4. Bidders must comply with safety standards as practiced for EIA studies in sound international petroleum operations. 5.5 Bidders must acquaint themselves with the area of operation and shall ensure that they are well acquainted with the job sites, environment including topography, logistics and climate etc. DNP Ltd. will in no case be responsible or liable for the costs associated with the preparation and submission of bid regardless of outcomes. 5.6 Bidders with past experience on similar project in this area will be an added advantage during consideration.
6. Documents to be submitted by the Bidder:- 6.1 The Bidder shall submit a Write up of the execution plan and list of manpower, equipment likely to be
involved if offered the job. 7. Company’s right to accept or reject any Bid: 7.1 Company reserves the right to accept any bid and to reject any or all bids without showing any reason
thereof.
8. Sub-Contracting:- 8.1 Contractor shall not sub contract or assign, in whole or in part, their obligations to perform under the contract, except with company’s prior written consent. 9. Miscellaneous Provisions:- 9.01.01 Contractor shall give notices and pay all fees at their own cost required to be given or paid by any Central or State Statue, Ordinance, or other Law or any regulation, or bye laws of any local or other duly constituted authority as may be in force from time to time in India, in relation to performance of the services and by the rules & regulations of all kinds of all public bodies and companies whose property or rights are affected or may be affected in any way by the services.
5
9.01.02 Contractor shall conform in all respects with the provisions of any statute, ordinance of Law as aforesaid and the regulations or bye-law of any local or other duly constituted authority as may be applicable to the services and with such rules and regulation public bodies and companies as aforesaid and shall keep Company indemnified against all penalties and liability for every kind of breach of any such Statue, Ordinance or Law, regulation or bye-law. 9.01.03 Bidders must categorically confirm that they will undertake all the jobs/activities as mentioned in the Scope of Works and they should also confirm that the methodology followed for undertaking the study and the report submitted should as per the guideline of the Pollution Control Board or other Central Govt. authorities. 9.01.04 The successful bidder shall have to submit a Performance Bank Guarantee prior to issue of work order in favour of the Director DNP Ltd. drawn from a nationalized bank as per the enclosed format for 10% of the basic value of the work (exclusive of taxes) with a validity period of one year. 10. Time Frame: The Contractor shall complete the work within 2 (two) months time after awarding the contract (i.e. from the date of issuance of Work Order / Letter of Intent. After mobilization and data collection the contractor shall required to present/submit 1 copy of the draft report (in soft copy). The final reports, three (3) hard copies and one soft copy in CD have to be submitted to DNP Ltd. within a period of 10 days from receiving the comments/views from DNP Ltd. on the draft report. The detailed time frame for the execution of the Contract will be as follows:
Activity Time frame
Mobilization Within 7 days on receipt of work order
Data collection, Field Survey (Primary and Secondary) and analysis (air, water, soil, sediment, ecology etc.) Soil resistivity, Geo Technical survey etc
30 days
Presentation of 1 copy of the draft report (soft copy in CD) for DNPL’s comments/views.
Within 15 days of completion and analysis of data
Submission of final Compliance report to DNP Ltd (3 hard copies and 1 soft copy in CD)
Within 10 days from obtaining DNP Ltd’s views/ comments
6
11. Schedule of Payment:
a) The payment will be made within 15 days against submission of bill in triplicate as follows:
Particulars Percentage Remarks
Mobilization Advance 25% Against submission of Bank Guarantee of equivalent amount in favour of DNPL payable at Duliajan valid for 1 year which will be released along with the release of final bill
Draft report submission 45% Against submission of bill in triplicate
Final Report Submission 20% Against submission of bill in triplicate.45% of total contract value will be paid in case no mobilization advance is drawn by the bidder.
Security Deposit 10% Will be retained by the Company and will be released after 6 months from the date of submission of the final report.
12. Arbitration:
Any dispute under this contract will be settled through Arbitration as per Indian Arbitration and Conciliation
Act, 1996.
Place of Arbitration: Guwahati, Assam,
13. Verification Report and Security Review:
Bidder will be required to submit the police verification report to ascertain character and antecedents from
the civil Administration towards the persons engaged under this contract to the Head of the user Department
before execution of agreement.
14. Interpretation:
In case of any doubt or dispute as to the interpretation of any clause herein contained, the decision of
DNPL’s management shall be final and binding on the Bidders.
15. Furnishing fraudulent information/document:
If it is found that a Bidder has furnished fraudulent document/ information, the Bid security/performance
shall be forfeited and the party shall be debarred for period of 3 (three) years from the date of detection of
such fraudulent act, besides taking up the legal action.
16. Liquidated damages for delay in mobilization and/or completion of works and services:
Liquidated damages will be applicable @ 0.5% of the contract value per week or part thereof, for delay in
contract mobilization/completion of work within the specified period subject to a maximum ceiling of 5% of
total contract value.
17. M/s DNP Ltd reserves the right to accept or reject any bidder without showing any reason thereof.
7
FORM OF PERFORMANCE SECURITY (BANK GUARANTEE)
To, M/s D N P Ltd. Duliajan, Assam Pin-786602 WHEREAS …………………………………………. (Name and address of Contractor) (herein after called “Contractor”) had under taken, in pursuance of Contract No. …………………………………………………………. To execute (Name of Contract and Brief Description of the Work) …………………………………………….. (herein after called “the Contract”). AND WHEREAS , it has been stipulated by you in the said contract that the contractor shall furnish you with a Bank Guarantors on behalf of the contractor, up to a total of (Amount of Guarantee in figures) …………………( in words) (………………) such amount being payable in the types and proportions of currencies in which the contract price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of guarantee sum as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contactor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract or the work to be performed there under or of any of the contract documents which may be made between you and the contractor shall in way cease us from any liability under this guarantee, and we hereby waive notice of such change, in addition or modification. This guarantee is valid until the date …………………… SGNATURE AND SEAL OF THE GUARNTORS……………………………… Designation ……………………………. Name of Bank…………………………….. Address……………………………………… Date………….. Place……………………
8
ANNEXURE-I
AIR SAMPLE LOCATIONS
Sl. No.
Ambient Air Monitoring Locations
1 Outer side of Dispatch station Madhuban,Duliajan
2 Inside compound of Dispatch station Madhuban,Duliajan
3 South Bank of Buridihing River , near OIL OCS
4 SV-1 , Konwarigaon
5 Kenduguri TE, Rajgarh
6 SV-2 , Moran
7 Kalugaon near Oil PS 1
8 SV-3 , Nemuguri
9 IP-1 , Mantonia
10 Hahsara
11 Amguri
12 SV-4 , Kakojan
13 Meleng TE
14 SV-5 , Charingia
15 Charigaon, Jorhat near Oil PS-3
16 Dhapkata
17 Mahbandha, near Chaolung Siu-Ka-Pha Samannaya Kshetra
18 Barua Bamungaon, near Railway Station
19 IP-2 , Badulipara
20 Near Dhansiri Railway Bridge & water Intake point of NRL
9
ANNEXURE-II
GROUND WATER SAMPLE LOCATION
Sl No. Ground water Locations
1 Tube well water at Borpathar Dispatch station Madhuban
2 Tube well water at South Bank of Buridihing River , near OIL OCS
3 Tube well water at Disam TE
4 Tube well water at Kenduguri TE, Rajgarh
5 Tube well water at Kalugaon near Oil PS 1
6 Tube well water at SV-3 , Nemuguri
7 Tube well water at IP-1 , Mantonia
8 Tube well water at Hahsara
9 Tube well water at Dihingia Kalita Gaon , Teok
10 Tube well water at Meleng TE
11 Tube well water at SV-5 , Charingia
12 Tube well water at Charigaon, Jorhat near Oil PS-3
13 Tube well water at Dhapkata near Rowriah
14 Tube well water at Mahbandha, near Chaolung Siu-Ka-Pha Samannaya Kshetra
15 Tube well water at Chaeoni Kamargaon
16 Tube well water at Daria Khanikar Chariali
17 Tube well water at Barua Bamungaon, near Railway Station
18 Tube well water at near Lohardong Culvert
19 Tube well water at Dhalakhat Gaon
20 Tube well water at Near Dhansiri Railway Bridge & water Intake point of NRL
10
ANNEXURE-III
SOIL SAMPLE LOCATION
Sl.No. SOIL Sample Locations
1 Borpathar Dispatch station Madhuban
2 South Bank of Buridihing River , near OIL OCS
3 Kenduguri TE, Rajgarh
4 SV-2 , Moran
5 Kalugaon near Oil PS 1
6 SV-3 , Nemuguri
7 IP-1 , Mantonia
8 Near Hahsara
9 Near Amguri
10 Near Dihingia Kalita Gaon , Teok
11 Near Meleng TE
12 Near SV-5 , Charingia
13 Near Charigaon, Jorhat near Oil PS-3
14 Near Dhapkata near Rowriah
15 Near Tarajan
16 Near Bardhalijan NH-37
17 Mahbandha, near Chaolung Siu-Ka-Pha Samannaya Kshetra
18 Near Doria River, Chaeoni Kamargaon
19 Barua Bamungaon, near Railway Station
20 Near Lohardong Culvert
21 Near Badulipara OIL Repeater Station
22 Near Dhansiri Railway Bridge & water Intake point of NRL
11
ANNEXURE-IV
SURFACE WATER SAMPLE LOCATION
Sl.No. Surface Water Sample Locations
1 Borpathar Dispatch station Madhuban ( Pond-1)
2 Near South Bank of Buridihing River , near OIL OCS
3 Dirai River
4 Rukung Jan , Hologuri near pipeline crossing
5 Namti River
6 Dorika River
7 Dikhow River
8 Namdung River
9 Disang River
10 Jhanji River
11 Teok River
12 Kakojan River
13 Meleng River
14 Bhogdoi River
15 Rowriah Jan
16 Bardhalijan River
17 Kakodonga River
18 Daria River
19 Lohardong near Borua Bamungaon
20 Dhalajan at Dhalaghat
21 Near Dhansiri Railway Bridge & water Intake point of NRL
12
ANNEXURE-V
NOISE SAMPLE LOCATION
Sl.No. Noise Sample Locations
1 North side of Despatch station,Madhuban,Duliajan
2 South side of Despatch station ,Madhuban,Duliajan
3 East side of Despatch station ,Madhuban,Duliajan
4 West side of Despatch station ,Madhuban,Duliajan
5 Borpathar near Madhuban Tiniali
6 Duliajan , near Hukuta Chariali
7 South Bank of Buridihing River , near OIL OCS
8 Kenduguri TE, Rajgarh
9 SV-2 , Moran
10 Kalugaon near Oil PS 1
11 SV-3 , Nemuguri
12 IP-1 , Mantonia
13 Near Hahsara
14 Near Dihingia Kalita Gaon , Teok
15 Near Meleng TE
16 Near SV-5 , Charingia
17 Near Charigaon, Jorhat near Oil PS-3
18 Near Dhapkata
19 Mahbandha, near Chaolung Siu-Ka-Pha Samannaya Kshetra
20 Barua Bamungaon, near Railway Station
21 Badulipara Near OIL Repeater Station
22 Near Dhansiri Railway Bridge & water Intake point of NRL
13
Annexure VI
PRICE BID
Since there may be changes in taxes and duties on finalisation of the Contract, the Tenderer shall
quote for breakdown prices of items listed as below.
If required, Tenderer may indicate further breakdown prices according to various taxes and
duties of the services/items offered.
Sl No. Description Amount (Rs) (Lump Sum)
S. Tax (%) Total (Rs)
1.
As per the scope of work
mentioned under Sl 4
In Figures (Rupees)
Total cost in Words:-
Note : i) All Rates & Amounts to be indicated in Indian Rupees. ii) Any other tax excluding service tax, if required to be paid as extra iii) The prices offered must be inclusive of all expenditures required to complete the job in all respect.
SEAL OF THE COMPANY Signature : ............................................... Name : ............................................... Designation : ...............................................