EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact...

37
1 Techno-Commercial Bid ENVIRONMENTAL IMPACT ASSESSMENT (EIA) STUDY IN NELP-IX BLOCK: CB-ONN-2010/8 IN GUJARAT

Transcript of EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact...

Page 1: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

1

Techno-Commercial Bid

ENVIRONMENTAL IMPACT ASSESSMENT (EIA) STUDY IN NELP-IX BLOCK: CB-ONN-2010/8 IN GUJARAT

Page 2: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

2

SECTION – I

Forwarding Letter CBONN20108/Chennai/TEC/1 Dated:26th Dec’2012 M/s._______________________________ (Limited Tender) DESCRIPTION: HIRING OF SERVICES FOR ENVIRONMENTAL IMPACT ASSESSM ENT (EIA) STUDY IN NELP-IX BLOCK: CB-ONN-2010/8 IN GUJA RAT Dear Sirs, Bharat PertoResources Limited (BPRL), a Government of India Enterprise, is engaged in exploration & production of crude oil & natural gas with its Headquarters at Mumbai & Project Office in Chennai. BPRL invites bids from competent and reputed firms/company for “Hiring of Services for Environmental Impact Assessment (EIA) study in NELP-IX Block: CB-ONN-2010/8 in Gujarat’ to carry out exploration activity including Seismic Data Acquisition and Exploratory Wells Drilling & Testing. One complete set of bid document for hiring of above services is being forwarded herewith. You are requested to submit your most competitive bid on or before the scheduled bid closing date and time. For your ready reference, few salient points (covered in detail in this Bid document) are highlighted below: (i) TENDER NO. : 1000177330 (ii) TYPE OF BID : Two Part Bid (iii) BID CLOSING DATE & TIME : 16th Jan’2013 15.00 hrs IST (iv)Tender Fee : NIL (iv) BID OPENING DATE & TIME : 16th Jan’2013 15.30 hrs IST (v) BIDS TO BE ADDRESSED TO : Sr. Manager (C&P), Bharat PetroResources Ltd. 1, Ranganathan Garden, Off 11th Mani Road, Anna Nagar (W) Chennai – 600 040 (vi) BID SUBMISSION

& OPENING PLACE : Sr. Manager (C&P), Bharat PetroResources Ltd. 1, Ranganathan Garden, Off 11th Mani Road, Anna Nagar (W) Chennai – 600 040

Page 3: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

3

(vii) EMD AMOUNT : Rs.1,00,000/- (viii) TIME FOR COMMENCEMENT

OF WORK : With effect from date of LOI.

(IX) SECURITY DEPOSIT AMOUNT : 5 % of the contract value (viii) QUANTUM OF LIQUIDATED

DAMAGE FOR DEFAULT : 1/2% of the total contract value per week or part thereof subject to max 5%.

BPRL now looks forward for your active participation in the tender. Yours faithfully, Thanking you,

for BHARAT PETRORESOURCES LTD.,

(N.K.Jothieswaran) Sr. Manager (P&C)

Page 4: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

4

SECTION – II

INSTRUCTIONS TO BIDDERS

1.0 Bidder shall bear all costs associated with the preparation and submission of bid. Bharat PertoResources Limited (BPRL), hereinafter referred to as Company, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

2.0 This bidding document of ‘Techno- Commercial Bid’ includes the following:

(a) A forwarding letter highlighting salient points of the tender (Section I)

(b) Instructions to Bidders (Section II) (c) General Conditions of Contract (Section III) (d) Terms of Reference/Technical specifications (Section IV) (e) Format for Bank Guarantee (Performa-A & B) (f) Performa for letter of Authority (Performa-C) This bidding document of ‘Price Bid’ consists only ‘Request for Quotation’ or RFQ.

2.1 The bidder is expected to examine all instructions, forms, terms and specifications in

the Bid Documents. Failure to furnish all information required in the Bid Documents or submission of a bid not substantially responsive to the Bid Documents in every respect will be at the Bidder's risk & responsibility and may result in the rejection of the bid.

3.0 AMENDMENT OF BIDDING DOCUMENTS

3.1 At any time prior to the deadline for submission of bids, the Company may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bid Documents by the issuance of an Addendum. 3.2 The Addendum will be sent in writing or by Fax/E-mail/Courier /Post to all prospective Bidders to whom Company had issued the bid documents. The Company may, at its discretion, extend the deadline for bid submission, if the Bidders are expected to require additional time to take the Addendum into account in preparation of their bid or for any other reason.

Page 5: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

5

B. PREPARATION OF BIDS 4.0 LANGUAGE OF BIDS: The bid as well as all correspondence and documents relating to

the bid exchanged between the Bidder and the Company shall be in English language, except any printed literature which may be in another language provided it is accompanied by an English version which shall govern for the purpose of bid interpretation.

5.0 DOCUMENTS COMPRISING THE BID:

5.1 The Techno-Commercial bid submitted by the Bidder shall comprise of the following

components: a. Duly Signed bidding document of ‘Techno- Commercial Bid’, all pages should be

signed as a token of acceptance, as conditional bids will be rejected.

b. Submission of EMD in accordance with clause No. 10.0

5.2 The Price bid submitted by the Bidder shall comprise only the duly filled & signed Price Bid document.

6.0 CONDITIONAL TENDER: all pages should be signed as a token of acceptance, as conditional bids will be rejected.

7.0 PRICE BID:

7.1 Unit prices must be quoted both in words and in figures.

7.2 Price quoted by the Successful Bidder must remain firm during its performance of the Contract and is not subject to variation on any account. 7.3 All duties and taxes including income taxes (except Service Tax) and other levies payable by the Contractor under the Contract for which this Bid Document is being issued, shall be included in the rates, prices and total Bid Price submitted by the bidder. However, Service Tax may be quoted separately if payable by the company. Personal taxes and/or any corporate taxes arising out of the profits on the contract as per rules of the country shall be borne by the bidder. 8.0 CURRENCIES OF BID AND PAYMENT: In Indian Rupees.

Page 6: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

6

9.0 ELIGIBILITY CRITERIA OF BIDDER’S PERSONNEL:

9.1 Successful Bidder must provide competent personnel having expertise in environmental science to carry out required environmental studies most efficiently. 9.1.1 Bidders must provide the details of experience of their personnel along with their bid. Curriculum vitae of the personnel proposed to be deployed by the bidder must accompany the bid document. All personnel proposed to be deployed must be fluent in speaking English. 9.1.2 Bidders shall furnish a written undertaking in their bid, expressing commitment to replace any of their personnel(s) at any point of time during the contractual period if, in the opinion of the Company, found not suitable for any reason. 9.2 A copy of certificate of Accreditation issued by Quality Control of India (QCI)/NABET to the Environmental Consultant (bidder) must be enclosed with the bid failing which the bill shall summarily be rejected. 10.0 EARNEST MONEY DEPOSIT (EMD) :

10.1 Pursuant to clause No. 5.0, the Bidder shall furnish as part of his bid, EMD in the amount as specified in the "Forwarding Letter". 10.2 The EMD is required to protect the Company against the risk of Bidder's conduct, which would warrant the security's forfeiture, pursuant to sub-clause 10.9. 10.3 The EMD shall be denominated in the currency of the bid, and shall be in one of the following form: (a) A bank guarantee (BG) in the form provided vide Proforma-A valid for 3 months beyond the validity of the bids. (b) A banker's cheque or demand draft drawn in favour of ‘Bharat PetroResources Ltd.’ and payable at Mumbai. 10.4 Any bid not secured by providing EMD in accordance with sub-clause 10.1 and/or shall be rejected by the Company as non-responsive. 10.5 Bidders will extend the validity of their EMD, if and whenever specifically advised by the Company, at the bidder’s cost. 10.6 EMD will not accrue any interest during its period of validity or extended validity. 10.7 Unsuccessful Bidder's EMD will be discharged and/or returned within 30 days of expiry of the period of bid validity. 10.8 Successful Bidder's EMD will be discharged upon the Bidder's signing of the contract and furnishing the performance Security Deposit.

Page 7: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

7

10.9 The EMD may be forfeited: (a) If any Bidder withdraws or modifies his bid during the period of bid validity (including any subsequent extension) specified by the Bidder on the Bid Form, or (b) If a successful Bidder fails: i) To sign the contract within reasonable time & within the period of bid validity. 11.0 PERIOD OF VALIDITY OF BIDS: 11.1 Bids shall remain valid for 6 months after the date of bid opening prescribed by the Company. 11.2 In exceptional circumstances, the Company may solicit the Bidder's consent to an extension of the period of validity. The request and the response thereto shall be made in writing (or by Fax or E-mail). A Bidder may refuse the request. However, a Bidder granting the request will neither be required nor permitted to modify his bid. 12.0 FORMAT AND SIGNING OF BID:

12.1 The Bidder shall prepare two copies of the bid clearly marking original "ORIGINAL BID" and rest "COPY OF BID". In the event of any discrepancy between them, the original shall govern. 12.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized (as per Proforma-C signed by competent person) to bind the Bidder to the contract. The person or persons signing the bid shall initial all pages of the bid, including unamended printed literature. 12.3 The bid should contain no interlineations, white fluid erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such correction shall be initialled by the person(s) signing the bid. C. SUBMISSION OF BIDS: 13.0 SEALING AND MARKING OF BIDS: 13.1 The tender is being processed according to a two part bid (Techno-commercial & Price bid procedure). 13.2 The Bidder shall seal the original and each copy of the bid duly marking as "ORIGINAL" and "COPY". 13.3 The sets of Technical bid (Original + 1 copy) and Price bid (Original + 1 copy) should be put in two separate attached envelopes & both the envelop should put in a bigger envelop, (attached). All three envelops should bear followings

Page 8: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

8

TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case may be) on the right hand top corner and the envelope should be mailed to

Sr. Manager (P&C), Bharat PetroResources Ltd. 1, Ranganathan Garden, Off 11th Main Road, Anna Nagar (W) Chennai – 600 040 13.4 The offer should contain complete details of services and equipment/accessories/software offered. 13.5 Timely delivery of the bids is the responsibility of the Bidder. Bidders should send their bids as far as possible by Registered Post or by Courier Services. Company shall not be responsible for any postal delay/transit loss. 13.6 Cable/ Fax/E-mail/ Telephonic offers will not be accepted. 14.0 DEADLINE FOR SUBMISSION OF BIDS: Bids must be received by the Company at the address specified in the Forwarding Letter not later than 15-00 Hrs. (Indian Standard Time) on the bid closing date mentioned in the forwarding letter. 14.1 LATE BIDS: Any Bid received by the Company after the deadline for submission of bids prescribed by the Company shall be rejected. 15.0 MODIFICATION OF BIDS: 15.1. BPRL reserves the right to extend the B.C. date as deemed fit by the company. During the extended period, the bidders who have already submitted the bids on or before the original B. C. date shall be permitted to revise their quotation vide addendum. 15.2 The Bidder's modification shall be prepared sealed, marked and despatched in accordance with the provisions of Clause 13.0. 15.3 No bid can be modified subsequent to the deadline for submission of bids. 16.0 BID OPENING AND EVALUATION: 16.1 Company will open the Bids, including submission(s) made pursuant to Para 15.0, in the presence of Bidder's representatives who choose to attend at the date, time and place mentioned in the Forwarding Letter. However, the Bidder’s representative must produce an authority letter from the bidder at the time of opening of tenders. Unless this Letter is presented, the representative will not be allowed to attend the opening of tenders. The Bidders' representatives who are allowed to attend the bid opening shall sign in a register evidencing their attendance. Only one representative against each bid will be allowed to attend. 16.2 At bid opening, Company will announce the Bidders' names, written notifications of bid modifications if any, and such other details as the Company may consider appropriate.

Page 9: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

9

16.3 Company shall make records of bid opening. 16.4 To facilitate examination, evaluation and comparison of bids the Company may, at its discretion, ask the Bidder for clarifications of its bid. Request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. 16.5 Prior to detailed evaluation, the Company will determine the substantial responsiveness of each bid to the Bidding Documents. For purpose of these paragraphs, a substantially responsive bid is one which conforms to all the terms and conditions of the Bidding Document without material deviations. The Company’s determination of bid's responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence. 16.6 A Bid determined as not substantially responsive will be rejected by the Company and may not subsequently be made responsive by the Bidder by correction of the non-conformity. 16.7 The Company may waive minor informality or nonconformity or irregularity on a bid that does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. 16.8 The Company will examine the Price Schedules to determine whether they are complete, any computational errors have been made, the documents have been properly signed, and the bids are generally in order. 16.9 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price (that is obtained by multiplying the unit price and quantity) the unit price shall prevail and the total price shall be corrected accordingly. If any Bidder does not accept the correction of the errors, his bid will be rejected. If there is a discrepancy between words, and figures, the amount in words will prevail. 17.0 EVALUATION AND COMPARISON OF BIDS: 17.1 The bids will be evaluated based on the rates quoted for all the services as mentioned in Section IV of this tender document and comparison will be made based on the total estimated cost quoted in the bid. 18.0 CONTACTING THE COMPANY: 18.1 Except as otherwise provided in Para 16.0 above, no Bidder shall contact Company on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded except as required by Company vide Para 16.4. 18.2 An effort by a Bidder to influence the Company in the Company’s bid evaluation, bid comparison or Contract award decisions may result in the rejection of their bid.

Page 10: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

10

D. AWARD OF CONTRACT: 19.0 AWARD CRITERIA: The Company will award the Contract to the successful bidder whose bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid for the services as mentioned in the terms of reference vide Section-IV of this tender document, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. 20.0 COMPANY’S RIGHT TO ACCEPT OR REJECT ANY BID: Company reserves the right to accept or reject any or all bids and to annul the bidding process and reject all bids, at any time prior to award of contract, without thereby incurring any liability to the affected bidder, or bidders or any obligation to inform the affected bidder of the grounds for company’s action. 21.0 LETTER OF INTENT: 21.1 Prior to the expiry of the period of bid validity or extended validity, the Company will notify the successful Bidder in writing by registered letter or by cable or telex or fax (to be confirmed in writing by registered/courier letter) that his bid has been accepted. Acceptance of Letter of Intent will constitute the formation of the Contract. 22.0 SIGNING OF CONTRACT: 22.1 At the same time as the Company notifies the successful Bidder that his Bid has been accepted, the Company will either invite the successful bidder for signing of the agreement or send the Contract Form provided in the bidding documents. 22.2 Within 2(two) weeks from the date of Letter of Intent, the successful Bidder shall sign and date the contract. 23.0 SECURITY DEPOSIT (SD): 23.1 Within 2 (two) weeks from the date of letter of award from the Company, the successful Bidder shall furnish the security deposit for an amount specified in the Forwarding Letter in the form of a) Bank draft/Banker’s cheque in favour of M/s Bharat PetroResources Ltd. payable at Mumbai, or b) Bank guarantee (as per Performa-B) 23.2 The SD shall be payable to Company as compensation for any loss resulting from Contractor’s failure to fulfil his obligations under the Contract. 23.3 The SD will be refunded to the contractor after satisfactory completion of the work. However part or whole of the SD amount shall be used by the company in realization of liquidated damage or claims, if any, or for adjustment of compensation/loss due to company for any reason.

Page 11: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

11

23.4 Failure of the successful Bidder to comply with the requirements of clause 22.0 or 23.1 shall constitute sufficient grounds for annulment of the award of the contract and forfeiture of the Earnest money. In such an event the Company may award the contract to the next evaluated Bidder or call for new bid or negotiate with the next lowest bidder as the case may be. 23.5 Security deposit amount will not accrue any interest. 23.6 The SD must be valid for contract period plus 3 months to lodge claim, if any, after the expiry of tenure of contract to cover the warranty obligations indicated in clause 6.0 of Section III hereof. The same will be discharged by company not later than 30 days following its expiry. 24.0 SET OFF: Any sum of money due and payable to the contractor (including security deposit refundable to them) under this or any other contract may be appropriated by BPRL and set off against any claim of BPRL ( or such other person or persons contracting through BPRL) for payment of sum of money arising out of this contract or under any other contract made by the contractor with BPRL ( or such other person or persons contracting through BPRL).

Page 12: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

12

SECTION III

GENERAL CONDITIONS OF CONTRACT

1.0 DEFINITIONS:

1.1 In the contract, the following terms shall be interpreted as indicated:

(a) "Contract" means agreement to be entered into between Company and Contractor,

as recorded in the contract signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein;

(b) "Contract Price" means the price payable to Contractor under the contract for the full and proper performance of their contractual obligations;

(c) "Work" means each and every activity required for the successful performance of the services described in SECTION IV, the Terms of Reference.

(d) "Company" means Bharat PertoResources Ltd. (BPRL);

(e) "Contractor" means the individual or firm or Body incorporated performing the providing the services under the Contract.

(f) "Contractor's Personnel" means the personnel to be provided by Contractor to provide services as per contract.

(g) "Company's Personnel" means the personnel to be provided by company or company's contractor (other than the Contractor executing the contract). The representatives of BPRL are also included in the Company's personnel.

2.0 EFFECTIVE DATE, DATE OF COMMENCEMENT OF WORK AND COMPLETION TIME OF WORK: 2.1 The contract shall become effective on the date the company notifies contractor in writing that the contractor has been awarded the contract. 2.2 The Commencement Date of the work will be reckoned from the date of issue of LOI. 2.3 The Completion time of the work is till obtaining NOC from Gujarat State Pollution Control Board on Consent to establish & operate the drilling locations will be as per para 6.0 of Section-IV. 3.0 OBLIGATIONS OF CONTRACTOR: Contractor shall in accordance with and subject to the terms and conditions of the Contract:

Page 13: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

13

3.1 Perform the work described in the TECHNICAL SPECIFICATION (i.e., SECTION IV). 3.2 Perform all other obligations, work and services which are required by the terms of this contract or which reasonably can be implied from such terms as being necessary for the successful and timely completion of the work. 3.3 Contractor shall be deemed to have satisfied themselves before submitting their offer as to the correctness and sufficiency of their offer for the services required and of the rates and prices quoted, which rates and prices shall, except insofar as otherwise provided, cover all their obligations under the contract. 3.4 Contractor shall give or provide all necessary services during the performance of the contract and as long thereafter as Company may consider necessary for the proper fulfilling of Contractor's obligations under the contract. 3.5 Except as otherwise provided in the Terms of Reference provide all the personnel required performing the work. 4.0 OBLIGATIONS OF THE COMPANY: Company shall, in accordance with and subject to the terms and conditions of the contract: 4.1 Pay Contractor for the services actually rendered by them under the contract. 4.2 Allow Contractor access, subject to normal security and safety procedures, to all areas as required for orderly performance of the work. 4.3 Perform all other obligations of Company required by the terms of the contract. 5.0 CONTRACTOR'S PERSONNEL: 5.1 Contractor warrants that they will provide eligible/suitable personnel who are competent, qualified and sufficiently experienced to perform the Work correctly and efficiently and shall ensure that such personnel observe applicable Company and statutory safety requirement. Upon Company’s written request, Contractor, entirely at their own expense, shall remove immediately, from assignment to the work, any personnel of the Contractor determined by the Company to be unsuitable and shall promptly replace such personnel with personnel acceptable to the Company without affecting Company’s work. 5.2 The Contractor shall be solely responsible throughout the period of this contract for providing all requirements of their personnel including but not limited to their transportation, boarding, lodging etc. 5.3 Contractor’s personnel shall be fluent in English language (both writing and speaking). 6.0 WARRANTY AND REMEDY OF DEFECTS:

6.1 Contractor warrants that they shall perform the work in a first class, workmanlike, and professional manner and in accordance with the highest degree of quality, efficiency and current state of the art technology and in conformity with all specifications, standards and

Page 14: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

14

drawings set forth or referred to in Section IV and with instructions and guidance which Company may, from time to time, furnish to the Contractor. 6.2 Should Company discover at any time during the tenure of the Contract or within six months after completion of the operations that the work does not conform to the foregoing warranty, Contractor shall after receipt of notice from Company, promptly perform any and all corrective work required to make the services conform to the Warranty. Such corrective work shall be performed entirely at Contractor’s own expenses. If such corrective work is not performed within a reasonable time, the Company, at its option may have such remedial work performed by others and charge the cost thereof to Contractor, which the Contractor must pay promptly. 7.0 CONFIDENTIALITY, USE OF CONTRACT DOCUMENTS AND INFORMATION:

7.1 Contractor shall not, without Company’s prior written consent, disclose the contract, or any provision thereof, or any specification, plan, drawing pattern, sample or information / data related to the survey work furnished by or on behalf of Company in connection therewith, to any person other than a person employed by Contractor in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of such performance. 7.2 Contractor shall not, without Company’s prior written consent, make use of any document or information except for purposes of performing the contract. 7.3 Any document supplied to the Contractor in relation to the contract other than the Contract itself remain the property of Company and shall be returned (in all copies) to Company on completion of Contractor's performance under the Contract if so required by Company. 8.0 TAXES:

8.1 Taxes levied as per the provisions of Indian Income Tax Act and any other enactment/rules on income derived/payments received under the contract will be on contractor’s account.

8.2 The contractor shall furnish to the company, if and when called upon to do so, relevant statement of accounts or any other information pertaining to work done under the contract for submitting the same to the Tax authorities, on specific request from them. Contractor shall be responsible for preparing and filing the return of income etc. within the prescribed time limit to the appropriate authority. 8.3 Prior to start of operations under the contract, the contractor shall furnish the company with the necessary documents, as asked for by the company and/ or any other information pertaining to the contract, for releasing payments to the contractor. 8.4 Income tax will be deducted at source from the invoice at the specified rate of income tax as per the provisions of Indian Income Tax Act as may be in force from time to time. 8.5 Corporate and personnel taxes on contractor shall be the liability of the contractor and the company shall not assume any responsibility on this account.

Page 15: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

15

8.6 All local taxes, levies and duties, sales tax, octroi, etc. on purchases and sales made by contractor (except customs duty) shall be borne by the contractor. 8.7 Service Tax: Service Tax as applicable and/or levied on payments against this contract shall be paid by the Company at actual against documentary evidence. 9.0 INSURANCE: 9.1 The Contractor shall arrange insurance to cover all risks in respect of their personnel during the currency of the contract. 9.2 Contractor shall at all times during the currency of the contract provide, pay for and maintain the following insurances amongst others: a) Workmen compensation insurance as required by the laws of the country of origin of the employee. b) Employer's Liability Insurance as required by law in the country of origin of employee. c) General Public Liability Insurance covering liabilities including contractual liability for bodily injury, including death of persons, and liabilities for damage of property. This insurance must cover all operations of Contractor required to fulfill the provisions under the contract. d) Contractor's equipment provided by the Contractor for performance of the work hereunder shall have an insurance cover with a suitable limit (as per international standards/ as per Indian industry practices). e) Automobile Public liability Insurance covering owned, non-owned and hired automobiles used in the performance of the work hereunder, with bodily injury limits and property damage limits shall be governed by Indian Insurance regulations. f) Public Liability Insurance as required under Public Liability Insurance Act 1991. 9.3 Contractor shall obtain additional insurance or revise the limits of existing insurance as per Company's request, if any, in which case additional cost shall be to Contractor's account. 9.4 Any deductible set forth in any of the above insurance shall be borne by Contractor. 9.5 Contractor shall furnish to Company prior to commencement date, certificates of all their insurance policies covering the risks mentioned above. 9.6 If any of the above policies expire or are cancelled during the term of the contract and Contractor fails for any reason to renew such policies, then the Company will renew/replace same and charge the cost thereof to Contractor.

Page 16: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

16

Should there be a lapse in any insurance required to be carried by Contractor for any reason whatsoever, loss/damage claims resulting there from shall be to the sole account of Contractor. 9.7 Contractor shall require all of their sub-contractors to provide such of the foregoing insurance coverage as Contractor is obliged to provide under the Contract and inform the Company about the coverage prior to the commencement of agreements with their sub-contractors. 9.8 All insurance taken out by Contractor or their sub- contractors shall be endorsed to provide that the underwriters waive their rights of recourse on the Company. All insurance policies taken by the Contractor or its sub-Contractors shall include Government as additional insured and shall waive subrogation against the Government. 10.0 CHANGES: 10.1 During the performance of the work, Company may make a change in the work within the general scope of the Contract including, but not limited to, changes in methodology, and minor additions to or deletions from the work to be performed. Contractor shall perform the work as changed. Changes of this nature will be effected by written Order by the Company (Change Order). 10.2 If any change result in an increase in compensation due to Contractor or in a credit due to Company, Contractor shall submit to company an estimate of the amount of such compensation or credit in a form prescribed by Company. Such estimates shall be based on the rates shown in the RFQ. Upon review of Contractor's estimate, Company shall establish and set forth in the Change Order the amount of the compensation or credit for the change or a basis for determining a reasonable compensation or credit for the change. If Contractor disagrees with compensation or credit set forth in the Changed Order, Contractor shall nevertheless perform the Work as changed, and the parties will resolve the dispute in accordance with Clause 14 hereunder. Contractor's performance of the Work as changed will not prejudice Contractor's request for additional compensation for work performed under the Change Order. 11.0 FORCE MAJEURE:

11.1 In the event of either party being rendered unable by `Force Majeure' to perform any obligation under the contract, the relative obligation of the party affected by such `Force Majeure' will stand suspended as provided herein. The term "Force Majeure" as employed herein shall mean act of God, war, revolt, agitation, strikes, riot, fire, flood, sabotage, civil commotion, road barricade (but not due to interference of employment problem of the Contractor) and any other cause, whether of the kind herein enumerated or otherwise which are not within the control of the party to the contract and which renders the performance of the contract by the said party impossible. 11.2 Upon occurrence of such cause and upon its termination, the party alleging that it has been rendered unable as aforesaid thereby, shall notify the other party in writing within Seventy Two (72) hours of the alleged beginning and ending thereof, giving full particulars and satisfactory evidence in support of its claim.

Page 17: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

17

11.3 Should `Force Majeure’ condition as stated above occurs and should the same be notified within seventy two (72) hours after its occurrence, both the parties shall have no obligation. Either party will have the right to terminate the contract if such `force majeure' condition continues beyond ten (10) days with prior written notice. Should either party decide not to terminate the contract even under such condition, no payment would apply unless otherwise agreed to. 12.0 TERMINATION: 12.1 This contract shall terminate: (a) Upon completion of the job required to be done by the Contractor with full satisfaction of Company. OR (b) For Force Majeure reasons as per clause 11.0 and its sub-clauses above. OR (c) Upon declaration of the Contractor that they are unable to continue further operation on technical reasons, acceptable to the Company. OR (d) Under any circumstances considered to be not suitable by Company to continue the operations of the Contract. 12.2 In the event of termination of contract under clause 12.1(d) above, Company will issue 15 days prior written Notice of termination of the contract with date or event after which the contract will be terminated. The contract shall then stand terminated and the Contractor shall demobilize their personnel & materials. Contractor shall be entitled for payment for services actually rendered in conformity with the contract upto the date of its termination. 13.0 APPLICABLE LAW:

13.1 The Contract shall be deemed to be a Contract made under, governed by and construed in accordance with the laws of India for the time being in force and shall be subject to the exclusive jurisdiction of Courts situated in Chennai. 13.2 The Contractor shall ensure full compliance of various Indian Laws and Statutory Regulations, in force from time to time and obtain necessary permits/licenses etc. from appropriate authorities for conducting operations under the Contract. 14.0 SETTLEMENT OF DISPUTES AND ARBITRATION: All disputes or differences whatsoever arising between the parties out of or relating to the construction, meaning and operation or effect of this contract or the breach thereof shall be settled by arbitration in accordance with the Rules of Indian Arbitration and Conciliation Act, 1996. The venue of arbitration will be Mumbai. The award made in pursuance thereof shall be binding on the parties. 15.0 NOTICES: 15.1 Any notice given by one party to other, pursuant to this Contract shall be sent in writing or by Fax and confirmed in writing to the applicable address specified below:

Page 18: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

18

(A) Company Vice President (Assets & Operations) Bharat PetroResources Ltd. E wing, 9th Floor, Maker Towers, Cuffe Parade, Mumbai-400 005 Fax No:0091-22-22154364 (B) Contractor M/s. ______________________ ___________________________ ______________________ 15.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later. 16.0 SUB-CONTRACTING: Contractor shall not subcontract or assign, in whole or in part, their obligations to perform under the contract, except with Company's prior written consent. 17.0 MISCELLANEOUS PROVISIONS: 17.1 (a) Contractor shall give notices and pay all fees at their own cost required to be given or paid by any National or State Statute, Ordinance, or other Law or any regulation, or bye-law of any local or other duly constituted authority as may be in force from time to time in India, in relation to the performance of the services and by the rules & regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the services. (b) 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 which 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 of every kind for breach of any such Statute, Ordinance or Law, regulation or bye-law. 17.2 Key personnel can not be changed during the tenure of the Contract except due to sickness/death/resignation of the personnel or except during the period of leave/ training of personnel in which case the replaced person should have equal experience and qualification which will be again subject to approval by the Company. 18.0 LIQUIDATED DAMAGES FOR DEFAULT IN TIMELY COMPLETION: 18.1 In the event of the Contractor’s default in timely completion/execution of the contract i.e. within the Time Frame indicated vide Para 6.0 of Section-IV, the Contractor shall be liable to pay liquidated damages at the rate of 1/2% of the total contract value per week or part thereof, for the delay subject to maximum of 5%. Liquidated Damages will be reckoned from the date after expiry of the scheduled completion time period till the actual date of completion time.

Page 19: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

19

18.2 Company also reserves the right to cancel the Contract without any compensation whatsoever in case of Contractor’s failure to mobilise and commence operation within the stipulated period. 19.0 SECURITY DEPOSIT (SD): The contractor has furnished SD towards performance security. The SD shall be payable to company as compensation for any loss resulting from contractor’s failure to fulfill their obligations under the contract. In the event of extension of the contract period, the validity of the SD shall be suitably extended by the contractor. The SD will be discharged by company not later than 30 days following expiry. 20.0 CONTRACT PRICE: The Contract Price must remain firm during performance of the Contract and is not subject to variation on any account other than variation in Service Tax. 21.0 LIABILITY: 21.1 Except as otherwise expressly provided, neither Company nor its servants, agents, nominees, Contractors, or subcontractors shall have any liability or responsibility whatsoever to whomsoever for loss of or damage to the equipment and/or loss of or damage to the property of the Contractor and/or their Contractors or subcontractors, irrespective of how such loss or damage is caused and even if caused by the negligence of Company and/or its servants, agents, nominees, assignees, Contractors and subcontractors. The Contractor shall protect, defend, indemnify and hold harmless Company from and against such loss or damage and any suit, claim or expense resulting there from. 21.2 Neither Company nor its servants, agents, nominees, assignees, Contractors, subcontractors shall have any liability or responsibility whatsoever for injury to, illness, or death of any employee of the Contractor and/or of its Contractors or subcontractors irrespective of how such injury, illness or death is caused and even if caused by the negligence of Company and/or its servants, agents, nominees, assignees, Contractors and subcontractors. Contractor shall protect, defend, indemnify and hold harmless Company from and against such liabilities and any suit, claim or expense resulting there from. 21.3 The Contractor hereby agrees to waive their right to recourse and further agrees to cause their underwriters to waive their right of subrogation against Company and/or its underwriters, servants, agents, nominees, assignees, Contractors and subcontractors for loss or damage to the equipment of the Contractor and/or its subcontractors when such loss or damage or liabilities arises out of or in connection with the performance of the Contract. 21.4 The Contractor hereby further agrees to waive their right of recourse and agrees to cause their underwriters to waive their right of subrogation against Company and/or its underwriters, servants, agents, nominees, assignees, Contractors and subcontractors for injury to, illness or death of any employee of the Contractor and of its Contractors, subcontractors and/or their employees when such injury, illness or death arises out of or in connection with the performance of the Contract.

Page 20: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

20

21.5 Except as otherwise expressly provided, neither Contractor nor their servants, agents, nominees, Contractors or subcontractors shall have any liability or responsibility whatsoever to whomsoever for loss of or damage to the equipment and/or loss or damage to the property of the Company and/or its Contractors or subcontractors, irrespective of how such loss or damage is caused and even if caused by the negligence of Contractor and/or its servants, agents, nominees, assignees, Contractors and subcontractors. The Company shall protect, defend, indemnify and hold harmless Contractor from and against such loss or damage and any suit, claim or expense resulting there from. 21.6 Neither Contractor nor their servants, agents, nominees, assignees, Contractors, subcontractors shall have any liability or responsibility whatsoever to whomsoever or injury to, illness, or death of any employee of the Company and/or of its Contractors or subcontractors irrespective of how such injury, illness or death is caused and even if caused by the negligence of Contractor and/or their servants, agents, nominees, assignees, Contractors and subcontractors. Company shall protect, defend indemnify and hold harmless Contractor from and against such liabilities and any suit, claim or expense resulting there from. 21.7 The Company hereby agrees to waive its right of recourse and further agrees to cause its underwriters to waive their right of subrogation against Contractor and/or its underwriters, servants, agents, nominees, assignees, Contractors and subcontractors for loss or damage to the equipment of Company and/or its Contractors or subcontractors when such loss or damage or liabilities arises out of or in connection with the performance of the Contract. 21.8 The Company hereby further agrees to waive its right of recourse and agrees to cause its underwriters to waive their right of subrogation against Contractor and/or its underwriters, servants, agents, nominees, assignees, Contractors and subcontractors for injury to, illness or death of any employee of the Company and of its Contractors, subcontractors and/or their employees when such injury, illness or death arises out of or in connection with the performance of the Contract. 22.0 CONSEQUENTIAL DAMAGE: Neither party shall be liable to the other for special, indirect or consequential damages resulting from or arising out of the Contract, including but without limitation, to loss of profit or business interruptions, howsoever caused and regardless of whether such loss or damage was caused by the negligence (either sole or concurrent) of either party, its employees, agents or sub-contractors. 23.0 WAIVERS AND AMENDMENTS: It is fully understood and agreed that none of the terms and conditions of the Contract shall be deemed waived or amended by either party unless such waiver or amendment is executed in writing by the duly authorized agents or representatives of such party. The failure of either party to execute any right of termination shall not act as a waiver or amendment of any right of such party provided hereunder. 24.0 PAYMENT & INVOICING PROCEDURE: 24.1 Company shall pay to Contractor, during the term of the Contract, the amount due from time to time calculated according to the rates of payment set and in accordance with other provisions hereof. No other payments shall be due from Company unless specifically provided for in this Contract.

Page 21: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

21

24.2 Payments due by Company to Contractor shall be made at Contractor’s designated Bank. All Bank charges will be to Contractor's account. 24.3 Payment of any invoices shall not prejudice the right of Company to question the validity of any charges therein, provided Company within one year after the date of payment shall make and deliver to Contractor written notice of objection to any item or items the validity of which Company questions. 24.4 Contractor shall submit 4 sets of all invoices to Company for processing of payment. 24.5 Contractor shall raise invoices as per the payment schedule given in para 7.0 in SECTION-IV for the job done, which is certified by the Company’s representatives. 24.6 The Company shall within 30 days of receipt of the invoice notify Contractor of any item under dispute, specifying the reasons thereof, in which event, and payment of the disputed amount may be withheld until settlement of the dispute, but payment shall be made of any undisputed portion within 30 days. This will not prejudice the Company's right to question the validity of the payment at a later date as envisaged in Para 24.3 above. 24.7 The acceptance by Contractor of part payment on any billing not paid on or before the due date shall not be deemed a waiver of Contractor’s rights in respect of any other billing, the payment of which may then or thereafter be due. 24.8 Contractor shall maintain complete and correct records of all information on which Contractor's invoices are based up to two (2) years from the date of last invoice. Such records shall be required for making appropriate adjustments or payments by either party in case of subsequent audit query /objection. 24.9 Any audit conducted by Company of Contractor’s records, as provided herein, shall be limited to Company’s verification (i) of the accuracy of all charges made by Contractor to Company and (ii) that Contractor is otherwise in compliance with the terms and conditions of this Agreement. 25.0 RATE OF PAYMENT: Company shall make payment to the Contractor as per the rates quoted or negotiated for the items mentioned in RFQ. These rates include all taxes, duties and other levies payable by Contractor under the Contract. 26.0 WITH-HOLDING: 26.1 Company may with-hold or nullify the whole or any part of the amount due to Contractor on account of subsequently discovered evidence in order to protect Company from loss on account of: - (a) For non-completion of assigned jobs to the satisfaction of Company. (b) Contractor's indebtedness arising out of execution of the Contract. (c) Sub-standard work not remedied by Contractor.

Page 22: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

22

(d) Claims by sub-contractor of Contractor or others filed or on the basis of reasonable evidence indicating probable filing of such claims against Contractor. (e) Failure of Contractor to pay or provide for the payment of salaries/wages, contributions, unemployment compensation, and taxes or enforced savings withheld from wages etc. (f) Damage to another contractor of Company. (g) All claims against Contractor for damages & injuries, and/or for non-payment of bills etc. (h) Any failure by Contractor to fully reimburse Company under any of the indemnification provisions of this Contract. If, during the progress of the work Contractor shall allow any indebtedness to accrue for which Company, under any circumstances in the opinion of Company may be primarily or contingently liable or ultimately responsible and Contractor shall, within five days after demand is made by Company, fail to pay and discharge such indebtedness, then Company may during the period for which such indebtedness shall remain unpaid, with-hold from the amounts due to Contractor, a sum equal to the amount of such unpaid indebtedness. Withholding will also be effected on account of the following: -

i) Order issued by a Court of Law in India. ii) Income tax deductible at source according to law prevalent from time to time in

the country. iii) Any obligation of Contractor which by any law prevalent from time to time to be

discharged by Company in the event of Contractor’s failure to adhere to such laws.

iv) Any payment due from Contractor in respect of unauthorized imports. When all the above grounds for withholding payments shall be removed, payment shall thereafter be made for amounts so withheld. Notwithstanding the foregoing, the right of Company to withhold shall be limited to damages, claims and failure on the part of Contractor, which is directly/indirectly due to some negligent act, or omission on the part of Contractor.

Page 23: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

23

SECTION – IV

TECHNICAL SPECIFICATION 1.0 INTRODUCTION: This section establishes the scope and schedule for the work to be performed by the contractor and describes references to the specifications, instructions, standards and other documents including specifications for any materials, tools or equipment which the contractor shall satisfy or adhere to in the performance of the work. 2.0 BASIC INFORMATION OF THE AREA AND LOGISTICS: NELP-IV BLOCK: CB-ONN-2010/8, in Gujarat, India. The salient points about the block area to be surveyed are given below: i. The NELP-IV BLOCK: CB-ONN-2010/8 is situated in common boundary of Ahmedabad, Khera & Gandhinagar districts of Gujarat state and covers an area of 42 Sq km. The block is divided in two parts Part-A & Part-B.

Page 24: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

24

The nearest airport is at Ahmedabad. The area is connected with different parts of countries by rail and road. The nearest major railway station is at Ahmedabad. ii. The proposed area of study lies within the following broad coordinates: Part-A: Area 14 Sq. Km

Longitude Latitude

Pt. Deg. Min. Sec. Deg. Min. Sec.

A 72 50 10 23 0 54

B 72 48 6 23 0 54

C 72 48 6 23 3 0

D 72 50 11 23 3 0

A 72 50 10 23 0 54

Part-B: Area 28 Sq. Km

Longitude Latitude

Pt. Deg. Min. Sec. Deg. Min. Sec.

A 72 46 38 23 0 0

B 72 50 10 23 0 0

C 72 50 8 22 57 26

D 72 46 38 22 57 26

A 72 46 38 23 0 0

iii. Climate: Semi-Arid, Rainfall: 600 cm (Annually), Min. Temp.: 15-20oc, Max. Temp: 35-45 Degree Centigrade. 3.0 2D/3D seismic data acquisition and eight (08) exploratory wells are proposed to be drilled within the Block area of 42 SqKm. A 1400 hp Diesel Electrical Drilling Rig package is likely to be deployed for drilling these wells with various target depths (maximum 3500 m).

Page 25: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

25

At each drilling site nearly 02 -04 hectares area and for approach road wherever necessary, will have to be cleared for drilling and associated activities. 4.0 OBJECTIVE: BPRL would like to prepare Environmental Impact Assessment (EIA) report to examine the environmental issues that may arise due to the field work related to surveying, 2D/3D seismic data acquisition, Drilling and testing of exploratory wells in the block and their likely impact. Further, to reduce the potentially significant adverse impact to acceptable level, suggest feasible and cost effective measures and also define them in an Environmental Management Plan (EMP). The study will have to be conducted as per the Terms Of Reference (TOR) to be issued to BPRL by Ministry of Environment and Forests (MOEF), New Delhi and any other statutory guidelines of the Govt. either existing or issued from time to time till the Environmental Clearance (EC) and Consent to Establish/Operate is received by BPRL. 5.0 SCOPE OF WORK: 5.1 The scope of work for the study to be carried out shall include but not be limited to the following activities/studies:

a) Submission of pre-seismic EIA report based on analysis of base line data for air, water, soil, ecology etc & as per the PSC of the block.

b) To apply for TOR in accordance with Tentative/proposed TORs mentioned in next para to Ministry of Environment and Forests (MOEF), New Delhi & obtaining the final TOR for exploration activity in accordance with EIA Notification, 2006.

c) To carry out Pre-Drilling Environmental Impact Assessment (EIA) study as per the Terms of Reference (TOR) which will be issued to BPRL by Ministry of Environment and Forests (MOEF), New Delhi and to cover full area of the block, i.e., 42 Sq.km. Tentative/proposed TORs will be as below:

1. Executive summary of the project. 2. Details of existing & proposed activities in tabulated form including possible

GGSs/CFT/CPF. 3. No. of development wells for which environmental clearance is accorded and no. of

new wells proposed during expansion. Status & no. of the wells which are completed & closed.

4. Compliance to the conditions stipulated in environmental clearance accorded for existing project along with point-wise compliance report.

5. Pint-wise compliance report to the ‘Consent to Establish’, Consent to Operate’ and authorization for the existing units alongwith all the necessary annexures.

6. Project Description and Project benefits. 7. Site details including satellite imagery for 10 km area. Conformation that there is no

National Park/Wild life Sanctuary/Eco sensitive area. 8. Land use along with maps & cropping pattern, vegetation ecology, flora & fauna 9. Demography & Socio-economics of the area 10. Process details for survey & drilling 11. Forest Clearance in case the forest land is involved. 12. Base line data for land subsidence measurements should be incorporated.

Page 26: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

26

13. Base line data collection for air, water and soil for one season leaving the monsoon season in an area of 42 SqKm covering the whole area for all proposed 8 drilling wells. • Action plan to control ambient air quality as per NAAQES Standards notified by

the Ministry on 16th September 2009 at various locations. • Ambient Air Quality monitoring at 8 locations for PM10, PM25, SO2, NOx. • Background level of hydrocarbons as (Methane and Non-methane) and VOCs (5

samples) • Soil sample analysis at 10 locations • Base line underground and surface water quality in the vicinity of 10 Km area. • Climatology and meteorology including wing speed, wind direction, temperature,

rainfall etc. • Measurement of noise level at 10 locations in the block

14. ‘Permission’ for drawl of 40-50 cum/day/well water from the Competent Authority. Detailed water balance, waste water generation and discharge.

15. Treatment and utilization of produced water. 16. Detailed solid waste generation, collection, segregations, its recycling and reuse,

treatment and disposal 17. Estimation and computation of air emission resulting out of drilling operations 18. Assessment of of impact on air, water, soil, solid/hazardous waste and noise levels 19. Evaluation of the adequacy of the proposed pollution control measures to meet the

air quality emission standards, water discharge norms, soilid/hazardous waste generation and disposal

20. Estimation of noise level due to operation of drilling, its associated equipments and vehicular movement & prediction and evaluation of impacts due to increase in noise levels arising out of the proposed activities on the surrounding environment. Proposed mitigation measures for noise pollution

21. Storage of chemicals at the site, proposed preventive measures for spillage and accident.

22. Environmental Management Plan 23. Risk Assessment & Disaster Management Plan

• Identification of hazards • Consequence Analysis • Risk Presentation & proposed mitigation measures for Risk Reduction • Disaster Management Plan (DMP) • Design details of Blowout preventer (BOP) and mechanism of control. • Oil spill contingency plan and emergency response plan.

24. Measures to be takenfor decommissioning of the rigs & projects. 25. Post project closure and monitoring programme 26. Documentary proofs for membership of common disposal facilities, if any 27. Details of proposed occupational Health Surveillance program for the employees and

other labour. 28. Environmental Monitoring Program while survey and drilling is undertaken. 29. Any issue related to land subsidence. 30. Total capital cost & recurring cost/annum for environmental pollution control

measures. 31. Any litigation pending against the project and / or any direction/order passed by any

court of law against the project, if so, details thereof. 32. Public hearing issues raised and commitments made by the project proponent on the

same should be included separately in EIA/EMP Report in the form of tabular chart with financial budget for complying with the commitments made.

Page 27: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

27

33. A tabular chart with index for point wise compliance of above TORs.

d) To prepare & submit the application to Gujarat State PCB for conduct of public

hearing and make all arrangements to facilitate smooth conduct of Public Hearing process, make necessary presentation in local language (if required), necessary recording of the public hearing process and to address all the environmental concerns based on the feedback of Public Hearing / Public consultations and to incorporate the issues emerged during the Public hearing in the Final EIA/EMP report.

e) To prepare the final reports as per approved TOR after review by BPRL. Further, if any studies are to be repeated or modified as advised by the MOE&F, New Delhi or PCB, Gujarat for obtaining the Environmental Clearance (EC) / any other statutory clearance(s) then the same shall have to be carried out by the contractor at no extra cost to BPRL.

f) To prepare submission of application along with requisite documents to the ministry including fulfilling all the formalities and follow up for obtaining Environmental Clearance (EC) and making presentation to Expert Appraisal Committee (EAC) of MOE&F, clarifying them by proving additional information etc. in accordance with the procedure laid down in the EIA Notification, 2006.

g) To prepare and submit the application for Consent to establish & operate after review by the Company and follow-up with the Pollution Control Board of Gujarat and obtaining NOC for the same.

Note: Bidder must enclose with his bid a copy of the ‘Certificate of Accreditation’ issued by the QCI to the Environmental Consultant failing which the bid will be summarily rejected.

Page 28: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

28

6.0 TIME FRAME FOR EIA STUDY: Sr. No.

Description of Activity Time Frame

i. Preparation & submission of pre-seismic EIA report with 6 bound hard copies and one soft copy in presentable format incorporating Company’s comments / view based on analysis of base line data for air, water, soil, ecology etc.

Two months from date of LOI.

ii. To apply for TOR to Ministry of Environment and Forests (MOEF), New Delhi & obtaining the final TOR for exploration activity in accordance with EIA Notification, 2006.

Six months from the date of LOI.

iii. To prepare & submit the application and other documents (after review by the Company) with required copies to Gujarat State Pollution Control Board for conduct of Public Hearing & to be associated during entire Public Hearing Process along with competent authorities including making all arrangements to facilitate smooth conduct of Public Hearing Process

Six months from date of receipt of TOR or the date as notified by BPRL.

iv. Preparation & submission of required copies (25 copies) of final EIA report in bound volume and 02 soft copies after incorporating Company’s views/comments, all the issues raised during Public Hearing, as per TOR and other MOEF guidelines.

One month from completion of final public hearing.

v. To prepare & submit the application and other documents (after review by the Company) with required copies for obtaining EC including making presentation to Expert Appraisal Committee, MOE&F, at New Delhi & providing additional information/data if required and obtaining the Environmental Clearance (EC).

Four months from date of submission of final report.

vi. To prepare & submit the application and other documents (after review by the company) with required copies to Gujarat State Pollution Control Board for Consent to establish & operate the Eight drilling locations including pursue the matter suitably with the Pollution Control Board and obtaining the NOC

Four months from date of receipt of Environmental Clearance (EC).

Page 29: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

29

7.0 Schedule of Payment: The schedule of payment will be as follows: PARTICULARS %age

(refer RFQ in Price Bid) After Pre-seismic EIA study and submission of the draft report 80% of RFQ item #10. After obtaining TOR from MoE&F, New Delhi 80% of RFQ item #20. After submission of Application to GSPCB for conduct of Public Hearing and completion of entire Public Hearing Process

80% of RFQ item #30.

After Pre-drilling EIA study & submission of final EIA report 80% of RFQ item #40. After obtaining Environmental Clearance from MoE&F, New Delhi

80% of RFQ item #50.

After obtaining Consent to Establish & Operate from GSPCB for the drilling locations.

100% of QFQ item #60 and 20% of other RFQ items

NOTE:

a) The quoted prices are inclusive of all taxes & duties to perform the services described under the Scope of the work above.

b) Service Tax: Service Tax as applicable and/or levied on payments against this contract shall be paid by the Company at actual against documentary evidence.

c) The prices are inclusive of all obligations, costs and expenses necessary to

complete the work as per Scope of Work.

d) Any statutory fee payable for obtaining Environmental Clearance, Consent to Establish/Operate shall be on Company’s a/c.

e) The Contractor shall bear the cost of travelling of his team member(s) to the site for

carrying out the study, public hearing process, attending meetings, follow up works etc.

f) It is the Contractor’s responsibility to arrange lodging and boarding for its team

member(s) at the study/ operational area.

Page 30: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

30

PROFORMA–A

BANK GUARANTEE PROFORMA FOR EARNEST MONEY DEPOSIT

Bank Guarantee No.:

M/s Bharat PetroResources Ltd.,

9th

Floor,E Wing,

Maker Towers, Cuffe Parade

Mumbai-400 005

In consideration of Bharat ProResources Ltd., Mumbai, a Government of India Undertaking

(hereinafter called “The Company”) having agreed to exempt (Name & Address of Party )

(hereinafter called “The said Contractor(s) from payment of Earnest Money against Tender No.

__________________ dated ________ issued by Company on production of a Bank Guarantee

for Rs. _______________ (Rupees _______________ ________ only).

We, (Bank’s name & address) do hereby undertake to indemnify and keep indemnified the

Company the extend of Rs. ___________ against any loss or damage caused to or suffered by

the Company by reason of any breach by the said contractor(s) of any of the terms and

conditions contained in the Tender notice/documents.

We, (Bank’s name & address) further agree that the guarantee herein contained shall remain

in full force and effect during the period that would be taken for the finalization of the said

tender and that it shall continue to be enforceable till the tender is finally decided and order

placed on the successful tenderer.

We, (Bank’s name & address) further agree that the Company shall be the sole judge of and as

to whether the said contractor has committed any breach or breaches of any of the terms and

conditions of the tender/ or the contract and the extend of loss, damage, costs, charges and

expenses caused to or suffered by or that may be caused to or suffered by the Company on

account thereof to the extent of the Earnest money required to be deposited by the contractor

in respect of the said tender or the contract and the decision of the Company that the said

contractor has committed such breach or breaches and as to the amount or amounts of loss,

damage, costs, charges and expenses cause to or suffered by or that may be caused to or

suffered by the Company from time to time shall be final and binding on us.

Page 31: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

31

Notwithstanding anything contained in forgoing, our liability under this guarantee is restricted

to Rs. ______________. The guarantee shall remain in force till _______ months i.e.

_______________. Unless a claim under this guarantee is made within three months from the

date herein before mentioned the Company shall have no rights under these presents.

We, (Bank’s name & address) lastly undertake not to revoke this guarantee during its currency

except with the previous consent of the Company in writing.

Place : Yours faithfully,

Dated :

Page 32: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

32

PROFORMA–B

(BANK GUARANTEE PROFORMA FOR SECURITY DEPOSIT)

Bank Guarantee No.:

M/s Bharat PetroResources Ltd.,

9th

Floor,E Wing,

Maker Towers, Cuffe Parade,

Mumbai-400 005

In consideration of Bharat ProResources Ltd., Mumbai, a Government of India Undertaking

(hereinafter called “The Company”) having agreed to exempt ( Name & Address of Party )

(hereinafter called “The said Contractor(s) from the demand under the terms and conditions of

(Agreement No. & Date) made between M/s Bharat Petroleum Company Ltd., New Delhi and

(Party’s name and work description) (hereinafter called “The said Agreement”) of security

deposit for the due fulfillment by the said contractor(s) of the terms and conditions contained

in the said Agreement on production of a Bank Guarantee for Rs. _______________ (Rupees

_______________ ________ only) an amount not exceeding Rs. __________ against any loss or

damage caused or suffered or would be caused to or suffered by the Company by reason of any

breach of the said Contractor(s) or any of the terms or conditions contained in the said

Agreement.

We, (Bank’s name & address) do hereby undertake to pay an amounts due and payable under

this Guarantee without any demur, merely on a demand from the Company stating the amount

claimed is due by way of loss or damage caused to or would be caused to or suffered by the

Company by reasons of any breach by the said Contractor(s) of any of the terms and conditions

contained in the said Agreement or by reason of the Contractor(s) failure to perform the said

Agreement. Any demand made by the Company shall be conclusive as regards the amount due

and payable by the Bank under this Guarantee. However, our liability under this Guarantee

shall be restricted to an amount not exceeding Rs. _______________.

Page 33: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

33

We, (Bank’s name & address) further agree that this Guarantee herein contained shall remain

in full force and effect during the period of _____ years from the date of the Agreement or upto

the date of termination of the said agreement whichever is earlier and that it shall continue

enforceable till all the dues of the Company under or by virtue of the discharge or till the

Company certifies that the terms and conditions of the said Agreement have been fully and

properly carried out by the said Contractor(s) and accordingly discharges the Guarantee.

Unless a demand or claim under this Guarantee is made on us in writing within three months

from the date of expiry of the guarantee, the Bank shall be discharged from all liabilities under

this Guarantee thereafter.

We, (Bank’s name & address) further agree with the Company that the Company shall have the

fullest liberty without our consent and without affecting in any manner our obligations

hereunder to vary any of the terms and conditions of the said Agreement or to extend time of

performance by the Company against the said Contractor(s) and to forbear or enforce any of

the terms and conditions relating to the said Agreement and we shall not be relieved from our

liability by reasons or any such variation, or extension being granted to the said contractor(s) or

for any forbearance, act or commission on the part of the company or any indulgence by the

company to the said contractor(s) or by any such matter or thing whatsoever which under the

law relating to sureties would but for this provision have effect of so relieving us.

We, (Bank’s name & address) lastly undertake not to revoke this Guarantee during its currency

except with the previous consent of the Company in writing.

Notwithstanding anything stated above, our liability under this Guarantee is restricted to Rs.

__________________ (Rupees ______________ only). Our Guarantee shall remain in force till

(date), unless a demand in writing for claim under this Guarantee is lodged with us before the

date i.e. on or before _______ all your rights under the said guarantee shall be forfeited and we

shall be released and discharged from all liabilities thereunder.

Yours faithfully,

Place :

Dated :

Page 34: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

34

PROFORMA–C PROFORMA LETTER OF AUTHORITY TO

Sr. Manager (C&P), Bharat PetroResources Ltd. 1, Ranganathan Garden, Off 11th Mani Road, Anna Nagar (W) Chennai – 600 040 Sir,

Sub: BPRL's TENDER NO. (1000177330) We ____________________________ confirm that Mr. _________ (Name and address) as authorized to represent us to Bid, negotiate and conclude the agreement on our behalf with you against Tender Invitation No.________________________ for hiring of services for _______________________. We confirm that we shall be bound by all and whatsoever our said representative shall commit. Yours Faithfully, Authorized Person’s Signature: ___________ Name: ______________________________ Designation: _________________________ Seal of the Bidder: Note: This letter of authority shall be on printed letter head of the Bidder and shall be signed by a person competent and having the power of attorney (power of attorney shall be annexed) to bind such Bidder. If signed by a consortium, it shall be signed by members of the consortium.

Page 35: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

35

Price Bid

ENVIRONMENTAL IMPACT ASSESSMENT (EIA) STUDY IN NELP-IX BLOCK: CB-ONN-2010/8 IN GUJARAT

Page 36: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

36

Request for Quotation (RFQ) The rates and charges to be quoted by the bidders:

Sr.

No. Description of ativity

Quantity

Unit

Rate in

Figure &

Word

Amount

in Figure

& Word

1

Submission of pre-seismic EIA report with 6 bound hard copies and one soft copy in presentable format incorporating Company’s comments / view based on analysis of base line data for air, water, soil, ecology etc.

2

To apply for TOR to Ministry of Environment and Forests (MOEF), New Delhi & obtaining the final TOR for exploration activity in accordance with EIA Notification, 2006.

3

To prepare & submit the application and other documents (after review by the Company) with required copies to Gujarat State Pollution Control Board for conduct of Public Hearing & to be associated during Public Hearing Process along with competent authorities.

4

Preparation & submission of required copies (25 copies) of final EIA report in bound volume and 02 soft copies after incorporating Company’s views/comments, all the issues raised during Public Hearing, as per TOR and other MOEF guidelines.

5

To prepare & submit the application and other documents (after review by the Company) with required copies for obtaining EC including making presentation to Expert Appraisal Committee, MOE&F, at New Delhi & providing additional information/data if required and obtaining the EC.

Page 37: EIA Tender 27 12 - Bharat Petroleum T… · “Hiring of Services for Environmental Impact Assessment (EIA) ... TENDER NO. 1000177330 (Price Bid/Techno-commercial bid as the case

37

6

To prepare & submit the application and other documents (after review by BPRL) with required copies to Gujarat State Pollution Control Board for Consent to establish & operate the drilling locations including pursue the matter suitably with the Pollution Control Board and obtaining the NOC.

TOTAL CONTRACT VALUE (inclusive of all taxes, duties but

excluding Service Tax )

7

Service Tax if applicable

TOTAL CONTRACT VALUE including Service Tax