80
Tender Document NIT No.2249 2 nd Call IID C REQUEST FOR PROPOSAL FOR Selection of Consultant for Rapid Environmental Assessment (EIA) Study, and Submitting report to SEIAA, and obtaining Environment Clearance and consent to establish for development of Smart Industrial Park, in 882 hect., Padora, Shivpuri, (M.P .) FOR

iidcgwalior.com · Web viewIIDC REQUEST FOR PROPOSAL FOR Selection of Consultant for Rapid Environmental Assessment (EIA) Study, and Submitting report to SEIAA, and obtaining Environment

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Tender Document NIT No.2249 2nd Call

IIDC

REQUEST FOR PROPOSAL

FOR

Selection of Consultant for Rapid Environmental Assessment (EIA) Study, and

Submitting report to SEIAA, and obtaining Environment Clearance and consent to

establish for development of Smart Industrial Park, in 882 hect., Padora, Shivpuri,

(M.P.)

FOR

INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (GWALIOIR) M.P. LTD.,

(A Govt. of M.P. undertaking Subsidiary of MP TRIFAC, Bhopal)

IIDC Plaza, 39-City Centre, Gwalior-474011 (M.P.)E-mail :ii d c g w a l i o r @ g m a i l . c o m Web. : w ww . i i d c g w a l io r . c o m

Phone : 0751-2426614, 2374506, Fax : 0751-2375145

Tender Document NIT No.2249 2nd Call

TA BLE OF C ONTENT S

S. No. Particulars Page Nos.

1. Notice Inviting Tender 3-4

3. DISCLAIMER 5-6

4. Introduction 7-8

5. Instructions to the Consultants 9-17

6. Terms of Reference (Scope of Work) 18- 21

7. Evaluation of Bids 22-23

8. Fraud and Corrupt Practices 24

9. Miscellaneous 24

Appendix

Appendix A1 Covering Letter 25

Appendix A2 Details of Bidder 26

Appendix B1 Format for Pre-Qualification Proposal (Projects) 27

Appendix B2 Format for Pre-Qualification Proposal (Average Annual

Turnover)

28

Appendix C1 Power of Attorney for Signing of Proposal 29

Appendix C2 Joint Venture/Consortium Agreement 30

Appendix E Format for Financial Proposal 32

Appendix F1 Approach and Methodology 33

Appendix F2 Approach paper on methodology for performing the

assignment

34

Appendix F3 Team Composition and Task assignments 35

Appendix F4 Work Schedule 36

Appendix F5 CV for proposal personnel 37-38

Appendix G Draft Consultancy Agreement 39-44

Appendix H Sample form of Bank Guarantee for Performance Security 45-47

2

3

Tender Document NIT No.2249 2nd Call

IIDC, GWALIORIIDC Plaza, 39-City Center, Gwalior-474011 (M.P.)

No. (NIT No.):2249 2nd Call Date: 09.01.2017

DETAIL ED NOTIC E I NVITING TEN DER

Selection of Consultant for Rapid Environmental Assessment (EIA) Study, and Submitting report to SEIAA, and obtaining Environment Clearance and consent to establish for development of Smart Industrial Park, in area of 882 Hectare at Padora, Shivpuri, (M.P.)

under the jurisdiction of IIDC GWALIOR, Gwalior.

1. Proposals are invited on behalf of MD, IIDC, Gwalior from interested Consultants/Consulting agencies/Firms/Institutions/ parties engaged in Providing Consultancy services for following work:-

a) Name of work:- Selection of Consultant for Consultant for Rapid Environmental Assessment (EIA) Study, and Submitting report to SEIAA, and obtaining Environment Clearance and consent to establish for development of Smart Industrial Park, in area of882 hect. Padora, Shivpuri, (M.P.)

b) Cost of Tender(DD in favour of Managing Director, IIDC Gwalior)

Rs. 10,000/- downloaded Online. (Rupees Ten thousand only)

c) Amount of earnest money Earnest money (FDR/DD in favour of Managing Director, IIDC Gwalior)

Rs. 200,000/-(Rupees Three Lakhs only)

d) Period of contract 12 months

e) Probable amount of contract:

f)

f)

Performance security –

Security Deposit-

5% of sanctioned amt of contract at time of agreement5% to be deducted from each Running bill

(Performance security deposit shall be acceptable in the form of D.D or Bank Guarantee. Proforma of Bank Guarantee is attached at Annexure-10 in favor of MD. IIDC Gwalior.)

f) Important Dates for Tender processing is as under: -

Physical Submission of BID -upto 08.03.2017 Before 4.30 P.M. Opening of Envelope A & B -on 09.03.2017 at 11.00 am Opening of Envelope C -on 10.03.2017 at 11.00 am

Earnest Money and Technical bid will be opened as per key dates. If the office happens to be closed on the date of opening of the bids as specified, the bids will be opened on the next working day at the same time and venue.

4

Tender Document NIT No.2249 2nd Call

Tender document and other details shall be available on:Website – w ww . ii d c g w a l i o r . c o m

g) Not more than one Request For Proposal (hereafter called as RFP) shall be submitted by aConsultant or by a firm of Consultants.

h) No two or more concerns in which an individual is interested as proprietor and/or partner shall submit RFP for the execution of the same work. If they do so, all such RFP documents shall be liable to be rejected.

i) RFP documents consisting of scope of work and of the various classes of work to be done, the conditions of contract and other necessary documents, can be downloaded online Website – www .i i d c g w a l i or . c om for inspection and issued for purchase on payment of Rs. 10000/- through Demand Draft, cash or e-banking of any scheduled bank, In Favor of MD IIDC Gwalior, Payable at Gwalior. .

j) Prebid Meeting held on 28.02.17 at 11.00 AM in the office of the Managing Director, IIDC (Gwalior) M.P. Ltd., IIDC Plaza, 39-City Centre, Gwalior.

Contact Person: S.K Bhargava

Executive Engineer

Tel no: 0751-2426614, Mob no: 9425307654

Executive Engineer

5

Tender Document NIT No.2249 2nd Call

DISCLAIMER

The information contained in this Request for Pre-Qualification cum Request for Proposal document (hereinafter referred to as “RFP”) or subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of the Managing Director, Industrial Infrastructure Development Corporation (Gwalior) M.P. Ltd. (hereinafter referred to as “IIDC, GWALIOR”), (the “Client”) or any of their employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided.

The purpose of this RFP is to provide interested parties with information that may be useful to them in making their financial offers pursuant to this RFP (the "Bid"). This RFP includes statements, which reflect various assumptions and assessments arrived at by the IIDC, GWALIOR in relation to the Project. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the IIDC, GWALIOR its employees or advisors to consider the investment objectives, financial situation and needs of each party who reads or uses this RFP. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate sources.

Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The MD, IIDC, GWALIOR accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.

The IIDC, GWALIOR its employees and advisors make no representation or warranty and shall have no liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the

RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this Bid Stage.

The IIDC, GWALIOR also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP.

6

Tender Document NIT No.2249 2nd Call

The IIDC, GWALIOR may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP.

The issue of this RFP does not imply that the IIDC, GWALIOR is bound to select a Bidder or to appoint the Selected Bidder, as the case may be, for ‘Rapid Environmental Assessment (EIA) Study, and Submitting report to SEIAA, and obtaining Environment Clearance and Consent to Establish for development of Smart Industrial Park, Padora, Shivpuri, (M.P.) and IIDC, GWALIOR reserves the right to reject all or any of the Bidders or Bids without assigning any reason whatsoever.

The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the IIDC, GWALIOR or any other costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and the IIDC, GWALIOR shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the Bidding Process.

7

Tender Document NIT No.2249 2nd Call

INTRODUCT IO N

1.1 G e n e r a l The Project Developer, Industrial Infrastructure Development Corporation (Gwalior) M.P. Ltd. ("the Client"), head office in Gwalior (M.P.), intends to D e velop a Smart Industrial Park, at Padora, District Shivpuri, MP. The project land area is approximately 882 Hectares. The development will provide remarkable opportunities to Industrialists to establish their projects.

1.2 Backg ro und

Industrial Infrastructure Development Corporation (Gwalior) M.P. Limited, Gwalior is a subsidiary company of M.P. TRIFAC, Bhopal, and a wholly owned Government Company of Government of Madhya Pradesh, is incorporated under the Companies Act, 1956. The IIDC, GWALIOR is dedicated for promotion of industries and industrialization in the State and is presently engaged in the activities of development and management of Industrial Areas and Infrastructure facilities in the northern part of Madhya Pradesh. IIDC Gwalior proposes to develop an Industrial Area as Smart Industrial Park, Dist-Shivpuri.

IIDC, GWALIOR wishes to appoint a Environment Consultant for Rapid Environmental Assessment (EIA) Study, and Submitting report to SEIAA, and obtaining Environment Clearance and Consent to Establish for development of Smart Industrial Park, Padora, Shivpuri, (M.P.) in area of approx. 882 Hectares, which is within 10 Km Shivpuri, at Village Padora, Dist Shivpuri, (MP).

The selected Consultant shall function as the Environment Advisor to IIDC Gwalior and would be expected to provide comprehensive handholding services through extension of its services for survey, environment mitigation plans, EMP structuring, preparation of documentation needed for obtaining Environment Clearance and consent to establish and necessary presentation required to be done.

8

Tender Document NIT No.2249 2nd Call

Inv itatio n to Consultant

By means of this Request for proposal ("RFP"), Industrial Infrastructure Development Corporation (Gwalior) M.P. Ltd. is pleased to invite consultants to provide “Rapid Environmental Assessment (EIA) Study, and Submitting report to SEIAA, and obtaining Environment Clearance and Consent to Establish for development of Smart Industrial Park, Padora, Shivpuri, (M.P.) “The Consultant is required to assemble a team of specialists to cover the Requirement detailed in the RFP, including but not limited to Environment Expert, Architect, , civil engineers & any other specialist for the project who are willing to work in Shivpuri, M.P. The cost of Project for which consultancy shall be provided to be of approximate Rs.650cr. The RFP submission will include Pre-Qualification, Technical & Financial Proposal as detailed in this RFP document.

1.3 Schedule o f B idd ing Pro cess - K EY DA TES

IIDC, Gwalior would endeavor to adhere to the following schedule during the BiddingProcess:

Physical Submission of BID -upto 08.03.2017 Before 4.30 P.M. Opening of Envelope A & B -on 09.03.2017 at 11.00 am Opening of Envelope C -on 10.03.2017 at 11.00 am

Original term deposit receipt of earnest money deposit or demand draft along with Receipt of Cost of Bid Document shall be submitted by the bidder in required envelopes so as to reach the office as prescribed in clause 2.11.1 at least one calendar day before the specified start time and date in key dates for opening of technical proposal.(i.e The physical submission as above should be done up to 16:30 hrs on 30.1.2017.)

9

Tender Document NIT No.2249 2nd Call

2.0 INSTRUCTI O NS TO TH E C O N S U L T ANTS 2.1 General Terms of Bidding

2.1.1 Detailed description of the objectives, scope of services, Deliverables and other requirements relating to this Consultancy are specified in this RFP. In case an applicant firm possesses the experience and capabilities required for undertaking the Consultancy as mentioned in Clause 2.34, it may participate in the Selection Process either individually (the “Sole Firm”) in response to this invitation. The term applicant/ bidder (the “Applicant”) means the Sole Firm or the Lead Member, as the case may be. The manner in which the Proposal is required to be submitted, evaluated and accepted is explained in this RFP.

2.1.2 The Applicants are advised that the selection of Consultant shall be on the basis of an evaluation by the Client through the Selection Process specified in this RFP. Applicants shall be deemed to have understood and agreed that no explanation or justification for any aspect of the Selection Process will be given and that the Client’s decisions are without any right of appeal whatsoever. An applicant is eligible to submit only one Bid for entire assignment.

2.1.3 Notwithstanding anything to the contrary contained in this RFP, the detailed terms specified in the draft Contract Agreement shall have overriding effect; provided, however, that any conditions or obligations imposed on the Bidder hereunder shall continue to have effect in addition to its obligations under the Contract Agreement.

2.1.4 The Bidder should submit a Power of Attorney as per the format at Appendix C-1, authorizing the signatory of the Bid. In case of the Bidder is a Consortium, the Members thereof should also furnish Appendix C-2.

2.1.5 The Financial Bid should be furnished in the format at Appendix E clearly indicating the bid amount (as per requirement of RFP document) in both figures and words, in Indian Rupees, and signed by the Bidder’s authorized signatory. In the event of any difference between figures and words, the amount indicated in words shall be taken into account.

2.1.6 Bids submitted with any condition or additional stipulation shall render the Bid liable to rejection as a non-responsive Bid.

2.1.7 The Bid and all communications in relation to or concerning the Bidding Documents and the Bid shall be in English language.

2.1.8 The Bidding Documents including this RFP and all attached documents are and shall remain the property of the IIDC, GWALIOR and are transmitted to the Bidders solely for the purpose of preparation and the submission of a Bid in accordance herewith. Bidders are to treat all information as strictly confidential and shall not use it for any purpose other than for preparation and submission of their Bid. The IIDC, GWALIOR will not return any Bid or any information provided along therewith.

2.1.9 Bidder shall be liable for disqualification and forfeiture of Bid Security if any legal, financial or technical adviser of the IIDC, GWALIOR in relation to the Project is engaged by the Bidder in any manner for matters related to or incidental to such Project during the Bidding Process or subsequent to the (i) issue of the LOA or (ii) execution of the Contract Agreement. In the event any such adviser is engaged by the Selected Bidder, after issue of the LOA or execution of the Contract Agreement, then notwithstanding anything to the contrary contained herein or in the LOA or the Contract Agreement and without prejudice to any other right or remedy of the IIDC,

10

Tender Document NIT No.2249 2nd Call

GWALIOR including the forfeiture and appropriation of the Bid Security or Performance Security, as the case may be, the LOA or the Contract Agreement, as the case may be, shall be liable to be terminated without the IIDC, GWALIOR being liable in any manner whatsoever to the Selected Bidder for the same.

2.1.10 This RFP is not transferrable.

2.2 Consortium – Not Allowed

The consultants in the consortium shall not be allowed to bid for the project individually. Further, one party cannot be a part of more than one consortium. It is explicitly declared that such bids will be treated as non-responsive, and shall not be considered for the project; and the bid security of both the consortiums shall be forfeited. The Team Leader must be from the lead Member of the Consortium.

2.3 Cost of Bidding

The Bidders shall be responsible for all of the costs associated with the preparation of their Bids and their participation in the Bidding Process. The IIDC, GWALIOR will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Bidding Process. In the event of any contradiction between the details furnished in this RFP and the same obtained through Bidders’ own means, the data provided in RFP will prevail.

2.4 Bid Processing Fees (Cost of RFP Document)

The consultants would be required to pay Rs. 10,000/- (Rs. Ten Thousand only) as bid processing in form of Demand Draft in Favor of MD IIDC Gwalior, Payable at Gwalior, the same must be submitted along with the Proposal. Proposals not accompanied by an original Demand Draft shall be rejected outright as incomplete Bid. The cost of RFP is non- refundable.

2.5 Site visit and verification of Information

2.5.1 Bidders are advised to submit their respective Bids after visiting the Project site and ascertaining for themselves the site conditions, existing infrastructure facilities, location, surroundings, climate, availability of essential infrastructure (i.e. power, water, waste water etc.), Development Plan proposals, access to site, weather data, applicable laws and regulations, and any other matter considered relevant by them.

2.5.2 However, it shall be deemed that by submitting a Bid, the Bidder has:

a) Made a complete and careful examination of the Bidding Documents;

b) Received all relevant information requested from the IIDC, GWALIOR

c) Acknowledged and accepted the risk of inadequacy, error or mistake in the information provided in the Bidding Documents or furnished by or on behalf of the IIDC, GWALIOR relating to any of the matters referred to this RFP;

d) Acknowledged and agreed that inadequacy, lack of completeness or incorrectness of information provided in the Bidding Documents or ignorance of any of the matters referred hereinabove shall not be a basis for any claim for compensation, damages,

11

Tender Document NIT No.2249 2nd Call

extension of time for performance of its obligations, loss of profits etc. from theIIDC, GWALIOR, or a ground for termination of the Contract Agreement.

e) Acknowledged and agreed that IIDC, GWALIOR shall not be liable for any omission, mistake or error on the part of the Bidder in respect of any of the above or on account of any matter or thing arising out of or concerning or relating to this RFP, the Bidding Documents or the Bidding Process, including any error or mistake therein or in any information or data given by the IIDC, GWALIOR.

2.6 Right to accept and to reject any or all Bids

2.6.1 Notwithstanding anything contained in this RFP, the IIDC, GWALIOR reserves the right to accept or reject any Bid and to annul the Bidding Process and reject all Bids at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof.

2.6.2 The Client reserves the right not to proceed with the Bidding Process at any time, without notice or liability, and to reject any Bid without assigning any reasons.

2.6.3 In case it is found during the evaluation or at any time before signing of the Contract Agreement, that one or more of the pre-qualification conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith; if the Bidder has already been issued the LOA or has entered into the Contract Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the IIDC, GWALIOR to the Bidder, without the IIDC, GWALIOR being liable in any manner whatsoever to the Bidder. In such an event, the IIDC, GWALIOR shall forfeit and appropriate the Bid Security or Performance Security, as the case may be without prejudice to any other right or remedy that may be available to the IIDC, GWALIOR .

2.6.4 The IIDC, GWALIOR reserves the right to verify all statements, information and documents submitted by the Bidder in response to the RFP or the Bidding Documents. Failure of the IIDC, GWALIOR to undertake such verification shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the IIDC, GWALIOR there under.

2.7 Pre-Bid Meeting2.7.1 Pre-Bid Meeting of the Applicants will be filled on 18.1.2017 at 11.00 AM at

IIDC, Gwalior Office. A maximum of two representatives of each Applicant will be allowed to participate on production of a Client’s invitation letter by the Applicant.

2.7.2 During the course of Pre-Bid Meeting, the Applicants will be free to seek clarifications and make suggestions for consideration of the Client. The Client will endeavor to provide clarifications and such further information as it may, in its sole discretion, consider appropriate for facilitating a fair, transparent and competitive selection process.

2.8 Clarifications and Amendment of RFP2.8.1 The IIDC, GWALIOR reserves the right not to respond to any question or provide any

clarification, in its sole discretion, and nothing in this Clause shall be taken or read as compelling or requiring the IIDC, GWALIOR to respond to any question or to provide any clarification.

12

Tender Document NIT No.2249 2nd Call

2.8.2 The IIDC, GWALIOR may also on its own motion, if deemed necessary, issue interpretations and clarifications to all Bidders. All clarifications and interpretations issued by the IIDC, GWALIOR in written shall be deemed to be part of the Bidding Documents.

2.8.3 At any time prior to the deadline for submission of Bids, the IIDC, GWALIOR may, forany reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify this RFP by the issuance of Addenda.

2.8.4 Any Addendum thus issued will be uploaded on the website of IIDC, GWALIOR2.8.5 In order to afford the Bidders a reasonable time for taking an Addendum into

account, or for any other reason, the IIDC, GWALIOR may, at its own discretion, extend the Bid Due Date after considering the time required by Bidders to address such amendment.

2.9 Preparation and Submission of Proposals

2.9.1 The bids shall be prepared in Three envelops, Envelope A- containing EMD and Bid document fees in form of Demand Draft and shall be submitted in originals, Envelope B- containing prequalification proposal and technical proposal and Envelope C- the financial bid, has to be submitted in separate sealed envelope and all three Envelop A, B and C should be in one singal envelope. The Bidder shall provide all the information sought under this RFP. The IIDC, GWALIOR will evaluate only those Bids that are received in the required formats and complete in all respects.

2.10 Sealing and Marking of Bids2.10.1 The bid shall be comprise of a single package containing Three separated envelopes

(Envelope A , Envelope B (Technical Proposal) and Envelope C(Financial Proposal)) and shall be submitted physically by Post or hand.

2.10.1.1 Envelope A shall contain following documents: (Physical Submission)1.0 Earnest Money Deposit (Original Copy to be submitted physically)2.0 Proof of purchase of Tender documents (Copy of tender purchase receipt) Failure to submit the above documents in physical shall result in rejection of bid completely, and envelope B and financial bid shall not be opened of such bidders.

2.10.1.2 Envelope B shall contain following documents: ( Physical Submission) Prequalification criteria document as clause 2.31, 2.31.1, 2.31.2 and as per Appendix B1 & B2.1. Project details as per Appendix B1 (attach proof, completion certificates)2. Financial Turnover as per Appendix B2 (From Consultancy services only,

attach proof)Technical evaluation criteria1. Cover Letter as per Appendix A12. Organization detail as per Appendix A23. Power of Attorney if applicable as per Appendix C1 (Original copy

submitted physically)4. Joint Venture/ Consortium Agreement if applicable as per Appendix

C2 (Original copy submitted physically)5. Format for Project Data Sheet Appendix – D (for Technical Evaluation)6. Format for Approach and Methodology as per Appendix F17. Format for Approach Paper as per Appendix F28. Format for team composition & task assignment as per Appendix F39. Format for work schedule as per Appendix F410.Format for CV for proposed personnel as per Appendix F5

13

Tender Document NIT No.2249 2nd Call

2.10.2 For Physical submission, Envelope A and Envelope B and Envelope C should be sealed individually and then sealed in a separate outer envelope clearly marked physical submission of “Selection of Consultant for Rapid Environmental Assessment (EIA) Study, and Submitting report to SEIAA, and obtaining Environment Clearance and consent to establish for development of Smart Industrial Park, Padora, Shivpuri, (M.P.) “. If the envelope is not sealed and marked as instructed above, IIDC, GWALIOR assumes no responsibility for the misplacement or premature opening of the contents of the Bid submitted.

2.10.3 Envelope C - The Financial Proposal [Appendix E] shall be placed in Envelope C. The financial proposal of the Bidder shall be the lump sum fee which the bidder proposed to charge for undertaking the assignment. The financial proposal is inclusive of all the out of pocket expenses incurred by the bidder towards travel, documentation & communication etc. all other expenditure required for E.C . The financial proposal shall not include service tax, which shall be payable extra by IIDC, Gwalior, Ltd. Gwalior. (Service recipient, as per the current norms).

2.10.4 The Technical Proposal must necessarily be ‘Hard Bound’ separately and all pages serially numbered. ‘Hard Bound’ implies such binding between two covers through stitching or any other form of binding whereby it may not be possible to replace any paper without disturbing the document.

2.10.5 All physical envelopes should be submitted through Post or Courier only, envelopessubmitted by fax, telex, telegram or e-mail, Hand Delivery shall not be accepted and summarily be rejected. No applications after the due date shall be considered for the evaluation.

2.11 Address of Communication2.11.1 Each of the envelopes shall be addressed to:

A tt e n t io n o f :

Managing DirectorIndustrial Infrastructure Development Corporation (Gwalior) M.P. Ltd. IIDC Plaza, 39-City Centre, Gwalior-474011 (M.P.)E-mail :ii d c g w a l i o r @ g m a i l . c o m Web. : w w w . i i d c g w a l i o r . c o m Phone : 0751-2426614, 2374506 Fax : 0751-2375145

2.12 Bid Due Date2.12.1 The RFP document should reach the office of IIDC, GWALIOR, on or before

08.03.2017 up to 4.30PM.2.12.2 The Physical Envelopes of prospective bidders received by the Client after the Due

Date shall not be eligible for consideration and shall be summarily rejected.2.12.3 The client may, in exceptional circumstances, and at its sole discretion, extend

the Application Due Date by issuing Addendum in accordance with Clause 2.8.5, uniformly for all Applicants, and the same shall be notified online only on, ww w . ii d c g w a l i o r . c o m

2.13 Validity of Bids2.13.1 The Bids shall be valid for a period of not less than 120 (one hundred and twenty)

days from the Bid Due Date. The validity of Bids may be extended by mutual consent of the respective Bidders and the Client.

14

Tender Document NIT No.2249 2nd Call

2.14 Confidentiality

2.14.1 Information relating to the examination, clarification, evaluation and recommendation for the Bidders shall not be disclosed to any person who is not officially concerned with the process or is not a retained professional advisor advising the Client in relation to or matters arising out of, or concerning the Bidding Process. The Client will treat all information, submitted as part of the Bid, in confidence and will require all those who have access to such material to treat the same in confidence. The Client may not divulge any such information unless it is directed to do so by any statutory entity that has the power under law to require its disclosure or is to enforce or assert any right or privilege of the statutory entity and/ or the Client.

2.15 Confirmation of Receipt

2.15.1 The Client would appreciate the Applicant informing, by facsimile/Email, the receipt of the document either from office or from website.

2.16 Correspondence with the Bidder2.16.1 The Client shall not entertain any correspondence with any Bidder in relation to

acceptance or rejection of any Bid.2.17 Bid Security (EMD)

2.17.1 The Bidder shall furnish as part of its bid a Bid Security of Rs. 2,00,000 (Rupees Two Lacs only) in the form of demand draft/FDR of any nationalized/scheduled bank drawn in favor of Managing Director, IIDC, GWALIOR, payable at Gwalior.

2.17.2 Proposals not accompanied by EMD/Bid security shall be rejected outright as incomplete bid.

2.17.3 No interest shall be payable by IIDC, GWALIOR for the sum deposited as Bid Security deposit.

2.17.4 The EMD/Bid Security of the unsuccessful bidders would be returned back within one month of issuance of LOA to the successful bidder. The Bid Security of the successful bidder would be returned after submission of Performance Bank Guarantee and signing of agreement.

2.17.5 EMD/Bid Security shall be forfeited by IIDC, GWALIOR in the following circumstances:

i) at any time, a material misrepresentation is made or uncovered, or

ii) If the bid is withdrawn during the bid validity period or any extension thereof.

iii) If the offer is modified or varied in a manner not acceptable to IIDC,

GWALIORafter opening of the proposals during the bid validity period or any extensionthereof.

iv) If the success full bidder fails to execute the agreement within the stipulated time or any extension thereof provided by IIDC Gwalior.

2.17.6 The IIDC, GWALIOR reserves the right to verify all statements, information and

15

Tender Document NIT No.2249 2nd Call

documents submitted by the Bidder in response to this RFP or the Bidding Documents. Failure of the IIDC, GWALIOR to undertake such verification shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the IIDC, GWALIOR

2.18 The Successful Bidder is required to enter into a Consultancy Agreement with IIDC, GWALIOR and the draft of the same is set out in Appendix G. The fees shall be paid to the Successful Bidder by IIDC, GWALIOR in the manner as set out in Clause 2 of the Draft Consultancy Agreement.

2.19 IIDC, GWALIOR intends to adopt a single stage bidding process for selection ofConsultant for the Assignment. The scope of services is set out in Section 3.

2.20 The Proposals received from eligible Consultants shall be evaluated on the basis of the criteria set out in this RFP document. Each Bidder shall submit a maximum of one (1) Proposal for the Assignment, in response to this RFP document. Any Bidder who submits more than one Proposal for the Assignment shall be disqualified.

2.21 Opening of Proposals and Clarifications2.21.1 IIDC, GWALIOR would open the Part I Submission of the Proposals (Envelope A and

Envelope B-technical proposal) on Due Date of Schedule of Bidding Process for the purpose of evaluation. While opening Part 1 Envelope A shall be opened first and its contents shall be verified, if the Envelope A contains all the required documents the bid shall be considered responsive failing to attach the documents in Envelope A, the bid shall be declared nonresponsive and thereafter technical proposal of responsive bidders only shall be opened.

2.21.2 The bids then shall be first, evaluated for prequalification criteria as mandated in this document. Bidders who fail to meet the prequalification criteria will not be evaluatedfurther.

2.21.3 Bidders who meet the prequalification criteria shall be declared qualified and will be shortlisted for opening of financial bids.

2.21.4 The Envelope C of the shortlisted and qualified Bidders shall be opened on scheduled date, time of such opening.

2.21.5 IIDC, GWALIOR reserves the right to reject any Proposal not submitted on time and which does not contain the information/documents as set out in this RFP document.

2.21.6 To facilitate evaluation of Proposals, IIDC, GWALIOR may, at its sole discretion, seek clarifications in writing from any Bidder regarding its Proposal.

2.21.7 In case there are two or more Bidders having the same quote, IIDC, GWALIOR, may in such case call all such Bidders for negotiations and select the Preferred Bidder on the outcome of the negotiations. The selection in such cases shall be at the sole discretion of IIDC, GWALIOR.

2.21.8 IIDC, GWALIOR reserves the right to reject any Proposal, if:a. At any time, a material misrepresentation is made or discovered; orb. The Bidder does not respond promptly and diligently to requests for

supplemental information required for the evaluation of the Proposal.2.22 In the event of acceptance of the Proposal of the Preferred Bidder with or

without negotiations, IIDC, GWALIOR shall declare the Preferred Bidder as the Successful Bidder. IIDC, GWALIOR will notify the Successful Bidder through a Letter of Acceptance (LoA) that its Proposal has been accepted.

2.23 The Successful Bidder(s) shall execute the Consultancy Agreement within 15 days ofthe issue of LoA or within such further time as IIDC, GWALIOR (Gwalior) Limited may agree to in its sole discretion.

2.24 Performance Guarantee-The Successful Bidder(s) shall furnish a Performance Security equivalent to 5% of

16

Tender Document NIT No.2249 2nd Call

the Sanctioned Amount in the form of Bank Guarantee as per the format provided at Appendix H. The above performance security can be liquidated by the authority i.e. IIDC, GWALIOR, stating that the amount claim is due by any of loss or damage cost to or suffered the authority by reason of any breach of any terms or conditions confined in the said agreement or by reasons of consultant failure to perform the said agreement. The decision of Managing Director, IIDC, GWALIOR, shall be final and binding in this regard. The minimum validity period of Bank Guarantee should be four years which can be further extended if requirement.

2.25 Failure of the Successful Bidder to comply with the requirements set out in this document shall constitute sufficient grounds for the annulment of the LoA and forfeiture of the EMD. In such an event, IIDC, GWALIOR reserves the right toa. either invite the next best Bidder for negotiations

or

b. Take any such measures as may be deemed fit in the sole discretion of IIDC, GWALIOR, including annulment of the bidding process.

2.26 Notwithstanding anything contained in this RFP, IIDC, GWALIOR reserves the right to accept or reject any Proposal, or to annul the bidding process or reject all Proposals, at any time without any liability or any obligation for such rejection or annulment.

2.27 The bidder should have in-house technical capabilities/expertise of planning,architecture, civil/electrical/environmental engineering, site co-ordination and project management. If the client instructs to do so, the successful bidder would establish an office in Gwalior with sufficient staff & infrastructure to ensure smooth co-ordination and timely completion of the assignment.

2.28 The successful bidder will guide and help and prepare respective document the clientin getting loan/grants under prevailing schemes of state/central govt. as well as international funding agencies.

2.29 In addition to above it will be the responsibility of the consultant to get the project approved under various applicable schemes of central/ state government. Necessary presentations, feedback related to the project, salient features of the project, planning, drawings and designs supported with realistic data’s and other related information's and their management shall be in the scope of the consultant.

2.30 Pre-Qualification CriteriaAs part of the evaluation, the Pre-Qualification Proposals submitted should fulfill the Minimum Pre-Qualification Criteria as set out in this clause. In case an Applicant does not fulfill the Minimum Pre-Qualification Criteria, the Technical Proposal of such an Applicant will not be evaluated further. In such cases, the Bid Security will be returned after issue of Letter of Award to the selected Applicant.

2.30.1 Minimum Qualification Criteria

The Bidder should meet all the following criteria as laid down in this clause from (a) to (e)

a) The Bidder, in the same name and style, should be in business at least for last 5 financial years at time of bid opening. In case of change of name of bidder by merger / acquisition / change in status, the bidder may be eligible based on the documentary evidence. Bidder / Company should be incorporated under companies’ act 1956.

b) The Bidder should have valid registration under various Acts that may be applicable for the contract proposed. This shall include but not limited to Income Tax, Companies, Excise

17

Tender Document NIT No.2249 2nd Call

Duty, Sales Tax / Value Added Tax (VAT), Works Contract Tax, Service Tax, Employee StateInsurance, Contract Labour, Provident fund etc.

c) Bidder should be accredited with QCI / NABET as accredited consultant in category of 7 (C) for industrial estates or 5 (F) for Synthetic Organic Chemicals ( Dyes & Dyes Intermediates / Chemicals) in B category .

d) The Firm (in case of sole Bidder) or Lead member (in Case of Joint Venture/ Consortium) should have an average annual turnover of more than 2 Crore from consultancy services in the last 3 financial years (i.e. 2013-14& 2014-15, 2015-16).(The information required in this Para 2.31 to be submitted in Appendix B1 &B2).

e) The Bidder in the same name & style shall have successfully executed / completed consultancy assignments of similar nature in joint venture (JV) or individual capacity, during the last five years ending last day of the month previous to the month in which bid is opened, either of the following: -

One EIA consultancy work order for Industrial Area not less than 600 hectares

OR

Two EIA consultancy work order for Industrial Area not less than 400 hectares

OR

Three EIA consultancy work order for Industrial Area not less than 200 hectaresNote:

1. Similar nature of works means consultancy services for Environmental Impact Assessment studies, for Industrial Areas of successfully executed project for Government/ Semi-government Organizations.

2. Work orders with supporting Environment Clearance Certificates/Consent to establish from Private Organization shall be accepted as similar nature of work, provided that the Project is of Industrial in nature and is of required Area/Size.

3. Joint venture not allowed.

18

Tender Document NIT No.2249 2nd Call

3.0 Ter m s of Referen c e ( S c o p e of W o r k ) 3.1 Scope of Services

I. The Agency shall perform all works as necessary to fulfill the aim and objectives of the assignment. Any additional scope of work and/or extension of time shall be mutually agreed between the Consultant and the Client. All tasks will be monitored by the MD IIDC Gwalior, (Hereinafter called as Authority) and will be considered complete after the consultant has obtained the Authority’s approval.

II. Bidder shall prepare an application for the grant of Environmental Clearance. This shall contain preparation of application in from of Form-I & Form-1A and conceptual plan for the submission to SEAC/ SEIAA. Presentation before SEAC, SEIAA and subsequent compliance if any.

III. Bidder will prepare Environmental Management Plan (EMP)EMP) is an important tool for incorporating environmental concerns at the project level. EMP is carried out as early as the project planning stage as part of feasibility thus it can assure that the project will be environmentally feasible. The bidder shall ensure that the consultants or personnel’s working at the assignment have expertise and extensive in-depth knowledge of EIA procedures and tools for good quality EMP reports.

IV. Gathering Baseline information for environmental, social and economic conditions in the project area. Information on potential impacts of the project and the characteristic of the

impacts, magnitude, their duration, and affected group Information on potential mitigation measures to minimize the impact

including mitigation costs. Other information as required by the MOEF guidelines. Extra Information as sought by SEAAC & SEIAA or MOEF.

V. Do all such works as necessary for successful submission of Preparation of application of Form 1 & 1 A with inception Report.

VI. Prepare technical report related to water Pollution/Air Pollution/Solid WasteArrangements. And final presentations for obtaining EC from SEIAA/MOEF.

VII. Follow up with SEAC & SEIAA for an early presentation of the case.VIII. Make presentation to SEAC & SEIAA

IX. The EIA reports shall be prepared as per latest guidelines and notification of MOEF, Details with justification for adopting the proposed technology and the equipment deployment also to be provided, detailed feasibility report including the financial, environmental and social costs has to be furnished as a chapter in EIA.

X. Prediction of impacts on air water quality of the region due to the proposed activity has to be prepared & presented using appropriate models as prescribedby CPCB.

XI. The EMP shall include the following Description of the area proposed for the project.

Description of the projects such as various components of the proposed

19

Tender Document NIT No.2249 2nd Call

facility. Detailed description of the Process/ Production along with quantity of Raw

material, product capacity, Solid waste & Hazardous waste.

Description of offsite facilities like transportation, infrastructure, drainage etc.

Description of decommissioning and abandonment of works and/or facilities. Information on location, general layout and size of the project area. Monitoring Plan: Identifying the critical issues/features and develop an

environmental monitoring program me indicating the parameters to be monitored, the recommended frequency and duration of the monitoring.

Baseline studies data collection and interpretation shall includePhysical

(1) Detailed description of the existing geology and hydrology.Determination of storm water run-off and the effect of the project on

the soils and ground water.

(2) Water quality of any water bodies in the vicinity or to be impacted bythe development. Water quality Indicators with respect to suspended solids, color, turbidity, nitrates, phosphates, oil and grease, faecal

coliforms etc.(3) Climatic conditions and air quality in the area of influence including

particulate emissions from stationary or mobile sources, NOx, SOx, CO, lead, CO and Methane; wind speed and direction, precipitation, relative humidity and ambient temperatures.

(4) Noise levels of undeveloped site and the ambient noise in influence.

(5) Obvious sources of existing pollution and extent of contamination.Availability of solid waste management facilities.

Biological

(6) Description of flora and fauna in the sphere of influence of the proposed project with emphasis on rare, threatened, endemic, protected, endangered species.

(7) Description of the different ecosystem types and the species they support.

(8) Identification of any nocturnal species as well as migratory species which use the project site.

(9) The importance of the biological diversity of the area and their economic importance if any

Socio-Economic & Cultural Information (a) Present and projected population (b) Present and proposed land use

(c) Planned developmental activities

20

Tender Document NIT No.2249 2nd Call

(d) Implications of the project during the construction phase for resident(e) Accommodation for construction workers. Access to and delivery of

health, educational and social services and emergency support to local communities

(f) Employment

(g) Distribution of income, goods and services

(h) Recreation

(i) Public health and safety

(j) Historical importance of the area

(k) Public perception

Legislative & Regulatory ConsiderationsDescription of the pertinent legislation and standards and environmental policies that are relevant and applicable to the project and identification of the appropriate authority jurisdictions that will specifically apply to the project, so as to ensure compliance.

Determine the potential ImpactIdentification of impacts related to solid waste Management and disposal activities, such as land clearing, land filling, Ground water contamination, Soil quality deterioration, impact of transport system and infrastructure, air emissions. Determining significant impacts such as positive & negative, direct & indirect and short & long term. Special attention will be paid to the effect of the project on

Air, Water & Soil quality

Waste disposal

Changes to land use

Future development

Geological, archeological, historical, architectural and any other naturally occurring features/resources.

Atmospheric pollution

Biodiversity and ecosystem

Socio economic and cultural

Habitat loss or disturbance Noise level.

USEPA approved software’s will be used for identifying the potential impacts of the given project.

Mitigation & Management of Potential ImpactsIdentifying possible measures to prevent or reduce significant negative

21

Tender Document NIT No.2249 2nd Call

impacts to acceptable levels. Cost of the mitigation measures, equipment and resources required to implement those measures.

EMP & DMP formulationThis shall be written in collaboration with the Project proponent. Suggestive guidelines published by MoEF shall be followed and issues such sustainability of efforts and commitments of resources shall be included. Post Project monitoring schedule and organization structure of EMS shall be suggested and described.

XII. Custody and Property of Drawings/ Reports/ Data etc.

Original drawings/Maps/Reports/data/charts/photocopies of classified documents such as topo-sheets etc., and all other documents received from the client, shall be the property of the client and remain in the custody of the Consultant during the period of assignment only and shall be used exclusively in connection with the Services and shall not be made use of for any other purpose. These shall be carefully preserved by the Consultant till the completion of the job and shall be handed over to the client on preparation of final report or on termination of the contract.

22

Tender Document NIT No.2249 2nd Call

4.0 Evaluation of Bids4.1 Opening of Bids4.1.1 The proposals shall be opened as per Clause 4.2 to 4.6 of this document. If possible

consultant may depute their representative to be present at the time of opening of proposals.

4.2 Test of Responsiveness4.2.1 Prior to evaluation of Bids, the Client shall determine whether each Bid is responsive

to the requirements of the RFP. A Bid shall be considered responsive only if:a. The Envelope A is received as per the requirement of Clause2.10.1.1.b. it is received by the Bid Due Date including any extension thereof pursuant to

Clause 2.12.3;c. it contains all the information (complete in all respects) as requested in this RFP

and/or Bidding Documents (in formats same as those specified);d. it does not contain any condition or qualification; ande. it is not non-responsive in terms hereof.f. the sole bidder/associate of a consortium has not participated either as another

sole bidder of associate of another consortium as per Clause 2.2.4.2.2 The Client reserves the right to reject any Bid which is non-responsive and no request

for alteration, modification, substitution or withdrawal shall be entertained by the Client in respect of such Bid.

4.3 Evaluation Process4.3.1 The proposals shall be evaluated as per the parameters set below and ranked

accordingly.1. At the beginning of Evaluation process, the Pre-Qualification of the bidders

shall be checked to evaluate whether the Applicant meets the prescribed Minimum Qualification Criteria.

2. Financial bids shall be opened for financial ranking only for bidders qualifyingtechnically as per minimum qualification criteria (2.31.1).

4.4 Technical Evaluation4.4.1 Technical Evaluation would be undertaken according the criteria set forth in clause

2.31 of this RFP document.

Financial Evaluation

4.4.2 The price bids of only technically qualified bidders would be opened for further consideration. The consultants having the lowest quote shall be declared as successful bidder.

4.4.3 The detailed contents of Proposal will be subsequently reviewed by the Client. Duringthe examination of Proposals, the Client’s staff and any others involved in the evaluation process will not be permitted to seek clarification or additional information from any Consultant who has submitted a Proposal.

4.4.4 Proposals will be reviewed to ensure that the figures provided therein are consistent with the details of the corresponding Technical Proposal.

4.4.5 The Client reserves the right to reject, at its sole discretion, any or all evaluatedFinancial Proposals and if necessary, calls for submission of new Financial Proposals.

4.5 Contacts during Bid Evaluation4.5.1 Bids shall be deemed to be under consideration immediately after they are opened

and until such time the Client makes official intimation of award/ rejection to the Bidders. While the Bids are under consideration, Bidders and/ or their representatives or other interested parties are advised to refrain from contacting by

23

Tender Document NIT No.2249 2nd Call

any means, the Client and/ or their employees/ representatives on matters related to the Bids under consideration.

4.6 Negotiations4.6.1 Financial negotiations will be carried out on sole discretion of the Client.4.6.2 Further Negotiations with the selected Consultant(s) will be squarely limited to the

Time Schedule for Professional Personnel, Activity (Work) Schedule and improvements in ToR. Agreement must then be reached on the final ToRs, the staffing, Bar Charts, which will indicate activities, staff, and periods in the field and in the office, staff months, logistics and reporting.

4.6.3 After successful negotiations with the selected bidder(s), IIDC, GWALIOR shall issueLetter of Award (LOA) for carrying out the assignment.

4.6.4 No information on the evaluation and ranking of consultants’ proposal will be disclosed to any person other than those directly concerned with the selection process. Any consultant who tries to influence the evaluation, ranking or contract, will be liable to be rejected.

4.7 Award of Contract4.7.1 After completion of negotiations for the consultancy services, the Client shall award the

contract to the selected Consultant.

24

Tender Document NIT No.2249 2nd Call

5.0 Fraud and Corrupt Practices5.1 The Applicants and their respective officers, employees, agents and advisers shall

observe the highest standard of ethics during the Bidding Process. Notwithstanding anything to the contrary contained herein, the Client shall reject an Application without being liable in any manner whatsoever to the Applicant if it determines that the Applicant has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process and such Applicant shall not be eligible to participate in any tender or RFP issued by the Client during a period of 2 (two) years from the date so determined.

5.2 For the purposes of this Clause 5, the following terms shall have the meaning hereinafter respectively assigned to them:

a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the Bidding Process;

b) “Fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process;

c) “Coercive practice” means impairing or harming or threatening to impair or harm, directly or indirectly, any person or property to influence any person’s participation or action in the Bidding Process;

d) “Undesirable practice” means (i) establishing contact with any person connected with or employed or engaged by the Client with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and

e) “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement among Applicants with the objective of restricting or manipulating a full and fair competition in the Bidding Process.

6.0 Miscellaneous6.1 The Bidding Process shall be governed by, and construed in accordance with, the laws

of India and the Courts at Gwalior shall have exclusive jurisdiction over all disputes arising under, pursuant to and/ or in connection with the Bidding Process.

6.2 It shall be deemed that by submitting the Application, the Applicant agrees and releases the Client, its employees, agents and advisers, irrevocably, unconditionally and fully from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and / or performance of any obligations hereunder, pursuant hereto and/ or in connection herewith.

25

Tender Document NIT No.2249 2nd Call

Appendix A1

Covering Letter

(On the Letterhead of the Bidder or lead Member in case Bidder is Joint

Venture/Consortium)

Date:

To:

Ref. : The II D C , GW A LI O R inv i tes se a led T e c h n i c a l a n d F i n a nc i a l P r o p o s a l s f o r S e l e c t i o n o f C o n s u l t a n t for R ap i d E n v i r o n m e n t a l A s s e s s m e n t (EIA) S t u d y, a nd S u b m i t t i n g r e p o r t to SE I A A, and ob ta i n ing E n v i r o n m e n t C l e a r a n c e and c o n s e nt to e s t a b l i s h f o r d e v e lopment of S m a r t I n d us t r i a l P a r k in 8 8 2 He c t . , P a d o r a , S h i v pu r i , ( M . P .)

Dear Sir,Being duly Authorised to represent and act on behalf of ……………………. (hereinafter referred to as “the Bidder”), and having reviewed and fully understood all of the Proposal requirements and information provided and collected, the undersigned hereby submits the Proposal on behalf of (Name of Bidder) for the captioned Project in one (1)original and one (1) duplicate, withthe details as per the requirements of the RFP, for your evaluation. We confirm that our Proposal isvalid for a period of 120 days from (insert Proposal Due Date).

We also hereby agree and undertake as under :

Notwithstanding any qualifications or conditions, whether implied or otherwise, contained in our Proposal we hereby represent and confirm that our Proposal is unqualified and unconditional in all respects and we agree to the terms of the proposed Agreement, a draft of which also forms a part of the RFP document provided to us.SelectionWe hereby certify and confirm that in the preparation and submission of our Proposal, we have not acted in concert or in collusion with any other Bidder or other person(s) and also not done any act, deed or thing which is or could be regarded as anti-competitive.

Yours faithfully,

For and on behalf of (Name of Bidder)

Duly signed by the Authorised Signatory of the Bidder

(Name, Title and Address of the Authorised Signatory)

26

Tender Document NIT No.2249 2nd Call

Details of BidderAppendix A2

(On the Letter Head of the Bidder, to be filled separately for both the members of Joint

Venture/Consortium in case Bidder is Joint Venture/Consortium)

1. (a) Name of Bidder

(b) Address of the office(s)

(c) Date of incorporation and/or commencement of business

2. Details of individual(s) who will serve as the point of contact / communication forIIDC, GWALIOR with the Bidder:

(a) Name :

(b) Designation :

(c) Company/Firm

: (d) Address

: (e) Telephone number

: (f) E-mail address

: (g) Fax number

: (h) Mobile number

:

note:In case of partnership Firm and limited company certified copy of partnership deed/ Articles of association and Memorandum Of Association along with registration certificate of the company shall have to be enclosed.

27

Tender Document NIT No.2249 2nd Call

Project Specific ExperienceFormat for Prequalification Proposal

Appendix B1

Provide information of the number of projects, required towards fulfilling prequalification criteria and for technical evaluation as per Clause 2.34, undertaken by lead member or any of its associates. Only the projects for which the lead member or any of its associates was legally contracted either individually as a corporate entity or as one of the major companies within a JV/ consortium are eligible.Note:1. Separate Table for Each Project. Limit the total pages per project to 4 pages of A4 size printed one side

only.2. Attach proofs to substantiate the Details provided (Letter of Award, relevant Completion Certificate etc.).

Projects without the proof of experience will not be considered for evaluation.3. Client reserves the right to verify the details and ask to furnish necessary proofs in that regard.

S. No. Particulars Details1 Project Name:2 Project area in hectares :3 Name & Address of Client4 Project Size (in Ha):5 Project Cost (in INR in Lakhs):6 Name of Lead Partner:7 Name of associate Partners/Consultants if

any.8 Approx. value of the contract (in INR in

Lakhs):9 Approx. value of the services provided by

your firm under the contract (in INR in Lakhs) :

10 Project Duration as per Contract (in Months):11 Project Commencement (Month, Year)12 Project Completion (Month, Year)13 Total No. of staff-months of the project14 No. of staff months provided by the

associate/consultants if any.15 Name of senior professional staff of your firm

involved and functions performed. (indicate only the most significant profiles such as Project Director/Coordinator, Team Leader):

16 Narrative Description of Project:17 Description of actual services provided by

your staff within the assignment:

Authorized Signatory:

Full Name:

Designation:

Name of the Firm:

Address:Seal of the firm:

Appendix B2

28

Tender Document NIT No.2249 2nd Call

Format for Pre-Qualification Proposal(Average Annual Turnover from consultancy services)

Sr. Financial years Average Annual turnover (INR)1. 2013-20142. 2014-20153. 2015-2016

Average for three years [indicate sum of above divided by 3]

Certificate from the Statutory Auditor

This is to certify that [name of company] [registered address] has received the payments shown above against the respective years from consultancy services.

Name of Authorized Signatory:

Designation:

Name of firm:

Signature of Authorized Signatory:

Seal of Audit firm:

Note:

1. In case of a consortium, above form has to be submitted for each consortium member and MinimumEligibility Criteria for revenue should be satisfied by the Member-in-charge.

2. In case the Consultant does not have a statutory auditor, it may provide the certificate from itsChartered Accountant.

3. Annual Turnover of the consultancy firm should be certified by the Charted Accountant.4. Audited Balance sheet including all related notes, and income statements for the above financial

years to be enclosed.

29

Tender Document NIT No.2249 2nd Call

POWER OF ATTORNEY(On Stamp paper of relevant value)

Appendix C1

Know all men by these presents, We.......................................................... (name and address of the registered office) do hereby constitute, appoint and authorize Mr/Ms........................……………............(name and residential address) who is presently employed with us and holding the position of .................................................... as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our Proposal for “Selection of Consultant for Rapid Environmental Assessment (EIA) Study, and Submitting report to SEIAA, and obtaining Environment Clearance and consent to establish for development of Smart Industrial Park in 882 Hect., Padora, Shivpuri, (M.P.) including signing and submission of all documents and providing information/responses to IIDC, GWALIOR in all matters in connection with our Proposal for the said Assignment.We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaidattorney shall and shall always be deemed to have been done by us.

Dated this the _ Day of 2016

For _ __

Accepted

(Name and designation of the person(s)signing on behalf of the Bidder)

_ Signature) (Name, Titleand Address of the Attorney)

Date : …………………….

Note:1. To executed only if the Bidder is a Company or Partnership firm

2. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. Copy of such document should be submitted along with the power of Attorney.

3. Also, wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a resolution/power of attorney in favour of the Person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

Appendix C2

30

Tender Document NIT No.2249 2nd Call

Joint Venture/Consortium Agreement

(in case of Joint Venture/Consortium [not more than two members] Clearly mentioning the Intent of Consortium its lead member and roles and Responsibilities of Parties)

31

Tender Document NIT No.2249 2nd Call

Appendix D

Format for Project Data Sheet (For Technical Evaluation)

Attach details of Project to be consider for technical Evaluation

Name of the Firm :

Project Name : Country :Project Location within Country : Professional Staff ProvidedName of Client: by the firm:

No of Staff:No. of Person Months :

Start Date (Month/Year): Completion Date(Month/Year):

Approx. Value of Services

Name of Associated Firm(s ) if any : No. of Person Months of Professional Staff provided by Associated Firm(s) :

Name of Senior Staff (Project Director/Co-ordinator, Team Leader) involved and functions performed :

Detailed Narrative Description of Project:

Detailed Description of Actual Services provided :

Note: 1. Attach all related proof of work such as, completion certificates, work orders, agreements.

32

Tender Document NIT No.2249 2nd Call

Appendix E

Format for Financial Proposal (Envelope C)

Having gone through this RFP document and Draft Consultancy Agreement and having fully understood the scope of work for the Project as set out in this RFP document; we are pleased to quote the following fees for the Assignment:

S.No. ItemAmount Rs. InFigures Amount in Words

1.

Total Lump Sum rate for Rapid Environmental Assessment (EIA) Study, and Submitting report to SEIAA, and obtaining Environment Clearance and consent to establish for development of Smart Industrial Park, in 882 Hect. Padora, Shivpuri, (M.P.)

Note:

1. The Financial Proposal is inclusive of all taxes and out pocket expenses incurred by the bidder towards travel, documentation and communication and attending all meetings.

2. The Financial Proposal shall not include Service Tax, which shall be payable extra by IIDC, GWALIOR (service recipient part only, as per the current norms).

3. In case of difference in amount quoted in figures and words, the lower value would be considered for evaluation.

4. The amount for publication of project and public hearings if required shall be paid on actual basis by IIDC Gwalior and shall not be the part of the financial bid.

5. Security Deposit@5% shall be deducted from each bill of the consultant which will be refunded after six months of work completion.

Signature of Authorised Signatory of the Bidder

(Name, Title and Address of the Authorized Signatory)

33

Tender Document NIT No.2249 2nd Call

Appendix F1

Approach and Methodology

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal divided into the following three chapters:

a) Technical Approach and Methodology,b) Work Plan, andc) Organization and Staffing,

a) T e c hni c a l A pp r o a c h a nd M e t h o d o l o g y . In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach. The methodology should clearly define the road mad to achieve the objective of full infrastructure development of “Plastic Park Bilaua, District Gwalior, District Gwalior (M.P.)”.

b) Wo r k P l a n . In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. It should be very carefully defined in detail.

c) O r g a n i z a t i o n a n d S t a ff i n g . In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff.]

In all the above, the practical approach of the Bidder with proper experience in doing such like jobs will be given weight-age. Only theoretical approaches to achieve the required milestones shall be discouraged.

Appendix F2

34

Approach Paper on Methodology for Performing the Assignment

Methodology is the key component of the Technical Proposal.

The consultant should explain the understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities to obtain the expected output and the degree of detail of such output. The consultant should highlight the problems to be addressed along with their importance and explain the technical approach the consultant would adopt to address them. Methodology shall be consistent with the Work Plan and Staffing provided in the respective Annexures. An organization chart indicating relationships amongst the Consultant and any Associate(s), the Client, and other parties or stakeholders, if any, involved in the assignment should also be part of Approach Paper.

Note : paper should not contain any promotional materials including any type of portfolio, leaflets, booklets, posters etc. of the projects/company.

Appendix F3

35

Team Composition and Task Assignments

1. Key Personnel

S. No. Designation Name Firm Area of

Expertise

Position

assigned

Task assigned and

responsibility for

current assignment

1 Team Leader

2 Sr. Planner

3 Env. Expert

4 Ele. Expert

5 Junior Engineer

6 Junior Engineer

2. Other Professional Personnel

S. No. Proposed

Position

Name of

Staff

Firm Educational

qualification

No. of Years of

Experience

Task assigned and

responsibility for

current assignment

1

2

3

4

5

36

Appendix F4

Work Schedule

A. Field investigations and study teams

S.No. Activity Months (in the form of a bar chart) Total

M1 M2 M3 M4 M5 M6 n (months)

Total

B. Completion and submission of reports

S.No. Reports Program (date)

37

Appendix F5Curriculum Vitae (CV) for Proposed Personnel (with one page of summary of experience)

1. Proposed position [ whether Key Personnel, Core Management

Personnel or Other Professional Personnel]

2. Name of firm

3. Name of staff [First] [Middle] [Surname]

4. Date of birth [Day / Month / Year]

5. Nationality

6. Education [Indicate college/university and other

specialized education of staff member, giving

names of institutions, degrees obtained, and

year of obtainment starting from the latest

degree]

7. Membership of Professional

Organizations

8. Training & Publications [Indicate significant training since education

degrees (under 5) were obtained]

9. Countries of Work Experience [List countries where staff has worked in

the last ten years]

10. Languages Language Proficiency (good/ fair/ poor)

Speaking Reading Writing

English

11. Employment record

[Starting with

present position, list

in reverse order

Name of

Organization

Position held Duration

YYYY to present

38

every employment

held by staff

member since

graduation]

12. Details of tasks

assigned

13. Work Undertaken

that Best Illustrates

Capability to

Assigned Handle the

Tasks Assigned

[Among the assignments in which the Staff has been

involved, indicate the following information for those

assignments that best illustrate staff capability to handle the

tasks assigned] Name of assignment or project:

Duration of project (provide month & year of start date and

end date of project) :

Number of months worked on project:

Location:

Client:

Project Cost:

Main project features:

Positions held:

Activities performed:

14. Certification I, the undersigned, certify that to the best of my knowledge

and belief, this CV correctly describes me, my qualifications,

and

my experience. I understand that any wilful misstatement

described herein may lead to my disqualification or dismissal,

if engaged.

Signature Signature

Date: [dd/mm/yyyy] Date: [dd/mm/yyyy]

Name of staff member: Name of Authorized Signatory:

Note:

Please strictly restrict the number of pages per CV to four (04) pages (two sheets if printed both sides). The one-page summary shall be over and above the four (04) page CV. Pages in the CV greater than these limits shall not be considered for evaluation.

39

Draft Consultancy Agreement

Appendix G

THIS AGREEMENT (“Consultancy Agreement”) is made on the _ th day of _, 2016 atGwalior.

BETWEEN:

IIDC, GWALIOR, a Govt. owned subsidiary constituted under the companies Act. 1956, (hereinafter referred to as “IIDC, GWALIOR”) which expression shall, unless it be repugnant to the context or meaning thereof, include its administrators, successors and assigns) of One Part

AND[the Firm (in case of Sole Bidder) or Lead Member of Joint

Venture/Consortium (in case of Joint Venture/Consortium)], a company in corporated under the provisions of the Companies Act, 19561 and having its registered office at

(hereinafter referred to as the “Consultant”) which expression shall, unless it be repugnant to the context or meaning thereof, include its administrators, successors and permitted assigns) of the Other Part

IIDC, GWALIOR and the Consultant are collectively referred to as 'Parties' and individually as “Party”.

WHEREAS:A. IIDC, GWALIOR invited detailed proposals from Consultants by open invitations

through publishing NIT in various newspapers.B. In response thereto proposals were received from several persons including

the Consultant. After evaluating them, the Proposal submitted by the Consultant has been accepted and Letter of Acceptance No. dated _ was issued.

The Consultant covenants to undertake the Assignment as set forth in the Terms of Reference in Schedule I (hereinafter referred to as “the Services”) and to perform, fulfill, comply with and observe all and singular provisions, conditions and requirements of this Agreement.

D. In consideration thereof, IIDC, GWALIOR will pay to the Consultant fee (hereinafter referred to as “the Fee”) and more particularly described in Clause2 and will perform, fulfill, comply with and observe all singular provisions, conditions and requirements to the Agreement.

NOW, THEREFORE, in view of the foregoing and in consideration of the mutual covenants and agreements hereinafter set forth, the Parties agree as follows:

1. RELATIONSHIP BETWEEN THE PARTIESNothing contained herein shall be construed as establishing a relation of employer and employee or agent as between IIDC, GWALIOR and the Consultant. The Consultant, subject to this Agreement, has complete charge of

40

personnel performing the Services and shall be fully responsible for the Services performed by it or on its behalf hereunder. The Agreement shall

40

commence on the date it is executed by the Parties. All the provisions and terms and conditions of the RFP documents shall be part of this agreement and shall be binding on both the parties.

2. TIME SCHEDULE AND PAYMENT OF FEES

Payment termThe payment terms shall be as follows,

After submission of Form 1 & 1A 25% After Submission of EIA report 25% After Presentation to SEAC 10% After getting Environment Clearance 40%

Total 100%

General / Commercial Terms & Condition

All payments should be made by RTGS / Checks. Cost against all primary and secondary data including environmental

monitoring and analysis is include in this offer .(Description of the environment/baseline studies data collection)

Bidder will provide full technical resistance for completing the appliction forms, questionnaires and defending the project in the evolution committee ofenvironment department (SEAC and SEIAA).

Cost of Any fees to be paid to any regulatory agency, government agency inPursuance of EIA shall be paid by IIDC Gwalior.

The legal fee to be paid to Environment department/ SEAC/SEIAA, if any is to be borne by IIDC(G).

For any additional services for obtaining E.C there would be no extra Payment.

3. TERMINATION OF THE AGREEMENTThis Agreement shall be effective on the date hereof and shall continue in full force until completion of the Services or terminated earlier as per the Clause (i), (ii) & (iii) below:

i The Agreement may be terminated if any Party is in breach of any of its obligations under the Agreement and the breach has not been remedied within fourteen (14) days (or longer period as the notifying Party may allow) of the intimation to the Party in breach requiring the breach to be remedied.

ii If IIDC, GWALIOR terminates the Agreement as a result of a default of the Consultant, the Consultant shall be liable for the extra costs

41

reasonably incurred by IIDC, GWALIOR in obtaining completion of that part of the Services which remained incomplete as at the date of termination.

iii If IIDC, GWALIOR terminates the agreement, not as a result of any default by the Consultant, then IIDC, GWALIOR shall compensate the Consultant for the Services performed till the date of notice of termination.

The communication of termination of this Agreement shall be by means of written notice (“Termination Notice”)

4. RESPONSIBILITIES AND OBLIGATIONS OF THE CONSULTANTThe Consultant shall:a. provide the Services in accordance with Section 3.0 of the tender

documents;b. exercise the degree of skill, care and diligence normally exercised by

members of the profession performing services of a similar nature;c. be bound to comply with any written direction of IIDC, GWALIOR to vary

the scope sequence or timing of the Services; andd. use all reasonable efforts to inform itself of IIDC, GWALIOR requirements

for the Deliverables for which purpose the Consultant shall consult IIDC, GWALIOR throughout the performance of the Services.

5. CONFIDENTIALITY AND PUBLICITYThe Consultant shall treat the details of the output of the assignment and the Services as confidential and for the Consultant's own information only and shall not publish or disclose the details of the output, deliverables / milestones submitted to IIDC, GWALIOR or the Services in any professional or technical journal or paper or elsewhere in any manner whatsoever without the previous consent in writing of IIDC, GWALIOR.

6. CONSULTANT’S REPRESENTATIVESThe Consultant shall deploy a representative at Gwalior, and agree that the person appointed shall have authority to act on behalf of the Consultant for all purposes in connection with the Services and in accordance with all the provisions under the Agreement. The representative should be stationed at Gwalior till the consultancy works are completed and shall be readily available for discussions with IIDC, GWALIOR officials.

7. OTHER CONDITIONS7.1 In the event IIDC, GWALIOR desires the Consultant to perform such additional

services which are not within the Terms of Reference, the Consultant shall agree to perform such additional services on such renegotiated, modified and

42

new terms and conditions as may be mutually agreed by the Parties.7.2 IIDC, GWALIOR shall provide to the Consultant documents/ information/

reports as may be required by the Consultant to enable it to provide the Services. IIDC, GWALIOR undertakes and agrees to furnish to the Consultant from time to time such other documents/ reports/ information in its possession and/or knowledge as it may consider relevant to perform the Services, as and when such information is received by/ available with the IIDC, GWALIOR.

7.3 All intellectual property conceived, originated, devised, developed or created by the Consultant, its agents, specifically for the purpose of rendering the Services, shall vest with IIDC, GWALIOR unless otherwise agreed, between IIDC, GWALIOR and the Consultant. IIDC, GWALIOR as sole beneficial owner shall be entitled to use such intellectual property for the purpose of the Project.

7.4 Unless otherwise agreed, IIDC, GWALIOR shall have the copyright on all the reports, documents, maps etc., authored, prepared or generated during the course of the Services to be provided by the Consultant.

7.5 Extension of TimeAny period within which a Party shall, pursuant to this Agreement does not complete any action or task, shall be extended for a period equal to the time during which such party was unable to perform such action as a result of Force Majeure.

7.6 Compensation for delay -For delay in work/ non-performance of duties a penalty equivalent to one fourth per cent per week of total agreement amount shall be imposed, which shall be maximum to 10 per cent of agreement amount.

8. COMPLIANCE WITH LAWSThe Consultant shall take due care that all its documents comply with all relevant laws and statutory regulations and ordinances, guidelines in force which includes all laws in force and effect as of the date hereof and which may be promulgated or brought into force and effect hereinafter in India including judgments, decrees, injunctions, writs of or orders of any court of record, as may be in force and effect during the subsistence of this Agreement applicable to the Consultant.

9. GOVERNING LAW AND JURISDICTIONThis Agreement shall be governed by the laws of India. The Courts at Gwalior shall have jurisdiction over all matters arising out of or relation to this Agreement.

10. DISPUTE RESOLUTION

43

10.1 Amicable ResolutionAny dispute, difference or controversy of whatever nature between the Parties, howsoever arising under, out of or in relation to this Agreement (the "Dispute") shall in the first instance be attempted to be resolved amicably through discussions between the Parties.

10.2 Arbitration

a ProcedureSubject to the provisions of Clause 11.1 above, any Dispute which is not resolved amicably within 30 days, the same shall be referred to the sole arbitration of Chairman, IIDC, GWALIOR whose decision shall be final and binding on both the Parties. Such arbitration shall be governed by the Arbitration and Conciliation Act, 1996 (“Arbitration Act”).

b Place of ArbitrationThe place of arbitration shall ordinarily be Gwalior but by agreement of theParties, the arbitration hearings, if required, may be held elsewhere.

c English LanguageThe request for arbitration, the answer to the request, the terms of reference, any written submissions, any orders and awards shall be in English and, if oral hearings take place, English shall be the language to be used in the hearings.

d Enforcement of AwardThe Parties agree that the decision or award resulting from arbitration shall be final and binding upon the Parties and shall be enforceable in accordance with the provision of the Arbitration Act subject to the rights of the aggrieved parties to secure relief from any higher forum.

e Performance during Dispute ResolutionPending the submission of and/or decision on a dispute and until the arbitral award is published, the Parties shall continue to perform their respective obligations under this Agreement, without prejudice to a final adjustment in accordance with such award

11. SEVERABILITYIn the event that any provision of this Agreement is held to be invalid or unenforceable, the remaining provisions of this Agreement will remain in full force and effect.

12. WAIVERWaiver by either Party of any default by the other Party in the observance and performance of any provision of or obligations under this Agreement:i shall not operate or be construed as a waiver of any other or subsequent

default hereof or of other provisions or obligations under this Agreement;ii shall not be effective unless it is in writing and executed by a duly

authorized representative of such Party; and

44

iii shall not affect the validity or enforceability of this Agreement in any manner.

Neither the failure by either Party to insist on any occasion upon the performance of the terms, conditions and provisions of this Agreement or any obligation hereunder nor time or other indulgence granted by a Party to the other Party shall be treated or deemed as waiver/breach of any terms, conditions or provisions of this Agreement.

13. MODIFICATIONModification of the terms and conditions of the Agreement, including any modification of the scope of the Services, may only be made by written agreement between the Parties.

13. NOTICESUnless otherwise stated, notices to be given under this Agreement including but not limited to a notice of waiver of any term, breach of any term of this Agreement and termination of this Agreement, shall be in writing and shall be given by hand delivery, recognised international courier, mail, telex or facsimile transmission and delivered or transmitted to the Parties at their respective addresses mentioned here in above.

14. TRANSFER OR ASSIGNMENTNo Party may assign its interests in the Agreement without the prior written consent of the other Party. Unless specifically stated to the contrary, in any written consent to an assignment, no assignment shall release or discharge the assignor from any obligation under this Agreement.

15. VARIATIONSIIDC, GWALIOR may, by written notice to the Consultant, direct the Consultant

to vary the scope, sequence or timing of the Services with suitable compensation for such variation to be agreed mutually and the Consultant shall be bound to comply with that direction.

EXECUTED BY IIDC, GWALIORby being signed by a duly authorised officer in the presence of:

Witness:Title: _ _

EXECUTED BY _ by being signed by a dulyauthorised officer in the presence of:

Title: _ _

45

AppendixH

Sample form of bank guarantee for Performance Security

To,

The Managing Director,Industrial Infrastructure Development Corporation (Gwalior) M.P. Ltd. IIDC Plaza, 39-City Centre, GwaliorPhone : 0751-2426614, 2374506 Fax : 0751-2375145

THIS DEED OF GUARANTEE executed on this the day ofat_ _ by (Name of the

Bank) having its Head / Registered office at hereinafterreferred to as “the Guarantor” which expression shall unless it be repugnant to the subject or context thereof include successors and assigns;

In favor of, Industrial Infrastructure Development Corporation (Gwalior) M.P. Ltd. IIDC Plaza, 39-City Centre, Gwalior Phone : 0751-2426614, 2374506 Fax :0751-2375145, hereinafter referred to as

“IIDC, GWALIOR”, which expression shall, unless repugnant to the context or meaning thereof include its administrators, successors or assigns.

WHEREAS

A. By the Agreement being entered into between IIDC, GWALIORand _, a company incorporated under the provisions ofthe Companies Act, 1956, having its registered office/ permanent addressat _ _ hereinafter called the consultant. “The consultantbeen granted the rights to provide for (Name of consultancy assignment…………………………) (herein referred to as “the Assignment”).

B. In terms of Clause 17 of the RFP, the Consultant is required to furnish toIIDC, GWALIOR, an unconditional and irrevocable bank guarantee for anamount of Rs. _ /- (Rupees _ Only) as security for due andpunctual performance/discharge of its obligations under the Agreement.

At the request of the Consultant, the Guarantor has agreed to provide guarantee, being these presents guaranteeing the due and punctual performance/discharge by the Consultant of its obligations under the Agreement.NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS:

46

Capitalized terms used herein but not defined shall have the meaning assigned to them respectively in the Agreement.1. The Guarantor hereby irrevocably guarantees the due and punctual

performance by the Consultant of all its obligations relating to theAssignment during the Agreement Period.

2. The Guarantor shall, without demur, pay to IIDC, GWALIOR sums notexceeding in aggregate Rs. _/- (Rupees _ Only), within five (5)calendar days of receipt of a written demand therefore from IIDC, GWALIOR stating that the Consultant has failed to meet its performance obligations under the Agreement. The Guarantor shall not go into the veracity of any breach or failure on the part of the Consultant or validity of demand so made by IIDC, GWALIOR and shall pay the amount specified in the demand notwithstanding any direction to the contrary given or any dispute whatsoever raised by the Consultant or any other Person. The Guarantor’s obligations hereunder shall subsist until all such demands are duly met and discharged in accordance with the provisions hereof.

3. In order to give effect to this Guarantee, IIDC, GWALIOR shall be entitled to treat the Guarantor as the principal debtor. The obligations of the Guarantor shall not be affected by any variations in the terms and conditions of the Agreement or other documents or by the extension of time for performance granted to the Consultant or postponement/non exercise/ delayed exercise of any of its rights by IIDC, GWALIOR or any indulgence shown by IIDC, GWALIOR to the Second Party and the Guarantor shall not be relieved from its obligations under this Guarantee on account of any such variation, extension, postponement, non exercise, delayed exercise of any of its rights by IIDC, GWALIOR or any indulgence shown by IIDC, GWALIOR provided nothing contained herein shall enlarge the Guarantor’s obligation hereunder.

4. This Guarantee shall be irrevocable and shall remain in full force and effectuntil unless discharged/released earlier by IIDC, GWALIOR inaccordance with the provisions of the Agreement. The Guarantor’s liability inaggregate be limited to a sum of Rs. /-(Rupees Only).

5. This Guarantee shall not be affected by any change in the constitution or winding up of the Consultant/ the Guarantor or any absorption, merger or amalgamation of the Consultant /the Guarantor with any other Person.

6. The Guarantor has power to issue this guarantee and discharge the obligations contemplated herein, and the undersigned is duly authorized toexecute this Guarantee pursuant to the power granted under .

47

IN WITNESS WHEREOF THE GUARANTOR HAS SET ITS HANDS HEREUNTO ON THE DAY, MONTH AND YEAR FIRST HEREINABOVE WRITTEN.

SIGNED AND DELIVERED

by _ _ Bank

by the hand of Shri

its and authorized official.

(Signature of the Authorized Signatory)

(Official Seal)