Vous êtes sur la page 1sur 49

District Collector Office, Nashik

Ph.0253-2319006 E-mail:districminingsnk@gmail.com

SHORT TENDER DOCUMENT

NAME OF WORK Excavation of suitable Sand for construction


(manually) 103808 Tonnes (23068 Brass) from
Various Locations as per Appendix I in Nashik
District and transport same quantity of sand to
Sand Depot at Govt. Gat No.131/1/1 Total Area
44H.47R, Mauje Dabhadi, Tal. Malegaon and
again loading of sand into the Lorries at sand
depot, including construction, operation and
maintenance of sand depot
TenderNo.Gaukhani/Kaksha-15/1/258/2023
Dated.29.04.2023
TENDER FEE Rs.5000/- (Non refundable)
EMD Rs.500000/-
PERIOD OF DOWNLOADING From 01.05.2023 at 11.30 AM to 08.05.2023 by
OF BIDDING DOCUMENT 03.00 PM
PRE-BID CONFERENCE Dt-02.05.2023 at 03.00 PM at Collector office
Nashik
Queries through email:
districminingnsk@gmail.com
LAST DATE AND TIME FOR Dt.08.05.2023 upto 03.00PM
RECEIPT OF BID
BID OPENING DATE AND TIME Dt.09.05.2023, Time 04.00PM.
PLACE OF OPENING OF BID District Collector Office, Nashik-422001
OFFICER INVITING BID District Collector Nashik-422001

(Maya Patole)
Additional Collector Nashik

Page 1 of 49
GOVERNMENT OF MAHARASHTRA
INVITATIONS FOR BID

BidNo.: Gaukhani/Kaksha-15/1/258/2023 Dt.30.04.2023

1. The Collector, Nashik invites Bid for Excavation of suitable Sand for construction (manually)
103808 Tonnes (23068 Brass) from Various Locations as per Appendix I in Nashik District and
transport same quantity of sand to Sand Depot at at Govt. Gat No.131/1/1 Total Area 44H.47R, Mauje
Dabhadi, Tal. Malegaon and again loading of sand into the Lorries at sand depot, including
construction, operation and maintenance of sand depot.
Sr. Taluka Name of Gat No. Name of Quantity Location of Sand Depot
No. Name Sand Ghat River Brass Tonnes Village Gat no Area
(H.R)
1 Malegaon Aaghar Bk.1 518 to 559 4847 21812
360 to 363 to
2 Malegaon Patne 3557 16007
Engadi Nala
Nimbola Shiv
Gat No.662
to gat No. 2, 131/1
3 Malegaon Chinchawad Girna 7597 34187 Mauje Dabadhi
Gat No. 2 to 44.47
Tal Maleagaon /अ/1
Gat No.662
to gat no. 28
gat no. 753 to
4 Malegaon Aaghar Kh. 221, gat no. 7067 31802
221 to 249
Total 23068 103808

2. Bidding documents may be downloaded from website, https://mahatenders.gov.in and


www.nashik.nic.in. Tender processing fee of Rs. 5000/- shall be Deposited into Collector
office By DD in favours of District Mining officer, Nashik at the time of submission of bid.
3. Bid must be accompanied by EMD of the amount Rs. 5,00,000 /-(Rupees Five Lakh only) in
the form of DD in favours of District Mining officer, Nashik at the time of submission of bid
in to collector office
4. Original DD and EMD (DD) should be Submited before Bid Opening Date otherwise Bid will
be Rejected.
5. Bid will be opened online and the same will be visible in https://mahatenders.gov.in.
6. Apre-bid queries will be taken through e-mail on 02.05.2023 up to 03.00 PM with mail
ID:districminingnsk@gmail.com to clarify the issues and to answer questions on any matter
that may be raised at that stage as stated ‘Instructions to Bidders’ of the bidding document.
7. Other details can be seen in the bidding documents.
8. The address for communication is as in tender document.

Page 2 of 49
Instructions to Bidders (ITB)
A. GENERAL
1. Scope of Bid 1.1 Collector, Nashik invites Bid for Excavation of suitable Sand for
construction (manually) 103808 Tonnes (23068 Brass) from
Various Locations as per Appendix I in Nashik District and
transport same quantity of sand to Sand Depot at Dabhadi Tal.
Malegaon and again loading of sand into the Lorries at sand depot,
including construction, operation and maintenance of sand depot.
1.2 The successful Bidder shall be expected to complete the Works by
the Intended Completion Date.
1.3 Throughout these Bidding Documents:
(a) The term “in writing” means communicated in written form
(e.g.by mail, e-mail)with proof of receipt;
(b) If the contexts or enquires, ,“singular” means “plural” and vice
versa; and
(c) “day” means calendar day.
2. Eligible Bidders 2. 1 Following individuals/ Companies will not be eligible
a. Any Minor, Bankrupt or Mentally retired person
b. Any person holding post in State or Centre
c. Any individual/ Company having Mineral Royalty or Dead Rent
Arrears
d. Any individual/ Company punished by the court in illegal mineral
excavation matter.
e. If turn over of the preceding year is less than Rs.25 lakh.
f. Chartared Accountant Certificate must be required for over all turn over.
2.2 Shall have proof of Last 3 years regular income tax returns,
PAN Number & GSTIN
3. Qualifications of The Bidder shall have under their possession through owners hired lease
the Bidder the following required machinery along with
Commercial Tractors with 10 Nos (Owned/Hired ) /
trolleys / Tippers (6 Tyres) 05 Nos. (Owned /Hired )
Loader at Sand depot 02 Nos.(Owned /Hired)
Water Tankers 04 Nos.(Owned/ Hired)
The equipment to be deployed should be in good working condition
The personnel for sand depot should be as follows
Site Manager 01
Operator cum assistant 01
Security Guard 04
Attendant 01
4. One Bid per 4.1 Each Bidder shall submit only one Bid for each sand depot. A
Bidder Bidder who submits or participates in more than one Bid shall
cause all the proposals with the Bidder’s participation to be
disqualified. The bidding document is not transferable.
5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and
submission of his Bid, and the Employer shall in no case be
responsible or liable for those costs.
6. Site Visit 6.1 The Bidder at the Bidder’s own responsibility and risk, is
encourage to visit and examine the site of Work sand its
surroundings and obtain all information that may be necessary for
preparing the Bid and entering into a contract for the Works. The
cost of visiting the site shall beat the bidder’s own expense.

Page 3 of 49
B. Bidding Documents

7. Contents of 7.1 The set of Bidding Documents comprises the documents


Bidding Documents listed in the table below and addenda issued in accordance
with tender documents:
Invitation for Bid
Section I Instructions to Bidders
Section II Forms
Section III General Conditions of Contract
8. Clarification of 8.1 A prospective Bidder requiring any clarification of the
Bidding Documents Bidding Documents may notify the Employer in writing
through email to districminingnsk@gmail.com. The
Employer shall respond to any request for clarification
received earlier than 3 days prior to the dead line for
submission of Bid. Copies of the Employer’s response shall
be forwarded to all purchasers of the Bidding Documents,
including a description of the inquiry, but without identifying
its source through e-mail.
8.2 Pre-bid Meeting.
8.2.1 The bidder or his official representative can send queries
pertaining to Bid document to ditricminingnsk@gmail.com
8.2.2 The purpose will be to clarify issues and to answer questions
on any matter that may be raised at that stage.
8.2.3. The bidder is requested to submit any questions in writing or
email to reach the Employer before the meeting.
8.2.4 Minutes of the meeting, including the text of the questions
raised (without identifying the source of inquiry) and the
responses given will be transmitted without delay to all
purchasers of the bidding documents.
Any modification of the bidding documents listed in tender
documents which may become necessary as a result of the
pre-bid queries shall be made by the Employer exclusively
through the issue of an Addendum pursuant to tender
document and not through the pre-bid responses.
9. Amendment of 9.1 Before the deadline for submission of Bid, the Employer may
Bidding Documents modify the Bidding Documents by issuing addenda.
9.2 Any addendum thus issued shall be part of the Bidding
Documents and shall be communicated in writing to all
purchasers of the Bidding Documents. Prospective bidders
shall acknowledge receipt of each addendum in writing to the
Employer.
9.3 To give prospective bidders reasonable time in which to take
an addendum into account in preparing their Bid, the
Employers hall extend, as necessary, the deadline for
submission of Bid, in accordance with tender documents.

Page 4 of 49
C. Preparation of Bid

10. Language of Bid 10.1 All documents relating to the Bid shall be in the
Marathi/English.
11. Documents 11.1 The Bid submitted by the Bidder shall comprise the
Comprising the Bid following:
(a) The Bid (in the format indicated in Section II);
(b) Bid Security, in accordance with tender documents, if
required;
(c) Forms;
And any other materials required to be completed and
submitted by bidders.
The documents listed in Section II, shall be filled in without
exception.
12. Bid Prices 12.1 The Contract shall be for the whole Works, as described in
tender documents, based on the priced Bill of Quantities
submitted by the Bidder.
12.2 The Bidder shall fill in rates and prices and line item total
(both in figures & words) for all items of the Works
described in the Bill of Quantities along with total bid price
(both in figures and words). Items for which no rate or price
is entered by the Bidder shall not be paid for by the Employer
when executed and shall be deemed covered by the other
rates and prices in the Bill of Quantities. Corrections, if any,
shall be made by crossing out, initialing, dating and
rewriting.
12.3 The rates quoted in the tender must be firm and hold good
throughout the contract period. No escalation whatsoever will
be allowed except as provided in the tender. Increase in the
rates on any other count shall not be considered.
12.4 Quoting for part of the work is liable for rejection.
12.5 The rates quoted shall be all inclusive covering the cost of
personnel, equipments, materials, escalations (as provided in
the tender) and all other facilities and operations necessary
for the satisfactory completion of the work and shall be
inclusive of all charges for handling, transport, lead, lift,
labour housing, sanitary and medical facilities for labour,
construction, tools and plant, electric power and water,
workshop, insurance, payment of taxes and duties, watch &
ward arrangements etc., and all other expenses of every
description which under the contract are to be borne by the
Contractor.
13. Bid Security 13.1 The Bidder shall furnish, as part of its Bid, a Bid security, in
original form for the amount Rs.5,00,000/-for this particular
work.
13.2 This bid security shall be paid offline.
13.3 Any bid not accompanied by an acceptable Bid Security and
not secured as indicated in tender document above shall be
rejected by the Employer as non-responsive.
13.4 The Bid security of unsuccessful bidders will be returned
immediately after finalization of the tender
The Bid Security of successful bidders will be discharged
and returned when the bidder has signed the Agreement
and furnished the required Performance Security, or
adjusted to performance Security Deposit.

Page 5 of 49
13.5 The Bid Security may be forfeited:
(a) if a Bidder withdraws/modifies/substitutes its bid
during the period of bid validity specified by the
Bidder on the Bid Submission Sheet, except as
provided in tender documents or
(b) if the Bidder does not accept the correction of its Bid
Price pursuant to tender documents.
(c) If the successful Bidder fails within the specified time
to:
(i) sign the Contract Agreement; or
(ii) furnish the required performance security.

D. Submission of Bid

14. Submission, 14.1 Bidders shall submit their Bid electronically. The
Sealing and Prospecting Bidder shall participate through online
Marking of Bid https://mahatenders.gov.in/nicgep/appwebsite and Tender
Schedule details specifying various terms and conditions of
the above tenders can also be downloaded from the above
website. All the documents EMD, Tender document, tender
fee D.D Copy shall be uploaded in
https://mahatenders.gov.in on or before 08.05.2023 upto
03.00 PM.
14.2 The tender proposal shall be made in TWO PARTS i.e.,
PART-1 and PART-2.
PART-1 shall contain the Technical Bid and
PART-2 shall contain the “Price Bid” which shall be
prepared in the manner described below:
14.3 The following documents duly filled in and signed with date
and seal on each page by the Bidder shall be submitted to
COLLECTOR OFFICE NASHIK.
i. Check list of documents to be enclosed with the tender:
This shall be submitted in the prescribed pro- forma,
“FORM-A” enclosed in Section-II.
ii. Letter of submission of Tender : This shall be
submitted in the prescribed pro-forma, “FORM-B”,
enclosed in Section-II.
iii. Full information about the Bidder: This shall be
furnished in the prescribed pro-forma, “FORMC”,
enclosed in Section-II including details regarding financial
soundness of the Bidder.
iv. Details of machinery equipments, tools, tackles etc., the
Bidder proposes to deploy for this work: This shall be
furnished in the prescribed pro-forma, “FORM -D”.
v. In the event of the space being insufficient for the required
purpose, additional sheets may be added, which shall be
numbered consecutively and duly signed and included in
the bid submission form (“Form – B”).
vi. Any other information, the Bidder desires to furnish in
connection with this tender.
14.4 The Bidder shall ensure that all pages of the documents are
signed and affixed the stamp thereon and shall submit
scanned copies of all documents relating to Technical bid and
uploading in the e- procurement system and same hard copy
shall be submitted to COLLECTOR OFFICE

Page 6 of 49
NASHIKOffice superscripted as “Part–1-Techncial Bid”
along with Bid Security.
14.5 The Bidder shall submit scanned copy of Price Bid (Part-2)
as specified in Form F and upload in the
https://mahatenders.gov.in uploading of price bid in the
technical bid will amount to non responsiveness of the bid.
14.6 The Bid shall be submitted only in the name of the Bidder in
whose name the Bid documents were issued by
COLLECTOR OFFICE NASHIK.
15. Deadline for 15.1 Bid shall be submitted in the https://mahatenders.gov.in.. not
Sub-mission of Bid later than 08.05.2023 up to 03.00 PM.
15.2 The Employer may extend the deadline for submission of
Bid by issuing an amendment in accordance with tender
documents, in which case all rights and obligations of the
Employer and the bidders previously subject to the original
deadline shall then be subject to the new deadline.
16. Late Bid 16.1 Any Bid received by the Employer after the deadline
prescribed in tender documents shall be returned unopened
to the Bidder.
17. Withdrawal, 17.1 Bidders may withdraw, substitute or modify their Bid before
Substitution and thedeadline prescribed in tender documents.
Modification of Bid 17.2 No Bid may be substituted or modified after the
deadline forsubmission of Bid.
17.3 Withdrawal of a Bid between the deadline for submission of
Bid and the expiration of the period of Bid validity specified
in the Bidding Data or as extended pursuant to tender
documents may result in the forfeiture of the Bid Security
pursuant to tender documents.

E. Bid Opening and Evaluation

18. Bid Opening 18.1 The Employer shall open the Bid on 09.05.2023 at 04.00 pm
in https://mahatenders.gov.in at COLLECTOR OFFICE
NASHIK.
18.2 The bidders’ names, the Bid prices, the total amount of
each Bid, any discounts, Bid withdrawals, substitutions, or
modifications, the presence or absence of Bid Security and
such other details as the Employer may consider appropriate,
shall be announced by the Employer at the opening. No bid
shall be rejected at bid opening except for the late Bid
pursuant to tender documents.
19. Clarification of 19.1 To assist in the examination, evaluation, and comparison of
Bid Bid, the Employer may, at the Employer’s discretion, ask
any Bidder for clarification of the Bidder’s Bid, including
breakdown of unit rates. The request for clarification and the
response shall be in writing, but no change in the price or
substance of the Bid shall be sought, offered, or permitted
except as required to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the
Bid in accordance with tender documents.
20. Examination of 20.1 Prior to the detailed evaluation of Bid, the Employer shall
Bid and determine whether each Bid (a) meets the eligibility criteria
Determination of defined in tender documents; (b) has been properly signed;
Responsiveness (c) is accompanied by the Security and (d) is substantially

Page 7 of 49
responsive to the requirements of the Bidding Documents.
20.2 A substantially responsive Bid is one which conforms to all
the terms, conditions, and specifications of the Bidding
Documents, without material deviation or reservation. A
material deviation or reservation is one (a) which affects in
any substantial way the scope, quality, or performance of the
Works; (b) which limits in any substantial way, inconsistent
with the Bidding Documents, the Employer’s rights or the
Bidder’s obligations under the Contract; or (c) whose
rectification would affect unfairly the competitive position of
other bidders presenting substantially responsive Bid.
20.3 If a Bid is not substantially responsive, it shall be rejected by
the Employer, and may not subsequently be made responsive
by correction or withdrawal of the nonconforming deviation
or reservation.
21. Correction of 21.1 Bid determined to be substantially responsive shall be
Errors checked by the Employer for any arithmetic errors. Errors
shall becorrected by the Employer as follows:
(a) where there is a discrepancy between the amounts in
figures and in words, the amount in words shall
govern; and
(b) where there is a discrepancy between the unit rate and
the line item total resulting from multiplying the unit
rate by the quantity, the unit rate as quoted shall
govern.

21.2 The amount stated in the Bid shall be adjusted by the


Employer in accordance with the above procedure for the
correction of errors and, with the concurrence of the Bidder,
shall be considered as binding upon the Bidder. If the Bidder
does not accept the corrected amount, the Bid shall be
rejected, and the Bid Security may be forfeited in accordance
with tender documents.
22. Currency for 22.1 The currency for bid evaluation shall be Indian Rupees only.
Bid Evaluation
23 Evaluation and 23.1 The Employer shall evaluate and compare only the Bid
Comparison of Bid determined to be substantially responsive in accordance with
tender documents.
23.2 In evaluating the Bid, the Employer shall determine for each
Bid the evaluated Bid price by adjusting the Bid price as
follows:
(a) making any correction for errors pursuant to tender
documents;
(b) Making an appropriate adjustment for any other
acceptablevariations, deviations.
23.3 The Employer reserves the right to accept or reject any
variation, deviation, or alternative offer. Variations,
deviations, and alternative offers and other factors which
are in excess of the requirements of the Bidding Documents
or otherwise result in unsolicited benefits for the Employer
shall not be taken into account in Bid evaluation.
24. Confidentiality 24.1 Information relating to the Examination, Clarification,
Evaluation, and Comparison of Bid and Recommendations
for the Award of a contract shall not be disclosed to bidders
or any other persons not officially concerned with such

Page 8 of 49
process until publication of the award to the successful
Bidder has been announced. Any effort by a Bidder to
influence the Employer’s processing of Bid or award
decisions may result in the rejection of its Bid.
Notwithstanding the above, from the time of bid opening to
the time of Contract award, if any Bidder wishes to contact
the Employer on any matter related to the bidding process,
it should do so in writing.

F. Award of Contract

25. Award of 25.1 The Employer shall award the Contract to the Bidder whose
Contract Bid has been determined to be substantially responsive to the
Bidding Documents and who has offered the lowest
evaluated Bid price, provided that such Bidder has been
determined to be eligible and qualified.
25.2 Acceptance of tender by the COLLECTOR OFFICE
NASHIK will be communicated by by Registered letter/e-
mail.
25.3 Letter of Intent (LoI) will be issued by COLLECTOR
OFFICE NASHIK to the successful bidder within two days
of Price bid opening and on receipt of LoI, the successful
bidder shall enter into agreement with COLLECTOR
OFFICE NASHIK within fifteen days of issue of LOI as per
the norms and conditions mentioned in the tender document.
25.4 The successful Bidder shall be required to execute an
agreement in the prescribed proforma enclosed. The
Agreement shall be prepared on a Non-Judicial Stamp Paper
of appropriate value to be purchased by the successful
Bidder in his / their name and the same shall be executed
within fifteen (15) working days from the date of issue of the
Letter of Intent / Letter of Acceptance by submitting the
required bank guarantees. The successful Bidder shall
commence the operations within 30 days from the date of
Agreement. In the event of failure on the part of the
CONTRACTOR to sign the AGREEMENT within the
specified time, COLLECTOR OFFICE NASHIK shall, at its
sole discretion, cancel the Letter of Intent or Letter of
Acceptance and forfeit the Earnest Money Deposit.
26. COLLECTOR 26.1 COLLECTOR OFFICE NASHIK reserves the right to accept
OFFICE or reject any Bid, and to cancel the bidding process and
NASHIK’s Right to reject all Bid, at any time prior to the award of Contract,
Accept any Bid and without thereby incurring any liability to the affected Bidder
to Reject any or all or bidders or any obligation to inform the affected Bidder or
Bid bidders of the grounds for the COLLECTOR OFFICE
NASHIK’s action.

Page 9 of 49
Section II. Forms of Bid

Page 10 of 49
Form-A

CHECK LIST OF DOCUMENTS ENCLOSED WITH TENDER

(To be in separate sheet and included in Part–1 of the tender)

Sr. Description Declaration


No. (Strike Out Whichever is not applicable)

(A) PART–1 OF THE TENDER (TECHNCIAL BID)

1. Whether Check list of documents in the


Prescribed proforma, Form‘A’ enclosed with Yes/No
‘Tender proposal Forms’

2. Whether Bid submission form in the prescribed


proforma, Form‘B’ enclosed with duly filled in Yes/No
And signed as per Instructions to Bidder’s

3. Whether Earnest Money Deposit for the value


as indicated in Notice Inviting Tender, in the Yes/No
manner Specified in Instructions to Bidder.

4. Whether following Formats enclosed to Tender


Proposal Forms’ duly filled in and signed along Yes/No
With all required enclosures, complete
as per Instructions to Bidder. Form C & Form D

5. Whether self declaration form F enclosed to


Tender Proposal Forms’ duly filled in and signed Yes/No

B. PART–2OFTHETENDER (PRICEBID)

1. Whether Price quotation in the prescribed Yes/No


In Form ‘E’ enclosed?

Page 11 of 49
Form-B

Bid Submission Form


(To be included in Part–1 of the tender)
To
The Collector
NASHIK-422001

Name of Work : Excavation of suitable Sand for construction (manually) 103808 Tonnes (23068 Brass) from
Various Locations as per Appendix I in NASHIK District and transport same quantity of sand to Sand Depot at
Mauje Dabhadhi Tal. Malegaon and again loading of sand into the Lorries at sand depot, including construction
operation and maintenance of sand depot.

Tender No.-------------------

Sir,

Having carefully examined all the tender documents consisting of Invitation of Tender, Instructions to
Bidders, General Conditions of Contract, Special Conditions of the Contract, Bill of Quantities and other documents
and papers asenclosed and having understood the provisions contained therein and having inspected the site, I/We
hereby submit my / our offer to undertake the Excavation of suitable Sand for construction (manually) ---------
Tonnes from locations as per Appendix-I, and transport same quantity of sand to Sand depot and again loading of
sand into the Lorries at Sand depot.

1.0 As stipulated in the Notice Inviting Tender, I /We herewith enclose Earnest Money Deposit of
Rs.5,00,000/- in the formof D.D. I/ We agree that in case our tender is accepted the said amount of earnest
Money may be retained by the COLLECTOR OFFICE NASHIK,and treated as Performance Security
Deposit.
2.0 I/We under take to agree for forfeiture of EMD by COLLECTOR OFFICE NASHIKif we donot execute
the contract within the time prescribed in LOI.
3.0 I/We under take, if our tender is accepted, to complete and deliver the whole of the works specified in the
contracts within the time/period stipulated in the tender documents/Contract.
4.0 I / We agree to abide by this tender condition to enter into agreement within a period of 15 days from the
date of declaration of successful Bidder.
5.0 Unless and until a formal agreement is prepared and executed, this Tender together with my / our written
acceptance thereof, shall constitute a binding contract between us.
6.0 I / We distinctly agree that I / We will not thereafter make any claim or demand upon COLLECTOR
OFFICE NASHIK, for release of EMD /Security Deposit / Payment of bill in case of reversal of work
properly or due to all egedmis understanding or mistake on my/our part of any of the said requirements,
covenants, agreements, stipulations, restrictions and conditions.
7.0 I /we agree to submit bank guaranty of RS. Ten Lakh of at the time of agreement as security against sand
depot infrastructure .
8.0 Dated this……………….Day of 2023.

SIGNATURE OF WITNESSES SIGNATURE OF THEBIDDER


WITH ADDRESS WITH DATE & STAMP

Page 12 of 49
Form-C
FULL INFORMATION ABOUT THE BIDDER
(To be included in Part–1of theTender)

NAME OF THE WORK: Excavation of suitable Sand for construction (manually) ---------
Tonnes from locations as per Appendix-I, and transport same quantity of sand to Sand depot
at -----------and again loading of sand into the Lorries at Sand depot NAME OF BIDDER:
------------------------------------------------------------------------------------------------
The following information shall be furnished by the Bidder.
1.0 In Case of Individual
1.10 His full name, address and pLakhe of business.
1.20 His financial status
1.30 His previous experience
1.50 Details of PAN No.
1.60 Details of Income Tax Assessment documents.
2.0 In case Of Partnership Firm
2.10 The Registration Certificate of Partnership Firm
2.20 The Partnership deed
2.30 Name sand Particulars of Partners
2.40 PLakhe of Business of Partnership Firm
2.50 Previous experience of the Partnership Firm
2.60 Details of PAN No. of Partnership Firm
2.70 Income Tax Assessment documents of Partnership Firm
2.80 The details of person who are authorized to sign documents, bill sand receipts on
behalf of Partnership Firm.
3.0 Incase Of companies
3..10 Date and pLakhe of registration including date of commencement certificate in case
of public limited companies – certified copies of Memorandum and Articles are also
to be furnished.
3.20 Nature of business carried on by the Company and the provisions of its
Memo random relating thereto.
3.30 Name sand particulars including address of all the Directors.
3.40 Previous experience.
3.50 Its authorized, subscribed and paid up Capital.
3.60 The person who will sign documents, bills and receipts on behalf of the company.

SIGNATURE OF BIDDER
WITH DATE AND STAMP

Page 13 of 49
Form-D
(To be in separate sheets and included in Part1 of the tender)

Tender No.________ Dtd:_________

DETAILSOFMACHINERY,EQUIPMENT ANDVEHICLESASPERCLAUSE

Sl. Nameofthe CapacityS Owned or Remarks


No Machinery pecification Hired

1 Loader 1. All Bidders are requested to


submit an under taking on Non-
2 Commercial Judicial Stamp Paper stating that
Tractor with they posses either on ownership
trollys/ Tipper basis or Hire basis, the required
( 6 tyred) machinery as specified in Tender
Document.
2. The Successful bidder shall
furnish documentary evidence of
possession of machinery either on
ownership basis or Hire basis as
specified in the Tender document
before entering into agreement.
3 Water
Tankers

SIGNATURE OF BIDDER
WITH DATE AND STAMP

Page 14 of 49
FORM–‘E’

Tender No._________
Dtd:______________
PRICE BID-Part-2

(price bid should submit through online only)

Rates to be quoted clearly both in figures and words

Excavation of suitable Sand for construction (manually) 103808 Tonnes (23068 Brass) from
Various Locations as per Appendix I in Nashik District and transport same quantity of sand
to Mauje Dabhadhi Tal. Malegaonand again loading of sand into the Lorries at sand depot ,
including construction, , operation and maintenance of sand depot

PerTonne rate including all taxesshallbe quoted.

TABLE - A

S. Description Unit Rate in Rs./Tonne


No (including all taxes)
In Figures In words

1 Excavation of suitable Sand for


construction (manually) 103808
Tonnes (23068Brass) from
Various Locations as per
Appendix I in Nashik District
and transport same quantity of Per
sand to Mauje Dabhadhi Tal. Tonne
Malegaonand again loading of
sand into the Lorries at sand
depot, including construction, ,
operation and maintenance of
sand depot

DATE: SIGNATURE OF THE BIDDER WITHSEAL

Page 15 of 49
Form - F
Self-declaration

1. I/we ……………………….hereby declare that I/we am/are not


1.1 A person who is minor, insolvent or mentally retarded or
1.2 A person holding a position of profit in the Central or State Government or
1.3. For this purpose, the list of persons/organizations who have previously having
the arrears of minor minerals or the amount of dead rent (Dead Rent)
1.4 A person / entity convicted by a court of law for moral turpitude or illegal
mining or for illegal transportation of a minor mineral
2. My/our turnover of the preceding financial year is not less than the prescribed
limit. (CA certificate is attached herewith)

Date - /04/2023

Sign
Name of the Person/ Authorised Person
Seal

Page 16 of 49
Section-III General Terms And Conditions
1. Location of the work:
The villages covered in the Excavation of suitable Sand for construction (manually)
103808 Tonnes (23068Brass) from Various Locations as per Appendix I in Nashik
District and transport same quantity of sand to Sand Depot at Mauje Dabhadhi Tal.
Malegaon and again loading of sand into the Lorries at sand depot, including
construction, operation and maintenance of sand depot.
Sr. Taluka Name of Gat No. Name of Quantity Location of Sand Depot
No. Name Sand Ghat River Brass Tonnes Village Gat no Area
(H.R)
1 Malegaon Aaghar Bk.1 518 to 559 4847 21812
360 to 363 to
2 Malegaon Patne 3557 16007
Engadi Nala
Nimbola Shiv
Gat No.662
to gat No. 2, 131/1
3 Malegaon Chinchawad Girna 7597 34187 Mauje Dabadhi
Gat No. 2 to 44.47
Tal Maleagaon /अ/1
Gat No.662
to gat no. 28
gat no. 753 to
4 Malegaon Aaghar Kh. 221, gat no. 7067 31802
221 to 249
Total 23068 103808

2. Period of the Contract:


The contract will be for a period of maximum 3 Years or excavation completion as
mentioned in the tender document whichever is earlier.
3. Quantum of work:
Excavation of 103808 Tonnes sand in a contract period.
4. Performance Security Deposit:
The EMD amount will be adjusted against the Performance Security Deposit.
i. The Collector Nashik reserves the right to forfeit PSD or adjust the amounts
recoverable as against Performance Security Deposit in accordance with
Failure and Termination. The decision of the Collector Nashikis final and
binding on the bidder/ Contractor.
ii. The Collector Nashik also reserves the right to adjust any sum of money due
and payable by the contractor to the Collector Nashik against Performance
Security Deposit in case the Collector Nashik is unable to recover the due
amounts from the contractor.
5. Extraction of Sand:
1. The rules of Ministry of Environment, Forest & Climate Change ( Issued by
the State Environment Impact Assessment Authority (SEIAA), Maharashtra
issued time to time will be binding on the contractor . (Annexure 1)
2. Cost of environment management plan and Corporate Environment
Responsibility will be borne by successful bidder and will be implemented by
successful bidder as per Annexure 2.
3. The conditions as issued by Govt Of Maharashtra vide Govt Resolution No:
Gaukhani-10/1222/Pra.Kra.82/Kh-1 Dated 19th April 2023, 20th April 2023
instructions issued by the GOM time to time in this connection will be binding
on the contractor (Annexure 3).

Page 17 of 49
6. Equipments and Personnel:
The equipments once deployed for the work shall not be withdrawn without prior
permission from Collector NASHIK.
The Bidder is exclusively responsible for the supervision of the entire work, either
personally or through his qualified supervisory agents or staff acceptable to the
COLLECTOR OFFICE NASHIK subject to the powers of the Collector NASHIK, to
insist on employing more supervisory staff, if, in his opinion, for efficient execution
of the work requires it. The Bidder hereby agrees to abide by the decision of the
Collector Nashikin this regard.
The Bidder shall confirm to all the laws governing employment, payment, safety and
welfare of his / their labour and staff and provisions of the Minimum Wage Act, the
Workmen’s Compensation Act, Contract Labour (Abolition & Regulation) Act, the
Mines Act, Industrial Disputes Act, Maternity Benefit Act, Bonus Act and other
statutory provisions as are existing as of now or as may be introduced later as well as
those orders of Government of India or State applicable to the COLLECTOR OFFICE
NASHIK, and the Rules and Regulations framed under the said Acts /
Enactments, from time totime. If any amount becomes payable by the COLLECTOR
OFFICE NASHIKas a result of any claim or application in terms of the provisions of
the said Acts and the rules and regulations, bye-laws or the orders made there under,
such amount shall be recoverable from the Bidders. Any consequences arising out of
non-compliance of safety provisions will be at the risk and cost of Bidder. The Bidder
will maintain all the statutory registers under the above Acts / Enactments and
Rules and Regulations and willsubmit the same to the Circle Officer regularly.
The successful Bidder shall obtain all necessary licenses, permits, approvals, etc.,
before the commencement of work as required under Maharashtra Minor Mineral
Extraction (Development and Regulation) Rules, 2013 for the execution of the work
and of anything required to be done to execute the work. It is sole responsibility of
successful Bidder to lay/form required road from sand depot to nearby
connectivity road for plying of Lorries/Vehicles, any incidental expenditure
incurred and involved thereon for laying & maintenance of roads shall be borne
by the Successful Bidder.
All the personnel engaged by the Bidder in connection with the performance of the
contract shall be the employees of the Bidder and no claim shall lie against the
COLLECTOR OFFICE NASHIKin respect of non-payment of wages or remuneration
of any description due by the Bidder to his / their employees or for any failure on the
part of the Bidder in the discharge of his / their obligations to his / their employee.
In the event of the COLLECTOR OFFICE NASHIK becoming liable for any claims
by any person or persons as a result of applications of the provision of the said Acts
and the Rules and Regulations and orders there under, the COLLECTOR OFFICE
NASHIK has the right to deduct the said amount from the amounts due to the Bidder
from his bills or security deposit.

7. Safety, Sanitary and Medical Requirements and Other

Page 18 of 49
a. The Bidder and his / their employees shall promptly comply with the safety,
sanitary and medical requirements as stated therein prescribed by law, or as may,
from time to time be prescribed by the Collector Nashik to the need that proper
work shall be done and that the safety and health of the employees and of the local
communicates may be safe guarded. Incase such regulations and orders are not
observed by the Bidder, they may be enforced by the Circle Officer at the
Bidder’s expenses.
b. The Bidder shall issue Identity Card / Gate Passes to all his / their employees
(having their photographs).Further, the drivers, once deployed on Heavy Earth
Moving Machinery will not be changed without prior permission.
c. The Bidder shall be responsible for imparting required Vocational Training and
the Bidders hall be responsible for the safety of his / their employees in all phases
of work and shall provide and enforce the use of such safeguards, safety boots,
shine guards, gloves, respirator, safety belts, helmets, goggles and other safety
devices as may be required by the regulations for the time being in force. The
Bidder shall promptly report serious accidents to any of his /their employees to the
Circle officer and shall make arrangements to render all possible assistance to
such employees.
d. All portions of the work shall be maintained in a neat, clean and sanitary condition
at all times. Toilets shall be furnished by the Bidder wherever needed, for use of
employees on the work.
e. First Aid facilities and supplies as required by the Regulations for the time being
in force shall be kept at the workpLakhe.
f. All Equipments deployed for the work should have first aid, safety belts, proper
lighting front and audio-visual alarm. In addition, reversing of heavy earth moving
machinery equipments must be done with one man for signaling. Further, their
fitness will be checked periodically and if found defective, they will be withdrawn
immediately. All employees deployed for operation and maintenance of heavy
earth moving machinery and other machinery shall be trained as required under
Motor Vehicle Transport Rules.
g. The Bidder shall provide his own staff at his own expense for protecting the
property from any loss or damage from whatever causes, until the completion and
acceptance of the work. Should any damage occur, the Bidder shall repair the
same at his own expense to the satisfaction of the COLLECTOR OFFICE
NASHIK. The Bidder shall be responsible for such policing of his own material,
storage areas, store house, equipment yard etc., as may be required. The
COLLECTOR OFFICE NASHIK shall not accept responsibility for protection of
the Bidder’s equipment's, tool sand materials.
h. The bidder shall provide Minimum facilities of drinking water, Rest area with
shade, to the personnel and transporters with parking facility.
i. The bidder shall provide to the entire periphery of the sand depot 1.5metre high
wire fencing with seven rows of barbed wire supported on M.S. Angles at
2.5Metres centre to centre and 2 numbers of mild steel grill gate with angle iron
frame including fabricated structural steel work in rolled sections for erecting
Gates as per detail Design and Drawing including one coat of red lead primer and
two coats of painting etc. complete to the satisfaction of concerned Deputy
Engineer PWD.

Page 19 of 49
j. The bidder shall provide required length approach road (inlet + outlet) to sand
depot with murum surfacing for 7.5metre width etc. complete to the satisfaction of
Officer in charge.
k. The bidder shall provide one Electronic weigh Bridge 50 Tonnes Capacity
including required foundation etc complete to the satisfaction of Deputy Engineer
(Mechanical).
l. The bidder shall provide watchman cabin of minimum 100 sq.ft. area including
computer and printer facility with internet, water supply and sanitary facility.
m. After satisfactory completion of the contract the bidder shall take away the sand
depot infrastructure at his own cost within 30 days. Then the bank guarantee of
Rs.10 Lakh will be released
n. Sand depot land should be bring back again in original condition after completion
of the contract.

8. Electrical
a. The bidder shall provide adequate lighting arrangements with sufficient back up at
sand depot along with recquired MSEDCL Connection/Solar power at his own
cost, with cctv and lighting control from watchman cabin.
b. The bidder shall provide audio and video clear recording of CCTV footage. All
the sand ghat and sand depot area should be covered in CCTV with one month
back up and that should be submitted at Tahsil office once in a month.
c. The facility of online CCTV footage access shall be given to Divisional
Commissioner Office/ Collector Office/Tahsil office.
d. The bidder shall keep back up for electricity by providing sufficient capacity
generator.

9. DETERMINATION OF VOLUME OF SAND:


For billing purpose the volume of excavation of sand shall be decided based on sand
dispatches in prescribed transit pass in Tonne, which is issued at sand depot to
Lorries/any vehicle by COLLECTOR OFFICE NASHIK. Decision of COLLECTOR
OFFICE NASHIKis final in this matter.

10. Final Payment and Release.


10.1 Immediately, on completion of the work, the Bidder shall submit his final bill
indicating the gross and net amount payable. On receipt of this, the
COLLECTOR OFFICE NASHIKshall verify the same, determine the total
quantum of the work done by the Bidder and after deducting all sums paid to
him already and due to the COLLECTOR OFFICE NASHIK on any account
and such further sums as the COLLECTOR OFFICE NASHIK is or may be
authorized or required to reserve or retain under the terms of the contract or
otherwise shall, make over to the Bidder his final payment, subject to the
Bidder furnishing an unconditional certificate to the effect that he has no
further claim of whatsoever nature or description from COLLECTOR
OFFICE NASHIK.
a. No claim shall be made or be filed by the Bidder and COLLECTOR
OFFICE NASHIK shall not be liable to any money to the Bidder

Page 20 of 49
except as specifically provided in the contract. Acceptance by the
Bidder of the final payment as aforesaid shall be a release to the
COLLECTOR OFFICE NASHIK from all claims and liability to the
Bidder in respect of anything done or furnished by the Bidder for or
in relation to the work, or in respect of any act or omission of the
COLLECTOR OFFICE NASHIK or any other person relating to or
affecting the work.
b. The Bidder shall at all times well and sufficiently indemnify and
keep indemnified the COLLECTOR OFFICE NASHIK and hold
them harmless from any and all liabilities for damages resulting from
or arising out of, or in any way connected with the operation covered
by this contract and shall himself be responsible for all risks, claims
etc., in the event of the COLLECTOR OFFICE NASHIK becoming
liable for any such claims, such amount including all costs, damages,
etc., incidental thereto shall be recoverable from the Bidder, and if
any amount is due and payable to the Bidder, be deducted there
from.
c. The quantity of sand from sand ghat may vary. No extra claim will
be entertained for the variation in quantity.
11. Changes in Work
11.1 The quantities set out by the COLLECTOR OFFICE NASHIK in the schedule
of excavation and forming part of the contract are the quantities of sand to be
excavated by the Bidder in fulfillment of his obligations under the contract.
11.2 The COLLECTOR OFFICE NASHIK may, without invalidating the contract
and without notice to the Bidder’s sureties, if any, require the Bidder to
perform extra items of quantities of work not included in the schedule of
quantities and rates, make changes within the general scope of the work
covered by the contract or otherwise vary the work. The Bidder shall perform
such extra items or quantities of work or comply with such changes and
variations in the manner and to the extent specified in written orders prior
approved by COLLECTOR OFFICE NASHIK.
11.3 Any extra quantity of work ordered by COLLECTOR OFFICE NASHIK and
executed by the Bidder for which rates have been provided for in the schedule
of quantities and rates and which is performed by the Bidder in terms of a
change as referred to in tender document hereof, the Bidder within seven (7)
days of receipt of such order shall submit his rate to the Collector prior to
commencement of such item of work for consideration and sanction by
COLLECTOR OFFICE NASHIK. If the Bidder shall commence such item of
work or incur any expenditure in connection therewith before the rate
therefore shall have been determined as herein before mentioned the Bidder
shall be entitled to be paid in respect of the work carried out or the expenditure
incurred by him prior to the date of determination of the rate as aforesaid only
on the basis of such rate as may be fixed by COLLECTOR OFFICE NASHIK.
If the nature or amount of any change or variation shall be such that in the
opinion of the Collector the rate of any item in the schedule of quantities and

Page 21 of 49
rates is rendered unreasonable or inapplicable, the Collector shall fix such
other rate as he may be in the circumstances, consider reasonable and the
Bidder shall have no claim for any compensation on account of any profit or
advantage that might have occurred to him from execution of the work in full
and / or without change or variation as aforesaid.
11.4 The Bidder strictly prohibited from over loading sand against the loading
capacity of the vehicle.
11.5 All Malpractices are prohibited in the sand/ reach/sand depot any Malpractices
noticed in the sand depot leads to imposition of penalty at the discretion of
COLLECTOR OFFICE NASHIK, and cancelation of agreement with Bidder.
12. Payment
The COLLECTOR OFFICE NASHIKshall release payment to the Raising Contractor
once in a month for the 90% of the work completed during the month as per govt
guidelines. The rates payable to the Sand Raising Contractor shall be as per rates
quoted by him / them based on prescribed transit pass (in Tonnes), which is issued at
sand depot on sand dispatches by COLLECTOR OFFICE NASHIK.
13. Force Majeure
13.1 The term Force Majeure shall mean, acts of God, War, Civil riots, Fire,
Floods, Earthquake, Hurricane, Lockouts, Strikes (not related to the Bidder
and its employees) Civil War, Compliance with any statute, directions issued
by any Governmental Authorities or regulation of the Government directly
affecting this contract.
13.2 Upon the 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 a week of the alleged beginning and ending thereof
giving full particulars and satisfactory evidence in support of his claim.
13.3 In case the Force Majeure event continues for more than 30 ( thirty ) days, the
Parties will mutually discuss and decide the future course of action.
13.4 No Party shall be liable for any claim for any loss, damage or compensation
whatsoever arisingout of failure to carry out the terms of this agreement to the
extent such failure has been caused or contributed to by one or more events of
Force Majeure.
13.5 Where such impossibility of performance is partial, the said Party shall not be
relieved of the performance of that part which is not so rendered impossible.
14. Failure and Termination
14.1 The performance of the Bidder as regards the achievement of the targeted
quantity of sand mining will be closely monitored. COLLECTOR OFFICE
NASHIK reserves the right to forfeit the Performance Security Deposit in case
of unsatisfactory performance.
14.2 The COLLECTOR OFFICE NASHIK reserves the right to set off all the
losses incurred by it against the Security Deposit and running bills, if
necessary.
14.3 The COLLECTOR OFFICE NASHIK reserves the right to
suspend/interrupt/terminate the work at any time due to labour unrest and / or

Page 22 of 49
due to unforeseen circumstances when operations are compelled to be stopped
and in such cases the Bidder will be paid no compensation or damages or idle
charges by COLLECTOR OFFICE NASHIK.
14.4 The COLLECTOR OFFICE NASHIK authorities shall have the right to
terminate the contract on account of any violation of the terms and conditions,
breach of terms of the contract and in such event, the Bidder shall be
responsible for all damages, which accrue due to such termination.
14.5 The COLLECTOR OFFICE NASHIKreserves the right to terminate the
contract by giving seven days notice in writing in the event of any change in
the policy in respect of sand mining project at locations as per Appendix-1
and / or directions issued by the Government and in which case the Bidder
shall not be entitled to claim any compensation or damages from
COLLECTOR OFFICE NASHIK.
14.6 All the terms and conditions mentioned in GR dated 19/04/2023 in this respect
shall be adhered by the bidder.

15. Assignment and Subletting:


The assignment and subletting of the contract is not permissible.

16. Resolution of the Disputes:


All the questions, disputes, differences arising under, out of or in connection with the
contract will be resolved in view of chapter no.10 of government resolution dated
19.04.2023.

Page 23 of 49
Annexure 1
सदरची निविदा पर्ाािरण अिुमतीस अधिि राहूि प्रससद्ि करण्र्ात र्ेत असूि, पर्ाािरण
अिुमती ज्र्ा अटी ि शतींिा अधिि राहूि प्राप्त होईल त्र्ा सिा अटी ि शती लागू राहतील.
निविदे तील प्रस्तावित िाळू घाटाांपैकी ज्र्ा िाळू घाटाांिा पर्ाािरण अिम
ु ती प्राप्त होईल त्र्ाच
िाळू घाटाांचे काम निविदािारकास दे णेत र्ेईल. तसेच प्रस्तावित िाळूडेपोसाठी ज्र्ा सवु ििा
प्रशासिामार्ात उपलब्ि करुि दे णेत र्ेतील त्र्ाचा खचा निविदािारकाच्र्ा दे र्काति
ु िजा करुि
शासि जमा करण्र्ात र्ेईल.

General Conditions:
I. District Collector and District Mining Officer to ensure the directions given by
Hon'ble National Green Tribunal, Pune in Appeal No 10/2013 (WZ) dated 1st
October 2013 as bellow- However, we direct that when further auctioning
process is required to be conducted, ordinarily, the sand beds falling between
the sand beds which are now already auctioned shall be avoided unless there
is special certification issued by the competent authority which would indicate
absence of any environmental damage, having regard to precautionary
principle which is required to be adopted. We mean to say, it should not
happen that presently the sand beds are auctioned by keeping distance of 1
k.m. from each other and gap is filled up subsequently under one or another
pretext.
II. Distance between lease area to be marked as per actual shape and size, on
Village Map or authenticated map available with Revenue Authority and
ensure provisions regarding distance between two lease area and total lease
area in the OM dated 24th December 2013 issued by MoEF.
III. The validity of EC to the above mentioned sand block satisfying stipulated
conditions is up to 30th September, 2023.
IV. District Collector and District Mining Officer to ensure the directions given by
Hon'ble National Green Tribunal, Pune in application no 44/2014 (Paramjeet
Singh kalsi Vs MoEF&CC & Others) dated 19.10.2015 as below-
i. After the grant of Environment Clearance' to District Mining Officer, and
once the Lessee or Transferee or actual person who is going to
execute the mining activity or sand exploration, is decided,
'Environment Clearance' shall be transferred in the latter's name as per
procedure in Clause No. 11 of the EC Notification.
ii. District Mining Officer will forward the proposal to SEIAA for transfer of
Environment Clearance to Lessee or Transferee.
iii. The concerned Tahsildar of that area will be the Authority for
conducting periodic inspections, site visits and attending to complaints
of violation etc. Tahsildar will visit the site to verify whether the
concerned Lessee or Transferee, after transfer of Environment
clearance on their name, have followed the conditions stipulated in the
Environment clearance.
iv. In respect of cases of violation of conditions of Environment clearance,
the Tahsildar will submit his report to the District Collector and District
Collector will send the report to SEIAA with his/her observations.
V. Project proponent to follow the standard environmental conditions for sand
mining of sustainable sand mining management guidelines 2016, issued by
MOEF & CC.
VI. Project proponent to ensure the strictly implementation of Environment

Page 24 of 49
management plan.
VII. District Collector to ensure that conditions stipulated in the Government
Resolution (G.R.) dated 31.01.2018 issued by Revenue and Forest
Department, Government of Maharashtra (GoM) is implemented in letter and
spirit.
VIII. Sand excavation is allowed only for the Reti Guts having sand deposition
more than 2 m and excavation should be for layers above 2 m of sand deposit
as recommended by GSDA.
IX. The instructions of MOEF & CC in the Sustainable sand mining guidelines
2016 [regarding sand mining approval and tracking system and transport of
excavated sand] should be followed.
X. District Collector to ensure that every receipt given is serially scanned and
registration number so generated must be written on such receipt to avoid
duplication and unauthorized transportation of the sand.
XI. Project Proponent to ensure that vehicles transporting sand should not be
overloaded beyond stated capacity.
XII. The District collector should ensure that mining will be done strictly up to the
depth recommended by GSDA.
XIII. The green belt development /tree plantation will be made either on river bank
or along road side.
XIV. Measures for prevention & control of soil erosion and management of silt shall
be undertaken.
XV. Project Proponent to ensure that there is no violation of the Supreme Court
order and orders of the National Green Tribunal given in the related matters.
XVI. Project Proponent & District Mining Officer will be held individually
responsible for non-compliance of the conditions stipulated in the
Environmental clearance and shall be liable for legal action under
Environment (Protection) Act of 1986.
XVII. Transport of sand should be through vehicle which is properly covered with
Tarpaulin and it should not be overloaded.
XVIII. Project Proponent to ensure that the mining plan is approved by Director of
Geology and Mining comprising study to show that annual replenishment of
sand in the mining lease area is sufficient to sustain the mining operations at
levels prescribed in the mining plan and that the transport infrastructure is
adequate to transport the mined material.
XIX. Provisions stipulated in Maharashtra Minor Minerals Extraction (development
and Regulation) Rules 2013 and Government Resolution of Revenue and
Forest Department dated 03.01.2018 shall be strictly fallowed by Project
proponent.
XX. The depth of sand layer to be mined, after retaining 2 m minimum layer
below, should not be more than 2 meters as per Government Resolution of
Revenue Department dated 03.01.2018 e.g. if the total depth of sand is 3 m,
only up to one meter of sand shall be mined.
XXI. Project Proponent or District Collector will take bank guarantee up to 2% of
the total auction cost for the given auction period from the Lessee to ensure
the compliance of the conditions stipulated. In case of violation of stipulated
conditions by the Lessee, bank guarantee so obtained shall be forfeited and
legal action under the law should initiated against such Lessee.
XXII. The distance 3 m or 10% of the width of river whichever is more will be kept
intact as a no mining zone.
XXIII. No cutting of the trees shall be done while excavating the sand or while
constructing the access road to sand ghat.

Page 25 of 49
XXIV. All mining shall be carried out manually.
XXV. Underwater mining shall not be permitted without the specific expert sanction
of the State Government only for prevention of flood and increasing the
capacity of reservoir if any.
XXVI. It shall be ensured that excavation of minor mineral does not disturb or
change the underlying soil characteristics of the river bed /basin, where
mining is carried out.
XXVII. It shall be ensured that mining does not in any way disturb the turbidity,
velocity and flow pattern of the river water.
XXVIII. It shall be ensured that there is no fauna dependent on the river bed or areas
close mining for its nesting is disturbed.
XXIX. Turtle nesting units conservation is very important. Therefore sand mining in
such areas is to be prohibited.
XXX. Precise mining area will be jointly demarcated at site by officials of
Mining/Revenue department prior to mining operations for all proposals under
consideration. Such site plan, duly verified by competent authority shall be
submitted to Environment Department.
XXXI. All necessary statutory clearances shall be obtained before start of mining
operations.
XXXII. No mining shall be carried out in the live streams.
XXXIII. Mining shall be limited to day hours time only.
XXXIV. No mining shall be carried out in the safety zone of any bridge and/or
embankment.
XXXV. No mining shall be carried out in the vicinity of natural/ manmade
archaeological sites.
XXXVI. The lease holder shall obtain necessary prior permission of the competent
authorities for drawal of requisite quantity of water (surface water and
groundwater), if required for the project.
XXXVII. Waste water, if any, shall be properly collected and treated so as to conform
to the standards prescribed by MoEF/CPCB.
XXXVIII. No wildlife habitat will be infringed.
XXXIX. Environmental clearance is subject to obtaining clearance under the Wildlife
(Protection) Act, 1972 from the competent authority, if applicable to this
project.
XL. Green belt development shall be carried out considering CPCB guidelines
including selection of plant species and in consultation with the local
DFO/Horticulture Officer.
XLI. Parking of vehicles should not be made on public pLakhes.
XLII. Transportation of materials shall be done by covering the trucks/tractors with
tarpaulin or other suitable mechanism so that no spillage of mineral/dust
takes pLakhe.
XLIII. It shall be ensured that there is no leakage of oil and grease from the vehicles
used for transportation.
XLIV. Special Measures shall be adopted to prevent the nearby settlements from
the impacts of mining activities. Maintenance of roads through which
transportation of minor minerals is to be undertaken, shall be carried out
regularly.
XLV. Provision for first-aid, medical health care safe drinking water, and sanitation
etc. shall be provided at site.
XLVI. Ambient air quality will be monitored at the site and the nearest habitation
regularly. Ambient air quality at the boundary of the precise mining area shall
conform to the norms prescribed by MOEF & CC, GOI.

Page 26 of 49
XLVII. Measures shall be taken for control of noise level to the limits prescribed by
CPCB.
XLVIII. Any change in mining area, khasra /Gat numbers, entailing capacity addition
with change in process and or mining technology, modernization and scope of
working shall again require prior Environmental Clearance as per provisions
of EIA Notification, 2006 (as amended).
XLIX. SEAC appraised the proposals on the basis of information submitted by
concerned District Mining Officer. Mining Officer shall submit the list of blocks
satisfying conditions stipulated above to Revenue & Environment dept. The
list of blocks and conditions stipulated above shall be made available in public
domain.
4. The environmental clearance is being issued without prejudice to the action
initiated under EP Act or any court case pending in the court of law and it
does not mean that project proponent has not violated any environmental
laws in the past and whatever decision under EP Act or of the Hon'ble court
will be binding on the project proponent. Hence this clearance does not give
immunity to the project proponent in the case filed against him, if any or
action initiated under EP Act.
5. In case of submission of false document and non-compliance of stipulated
conditions, Authority/Environment Department will revoke or suspend the
Environment clearance without any intimation and initiate appropriate legal
action under Environmental Protection Act, 1986.
6. The Environment department reserves the right to add any stringent condition
or to revoke the clearance if conditions stipulated are not implemented to the
satisfaction of the department or for that matter, for any other administrative
reason.
7. In case of any deviation or alteration in the project proposed from those
submitted to this department for clearance, a fresh reference should be made
to the department to assess the adequacy of the condition(s) imposed and to
incorporate additional environmental protection measures required, if any.
8. The above stipulations would be enforced among others under the Water
(Prevention and Control of Pollution) Act, 1974, the Air (Prevention and
Control of Pollution) Act, 1981, the Environment (Protection) Act, 1986 and
rules there under, Hazardous Wastes (Management and Handling) Rules,
1989 and its amendments, the public Liability Insurance Act, 1991 and its
amendments.
9. Any appeal against this Environment clearance shall lie with the National
Green Tribunal (Western Zone Bench, Pune), New Administrative Building, 1"
Floor, D-Wing, Opposite Council Hall, Pune, if preferred, within 30 days as
prescribed under Section 16 of the National Green Tribunal Act, 2010.

Page 27 of 49
Annexure - 2
Items Against implementation of Environmental Management Plan and CER

Sr. No. Impact Source Impact Control measure


1 Transport Road On Air Quality Compaction, gradation and drainage on both sides.
On Land / Proper maintenance.
Road stability/ Regular water spraying.
Road degradation Air quality will be monitoring at impacted village.
Health Checkup of Employees
2 Truck/ Tractor Air Quality Sand carrying trucks will be effectively covered by
Movement tarpaulin to avoid escape of fines to the atmosphere.
Regular monitoring of the exhaust fumes.
Barriers & Traffic Management Expenses
3 Regular ramp Inspection and Ramp maintenance
Mining
Ramp and Sand Reach Provision of dusk masks.
Operations
4 Bank Erosion/ Green belt along bank
Bank Management Flood Plain @ sapling at every 5m along the bank
management
5 Transportation on Dust Control @sapling at 2m along the both side of road
Village Roads
6 Final Mine Closer Plan Replenishment of Gabions/ boulders will be arranged as per guidelines
implementation Sand
7 Mobile toilet, sewage Mobile toilet, sewage handling & treatment
handling & treatment
8 Corporate Environmental As suggested by SEAC/SEIAA otherwise will be
Responsibility used for additional plantation as per approved DSR

Page 28 of 49
Annexure - 3

Page 29 of 49
Page 30 of 49
Page 31 of 49
Page 32 of 49
Page 33 of 49
Page 34 of 49
Page 35 of 49
Page 36 of 49
Page 37 of 49
Page 38 of 49
Page 39 of 49
Page 40 of 49
Page 41 of 49
Page 42 of 49
Page 43 of 49
Page 44 of 49
Page 45 of 49
Page 46 of 49
Page 47 of 49
Page 48 of 49
Page 49 of 49

Vous aimerez peut-être aussi