BID DOCUMENT Proposal for “Selection of agency for verification of previously surveyed data and survey of un-surveyed sites with survey of unauthorized occupants , survey of homestead land details, survey of superstructures/ other infrastructures in homestead land, valuation, preparation of Photo Identity Cards (PIC) and software integrated with digital database in respect of demographic survey & valuation of all the households residing in identified unstable locations in the coalfields under the leasehold of BCCL as per the Master Plan approved by the Government of .”

JHARIA REHABILITATION & DEVELOPMENT AUTHORITY

Golf Ground Road, Hatia More, Hirapur, PO & Dist – , 826001 Phone & Fax no – 0326-2311842 Email- [email protected], website – www.jrda.in

BID DOCUMENT NOTICE NO.: JRDA/...... Dated: ......

Notice inviting proposal for “Selection of agency for verification of previously surveyed data and survey of un-surveyed sites with survey of unauthorized occupants, survey of homestead land details, survey of superstructures/ other infrastructures in homestead land, valuation, preparation of Photo Identity Cards (PIC) and software integrated with digital database in respect of demographic survey & valuation of all the households residing in identified unstable locations in the coalfields under the leasehold of BCCL as per the Master Plan approved by the Government of India”.

NAME & ADDRESS : …………………………………………………………………

…………………………………………………………………

…………………………………………………………………

Issued by

J.R.D.A DHANBAD

COST OF TENDER PAPER – Rs 1000/-

JHARIA REHABILITATION & DEVELOPMENT AUTHORITY Golf Ground Road, Hatia More, Hirapur, P.O. & Dist – Dhanbad, 826001 Phone & Fax no – 0326-2311842 Website: - www.jrda.in email – [email protected]

Page 2 of 57

Notice inviting proposal for-

Jharia Rehabilitation and Development Authority, Dhanbad invites proposals for Selection of agency for verification of previously surveyed data and survey of un- surveyed sites with survey of unauthorized occupants , survey of homestead land details, survey of superstructures/ other infrastructures in homestead land, valuation, preparation of Photo Identity Cards (PIC) and software integrated with digital database in respect of demographic survey & valuation of all the households residing in identified unstable locations in the coalfields under the leasehold of BCCL as per the Master Plan approved by the Government of India. Interested parties responding to the bid-documents are required to purchase a copy of the document available from the office of Jharia Rehabilitation and Development Authority, Dhanbad from 09.01.2018 to 15.01.2018 between 11.00 hours to 15.00 hours on all working days on payment of Rs. 1,000/- (Rupees one thousand only) through Demand Draft in favour of JRDA, Dhanbad payable at Dhanbad after submitting an application for purchase of bid document clearly mentioning the communicating address with phone/fax/email numbers. It can also be downloaded from website (www.jrda.in) but participation will be accepted only after submission of demand draft of any Nationalised/Scheduled Bank in favour of JRDA, Dhanbad at the time of submission. For further details you may visit our official website www.jrda.in

For any further information you may contact:

DDC-cum-Project Director, Jharia Rehabilitation and Development Authority Golf Ground Road, Hatia More, Hirapur, P.O. & Dist – Dhanbad, 826001 Phone & Fax no – 0326-2311842 Website: - www.jrda.in email – [email protected] Page 3 of 57

Description Date Time

From – 09.01.2018 To 11.00 a.m. to

Date of issue of Bid Document from office of To - 15.01.2018 JRDA at Dhanbad. 03.00 p.m.

(on all working days)

Last date for receiving queries in writing from 20.01.2018 Up to 3.30 p.m.

the bidders

Initial pre-bid meeting with interested bidders who will purchase the bid document 24.01.2018 4.00 p.m.

27.01.2018 Up to 5.00 p.m. Last date of sending replies by JRDA

Proposal due date i.e. last date of submission of Bid. 07.02.2018 Up to 1.00 p.m.

The date of opening of Part-I of the bid. 07.02.2018 3.00 p.m.

The date & time of opening of part-II The date of opening of Part-II of the bid. to eligible bidders will be informed in

due course of time

The bid proposal shall be received by hand or by post in the office of DDC-cum-Project Director, Jharia Rehabilitation and Development Authority, Golf Ground Road, Hatia More, Hirapur, P.O & Dist – Dhanbad, 826001 Phone & Fax no – 0326-2311842, Website: - www.jrda.in

Jharia Rehabilitation and Development Authority shall not be responsible for any sort of postal delay if sent by post. Queries can be sent through fax to 0326-2311842 or website – www.jrda.in and email – [email protected] All envelops should bear the name, address, phone number, fax number and email ID of the bidder.

DDC-cum-Project Director Jharia Rehabilitation and Development Authority Page 4 of 57

LIST OF CONTENT

S.NO PARTICULARS PAGE NO 1 Scope of work 6 2 Eligibility criteria 10 3 Proof of qualification 11 4 Submission of Proposal 13 5 Sealing and Making Proposal 14 6 Opening of Proposal and Clarification 15 7 Evaluation of the Proposal 16 8 Award of Project 18 9 Earnest Money Deposit (EMD) 19 10 Performance Guarantee 20 11 Site Visit 20 12 Terms For Modifications/Substitution/Withdrawal 21 From Bid Proposal 13 Implementation Period 21 14 Validity Period of Bid Document 21 15 Amendments if any of the Bid Document 21 16 Data Integrity and Security 22 17 Project Supervisor 22 18 Payment Methodology 23 19 Termination ,Suspension ,Cancellation of Contract 23 20 SCHEDULE-A 27 21 SCHEDULE-B 33 22 SCHEDULE-C 35 23 SCHEDULE-D 36 24 SCHEDULE-E 37 25 SCHEDULE-F 41 26 SCHEDULE-G 42 27 SCHEDULE-H 43 28 ANNEXURE I TO VII 45-55 29 ABBREVIATION 56-57

Page 5 of 57

1. SCOPE OF WORK IN THE PROPOSED PROJECT

1.1 Verification Work

1.1.1 Verification of households and notional households (community infrastructures, educational and other institutions, shops and market complex etc. which fall in subsidence prone area) in previously surveyed sites is to be done in two parts: a. Aerial verification – to be done by drone/UAV. b. Physical – door to door verification 1.1.2 Data of households and notional households in previously surveyed sites will be provided to the new agency involved. Re-survey of the listed households along with notional households will be done and data will be compiled as later mentioned in the bid document.

1.1.3 In aerial verification reconnaissance must be done along with Geo-tagging of previously surveyed households/ notional households. Latitudes and longitudes of verified household/ notional households must be tagged with physically verified – on land household.

1.1.4 In physical – door to door verification, previously surveyed data will be compared with data collected during verification. Any discrepancies must be recorded and brought to the notice of JRDA. Discrepancy should be further done away with by complimenting new data with previously surveyed data.

1.1.5 Aerial survey of houses/accommodation allotted to eligible head of households on the basis of previously conducted surveys will have to be done. Geo-tagging of allotted households along with compilation of complete survey data of the respective household with allotted accommodation should be done to prepare a comprehensive database.

1.1.6 Methodology to be followed should be same as that of survey work in un-surveyed sites (mentioned later in bid-document) making it essentially a verification process of previously surveyed sites.

1.2. Survey Work

1.2.1 The previously un-surveyed population of all the unstable locations in the coalfields under the leasehold of BCCL declared as unsafe for human habitation by the DGMS and CMPDIL authorities will have to be rehabilitated in some locations as identified in the Master Plan.

1.2.2 The work of field survey will have to be carried out in respect of all households situated in the identified un-surveyed unstable locations. The list of unstable

Page 6 of 57

locations as per the Master Plan is given in SCHEDULE-A. List of un-surveyed locations sites will be provided to the bidder at the time of execution of agreement. The assigned code number against each unstable location as mentioned in the list is to be used as prefix while assigning seriatim house hold number within that location.

1.2.3 The unstable locations are scattered all across the coalfields under the leasehold of BCCL, Dhanbad.

1.2.4 These subsidence prone localities are spread across several urban areas and rural areas situated in of .

1.2.5 Demographic survey will have to be conducted in respect of each household required to be rehabilitated as per format given in SCHEDULE-B along with the document. During such demographic survey each household is required to be assigned a unique ID number, seriatim within each location in the manner (unstable location code prefix/seriatim notional household number)

METHODOLOGY

1.2.6 Images of each of such family of household are required to be captured for preparations of Photo Identity Cards (PIC) to be distributed among the Project Affected Families (PAF).

1.2.7 Similar type of survey work is also to be done in respect of other community infrastructures, educational and other institutions, shops and market complex etc. in the format given in SCHEDULE-C which falls in the subsidence prone areas. Each of such community infrastructures, educational and other institutions, shops and market complex etc. shall have to be assigned a unique ID number, treating them as a separate notional household.

1.2.8 Survey is to be done in respect of super structures/other infrastructure situated in the homestead land of each PAF having their own land. Detailed description of the structures with category/classification, usage and finishing details along with accurate measurement is required to be recorded in the format given in SCHEDULE-D along with the document. Similar measurement is also to be taken in respect of other community infrastructures, educational and other institutions, shops and market complex etc. in the same format. The same unique ID number assigned to each household and other institution in the respective demographic survey format shall be recorded in this format also.

1.2.9 Details of homestead land are required to be surveyed in details for all the PAF as per format given in SCHEDULE-E along with, the document. Here too, the same unique ID number as assigned to each PAF in the demographic survey form shall Page 7 of 57

be used in this format.

1.2.10 Land records as are available with the PAF shall be verified and the entries are to be made accordingly in this format. Xerox copies of the documents (if available) are to be collected and attached with the survey format. In such process, persons well acquainted with the land records are required to be deployed for such survey work. Further, land details entered will be verified by revenue functionaries of district administration before being recorded and stored.

1.2.11 An Option Form as shown in SCHEDULE-F is required to be collected from each PAF having their land during the course of this door to door survey work.

1.2.12 Printing of different kinds of formats: - The bidder shall have to arrange for printing of all the formats in requisite number/quantity at his own expenses. All the above mentioned formats should be printed in good quality papers for its long term preservation.

1.2.13 After completion of the work all these filled in formats are required to be arranged location-wise, category-wise in ascending order of ID number before handing over of the same to JRDA.

1.2.14 All the survey formats shall bear the signature of the surveyor and the head of household.

1.2.15 Aerial survey has to be done using UAV/DRONE of all sites to ascertain total number of house hold units.

1.2.16 Agency will prepare a list of house hold units with their Geo-tags.

1.2.17 Physical verification has to be done along with door to door survey with required documents of household, that is, OLDEST available residential and identity proof.

1.2.18 Survey receipts/ID cards to be issued to the households as a proof of survey and data collection should be in the prescribed format

1.2.19 Identification of eligible households for shifting to listed sites as per the cut off date to be decided by JRDA.

1.3. Valuation work

1.3.1 Valuation of all superstructures /other infrastructures situated in the homestead land of all PAF having their own land are required to be done from the measurements recorded in the respective format during ground survey.

1.3.2 Valuation must have to be done by some Government approved valuer under his

Page 8 of 57

seal and signature.

1.3.3 Before the selection of the Government approved valuer requisite eligibility documents in respect of such valuer shall have to be submitted to the authority for obtaining necessary clearance from this office.

1.4. Data Compilation Work

1.4.1 Integrated software is to be developed which will act as digital database of the complete data compiled. The software should have a dashboard displaying major indicators to track the progress of survey and verification process.

1.4.2 Demographic survey details of all households to be entered from backend in the software which can be monitored or accessed anytime by JRDA. Options of extracting data entered in soft copy should also be available

1.4.3 The format of storage, dashboard and of such data will have to be devised by the bidder and to be ratified by JRDA before its data entry.

1.4.4 Geo-tagging of households is to be done during aerial survey. These Geo-tagged coordinates should be clubbed with data of household obtained during physical verification and survey which should also include photographs of family along with house in background. All images should be of good quality.

1.4.5 Valuation data of those families having their own homestead land will have to be stored in above mentioned database and the record of such data should be accessible through dashboard.

1.4.6 Such records shall contain the description of structures with category and the calculation details of the valuation for each of such household. The format is to be designed by the bidder and to be ratified by JRDA beforehand.

1.4.7 Land records of all households are to be digitally stored in software for all households and the details of such land records are to be entered into computer in respect of those families having their own homestead land. Format for data entry is to be devised by the bidder and to be ratified by JRDA.

1.4.8 Option details of the (Legal Title Holders) LTH are also to be entered in integrated software database devised by the bidder and approved by JRDA.

1.4.9 Complete data must be enlisted along with UID number of individuals also creating a mechanism for automatic detection of duplicate data after entering data in the software.

Page 9 of 57

1.5. Preparation of Photo Identity Cards

1.5.1 Mechanism is to be developed within the software for automatic merging of text data with the corresponding image data. For each PAF a PIC will be prepared having the photograph of the family with house as per format given in SCHEDULE-G during field survey. All such PICs are to be laminated properly and to be handed over to JRDA. These PICs must be always accessible in soft copy in the above mentioned software.

1.5.2 A distribution list is to be generated unstable location-wise as per format given in SCHEDULE -H which is to be handed over to JRDA along with all the PICs of that unstable location.

2. ELIGIBILITY CRITERIA

2.1 The bidders eligible for participating in the qualification process shall be any one of the following three categories:

Category 1: A single Business Entity meeting the qualification criteria as set out in proof of qualification Category 2: In case the bidder, which is a Business Entity, (herein after referred to as ‘Lead Member’) does not have the qualification criteria as set out in proof of qualification same may be procured from a suitably qualified operator (herein after referred to as ‘Operator’), with whom a valid Memorandum of Understanding (‘MoU’) formalizing such an agreement should be in place. The operator must also be a Business Entity. The joint entity shall herein after would therefore apply to both the above mentioned categories. Category 3: Any company, organization or institution owned or managed by Government of India meeting the qualification criteria as set out in proof of qualification.

Any entity, which has earlier been barred by JRDA, Government of Jharkhand, Government of India, Public Sector Undertaking or Public Sector Enterprise from participating in any project being undertaken by JRDA/Government of Jharkhand, would not be eligible to submit a Proposal, if such bar subsists as on the Proposal Due Date.

2.2 Additional requirements for proposals submitted by a Consortium

2.2.1 Wherever required, the proposal shall contain the information required of each of the members of the Consortium.

Page 10 of 57

2.2.2 The members of the Consortium shall furnish Power of Attorney duly signed by authorized representative(s) of the members. a. The proposals shall be signed by the duly authorized signatory of the Lead Member and shall be legally binding on all the members of the Consortium. b. The Consortium shall submit a MoU as part of its proposal. The MoU shall include the following: a. Convey the intent of the Lead Member to enter into a separate management agreement with the Operator for implementation of the Project or form a joint venture company with the Operator with the Lead Member committing to hold a minimum equity stake equal to 51% of such company at all times during the Project Implementation Period and clearly setting out the roles and responsibilities of each Member of the Consortium for implementation of the Project.

b. Include a statement to the effect that the members of the Consortium shall be liable jointly and severally for the implementation of the Project in accordance with the Terms of Agreement. In naming the Lead Member and the Operator of the Consortium, to include their successors and permitted assigns.

3. PROOF OF QUALIFICATION

The qualification criteria for the bidder shall be as follows:-

3.1 The bidder shall be a National or International firm, company, registered society, Non Government Organization (NGO), any organization/institution owned or managed by the Government of India or Government of Jharkhand or any combination of them in the form of a consortium.

3.2. The bidder:

a. Shall have the experience of conducting demographic or socio-economic survey on a sample size of 5000 households anywhere in India.

b. Shall have the experience of conducting survey of land details over a sample size of at-least 1000 households.

c. Shall have the experience of conducting survey of superstructures/infrastructures over a sample size of at-least 1000 households.

d. Shall have the experience of capturing images and preparation of PICs of at least 5000 people in any type of work anywhere in India.

Page 11 of 57

3.3. The bidder shall have to submit authentic documentary evidences with regards to the execution of projects as mentioned in 3.2 (a), (b), (c) and (d) in the form of work order, payment details or credential certificates issued by competent authorities.

3.4 The bidder should provide the details mentioned above based on its own experience or its subsidiary (ies) or its parent company. Experience of the bidder's associate company (ies) will not be considered for evaluation of the experience of the bidder.

3.5 The bidder shall also meet the following financial criteria: a) Net worth of at-least Rs. 2.00 crores in the last financial year certified by a Charted Accountant. b) Average turnover of Rs. 1.00 crore in the same trade or business in the last 3 financial years.

3.6 The bidder should provide information regarding the above based on audited annual accounts for the respective financial years. The financial year would be the same as the one normally followed by the Bidder for its annual financial statement.

3.7 The audited annual financial statements of the bidder for the last three financial years must accompany the proposal.

3.8 In case the annual accounts for the latest financial year are not audited and therefore the bidder is not able to make it available, the bidder shall give an undertaking to that effect and the statutory auditor shall certify the same. In such a case, the bidder may provide the un-audited Annual Accounts (with Schedules) for the latest financial year. The Bidder would have to provide the audited Annual Financial Statements for the three years preceding the latest financial year, which would be used for the purpose of evaluation of the proposal. In case the bidder fails to provide such audited Annual Financial Statements and certificate from statutory auditor specified herein above, the application will be rejected as non-responsive.

3.9 Any Company or Organization/Institution owned or managed by the Government of India or Government of Jharkhand is exempted from producing these certificates as regards to net worth & turnover.

3.10 In addition the Bidder should also meet the following criteria in regard to manpower/ human resources at their disposal:

a. The Bidder should have sufficient number of qualified surveyors on their pay –roll/ at their disposal who are well acquainted with the process of taking measurements of superstructures/other infrastructures.

b. The Bidder should have sufficient number of qualified land surveyor on Page 12 of 57

their pay-roll /at their disposal who are well conversant with the land matters, Record of Rights (ROR), Deed of conveyance etc.

c. The Bidder should have sufficient number of professional photographer with high quality digital cameras on their pay-roll /at their disposal.

d. The Bidder should have sufficient infrastructure and experience in developing high quality application software and maintenance of the same.

3.11. The bidder shall furnish information as the available manpower and infrastructure at their disposal as mentioned in 3.10 (a), (b), (c) and (d) in the “Approach Paper” to be submitted in PART-I (B) of the submission.

3.12 The bidder shall also furnish documentary proof of valid IT Return and GST certificate up-to the last financial year/quarter/month.

3.14 Any Company or Organization/Institution owned or managed by the Government of India or Government of Jharkhand is exempted from producing the IT Return & GST certificates.

3.15 The bidder should furnish Experience Certificate (EC) for at least one DRONE based survey/verification work.

4. SUBMISSION OF PROPOSAL

4.1 The submission of the bid shall be in two parts marked as PART-I and PART-II.

4.2 PART-I submission

4.2.1 The Part-I submission will consist of two parts – PART-I (A) and PART-I (B).

4.2.2 The PART-I (A) of the submission will consist of the following:

a. Covering letter in the format set out in Annexure -I

b. Details of the bidder in the format set out in Annexure -II

c. Copy of the certificate of registration issued by the authority concerned (in case of a registered firm or society)

d. Power of Attorney for signing of the proposal and execution of agreement as set out in Annexure -III (applicable both for Single Business Entity and Consortium).

e. Power of Attorney for designating LM of the Consortium as set out in Annexure -IV (applicable only in case of Consortium).

f. MoU entered between LM and Operator (only in case of Consortium)

Page 13 of 57

g. Anti - Collusion Certificate as per Annexure -V

h. Proof for purchase of the bid document of Rs. 1,000/ - (Rupees one thousand only) (a photocopy of the money receipt received from JRDA on purchase of bid document or submission of Demand Draft before the Pre-Bid meeting).

i. Details of document in support of qualification criteria and financial capability as have been stipulated in the clauses.

4.2.3. The second part of the proposal i.e. Part-I (B) will be called “The Approach Paper containing the Working Plan for conducting the field survey, valuation, building the software, preparation of PICs and compilation of the data, that is, the Technical Proposal. The technical proposal shall be submitted as per the format set out in Annexure-VI both in hard-copy and soft-copy. However the bidder is free to propose any improved, cost effective methodology apart from the techniques specified.

4.2.4. Along with Part-I submission, the bidders shall submit an EMD of Rs. 5,00,000/- only in the form of Pay Order or Bank Draft or Bankers Cheque issued by any Nationalised/ Scheduled bank payable at Dhanbad branch in favour of JRDA in a separate sealed envelope.

4.2.5 The second part of the proposal i.e. Part-II will be called the “Financial offer for execution of the work of field survey, valuation, building the software, preparation of PICs and data compilation”.

4.3 PART – II submission:

4.3.1. Part-II of the submission i.e. the “Financial offer of the bidder” shall be submitted in the form of the table as specified in Annexure-VII

5. SEALING AND MAKING PROPOSAL

5.1 There shall be four main envelopes

 Containing Part-I (A) Submission   Containing Part-I (B) Submission   Containing Part-II Submission   Earnest Money Deposit. 

5.2 All the four envelopes are to be sealed and put inside a single outer envelope.

5.3 The bidder shall then seal the outer envelope and mark as “ORIGINAL”.

5.4 Each of the envelopes, both outer and inner, must be super scribed with the Page 14 of 57

following information: -

a. Name and Address of Bidder: b. Contact person name and phone/fax number and email: c. Proposal for the Project:

“Selection of agency for verification of previously surveyed data and survey of un- surveyed sites with survey of unauthorized occupants, survey of homestead land details, survey of superstructures/ other infrastructures in homestead land, valuation, preparation of Photo Identity Cards (PIC) and integrated software with digital database in respect of demographic survey & valuation of all the households residing in identified unstable locations in the coalfields under the leasehold of BCCL as per the Master Plan approved by the Government of India.”

5.5 If the envelope is not sealed and marked as instructed above, JRDA assumes no responsibility for the misplacement or premature opening of the contents of the proposal submitted and such proposal, may, at the sole discretion of JRDA, be rejected.

5.6 The then sealed proposal be submitted to the following address within the stipulated date and time either by hand/registered post/courier. However, Jharia Rehabilitation and Development Authority shall not be responsible for any sort of postal delay if sent by post or courier.

To, The DDC-CUM-PROJECT DIRECTOR Jharia Rehabilitation and Development Authority Golf Ground Road, Hatia More, Hirapur, Po & Dist – Dhanbad, 826001 Phone & Fax no – 0326-2311842, Website: - www.jrda.in email – [email protected] Any other correspondence / enquiries maybe also submitted to the above address in writing / fax / registered post / courier/email.

6. OPENING OF PROPOSALS AND CLARIFICATIONS

6.1 JRDA would open the proposals as per the schedule of bidding process for the purpose of evaluation.

6.2 JRDA reserves the right to reject any proposal not submitted on time and which does not contain the information/documents as set out in this bid document.

6.3 To clarify and discuss issues with respect to the Project and the Bid-Document, JRDA will hold Pre-bid meeting as per the schedule of bidding process.

Page 15 of 57

6.4 Attendance of the bidders at the Pre-bid meeting is not mandatory.

6.5 Prior to the Pre-Bid meeting, the bidders may submit a list of queries, if any, related to the Project requirements. Bidders must formulate their queries and forward the same to JRDA prior to the meeting. JRDA may, in its sole discretion or based on inputs provided by bidders, amend the bid document. Amendments, if any, of the bid document shall be communicated to all the bidders who have purchased the did-document.

6.6 Bidders may note that JRDA will not entertain any deviations to the bid-document at the time of submission of the proposal or thereafter. The proposal to be submitted by the bidders would have to be unconditional and unqualified and the bidders would be deemed to have gone through the bid documents in details and accepted the terms and conditions of the Bid-document with all its contents. Any conditional proposal shall be regarded as non-responsive and would be liable for rejection.

7. EVALUATION OF THE PROPOSAL

7.1. Evaluation of PART-I (A) Submission

7.1.1 The Part-I (A) Submission of the Proposal would first be checked for responsiveness with the requirements of the bid document.

a. It is received/deemed to be received by the proposal due date including any extension thereof. b. It is signed, sealed and marked as stipulated. c. It contains all the information and documents as requested in the Bid Document. d. It contains information in formats specified in this bid document e. It provides information in reasonable detail. ("Reasonable Detail" means that, but for minor deviations, the information can be reviewed and evaluated by JRDA without communication with the bidder). JRDA reserves the right to determine whether the information has been provided in reasonable details or not. f. There are no inconsistencies between the proposal and the supporting documents.

7.1.2. A Proposal that is substantially responsive is one that conforms to the preceding requirements 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 Page 16 of 57

project, or

b. which limits in any substantial way, inconsistent with the Bid Document, JRDA's rights or the Bidder's obligations under the Terms of Agreement (ToA), or

7.1.3 This would affect unfairly the competitive position of other bidders presenting substantially responsive proposals. In case the proposal is found to be responsive, Part-I (A) Submission would be evaluated in accordance with the criteria for qualification of bidders set out in the specified clauses and such bidders would be qualified bidders.

7.1.4 As part of the evaluation of the Part-I (A) Submission, JRDA may also request the Bidder to submit clarifications.

7.1.5 The evaluation of the Part-I (B) submission would be taken up only after Part-I (A) Submission is found to meet the requirements of this bid document. JRDA reserves the right to reject the proposal of a bidder without opening the Part – I (B) or Part-II Submission if, in its opinion, Part-I (A) Submission is not substantially responsive with the requirements of this bid document.

7.2. EVALUATION OF PART-I (B) SUBMISSION

7.2.1 The Technical proposal of the Qualified Bidders would be evaluated for the approach of implementing the Project with adequate resources within the scheduled time and to comply with the conditions set out in the scope of work.

7.2.2 After opening of Part-I (B) submission and for the process of scrutiny of Part-I (B), the Qualified Bidders may be invited to present their modus-operandi and clarification in the Part-I (B) submission of the said work before the Technical Committee to be constituted by this Authority. The date and time of the presentation will be communicated to the Qualified Bidders.

7.2.3 Attendance of the Qualified Bidder or their authorized representatives is mandatory.

7.2.4 On the basis of recommendation of the Technical Committee, short listed company/firms will be considered for the Financial Bid i.e. Part-II

Page 17 of 57

7.3. EVALUATION OF PART- II SUBMISSION

7.3.1 JRDA shall mark the proposal of the bidder in accordance to the lowest financial involvement of JRDA. The offer which is found most economical to JRDA in terms of financial involvement shall be ranked first and so on.

7.3.2 The Qualified Bidder (QB) ranked first would be the Preferred Bidder (PB).

7.3.3 In case there are two or more bidders quoting the same best Financial Proposal, JRDA may in such case shall 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 JRDA.

7.3.4 JRDA reserves the right to reject any Proposal, if:

1. At any time, a material misrepresentation is made or discovered or the bidder does not respond promptly and diligently to requests for supplemental information required for the evaluation of the proposal.

 Rejection of a Proposal by JRDA as aforesaid would lead to the disqualification of the bidder. If the bidder is a Consortium, then the entire Consortium would be disqualified/rejected. If such disqualification/ rejection occur after the proposals have been opened and the PB gets disqualified/ rejected, then JRDA reserves the right to: . Either select the next best bidder, or   . Take any such measure/s as may be deemed fit in the sole discretion of JRDA, including annulment of the bidding process.   7.3.5. To assist in the examination and comparison of proposals, JRDA may utilize the services of consultant(s) or advisor(s).

7.3.6. Notwithstanding anything contained in this bid document, JRDA reserves the right to accept or reject any proposals, or to annul the bidding process or reject all proposals, at any time without any liability or any obligation for such rejection or annulment and without assigning any reasons thereof.

8. AWARD OF PROJECT

8.1 In the event of acceptance of the PB with or within negotiations, JRDA shall declare the Preferred Bidder as the Successful Bidder (SB). JRDA will notify the SB a Letter of Intent (LoI) in duplicate that its Proposal has been accepted.

8.2 The successful bidder in turn would acknowledge the receipt of LoI through a Page 18 of 57

Letter of Acceptance (LoA) along with a copy of the LoI duly signed with seal within 7 (seven) days of receipt of LoI.

8.3 The Successful Bidder then shall execute an agreement for execution of the project. This shall be known as “the Execution Agreement” (EA) and it has to be signed within such time as may be mutually agreed between this authority and the successful bidder.

8.4 The EA shall be drafted in accordance with the terms of references of the bid document for survey work, valuation work, preparation of PICs and building integrated software for data compilation work.

8.5 The initial draft of the EA shall be provided by JRDA within 15 (fifteen) days after the receipt of the LoA and the performance guarantee. The same can be finalized after mutual discussion without any deviation from project guidelines and the terms of the bid. EMD of the selected bidder of the project can only be refunded after the signing of the EA.

9. EARNEST MONEY DEPOSIT

9.1 Along with Part-I submission, the bidders shall submit an EMD of Rs. 5,00,000/- (five lakhs only) in the form of Bank Draft or Bankers Cheque in favour of JRDA payable at Dhanbad in a separate sealed envelope.

9.2 The EMD of every unsuccessful bidder would be returned within a period of eight (8) weeks from the date of announcement of the SB, i.e. after receipt of LoA from the SB.

9.3 The EMD submitted by the SB would be released upon furnishing of the Performance Guarantee, by way of an irrevocable Bank Guarantee, issued by a Scheduled Bank located in India in favour of JRDA payable at Dhanbad for due and punctual performance of the obligations relating to the project and after signing of the EA.

9.4 No interest payment shall be payable on earnest money deposit either to successful or unsuccessful bidders.

9.5 The EMD shall be forfeited in the following cases:

a. If the bidder withdraws its proposal during the interval between the proposal due date and expiration of the Proposal Validity Period (PVP).

b. If the SB fails to provide the Performance Security within the stipulated time or any extension thereof provided by JRDA; and Page 19 of 57

c. If, any information or document furnished by the bidder is false in any material respect.

9.6 Failure of the SB to comply with the requirements shall constitute sufficient grounds for the annulment of LoA, and forfeiture of the EMD. In such event JRDA reserves the right to invite next bidder for negotiation or take any such measures as may be deemed fit.

10. PERFORMANCE GUARANTEE

10.1 The SB shall be required to submit a Performance Guarantee of 10% of award value as per the work proposed of Master Plan before the signing of the EA by way of an irrevocable and unconditional Bank Guarantee from any Schedule Bank located in India in favour of JRDA for due and punctual performance of the obligations relating to the Project including amount deposited as EMD.

10.2 The Performance Guarantee will be valid for a period of one year with further options for renewal for additional periods as determined by JRDA.

10.3 After satisfying itself as regards the performance and implementation of the project, JRDA shall release the Performance Guarantee to the bidder.

10.4 In case of failure on the part of the selected bidder to complete the stipulated work as per the EA within six months of signing of the Agreement, JRDA shall have the right to invoke the Performance Guarantee and also terminate the work assigned. Any ongoing work will also be taken over by JRDA on ‘as is where is’ basis entirely at the risk and cost of the SB.

11. SITE VISIT

11.1 The bidder can inspect the site and its surroundings for getting information that may be required for conducting the ground survey and other related works before the submission of the bid or on the specific date and time as may be pre-appointed by this authority. No claims on account of difficulties arising due to the situation of the site will be entertained after submission of bid document.

11.2 The bidder shall be deemed to have full knowledge and information of the site. The bidder shall have to make the site visit at his own cost. No cost will be borne by JRDA for this purpose.

Page 20 of 57

12. TERMS FOR MODIFICATIONS / SUBSTITUTION / WITHDRAWAL FROM BID PROPOSAL

12.1 The Bidders may submit modification, substitute or withdraw its Proposal after submission, provided that written notice of the modification; substitution or withdrawal is received by JRDA before the date of opening of Part-I (A) of the EOI. No modification or substitution or withdrawal will be allowed in any circumstances after the date of opening of the Part-I of EOI.

13. IMPLEMENTATION PERIOD

13.1 The successful bidder will have to commence the survey work and other related activities within a period of one week from the date of signing of the agreement and the same will have to be completed within six months from the date of signing of the EA.

13.2 However, JRDA reserves the right to extend the period of completion of the project works owing to any circumstances beyond the control of the successful bidder and JRDA. Such extension of period of completion will be considered by JRDA only on receiving of written request from the bidder, but JRDA reserves the right to reject the request altogether if in its opinion, there is not sufficient ground for the delay in execution of the project.

14. VALIDITY PERIOD OF BID DOCUMENT

14.1 The bidder has to submit proposal against bid document with a validity period for six months after the date of opening of bid proposal. Any condition for the validity period of the bid proposal shall be treated as rejected. JRDA may request for one or more extensions of the proposal validity period. On the circumstances of time extension for validity period made by JRDA, the bidder(s) shall not to be permitted to change any terms and conditions of their proposal(s).

15. AMENDMENTS IF ANY OF THE BID DOCUMENT

15.1 The documents have been prepared by JRDA. The aforesaid documents and any addenda issued subsequent to this document, but before the proposals due date; will be deemed to form part of the documents.

15.2 At any time before deadline for submission of proposals, JRDA may, for any reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the terms of the bid-document by the issuance of amendment Page 21 of 57

notice. Same will be communicated in writing to all the bidders who have purchased the bid-document. For this the time schedule may be re-scheduled by the JRDA.

15.3 The schedules, however, attached with this document may be revised at any point of time before or after the bidding procedure and will be informed to the bidders or the successful bidder accordingly and it is at the sole discretion of this Authority.

16. DATA INTEGRITY AND SECURITY

All parts of this bid-document and the forms appended in the different schedules are the sole property of the JRDA and should not be tampered in any way or shared with any third party whatsoever. The data collected and collated after conducting the survey work/verification work shall have to be submitted to the authority only in both soft & hard copy. The said information, whether in soft copy or in hard copy, can in no way be disseminated to any person or organization save the authority. Integrity of the data will have to be maintained at all stages and redundancy or incompleteness, if any, shall have to be eliminated before final submission of the data and the filled up forms to the authority. If at any later stage it is discovered that the survey data has been shared with any third party except the selected bidder and the authority or the data has been tampered or materially varied or incomplete in some respect, JRDA shall have the sole discretion to take any punitive step as deemed fit.

17. PROJECT SUPERVISOR

The selected bidder will have to designate atleast one of their officials as the project supervisor who will remain in overall charge of supervision of all components of the project work and at all times maintain liaison with the authority. He will brief JRDA about the progress of the work time to time and keep the authority informed on the difficulties faced by them during implementation of the project. JRDA may arrange for some training to the field staff to be deployed by the agency for survey work depending on the necessity and if such training is organized it shall be the responsibility of the project supervisor to ensure the presence of all the field staff in such training program. He will arrange to get all the formats ratified by JRDA before commencement of the data entry work. He will also obtain clearance from JRDA regarding appointment of the valuer. It shall be his responsibility to submit timely all the survey formats, the PIC, data backups, valuation details etc. to the Authority. The bidder shall give the details of such project supervisor in pt. 3 of the “Details of Bidder” format given in ANNEXURE – II.

Page 22 of 57

18. PAYMENT METHODOLOGY

As the demographic & land survey/verification work, survey/verification of institutional details, collection of option details and measurement of structures in appropriate cases, valuation of structures in relevant cases, preparation of PICs and compilation of data will have to be done in an integrated software acting as digital database. Payment will be released only on completion of all components of work impeccably in respect of one unstable location. If anomaly is found in the submitted forms and data backup or in the corresponding PICs, the agency will have to rectify those mistakes at their own expenses and after proper checking of the deliverables of one particular unstable location by JRDA, payment in respect of that location will be released. Applicable taxes as per the provision whatever it may be (Direct/indirect taxes) shall be deducted at the time of payments.

19 TERMINATION, SUSPENSION, CANCELLATION & FORECLOSURE OF CONTRACT

The company shall, in addition to other remedial steps to be taken as provided in the conditions of contract, be entitled to cancel the contract in full or in part, if the contractor a. Makes default in proceeding with the works with due diligence and continues to do so even after a notice in writing from the DDC,DHANBAD-CUM- PROJECT DIRECTOR, then on the expiry of the period as specified in the notice OR b. Commits default/breach in complying with any of the terms & conditions of the contract and does not remedy it or fails to take effective steps for the remedy to the satisfaction of the DDC, DHANBAD-CUM-PROJECT DIRECTOR, then on expiry of the period as may be specified by the DDC, DHANBAD-CUM- PROJECT DIRECTOR in a notice in writing. OR Fails to complete the work or items of work with individual dates of completion, on or before the date/dates of completion or as extended by the authority, then on expiry of the period as may be specified by the DDC, DHANBAD-CUM-PROJECT DIRECTOR in a notice in writing. OR c. Shall offer or give or agree to give any person in the service of the company or to any other person in the service of the company or to any other person in his Page 23 of 57

behalf any gift or consideration of any kind as an inducement or reward for act/acts of favour in relation to the obtaining or execution of this or any other contract for the company. OR d. Obtain a contact with the company as a result of ring tendering or other non- bonafide method of competitive tendering. OR e. Transfer, sublets, assigns the entire work or any portion thereof without the prior approval in writing from the Engineer in charge. The DDC, DHANBAD- CUM-PROJECT DIRECTOR may be giving a written notice to cancel the whole contact or portion of it in default.

The contract shall stand terminated under the following circumstances:

If the contractor being an individual in the case of proprietary concern or in the case of a partnership firm any of its partners is declared insolvent under the provision of insolvency act for the time being in force, or makes any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors amounting to proceeding for liquidation or composition under any insolvency act. a. In the case of contractor being a company, its affairs are under liquidation either by a resolution passed by the company or by an order of court, not being a voluntary liquidation proceedings for the purpose of amalgamation or re- organization, or a receiver or manager is appointed by the court on the application by the debenture holders of the company, if any. b. If a contractor shall suffer an execution being levied on his/their goods, estates and allow it to be continued for a period of 21 (twenty one) days. c. On the death of the contractor being a proprietary concern or of the partners in the case of a partnership concern and the company is not satisfied that the legal representative of the deceased proprietor or the other surviving partners of the partnership concern are capable of carrying out and completing the contract. The decision of the company in this respect shall be final and binding which is to be intimated in writing to the legal representative or to the partnership concern.

Page 24 of 57

On cancellation of the contract or on termination of the contract, the DDC, DHANBAD-CUM-PROJECT DIRECTOR shall have powers.

a. To take possession of the site and any materials, equipments, implements, stores, etc. thereon.

b. To carry out the incomplete work by any means at the risk and cost of the contractor.

c. To determine the amount to be recovered from the contractor for completing the remaining work or in the event the remaining work is not to be completed the loss/damage suffered, if any by the company after giving credit for the value of the work executed by the contractor up to the time of cancellation less on a/c payment made till date and value of contractor’s materials, equipment etc., taken possession of after cancellation.

d. To recover the amount determined as above, if any, from any money due to the contractor or any account or under any other contract and in the event of any shortfall, the contractor shall be called upon to pay the same on demand. The need for determination of the amount of recovery of any extra cost/expenditure or any loss/damage suffered by the company shall not however arise in the case of termination of the contract for death/demise of the contractor as stated earlier. Suspension of work: - The contractor shall on receipt of the order in writing of DDC, DHANBAD-CUM-PROJECT DIRECTOR (whose decision shall be final & binding on the contractor), suspend the progress of work or any part thereof for such time in such manner as the DDC, DHANBAD-CUM- PROJECT DIRECTOR may consider necessary so as not to cause any damage, or endanger the safety thereof for any of the following reasons; a) On account of any default on the part of the contractor, or

b) For proper execution of the works, or part thereof reasons other than the default of the contractor or,

c) For safety of the works or part thereof. The contractor shall during such suspension properly protect and ensure the works to the extent necessary and carry out the instruction of the DDC, DHANBAD-CUM-PROJECT DIRECTOR. If the suspension is ordered for reasons b) and c), the contractor shall be entitled to an extension of time equal

Page 25 of 57

to the period of every such suspension, plus 25% for completion of the item or group of items of the work for which a separate period of completion as specified in the contract and of which the suspended work forms a part. For any clarification or any queries or any correspondence with respect to the bid document should be submitted to the following address in writing / by fax / registered post / courier / email:

To

DDC-cum-Project Director Jharia Rehabilitation and Development Authority Golf Ground Road, Hatia More, Hirapur, Po & Dist – Dhanbad, 826001 Phone & Fax no – 0326-2311842, Website: - www. jrda.in email – [email protected]

Page 26 of 57

Schedule - A

ACTION PLAN FOR REHABILITATION

No. of Houses Affected Total Sl.No. Area Colliery Site name & no. Area Grand BCCL Pvt. Enchr. Oth. (pvt+ench (Sq.m.) Total +oth)

JCF/REHAB/P-I/2 1 Bastacolla Bastacolla BastaCollaS2 / 05 167255 0 0 0 1 1 1 2 Bastacolla Bastacolla Chandmari Sec-2/O7 12211 29 0 0 1 1 30 3 Bastacolla Bastacolla Leper colony/O8 4350 0 159 0 0 159 159 4 Bastacolla Bastacolla Manjhi Bhasti/O9 7890 0 0 79 0 79 79 5 Bastacolla Bastacolla(S) Bastacolla Section 1/04 96347 0 279 0 0 279 279 6 Bastacolla Bera Bera Kala/Indira Awas/O3 41535 0 14 0 0 14 14 7 Bastacolla Bera Chandmari/O2 49972 176 0 0 0 0 176 8 Bastacolla Bera Jorapathak Road/O1 49972 0 1201 0 0 1201 1201 9 Bastacolla Dobari BCCL Colony-2/O3 4999 29 0 0 0 0 29 10 Bastacolla Dobari Sahana VillageO2 41535 0 0 214 0 214 214 11 Bastacolla Ghanoodih Buffer dhowra/O5 20179 6 0 0 0 0 6 12 Bastacolla GOCP Bhuiya Dhowra / 05 4061 0 0 143 0 143 143 13 Bastacolla Kuiya ACM Qtrs./O2 1706 6 0 0 0 0 6 14 Bastacolla Kuiya Colliery Office/O1 2678 8 21 0 0 21 29 15 Bastacolla Kujama Road Side Durgapur/O2 65436 102 0 456 0 456 558 16 Bastacolla Kujama Jharia Town / 05 108271 0 0 500 0 500 500 17 Bastacolla Kujama(S) Pandebera/03 11748 0 0 0 0 0 0 18 C-V Area Basantimata Company Colony near Office/O2 3929 0 3 0 0 3 3 19-22 C-V Area Begunia Barakar Town/1A,1B,1C, &1D 375299 61 2093 0 18 2111 2172 23 C-V Area Laikdih Nutugram/O1 74956 0 428 0 0 428 428 24 C-V Area New Laikdih Jograd Bastee/12 5388 0 26 1 0 27 27 25 C-V Area New Laikdih Office Complex,W/S,CHP/O2 14690 0 0 0 11 11 11 26 C-V Area Old Chanch Bautdih 1/O4 11368 0 29 0 0 29 29 27 C-V Area Old Chanch Yadavpur Luchi Bai/O6 18000 0 0 0 80 80 80 Old Chanch 28 C-V Area Bautdih 2/O5 39961 0 143 0 0 143 143 (Closed) Old Chanch 29 C-V Area Reliance Factory 1/O2 8539 0 14 0 0 14 14 (Closed) Old Chanch 30 C-V Area Reliance Factory 2/O3 93769 0 86 1 2 89 89 (Closed) 31 C-V Area Victoria West Baltoria/O2 81656 176 57 0 0 57 233 32 C-V Area Victoria West Barakar Town /O3 239416 0 14 0 0 14 14 33 C-V Area Victoria West Jhanakpura/O4 71270 0 286 0 2 288 288 34 C-V Area Victoria West Jhewri Mohalla/O6 30491 0 71 0 51 122 122 35 C-V Area Victoria West Karimdanga/O7 48382 0 143 0 1 144 144 36 C-V Area Victoria West Pahalsadarga /O5 15235 0 29 0 0 29 29 37 Kustore Burragarh Burragarh Office Complex/ O8 29049 0 0 20 9 29 29 38 Kustore Simla bahal Fire Brigd. Area / 09 30129 29 0 143 0 143 172 39 Kustore Simla bahal Jharia Town (P. Area) / 02 125143 0 412 46 0 458 458 40 Kustore Simla bahal Shamsher nagar / 03 240123 18 172 357 0 529 547 41 Kusunda Basseriya No. 1 Basti /O3 4009 29 0 0 0 0 29 40 42 Kusunda Godhur Rawani Bastee 0 38 0 2 40

Page 27 of 57

No. of Houses Affected Total Area Colliery Site name & no. Area Grand Sl.No. BCCL Pvt. Enchr. Oth. (pvt+ench (Sq.m.) Total +oth)

43 Kusunda Gondudih Surender Colony (East )/ O7 11584 28 32 0 0 32 60 Khas Colliery Office Complex & company's qtrs./ 44 Kusunda 50 0 0 4 4 54 Kusunda 10 45 Kusunda Kusunda Kusunda village /O1 21042 29 0 0 0 0 29 Workshop, Office & Qtrs.(PK-1&2 pit area)/ 46 Kusunda Kusunda 78198 71 0 241 9 250 321 O4 JCF/REHAB/P-I/1 0 0

47 Bagdigi Bagdigi Basti /O1 89600 0 715 0 0 715 715 48 Lodna Bagdigi Bagdigi Colony / O2 27200 105 0 57 0 57 162 Lodna Bagdigi(S) Bagdigi Colony / O2 41600 0 0 43 0 43 43 49 Lodna Central Sulunga Colony No.1/ O9 2400 90 1 5 1 7 97 50 Lodna Jeenagora E.B. Section colony no. 1/O1 6400 19 9 0 0 9 28 Lodna Jeenagora(S) E.B. Section colony no. 1/O1 800 0 0 10 0 10 10 51 Lodna Jeenagora EB Sec. Colony No. 2/O2 21600 58 0 0 1 1 59 52 Lodna Jeenagora Khas Jeenagora Colony No.1/O3 32000 88 0 0 0 0 88 53 Lodna Jeenagora Khas Jeenagora & Kalisthan /O5 7200 40 0 0 1 1 41 54 Lodna Jeenagora Khas Jeenagora Colony No. 2/ O4 4000 107 0 0 5 5 112 55 Lodna Jeenagora Khas Jeenagora Colony no. 3/ O6 15200 64 43 10 1 54 118 56 Lodna Jeenagora Khas Jeenagora Colony no. 4/O7 10400 13 0 0 1 1 14 57 Lodna Joyrampur 6 pit Dhowra & Atta Chaki /O1 27200 23 0 0 0 0 23 Lodna Joyrampur(S) 6 pit Dhowra & Atta Chaki /O1 40000 0 0 96 0 96 96 58 Lodna Joyrampur Around Area Office/WS & No. 2 Basti/O3 56000 137 0 0 0 0 137 59 Lodna Joyrampur Beer Company Locality/O5 8800 87 0 0 2 2 89 60 Lodna Joyrampur Durga Mandir Area /O4 40000 105 0 0 2 2 107 61 Lodna Joyrampur Hazaribagh Colony near Hosptal /O2 30400 73 0 0 0 0 73 Lodna Joyrampur(S) Hazaribagh Colony near Hosptal /O2 27200 0 0 47 0 47 47 62 Lodna Lodna 2 pit Bhaga Colony/ 28 44800 44 36 0 0 36 80 63 Lodna Lodna 16 no incline Jore side Colony / 22 8000 16 17 0 0 17 33 64 Lodna Lodna 2 No. Incline Colony / 23 3200 13 0 0 0 0 13 Lodna Lodna(S) 2 No. Incline Colony / 23 30400 0 0 310 0 310 310 65 Lodna Lodna 3 pit basti /O9 4800 0 71 0 0 71 71 Lodna Lodna(S) 3 pit basti /O9 800 0 0 6 0 6 6 66 Lodna Lodna 4 pit Colony / 24 25600 213 0 0 0 0 213 67 Lodna Lodna 5 No. Colony/ (C-17) 46400 112 0 0 0 0 112 68 Lodna Lodna 8 pit area colony / 19 17600 59 0 0 0 0 59 Lodna Lodna(S) 8 pit area colony / 19 27200 0 0 74 0 74 74 69 Lodna Lodna Balugada Colony / 26 7200 41 0 0 0 0 41 Lodna Lodna(S) Balugada Colony / 26 3200 0 0 3 0 3 3 70 Lodna Lodna Chalchalia Labour Colony /25 20800 59 0 0 0 0 59 71 Lodna Lodna Chalchalia Labour Colony/ (C-13) 24000 60 0 71 4 75 135 72 Lodna Lodna Firkuband Colony / 30 7200 23 37 0 0 37 60 73 Lodna Lodna Hanumangari Basti/14 16000 0 71 0 0 71 71 74 Lodna Lodna Indira Chowk Road side Basti /O7 3200 0 7 0 0 7 7 Lodna Lodna(S) Indira Chowk Road side Basti /O7 3200 0 19 0 0 19 19 75 Lodna Lodna Jeenagora Branch site / 20 1280 12 0 0 0 0 12 Lodna Lodna(S) Jeenagora Branch site / 20 1920 0 0 30 0 30 30 Lodna Lodna(S) Kujama Village /O2 1920 0 51 21 0 72 72 76 Lodna Lodna New Colony Baniahir /13 49600 205 0 0 0 0 205 Page 28 of 57

77 Lodna Lodna Niluri Patra Bastee /O5 1600 23 86 0 0 86 109 78 Lodna Lodna Office Compelx Area / 31 84800 129 57 0 10 67 196

No. of Houses Affected Total Sl.No. Area Colliery Site name & no. Area Grand BCCL Pvt. Enchr. Oth. (pvt+ench (Sq.m.) Total +oth)

Lodna Lodna(S) Office Compelx Area / 31 2400 0 0 21 0 21 21 79 Lodna Lodna Suratand Basti /O6 4000 0 79 0 0 79 79 Lodna Lodna(S) Suratand Basti /O6 6400 0 49 80 0 129 129 80 Lodna Lodna Tar Plant Area / 12 20800 12 0 0 0 0 12 Lodna Lodna(S) Tar Plant Area / 12 6400 0 10 9 0 19 19 81 Lodna North BCCL Colony No. 1/O1 12800 142 47 47 5 99 241 82 Lodna North Tisra SG Section Basti /O3 14400 41 0 0 0 0 41 83 Lodna North Tisra Tilaboni Basti/O2 25600 15 122 122 6 250 265 Lodna North Tisra(S) Tilaboni Basti/O2 12800 0 153 0 0 153 153 84 Lodna South Tisra B.J. & S.T. Section/ O3 24000 110 85 42 3 130 240 85 Lodna South Tisra Huchuktand Basti/O1 36000 29 95 24 2 121 150 86 Lodna South Tisra No.1 Pit S.T. Section /O2 1600 38 21 0 0 21 59 87 P-B Area Bhagaband Aralgoria Basti/O2 19000 0 71 0 0 71 71 88 P-B Area Bhagaband Bhagaband Bastee/O4 235800 401 551 180 3 734 1135 89 P-B Area Bhagaband DVC Colony/O1 44650 0 7 0 0 7 7 90 P-B Area Bhagaband Kashiatand/O5 33500 36 143 0 2 145 181 91 P-B Area Bhagaband Bastee(6B)/O7 0 0 0 0 0 0 0 92 P-B Area GopaliChak Leper Bastee/O5 3720 0 0 0 30 30 30 93 P-B Area GopaliChak West Side NH-32/O9 11348 0 0 1286 0 1286 1286 94 P-B Area Hydro-Mining Balihari Bastee/O4 33340 61 0 63 0 63 124 95 P-B Area Kenduadih Kenduya Bazar /O7 146500 51 0 2144 14 2158 2209 96 P-B Area Pootkee Staff Qrts./O4 794600 26 0 357 0 357 383 97 Mudidih No. 4 pit area / 11 1800 12 0 0 0 0 12 98 Sijua Mudidih Vill. /O4 1500 0 7 0 0 7 7 99 Sijua Nichitpur Hard coke Bhatta/O3 5800 0 0 4 1 5 5 100 Sijua Nichitpur Nichitpur Bastee/O2 10000 0 109 0 2 111 111 101 Sijua Nichitpur Staff Qrts. /O4 46046 72 0 73 3 76 148 102 Sijua Nichitpur Staff Qrts. /O5 12560 45 3 71 0 74 119

Sub Total : 4851855 3956 8522 7507 290 16319 20275

ACTION PLAN FOR REHABILITATION

No. of Houses

Affected Total Sl.No. Area Colliery Site name & no. Area Grand BCCL Pvt. Enchr. Oth. (pvt+ench (Sq.m.) Total +oth)

JCF/REHAB/P-II/1 1 Block-II Block-II Madhuband Colony /O5 51200 69 0 0 1 1 70 & company 2 C-V Area Laikdih 38685 18 0 14 3 17 35 Qutrs./4A&4B 3-4 C-V Area Laikdih Dumarkunda Village/2A&2B 78617 0 0 0 40 40 40 5 C-V Area Laikdih Manjhi Bastee/O6 12295 0 0 0 0 0 0 Page 29 of 57

6 C-V Area New Laikdih CMW Colony/O8 51138 94 0 43 0 43 137 7 Angarpathra AP Section-2 /O2 16800 29 0 143 0 143 172 8 Katras Angarpathra JK Khas/O4 2200 12 0 6 0 6 18 9 Katras Angarpathra JK Section/O3 62400 115 0 277 0 277 392 10 Katras Angarpathra National Angarpathra-2/O6 6500 21 0 0 0 0 21 11 Katras East Katras Akashkinaree -2/O2 400 2 0 0 0 0 2 12 Katras East Katras Bhandardih 2 /11 2500 17 0 4 0 4 21 13 Katras East Katras Koiludih 3/10 40180 51 0 29 3 32 83 14 Katras East Katras Koiludih-5/16 65752 1 0 0 0 0 1 15 Katras East Katras /18 3840 6 0 0 0 0 6 16 Katras East Katras Project Bhandardih 3/12 32400 0 0 0 0 0 0 17 Katras Gaslitand Qtrs. Near 6 Pit VAP/O4 43900 98 0 6 0 6 104 Qtrs. Near 7 Pit & Colliery 18 Katras Gaslitand 35500 10 0 3 0 3 13 Office/O2 19 Katras Gaslitand Qtrs. Near Ground UAP/O3 6500 12 0 0 0 0 12 20 Katras Keshalpur Huts near 3/2 incline/O6 3550 27 0 0 0 0 27 21 Katras Keshalpur Quarter near 3/2 incline/O7 460 11 0 0 1 1 12 22 Katras Keshalpur Quarter near Agent Office/O4 2050 47 0 0 2 2 49 Central Salanpur Block 4 (10) & 23 Katras Salanpur 27760 0 0 0 1 1 1 Lakurka Khas Block 4/ 15 Central Salanpur Block 5 (12), 24 Katras Salanpur 20170 0 0 0 4 4 4 Lakurka Khas Block 3/ 14 & 9 25 Katras Salanpur Khas Gobindpur Block 1 /22 14400 77 0 29 0 29 106 Lakurka Khas Block 1 (11) & 26 Katras Salanpur 15312 0 0 0 0 0 0 Central Salanpur Block 1/ O7 27 Katras Salanpur Lakurka Khas Block 2/ 13 2450 13 0 0 0 0 13 New Lakurka Section Block 28 Katras Salanpur 19180 40 0 0 0 0 40 2/17 New Lakurka Section Block 29 Katras Salanpur 1040 0 0 0 1 1 1 3/18 New Lakurka Section Block 5/ 30 Katras Salanpur 4800 5 0 0 0 0 5 20 2 Seam Area near 8/2 31 Katras West Mudidih 550 37 0 0 1 1 38 Incline/O2 32 Katras West Mudidih Dalahi Bastee/O5 7200 60 0 0 3 3 63 House near 4 no. Sub- 33 Katras West Mudidih 1004 27 0 0 0 0 27 station/O8 Huts near Caplamp Room no. 34 Katras West Mudidih 1100 26 0 0 2 2 28 1/ O6 35 Katras West Mudidih Near 10/2 Incline 1 Area /11 1100 22 0 0 1 1 23 36 Kustore Burragarh Burragarh Basti/O2 15339 29 0 0 0 0 29 37 Kustore Burragarh Burragarh CISF Centre/O7 6084 3 0 14 0 14 17 No. of Houses Affected Sl.No. Area Colliery Site name & no. Area Total (Sq.m.) BCCL Pvt. Enchr. Oth. (pvt+ench Grand Total +oth) 38 Kustore Burragarh Nagu Centre & Bachha Centre/O4 30412 29 0 0 0 0 29 39 Kustore Burragarh Officer's & Staff Colony/O3 18660 41 0 71 0 71 112 40 Kustore Burragarh Pure Burragarh Basti/O5 20299 88 0 0 0 0 88 41 Kustore Burragarh Surendra Colony/Karmik Ngr/O1 27713 117 0 0 0 0 117 Bihar Talkies & Raja Bari 42 Kustore E. 219387 134 0 143 0 143 277 Area/12(A) 43 Kustore E. Bhagatdih Jharia Water Board Area /O6 35750 47 0 0 1 1 48 44 Kustore E. Bhagatdih Bihar Talkies & Raja Bari Area/12(B) 10518 23 0 25 6 31 54 45 Kustore E. Bhagatdih Gopalichak Basti/O3 21185 23 0 14 0 14 37 46 Kustore E. Bhagatdih Koiri Bandh Area/10 7363 0 0 0 0 0 0

Page 30 of 57

47 Kustore Hurriladih 7 No. Colony/O4 35526 78 0 39 3 42 120 48 Kustore Hurriladih Bhutgoria Old Complex/O7 16473 15 0 0 0 0 15 49 Kustore Hurriladih Hurriladih Bastee/O2 39223 152 0 286 5 291 443 50 Kustore Hurriladih Hurriladih Old Colony/O6 14914 29 0 0 0 0 29 51 Kustore Hurriladih New Colony 1&2 No/O3 30436 176 0 0 0 0 176 52 Kustore Hurriladih Pather Bunglow Bastee/O1 26499 0 0 214 2 216 216 53 Kustore Hurriladih Sargujia Bastee/O5 24894 0 0 0 2 2 2 54 Kustore Simlabahal Bhaga S.E. Rly. Colony/O8 12062 0 0 0 25 25 25 55 Kustore Simlabahal DAV School Area/O7 15867 176 0 36 2 38 214 JCF/REHAB/P-II/2 0 0

56 Kusunda 3 Pit Area/O3 58437 0 0 0 0 0 0 57 Kusunda Gondudih 10 No. Dhowrah/O8 4882 29 0 29 0 29 58 58 Kusunda Khas Kusunda B Panel Area/O7 14091 59 0 0 0 0 59 Colony near KG Section 59 Kusunda Khas Kusunda 6011 6 0 0 0 0 6 School/11 Company Qtr. West of Bhuli 60 Kusunda Khas Kusunda 7608 29 0 0 0 0 29 Road/12 61 Kusunda Khas Kusunda Dharia Joba Village/O4 1573 0 0 60 0 60 60 62 Kusunda Khas Kusunda Harijan Basti/O5 11451 0 0 0 2 2 2 63 Kusunda Khas Kusunda Hospital Basti/O8 16345 35 0 0 0 0 35 64 Kusunda Khas Kusunda Kharikabad Bastee/ O9 17971 0 0 0 6 6 6 65 Kusunda Khas Kusunda Kusunda Station Village/O6 11451 0 0 0 0 0 0 66 Lodna Lodna 5 No. Colony/29 32000 94 0 0 0 0 94 67 Lodna Lodna GM Bunglow & Road Side Bastee/15 48000 58 0 0 0 0 58 68 Lodna Lodna Phus Bungla Road side Bastee/10 3200 15 0 0 0 0 15 69 Lodna Lodna Phus Bungla Road side colony/16 3200 0 0 0 0 0 0 70 Lodna Lodna Puranadih Village/O3 6400 0 0 0 0 0 0 71 Lodna Lodna Shalimar Colony/17 16000 47 0 0 0 0 47 72 P-B Area Balihari 10/12 Pit Village No. 1 Balihari/O6 5000 0 0 0 0 0 0 73 P-B Area Balihari 10/12 Pit Village No.2 Balihari/O5 29700 0 0 57 0 57 57 74 P-B Area Balihari 10/12 Pit Villagee No. 3 Balihari/O7 2500 0 0 17 0 17 17 75 P-B Area Balihari 10/12 Pit Shakti School/10 144400 0 0 0 1 1 1 76 P-B Area Bhagaband Aralgoria Basti-3/O3 77000 19 0 0 4 4 23 77 P-B Area Bhagaband Kenduadih Bastee (6A)/O6 192600 205 0 0 2 2 207 78 P-B Area Bhagaband Kenduadih Bastee (6G)/12 0 0 0 0 0 0 0 79 P-B Area Bhagaband Kenduadih Bastee(6)/O8 0 0 0 0 0 0 0 80 P-B Area Bhagaband Kenduadih Bastee(6D)/O9 0 0 0 0 0 0 0 81 P-B Area Bhagaband Kenduadih Bastee/10 0 0 0 0 0 0 0 82 P-B Area Bhagaband Kenduadih Bastee-6F/11 0 0 0 0 0 0 0 No. of Houses Affected Sl.No. Area Colliery Site name & no. Area Total (Sq.m.) BCCL Pvt. Enchr. Oth. (pvt+ench Grand Total +oth)

83 P-B Area Pootkee 2 No. & JMBH/O3 79628 49 0 29 13 42 91 84 P-B Area Pootkee Bowri Basti/O6 110576 47 0 486 2 488 535 85 P-B Area Pootkee Prem Nagar/O5 130060 191 0 464 0 464 655 86 P-B Area Pootkee Sri Nagar Colony/O7 111896 217 0 29 1 30 247 87 Sijua Bansdeopur 15 No. Dhowrah/13 1000 0 0 0 0 0 0 88 Sijua Bansdeopur 4 No. colony/O4 3000 0 0 39 0 39 39 89 Sijua Bansdeopur 40 No. Dhowra/10 10700 23 0 0 0 0 23 90 Sijua Bansdeopur 7 No. BSP/O7 12000 16 0 9 0 9 25 Page 31 of 57

91 Sijua Bansdeopur Bansudeopur Colliery/O6 6500 0 0 0 0 0 0 92 Sijua Bansdeopur New Colony /O3 5000 18 0 77 0 77 95 93 Sijua Kankanee 5 Pit Area/O1 3500 12 0 0 0 0 12 94 Sijua Kankanee 7 Pit Area/O3 40000 59 0 0 0 0 59 95 Sijua Kankanee Hanuman Nagar/O4 75000 237 0 0 6 6 243 96 Sijua Kankanee Loyabad Station/O5 5400 0 0 0 0 0 0 97 Sijua Kankanee Railway Quarters/O6 1500 0 0 0 30 30 30 98 Sijua Kankanee Sendra 7 Pit/O7 15000 115 0 44 2 46 161 99 Sijua Loyabad 6 Pit Area/10 96000 298 0 119 4 123 421 100 Sijua Loyabad Central Hospital/O6 7500 0 0 0 0 0 0 101 Sijua Loyabad Coke Plant-1/14 26000 37 0 0 0 0 37 102 Sijua Loyabad Coke Plant-2/15 38400 87 0 89 1 90 177 103 Sijua Loyabad Idgah Area/12 12800 0 0 0 1 1 1 104 Sijua Loyabad Kankanee Basti/O5 22000 29 0 0 0 0 29 105 Sijua Loyabad Madanadih/O3 5000 0 0 0 0 0 0 106 Sijua Loyabad New Drift/18 56000 263 0 0 0 0 263 107 Sijua Loyabad Pootkee Barrier/19 17600 12 0 0 1 1 13 108 Sijua Loyabad Pootkee Colony/20 72000 333 0 0 0 0 333 109 Sijua Loyabad Power House-2/17 35000 12 0 0 0 0 12 110 Sijua Mudidih 6/10 Colony/O2 3350 0 0 0 0 0 0 111 Sijua Mudidih Upper/14 14100 21 0 0 0 0 21 112 Sijua Mudidih Kajro Bagan/10 6700 35 0 0 0 0 35 113 Sijua Sendra Bansjora 10 No. Colony/O5 1000 9 0 7 4 11 20 114 Sijua Sendra Bansjora 19 No. Colony/19 750 6 0 0 0 0 6 115 Sijua Sendra Bansjora 21 No. Colony/21 625 6 0 0 0 0 6 116 Sijua Sendra Bansjora 6 Pit Colony/O4 5110 14 0 36 0 36 50 117 Sijua Sendra Bansjora 6 Pit Colony/O8 2160 0 0 0 0 0 0 118 Sijua Sendra Bansjora 6 Pit colony/Past/O9 600 0 0 0 0 0 0 119 Sijua Sendra Bansjora Bansjora Village/16 4792 0 0 0 0 0 0 120 Sijua Sendra Bansjora OCP Office/O2 13200 15 0 0 16 16 31 121 Sijua Sendra Bansjora Office Colony/O6 4600 7 0 3 0 3 10 122 Sijua Tetulmari Beldari Bastee/ 11 3000 0 0 0 1 1 1 123 Sijua Tetulmari Chandore Bastee ./O8 3000 0 0 0 2 2 2 124 Sijua Tetulmari Chandore West No.1/17 900 0 0 0 0 0 0 125 Sijua Tetulmari Chandore West No.2/18 675 0 0 0 0 0 0 126 Sijua Tetulmari Hutments of RNS/15 2026 0 0 14 0 14 14 127 Sijua Tetulmari Pondihdih Bastee/ 10 16200 0 0 12 5 17 17 128 Sijua Tetulmari Substation RNS/16 660 0 0 0 3 3 3 Sub Total : 3093865 4871 0 3016 216 3232 8103 Grand Total : 7945720 8827 8522 10523 506 19551 28378

Page 32 of 57

SCHEDULE – B

SURVEY FORM FOR DEMOGRAPHIC DETAILS

ID No. --- (Unstable location No./ Notional Household No.)

1. Name of Village/ mouza ______2. PS______3. Name of Block/Mun______

4. G.P. / Ward______5. Date of Enumeration ______Paste 6. Site name : Photograph 7. Site Code : 8. Area …………… of family 9. Colliery ……………………

1 Name of HOH UID (Aadhar) No. -

2 Father’s / Husband’s Name GEO Tag :-

Latitude

Longitude

3 Religion 4. Caste

5 Mother Tongue Hindi Bengali Others

(Put mark)

6 Date from which residing (Document attached)

7 Original Place of Residence & supporting document

8 Whether BCCL employee or not (Y/N)

9 Type of Toilet Khata Septic None Community Toilet (Put mark)

10 Source of Drinking water Pipe Tube well Well Others

(Put mark)

11 Electricity Connection (Y / N)

Signature of Surveyor Signature of Head of Household Page 33 of 57

SCHEDULE – B TABLE 1

Socio-economic information of members of household.

Sl. Name of Relatio Age (in Sex Literacy Occupation Monthly Physically Bonafide Household nship comple Level E or type of Income Challenged Resident No. members with ted engagement or Not ? Proof. Aadhar No. HOH years) (Y/N)

1. non-matric; 2 - matric; 3- graduate; 4- above graduate; 5- professional

RC- Ration card; EPIC- voter id. card; TR- Tax receipt; DL- Driving License; PAS – Passport; 0 – Others

Whether any vocational training required for any member of

family

If Yes, nature of training (mention)

______

Signature of Surveyor Signature of HOH

Page 34 of 57

SCHEDULE – C SURVEY FORM FOR INSTITUTIONAL DETAILS ID No. --- (Unstable location No./ Notional Household No.) 1. Name of Village/ mouza ______Paste 2. PS______3. Name of Block/Mun______4. G.P. / Ward______Photogra ph 5. Date of Enumeration ______6. Site name : of family 7. Site Code : 8. Area …………… 9. Colliery ……………………

1 Name of the Institution

2 Type

(1- Primary School; 2- High School ; 3- College; 4- Professional Institution;

5- Shop; 6- OfficeBuilding;

7- Religious Places; 8- Others

3 Govt. Private Community

4 Name of Owner, If private

5 Year of Construction (Approximate) & supporting document

9 Type of Toilet town / shared (Put Khata Septic None mark)

10 Source of Pipe Tube well Well Others Drinking water

(Put mark)

11 Electricity Connection (Y / N)

Signature of Surveyor Signature of Head of Institution Page 35 of 57

SCHEDULE-D

SURVEY FORM FOR STRUCTURE DETAILS

ID No. --- (Unstable location No./ Notional Household No.)

1. Name of Village/ mouza ______2. PS______3. Name of Block/Mun______4. G.P. / Ward______5. Date of Enumeration ______6. Site name : 7. Site Code : 8. Area …………… 9. Colliery ……………………

Sl. No. Classification Description of Field Total Area(in Age of the Structure Code Structure with Measurement Sq.ft) (in year) finishing details (in ft.)

8. Details of Trees

Sl.No. Type of Tree No. of tree of the Measurement of the Total Volume type trees ( Height/ Girth) ft. (incu.ft.)

Signature of Surveyor Signature of Head of Household

Codes of Classification to be used :-

C1. Pucca brick walls C2- Walls, tiled or C3 Kutcha wooden C4- Court-Yard, Water concrete roof thatched roofs frame, thached roof Tank, Pucca Drain C5. brickboundry C6- Pucca Well / C7 Others walls Tube well 8. Finishing details like marble / spartex / mosaic / ordinary floors, ordinary plaster / paris plaster/ lime wash walls, painting . Page 36 of 57

SCHEDULE-E

SURVEY FORM FOR HOMESTEAD LAND DETAILS

ID No. --- (Unstable location No./ Notional Household No.)

1. Name of Village/ mouza ______2. PS______3. Name of Block/Mun______4. G.P. / Ward______5. Date of Enumeration ______6. Site name : 7. Site Code : 8. Area …………… 9. Colliery ……………………

1. Name of HOH UID (Aadhar) No. -

2. Father/Husband’s Name

3. Whether HOH or his family members have their own homestead land? (Y/N)$

4. If no, then whether they reside as a tenant/in unauthorized structure?

5. If Tenant, name of owner of the structure in which they reside

6. If in unauthorized structure, mention the following.

I. Plot No. on which such structure is situated (RS/LR)

II. Name of the owner of land.

$ If answer to point No. is “YES”, then fill in the following tables.

Page 37 of 57

TABLE 1

Sl. Plot No. Khatian Classific Total area of Area Share in the Name of Relationship Remarks ation the Plot (in occupied landof the of the No. No. decimals ) by HOH (in HOH/ family Recorded Recorded (bastu / decimals) Owner Owner with vitibari members HOH (in %)

Rs LR

1 2 3 4 5 6 7 8 9 10 11

If the head of Household / family members are the recorded owner(s), copy of ROR to be collected & attached.

Page 38 of 57

TABLE 2

Sl. Plot No. Total Break Up of Occupied Area (In decimal) Area No. occupied (in

decimals) Remarks

Gift

Lease

Inherited

members

PattaLand

Purchased

Permissive

Possession

HOH/ Family HOH/

Unauthorized Unauthorized Recorded in ROR in Recorded

RS LR

1 2 3 4 5 6 7 8 9 10 11 12 13

As per area mentioned in Col.7 of Table 1

Page 39 of 57

The following information are to be noted and copy of the documents (if available) to be attached

Inheritance - Number of heirs, from who inherited

Purchased - Deed No. & date, name of vendor, name of vendee

Lease - Lease Deed No.& date name of the leaser, name of the lessee

Gift - Deed No & date of gifted plot, name of the donor, name of the donee

Patta - Name of the patta holder, patta no & date

TABLE 3

Nature of Plot No. Area (in Supportive Documents Submitted Ownership Decimal )

Rs LR

Lease

Gift

Inherited

Purchased

Patta Land

Signature of Surveyor Signature of Head of Household

Page 40 of 57

SCHEDULE-F

OPTION FORM FOR COMPENSATION

ID No. --- (Unstable location No./ Notional Household No.)

1. Name of Village/ mouza ______2. PS______3. Name of Block/Mun______4. G.P. / Ward______5. Date of Enumeration ______6. Site name : 7. Site Number : 8. Area …………… 9. Colliery ……………………

1 Name of HOH 2 Father / Husband’s Name

[

I do hereby opt for the compensation package as specified below :- (Only one option to be chosen)

1 Full compensation of the homestead land and the assessed cost of the superstructures / other infrastructures situated on it Plus 100 sq.m of developed plot at the resettlement site

OR

2 Full compensation of the homestead land and the assessed cost of thesuperstructure/ other infrastructure situated on it Plus 100 sq.m of developed plot at the resettlement site

i Quantum of required excess land

cost of excess land to be adjusted against the total compensation payable

Cost of excess land to be paid in cash

OR

3 Full compensation of the homestead land and the assessed cost of the superstructures / other infrastructures situated on it Plus Assessed cost of 100 sq.m of developed plot at the resettlement site

4 450 sqft. super built up flat in triple storied building at resettlement site with No compensation for homestead land and structures on it and no separate land at the resettlement site

Signature of Surveyor Signature of Head of Household Page 41 of 57

SCHEDULE-G

JHARIA REHABILITATION AND DEVELOPMENT AUTHORITY Identity card for fire and subsidence affected households in BCCL Mining Area

PHOTO IDENTITY CARD CARD NO. : ______

NAME: : ______

Aadhar No. : ______

AGE as on_____: ______

FATHER’S NAME : ______

Signature/Impression of Issuing Date Signature of the issuing Officer left thumb of card holder J. R. D. A., Dhanbad

OWNERSHIP STATUS :

FAMILY MEMBERS :

HOUSEHOLD NO. :

SITE NEME :

SITE CODE NO. :

COLLIERY :

MINING AREA :

PREPARED BY

______

Page 42 of 57

SCHEDULE-H

DISTRIBUTION LIST OF PHOTO IDENTITY CARDS

Unstable Location No.- Mouza

Sl. Photo ID Card No. Name of Head of Household Age Signature of Recipient No.

Note: List to be generated from computer after preparation of Photo Identity cards.

Page 43 of 57

BID DOCUMENT – PART 2 Proposal for “Selection of agency for verification of previously surveyed data and survey of un-surveyed sites with survey of unauthorized occupants , survey of homestead land details, survey of superstructures/ other infrastructures in homestead land, valuation, preparation of Photo Identity Cards (PIC) and software integrated with digital database in respect of demographic survey & valuation of all the households residing in identified unstable locations in the coalfields under the leasehold of BCCL as per the Master Plan approved by the Government of India.”

JHARIA REHABILITATION & DEVELOPMENT AUTHORITY

Golf Ground Road, Hatia More, Hirapur, PO & Dist – Dhanbad, 826001 Phone & Fax no – 0326-2311842, Email- [email protected], website – www.jrda.in

Page 44 of 57

Annexure -I

Covering Letter

(On the letter head of the Bidder or lead Member in case of consortium)

Date :

To,

DDC-Cum-Project Director Jharia Rehabilitation & Development Authority. Hatia More, Golf ground Road, Hirapur, District- Dhanbad, Jharkhand, Pin- 826001 Phone & Fax no – 0326-2311842

Proposal for “Selection of agency for verification of previously surveyed data and survey of un- surveyed sites with survey of unauthorized occupants , survey of homestead land details, survey of superstructures/ other infrastructures in homestead land, valuation, preparation of Photo Identity Cards (PIC) and software integrated with digital database in respect of demographic survey & valuation of all the households residing in identified unstable locations in the coalfields under the leasehold of BCCL as per the Master Plan approved by the Government of India.” .

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 requirement and information provided and collected the undersigned hereby submits the proposal on behalf of ...... for the project with the details as per the requirements of the Bid Document, for your evaluation.

We confirm that our proposal is valid for a period of 6 (six) months for the 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 Bid Documents provided to us.

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)

Page 45 of 57

Annexure -II

Details of Bidder

(On the letter head of the Bidder or lead Member in case of consortium)

1. (a) Name of Bidder (b) Address of the Office (s) (c) Date of incorporation and / or commencement of business

2. Brief description of the Bidder’s main lines of business. 3. Details of individual (s) who will serve as the point of contact / Communication for JRDA with the Bidder:

(a) Name :

(b) Designation :

(c) Company / Firm :

(d) Address :

(e) Telephone number :

(f) Email Address :

(g) Fax No. :

(h) Mobile Number :

4. Name, Designation, Address and Phone Numbers of Authorised Signatory of the Bidder :

(a) Name :

(b) Designation :

(c) Company / Firm :

(d) Address :

(e) Telephone number :

(f) Email Address :

(g) Fax No. :

(h) Mobile Number :

Page 46 of 57

Annexure -III

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF PROPOSAL (On Stamp paper of relevant value )

POWER OF ATTORNEY

Know all men by these presents, we...... (name and address of the registered office ) do hereby constitute appoint and authorise. Mr. / Ms...... of...... (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 for proposal for “Selection of agency for verification of previously surveyed data and survey of un-surveyed sites with survey of unauthorized occupants , survey of homestead land details, survey of superstructures/ other infrastructures in homestead land, valuation, preparation of Photo Identity Cards (PIC) and software integrated with digital database in respect of demographic survey & valuation of all the households residing in identified unstable locations in the coalfields under the leasehold of BCCL as per the Master Plan approved by the Government of India.” including signing and submission of all documents and providing information / response to JRDA in all matters in connection with our Proposal for the Project. 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 aforesaid attorney shall and shall always be deemed to have been done by us.

Dated this______the day of ______200...... for ______

(Name and designation of the person(s) signing on behalf of the Bidder / lead member in case of consortium)

Accepted

______(Signatory)

(Name, Title and Address of the Attorney)

Date......

Page 47 of 57

Note :

1. To be executed by the lead Member in case of a Consortium 2. In case of Bidders who are not resident in India the Power of Attorney may be submitted on plain paper attested by any authorised officer of the Embassy of India and duly stamped by the Department of stamps & registration, Govt. of Jharkhand. 3. The mode of execution of the Power of Attorney should be in accordance with procedure if any, laid down by the applicable law and the charter documents of the executer(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. 4. Also, wherever required, the Bidder should submit for verification the extract of the charter documents and document such as a resolution / Power of attorney in favour of the person executing this Power of Attorney for the delegate of power hereunder on behalf of the Bidder. 5. In case an authorised Director of the Bidder signs the proposal a certified copy of the appropriate resolution conveying such authority may be enclosed in lieu of the Power of Attorney.

Page 48 of 57

Annexure -IV

FORMAT FOR POWER OF ATTORNEY FOR DESIGNATING LEAD MEMBER OF CONSORTIUM (On Stamp paper of relevant value)

POWER OF ATTORNEY

Whereas, Jharia Rehabilitation and Development Authority (hereinafter referred to as JRDA has invited proposals form Bidders for demographic & other kinds of survey, valuation of structures, preparation of photo identity cards and computerization of data of all the households residing in identified unstable locations in the coalfields under the leasehold of BCCL hereinafter referred to as “the Project” )

Whereas, the consortium being one of the Bidders is interested in Bidding for the project and implementing the project in accordance with the learns and conditions of the Bid document and. whereas, it is necessary under this document for the members of the consortium to designate the lead member with all necessary power and authority to do for and on behalf of the consortium, all acts, deeds and things as may be necessary in connection with the Consortium proposal for the project or in the alternative to appoint one of them as the lead member who, would have all necessary power and authority to do all acts, deeds and things on behalf of the Consortium, as may be necessary in connection with the Consortium’s proposal for the Project.

NOW THIS POWER OF ATTORNEY WITNESSTH THAT;

We, M/s ...... and M/s ...... (the name and address of the registered offices of all members of the Consortium ), do hereby designate M/s...... being one of the members of the Consortium, as the lead member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deed or things necessary or incidental to the consortium’s proposal for the project, including submission of proposal, participating in conferences, responding to queries submission of information documents and generally to represent the Consortium in all its dealings with JRDA any other Government.

Page 49 of 57

Annexure -V

FORMAT FOR ANTI-COLLUSION CERTIFICATE

ANTI-COLLUSION CERTIFICATE

We 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.

We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any person or agency in connection with the instant proposal.

Dated this...... Day of ...... 201......

......

(Name of the Bidder)

......

(Signature of the Authorised Person)

Note :

1. On the Letter head of the Bidder 2. To be executed by all members in case of Consortium

______ Name of all members in case of Consortium

Page 50 of 57

Agency or any person, in connection with the Project until culmination of the process of Bidding and thereafter till the completion of the project.

We hereby agree to ratify all acts, deeds and things lawfully done by the lead members and our said attorney pursuant to this Power of Attorney and that all act deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us/Consortium.

Dated this ...... Day of ...... 201....

(Executants)

{TO BE EXECUTED BY ALL MEMBERS OF THE CONSORTIUM)

Note : 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 executants(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure (for a body, corporate).

Page 51 of 57

ANNEXURE – VI

Guideline and Format for Technical Proposal The bidder shall submit a technical proposal setting out the approach to the Project.

The Technical Proposal shall set out the following components : a. Methodology Statement

b. Process Flow Chart and Material Balance Statement

c. Resource Utilisation Statement

d. Project Schedule a. Methodology Statement The Bidder shall provide a methodology statement, which broadly sets out the approach to the Project. The methodology statement shall include the Bidder’s appreciation of the Project, the sequencing of activities to the performed, the planning for area coverage and co-ordination between different concurrent activities. The methodology statement should address aspects relating to all the activities of Survey Work, Valuation Work, Data Compilation Work and Preparation of Photo- Identity Cards.

b. Process Flow Chart and Material Balance Statement The Bidder shall provide a process flow chart and a material balance statement setting out the activities and the outputs at each stage. The components, which shall be addressed, include conduction Survey Work, Valuation Work, Data Compilation Work and Preparation of Photo-Identity Cards. The Bidder should indicate supporting calculation and assumptions, if any.

c. Resource Utilization Statement A Statement indicating the procurement, deployment and utilisation of the resources shall be provided. The statement shall include proposed organisational structure, employee deployment, equipment procurement and utilisation, contracting activities, utilisation of office and other facilities.

d. Time Schedule The Bidder shall indicate an activity schedule over the Execution Period.

Page 52 of 57

ANNEXURE - VII PART – II – FINANCIAL OFFER

Survey Work/ Verification Work

(including the printing charges, deployment charges, infrastructural charges, etc. that have to be borne by the Bidder)

1. Demographic Survey/Verification of (Rates to be quoted) (per households / community individual notional household) infrastructures, educational and other institutions, shops and market complex etc. 2. Survey/Verification of super structures / other infrastructure situated in the Homestead Land of (Rates to be quoted) (per each household having own land & similar survey in respect of other individual notional household) community infrastructures, educational and other institutions, shops and market complex etc. 3. Survey/Verification work for Details of (Rates to be quoted) (per Homestead Land along with individual notional household) verification of the same

4. Survey/Verification work with respect (Rates to be quoted) (per to the Option Form in respect of all individual notional household) household having their own land.

Total amount for Survey Work/

Verification Work (Rates to be quoted) (per individual notional household) (Sum of rates mentioned in point 1,2,3,4 above) [both in words & figures]

Page 53 of 57

Valuation Work

5. Valuation of all superstructures / other infrastructures in respect of all households (Rates to be quoted) (per one lakh having own land and other community infrastructures, individual valuation educational and other institutions, shops and market complex etc. 6. Compilation of Valuation data along with description of (Rates to be quoted) (per one lakh structures with category and individual valuation the calculation details of the valuation Total amount for Valuation Work (Sum of rates mentioned in point 5,6 (Rates to be quoted) (per one lakh above) [both in words & figures] individual valuation)

Preparation of Photo Identity Cards

7. Capturing of Image of family of (Rates to be quoted) household / other Institution (per individual notional household

8. Generation of Photo Identity (Rates to be quoted) Card and delivery of the same as per conditions stipulated in (per individual notional household) the Bid Document Total amount for PIC Preparation (Sum of rates mentioned in point 7,8 (Rates to be quoted) above) (per individual notional household) [both in words & figures]

Data Compilation Work

(Rates to be quoted) 9. Compilation of Demographic Survey details (per individual notional household)

Page 54 of 57

10. Compilation of Land records (Rates to be quoted) for all households and the details of Land Records (per individual notional household)

11. Compilation of Potion details (Rates to be quoted) of the legal title holders. (per individual notional household)

12. Mechanism for automatic (Rates to be quoted) deduction of duplicate data based on UID number. (per individual notional household) (Rates to be quoted) 13. Development of integrated software (For development of complete software) Total amount for data Completion work (Rates to be quoted) (Sum of rates mentioned in point 9,10,11,12,13 above) (per individual notional household) [both in words & figures]

AERIAL SURVEY

14. Survey using drone/UAV and (Rates to be quoted) geo-tagging of household (per individual notional household) along with provision of Geo- tag Number Total amount for data Completion work (Rates to be quoted) (Sum of rates mentioned in point 14 above) (per individual notional household) [both in words & figures

Page 55 of 57

ABBREVIATION

BCCL LTD

CD COMPACT DISC

CMPDIL CENTRAL MINE PLANNING AND DESIGN INSTITUTE

DGMS DIRECTORATE GENERAL OF MINES SAFETY

EMD EARNEST MONEY DEPOSIT

GST GOODS AND SERVICE TAX

HOH HEAD OF HOUSEHOLD

IT INCOME TAX JHARIA REHABILITATION & DEVELOPMENT JRDA AUTHORITY

LOA LETTER OF ACCEPTANCE

LoI LETTER OF INTENT

LTH LEGAL TITLE HOLDERS

MOU MEMORANDUM OF UNDERSTANDING

NGO NON GOVERNMENT ORGANISATION

PAF PROJECT AFFECTED FAMILIES

PIC PHOTO IDENTITY CARD

Page 56 of 57

ROR RECORD OF RIGHTS

UAV UNMANNED AIRCRAFT VEHICLE

UID UNIQUE IDENTIFICATION (AADHAR)

LM LEAD MEMBER

PIP PROJECT IMPLEMENTING PERIOD

ToA TERMS OF AGREEMENT

EC EXPERIENCE CERTIFICATE

QB QUALIFIED BIDDER

PB PREFFERED BIDDER

SB SUCCESSFUL BIDDER

LoI LETTER OF INTENT

EA EXECUTION AGREEMENT

PVP PROPOSAL VALIDITY PERIOD

PDP PROPOSAL DUE DATE

Page 57 of 57