e procurement notice nit no 02/omecl/e-proc/geo/19 dt.08.02

34
1 E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02.2019 1 Name of the work The work relating to this package is to execute an effective exploration management project in timely manner considering all the technological developments. To manage all technical aspects of the exploration for 5 (Majhingamali, Keluamali, Nunapaimali, Tarhapani& Karnapodikonda ) bauxite blocks & 2 Iron ore blocks (Khandadhar) and ensuring G2 level Geological report 2 Availability of bid document in the portal 4.00 PM on 08.02.2019 to 22.02.2019 up to 5.00 PM 3 Pre Bid Meeting 15.02.2019 at 11:00 AM at OMECL office, Bhubaneswar 4 Last date of online submission of tender in portal 22.02.2019 up to 5.00 PM 5 BID Document Cost Rs.11,800/- including GST @ 18% 5 Submission of EMD Rs. 50000/- (Rupees Fifty thousand only) through online as available in website www.tendersodisha.gov.in 6 Date of opening of techno-commercial Bid 11.00 AM on 23.02.2019 The details can be seen from the tender document available at Government E-procurement portal i.e.tendersodisha.gov.in and OMC websitewww.omcltd.in OMECL reserves the right to reject any or all tenders without assigning any reason thereof General Manager (Exploration) Mobile No.:+91 9937388703 [email protected]

Upload: others

Post on 15-Oct-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

1

E Procurement Notice

NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02.2019

1 Name of the work The work relating to this package is toexecute an effective explorationmanagement project in timely mannerconsidering all the technologicaldevelopments.To manage all technical aspects of theexploration for 5 (Majhingamali,Keluamali, Nunapaimali, Tarhapani&Karnapodikonda ) bauxite blocks & 2 Ironore blocks (Khandadhar) and ensuring G2level Geological report

2 Availability of biddocument in theportal

4.00 PM on 08.02.2019 to 22.02.2019 upto 5.00 PM

3 Pre Bid Meeting 15.02.2019 at 11:00 AM at OMECL office,Bhubaneswar

4 Last date of onlinesubmission of tenderin portal

22.02.2019 up to 5.00 PM

5 BID Document Cost Rs.11,800/- including GST @ 18%5 Submission of EMD Rs. 50000/- (Rupees Fifty thousand only)

through online as available in websitewww.tendersodisha.gov.in

6 Date of opening oftechno-commercialBid

11.00 AM on 23.02.2019

The details can be seen from the tender document available atGovernment E-procurement portal i.e.tendersodisha.gov.in and OMCwebsitewww.omcltd.in

OMECL reserves the right to reject any or all tenders without assigningany reason thereof

General Manager (Exploration)Mobile No.:+91 [email protected]

Page 2: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

2

NOTICE INVITING E-TENDER

1. Odisha Mineral Exploration Corporation Limited, (OMECL), hereinafterreferred to as"Purchaser", invites tender from eligible bidders “To carryout an effective exploration plan and manage all the cycle ofexploration in timely manner as detailed in scope of work for 5(Majhingamali, Keluamali, Nunapaimali, Tarhapani& Karnapadikonda)bauxite blocks in Rayagada, Koraput & Kalahandi Dist. & 2 Iron oreblocks (Khandadhar) in Sundergarh Dist. and ensuring G2 geologicalreport”.

2. Bid document consisting of technical specifications, brief description ofthe work,terms and conditions of Detail Tender Call Notice (DTCN) andother necessary documents together with procedure for on-linebidding will be available in the website www.tendersodisha.gov.in,OMC website- www.omcltd.infrom 4.00 PM on 08.02.2019 to22.02.2019 upto 5.00 PM for online bidding.

3. Thebidder must possess compatible & valid Digital Signature Certificate(DSC) of Class-II or Class-III

4. Bids shall be received “on line” only on or before5.00 P.M. of dt.22.02.2019

5. Bidders have to pay online Earnest Money Deposit (EMD) of Rs.50000./(Rupeesfifty thousand) only as available inwebsitewww.tendersodisha.gov.in, OMC website- www.omcltd.in

6. Bids received online shall be opened at 11.00 A.M. on dt.23.02.2019 inthe Officeof the General Manager (Exploration) OMECL,Bhubaneswar. Bidders who participated in the bid can witness theopening of bids after logging on to the site through theirDSC.If thestipulated date of opening of bids (technical) is declared Governmentholiday, the bids will be opened on the next working day at the sametime and venue.

7. Time period for the said work shall be Twelve months from the date ofissue of LOI /Purchase order.

8. Other details can be seen in the bid documents.

9. The authority reserves the right to cancel any or all bids withoutassigning any reason’s thereof.

10. Addendum/ Corrigendum, if any, will be hosted in the website only.

Sd/-General Manager (Exploration)

Page 3: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

3

BIDDING SCHEDULE

1 Last Date & Time of submissionof Bid in portal

22.02.2019 up to 5.00 PM

2 Bid Security (EMD)i) Amount Rs. 50000. /- (Rupees Fifty

thousand.) only (online).Instructions to be followed foronline payment available in thee procurement portal duringprocessing of tender by thebidder

3 BID Validity Period 180 days from the date ofopening ofTechno- Commercial Bid.

4 Currency of Contract Indian Rupees (INR)5 Language of Contract English6 Date & Time of opening of

Techno– Commercial Bid11.00 AM on 23.02.2019

7 Date of opening of Price Bid To be informed to the Qualifiedbidders after evaluation oftechno-commercial bid throughthe e-portal.

Page 4: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

4

INSTRUCTION TO THE BIDDERS FOR e-PROCUREMENT

a. The e-procurement portal of Govt. of Odishawww.tendersodisha.gov.in, OMC website- www.omcltd.inshall beusedfor the tendering process.

b. Tender will be published in the state e-procurement portal byauthorized executives of OMECL with Digital Signature Certificate (DSC)issued with the approval of the competent authority.

c. There shall be no sale of tender paper in hard copies. Tenders can beaccessed and downloaded by the prospective bidders from abovewebsite free of cost.

d. The bid submission will start from the next day of the e-publication ofNIT. The download of tender may start immediately after e-publicationof NIT and shall continue till the last date and time of bid submission.

e. Registration/Enrolment of Bidder on e-procurement Portal.

In order to submit the Bid, the bidders have to get themselvesregistered online on the e-procurement portal of state govt.(www.tendersodisha.gov.in) with valid Digital Signature Certificate(DSC). The online Registration of the Bidders on the portal will be freeof cost and one time activity only. The registration should be in thename of bidder, whereas DSC holder may be either bidder himself orhis duly authorized person.f. Bid Document Cost: The Bid Document cost shall be submitted

online in the Tender portal during Bid submission. Nonpayment ofBid document cost shall amount to disqualification.

g. Procedure of bid submission using electronic payment of EMD bybidder.

i. The bidders have to logon to the Odisha e-procurement portal(www.tendersodisha.gov.in) using his/her digital signature certificateand then searchand then select the required active tender from ‘SearchActive Tender” option. Now, submit button can be clicked against theselected tender so that it comes to the “MyTenders” section.

ii. The bidders have to upload the required prequalification/ Technical/Financial bid, as mentioned in the bidding document.

ii. Then the bidders have to select and submit the bank name asavailable in the payment options.

Page 5: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

5

iv. A bidder shall make electronic payment using his/her internetbanking enabled account with designated Banks or their aggregatorbanks.

v. A bidder having account in other Banks can make payment usingNEFT/RTGS facility of designated Banks.

vi. Online NEFT/RTGS payment using internet banking of the Bank inwhich the bidder holds his account, by adding the account number asmentioned in the challan as an inter-bank beneficiary.

vii. Only after receipt of intimation at the e-procurement portalregarding successful transaction by bidder the system will activate the‘Freeze Bid Submission’ button to conclude the bid submission process.

viii. System will generate an acknowledgement receipt for successfulbid submission. The bidder should make a note ‘Bid ID’ generated inthe acknowledgement receipt for tracking their bid status.

h. Only those bidders who successfully remit their Earnest Money Deposit(EMD) on submission of bids would be eligible to participate on thetender/bid process. TheBidders with pending or failure payment statusshall not be able to submit their bid.Tender Inviting Authority, StateProcurement Cell, NIC and the designated Banks shall not be heldresponsible for such pendency or failure.

i. Designated Banks (SBI/ICICI/HDFC Bank) payment gateways are beingintegrated with e-Procurement Portal of Government of Odisha(www.tendersodisha.gov.in).

j. The bidder will have to accept unconditionally the online user portalagreement which contains the acceptance of all the Terms andConditions of NIT including Commercial and General Terms & Conditionsand other conditions, if any, along with on-line undertaking in supportof the authenticity of the declarations regarding the facts, figures,information and documents furnished by the Bidder on-line in order tobecome an eligible bidder. No conditional bid shall be allowed /accepted.

k. The bidder will have to give an undertaking online that if theInformation/declaration/scanned document furnished in support of thesame in respect of eligibility criteria is found to be wrong or misleadingat any stage, its/their bid may not be considered as decided by theOMECL Management.

l. The bidder may seek clarification within the specified period. The tenderpublishing authority will clarify as far as possible the relevant queries ofbidders. The clarifications may be asked from the next day of e-publication of NIT. The last datefor seeking clarification will be up to 10

Page 6: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

6

(fifteen) days before the last date of submission of bid and the last dateof giving clarification on-line will be up to 7 (seven) days before the lastdate of submission of bid. The tender publishing authority will beresponsible for giving the clarification online within the prescribed timeframe.

m.Corrigendum should be issued only in exceptional cases. Thecorrigendum to NIT will be published on-line with respect to extensionof date and change of address. However, the extension of date for anevent/activity will be published only before the expiry of earlierspecified date and time for that particular event. Preponement of datefor any event/ activity is not permitted. The scanned copy ofcorrigendum notice is to be uploaded on the e-procurement Portal andalso on the portal where the original NIT has been published.

n. The bidder will submit their Techno- Commercial Bid and Price bid on-line. No offline bid shall be accepted

The bidder will be required to submit EMD through ONLINE mode only.In case of exemption of EMD, the scanned copy of document in supportof exemption will have to be uploaded by the bidder during bidsubmission and to be included in technical bid.

o. The bidders will have to upload scanned copies of various documents(as per (DTCN) and all other documents as specified in NIT, in Cover-Iand “Price-bid” inCover-II.

Price Bid: The price bid will be in BoQ format and will be uploadedduring tender creation. This will be downloaded by the bidder and thebidder will quote the rates, taxes& duties etc. on this file. Thereafter,the bidder will upload the same file during bid submission in cover-II.The conditional price-bid of the bidders will notbe accepted. The pricebid which is incomplete and not submitted as per format will berejected.

p. Modification of the submitted bid shall be allowed online only before thedeadline of submission of tender and the bidder may modify andresubmit the bid online as many times as the bidder may wish beforethe end date. Bidder may withdraw only once their bids online withinthe end date of bid submission.

q. The Techno- Commercial bid will be opened on the pre-scheduled dateand time of tender opening. The Techno Commercial bids (Cover-I) willbe decrypted on-line and will be opened by the “Bid Openers” with theirDigital Signature Certificates.

r. Tender will be opened on the pre-scheduled date irrespective of thenumber of offers received. Even in case of receipt of single offer, the

Page 7: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

7

same is to be opened for evaluation. In case no offers are receivedtender will automatically be cancelled with competent approval.

s. Techno-Commercial evaluation of bids: The techno commercial bidswill be evaluated by the bid evaluating committee based on thedocuments uploaded by the bidders. For this purpose all the requiredparameters will be obtained from the bidders in an objective andstructured manner. Bidders will be required to upload scanned copy ofvarious documents as stipulated in the NIT for the evaluation processand document in support of exemption of EMD for Technical Evaluation.

(i) Shortfall Document: The purchaser may ask for shortfall documentsduring the evaluation of bids. These documents shall not be relating tosubmission of EMD. Request for documents and the response shall bein writing and no change in prices of the bid shall be sought, offered orpermitted. No modification of the bid or any form of communicationwith OMECL or submission of any additional documents, not specificallyasked for by OMECL will be allowed and even if submitted, they will notbe considered by the purchaser.

These documents may be allowed to be uploaded within the specifiedtime period of10 (Ten) days.

The above documents will be specified on-line under the link “Uploadshortfall document” by Evaluator normally within 10 days of Technical-bid(Part-I) opening, indicating the start date and end date giving 10days’ time for on-line submission by-bidder. The bidders will get thisinformation on their personalized dash board under “Upload shortfalldocument/information” link. Additionally, information shall also be sentby system generated e-mail and SMS, but it will be the bidder’sresponsibility to check the updated status/ information on theirpersonalized dash board at least once daily after opening of bid. Noseparate communication will required in thisregard. Non-receipt of e-mail and SMS will not be accepted as a reasonof non-submission of documents within prescribed time.

The bidder will re-upload the requested documents within the specifiedperiod and no additional time will be allowed for on-line submission ofdocuments.

(ii) After the short listing of techno-commercially acceptable bidders asabove, the date and time of opening of price bid shall be informed tothe shortlisted concern/entity through system generated e-mail andSMS alert.

(iii)The price bid of the shortlisted bidders (qualified in Techno commercialbid) will be decrypted and opened on the scheduled date and after thepre-scheduled time bythe Bid Openers with their Digital SignatureCertificates. The bidders may view the price bid opening online

Page 8: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

8

remotely on their personalized dash board under the link“Bid Opening(Live)” and can see the price bid submitted by all shortlisted bidders.

(iv)The EMD of unsuccessful bidders will be refunded through online.

(v) The IP address of all the bidders who has participated in the bid alongwithtiming and date will also kept preserved in the system.

(vi)The bid validity period of tenders will be 180 (one hundred eighty)days from thelast date of submission of bid.

t. Original copies of the documents, if required, should be produced/submitted atthe time of evaluation of Technical bid.

u. Regarding operation of e-Tender procedure please visit websitewww.tendersodisha.gov.in/ www.omcltd.in.Please note thatfurther addendum/corrigendum if any will be declared in same website.

v. OMECL reserves the right to cancel any or all the tenders withoutassigning any reason thereof.

Page 9: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

9

DETAIL TENDER CALL NOTICE (DTCN)

1. Submission of Tender:The Tender shall be submitted ONLINE in double cover system asmentioned below.

The bid is to be submitted in two covers.(a)(i) Cover-I (Techno - Commercial Bid) is to contain scanned

copy of Bid declaration form along with other documentsestablishing bidders eligibility and qualification as contained inclause 6 & 8 of DTCN and any other documents as required incompliance of the relevant clauses of DTCN and submittedonline in PDF format.

(ii) Cover-II (Price Bid) is to contain the price bid format (BOQ)duly filled in and digitally signed by the bidder and submittedonline.

(b) Pre- bid Meeting:A pre bid meeting shall be held with the perspective bid tenderers on15.02.2019 at 11.00 AM in the conference hall of OMECL address, toaddress any clarification /suggestion/addition/deletion of points in theproposed tender schedule. Bidders are requested to attend the saidmeeting for clarification on the technical & commercial point of tender andsend their suggestions through [email protected] [email protected] on or before 15.02.2019.OMECL reservesrights to include or not include depending upon suitability of requirement.After pre bid meeting addition/deletion shall be uploaded in website andthereafter bid submission shall start sticking to final date as peradvertigement.

The tender should be addressed to:General Manager (Exploration)THE ODISHA MINERAL EXPLORATION CORPORATION LIMITEDBAYAN BHAWAN, BHUBANESWAR-751001ODISHA

2. Source and availability period of tender paper:

The tender paper needs to be downloaded from website i.e.www.tendersodisha.gov.inor www.omcltd.in. There will be no manualsale of tender paper.

3. Procedure, date, time and place for submitting the bids:

The bidders are required to submit the bid in two stage bidding.

Part-I: Techno-commercial Bid- The Bidders will have to uploadscanned copies of various documents required for eligibility & all otherdocuments as specified in NIT in Cover-I.

Page 10: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

10

Part-II: Price Bid as specified in NIT should be downloaded by theBidder and he will quote the rates, GST etc for his offered items instipulated Price Bid format. Thereafter, the bidder has to upload thesame during bid submission in Cover-II.

i) Each Bidder shall submit only one Proposal/Bid/Tender.

ii) Modification of the submitted bid shall be allowed online only beforethedeadline of submission of tender and the bidder may modify andresubmit theonline as many times as he may wish.

iii) Bidder can withdraw only once their bids online within the enddate/time ofbid submission.

4. Date, Time and Place of opening of the bid:

The techno commercial bid shall be opened in presence of the bidders ortheir authorized representatives at 11.00 AM on 23.02.2019 at OMECL,Bhubaneswar.

In case of absence of the bidders or their authorized representatives, thetender shall be opened on due date & time. The Price Bid of the eligiblebidders qualified through techno commercial bid shall be opened on asuitable date with prior intimation to the bidders through systemgenerated e-mail and SMS alert.

5. EMD:

EMD Rs. 50000/- (Rupees Fifty Thousand only)

The bidder will be required to submit EMD through ONLINE mode only.The bidder should follow the instructions for online payment available inthe e-procurement portal during processing of tender.

i) Amount towards EMD on submission of bids shall be collected in aseparate pooling account of Focal Point Branch called e-FPB ofrespective designated banks at Bhubaneswar and the banks will remitthe amount to respective bidder’s account on receipt of instructionfrom Tender Inviting Authority through refund and settlement of e-procurement system within two working days from receipt of suchinstruction.

ii) In case the EMD on submission of bid is forfeited, the e-Procurementportal will direct the Bank to transfer the EMD value from the poolingAccount of State Procurement Cell to the registered account of thetender inviting authority.

iii) Bank will refund the EMD to the bidder in case the tender is cancelledbefore opening of the Bid as per direction received from TenderInviting Authority through e-procurement system.

Page 11: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

11

iv) In case of exemption of EMD the scanned copy of document in supportofexemption will have to be uploaded by the bidder during bidsubmission. EMDfurnished by all unsuccessful bidders will be refundedthrough online. If the bidder withdraws or amends or impairs orderogates from the tender in any respect within the period of validityof its tender or award of contract, the EMD will be forfeited.

v) In case the bidder is exempted from depositing EMD, if awarded thework, Initial Security Deposit (ISD) has to be deposited in shape ofBank Draft drawn on any Nationalized Bank/ Scheduled Bank payableat Bhubaneswar in favor of The Odisha Mineral Exploration CorporationLimited/ Bank Guarantee from any NationalizedBank beforeissuance of formal purchase order and same shall be refunded onsuccessful execution of the work.

vi) The EMD of technically disqualified bidders along with un opened pricebidshall be returned immediately after opening of Technical bid and theEMD of unsuccessful bidders other than the L 2 bidder shall bereturned within 15 days of opening of price bid .The EMD of L 2 biddershall be returned after finalization of the tender or after the L1 agencystart the work, whichever is later.

Should an Invitation to Tender be withdrawn or cancelled byOMECL,which it shall have the right to do at any time, the EarnestMoney/Bank Guarantee will be returned to the Bidder.

Should the successful Bidder fail to furnish the Bank Guarantee forSecurity Deposit within 15 days from the date of intimation, theEarnest Money shall be forfeited/enforced without prejudice to hisbeing liable for any further loss or damage incurred in consequence byPurchaser. The Earnest Money Deposit shall be suitably extended, ifsuch a necessity arises, by the successful Bidder till the date fixed byPurchaser for furnishing the Security Deposit.

Earnest Money shall be returned to the successful Bidder after theInitial Security Deposit has been furnished to OMECL.

Central PSUs/ Central Government undertakings and firms registeredwith MSME / SSI/ NSIC and holding valid registration certificates areexempted from submission of the Earnest Money Deposit. Bidder tosubmit copy of the registration certificate.

6. ELIGIBILITY CRITERIA FOR BIDDERS& BID EVALUATION

6.1 Technical Eligibility Criteria

The bidder should have experience of having executed /completed at least 1 exploration management projects,

Page 12: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

12

preferably in Bauxite and Iron ore projects in India as the solebidder during last five years, ending on last day of the precedingmonth in which this tender is floated

The bidder must have team members having UNFC/IBMcompetent person (RQP), other accreditations (MAusIMM etc)preferred

Scoresheet for Techno-Commercial Evaluation

S.NO Particulars Minimum Requirements Scoring Criteria Max Score Bidders Score

1

Must have proven track record of complete exploration management program for detailed exploration in bulk commodity preferably Bauxite /Iron/Chromite/Manganese having expertise in Core drilling, RC drilling, Vacuum suction, sonic drilling techniques

1 Projects in last 5 years 3 projects or more-152 Projects-101 projects-7Else 0

15

2 Ground Geophysics (Magnetic,Gravity ,EM Survey & Downhole geophysics )

a

In house capabilities of Magnetic,Gravity ,EM Survey & Downhole geophysics YesIf No see 2(b)

3 projects or more-10 2 Projects-71 projects-4Else 0

If not In house capabilities,strategic partner for carrying out above surveys Yes/No (Furnish agreement copy)Survey's/Projects completed of Magnetic,Gravity ,EM Survey & Downhole

geophysics 1 Projects in last 5 years

3

Regional to detailed prospect scale geological mapping.Competency in layout of reference grids and topographic surveys (Collar,Boundaries)

1:10000 or less (1 Projects in 5 years)

3 projects or more-152 Projects-101 projects-7Else 0

15

4Avg.turnover of the company for last three years Minimum 1 Crore 3 Cr.and above-10

2 Cr to below 3 cr-71 cr and Below 2 cr-5

10

5

Supervision and monitoring of trench, chip, channel and bulk sampling programs 1 Projects in last 5 years 3 projects or more-10 2 Projects-71 projects-4Else 0

10

6

Logging and sampling of core for geology, geochemistry, geotechnical and metallurgy

1 Projects in last 5 years having minimum 1000 metres of drilling/project

3 projects or more-10 2 Projects-71 projects-4Else 0

10

7

Statutory compliance reporting (G2/G3) 1 Projects in last 5 years 3 projects or more-10 2 Projects-71 projects-4Else 0

10

8

Workplace Health, Safety and Environment management HSEC policy, Mgt. system &Social/community purpose statement in place

Yes-10,No-0

10

9

Report preparation as per NMET guidelines 1 GR (G3/G2) compliant reports 3 projects or more-152 Projects-101 projects-7Else 0

10

100 0

10

b

3 projects or more-10 2 Projects-71 projects-4Else 0

*Bidder should submit all the supporting documents required forevaluation of the score sheet parameters

Selection Criteria:

Vendors shall be selected through Quality-cum-Cost Based Selection(QCBS) method.

The selection of vendor shall be made basing on the quality (Techno-commercial bid) as well as cost (Price bid) under QCBS method. Both

Page 13: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

13

the proposals need to be submitted online in separate sealed cover.

The Bids will be decrypted online &will be opened by the “BidOpener” with their Digital Signature Certificate.

The minimum qualifying score based on score sheet shall be 65 outof 100 and those qualifying based on score sheet shall be called forTechnical presentation before a designated committee ,if the scoresheet score is less than 65, the proposal shall be rejected and thefinancial proposal shall be returned.

The minimum qualifying score based on Technical presentation shallbe 35 out of 50 and those qualifying based on Technical presentationshall be eligible for financial bid opening. If the Technicalpresentation score is less than 35, the proposal shall be rejected andthe financial proposal shall be returned.

After technical presentation, total Technical score (TS) shall becalculated for each qualified bidder based on total score obtained(Score Sheet –weightage 70% + Technical presentation-Weightage30%)

The evaluation shall be made providing 70% weightage to quality i.eTechnical score (TS) and 30% weightage to cost i.e Price Bid (PB).So the total score shall be derived as mentioned below:Total score = 70/100* TS + 30/100* PB

The Financial bids shall be evaluated against completeness andadequacy. The proposal with lowest cost will be given a financialscore of 100 and other financial proposals will be given financialscores which is ratio of lowest offer to their offered price multipliedby 100.

On the basis of the combined score for quality and cost with equalweightage of 70:30, the bidders shall be ranked in terms of the totalscore obtained. The proposal obtaining the highest total combinedscore will be ranked as H1 followed by the proposals securing lessermarks as H2, H3 etc. H1 shall be recommended for award ofcontract.

The Bidders may view the price bid opening online remotely on theirpersonalized dash board under the link ”Bid Opening (Live)” and cansee the price bid submitted by all shortlisted bidders.

The decision of the Tender Purchase Committee with regard to theBid Evaluation shall be final and binding on all Bidders and shall notbe available to be questioned before any forum or court of law.

Page 14: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

14

ExampleCalculation of Total technical score (TS)

BiddersScoresheet (Max100,Weightage-70%)

Presentation (Max50,Weightage-30%)

Total TechnicalScore (TS)

A 95 40 91B 85 45 87C 90 42 88D 80 28

Disqualified asScore is less than

35

E 75 30F 70 32G 65 30H 50

Disqualified as Score is less than 65I 55J 45

Hence, there are 3 qualified bidders: A, B & CTechnical Score of bidders after evaluation of technical criteria:A = 91, B= 87 & C= 88The quoted prices in the financial proposals of bidders are as under:Evaluated cost of A= ₹ 120, Evaluated cost of B= ₹ 100, Evaluatedcost of C= ₹ 110The financial score is given as per the formula: (Lowest EvaluatedCost against the tender/ Evaluated Cost of the bidder) X 100Financial Score of A= (100/120) X 100 = 83Financial Score of B= (100/100) X 100 = 100Financial Score of C= (100/110) X 100 = 91Final Combined Technical and Financial Score of the bidders is as perthe formula: (Technical Score X 0.70 )+ (Financial Score X 0.30)Bidder A= (91 X 0.70) + (83 X 0.30) = 88.25 H3Bidder B= (87 X 0.70) + (100 X 0.30) =90.55 H1Bidder C= (88 X 0.70) + (91 X 0.30) = 89.04 H2

Hence Bidder B, with highest score shall be recommended for negotiations/award.

6.1.1 Additional Conditions

Page 15: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

15

Adherence to guidelines of NMET exploration projects Adherence to MEC rules 2015 Coordinate approvals, maintain good relationship with DFO and

district administration

6.1.2 Technical presentationTechnical presentation to be made before a designated committee asper format given below

Introduction-Vision-Mission-Management-Financial-HSEC PolicyExploration management-Case studies-Ongoing works-Capabilities (People,Software & Technology)OMECL project way forward-Organogram for EMC execution-Methodology & Plan to execute EMC

Max 3 slides

Max 5 slides

Max 4 slides

6.2 Financial Requirements

“Average annual turnover of the Bidder shall be equal to or more thanRs 1, 00,00,000. /-(Indian Rupees One Crore only) during last three(03) consecutive financial years, i.e. during financial years 2015-16,2016-17& 2017-18’’.

The Bidder shall submit copy of Audited Annual Accounts clearlyevidencing the Annual Turn-Over figure for last 3 (three) consecutivefinancial years in support of their meeting above stipulated financialrequirements.

In case of the non-availability of Audited Annual Accounts (FinancialStatement) for any genuine reasons, as an alternative, the Bidder shallfurnish a certificate from a Chartered Accountant stating annualturnover for the last three consecutive financial years. The reasonshould be communicated to OMECL along with supporting documents.Employer reserves the right to verify / determine Bidder’s turn overbased on Financial Reports posted in Bidder’s Web Site, if any.

The gross turnover shall be considered for the purpose of evaluatingfinancial criteria.

7. TENDER DOCUMENTS

Page 16: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

16

The following tender documents for the above work shall be completeset of Bidding Documents for executing the Work

i. Scope of work (Annexure I)ii. Price Bid Format –(Annexure-II)iii. Declaration by Tenderer – (Annexure-III)iv. Online Receipt for payment of Bid Document Cost of Rs.11,800/-v. Bank Guarantee for ISD.(Annexure-IV)vi.

8. DOCUMENTS TO BE UPLOADED IN THE TECHNO-COMMERCIALBID

a. The bidder shall submit notarized copy of the following documentsissued by client to the bidder in proof of meeting the prescribedeligibility criteria with specific mention of information required:

i. Letter of Award of work /Work order /Contract agreement.ii. Completion /Execution certificate indicating magnitude of work

executed/completed during the qualifying period.iii. In case of reference of an ongoing work or work of longer duration,

copy of certified and paid last R.A. Bill / Final Bill may be furnishedwith proof of certification/passing and payment by the client for therequired magnitude of work.

Note: The bidder should clearly mention and submit only thosedocuments/certificates which bidder wants to rely upon for histechnical credentials/eligibilityand score sheet evaluation.All the documents necessary for evaluation of score sheet shall beuploaded by the bidder and the bidder shall also mention the Sl.no ofScore sheet as reference against each uploaded document.

b. A copy of all the Attachments mentioned below shall be uploaded bythe Bidder along with their offer duly signed on each page as a tokenof acceptance by the bidder.

i. Scope of work ( Annexure I)

ii. Price Bid (Annexure II)

iii. Declaration by Tenderer (Annexure III)

iv. Online Proforma of Bank Guarantee for Initial Security Depositcum Performance (Annexure IV)

c. Copy of the valid GSTIN & PAN.

Page 17: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

17

d. Documents in support of turnover of the bidder in form of AuditedAnnual Accounts/ Financial Statements.

e. Copy of the certificate from the organization where similar type oforder has beenexecuted.

f. Documents in support of the following shall be furnished separately.

i. MANDATE FORM (FOR ENABLING E-PAYMENT)-Annexure V

g. Power of Attorney/Authorization with the seal of the company ofperson signing theTender document.

h. Copy of ITRs for the last three consecutive Assessment Years , i.e. A.Y.2016-17, 2017-18 & 2018-19

i. Any other technical information the Bidder wishes to furnish.

9. CONSORTIUM

Bid in form of consortium is not allowed for this package.

10. VALIDITY OF BID

The validity of the Proposal/bid/tender should be for a period of 180 daysfrom the last date of submission of Bid. OMECL reserves the right toreject any Proposal which does not meetthis requirement.

11. NO CLAIM OR COMPENSATION FOR SUBMISSION OF TENDER

No bidder shall be entitled to claim any costs, charges, expenses of andincidental to or incurred by him through or in connection with hissubmission of Tender, even though M/s OMECL may elect to withdraw theInvitation to Tender.

12. ACCEPTANCE OF TENDER

The price part of only those Bidders found techno commerciallyacceptable shall be opened. Price negotiation, if any, shall be heldwith theBidder selected as per the procedure laid down in clause6.1only.

13. ACCEPTANCE OF ORDER/ PART ORDER

Purchaser is not bound to accept lowest or any tender or to assignreasonsWhatsoever for non-acceptance. Purchaser also reserves the right toaward work / finalize order either in whole or in part in case it isascertained that the quantity to be ordered is far more than what theevaluated L1 bidder alone is capable of executing / supplying. Bidder shallconfirm acceptance of part order in their tender for such an eventuality.

Page 18: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

18

14. PRICE EVALUATION

Bidder shall quote for total items of price Bid. GST amount along with GSTrate shall be filled by bidders in the Price Bid. Evaluation shall be done onTotal Quoted price of price Bid including GST.

15. CONFIDENTIALITY

Bidder shall note that all data/ drawings/ specification enclosed withTenderDocument is confidential. Bidder shall keep all data/ drawings in strictconfidence and shall not copy or pass on any of the Tender papers etc. toany third party.All correspondences with regards to this tender enquiry shall be made atthe following address:

General Manager (Exploration)OMECL,BayanBhawanBhubaneswar, Pin 751001

16. SCOPE OF WORK

The scope of work shall be as per Technical Specification enclosedherewith at Annexure-I. The Bidder shall carefully check thespecification and shall satisfy himself regarding the technical requirementand completeness of the work. Also, Bidder shall, if required, inspect thesite and satisfy himself about the actual site conditions and collect anyother information, which may be required by him for submitting thetender for efficient execution of the work.

17. TAXES AND DUTIES

GST shall be paid to agency on submission of tax invoice in accordancewith GST act and Rules.All GST and applicable cess thereon are includedin the contract price. In case any GST and applicable cessthereon arelevied on the Contract Price, the same shall be borne and paid by theContractor.

TDS under GST act if applicable shall be deducted from payment ofAgency. Income Tax, if any, required by law to be deducted at source,shall be recovered by Purchaser at source and the certificate of the Taxdeducted at source shall be furnished to the Contractor.

The Agency must be registered under GST Act and GSTIN must appear inall Tax invoices. No progress payment shall be released to the Contractorunless the Contractor furnishes copy of its Registration Certificate with theauthorities concerned. Any tax liability due to failure on the part of theAgency to get itself registered under GST Act shall be to the Agency’saccount.

Page 19: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

19

The Agency shall certify, if required by Purchaser, that due taxes havebeen paid by him on this order and produce evidence of tax paid, which islegally due and payable on this order Purchaser shall bear no liability inrespect of any taxes, duties, levies etc. whatsoever.

All other applicable Taxes, Levies, Fees, as applicable and other chargeslegallyleviable on the Agency in connection with this work order areincluded in the contract price and shall be borne and paid by the Agency.

Contract price is firm and not subject to any variation whatsoever exceptforStatutory variation in existing taxes and duties and / or imposition ofnew taxes and duties or withdrawal of existing taxes and duties, as maybe applicable within actual completion period or contractual completionperiod whichever is lower.

GOODS AND SERVICES TAX (GST):

Instruction to bidders for compliance of GST.

i. For the purpose of this clause the following expressions shall have thefollowing meanings:

(a) GST – means any tax imposed on the supply of goods or servicesor both under GST Laws.

(b) Cess– means any applicable cess on the supply of Goods andservices, if applicable.

ii. Bidder agrees to do all things not limited to providing GST invoices orother documentation as per GST law relating to the above supply ofservices for payment of taxes, timely filing of valid statutory returnsfor the tax period on the Goods and Service Tax Portal etc. that maybe necessary to match the invoice on GSTN common portal and enablePurchaser to claim input tax credit (ITC) in relation to any GST payableunder this Agreement or in respect of any supply under this Agreement.

iii. Bidder shall maintain high GST compliance rating track record at anygiven point oftime.

iv. Bidder shall abide by the latest notifications, abatements, exemptionsetc. if any, as applicable for the supplies under the Goods and ServiceTax.

v. For the purpose of the above mentioned requirements, the Bidder shallprovide necessary documents as may be necessary and shall allowInspection of the same.

Page 20: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

20

vi. As per CGST Act, 2017 section 171,Änti Profiteering clause, if there isany reduction in rate of tax on any supply of goods or services or thebenefit of input tax credit , it should be passed on to the recipient byway of commensurate reduction in prices.

18. TERMS OF PAYMENT

18.1 Subject to any deduction which Purchaser may be authorized tomake under the contract, the contract price shall be payable as follows:

18.2Activity No's of

ActivityWeightageperActivity

TotalWeightage

Mobilisation (Set up office at site and Geologist andrelated staff on field ready to start assigned work-Bauxite & Iron ore) 2 5 10%Running Bill/Month 12 2.25 27%Field work completion (Drilling, Logging, Samplingand all field activities completion) 7 3 21%GR (Report preparation for each project) 7 2 14%Project closure of each project 7 4 28%

i. Mobilization advance shall be paid against submission of BG ofequivalent amount, if the Agency wish to take the advance. The BGshall be issued in favor of OMECL and should be operable andinvoicable at any Branch at Bhubaneswar of the issuing Bank.

ii. No additional amount shall be paid by Purchaser to the Agency due tosuspension of work for whatsoever reason.

iii. All payments shall be released from Purchaser through A/c Payeecheque/e-payment.

iv. All bank charges shall be to Agency’s account.

SUBMISSION OF DOCUMENTS FOR THE ABOVE PAYMENTS ARELISTED BELOW:

➢Tax Invoice indicating the incidence of GST, Period of work, GSTIN, PAN,contact details, HSN codes of goods or Accounting code of services,description of goods or services, quantity, rate of tax etc. Tax Invoice should

Page 21: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

21

contain Name, address & GSTIN of the Agency, Name, address & GSTIN ofthe Purchaser

➢any other necessary documents as per GST Act and Rules Certification by concerned officer of OMECL regarding completion of the

work against which payment is claimed. Payment recommendation by GM(Exploration).

➢Undertaking that the Agency has complied with all statutoryrequirements as per Work Order during the period for which the progresspayment has been claimed.

i. All payments shall be released within 45 days through Electronic FundTransfer (NEFT / RTGS) upon submission of invoice along with correct&complete documents at OMECL.

ii. OMECL will not be responsible for delay in payments in case of non-receipt of documents/ receipt of incorrect & incomplete documents.The Agencyshall intimate their Bankers details and Account No. etc. toOMECL.

18.2 Agency shall submit the following documents, as applicable, forclaiming the aforesaid payment :

-Tax Invoice indicating the GST and applicable cess.-Undertaking that AGENCYhas complied with all statutory requirementsas per Work Order during the period for which the payment has beenclaimed.

19. TIME OF COMPLETION

Time of completion is the most important aspect of the order. Time forCompletion of the Work shall be twelve (12) months from the date ofLetter of Intent (LOI).The Effective Date of Contract shall be date ofLetter of Intent (LOI).However, the work order to given and anAgreement to be made subsequently.

20. INITIAL SECURITY DEPOSIT:The successful bidder shall submit Initial Security Deposit-cum-performance guarantee equivalent to 5% of the Total contract value(including GST) within 7 days of issue of LOI. The ISD shall be for dueand faithful performance of the contract and due compliance of thestatutory obligations in relation to the contract. The ISD can be submittedin form of DD or BG. The DD should be drawn in favour of “The OMECLLimited”. In case BG is submitted in form of BG, then the BG should be inOMECL BG format attached with this Tender document and should be keptvalid till completion of the contract in all respect. The BG shall have aninitial validity period of 12 months along with claim period of 2 months.The successful bidder shall extend the BG validity till completion of

Page 22: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

22

contract if the work is not completed within 12 months. The BG should beoperable and invocable at any Branch at Bhubaneswar of the issuing Bank.

The ISD-cum Performance warranty of the successful bidder shall beforfeited in the following cases:

a. The successful bidder fails/denies to undertake the work.b. The successful bidder abandons the work before its

completion.c. The successful bidder fails to comply with the Technical

specifications as agreed by it in the Agreement.d. The successful bidder fails to comply with the contractual

or statutory obligations under the contract.After submission of ISD, agreement shall be executed by OMECL and thesuccessful bidder within 15 days from such submission of ISD.

21. LIQUIDATED DAMAGES

The Agency shall complete the work in accordance with CompletionSchedule as indicated above. If, however, the Agency fails to completethe work in accordance with the completion schedule, or within suchextended time schedule as may be further granted to the Agency, theAgency shall be liable to pay as liquidated damages and not by way ofpenalty by making deduction from the Agencys account @ 1% of theContract Price including GST per week of delay up to a maximum of 10%of the total Contract Price including GST

22. Right To Risk Purchase:If the Agency fails to deliver the services as per the agreed schedule withOMECL, OMECL shall have the right to procure the services from anyother agency and recover from the agency allcharges/expenses/losses/damages suffered by OMECL, at the risk andcost of the agency, after giving 15 (fifteen) days of notice to the agency.This will be without prejudice to the rights of OMECL for any other actionincluding termination of the empanelment and forfeiture of thePerformance Security

23. PERIOD OF VALIDITY OF TENDER

Unless otherwise specified, the bidder shall keep his Tender valid initiallyfor aperiod of 180 days from the last date of submission of BID.

24. GENERALOther Terms and Conditions

All equipment, Instruments, tools, tackles, PPEs and otheraccessories, as may be required, shall be arranged and brought tosite by the Agency at his own cost.

Page 23: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

23

The Agency shall bring sufficient and appropriately qualified &experienced staff at site to carry out the exploration programme asper schedule

The Agency's personnel should be well acquainted with all rules &regulations as applicable for conducting the specified work.

Field work shall be carried out by the Agency's personnel with totalresponsibility. PURCHASER's representative will be available as andwhen considered necessary by PURCHASER.

The Agency shall make his own arrangement for accommodation ofhis personnel at site at his own cost.

Agency shall arrange for transport of personnel andequipment/instruments etc. if any, to site and is also included in thecontract price. Further, wherever it is required for any samples tobe tested at laboratories outside, the related costs includingtransportation of the samples is also included in the contract price.

Page 24: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

24

Annexure-I

Scope of Work

ITEMS UOM Quantity DELIVERABLE

1 HSEC

Ensure safe movement of drill rigs and its operation ; Maintainhigh standard of health measures in camp for all involved inexploration program at site by means of regular health checkup ;Aligned to OMECL vision - maintain harmonious relationship withcommunity to facilitate exploration program ( by mean ofcontinuous dialogue / small training camps, SHG - Self-helpgroups ; organizing sports / health awareness / awareness onNeed of Mining and growth opportunities etc

2Mapping(Geological &Topographical)

Sqkm

50 Sq Km (Bauxite) &57.879(KhandadharIron ) Sq km+1.21 SqKm(Thakurani)=109.089 Sq Km Sq Km

i) Geological mapping at 1:4000, preparation of geologicalworking sections for each projects as per mapping. Notinglithological / structural / stratigraphic features in prescribedformat, plotting on map - by marking all features as per standardnotation ii) Draw insights on structure and stratigraphy -correlating to regional features for high and low potential zonesby drawing anticipated sections (iii) All such maps and sectionsto be submitted in GIS format (Mapinfo& ArcGIS) and desiredpaper size in color.

3 Drilling m 10060 m (Bauxite) &7180 m( Iron)

i) Getting drill site cleared, drill pad &access road ready and itsrehabilitation by drill contractorii) Placement of drill rigs as per plan & pre surveyed locationiii)Monitoring core drilling - logging on daily basis ,MIS format fordaily reporting and payment to be prepared & implementediv) Logging - Geological & Geotechnical, Hydrological - notingstructural features , metallurgical aspectsv) Sample scheme, marking for sample drawl , monitoring ofsample preparation , Proper preservation , Photographyvi) Ensuring QAQCVII) Database preparation in desired format of software and dailyreportingvii) Daily report in soft form

4 SURVEY Sqkm

Bauxite - 50 Sq kmIron –59.089 Sq km

i)Topographic survey by Total station / DGPS of drill holesii) Closing errors as per guidelineiii) String file and DTM to be submitted in required formativ) Marking initial& final Borehole Collar , all X,Y,Z to besubmitted date wise in excel sheetv) DGPS survey of tenement boundary, forest/non-forest etc. asper guidelines of Auction Rule 2015

4 Preparation ofMaps & Section

Block 7 blocks As per GR and resource estimations according to UNFC

5 Block ModelBloc

ks 7 blocksGeological model and block models for resources in Datamine/Vulcan/Surpac

6 Report writingBloc

ks 7 blocksG2 (UNFC) level Geological Report complying to MEC Rule 2015and auction Rule 2015

7Assay No 17240

Write Sampling protocols, oversee sample preparation, andcoordinate analysis at NABL labs. Prepare the merged databasesfor resource estimations as per UNFC.

Page 25: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

25

8ForestApprovals /coordination

Blocks 7

Prepare Land schedules of respective blocks & get approval byTahsildarsUpload FORM C , on behalf of OMECL and follow up for finalapproval in 2 monthsLiaise with Forest department at appropriate levels for approvalthru Form C

Additional Information to be submitted along with Tender

The Bidder shall also give names, qualification and experience of keypersons to be deployed for the works (i.e. CV of the Geologists/ Engineersto be deployed for the job)

The Bidder shall give his total experience in this type of work along withlist of such works conducted (giving the name of client, type and areacovered and date) during last 5 years. Without above information, theBidder will not be considered for award of work.

Completion time

The Bidder shall complete the job within 12 Months from the date of LOIby the OMECL for award of the job.

Page 26: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

26

Annexure-IIPrice Bid

Table-1

ITEMS UOM Quantity Basic Value

Rate ofGST

Amountof GST

TotalAmount

1Mapping(Geological &Topographical)

Sq km 109. 089Sq Km

2Drilling relatedwork /Logging/sampling

Meter 17240 m

3 SURVEY Sq km 109.089 Sq Km

4 Preparation ofMaps & Section

Block7

5 Block ModelBlock

7

6 Report writingBlock

7

7AssayMonitoring/QAQC No 17240

8ForestApprovals/coordination

Block 7

TOTAL

The bidder shall quote rates in individual items as per the table-1provided above

Page 27: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

27

Annexure-IIIDECLARATION

(in non judicial stamp paper)

Sub: Tender No: ____________

I/We confirm that I/we have fully read and understood all the detailsmentioned in the tender document NIT No.__________& all corrigendum/addendum issued, if any. I/We accept all terms and conditions mentionedin the tender schedule and I/We declare that I/We have not been blacklisted within a period of three preceding years from publication of this NITby anyCompetent court of Law, Forum or any State Govt. or statutory entities. Ifat any stage the declaration/information/scanned documents furnished insupport of the same in respect of eligibility criteria/black listing etc. foundto be incorrect, I/We hereby agreed to be treated as disqualified bidderand I/We have no right to claim for consideration of my/our bid at anystage and the money deposited in form of EMD/S.D. shall be forfeited oras decided by OMECL.

Signature of the Bidder with Seal

Page 28: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

28

Annexure-IV

BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT(To be submitted in Rs. 50/- non-judicial stamp paper. Stamp paper to bepurchased in the name of the issuing bank. Validity of the BG shall be four(04) month beyond the validity of the Tender)

No. ..................... Date:

OMECLBhubaneswar

WHEREAS........................... (Bidder’s Name) (Hereinafter referred to as“bidder/Agency”), and having its registered office at.............. is requiredto deposit to OMECL, the Purchaser, byway of Earnest Money, Rs. ............(Rupees ........………………………………. only) in connection with its Tender forthe work with reference to Tender Enquiry No. ......... dated........ as perspecification and terms and conditions enclosed therein

AND,

WHEREAS the Supplier as per Clause No. ........ Of Instructions to Bid (ITT)has agreed to establish a Bank Guarantee in OMECL’s favor through us(Bank) valid up to.......... (Date) instead of deposit of Earnest Money incash AND,

WHEREAS OMECL have agreed to accept a Bank Guarantee from us in lieuof Earnest Money Deposit in cash from the Bidder.

1. We ... (Bank) hereby agree and undertake to pay OMECL on demandthe said amount of Rs........................ (Rupees ..................................only) unconditionally without any protest or demur in the event theBidder/ Bidder after submission of his Tender, resales from or withdrawshis offer or modifies the terms and conditions thereof in manner notacceptable to OMECL or expresses his unwillingness to accept the orderplaced and/ or Letter of Intent issued by OMECL on the Bidder/ Bidder forthe work underTender Enquiry No. .................. Dated................

2. OMECL’s decision as to whether the Bidder/ Bidder has resiled from orhas withdrawn his offer or has modified the terms and conditions thereofin manner not acceptable toOMECL or has expressed his unwillingness toaccept the order placed and/or Letter ofIntent issued by OMECL on theBidder/ Bidder for the work under EnquiryNo. ..............dated ................., shall be final and binding on us and weshall not be entitled toquestion the same.3. Notwithstanding anything contained in the foregoing, our liability underthis Guarantee shall be restricted to Rs.....................(Rupees ............................ only)

Page 29: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

29

4. This Guarantee shall remain valid and in full force and effect upto ......….. (Date) and shall expire thereafter unless an intimation is givento the Bank by OMECL earlier inwriting discharging us from our obligationunder this Guarantee.

5. We shall not revoke this Guarantee during its currency except byOMECL’s consent in writing.

6. This Guarantee shall not be affected by any change in the constitutionof the Bidder/Bidder or OMECL or ourselves but shall ensure to OMECL’sbenefit and be enforceable against our legal successors or assignees byOMECL or OMECL’s legal successors.

7. Notwithstanding anything contained hereinabove unless a demand orclaim under this Guarantee is made on us in writing within six monthsfrom the date of expiry of this Guarantee we shall be discharged from allliabilities under this Guarantee thereafter.

8. We have power to issue this Guarantee under our Memorandum andArticles of Association and the undersigned, who is executing thisGuarantee has the necessary power to do so under a duly executed Powerof Attorney granted to him by the Bank.

SIGNED AND DELIVEREDfor and on behalf of above named BankFor and on behalf of(Banker’s Name)Address ......................................

Page 30: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

30

WITH IMMEDIATE EFFECT

(To be submitted on Non-Judicial Stamp Paper worth Rs. 10/- purchasedin the name of issuing Bank)

BANK GUARANTEE FOR SECURITY DEPOSITi) Name of the Issuing Bankii) Addressiii) Bank Guarantee No.iv) Limit of liabilityv) Issued on behalf ofvi) Issued in favour ofvii) Contract/Order No. & Dateviii) Description of workix) Date of issuex) Date of Expiryxi) Claim period from the date of expiryThis top sheet shall form part of the original bank guarantee.

Authorised signature with Code No.And stamp of the issuing bank

Page 31: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

31

PROFORMA FOR BANK GUARANTEE FOR SECURITY DEPOSIT(To be submitted on Non-Judicial Stamp Paper worth Rs. 100/- purchasedin the name of issuing Bank)

DATE:BANK:GUARANTEE NO:VALID UPTO:

BANKGUARANTEEM/s ………………………………………………….. having their registered officeAt……………………………….. PO …………………………… PS ………………………District…………………………… were allotted workof ……………………………….…………………………………………………at………………………. Inthe district of as per terms and condition of the tender dated…………………… and letter of intent no……………./OMECL/MECH/2009Dated ……………..In consideration of the Odisha Mineral ExplorationCorporation Limited , Bhubaneswar-751001, Odisha (herein after calledthe Odisha Mineral Exploration Corporation Limited ) having agreed toexemptM/s……………………. ….………………………………………At ……………………..PO……………………P.S ………………………….District …………………… State……………………., (herein after called the saidagency) from the payment of Initial SecurityDeposit for the above work on production of a bank guarantee forRs ………………….. (Rupees ……….…………………………..)

We …………………………. (Bank)……………………. Do hereby undertake toindemnify and keep indemnified “Odisha Mineral Exploration CorporationLimited.” To the extent of Rs ………………………..(Rupees)……………………………………………... only.

We ………………………….. (Bank) further agree that if a demand is made bythe“Odisha Mineral Exploration Corporation Limited.” have no right to declineto cash the same for any reason whatsoever. The fact that there is adispute between the said agency and the Odisha Mineral ExplorationCorporation Limited is no ground for us,…………….. (Bank)………………todecline to honor of Bank guarantee. The very fact that we, (Bank)…...decline to honor the Bank Guarantee is a sufficient reason for the OdishaMineral Exploration Corporation Limitedto enforce the bank guaranteeunconditionally without any reference to the saidagency.

We……………………… (Bank)………………………… further agree that a meredemand by the Odisha Mineral Exploration Corporation Limited Ltd. issufficient for us,………….............(Bank),……………… to pay the amountcovered by the bank guarantee without reference to the said agency andany protest by the said agency cannot be valid ground forus,…………………Bank, to decline payment to the Odisha Mineral ExplorationCorporation Limited Ltd

Page 32: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

32

We………………………(Bank)………………………… further agree the guaranteeherein contained shall remain in full force and effect during the periodthat we would be taken for the performance of the work under the saidagreement and that it shall continue to be enforceable till the OdishaMineral Exploration Corporation Limited certified that the terms andconditions of the said agreement have been fully and property carried outby the said agency and accordingly discharges the guarantee, subject,however, that the Odisha Mineral Exploration Corporation Limitedshallhave no rights under this bond after ……………. expiry of defect liabilityperiod.

If notice of demand is served on the Bank and for this purpose it shall bedeemed sufficient if such notice is served on our branch at ……………………Bhubaneswar, Odisha. By the Odisha Mineral Exploration CorporationLimited before the expiry of the guarantee, then not withstandinganything to the contrary herein contained, the liability of the Bank underthis guarantee shall be enforceable as due to us.

We ………………………… (Bank)……………………………….further agree that theOdisha Mineral Exploration Corporation Limited shall have the fullestliberty, without our consent and without affecting in any manner ourobligation hereunder to vary any of the terms and conditions of theagreement or to extend time for performance by the said agency fromtime to time or to postpone, for any time or from time to time any of thepower exercisable by the Odisha Mineral Exploration Corporation Limitedagainst the said agency and to forbear from enforcing any of the termsand conditions relating to the said agreement and we shall not be relievedfrom our liability by reason of any such variation or extension beinggranted to the said agency or for anyForbearance, act or omission on the part of the Odisha MineralExploration Corporation Limited to the said agency.

We ………………………… (Bank)……………………………….lastly undertake not torevoke this guarantee during its currency except with the previousconsent of the Odisha Mineral Exploration Corporation Limited in writing.

NOTWITHSTANDING anything contained hereinbefore, our liability underthisGuarantee is restricted to Rs ……………….(Rupees …………………………………..)

And it shall remain in force till …………………….. With a claim period of 2(two)months, unless a suit or action to enforce a claim filed against us withinthis guarantee period i.e. on orbefore……………… all the rights under thesaid guarantee shall be forfeited and we shall be deemed relieved anddischarged from all liabilities thereunder. All claims under this guaranteemust be presented to ……………………. Branch, Bhubaneswar (Odisha).Dated the ……………………………………………two thousand eighteen

Page 33: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

33

For & on behalf of(Bank)………………..

Annexure-V

MANDATE FORM (FOR ENABLING E-PAYMENT)(Preferably in payee's Letter Head)

ToThe Odisha Mineral Exploration Corporation Limited,3RD FLOOR, BAYAN BHAWAN, UNIT-3, PANDIT JAWAHARLAL NEHRU MARGBHUBANESWAR, 751001, ODISHA

Sub: Mandate for getting payment through electronic mode i.e.EFT/NEFT/RTGS

Dear Sir,We are hereby giving our consent to get all our payments due from The

Odisha mineral exploration corporation Ltd. through electronic mode i.e.EFT/NEFT/RTGS. We also agree to bear all the bank charges payable in this regard.

(Please furnish the information in capital letter)

1 Name of Vender2 Address of

venderPIN codeIT PANE-mail Id Mobile NoPhone Fax No

3. Bank Particulars:

Bank NameBranchNameBranchPlaceAccount NoAccounttype

Saving /Current / Cashcredit

Branch State

RTGSenable

Yes / No NEFT Enable Yes / No Core bankenabled

Yes – No

BranchCode

MCIR Code IFSC Code

* In case of Vendors having Bank account in Andhra Bank4. Effective Date

Page 34: E Procurement Notice NIT No 02/OMECL/e-PROC/GEO/19 Dt.08.02

34

We hereby declare that the particulars furnished are correct & complete. If anytransaction is delayed or not effected for incomplete/incorrect information/any othertechnical reasons, we will not hold The OMECL Ltd. responsible.

Date: Signature of the Party withsealCertified that the Bank Particulars furnished are correct as per our record.