Você está na página 1de 22

GOVERNMENT OF INDIA

Geological Survey of India


Eastern Region
Assets Procurement & Management Division,
Bhu-Bijnan Bhavan, DK-6, Sector-II,
Salt Lake, Kolkata - 700091

E-TENDER NOTICE

Tender No. 67/104/08/Drill/ER-PUR/18-19/IP

INVITATION OF E-TENDER for

Outsourcing of exploratory core drilling for Iron Ore (G-2 stage) in Alaghat West Block and
Nuagon West Block, Sundergarh district, Odisha, Geological Survey of India, Eastern
Region

Page 1 of 22
Phone No.: 033-23212174 GOVERNMENT OF INDIA Geological Survey of India
Eastern Region
AP&M Division, Bhu-Bijnan
Bhavan, DK-6, Sector-II,
Karunamoyee, Salt Lake,
Kolkata-700091.

No: 67/104/08/Drill/ER-PUR/18-19/IP Dated: 11.06.2018

Notice Inviting e-Tender (OPEN)

E-tender is invited on behalf of the President of India from reputed and prudential Agencies/Service
Providers etc. (in two bid system) for Outsourcing of Exploratory Core Drilling for Iron Ore in Alaghat
West Block and Nuagon West Block, Sundergarh district, Odisha, Geological Survey of India, Eastern
Region, Kolkata through Central Public Procurement Portal, i.e., http://eprocure.gov.in .
The firms fulfilling the following criteria may send their Bids/Quotations.
This tender process will be governed by the “Instructions to Bidders”, “Contract Terms &
Conditions”, “Description, Technical Specifications and Scope of Work” “Bid Evaluation Criteria” under
Sections- I, II, III, IV and “Undertaking by the Bidders” & “BID SECURITY DEPOSIT FORMAT” as per
Annexure-A.
The Summary of the Tender Enquiry Schedule is given below:-
Sl. No. Subject Illustrations
1. Tender Enquiry No. and Date 67 /104/08/Drill/ER-PUR/18-19/IP,
Dated 11.06.2018
2. Description and quantum of Jobs Outsourcing of Exploratory Core Drilling for Iron Ore 1500
Meters in Alaghat West Block, Sundergarh district,
Odisha and for Iron Ore of 500 Meters in Nuagon West
Block, Sundergarh district, Odisha (in two blocks total
2000 meters).
( * Full Description, Technical details and Scope of
Work are mentioned under Section-III ).
3. Estimated cost (approx.) Rs. 1,00,00,000/- (Rupees one crore only).
4. Bid Security Deposit (Refundable) Rs. 3,00,000/- (Rupees Three lakhs only).
5. On –line Bid submission starting 14/06/2018 at 3.00p.m.
date
6. Last date of on-line submitting 09/07/2018 at 2.00 p.m.
tender (Bid)
7. Due date of Tender opening 11/07/2018 at 3.00 p.m. (If, due to any exigency the due
(Technical Bids) date of opening of the Tender (Techno Commercial Bids)
is declared as a closed holiday, the bids will be opened on
the next working day at the same time.
8. Price Bid Opening date & time Will be intimated later to the successful bidders.
9. Performance Security Deposit 5%-10% of the ordered value will be submitted by the
successful bidder after finalization of contract.
10. Address for Correspondence Dy. Controller of Stores,
and submission of Tenders (Bids), Geological Survey of India, Eastern Region, AP&M
EMD etc. Divn.,Bhu-Bijnan Bhavan, DK-6, Sector-II, 7th Floor,
South Block, Salt Lake City, Kolkata-700091.
Bidders should take due care to submit Tenders/ Bids in accordance with requirements.
-Sd-
(Subodh Chandra Sarker)
Stores Manager
for Addl. Director General,
Geological Survey of India, ER, Kolkata.

Page 2 of 22
SECTION – I

INSTRUCTIONS and INFORMATION TO BIDDERS

1. The complete tender in pdf format can be downloaded from the website
http://eprocure.gov.in .
Following documents are required to be submitted along with bids:

i) Bid Security Deposit (EMD) of INR 3,00,000/- (Rupees Three lakhs only) in the form of BG/FDR in
favour of Addl. Director General, GSI, Eastern Region, Kolkata, payable at Kolkata from any
Commercial/Recognized/Nationalized Bank in India. This Bid Security Deposit (EMD) should
remain valid for a period of 45 days beyond the validity of Tender.
ii) Undertaking duly signed may be submitted as per Annexure-I.

The above documents at Sl. 1. (i), (ii) are to be submitted in original to this office (address mentioned in
the pre-page) through speed post/courier or by hand, before the date and time of opening of Tender
(Technical Bid).

It may be noted that submission of documents as per point (i) is mandatory and should reach this office
in original before the date & time of opening of techno-commercial Bid, failing which your bid will be
rejected.

The Bidder should be signed and Submit the original PRE CONTRACT INTEGRITY PACT, before the date
and time of opening of Tender (Technical Bid) failing which your bid will be rejected. The format has
been given with the tender Annexure-E.

METHODOLOGY OF SUBMISSION OF BIDS: -

1. The bid will be submitted electronically on the e- procurement CPP Portal www.eprocure.gov.in with
valid Digital signature Certificate (DSC).

2. The bidders have to accept unconditionally the online user portal agreement which contains the
acceptance of all the Terms & conditions of NIT, including commercial, general terms & conditions and
other terms, if any along with online undertakings in support of the authenticity of the declarations
regarding the facts, figures, information and documents furnished by the bidders online in order to
become an eligible bidder. No conditional bid shall be allowed/accepted.

3. The bidders who are desirous of participating in e-procurement, shall submit their Technical Bids (Techno-
Commercial Bids) in the standard formats prescribed in the Technical documents, displayed at
www.eprocure.gov.in .The bidders should upload the scanned copies of all relevant certificates, documents etc.
in www.eprocure.gov.in in support of their Technical Bids. The bidder should sign on all statements, documents
etc. uploaded by him, owning responsibility for their correctness/authenticity by his Digital Signature
Certificate (DSC).

4. As per the directives of Department of Expenditure, Ministry of Finance, Government of India, this tender
document has been published on Central Public Procurement Portal (URL: http//eprocure.gov.in), the bidders
are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature
Certificates. More useful information for submitting online bids on the CPP Portal may be obtained at:
http://eprocure.gov.in/eprocure/app

5. Bidders are required to enrol on the e-procurement module of the CPP Portal
(URL:http://eprocure.gov.in/eprocure/app) by clicking on the link “Click here to Enrol”. Enrolment on the CPP
Portal is free of charge.

Page 3 of 22
6. As part of the enrolment process, the bidders will be required to choose a unique user name or User ID and
generate password for their accounts.

7. Bidders are advised to register their valid email addresses and mobile numbers as part of the registration
process. These would be used for any communication from the CPP Portal.

8. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or
Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India, with
their profile.

9. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure
that they do not lend their DSCs to others, which may lead to misuse.

10. Bidder will then log in to the site through ‘secured log-in’ by entering their user ID and password and the
password of the DSC/e-Token.

11. Signing of Tender: The bidder should download the NIT and again upload at the time of submission of
tender after verification and signing with his DSC. A person digitally signing the tender documents forming part
of the tender on behalf of another person should have an authority to participate in the bid on behalf of such
other person and if, on enquiry, it appears that the person so signing had no authority to do so, the Addl.
Director General, GSI, ER, Kolkata, would have every right to cancel the bids without prejudices.

12. Only the scanned copy of the Bid Security Deposit (EMD) amount document has to be furnished
with Techno-Commercial Bid and the original should be submitted before the date and time of opening
of the Techno-Commercial Bids as per the Time schedule of e-tender, failing which, the offer will be
summarily rejected.

13. The Tender is to be submitted under “TWO BID” system.

14. Bid Security amount of Rs. 3,00,000/- (Rupees Three lakhs only) has to be deposited before the opening
of Technical/Techno Commercial Bid.

15. On the day of tender opening, only the Technical Bids (Techno-Commercial Bids) will be opened.
Price/Financial Bids will be opened on a fixed later date for the successful technical bidders. The date of
opening of Price Bids will be intimated to the successful technical bidders only.

16. If, due to any exigency, the due date for opening of the bids is declared as a closed holiday, the bids will be
opened on the next working day at the same time or on any other day and time, as intimated by the buyer.

17. No query or complaint from bidder will be entertained after completion of bid opening in regard to bid
opening or content of other’s bid.

18. Validity of Tender - The offer should remain open/ valid at least for SIX MONTHS from the date of opening
of tender and there should be clear mention in the Tender to that effect.

19. Please note that there is no provision to take out the list of parties who had downloaded the tender
document from the above referred website. As such tenderers are requested to see the website once again
before due date of tender opening to ensure that they have not missed any corrigendum uploaded against the
said tender after downloading the tender document. The responsibilities of downloading the related
corrigenda, if any, will be that of the downloading parties. No separate intimation in respect of corrigendum
will be sent to tenderers who downloaded the documents from the website as information in this respect

Page 4 of 22
(names of parties) will not be available in the website. In this regard, it may be noted that the corrigendum,
if any, regarding the aforesaid tender would be published only in CPP Portal, i.e., www.eprocure.gov.in.

20. Bid/Tender is to be submitted in the Tabular format given in the ANNEXURE- I (see under SECTION –
IV).
21. The GSI reserves the right to accept or reject any tender or the whole tender process at any time without
assigning any reason whatsoever.

22. Rejection of Bids: Canvassing by the bidder in any form, unsolicited letter and post-tender correction may
invoke, total rejection with forfeiture of Bid Security Deposit/EMD.

Conditional tender, i.e., tender submitted incorporating bidder’s own imposed condition(s) will be
summarily rejected.

23. BIDDERs SHOULD BE INDIAN/INTERNATIONALLY REPUTED MANUFACTURER OR THEIR INDIAN


REPRESENTATIVE/AGENT.

24. The Tender Enquiry (or Tender Schedule) and Purchase order (or resultant contract) will be interpreted
under Indian Laws.

25. An undertaking for UNDERSTANDING, compliance and fulfilment of Terms & Conditions (T&C) as well as
specification as mentioned in this Tender Enquiry is to be furnished along with the TECHNICAL BID (as per
Annexure- I).

The Technical Bid should be accompanied by:

(a) a write up on description and facilities of the bidder firm for the offered job,

(b) Instruments/ equipments / machineries (including details of rigs possessed as per the table in Annexure- I)
possessed by the bidding firm for the offered job,

(c) Experience details for the last 5 years in the format given in Annexure-II. Copies of (i) work order (ii)
satisfactory completion certificate indicating number of rigs deployed, scheduled date of start and completion
and actual date of completion and gross value of job completed, issued by the client for whom the work was
carried out, should be attached.
(d) Solvency certificate
(e) Audited Balance sheet showing Annual Turn Over
(f) Any additional information in support of merit of the bidder firm
(g) An undertaking as per the format given in Annexure –A

The right to ignore any offer which fails to comply with the above instructions is reserved.

26. Modification or withdrawal of Bid: No Bid may be withdrawn in the interval between the deadline for
submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period
will result in Bidder’s forfeiture of bid security deposit.

27. ARBITRATION
In case any dispute arises in executing the contract (after issue of job order/ contract) on either side, the Addl.
Director General, Geological Survey of India, ER, Kolkata or his nominated officer will stand as the arbitrator to
address the dispute.

Page 5 of 22
SECTION – II

CONTRACT TERMS & CONDITIONS

A. ELIGIBILITY/QUALIFICATION CRITERIA FOR EACH VENDOR:


[I] TECHNICAL:

(a) Availability of minimum of 1 core drilling rig of required capacity. Documents to substantiate the claim
should be provided with the Tender. Please see ‘scope of work’.

(b) Experience in core drilling for mineral/geo-technical exploration. Experience of successfully completed
works of similar nature (Drilling Operations) during the last 5 years in reputed organization(s). If the firm has
not been able to complete any previous allotted work of GSI in last three years/FY, the same should be
intimated with the reasons. and the penalty imposed by the competent authority of GSI. The prior such cases of
non-performance/and termination of contract thereof, will be considered as sufficient reason for
disqualification in the tender evaluation for drilling works of similar commodity.

Documents to substantiate the claim should be provided with the Tender.

[II] FINANCIAL:

(a) Adequate solvency to take up the offered project.

Most current solvency certificate from Financial Institute of repute/ Chartered accountant/ Chamber of
Commerce/ Commercial Bank is to be provided with the Technical Bid of the Tender.

(b) Average annual financial turnover in the last three financial years should be at least similar to the project
cost. Annual financial turnover in the last three financial years should be provided with the Tender with
substantive documents.

[III] PERSONNEL STRENGTH

The bidder should furnish general experience, qualification and competence of the personnel proposed to be
associated with the assignments along with name and qualification of firm’s Contract Manager with minimum
three years’ experience in services of an equivalent nature while submitting TECHNICAL BID.

B. TERMINATION OF CONTRACT:

If the service of the contractor / Bidder Company, after awarding the contract, is found unwilling or
unsatisfactory at any stage, GSI may terminate the contract without assigning any reason and without giving
any compensation and notice to the contractor. The performance security deposit will be forfeited, in that case.

C. PAYMENT TERMS:

1. Payment will be made after satisfactory completion of each borehole. If the borehole is abandoned due
to fishing and bad workmanship due to non-compliance of terms and conditions, the drilling will be carried out
in a new borehole in consultation with the Nodal Officer and with due approval of the HOD, Eastern Region.
However, No payment will be made for meterage and other operational charges of abandoned borehole.

2. All statutory Tax rules including TDS towards Income Tax in case of services, as per Govt. rules, will
be applicable

Page 6 of 22
D. WORK/ DRILLING COMPLETION SCHEDULE:
The Schedule for completion of Drilling work as per contract/ Job order is to be strictly adhered to the Firm.
The firm should start the work within one month from the date of the award of the work, failing which a
penalty will be charged @ of 0.1% of total value per day. The waiver is subject to the discretion of Regional
HOD. Further for shortage in achievement of monthly target, there will be performance penalty @ 10% per
meter shortfall given that the monthly target is 25% of total drilling meterage work awarded. Liquidated
damage will be charged for every case of delay in completion of drilling job at the rate of 0.5% of the total
contract value (including taxes etc.) per case of job per day of delay from the date of delivery mentioned in the
Job Order. This amount will be deducted either from the pending bill of the company or from the Performance
Security Deposit.

E. INSPECTION AND VERIFICATION OF COMPLETED WORK/ DRILLING:


A team of GSI Officers will constantly monitor the progress of contracted drilling operation and the GSI team
will certify the satisfactorily completion of the same or otherwise. as per proforma, enclosed at Annexure B to
be signed by Area geologist, countersigned by Project Director and regional drilling head. Only on this
certificate, payment will be released.

F. ENTRUSTING OF JOB
GSI will enter into the contract or issue Work Order for the Drilling work as required to them to the finally
selected vendor in respect of any number of boreholes (or any volume of drilling meterage) at a time in one
order. The work can be undertaken simultaneously or one after another as per need basis with mutual consent.
Payment will be made in a negotiated term but in any case not in advance. The progress of drilling work is to be
reported via sms/ email on daily basis to the Area Geologist, Project Director and Regional Drilling Head and
weekly in hard copy.

G. ARBITRATION:
In case any dispute arises in executing the contract (after issuance of job order/ contract) on either side, the
Addl. Director General, Geological Survey of India, ER, Kolkata or his nominated officer will stand as the
arbitrator to address the dispute. Jurisdiction shall be under Courts at Kolkata only.

H. QUOTED RATE
The quoted/ offered rate will be firm and final for the entire project period and the order will be issued
based on the quoted rates. No escalation of the ordered rate or the quoted rate will be allowed during one
project or execution of one work order.

Page 7 of 22
SECTION – III

* Description, Technical details:

A. The exploratory core drilling for iron ore in 15 boreholes in 200mx200m grid in Alaghat West Block,
Sundergarh district, Odisha is to be outsourced. The depth of drilling in each borehole will be around 100
m ± 10m, and deployment of at least three drilling rigs of 300 m drilling capacity will be required to achieve
the assigned target.
1. Approximate Drilling Area: 0.9 sq km (Between longitudes 85°17'42" & 85°18'32" and latitudes
21°55'51" & 21°56'24").
2. Location: Alaghat West Block, Sundergarh district, Odisha.
3. Total core drilling of 1500m approximately with 15 nos. of boreholes having depth of around
100m±10m.
4. The drilling operation for the drilling of 1500m should be initiated within one month of date of issuing
the Job order and a minimum of 20% of the drilling target should be completed in every month. The
target of 1500m should be completed latest by January 2019.
B. The exploratory core drilling for iron ore in 06 boreholes in 200mx200m grid in Nuagan West Block,
Sundergarh district, Odisha is to be outsourced. The depth of drilling in each borehole will be around 90
m ± 10m, and deployment of one drilling rig of 300 m drilling capacity will be required to achieve the
assigned target.
1. Approximate Drilling Area: 0.65 sq km (Between longitudes 85°15'48" & 85°16'35" and latitudes
21°58'12" & 21°58'40").
2. Location: Nuagan West Block, Sundergarh district, Odisha.
3. Total core drilling of 500m approximately with 06 nos. of boreholes having depth of around
90m±10m.
4. The drilling operation for the drilling of 500m should be initiated within one month of date of issuing
the Job order and a minimum of 20% of the drilling target should be completed in every month. The
target of 500m should be completed latest by January 2019.

Scope of Work:
1. Minimum core size: 44.5 mm
2. Rock Types to be drilled: Laterites, Hard and Soft Iron Ore, Shale, and Banded Haematite
Quartzite/Banded Haematite Jasper/Banded Haematite Chert.
3. Inclination of borehole: Vertical
4. Deviation and Drift: Nil
5. Core / Sludge recovery: Minimum 90% recovery for iron ore zones and minimum of 80% for the non-
ore zones. Dry drilling is required for intersection and recovery of soft powdery ore zones of iron ore.
6. The following steps should be taken while carrying out the drilling:
a) No tree removal/uprooting.
b) Restoration of ground to normal status after work
c) Minimum movement of personnel and vehicles
d) To prevent fire hazards, POL should not be stored beyond permissible limit
e) Water requirement to be met by contractor’s own arrangement
f) All safety precautions, including, fencing of the drill site, should be maintained.

Page 8 of 22
g) Noise level should be limited as per the guidelines of Government of India under Noise, Pollution
(Regulation and Control) Rules.

7. Dry drilling may be required for intersection and recovery of soft powdery zones and will be intimated
to the driller at the site as and when required.
8. The details of the rigs to be deployed in the project by the party should be provided in a tabular format.
9. The contractor should be adequately equipped with all drilling inventory, such as casings, rods, bits
etc. of appropriate specifications.
10. The contractor will provide the required G.I. core boxes of minimum 18 gauge G.I. sheet for keeping the
cores and should have a good no. of stock at the project site.
11. The compensation to the land owner(s) for the drill site and making of approach road / track should be
directly negotiated and paid by the contractor.
12. The drilling operation should be initiated within one month from the date of issuance of the Job Order.
Penalty @1% of the total contract value per week or part thereof towards delay in start of the work will
be charged from the contractor to the maximum ceiling of 10%. It is absolutely separate from the
liquidated damage. A minimum of 20% of the drilling target should be completed in every month. The
total drilling target should be completed latest by 31st January 2019. The contractor will have to submit
a work plan for execution of the project along with the technical bid.
13. On acceptance of the contract, GSI will provide a plan indicating borehole locations to the
contractor / drilling agency. The HOD or his representative however, reserves the right to modify the
drilling plan during the operation of the contract based on the results of drilling but confining the
drilling within the area as specified. The changes in the locations and depths of the boreholes will,
however be notified to the drilling agency well in advance in order to avoid delay in preparation of the
borehole sites and to provide sufficient time for shifting of the rig and other materials.
14. Drilling shall normally conform to the standards as mentioned point wise above. However, considering
the lithology, structure of the rock and in-hole conditions, the standards on core recovery,
deviation and drift may be r eassessed as per site conditions and may be relaxed by the HOD after
ensuring that the borehole has served the purpose. Accordingly, payment will be made. The decision of
HOD, ER, GSI, Kolkata, in this matter will be final.
15. The contractor / drilling agency should make efforts and exercise due caution during the course of
drilling t o en sur e a m inimum of 90% core recovery for mineralized zones and 80% for the non-
mineralized zones. On completion of every run, the core should be placed in the core boxes properly
marked as per the guidelines/instructions provided by the Area Geologist. The contractor shall arrange
to transport the filled core boxes from the drill site to the GSI field camp at Serenda, Kendujhar district,
Odisha and arrange with proper numbering and display pattern as instructed by the Area Geologist of
GSI. The contractor / drilling agency shall be responsible for upkeep and safety of core boxes till closure
of the project.
16. A team of GSI Officers from Geology and Drilling streams will constantly monitor the progress of
contracted drilling operation and the GSI team will certify the satisfactorily completion of the same or
otherwise. A daily progress report should be maintained by the firm and should be submitted in both
hard and soft copy (through e-mail) to GSI office on weekly basis and also as and when required.
Payment will be made after satisfactory completion (certified by the above team) of each borehole.
17. If the borehole is abandoned due to fishing or bad workmanship or due to non-compliance of terms and
conditions, the drilling will be carried out in a new borehole in consultation with the Nodal Officer and
with due approval of the HOD, ER. However, no payment will be made for the abandoned borehole.
18. Restoration of land should be done after completion of the borehole. The borehole mouth should be
covered by a concrete pillar with the borehole number engraved on it before removing the rig from

Page 9 of 22
the borehole point. In case it is not possible to construct the concrete pillar due to any sort of objection
from the land owner(s), the borehole mouth should be sealed properly.
19. The location map of the boreholes, specifications of drilling and drawings etc. will be provided by the
Area Geologist of GSI. In case of any alterations, omissions, additions or substitutions in the original
specifications, drawings, designs, borehole location map, instructions etc. that may appear to GSI to be
necessary during the progress of the work, the contractor shall carry out the work in accordance
with the further instructions, which may be given to him.
20. Entire materials / stores / accessories including capital, retail items of consumable nature or personnel
required for the contracted drilling operation will be arranged and removed by the contractor at their
cost, risk and responsibility. GSI will be free from providing men and materials and ipso facto to provide
amenities or welfare or any kind of liabilities to the personnel to be deployed by the contractor.
21. Observing of necessary safety measures and relevant regulations during the operation and the whole
project will be the responsibility of the contractor at their own cost.
22. Movement of men and materials from one location to other will be the responsibility of the contractor
at his own cost and risk. GSI will not provide any logistic for that purpose.
23. Standard Force Majeure clause will be applied.

24. Forest Clearance: If the drilling area falls under Wildlife Sanctuary/reserve forest, the following
steps should be taken to conserve and protect fauna and flora:
(a) Drilling should be restricted to dawn to dusk only.
(b) No tree removal/uprooting.
(c) Restoration of ground to normal status after work,
(d) Minimum movement of personnel and vehicles,
(e) No camping in sanctuary area except night watchman,
(f) To prevent fire hazards, POL should not be stored,
(g) Water requirement to be met by contractor’s own arrangement,
(h) No movement of vehicles in the night,
(i) Fencing of the drill site to avoid harm to wildlife,
(j) Use of existing roads,
(k) Noise level should be limited as per the guidelines of Government of India under Noise,
Pollution (Regulation and Control) Rules.

Page 10 of 22
SECTION – IV
BIDS EVALUATION CRITERIA

1. One Company/ Contractor/ Bidder will be selected for the Job of Drilling Operation.
2. Companies will be selected on the basis of (a) capacity and capability of their organization in the
context of the tendered work, (b) equipments/machineries possessed by the Company, (c) manpower
available in the Company, (d) past experience of similar job, (e) financial prudency of the company and
(f) lower price quoted - while lower price will be determined at large and as package for a probable
Drilling job.
Annexure-I

DETAILS OF THE RIGS POSSESSED

Sl . No. Sl. No. Make & Drilling Drilling Type of Type of Year of Present
of the Model Capacity Capacity mechanism application purchase condition
drill in mts in size (mechanical/ (DTH/core)
hydrostatic)

Annexure-II

DETAILS OF EXPERIENCE

(A) COMPLETED JOBS DURING LAST FIVE YEARS

1 2 3 4 5 6 7 8
Sl. Name & Brief Work Drilling Completion Value Start
No address of Description of Order Quantity Time of Date
the client Work Awarded No. and Awarded Work
date

9 10 11 12 13 14 15
End No. of No. of Final Quantum Value of End Date
Date Rigs Bore Depth of of Executed for
Deployed Holes Bore Drilling Work Individual
Drilled Holes Work Boreholes
Drilled Executed

Page 11 of 22
(B) WORKS IN HAND

1 2 3 4 5 6 7 8
Sl. Name & Brief Work Order Drilling Completio Valu Depth
No. address Descript No. and Quantity n Time e of (Final)
of the ion of date Awarded Wor
client Work k of Borehole
Awarde to be drilled
d

9 10 11 12 13 14
Start No. of No. of Quantum Value of Expected Date of completion
Date Rigs Bore of Executed
Deployed Holes Drilling Work
to be Work
Drilled Executed

Annexure-A
UNDERTAKING BY THE BIDDER

I, ---------------------------------------Partner/ Legal Attorney/ Accredited


representative of M/S. ----------------------------------------------------, solemnly declare that,

1. We are submitting bid for Exploratory core drilling in -----------------area, ------------ District, State of --------
------------ against Tender No.----------------------------- of NIT No. -------------------------------------------------------------
------Dated ------------.

2. None of the Partners of our firm is a relative of any employee of Geological Survey of India.

3. All informations furnished by us in respect of fulfilment of eligibility criteria and qualification information of
this Tender are complete, correct and true.

4. All documents/credentials submitted along with this Tender are genuine, authentic, true and valid.

5. If any informations and document submitted is found to be false/incorrect at any time, GSI may cancel our
Bid and action, as deemed fit may be taken against us, including termination of the contract, forfeiture of all
dues including Earnest Money Deposit and banning/delisting of our firm and all partners of our firm etc.

Place: Signature of the

Date: Authorized signatory of Bidder


Page 12 of 22
SECURITY BONDS

BID SECURITY BOND:


1. Without the valid and prescribed BID SECURITY amount (Refundable), the offer/tender will be treated
as cancelled. Prescribed Bid Security Bond value, in this case, is Rs3,,00,000/- (Rupees Three lakhs
only).
The BID SECURITY DEPOSIT (EMD) should reach this office at least
one day before the date of opening of Tender (Techno Commercial Bid) positively.
2. The mode of payment of BID SECURITY DEPOSIT should be through Demand Draft/FD/Bank
Guarantee etc. issued by any reputed commercial bank in favour of Addl. Director General, GSI, Eastern
Region, Kolkata, payable at Kolkata.
3. No interest is payable on the BID SECURITY DEPOSIT AMOUNT.
4. The validity of the D/D submitted as the BID SECURITY, should be suitably extended by the Bidder, if
need be, beyond validity of the tender.
5. The BID SECURITY will be returned to the unsuccessful Bidder. It will be returned to the successful
Bidder after receipt of the PERFORMANCE SECURITY DEPOSIT from them.
6. In case of withdrawals or amends or impairs or derogates or non-compliance of Bid/Tender
condition(s) of the offer in any respect within the validity period of the tender or refusal of furnishing
Contract/Job Order, the BID SECURITY amount is liable to be forfeited.
7. Once the Tender/Bid is selected for award of contract and until an agreement is signed or order is
placed/ executed, this Bid security bond shall constitute a binding contract between GSI and the bidder
company.

PERFORMANCE SECURITY BOND:

1. The successful bidder, within 15 days of the date of issue of Letter of Award/ intent of Order, will be
required to furnish a Performance Bond for Rs…………………. [approximately 5% -10% of the Order
value] as per the prescribed format in the form of a Bank Guarantee for the due performance of the
contract.
2. Failure of the successful Bidder to comply with the requirement of clause 8.2.1 shall constitute sufficient
grounds for the annulment of the award and forfeiture of the Bid Security/ Bid Bond, in the event of
which, GSI may award the contract to the next lowest evaluated bidder or call for new bids or initiate
any action as deemed necessary.

3. This Performance Security Deposit or Bank Guarantee (BG) should remain valid for a period of 60
days beyond the date of completion of all contractual obligations of the supplier including warranty
period.

4. In case of non-performance of the contracted job in time or/and for any other bad job performance
or/and failure to render contracted service during the period of contract (summarily noncompliance of
due performance of contract by the supplier to whom order has been awarded), the Performance
Security Deposit will be forfeited.

5. The Performance Security Deposit amount will be returned to the Supplier after satisfactory
completion of the job (whole contract) as well as on expiry of the contract period of the entire job as
per terms and conditions of the Job Order.

6. No interest is payable on the PERFORMANCE SECURITY DEPOSIT AMOUNT, whatsoever may be the
case.

Page 13 of 22
BANK GUARANTEE FORMAT FOR FURNISHING EMD/BID SECURITY

Whereas………………………………………… has submitted their offer dated...............................................

(Hereinafter called the “Bidder”)

for the supply of ………………………………………………………………………………………

(Hereinafter called the “tender”)

KNOW ALL MEN by these presents that WE ………………………………………of .............................…………. having our
registered office at………………………………………………………………………..are bound unto …………

(Hereinafter called the “Bank”)

………………………………………………………………….………..in the sum of …………… for which payment will

(Hereinafter called the “Purchaser”)

and truly to be made to the said purchaser, the Bank binds itself, its successors and assigns by these presents .
Sealed with the Common Seal of the said Bank this …………………………………… Day of 201....

THE CONDITIONS OF THIS OBLIGATION ARE:

3 (1) If the Bidder withdraws or amends, impairs or derogates from the tender in any respect within the
period of validity of this tender.
(2) If the Bidder having been notified of the acceptance of his tender by the Purchaser during the period
of its validity.
a. a. fails or refuses to furnish the performance guarantee, in accordance with the instructions to
bidders;
b. fails or refuses to execute the contract form, if required; or

4 WE undertake to pay the Purchaser up to the above amount upon receipt of its first written demand,
without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser
will note that the amount claimed by it is due to it owing to the occurrence of one or both the two
conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to
and including 45 days after the period of tender validity and any demand in respect thereof should
reach the Bank not later than the specified date/dates.
Notwithstanding anything contained herein:

1. Our liability under this Guarantee shall not exceed Rs……….


2. This Bank Guarantee shall be valid up to………
3. We are liable to pay the Guaranteed amount or any part thereof under this Bank Guarantee only and
only if you serve upon us a written Claim or Demand on or before………
……………………………
(Signature of the Bank official)

Note: The above guarantee will be submitted on Non Judicial Stamp paper of required cost and denomination
as specified in the act.

Page 14 of 22
Annexure- B

BOREHOLE COMPLETION CERTIFICATE

This is to certify that the exploratory core drilling of borehole number ----for ------block—district—state----
commenced on--- and concluded on--- after attaining the desired depth of ---- m. Core recovery in each run is
satisfactory and as per the tender specification.

The cores of the borehole no.----has been handed over and kept in GI core boxes as reported by the field
geologist.

Bore hole deviation test at ---m, ---m and ----m has been completed by the firm and found to be within
permissible limit.

(firm representative) (field geologist)

Countersigned counter signed

(Project Director) (Regional drilling head)

Page 15 of 22
ANNEXURE-C

INFORMATION ABOUT THE BIDDER

Sl. Information Required To be Filled in by


Tenderer
No.

1 Name of the Tenderer

2 Address of Registered Office and Branches

Telegraphic Address and Phone Number, Fax Number,


Email ID etc.
3

4 Composition of Tender (here state whether it is Hindu


Joint Family Business, Proprietorship concern or
Registered Partnership or a Limited Company)

5 Nature of normal business of the tenderer

6 Experience of similar working (Certificate to support


statement must be enclosed)

7 Any other experience and reference of the Companies


(Attach separate sheet, (if necessary). Copies of
certificates (Award of contract and experience) to support
statement must be attached.

8 Sales / Service Tax Registration no.

9 Details of Turnover

10 Copy of PAN Card and 3 years IT Assessment order to be


attached

Note: Copies of documents are required to be attached for SI.No.5 toll.

Incomplete information and non-submission of copies of supporting document will lead to rejection of tender.
I/we declare that the above information is true to the best of my / our Knowledge.

Place: Signature of the Tenderer

Date: (Name & Office Seal)

DECLARATION

I/We hereby declare that I/We have not been banned and de-listed by any Government Department / Financial
Institution / Court.

Place: Signature of the Tenderer

Date: (Name & Office seal)

Page 16 of 22
ANNEXURE-D

GOVERNMENT OF INDIA
GEOLOGICAL SURVEY OF INDIA
EASTERN REGION, KOLKATA
PFMS REGISTRATION FORM

Details of Vendor
Type Personal

Name

Detail Address with Pin Code

PAN Number

Service Tax number

TIN Number

TAN Number

Detail Address with Pin Code

Mobile No.

Email Address

Bank Details

Bank Name

Branch Name with Code

Bank Account No.

IFSC Code

Signature of the Authorized : __________________________________________________


Signatory with Seal & Stamp

Name of Authorized Signatory : ___________________________________________________

Designation of Authorized Signatory : __________________________________________________

Page 17 of 22
ANNEXURE-E

FORMAT FOR INTEGRITY PACT


(INTEGRITY PACT DOCUMENT)
(TO BE EXECUTED IN PLAIN PAPER AND APPLICABLE FOR THIS TENDER)

PRE CONTRACT INTEGRITY PACT


General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on ---------------day of the month
of ---------------------(year), between, on one hand, the President of India acting through Shri …………… (Designation of
the Officer), Geological Survey of India, an Attached Office of the Ministry of Mines, Govt. of India (hereinafter called
the BUYER, which expression shall mean and include, unless the context otherwise requires, his successors in office
and assigns) of the First Part and M/s----------------------------- represented by Shri -------------------, Chief Executive
Officer (hereinafter called the BIDDER / SELLER, which expression shall mean and include, unless the context
otherwise requires, his successors and permitted assigns) of the Second Part;

WHEREAS, the BUYER proposes to procure (Name of the Stores/Equipment/Item) and the BIDDER/SELLER is willing to
offer/has offered for the stores; and
WHEREAS, the BIDDER is a private Company/public company/Govt. undertaking /partnership/registered export
agency, constituted in accordance with their relevant law in the matter and the BUYER is Geological Survey of India,
an Attached Office of the Ministry of Mines, Govt. of India, performing its functions on behalf of the President of
India;
NOW THEREFORE, to avoid all forms of corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with
a view to :-
Enabling the BUYER to obtain the desired said stores/equipment at a competitive price inconformity with the
defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement,
and Enabling BIDDERS to abstain from bribing or indulging in any corrupt practice in order to secure the contract by
providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the
BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

Commitments of the BUYER


1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the Contract, will demand,
take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any
material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person,
organization or third party related to the contract in exchange for an advantage in the bidding process, bid
evaluation, contracting or implementation process related to the contract.
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERS alike, and will provide to all BIDDERS the same
information and will not provide any such information to any particular BIDDER which could afford an advantage to
that particular BIDDER in comparison to other BIDDERS.
1.3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed
breaches of the above commitments as well as any substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with
full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary
proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and
such a person shall be debarred from further dealings related to the contract process. In such a case while an
enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.
Page 18 of 22
Commitments of the BIDDERs
3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal
activates during any stage of its bid or during any pre-contract or post contract stage in order to secure the contract
or in furtherance to secure it and in particular commit itself to the following:-
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any
materials or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the
BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related
to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the
Contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or Indirectly any bribe,
gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission fees,
brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of the contract or any other contract with the
Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any
other contract with the Government.
3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERS shall disclose
their foreign principals or associates.
3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any other Intermediary, in
connection with this bid/contract.
3.5* The BIDDER further confirms and declares to the BUYER that the BIDDER is the original
Manufacturer/integrator/authorized government sponsored export entity of the defence stores and has not
engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to
recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to
the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual firm or company
in respect of any such intercession, facilitation or recommendation.
3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the contract,
shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family
members, agents, brokers or any other intermediaries in connection with the contract and the details of services
agreed upon for such payments.
3.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and
progress of the bidding process, bid evaluation, contracting and implementation of the contract.
3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal
activities.
3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any
information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and
business details, including information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.
3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without
supporting it with full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned
above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDERS, either directly or
indirectly, is a relative of any of the officers of the BUYER, or alternatively if any relative of an officer of the BUYER
has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filing of
tender.
The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies Act 1956.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions,
directly or indirectly, with any employee of the BUYER.
Page 19 of 22
4. Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing
of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder
or with any Public Sector Enterprise in India or any Government Department in India that would justify BIDDER’s
exclusion from the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the
tender process or the contract, if already awarded, can be terminated for such reason.

5. Earnest Money (Security Deposit)


5.1 While submitting commercial bid, the BIDDER shall deposit an amount ---------- (to be specified in RFP) as Earnest
Money / Security Deposit, with the BUYER through any of the following instruments:
(i) Bank Draft or a Pay Order in favour of .................
(ii) A confirmed guarantee by an Indian Nationalized Bank, promising payment of the guaranteed sum to the BUYER
on demand within three working days without any demur whatsoever and without seeking any reasons whatsoever.
The demand for payment by the BUYER shall be treated as conclusive proof of payment.
(iii) Any other mode or through any other instrument (to be specified in the RFP).
5.2 The Earnest Money/Security Deposit shall be valid upto a period of five years or the complete conclusion of the
contractual obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period,
whichever is later.
5.3 In case of the successful BIDDER a clause would also be incorporated in the Article pertaining to Performance
Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of
Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing
sanction for violation of this Pact.
5.4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security Deposit for the period of its
currency.

6. Sanctions for Violations


6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (Whether
with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions,
wherever required:-
(i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to
the BIDDER. However, the proceedings with the other BIDDER(s) would continue.
(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract
is signed) shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be required
to assign any reason therefore.
(iii) To immediately cancel the contract, if already signed, without given any compensation to the BIDDER.
(iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 2%
higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other
than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from
the BUYER in connection with any other contract for any other stores, such outstanding payment could also be
utilized to recover the aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in
order to recover the payments, already made by the BUYER, along with interest.
(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss
or damage to the BUYER resulting from such cancellation/ rescission and the BUYER shall be entitled to deduct the
amount so payable from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of the Government of India for a minimum
period of five years, which may be further extended at the discretion of the BUYER.
Page 20 of 22
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view
to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER
with the BIDDER, the same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any
reason for imposing sanction for violation of this Pact.
6.2 The BUYER will be entitled to take all or any of the actions mentioned at Para 6.1(i) to (x) of this Pact also on the
Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the
knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of
Corruption Act,1988 or any other statute enacted for prevention of corruption.
6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the
BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s)
appointed for the purposes of this Pact.

7. Fall Clause
7.1 The BIDDER undertakes that it has not supplied/is not supplying similar product/systems or subsystems at a price
lower than that offered in the present bid in respect of any other Ministry/Department of the Government of India
or PSU and if it is found at any stage that similar product/systems or sub systems was supplied by the BIDDER to any
other Ministry /Department of the Government of India or a PSU at a lower price, then that very price, with due
allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded
by the BIDDER to the BUYER, if the contract has already been concluded.

8. Independent Monitors
8.1 The BUYER has appointed an Independent Monitor (hereinafter referred to as Monitor) for this Pact in
consultation with the Central Vigilance Commission. The name & address of the Monitor is as follows:-
Dr. Manabendra Nath Roy, IAS (Retired)
Ex.-Addl. Cheif Secy. & Head of Administrative Training Institution (WB)
Flat no-5, Plot-KB-2, Sector-III,
Salt Lake, Kolkata – 700098
8.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent the
parties comply with the obligations under this Pact.
8.3 The Monitors shall not be subject to instructions by the representatives of parties and perform their functions
neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the document relating to the
project/procurement, including minutes of meetings.
8.5 As soon as the Monitors notices, or has reasons to believe, a violation of the Pact, he will so inform the Authority
designated by the BUYER.
8.6 The BIDDER(s) accept that the Monitor has the right to access without restriction to all Project documentation of
the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is
applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and
documents of the BIDDER/Subcontractor(s) with confidentiality.
8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the
Project provided such meetings could have an impact on the contractual relations between the parties. The parties
will offer to the Monitor the option to participate in such meetings.
8.8 The Monitor will submit a written report to the Director General, Geological Survey of India, within 8 to 10 weeks
from the date of reference or intimation to him by the BUYER/BIDDER and, should the occasion arise, submit
proposals for correcting problematic situations.
Page 21 of 22
9. Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its
agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the
BIDDER shall provide necessary information and documents in English and shall extend all possible held for the
purpose of such examination.
10. Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

11. Other Legal Actions


The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in
accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

12. Validity

12.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete
execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period,
whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of
the signing of the contract.
12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid.
In this case, the parties will strive to come to an agreement to their original intentions.
13. The parties hereby sign this Integrity Pact at .......................on ........................

BUYER BIDDER
Name of the Officer CHIEF EXECUTIVE OFFICER
Designation
Geological Survey of India
Witness Witness :
1.________________________ 1._______________________

2.________________________ 2._______________________

*Provisions of these clauses would need to be amended / deleted in line with the policy of the
BUYER in regard to involvement of Indian agents of foreign supplier.

Signature Not Verified


Digitally signed by TANDRA BISWAS
Date: 2018.06.11 16:16:08 IST
Page 22 of 22
Location: eProcure

Você também pode gostar