Beruflich Dokumente
Kultur Dokumente
Sealed tenders in two bid system (technical and price bid) are invited
from financially capable, experienced & reputed agencies/firms, fulfilling the
eligibility criteria with specification, terms and conditions for taking up
diamond core drilling (4,500 Mtrs) in 18 months (one year and six month)
time in kurmitar lease hold of Koira Region of Odisha Mining Corporation
(OMC) coming under Sundargarh districts of Odisha as per scope of work
given below:
1. SCOPE OF WORK
1 2 3 4 5
KOIRA REGION / Kurmitar Iron Ore / & 4500 3.15
Sundergarh associated
District formation.
NB:- i) The projected target in the ML area as above may vary depending
on priority of work & technical considerations.
ii) After receipt of required forest clearance LOI/work order for the ML
shall be issued to the selected bidders to execute the core drilling
work for the projected target as above.
2.1 The time period for the projected core drilling work indicated in Table at
clause No.1 is to be completed within one year and six month i.e. 18
months from the date of issue of work order. The objective of this work is
to conduct at least G-2 category of exploration as per UNFC norms.
Further timely completion of work as per the stipulation, terms &
conditions is the essence of this tender.
2.2 (i) The work under the scope of work (Clause-1 column-4), shall be
awarded to the selected agency through this tender (L-1 agency). The
period of work of a ML shall start from the date of issue of work
order/LOI.
(ii) During the above work period, the agency has to achieve at least 30%
of the awarded work within first 6 calendar months and at least 90% of
the awarded work by end of 18 calendar months ( one and half year).
3.Work Description
The selected bidders for core drilling work has to undertake the work as
mentioned at clause-1, along with the following ancillary works.
c) Storing of drill core sample in GI core boxes & Drawl and processing of
drill core samples as advised by the Site Geologists/ Camp In-charge.
4 ELIGIBILITY CRITERIA
The bidder fulfilling the following criteria can only take part in this
tender:-
4.1 The bidder must have successfully executed core drilling work (on land,
not in sea or marine conditions) in iron ore/manganese ore/ chrome ore
deposits or together in these three ore/ minerals in India, for at least
15000 meters in any one financial year during last 7(Seven) financial
years (i.e. 2010-11 to 2016-17) or 50000 Meters in last 7 (Seven)
financial years. The bidder shall submit the information with required
supporting documents in the Annexure-I format enclosed in Technical
bid.
NB: i) The work experience certificate should indicate the name of the work
awarding organization, period of work, mineral/ore (iron, manganese, and
chromite ore), quantum of core drilling awarded & year wise core drilling
work executed in meters in last seven years i.e. 2010-11 to 2016-17. The
successfully completed work experience certificate issued by the awarding
agency in last seven years i.e. 2010-11 to 2016-17, is to be countersigned
by the bidder. Submission of work order copy only shall not be the criteria
to qualify technically.
ii) The bidder shall give his machinery list with technical specifications & the
maximum depth of core drilling capacity in a hole of each Machine in the
format as at Annexure-II in Technical bid.
4.2 The bidder whose core drilling contract / agreement had been terminated
by OMC will not be eligible to take part in the instant tender.
4.3 Declaration by the bidder agency: - i) The bidder has to submit an
undertaking that their work has not been terminated for non-
performance / irregular work by any Govt. or any other agency those
have awarded the work.
ii) The bidder agency/entity must not have been adjudged by any Court
of Law or not blacklisted by any Govt. and any other authority. The
bidder agency has to submit a declaration duly signed with rubber seal
of entity/ Company in their Companys pad to the effect.
4.4 The bidder must have a minimum annual turn-over of Rs. 45 crore in
any one financial year of the last seven preceding financial years (i.e.
2010-11 to 2016-17), excluding the current financial year 2017-18.
4.5 The bidder shall have a valid EPF Code Number of its own and GSTIN.
4.6 The bidder can be either an individual person having sole proprietorship
right/ a regd. partnership firm / a Company (Private Ltd. or Public Ltd.).
Bidding in form of Consortium is not allowed.
4.7 If the bidder is a regd. partnership firm, then the partnership firm must
abide by the stipulations as mentioned below.
4.8 In case the bidder is a Joint Venture Company, all the eligibility
criteria have to be fulfilled by the bidder i.e. the concerned JV Company.
Experience and qualification of constituent companies/entities of the JV
Company shall not be considered.
4.10 The bidder should have filed up-to date Income Tax Return (up to date
copy to be enclosed).
4.12 The bidder has to submit the tender documents as per the format
provided in OMC web site. Any deviation in the said format, shall result
rejection of the bid submitted.
The bidder has to submit EMD, along with the tender as given in column
no.5 of clause no. 1 of Tender Notice, in form of a Demand Draft/Pay
Order drawn in favour of "The Odisha Mining Corporation Limited"
payable in any Scheduled/ Nationalised Bank at Bhubaneswar. Tender
submitted without EMD shall be rejected.
The tender documents can be down loaded from our web site
www.omcltd.in and shall be submitted along with the Tender paper
cost of Rs.5900/- (Rupees Five Thousand Nine Hundred) only inclusive
of GST @18%( non -refundable), in shape of D.D. drawn in favour of
"The Odisha Mining Corporation Ltd." on any Scheduled / Nationalised
Bank payable at Bhubaneswar. The authority shall not be responsible if
any problem arises in downloading bid documents or any portion of
downloaded bid documents differs from the original bid documents
available with the OMC.
7. The tender will be on two bid system i.e. Technical Bid & Price Bid.
7.1.1 The Tender Notice and Schedule signed by the bidder on each page
with his rubber seal as token of acceptance of the terms and conditions
spelt out in the Tender Notice and Schedule.
7.1.2 Duly filled-in Technical Bid in the prescribed format along with filled
in work experience format (Annexure-I), list of machineries in the
format (Annexure-II & III) enclosed with this tender
document. Declaration mentioned at clause 4.3 of Tender Notice & list
of technical manpower to be positioned for the work.
7.1.6 Any other instruction as per Technical Bid format & tender norms.
7.1.7 All above documents including EMD & Tender paper cost (DD) to be
kept within technical bid sealed envelope.
7.2 Price Bid: The Price bid should contain the quoted price duly filled-in
the Price bid format only as enclosed in the Tender schedule.
7.2.1 The bidder has to quote a single price per meter of core drilling (GL-
100m) for Kurmitar ML.
7.2.2 The bidder has to quote the price excluding GST as applicable, which
will be claimed in the R/A bills by the agency and shall be paid extra by
OMC.
7.2.3 The price bid sealed envelope shall contain unit base price quotation in
price bid format only.
9. Submission of Tender
The tender consists of two parts i.e. Technical bid and Price bid.
Both these bids duly filled in the prescribed format and signed by the
tenderer are to be kept in two different envelopes duly sealed and
superscribed as Technical bid and Price bid along with name of
the work. These two sealed envelopes placed inside another envelope
duly sealed and indicating Tender documents for core drilling and
addressed to the Addl. General Manager (Geo), OMC Limited, Post
Box No.34, Bhubaneswar-751001 shall be submitted by the bidder
through registered post/courier/ hand delivery/ speed post so as to
reach the Office of the Addl. General Manager (Geo), OMC Limited,
Bhubaneswar on or before 1.00 PM on 08.11.2017.
9.1 Tenders received after expiry of the stipulated date and time shall not
be entertained. OMC shall not be responsible for postal or any type of
delay.
9.2 The Technical Bid will be opened on the same day i.e. on 08.11.2017
at 4.00 PM in presence of the bidders or their authorized
representative.
9.3 The date of opening of the Price Bid of the technically qualified bidders
will be intimated later.
9.4 Tender/Bids without required EMD and tender paper cost shall be
rejected.
10. The terms and conditions of the tender document shall always prevail
and shall be binding on the agency. In case of any deviation of
submission of the tender documents, the same shall be rejected.
OMC Ltd. reserves the right to accept or reject in full or in part, this tender
without assigning any reason whatsoever.
ADDL. GENERAL MANAGER (GEOLOGY)
(Visit www.omcltd.in )
The Bidder should furnish the following information and enclose supporting
documents wherever necessary for enabling OMC to assess their capability to
undertake the work of diamond core drilling. The information submitted are
subject to verification by the OMC Ltd. and in case, the information so
furnished are found to be false/exaggerated/manipulated, the bid offered by
the agency shall be liable for rejection and the OMC Ltd. reserves all rights to
reject the bid without assigning any reason thereof.
I)Registered office
2. Contact details of the Agency and Name & Designation of the contact
telephone/fax/e-mail/cell no. for correspondence person.
Tel :
Fax:Cell:
e-mail:
3. Nature of the Agency:
13 Declaration by the bidder that their Company/entity has not been adjudged by any Court of
Law and their Company has not been black-listed / barred by any Govt. or other authorities
(As per para-4.3 (i & ii) of Eligibility criteria, to be submitted with Technical Bid
document)
14 Details of DD/Pay order No., date, drawee Bank etc. towards the EMD.
1. Tender schedule forms a part of the agreement. The Tender Schedule &
Notice signed by the bidder on each page with rubber seal is to be
submitted as a token of acceptance to the terms and conditions spelt
out in the Tender Schedule and Notice must be attached with the
Technical Bid. Bids having any deviation to this or with any additional
points will be summarily rejected.
2. Submission of bid shall be deemed to have been done after careful
study and examination of the requirement of OMC indicated in the
tender notice & Tender Schedule. Bidders are advised to visit the
respective areas at their own interest and expenses to assess the
terrain conditions before submission of their offers.
Note:
ANNEXURE-I
TECHNICAL BID
(2010-11 to 2016-17))
6 2015-16
7 2016-17
NB: (a) The following documents are to be enclosed under this Annexure-1
i) Work order copy of awarded core drilling work (indicating target of core
drilling mineral/ore formation, period of work, core recovery
percentage to be made work value and name/location of awarded
block).
(c) All the documents are also to be certified and countersigned by the bidder
agency with signature and seal as true copy.
(d) This above filled in format to be submitted in Technical Bid envelop with
supporting documents.
TECHNICAL BID
PRICE QUOTE
Sl.No Name of Mineral Quantit Unit base price per meter of core drilling
. the ML /Ore and y of work in Rupees. (GL to 100m)
associate core
d drilling In In SAC Rat Amoun
formation work in Figure words e of t of
. Mtr. s . /HS GST GST
N
Code
1 Kurmita Iron 4,500
r ML
&
associate
d
formation
.
N.B.:1. The unit base price per meter of core drilling to be quoted (From GL to
100m).
Annexure-III
To
Pin-751001, ODISHA.
Dear Sir,
We are here by giving our consent to get all our payments due from
the Odisha Mining Corporation Ltd. Through electronic mode i.e.
EFT/NEFT/RTGs. We also agree to bear all the bank charges payable in this
regard.
Pin code
IT PAN Number
E-Mail ID Mobile NO.
Phone No. Fax No.
1. Bank particulars
Bank Name
Branch
Name
Branch place
Account No.
Account type Savings/Current/Cash Branch State
Credit
RTGs Yes/No NEFT Yes/No Core Yes/No
enabled enabled Bank
enabled*
Branch Code MICR IFSC
Code Code
1. Effective Date
We hereby declare that the particulars furnished are correct & complete. If
any transaction is delayed or not effected for incomplete/incorrect
information/any other technical reasons, we will not hold The OMC Ltd.
Responsible.
Certified that the Bank particulars furnished are correct as per our record.
1. DESCRIPTION OF WORK
1. SCOPE OF WORK
2.1 Quantum of projected work: The target area (name of the region /
lease holds), year wise projected work target for 18 month and EMD to
be deposited are furnished in the following table:
1 2 3 4 5
KOIRA REGION / Kurmitar Iron Ore /&
4500 3.15
Sundergarh associated
District formation.
NB: - i) The agency has to achieve atleast 90% of the awarded quantity of work in
the stipulated time of 18 months. The projected quantum of work indicated
above may vary depending on requirement, priority of work and technical
considerations.
ii) After receipt of required statutory/forest permission for the total forest land
in the ML, the work order shall be issued by OMC to the selected Bidder to
execute the core drilling work.
iii) The L1/approved price shall be kept open for 6 months (From the date of
opening of price bid to award of work). The agency may give his consent in
writing to keep the price open for a further period of six months and
acceptance of which shall be at the sole discretion of OMC, or else OMC can
go for fresh tender.
2.2 The selected agency has to undertake the following ancillary work of the
core drilling.
a) Survey for location of drill hole points (GPS Reading) as per provided
plan or as advised by the Site Geologist/Camp In charge/ Sectional
Head of Geology of respective region.
2.3 The core drilling work will be executed under supervision and direction
of Geologists of OMC (concerned region).
3. SPECIFICATIONS
The core drilling work shall be taken up by the agency as per following
specifications:
ii) Inclination of hole: The bore holes shall be mostly vertical and rarely
inclined as per direction of the Site Geologist.
iii) Depth of hole:- The depth of bore hole may vary from 60 to 150 meter
(may be less or more at times). It is required to deploy drill machines having
advance models & technology with high efficiency/ capability to drill above
depth in Banded Iron Ore and associated formations.
of the Region.
v) Type of Drilling: Dry/Wet drilling using triple tube core barrel with
appropriate drilling mud/polymer is preferred. Wet drilling by double tube core
barrel or dry drilling is also acceptable provided the core recovery satisfies the
norms as at clause-IV and without affecting the physical & chemical nature of
drill core.
vii)Sampling: The agency shall draw samples from the core and process it
for analysis as per standard procedure under the guidance of the Site
Geologist. Each sample shall be reduced to an appropriate quantity by
following the standard sampling procedures such as homogenizing, coning,
quartering and pulverizing into 100/200 mesh and prepared into four packets
of 50gm each. The final sample packets shall be properly labeled with BH
Number, sample run and handed over to the concerned site geologist/camp
in-charge.
viii)Bore hole pillaring: Each completed drill hole shall be marked with a
concrete pillar of minimum size 9x9x18 ( LxBxH) indicating the bore hole
number, location, coordinates and RL, under the guidance of the site
geologist/camp in-charge.(By GPS/DGPS,Total station survey)
ix) Plans and Sections: The agency shall submit both hard and soft copies of
completed drill hole sections showing the ground profile and location of bore
holes along the section in 1:500 scale on autoCAD software to the concerned
site Geologist/ camp in-charge from time to time as per requirement and
advice of site Geologist/ Regional Head of Geology.
Note:
4.1 The time period for the projected core drilling work indicated in table at
clause No.2.1 of the tender schedule (TS) is to be completed within 18
month( One &half year) from the date of issue of LOI/work order. The
objective of this work is to conduct at least G-2 category of exploration
as per UNFC norms. Further timely completion of work stipulation,
terms & conditions is the essence of this tender.
4.2 (i) The work as under scope of work (Clause-1 column-4), shall be
awarded to the selected agency through this tender (L-1 agency). The
work period shall start from the date of issue of work order/LOI to the
selected L-1 agency and shall end on completion of 18 calendar months.
(ii) During the above work period, the agency has to achieve 30% of
the awarded work within first 6 calendar months and at least 90% of
the awarded work by end of the contract period i.e. 18 calendar
months.
4.3 In case of earlier completion of awarded work target, the agency may
request in writing to OMC for more quantity of core drilling limiting to
150% of the awarded target of contractual period, at the existing rate,
terms & conditions, to be decided at OMC option, beyond 150% in the
contract period negotiation of price shall be required.
4.4 The selected agency has to perform & keep the progress of work in
accordance to the time schedule, stipulations, terms & conditions. At
any point of time during the work period, if the progress of the work is
delayed/discontinued/Agency quits, the work of that ML shall be
terminated with imposition of penalty as per provision of clause-13 of
this tender schedule & OMC may take further action including award of
the work to other technically qualified bidders of that Region at L-
1/negotiated price, terms & conditions at OMC option or else OMC may
float fresh tender.
5.1 The projected quantum of work indicated in scope of work, may vary
depending on requirement, priority of work and technical considerations
at OMC option.
5.3 After receipt of required forest permission for the total forest land in the
ML, the work order shall be issued by OMC to the selected Bidder to
execute the core drilling work and conditions imposed in the forest
permission shall have to be adhered by the Bidder (including assisting
OMC in Liasoning with forest & other authorities).
5.4 The Bidder shall be given one month time period from the date of
issue of LOI/work order, towards mobilization of machineries, manpower
and site preparation. The Bidder has to start the core drilling work
within two months time from the date of issue of LOI/Work order or
else the awarded work shall be terminated with forfeiture of EMD/ISD.
5.5 The bidder shall not without prior approval of competent authority of
OMC assign the work or any part thereof or sub-let the work or any part
thereof in any manner whatsoever, otherwise the contract is liable to be
terminated at the option of OMC.
5.6 The space for sampling shed shall be provided by OMC and electricity
free of cost shall be provided as per availability. The agency shall
construct the sampling shed and provide such equipment at their own
cost.
c) The agency has to take up the drilling work as per the direction of
concerned Site Geologist /Camp In-charge/ Mines Manager or Sectional
Head of Geology of respective regions.
d) The site in-charge of the agency shall submit the daily, weekly and
monthly progress report of the drilling work to the Sectional Head of
Geology of the region, duly certified by Site Geologist/Camp In-charge.
A copy of monthly progress report must be forwarded to Dy. General
Manager (Geo) /Head of Geology, HO within first week of succeeding
month by the agency, duly certified by Sectional Head of Geology of the
concerned Region.
e) The drilling should be undertaken as per the LOI/ worked order issued &
specifications given in this tender schedule. Any deviation to the same
without consent of OMC Geologist will lead to termination/cancellation of
the contract. However, depending upon the field conditions, OMC
Limited reserves the right of changing the technical parameters in case
of requirement.
g) The core should be collected with utmost care at the time of drilling and
shall be preserved in properly partitioned G.I. core boxes (to be
supplied by agency) with necessary labelling of the runs/depth under
the direction of the site geologist/camp in-charge. Details of the hole,
box number, length of core etc. are to be written on the outer and inner
side of the core boxes. The core boxes are to be delivered to the
respective site geologist/camp in-charge at the respective Prospecting
Camp.
h) Necessary survey work required for locating the bore holes on the
ground, measurement of the co-ordinates, RL of the completed holes
and profile of each drill section etc. shall be done by the agency as per
the plan/ advice of the site geologist/ camp in-charge.
k) Beyond 100 Meters core drilling, for each additional 100 Meter of
drilling in a bore hole, 10% increment on the unit approved base
rate per Meter of core drilling shall be paid.
8. RESPONSIBILITY OF THE AGENCY
b) The agency will provide all safety equipments to the workers and take
necessary measures for safety.
c) The agency will provide necessary medical facilities to its workers and
provide drinking water at its own cost.
g) As and when required, the agency has to assist OMC to liaise with the
forest and other officials including handling of local problem if any for
uninterrupted/ smooth execution of core drilling work.
j) The agency shall undertake necessary survey work required for locating
the bore holes on the ground, measurement of the co-ordinates, RL of
the completed holes and profile of each drill section etc. as per the plan
or advice of the Site Geologist/ Camp In charge.
9. RESPONSIBILITY OF OMC
a) The OMC site representative (Site Geologist/Camp In-charge) will show the
area and drill hole locations broadly as per the bore hole plan.
b) OMC Limited will provide the principal employer certificate to the agency if
necessary for obtaining labour license.
c) The Mines Manager / Labour Welfare Officer of the respective mines (as the
case may be) & the camp in-charge /Site Geologist will verify all the
statutory records/ returns of the agency from time to time .
d) The format for daily as well as weekly progress report of the drilling work
along with the logging report shall be provided by the Site Geologist/Camp
In-charge.
e) The camp in-charge /Site Geologist shall provide the reference point
coordinates & RL for fixation of boreholes in the field.
10. REPRESENTATIVES
b) The agency shall at all times indemnify OMC against all claims for
compensation under the provision of the Workmens Compensation Act,
1923, or any other law for the time being in force by or in respect of any
workmen employed by the agency in carrying out the Agreement and
against all costs and expenses for penalties incurred by OMC in connection
therewith (without prejudice to any other means of recovery). OMC shall
be entitled to deduct from the agency any money due or becoming due to
the agency (whether under this agreement or any other agreement)
payable by way of compensation aforesaid or for costs or expenses in
connection with and claims thereto. The agency shall abide by the decision
of OMC as to the sum payable by the agency under the provisions of this
clause.
12. GENERAL
b)In case of stoppage of drilling work due to reasons beyond the control of
agency waival of penalty may be considered at OMCs discretion.
13. PENALTY
a) If the qualified L-1 bidder does not accept LOI /work order in respect of
any ML at the approved L-1/ negotiated price the work shall be terminated
with forfeiture of EMD.
b) In case the selected agency fails to start the work within two months
including one month mobilization period, the contract may be terminated
along with forfeiture of the EMD/ISD, at OMC option.
c) In case the agency fails to achieve a minimum of 90% of the awarded
work within the stipulated time period as per the work order, penalty
@10% for the balance awarded work value shall be recovered from the
R/A bills, SD and/or ISD deposited with OMC.
d) In case the agency delays/discontinues/quits the work in any point of
time, 10% of the balance awarded work value shall be recovered from the
SD and ISD and payables available with OMC.
e) In case of delay and/or shortfall in achievement of target caused due to
reasons beyond control of agency penalty may be waived subject to
approval of Chairman/CMD/MD of OMC Ltd.
a) Extra 60% payment over the approved base unit price per meter shall be
paid for drilling in BHJ/BHQ/Chert in Iron ore & associated formation.
b) Beyond 100 Meters depth in a hole, telescopic rate for each additional 100
Meters depth shall be paid with 10% increase over the approved base unit
price per meter.
c) In case a bore hole is drilled beyond 100 meters & also encounters
BHJ/BHQ/Chert formations, the increase of price 60% in respect of
BHJ/BHQ/Chert formation shall be calculated on the unit price after
consideration of telescopic rate as applicable (Sub-clause j & k of clause
No-7 of this tender schedule).
d) ML wise monthly R/A bills in triplicate in respect of completed bore holes &
work done during the month (along with JMC/Monthly progress report
jointly signed by the site geologist & representative of the agency) will be
submitted by the agency to the Prospecting Camp in-charge of OMC.
e) The Camp in-charge & Site Geologist shall check & certify the RA bill in
respect of the quantity of work completed with observation of
specification, terms and conditions of the agreement.
f) The Camp Officer-In charge shall process R.A. Bill along with the joint
measurement certificate (JMC) and other statutory documents like labour
license, deposit of EPF and submission of returns as submitted by the
agency, to the Mines Manager/Manager (LW) of concerned Mines for
necessary verification & certification. On receipt of recommendation of
concerned Mines Manager/Labour Welfare Officer the Camp Officer shall
certify work done and observation of works specification (clause No.3) and
forward the R.A. Bills to the Sectional Head of Geology of the Region.
g) The respective Sectional Head of Geology of the region will forward the
above bills with his recommendations to the Regional Manager of the
region for release of payment.
h) For payment, minimum 90% core recovery in the ore zone and minimum
70% in other formation in a bore hole is required for release of payment.
Below this limit no payment shall be made.
i) The monthly running bill amount in respect of completed drill holes would
be released by the concerned Regional Manager/ Manager (Finance), OMC
after deduction of 5% of the bill value towards Security Deposit (SD) &
others if any.
J) Applicable Income Tax and Education Cess etc. on R.A. bill value shall be
deducted from the bills.
m) The ISD shall be returned ML wise at Head Office after 60 days from
release of the SD of respective MLs.
15. GST :
3) The Invoice should contain the following particulars as required under Rule
46 of CGST Rules;
a) Name, address and Goods and Services Tax Identification Number of the
Supplier;
i) Taxable value of the supply of goods or services or both taking into account
discount or abatement, if any;
j) Rate of tax (Central tax, State tax, integrated tax, Union territory tax or
Cess);
l) Place of supply along with the name of the State, in the case of a supply in
the course of Inter-State Trade or Commerce;
m) Address of delivery where the same is different from the place of supply;
4) The Successful Bidder should file the GST Returns as required in the GST
Acts, and details of Invoice submitted to OMC and GST amount charged
thereon should reflect in Form GSTR-2A within a reasonable time, so as to
make OMC enable to take Input Tax Credit (ITC) of the GST amount paid
against those Bills.
6) The Successful Bidder has to comply with all the Provisions of GST Acts,
Rules and Notifications issued there under.
7) The successful Bidder will comply with the "Anti profiteering Measure" as
required under Section 171 of the CGST Act.
16.1 The bidder has to submit EMD along with the tender as given in table
(column no.5) of clause no.2.1 of tender schedule, in form of a Demand
Draft /Pay Order drawn in favour of "The Odisha Mining Corporation
Limited" payable in any Scheduled / Nationalized Bank at Bhubaneswar.
The EMD amount shall be adjusted against ISD amount. Tender
submitted without EMD shall be rejected.
16.2 The EMD of all the bidders shall be refunded within one month in case
the tender process is rejected.
16.3 The EMD along with the un-opened price bid of technically dis-qualified
bidders shall be returned immediately after the evaluation of Technical Bid.
16.4 The EMD to the unsuccessful bidders except L2 Bidder shall be refunded
after completion of the tender process.
16.7 If the successful /L-1 bidder declines to take up the awarded work, the
EMD of the bidder shall be forfeited.
c) In case the agency quits the work in the middle of any year or at any point
of time, penalty shall be imposed as per clause-13 as applicable.
19. AGREEMENT/CONTRACT
Agreement shall be signed after issue of LOI/ work order. The agency has
to deposit the ISD for signing of the agreement within one month time
from the date of issue of LOI/ work order. No payment shall be released
unless the agreement is signed by the selected bidder.
If the Seller fails to fulfill the terms and conditions of the order, OMC
shall have the right to procure the materials / services from any other party
for execution / completion of the contract and recover from Supplier all
charges/ expenses / losses / damages suffered by OMC, at the risk and cost
of the seller after giving 15 days notice to the seller. This will be without
prejudice to the rights of OMC for any other action including termination.
-----