Sie sind auf Seite 1von 29

TENDER CALL NOTICE FOR DIAMOND CORE DRILLING

WORK IN KURMITAR LEASE HOLD IN KOIRA REGION OF


OMC LTD. IN SUNDARGARH DISTRICT, ODISHA.

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

Sl No./ Name of Name of lease Mineral/ ore and Projected EMD to be


hold associated quantum of core deposited with
Region/ (Dist)
formations drilling work in the tender in
Mtrs. lakh Rs.

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 THE PERIOD OF WORK AND TARGET

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.

a) Survey for location of drill hole points as per the proposal or as


advised by the Site Geologist/Camp-in-charge/Sectional Head of
Geology of respective Region. (Total station, GPS/DGPS instruments to
be used).

b) Measurement of co-ordinates, RL of drill holes and drawing of profiles


along each completed drill hole section by way of field survey.

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.

The Partnership Firm must be a registered Partnership Firm under the


provisions of Partnership Act1932. The date of registration of the Firm
under the provisions of Partnership Act1932 is the date of entry of the
statement recorded in the Register of Firms.
The Deed of Partnership must be registered under the Indian
Registration Act1908.
The Partnership Firm must be in existence & in operation for at least
3(three) years prior to the date of notice inviting tender.
The Partnership Firm must have its own experience as required in the
present tender notice. Experience of individual Partners will not be
considered as the experience of the Partnership Firm.
The Partnership Firm must have a valid EPF Code & GSTIN
registration of its own & not in favour of any individual Partner.
All conditions of eligibility criteria as stipulated in the tender notice
should be of the Partnership Firm & not of the individual Partners.

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.

4.9 If the Bidding Agency is a company or corporation, it shall be


incorporated under the Companies Act, 1956 or established by virtue of
a law enacted by the Parliament.
The date as indicated in the certificate of incorporation shall be treated
as the date of incorporation of the Company/Corporation.
The Company/Corporation shall be in existence and in operation for at
least 3 years prior to the date of notice inviting tender.
The eligibility criteria of the Company/Corporation is liable to be
evaluated on the basis of experience and eligibility criteria of the
Company/Corporation itself.
The experience or the eligibility criteria of the Managing Director or any
other Director of the Company/Corporation in their distinct name and
identity shall not be reckoned as the experience and eligibility criteria of
the Company/Corporation.
The Company/Corporation shall have a valid EPF code, GSTIN of its own
and not in favour of any Director including Managing Director or other
principal officers of the Company/Corporation.
The Bidding Company/Corporation shall submit certificate of
incorporation as well as Memorandum and Articles of Association of the
Company/Corporation along with the Bid documents besides
authenticated copies of documents in support of meeting the experience
and eligibility criteria.

4.10 The bidder should have filed up-to date Income Tax Return (up to date
copy to be enclosed).

4.11 A bidder is required to submit the supporting document to meet the


above eligibility criteria and conditions, failing which the bid submitted by the
bidder shall be rejected without further communication.

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.

5. EARNEST MONEY DEPOSIT (EMD):

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.

6. AVAILABILITY OF TENDER PAPER:

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.

The interested bidders are requested to check OMC web site


from time to time till the date of opening of the tender, relating
to any corrigendum notices or any related information.

7. The tender will be on two bid system i.e. Technical Bid & Price Bid.

7.1 Technical Bid shall contain the following documents.

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.

7.1.3 Authenticated copy/copies of documents supporting the eligibility


criteria (also refer Technical Bid Format in Tender Schedule).

7.1.4 Nonrefundable amount of Rs.5900/- (Rupees five Thousand nine


hundred) only towards the cost of the Tender Paper including GST,
in shape of Demand Draft/Pay Order drawn in favour of "The Odisha
Mining Corporation Limited" payable in any Scheduled / Nationalized
Bank at Bhubaneswar.

7.1.5 DD / PO towards EMD (Payble at Bhubaneswar).

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.

8. A pre-bid meeting relating to this tender work shall be held at Head


Office of OMC Ltd, Bhubaneswar-751001(Near State Assembly) on Dt.
28.10.2017 at 11.00 AM. The interested bidders or their authorized
representatives (With authorization letter from the bidder agency) are
requested to attend this pre-bid meeting.

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 )

TECHNICAL BID FORMAT

FOR DIAMOND CORE DRILLING WORK IN KURMITAR LEASE, KOIRA


REGION OF OMC LTD. IN SUNDARGARH DISTRICT OF ODISHA.

I/We __________________________________(Name of the Agency)


hereby tender for execution of diamond core drilling work in Kurmitar ML of
OMC in accordance with the scope of work, specifications, terms and
conditions as indicated in the Tender Notice & Schedule/work order to be
executed with the OMC Limited.

DETAILS TO BE SUBMITTED BY THE TENDERING AGENCY

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.

1. Name and address of the Agency

I)Registered office

II) Corporate 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:

(Registered Company/ Registered Firm/ Public


Sector Company/ Sole proprietor/JV company as
per clause-4.6 to 4.9 of tender notice
(Certificate of Registration under the Indian
Companies Act/Memorandum of
Association/Articles of Association)
4. Duly filled in Technical Bid format and Annexure-
I Format

i. Details of similar drilling work executed


(Organization with proof of documents as per
clause-4.1 of the tender notice)

(Work completion/execution certificate from


organizations/ clients indicating financial
year wise core drilling meterage executed to
be submitted as per Annexure-I.)
5. Details of Drilling Machines and other ancillary
equipment to be deployed. A statement to be
enclosed in the format at Annexure II.

6. a) Turnover of 2010-11 2011-12 - 2012-13 2013-14 2014-15 2015-16 2016-


RS..Cr RS..Cr 17
the agency in
ore ore
crore rupees (as RS..Cr RS..Cr Rsc Rs. ..
ore ore rore Crore Rs
per audited

balance sheet
for 2010-11 to crore
2016-17)to be
filled up by
the bidder.
b) Documents showing annual turnover
amount in any financial year during
last seven preceding financial years as
per clause-4.4 of Tender Notice (audited
balance sheet and statement of profit
& loss, certified copy to be
submitted for any financial year i.e.
(2010-11 to 2016-17) etc. Where the
turn over meets the eligibility criteria.

7. Details of Technical Personnel/manpower with


description.
(a statement to be enclosed)

8. EPF Code No.: (Letter of RPFC showing EPF


Code No. to be enclosed)
9. Whether the agency or its Group/associated
Company is a mining lessee (Yes/No)

10. PAN of the agency (copy of PAN card and a


copy of latest Income Tax Return to be
furnished)
11. Any other information that the agency would like
to furnish. GSTIN, SAC. and copy of certificate.

(Please attach separate sheets, if required).


12 Details of DD/Pay order No., date, amount,
drawee Bank etc. towards the cost of tender
paper including GST (Rs 5900/-)

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:

All information in the above format are to be typewritten except


signature.

Bids with handwritten information may be rejected.


(Signature of the Bidder with seal)

ANNEXURE-I

TECHNICAL BID

DETAILS OF WORK EXPERIENCE FOR SUCCESSFULLY EXECUTED CORE


DRILLING WORK

(2010-11 to 2016-17))

Sl. Financial Client Name of Work Completion Actual Achievement Remarks


No. year Name & mineral / ore Order No. period as date of during the [Experience
detail explored [ /Date, per comple- financial certificate
address Iron, Quantity, contract tion year from the
(work Manganese & contract client. With
awarding and value (in Meter) information
agency) Chromite] as noted
below
i.e.a,b&c.]
1 2010-11
2 2011-12
3 2012-13
4 2013-14
5 2014-15

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).

ii) Contents of work experience certificate.


Name of the agency/client who has awarded the core drilling work with
their registered office and address and contact phone number.
Name of the mineral/ore in which such core drilling work executed/
achieved.
Period of work in which the awarded core drilling meterage
completed/achieved.
Work execution and successful completion of awarded core drilling work in
meters (respective work order).

(b) Clear legible copy of above documents to be enclosed.

(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.

(Signature of the Bidder with seal)


ANNEXURE-II

TECHNICAL BID

DETAILS OF EQUIPMENTS AND ACCESSORIES FOR CORE DRILLING,

WHICH THE TENDERER PROPOSES TO DEPLOY

(For Rig machines owned by the bidder agency)

Sl. No. Make No of Drilling Maximum Year of Remarks

& Rigs Capacity Depth Purchase (including

Model (in mtr. drilled Present

(Mechanical/ Per day/ in a hole. status of

Hydrostatic) month) (iron,Mn & performance


Chrome)

(Signature of the Bidder with seal)


PRICE BID FORMAT

FOR DIAMOND CORE DRILLING WORK IN KURMITAR LEASE HOLD OF


OMC LIMITED, IN KOIRA REGION, SUNDARGARH DISTRICT, ODISHA.

I/We __________________________________(Name of the Agency) hereby


tender for execution of diamond core drilling work in Kurmitar ML of Koira
Region in accordance with the scope of work, specifications, terms and
conditions as indicated in the Tender Notice & Schedule with the following
quoted unit price per meter of core drilling.

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).

2. The unit base price quoted should be exclusive of GST.

3. This format, duly filled in is to be submitted in a SEPARATE SEALED


ENEVELOPE with PRICE BID super scribed on the cover.

4. The L-1 bidder shall be selected basing on lowest price quoted.


5. In case of drilling in BHJ/BHQ/Chert in iron ore and associated formation
60% increment over the base unit price shall be applicable/paid.
6. Beyond 100 Meters depth in a hole for each additional 100 meters depth
10% increase over the unit base price per meter shall be paid.
7. The price quotation in words shall prevail over figures in case of
discrepancy.
8. The quoted price to be kept valid till six months from the date of opening
of the Price Bid to award of work. On award of work the quoted price shall
be valid for the contract period.

(Signature of the Bidder with seal)

Annexure-III

MANDATE FORM (FOR ENABLING E-PAYMENT)


(Preferably in payees letter Head)

To

The Odisha Mining Corporation Ltd.,

OMC House, P.B. NO.-34, Unit-5, BHUBANESWAR.

Pin-751001, ODISHA.

Sub:-Mandate for getting payment through electronic mode i.e.


EFT/NEFT/RTGs.

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.

(Please furnish the information in capital letter.)

1. Name of the Vendor

1. Address of the vendor

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

*In case of Vendors having Bank Account in Andhra Bank

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.

Date: Signature of the party with seal

Certified that the Bank particulars furnished are correct as per our record.

Date: Signature of the party with seal


TENDER SCHEDULE FOR DIAMOND CORE DRILLING WORK IN
KURMITAR ML UNDER KOIRA REGION OF OMC IN SUNDERGARH
DISTRICT OF ODISHA.

1. DESCRIPTION OF WORK

Diamond core drilling (4500 Mt.) in 18 month( 1 year) in Kurmitar ML


of OMC under Koira region in Sundargarh district of Odisha as per scope of
work, specifications, terms & conditions as detailed below.

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:

Sl No./ Name of Name of lease Mineral/ ore and Projected EMD to be


Region/ (Dist) hold associated quantum of core deposited with the
formations drilling work in tender in lakh Rs.
Mtrs.

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.

b) Measurement of co-ordinates, RL of drill holes and drawing of


profiles along each completed drill hole section by way of field survey
(DGPS/GPS/Total station).

c) Drawal and processing of drill core samples as advised by the Site


Geologists/ Camp-in-charge/Sectional Head of Geology of the 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:

i) Size of hole/core: The holes shall be drilled in HQ/HX, NQ/NX or BQ/BX


sizes.

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.

Depth of closure of each bore hole shall be advised/decided by the concerned

Site Geologist/ Camp-in-charge or if required by the Sectional Head of


Geology

of the Region.

iv) Recovery of core: Recovery of core should be minimum 90% in ore


zone and 70% in other formations. This will be certified by the concerned
site Geologists/Camp-in-charge. The details are to be maintained in a
register on daily basis by the site representatives of the agency and counter
signed by site Geologist of OMC.

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.

vi) Preservation of Core: Core/sludge recovered as per run shall be


preserved in G.I. Core boxes with proper labeling of depth/length of core and
handed over by the agency to the Site Geologist / Camp In charge. The core
boxes are to be supplied by the agency. The core boxes should be of
appropriate size with suitable size partition/cabinets to accommodate
different size of core recovered (HQ/HX, NQ/NX, BQ/BX) and preserved in
original shape without breaking/ alteration.

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.

x) Deviation Survey: The bore holes shall be vertical mostly. In case of


inclined boreholes the deviation of the drill hole both in inclination and
azimuth shall be measured at every 30 meters length or as advised by the
site geologist. Acid etching method shall not be accepted. Deviation Survey is
to be conducted by the agency by using modern tools (i.e. digital bore-hole
camera). Deviation survey results of bore hole are to be recorded by the
agency and to be certified by the Site Geologist of respective region. The
drilling and the ancillary work, as per specification above, will be executed
under the supervision and direction of the Site Geologist / Camp In charge/
Sectional Head of Geology of the region.

Note:

Depending upon the field conditions, OMC Limited reserves the


right of changing the technical parameters including depth of
drilling and specifications.
4. THE PERIOD OF WORK, TARGET AND SPECIAL CONDITIONS

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. Other information & Conditions

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.

5.2 The stage-II FC approval of total forest land of Kurmitar Ml is under


process. In case the required forest permission for the balance forest
area of Kurmitar ML is received, the core drilling work shall be awarded
covering the entire ML area as per the projected tender quantity under
clause-2.1 of this tender.

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.

6. MINERAL/ORE AND ASSOCIATED FORMATIONS AND


INCLINATION OF DRILL HOLES

Iron ore is associated with banded iron ore formation including


ferruginous shale, banded shale and hard formations like BHJ, BHQ, chert,
goethite etc. Besides soft laminated, hard laminated and massive iron ore
are encountered in the ore zone. The BHs shall be mostly vertical & rarely
inclined. The bidders are advised to quote their price accordingly.

7. OTHER TERMS & CONDITONS

a) It shall be the agencys responsibility to set up the camp for providing


necessary accommodation to its drilling personnel nearest to the drilling
site at respective mining leases. Management of the camp affairs and
providing logistic support including supply of water to the drilling
personnel at camp shall be the responsibility of the agency.

b) Preparation of approach road for mobilization of men and machinery to


the drilling site and other required materials shall be the responsibility
of the agency.

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.

f) In case the agency fails to achieve the desired specification or abandons


a hole before the required depth, another hole adjacent to the
incomplete hole would be taken up by the agency as directed by the site
geologist/camp in-charge and no cost for the incomplete hole shall be
paid by OMC.

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.

i) A register is to be maintained at drilling site (rig-wise) on daily basis to


record bore hole wise / run-wise drilling logs, indicating the size of core
barrel/casing used, the percentage of core recovered and the process of
core drilling (dry/wet in D.T. or T.T. method etc.) for convenience of
supervision and preparation of summarized log with above data (bore
hole wise). Summarized logs in respect of completed bore holes with
abstract of above data must be submitted to Camp In charge and
Sectional Head of Geology along with the monthly bill of the agency.

j) For drilling in BHJ/BHQ/chert in Iron ore & associated


formations, 60% extra per meter above the approved base unit
price shall be paid.

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

a) The agency will observe and submit necessary statutory returns as


applicable under Mines Act, 1952; EPF Act, 1952; C. L. (R&A) Act, 1971;
MMDR Act, 1957, MC Rules, 1960; MCDR, 1988; Forest Act, 1980;
Environment Protection Act, 1986; other Acts, rules, statutory & legal
orders applicable from time to time during the work period. This has to
be also reported to the Site Geologist/ Mines Manager of respective
Mines.

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.

d) The agency shall report immediately to the Mines Manager/ Site


Geologist / Camp In-charge in case of any major or minor accident to
his worker or staff.

e) The agency shall be liable for payment of compensation to workers under


Workmens compensation Act, 1923. Any payment, if made by OMC,
shall be reimbursed if not deducted by OMC from the agencys dues.

f) The agency will make all necessary arrangements for commencement


and carrying out of the drilling work by its own resources in accordance
to the specifications, terms and conditions indicated herein.

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.

h) The agency shall achieve a minimum of 90% of the ML wise awarded


work within the stipulated time period as per the LOI/Work orders
issued.

i) Concrete pillars are to be constructed on the completed holes and details


will be written on the concrete pillar indicating the drill hole number,
location coordinates and RL under the guidance of the Site
Geologist/Camp In-charge.

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

1. An authorized person / Geological Executive, to be nominated by the


respective Sectional Head of Geology of the region, who will act as the
Site Geologist of OMC for the lease hold areas for the purpose of
execution of the drilling work by the agency. Besides, respective
Sectional Head of Geology of the region may authorize more than one
Geological Executive under his control to supervise the work as per
requirement.
2. The agency will declare the name and designation of its site
representative who shall be responsible for execution of the work and
will act according to the instruction of the representative / authorities of
OMC.

11. Accident or injury to workmen

a) OMC shall not be liable for or in respect of any damages or compensation


payable as per law in respect of and in consequences of any accident or
injury to any workmen or any other person in the employment of the
agency, save and except for accident or injury resulting from any act or
default of OMC. The agency shall indemnify and keep indemnified OMC
against all such damages and compensation (save & except as aforesaid)
as against all claims demands, proceedings, costs, charges and expenses
whatsoever in respect or in relation thereto.

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.

c) In respect of all labourers employed by the agency in the ML area, the


agency shall comply with all legislations and rules of State and/or Central
Government or other local authority framed from time to time governing
the protection of health, sanitary arrangements, wages, welfare and safety
for labour employed for the works. The rules and other statutory
obligations with regard to the wages, welfare and safety measures,
maintenance of registers etc. shall be deemed to be part of the
Agreement.

12. GENERAL

a) OMC Limited reserves all the right to terminate the Agreement/Work


Order at any point of time, on imposition of penalty, if the progress,
precision & quality of the core drilling work are found not to be satisfactory
during the periodical assessment.

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.

c) The decision of the Chairman/CMD/MD, OMC Limited shall be final and


binding in case of any dispute that may arise during the period of this
work or in connection with the agreement/ contract.

13. PENALTY

Penalty shall be imposed as below:

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.

14. TERMS OF PAYMENT:- Payment shall be made on the approved


base unit price considering the followings:

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.

k) After completion of the awarded work, a check list on work performance of


the agency, compliance of terms and conditions, clearance of all dues,
liabilities and any other outstanding dues against the agency signed by the
site Geologist/Camp Officer, concerned Mines Manager/LWO, Sectional
Head of Geology & Manager (Fin) of respective region and duly
countersigned by the Regional Manager shall be forwarded to the Head of
Geology Division,HO with recommendation for release of SD & ISD .

l) On receipt of the above recommendation of concerned Regional Manager,


the Head of Geology Division, HO Bhubaneswar shall recommend to the
Finance Section, HO for release of SD in favour of the agency in respect of
that ML.

m) The ISD shall be returned ML wise at Head Office after 60 days from
release of the SD of respective MLs.

n) GST as applicable shall be paid extra.

15. GST :

1) The Successful Bidder should have registration under GST Acts

2) The Successful Bidder has to raise Invoice as required under section 31 of


the GST Act and relevant Rules made there under.

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;

b) A consecutive serial number not exceeding sixteen characters, in one or


multiple series, containing alphabets or numerals or special characters-
hyphen or dash and slash symbolised as - and / respectively, and any
combination thereof, unique for a financial year;

c) Date of its issue;

d) Name, address and Goods and Services Tax Identification Number or


Unique Identity Number, if registered, of the recipient;

e) Harmonised System of Nomenclature code for goods or SAC code for


services;
f) Description of goods or services;

g) Quantity in case of goods and unit or Unique Quantity Code thereof;

h) Total value of supply of goods or services or both;

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);

k) Amount of tax charged in respect of taxable goods or services (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;

n) Whether the tax is payable on reverse charge basis; and

o) Signature or digital signature of the supplier or his authorised


representative.

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.

5) If due to any reason attributable to the Successful Bidder, Input credit of


the GST amount paid on Invoices raised by the Successful Bidder is not
available to OMC/denied by the dept. then the same will be recovered from
the dues of the Successful Bidder or the Successful Bidder has to deposit an
equivalent amount.

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.

8) The Successful Bidder hereby undertakes to indemnify OMC, from any


liabilities arising in future due to noncompliance by the Successful Bidder of
the GST Acts, Rules and any other Acts currently in force and applicable to the
Successful Bidder in relation to the job assigned to the Successful Bidder by
OMC.
16. EARNEST MONEY DEPOSIT (EMD):

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.

16.5 The EMD of L2 bidder shall be returned after issue of LOI

16.6 The EMD amount shall not carry any interest.

16.7 If the successful /L-1 bidder declines to take up the awarded work, the
EMD of the bidder shall be forfeited.

16.8 To facilitate refund of EMD to unsuccessful Bidders, please


furnish the bank details in the mandate form enclosed as at
Annexure-III in the letter head of the bidder.

17. INITIAL SECURITY DEPOSIT (ISD)


a) The work order shall be issued as under scope of work (clause 2.1 of TS
and clause -1 of TN) to L1 bidder by OMC on receipt of forest permission. On
receipt of the work order, the selected agency has to deposit ISD @ 5% of
the work value on awarded quantity of work and sign agreement with OMC
within one month time from the date of issue of LOI/ work order or else the
R/A bills shall not be released.

b) The ISD shall be returned ML wise at Head Office after successful


completion of the awarded work, in accordance with the terms and
conditions and after 60 days from release of the SD.

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.

d) The ISD amount shall not carry any interest.

18. INSPECTION OF WORK


Competent officials of OMC will have the authority to inspect the work
anytime, anywhere including the premises of the firm/agency executing
the work. The agency shall extend every facility and assistance to carry
out such inspection.

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.

20. RIGHT TO RISK PURCHASE

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.

21. DISPUTE RESOLUTION

In case of dispute arising out of or in connection with this contract, the


disputant shall nominate/ select one of the arbitrators out of the panel of
three retired District Judges of Odisha to be selected by the management of
OMC Ltd. The panel of arbitrators to be selected by the Management shall
comprise of retired Judges of Odisha High Court or retired State Government
Officers of Chief Secretary cadre/ level. The arbitration proceeding shall be
conducted in accordance with the procedures laid down under the Act, 1996.

-----

Das könnte Ihnen auch gefallen