Sie sind auf Seite 1von 23

TENDER DOCUMENT

GROUND WATER LEVELS AND QUALITY MONITORING IN AND AROUND


KIRANDUL AND BACHELI IRON ORE PROJECTS AT DANTEWADA DISTRICT,
SOUTH BASTAR, CHHATTISGARH AT THE PRESCRIBED LOCATIONS FOR TWO
YEARS (FOUR SEASONS PER YEAR) W.E.F POST MONSOON SEASON 2018-19 TO
MONSOON SEASON 2019-20 AND EXTENDABLE UP TO ONE-YEAR.

TENDER NO: GM(RP&S)/GWS/BIOM/2018 dated 24/08/2018

PART – ONE
(EMD/Techno Commercial Bid)

NMDC LTD
(A GOVERNMENT OF INDIA ENTERPRISE)
(Resource Planning and Safety (RP&S) Department)
REGD OFFICE: 10-3-311/A, CASTLE HILLS, MASAB TANK,
HYDERABAD (T.S.)- 500028
Telephone No: 040-23538773, 23538778
Email: nsssekhar@nmdc.co.in
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

OPEN TENDER ENQUIRY


1.0 Open Tender Enquiry (OTE) of ground water levels and quality monitoring in and around
Kirandul and Bacheli Iron Ore Projects at Dantewada Distt, South Bastar, Chhattisgarh at
74 prescribed locations (Annexure A) for two years (four seasons per year) w.e.f Post
Monsoon 2018-19 to Monsoon 2019-20 and extendable to one-year.
Sealed item – rate tenders in Two bid system are invited on behalf of NMDC Limited from
recognized central ground water board / reputed / recognized consultancy organizations
having experience in undertaking ground water levels using piezometers for monitoring
of ground water levels and quality at 74 (Seventy-Four) pre-selected locations in and
around Kirandul and Bacheli Iron Ore Projects at Dantewada Distt, South Bastar,
Chhattisgarh. The frequency of monitoring should be four times in one year i.e. Post-
Monsoon (November), Winter (January), Pre-monsoon (April-May), Monsoon (August-
September)
The detailed OTE / tender document can be viewed and downloaded from NMDC website
http://www.nmdc.co.in and www.eprocure.gov.in from 24/08/2018 to 14/09/2018. For
accessing the bid document from NMDC's website, online registration is required at
http://www.nmdc.co.in/nmdctender/default.aspx. For accessing bid document at
Central Procurement Portal www.eprocurment.gov.in click "latest active tenders". For
further clarification, Sr. Manager (Env), NMDC Ltd., Hyderabad may be contacted. Fax:
040 23538778., email: nsssekher@nmdc.co.in
The above work is initially for a period of 2 years and proposed to extend for one more
year at the same rate, terms & conditions based on satisfactory completion of the work.
The tender will be evaluated based on the cumulative rates quoted for 1st and 2nd year.
Earnest money Deposit: The tenderer should submit tender fee of Rs. 3,540/- towards
cost of the tender along with EMD of Rs.14,500/- in favor of NMDC Limited payable at
Hyderabad from any Nationalized Indian Bank / scheduled commercial bank along with
part-I of the tender document.
The tenderer shall refer the Tender document for pre-qualifying requirements, scope of
work, terms & conditions, manner of submission of tender, etc., Tender document and /
or corrigendum downloaded from NMDC website / Central Public Procurement Portal
www.eprocurment.gov.in shall be considered as authentic. Tender document
downloaded from any other source / website is liable for rejection.

General Manager (RP&S)


For and on behalf of NMDC
Ltd., Hyderabad
2/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

2.0 Pre- Qualifying Conditions:


The tenderer should meet the following pre-qualifying conditions: -
(i) Experience of having successfully completed similar works during the last 7 years
ending last day of the month previous to the one in which applications are invited
should be either of the following:
• Three similar completed works costing not less than the amount equal to
Rs.4.36 Lakhs (or)
• Two similar completed works costing not less than the amount equal to Rs.6.11
Lakhs (or)
• One similar completed works costing not less than the amount equal to Rs.10.47
Lakhs
• Similar Completed Works Means "Experience in carrying out Ground water levels
and Ground water Quality / Hydro Geological Studies / Thematic maps /
networking of existing well with installation of piezometers".
(ii) Copies of work orders and work completion certificates should be submitted.
(iii) The firm should comprise of experts (Hydro-geologist) on role in the company,
who have worked in similar projects by own / Central ground water board
enlisted consultants. Copy of expert CV in the above scope of works to be
submitted
(iv) Letter of Undertaking: The tenderer should submit letter of undertaking as per
(Annexure B).
(v) Offers received without EMD and Tender fee are liable for rejection.
(vi) Note: Tenderer not meeting any one of the above pre-qualifying requirements
shall be summarily rejected without giving any prior notice, necessary supporting
documents in relation to above are to be submitted by the tenderer.
3.0 Scope of the work:
3.1 The scope of the work shall be regular monitoring of ground water levels and
quality at seventy-four number of pre-selected locations in and around BIOP
Deposit 14/11C & 11B Projects and BIOP Deposit- 5, 10 & 11A project for the
period Post Monsoon 2018-19 to Monsoon 2019-20 and extendable up to one
year.
3.2 Measuring ground water levels using digital water level indicators at twenty-two
earlier identified locations.
3.3 Collection and analysis of ground water samples as per standard methods for
parameters like pH, EC, TDS, TH, Ca, Mg, F, SO4, SiO2, Cl, Na, K, CN, NO3, Mn, Fe,
CO3 and HCO3.
3/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

3.4 Generation of thematic maps for variations of ground water level and ground
water table using GIS Techniques, highlighting water sheds in buffer zone as given
below:
• Location of study area
• Watersheds in buffer zones,
• Geological Maps
• Hydro geological maps
• Monitoring locations of groundwater
• Variation in Water Level
• Variation in Water Tables
• Variations in TDS concentrations
• Variation in TH concentrations
• Variation in Fe concentrations
• Variation in F concentrations
• Variation in SO4 concentrations
• Variation in Nitrate concentration.
3.5 Verification of ground water suitability with respect to IS 10500 and graphical
representation of the same.
3.6 The ground water potential for the study area (both core and buffer zone) should
be presented considering the local geology, hydrology, topography etc., Average
depth of water in summer and post monsoon should be specified.
3.7 Compiling the above investigation results and generation of seasonal reports.
4.0 General Terms and Conditions:
4.1 Provident Fund: Tenderer shall submit a copy of valid Provident Fund code
number duly allotted by any Regional Provident Fund Commissioner. In cases the
tenderer does not possess valid PF code number, then the tenderer has to give an
undertaking on a non-judicial stamp paper of value not less than Rs.100/- stating
that within one month from the date of issue of Letter of Intent / Letter of Award
of contract, he shall obtain PF code number. The payment on account of the work
executed by the tenderer shall be released only on submission of valid PF code
number (Annexure C)
4.2 The Consultant should keep a transport vehicle at his own cost for transportation
of equipment and field persons from one place to another and for smoothly
carrying out above studies during the entire monitoring period.
4.3 Un-furnished, bachelor type of accommodation shall be provided for your staff
during the study period, subject to the availability on payment basis as per4/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

charges fixed by the Project Management from time to time. In case of non-
availability of such accommodation, you are expected to make your own alternate
arrangements at the site.
5.0 Submission of Analysis Report
5.1 Draft report in 2 (two) copies shall be submitted to GM(RP&S), NMDC Head office
within one month after completion of field monitoring studies on each season
basis (winter, summer, monsoon, post monsoon season).
5.2 After incorporating the necessary corrections / suggestions / modifications, if any
as given by NMDC, the firm should submit the final 5 copies within one month
from the date of letter of such intimation.
5.3 Comprehensive reports to be submitted within one month after successful
completion of four seasons of respective years.
5.4 Any shortcomings noticed in the draft reports should be made good by field
studies / laboratory tests, if necessary, at your cost. No additional charges are
payable on this account. You should defend the report prepared by you before
statutory bodies. You have to make your arrangements for travel, stay and other
expenditure
5.5 The draft / final report should be printed in Laser / good quality Desk jet printer.
The report should be inclusive of executive summary.
5.6 All relevant maps, plans, flow sheets; drawings have to be collected from
concerned project. If necessary, the maps are to be updated by the consultant. All
the maps / plates are to be prepared on standard sizes. Proper coloring of maps is
to be done by following standard color code practice. Maps / drawings are to be
folded very neatly and they are to be inserted in suitable pouches made for the
purpose. The maps are to be digitized.
6.0 Time Schedule

Time Period Period of Monitoring (Season Wise)


Post monsoon November 2018 & 2019
Winter January 2019 & 2020
Pre-monsoon April-May 2019 &2020
Monsoon August 2019 & 20120

7.0 Payment Terms: -


7.1 40% contract value after the submission of draft report for respective season (2
draft reports)
5/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

7.2 50% contract value after the submission of final report for respective season (5
final reports)
7.3 10% after submission of compiled report for all seasons for respective year (Five
reports)
7.4 All payments shall be made through electronic form. For e- payment necessary
bank details are to be furnished. Format enclosed at (Annexure- D)
8.0 Contract Price and Taxes:
8.1 The lump sum amount quote per season should be inclusive of all charges
including transport charges for your personnel and equipment’s from your place
to project site, local transport for smoothly conducting field studies, cost of man
power deployed, all tours and travel including boarding and lodging facility to be
undertaken by the agency towards execution of the contract, other taxes and
duties (except Goods Service Tax) and all other incidental expenses etc.
8.2 Standard Taxes, Duties and Levies etc.:
a. Goods and Service Tax (GST):
i. Supply of goods or services or both covered under this tender shall attract Goods
and Service Tax (GST) at applicable rate as amended from time to time. The
Tenderer should clearly mention GST in addition to the basic cost i.e., CGST+ SGST+
Compensation Cess if any in case of intrastate supplies or IGST + Compensation
cess, if any in case of interstate supplies and imports in their price bid along with
the rate applicable unless notified as exempted.
ii. The tenderer shall mention in the Invoice, their GST registration Number (GSTIN),
2 digit or 4 digit HSN code (as applicable) along with description of goods as per
Goods and Service Tax Act, Rules and Notifications made thereunder for the items
listed in the price schedule of the tender.
iii. Tenderer should submit GST invoice for the supplies made to Owner as per the
provisions of Goods and Service Act for availing input tax credit by the owner.
Further, tenderer shall submit monthly returns along with payment of taxes, as
applicable within the prescribed time as per GST Rules made thereunder.
iv. Tenderers must submit a copy of GST REG – 25 ‘Certificate of provisional
registration’ under GST. The tenderer however shall submit a copy of final
certificate of registration i.e., GST REG - 06 after the receipt of the same.
v. In case tenderers who opted for composition levy under GST, shall submit a copy
of the Certificate of provisional registration i.e., GST REG – 25 under GST and a copy
of the intimation filed in From GST CMP-01. The tenderer however shall submit a
copy of final certificate of registration i.e., GST REG – 06 after the receipt of the
6/21
same.
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

vi. Tenderer opting for composition scheme shall not quote any taxes under GST and
such bids would invariably be evaluated without taxes under GST
vii. The Composition tenderer shall submit “Bill of Supply” with the terms mentioned
in bill of supply as “Composition taxable person, not eligible to collect tax on
Supplies” for the supplies made by him.
viii. At the time of evaluation of offers of the registered Tenderer, OWNER will consider
Input Tax Credit (ITC), if eligible, in respect of eligible goods or services or both
indicated in the Commercial Bid Format and their commercial status will be arrived
at accordingly.
ix. At the time of evaluation of offers of unregistered Tenderer, OWNER will, in
addition to the price quoted in the bids, consider the taxes under GST that the
OWNER shall pay under reverse charge mechanism in respect of goods or services
or both indicated in the Commercial Bid. For this purpose, the OWNER at their
discretion may rely on the tax rates quoted by another bidder registered under
GST. However, OWNER will consider the Input Tax Credit (ITC), if eligible, in respect
of goods or services or both while evaluating the bids.
x. Successful Tenderer shall quote their GSTIN / PAN in all their invoices and
documents against supplies, wherever required as per the provisions of the statute,
to enable OWNER to avail Input Tax credit.
xi. In case of overseas supplier, Basic Customs duty (BCD), Integrated Goods and
Service tax (IGST), Compensation Cess as applicable shall be considered for
evaluation. All other charges borne by OWNER in case of FOB quotations shall also
be considered for evaluation purpose.
xii. GST TDS shall be deducted at such percentage as may be prescribed on the goods
or services falls under notified category. This will be deducted from such date as
notified by the Government and the OWNER shall issue certificate to the tenderer
for claiming credit of the same.
xiii. In case any credit, refund or other benefit is denied or delayed to Owner due to
any non-compliance by the supplier (Such as failure to upload the details of the sale
on the GSTN portal, failure to pay GST to government) or due to non-furnishing or
furnishing of incorrect or incomplete documents by the supplier, the supplier
would reimburse the loss to Owner, including loss of credit, interest and penalty.

b. Statutory Variation in Taxes, additional levy and withdrawal of taxes:


i. Any new taxes or additional levies levied by the Government and statutory
variations during the tenure of the contract will be to Owner’s account and
7/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

reimbursable by / refundable to, ‘The OWNER’, subject to submission of relevant


documentary evidence.
ii. Any reduction in tax rates or withdrawal of taxes that are levied by the
government during the tenure of the contract shall be passed on to the Owner’s
account.
iii. However, for any new taxes levied by the Government and statutory variation
during the extended time of the contract, if any, due to the reasons attributable
to the Owner, the variation of tax rates will be to the Owner’s account
iv. However, the amount of taxes and duties are limited to the contract value and the
variations in the rates are not payable, if the contract is completed in the extended
time for the reasons not attributable to Owner and shall not be reimbursed to
contractor.
c. Other GST Compliance related Terms:
i. Tenderer shall issue tax invoice indicating all the specified fields in the Tax invoice
Rules as notified including HSN/SAC codes, GSTIN Number.
ii. Tenderer is responsible for uploading his outward supplies data with GSTN in the
month of supply and any demand of interest for failure of the Tenderer to upload
the invoice or to accept purchase data filed by OWNER in GSTR-2 shall be to the
account of Tenderer.
iii. In the event of non-reporting of invoices for supplies effected to OWNER during
the month or non-acceptance of purchase data submitted by OWNER relying on
the invoice received from Tenderer, OWNER is entitled to withhold the GST
claimed in the Tax Invoice.
iv. Whenever advance against supplies is received by the Tenderer, Tenderer shall
issue receipt voucher and pay the applicable GST in the month of receipt.
v. Tenderer shall attend to all issues on reconciliation of invoices, mismatch reports
etc. to the satisfaction of OWNER.
vi. If the Tenderer fails to upload the invoice details in the GSTR return or fails to pay
applicable taxes under GST, additional cost of interest or penalty levied to OWNER
by revenue authorities due to any default by Tenderer shall be recovered from the
Tenderer.
vii. In case, the government notifies the activity covered in the contract for the
purpose of TDS under GST Act, OWNER shall deduct TDS from the Tenderer bills
and will issue necessary certificate to the Tenderer to claim credit of the same.
viii. It is the responsibility of the Tenderer to determine the place of supply in terms
of the place of supply rules.
9.0 Paying Authority: 8/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

The General Manager (Finance), NMDC Ltd, Hyderabad will be the paying authority
after satisfactory completion of the job and recommendation by Jt. GM (Env) / Sr.
Manager (Envt) , NMDC Ltd., Hyderabad.
10.0 Rights of NMDC:
NMDC Ltd shall have the right to accept or reject the data or reports and to terminate
the work in case it is not found satisfactory by giving 30 days prior notice.
11.0 LD Clause:
In case the works are not completed in the stipulated time as per time schedule,
penalty @ 1 % per week of delay per season shall be levied subject to maximum of 10%
of each phase (season) of works.
12.0 Manner of Preparation of Tender
The tender proposal shall be made in TWO PARTS i.e., PART-I and PART-II.
• PART-I shall contain the EMD and Techno-Commercial Bid
• PART-II shall contain the Price Bid, which shall be prepared in the manner described
below:
12.1 PART-I: Techno-Commercial Bid:
• The following documents dully filled-in and signed by the tenderer shall be
submitted as PART-I of the Tender Proposal along with EMD & Tender Fee
• Full information about the tenderer along with profile of organization.
• The tenderer shall clearly spell out regarding acceptance of scope of work, terms &
conditions and terms of payment.
• Dummy price bid duly signed without quoting the rates shall be submitted along
with part - I
• The tender document issued as Part-I by NMDC Ltd duly signed by the tenderer.
12.2 PART- II: Price Bid
• The format for price bid Performa duly filled-in item wise and signed by the
tenderer shall be submitted as PART-II of the Tender Proposal.
13.0 Signature
Each and every page of the tender proposal including the original tender document
supplied by NMDC Ltd shall be signed by the tenderer. In case of a partnership or Hindu
Joint Family firm, tenders may be signed by only one of the partners or managers, as
the case may be, or by any other duly authorized representative followed by the 9/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

name and designation of the person so signing. Tenders of a Company shall be signed,
on behalf of the Company, by a person authorized to do so.
14.0 Manner of Submission
• All the documents as required under Part -1 shall be placed in one sealed cover
which shall be superscripted at the top left with "PART-I "Techno-commercial bid",
Tender number, and at the bottom left with the name and the postal address of
the tenderer. The tenderer shall ensure that all the pages of all the documents are
signed by him or authorized representative.
• The price bid shall be placed in another sealed cover which shall be superscripted
at top left with "PART-II - Price Bid".
• Both the covers containing PART-I and PART-II of the tender proposal shall be
placed together in a third sealed cover and superscripted with the name of work,
tender number, etc.
15.0 Receipt of Tender
• Tenders shall be deposited in the office of the Tender Receiving Authority i.e. GM
(RP&S), NMDC Ltd., Hyderabad up to 1600 hrs on or before 14/09/2018.
• Tender submitted by E-mail, TELEX / TELEGRAM / FAX will not be accepted.
• Tenders received after the closing date and time will not be accepted. NMDC Ltd
will not be responsible for postal loss or delay.
16.0 Validity of Tender
• The Tender and the prices quoted therein shall remain valid for acceptance for a
period of 180 days (one hundred and eighty days) from the last date set for the
submission of tender.
17.0 Tender Opening
• Tenders shall be opened at 1700 hours on 14/09/2018.
• Initially, only the PART-I of the tenders shall be opened. Relevant details of the
tenders will be opened and read out in the presence of the tenderers / their
authorized representatives, who may like to be present.
• PART-II of the tenders shall be kept in sealed and un-opened cover under safe
custody of NMDC Ltd.
• Tenderer who is found capable after evaluation of PART- I of the tender (i.e.
Techno-Commercial Bid), shall qualify for opening of the Part-II i.e. the Price Bid.
18.0 Deviations:
10/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

No deviations with respect to scope of work, terms & conditions and payment terms
as mentioned in this document will be accepted.
19.0 Corrections to be attested
The rates quoted by the TENDERER shall be free from corrections/ cutting and
overwriting. Corrections, if any, shall be attested by the person signing the tender.
Tenders containing overwriting, erased rate(s) or corrections without attestation shall
be liable for rejection. Tenders quoting rates on items different from those prescribed
in the Schedule of Items/ Bill of Quantities shall also be liable for rejection.
20.0 Modification and Withdrawal
Tenderer shall not be allowed to modify their tenders after their submission. If the
tenderer, after submitting his tender, resiles from his offer or modifies the terms and
conditions thereof in a manner not acceptable to NMDC Ltd and his tender will be liable
for rejection. Tenderer can withdraw their tenders at any time before tender opening;
in which case, they shall not be permitted to re-submit them once again. Under no
circumstances, tenderer shall be allowed to withdraw or modify his tender after the
tenders are opened, unless specifically asked for by NMDC Ltd.
21.0 Discrepancies and Adjustment of Errors
If, on check, it is found that there are discrepancies between the rates given by the
TENDERER in words and figures in the amount worked out by him, then, the rates
quoted in words shall be taken as correct.
22.0 Acceptance of Tender
The successful tenderer shall be intimated about the acceptance of his tender through
a Letter of Intent.
23.0 Refund of Earnest Money Deposit:
The EMD will be refunded to every unsuccessful tenderer within a reasonable time
without any interest. EMD of successful tenderer will be adjusted towards security
deposit.
24.0 Forfeiture of EMD
The EMD shall be forfeited in case the tender
• is revoked during its validity period
• Refusal to undertake the works as per LTE terms and conditions, after issue of
LOI or WO.
11/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

• Increases the prices unilaterally after the tender opening and during the
period of the tender.
25.0 Performance Guaranty (PG)
An amount equivalent to 10% of the work order value is to be submitted in the form
of DD or Bank Guarantee (BG) in the format (Annexure E), within one month of issue
of LOI / work order. In case party prefers to submit BG, the same shall valid for the
completion period + 3 months which will not carry any interest.
26.0 Refund of Performance Guaranty:
The performance guaranty if submitted in the form of DD shall be refunded without
any interest within one month after submission of comprehensive report and in case
SD is submitted in the form of BG, the same shall be returned.
27.0 General
Canvassing: Canvassing in connection with this Tender is strictly prohibited. Tender of
the Tenderer, who resorts to canvassing, shall be liable for rejection.
Lowest tender may not be accepted: NMDC Ltd is not bound to accept the lowest or
any tender or to assign any reason for such non-acceptance. The NMDC Ltd also
reserves the right to accept the tender either in whole or in part. The NMDC Ltd
decision in this regard shall be binding to the Tenderer.
28.0 Tender documents not transferable
Tender documents are non-transferable and the documents sold by NMDC Ltd to an
intending tenderer shall be used only by that tenderer.
29.0 Arbitration:
All disputes or differences which may arise between the owner and Contractor in
connection with this rate contract (other than those in respect of which the decision
of any person is expressed in the Contract to be final and binding) shall, after written
notice by either party to the other and to the Chairman of the National Mineral
Development Corporation Limited (who will be the appointing authority), be referred
for adjudication to the sole Arbitrator to be appointed as hereinafter provided.
The appointing authority will send within ninety days of the receipt of the notice of
claims, a panel of three names of persons not directly connected with the work, to the
Contractor who will select any one out of the said names of persons to be appointed
as a sole Arbitrator within 30 days of receipt of the names. If the appointing authority
fails to send to the Contractor the panel of three names as aforesaid within the12/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

period specified, the Contractor shall send to the appointing authority a panel of three
names of persons who shall also be unconnected with the organization by which the
work is executed. The appointing authority shall on receipt of the names as aforesaid
select any one of the persons named and appoint him as the sole Arbitrator. If the
appointing authority fails to select the persons, appoint him as the sole Arbitrator
within 30 days of receipt of the panel, and inform the Contractor accordingly, the
Contractor shall be entitled to invoke the provisions of the Arbitration and Conciliation
Act, 1996. Settlement of disputes between two Public Sector Enterprises and between
a Public Sector Enterprise and a Government of India Agency/Department shall be
settled amicably, failing which the arbitration proceedings shall be in accordance with
procedure/guidelines (Office Memo.No.15/9/86-BPE (Fin) dated 30.3.1989) laid down
by the Department of Public Enterprises, Ministry of Industry, Govt. of India, from time
to time.
The Courts at Hyderabad only shall have Jurisdiction to entertain and adjudicate any
disputes.
The venue of the Arbitration will be at Hyderabad, and the Arbitration law relating to
State of Telengana, India shall only apply.
Arbitrator shall decide the costs of Arbitration also. The arbitration award shall, in
addition to dealing with the merits of the case, decide which of the parties shall bear
the costs of arbitration or in what proportions the costs shall be borne by the parties.
The parties shall continue to perform their obligations under this Contract during the
arbitration proceedings.
No payment due to or payable by the Contractor shall be withheld or delayed except
as regards any particular obligation or any particular payment which itself is or forms
a direct part of the subject matter of the arbitration proceedings.
30.0 Force Majeure
If, at any time, during the pendency of the contract, the performance in whole or in
part by either party of any obligation under this contract, is prevented or delayed by
reason of any act of God, War, insurrection, riot, civil commotion, earthquake, tide,
storm, tidal wave, flood, lightning, explosion, fire, hostility, acts of public enemy,
epidemics, quarantine restrictions, Government Regulations, Law & order and other
proclamation etc or any other happening including judicial, executive or administrative
orders of any competent authority, which are beyond the control of either party
(hereinafter referred to as 'eventualities') then provided notice of the happening
of any such eventuality is given by either party to the other within 15 days from the13/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

date of occurrence thereof, neither party shall by reason of such eventuality be


entitled to terminate this contract nor shall either party have any claim for damages
against the other in respect of such non-performance or delay in performance and
work under this contract shall be resumed as soon as practicable after such eventuality
has come to an end or ceased to exist and the decision of the Owner as to when the
work has to be resumed shall be final and conclusive. The time of completion shall
then be extended by a period equal to the period during which the eventuality was
prevailing.
31.0 Termination of Contract:
Corporation reserves the right to withdraw that part of the work which is delayed, after
giving notice of 30 days in writing to the contractor to fulfill that task failing which they
can get the same done by some other agency at the “risk & cost” of the contractor
without prejudice to any other right and remedies available to corporation under the
contract.
Your complete offer along with acceptance of terms and conditions and scope of work
is to be submitted on or before 14/09/2018 by 1600 hours by speed post / courier / or
by hand to avoid postal delay. The tenders are proposed to be opened on the same
day at 1700 hours. You may depute your authorized representative at the time of
tender opening as desired.

GM(RP&S)
For and on behalf on
NMDC Ltd., Hyderabad.
Place: Hyderabad
Date: 24/08/2018

14/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

Annexure A
Tentative List of Sampling Points at Bailadila Iron Ore Project
Dep-14/11C and 11B mines at Kirandul complex Dep-5,10 & 11A mines at Bacheli complex:
1. Madkamras 1. Tekapara(Binpal)
2. Katmandu Camp (Spring-.4) 2. Patelpara(Binpal)
3. Kotwarpara (Junapar) 3. Patelpara(Paddapara)
4. Kirandul 4. Chalkipara(Bacheli)
5. Kirandul (Bangali Camp) 5. Pandupara(Bacheli)
6. NMDC Campus (Pathai Nagar) 6. Manjipar
7. Infront of NMDC Hospital 7. Bacheli(NMDC High Tech colony)
8. Kodenar 2 (Govt.Primary School) 8. Bacheli(Sathnam Bhavan)
9. Kodenar 4 (Bheema Mondaris Land) 9. Amlipara(Dugli)
10. Deposit 11B (Spring-2 near bongalli 10. Sarpanchpara(Behnar)
11. Ramabooti (11B-Spring-1) 11. Schoolpara(Nerli)
12. Malinger Spring (Spring-3) 12. Upparapara(Bade Kameli)
13. Pirnar 13. Patelpara(Bacheli)
14. Kirandul Settle (Vivekanand Ward) 14. Bajarpara(Bhansi)
15. Gayatapara 15. Pina Bacheli
16. Bojipara(Kadampal) 16. Katmandu camp (spring-4)
17. Bodepara(Kadampal) 17. Spring-5 (Near Drilling camp)
18. Rimanpara(Kadampat point(spring-6) 18. Katmandu camp starting
19. Sarpanchpara(H P-15) Kamen) 19. Schoolpara (Bade
20. Patelpara (Cholnar) 20. Pandupara (Nerli)
21. Patelpara(Kadampal) 21. School para (Nerli)
22. Putcipara (Madadi) 22. Nerli cross School)
23. Kirandul (Patelpara) 23. Bacheli (Behind Smrithi vanam)
24. Behind Aravind college (Govt. High 24. Mandal house(Bacheli)
25. Kayapara to Bacheli Road 25. Chalkipara (Bacheli)
26. Borepara(Kadampal) 26. Patelpara (Bacheli)
27. Rimanpara (Patelpara) 27. Pina Bacheli
28. Kadampal (Parelpara) 28. Bacheli Downstream if TD1
29. Bhavane tepal (Bengali Camp) 29. Bacheli Downstream if TD2
30. Wat No 4 (Kirandul) 30. Essar TD(Bacheli)
31. Dimsapara
32. Hitupara
33. EBW 1 (Deposits 5)
34. EBW 2 (Deposits 5)
35. EBW 3(Deposits 10)
36. EBW 4 (Deposits 10)
37. EBW 5 (Deposits 5)
38. EBW 6 (Deposits 5)
39. EBW 7 (Deposits 5)
40. EBW 8 (Deposits 5)
41. EBW 9 (Deposits 10)
42. Pina Bacheli
43. Chalkipara
44. Porokameli

15/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

Annexure. B
PROFORMA OF LETTER OF UNDERTAKING
(To be submitted by the Tenderer along with the tender)
(To be executed on non-judicial stamp paper of Value not less than Rs 100/)
Ref: Dated:

To
NMDC Ltd,
Khanij Bhavan,
10-3-311/A, Castle Hills,
Masab Tank,
Hyderabad - 500 028.

Dear Sirs,
1. We have read and examined the following Tender documents relating to the full
scope of work
A. Notice Inviting Tender (NIT)
B. Pre qualifying Conditions of Contract Containing Instructions to tenderers, scope of
works for monitoring of environmental parameters, condition of uniform rate
contract agreement, payment terms, manner of submission of tender document,
2. l/We here submit our tender in terms of NIT and other documents.
3. I/We’ undertake to keep our Tender valid initially for a period of 6(six) months from
the last date of submission of tender i.e., up to ______________.1/We hereby further
undertake that I/We shall not vary/alter or revoke my/our Tender during the said
period or extended period if any.
4. I / We* also submit herewith the prescribed EMD. NMDC shall have the right to forfeit
the EMD if I/We* do not comply with the undertaking given at (3) above.
5. Should this Tender be accepted, I/We* also agree to abide by and fulfill all the terms,
conditions and provisions of the above mentioned tender documents.
6. I/We have
a) Purchased the bid document from NMDC
or
b) Downloaded the bid document and subsequent clarifications / amendments/
corrigendum ‘s, any from NMDC ‘s webs site
or
c) Downloaded the bid document and subsequent clarifications/ amendments/
corrigendum ‘s, V any from Central Public Procurement Portal
7 I / Wet further undertake that I/We have not altered / modified the contents
of the tender documents down loaded from website. 16/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

8 I/we undertake to abide by the provisions of Integrity Pact


9 I / wet hereby confirm that before submission of this bid, I/We have visited the site
and filly acquainted with local conditions and factors for execution of the works
covered under these tender documents and technical specifications and that we shall
have no claims against NMDC on these counts at any time”.

Signature along with Seal of


Co.____________________
(Duly authorized to sign the
Tender on behalf of the Contractor)

Name _________________________
Designation _________________
Name of Co. _______________
(In block letters)
Date & Postal Address

W ITNESS

Signature________________________________
Telegraphic Address:

Date _______________________________ __________________________

Name & Address ___________________ ________________________

__________________________________ Telephone No. __________

Note: I/we -Strike out whichever is not applicable

17/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

Annexure C

Letter of Undertaking towards PF Code


(Applicable to bidders who do not possess the PF code)
(on a non-judicial stamp paper of value not less than Rs 100/-)

I /We hereby confirm that I/We am/are not registered with any of the Regional Provident
Fund Authorities and /or I/we are/are not possessing a valid Provident Code Number at
present.

I /We hereby undertake to register with Regional Provident Fund Authorities and/or
obtain a valid provident Fund code number within one month from the date of issue of
Letter of Intent/Letter of Award of Contract whichever is earlier.

I/We also agree that any payment due to us arising out of the execution of the contract
shall be released by the owner only after submission of a copy of the valid PF Code
number allotted to us.

Signature of tenderer with seal

Account details of the tenderer (required in order to facilitate payments through e-payment
mode):

18/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

Annexure D
General Manager (Finance)
NMDC Ltd..
HYDLRABAD

Sub: Payments through e-payment mode

Dear Sr.

With regard to above subject, we request you to make the payment under e-payment node
as per details furnished below:

1. Beneficiary Name
2 Account type & No.
3. Name of the Bank - (Preferably 551)
4. Name of the Branch
5. Address of the Sank
6. Bank’s MICR Code
7. Bank’s IFSC Code
8. Beneficiary Contact Nos,:
9.e mail Id (if any)
Yours Faithfully,
(Signature of Authorized Officer)

Certified that the above particulars are found correct and matching with our records in
respect of the above Beneficiary.

For (name of the Bank)

(Signature of bank Manager with Seal)

19/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

Annexure E
GUARANTEE BOND FOR SECURITY DEOPSIT
(TO BE USED BY ALL NATIONAL BANKS/SCHEDULED COMMERICAL BANKS)

1. In consideration of National Mineral Development Corporation Ltd., having


agreed to exempt_________(hereinafter called “the said Contractor(s)”) from
the demand, under the terms and conditions of an Agreement
no._________dated______made between _______and ________and __________
for (hereinafter referred to as “the Bank”) do hereby undertake to pay to the National
Mineral Development Corporation Limited, Hyderabad an amount not exceeding
Rs.____/- against any loss or damage caused to or suffered or would be caused to or
suffered by the National Mineral Development Corporation Ltd., Hyderabad by reason
of any breach by the said Contractor(s) of any of the term and/or conditions contained
in the said Agreement.
2. We_____Bank Ltd., do hereby undertake to pay the amount due and payable under
this guarantee without any demur, reservation, recourse, contest or protest and/or
without any reference to the contractor, merely/on a demand from NMDC stating
that the amount claimed is due by way of loss or damage caused to or would be said
Contractor(s) of any of the terms or conditions contained in the said Agreement or by
reason of the said contractor(s) failure to perform the said Agreement. Any such
demand made on the Bank
Shall be conclusive as regards the amount due and payable by the Bank under this
guarantee. However, our liability under this guarantee shall be restricted to an
amount not exceeding Rs. _____/-.
3. We______Bank Ltd., further agree that the guarantee herein contained shall remain
in full force and effect during the period that would be taken for the performance of
the said Agreement and that it shall continue to be enforceable till all the dues of the
NMDC under or by virtue of the said agreement have been fully paid and its claim
satisfied or discharged or till______NMDC certifies that the terms and conditions of
the said Agreement have been fully and properly carried out by the said Contractor(s)
and accordingly discharges the guarantee. The Corporation is at liberty to ask the bank
before the expiring of this Bank Guarantee to extend the validity/term of the Bank
Guarantee from time to time.
4. We_______Bank Ltd., further agree with the NMDC that the NMDC shall have fullest
liberty without our consent and without affecting in any manner or obligations
hereunder to vary any of the terms and conditions of the said agreement or to extend
time of performance by the said contractor(s) from time to time or to postpone for
any time or from time to time any of the powers exercisable by the National Mineral
Development Corporation Limited, against the said Contractor(s) and to forbear or
enforce any of the terms and conditions relating to the said agreement and we shall
not be relieved from our liability by reason of any such variation, or extension being20/21
N.M.D.C. LIMITED
(A Govt. of India Enterprises) (An ISO-9001;14001 EMS,18000 certified Company)
REGD.OFFICE 10-3-311/A, KHANIJ BHAWAN CASTLE HILLS, MASAB TANK, HYDERABAD. 500 028
TELENGANA FAX 07857-23536760; Phone 23538775; 778
T.NO: GM(RP&S)/GWS/BIOM/2018 Ground Water Studies, Bailadila Iron Ore Project Dated :24.8.2018

granted to the said contractor(s) or for any forbearance, act or omission on the part
of NMDC or any indulgence by NMDC to the said Contractor(s) or by any such matter
of thing whatsoever which under the law relating to sureties would but for this
provision have effect of so relieving us.

5. We,_______Bank Ltd., lastly undertake no revoke this guarantee during its currency
except with the previous consent of the National Mineral Development Corporation
Limited, in Writing.

Dated the __________day of_________19_____


For__________________Bank Limited.

21/21
T ENDER DOCUMENT

Ground water levels and quality monitoring in and around Kirandul and Bacheli
Iron Ore Projects at Dantewada District, South Bastar, Chhattisgarh at the
prescribed locations for two years (four seasons per year) w.e.f Post Monsoon
Season 2018-19 to Monsoon Season 2019-20 and extendable up to one-year.

TENDER NO: GM(RP&S)/GWS/BIOM/2018 dated 24/08/2018

PART – TWO
(Price Bid)

NMDC LTD
(A GOVERNMENT OF INDIA ENTERPRISE)
(Resource Planning and Safety (RP&S) Department)
REGD OFFICE: 10-3-311/A, CASTLE HILLS, MASAB TANK,
HYDERABAD (T.S.)- 500028
Telephone No: 040-23538773, 23538778
Email: nsssekhar@nmdc.co.in
FORMAT FOR PRICE BID

For

Ground water levels and quality monitoring in and around Kirandul and Bacheli Iron Ore
Projects at Dantewada District, South Bastar, Chhattisgarh at the prescribed locations for
two years (four seasons per year) w.e.f Post Monsoon Season 2018-19 to Monsoon
Season 2019-20 and extendable up to one-year.

Sl.no Cost / One Cost / Per Year Taxes / Total Cost /


Season i.e GST (18%) Year
(4 Seasons)

(Rs.) (Rs.) (Rs.) (Rs)


st
1 year
(2018-19)
2nd year
(2019-20)
Total fees

1. Evaluation will be based on total fees for two years.


2. After successful completion of the two years study, monitoring work will be
extended for one more year, if required, based on satisfactory completion of 2
years work. The third-year payment rates shall be considered based on the second
year monitoring rates quoted by the firm.
3. The total fee is inclusive of all tours and travels including boarding and lodging
facility etc. to be undertaken by the Agency towards execution of the contract.

Signature of Tenderer
(with date and Seal) General Manager(RP&S)
For and on behalf of
NMDC Ltd, Hyderabad

Das könnte Ihnen auch gefallen