Sie sind auf Seite 1von 69

REQUEST FOR EMPANELMENT (RFE)

OF
AGENCIES FOR UNDERTAKING EXPLORATION ACTIVITIES
IN GUJARAT

GUJARAT MINERAL RESEARCH & DEVELOPMENT SOCIETY (GMRDS)


Petrography and Mineral Chemistry (PMC) Laboratory
PDPU Road, Next to Solar Park, Raisan
Gandhinagar – 382307, Gujarat
Phone: +91 97277 06383
Email Id: director-tech-gmrds@gujarat.gov.in

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001

11 December 2018

Last date of submission of bids: 10/01/2019

Chief Executive Officer


GMRDS
DISCLAIMER

I. This Bid document along with its Annexure and Schedule is not transferrable.

II. This document is not an agreement or an offer by GMRDS to Bidders or any third party.
The purpose of this document is to provide information to interested parties to facilitate
the formulation of their Proposal for qualification. This document does not constitute
and will not be deemed to constitute, any commitment on the part of GMRDS.
Furthermore, this document confers neither any right nor expectation on any party to
participate in the bid contemplated herein.

III. Neither GMRDS nor its employees or its consultants make any representation or
warranty as to the accuracy, reliability or completeness of the information in this
document.

IV. Neither GMRDS nor its employees or consultants shall have any liability to any Bidder
or any other person under the law of contract, tort, the principles of restitution or unjust
enrichment or otherwise for any loss, expense or damage which may arise from or be
incurred or suffered in connection with this document, or any matter deemed to form
part of this document, the award of the work, or the information and any other
information supplied by or on behalf of GMRDS or its employees, any consultants or
otherwise arising in any way from the selection process.

V. GMRDS reserves the right to change, modify, add, alter the document or cancel the
bidding process without assigning any reasons thereof, at any stage during the bidding
process before the Bid Submission.

VI. The Bidder shall not make any public announcements with respect to this Bidding
process or this document. Any public announcements to be made with respect to this
bidding process or this document shall be made exclusively by GMRDS. Any breach
by the bidder of this clause shall be deemed to be non compliance with the terms and
conditions of this document and shall render the proposal of qualification liable for
rejection. GMRDS's decision in this regard shall be final and binding upon the Bidder.

VII. The bidder shall bear all costs associated with the preparation and submission of the
proposal. GMRDS and their consultants shall not, under any circumstances, be
responsible or liable for any such costs.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


1
NOTICE INVITING TENDERS

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 Date: 11/12/2018

1. Empanelment of agencies for undertaking exploratory


Purpose of Proposal
drilling activities in Gujarat for GMRDS/CGM Gujarat

2. Physical/hard copy submission of Techno-commercial


Mode of submission of proposal
proposal
3. Type of tender Open Tender
4. Tender Fee (non-refundable) INR 5,000 (Rupees five thousand only)
The Bid document can be downloaded from CGM
5. Availability of Bid Documents website www.cgm.gujarat.gov.in/ or GMRDS website
www.gmrds.gujarat.gov.in
3% of the budget value (To be submitted for each
6. Earnest Money Deposit (EMD) (refundable) tender at the time of Request for Quotation to be invited
from empaneled agencies)
7. Date of Publication of Tender on website 11/12/2018

8. 19/12/2018 till 18:00 hrs. at director-tech-


Last date of submission of pre-bid queries
gmrds@gujarat.gov.in

9. Date of Pre Bid Conference 20/12/2018 at 11:30 hrs.

10. Last Date/Time for submission of Techno-


10/01/2019 up to 18:00 hrs.
commercial proposal
11. Date and Time of proposal Opening To be notified
Director Technical
Gujarat Mineral Research & Development
Society(GMRDS)
12. Proposal submission address Petrography and Mineral Chemistry(PMC)
Laboratory, PDPU Road, Next to Solar Park,
Raisan, Gandhinagar – 382307, Gujarat
Phone: +91 97277 06383

Further details can be seen on website www.cgm.gujarat.gov.in or www.gmrds.gujarat.gov.in.

Sd/-

Roopwant Singh, IAS


CEO, GMRDS
Government of Gujarat

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


2
TABLE OF CONTENTS

DISCLAIMER ...................................................................................................................... 1
NOTICE INVITING TENDERS ............................................................................................ 2
1. BACKGROUND .............................................................................................................. 4
2. TERMS OF REFERENCE ............................................................................................... 5
3. QUALIFICATION CRITERIA ........................................................................................ 16
4. INSTRUCTION TO THE BIDDERS FOR EMPANELMENT .......................................... 24
5. GENERAL TERMS AND CONDITIONS OF THE BIDDING PROCESS ....................... 27
6. GENERAL INSTRUCTIONS FOR AGENCIES POST EMPANELMENT ...................... 29
7. TERMS AND CONDITIONS FOR AGENCIES POST EMPANELMENT ...................... 30
ANNEXURES .................................................................................................................... 34

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


3
1. BACKGROUND

1.1. About GMRDS


GMRDS was constituted under Societies Registration Act 1860 and Charitable Trust Act 1950
and was registered at the District Registrar’s Office, Gandhinagar and Assistant Charity
Commissioner Office, Gandhinagar respectively. GMRDS was formed in the year 2002 to
support the mineral industries and to provide the technical support for mineral administration
under the control of Commissioner of Geology & Mining (Industry and Mines of Government
of Gujarat). The main tasks of GMRDS are to undertake research and development in the field
of mineral analysis & testing of ores, rocks & mineral samples submitted by the Commissioner
of Geology & Mining, public sector undertakings, private sector mineral industries, research
institutions, laboratories etc. so as to assess quality of ores & minerals by chemical, physical
testing and instrumental analysis.
1.2. Exploration Projects
The Government of India has updated the acts and regulations pertaining to the major mineral
sector and the State has accordingly formulated rules for minor minerals in line with the
changes made by the central Government. The new regulation mandates State regulatory
bodies to allocate mineral blocks through auction only, which have to be explored to a defined
level to be auction ready.
Gujarat state has huge potential resources of various minerals and to develop and exploit
these deposits systematically and scientifically by way of auction, exploration to the G2/G3
level [as defined in the Minerals (Evidence of Mineral Contents) Rules, 2015 and Gujarat Minor
Mineral Concession Rules, 2017, as applicable] is essential.
GMRDS intends to undertake exploration activities in various major and minor minerals like
limestone, marl, bauxite, silica sand, china clay, bentonite, etc. occurring in the State.
Now, for achieving its objectives of exploration, GMRDS intent to empanel technically
competent and financially sound agencies to undertake all the activities necessary for
exploration of the blocks/areas as detailed in the Terms of Reference.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


4
2. TERMS OF REFERENCE

2.1. Objective
GMRDS intends to empanel Agencies for undertaking exploration activities in Gujarat State.
All the agencies empaneled for any particular type of work would be then invited through a
Limited Tender enquiry to submit its quotation for specific work on the scope and terms of this
empanelment.

2.2. Suggested Scope of work


The empaneled Agencies will be required to perform either full or part of the following activities
as part of this assignment:

A. Geological Mapping
a) Carry out geological mapping on 1:4000 scale and fresh outcrop sampling,
documentation and marking of outcrop samples of the project area for delineating the
mineralised zone and deposition.

b) The work may include pitting and trenching and if required sampling of outcrop rock.

c) Conduct sampling and arrange for despatch of samples to the Petrography & Mineral
Chemistry Laboratory, Gandhinagar.

d) Make a plan to collect and then despatch the coarse, powder and pulp samples to
Petrography & Mineral Chemistry Laboratory, Gandhinagar for document archive and
storage, marking each sample with a permanent tag

B. Survey Work
a) GMRDS will provide the proposed borehole location plan of all the areas to be covered
under exploration.

b) The Agency has to make its own arrangements to locate and mark the proposed
borehole location on the site. Agency will also determine the RL and Coordinates of all
the boreholes using DGPS.

c) In case where the borehole location shown on plan is not feasible on ground, the
alternative location should be decided in consultation with CGM/GMRDS Geologist.

d) However, in case of unavoidable circumstances whatsoever, if work of a block could


not be started or not possible in a particular area than GMRDS/CGM may provide
alternative blocks as per availability after due approval.

e) The Agency has to mark in cadastral maps clearly mentioning land types i.e.
Government waste land, private land, Forest land etc.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


5
f) Location of all surface features, natural or artificial, shall be surveyed by Agency for
their 3 dimensional co-ordinates. Spot levels at suitable intervals shall be taken up for
generating surface contour at specified intervals for the entire area.

g) The detailed survey for topographical mapping shall be carried out with reference to the
primary order of control stations or by establishing secondary order of control stations
depending upon nature and extent of the area.

h) Any unusual condition or formation on the ground i.e. forest area, location of rocks,
outcrops, possible aggregate deposits etc. shall be surveyed.

C. Exploratory Drilling
a) The Agency will provide at least a minimum number of core drill rigs as decided by
GMRDS on project-to-project basis with necessary accessories and manpower and
other ancillary equipment for exploratory core drilling with NQ size. In case of clays,
Agency has to undertake dry drilling.

b) The boreholes will be vertical. Maximum deviation & drift of 1° is permissible.

c) For delineating the mineral/rock reserve vertically as well as horizontally and also to
determine the total lithology, the Agency will have to drill 10-15 nos. of wide spaced
boreholes up to a depth of 200-250 meters at locations as instructed by GMRDS. The
drilling may be stopped earlier at the instruction of GMRDS’s geologist or in case
deccan trap is encountered earlier in that borehole.

d) Drilling of boreholes, if required, after studying the drilled borehole litho-logs and basin
configuration, may be closed as per the instructions of CGM/GMRDS site Geologist.

e) While drilling, wherever water table is encountered, depth of the water table should be
recorded and to be mentioned in the driller logs. Further, this data has to be mentioned
in the final exploration/geological report.

f) The core recovery in all the formation should be at least 85% except in fault zone,
weathered zone, soil, sand and structurally disturbed area.

g) In case of lower core recovery in normal geological conditions or jamming of the


boreholes before completion of planned depth, re-drilling shall be carried out by the
Agency at its own cost on the instruction of CGM/GMRDS representative. The borehole
location should be as per the instructions of the CGM/GMRDS and the Agency will be
free to do non-coring drilling up to the depth from where the core drilling is required with
stipulated recovery.

h) Minimum Core Size required: 46 mm

i) Core should be preserved for future references in covered G.I. core boxes with a
minimum of 22 Gauge GI sheet having lid with locking arrangements. Cores in core

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


6
boxes are to be arranged by the Agency with appropriate numbering and display
pattern. Arrangement of core boxes will be the responsibility of the Agency.

j) Preservation of cores will be the responsibility of the Agency and it has to ensure that
in no way the cores are misplaced or manipulated. The Agency will make arrangements
for transportation of the core boxes along with logging details to the Petrography and
Mineral Chemistry (PMC) laboratory, Raisan, Gandhinagar or any other location as
instructed by the field Geologist of GMRDS/CGM. If the core is misplaced or lost then
the Agency will be held responsible and shall be penalised as decided by GMRDS.

k) Coloured photographs of the core recovered, with proper numbering and display,
clearly indicating run depth, borehole number, with minimum of 10 MP camera should
be taken and submitted along with RA bill. Furthermore, the photographs should bear
arrow markings showing top & bottom of the core.

D. Core Logging
a) The Agency has to submit all the original logging registers to GMRDS after completion
of the work.

b) During the drilling progress and geological mapping, weekly progress report and
monthly progress report has to be submitted by Agency and after completion of entire
project a synopsis/ interim report duly signed has to be submitted.

E. Sampling
a) The Agency has to collect samples of all the economical minerals/rocks encountered
during drilling operations.

b) There will be one mineral/rock sample for every 1 meter run. Each sample should be
cut by core splitter. Each sample should be crushed in upto (-)200 mesh and after
coning & quartering, final sample should be prepared.

c) While drilling, the Agency has to study the cuttings in case of unavoidable core losses.

d) The selected recovered core and sludge/ cuttings shall be arranged properly in core
boxes with 6 riffles covered with lid.

e) Each run shall be marked properly by plastic cards and the core boxes shall be
numbered properly.

f) The Agency will have to arrange core boxes at its cost.

g) The Agency has to make its own arrangements to submit the samples immediately after
completion of each borehole at accredited laboratory for analysis at its own cost.

h) The sampling should be carried out by the Agency’s site geologist and it should be
informed to Geologist of CGM/ GMRDS. The Agency has to maintain a sample register
for the project

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


7
F. Analysis
a) Petrography (megascopic and microscopic), chemical analysis and technical study of
the samples will be carried out by GMRDS at Petrography & Mineral Chemistry
Laboratory, Gandhinagar.

b) Agency has to make arrangements to dispatch samples to the GMRDS’s facility for
analysis at its own cost. The Agency shall submit a copy of details of samples submitted
for analysis to Director (Technical), GMRDS.

c) GMRDS has right to appoint its own person or any third party person to oversee and
monitor work of Agency at all time. Agency shall provide access and information to such
person at all times.

G. Geological Report
The Agency shall prepare a geological report based on the data and information collected
during each stage of exploration. The report shall include, but not be limited to:

a) Integration of all data and preparation of final database. Prepare consolidated 3-D
model of on the basis of topographic surveys, geological mapping, sampling of outcrops
and geophysical surveys, if required.

b) Interpretation of data, 2-D/3-D models, block models, resource estimation etc. in line
with the objective for each stage of exploration.

Part A: Interim Geological Report

a) Bidder should submit two copies of Interim Geological Report within 30 days after
completion of the drilling of the block.

b) The Interim Report shall contain:

i. Borehole location plan on toposheet 1:50000 scale

ii. Geological plan on 1:4000/5000 scale

iii. Graphic and descriptive logs of completed borehole

iv. Geological cross section along drilled boreholes

v. In case of Limestone, Isothickness and Isopach Map.

Part B: Detailed Geological Report

a) Bidder should submit three (3) hard copies and one (1) soft copy in a CD/DVD
of Detailed Geological Report within 180 days after completion of the estimated
drilling of the block.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


8
b) The Geological Study Report (GR) shall be prepared and submitted as
mentioned in Part II A of Schedule I: Evidence of Mineral Resources of Gujarat
Minor Mineral Concession Rules (GMMCR), 2017 and should have the following
contents:

S.No Contents Explanation

1 Title & Ownership  Title of Report.


 Details of period of prospecting/mineral right if any.
 Details of exploration agency, qualification,
experience of associated technical persons
engaged in exploration.

2 Details of the area  Village, Post Office, Taluka, District, State.


 Survey of India Toposheet Number and Geo-
coordinates of the area of all corner points.
 Cadaster details of the area with land use, area
under forest with type of forest.
 Mineral(s) under investigation.

3 Infrastructure & Local infrastructure, host population, historical sites,


Environment forests, sanctuaries, national park and environmental
settings of the area.

4 Previous exploration  Details of previous exploration carried out by other


agencies/parties.
 In case the area forms part of the area covered
under earlier exploration then the same should be
shown in a map with proper scale.

5 Geology  Brief regional geology of the area outlining the broad


geological, structural frame work.
 Local Geology: Deposit/mineralization type,
geological setting and details of dip, strike, old
workings, surface exposures etc. of the area under
study also of adjoining nearby areas if the
information is likely to have an impact on the area
under study.
 Reliable geological map of appropriate scale with
geo-coordinates showing major lithological units,
structural features; extent of surface mineralization,
location of boreholes, pits, trenches, old workings

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


9
etc.
 Cross sections at suitable intervals showing vertical
projections of litho-units and mineralization.
 The extent and variability of the mineralization
expressed as length (along strike or otherwise), plan
width, and depth below surface to the upper and
lower limits of the Mineral Resource.

6 Aerial/ground Details of aerial, geophysical & geochemical survey


geophysical/ results taken up if any and their results.
geochemical data

7 Technological  Details of technological investigation


investigation (pitting/trenching/drilling etc.).
 Data spacing for reporting of exploration results.

8 Sampling Technique Nature and quality of sampling (e.g. cut channels,


random chips etc.) and measures taken to ensure
representative sample.

9 Drilling technique & drill  Drill type and details like core diameter, collar R.L,
sampling employed azimuth, inclination, coordinates of boreholes etc.
 Whether core and chip sample recoveries have been
properly recorded and results assessed.
 Measures taken to maximize sample recovery and
ensure representative nature of the samples.
 Whether a relationship exists between sample
recovery and grade.
 Logging: -Whether core and chip samples have
been logged to a level of detail to support
appropriate Mineral Resource estimation, mining
studies.

10 Sub-sampling  If core, whether cut or sawn and whether quarter,


techniques and sample half or all core taken.
preparation
 For all sample types, the nature, quality and
appropriateness of the sample preparation
technique.
 Measures taken to ensure that the sampling is
representative of the in situ material collected.

11 Quality of assay data The nature, quality and appropriateness of the


and laboratory tests assaying and laboratory procedures used and whether
the technique is considered partial or total. Nature of
quality control procedures adopted (e.g. standards,

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


10
blanks, duplicates, external laboratory checks) and
whether acceptable levels of accuracy (i.e. lack of
bias) and precision have been established.

12 Bulk Density / Specific Whether assumed or determined.


Gravity

13 Resource estimation  Discussion on sufficient data density to assure


techniques continuity of mineralization and synthesis adequate
data base for estimation procedure used.
 The nature and appropriateness of the estimation
technique(s) applied and key assumptions, including
treatment of extreme grade values, maximum
distance of extrapolation from data points.
 The basis for the classification of the Mineral
Resources into varying confidence categories.
 Data verification and /or validation procedures used.

14 Geotechnical Studies  Assessment of Blockability.


(For Dimensional stone
report)  Polishing Index.
 measurement of compressive strength, tensile
strength etc.

15 Annexures/ enclosures The report shall include all relevant data including
to the report maps, sections, logs, analysis reports, photographs
etc. in support of the estimates made.

16 Any other information Any other information as may be available or required


by any authority as prescribed.

Part C: Prefeasibility Report

a) Bidder should submit three (3) hard copies and one (1) soft copy in a CD/DVD of
Detailed Geological Report within 180 days after completion of the estimated drilling
of the block.

b) Contents of a Prefeasibility Report for Estimation and Reporting of Minor Mineral


Reserves based on a Geological Report prepared as per Part II A of Schedule I:
Evidence of Mineral Resources of Gujarat Minor Mineral Concession Rules (GMMCR),
2017. For minor minerals which are mostly industrial minerals such factors as quality
and marketability are important and should be carefully considered before declaring
mineral reserves. The Geological Study Report shall also form a part of the
Prefeasibility Report. The report may incorporate among other things, the following
contents as per Part II B of Schedule I: Evidence of Mineral Resources of Gujarat Minor
Mineral Concession Rules (GMMCR), 2017:

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


11
S.No Contents Explanation

1 Mineral  Description of Mineral Resource estimate used as a basis for


Resource the conversion to a Mineral reserve.
estimate for
 Clear statement as to whether the Mineral Resources are
conversion to
reported additional to, or inclusive of, the Mineral Reserves.
Mineral Reserve
 The type and level of study undertaken to enable Mineral
Resources to be converted to Mineral Reserves i.e.
Prefeasibility/Feasibility level.

2 Cut off  The basis of the adopted cut-off grade(s) or quality parameters
Parameters applied, including the basis.

3 Mining factors or  The method and assumptions used to convert the Mineral
assumptions Resource to a Mineral Reserve (i.e. either by application of
appropriate factors by optimization or by preliminary or
detailed design supported with Conceptual plan for mining).
 Anticipated Ore to OB ratio, mine recoveries, dilutions etc.
 The choice of, the nature and the appropriateness of the
selected mining method(s), the size of the selected mining unit
(length, width, height) and other mining parameters including
associated design issues such as pre-strip, access, etc.
 The assumptions made regarding geotechnical parameters
(eg. pit slopes, stope sizes, etc.), grade control and pre-
production drilling.
 The major assumptions made and Mineral Resource model
used for pit optimization (if appropriate).
 The mining dilution factors, mining recovery factors, and
minimum mining widths used.
 The infrastructure requirements of the selected mining
methods. Where available, the historic reliability of the
performance parameters.
4 Cost and  The derivation of, or assumptions made, regarding projected
revenue factors capital and operating costs.
 The assumptions made regarding revenue including head
grade, metal or commodity price(s) exchange rates,
transportation and treatment charges, penalties, etc.
 The allowances made for royalties payable, both Government
and private.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


12
S.No Contents Explanation

 Basic cash flow inputs for a stated period.


 Yearly planned production, Net Present Value (NPV) and
Internal Rate of Return (IRR) of the deposit, intrinsic value of
the deposit based on annual projected production.
5 Market The demand, supply and stock situation for the particular
assessment commodity, consumption trends and factors likely to affect
supply and demand into the future.
For industrial minerals the customer specification, testing and
acceptance requirements prior to a supply contract.

6 Other modifying  The effect, if any, of natural risk, infrastructure, environmental,


factors legal, marketing, social or governmental factors on the likely
viability of a project and/or on the estimation and classification
of the Mineral Reserves.
 The status of titles and approvals critical to the viability of the
project, such as quarry leases, discharge permits, government
and statutory approvals.
 Environmental descriptions of anticipated liabilities. Location
plans of mineral rights and titles.

H. Details of Map and plan


The Agency shall submit following key plans:

a) Location/ Key plan of the area


b) Borehole location plan on cadastral map
c) Borehole location plan on toposheet. (1: 50,000)
d) Geological map on 1:4000/5000 scale
e) Satellite imagery maps along with borehole location, boundary coordinates, gridlines
coordinates (UTM and Northing Easting / Latitude-longitude formats) with borehole data
of the explored area in soft copy (.kml/ .kmz) and hard copies
f) Surface structure contour map on 1 m contour interval
g) Floor contour plans
h) Roof contour plans
i) Geological cross sections along drilled boreholes
j) Graphical lithologs of the drilled boreholes on 1:1000 scale.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


13
k) Isopach & Isograde maps of various rocks
l) Thiesen polygon map having borehole wise reserves.
m) Reserve calculation map
n) In case of Limestone, Limestone to overburden ratio contour map
I. General responsibilities
a) The Agency shall mobilize manpower and equipment to the Site in accordance with the
applicable laws within a period not exceeding 30 (thirty) days from the date of issuance
of Work Order.

b) The Agency has to deploy its own manpower for the satisfactory completion of the entire
scope of work.

c) The Agency has to make its own arrangement for shifting the drilling rigs to new location
/ site at its own cost.

d) The Agency has to arrange the GI core boxes for preserving the core at its own cost.

e) The Agency has to make its own arrangement for diesel, lubricants, all other
consumables, power, camping, transportation etc.

f) After completion of drilling, each borehole has to be sealed (plugged) by the Agency.
After sealing, the Agency has to construct and erect pillars [of standard size to be
specified by GMRDS/CGM] with borehole number and RL engraved at the borehole
sites at its own cost.

2.3. Duration of Empanelment


2.3.1. The duration of empanelment shall be for 12 months (1st April’2019 to 31st
March’2020). The duration of empanelment may be extended by a period of 12 months
as desired and directed by GMRDS.
2.3.2. This RFE is for inviting the proposals and accordingly getting the agencies empaneled
for the period as mentioned above. However, the work awarded may have the
completion timeline beyond the tenure of empanelment.
2.4. Categories of empanelment based on the quantum of drilling:

Category Quantum of Drilling (m)

Category I Upto 5,000

Category II 5,001 to 10,000

Category III 10,001 to 20,000

Category IV 20,001 to 40,000

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


14
Category V More than 40,000

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


15
3. QUALIFICATION CRITERIA

3.1. The Bidder should meet the following Qualifying Criteria for empanelment:

S. No. Basic Specific requirement Documents required


requirement

1 Eligibility The bidder should be a Partnership  Certificates of


Criteria/Legal firm or Company registered in India incorporation
entity under Indian Companies Act 2013 or a
 Registration
Limited Liability Partnership under the
Certificates
Limited Liability Partnership Act of
India, 2008 or Consortium of  GSTIN
companies and/or partnership firms
and/or LLP.
Individuals or sole proprietorship firms
are not eligible.

2 Technical The Agency should have the technical  Copies of Work order
Capability/ capability as per section 3.2 along copies of client
Work certificate(s) stating
Experience completion of the
project(s)
3 Financial The Agency should have the financial  Extracts from the
Capability capability as per section 3.2 audited balance
sheet and Profit &
Loss Account; OR
 Certificate from the
statutory auditor

4 Blacklisting The Bidder should not have been  A self-certified letter


blacklisted as on the bid submission that the bidder has not
been blacklisted by an
date by any Public Sector Undertaking
Authorized Signatory
(PSU) / Central or State Government in on the company’s
India / Central or State Government original letter head with
undertaking. signature and seal
The Bidder should not have any
Conflict of Interest.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


16
3.2. The Bidders shall furnish all the documents to establish the Technical Capability and
Financial Capability required as per the tables below:
3.2.1. For empanelment in Category I:

Technical Capability
Diamond/TC Core drilling experience
The Bidder should have at least 5000 meters of overall Diamond/TC core drilling experience in
the last seven Financial Years ending on 31/03/2018

Number of drilling rigs


The Bidder should have access to (own/lease/rental) at least 3nos. of drilling rigs along with
drilling accessories and water pump. The drilling capacity (hole depth) of the rigs should be at
least 200 meters

Manpower
The Bidder should have on its rolls atleast –
1 Geologist: M.Sc. in Geology having 5 years of experience in exploration work, core logging,
preparation of samples, cross section plans.
1 surveyor: At least 03 years of experience in surveying methods using DGPS/TS, knowledge of
preparation of plans, contour maps, map preparing software.
1 Drilling Head: At least 5 years of experience in core drilling.

Experience with Government or Public Sector Undertakings


The Bidder should have at least 1000 meters of overall working experience of core drilling in
last seven Financial Years ending 31/03/2018 with Government or Public Sector Undertakings

Financial Capability

Turnover
The Bidder should have average annual turnover of at least INR 40 Lakh during last three
completed Financial Years ending 31/03/2018.

Networth
The bidder should have positive networth

3.2.2. For empanelment in Category II:

Technical Capability
Diamond/TC Core drilling experience
The Bidder should have at least 10,000 meters of overall Diamond/TC core drilling experience
in the last seven Financial Years ending on 31/03/2018

Number of drilling rigs


The Bidder should have access to (own/lease/rental) at least 5 nos. of drilling rigs along with
drilling accessories and water pump. The drilling capacity (hole depth) of the rigs should be at
least 200 meters

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


17
Manpower
The Bidder should have on its rolls atleast –
1 Senior Geologist: M.Sc. in Geology having 10 years of experience in exploration work,
Geological Mapping, core logging, preparation of sections and maps, cross section plans,
Interpretation of samples.
2 Geologists: M.Sc. in Geology having 5 years of experience in exploration work, core logging,
preparation of samples, cross section plans.
1 surveyor: At least 3 years of experience in surveying methods using DGPS/TS, knowledge of
preparation of plans, contour maps, map preparing software.
1 Drilling Head: At least 5 years of experience in core drilling.

Experience with Government or Public Sector Undertakings


The Bidder should have at least 2,000 meters of overall working experience of core drilling in
last seven Financial Years ending 31/03/2018 with Government or Public Sector Undertakings

Financial Capability
Turnover
The Bidder should have average annual turnover of at least INR 60 lakhs during last three
completed Financial Years ending 31/03/2018.

Networth
The bidder should have positive networth

3.2.3. For empanelment in Category III:

Technical Capability
Diamond/TC Core drilling experience
The Bidder should have at least 20,000 meters of overall Diamond/TC core drilling experience
in the last seven Financial Years ending on 31/03/2018

Number of drilling rigs


The Bidder should have access to (own/lease/rental) at least 8 nos. of drilling rigs along with
drilling accessories and water pump. The drilling capacity (hole depth) of the rigs should be at
least 200 meters

Manpower
The Bidder should have on its rolls atleast –
2 Senior Geologist: M.Sc. in Geology having 10 years of experience in exploration work,
Geological Mapping, core logging, preparation of sections and maps, cross section plans,
geological report, interpretation of samples.
4 Geologists: M.Sc. in Geology having 5 years of experience in exploration work, core logging,
preparation of samples, cross section plans.
2 surveyor: At least 3 years of experience in surveying methods using DGPS/TS, knowledge of
preparation of plans, contour maps, map preparing software.
2 Drilling Head: At least 5 years of experience in core drilling.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


18
Experience with Government or Public Sector Undertakings
The Bidder should have at least 4,000 meters of overall working experience of core drilling in
last seven Financial Years ending 31/03/2018 with Government or Public Sector Undertakings

Preparation of Geological Report


The Bidder should have experience of preparing at least 1 Geological/ Exploration report

Financial Capability

Turnover
The Bidder should have average annual turnover of at least INR 1.2 crores during last three
completed Financial Years ending 31/03/2018.

Networth
The bidder should have positive networth

3.2.4. For empanelment in Category IV:

Technical Capability
Diamond/TC Core drilling experience
The Bidder should have at least 40,000 meters of overall Diamond/TC core drilling experience
in the last seven Financial Years ending on 31/03/2018

Number of drilling rigs


The Bidder should have access to (own/lease/rental) at least 15 nos. of drilling rigs along with
drilling accessories and water pump. The drilling capacity (hole depth) of the rigs should be at
least 200 meters

Manpower
The Bidder should have on its rolls atleast –
3 Senior Geologist: M.Sc. in Geology having 10 years of experience in exploration work,
Geological Mapping, core logging, preparation of sections and maps, cross section plans,
geological report, interpretation of samples.
8 Geologists: M.Sc. in Geology having 5 years of experience in exploration work, core logging,
preparation of samples, cross section plans.
3 surveyors: At least 3 years of experience in surveying methods using DGPS/TS, knowledge of
preparation of plans, contour maps, map preparing software.
3 Drilling Heads: At least 5 years of experience in core drilling.

Experience with Government or Public Sector Undertakings


The Bidder should have at least 8,000 meters of overall working experience of core drilling in
last seven Financial Years ending 31/03/2018 with Government or Public Sector Undertakings

Preparation of Geological Report


The Bidder should have experience of preparing at least 3 Geological/ Exploration report

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


19
Financial Capability

Turnover
The Bidder should have average annual turnover of at least INR 2.4 crores during last three
completed Financial Years ending 31/03/2018.

Networth
The bidder should have positive networth

3.2.5. For empanelment in Category V:

Technical Capability
Diamond/TC Core drilling experience
The Bidder should have at least 75,000 meters of overall Diamond/TC core drilling experience
in the last seven Financial Years ending on 31/03/2018

Number of drilling rigs


The Bidder should have access to (own/lease/rental) at least 25 nos. of drilling rigs along with
drilling accessories and water pump. The drilling capacity (hole depth) of the rigs should be at
least 200 meters

Manpower
The Bidder should have on its rolls atleast –
5 Senior Geologist: M.Sc. in Geology having 10 years of experience in exploration work,
Geological Mapping, core logging, preparation of sections and maps, cross section plans,
geological report, interpretation of samples.
12 Geologists: M.Sc. in Geology having 5 years of experience in exploration work, core logging,
preparation of samples, cross section plans.
5 surveyors: At least 3 years of experience in surveying methods using DGPS/TS, knowledge of
preparation of plans, contour maps, map preparing software.
5 Drilling Heads: At least 5 years of experience in core drilling.

Experience with Government or Public Sector Undertakings


The Bidder should have at least 15,000 meters of overall working experience of core drilling in
last seven Financial Years ending 31/03/2018 with Government or Public Sector Undertakings

Preparation of Geological Report


The Bidder should have experience of preparing at least 5 Geological/ Exploration report

Financial Capability

Turnover
The Bidder should have average annual turnover of at least INR 4 crores during last three
completed Financial Years ending 31/03/2018.
Networth
The bidder should have positive networth

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


20
3.3. Empanelment in more than one category:
a. If the bidder is willing to get empaneled in more than one category, the documentary
proofs are only to be submitted for the highest category for which the bidder is seeking
the empanelment (of all the categories, category V is the highest and category I is the
lowest).
b. The bidder is further required to provide consent letter for its intent towards getting
empaneled in lower categories as well by filling the form as per ANNEXURE-6 in the
company’s letter head duly sealed and signed by the Authorized signatory.

3.4. Documentary proofs and instructions required to fulfil the Eligibility Criteria and
Qualification Criteria
3.4.1. Documentary proofs and instructions required to fulfil Eligibility Criteria
 Certificate of incorporation of the company/firm shall be submitted by the Bidder.

 A self-certified letter that the bidder has not been blacklisted by an Authorized
Signatory on the company’s original letter head with signature and seal

3.4.2. Documentary proofs and instructions required to fulfil Technical Criteria


 The last 07 (seven) Financial Years considered by bidder should be last 07
(seven) Financial Years completed before Bid Due Date.

 Certificate from the contract owner certifying the exploration, drilling and other
activities undertaken by the Bidder and the copy of work order.

 In case equipment are owned, proof of ownership should be provided and


purchase order to be submitted. In case equipment are on leased/rented basis,
Rent Agreement of currently leased/rented equipment to be submitted.

 Detailed Curriculum Vitae of the personnel to be submitted.

3.4.3. Documentary proofs required and instructions to fulfil Financial Criteria


 For the Financial Criteria as mentioned in section 0, the Bidder shall submit

o Audited standalone financial statements of the Entity whose financial strength


is taken into consideration.

o Certificate from statutory auditory certifying the Networth and Turnover


calculation, as defined above. It is clarified that certificate should be issued by
current statutory auditor of the company whose financial strength is considered.

o In case of foreign currency figures other than the currency published by RBI or
SBI, the Bidder shall also submit the USD conversion rate published by the
respective country’s Central Bank for the corresponding date and the same shall
be certified by Statutory Auditor.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


21
 In case the Bidder is not able to furnish its audited financial statements on
standalone entity basis, the unaudited unconsolidated financial statements of the
Bidder can be considered acceptable provided the Bidder further furnishes the
following documents for substantiation of its qualification:

o Copies of the unaudited unconsolidated financial statements of the Bidder along


with copies of the audited consolidated financial statements of its Holding
Company.

o A Certificate from the Chief Executive Officer (CEO)/Chief Financial Officer


(CFO) (who is authorised by Board of such company) of the Holding Company,
stating that the unaudited unconsolidated financial statements form part of the
Consolidated Financial Statements of the Company.

 In case where audited results for the last preceding financial year are not available,
certification of financial statements from the Statutory Auditor shall also be
considered acceptable.

 The financial figures shall be in INR.

3.5. Routes of Bidding


The Proposal is to be submitted by any one of the following routes:
a) Route A: Single Bidding Entity ;
OR
b) Route B: Bidding Consortium - Members of Bidding Consortium shall be any domestic or
foreign entity incorporated in India or abroad as per respective Applicable Laws.

A Bidder shall submit only one Proposal either as a single Bidding Entity or as part of
a Bidding Consortium.
3.5.1. Route A: Bidding Entity qualifying on its own
a) Under Route A, Bidder should be an Entity meeting Technical Criteria as per Section
0.

b) Under Route A, Bidder should be an Entity meeting Financial Criteria as per Section 0
considering standalone financial statements.

3.5.2. Route B: Bidding Consortium


a) Bidder may be Consortium of Corporate Entities.

b) In case the Bidder is a Bidding Consortium, the Proposal must be submitted in the name
of the Bidding Consortium signed by the Authorised Representative of the Lead Member
of the Consortium. The Authorised Representative should be authorized by other members

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


22
of the Consortium as per format given in ANNEXURE-11 to commit on behalf of the
Consortium with joint and several liability.

c) In case the Bidder is a Bidder Consortium, Lead Member shall meet the entire Financial
Criteria mentioned in Section 0

d) Net Worth of each member of the consortium as on 31st March, 2018, considered for
meeting Financial Criteria, should be positive.

e) Each member of the Consortium, except for the Lead Member, should meet atleast any
one of the Technical Criteria mentioned at clause 0

f) All the Consortium members will be required to furnish a legally enforceable Consortium
Operating Agreement (COA) as per format given in ANNEXURE-10 along with Techno-
Commercial Bid holding themselves jointly and severally liable to GMRDS to perform all
contractual obligations, valid for entire Contract Period as per format enclosed in the
bidding documents.

g) All members shall submit Board Resolution as per format provided at ANNEXURE-8 .

h) In case of Bidding Consortium, any member can purchase the Bid Documents.

3.6. Permissible limit for award of tender


3.6.1. Maximum of 2(two) tenders shall be awarded to an empaneled Agency in 1(one)
category during the span of 12 months of empanelment.
3.6.2. Overall maximum of 5(five) tenders shall be awarded to an empaneled Agency across
categories during the span of 12 months of empanelment.
3.6.3. However, the maximum limit of tenders to be awarded to an Agency in 1(one)
category and/or across categories may be extended/increased as desired by GMRDS.
3.6.4. Also, GMRDS reserves the right to engage other Agencies outside the empanelment
for undertaking exploration activities as desired and deemed necessary by GMRDS.

3.7. Other conditions for Bidders


a) The Bidding Entity/the Lead Member of Bidding Consortium should designate one person
to represent the Bidding Entity/Bidding Consortium in its dealings with the GMRDS. The
person so designated shall be authorized to perform all tasks including, but not limited to
providing information, responding to enquiries, entering into an agreement on behalf of the
Bidder.
b) The Bidder should submit the power of attorney (s), authorizing the signatory of its Proposal
to commit the Bidder, along with submission of Proposal as per the format provided in
ANNEXURE-9 of this Bid Document.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


23
4. INSTRUCTION TO THE BIDDERS FOR EMPANELMENT

1. The interested bidders can submit their queries on director-tech-gmrds@gujarat.gov.in or


through post at below address before XXXX.
Director Technical
Gujarat Mineral Research and Development Society (GMRDS)
Petrography and Mineral Chemistry(PMC) Laboratory
PDPU Road, Next to Solar Park, Raisan
Gandhinagar – 382307, Gujarat
Phone: +91 97277 06383
Queries received after the set time limit will not be considered in the pre bid meeting.
2. Pre-bid meeting will take place on XXXX at 11:30 hrs. in the office of Commissioner of
Geology and Mining, Gujarat where in the prospective applicant/ bidder will have an
opportunity to obtain clarifications regarding the offer conditions.
3. For any other clarifications related to bid submission, bidder may contact GMRDS through
e-mail before the last date of submission of the bid document during working hours. The
bidder must write Subject as “RFE for empanelment of agencies for undertaking
exploration work in Gujarat”.
4. GMRDS reserves the right to accept or reject any or all proposals, and to annul the
selection process and reject all proposals at any time prior to the award of contract, without
thereby incurring any liability or any obligation in any form to the affected firms on any
grounds.
5. The costs of preparing the proposal and of negotiating the contract, including visits to the
GMRDS are not reimbursable by GMRDS. The Bidder shall be deemed to have full
knowledge of the role and responsibilities of the work.
6. The proposal and all the associated correspondence shall be written in English and shall
conform to the prescribed format.
7. The proposal shall be signed by the Bidder or duly authorized persons to bind the Bidder
to the contract. The letter of authorization shall be indicated by written power of attorney
and shall accompany the proposal.
8. A Bidder that is under a declaration of ineligibility by Government of Gujarat or any other
Government authority in India at the date of submission of the Proposal or during
evaluation of Proposals shall be disqualified.
9. Proposal Validity: - Validity date is 180 days from last date of submission. A proposal valid
for a shorter period may be considered nonresponsive and liable to rejection.
10. Cost of RFE Document: - The cost of RFE Document of amount Rs. 5,000/- (Rupees Five
thousand only) in favor of “Gujarat Mineral Research and Development Society,
Gujarat” shall be in the form of Account Payee Demand Draft from any scheduled
commercial bank or nationalized bank payable at Gandhinagar. A proposal without the cost
of RFE document shall be rejected, as nonresponsive.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


24
11. Manner of Preparation of Bid Proposal:-
I. Bidder’s Proposal (the Proposal) will consist of following components
a. Cost of RFE document or Tender Fee
b. Techno-commercial Proposal including all the details and supporting documents
as required for the Qualification Criteria laid down in RFE
II. The Techno-commercial Proposal will not include any information related to Price. Techno-
commercial Proposals containing information related to pricing will be declared non-
responsive.
12. Techno-commercial proposal
The techno-commercial proposal shall consist of all the documents/letters/supporting
documents as requisite in ANNEXURE-3 section B
13. Submission, Receipt and Opening of Proposals
I. The original Techno-commercial Proposal shall be placed in a sealed envelope clearly
marked "TECHNO-COMMERCIAL PROPOSAL." The envelopes containing the Techno-
commercial Proposal and Tender Fee shall be placed into an outer envelope and sealed.
This outer envelope shall bear the submission address, reference number and be clearly
marked "DO NOT OPEN, BEFORE” [insert the time and date of the submission deadline
indicated in the Bid Document]". GMRDS shall not be responsible for misplacement, losing,
or premature opening if the outer envelope is not sealed and/or marked as stipulated. This
circumstance may be case for Proposal rejection.
II. The scanned copy of the techno-commercial proposal shall be uploaded at the designated
places at www.cgm.gujarat.gov.in/ or www.gmrds.gujarat.gov.in
III. At no circumstances, the Techno-commercial proposal shall have any mention of the
bidders pricing. The proposal would be summarily rejected for any such incidence.
14. Format and Signing of Bids
a. The Bidder shall provide all the information sought under this RFE. The Authority will
evaluate only those Bids that are received in the required formats and complete in all
respects.
b. The Bid must be properly signed by the authorized signatory (the “Authorized Signatory”)
as detailed below:
 By a duly authorized person holding the Power of Attorney, in case Bidder is either
a Limited Company or a Partnership firm or LLP;
 By the authorized representative of the Lead Member, in case of consortium.
c. In case of the Bidder being Company incorporated under Indian Companies Act 2013, the
Power of Attorney shall be supported by a Board Resolution in favour of the person vesting
power to the person signing the Bid.

15. Issuance of Clarifications, Corrigendum and Amendment

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


25
a) At any time prior to the Bid Submission Date, GMRDS may at its own initiative or in
response to a clarification requested by a Bidder, amend the provisions of RFE Documents
by issuing Corrigendum (s) / Amendment(s) to the RFE.
b) Any clarifications/corrigendum/addendum shall be uploaded on GMRDS/ CGM website.
Bidders are also advised to regularly check the websites of CGM/GMRDS regarding
posting of Amendments, if any.
c) The Clarification (s)/ Corrigendum (s) / Amendment(s) issued by GMRDS will be binding
on the bidders and it will be assumed that the information contained therein will have been
taken into account by the bidder in its bid.
d) Any Clarification (s)/ Corrigendum (s) / Amendment(s) issued by GMRDS subsequent to
the date of issuance of the RFE document will also be considered an integral part of the
RFE Document.
e) No verbal clarifications and information provided by GMRDS or its employee(s) or its
representative(s) or its consultant(s) shall in any way be binding on GMRDS unless
subsequently confirmed through the issuance of Clarification (s)/ Corrigendum (s) /
Amendment(s).

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


26
5. GENERAL TERMS AND CONDITIONS OF THE BIDDING PROCESS

5.1. Right to Accept or Reject Any/All Bids


a) Notwithstanding anything contained in this RFE, GMRDS reserves the right to accept or
reject any Bid and to annul the Bidding Process and reject all Bids, at any time without any
liability or any obligation for such acceptance, rejection or annulment, and without
assigning any reasons therefor. In the event that GMRDS rejects or annuls all the Bids, it
may, in its discretion, invite all Qualified Bidders to submit fresh Bids hereunder.
b) GMRDS reserves the right to reject any Bid if:
 at any time, a material misrepresentation is made or uncovered, or
 the Bidder does not provide, within the time specified by GMRDS, the supplemental
information sought by GMRDS for evaluation of the Application, or
 the bid is conditional
c) If such disqualification/ rejection occurs after the Bids have been opened and the
Successful Bidder gets disqualified/ rejected, then GMRDS reserves the right to take any
such measure as may be deemed fit in the sole discretion of GMRDS, including annulment
of the Bidding Process.
d) In case it is found during the evaluation or at any time before the issue of Work Order or
after its execution and during the period of subsistence thereof, that one or more of the
Qualification Requirements have not been met by the Bidder, or that the Bidder has made
material misrepresentation or has given any materially incorrect or false information the
Bidder shall be disqualified forthwith if not yet appointed as the Agency either by issue of
the Work Order, and if the Agency has already been issued the Work Order, the same
shall, notwithstanding anything to the contrary contained therein or in this RFE, be liable to
be terminated, by a communication in writing by GMRDS to the Bidder, without GMRDS
being liable in any manner whatsoever to the Bidder and without prejudice to any other
right or remedy which GMRDS may have under this RFE document, the Bidding
Documents or under Applicable Laws.
e) GMRDS reserves the right to verify all statements, information and documents submitted
by the Bidder as part of its Proposals. Any such verification or lack of such verification by
GMRDS shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect
any rights of GMRDS thereunder.
5.2. Right to Annul Bidding Process
a) GMRDS reserves the right to annul the Bidding Process at any point in time and not provide
any explanation to the Bidders.
5.3. Miscellaneous
a) GMRDS, in its sole discretion and without incurring any obligation or liability, reserves the
right, at any time, to;

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


27
i. suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the
Bidding Process or modify the dates or other terms and conditions relating thereto;
ii. consult with any Bidder in order to receive clarification or further information
iii. qualify or not to qualify any Bidder and/ or to consult with any Bidder in order to
receive clarification or further information
iv. retain any information and/ or evidence submitted to GMRDS by, on behalf of, and/
or in relation to any Bidder; and/ or
v. Independently verify, disqualify, reject and/ or accept any and all submissions or
other information and/ or evidence submitted by or on behalf of any Bidder.
b) It shall be deemed that by submitting its Bid, the Bidder agrees and releases GMRDS, its
employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and
all liability for claims, losses, damages, costs, expenses or liabilities in any way related to
or arising from the exercise of any rights and/ or performance of any obligations hereunder
and the Bidding Documents, pursuant hereto, and/ or in connection with the Bidding
Process, to the fullest extent permitted by applicable law, and waives any and all rights
and/ or claims it may have in this respect, whether actual or contingent, whether present
or in future.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


28
6. GENERAL INSTRUCTIONS FOR AGENCIES POST EMPANELMENT

1. Limited Request for proposal (RFP) shall be floated to the empaneled agencies in the
respective categories of empanelment to invite the price bids.

2. Empaneled agencies shall be required to adhere all the terms and conditions mentioned
here in the RFE and as well as RFP for award of work.

3. Cost of RFP Document: - Empaneled agencies taking part in the work tender shall submit
the cost of RFP document for the respective categories (cost of RFP document shall be
mentioned in the RFP document for all the respective categories of empanelment)
participating in by furnishing an Account Payee Demand Draft in favor of “Gujarat Mineral
Research and Development Society, Gujarat” from any scheduled commercial bank or
nationalized bank payable at Gandhinagar. A bid without the cost of RFP document shall
be rejected, as nonresponsive.

4. Bid Security:- The Bid Security shall be furnished by the Agency to participate in the work
tender. The Bid Security shall be 3% of the budget value for the work in subject. The Bid
Security shall be in favor of “Gujarat Mineral Research and Development Society,
Gujarat” payable at Gandhinagar and shall be in the form of Demand Draft/ Bank
Guarantee as per the ANNEXURE-7 from any of the scheduled commercial bank or
nationalized bank having its branch in Gujarat.

5. Performance Security: - The Performance Security shall be furnished by the Successful


Bidder after the award of work. The Performance Security shall be 5% of the contract
value for the work as awarded. The Performance Security shall be in favor of “Gujarat
Mineral Research and Development Society, Gujarat” payable at Gandhinagar and
shall be in the form of Bank Guarantee from any of the scheduled commercial bank or
nationalized bank having its branch in Gujarat.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


29
7. TERMS AND CONDITIONS FOR AGENCIES POST EMPANELMENT

1. Performance Security
The selected Agency will be required to furnish Demand Draft (DD) or Bank Guarantee
(BG) as per the format given in ANNEXURE-14 in favor of Gujarat Mineral Research and
Development Society, Gujarat payable at Gandhinagar for an amount equivalent to five
(5) per cent of the contract value towards Performance Security (inclusive of EMD if EMD
is deposited by way of demand draft) for the satisfactory performance of the contract,
within 15 (fifteen) working days of the written acceptance of the Work Order. GMRDS will
have the right to invoke the performance security without assigning any reasons if
performance of the successful bidder is not found satisfactory by GMRDS.

2. Billing and Payment Terms


Billing and Payment terms shall be detailed in the RFP for respective categories of work.

3. Miscellaneous Information
Amounts payable by GMRDS to the Agency after the work contract shall be subjected to
deduction of applicable taxes, if any.

4. Limitation of Liability
Notwithstanding anything contained in the contract, GMRDS agrees that the Agency will
not be liable to GMRDS, for any losses, claims, damages, liabilities, cost or expenses (“

Losses”) of any nature whatsoever, for an aggregate amount in excess of the fee paid
under the contract for the services provided under the contract, except where such
Losses are finally judicially determined to have arisen primarily from fraud or bad faith of
the Agency. In no event will the Agency, be liable for any consequential (including loss of
profit and loss of data), special, indirect, incidental, punitive, or exemplary loss, damage,
or expense relating to the services provided pursuant to this Contract.

5. Liquidated Damages for delay in completion


The Agency shall be liable to pay GMRDS, as Liquidated Damages, a sum at the rate of
0.5 percent of the total contract value of the work per week of delay between scheduled
and actual time of completion of work or part thereof subject to a ceiling of 5 percent of the
total contract value of the work. GMRDS shall have the right to terminate the services with
the Agency and /or to forfeit the Performance Security and get the remainder of work
completed by any other party at the cost of the Agency.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


30
The Agency shall not in any event be obligated to pay any Liquidated Damages during the
period of contract for which delay is due to the result of any event of Force Majeure

6. Termination of Contract
The contract can be terminated by written notice of 30 days from GMRDS. However,
during the period of contract, all parties will discharge their due obligations.

7. Payment upon Termination:


Upon termination of this Contract, GMRDS will pay remuneration to the Agency for

Services satisfactorily performed prior to the effective date of termination (after offsetting
against these payments any amount that may be due from the Agency to GMRDS)

8. Settlement of Disputes
i. Amicable Settlement: - The Parties shall use their best efforts to settle amicably all
disputes arising out of or in connection with this Contract or the interpretation thereof.

ii. Dispute Settlement: - In case the dispute is not resolved amicably, the matter shall be
settled by the arbitrator under the Arbitration and Conciliation Act, 1996 and its decision
would be final and binding on both the parties. The Arbitration and Conciliation Act,
1996 and the rules made there under and any statutory modification or re-enactments
thereof, shall apply to the arbitration proceedings. The venue of the arbitration shall be
Gandhinagar, Gujarat. Pending the submission of and/or decision on a dispute,
difference or claim or until the arbitral award is published; the Agency shall continue to
perform all its obligations under contract without prejudice of final adjustment in
accordance with such award.

iii. Legal Jurisdiction: - Any legal dispute arising out of the exploration contract shall be
settled at the Court of Law located at Gandhinagar, Gujarat.

iv. Governing Law: - This Contract shall be governed by and construed in accordance with
the laws of India. Neither GMRDS nor the Agency shall have the right to transfer or
assign their responsibilities resulting from this Contract.

9. Forfeiture of EMD
The EMD is liable to be forfeited if:-

i) The selected Agency modifies or withdraws his offer after due date and time for
submission of Price Bid.

ii) The selected Agency increases the prices unilaterally after the opening of Bid

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


31
and during the validity period of the Bid.

iii) The selected Agency does not accept the correction of Bid price pursuant to
'Discrepancies and Adjustment of Errors', of Bid Document.

iv) The selected Agency does not commence the work as specified in work order.

v) The selected Agency does not submit the duplicate copy of work order issued
within 7 days from the date of issue as a token of acceptance, unless any other
period has been agreed in writing.

10. Indemnification
The Agency assumes responsibility for and shall indemnify and save harmless the
GMRDS, Gujarat from all liability, claims, costs, expenses, taxes and assessments
including penalties, punitive damages, attorney’s fees and court cost which are, or may be
required with respect to any breach of the Agency’s obligations under the contract, or for
which the Agency has assumed responsibility under the contract, including those imposed
under any contract, local or national laws, or in respect of all salaries, wages or other
compensation of all personnel employed by the Agency in connection with performance of
any work covered by the contract. The Agency shall execute and deliver such other further
instruments and to comply with all the requirements of such laws and regulations as may
be necessary there under to confirm and effectuate the contract and to protect the GMRDS,
Gujarat. The GMRDS, Gujarat shall not be in any way held responsible for any accident or
damages incurred or claims arising there from during discharge of the obligations by the
Agency under this contract.

11. Force Majeure:


a) “Force Majeure” is an event beyond the control of Agency and not involving the Agency’s fault
or negligence and which is not foreseeable. Such events may include, but are not restricted to
acts of GMRDS/Agency either in its sovereign or contractual capacity, wars or revolution,
hostility, acts of public enemy, civil commotion, floods, explosions, epidemics, quarantine
restrictions, strikes, lockouts and freight embargoes or any other event which GMRDS may
deem fit to consider so. The decision about Force Majeure shall rest with GMRDS that shall be
final and binding. Force Majeure clause has to be compulsorily embedded in the order;

b) If there is delay in performance or other failures by the Agency to perform obligations under
contract due to event of a Force Majeure, the Agency shall not be held responsible for such
delays/failures;

c) If a Force Majeure situation arises, the Agency shall promptly notify GMRDS in writing of such
conditions and the cause thereof within fifteen (15) days of occurrence of such event. Unless
otherwise directed by GMRDS in writing, the Agency shall continue to perform its obligations

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


32
under the contract as far as reasonable/practical and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event;

d) If the performance in whole or in part or any obligation under the contract is prevented or
delayed by any reason of Force Majeure for a period of exceeding sixty (60) days, GMRDS
may at its option terminate the contract without any financial repercussion on either side;

e) Any delay or non-performance by either Party hereto caused by the occurrence of any event of
Force Majeure shall not:

i. constitute a default or breach of the contract;

ii. give rise to any claim for damages or additional cost or expense occasioned thereby;

if and to the extent that such delay or non-performance is caused by the occurrence of an event
of Force Majeure.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


33
ANNEXURES

ANNEXURE-1 CHECKLIST
Checklist for documents to be submitted by Bidder for empanelment

Sl.
Reference Description
No.
1. Annexure 2 Format for Cover Letter
2. Annexure 3 Format for Summary of Techno-Commercial Proposal
3. Annexure 4 Format for Submissions against Technical Criteria as per
Qualifying Requirements
4. Annexure 5 Format for Submissions against Financial Criteria as per
Qualifying Requirements
5. Annexure 6 Format of Consent letter for empanelment in more than one
category
6. Annexure 8 Format for Board Resolution by the Bidder/Lead Member and
Other Member of Bidding Consortium (As applicable)
7. Annexure 9 Format for Power of Attorney for signing of Bid for Bidding
Entity/Lead Member/Other Member
8. Annexure 10 Format for Consortium operating Agreement (applicable for
Consortium)
9. Annexure 11 Format for Power of Attorney by Other Member authorising
signing of the bid by the Lead Member (applicable for
Consortium)
10. Annexure 12 Format for Certificate of Total Compliance
11. Annexure 13 Declaration by the Bidder
12. Signed Bid Signed copy of the Bid documents comprising of RFE
Document document, all corrigendum, amendment and clarifications
issued from time to time
13. Incorporation Incorporation certificate of the company/firm to fulfill Eligibility
certificate Criteria
14. Certificate of not being blacklisted by any of the government
Blacklisting
organisations or PSUs

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


34
ANNEXURE-2 FORMAT FOR COVER LETTER
(On letter head of the Bidding Entity)

Proposal Ref. No. and Date:

From:
Bidder’s Name and Address:

Authorized Representative

Name:
Designation:
Tel. Nos:
Mobile No.:
Fax No.:
Email Address:

To,
Director Technical
Gujarat Mineral Research & Development Society (GMRDS)
Petrography and Mineral Chemistry (PMC) Laboratory,
PDPU Road, Next to Solar Park, Raisan,
Gandhinagar – 382307, Gujarat
Phone: +91 97277 06383

Dear Sir,
Sub: Techno-Commercial Proposal for empanelment of agencies for undertaking
exploration work in Gujarat
Dear Sir,
We, the undersigned Bidder having read and examined in detail the Proposal requirements
for “Empanelment of agencies for undertaking exploration work in Gujarat” hereby submit our
response.

Our Techno-Commercial Proposal in response to the Bid Document issued by GMRDS vide
reference no. ____________ dated ____________ (Bidder to specify date of issue of Bid
Document by GMRDS) and its subsequent corrigendum No (s) ___________ (Bidder to insert
corrigendum number issued, if any by GMRDS subsequent to issue of Document) is enclosed.

This Techno-Commercial Proposal is being submitted for the express purpose of qualifying as
a Bidder for the above referred Bid Document.

We are herewith enclosing the information with duly signed formats, containing all the
information submitted, as desired by you, for your consideration.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


35
We believe that we/our proposed consortium (as applicable) satisfy(s) all the Qualification
Requirements as specified in the RFE document and are/is qualified to submit a Bid.

Our offer is valid for 180 days from the date of Bid Submission Date.

Yours sincerely,

Name:
Designation:
Signature & Company’s Round Seal

Dated the --------- day of ------- of 20---

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


36
ANNEXURE-3 FORMAT FOR SUMMARY OF TECHNO-COMMERCIAL PROPOSAL

(On letter head of the Bidding Entity/Lead Member of Bidding Consortium)


A. Brief profile of Bidding Entity

Sr.No Particulars Brief Details

1. Brief Profile of the Bidding Entity

Name of the Bidding Entity


1. Contact Details:
 Name of the Contact Person
 Address for communication
2.
 Phone/ Fax/ Email
2. Signature of Authorized Signatory

Round Rubber Seal of the Company

B. Details of documents submitted in Techno-Commercial Proposal

Reference no./Page no. of


required format and
Sr.No Particulars
documentary evidence in
support of the particulars

Complete set of Bid Document along with


clarifications / corrigenda, if any, duly
1.
signed/Stamped by the Bidder as token of
acceptance and acknowledgement.

Incorporation certificate of the company/firm to


2.
fulfill Eligibility Criteria

Certificate of not being blacklisted by any of the


3.
government organisations or PSUs
Submission of Technical Criteria as per format
4. prescribed in ANNEXURE-4

Submission of Financial Criteria as per format


5. prescribed in ANNEXURE-5

Letter of Consent to participate in desired


6. categories of empanelment as per format
prescribed in ANNEXURE-6

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


37
Board Resolutions for submission of Bid as per
7.
format prescribed in ANNEXURE-8

Power of Attorney for signing of Bid for Bidding


8. Entity/Lead Member, in the format specified in
ANNEXURE-9

In case of Bidding Consortium, Memorandum of


9. Understanding as per Format attached in
ANNEXURE-10

In case of Bidding Consortium, Power of


Attorney by Other Member authorizing signing of
10.
the bid by the Lead Member, in the format
specified in ANNEXURE-11

Certificate of total compliance as per the format


11.
provided in ANNEXURE-12

Declaration by the Bidder, in the format


12.
specified in ANNEXURE-13

Yours sincerely,

Name:
Designation:
Signature & Company’s Round Seal

Dated the --------- day of ------- of 20---

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


38
ANNEXURE-4 FORMAT FOR SUBMISSIONS AGAINST TECHNICAL CRITERIA AS PER
QUALIFICATION REQUIREMENTS
(On letter head of the Bidding Entity/Lead Member of Bidding Consortium)
To,

Director Technical
Gujarat Mineral Research & Development Society (GMRDS)
Petrography and Mineral Chemistry (PMC) Laboratory,
PDPU Road, Next to Solar Park, Raisan,
Gandhinagar – 382307, Gujarat
Phone: +91 97277 06383

Dear Sir,
Sub: Eligibility towards technical qualification requirements
1. Technical Qualification Criteria as per section 0

*We ------------------------ (Legal name of the Bidding Entity)


OR
*We, the Bidding Consortium, consisting of the following members -------------------, --------------
----, and --------------------, confirm that ----------------------- (Legal name of the Member)
(*Strike out whichever is not applicable)

qualify the Technical criteria as per Section 0 with following details:-

a) For meeting requirement Diamond/TC core drilling

Work Quantum
Drilling Value of
Sl. Name & Address Order Completion of Drilling
Quantity Work
No of Client no. & Time Work
Awarded Executed
Date Executed
1.

2.

3.

4.

5.

Note: The above facts should be duly supported by the copy of the work order and it
should be duly counter signed by the authorised signatory and attested by the client
concerned

Bidders may add rows in the table as required to establish the requisite experience

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


39
b) For meeting requirement of Drilling Rigs
Detailed List of access to equipment & accessories by the Bidder and which has been
proposed to be deployed for GMDRS's work
Exploratory Drill Machine

Drilling Capacity
Mode of Access
Equipment
[owned(mention Average Maximum Type of
Sr. (Make / Model/
year of Nos. Rate of Drilling Application
No date & year of
purchase) / Drilling Depth (DTH/Core)
manufacturing)
rented] (Meters/Hr) (in
Meters)
1
2
3
4
5
6
7
Note: Please enclose the copy of the invoice duly attested by the authorized signatory
of the tenderer.
Bidders may add rows in the table as required to establish the requisite experience

Ancillary Equipment (like dozer, water tankers etc.)


Mode of Access
Equipment [owned(mention
Sr. No (Make / Model/ date & year of year of Capacity
manufacturing) purchase) /
rented]
1.
2.
3.
4.
5.
Note: Please enclose the copy of the invoice duly attested by the authorized signatory
of the tenderer.
Bidders may add rows in the table as required to establish the requisite experience

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


40
c) For meeting the requirement of key personnel/manpower
List of technical personnel
Number of
S.No Position Qualification Experience
personnel
Senior
1.
Geologist
2. Geologist

3. Surveyor

4. Drilling Head

Note: Please enclose the self-attested CV of the concerned persons. The experience
mentioned in the CV should be duly supported by the experience certificate of the
concerned organisation.
Bidders may add rows in the table as required to establish the requisite experience

d) For meeting the requirement of experience with Government and Public Sector
Undertakings

Experience of drilling in Government and Public Sector Undertakings

Drilling
Name &
Name of Work Order Quantity
S.No Area of drilling Address of
Mineral no. & Date Awarded
Client
(in meters)
1.

2.

3.

4.

5.

6.

Note: Please enclose copy of the work order of the client and such copies should be
duly signed by the authorised signatory of the Agency
Bidders may add rows in the table as required to establish the requisite experience

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


41
e) For meeting the requirement of experience Geological/Exploration Report preparation

Experience in preparation of Geological Reports (GR)

Name & Address of Name of Work Order no. Nos. of GR


S.No
Client Mineral & Date prepared
1.

2.

3.

4.

5.

Note: Please enclose copy of the work order of the client and such copies should be
duly signed by the authorised signatory of the Agency
Bidders may add rows in the table as required to establish the requisite experience

Thanking you,

Yours sincerely,

Name:
Designation:
Signature & Company’s Round Seal

Dated the --------- day of ------- of 20---

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


42
ANNEXURE-5 FORMAT FOR SUBMISSIONS AGAINST FINANCIAL CRITERIA AS PER
QUALIFYING REQUIREMENTS
(On letter head of the Bidding Entity/ Lead Member of Bidding Consortium)
To,
Director Technical
Gujarat Mineral Research & Development Society (GMRDS)
Petrography and Mineral Chemistry (PMC) Laboratory,
PDPU Road, Next to Solar Park, Raisan,
Gandhinagar – 382307, Gujarat
Phone: +91 97277 06383

Dear Sir,
Sub: Eligibility towards financial qualification requirements
1. Financial Qualification Criteria as per Section 3.2

*We ------------------------ (Legal name of the Bidding Entity)


OR
*We, the Bidding Consortium, consisting of the following members ----------------- and -----------
---------, confirm that ----------------------- (Legal name of the Lead Member)

(*Strike out whichever is not applicable)

qualify the financial criteria as per Section 0 as per following details:-

1.1 Average Annual Turnover for financial years ______________ is INR _____ Lakh

Sl. No. Financial year Turnover (In INR Lakh)

Average (in figures)

Average (in words)

1.2 And as on the last date of the Financial year _______, the Net Worth is INR _______
Lakh.
2. Experience of Other Member (Applicable only in case where Bidder is a Consortium)

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


43
We, the Bidding Consortium, consisting of the following members ----------------- and ------------
--------, confirm that ----------------------- (Legal name of the Other Member) has financial strength
as given below:

2.1 Average Annual Turnover for financial years ______________ is INR _____ Lakh.

Sl. No. Financial year Turnover (In INR Lakh)

Average (in figures)

Average (in words)

Thanking you,

Yours sincerely,

Name:
Designation:
Signature & Company’s Round Seal
Dated the --------- day of ------- of 20---
Notes:
1. INR – Indian National Rupee

2. In case of the companies incorporated in countries other than India and only for the purpose
of meeting the Financial qualifications as per Financial Criteria as desired in Section 0, the
Financial year shall mean a 12 month period corresponding to the audited financial
statements as applicable in their respective country.

3. In case there is a mismatch of the information provided in figures with the words, the latter
shall be considered for evaluation purposes.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


44
ANNEXURE-6 FORMAT FOR CONSENT LETTER

(On letter head of the Bidding Entity)

To,
Director Technical
Gujarat Mineral Research & Development Society (GMRDS)
Petrography and Mineral Chemistry (PMC) Laboratory,
PDPU Road, Next to Solar Park, Raisan,
Gandhinagar – 382307, Gujarat
Phone: +91 97277 06383

Dear Sir,
Sub: Letter of consent for empanelment in more than one category for undertaking
exploration work in Gujarat
Dear Sir,
We, the undersigned Bidder having read and examined in detail the Proposal requirements
for “Empanelment of agencies for undertaking exploration work in Gujarat” hereby submit our
consent to be empaneled in more than one category.

The Techno-Commercial Proposal consisting of all the documents, letters and supporting
documents is being submitted for the express purpose of qualifying as a Bidder in ______
category of empanelment.

However, we, the undersigned Bidder also intends to get empaneled in categories ________
(Insert the categories)

We believe that we/our proposed consortium (as applicable) satisfy(s) all the Qualification
Requirements for various categories intended as specified in the RFE document.

Our offer is valid for 180 days from the date of Bid Submission Date.

Yours sincerely,

Name:
Designation:
Signature & Company’s Round Seal

Dated the --------- day of ------- of 20---

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


45
ANNEXURE-7 FORMAT FOR BANK GUARANTEE/ EARNEST MONEY DEPOSIT (EMD)

(To be executed on the Non-Judicial Stamp Paper of appropriate Value)


(To be prepared in the name of Bidding Entity / Lead Member of Bidding Consortium)

B.G. No._______________
Date__________________
Bank ______________________ (Any Nationalized/Scheduled Bank)
Valid up to ________________________

1. In consideration of Gujarat Mineral Research and Development Society, having its office at
________________, (hereinafter referred to as the “Authority” or “GMRDS”, which
expression shall unless it be repugnant to the subject or context thereof include its,
successors and assigns) having agreed to receive the Bid of ……………………, a
Corporate Entity registered under the ………………( Name of relevant Law/ Act) registered
under the laws of ____________(Name of the Country) and having its registered office at
……………………… (and acting on behalf of its Consortium) (hereinafter referred to as the
“Bidder” which expression shall unless it be repugnant to the subject or context thereof
include its successors and assigns), for “Empanelment of agencies for undertaking
exploration work in Gujarat” in RFE No………… (hereinafter referred to as “the Project”)
dated …………… issued in respect of the Project and other related documents (hereinafter
collectively referred to as “Bidding Documents”).

2. We __________________(indicate the name of the bank ) having its office at __________


(Herein after referred to as the “Bank”) at the request of __________________________
(Bidder) do hereby, irrevocably, unconditionally and without reservation, guarantee the due
and faithful fulfilment and compliance of the terms and conditions of the Bidding Documents
(including the RFE) by the said Bidder and undertake to pay GMRDS an amount not
exceeding INR __ (INR __ Lakhs Only) against any loss or damage caused to or suffered
or would be caused or suffered by GMRDS by reasons of any breach by the said Bidder
of any of the terms or conditions contained in the said Bidding Documents.
3. We _____________________________ (indicate the name of the bank) do hereby
undertake to pay the amounts due and payable under this guarantee without any demur
and without assigning any reason or reference to the Bidder or any other person and
irrespective of whether the claim of GMRDS is disputed by the Bidder or not merely on
demand from GMRDS stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the GMRDS by reasons of breach by the
said Bidder of any of the terms or conditions contained in the Bidding Documents or by
reason for the Bidder’s failure to perform the obligations stipulated in the Bidding
Documents. Any such demand made on the bank shall be conclusive as regards the

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


46
amount due and payable by the Bank under this guarantee. However, our liability under
this guarantee shall be restricted to an amount not exceeding INR. __ (INR __ Lakhs Only).
4. GMRDS shall be the sole judge to decide as to whether the Bidder is in default of due and
faithful fulfilment and performance of its obligations contained in the Bidding Documents
and the decision of GMRDS that the Bidder is in default as aforesaid shall be final and
binding on us, notwithstanding any differences between GMRDS and the Bidder or any
dispute pending before any Court, Tribunal, Arbitrator or any other authority.
5. We undertake to pay to GMRDS any amount so demanded immediately/forthwith
notwithstanding any dispute or disputes raised by the Bidder in any suit or proceeding
pending before any court or tribunal relating thereto, our liability under this present being
absolute and unequivocal. The payment so made by us under this guarantee shall be a
valid discharge of our liability for payment there under and the Bidder shall have no claim
against us for making such payment.
6. We _______________________________ (indicate the name of the bank) further agree
that the guarantee herein contained shall remain in force until _________________, unless
a demand or claim under this guarantee is made on us within six months from the date of
expiry of guarantee in writing, all your rights under this guarantee shall be forfeited and we
shall be discharged from all liabilities under this guarantee thereafter.
7. The Guarantee is absolute, unconditional and irrevocable, irrespective of the value,
genuineness, validity, regularity or enforceability of the work contract and shall not be
affected by any change in the constitution, insolvency or winding up of GMRDS, the Bidder
or the Bank or any absorption, merger or amalgamation of GMRDS, the Bidder or the Bank
with any other person or any change in the ownership of GMRDS/the Bidder, or any
purported assignment by GMRDS/the Bidder/the Bank.

8. In order to give full effect to this Guarantee, GMRDS shall be entitled to treat the Bank as
the principal debtor. GMRDS shall have the fullest liberty without affecting in any way the
liability of the Bank under this Guarantee from time to time to vary any of the terms and
conditions contained in the said Bidding Documents or the period for fulfilment and
compliance with all or any of the terms and conditions contained in the said Bidding
Documents by the said Bidder or to postpone for any time and from time to time any of the
powers exercisable by it against the said Bidder and either to enforce or forbear from
enforcing any of the terms and conditions contained in the said Bidding Documents or the
securities available to GMRDS, and the Bank shall not be released from its liability under
these presents by any exercise by GMRDS of the liberty with reference to the matters
aforesaid or by reason of time being given to the said Bidder or any other forbearance, act
or omission on the part of GMRDS or any indulgence by GMRDS to the said Bidder or by
any change in the constitution of GMRDS or its absorption, merger or amalgamation with
any other person or by release or variation of any guarantee or security for any of the
obligations of the Bidder or by any failure by GMRDS to pay or perform any of their
obligations, or any waiver of any of such obligations or any other matter or thing whatsoever

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


47
which under the law relating to sureties would but for this provision have the effect of
releasing the Bank from its such liability GMRDS.

9. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given
or made if addressed to the Bank and sent by courier or by registered mail to the Bank at
the address set forth herein.

10. All payments under this Guarantee shall be paid free and clear of and without any
deduction on account of any present, future taxes, levies, imposts, duties, charges,
commissions, deductions or withholdings of any nature whatsoever.

11. The courts in Gandhinagar shall have exclusive jurisdiction to decide any dispute arising
under this Guarantee.

12. We undertake to make the payment on receipt of your notice of claim on us addressed to
[name of Bank along with branch address] and delivered at our above branch who shall be
deemed to have been duly authorized to receive the said notice of claim.

13. It shall not be necessary for GMRDS to proceed against the said Bidder before proceeding
against the Bank and the Guarantee herein contained shall be enforceable against the
Bank, notwithstanding any other security which GMRDS may have obtained from the said
Bidder or any other person and which shall, at the time when proceedings are taken against
the Bank hereunder, be outstanding or unrealized.

14. We undertake to renew the Guarantee promptly and before the expiry of the term of the
Guarantee on the same terms and conditions as contained herein.

15. The Bank declares that it has power to issue this Guarantee and discharge the obligations
contemplated herein, the undersigned is duly authorized and has full power to execute this
Guarantee for and on behalf of the Bank.

We _______________________________ (indicate the name of the bank) lastly undertake


not to revoke this guarantee during its currency except with the prior consent of the GMRDS
in writing.
This Bank Guarantee is payable at par in __________.
Notwithstanding anything contained herein,
1. Our liability under this Bank Guarantee shall not exceed INR _____ (INR ____ Lakhs Only).

2. This Bank Guarantee, in case of EMD, shall be valid up to a period of ____________ from
_____________ i.e. the Bid Due Date.

3. We shall be liable to pay any amount under this Bank Guarantee or part thereof only if we
receive (if you serve upon us) a written claim or demand under this guarantee on or before
___ at _____.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


48
Signatures

Authorized Signatories of Bank


Witnesses:-
1) Signed
2) for Bank

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


49
ANNEXURE-8 FORMAT FOR BOARD RESOLUTION BY THE BIDDER/LEAD MEMBER
AND OTHER MEMBER OF BIDDING CONSORTIUM

(On letter head of the Bidding Entity/Lead Member and Other Member of Bidding
Consortium)
The Board, after discussion, at the duly convened Meeting on _________ [insert date], with
the consent of all the Directors present and in compliance of the provisions of the Companies
Act, 2013, passed the following Resolution:
RESOLVED THAT pursuant to the provisions of the Companies Act, 2013 and compliance
thereof and as permitted under the Memorandum and Articles of Association of the Company,
approval of the Board be and is hereby accorded for [forming a consortium with ___________
and participating as the Lead Member/Other member in the consortium with __________and]
placing the Bid [through ________ Lead Member] against the tender no ________________
dated _______________, as amended from time to time, issued by Gujarat Mineral Research
and Development Society (“GMRDS”) for “Empanelment of agencies for undertaking
exploration work in Gujarat” (“Project”).
*[RESOLVED THAT the Board hereby acknowledges the Board Resolution dated ______
passed by the _______________ (Name of the Other Member) for providing the Technical /
Financial (Strike out whichever is not applicable) support to the _______________ (Name of
the Bidder) to meet the Qualification Requirements as per the provisions of the tender and
undertaking to provide technical/ financial support to _________________ (Name of the
Bidder) in case it is unable to meet its obligations.]
#[FURTHER RESOLVED THAT the Board hereby acknowledges that the
_________________ (Name of the Other Member) is required to provide the
technical/financial (Strike out whichever is not applicable)support for the Project so that the
consortium is able to meet the qualification requirements as per the provisions of the tender.
FURTHER RESOLVED THAT the _________________ (Name of the Other Member) do
provide necessary support to execute the scope of work in the tender and in the event of any
default by the Consortium Member(s) such obligation shall be fulfilled by the Entity.
FURTHER RESOLVED THAT _____________shall act as the Lead Member of the
Consortium and perform all acts and deeds as may be required to be performed on behalf of
the consortium and the Other Member in relation to submission of the bid for the mineral block.
FURTHER RESOLVED THAT ___________, (Name of the Person) [the Lead Member and
such person as may be authorized by the Lead Member in this behalf] be and is hereby
authorized to take all the steps required to be taken by the Corporate Entity/[Consortium] in
this regard, including in particular, signing of the Bid, making changes thereto and submitting
amended Bid, all the related documents, certified copy of this Board Resolution or letter,
undertakings etc., required to be submitted to GMRDS or such other documents as may be
necessary in this regard.]
$[Further Resolved that _________ be and is hereby authorized to sign on behalf of the
_________________ (Name of the Other Member), the Consortium Agreement and such
other document as may be required to be signed individually by the _________________
(Name of the Other Member).]

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


50
Certified True Copy
Notes:
1. This certified true copy should be submitted on the letterhead of the Entity, signed by the
Entity Secretary or any of the authorized Directors of the Entity and the rubber stamp for
the Entity shall be affixed.
2. The contents of the format should be suitably re-worded indicating the identity of the entity
passing the resolution i.e. the Bidder.
3. *Applicable in case of Lead Member of the Bidding Consortium.
4. # paragraphs in square brackets are applicable only if the Bidding Entity is a consortium
and the Other Member is providing technical/financial support.
5. $Applicable in case of Other Member in the Bidding Consortium.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


51
ANNEXURE-9 FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID FOR
BIDDING ENTITY/LEAD MEMBER/OTHER MEMBER
[To be notarized and to be executed on non-judicial stamp paper of appropriate value]

Know all men by these presents, we … (name of the Bidder/Lead Member and address of the
registered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr. / Ms
(Name), son/daughter/wife of ……………………………… and presently residing at
………………………………….., who is presently employed with us and holding the position of
………………………….., as our true and lawful attorney (hereinafter referred to as the
“Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are
necessary or required in connection with or incidental to submission of our bid for the
“Empanelment of agencies for undertaking exploration work in Gujarat” (“Project”), by Gujarat
Mineral Research and Development Society (“GMRDS”) including but not limited to signing and
submission of all applications, bids and other documents and writings, participate in bidders’
and other conferences and providing information / responses to GMRDS, representing us in
all matters before GMRDS, signing and execution of all undertakings consequent to
acceptance of our bid, and generally deal with GMRDS in all matters in connection with or
relating to or arising out of our bid for the said Project and/or upon award thereof to us.
And we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our
said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us.
IN WITNESS WHEREOF WE, _________________________ THE ABOVE NAMED
PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF
…………., 20..

For …………………………..

(Signature)
(Name, Title and Address)
Witnesses:
1.

2.
Accepted
……………………………
(Signature)
(Name, Title and Address of the Attorney)

Notes:

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


52
1. The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.

2. Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a resolution/ power of attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the
Bidder.

3. Power of Attorney should be executed upon payment of stamp duty of appropriate value,
as applicable in the State, where such Power of Attorney has been executed.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


53
ANNEXURE-10 PROFORMA FOR CONSORTIUM OPERATING AGREEMNT (COA)
(To be executed on the Non-Judicial Stamp Paper of appropriate Value)
(To be executed between Members of the Bidding Consortium)
This Consortium Agreement made and entered into on ________ day of 2018.
BY AND BETWEEN
___________________________ (Name of the Lead Member), a Corporate Entity registered
under the laws of __________________________ (Name of the Country) with its
Head/Registered Office at __________________________ (Address of the Head/Registered
Office) and a place of business in __________________________ (Address of place of
business) (hereinafter referred to as “The Lead Member”) and represented by Mr/Mrs/Ms.
_____________________________________ (Name of Authorized Signatory) of the FIRST
PART.
AND
______________________________ (Name of the Other Member), an Entity registered
under the laws of __________________________ (Name of the Country) with its
Head/Registered Office at __________________________ (Address of the Head/Registered
Office) and a place of business in __________________________ (Address of place of
business) (hereinafter referred to as “The Other Member”) and represented by Mr/Mrs/Ms.
_____________________________________ (Name of Authorized Signatory) of the
SECOND PART.
AND
______________________________ (Name of the Other Member), an Entity registered
under the laws of __________________________ (Name of the Country) with its
Head/Registered Office at __________________________ (Address of the Head/Registered
Office) and a place of business in __________________________ (Address of place of
business) (hereinafter referred to as “The Other Member”) and represented by Mr/Mrs/Ms.
_____________________________________ (Name of Authorized Signatory) of the THIRD
PART.
The Party of the FIRST PART and the Party of the SECOND PART and the Party of the THIRD
PART are collectively known as “Parties”.
The Party of the First Part is hereinafter referred to as “The Lead Member” and the Party of
the Second Part and the Party of the Third Part as the “Other Member”.
WHEREAS,
A. Gujarat Mineral Research & Development Society, having its registered office at
Petrography and Mineral Chemistry(PMC) Laboratory, PDPU Road, Next to Solar Park,
Raisan, Gandhinagar – 382307, Gujarat, (herein after referred to as the “GMRDS” which
expression shall, unless repugnant to the context or meaning thereof, include its
administrators, successors and assigns) has invited Proposals (the “Proposals”) by its
RFE No. [●] dated [●] (the “RFE”) for qualification and short-listing of bidders for
“Empanelment of agencies for undertaking exploration work in Gujarat” (the “Project”).

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


54
B. The Parties are interested in jointly bidding for the Project as members of a Consortium
and in accordance with the terms and conditions of the RFE document and other Bidding
documents in respect of the Project, and

C. It is a necessary condition under the RFE document that the members of the Consortium
shall enter into a Consortium Agreement and furnish a copy thereof with the Bid.

NOW IT IS HEREBY AGREED as follows:

1. Definitions and Interpretations


In this Agreement, the capitalized terms shall, unless the context otherwise requires, have
the meaning given thereto under the RFE.

2. Consortium
2.1 The Parties do hereby irrevocably constitute a consortium (the “Consortium”) for the
purposes of jointly participating in the Bidding Process for the Project.
2.2 The Parties hereby undertake to participate in the Bidding Process only through this
Consortium and not individually and/ or through any other consortium constituted for this
Project, either directly or indirectly or through any of their Associates.

3. Covenants
The Parties hereby undertake that in the event the Consortium is declared the Successful
Bidder and awarded the Project, all the three members of the Consortium shall enter into
work contract with GMRDS for performing all its obligations as the Agency in terms of the
RFE for the Project.

4. Role of the Parties


The Parties hereby undertake to perform the roles and responsibilities as described below:
a) Party of the First Part shall be the Lead Member of the Consortium and shall have
Board Resolution in its favour from the Other Member for conducting all business for and
on behalf of the Consortium during the Bidding Process and until the awarding of work
order;
b) In addition to the above, the role of the Party of the First Part shall be as follows: -
(Please provide)
The role of the Party of the Second Part shall be as follows: -
(Please provide)
The role of the Party of the Third Part shall be as follows: -
(Please provide)

5. Joint and Several Liability


The Parties do hereby undertake to be jointly and severally responsible for all obligations
and liabilities relating to the Project and in accordance with the terms of the RFE.

6. Representation of the Parties


Each Party represents to the other Parties as of the date of this Agreement that:

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


55
a) Such Party is duly organized, validly existing and in good standing under the laws of its
incorporation and has all requisite power and authority to enter into this Agreement;
b) The execution, delivery and performance by such Party of this Agreement has been
authorised by all necessary and appropriate corporate or governmental action and a
copy of the extract of the charter documents and board resolution/ power of attorney in
favour of the person executing this Agreement for the delegation of power and authority
to execute this Agreement on behalf of the Consortium Member is annexed to this
Agreement, and will not, to the best of its knowledge:

i. require any consent or approval not already obtained;


ii. violate any Applicable Law presently in effect and having applicability to it;
iii. violate the memorandum and articles of association, by-laws or other applicable
organisational documents thereof;
iv. violate any clearance, permit, concession, grant, license or other governmental
authorisation, approval, judgement, order or decree or any mortgage agreement,
indenture or any other instrument to which such Party is a party or by which such
Party or any of its properties or assets are bound or that is otherwise applicable to
such Party; or
v. create or impose any liens, mortgages, pledges, claims, security interests, charges
or Encumbrances or obligations to create a lien, charge, pledge, security interest,
encumbrances or mortgage in or on the property of such Party, except for
encumbrances that would not, individually or in the aggregate, have a material
adverse effect on the financial condition or prospects or business of such Party so
as to prevent such Party from fulfilling its obligations under this Agreement;
c) this Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and

7. Termination
This Agreement shall be effective from the date hereof and shall continue in full force and
effect until the expiry or termination of work contract in case the Project is awarded to the
Consortium. However, in case the Consortium is either not pre-qualified for the Project or
does not get selected for award of the Project, the Agreement will stand terminated in case
the Bidder is not pre-qualified or upon return of the EMD by GMRDS to the Bidder, as the
case may be.

8. Miscellaneous
8.1. This Consortium Agreement shall be governed by laws of India.
8.2. The Parties acknowledge and accept that this Agreement shall not be amended by the
Parties without the prior written consent of GMRDS.
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND
DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


56
SIGNED, SEALED AND SIGNED, SEALED AND SIGNED, SEALED AND
DELIVERED DELIVERED DELIVERED
For and on behalf of For and on behalf of For and on behalf of
LEAD MEMBER by: SECOND PART by: THIRD PART by:
(Signature) (Signature) (Signature)
(Name) (Name) (Name)
(Designation) (Designation) (Designation)
(Address) (Address) (Address)

In the presence of:


1 2 3

Notes:
1. The mode of the execution of the Consortium Agreement should be in accordance with the
procedure, if any, laid down by the Applicable Law and the charter documents of the
executant(s) and when it is so required, the same should be under company’s round seal
affixed in accordance with the required procedure.
2. Each Consortium Member should attach a copy of the extract of the charter documents
and documents such as resolution / power of attorney in favour of the person executing
this Agreement for the delegation of power and authority to execute this Agreement on
behalf of the Consortium Member.
3. For a Consortium Agreement executed and issued overseas, the document shall be
legalised by the Indian Embassy and notarized in the jurisdiction where the Power of
Attorney/resolution has been executed.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


57
ANNEXURE-11 FORMAT FOR POWER OF ATTORNEY BY OTHER MEMBER
AUTHORISING SIGNING OF THE BID BY THE LEAD MEMBER
[To be notarized and to be executed on non-judicial stamp paper of appropriate value]

Whereas GMRDS has invited bids for “Empanelment of agencies for undertaking exploration
work in Gujarat” (“Project”).
Whereas, ___________, ___________ and _______________ (collectively the “Consortium”)
being members of the Consortium are interested in bidding for the Project in accordance with
the terms and conditions of the Request for Empanelment and other connected documents in
respect of the Project, and

Whereas, it is necessary for the members of the Consortium to designate one of them as the
Lead Member with all necessary power and authority to do for and on behalf of the Consortium,
all acts, deeds and things as may be necessary in connection with the Consortium’s bid for
the Project and its execution.

NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS

We, ……………… having our registered office at …………………,and M/s. ……………………,


having registered office at …………………, (hereinafter referred to as “Principal”) do hereby
irrevocably designate, nominate, constitute, appoint and authorize M/s …………………,
having its registered office at ………………………, being one of the members of the
Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter
referred to as the “Attorney”) and hereby irrevocably authorize the Attorney (with power to sub-
delegate) to conduct all business for and on behalf of the Consortium and any one of us during
the bidding process and, in the event the Consortium is awarded the contract, during the
execution of the Project, and in this regard, to do on our behalf and on behalf of the
Consortium, all or any of such acts, deeds or things as are necessary or required or incidental
to the submission of its bid for the Project, including but not limited to signing and submission
of all applications, bids and other documents and writings, accepting the Work Order,
participating in bidders’ and other conferences, responding to queries, submitting information/
documents, signing and executing contracts and undertakings consequent to acceptance of
the bid of the Consortium and generally to represent the Consortium in all its dealings with
GMRDS, and/ or any other person, in all matters in connection with or relating to or arising out
of the Consortium’s bid for the Project and/ or upon award thereof.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our
said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us/ Consortium.

Capitalized words not defined herein shall have the meaning ascribed to them in the Bidding
Documents.

IN WITNESS WHEREOF WE THE PRINCIPAL ABOVE NAMED HAVE EXECUTED THIS


POWER OF ATTORNEY ON THIS ……………… DAY OF …... 20…

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


58
For ……………………...

(Signature, Name & Title)


(Executant)
(To be executed by the Other Member of the Consortium)

Witnesses:

1.

2.

Notes:

1. The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
2. Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a resolution/ power of attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the
Bidder.
3. Power of Attorney should be executed upon payment of stamp duty of appropriate value,
as applicable in the State, where such Power of Attorney has been executed.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


59
ANNEXURE-12 FORMAT FOR CERTIFICATE OF TOTAL COMPLIANCE
(On letter head of the Bidding Entity/Lead Member of Bidding Consortium)

Certificate of Total Compliance

To,
Director Technical
Gujarat Mineral Research & Development Society (GMRDS)
Petrography and Mineral Chemistry (PMC) Laboratory,
PDPU Road, Next to Solar Park, Raisan,
Gandhinagar – 382307, Gujarat
Phone: +91 97277 06383

Sub: Undertaking of Compliance with the Scope of work, roles & responsibilities and
other terms and conditions as mentioned in the Bid Document.
Sir,

1. We__________________unconditionally offer to undertake the works as indicated in the


Notice Inviting Tender and the Bid Document and hereby bind myself / ourselves to execute
the work as per the scope stipulated in the RFE and under the subject-stated above.

2. We have read the conditions of Notice Inviting Tender and RFE Document including any
clarification, addendum or corrigendum issued in reference to this tender attached hereto
and agree irrevocably to abide by such conditions. We agree to execute the work and
achieve the target without any let or demur or hindrance.
3. We have full knowledge and understanding of the Site conditions.
4. We shall comply with all the Applicable Laws and conditions of all the approvals and
clearances and orders granted upon by GMRDS in relation to the exploratory drilling work.
5. We bind myself / ourselves to furnish the required Performance Security, failing which we
shall have no objection to the forfeiture of the earnest money deposited by us with GMRDS
and bear all the liabilities.
6. There is no existing or potential conflict of interest which may affect our ability to perform
our obligations contemplated in the Bid Document.

Yours sincerely,

Name:
Designation:
Signature & Company’s Round Seal
Dated the --------- day of ------- of 20---

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


60
ANNEXURE-13 DECLARATION BY THE BIDDER
[To be notarized and to be executed on non-judicial stamp paper of appropriate value]

We ------------------------ (The legal name of the Bidding Entity/ Consortium Member)) having
Registered office at ----------------------.declare that,

1. We ____________________ (Name of the Bidder), an entity duly incorporated under the


laws of India or ________(foreign country), having its registered office at
___________________ having examined in detail and understood the terms and
conditions stipulated in the aforesaid Documents and subsequent corrigendum, if any,
issued by GMRDS confirm that our Techno-Commercial Proposal is in full conformity with
the Bid Document.

2. We acknowledge that GMRDS will be relying on the information provided in the Techno-
Commercial Proposal and the documents accompanying the Techno-Commercial
Proposal for qualification of the Bidders, and we certify that all information provided in the
Techno-Commercial Proposal are true and correct; nothing has been omitted which
renders such information misleading; and all documents accompanying the Techno-
Commercial Proposal are true copies of their respective originals.

3. We shall make available to GMRDS any additional information it may find necessary or
require to supplement or authenticate our Techno-Commercial Proposal.

4. We acknowledge the right of GMRDS to reject our Techno-Commercial Proposal/Bid


without assigning any reason or otherwise and hereby waive, to the fullest extent permitted
by applicable law, our right to challenge the same on any account whatsoever.

5. We certify that in the last five years, we/ any of the Consortium Members have neither
failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or
judicial authority or a judicial pronouncement or arbitration award, nor been expelled from
any project or contract by any public authority nor have had any contract terminated by any
public authority for breach on our part.

6. We declare that:

a) We have examined and have no reservations to the RFE document, including any
Corrigendum/ Addendum issued by GMRDS;

b) We do not have any conflict of interest liable to affect the bidding process in any manner
in accordance with the RFE document and have not directly or indirectly or through an
agent engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice, in respect of any tender or request
for empanelment issued by or any agreement entered into with GMRDS or any other
public sector enterprise or any government, Central or State; and

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


61
c) We hereby certify that we have taken steps to ensure that no person acting for us or on
our behalf has engaged or will engage in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice.

d) We are not affected by any of the disqualifications stated in this RFE.

7. We understand that GMRDS may cancel the Bidding Process at any time and that GMRDS
is neither bound to accept any Techno-Commercial Proposal/ Bid that you may receive nor
to invite the Bidders to Bid for the Project, without incurring any liability to the Bidders.

8. We believe that we/ our proposed consortium satisfy all the Qualification Requirements as
specified in the RFE document and are qualified to submit a Bid.

9. We declare that we/any member of the consortium, are/ is not another Bidder/ or a member
of a/ any other consortium submitting a Techno-Commercial Proposal/ Bid for
empanelment of agencies for undertaking exploration work in Gujarat

10. We certify that in regard to matters other than security and integrity of the country, we/ any
member of the consortium or any of our Affiliates, Associates or Promoter have not been
convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority
which could cast a doubt on our ability to undertake the Project or which relates to a grave
offence that outrages the moral sense of the community.

11. We further certify that in regard to matters relating to security and integrity of the country,
we/ any member of the consortium or any of our Affiliates, Associates or Promoter have
not been charge-sheeted by any agency of the Government or convicted by a Court of
Law.

12. We undertake that in case due to any change in facts or circumstances during the Bidding
Process, we are attracted by the provisions of disqualification in terms of the provisions of
this Bid Document, we shall intimate GMRDS of the same immediately.

13. The Proposal submitted by us shall be valid for a minimum period of 180 (One Hundred
and Eighty) days from Bid Submission Date or any extension thereof as requested by
GMRDS.

14. We further declare that by submitting this Proposal, we agree to be bound by the terms
and conditions of the RFE document.

15. We certify that we have full knowledge and understanding of the Site conditions.

16. We understand that GMRDS reserves the right in its sole discretion, without any obligation
or liability whatsoever, to accept or reject any or all of the Proposals at any stage of the
Bidding Process without assigning any reasons to us. The undersigned declare that the

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


62
statements made and the information provided in the duly completed Application are
complete, true and correct in every detail.

For --------------------- (The legal name of the Bidding Entity/ Consortium member),

(Signature of the Authorized Signatory)


(Name and Designation of the Authorized Signatory)
Authorized Signatory

Company’s Round Seal


Dated the --------- day of ------- of 20---

Note:
The declaration should be provided by the Bidding Entity and the members of the Bidding
Consortium (as applicable) separately.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


63
ANNEXURE-14 FORMAT OF BANK GUARANTEE FOR PERFORMANCE SECURITY

(To be executed on the Non-Judicial Stamp Paper of appropriate Value)

WHEREAS on or about the _______________ day of __________________M/s ________


(Tenderer’s name & address), having its registered office situated at _________(Postal
address) (herein after referred to as ‘The Tenderer’) entered into a contract bearing reference
no. __________________ dtd. ____________ with ______ Gujarat Mineral Research and
Development Society, having its office at ________________, (hereinafter referred to as “
GMRDS”, which expression shall unless it be repugnant to the subject or context thereof
include its, successors and assigns) for _______________ (details of order) (herein after
referred to as ‘The Contract’).

AND WHEREAS under the terms and conditions of the contract the tenderer is required to
keep with GMRDS a security deposit of Rs. ________________ (Rupees_______________
only) or submit a Bank Guarantee in lieu of cash deposit for the fulfillment of the terms and
conditions of the contract, and whereas the supplier has chosen to submit a Bank Guarantee.

We ________________________ Bank do hereby undertake to pay the amounts due and


payable under this Guarantee without any demur, merely on a demand from GMRDS stating
that the amount claimed is due by way of loss or damage caused to or that would be caused
to or suffered by GMRDS by reason of breach of any of the terms and conditions of the said
contract. Any such demand made on the bank shall be conclusive as regards the amount due
and payable by the Bank under this Guarantee. The payment will be released within three
working days from the date of demand for payment.

We undertake to pay to GMRDS any money so demanded notwithstanding any dispute or


disputes raised by the tenderer in any suit or proceeding pending before any court or tribunal
relating thereto, our liability under these present being absolute and unequivocal.

The payment so made by us under this guarantees shall be valid discharge of our liability for
payment thereunder and the tenderer shall have no claim against us for making such payment.

We ____________________ Bank 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 GMRDS under
or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged
or till GMRDS certifies that the terms and conditions of the said Agreement have been fully
and properly carried out by the said tenderer and accordingly discharges this Guarantee. Our
Guarantee shall remain in force until and unless a demand or claim under this guarantee is
made on us in writing within three months from the expiry of the Guarantee period, we shall
be discharged from all liability under this Guarantee thereafter.

We _____________________ Bank, further agree that GMRDS shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary any
of the terms and conditions of the said Agreement or to extent time of performance by the said
tenderer from time to time or to postpone for any time or from time to time any of the powers
exercisable by GMRDS against the said tenderer and to forbear or enforce any of the terms

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


64
and conditions relating to the said Agreement and we shall not be relived from our liability by
reason of any such variation, or extension being granted to the said contract or for any
forbearance, act or omission on the part of GMRDS or any indulgence by GMRDS to the said
Tenderer or by any such matter or thing whatsoever which under the law relating to sureties
would but for this provision, have effect of so relieving us.

This guarantee will not be discharged due to the change in the constitution of the Bank or the
Tenderer.
We____________________ Bank lastly undertakes not to revoke this guarantee during its
currency except with the previous consent of GMRDS in writing.

Dated the __________ day of __________ YEAR


________________Bank
(Signature with name in Block letters with designation,
Attorney as per power of Attorney No._____dt. _____)
Bank’s Common Seal

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


65
ANNEXURE-15 CHECKLIST
Checklist for documents to be submitted by empaneled Agency for work proposal

Sl.
Reference Description
No.
1. Cost of RFP
Cost of RFP document in the form of Demand Draft(DD)
document
2. Annexure 7 Format of Bank Guarantee for Bid Security/EMD
3. Annexure 16 Undertaking for Total Compliance
4. Price Bid (Online only)
Annexure 17
Format provided in Annexure 17 is only for reference purpose
5. Signed Bid Signed copy of the RFP document along with all corrigendum,
Document amendment and clarifications issued

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


66
ANNEXURE-16 FORMAT OF UNDERTAKING FOR TOTAL COMPLIANCE
(On letter head of the Bidding Entity/Lead Member of Bidding Consortium)

Undertaking for Total Compliance

To,
Director Technical
Gujarat Mineral Research & Development Society (GMRDS)
Petrography and Mineral Chemistry (PMC) Laboratory,
PDPU Road, Next to Solar Park, Raisan,
Gandhinagar – 382307, Gujarat
Phone: +91 97277 06383

Sub: Undertaking for total compliance in continuation to the eligibility and declaration
made in the RFE document.
Sir,

1. We__________________unconditionally offer to undertake the works as indicated in the


Notice Inviting Tender, RFE and RFP Document and hereby bind myself / ourselves to
execute the work as per the scope stipulated in the RFP and under the subject-stated
above.

2. We have read the conditions of Notice Inviting Tender, RFE and RFP Document including
any clarification, addendum or corrigendum issued in reference to RFP and RFE and agree
irrevocably to abide by such conditions. We agree to execute the work and achieve the
target without any let or demur or hindrance.
3. We continue to be eligible as per different eligibility and qualifying criteria mentioned in the
RFE document for respective categories of empanelment.
4. We have full knowledge and understanding of the Site conditions.
5. We shall comply with all the Applicable Laws and conditions of all the approvals and
clearances and orders granted upon by GMRDS in relation to the exploratory drilling work
and other activities as stated in the scope of work in the RFP.
6. We bind myself / ourselves to furnish the required Performance Security, failing which we
shall have no objection to the forfeiture of the earnest money deposited by us with GMRDS
and bear all the liabilities.
7. There is no existing or potential conflict of interest which may affect our ability to perform
our obligations contemplated in the Bid Document.

Yours sincerely,

Name:
Designation:
Signature & Company’s Round Seal

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


67
Dated the --------- day of ------- of 20---
ANNEXURE-17 FORMAT FOR PRICE BID
FORMAT FOR PRICE BID TO BE SUBMITTED ONLINE
(This is indicative format for Bidder’s reference only. The PRICE BID SHOULD BE
SUBMITTED ONLINE ONLY at designated places through www.nprocure.com
Price Bid should not be submitted in hard copy and or placed with proposal for
empanelment. Prices submitted in hard copy and or placed with the empanelment
proposal shall result in outright rejection of bid

Quoted Price in Quoted Price in INR


Particulars
INR (figures) (words)
Total Cost for undertaking the
exploration activities
GST, as applicable
Total

Notes:
 The above quoted rates represents remuneration of Bidder’s staff, Travel expense,
expense towards dime, hotel stay, office rents ,conveyance and any other expense
to be incurred for executing Terms of Reference.
 The above quoted rates represent the net amounts payable exclusive of Goods
and Service Tax, but inclusive all other applicable taxes/statutory levies and
Service Charges etc. and no other amounts, save and except as above shall be
payable by Authority. GST shall be payable over and above the quoted rates at the
rate applicable at the time of invoicing.
Each Bidder must quote his rates after through reading of this RFP document and
Estimates of his cost thorough detailed due diligence of the site, statutory
laws/regulations. Authority reserves right to seek any clarifications regarding price
quoted from bidders before any decisions.

RFE No. GMRDS/TECH/EXPL/18-19/EMPL001 11 December 2018


68

Das könnte Ihnen auch gefallen