Kiocl Limited: Notice Inviting Tender
Kiocl Limited: Notice Inviting Tender
SUBJECT: CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL
BLOCKS located in Bellary and Chitradurga (Dists), Karnataka.
Bids are invited in Sealed Covers under TWO BIDS SYSTEM for appointment of CONTRACTOR
for Carrying out Topography and Contour Survey of the MINERAL BLOCKS situated in Bellary
and Chitradurga (Dists), Karnataka
Terms & Conditions as contained in this NIT document shall be final and binding on all BIDDERs.
1. BID TIMELINES
2.1 MINERAL BLOCKS are situated in Bellary and Chitradurga (Dists), Karnataka
2.2 Geo Coordinate details of the BLOCKS are provided @ Annexure 08 to 10.
3. SCOPE OF WORK
3.1. NINE (09) Mineral Blocks are proposed for Topography and Contour Survey. These
Blocks are arranged in THREE (03) GROUPS as indicated below.
3.1.1. GROUP No - 01
Block 01 –
Block 02 – Block 04 –
M/s Pampapathi
Blocks M/s G G Brothers M/s Gaviyappa Total
& Others
(Lot 02) (Lot 02)
(Lot 02)
Area in ha 180 100 40 320.00
Locality
Annexure - 08 -
details
Block 05 -
ML No 993 - ML No 1177 - ML No 1031
Gadigi
Jantakal Kashimurthy - Gadigi
Blocks Minerals – Total
Enterprises Setty Minerals
ML No 2489
(Lot 01) (Lot 01) (Lot 01)
(Lot 02)
Area in ha 80.93 64.75 50.29 43.48 239.45
Locality
Annexure -10
details
3.3.1. carefully examine the NIT document including amendments/ addendum and
corrigendum, if issued, and other details relating to the work and acquaint
fully with the conditions and matters therein, which may, in any manner,
affect the work and the cost thereof.
3.3.2. be deemed to have obtained all information regarding risks, contingencies,
responsibilities and other circumstances which might influence or affect the
Proposal, the progress and to have taken into account conditions and
matters that may affect the works under this Bidding Process and cost
thereof.
3.3.3. be deemed to have visited the Mineral Blocks site and its surroundings,
carefully examined and satisfied about the existing site conditions,
availability of local facilities, etc. and to have quoted rates, taking into
consideration all such conditions and matters, which may, in any manner,
affect the work and the cost thereof
3.3.4. be deemed to have acquainted with all Government, and Labor laws,
statutes, regulations, rules or notifications relating to taxes, levies and other
charges relating to the work at the site or otherwise as applicable from time
to time
3.4. Any neglect or omission or failure on the part of the Bidder in obtaining necessary
and reliable information upon the foregoing or any other matter affecting this
Bidding Process, shall not absolve him of any risk or liabilities or responsibilities
for completion of the entire work in accordance with the terms and conditions
mentioned
4.1 Clarifications on NIT terms if required, may be sought vide e-Mail in advance or
during the pre-bid meeting.
4.2 At any time prior to the deadline for submission of bids, KIOCL may, for any reason
modify, change, incorporate or delete certain conditions in the NIT document.
4.3 Amendments to NIT terms, if any, shall be uploaded in the form of CORRIGENDUMS
in the KIOCL‟ website & Government Portal and same will not be published in the
Newspapers.
4.4 BIDDERs are requested to visit KIOCL website & Government Portal regularly
before submitting bids.
5. PRE-QUALIFICATION CRETERIA
5.1. bidder should be a Legal entity/ Registered Firm under the Companies’ Act
/Partnership Act.
5.2. Group No - 01
5.2.1. Technical:
Bidder should have experience of successful completion of contract comprising of
carrying out similar works during last 07 years ending last day of month previous
to the one in which bid is invited should be any one of the following category: -
a. Three completed works for carrying out similar works costing not less than
Rs. 7,68,000/- (Rs. Seven Lakhs Sixty-Eight Thousand only) each.
OR
b. Two completed works for carrying out similar works costing not less than
Rs. 9,60,000/- (Rs. Nine Lakhs Sixty Thousand only) each.
OR
c. One completed work for carrying out similar works costing not less than Rs.
15,36,000/- (Rs. Fifteen Lakhs Thirty Six Thousand only).
5.2.2. Financial
a. Average annual turnover towards similar works carried out should be more
than Rs 5,76,000/- (Rs. Five Lakhs Seventy Six Thousand only) during the last
three Financial Years (FYs) i.e. 2015-16, 2016-17& 2017-18.
b. Net Worth of the Bidder in the FY 2017-18 should be positive.
5.3. Group No - 02
5.3.1. Technical:
Bidder should have experience of successful completion of contract comprising of
carrying out similar works during last 07 years ending last day of month previous
to the one in which bid is invited should be any one of the following category: -
a. Three completed works for carrying out similar works costing not less than
Rs. 7,22,928/- (Rs. Seven Lakhs Twenty Two Thousand Nine Hundred Twenty-
eight only) each.
OR
b. Two completed works for carrying out similar works costing not less than
Rs. 9,03,660/- (Rs. Nine Lakhs Three Thousand Six Hundred Sixty only) each.
OR
c. One completed work for carrying out similar works costing not less than Rs.
14,45,856/- (Rs. Fourteen Lakhs Forty-five Thousand Eight Hundred Fifty-six
only).
5.4. Group No – 03
5.4.1. Technical:
Bidder should have experience of successful completion of contract comprising of
carrying out similar works during last 07 years ending last day of month previous
to the one in which bid is invited should be any one of the following category: -
a. Three completed works for carrying out similar works costing not less than
Rs. 5,74,680/- (Rs. Five Lakhs Seventy Four Thousand Six Hundred Eighty only)
each.
OR
b. Two completed works for carrying out similar works costing not less than
Rs. 7,18,350/- (Rs. Seven Lakhs Eighteen Thousand Three Hundred Fifty only)
each.
OR
c. One completed work for carrying out similar works costing not less than
Rs. 11,49,360/- (Rs. Eleven Lakhs Forty Nine Thousand Three Hundred Sixty
only).
5.4.2. Financial:
a. Average annual turnover towards similar works carried out should be more
than Rs 4,31,010/- (Rs. Four Lakhs Thirty One Thousand Ten only) during the
last three Financial Years (FYs) i.e. 2015-16, 2016-17& 2017-18.
b. Net Worth of the Bidder in the FY 2017-18 should be positive.
6. SUBMISSION OF BIDS
6.2. TECHNICAL BID DOCUMENTS (Common for all Groups) – PART 01, consisting
6.2.2. EARNEST MONEY DEPOSIT (EMD) and TENDER DOCUMENT FEE: BIDDER
shall submit EMD and Tender Document Fee for each GROUP separately
6.2.3. Furnish along with the Bid, an interest free Earnest Money Deposit as
indicated above @ clause no 6.2.2 by way of Demand Draft / Pay Order /
RTGS / Bank Guarantee drawn, from any nationalized bank or Scheduled bank
in India in favour of KIOCL LIMITED, payable at BANGALORE.
6.2.4. Bids without EMD (as applicable) and Tender Document Fee will summarily
be rejected.
6.2.5. Exemption from submission of EMD and Tender Document Fee to small scale
unit registered with the National Small Industries Corporation Limited (NSIC)
or MSME or affiliated to Small Industries Services Institutions, etc., shall be
governed by the guidelines issued by the statutory authorities from time to
time and those BIDDERs seeking such exemption shall necessarily furnish
requisite documents along with the tender.
6.2.6. SSIs /MSEs firms need to submit notarized copies of the registration certificate
issued by State/ Central Govt. authorities for claiming the exemption of
payment of EMD and Tender document fee. However, they would be
required to furnish Security Deposit in case they are successful in the tender
6.2.7. EMD in the form of Bank Guarantee (BG) should be strictly as per the KIOCL’s
format, printed on non-judicial stamp paper, purchased in the name of the
bank providing the BG. (EMD BG format is enclosed as Annexure 14 and may
be downloaded from link https://www.kioclltd.in/user/cms/292 Sl No: 4
FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT )
6.2.8. BG for EMD shall be valid for a period of Two (02) months beyond the due
date of submission of the Bid. In case of extension of validity of the offer, the
BG submitted shall also to be extended for further such period of extension.
6.2.9. EMD will be returned to unsuccessful BIDDERs after finalization of the tender/
award of work.
6.2.10. For successful BIDDER, EMD will be adjusted against the Security Deposit,
payable on placement of Work Order.
6.2.12. EMD will be forfeited, if the BIDDER withdraws / alters / modifies / amends
the tender terms or derogates from the tender in any respect within the
period of validity specified in the tender document after the due date of
submission of bids
6.2.15. POWER OF ATTORNEY authorizing the person to sign the Bid documents,
A person signing the bid or any document forming part thereof on behalf of
the BIDDER shall be deemed to warrant that he has the requisite authority to
sign such document. A Copy of power of attorney for the authorized signatory
for signing of bid shall be submitted along with proposal. If, subsequently it is
revealed that the person so signing has no authority to do so, KIOCL Ltd. may,
without prejudice to any other civil and criminal remedies, cancel the contract
and hold the signatory liable for all costs and damages.
6.2.16. ONE Copy of the complete set of NIT Document signed by authorized person
and affixed with Official Seal, in all pages, as a token of acceptance of all
TERMS AND CONDITIONS as described in this Tender.
Submission of the bid will be deemed as agreeing to all the terms & conditions
including payment terms specified herein.
Group No Annexures
01 02
02 04
03 06
Respective Price Bid Document, group wise, duly filled in & signed by
authorized person with official seal shall alone be enclosed in a separate
sealed cover, duly super scribed as
6.3.8. Respective sealed covers should be kept in one single cover and sealed and
super-scribed as
6.3.9. Last date for submission of completed bid documents as above is 1600 hrs
on 18 Aug 2019 either through Speed Post or Registered Post / courier
service or to be handed over in person to the above Office.
7. OFFER VALIDITY
7.1. Bid submitted should be valid for a minimum of 60 (Sixty) days from the date of
opening TECHNICAL BID DOCUMENTS.
7.3. Due to any reason, if the tender could not be finalized within the validity period of the
bid, BIDDERs will be requested to extend the validity of the bids for a suitable period.
If any BIDDER refuses to extend the validity of bid for required period, such bids will
not be considered further.
8.1.1. Stage 01: Opening of TECHNICAL BID DOCUMENTS (PART I) and Evaluation:
a. TECHNICAL BID DOCUMENTS shall be opened on the date and time said
above and evaluated the on the basis of technical parameters and features
offered.
e. KIOCL shall qualify and enlist BIDDERS satisfying technical terms for Online
bidding cum e-Reverse Auction and opening of sealed Price Bids.
8.1.2. Stage 02: Online bidding cum e-Reverse Auction SEPERATELY FOR THREE
GROUPS
b. KIOCL reserves the right to scrap the online bidding cum e- reverse auction
process and open only sealed Price Bids of the technically qualified BIDDERs
for evaluation.
a. Based on the prices received through online e-Reverse Auction and the sealed
Price Bids received along with the offers, group wise Composite Price
Comparative Statement shall be prepared.
8.1.6. BIDDER quoting lowest of the Prices (i.e., among online e-Reverse Auction Prices
& sealed Price Bids) amongst all the BIDDERs shall be considered as
SUCCESSFUL and recommended for Placement of Work Order for respective
Group.
8.1.7. In case of lowest price discovered through e-reverse auction and lowest price
found on opening of sealed Price Bid being same, among two different BIDDERs,
KIOCL shall consider and recommend placing the Work Order on the BIDDER
who quotes lowest price through e-reverse auction.
8.1.8. If, KIOCL desires not to conduct the e-reverse auction, then, only the Price Bids
received along with TECHNO – COMMERCIAL BID DOCUMENTS will be
considered to determine Lowest Price.
Successful BIDDER shall sign and seal on all the pages of ONE (01) copy of the Work
Order as a token of unconditional acceptance and return that copy to KIOCL within
SEVEN WORKING DAYS of receipt of Work Order.
9.2. Signed copy of Work Order, returned to KIOCL shall be deemed as “CONTRACT”
between KIOCL and successful BIDDER, here in after called as CONTRACTOR.
Set of documents including all enclosures and correspondences under this NIT
between KIOCL and the CONTRACTOR, including Work Order shall be treated as
documents of AGREEMENT for this work. No separate agreement will be executed.
9.3.2. KIOCL reserves the right to award any part of the work or the whole under
this NIT, as may be considered necessary with due notice.
9.3.3. KIOCL reserves the rights to foreclose / terminate the contract in part or full
as may be considered necessary with due notice
10.1. Timely completion of the awarded work by the CONTRACTOR is the essence of the
tender.
10.2. The entire work indicated as per NIT is required to be completed within TWO (02)
MONTHS from the date of placement of Work Order
11.1. Within FIFTEEN (15) working days of issue of Work Order, CONTRACTOR shall
furnish TEN PERCENT (10 %) of the Total Work Order Value as Security Deposit by
way of Demand Draft / Pay Order / RTGS / Bank Guarantee drawn from any
nationalized bank or scheduled bank in India in favour of KIOCL LIMITED, payable
at Bangalore.
11.2. For successful BIDDER, EMD will be adjusted (as part) against the Security Deposit
and only the balance needs to be paid.
11.3. SD in the form of Bank Guarantee (BG) should be strictly as per the KIOCL’s format
on non-judicial stamp paper, purchased in the name of the bank providing the BG.
(SD BG format is enclosed as Annexure 15 and may be downloaded from link
https://www.kioclltd.in/user/cms/292 Sl No: 4 FORM OF BANK GUARANTEE FOR
SECURITY DEPOSIT).
11.4. BG shall be valid for a period of work as agreed in the Work Order. In case of
extension of validity of WO, the BG submitted shall also to be extended for further
such period of extension.
11.5. In case of EMD adjustment, if any, shall also be with suitable extension of validity for
the adjusted part also.
12.1. CONTRACTOR shall mobilize his resources to the site / Block with in SEVEN (07)
working days of issue of Work Order. The same shall be inclusive in the Period of
Contract and commence the works from there on.
12.2. Mobilization of men and material, to Site / Block location will be at the sole
responsibility of CONTRACTOR.
13. DELIVERABLES
13.1. BLOCK WISE COMPREHENSIVE FIELD PROGRAM PROPOSAL (ONE copy each in
hard and soft formats) to be submitted within 15 days of issue of Work Order
defining
✓ necessary documentary evidence towards qualification and experience of
the surveyors and technical personnel to be deployed for site works, viz,
Name / Qualification / Experience / Proof of Address and Identification /
Contact Details ( if expats are deployed, PASSPORT and VISA details)
✓ Formats of field recording and reporting, Stationary, technical specification
of Instrumentation and Equipment, Tools and tackles like geological
instruments, compass, on field mapping instruments, survey instruments,
handheld GPS instruments, sampling survey tools etc
13.2.3. Preparation of Approach Road Plan (BLOCK WISE) (for Trench / Pit,
Drill hole areas)
14.3. Invoice / bill submitted shall be supported by below indicated documents dully
certified / recommended by KIOCL.
14.3.1. Invoice 01 – Deliverables as per clause no 13.1,13.2.1 & 13.2.2
14.3.2. Invoice 02- Deliverables as per clause no 13.2.3
14.4. Fees/ bills payable under this NIT will be paid within THIRTY working days of
receipt of invoices (and clarifications, if any.).
14.5.1. Payment will be per units of work carried out as per agreed Price.
14.5.2. In case of increase or decrease in the extent of Survey, then the payment
for work executed shall be effected on actual quantity at unit rate as per
Price Bid.
14.5.4. Immediately on completion of the work (but not later than 60 days after
completion of work) in order to facilitate the final bill payment,
CONTRACTOR shall furnish the following documents to KIOCL.
14.7. In case of delay beyond scheduled date of completion of work, any statutory
increase in duties, cess etc. and / or introduction / levy of any duty, tax, cess after
scheduled date of completion of work shall be to the CONTRACTOR‘s account.
14.8. JGM I/c (F), Dept of Finance, KIOCL Ltd, Bangalore shall be the Paying Authority.
14.9. Payments shall be effected through electronic banking modes (RTGS / NEFT)
only.
16. INDEMNIFICATION
CONTRACTOR shall
➢ indemnify and keep KIOCL indemnified from and against all actions, claims,
demands and / or liabilities whatsoever arising out of this NIT or consequent upon
breach of any of provisions of agreement under this NIT and / or against any claim,
action or demand by any of the CONTRACTOR‟s Employees, person(s), firms,
institutions under any law, rule or regulation having the force of law, including but
not limited to, claims against KIOCL under Employee‟s Compensation Act, 1923.
The Employees State Insurance Act, the Employees Provident Fund Act, 1952, The
Contract Labour (Abolition & Regulation) Act, 1970 and the Minimum Wages Act,
1948 and any amendments thereto.
➢ indemnify KIOCL against any claims, compensations, damages, loss, penalty etc.
for breach and / or non-fulfilment of the prevailing Rules and Regulations and other
statutory provision in force from time to time and applicable to the work under the
contract.
If any amount becomes payable by KIOCL as a result of any claim or Acts and the Rules and
Regulations, By-laws or the Orders made there under, applicable from time to time, such
amounts shall be recoverable from CONTRACTOR for which KIOCL will not be responsible
for any compensation.
17. SECRECY
CONTRACTOR shall, at all times, keep confidential of all technical information’s, process
data, designs, drawings, plans, specifications, reports relating directly or indirectly to the
work either disclosed to the CONTRACTOR by and / or on behalf of the KIOCL or acquired
by CONTRACTOR during the course of performance of the contract. CONTRACTOR shall not
use the same for any purpose other than for execution of the subject contract. Any
contravention of the provisions of this clause will amount to breach of the contract and
Security Deposit shall be forfeited.
Fraud Prevention Policy is being followed at KIOCL, which provides a system for
prevention / detection / reporting of any fraud. It also forbids everyone from involvement in
any fraudulent activity and that where any fraudulent activity is suspected by anyone; the
matter must be reported to the „Nodal Officer‟ (Chief Vigilance Officer) as soon as he / she
come to know of any fraud or suspected fraud.
KIOCL requires that CONTRACTOR observes the highest standard of ethics during the
execution of this Work.
CONTRACTOR shall execute Integrity Pact Agreement with KIOCL as per Annexure -12.
KIOCL requires CONTRACTOR to carry out the work in professional, objective, and
impartial manner and at all times hold KIOCL‘s interest paramount, avoid conflicts with other
assignments or his / its own interests, and act without any consideration for future work.
- be responsible and liable for payment of minimum wages and other obligations such as
medical claims, ESI, PF and compensations under Workman Compensation Act and Rules
made there under, P.F Act / Rules, Minimum Wages Act & Payment of Bonus Act, Industrial
Dispute Act 1947,Contract Labour (Regulation & Abolition) Act 1970, for the persons
engaged by him
- obtain required license under Contract Labour [Regulation and Abolition] Act 1970 and
Rules made there under
- be responsible for the safety of his employees and machineries in all phases of the work
and shall provide and enforce the use of such guards, PSE’s and other safety gadgets as
may be required
-
- strictly adhered to any directives either from Central or State Government or any other
authorities regarding execution of work related thereto. The same shall have be and
binding upon the CONTRACTOR for implementation
Contract shall be Governed and interpreted in accordance with the laws in India. Any
provision required to be included in a Contract of this type by any applicable and valid Law,
Ordinance, Rule or Regulation shall be deemed to be incorporated herein.
Courts at Bangalore alone shall have jurisdiction on any dispute arising out of Agreement.
KIOCL shall be the sole judge to decide whether or not an event is Force Majeure and
decision is final and binding. Monsoon season is not considered a Force Majeure.
The party affected by the occurrence of the event of Force Majeure shall promptly notify
within 10 days of such occurrence to the other part hereto at its commencement and
termination along with the copies of any documents, if any, showing the existing or
termination of such event and its effect on the WORK. Delay occasioned by Force Majeure
shall give rise to an extension of the time for performance of either party obligations under
this CONTRACT commensurate with such delay.
Should CONTRACTOR or KIOCL be prevented from fulfilling his obligations as provided for
under this CONTRACT by the existence of a cause of Force Majeure lasting continuously for
a period of forty five (45) days, the party which is so prevented shall prior to the termination
of the Force Majeure condition and after the expiry of the said period of forty five (45) days
have the option to terminate this CONTRACT without further liability to either party, except
that CONTRACTOR shall be paid for the work performed upto the date of such termination.
24.1. With completion of the work in all respects as defined in NIT, CONTRACTOR shall clear
of the areas from men and materials .
24.2. If CONTRACTOR fails to comply with the requirement of the above clause on or before
the date fixed for the same, KIOCL may at the expenses of CONTRACTOR, may carry
Yours faithfully,
For KIOCL LIMITED,
sd/-
AGM ( ME )
(MINERAL EXPLORATION DEPT)
26.2.1. Carrying out Topographic and Contour Survey at in HILLY TERRAIN @ 1.0m
contour interval using Total Station in scale 1: 1000 indicating;
a. Surface features
b. Virgin features like hills, terrain, valleys, water courses, insitu rock
exposures,
c. Broken up areas such as working / abandoned pits or benches, dumps
& stock yards, old shafts /bore wells,
d. Infrastructure facilities like roads & paths, electric lines / water ways,
buildings & sheds, weigh bridge & fuel station / magazines,
permanent or semi-permanent structures like retaining walls, check
dams / culverts etc
e. Safety Zones / afforestation zones, forest / plantations boundaries,
f. Mine Lease / Block Boundary,
g. Position of dyke, faults.
h. Mine/ Block wise extent of broken up area and virgin area to be
provided.
26.2.2. Carry out MINIMUM ONE SPOT LEVEL READING for every 100 sqm area (@
not more than 10.0m X 10.0m grid).
(a) Spot levels /readings should be taken at each contact zone in
exposures /outcrops to mark litho units variation as per site conditions
& instructions of KIOCL.
26.2.3. Carry out Closed Traverse Survey all round the mineral / leased area.
26.2.4. Traverse Station Points to be marked with STEEL RODS at an interval of not
more then 500 m. Other Traverse Stations to be marked on the commanding
locations as per instructions of KIOCL site incharge.
26.2.5. On random checking of the spot levels the vertical error shall not be more
than 00.2m.
26.2.6. Closing error in the traverse survey should not be more than ± 0.04m
(horizontal) and ± 0.01m (Vertical).
26.2.7. Usage of “DRONE” for the works under NIT is not permitted.
26.2.8. Establishment of ONE Base Station in each Block / Lease by DGPS readings
of minimum six(6) hours observation( at one Boundary Corner Point).
26.3.2. Preparation of Approach Road Plan (BLOCK WISE) (for Trench / Pit,
Drill hole areas) after receipt of Topography and Contour Survey Report,
KIOCL shall provide the following details
a. Block Geological Mapping details,
b. Proposed Trench / Pit locations / Area
c. Proposed Drilling location and area
26.3.5. CONTRACTOR shall submit all the information, reports, survey data in MS
Office formats and drawings, plans, sections in AutoCAD or Surpac
compatible format only.
To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE
Estimated Quantity
Block 01 - Quote Total
Sl Block 02 - Block 04 –
Work M/s Price Price in
N unit M/s G G M/s
Component Pampapathi Total (Rs/ Rs
o Brothers Gaviyapp
& Others ha) (Exclusive
(Lot 02) a ( Lot 02)
(Lot 02) of GST)
(g)=(d)
(a) (b) (c) (d) (e) (f) (h) (i)=(g)*(h)
+(e)+(f)
Carrying out
TOPOGRAPHI
C AND
CONTOUR
SURVEY using
TOTAL
STATION
(1.0m contour
interval in
1:1000 scale),
1 ha 180 100 40 320
Preparation of
Block wise
Topographic
and Contour
Survey Report
with Maps
and
Preparation of
Approach
Road Plan
To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE
Estimated Quantity
Block 01 - Quote Total
Sl Block 02 - Block 04 –
Work uni M/s Price Price in
N M/s G G M/s
Component t Pampapathi Total (Rs/ Rs
o Brothers Gaviyapp
& Others ha) (Exclusive
(Lot 02) a (Lot 02)
(Lot 02) of GST)
(g)=(d)
(a) (b) (c) (d) (e) (f) (h) (i)=(g)*(h)
+(e)+(f)
Carrying out
TOPOGRAPHI
C AND
CONTOUR
SURVEY using
TOTAL
STATION
(1.0m contour
interval in
1:1000 scale),
1 ha 180 100 40 320
Preparation of
Block wise
Topographic
and Contour
Survey Report
with Maps
and
Preparation of
Approach
Road Plan
To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE
Estimated Quantity
Total
ML No Block 06 Quote
Sl Price in
Work Component unit 1746 - HT -M/s Price
No Total Rs
Minerals VGM (Rs/ ha)
(Exclusive
(Lot 01) (Lot 02)
of GST)
To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE
Estimated Quantity
Total
ML No Block 06 Quote
Sl Price in
Work Component unit 1746 - HT -M/s Price
No Total Rs
Minerals VGM (Rs/ ha)
(Exclusive
(Lot 01) (Lot 02)
of GST)
To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE
Estimated Quantity
Block Total
ML No ML No 05 - Quot
ML No 1177 Price in
Sl 993 - 1031 - Gadigi e
Work uni - Rs
N Jantakal Gadigi Minera Price
Component t Kashimurt Total (Exclusi
o Enterpris Mineral ls – ML (Rs/
hy Setty ve of
es (Lot s (Lot No ha)
(Lot 01) GST)
01) 01) 2489
(Lot 02)
(h)=(d)+( (j)=(h)*(i
(a) (b) (c) (d) (e) (f) (g) (i)
e)+(f)+(g) )
Carrying out
TOPOGRAP
HIC AND
CONTOUR
SURVEY
using TOTAL
STATION
(1.0m
contour
interval in
1:1000
1 scale), ha 80.93 64.75 50.29 43.48 239.45
Preparation
of Block wise
Topographic
and Contour
Survey
Report with
Maps
and
Preparation
of Approach
Road Plan
1.1 ML No : 993
1.2 Location : Holalkere Taluk, Chithradurga District, Karnataka.
1.3 SOI Toposheet No : 57 B / 04
1.4 Forest details : NIRUTHADI STATE RESERVE FOREST
1.5 Co ordinates of the Block Boundary Points (DATUM: WGS 84)
3.1 ML No : 1031
3.2 Location : Sandur Taluk, Bellary District, Karnataka.
3.3 SOI Toposheet No : 57 B / 09
3.4 Forest details : TUMBARAGUDDI STATE RESERVE FOREST
3.5 Co ordinates of the Block Boundary Points (DATUM: WGS 84)
Point Point
ID Northing Easting ID Northing Easting
1 14.994 76.574 12 14.991 76.559
2 14.991 76.573 13 14.99 76.559
3 14.991 76.569 14 14.99 76.558
4 14.99 76.569 15 14.991 76.557
5 14.99 76.566 16 14.994 76.557
6 14.993 76.566 17 14.996 76.557
7 14.994 76.562 18 14.996 76.557
8 14.992 76.562 19 14.994 76.561
9 14.992 76.56 20 14.993 76.565
10 14.994 76.56 21 14.993 76.568
11 14.995 76.559
LETTER OF UNDERTAKING
(In BIDDER’s letter head)
To
Sir,
Sub: CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL
BLOCKS located in Bellary and Chitradurga (Dists), Karnataka
I / We hereby bind myself / ourselves to undertake the work (s) within time as per terms and
conditions as stipulated in the Tender.
In case of acceptance of the tender by KIOCL, I / We bind myself/ ourselves to furnish the
required Security Deposit for the work awarded and to commence the work immediately after
receipt of the Work Order, failing which I / We shall have no objection for forfeiture of the EMD,
total amounting to Rs.( -------------) only lodged with KIOCL.
Place:
Date : (BIDDER)
INTEGRITY PACT
Ref: NIT No: KIOCL / MED / 903 dtd 04 Aug 2019
KIOCL Limited
IInd Block, KORAMANGALA,
BANGALORE 560 034 hereinafter referred to as ―THE PRINCIPAL,
AND
……………………………………
…………………………………..
Principal intends to award a contract, following its laid-down organizational procedures, for
“CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL BLOCKS
located in Bellary and Chitradurga (Dists), Karnataka”.
The Principal values full compliance with all relevant laws and regulations and the principles of
economical use of resources and of fairness and transparency in its relations with its BIDDER(s)
and /or CONTRACTOR(s).
In order to achieve these goals, the Principal cooperates with the renowned international Non-
Governmental Organization, "Transparency International" (TI). Following TI's national and
international experience, the Principal will appoint an Independent External Monitor (IEM) who
will monitor the tender process and the execution of the Contract for compliance with the
principles mentioned below.
IT IS AGREED AS FOLLOWS:
Definitions:
38.10. “PRINCIPAL”, incorporated under the Companies Act 1956, having their registered
office at Koramangala, Bangalore – 560 034 and includes their successors.
38.11. “BIDDER” means the person, firm or company submitting a tender against the Invitation
to Tender and includes his/ its/ their staff, consultants, parent and associate and subsidiary
companies, agents, consortium and joint venture partners, sub-CONTRACTORs and Bidders,
heirs, executors, administrators, representatives, successors.
38.12. “CONTRACTOR” means the BIDDER whose tender has been accepted by the principal
or Company and shall be deemed to include his/ its/ their successors, representatives, heirs,
executors and administrators unless excluded by the Contract.
38.13. “Independent External Monitor" means a person, hereinafter referred to as IEM,
appointed, in accordance with clause 8.a below, to verify compliance with this agreement.
Principal commits itself to take all measures necessary to prevent corruption (inducement to
violate duty assigned to its employees) and to observe the following principles;
1. No employee of the Principal, personally or through family members or any third person, will
in connection with all stages of tendering or the execution of Contract, demand or take a
promise, or accept, for him/herself or any third person, any material or non-material benefit
which he/she is not legally entitled to;
2. The Principal will, during the tender process, treat all BIDDERs with equity and reason. The
Principal will in particular, before and during the tender process, provide to all BIDDERs the
same information and will not provide to any BIDDER any information/ clarification through
which the BIDDER could obtain an advantage in relation to the tender process or the Contract
execution;
3. The Principal will not take, directly or indirectly, any steps, which could unduly influence the
functioning of IEM.
4. If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the relevant Anti-corruption Laws of India/ guidelines of Govt. / guidelines of
CVC/ guidelines of Principal, or if there be a substantive suspicion in this regard, the
Principal will inform its Vigilance Office and in addition can initiate disciplinary actions
2.1 BIDDER /CONTRACTOR commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation
in the tender process and during the Contract execution;
BIDDER / CONTRACTOR will not directly or through any other person(s) or firm, offer,
promise or give to the Principal, or to any of the Principal‘s employees involved in the
tender process or the execution of the Contract or to any third person any material or
immaterial benefit which he / she is not legally entitled to in order to obtain, in exchange,
an advantage during the tender process or to vitiate the Principal‘s tender process or the
execution of the Contract.
i. BIDDER / CONTRACTOR will not enter with other BIDDERs into any illegal agreement or
understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or
actions to restrict competitiveness or to vitiate the Principal ‘s tender process or the
execution of the Contract.
ii. BIDDER / CONTRACTOR will not commit any criminal offence under the relevant Anti-
corruption Laws of India; further, the BIDDER / CONTRACTOR will not use improperly, for
purposes of competition or personal gain, or pass on to others, any information provided
iii. BIDDER / CONTRACTOR of foreign origin shall disclose the name and address of the
agents/representatives in India, if any. Similarly, the BIDDER / CONTRACTOR of Indian
Nationality shall furnish the name and address of the foreign principals, if any.
iv. BIDDER / CONTRACTOR will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.
v. BIDDER/ CONTRACTOR will not take, directly or indirectly, any steps, which could unduly
influence the functioning of IEM.
vi. BIDDER / CONTRACTOR will not instigate third persons to commit offences outlined above
or be an accessory to such offences.
a. Each Party will take all reasonable steps to ensure that the provisions of this
agreement which are binding on it are complied with by all of its staff, consultants,
parent and associated and subsidiary companies, agents, consortium and joint
venture partners, sub-CONTRACTORs and Bidders.
b. Each Party will appoint an appropriate senior manager with responsibility for
ensuring that the provisions of this agreement are complied with.
SECTION 3 -Disqualification from tender process and exclusion from future contracts
a. If the BIDDER, before award of Contract, has committed a transgression through violation
of any of the terms under Section 2 above or in any other form such as to put his reliability
or credibility as BIDDER into question, the Principal is entitled to disqualify the BIDDER
from the tender process or to terminate the Contract, if already signed, for such reason.
c. If the BIDDER / CONTRACTOR can prove that he has restored / recouped the damage
caused by him and has installed a suitable corruption prevention system, Principal may
revoke the exclusion before the expiry of the period of such exclusion.
a. If the Principal has disqualified the BIDDER from the tender process prior to the award
according to Section 3 above, the Earnest Money Deposit (EMD) furnished, shall be
forfeited. This is apart from the disqualification of the BIDDER as may be imposed by the
Principal as brought out at Section 3 above.
b. BIDDER hereby agrees that if he has made / makes incorrect statement in regard to this
aspect, he can be disqualified from the tender process or the Contract, if already awarded,
can be terminated for that reason.
b. The principal will enter into agreements with identical conditions as that of this Integrity
Pact, with all BIDDERs / CONTRACTORs
c. It is essential for all tenderes / CONTRACTORs to sign the Integrity Pact with the company
if the value of the transaction is more than 30 lakhs. The principal will disqualify from the
tender process all BIDDERs/ CONTRACTORs who do not sign this Pact or violate its
provisions.
a. In the event that any Party believes that there is PRIMA FACIE evidence that there has
been a failure by a Party to comply with any provision of this agreement, such Party will
take the following actions:
i. It will report full details of such suspected non-compliance to the IEM and CVO with
copies to the Chief Executives of each of the Parties.
ii. If any such non-compliance has been carried out, or assisted by an individual who is a
member of a professional association, and such non-compliance may constitute a
breach of any disciplinary code of such professional association, such Party may report
such matter to the professional association.
b. If such non-compliance may constitute a criminal offence, either in the country in which the
Contract is being carried out, or in the home country of the organization or individual
which carried out or assisted such non-compliance, such Party may report such matter to
the appropriate criminal authorities in those territories.
c. In the event that any Party breaches any provision of this agreement, the other Parties
may, in addition to the rights under this agreement, claim damages against the defaulting
Party, and exercise any other rights they may have against the defaulting Party.
a. The Principal will appoint a competent and credible IEM/Number of IEMs for the duration
of this agreement from the panel of IEMs appointed in consultation with the Central
Vigilance Commission (CVC).
b. The IEM will assess, on an independent and objective basis, the extent to which the Parties
comply with their obligations under this agreement.
c. The Parties will, after submission of a tender; after the award of any contract to them and
for the duration of the contract:
i. Allow the IEM unrestricted access to all books, records and staff relevant to such
tender;
ii. Ensure that the IEM has unrestricted access to the relevant books, records and staff of
their consultants, parent and associated and subsidiary companies, agents, consortium
and joint venture partners, sub-CONTRACTORs and Bidders.
d. In the event that the IEM believes that there is PRIMA FACIE evidence that there is a
violation of this agreement, the IEM will report the same to CEO of the Principal.
e. Upon receipt of a report from the IEM, CEO of the Principal and the Board will discuss and
try to agree upon the appropriate action to be taken in line with Sections 3,4 & 5 above to
deal with such violation.
f. The IEM has no power to inquire any of the Parties to undertake any actions. No statement
by the IEM, whether oral or in writing, is binding on any of the parties. Any Party in legal
or dispute resolution proceedings can use all reports and other documentation issued by
the IEM. The IEM can be called as a witness in legal or dispute resolution proceedings.
g. Fee and /or any other incidentals including travelling / conveyance expenses, if any,
payable to IEM shall be borne by the Principal.
c. This agreement is subject to Indian law. Place of performance and jurisdiction is the
corporate office of the Principal. In case of any dispute, the courts at Bangalore only shall
have jurisdiction.
d. Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
e. Addresses along with other relevant details of the Chief Executives of the Parties are as
given under;
f. Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In that case the parties will strive to come to an agreement
to their original intentions.
1. PRINCIPAL
Chairman-cum-Managing-Director, Tel : 080-25531322(O)
KIOCL Limited : 080-25531272(O)
II–Block, KORAMANGALA, Fax : 080-25521584(O)
BANGALORE – 560 034
INDIA.
2. BIDDER / CONTRACTOR Tel:
…………………………………………….. Mobile:
…………………………………………….
……………………………………………. Email:
…………………………………………….. Fax:
CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL BLOCKS
located in Bellary and Chitradurga (Dists), Karnataka
Bidders are requested to note that they should have a valid Digital Certificate issued by any of the
valid certifying authorities to participate in the online bidding or as specified by KIOCL‟S
authorized service provider. Those Bidders who are not in possession of a valid digital certificate
are requested to apply for the same well in advance to avoid any last-minute hassles. Bidders may
contact the service provider / KIOCL if they are not in possession of a valid digital certificate.
1. Against this NIT, for the subject work with detailed scope of supply as per specification,
KIOCL Limited, hereinafter referred to as KIOCL, may resort to “REVERSE AUCTION
PROCEDURE” i.e. ONLINE BIDDING CUM e-REVERSE AUCTION on INTERNET.
2. For the proposed reverse auction, technically and commercially acceptable bidders are
only shall be eligible to participate.
3. KIOCL will engage the services of a service provider who will provide all necessary training
and assistance before commencement of online bidding on Internet.
4. Business rules like event date, time, bid decrement etc. also will be communicated through
service provider.
5. Bidders have to fax the process compliance form in the prescribed format provide by
KIOCL, before start of online bidding cum e-Reverse auction. Without this the Bidder will
not be eligible to participate in the event.
6. Online bidding cum e-Reverse auction will be conducted on schedule date & time.
7. At the end of reverse auction event, the lowest bidder value will be known on the network.
8. The lowest bidder has to fax the duly signed filled-in offered price in the prescribed format
as provided on case-to-case basis to KIOCL through service provider within 24 hours of
action without fail.
KIOCL shall finalize the procurement of the item against this Tender through reverse auction
mode. KIOCL has made arrangement with M/s BOB eProcure Solutions Pvt. Ltd., (hereinafter
referred to as M/s BOB eProcure) who shall be KIOCL‟s authorized service provider for the same.
Please go through the guidelines given below and submit your acceptance to the same along with
your Techno Commercial Bid.
2. M/s. BOB eProcure Solutions Pvt. Ltd., shall arrange to train your nominated person(s),
without any cost to you. They shall also explain you, all the Rules related to the online
bidding cum e-reverse auction to be adopted along with tender. You are required to give
your compliance on it before start of bid process.
5. The technical & commercial terms are as per KIOCL Tender No.: NIT No: KIOCL / MED /
903 Date: 04 Aug 2019.
6. VALIDITY OF BIDS: The Bid price shall be firm specified in the tender document and shall
not be subjected any change whatsoever.
7. The detailed process for online bidding cum e-reverse auction is explained below:
The online bidding cum e-reverse auction event will be conducted in three stages:
At scheduled time, the screen for On-line bidding will be launched wherein the techno-
commercially qualified bidders will be allowed to submit their price through online. The bidders
would be required to quote price only on the basis of price terms indicated in their sealed price
bid submitted along with techno-commercial bid.
After the expiry of the time for submission of Online bidding, the lowest Price will be frozen by
the system as the Start Bid Price (SBP) for Stage – III online bidding.
Those Bidders who have participated in the Stage –I Online Bidding will only be eligible
to participate in the subsequent e- Reverse Auction.
Stage –I online bidding will be for 30 minutes and Online e-Reverse (no ties) Auction shall
be for a period of one hour.
b. If a bidder places a bid in the last 10 minutes of closing of the e-Reverse Auction and if that
bid gets accepted, then the auction’s duration shall get extended automatically for 10
minutes, for the particular Event/Lot. Please note that the auto-extension will take place
only if a bid comes in those last 10 minutes and if that bid gets accepted. If the bid does not
get accepted, the auto-extension will not take place even if that bid might have come in
the last 10 minutes. In case, there is no bid in the last 10 minutes of closing of e-Reverse
Auction, the auction shall get closed automatically without any extension. However, the
bidders are advised not to wait till the last minute or last few seconds to enter their bid
during the auto-extension period to avoid complications related with internet connectivity,
network problems, system crash down, power failure, etc.
c. The weightage factor (multiplication factor), bid decrement amount shall be specified by
KIOCL before start of online bidding. The bidder can bid lower than the start bid price in
e-reverse auction by a bid decrement or multiple of Bid decrement.
d. Any commercial loading shall be intimated to bidders in advance and it shall be added to
price during Stage –I online bidding. Only for price evaluation & Comparison of bids
purpose, commercial loading if any, shall be added to the quoted price of respective
bidder. However, while ordering these commercial loadings will not be considered.
e. Bidder will be able to view the following on your screen along with the necessary fields in
the English Reverse (no ties) {Reverse Auction}:
i. Leading Bid in the Auction (only total price)
ii. Bid Placed by you
iii. Your Own Rank
iv. Start Bid Price & Bid Decrement value.
f. After the completion of e- Reverse (no ties), the Closing Price (CP) shall be available.
g. At the end of the e-Reverse Auction, Service Provider will evaluate all the bids (final price)
submitted and final price comparative statement will be forwarded to KIOCL for further
processing.
h. The bidders who have participated in the event, shall be required to submit the final
prices, quoted during the e-Reverse (no ties) in Annexure 13(D) Format after the
completion of Auction to Service Provider / KIOCL duly signed and stamped as token of
acceptance without any new condition other than those already agreed to before start of
auction.
j. During the Online bidding cum e-reverse auction, if no bid is received in the auction
system/website within the specified time duration, then KIOCL, at its discretion, may scrap
the online price bidding cum e-reverse auction process and open only sealed price bids
of all technically and commercially acceptable bidders submitted earlier along with
techno-commercial bids.
KIOCL shall be at liberty to cancel the reverse auction process / tender at any time, before
ordering, without assigning any reason.
KIOCL‟s decision on award of Contract shall be final and binding on all the Bidders.
KIOCL shall be at liberty to cancel the reverse auction process / tender at any time, before
ordering, without assigning any reason. KIOCL shall not have any liability to bidders for
any interruption or delay in access to the site irrespective of the cause. Other terms and
conditions shall be as per your techno-commercial offers and other correspondences till
date. Bidders are required to submit their acceptance to the terms/ conditions/ modality
given above before participating in the reverse auction.
1. LOGIN NAME & PASSWORD: Each Bidder is assigned a Unique User Name & Password by
M/s. BOB eProcure Solutions Pvt. Ltd., The Bidders are requested to change the Password
after the receipt of initial Password from M/s. BOB eProcure Solutions Pvt. Ltd. All bids made
from the Login ID given to the bidder will be deemed to have been made by the bidder.
2. BIDS PLACED BY BIDDER: The bid of the bidder will be taken to be an offer to execute the
work. Bids once made by the bidder cannot be cancelled. The bidder is bound to execute the
work the as mentioned above at the price that they bid. Should any bidder back out and not
make the supplies at per the rates quoted, KIOCL and / or M/s. BOB eProcure Solutions Pvt.
Ltd., shall take action as appropriate.
3. LOWEST BID OF A BIDDER: In case the bidder submits more than one bid, the lowest bid will
be considered as the bidder‟s final offer to execute the work
5. DURATION OF AUCTION: The duration of Reverse Auction will be for one hour. If a bidder
places a bid in the last 10 minutes of closing of the e-Reverse Auction and if that bid gets
accepted, then the auction‟s duration shall get extended automatically for 10 minutes, for the
particular Event/Lot. Please note that the auto-extension will take place only if a bid comes in
those last 10 minutes and if that bid gets accepted. If the bid does not get accepted, the auto-
extension will not take place even if that bid might have come in the last 10 minutes. In case,
there is no bid in the last 10 minutes of closing of e-Reverse Auction, the auction shall get
closed automatically without any extension. However, the bidders are advised not to wait till
the last minute or last few seconds to enter their bid during the auto-extension period to
avoid complications related with internet connectivity, network problems, system crash
down, power failure, etc. (THIS SCHEDULE IS TENTATIVE. IF ANY CHANGE IN SCHEDULE,
THE SAME SHALL BE COMMUNICATED TO YOU)
6. BID DECREMENT: The minimum Bid decrement shall be available to the Bidders at the start of
the auction. The bidder can view the same by clicking on the Item details at the start of the
auction. The bidder can bid lower than the Lowest Bid in the auction by a decrement or
multiple of the Bid decrement.
7. VISIBLITY TO BIDDER: The Bidder shall be able to view the following on his screen along with
the necessary fields during English Reverse – No ties Auction:
8. PROXY BIDS: Proxy bidding feature is a pro-Bidder feature to safe guard the Bidder’s interest
of any Internet failure or to avoid last minute rush. The Proxy feature allows Bidders to place
an automated bid against other Bidders in an auction and bid without having to enter a new
amount each time a competing Bidder submits a new offer.
The bid amount that a Bidder enters is the minimum that the Bidder is willing to offer. Here
the software bids on behalf of the Bidder. The proxy amount is the minimum amount that the
Bidder is willing to offer.
During the course of bidding, the Bidder cannot delete or change the amount of a Proxy Bid.
This feature can be used only once during a particular Reverse Auction and only after the L1
rate is equal to or less than the minimum bid amount that the bidder has put in the system will
he get the option to manually bid for the same. In no case during the bidding till the L1 rate or
less is not reached as equivalent to the minimum bid amount offered by the bidder, will the
bidder get the option to manually bid for the same.
GENERAL TERMS & CONDITIONS: Bidders are required to read the “Terms and Conditions”
section of the auction website (https://eauctions.bobeprocure.in) using the Login IDs and
passwords given to them.
9. The Bidder shall not involve himself or any of his representatives in Price manipulation of any
kind directly or indirectly by communicating with other Bidders / bidders.
10. The Bidder shall not divulge either his Bids or any other exclusive details of KIOCL to any
other party.
11. KIOCL‟s decision on award of Contract shall be final and binding on all the Bidders.
12. KIOCL along with M/s. BOB eProcure Solutions Pvt. Ltd., can decide to extend, reschedule or
cancel any Auction. Any changes made by KIOCL and / or M/s. BOB eProcure Solutions Pvt.
Ltd., after the first posting will have to be accepted if the Bidder continues to access the site
after that time.
13. M/s. BOB eProcure Solutions Pvt. Ltd., shall not have any liability to Bidders for any
interruption or delay in access to the site irrespective of the cause.
14. M/s. BOB eProcure Solutions Pvt. Ltd., is not responsible for any damages, including
damages that result from, but are not limited to negligence. M/s. BOB eProcure Solutions Pvt.
Ltd., will not be held responsible for consequential damages, including but not limited to
systems problems, inability to use the system, loss of electronic information etc.
Note All the Bidders are required to submit the Process Compliance Form duly signed to M/s.
BOB eProcure Solutions Pvt. Ltd., before start of online bidding cum e-reverse auction. After the
receipt of the Process Compliance form, our authorized service provider will provide the
modalities to conduct online bidding cum e-reverse auction and Log in ID & Password
(The bidders are required to print this on their company’s letter head and sign, stamp
before faxing)
To
Dear Sir,
Sub: Agreement to the Process related Terms and Conditions for the Reverse Auction
This has reference to the Terms & Conditions for the Reverse Auction mentioned in the NIT No:
KIOCL / MED /903 Date:04 Aug 2019 for
“CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL BLOCKS
located in Bellary and Chitradurga (Dists), Karnataka “.
With regards
Scan & email this document to M/s Bob eProcure Solutions Pvt. Ltd.
Price Confirmation
To
Dear Sir,
Sub: Final price quoted during e-reverse auction and price break up for
“CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL BLOCKS
located in Bellary and Chitradurga (Dists), Karnataka”.
Ref: Online bidding cum e-reverse Reverse auction dt. …………………………… . Our Offer No. dt.
We confirm that we have quoted. Rs …………………… for “CONTRACTOR for Carrying out
Topography and Contour Survey of the MINERAL BLOCKS located in Bellary and Chitradurga
(Dists), Karnataka”, as our final prices during the online bidding cum e-reverse auction
conducted on dtd XX Sept 2019.
PRICE BID
CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL BLOCKS
located in Bellary and Chitradurga (Dists), Karnataka.
PRICE SCHEDULE
_________________________________________________________________________)
1. In consideration of KIOCL Limited (hereinafter called ' Company') having agreed to exempt
_______________ (hereinafter called the said "Bidder") from demand under the terms and
conditions of the tender documents vide No ____ dated _______ of Earnest Money deposit for
the due fulfillment by the said Bidder of the terms of conditions contained in the NIT
document on production of Bank Guarantee of Rs. _______________ (Rupees
_____________________________ only).
3. Our liability under this present Guarantee is absolute and unequivocal and we undertake to
pay the Company the amount so demand notwithstanding the Bidder raising any dispute and
/or disputes or filling any suit or proceeding before any court or tribunal or other Authority.
The payments 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.
5. This Guarantee shall not be revocable by us except with the written consent of the Company
and shall continue to be enforceable till. ________________. Should it be necessary to extent
this Guarantee beyond the said date, we undertake to extend the validity of this Guarantee
for such further period as may be required by the Company and such extension shall be
given one month before the expiry of the Guarantee, failing which the amount covered under
this Guarantee shall become forthwith payable.
6. We ____________________ further agree with the Company that the Company shall have the
fullest liberty without our consent and without affecting in any manner our obligation
hereunder to vary any of the terms and conditions of the Tender Documents or to extend time
of finalizing the bid from time to time and to forbear or enforce any of the terms and
conditions relating to the Tender Documents and we shall not be relieved from our liability
by reason of any such variation or extension being granted to the said Bidder or for any
forbearance, act or omission on the part of the company or any indulgence by the Company
7. This Guarantee shall not in any way be affected due to change in our constitution or by your
taking or varying or giving up any securities from the Bidder or any other person, firm or
Company on its behalf or by the change in the constitution, winding up, dissolution,
insolvency or death as the case may be of the Bidder.
8. In order to give full effect to the Guarantee herein contained, you shall be entitled to act as if
we are your principal debtors in respect of all your claims against the Bidder hereby
Guaranteed by us as aforesaid and we hereby expressly waive all our rights of surety ship
and other rights. If any, which are in any way inconsistent with the above or any other
provisions of this Guarantee.
IMPORTANT NOTE The following points should be taken care of while submitting the Bank
Gurantee:- • The Bank Guarantee should be on non- judicial stamp paper of Rs 200/- or as
applicable in the State of Karnataka. • The Stamp paper should be purchased in the name of the
Bank, who give the Guarantee and not in the name of the Bidder. • The Bank Guarantee should be
strictly as per the proforma. • The Bank Guarantee should from any of the Nationalised Banks or
Scheduled Bank. • If any correction is made on the Guarantee, the same should be endorsed by
the Bank with its official seal. • The Bank Guarantee should be valid for a period of ------ days from
date of opening the Bids. The validity period of ----- days as stipulated will be indicated on case to
case basis as per KIOCL’s Tender requirement.
7. This Guarantee shall not in any way be affected due to change in our constitution or by
your taking or varying or giving up any securities from the CONTRACTOR(S)/ SUPPLIERS
or any other person, firm or Company on its behalf or by the change in the constitution,
winding up dissolution, insolvency or death as the case may be of the
CONTRACTOR(S)/SUPPLIER(S).
8. In order to give full effect to the Guarantee herein contained you shall be entitled to act as
if we were your principal debtors in respect of all your claims against the
CONTRACTOR(S)/SUPPLIER(S) hereby Guaranteed by us as aforesaid and we hereby
expressly waive all our rights of surety ship and other rights if any which are in any way
inconsistent with the above or any other provisions of this Guarantee.
9. We............................. also undertake not to revoke this Guarantee during its currency
except with previous consent of the Company in writing.
IMPORTANT NOTE The following Points should be taken care of while submitting the Bank
Guarantee: - a) The Bank Guarantee should be on non-judicial stamp paper having a value
of Rs.200/-or as applicable in the State of Karnataka. b) The stamp paper should be
purchased in the name of the Bank, who give the guarantee and not in the name of the
Supplier. c) The Bank Guarantee should be strictly as per the profoma. d) The Bank
Guarantee should be from any of the Nationalised Bank and local Scheduled Banks only
acceptable to us. Bank Guarantee issued by Co-operative and Gramin Banks will not be
accepted. e) If any correction is made on the guarantee the same should be endorsed by
the Bank with its official seal.