Commissioner of Geology and Mining · Proposal Validity: - Validity date is 60 days from last date...
Transcript of Commissioner of Geology and Mining · Proposal Validity: - Validity date is 60 days from last date...
Request for Proposal (RFP)
For
Engagement of Agency for Topographical and Geological
exploration for Minor minerals (other than Dimensional Stones)
in Gujarat State [As per GMMCR 2017]
Due Date of Submission: 10.12.2018 at 1800 Hours
Commissioner of Geology and Mining
Block no 1/2, 7th floor
Udhyog Bhavan,
Gandhinagar - 382010
Gujarat
Email Id: [email protected]
RFP No. CGM / Gujarat / Topographical & Geological exploration-/______
Date: 29/11/2018
NOTICE INVITING TENDER
CGM/GUJARAT/TOPOGRAPHICAL & GEOLOGICAL EXPLORATION/___ Date: 29/11/2018
1. Name of the Work
Engagement of Agency for Topographical and
Geological exploration for Minor Minerals (other
than dimensional stones) in Gujarat State [As per
GMMCR 2017]
2. Mode of submission of bids Two part offline bid submission
3. Type of tender Open Tender
4.
Tender Fee (non-refundable) INR 1000 (Rupees One Thousand only)
Earnest Money Deposit (EMD)
(refundable) INR 25000 (Rupees Twenty Five Thousand only)
5. Duration of assignment 12 months ( Twelve Months)
6. Date of Publication of Tender on
website 29/11/2018
7. Last Date/Time for submission of bids 10/12/2018 up to 18:00 hrs.
8. Date and Time of Technical Bid
Opening 11/12/2018 at 11:00 hrs
9. Date and Time of Financial Bid
Opening To be notified
10. Bid submission address
Commissioner of Geology and Mining Block no 1, 7th floor Udhyog Bhavan, Gandhinagar – 382010, Gujarat
Note: CGM reserves the right to reject any or all the EOI or split the work between more than one bidders without assigning any reason thereof.
Further details can be seen on https://cgm.gujarat.gov.in/
Sd/-
Roopwant Singh, IAS
Commissioner of Geology and Mining
Government of Gujarat
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 CGM 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 and price bid. This document does
not constitute and will not be deemed to constitute, any commitment on the part of
CGM. Furthermore, this document confers neither any right nor expectation on any
party to participate in the bid contemplated herein.
III.Neither CGM 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 CGM 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 CGM or its employees, any consultants or
otherwise arising in any way from the selection process.
V.CGM 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 CGM. Any breach by
the bidder of this clause shall be deemed to be noncompliance with the terms and
conditions of this document and shall render the proposal of qualification liable for
rejection. CGM'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. CGM and their consultants shall not, under any circumstances, be
responsible or liable for any such costs.
1. ABOUT COMMISSIONER OF GEOLOGY AND MINING (CGM)
The office of Commissioner of Geology and Mining (CGM) functions under the
administrative control of Industries and Mines Department, Government of Gujarat. The
main functions of the CGM office are Mineral Administration, Exploration and
Enforcement. Mineral Administration comprises of policy formulation for minor minerals,
regulation for major and minor minerals both, grant of mineral concession under act and
rules made thereunder, mineral potential area identification and revenue collection.
CGM is undertaking various exploration projects for different minerals in state of Gujarat
to establish mineral potential and identify mineral blocks for auction. As part of the
exploration activities, CGM wishes to carry out Topography & Geological mapping for
different minerals in different districts of Gujarat State.
2. SCOPE OF WORK
2.1. PART A : TOPOGRAPHIC AND DGPS SURVEY
i. Mapping on 1:1000 scale (topographic) to be carried out with the help of
Total station/ DGPS instrument.
ii. Exploration block to be geo-coordinated and land details to be delineated
with the help of DGPS.
2.2. PART B : GEOLOGICAL SURVEY, STUDIES AND REPORT PREPARATION
I. Geological Survey
i. Mapping on 1:1000 Scale (geological) to be carried out with the help of Total
station/DGPS instrument.
ii. Assessment of lithology, structure, surface extension of mineral.
iii. Detailed geomorphology, and drainage pattern.
iv. Pitting: 1 per hectare to know the depth extension [Pitting not applicable to
minerals Black Trap (Road Metal), Building Stones (Building Limestone,
Calc-gneiss, Gabbro, Phyllite, Quartzite, Sandstone, Slate, Trachyte) ]
v. Sampling: systematic grab, chip, sampling for geotechnical studies.
II. Geo-technical studies
i. Measurement of compressive strength, flexural strength & Bulk density/
specific gravity for applicable mineral.
ii. Grainsize & Bulk density/ specific gravity for applicable minerals.
III. Laboratory studies
As per requirement of Mineral type from NABL accredited Laboratory or an ISO
laboratory or Government laboratory.
IV. Reports
i. Geological report preparation as per directions of project in-charge.
ii. All the draft survey reports as per scope of work shall be submitted in duplicate.
iii. CGM after scrutiny of the draft report return it back to the Agency and thereafter the
Agency has to submit final three copies of the survey report to CGM.
iv. The bidder shall submit 3 copies of the approved report (Drawing and text) along
with a 2 Soft Copy (in CD form) to CGM.
2.3. LOCATION AND DESCRIPTION OF THE SITE
CGM wishes to carry out Topography & Geological mapping for Minor Minerals in
different districts of Gujarat State. Tentative area for exploration will be about 1000
Hectares, which may increase or decrease during actual work.
2.4. GENERAL SCOPE OF SERVICES
I. The successful bidder shall start the work within 7 days of written acceptance of
award of work in response to Work Order.
II. The successful bidder shall deploy its own manpower for the satisfactory
completion of the entire scope of work.
III. The successful bidder shall make his own arrangement for shifting the all require
accessories / facilities at his own cost during field work.
IV. The successful bidder shall make his own arrangement for fuel, lubricants, power,
camping, lodging, boarding, transportation and all other consumables.
V. Total contract shall be awarded on turnkey basis
VI. There is no subletting of any job except Sample analysis.
3. INSTRUCTIONS TO BIDDERS
General Terms and Conditions
1. CGM 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.
2. The bidder should be a Company registered in India under Indian Companies Act 1956 or
2013 or a Limited Liability Partnership under the Limited Liability Partnership Act of India,
2008 or sole proprietorship firm. The bidder must have a GSTIN and operating for the last five
years as of 31st March 2018. The bidder must submit the Certificates of incorporation,
Memorandum of Association and Articles of Association, Partnership Deed (as applicable),
Registration Certificates and GSTIN certificate along with the Technical Proposal.
3. The bidder must not be blacklisted by any Central / State Government (Central/State
Government and Public Sector). The bidder must submit a self-certified letter by the
authorized signatory of the bidder on the letterhead of the bidder certifying the same along
with the Technical Proposal.
4. The costs of preparing the proposal and of negotiating the contract, including visits to the
CGM are not reimbursable by CGM. The Bidder shall be deemed to have full knowledge of
the roles and responsibilities of the work.
5. The proposal and all the associated correspondence shall be written in English and shall
conform to the prescribed format.
6. The proposal shall be signed by the Bidder or duly authorized persons to bind the Bidder to
the contract.
7. 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.
8. Proposal Validity: - Validity date is 60 days from last date of submission. A proposal valid for
a shorter period may be considered nonresponsive and liable to rejection.
9. Cost of RFP Document (Tender Fee): - The cost of RFP Document of amount Rs. 1000/- in
favor of “Commissioner of Geology and Mining, Gujarat” payable at Gandhinagar shall be
in the form of Account Payee Demand Draft/ Bankers Cheque from any scheduled commercial
bank or nationalized bank. A proposal without the cost of RFP document shall be rejected, as
nonresponsive.
10. Earnest Money Deposit (EMD): - A non-interest bearing EMD amount of Rs 25000/- (INR
Twenty five thousand only) in favor of “Commissioner of Geology and Mining, Gujarat”
payable at Gandhinagar shall be paid in the form of Demand Draft/ Bank Guarantee from any
of the scheduled commercial bank or nationalized bank having its branch in Gujarat. Bank
Guarantee, must be valid for a period of not less than 6 (Six) months beyond the proposed
validity of bid.
a. Any pending dues against invoice or any other deposit pending with CGM office
will not be adjusted against EMD. Any tender submitted without Earnest Money shall
be summarily rejected and no claim shall be entertained on such rejected tenders.
b. The unsuccessful bidders will be returned the EMD amount at the earliest after
finalization of the tender.
c. The EMD of the successful bidders shall either be adjusted as a part of security
deposit, if desired by the Successful Bidder or shall be refunded by way of crossed
cheque on receipt of security deposit amount.
d. If the party does not accept the Work Order issued by CGM then EMD amount paid
by the bidder will be forfeited.
Manner of Preparation of Bid Proposal: -
1. Bidder’s Proposal (the Proposal) will consist of following components
a. Cost of RFP document (Tender Fee)
b. Earnest Money Deposit (EMD)
c. Technical Proposal including details of claim of qualifying criteria laid down in this RFP,
and
d. Financial Proposal
2. The Technical Proposal shall not include any information related to financial proposal.
Technical Proposals containing information related to financial proposal shall be declared
nonresponsive.
3. The Technical proposal shall contain all the annexures along with supporting documents as
indicated in the RFP to substantiate claim against the evaluation criteria. The Technical
proposal shall contain all the documents mentioned in Checklist indicated in Section 6 of this
RFP complete along with the documents mentioned under section 3 of RFP.
Financial Proposal
1. Financial proposal must be submitted by the bidder in the financial cover separately.
a. All information provided in Bidders’ Financial Proposal will be treated as confidential.
b. The Financial Proposal is to be submitted in the indicated format enclosed in the RFP.
c. The rates to be quoted shall be in the format indicated in this RFP and it shall include all
costs/expenses and statutory taxes (if any) excluding GST. CGM shall pay GST
additionally as per indicated provisions in the Financial Proposal. All the cost shall be in
INR.
d. The price quoted above are inclusive of cost of visiting CGM office at Gandhinagar for
meetings and presentations.
e. The bidder has to carry out all the works for all the areas and will quote item wise lumpsum
rates (Part A and B separately as per format) in INR, for carrying out the scope of work
mentioned in RFP in financial proposal. No escalation will be considered on any part of
the work.
f. The bidder is required to quote the rate strictly as per the terms and conditions mentioned
in the tender documents. Any kind of conditional tender will not be entertained and
will be rejected. The rate quoted should be inclusive of all items.
Submission, Receipt and Opening of Proposals
I. The original Technical Proposal shall be placed in a sealed envelope clearly marked
"TECHNICAL PROPOSAL." Similarly, the Financial Proposal shall be placed in a sealed
envelope clearly marked "FINANCIAL PROPOSAL" followed by the name of the assignment,
and with a warning "DO NOT OPEN WITH THE TECHNICAL PROPOSAL." The envelopes
containing the Technical and Financial Proposals 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]". It is to be submitted at the following address:
Commissioner of Geology and Mining,
Block 1, 7th Floor, Udhyog Bhavan, Sector 11,
Gandhinagar- 382010
Gujarat
II. CGM 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. If the Financial Proposal is not submitted in a separate sealed envelope
duly marked as indicated above, this will constitute grounds for declaring the Proposal non-
responsive. The Proposal
III. At no circumstances, the Technical proposal shall have any mention of the bidders quoted
price. The proposal would be summarily rejected for any such incidence.
IV. If the Tender Fee and EMD are not found in the sealed document cover or if the amount
thereof is found short, the tender will not be considered for scrutiny and will be outrightly
rejected.
4. EVALUATION
I. Proposal Evaluation and Technical Scoring
The members of the Tender Committee of CGM will carry out the evaluation of proposals on the
basis of their responsiveness to the RFP, applying the evaluation criteria as given in the table
below. CGM reserves the right to accept or overlook or rejecting any lower rates offered by the
bidder without assigning any reason thereof. The evaluation of offers will be made on the basis
of the lowest offer, Technical skill, available Instruments, Experience and financial position of the
bidder.
Each responsive proposal will be given a technical score. The technical bid shall be evaluated
and provided a Technical Score on the following basis:
Item
no
Criteria Maximum
score
Documents to be submitted
A Work experience of bidder in last 5 years
The Bidder should have experience of
Topographical Survey and Geological
Exploration in the last 5 financial years
ending 31.03.2018
20 marks
(5 marks for
each project
upto a
maximum of
20 marks)
Work order and completion
certificates/ self-declaration to
be provided. In case of
ongoing projects, certificate
from the government
organization to be provided
B Ownership of Survey Instruments by
bidder
Minimum 1 no. of DGPS / total station survey
instruments. Bidder has to submit
documentary evidence clarifying ownership of
the instruments along with bid.
15 marks
1 DGPS: 7.5
Marks
2 DGPS : 15
Marks
Ownership documents to be
submitted as part of the
Technical Bid
C Bidder’s Team:
The Bidder should have at least two Surveyors
(with at least 3 years of experience in Geology
and Mining field) and 1 geologist (with atleast
5 years of experience in Geology and Mining
field) on its rolls.
20 marks
2 Surveyors, 1
Geologist :
10 Marks
3 Surveyors, 1
Geologist:
15 Marks
Certificate clarifying current
state of their employment with
the firm, Curriculum Vitae (CV)
of the proposed experts.
3 Surveyors, 2
Geologists :
20 Marks
D Bidder’s Turnover
The Bidder should have a minimum average
annual turnover of Rs 25 Lakh in the last three
financials ending 31/03/2018.
10 marks
Rs 25 Lakh – 50 Lakh : 5 Marks
Greater than
Rs 50 Lakh :
10 Marks
Copies of Audited Financial
Statements for Financial
Years 2015-16, 2016-17 and
2017-18
E Approach and Methodology for proposed
Assignment
The Bidder has to submit the approach and
methodology for carrying out the scope of
work of this RFP
35 marks As per evaluation committee
TOTAL TECHNICAL SCORE 100
II. Declaration of Technically Qualified Bidders
(i) CGM shall declare the Bidders who have scored more than or equal to 60 marks in
technical evaluation as “Technically Qualified”.
(ii) Marks obtained by Technically Qualified Bidders shall be considered Technical Score
(Ti)
III. Opening of Financial Proposal and Scoring
(i) As per the results obtained in each Technical Proposal, The Tender Committee (TC)
will proceed with the technical evaluation report and choose to open the financial
proposal of qualified bidders meeting the minimum required technical score. Those
securing less than the minimum Technical Score would be rejected.
(ii) The Technically Qualified bidders will be intimated about the opening of the financial
bid.
(iii) CGM representative will open Financial Proposal. Such representative will
communicate to the qualified Bidder and the total price shown in the Bidder’s Financial
Proposal. This information will be recorded in writing by CGM’ representative.
(iv) The Financial Quotes of the Bidders shall be ranked and the Financial Score of the
bidder shall be calculated with the lowest Financial Quote shall be given 100 points
and all other bidders will be marked proportionately. The Financial Score (Fi) of the
financial proposals of the other bidders will be computed as per formula below:
Fi = 100 x L1 / Li,
In which Fi is the Financial Score, L1 is the lowest Financial Quote and Li is the
Financial Quote of the proposal under consideration.
IV. Method of Evaluation: Quality cum Cost Based Selection
Final scores (Hi) for all Technically Qualified bidders will be computed using the following
formula:
Final Score (Hi) = 0.7 x Ti + 0.3 x Fi
The bidder with the highest Final Score (H1) will be considered as the selected bidder.
Separate work for part A or part B can be given to Agencies. Agencies are required to quote
accordingly.
V. Empanelment of Agencies at L1 rate
In the case where the Technically Qualified bidders express their willingness to execute the
Scope of Work of this RFP at the L1 rates as found above in the evaluation process, CGM
may decide to empanel such bidders for undertaking similar quantum and nature of work as
mentioned in the RFP depending upon requirement by CGM.
5. OTHER TERMS AND CONDITIONS
1. Acceptance of Work Order
If the successful bidder does not accept the Work Order issued by CGM within 7 days of its
receipt, the EMD paid by him will be forfeited.
2. Performance Security
The selected bidder shall furnish within 15 days of the issue of Work Order, an Unconditional
Bank Guarantee (in prescribed format) payable at Gandhinagar, from any Nationalized or
scheduled commercial Bank in India having its office at Gujarat for an amount equivalent to
5% (five percent) of the total contract value towards Performance Security valid for a period
of three (3) months beyond the stipulated date of completion of services for each Phase. CGM
will have the right to invoke the performance security without assigning any reasons if
performance of the successful bidder is not found up to the mark.
3. Commencement of Work
The successful bidder shall start the work within 7 (Seven) days of the acceptance of the Work Order. In case of failure to commence the work within 7 days of the acceptance of Work Order, the contract may be terminated, and EMD/ SD forfeited at the discretion of CGM.
4. Duration and Quantity of Work
The duration of the assignment will be for 12 months. However, in case of any delay or addition
of work, the duration can be mutually discussed between CGM and Agency. CGM reserves
the right to increase or decrease the quantum of the work with advance intimation to the
Agency.
5. Acceptance of General Terms And Conditions
The bidder should unconditionally accept all the terms and conditions of the contract by
signing on each page of the bid document of the tender including the annexures.
6. Payment Terms
i. The Agency shall submit full & final bill for entire work or Running Account (RA) bills
for part of the work.
ii. 50% of the payment will be released after submission of draft Topography and
Geological exploration report of individual area. The duly signed (by Agency and CGM
representative in charge) Joint measurement sheet indicating area surveyed (in
Hectares) should be enclosed along with RA bill.
iii. Balance 50% (Full & Final) payment will be released after satisfactory completion of
job in all respect including submission of final report along with acceptance by CGM.
iv. The Running Account bills, submitted at CGM Office will be processed, after
considering following deductions.
a. Income tax as per provision of Income Tax Act, and other Taxes (and sur-
charges) applicable in force from time to time.
b. Recovery towards security deposit if any.
c. If any amount becomes payable by CGM as a result of any claim or application
in terms of the provisions or non-compliance of provision of any Acts and the
Rules and Regulations, Bye-laws or the Orders made there under, applicable
from time to time, such amounts shall be recoverable from the Agency for
which CGM will not be responsible for any compensation.
7. Non fulfilment of terms & condition and termination of the contract.
i. If the Agency fails to carry out the work as per terms and conditions of the contract to
the satisfaction of the CGM, CGM shall be entitled to forfeit the security deposit paid
by the Agency. This however, shall not absolve the Agency from his obligation to fulfill
the contract. In such event, the CGM shall have a right to complete and / or to get the
work completed at the cost & risk of the Agency and the Agency shall be responsible
to pay such cost incurred by the CGM to complete the work and / or to get the work
completed.
ii. Likewise, if the Agency does not fulfill the terms and conditions of the contract and
does not carry out the work up to the entire satisfaction of CGM, CGM has the right to
forthwith terminate the contract at its sole discretion, without assigning any reason,
Under such events, the CGM shall be entitled to forfeit the security deposit paid by the
Agency and the CGM shall have a right to complete the work and / or to get the work
completed at the risk and cost of the Agency.
iii. For any reasons, if it is required, the CGM reserves rights to cancel terminate. amend
and / or alter the contract and / or bifurcate and / or reduce the contract work at any
time without giving any notice to the Agency and without incurring any responsibility.
For such cases, Agency shall have to take away his labour, tools, tackles, machinery,
equipment etc. and shall leave the site at once or shall have to carry out the
instructions of the CGM.
8. Sub-Contract
The Agency shall not assign or sub-contract any portion of this work except laboratory analysis
work without the prior written consent of CGM.
9. Limitation of Liability
The Agency’s liability under the RFP will be limited to the total fee it will receive from CGM
under this mandate.
10. Local Facilities / Local Conditions
CGM do not undertake or agree to provide any facilities to the Agency at the work site.
However, the Agency has to make his own independent arrangements for
Transportation, lodging, boarding, tools, tackles, machinery, equipment etc. and the
manpower required to execute the contract shall be arranged by the Agency only.
11. Liquidated Damages for delay
i. The Agency shall be liable to pay CGM, 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 10 percent of the
total contract value of the work.
ii. 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.
12. Statutory Obligations
i. You shall ensure payment of minimum wages to your workmen as per the provisions of
the Minimum Wages Act, 1948 and all other relevant Acts, Rules, Regulations, as may be
applicable to you from time to time.
ii. You shall also comply with all the statutory obligations with regard to employment of
personnel /workmen their safety, health and strictly enforce various provisions of
Municipal Laws, Local Laws, Payment of Bonus Act, 1965, Employees Provident Fund
and Miscellaneous Provisions Act, 1952, Payment of Gratuity Act, 1972, Workmen
Compensation Act, 1923, Employees State Insurance Act, 1948, Contract Labour
(Regulation & Abolition Act, 1970, Employment Exchange (compulsory notification of
vacancies) Act, 1959, Equal Remuneration Act, 1976, Fatal Accidents Act, 1855, Mines
Act, 1952 and other Labour Legislations as applicable to you.
13. Termination of Contract
The contract can be terminated by written notice of 30 days from either side. However, during
the currency of contract, all parties shall discharge their due obligations.
14. 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 Agreement without prejudice of final adjustment in accordance with such
award.
iii. Legal Jurisdiction: - Any legal dispute arising out of this 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 CGM nor the Agency shall have the right to transfer or assign
their responsibilities resulting from this Contract.
15. Forfeiture of EMD
The EMD is liable to be forfeited if:-
i. The Bidder modifies or withdraws his offer after due date and time for submission of Bids.
ii. The Bidder increases the prices unilaterally after the opening of Bid and during the validity
period of the Bid.
iii. The Bidder does not accept the correction of Bid price pursuant to 'Discrepancies and
Adjustment of Errors', of Bid document.
iv. The successful Bidder does not commence the work as specified in Work order.
v. The successful Bidder 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.
16. Force Majeure
a) Force majeure is herein defined as any cause which is beyond the control of the Agency or
the CGM as the case may be which they could not foresee or with a reasonable amount of
diligence could not have foreseen and which substantially affect the performance of the
contract, such as:
i. natural phenomena such as flood, draughts Cyclone, earthquake and epidemics,
declaration of war
ii. Acts of any government, including but not limited to war, declared or undeclared priorities,
quantities, embargoes, providing either party shall within fifteen (15) days from the
occurrence of such a cause notify the other in writing of such cases.
b) The Agency will advise, in the event of his having resort to this clause by a registered letter
duly certified by the statutory authorities, the beginning and end of the cause of delay, within
fifteen days of the occurrence and cessation of such Force Majeure condition. In the event of
delay lasting over two months, if arising out of Force Majeure, the contract may be terminated
at the discretion of the CGM
c) For delay arising out of Force Majeure, the Agency will not claim extension in completion date
for a period exceeding the period of delay attributable to the causes of force Majeure and
neither company nor the Agency shall be liable to pay extra costs (like increase in rates,
remobilization, advance, idle charges for labour and machinery etc.) provided it is mutually
established that the Force Majeure conditions did actually exist.
d) If any of the Force Majeure conditions exists in the place of operation of the Agency
even at the time of submission of bid he will categorically specify them in his bid and state
whether they have been taken into consideration in their quotations
e) The Agency or the CGM shall not be liable for delays in performing his obligations resulting
from any force majeure cause as referred to and/ or defined above. The date of completion
will, subject to hereinafter provided, be extended by a reasonable time given though such
cause may occur after Agency’s performance of his obligations has been delayed for other
causes.
17. Completion Of Work
a) When the Agency fulfills all its obligations under the contract to the satisfaction of District
Geologist and subject to terms and conditions of the Agency, it shall be eligible to apply for
completion certificate. The District Geologist shall formally issue completion certificate after
verifying from the completion documents and satisfying himself that the work has been
completed in accordance with all the provisions of this contract and instructions issued to the
Agency by the CGM and District Geologist from time to time. The Agency after obtaining the
completion certificate is eligible to present the final bill for the works executed by him/ it under
the contract.
i. If the Agency fails to comply with the requirement of this clause on or before the date
fixed for the completion of the work the District Geologist may at the expenses of the
Agency carry out such work and the Agency shall forth with pay the amount of all such
expenses so incurred and shall have no claim in respect of any such work.
ii. For purpose of this clause the following documents are required by the CGM subject
to the conditions that District Geologist for his satisfaction.
I. Certificate of the satisfactory completion of the work as per the terms and
conditions of the tender/agreement.
II. A Certificate to the effect that no outstanding claim / payments are due to the
persons employed by the Agency including the Statutory payments, which
have fallen due.
III. “No claim/demand” and “No dues” certificates.
b) Immediately on completion of the work, the Agency shall submit his final bill indicating the
gross and net amount payable. On receipt of this, the CGM shall verify the same, determining
the total value of the work done of the contract and after adjusting all the sums already paid
to him/ it and / due to the company on any account and such further sums as the CGM is
already authorized or required to reserve or retain as per the terms of the contract or otherwise
make over to the contract as his / its final payment.
18. Constitution of the Company / Firm / Proprietary Concern (as applicable)
a) The Agency shall not change the constitution of the company / firm / proprietary concern
(as applicable) during the currency of the contract except same is necessary due to
statutory provisions or permitted by CGM.
b) Other clauses like scope of work, SD, advance payment, payment of RA bills etc. may
be incorporated as per the actual requirement with respect to the nature of contract/work.
However the special attentions required with respect to SD, the same should be issued
by the Nationalized and Scheduled banks.
c) In case of statutory variation in taxes, duties etc. the following clause may be incorporated:
“Any statutory increase / decrease in duties, taxes, cess etc and / or introduction of any
new duties, taxes, cess, other levies etc., after the last date of submission of tender till
scheduled date of completion of work shall be to CGM’s account subject to submission
of documentary proof of having remitted / adjusted the same and to the extent directly
related to the services rendered by the Agency.
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 in the Agency’s account and reduction in such
duties, taxes, cess and levy shall be passed on to CGM’s Accounts and the order value
shall be reduced accordingly.”
19. General Conditions
a) The appointment/ authorization of all officials and competent personnel shall be issued
with intimation t o a n d through the concerned site in-charge deputed from CGM.
b) The Agency has to ensure supervision of the work through duly qualified and competent
persons and also has to make sure that a responsible qualified and competent person
is full time available on work site to whom District Geologist can issue the instruction and
who can fulfill such instructions.
c) All the equipment to be deployed by the Agency must be maintained in proper working
order and be fitted with all the required safety devices.
d) For any dispute arising out of this Work Order or interpretation of any terms thereof, the
decision of the CGM shall be final and binding upon the tenderer.
e) In case of any Central/State Government directives regarding execution of work related
thereto, the same shall have to be strictly adhered to and binding upon the tenderer for
implementation, for which CGM will not be responsible for any compensation.
20. Indemnification
The Bidder assumes responsibility for and shall indemnify and save harmless the CGM,
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 consultants
employed by the Bidder in connection with performance of any work covered by the contract.
The Bidder 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 CGM, Gujarat. The CGM, 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.
6. CHECKLIST OF DOCUMENTS TO BE ENCLOSED WITH TECHNICAL BID
1. Tender fee – DD of Rs. 1,000 in favour of “Account officer, Commissioner of Geology and Mining”.
2. Earnest Money deposit for the value of Rs. 25,000/- as per tender (Annexure X for Bank Guarantee)
3. Status of the Bidder, with documentary proof (Annexure – I)
4. Details of the experience in Geology (Annexure-II)
5. Details of the experience topographical survey work. (Annexure-III)
6. Details about technical manpower (Annexure-IV)
7. Details about last three year annual turnover (Annexure –V)
8. Details about possession of DGPS /total station instrument (Annexure- VI)
9. Declaration in prescribed format on the letter head of the bidder that they have not been black listed (Annexure – VII)
10. Approach and Methodology (Annexure-VIII)
11. Tender document as issued by CGM duly signed by bidder on each page (Annexure - IX).
7. TECHNICAL PROPOSAL (ANNEXURES)
FORMAT FOR COVER LETTER
TECHNICAL PROPOSAL
[Location, Date]
To,
Commissioner of Geology and Mining
Industries and Mines Department
Government of Gujarat
Dear Sir,
We, the undersigned, offer to provide services for [Insert title of assignment] in accordance with
your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our
Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a
separate cover.
We are submitting our Proposal in individual capacity. We hereby declare that all the information
and statements made in this Proposal are true and accept that any misinterpretation contained in
it may lead to our disqualification. We have adequate experience for Topography & Geological
exploration of different areas and have adequate manpower at our disposal to execute the work.
We have sound financial position to carry out the work to the entire satisfaction of the CGM.
If negotiations are held during the period of validity of the Proposal, i.e., before the date indicated
in RFP, we undertake to negotiate on the basis of the proposed personnel. Our Proposal is binding
upon us and subject to the modifications resulting from Contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
7.1. TECHNICAL BID ANNEXURE I: BIDDER’S PROFILE
Note: Bidder has to attach hard copies of the Financial Statements, work order & work completion certificates along with above table in physical submission. Without these documents the offer will not be considered.
Sr.No. Particulars
1 Name of the Company/individual /society /firm
2 Address
3 Phone No.
4 Fax no.
5 Email-id
Name and mobile no of authorized contact person
6 Financial evolution
7 Tender fee (Amount, DD no)
8 EMD(Amount, Bank Guarantee no./DD no)
9 Turnover of the company (In case of JV, turnover of
Principal company) in INR
2015-16
2016-17
2017-18
10 Experience of Geology/Mining and topography survey
Geology/ Mining in Hectares
Topography
survey in Hectares
2013–14
2014-15
2015-16
2016-17
2017-18
Status of man power Nos.
Surveyor
Geologist
Mining Engineer
GIS/autocad operator/specialist
Others (if any)
Total no. of manpower
Instrument/ software details
No.of DGPS instrument
No. of Total station
GIS/Autocad software detail
Detail about ISO (9001:2008 and its validity)
7.2. TECHNICAL BID ANNEXURE II: DETAILS OF WORK/EXPERIENCE IN GEOLOGY/MINING SURVEY WORK IN DIFFERENT
MINERAL BEARING AREAS IN LAST FIVE YEARS
Sl.
No Work order No
and date
Location of
area
Name of
Mineral
Area
(in
hect.)
Order
Value in Rs
Completion
period as
per
contract
Actual date Of
Completion
Note:
* Bidders have to submit copy of the work order and work completion certificate for above mentioned work, without which the
experience will not be counted.
7.3. TECHNICAL BID ANNEXURE III: DETAILS OF WORK/EXPERIENCE IN TOPOGRAPHIC SURVEY USING DGPS/TOTAL
STATION WORK IN DIFFERENT MINERAL AREAS IN LAST FIVE YEARS
Sl.
No Work order No
and date
Location of
area
Name of
Mineral
Area
(in
hect.)
Order
Value in Rs
Completion
period as
per
contract
Actual date Of
Completion
Note:
* Bidders have to submit copy of the work order and work completion certificate for above mentioned work, without which the
experience will not be counted.
7.4. TECHNICAL BID ANNEXURE IV: DETAILS OF SKILLED MANPOWER AND SOFTWARE
Name Qualification Experience Total
Nos.
Surveyor
Mining Engineer
Geologist
Environmental Engineer
Others if any
Computerization / software details
Note:
Bidders have to enclose copy of the appointment orders.
7.5. TECHNICAL BID ANNEXURE V: DETAILS OF LAST THREE YEARS’ TURNOVER OF THE BIDDER
Sl. No. Financial year Turnover (In INR)
1
2
3
Average (in figures)
Average (in words)
Average Annual Turnover for financial years 20__ to 20__ is INR _____
7.6. TECHNICAL BID ANNEXURE VI: DETAILS ABOUT POSSESSION OF DGPS-TOTAL STATION INSTRUMENT AND GIS
SOFTWARE
Sr.No. Make and model no. of
DGPS/Total Station instrument
Accuracy/
Specification
Year of purchase Remarks
Details about GIS/Autocad software
Note: Bidder has to submit copy of the invoice of purchase order for DGSP instrument and GIS software.
7.7. TECHNICAL BID ANNEXURE VII: DECLARATION
(On letter head of the Bidder)
FROM: DATE:
To,
Commissioner of Geology and Mining
Block 1,7th Floor,
Udhyog Bhavan,
Sector – 11, Gandhinagar.
Dear Sir,
I/we here by solemnly declare that any of our Directors or Partners, jointly or severally and/or individually or our firm/company have not been black listed by the Central Govt. or the State Govt. or its undertakings.
I/we hereby further declare that, if the declaration is found untrue, the CGM shall be entitled to take any action against us severally and/or individually or our firm/company in this regard in any manner that may be deemed fit by CGM.
Yours faithfully,
Signature and Stamp of the Bidder
7.8. TECHNICAL BID ANNEXURE VIII: APPROACH AND METHODOLOGY
DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING
THE ASSIGNMENT
a) Approach and Methodology: explain understanding of the objectives of the assignment,
approach to the services, methodology for carrying out the activities and obtaining the
expected output, and the degree of detail of such output. Highlight the problems being
addressed and their importance, and explain the technical approach to be adopted to address
them.
b) Work Plan: Propose the main activities of the assignment, their content and duration, phasing
and interrelations, milestones (including interim approvals by CGM), and delivery dates of the
reports. The proposed work plan should be consistent with the technical approach and
methodology, showing understanding of the scope and ability to translate them into a feasible
working plan. A list of the final documents, including report to be delivered as final output,
should be included here.
c) Organization and Personnel: Propose the structure and composition of proposed team. List
the main disciplines of the assignment, the key expert responsible, and proposed technical
and support personnel.
7.10. TECHNICAL BID ANNEXURE X: FORMAT FOR BANK GUARANTEE FOR EMD
(To be executed on the Non-Judicial Stamp Paper of appropriate Value)
(To be prepared in the name of Bidding Entity)
B.G. No._______________
Date__________________
Bank ______________________ (Any Nationalized/Scheduled Bank)
Valid up to ________________________
1. In consideration of Commissioner of Geology and Mining, having its office at
________________, (hereinafter referred to as the “Authority” or “CGM”, 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 “[insert name of
RFP]” in RFP 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 in terms of the RFP, irrevocably, unconditionally and without
reservation, guarantee the due and faithful fulfilment and compliance of the terms and
conditions of the Bidding Documents (including the RFP) by the said Bidder and undertake
to pay CGM an amount not exceeding INR __ (INR __ Lakhs Only) against any loss or
damage caused to or suffered or would be caused or suffered by CGM 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 CGM is disputed by the Bidder or not merely on
demand from CGM stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the CGM 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 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 __ Lakh Only).
4. CGM 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 CGM that the Bidder is in default as aforesaid shall be final and binding
on us, notwithstanding any differences between CGM and the Bidder or any dispute
pending before any Court, Tribunal, Arbitrator or any other authority.
5. We undertake to pay to CGM 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 CGM, the Bidder
or the Bank or any absorption, merger or amalgamation of CGM, the Bidder or the Bank
with any other person or any change in the ownership of CGM/the Bidder, or any purported
assignment by CGM/the Bidder/the Bank.
8. In order to give full effect to this Guarantee, CGM shall be entitled to treat the Bank as the
principal debtor. CGM 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
CGM, and the Bank shall not be released from its liability under these presents by any
exercise by CGM 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
CGM or any indulgence by CGM to the said Bidder or by any change in the constitution of
CGM 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 CGM to pay or perform any of their obligations, or any waiver of any of such
obligations or any other matter or thing whatsoever which under the law relating to sureties
would but for this provision have the effect of releasing the Bank from its such liability
CGM.
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 CGM 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 CGM 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 CGM 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 _____.
8. FINANCIAL PROPOSAL (PRICE BID)
Tender NO: ______________________________________________[RFP No.] Date: _________
Against the above tender for ___________________[Name of the RFP], I / We offer our lowest bid as under:
Sr
No
Nature of work Rates in Rs
(including all taxes
Excluding GST)
Remark
Part A
1 DGPS and Topography survey of area as per
scope of work mention at chapter 2 Part - A in this
tender document.
Per Hect
TOTAL (PART A) Per Hect
Part B
2 Geological mapping of the areas as mention at chapter 2 Part B in this tender document.
Per Hect
3 Sample analysis charges for Minor Minerals (excluding Dimensional Stones) samples for applicable tests from NABL/ISO/Govt. approved laboratories
Per Sample/ per hect
4. Pitting/trenching Per pit/ Per hect
5 All output in 2 draft hard and 1 soft copy and final 3 hard and 2 soft copies.
Per Hect
TOTAL (PART B) Per Hect
GRAND TOTAL (PART A + PART B) Per Hect
Separate work for part A or part B can be given to Agencies. Agencies are required to
quote accordingly.
GST: GST, if applicable and payable by the successful bidder, shall be reimbursed by CGM at
actual subject to submission of documentary proof of having remitted / adjusted the Service
Tax/GST and to the extent directly related to the services rendered by the successful bidder
under the contract. This shall be subject to submission of documentary proof clearly mentioning
the name of work and respective RA Bill No. Seal and Signature of Bidder Date: