Sunteți pe pagina 1din 29

Tender

For

Topography survey

&

DGPS survey of different Mineral Blocks in Gujarat State


(As per IBM Circular no.N/110913-3-MP-CCOM-V-VII dtd. 6/4/2010)

(TECHNICAL BID PART- I)

GUJARAT MINERAL RESEARCH & DEVELOPMENT SOCIETY


(Industries & Blocks Department, Govt. of Gujarat: U.T.)
Block 1/7 UdhyogBhavan, Gandhinagar -382017
Ph. No. 079 23257876 Email: infogmrds@gmail.com
Website: geomining.gujarat.gov.in

1
Work Description : Topography & DGPS survey of different mineral blocks in
State of Gujarat

Period of contract : Nine months from date of LOI


Tender Fee : Rs. 5000/- by DD/ pay order in favour of Gujarat Mineral
Research And Development Society.
EMD : Rs 5 Lacs by DD/ pay order in favour of Gujarat Mineral
Research And Development Society.
Availability of : https://www.nprocure.com, geomining.gujarat.gov.in
Tender document
Last date & time of : 12/07/2016 1200 Hrs
online submission of
bid
Last date & time of : 12/07/2016 1200 Hrs
submission of tender Gujarat Mineral Research and Development Society.
fees, EMD & all
necessary supporting
documents for
technical bid.
Date & time for on- : 12/07/2016 1500 Hrs
line opening of
technical bid
Note : 1) The GMRDS reserves the right to reject any or all the EOI or split the
work between more than one bidders without assigning any reason
thereof.

2) The bidder can bid for all work areas or even less than that.

Instruction to Bidders for Online Tendering

1. Tender documents are available only in electronic format which Bidders can download free
of cost from the website https://nprocure.com or geomining.gujarat.gov.in

2. All bids should be submitted online through the website https:nprocure.com only. No
physical submission of price and will be entertained as it should be furnished on-line
only. Also no fax, e-mail, letters will be entertained for the same.

3. Following should be submitted off-line in sealed covers separately at our Head Office,
Gandhinagar

[1] Tender Fee, [2] E.M.D. [3] Supporting Documents for Technical Bid.

4. Bidders who wish to participate in online tenders will have to produce/should have legally
valid Digital Certificate (Class III) as per information Technology Act, using which they can
sign their electronic bids. Bidders can procure the same from any of the license certifying
Authority of India or can contact (n) code solutions- a division of GNFC Limited, who are
2
licensed Certifying Authority by Government of India at address mentioned below at clauses
5.

5. All bids should be digitally signed. For details regarding digital signature certificate and
related training involved at the below mentioned address should be contacted:

(n) Procure Cell


(n) code solutions A division of GNFC
403, GNFC, Infor-Tower ,Bodakdev
Ahmedabad-380 054 (India)
Tel : +91 26857316/17/18 Fax : +91 79 26857321
Toll Free : 1800 -233-1010
E-mail : nprocure@gnvfc.net

6. Kindly take note that, valid Digital Signature Certificates is must for all the interested
bidders. Online tendering process is not possible without valid digital signature certificate.

7. Interested bidders are also requested to complete their procedure for taking digital signature
certificate in respect to filling of application form, supporting documents with necessary fees
at least 3 days before last date of tender submission.

8. (n) code solutions reserves the rights to issue digital signature certificate after verification of
applications forms/supporting documents submitted by bidder. (n)code solutions is fully
authorized to issue digital signature certificate to bidders.

9. All the bidders who have no facility to participate in on-line tenders are requested to contact
(n) code solutions for the same.

10. Free vendor training camp will be organized every Saturday between 4.00 to 5.00 P.M. at (n)
code solutions-A Division of GNFC ., Bidders are requested to take benefit of the same(
Advance Confirmation to (n) code is requested).

11. All the correspondence in respect to training, support or digital signature certificate should be
addressed to (n) code solutions directly on the above mentioned address.

3
Application expressing interest by the Bidders:

Dated

To

Director (Technical)
Gujarat Mineral Research and Development Society,
Block 1/7 UdhyogBhavan, Gandhinagar -382017
Ph. No. 079 23257876 Email: infogmrds@gmail.com
geomining.gujarat.gov.in

Subject: GMRDS Topography & DGPS survey-

Topography survey using RTK DGPS of different Mineral Blocks in the State of Gujarat

Sir,

I/We are interested in participating in the above Tender

I/We have adequate experience for Topography survey using RTK DGPS survey of different
Mineral Block 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 GMRDS.

Thanking you,
Yours faithfully,

(Authorized signatory with seal)

4
Gujarat Mineral Research and Development Society,
Block 1/7 UdhyogBhavan, Gandhinagar -382017
Ph. No. 079 23257876 Email: infogmrds@gmail.com
geomining.gujarat.gov.in
1.0 Notice of Invitation to Bidder

Gujarat Mineral Research and Development Society (GMRDS), invites offers from reputed
financially sound and experienced contractors for Topography survey using RTK DGPS of
different Mineral Block areas in the state of Gujarat. (The requirement of DGPS survey is as
per IBM Circular no. N/110913-3-MP-CCOM-V-VII dtd. 6/4/2010)

a) Completion period: maximum 9 months from the date of issue of LOI for all Blocks

b) The validity of the Bid shall be 180 days.

c) Bids complete in all respect will be received by Director (Technical) at the above
address.

d) Bidders have to submit their offer for entire work.

2.0 LOCATION AND DESCRIPTION OF THE SITE:

GMRDS is looking after exploration of different minerals in state of Gujarat. GMRDS is


carrying out wide spread exploration across the state of Gujarat and has decided to carry out
Topography survey using RTK DGPS work at all the proposed mineral blocks.

3.0 SCOPE OF WORK

A) Topographical Survey

The bidder/contractor shall carry out topographic survey for all the Mineral Block areas with
following details scope of work.

1. The Contractor shall carry out the Topographical Survey with reference to permanent
Bench Mark (GTS/any other reference Bench Mark to site/sites under survey) by
survey using RTK DGPS and provide final copy in 1: 1000 scale. The contour interval
shall be 1 meters .

2 Carrying out and setting up of Bench Marks & reference pillars / stones at suitable
locations within the exploration blocks.

2.1 The Contractor shall carry out Bench Mark using RTK DGPS from nearest GTS
Bench Mark or available source and establish the same on a permanent Bench Mark at
a convenient location at site. All subsequent transfer of levels shall be carried out with
respect to this Bench Mark. Contractor has to obtain standard benchmarks data from
Survey of India, Dehradun / Jodhpur.

5
2.2 The work shall also include constructing permanent reference pillars at suitable
locations as approved by the Site -in-charge. These reference pillars shall be labeled
permanently with their respective coordinates and reduced levels for future use. The
Bench Mark and reference pillars shall be shown on the survey drawings.

2.3 Carrying out of the Bench Mark shall not be paid for separately. Rates for this should
be in-built in the rates for topographical survey work.

2.4 Closing error in leveling should be limited to 12 L mm, where L is the length of the
route in kms.

3. Topographical survey and mapping:

3.1 Positions, both in plan and elevation, of all natural and artificial features of the area
like waterways, railway tracks, trees, cultivation, houses, fences, pucca and kutcha
roads including culverts and crossings, foot tracks, other permanent objects like
telephone posts and transmission towers etc. are to be established and subsequently
shown on survey maps by means of conventional symbols(preferably, symbols of
survey of India Maps). All the hills and valleys within the area/areas are to be
surveyed and plotted on maps by contours. Necessary leveling work of the entire
area/areas to be surveyed and plotted on maps by establishing horizontal location so
that location and sketching of contours for the area/areas can be done at specified
intervals and in specified scales on maps. Method of survey, contour intervals, etc
shall be decided on site in case of steep slopes, dense jungle, etc where grid formation
is not possible. Any unusual condition or formations on the ground, locations of rock
outcrops (if visible on the surface) and spring / falls, possible aggregate deposits etc
shall also be noted and plotted on the maps.

3.2 The survey work shall be done with RTK DGPS in the following steps:

i) Establishing horizontal and vertical controls and locating reference grids and bench
mark in the area.

ii) Surveying for establishing spot levels and plotting contours.


iii) Surveying for locating the natural and manmade details as described earlier.

3.3 The grids (50 met X 50 met) (showing Latitude & Longitude) for the survey work
shall be established in N-S & E-W direction

4. Traversing
4.1 RTK DGPS instruments should be deployed to achieve the specified accuracy of the
work. Proper precautions for avoiding graduation errors and other instrumental and
personal errors should be scrupulously observed.

4.3 From main traverse/triangulation station, subsidiary station shall be established at


suitable intervals to cover the entire area. Levels of these stations shall be based on the

6
Bench Mark established in the survey area. Occupying the main & subsidiary stations,
all major details shall be surveyed by Total Station instrument.

4.4 The closing error in traverse shall not exceed LN seconds total in angular
measurement, whichever is less (where L is the least count of the instrument and N is
the number of stations).

5. Contouring
5.1 Contractor shall carry out spot level surveying at an interval of 1 meters for
contouring the area. Levels shall also be taken on all traverse stations and on salient
points located at random over the area (ground points). The contours shall not be just
interpolated but properly surveyed on the ground so that features falling between the
two successive levels are also picked up. Sufficient points properly distributed over
the entire area shall be located and levels taken so that accurate contouring can be
done at places of sharp curvature or abrupt change in direction and elevation, points
selected shall be close to each other. Salient points on ridge lines and valley lines shall
also be measured.

5.2 Transfer of levels shall always start from Main stations whose levels are based on
permanent bench mark established in the survey area.

5.3 Each set of features and contours shall be provided in separate layers in the drawing.

6. Latitude and Longitude


6.1 The contractor shall tie up the survey grid of areas with latitudes and longitudes.

7. Construction of bench mark, reference & grid pillars / stones


7.1 Bench Marks shall be constructed at specified locations or as per the instructions of
Site -in-charge. The reduced level of the top of the pillar shall be engraved clearly on
the pillar and shall be painted with approved make paint. The back filling of the earth
is to be done after installing the pillar and engraving the BM value & reference
coordinates with respect to survey grid on the BM pillar and reference pillars.

8. Preparation & submission of survey maps


8.1 The Contractor shall submit survey maps of the site to the scale indicating grid lines
and contour lines, demarcating all permanent features like roads, railways, waterways,
buildings, power lines, natural streams, trees etc. Each area should have two originals
one showing spot levels and contours with grid lines and other with grid lines, contour
lines and permanent features.

8.2 The Mauza and Khasra map of the area should be collected by the Contractor from the
local revenue authorities and survey grids be superimposed on the maps. The scale of
this map should be same as that for the Mauza/Khasra map or as directed by Site -in-
Charge.

8.3 All the maps and drawings should be prepared in digitized forms using standard
computer software like Autocad (latest version) or GIS on standard A-0 size.

7
All features and text should be in separate layers and colors to be used shall be got
approved by Site -in-charge.

8.4 The Contractor shall submit two copies of all the maps at draft stage for review and
approval of the Site -in-charge. After approval, 5 (Five) prints of all the final maps
shall be submitted. Copies of the maps shall be submitted in proper flappers . 05
Copies in CD shall be submitted.

9. Submission of field data and report


9.1 Contractor shall submit all data pertaining to the survey in original to the Site-in-
charge.

9.2 Two copies of the draft report shall be submitted on the completion of the field work
for review and approval of the Site -in-charge. The report should give the introduction
of the site, methodology adopted for surveying the areas, calculation of errors, transfer
of Bench Mark, calculation for connecting the areas with latitudes and longitudes and
any other calculation required for surveying and preparation of the survey maps.

9.3 The Land Use Pattern / survey shall form the part of the Survey Report.

9.4 The Land Use survey shall give details about the various types of land e.g. cultivated,
private land, Abadi land, Govt. reclassified land, forest land, Gram Samaj land etc.
falling within the area surveyed including its ownership types.

9.5 The survey shall also include the number of huts, pucca houses, tube wells, lined
wells, number of families coming within the area surveyed.

9.6 Details of trees (falling in the surveyed area) with their name, numbers and girths shall
also form part of the survey report.

9.7 The survey report shall also cover the following:


i) General site observation such as location of access roads, river and nallah courses,
irrigation canals, etc.

ii) Presence of any well and/or tube well in the site or adjoining areas and water level in
them. Details of earlier uses of the site i.e. mining, quarrying, agriculture etc.Existing
drainage pattern of the site, possibility of water logging and high flood level of the
area.

9.8 The contractor shall present the report and drawings duly marking the grids with
latitude and longitude (in degree, minutes and seconds). Each grid shall represent
length & width in meters. The features of the drawings should be in different colors
and all nallahs and rivers, etc shall contain their boundaries in color and different
matching colour shall be filled in. The legend should contain all the features and in
different layers in Auto CAD and GIS. Text for each feature should be in different
layers corresponding to their drawing layer. The title and logo shall be as per the
format approved by Site -in-charge. Both hard and soft copies shall be prepared and

8
submitted. The ground plan, site plan and topographical and cadastral map shall be
surveyed based on 1:1000 scale.

9.9. 5 copies (Five copies) of Final survey report and Drawings shall be submitted
properly bound and printed using good quality paper and material. 05 Copies in CD
shall be submitted.

B) DGPS survey work:

1 Contractor shall carry out DGPS survey and other related work for different Mineral
Block areas as per instruction of GMRDS in different part of the state. DGPS survey
work should be carried out as per IBM circular No. N/110913-3-MP-90-CCOM-V-VII
dated 6/4/2010.

The proposed scope of work will be as under :

1) Survey of all the block boundary pillars by using DGPS ( At least 2 hours observation
) and fix up its ground position and preparation of Geo referenced plan

2) The Geo-referenced block map prepared using DGPS shall be super imposed on
vectorised cadastral map.

3) In case of Forest areas, the boundary pillar shall be fixed on ground with reference to
at least

three permanent ground features in and around Mineral Block.

4) Purchase of latest high resolution Satellite data (cloud free) derived from merging of
cartosat - 2 and LISS-IV (scale 1:5000) covering an area of 500 m from the Mineral
Block boundary from NRSC and The Geo-referenced map shall be super imposed on
high resolution satellite image.

5) Preparation of soft copy of all above map in standard format and digitizes map in
shape file which can be imported by any GIS database.

GMRDS will provide:

1. Block map showing the location of block boundary


2. Cadestral map of all the villages covers within the block area

4) GENERAL SCOPE OF SERVICES:

The successful bidder shall start the work within the time schedule.

9
The successful bidder shall deploy his own manpower for the satisfactory completion of the
entire scope of work

The successful bidder shall make his own arrangement for shifting the all require accessories
/ facilities at his own cost during field work.

The successful bidder shall make his own arrangement for diesel, Lubricants, all other
consumables, power, Camping, lodging boarding Transportation Etc.

Total contract shall be awarded on trunkey basis

There is no subletting of any job.

All circular / amendments / notification or any new circular / amendments issued or notified
at any time by concerned competent authority / GOI shall be complied compulsory

5 Qualifying Criteria

1. Experience

The bidder should have following minimum experience of having successfully completed
similar work during last 7 years up to 31/10/2013.
Topographic survey of at least 6000 hectares using RTK DGPS.

or

Three similar completed DGPS survey work for 1000 block boundary pillers as per IBM
Circular no. N/110913-3-MP-CCOM-V-VII dtd. 6/4/2010) and topography survey work
for 2400 Hect

Or

Two similar completed DGPS survey work for 1200 block boundary pillers as per IBM
Circular no. N/110913-3-MP-CCOM-V-VII dtd. 6/4/2010) and topography survey for an
area of 3000 Hect

Or

One similar completed DGPS survey work for 2000 block boundary pillers as per IBM
Circular no. N/110913-3-MP-CCOM-V-VII dtd. 6/4/2010) and topography survey of
6000 Hect

(Similar work means DGPS survey work for block boundary pillers as per IBM Circular no.
N/110913-3-MP-CCOM-V-VII dtd. 6/4/2010 and topography survey work as per this
tender)

10
1. Possession of machine

Minimum 1 base + 3 Rovers of DGPS survey instruments. Bidder has to submit documentary
evidence clarifying ownership of the DGPS machine along with technical bid.

2. Technical employee

Minimum six nos (Geologist, Surveyor,) Bidder has to submit documentary evidence
clarifying employment details of the Geologist with contractor/consultant along with
technical bid

3. Average Annual turnover of the company in last four years

Minimum 50 lacs, Bidder has to submit copy of the audited balance sheet along with
technical bid

6 THE TENDER & THE OFFER:

a) It is a three-bid system. The bids are required to be submitted on line at


https://nprocure.com by the date and time prescribed in the tender notice
b)
c) as under:

Part I Preliminary Bid

- To be submitted online about the details of Tender Fee and EMD.


Part - II Technical bid

- Technical bid documents i.e. forms are to be submitted on line. However, the
documents required to be submitted in support of forms as well as Tender Fee and
EMD in the desired form shall be placed in sealed cover super-scribed TECHNICAL
BID, Tender No. and Name of work and should be submitted separately at GMRDS
Head office, Gandhinagar before stipulated time.

Part III Price-bid

- to be submitted on line before the stipulated time.


(Do not submit price bid in physical form.)

b) If the Tender Fee and EMD are not found in the sealed technical bid document
cover or if the amount thereof is found short, the tender will not be considered for
scrutiny and will be out rightly rejected.

c) The GMRDS reserves the right to reject any or all the tenders or split the work
between more than one bidder without assigning any reason thereof.

7 OPENING OF BIDS

a. E-tendering procedure is explained as above

11
b. Preliminary bids will be opened after verification of receipt of payment towards Tender Fee
and EMD. The bidders will able to view it on their computers on date and time notified in
tender notice.

c. On verification of the supporting documents, technical qualification of the bidders will be


assessed. The successful bidders will be communicated the date and time of on line opening
of price bids by fax or telephone or email or SMS. However, all the bidders will be able to
view the price bids online on their computers.

8 CORRIGENDUM

Please note that there is no provision to take out the list of parties downloading the tender
document from the above referred the websites. As such tenderers are requested to see the
website once again before due date of tender opening to ensure that they have not missed any
corrigendum uploaded against the said tender after downloading the tender document. The
responsibility of downloading the related corrigendum, if any, will be that of the
downloading parties.

No separate intimation in respect of corrigendum will be sent to tenders who downloaded the
tender document from the website as information in this respect will not be available to
website www.nprocure.com

9 EARNEST MONEY DEPOSIT:

(a) A non-interest bearing Earnest Money Deposit of Rs. 5,00,000/- shall be paid along
with the tender, enclosed with TECHNICAL BID documents in seal cover super
scribed TECHNICAL BID COVER, in form of DD in favour of GMRDS. Payable
at Gandhinagar from any Nationalised or scheduled banks (not being a cooperative
Bank), or

Bank Guarantee, issued by a Nationalised or IDBI, ICICI, Axis, HDFC banks only in
India valid for a period of not less than 3 (three) months beyond the proposed validity
of bid
.
(b) Any pending dues against invoice or any other deposit lying with the GMRDS will not
be adjusted against Earnest Monday Deposit Any tender submitted without Earnest
Money shall be summarily rejected and no claim shall be entertained on such rejected
tenders.

(c) The unsuccessful bidders will be refunded the EMD amount by way of crossed cheque
within 15 days of finalization of the tender,

(d) 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 as Stipulated in clause No. 16.

12
(e) If the party does not accept the LOI/WO issued by GMRDS then EMD amount paid
by the bidder will be forfeited.

10 SECURITY DEPOSIT:
The successful Tenderer shall have to deposit Security Deposit at 5% of the order value
(Including EMD) within a fortnight after receipt of the order by the following way

1. DD in favour of GMRDS. payable at Gandhinagar, from bank approved by Govt. of


Gujarat from time to time (except co-operative bank)

2. Bank Guarantee, issued by bank approved by Govt. of Gujarat from time to time
(except co-operative bank) valid for a period of not less than 3 (three) months beyond
the proposed validity of bid.

If the successful Tenderer does not pay Security Deposit or does not carry out the job
assigned as per our order or does not fulfill any of the terms & conditions of this tender,
Earnest Money Deposit / Security deposit paid by such Tenderer shall be liable to be
forfeited.

Security Deposit paid will be refunded within 60 days after the execution of the order
satisfactorily. Earnest Money / Security Deposit will not bear any interest

11 RATES:

a) The bidder has to carry out all the works for all the areas and will quote item wise
lumpsum rates in INR, for preparation of DGPS survey work of different Mineral
Block areas of GMRDS in price bid. No escalation will be considered on any part of
the work.

b) All duties, taxes, other levies (excluding service tax if applicable) payable by the
bidder under the work, or for any other cause as applicable on the last date of
submission of tender, shall be included in the rates, prices and total Bid price
submitted by the Bidder.

However such duties, taxes, levies etc. which is notified after the last date of
submission of tender and/or any increase over the rate existing on the last date of
submission of tender shall be reimbursed by the company on production of
documentary evidence in support of payment actually made to the concerned
authorities.

c) The management 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 software,
Experience and financial position of the bidder.

d) The bidder is required to quote the rate strictly as per the terms and conditions
mentioned in the tender documents. The conditional tender will not be entertained
and will be rejected. The rate quoted should be inclusive of all items.

13
12 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 technical bid document of the tender including the annexures.

13 ACCEPTANCE OF LOI :
If the successful bidder does not accept the Letter of Intent or work order issued by GMRDS
within two week of its receipt, the EMD paid by him will be forfeited.

14 CONTRACT AGREEMENT:
The successful bidder will have to enter into an agreement within 25 (twenty five) days of the
receipt of LOI, with GMRDS on appropriate Stamp Paper (to be provided by the Contractor)
in token of acceptance of the terms and conditions of the contract. In case of failure, the
contract is liable to be terminated and the Security deposit / EMD may be forfeited.

15 COMMENCEMENT OF WORK:
The successful bidder will have to start the work within 30 (Thirty) days of the date of
receipt of the Letter of Intent.

In case of failure to commence the work within 30 days of the date of receipt of the LOI, the
contract may be terminated, and EMD/ SD forfeited at the discretion of GMRDS.

16 DURATION AND QUANTITY OF WORK


(a) The period of the contract will be nine months starting the date of commencement of
the work.(The actual rainy days will not be considered)

(b) However GMRDS reserves the right to increase or decrease the quantum of the work
with advance intimation to the contractor.

17 LOCAL FACILITIES / LOCAL CONDITIONS


GMRDS do not undertake or agree to provide any facilities to the Consultant at the work site.
However, the Contractor 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 Contractor only.

18 REPORTS:-

All the draft survey reports as per scope of work mentioned at point no. 3 shall be submitted
in duplicate.

GMRDS after scrutiny of the draft report return it back to consultant and thereafter
consultant/bidder has to submit final five copies of the survey report to GMRDS.

14
If CGM/IBM/MOC/MOEF raises any quarry / rectification or modification the
consultant/bidders shall have to submit all compliance as per comment of
CGM/IBM/MOC/MOEF within time limit

The bidder shall have to submit 5 copies of the approved report (Drawing and text) along
with a Soft Copy (in CD/DVD form) to GMRDS

If required bidder shall make power point presentation to GMRDS before submission of final
DGPS survey report.

19 MODE OF PAYMENT:

Contractor/bidder shall submit full & final bill for entire work or RA bills for part of the
work.

If required GMRDS may release 50% of payment of submitted RA bill after submission of
draft topography and DGPS survey report of individual block area. The duly signed
(consultant and GMRDS Surveyor/Geologist) Joint measurement sheet indicating number of
pillars, and area surveyed (IN Hect) should be enclosed along with RA bill.

Balance 50% (Full & Final) payment will be release after satisfactory completion of job in all
respect including necessary certification / approval of the plan from competent authority.

The Running Account bills, submitted at GMRDS 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 GMRDS as a result of any claim or application in
terms of the provisions or noncompliance of provision of any 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 the contractor for which GMRDS will not be
responsible for any compensation.

20 STATUTORY OBLIGATIONS:
a) 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.

b) 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
15
vacancies) Act, 1959, Equal Remuneration Act, 1976, Fatal Accidents Act, 1855, Blocks
Act, 1952 and other Labour Legislations as applicable to you.

21 PENALTY
If the successful bidder fails to start the work within 30 days of receipt of LOI, then GMRDS
can forfeit the EMD and shall be free to have the work executed through third party at the
risk and cost of the successful bidder.

GMRDS will impose penalty @ of 0.5% of the total contract value of the work per week of
delay or part thereof subject to a ceiling of 10% of the total contract value of the work.

22. NON FULFILMENT OF TERMS & CONDITION AND TERMINATION OF THE


CONTRACT.

a. If the Contractor fails to carry out the work as per terms and conditions of the
contract to the satisfaction of the GMRDS, GMRDS shall be entitled to forfeit the
security deposit paid by the Contractor. This however, shall not absolve the Contractor
from his obligation to fulfill the contract. In such event, the GMRDS shall have a right
to complete and / or to get the work completed at the cost & risk of the Contractor and
the Contractor shall be responsible to pay such cost incurred by the GMRDS to
complete the work and / or to get the work completed.

b. Likewise, if the Contractor does not fulfill the terms and conditions of the contract and
does not carry out the work up to the entire satisfaction of GMRDS, GMRDS has the
right to forthwith terminate the contract at its sole discretion, without assigning any
reason, Under such events, the GMRDS shall be entitled to forfeit the security deposit
paid by the Contractor and the GMRDS shall have a right to complete the work and /
or to get the work completed at the risk and cost of the Contractor.

c. For any reasons, if it is required, the GMRDS 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 Contractor and without incurring any
responsibility. For such cases, Contractor 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 GMRDS.

23. SUB-CONTRACT

The Contractor shall not assign or sub-contract any portion of this work without the prior
written consent of GMRDS.

24. LEGAL JURISDICTION AND ARBITRATION

16
The matter relating to any differences arising out of this agreement shall be subject to the
exclusive jurisdiction of Gujarat only.

All questions, disputes , differences whatsoever which may at any time arises between the
parties to this contract in connection with the contract or any matter arising out of or in
relation thereto, shall be refereed to arbitration as per the provision of Arbitrations and
Conciliation Act. 1996 and the venue of the arbitration proceedings shall be at Gandhinagar
only.

25. FORCE MAJEURE


(a) Force majeure is herein defined as any cause which is beyond the control of the
contractor or the GMRDS 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 contractor 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 GMRDS.

(c) For delay arising out of Force Majeure, the contractor 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 he Contractor shall be liable to pay extra costs
(like increase in rates, remobilization, advance, idle charges for labourand 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
contractor 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

(a) The contractor or the GMRDS 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

17
reasonable time given though such cause may occur after contractors performance of
his obligations has been delayed for other causes.

26. COMPLETION OF WORK

a. When the Contractor fulfills all its obligations under the contract to the satisfaction of
Director (Tech) GMRDS/ Additional Director (Tech) CGM (as applicable) and subject
to terms and conditions of the Contractors, it shall be eligible to apply for completion
certificate. The Director (Tech) GMRDS/ Additional Director (Tech) CGM (as
applicable) 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 contractor
by the GMRDS and (concerned authorities) from time to time. The contractor after
obtaining the completion certificate is eligible to present the final bill for the works
executed by him/ it under the contract.

b. Within completion of the work in all respects as defined in the tender document, the
contractor shall be required to obtain from the Director (Tech) GMRDS/ Additional
Director (Tech) CGM (as applicable) such completion certificates as to the (clearing of
the areas on the downhill side of site of all rubbish dirt, rock overburden materials,
structures etc..)( may be modified as per the scope/requirement)

i. If the contractor fail to comply with the requirement of this clause on or before the
date fixed for the completion of the work the Director (Tech) GMRDS/ Additional
Director (Tech) CGM (as applicable) may at the expenses of the contractor carry out
such work and the contractor 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 GMRDS
subject to the conditions that Director (Tech) GMRDS/ Additional Director (Tech)
CGM (as applicable) for his satisfaction.

(a) Certificate of the satisfactory completion of the work as per the terms and conditions
of the tender/agreement.
(b) A Certificate to the effect that no outstanding claim / payments are due to the
persons employed by the contractor or his sub contractor if permitted by GMRDS
including the Statutory payments, which have fallen due.
(c) No claim/demand and No dues certificates.

c. Immediately on completion of the work, the contractor shall submit his final bill
indicating the gross and net amount payable. On receipt of this, the GMRDS 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

18
further sums as the GMRDS 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.

27. CONSTITUTION OF THE COMPANY / FIRM / PROPERIOTARY CONCERN (AS


APPLICABLE)

The Contractor shall not change the constitution of the company // firm / proprietary concern
(as applicable) during the period of the contract except same is necessary due to statutory
provisions or permitted by GMRDS..
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 banks and banks approved by Govt. of Gujarat from time to time only (except
co-operative banks).

In case of statutory variation in taxes, duties etc..the following clause may be incorporated:

Any statutory increase / decrease in duties, taxes, cessetc 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 GMRDSs 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 contractor.

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 contractors account and reduction in such duties, taxes,
cess and levy shall be passed on to GMRDSs Accounts and the order value shall be reduced
accordingly.

28 GENERAL CONDITONS
a) The appointment/ authorization of all officials and competent shall be issued with
intimation to and through the concerned site incharge deputed from GMRDS.

b) The Contractor 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 GMRDS can issue the
instruction and who can fulfill such instructions.

Contractor shall have to work during daylight only with at least half-an hour rest
interval. There will be no work on weekly days of rest and on paid/public holidays.

All the equipment to be deployed by the Contractor must be maintained in proper


working order and be fitted with all the required safety devices.

For any dispute arising out of this Work Order or interpretation of any terms thereof,
the decision of the Committee consisting of concerned Project Head (currently

19
Director (Tech) GMRDS at H.O., concerned Head of the Exploration Circle
(CGM/GMRDS), & Chairman GMRDS, shall be final and binding upon the tenderer.

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 GMRDS will not be responsible for any
compensation.

29 LIST OF DOCUMENTS TO BE ENCLOSED WITH THE TENDER


DOCUMENTS TO BE ENCLOSED WITH TECHNICAL BID

1) Earnest Money deposit for the value of Rs. 5,00,000/- as per tender condition (9).

2) Status of the Bidder, with documentary proof (Annex I)

3) Details of the experience in DGPS survey work of Mineral Block areas as per IBM
circular No. N/110913-3-MP-90-CCOM-V-VII dated 6/4/2010 (Annex II)

4) Details of the experience in topographic survey work using RTK DGPS of different
areas and GIS base work (Annex III)

5) Details about technical manpower (Annexure-IV)

6) Details about last four year annual turnover (Annexure V)

7) Details about possession of DGPS instrument (Annexure- VI)

8) Declaration in prescribed format on the letter head of the bidder that they have not
been black listed (Annexure VII)
9) Tender document as issued by GMRDS duly signed by contractor on each page
(Annexure - VIII).

20
Technical bid Form - A
Status of the Tenderer
Sr.No. Particular Detail
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 / ch/DD no)
8 EMD(Amount / ch/DD no)
9 Turn over of the company (In case of JV
turnover of Principal company)
2013-14
2014-15
2015-16
10 Total experience of RTK DGPS topography DGPS survey No Topography
survey of pillars survey in Hect
2009 10
2010-11
2011-12
2012-13
2013-14
2014-15
2015-16
Status of man power Nos.
Surveyor
Geologist
GIS operator/specialist
Other if any
Total no. of manpower
Instrument/ software details
No.of DGPS instrument
No. of Total station
GIS software detail
Detail about ISO (9001:2008 and its validity)
Bidders has to attached hard copy of the balance sheet, work order & work completion certificate
along with above table in physical submission.
Without these documents the offer will not be considered

21
Technical Bid Annexure - II

DETAILS OF WORK/EXPERIENCE IN DGPS SURVEY WORK OF DIFFERENT MINERAL BLOCK AREAS


IN LAST THREE FOUR YEARS (As per IBM Circular no. N/110913-3-MP-CCOM-V-VII dtd. 6/4/2010)

Sr Work Location Owner Block Order Completion Actual date Of


No order No of block of block area (in Value period as Completion
and date AREA AREA hect.) in Rs per contract

* Bidders have to submit copy of the work order and work completion certificate for above mentioned work, without this
the experience will not be counted.

22
Technical Bid Annexure - III

DETAILS OF WORK/EXPERIENCE IN TOPOGRAPHIC SURVEY WORK OF DIFFERENT MINERAL


BLOCK AREAS AND GIS BASE WORKIN LAST THREE YEARS

Sr Work Location Owner area (in Order Completion Actual date Of


No order No of of hect.) Value period as Completion
and date AREA AREA in Rs per contract

* Bidders have to submit copy of the work order and work completion certificate for above mentioned work, without this
the experience will not be counted.

23
Technical Bid (Annexure IV)

Particulars of skilled manpower and software details


Name Qualification Experience Total
Nos.
Surveyor

Geologist

Others if any

Computerization / software
details

* Bidders have to enclosed copy of the appointment order.

24
Technical Bid (Annexure VI)

Details about possession of DGPS instrument and GIS software

Sr.No. Make and model no. Accuracy/ Year of Remark


of DGPS/Total Specification purchase
Station instrument

Details about GIS software

* Bidder has to submit copy of the invoice of purchase order for DGSP instrument
and GIS software.

25
Annexure VII

DECLARATION
(On letter head of the Bidder)

FROM: DATE:

To,
Director (Technical)
GUJARAT MINERAL RESEARCH & DEVELOPMENT SOCIETY
(Industries & Blocks Department, Govt. of Gujarat: U.T.)
Block 1/7 Udhyog Bhavan, Gandhinagar -382017
Ph. No. 079 23257876 Email: infogmrds@gmail.com

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 here by further declare that, if the declaration is found untrue, the GMRDS 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 GMRDS.

Yours faithfully,

_________________________
Signature and Stamp of the contractor

26
Tender NO GMRDS/ Topography & DGPS survey-

Tender

For

Topography survey

&

DGPS survey of different Mineral Block areas in


State of Gujarat

(PRICE BID PART-II)

GUJARAT MINERAL RESEARCH & DEVELOPMENT


SOCIETY
(Industries & Blocks Department, Govt. of Gujarat: U.T.)
Block 1/7 UdhyogBhavan, Gandhinagar -382017
Ph. No. 079 23257876 Email: infogmrds@gmail.com

27
PRICE BID

Tender NO GMRDS/ Topo&DGPS survey-


Against the above tender for preparation of Topography &DGPS survey of different
Mineral Block areas in State of Gujarat (As per IBM Circular no.N/110913-3-MP-
CCOM-V-VII dtd. 6/4/2010) I / We offer our lowest bid as under

Sr Nature of work Rates Remark


No in Rs
(including
all taxes
excluding
service tax)
1 Topography survey of applied Mineral Block area as Per Hect
per scope of work mention at chapter 3(1) (A) in this
tender document

1 Survey of all the block boundary pillars by using DGPS Per pillar
( At least 2 hours observation ) and fix up its ground
position and preparation of Geo referenced plan

2 Superimpose of Geo-referenced block map on


vectorised cadastral map. Per Hect

3 Purchase of CARTOSAT -2 or LISS- 4 Satellite image Per scene


from NRSC for block area and covering an area of 500 or
meters from the Mineral Block boundary. Per Sq
Km
Superimpose Geo-referenced map on high resolution
satellite image
Per Hect
4 All superimposed out put Lumpsum
per block
Three Hard copies of geo reference cadastral map and
one hard copy of satellite image(Original)
Soft copy in standard format (CAD format) and
digitized maps in shape file

SERVICE TAX:

Service Tax, if applicable and payable by the successful bidder, shall be


reimbursed by GMRDS at actual subject to submission of documentary proof

28
of having remitted / adjusted the Service Tax 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 :

29

S-ar putea să vă placă și