Sunteți pe pagina 1din 52

KIOCL LIMITED

(A Govt. of India Enterprise)


II BLOCK, SARJAPUR ROAD, KORAMANGALA, BENGALURU -560 034
www.kioclltd.in, e Mail: bmed@kioclltd.com

NOTICE INVITING TENDER

NIT No: KIOCL / MED /903 Date: 04 Aug 2019

SUBJECT: CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL
BLOCKS located in Bellary and Chitradurga (Dists), Karnataka.

Bids are invited in Sealed Covers under TWO BIDS SYSTEM for appointment of CONTRACTOR
for Carrying out Topography and Contour Survey of the MINERAL BLOCKS situated in Bellary
and Chitradurga (Dists), Karnataka

INSTRUCTIONS, TERMS AND CONDITIONS

Terms & Conditions as contained in this NIT document shall be final and binding on all BIDDERs.

1. BID TIMELINES

Pre-Bid meeting : 1100 hrs on 10 Aug 2019


Submission of Bids (Hard Copy) : 1600 hrs on 18 Aug 2019
Opening of Technical (PART 01) Bids : 1000 hrs on 19 Aug 2019

Online bidding cum e-Reverse Auction : Will be intimated later

Opening of Price Bids (PART 02) : Will be intimated later

2. LOCATION OF THE BLOCKS

2.1 MINERAL BLOCKS are situated in Bellary and Chitradurga (Dists), Karnataka

2.2 Geo Coordinate details of the BLOCKS are provided @ Annexure 08 to 10.

3. SCOPE OF WORK

3.1. NINE (09) Mineral Blocks are proposed for Topography and Contour Survey. These
Blocks are arranged in THREE (03) GROUPS as indicated below.

3.1.1. GROUP No - 01

Block 01 –
Block 02 – Block 04 –
M/s Pampapathi
Blocks M/s G G Brothers M/s Gaviyappa Total
& Others
(Lot 02) (Lot 02)
(Lot 02)
Area in ha 180 100 40 320.00

Locality
Annexure - 08 -
details

SEAL AND SIGNATURE OF THE BIDDER Page 1 of 52


3.1.2. GROUP No - 02

ML No 1746 - HT Minerals Block 06 -M/s VGM


Blocks Total
(Lot 01) (Lot 02)

Area in ha 159.86 141.36 301.22

Locality details Annexure - 09 -

3.1.3. GROUP No -03

Block 05 -
ML No 993 - ML No 1177 - ML No 1031
Gadigi
Jantakal Kashimurthy - Gadigi
Blocks Minerals – Total
Enterprises Setty Minerals
ML No 2489
(Lot 01) (Lot 01) (Lot 01)
(Lot 02)
Area in ha 80.93 64.75 50.29 43.48 239.45

Locality
Annexure -10
details

3.2. Further details are narrated in the SCOPE OF WORK– ANNEXURE 01

3.3. Bidders shall

3.3.1. carefully examine the NIT document including amendments/ addendum and
corrigendum, if issued, and other details relating to the work and acquaint
fully with the conditions and matters therein, which may, in any manner,
affect the work and the cost thereof.
3.3.2. be deemed to have obtained all information regarding risks, contingencies,
responsibilities and other circumstances which might influence or affect the
Proposal, the progress and to have taken into account conditions and
matters that may affect the works under this Bidding Process and cost
thereof.
3.3.3. be deemed to have visited the Mineral Blocks site and its surroundings,
carefully examined and satisfied about the existing site conditions,
availability of local facilities, etc. and to have quoted rates, taking into
consideration all such conditions and matters, which may, in any manner,
affect the work and the cost thereof
3.3.4. be deemed to have acquainted with all Government, and Labor laws,
statutes, regulations, rules or notifications relating to taxes, levies and other
charges relating to the work at the site or otherwise as applicable from time
to time
3.4. Any neglect or omission or failure on the part of the Bidder in obtaining necessary
and reliable information upon the foregoing or any other matter affecting this
Bidding Process, shall not absolve him of any risk or liabilities or responsibilities
for completion of the entire work in accordance with the terms and conditions
mentioned

SEAL AND SIGNATURE OF THE BIDDER Page 2 of 52


4. PRE-BID MEETING will be scheduled at 11.00 hrs on 10 Aug 2019 at Mineral Exploration
dept., KIOCL’s Corporate Office, II Block, Sarjapura Road, Koramangala, Bangalore-560 034,
Karnataka, India to clarify the queries of applicants, if any.

4.1 Clarifications on NIT terms if required, may be sought vide e-Mail in advance or
during the pre-bid meeting.

4.2 At any time prior to the deadline for submission of bids, KIOCL may, for any reason
modify, change, incorporate or delete certain conditions in the NIT document.

4.3 Amendments to NIT terms, if any, shall be uploaded in the form of CORRIGENDUMS
in the KIOCL‟ website & Government Portal and same will not be published in the
Newspapers.

4.4 BIDDERs are requested to visit KIOCL website & Government Portal regularly
before submitting bids.

5. PRE-QUALIFICATION CRETERIA
5.1. bidder should be a Legal entity/ Registered Firm under the Companies’ Act
/Partnership Act.
5.2. Group No - 01
5.2.1. Technical:
Bidder should have experience of successful completion of contract comprising of
carrying out similar works during last 07 years ending last day of month previous
to the one in which bid is invited should be any one of the following category: -
a. Three completed works for carrying out similar works costing not less than
Rs. 7,68,000/- (Rs. Seven Lakhs Sixty-Eight Thousand only) each.
OR
b. Two completed works for carrying out similar works costing not less than
Rs. 9,60,000/- (Rs. Nine Lakhs Sixty Thousand only) each.
OR
c. One completed work for carrying out similar works costing not less than Rs.
15,36,000/- (Rs. Fifteen Lakhs Thirty Six Thousand only).

5.2.2. Financial
a. Average annual turnover towards similar works carried out should be more
than Rs 5,76,000/- (Rs. Five Lakhs Seventy Six Thousand only) during the last
three Financial Years (FYs) i.e. 2015-16, 2016-17& 2017-18.
b. Net Worth of the Bidder in the FY 2017-18 should be positive.

5.3. Group No - 02
5.3.1. Technical:
Bidder should have experience of successful completion of contract comprising of
carrying out similar works during last 07 years ending last day of month previous
to the one in which bid is invited should be any one of the following category: -

a. Three completed works for carrying out similar works costing not less than
Rs. 7,22,928/- (Rs. Seven Lakhs Twenty Two Thousand Nine Hundred Twenty-
eight only) each.
OR
b. Two completed works for carrying out similar works costing not less than
Rs. 9,03,660/- (Rs. Nine Lakhs Three Thousand Six Hundred Sixty only) each.
OR
c. One completed work for carrying out similar works costing not less than Rs.
14,45,856/- (Rs. Fourteen Lakhs Forty-five Thousand Eight Hundred Fifty-six
only).

SEAL AND SIGNATURE OF THE BIDDER Page 3 of 52


5.3.2. Financial
a. Average annual turnover towards similar works carried out should be more
than Rs 5,42,196/- (Rs. Five Lakhs Forty Two Thousand One Hundred Ninety-
six only) during the last three Financial Years (FYs) i.e. 2015-16, 2016-17& 2017-
18.
b. Net Worth of the Bidder in the FY 2017-18 should be positive

5.4. Group No – 03
5.4.1. Technical:
Bidder should have experience of successful completion of contract comprising of
carrying out similar works during last 07 years ending last day of month previous
to the one in which bid is invited should be any one of the following category: -

a. Three completed works for carrying out similar works costing not less than
Rs. 5,74,680/- (Rs. Five Lakhs Seventy Four Thousand Six Hundred Eighty only)
each.
OR
b. Two completed works for carrying out similar works costing not less than
Rs. 7,18,350/- (Rs. Seven Lakhs Eighteen Thousand Three Hundred Fifty only)
each.
OR
c. One completed work for carrying out similar works costing not less than
Rs. 11,49,360/- (Rs. Eleven Lakhs Forty Nine Thousand Three Hundred Sixty
only).

5.4.2. Financial:
a. Average annual turnover towards similar works carried out should be more
than Rs 4,31,010/- (Rs. Four Lakhs Thirty One Thousand Ten only) during the
last three Financial Years (FYs) i.e. 2015-16, 2016-17& 2017-18.
b. Net Worth of the Bidder in the FY 2017-18 should be positive.

5.5. Where in “Similar Works” means :


Topographical and Contour Survey works with Report Preparation for
5.5.1. Mineral Exploration OR
5.5.2. Mining Areas OR
5.5.3. Irrigation / Dam construction sites

6. SUBMISSION OF BIDS

6.1. BIDDERs can submit their bids for


ONE GROUP OR
any TWO GROUPS OR
THREE GROUPS

BIDDER shall provide documents as indicated below.

6.2. TECHNICAL BID DOCUMENTS (Common for all Groups) – PART 01, consisting

6.2.1. Bidder has to fulfill respective pre-qualification criteria group wise as


mentioned above (from clause no 5.1 to 5.5) in this NIT and furnish supporting
documentary evidence to qualify for the same along with the offer.

6.2.2. EARNEST MONEY DEPOSIT (EMD) and TENDER DOCUMENT FEE: BIDDER
shall submit EMD and Tender Document Fee for each GROUP separately

SEAL AND SIGNATURE OF THE BIDDER Page 4 of 52


Group No EMD Amount in Rs Tender Document Fee in Rs
01 30,000/- 1000/-
02 30,000/- 1000/-
03 30,000/- 1000/-

6.2.3. Furnish along with the Bid, an interest free Earnest Money Deposit as
indicated above @ clause no 6.2.2 by way of Demand Draft / Pay Order /
RTGS / Bank Guarantee drawn, from any nationalized bank or Scheduled bank
in India in favour of KIOCL LIMITED, payable at BANGALORE.

RTGS details of KIOCL LIMITED Bank Account:

UNION BANK OF INDIA


PBS - KORAMANGALA
BENGALURU -560 034
ACCOUNT NO. 515401010022015
IFSC CODE: UBIN0551546

6.2.4. Bids without EMD (as applicable) and Tender Document Fee will summarily
be rejected.

6.2.5. Exemption from submission of EMD and Tender Document Fee to small scale
unit registered with the National Small Industries Corporation Limited (NSIC)
or MSME or affiliated to Small Industries Services Institutions, etc., shall be
governed by the guidelines issued by the statutory authorities from time to
time and those BIDDERs seeking such exemption shall necessarily furnish
requisite documents along with the tender.

6.2.6. SSIs /MSEs firms need to submit notarized copies of the registration certificate
issued by State/ Central Govt. authorities for claiming the exemption of
payment of EMD and Tender document fee. However, they would be
required to furnish Security Deposit in case they are successful in the tender

6.2.7. EMD in the form of Bank Guarantee (BG) should be strictly as per the KIOCL’s
format, printed on non-judicial stamp paper, purchased in the name of the
bank providing the BG. (EMD BG format is enclosed as Annexure 14 and may
be downloaded from link https://www.kioclltd.in/user/cms/292 Sl No: 4
FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT )

6.2.8. BG for EMD shall be valid for a period of Two (02) months beyond the due
date of submission of the Bid. In case of extension of validity of the offer, the
BG submitted shall also to be extended for further such period of extension.

6.2.9. EMD will be returned to unsuccessful BIDDERs after finalization of the tender/
award of work.

6.2.10. For successful BIDDER, EMD will be adjusted against the Security Deposit,
payable on placement of Work Order.

6.2.11. EMD will not carry any interest till it is returned.

6.2.12. EMD will be forfeited, if the BIDDER withdraws / alters / modifies / amends
the tender terms or derogates from the tender in any respect within the
period of validity specified in the tender document after the due date of
submission of bids

SEAL AND SIGNATURE OF THE BIDDER Page 5 of 52


6.2.13. EMD in any form, drawn from Co-operative Banks will not be accepted.

6.2.14. LETTER OF UNDERTAKING in the format as per Annexure – 11

6.2.15. POWER OF ATTORNEY authorizing the person to sign the Bid documents,

A person signing the bid or any document forming part thereof on behalf of
the BIDDER shall be deemed to warrant that he has the requisite authority to
sign such document. A Copy of power of attorney for the authorized signatory
for signing of bid shall be submitted along with proposal. If, subsequently it is
revealed that the person so signing has no authority to do so, KIOCL Ltd. may,
without prejudice to any other civil and criminal remedies, cancel the contract
and hold the signatory liable for all costs and damages.

6.2.16. ONE Copy of the complete set of NIT Document signed by authorized person
and affixed with Official Seal, in all pages, as a token of acceptance of all
TERMS AND CONDITIONS as described in this Tender.

Submission of the bid will be deemed as agreeing to all the terms & conditions
including payment terms specified herein.

6.2.17. NIT documents should not be altered / tampered by BIDDER. In case it is


found to be altered / tampered, such offers will be rejected and EMD
corresponding will be forfeited and KIOCL reserves the right to ban such
BIDDER.

Conditional bids shall be rejected without assigning any reasons thereof.

6.2.18. UN PRICE BID- in the format furnished as per following Annexures

Group No Annexures
01 02
02 04
03 06

6.2.19. Duly signed INTEGRITY PACT AGREEMENT as per Annexure- 12.

Above documents (Clause no 6.2.1 to 6.2.20) along with documentary


evidence of fulfilling respective Pre-Qualification Criteria, groupwise shall be
placed in a sealed envelope. This envelope shall be super-scribed as

“TECHNICAL BID DOCUMENTS: PART 01 - NIT No. KIOCL / MED /903


dtd. 04 Aug 2019”

6.3. PRICE BID - PART 02

PRICE BID to be submitted in the format furnished as per following Annexures


Group No Annexures
01 03
02 05
03 07

6.3.1. Price Bid quotes shall be inclusive of


a. all the expenses towards preparation and submission of Bid,
b. payments to the technical personnel to be deployed, men and
machineries charges, local administration & co-ordination charges,

SEAL AND SIGNATURE OF THE BIDDER Page 6 of 52


execution of works as specified in scope of work, all incidental /
operational / maintenance / repair charges and the maintenance of all
equipment being deployed.
c. establishing SOI Control point, Block Base Station and Triangulation
Reference Point, as per the instructions of KIOCL.
d. taxes/duties/levies, as applicable in working area except GST.
6.3.2. GST as applicable will be paid extra by KIOCL on submission of GST
invoice. Service Account Code to be indicated.
6.3.3. Price Bids shall specify the amount both in figures and words and any
overwriting will be treated as cancelled. If any variation among bid amount
specified in the figure and words, lower of the two will be considered.
6.3.4. Quoted Prices mentioned hereto will remain firm & fix till the complete
execution of work order in all respects.
6.3.5. Prices shall be quoted in Indian Rupees.
6.3.6. Price Bids which are incomplete and not submitted in accordance with
instruction shall be rejected.
6.3.7. BIDDER shall quote in the specified format given as in Annexure - 03 or 05
or 07. Offer submitted in any format other than the specified, shall be
summarily rejected.

Respective Price Bid Document, group wise, duly filled in & signed by
authorized person with official seal shall alone be enclosed in a separate
sealed cover, duly super scribed as

➢ “PRICE BID DOCUMENT: PART 02 for GROUP No - 01


(NIT No. KIOCL / MED /903 dtd 04.09.2019”)

➢ “PRICE BID DOCUMENT: PART 02 for GROUP No - 02


(NIT No. KIOCL / MED /903 dtd 04.09.2019”)

➢ “PRICE BID DOCUMENT: PART 02 for GROUP No - 03


(NIT No. KIOCL / MED /903 dtd 04.09.2019”)

6.3.8. Respective sealed covers should be kept in one single cover and sealed and
super-scribed as

“TECHNO – COMMERCIAL BID DOCUMENTS - NIT No. KIOCL / MED /903


dtd 04 Aug 2019”

and addressed to:


Office of Asst. General Manager (ME)
Mineral Exploration Dept,
M/s KIOCL LIMITED,
II BLOCK, KORAMANGALA, BANGALORE 560 034.

6.3.9. Last date for submission of completed bid documents as above is 1600 hrs
on 18 Aug 2019 either through Speed Post or Registered Post / courier
service or to be handed over in person to the above Office.

6.3.10. IMPORTANT NOTE


a. All documents relating to the Bid shall be in English language.
b. Bid received by Fax / E-Mail / in open condition will not be accepted
c. Bid received after the “due date” and “time” will not be considered.
d. KIOCL will neither be responsible for liable / claim nor entertain any /
disputes in this regard at any later date.

SEAL AND SIGNATURE OF THE BIDDER Page 7 of 52


e. KIOCL reserves the right to
➢ obtain required technical and / or commercial clarifications /
details from the BIDDERs before opening the Price Bids.
➢ to accept / reject any or all Bids or cancel / postpone the tender
without prior notice /assigning any reason and without any
damage/compensation thereof to BIDDERs.

7. OFFER VALIDITY

7.1. Bid submitted should be valid for a minimum of 60 (Sixty) days from the date of
opening TECHNICAL BID DOCUMENTS.

7.2. Bids with inadequate validity will be rejected.

7.3. Due to any reason, if the tender could not be finalized within the validity period of the
bid, BIDDERs will be requested to extend the validity of the bids for a suitable period.
If any BIDDER refuses to extend the validity of bid for required period, such bids will
not be considered further.

8. TENDERING, EVALUATION AND COMPARISON OF BIDS

8.1. KIOCL will carry out tendering in the following sequence.

8.1.1. Stage 01: Opening of TECHNICAL BID DOCUMENTS (PART I) and Evaluation:

a. TECHNICAL BID DOCUMENTS shall be opened on the date and time said
above and evaluated the on the basis of technical parameters and features
offered.

b. Bids not properly filled, over-written or with arithmetical mistakes or generally


not complying with the conditions are liable to be rejected.

c. If it is found that any of the information provided by Bidder is incorrect, such


bid / tender is liable to be rejected,

d. BIDDER / BIDDER’s representatives may be called for detailed discussions,


clarifications, presentation if required.

e. KIOCL shall qualify and enlist BIDDERS satisfying technical terms for Online
bidding cum e-Reverse Auction and opening of sealed Price Bids.

8.1.2. Stage 02: Online bidding cum e-Reverse Auction SEPERATELY FOR THREE
GROUPS

a. Online e-Reverse Auction shall be conducted among technically qualified


BIDDERs through a authorized service provider as per the procedure of e-
reverse auction as at Annexure-13 to identify BIDDER quoting lowest rates for
the work.

b. KIOCL reserves the right to scrap the online bidding cum e- reverse auction
process and open only sealed Price Bids of the technically qualified BIDDERs
for evaluation.

8.1.3. Stage 03: Opening of Price Bid and evaluation

a. Sealed Price Bid documents submitted by technically qualified BIDDERs will be


opened subsequent to e-Reverse Auction.

SEAL AND SIGNATURE OF THE BIDDER Page 8 of 52


b. Intimation will be given to technically qualified BIDDERs to witness the Price
Bid opening. BIDDERs (@ONE representative per BIDDER) may witness the
same if they desire so.

8.1.4. Stage 04: COMPOSITE PRICE COMPARATIVE STATEMENT

a. Based on the prices received through online e-Reverse Auction and the sealed
Price Bids received along with the offers, group wise Composite Price
Comparative Statement shall be prepared.

b. PRICE BIDS WILL BE EVALUATED BASED ON THE GRAND TOTAL, EXCLUDING


GST.

8.1.5. Determination of Successful BIDDER will be as per the Total Price in Rs


(Exclusive of GST) quoted in Price Bid format .

8.1.6. BIDDER quoting lowest of the Prices (i.e., among online e-Reverse Auction Prices
& sealed Price Bids) amongst all the BIDDERs shall be considered as
SUCCESSFUL and recommended for Placement of Work Order for respective
Group.

8.1.7. In case of lowest price discovered through e-reverse auction and lowest price
found on opening of sealed Price Bid being same, among two different BIDDERs,
KIOCL shall consider and recommend placing the Work Order on the BIDDER
who quotes lowest price through e-reverse auction.

8.1.8. If, KIOCL desires not to conduct the e-reverse auction, then, only the Price Bids
received along with TECHNO – COMMERCIAL BID DOCUMENTS will be
considered to determine Lowest Price.

8.1.9. Tender Process for Group 01


a. Technical bid evaluation
b. e-Reverse Auction followed by opening of hard copy of Price Bids of
technically qualified bidders.
c. Preparation of Composite Comparative Statement
d. Finalization of Contractor for Group 01 (successful BIDDER 01)

8.1.10. Tender Process for Group 02


I. In case of receipt of 02 or more technically qualified applications
(excluding successful BIDDER 01), successful BIDDER 01 will not be
eligible for Group 02 tendering process
a. e-Reverse auction followed by opening of hard copy of Price Bids of
technically qualified bidders
b. Preparation of Composite Comparative Statement
c. Finalization of Contractor for Group 02 (successful BIDDER 02)
II. In case of receipt of less than 02 technically qualified application
(excluding successful BIDDER 01) successful BIDDER 01 shall be eligible
to participate in Group 02 tendering process subject to successful
BIDDER 01 fulfilling cumulative PQ criteria set for Group 01 and Group
02 works
a. e-Reverse auction followed by Hard copy of Price bids of technically
qualified bidders
b. Preparation of Composite Comparative statement
c. Finalization of Contractor for Group 02 (successful BIDDER 02)

SEAL AND SIGNATURE OF THE BIDDER Page 9 of 52


8.1.11. Tender Process for Group 03
I. In case of receipt of 02 or more technically qualified applications
(excluding successful BIDDER 01 &/or successful BIDDER 02) successful
BIDDER 01 & successful BIDDER 02 will not be eligible for Group 03
tendering process
a. e-Reverse Auction followed by opening of hard copy of Price Bids of
technically qualified bidders
b. Preparation of Composite Comparative statement
c. Finalization of Contractor for Group 03 (successful BIDDER 03)
III. In case of receipt of less than 02 technically qualified application
(excluding successful BIDDER 01 &/or successful BIDDER 02) successful
BIDDER 01 & successful BIDDER 02 shall be eligible to participate in the
Group 03 tendering process subject to them individually qualifying the
respective prescribed PQ criteria for previous successful bids (Group
01 or Group 02 or Group 01 + 02) and PQ criteria Group 03 evaluated
cumulatively
a. e-Reverse Auction followed by opening of hard copy of Price Bids of
technically qualified bidders
b. Preparation of Composite Comparative Statement
c. Finalization of Contractor for Group 03 (successful BIDDER 03)

9. AWARD OF WORK, CONTRACT AGREEMENT


9.1. KIOCL will issue TWO (02) sets of Work Order (WO) in original, to successful
BIDDER, Group wise (successful BIDDER 01, successful BIDDER 02, successful
BIDDER 03)

Successful BIDDER shall sign and seal on all the pages of ONE (01) copy of the Work
Order as a token of unconditional acceptance and return that copy to KIOCL within
SEVEN WORKING DAYS of receipt of Work Order.

9.2. Signed copy of Work Order, returned to KIOCL shall be deemed as “CONTRACT”
between KIOCL and successful BIDDER, here in after called as CONTRACTOR.

Set of documents including all enclosures and correspondences under this NIT
between KIOCL and the CONTRACTOR, including Work Order shall be treated as
documents of AGREEMENT for this work. No separate agreement will be executed.

9.3. During the currency of CONTRACT,


9.3.1. CONTRACTOR shall not assign or sub-contract any portion of the work under
this NIT without the prior written consent of KIOCL.

9.3.2. KIOCL reserves the right to award any part of the work or the whole under
this NIT, as may be considered necessary with due notice.

9.3.3. KIOCL reserves the rights to foreclose / terminate the contract in part or full
as may be considered necessary with due notice

9.4. EFFECTIVE DATE OF CONTRACT / AGREEMENT SHALL BE FROM THE DATE


OF ISSUE OF WORK ORDER/LETTER OF INTENT.

10. PERIOD OF CONTRACT

10.1. Timely completion of the awarded work by the CONTRACTOR is the essence of the
tender.
10.2. The entire work indicated as per NIT is required to be completed within TWO (02)
MONTHS from the date of placement of Work Order

SEAL AND SIGNATURE OF THE BIDDER Page 10 of 52


10.3. Timelines for completion of works under the NIT shall be

Sl Details of work Duration in days


Pre-Field Works - FIELD PROGRAM PROPOSAL for
1 07
site work execution & Mobilization Period
2 Site works 38
Topography and Contour Survey Report as per
3 07
clause no. 13.2.2
Preparation of Approach Road Plan as per clause
4 *08
no. 13.2.3
5 Total 60

*Preparation of Approach Road Plan shall be completed within 08 working days on


receipt of details as per clause no 26.3.2 from KIOCL.
10.4. Time DELAYS not attributable to CONTRACTOR shall be duly considered in
evaluating the work execution.

11. SECURITY DEPOSIT (SD)

11.1. Within FIFTEEN (15) working days of issue of Work Order, CONTRACTOR shall
furnish TEN PERCENT (10 %) of the Total Work Order Value as Security Deposit by
way of Demand Draft / Pay Order / RTGS / Bank Guarantee drawn from any
nationalized bank or scheduled bank in India in favour of KIOCL LIMITED, payable
at Bangalore.

RTGS details of KIOCL Limited:

UNION BANK OF INDIA


PBS (KORAMANGALA)
BENGALURU -560 034
ACCOUNT NO. 515401010022015
IFSC CODE: UBIN0551546

11.2. For successful BIDDER, EMD will be adjusted (as part) against the Security Deposit
and only the balance needs to be paid.

11.3. SD in the form of Bank Guarantee (BG) should be strictly as per the KIOCL’s format
on non-judicial stamp paper, purchased in the name of the bank providing the BG.
(SD BG format is enclosed as Annexure 15 and may be downloaded from link
https://www.kioclltd.in/user/cms/292 Sl No: 4 FORM OF BANK GUARANTEE FOR
SECURITY DEPOSIT).

11.4. BG shall be valid for a period of work as agreed in the Work Order. In case of
extension of validity of WO, the BG submitted shall also to be extended for further
such period of extension.

11.5. In case of EMD adjustment, if any, shall also be with suitable extension of validity for
the adjusted part also.

11.6. SD in any form, from Co-operative Banks will not be accepted.

11.7. SD will not carry any interest till it is returned.

11.8. SD shall be returned / released only on successful completion of the assignment.

SEAL AND SIGNATURE OF THE BIDDER Page 11 of 52


11.9. In case of violations of any Act, policies of enforcing agencies of Government or
litigation, the expenses incurred for rectifying such irregularities, or if KIOCL Ltd. is
held liable to pay any claim for losses, damages, etc., on account of negligence,
deficiency in skill or care in the performance of duties by CONTRACTOR, amount
thus spent by KIOCL Ltd. will be recovered from CONTRACTOR directly or from
bills payable or in any other manner such as by legal proceedings against the
CONTRACTOR including forfeiture of SD.

12. MOBILIZATION PERIOD

12.1. CONTRACTOR shall mobilize his resources to the site / Block with in SEVEN (07)
working days of issue of Work Order. The same shall be inclusive in the Period of
Contract and commence the works from there on.

12.2. Mobilization of men and material, to Site / Block location will be at the sole
responsibility of CONTRACTOR.

13. DELIVERABLES
13.1. BLOCK WISE COMPREHENSIVE FIELD PROGRAM PROPOSAL (ONE copy each in
hard and soft formats) to be submitted within 15 days of issue of Work Order
defining
✓ necessary documentary evidence towards qualification and experience of
the surveyors and technical personnel to be deployed for site works, viz,
Name / Qualification / Experience / Proof of Address and Identification /
Contact Details ( if expats are deployed, PASSPORT and VISA details)
✓ Formats of field recording and reporting, Stationary, technical specification
of Instrumentation and Equipment, Tools and tackles like geological
instruments, compass, on field mapping instruments, survey instruments,
handheld GPS instruments, sampling survey tools etc

13.2. On completion of Site Works


13.2.1. BLOCK WISE TOPOGRAPHIC AND CONTOUR SURVEY DATA

a. Daily progress Report of field works, field books (in Original)


b. Post processing of Survey Data, including calculation of Co-ordinates
of each point in UTM system using WGS 84 Datum as well as on national
grid using Datum – Indo Bangla -1956.
c. Each Spot level readings taken at grid interval of 10m X 10m in MS
Excel (8 decimal place in degrees for Latitude and Longitude and with
two decimal places in meter for RL) and RAW survey data in .CSV files
d. Readings converted to UTM & CSV format and plot file to be generated
on Auto CAD (DWG format)
e. Establishment of base station, DGPS readings on 6 hours observation.

13.2.2. Topography & Contour Survey Report (BLOCK WISE)


a. DRAFT SURVEY REPORT in hard copy along with an editable soft copy,
specifying following information
o time , date and period of conduct of Survey of each point providing
the respective pillar ID, readings, location photograph and
description of important field observations if any

o Name and Designation of the Officials / Authorized Representatives


of DMG / Revenue / Forest Depts. of GoK who have monitored and
witnessed the Survey, if any,

SEAL AND SIGNATURE OF THE BIDDER Page 12 of 52


o Map and Plans as detailed @ Clause no. 26.3.1

b. FINAL Topography & Contour Survey Report signed by authorized


representative after incorporating the observations / recommendations
(if any) of KIOCL – 01 set of hard copy and & soft copy.

13.2.3. Preparation of Approach Road Plan (BLOCK WISE) (for Trench / Pit,
Drill hole areas)

a. DRAFT Approach Road Plan (Block Wise) as detailed @ Clause no.


26.3.2, 26.3.3, 26.3.4 & 26.3.5 signed by its authorized representative in
hard copy along with an editable soft copy.
b. FINAL Approach Road Plan (BLOCK WISE) incorporating the
observations / recommendations (if any) of KIOCL – 01 set of hard copy
and & soft copy.

14. TERMS OF PAYMENT


14.1. No advance shall be paid
14.2. After completion of the Work, CONTRACTOR shall forward an invoice / bill for
the works performed, to the Paying Authority as per Payment Schedule indicated
below.
Invoice No Schedule of Payment % of payment by KIOCL
01 After submission of Final Topography & Contour 60% of total price.
Survey Report
02 On acceptance of Final Approach Road plan 40% of total price.
(BLOCK WISE) (for Trench / Pit, Drill hole areas) by
KIOCL

14.3. Invoice / bill submitted shall be supported by below indicated documents dully
certified / recommended by KIOCL.
14.3.1. Invoice 01 – Deliverables as per clause no 13.1,13.2.1 & 13.2.2
14.3.2. Invoice 02- Deliverables as per clause no 13.2.3

14.4. Fees/ bills payable under this NIT will be paid within THIRTY working days of
receipt of invoices (and clarifications, if any.).

14.5. Payment will be processed after considering following;

14.5.1. Payment will be per units of work carried out as per agreed Price.
14.5.2. In case of increase or decrease in the extent of Survey, then the payment
for work executed shall be effected on actual quantity at unit rate as per
Price Bid.

14.5.3. After deduction/ addition of


a. Statutory levies.
b. Income Tax /GST
c. Admissible changes in GST / Income Tax during Contract Period
d. Any amount due as a result of any claim or application in terms of the
provisions or non-compliance of provision of the any acts and the Rules
and Regulations, by-laws, penalty or the orders made there under from
time to time, such amounts and shall be recovered for which KIOCL
will not be responsible to pay any compensation.
e. Any other applicable deductions.

14.5.4. Immediately on completion of the work (but not later than 60 days after
completion of work) in order to facilitate the final bill payment,
CONTRACTOR shall furnish the following documents to KIOCL.

SEAL AND SIGNATURE OF THE BIDDER Page 13 of 52


14.6. NO DUES CERTIFICATE
A certificate to the effect that no outstanding claim / payments are due to the
persons employed by CONTRACTOR or his sub CONTRACTOR’s (permitted by
KIOCL) including the statutory payments.

14.7. In case of delay beyond scheduled date of completion of work, any statutory
increase in duties, cess etc. and / or introduction / levy of any duty, tax, cess after
scheduled date of completion of work shall be to the CONTRACTOR‘s account.

14.8. JGM I/c (F), Dept of Finance, KIOCL Ltd, Bangalore shall be the Paying Authority.

14.9. Payments shall be effected through electronic banking modes (RTGS / NEFT)
only.

15. PRICE VARIATION

No escalation / de-escalation to agreed Work Order Price on any account shall be


permitted, during the PERIOD OF CONTRACT.

16. INDEMNIFICATION

CONTRACTOR shall

➢ indemnify and keep KIOCL indemnified from and against all actions, claims,
demands and / or liabilities whatsoever arising out of this NIT or consequent upon
breach of any of provisions of agreement under this NIT and / or against any claim,
action or demand by any of the CONTRACTOR‟s Employees, person(s), firms,
institutions under any law, rule or regulation having the force of law, including but
not limited to, claims against KIOCL under Employee‟s Compensation Act, 1923.
The Employees State Insurance Act, the Employees Provident Fund Act, 1952, The
Contract Labour (Abolition & Regulation) Act, 1970 and the Minimum Wages Act,
1948 and any amendments thereto.

➢ indemnify KIOCL against any claims, compensations, damages, loss, penalty etc.
for breach and / or non-fulfilment of the prevailing Rules and Regulations and other
statutory provision in force from time to time and applicable to the work under the
contract.
If any amount becomes payable by KIOCL as a result of any claim or Acts and the Rules and
Regulations, By-laws or the Orders made there under, applicable from time to time, such
amounts shall be recoverable from CONTRACTOR for which KIOCL will not be responsible
for any compensation.

17. SECRECY

CONTRACTOR shall, at all times, keep confidential of all technical information’s, process
data, designs, drawings, plans, specifications, reports relating directly or indirectly to the
work either disclosed to the CONTRACTOR by and / or on behalf of the KIOCL or acquired
by CONTRACTOR during the course of performance of the contract. CONTRACTOR shall not
use the same for any purpose other than for execution of the subject contract. Any
contravention of the provisions of this clause will amount to breach of the contract and
Security Deposit shall be forfeited.

SEAL AND SIGNATURE OF THE BIDDER Page 14 of 52


18. FRAUD PREVENTION POLICY

Fraud Prevention Policy is being followed at KIOCL, which provides a system for
prevention / detection / reporting of any fraud. It also forbids everyone from involvement in
any fraudulent activity and that where any fraudulent activity is suspected by anyone; the
matter must be reported to the „Nodal Officer‟ (Chief Vigilance Officer) as soon as he / she
come to know of any fraud or suspected fraud.

KIOCL requires that CONTRACTOR observes the highest standard of ethics during the
execution of this Work.

19. INTEGRITY PACT

CONTRACTOR shall execute Integrity Pact Agreement with KIOCL as per Annexure -12.

Shri. Varanasi Udaya Bhaskar


CMD (Retd.), Bharat Dynamics Ltd.,
Flat No. 101, 1st Floor, Block No. B,
Sri Balaji Gulmohar Township
Bachpalle, KV Rangareddy
Hyderabad – 560 090.
Mob: 09490796474
E-Mail: varudabha@yahoo.co.in

is nominated for the above work, as Independent External Monitor (IEM)

20. CONFLICT OF INTEREST

KIOCL is guided by Central Vigilance Commission (CVC)’s Circular No.08/06/11 dated:


24th June 2011 (http://cvc.gov.in/cir_emp_05072011.pdf).

KIOCL requires CONTRACTOR to carry out the work in professional, objective, and
impartial manner and at all times hold KIOCL‘s interest paramount, avoid conflicts with other
assignments or his / its own interests, and act without any consideration for future work.

21. STATUTORY OBLIGATIONS OF CONTRACTOR


CONTRACTOR shall
- be responsible to fulfil the provisions under the
o MINES AND MINERALS (DEVELOPMENT AND REGULATION) ACT, 1957; Rules and
Regulations framed there under ; as amended from time to time - on the matters
connected with the execution of the contract.
o Forest(Conservation) Act 1982, Rules, Regulations and guidelines framed there
under ; as amended from time to time

- be responsible and liable for payment of minimum wages and other obligations such as
medical claims, ESI, PF and compensations under Workman Compensation Act and Rules
made there under, P.F Act / Rules, Minimum Wages Act & Payment of Bonus Act, Industrial
Dispute Act 1947,Contract Labour (Regulation & Abolition) Act 1970, for the persons
engaged by him

- obtain required license under Contract Labour [Regulation and Abolition] Act 1970 and
Rules made there under

SEAL AND SIGNATURE OF THE BIDDER Page 15 of 52


- maintain all the records as required by PF Statutory authorities and submit necessary
returns as per the provisions of the Act

- be responsible for the safety of his employees and machineries in all phases of the work
and shall provide and enforce the use of such guards, PSE’s and other safety gadgets as
may be required
-
- strictly adhered to any directives either from Central or State Government or any other
authorities regarding execution of work related thereto. The same shall have be and
binding upon the CONTRACTOR for implementation

22. JURISDICTION OF COURT

Contract shall be Governed and interpreted in accordance with the laws in India. Any
provision required to be included in a Contract of this type by any applicable and valid Law,
Ordinance, Rule or Regulation shall be deemed to be incorporated herein.

Courts at Bangalore alone shall have jurisdiction on any dispute arising out of Agreement.

23. FORCE MAJEURE

Any delay, in or failure of performance of the CONTRACT by CONTRACTOR or KIOCL shall


not constitute defaults by such party or give rise to any claim for damages against it, if and to
the extent such delay or failure of performance is caused by acts of God, acts rehabilitation
or acts of threats of terrorism / naxalism, acts of war or hostilities, acts or omissions of
Government, invasion, revolution, civil commotion, blockade, embargo, sabotage, fires,
severe earth quakes, typhoons, cyclones, lightning, plague, epidemic or other act, omission
or circumstances, (excluding monsoon) which are beyond the reasonable control of the
parties affected which they could not have reasonably foreseen and guarded against and
which by exercise of reasonable care and diligence, they are unable to prevent (herein after
referred to as Force Majeure).

KIOCL shall be the sole judge to decide whether or not an event is Force Majeure and
decision is final and binding. Monsoon season is not considered a Force Majeure.

The party affected by the occurrence of the event of Force Majeure shall promptly notify
within 10 days of such occurrence to the other part hereto at its commencement and
termination along with the copies of any documents, if any, showing the existing or
termination of such event and its effect on the WORK. Delay occasioned by Force Majeure
shall give rise to an extension of the time for performance of either party obligations under
this CONTRACT commensurate with such delay.

Should CONTRACTOR or KIOCL be prevented from fulfilling his obligations as provided for
under this CONTRACT by the existence of a cause of Force Majeure lasting continuously for
a period of forty five (45) days, the party which is so prevented shall prior to the termination
of the Force Majeure condition and after the expiry of the said period of forty five (45) days
have the option to terminate this CONTRACT without further liability to either party, except
that CONTRACTOR shall be paid for the work performed upto the date of such termination.

24. COMPLETION OF WORK

24.1. With completion of the work in all respects as defined in NIT, CONTRACTOR shall clear
of the areas from men and materials .
24.2. If CONTRACTOR fails to comply with the requirement of the above clause on or before
the date fixed for the same, KIOCL may at the expenses of CONTRACTOR, may carry

SEAL AND SIGNATURE OF THE BIDDER Page 16 of 52


out such works and CONTRACTOR shall pay the amount of all such expenses so
incurred and shall have no claim in respect of any such work.
24.3. When CONTRACTOR fulfils the agreed obligations under the contract to the
satisfaction of KIOCL site in-charge and subject to terms and conditions of the contract,
it shall be eligible to apply for COMPLETION CERTIFICATE.

24.4. KIOCL shall issue work completion certificate to the CONTRACTOR

Yours faithfully,
For KIOCL LIMITED,

sd/-

AGM ( ME )
(MINERAL EXPLORATION DEPT)

SEAL AND SIGNATURE OF THE BIDDER Page 17 of 52


ANNEXURE - 01

SCOPE OF WORK (contd…)


25. Carrying out Topography and Contour Survey of the MINERAL BLOCKS situated in Bellary
and Chitradurga (Dists), Karnataka
25.1. In UTM System using DATUM WGS 84 as well as DATUM INDO-BANGLA 1956
25.2. With cross - referencing from existing SoI Control Point / Revenue/Forest
Reference Points surrounding the BLOCK
25.3. with each Survey Station / Point recorded for Reduced Levels, Latitude /
Longitude co-ordinates
25.4. using Auto CAD software

26. WORKs to be undertaken are furnished below;


26.1. Liaisoning Works : Liaisoning with Forest Department, Department of Mines and
Geology and Revenue Department of Govt of Karnataka for smooth and effective
execution of the Work.

26.2. Topographic and Contour Survey Works :

26.2.1. Carrying out Topographic and Contour Survey at in HILLY TERRAIN @ 1.0m
contour interval using Total Station in scale 1: 1000 indicating;
a. Surface features
b. Virgin features like hills, terrain, valleys, water courses, insitu rock
exposures,
c. Broken up areas such as working / abandoned pits or benches, dumps
& stock yards, old shafts /bore wells,
d. Infrastructure facilities like roads & paths, electric lines / water ways,
buildings & sheds, weigh bridge & fuel station / magazines,
permanent or semi-permanent structures like retaining walls, check
dams / culverts etc
e. Safety Zones / afforestation zones, forest / plantations boundaries,
f. Mine Lease / Block Boundary,
g. Position of dyke, faults.
h. Mine/ Block wise extent of broken up area and virgin area to be
provided.
26.2.2. Carry out MINIMUM ONE SPOT LEVEL READING for every 100 sqm area (@
not more than 10.0m X 10.0m grid).
(a) Spot levels /readings should be taken at each contact zone in
exposures /outcrops to mark litho units variation as per site conditions
& instructions of KIOCL.
26.2.3. Carry out Closed Traverse Survey all round the mineral / leased area.
26.2.4. Traverse Station Points to be marked with STEEL RODS at an interval of not
more then 500 m. Other Traverse Stations to be marked on the commanding
locations as per instructions of KIOCL site incharge.
26.2.5. On random checking of the spot levels the vertical error shall not be more
than 00.2m.
26.2.6. Closing error in the traverse survey should not be more than ± 0.04m
(horizontal) and ± 0.01m (Vertical).
26.2.7. Usage of “DRONE” for the works under NIT is not permitted.
26.2.8. Establishment of ONE Base Station in each Block / Lease by DGPS readings
of minimum six(6) hours observation( at one Boundary Corner Point).

26.3. Topography and Contour Survey Report:

SEAL AND SIGNATURE OF THE BIDDER Page 18 of 52


26.3.1. Report (ONE Report per each BLOCK) shall be prepared by CONTRACTOR.
The same shall be supplemented with
a. Maps, plans in scale 1: 1000 to define the geometry of the BLOCKS
b. Surface Topography Map in 1:1000 with 1.0m contour interval
indicating features as indicated above @ clause no 26.2.1 with
elevations.
c. Drawing indicating spot levels (without contour) in 1:1000

26.3.2. Preparation of Approach Road Plan (BLOCK WISE) (for Trench / Pit,
Drill hole areas) after receipt of Topography and Contour Survey Report,
KIOCL shall provide the following details
a. Block Geological Mapping details,
b. Proposed Trench / Pit locations / Area
c. Proposed Drilling location and area

26.3.3. CONTRACTOR shall superimpose above details and provide Surface


Topography and Contour Maps in 1:1000 with 1.0m contour interval with the
following details
a. Approach Road plan to reach trench/ pit or Drill Hole point including
entry to the BLOCK
✓Approach Road to be in the gradient not more than 1:10 @ ramps
and normally not more than 1:16.
✓Road to be defined clearly by dual points on either side of the road
with
➢ a width of 5.0m
➢ at intervals of not more than 50.0m in straight lines and 20.0m
at curves/ turns with not less than three pairs of suitably
placed points (to complete the measurable polygon)
b. Trench / Pit plan to be defined by four corner Points(rectangle)
c. Drill Hole Drill Hole to be defined by a Point
d. Drill Hole Drill Hole areas plan to be defined by four corner
Points(square)

26.3.4. Prepare and Submit


a. SURFACE Plan showing extent of Forest area coming under
disturbance, requiring diversion of Forest Land and provide KIOCL
with DGPS survey points (Coordinates & RL) for transferring the
planned works on ground.
b. Cross Sections perpendicular to strike direction to be prepared at
100.0m interval in 1: 1000 scale.

26.3.5. CONTRACTOR shall submit all the information, reports, survey data in MS
Office formats and drawings, plans, sections in AutoCAD or Surpac
compatible format only.

27. CONTRACTOR shall,


27.1. Subject to the provisions of the contract, with due care and diligence, assist in
executing and maintaining the works through well experienced technical manpower
having good knowledge for carrying out Topography and Contour Survey works,
interpretation of data, preparation of report, preparation of Maps, Plans, Sections and
Approach Road Plan to enable mineral exploration works.
27.2. Deploy competent personnel and other resources for Survey works ;
27.3. Deploy competent manpower for liaisoning, supervision, management of field
activities,
27.4. provide required number of well experienced surveyors (not less than TWO nos per
BLOCK) having at least THREE years of ON FIELD work experience for carrying out
site works of Topography & Contour Survey and related works.

SEAL AND SIGNATURE OF THE BIDDER Page 19 of 52


27.5. Not limiting as detailed above, engage additional number of experienced Surveyors
assisted by technical staff / labours with relevant expertise in carrying out specific
tasks related to Topography and Contour Survey works in order to meet the time
frame.
27.6. Organize a pre reconnaissance survey of the total area to see the actual field
conditions of roads, accessibility in different parts of field area, communication links,
and assessment of infrastructural requirements and suitability of camping site. Based
on this reconnaissance
➢ formulate a STRATEGY with timelines for Survey Works
➢ Set up (whenever required)
✓ Site Office / housing / food and accommodation
✓ watch and ward for safety / security of men/ machineries and materials etc.
✓ Medical First Aid facility
✓ Transportation Arrangements
✓ Permissions from local authorities, to enter restricted / protected or eco-
sensitive areas based on the mandate of STATE

And submit for approval, a Comprehensive FIELD PROGRAM PROPOSAL providing


the complete road map indicating the details of the work along with time schedule for
completing the work within prescribed time limit as per scope of work before
commencement of site works, within 15 days (FIFTEEN) from issue of Work Order.
27.7. Deploy all labors, supervisory, technical and operational personnel and pay as per
norms.
27.8. Arrange for feeding, transport, accommodation, housing, site office, medical aid etc.
to the manpower engaged. No claim for amenities, welfare, medical aid or any kind
of other liabilities to the engaged persons or any incidental charges will be
entertained by KIOCL to the personnel to be deployed
27.9. not deploy children for any sort of work proposed under this scope of work.
27.10. Ensure reasonable precautions to prevent any unlawful, riotous or disorderly
conduct by personnel deployed and for the preservation of peace and protection of
persons and property in the neighborhood of the works against the same
27.11. Pay Taxes / fees / penalty / fine if any imposed by the local administration
(governmental) in lieu of the works undertaken (but not attributable to acts of
outsourced part of work), with prior consent (when and where ever required), if any,
against receipts in this regard. The same shall be considered for reimbursement at
appropriate time.
27.12. Nominate a Nodal Officer for the work entrusted and communicate the name, address
and contact number to KIOCL at the time of beginning of work for ensuring proper
co- ordination.
27.13. Deploy Survey Instruments with suitable capacities and must ensure the perfect
workable condition of each Instrument.
27.14. Be responsible for equipment and personnel, supply, transportation, , lighting,
watch and ward and safety of men and materials etc.
27.15. Shall prepare Daily/ Weekly / Monthly Progress Report (Soft Copy) in respect of all
activities as per standard format approved by KIOCL and submit for verification and
certification for acceptance by KIOCL.
*Daily/ Weekly / Monthly Progress Report(s) submitted by CONTRACTOR and
accepted by the KIOCL shall be the basis of assessment of the Work Progress.
27.16. Shall carry out all the activities as per directions of KIOCL and shall keep close co-
ordination and co-operation with KIOCL.
27.17. Decision for closure of the Topography and Contour Survey works shall be taken by
the KIOCL.
27.18. Survey works in the BLOCKS shall be done by bidder as per order of priority
indicated by KIOCL. Qualified surveyors, survey attendants and good conditioned
vehicles shall be arranged by the Contractor, at his own cost.

SEAL AND SIGNATURE OF THE BIDDER Page 20 of 52


27.19. Accuracy of survey work shall be the responsibility of contractor. In case survey
work is not found accurate at any point of time during exploration at site and till
acceptance of Geological Report, the corresponding part or full survey work shall
be repeated by the contractor at his own cost, to the desired level of satisfaction of
KIOCL.
27.20. KIOCL’s Geologists/ Surveyor shall visit the Survey site for technical supervision and
performing other relevant duties. Contractor shall keep the survey plans updated in
presentable form for necessary discussions and further planning.
27.21. KIOCL’s representatives shall check the survey work periodically during ongoing
survey activities at site which shall be subsequently presented on various review
meetings. Hence, Contractor shall keep close co-ordination with representatives and
cooperate with them.
27.22. Contractor (s) shall provide necessary assistance for exploration activities in each
BLOCK as per the guideline/instruction of the KIOCL in-charge at the site.
27.23. Any dispute arises out of performing the survey work shall be mutually settled
between Contractor & KIOCL.
27.24. Be responsible for making preliminary arrangements such as, preparation of area,
looping of Branches for clearing of bushes and lopping of tree branches for clear site
and all other preliminary arrangements for carrying out Topography and Contour
Survey works to the extent permitted by relevant statutes in this regard.
27.25. Be solely responsible for dealing with anti- social activities, villager’s blockage, civil
commotion, strikes, lockouts, hooliganism leading to damage/ theft of materials and
threats/ harm to manpower, socio-political vendetta in the area towards execution of
this CONTRACT.
28. In case KIOCL desires to carry out any activities in connection with the survey work which
are not specifically included in the scope of work, the rates for such activities will be
mutually decided as and when required and work shall be carried accordingly.
29. Area indicated for each Block shall be surveyed. If actual survey extent is less than the area
projected in the NIT, for any reason, the balance quantity of survey will not be counted
against the proposed area and payment will be for the actual extent of survey.
30. In case of encountering unapproachable site for carrying out survey work, the site(s) shall
be made approachable /cleared by contractor at his own cost.
31. All surveying and levelling operations carried out by CONTRACTOR shall commence and
close upon known control stations & CONTRACTOR shall scrupulously observe all necessary
precautions as per standard survey practice.
32. CONTRACTOR is liable to be disqualified, if found to have made misleading / false
representations / suppressing the information in the forms, statements and attachments
submitted in proof of the requirements; and/or record of poor performance such as
abandoning the works, not properly completing the contract, inordinate delays in
completion, litigation history, or financial failures etc.
33. Quantities proposed are tentative and may vary as per the site condition.
34. During the contract period, in case of non- feasibility of carrying out investigation works,
KIOCL reserves the right to temporarily stop or truncate / vary quantities / not execute at all,
short close any of the works. However, the payment shall be regulated at the agreed prices for
executed quantities only.
35. If necessitated technically, KIOCL may also increase the quantities, extend timelines for the
work ordered.

36. WORK TO BE EXECUTED TO THE SATISFACTION OF KIOCL:


36.1. CONTRACTOR shall execute and maintain the work in strict accordance with the
contract to the satisfaction of the KIOCL and shall comply with and adhere strictly to
KIOCL instructions and directions on any matter whether mentioned in the contract or
not, touching or concerning the works. In case, KIOCL is not satisfied with the
performance in terms of the quality, KIOCL reserves the right to terminate the contract
without assigning any reason and without giving any notice. CONTRACTOR will have
no claim of compensation whatsoever.

SEAL AND SIGNATURE OF THE BIDDER Page 21 of 52


36.2. CONTRACTOR shall ensure that the work conforms strictly to the details, specifications
and instructions of KIOCL. KIOCL may issue from time to time further
instructions/directions in writing to the Contractor and the same shall be abided
during the contract period.

37. DAMAGE TO PERSONS AND PROPERTY:


CONTRACTOR shall except if and so far as the contract provides otherwise, indemnify
KIOCL against all losses and claims in respect of injuries or damage to any person or
material or physical damage to any property whatsoever which may arise out of or in
consequence of the execution and maintenance of the works and against all claims,
proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation
thereto. If in case the compensation is not paid by the CONTRACTOR to the aggrieved party,
the same will be deducted from the payment due and the same deducted amount will be
paid to the aggrieved party.

38. ACCIDENT OR INJURY TO WORKMEN:


38.1. KIOCL shall not carry any responsibility for the personnel deployed for works by
CONTRACTOR
38.2. CONTRACTOR shall take full responsibility for total security and safety of all site
operations as per the applicable laws and rules.
38.3. CONTRACTOR shall be solely responsible for any accident to / by the machinery
deployed or any accident, fatal, danger to any personnel or the staff or any workers
deployed or any others during the operation of the contract. KIOCL shall not be liable
for or in respect of any damages or compensation payable at law in respect of or in
consequence of any accident or injury to any engaged person in the employment of
CONTRACTOR.
38.4. All the claims or compensation towards such accident, death, danger shall be settled
by the CONTRACTOR. KIOCL shall not be responsible for any such
compensation/claims.
38.5. CONTRACTOR shall indemnify and keep indemnified KIOCL against all such damages
and compensation, save and except as aforesaid, and against all claims, proceedings,
costs, charges and expenses whatsoever in respect thereof or in relation there to.
38.6. Insurance against accident etc. to workmen: Before commencement of the works the
CONTRACTOR, without limiting his obligations and responsibility under point no 22.5
of the document (Damage to persons and property) hereof, shall adequately insure
against his liability for any material or physical damage, loss or injury which may occur
to any property or any person by or arising out of the execution of the works or in
carrying out the contract. The validity of the insurance shall continue throughout the
contract period.
38.7. Provisions to Indemnify KIOCL: The insurance terms shall include a provision whereby,
in the event of any claim in respect of which the CONTRACTOR would be entitled to
receive indemnity under the policy being brought or made against the KIOCL, the
insurer will indemnify the KIOCL against such claims and any costs, charges and
expenses in respect thereof.
38.8. All the machinery / vehicle shall be insured and the insurance shall be in force all the
time during the currency of the contract at the cost of CONTRACTOR. In case of any
accidents to the machine / vehicle inside or outside the work location, all the legal
formalities for getting any type of claims or for payment of claims are to be arranged
by the CONTRACTOR only.
38.9. The CONTRACTOR shall take necessary precautions against wild animal attacks, snake
bite, poisonous insects bite etc. to the manpower deployed by him for site works while
working in farm land, marshy land, near the forest area. CONTRACTOR shall provide
necessary medical aid to the affected person. KIOCL shall not be responsible for any
such compensation/claims in this regard.

SEAL AND SIGNATURE OF THE BIDDER Page 22 of 52


ANNEXURE-02

PRICE BID (CROSSED) FOR GROUP 01

To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE

CARRYING OUT TOPOGRAPHY AND CONTOUR SURVEY IN MINERAL BEARING BLOCKS


SITUATED IN BELLARY AND CHITRADURGA (Dists), KARNATAKA.
Ref: NIT No: KIOCL / MED /903 dtd 04.09.2019
(TO BE ENCLOSED WITH TECHNICAL DOCUMENT)

Estimated Quantity
Block 01 - Quote Total
Sl Block 02 - Block 04 –
Work M/s Price Price in
N unit M/s G G M/s
Component Pampapathi Total (Rs/ Rs
o Brothers Gaviyapp
& Others ha) (Exclusive
(Lot 02) a ( Lot 02)
(Lot 02) of GST)
(g)=(d)
(a) (b) (c) (d) (e) (f) (h) (i)=(g)*(h)
+(e)+(f)
Carrying out
TOPOGRAPHI
C AND
CONTOUR
SURVEY using
TOTAL
STATION
(1.0m contour
interval in
1:1000 scale),
1 ha 180 100 40 320
Preparation of
Block wise
Topographic
and Contour
Survey Report
with Maps
and
Preparation of
Approach
Road Plan

(Total price in words


______________________________________________________________________)

Date: Bidder’s Sign & Seal

SEAL AND SIGNATURE OF THE BIDDER Page 23 of 52


ANNEXURE-03

PRICE BID FOR GROUP 01

To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE

CARRYING OUT TOPOGRAPHY AND CONTOUR SURVEY IN MINERAL BEARING BLOCKS


SITUATED IN BELLARY AND CHITRADURGA (Dists), KARNATAKA.
Ref: NIT No: KIOCL / MED /903 dtd 04.09.2019
(TO BE ENCLOSED WITH TECHNICAL DOCUMENT)

Estimated Quantity
Block 01 - Quote Total
Sl Block 02 - Block 04 –
Work uni M/s Price Price in
N M/s G G M/s
Component t Pampapathi Total (Rs/ Rs
o Brothers Gaviyapp
& Others ha) (Exclusive
(Lot 02) a (Lot 02)
(Lot 02) of GST)
(g)=(d)
(a) (b) (c) (d) (e) (f) (h) (i)=(g)*(h)
+(e)+(f)
Carrying out
TOPOGRAPHI
C AND
CONTOUR
SURVEY using
TOTAL
STATION
(1.0m contour
interval in
1:1000 scale),
1 ha 180 100 40 320
Preparation of
Block wise
Topographic
and Contour
Survey Report
with Maps
and
Preparation of
Approach
Road Plan

(Total price in words


______________________________________________________________________)

Date: Bidder’s Sign & Seal

SEAL AND SIGNATURE OF THE BIDDER Page 24 of 52


ANNEXURE-04

PRICE BID (CROSSED) FOR GROUP 02

To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE

CARRYING OUT TOPOGRAPHY AND CONTOUR SURVEY IN MINERAL BEARING BLOCKS


SITUATED IN BELLARY AND CHITRADURGA (Dists), KARNATAKA.
Ref: NIT No: KIOCL / MED /903 dtd 04.09.2019
(TO BE ENCLOSED WITH TECHNICAL DOCUMENT)

Estimated Quantity
Total
ML No Block 06 Quote
Sl Price in
Work Component unit 1746 - HT -M/s Price
No Total Rs
Minerals VGM (Rs/ ha)
(Exclusive
(Lot 01) (Lot 02)
of GST)

(a) (b) (c) (d) (e) (f)=(d)+(e) (g) (h)=(f)*(g)


Carrying out
TOPOGRAPHIC AND
CONTOUR SURVEY
using TOTAL
STATION (1.0m
contour interval in
1 1:1000 scale), ha 159.86 141.36 301.22
Preparation of Block
wise Topographic
and Contour Survey
Report with Maps
and Preparation of
Approach Road Plan

(Total price in words


______________________________________________________________________)

Date: Bidder’s Sign & Seal

SEAL AND SIGNATURE OF THE BIDDER Page 25 of 52


ANNEXURE-05

PRICE BID FOR GROUP 02

To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE

CARRYING OUT TOPOGRAPHY AND CONTOUR SURVEY IN MINERAL BEARING BLOCKS


SITUATED IN BELLARY AND CHITRADURGA (Dists), KARNATAKA.
Ref: NIT No: KIOCL / MED /903 dtd 04.09.2019
(TO BE ENCLOSED WITH TECHNICAL DOCUMENT)

Estimated Quantity
Total
ML No Block 06 Quote
Sl Price in
Work Component unit 1746 - HT -M/s Price
No Total Rs
Minerals VGM (Rs/ ha)
(Exclusive
(Lot 01) (Lot 02)
of GST)

(a) (b) (c) (d) (e) (f)=(d)+(e) (g) (h)=(f)*(g)


Carrying out
TOPOGRAPHIC AND
CONTOUR SURVEY
using TOTAL
STATION (1.0m
contour interval in
1 1:1000 scale), ha 159.86 141.36 301.22
Preparation of Block
wise Topographic
and Contour Survey
Report with Maps
and Preparation of
Approach Road Plan

(Total price in words


______________________________________________________________________)

Date: Bidder’s Sign & Seal

SEAL AND SIGNATURE OF THE BIDDER Page 26 of 52


ANNEXURE-06

PRICE BID (CROSSED) FOR GROUP 03


To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE

CARRYING OUT TOPOGRAPHY AND CONTOUR SURVEY IN MINERAL BEARING BLOCKS


SITUATED IN BELLARY AND CHITRADURGA (Dists), KARNATAKA.
Ref: NIT No: KIOCL / MED /903 dtd 04.09. 2019
(TO BE ENCLOSED WITH TECHNICAL DOCUMENT)
Estimated Quantity
Block Total
ML No ML No 05 - Quot
ML No 1177 Price in
Sl 993 - 1031 - Gadigi e
Work uni - Rs
N Jantakal Gadigi Minera Price
Component t Kashimurt Total (Exclusi
o Enterpris Mineral ls – ML (Rs/
hy Setty ve of
es (Lot s (Lot No ha)
(Lot 01) GST)
01) 01) 2489
(Lot 02)
(h)=(d)+( (j)=(h)*(i
(a) (b) (c) (d) (e) (f) (g) (i)
e)+(f)+(g) )
Carrying out
TOPOGRAP
HIC AND
CONTOUR
SURVEY
using TOTAL
STATION
(1.0m
contour
interval in
1:1000
1 scale), ha 80.93 64.75 50.29 43.48 239.45
Preparation
of Block wise
Topographic
and Contour
Survey
Report with
Maps
and
Preparation
of Approach
Road Plan

(Total price in words


______________________________________________________________________)

Date: Bidder’s Sign & Seal

SEAL AND SIGNATURE OF THE BIDDER Page 27 of 52


ANNEXURE-07

PRICE BID (CROSSED) FOR GROUP 03

To,
ASST GENERAL MANAGER (ME)
MINERAL EXPLORATION DEPT.,
KIOCL LTD., BANGALORE

CARRYING OUT TOPOGRAPHY AND CONTOUR SURVEY IN MINERAL BEARING BLOCKS


SITUATED IN BELLARY AND CHITRADURGA (Dists), KARNATAKA.
Ref: NIT No: KIOCL / MED /903 dtd 04.09.2019
(TO BE ENCLOSED WITH TECHNICAL DOCUMENT)

Estimated Quantity
Block Total
ML No ML No 05 - Quot
ML No 1177 Price in
Sl 993 - 1031 - Gadigi e
Work uni - Rs
N Jantakal Gadigi Minera Price
Component t Kashimurt Total (Exclusi
o Enterpris Mineral ls – ML (Rs/
hy Setty ve of
es (Lot s (Lot No ha)
(Lot 01) GST)
01) 01) 2489
(Lot 02)
(h)=(d)+( (j)=(h)*(i
(a) (b) (c) (d) (e) (f) (g) (i)
e)+(f)+(g) )
Carrying out
TOPOGRAP
HIC AND
CONTOUR
SURVEY
using TOTAL
STATION
(1.0m
contour
interval in
1:1000
1 scale), ha 80.93 64.75 50.29 43.48 239.45
Preparation
of Block wise
Topographic
and Contour
Survey
Report with
Maps
and
Preparation
of Approach
Road Plan

(Total price in words


______________________________________________________________________)

Date: Bidder’s Sign & Seal

SEAL AND SIGNATURE OF THE BIDDER Page 28 of 52


ANNEXURE-08

GEO CO-ORDINATE DETAILS OF THE BLOCKS: GROUP N0 - 01

1. Block 01 - M/s Pampapathi & Others (Lot 02)

1.1. ML No : 1799, 1806, 2544, 699 & Additional area


1.2. Location : Hospete Taluk, Bellary District, Karnataka.
1.3. SOI Toposheet No : 57 A / 08
1.4. Forest details : HOSPETE STATE RESERVE FOREST
1.5. Co ordinates of the Block Boundary Points (DATUM: WGS 84)

Point ID Northing Easting Point ID Northing Easting


1 15.24094 76.42516 15 15.226080 76.423460
2 15.23778 76.43147 16 15.226420 76.422590
3 15.23630 76.43460 17 15.225950 76.422240
4 15.23309 76.43226 18 15.228840 76.417250
5 15.22825 76.42887 19 15.230250 76.415770
6 15.22726 76.42848 20 15.230400 76.415000
7 15.22342 76.42725 21 15.232580 76.416930
8 15.22317 76.42775 22 15.233250 76.417660
9 15.22263 76.42769 23 15.233050 76.417940
10 15.22264 76.42660 24 15.233760 76.418590
11 15.22379 76.42537 25 15.232350 76.421550
12 15.22475 76.42502 26 15.231580 76.422290
13 15.22561 76.42425 27 15.238580 76.424440
14 15.22595 76.42374

2. Block 02 - M/s G G Brothers (Lot 02)

2.1 ML No : 2522 & Additional area


2.2 Location : Hospete Taluk, Bellary District, Karnataka.
2.3 SOI Toposheet No : 57 A / 08
2.4 Forest details : HOSPETE STATE RESERVE FOREST
2.5 Co ordinates of the Block Boundary Points (DATUM: WGS 84)

Sl Point ID Northing Easting Sl Point ID Northing Easting


1 1 15.23095 76.43855 8 8/GG-1 15.22289 76.43180
2 2 15.22966 76.44073 9 9/GG-E 15.22345 76.43212
3 3/GG-2 15.22643 76.43983 10 10/PBS-5 15.22553 76.43319
4 4 15.21950 76.44258 11 11/PBS-6 15.22860 76.43517
5 5 15.21865 76.44105 12 12/PBS-7 15.22945 76.43583
6 6 15.21884 76.43613 13 13/GG-13 15.22887 76.43650
7 7/GG-4 15.22148 76.43097

SEAL AND SIGNATURE OF THE BIDDER Page 29 of 52


3. Block 04 - M/s Gaviyappa (Lot 02)

3.1 ML No :2483 & Additional area


3.2 Location : Sandur Taluk, Bellary District, Karnataka.
3.3 SOI Toposheet No : 57 A / 12
3.4 Forest details : DONIMALAI RESERVE FOREST
3.5 Co ordinates of the Block Boundary Points (DATUM: WGS 84)

Point ID Northing Easting


1 15.02698 76.64060
2 15.02488 76.63832
3 15.03069 76.63357
4 15.03226 76.63334
5 15.03343 76.63689
6 15.03234 76.63782
7 15.03256 76.63858

SEAL AND SIGNATURE OF THE BIDDER Page 30 of 52


ANNEXURE-09

GEO CO-ORDINATE DETAILS OF THE BLOCKS: GROUP No -02

1. HT Minerals (Lot 01)


1.1 ML No :1746
1.2 Location : Sandur Taluk, Bellary District, Karnataka.
1.3 SOI Toposheet No : 57 A / 08
1.4 Forest details : RAMGAD STATE RESERVE FOREST
1.5 Co ordinates of the Block Boundary Points (DATUM: WGS 84)

Point ID Northing Easting


1 15.16356 76.42672
2 15.16833 76.43028
3 15.15844 76.44150
4 15.15339 76.43597
5 15.15856 76.43231
6 15.15170 76.43442
7 15.16068 76.42472

2. Block 06 -M/s VGM (Lot 02)

2.1 ML No : 80, 2469, 1082 & Additional area 1746


2.2 Location : Bellary Taluk, Bellary District, Karnataka.
2.3 SOI Toposheet No : 57 A / 16
2.4 Forest details : BELLARY STATE RESERVE FOREST
2.5 Co ordinates of the Block Boundary Points (DATUM: WGS 84)

Point ID Northing Easting Point ID Northing Easting


BP-1 15.10091 76.80940 BP-7 15.08967 76.81460
BP-2 15.10052 76.81783 BP-8 15.09733 76.80438
BP-3 15.09867 76.81729 BP-9 15.09907 76.80586
BP-4 15.09653 76.81601 BP-10 15.10062 76.80693
BP-5 15.09371 76.82136 BP-11 15.10044 76.80728
BP-6 15.08781 76.81884

SEAL AND SIGNATURE OF THE BIDDER Page 31 of 52


ANNEXURE-10

GEO CO-ORDINATE DETAILS OF THE BLOCKS: GROUP No -03

1. Janthakal Enterprises (Lot 01)

1.1 ML No : 993
1.2 Location : Holalkere Taluk, Chithradurga District, Karnataka.
1.3 SOI Toposheet No : 57 B / 04
1.4 Forest details : NIRUTHADI STATE RESERVE FOREST
1.5 Co ordinates of the Block Boundary Points (DATUM: WGS 84)

Sl Point ID Northing Easting


1 A 14.21781 76.21192
2 A1 14.21697 76.21267
3 B 14.21508 76.21436
4 C 14.20778 76.20606
5 D 14.21178 76.20231
6 E 14.21419 76.20511
7 F 14.22111 76.19886
8 G 14.22172 76.19958
9 H 14.21622 76.20464
10 I 14.21772 76.20636
11 J 14.21506 76.20872

2. Kashimurthy Setty (Lot 01)


2.1 ML No : 1177
2.2 Location : Holalkere Taluk, Chithradurga District, Karnataka.
2.3 SOI Toposheet No : 57 B / 04
2.4 Forest details : NIRUTHADI STATE RESERVE FOREST
2.5 Co ordinates of the Block Boundary Points (DATUM: WGS 84)

Point ID Northing Easting


1 14.14717 76.20178
2 14.14686 76.20169
3 14.14758 76.20144
4 14.15017 76.19892
14.15691 76.19817
5
(Tentative) (Tentative)
14.15563 76.20808
6
(Tentative) (Tentative)

SEAL AND SIGNATURE OF THE BIDDER Page 32 of 52


3. Gadigi Minerals (Lot 01)

3.1 ML No : 1031
3.2 Location : Sandur Taluk, Bellary District, Karnataka.
3.3 SOI Toposheet No : 57 B / 09
3.4 Forest details : TUMBARAGUDDI STATE RESERVE FOREST
3.5 Co ordinates of the Block Boundary Points (DATUM: WGS 84)

Sl Point ID Northing Easting


1 1 14.98264 76.58717
2 2 14.98275 76.58219
3 3 14.98600 76.58208
4 4 14.98728 76.58397
5 4-A 14.98447 76.59272
6 4-B 14.98442 76.59289
7 5 14.98422 76.59342
8 6 14.98222 76.59319
9 6-A 14.98150 76.59258
10 7 14.98053 76.59167
11 8 14.98003 76.59111
12 8-A 14.97992 76.58981
13 9 14.97992 76.58908
14 10 14.98403 76.58908
15 11 14.98403 76.58719

4. Block 05 - Gadigi Minerals (Lot 02)

4.1 ML No : 2489 & Additional area


4.2 Location : Sandur Taluk, Bellary District, Karnataka.
4.3 SOI Toposheet No : 57 B / 09
4.4 Forest details : TUMBARAGUDDI STATE RESERVE FOREST

Point Point
ID Northing Easting ID Northing Easting
1 14.994 76.574 12 14.991 76.559
2 14.991 76.573 13 14.99 76.559
3 14.991 76.569 14 14.99 76.558
4 14.99 76.569 15 14.991 76.557
5 14.99 76.566 16 14.994 76.557
6 14.993 76.566 17 14.996 76.557
7 14.994 76.562 18 14.996 76.557
8 14.992 76.562 19 14.994 76.561
9 14.992 76.56 20 14.993 76.565
10 14.994 76.56 21 14.993 76.568
11 14.995 76.559

SEAL AND SIGNATURE OF THE BIDDER Page 33 of 52


ANNEXURE-11

LETTER OF UNDERTAKING
(In BIDDER’s letter head)

To

Asst. General Manager (ME)


Mineral Exploration Dept.
KIOCL Limited,
IInd Block, KORAMANGALA,
BANGALORE – 560034

Sir,

Sub: CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL
BLOCKS located in Bellary and Chitradurga (Dists), Karnataka

Ref: NIT No: KIOCL / MED / 903 dtd 04 Aug 2019

I / We________________________________________________have read terms and conditions of the


NIT referred hereto and agree to abide by such terms and conditions. I / We offer to deploy the
technical manpower/ machineries for the subject work(s) at the rates quoted in the Price Bid.

I / We hereby bind myself / ourselves to undertake the work (s) within time as per terms and
conditions as stipulated in the Tender.

In case of acceptance of the tender by KIOCL, I / We bind myself/ ourselves to furnish the
required Security Deposit for the work awarded and to commence the work immediately after
receipt of the Work Order, failing which I / We shall have no objection for forfeiture of the EMD,
total amounting to Rs.( -------------) only lodged with KIOCL.

Place:
Date : (BIDDER)

Encl: DD / Cheque / NEFT / RTGS with reference and date

SEAL AND SIGNATURE OF THE BIDDER Page 34 of 52


ANNEXURE –12

INTEGRITY PACT
Ref: NIT No: KIOCL / MED / 903 dtd 04 Aug 2019

This AGREEMENT is entered into between the following Parties:

KIOCL Limited
IInd Block, KORAMANGALA,
BANGALORE 560 034 hereinafter referred to as ―THE PRINCIPAL,

AND

NAME & ADDRESS OF THE PARTY

……………………………………

…………………………………..

…………………………………… hereinafter referred to as ―BIDDER / CONTRACTOR


Preamble

Principal intends to award a contract, following its laid-down organizational procedures, for
“CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL BLOCKS
located in Bellary and Chitradurga (Dists), Karnataka”.

The Principal values full compliance with all relevant laws and regulations and the principles of
economical use of resources and of fairness and transparency in its relations with its BIDDER(s)
and /or CONTRACTOR(s).

In order to achieve these goals, the Principal cooperates with the renowned international Non-
Governmental Organization, "Transparency International" (TI). Following TI's national and
international experience, the Principal will appoint an Independent External Monitor (IEM) who
will monitor the tender process and the execution of the Contract for compliance with the
principles mentioned below.
IT IS AGREED AS FOLLOWS:
Definitions:

38.10. “PRINCIPAL”, incorporated under the Companies Act 1956, having their registered
office at Koramangala, Bangalore – 560 034 and includes their successors.

38.11. “BIDDER” means the person, firm or company submitting a tender against the Invitation
to Tender and includes his/ its/ their staff, consultants, parent and associate and subsidiary
companies, agents, consortium and joint venture partners, sub-CONTRACTORs and Bidders,
heirs, executors, administrators, representatives, successors.
38.12. “CONTRACTOR” means the BIDDER whose tender has been accepted by the principal
or Company and shall be deemed to include his/ its/ their successors, representatives, heirs,
executors and administrators unless excluded by the Contract.
38.13. “Independent External Monitor" means a person, hereinafter referred to as IEM,
appointed, in accordance with clause 8.a below, to verify compliance with this agreement.

38.14. "Party" means a signatory to this agreement.

SEAL AND SIGNATURE OF THE BIDDER Page 35 of 52


38.15. “Contract” means the contract entered into between the PRINCIPAL and BIDDER /
CONTRACTOR for the execution of work mentioned in the preamble above.
Commitments of the Parties

SECTION 1 - Commitments of the Principal: -

Principal commits itself to take all measures necessary to prevent corruption (inducement to
violate duty assigned to its employees) and to observe the following principles;

1. No employee of the Principal, personally or through family members or any third person, will
in connection with all stages of tendering or the execution of Contract, demand or take a
promise, or accept, for him/herself or any third person, any material or non-material benefit
which he/she is not legally entitled to;

2. The Principal will, during the tender process, treat all BIDDERs with equity and reason. The
Principal will in particular, before and during the tender process, provide to all BIDDERs the
same information and will not provide to any BIDDER any information/ clarification through
which the BIDDER could obtain an advantage in relation to the tender process or the Contract
execution;

3. The Principal will not take, directly or indirectly, any steps, which could unduly influence the
functioning of IEM.

4. If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the relevant Anti-corruption Laws of India/ guidelines of Govt. / guidelines of
CVC/ guidelines of Principal, or if there be a substantive suspicion in this regard, the
Principal will inform its Vigilance Office and in addition can initiate disciplinary actions

5. If the Principal obtains information of conduct of a BIDDER, CONTRACTOR or sub-


CONTRACTOR or of an employee or a representative or an associate of a BIDDER,
CONTRACTOR or sub-CONTRACTOR, which constitutes corruption, or if the Principal has a
substantive suspicion in this regard, the Principal will inform the Vigilance Department of the
principal.

SECTION 2 - Commitments of BIDDER(s)/CONTRACTOR(s):-

2.1 BIDDER /CONTRACTOR commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation
in the tender process and during the Contract execution;

BIDDER / CONTRACTOR will not directly or through any other person(s) or firm, offer,
promise or give to the Principal, or to any of the Principal‘s employees involved in the
tender process or the execution of the Contract or to any third person any material or
immaterial benefit which he / she is not legally entitled to in order to obtain, in exchange,
an advantage during the tender process or to vitiate the Principal‘s tender process or the
execution of the Contract.

i. BIDDER / CONTRACTOR will not enter with other BIDDERs into any illegal agreement or
understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or
actions to restrict competitiveness or to vitiate the Principal ‘s tender process or the
execution of the Contract.

ii. BIDDER / CONTRACTOR will not commit any criminal offence under the relevant Anti-
corruption Laws of India; further, the BIDDER / CONTRACTOR will not use improperly, for
purposes of competition or personal gain, or pass on to others, any information provided

SEAL AND SIGNATURE OF THE BIDDER Page 36 of 52


by the Principal as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted electronically.

iii. BIDDER / CONTRACTOR of foreign origin shall disclose the name and address of the
agents/representatives in India, if any. Similarly, the BIDDER / CONTRACTOR of Indian
Nationality shall furnish the name and address of the foreign principals, if any.

iv. BIDDER / CONTRACTOR will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.

v. BIDDER/ CONTRACTOR will not take, directly or indirectly, any steps, which could unduly
influence the functioning of IEM.

vi. BIDDER / CONTRACTOR will not instigate third persons to commit offences outlined above
or be an accessory to such offences.

2.2 Obligation to Ensure Compliance

a. Each Party will take all reasonable steps to ensure that the provisions of this
agreement which are binding on it are complied with by all of its staff, consultants,
parent and associated and subsidiary companies, agents, consortium and joint
venture partners, sub-CONTRACTORs and Bidders.

b. Each Party will appoint an appropriate senior manager with responsibility for
ensuring that the provisions of this agreement are complied with.

SECTION 3 -Disqualification from tender process and exclusion from future contracts

a. If the BIDDER, before award of Contract, has committed a transgression through violation
of any of the terms under Section 2 above or in any other form such as to put his reliability
or credibility as BIDDER into question, the Principal is entitled to disqualify the BIDDER
from the tender process or to terminate the Contract, if already signed, for such reason.

b. If the BIDDER / CONTRACTOR has committed a transgression through a violation of any of


the terms under Section 2 above or in any other form such as to put his reliability or
credibility into question, the Principal is entitled also to exclude the BIDDER /
CONTRACTOR from future Contract award processes. The imposition and duration of the
exclusion will be determined by the severity of the transgression. The severity will be
determined by the circumstances of the case, in particular the number of transgressions,
the position of the transgressors within the company hierarchy of the BIDDER /
CONTRACTOR and the amount of the damage. The exclusion will be imposed for a
minimum of six (6) months and a maximum of three (3) years.

c. If the BIDDER / CONTRACTOR can prove that he has restored / recouped the damage
caused by him and has installed a suitable corruption prevention system, Principal may
revoke the exclusion before the expiry of the period of such exclusion.

d. A transgression is considered to have occurred if, in light of all available evidence, a


reasonable doubt is possible.

SECTION 4 - Compensation for Damages

a. If the Principal has disqualified the BIDDER from the tender process prior to the award
according to Section 3 above, the Earnest Money Deposit (EMD) furnished, shall be
forfeited. This is apart from the disqualification of the BIDDER as may be imposed by the
Principal as brought out at Section 3 above.

SEAL AND SIGNATURE OF THE BIDDER Page 37 of 52


b. If the Principal has terminated the Contract according to Section 3 above, or if the
Principal is entitled to terminate the Contract according to Section 3 above, the EMD /
Security Deposit furnished by the CONTRACTOR, as per the terms of the ITT/Contract
shall be forfeited. This is apart from the disqualification of the BIDDER, as may be imposed
by the Principal, as brought out at Section 3 above.

SECTION 5 - Previous Transgression

a. BIDDER hereby declares that no previous transgressions with respect to provisions of


Integrity pact occurred in the last three (3) years with any other Company in any country
or with any other Public Sector Enterprise in India and, as such, there is no case for his
exclusion from the tender process.

b. BIDDER hereby agrees that if he has made / makes incorrect statement in regard to this
aspect, he can be disqualified from the tender process or the Contract, if already awarded,
can be terminated for that reason.

SECTION 6 - Equal Treatment of all BIDDERs / CONTRACTORs / Sub-CONTRACTORs

a. BIDDER / CONTRACTOR undertakes to obtain from all sub-CONTRACTORs a commitment


consistent with this integrity pact, and to submit it to the Principal at the time of seeking
approval of the principal for appointment of sub-CONTRACTORs.

b. The principal will enter into agreements with identical conditions as that of this Integrity
Pact, with all BIDDERs / CONTRACTORs

c. It is essential for all tenderes / CONTRACTORs to sign the Integrity Pact with the company
if the value of the transaction is more than 30 lakhs. The principal will disqualify from the
tender process all BIDDERs/ CONTRACTORs who do not sign this Pact or violate its
provisions.

SECTION 7- Breaches of this Agreement

a. In the event that any Party believes that there is PRIMA FACIE evidence that there has
been a failure by a Party to comply with any provision of this agreement, such Party will
take the following actions:

i. It will report full details of such suspected non-compliance to the IEM and CVO with
copies to the Chief Executives of each of the Parties.

ii. If any such non-compliance has been carried out, or assisted by an individual who is a
member of a professional association, and such non-compliance may constitute a
breach of any disciplinary code of such professional association, such Party may report
such matter to the professional association.

b. If such non-compliance may constitute a criminal offence, either in the country in which the
Contract is being carried out, or in the home country of the organization or individual
which carried out or assisted such non-compliance, such Party may report such matter to
the appropriate criminal authorities in those territories.

c. In the event that any Party breaches any provision of this agreement, the other Parties
may, in addition to the rights under this agreement, claim damages against the defaulting
Party, and exercise any other rights they may have against the defaulting Party.

SEAL AND SIGNATURE OF THE BIDDER Page 38 of 52


d. The Parties will take appropriate disciplinary or enforcement action against any of their
staff, consultants, parent and associated and subsidiary companies, agents, consortium
and joint venture partners, sub-CONTRACTORs and Bidders who cause or assist in any
breach of any provision of this agreement.

SECTION 8 - Independent External Monitor / Monitors (IEM)

a. The Principal will appoint a competent and credible IEM/Number of IEMs for the duration
of this agreement from the panel of IEMs appointed in consultation with the Central
Vigilance Commission (CVC).

b. The IEM will assess, on an independent and objective basis, the extent to which the Parties
comply with their obligations under this agreement.

c. The Parties will, after submission of a tender; after the award of any contract to them and
for the duration of the contract:
i. Allow the IEM unrestricted access to all books, records and staff relevant to such
tender;
ii. Ensure that the IEM has unrestricted access to the relevant books, records and staff of
their consultants, parent and associated and subsidiary companies, agents, consortium
and joint venture partners, sub-CONTRACTORs and Bidders.

d. In the event that the IEM believes that there is PRIMA FACIE evidence that there is a
violation of this agreement, the IEM will report the same to CEO of the Principal.

e. Upon receipt of a report from the IEM, CEO of the Principal and the Board will discuss and
try to agree upon the appropriate action to be taken in line with Sections 3,4 & 5 above to
deal with such violation.

f. The IEM has no power to inquire any of the Parties to undertake any actions. No statement
by the IEM, whether oral or in writing, is binding on any of the parties. Any Party in legal
or dispute resolution proceedings can use all reports and other documentation issued by
the IEM. The IEM can be called as a witness in legal or dispute resolution proceedings.

g. Fee and /or any other incidentals including travelling / conveyance expenses, if any,
payable to IEM shall be borne by the Principal.

h. The IEM can only be removed from his appointment, if:


i. All parties agree in writing to remove him: or
ii. He resigns or
iii. He is removed from his office by order of a Court having appropriate jurisdiction.
i. On completion of the term by the IEM or if the IEM is removed from his appointment or in
case of death of IEM (whichever is earlier), the Principal will appoint another IEM as per
section 8.a) above for the remaining duration of this agreement.

SECTION 9 - Duration of Agreement


a. This agreement comes into force as soon as it has been signed by all the Parties have
signed it. It cannot be terminated or varied except by the written agreement of all the
Parties.
b. This agreement will expire after 12 months from the date of last payment under the
respective Contract for the CONTRACTOR, and for all other BIDDERs 6 months after the
award of the Contract.
SECTION 10 - Other Provisions
a. The Principal will disqualify from the tender process all BIDDERs who do not sign this Pact
or violate its provisions.

SEAL AND SIGNATURE OF THE BIDDER Page 39 of 52


b. Should any occasion arise entailing IEM to undertake any investigation under the
provisions of this agreement, the venue for such investigation shall generally be at KIOCL
Corporate Office, Koramangala, Bangalore –560 034.

c. This agreement is subject to Indian law. Place of performance and jurisdiction is the
corporate office of the Principal. In case of any dispute, the courts at Bangalore only shall
have jurisdiction.

d. Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.

e. Addresses along with other relevant details of the Chief Executives of the Parties are as
given under;

f. Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In that case the parties will strive to come to an agreement
to their original intentions.

g. If the CONTRACTOR is a partnership or consortium, all partners or consortium members


must sign this agreement.

1. PRINCIPAL
Chairman-cum-Managing-Director, Tel : 080-25531322(O)
KIOCL Limited : 080-25531272(O)
II–Block, KORAMANGALA, Fax : 080-25521584(O)
BANGALORE – 560 034
INDIA.
2. BIDDER / CONTRACTOR Tel:
…………………………………………….. Mobile:
…………………………………………….
……………………………………………. Email:
…………………………………………….. Fax:

SEAL AND SIGNATURE OF THE BIDDER Page 40 of 52


ANNEXURE –13(A)

BUSINESS RULES FOR ONLINE BIDDING CUM e-REVERSE AUCTION

NIT No: KIOCL / MED / 903 Date: 04 Aug 2019

CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL BLOCKS
located in Bellary and Chitradurga (Dists), Karnataka

GENERAL TERMS AND CONDITIONS:

Bidders are requested to note that they should have a valid Digital Certificate issued by any of the
valid certifying authorities to participate in the online bidding or as specified by KIOCL‟S
authorized service provider. Those Bidders who are not in possession of a valid digital certificate
are requested to apply for the same well in advance to avoid any last-minute hassles. Bidders may
contact the service provider / KIOCL if they are not in possession of a valid digital certificate.

1. Against this NIT, for the subject work with detailed scope of supply as per specification,
KIOCL Limited, hereinafter referred to as KIOCL, may resort to “REVERSE AUCTION
PROCEDURE” i.e. ONLINE BIDDING CUM e-REVERSE AUCTION on INTERNET.

2. For the proposed reverse auction, technically and commercially acceptable bidders are
only shall be eligible to participate.

3. KIOCL will engage the services of a service provider who will provide all necessary training
and assistance before commencement of online bidding on Internet.

4. Business rules like event date, time, bid decrement etc. also will be communicated through
service provider.

5. Bidders have to fax the process compliance form in the prescribed format provide by
KIOCL, before start of online bidding cum e-Reverse auction. Without this the Bidder will
not be eligible to participate in the event.

6. Online bidding cum e-Reverse auction will be conducted on schedule date & time.

7. At the end of reverse auction event, the lowest bidder value will be known on the network.

8. The lowest bidder has to fax the duly signed filled-in offered price in the prescribed format
as provided on case-to-case basis to KIOCL through service provider within 24 hours of
action without fail.

BUSINESS RULE FOR FINALIZATION OF THE PROCUREMENT:

KIOCL shall finalize the procurement of the item against this Tender through reverse auction
mode. KIOCL has made arrangement with M/s BOB eProcure Solutions Pvt. Ltd., (hereinafter
referred to as M/s BOB eProcure) who shall be KIOCL‟s authorized service provider for the same.
Please go through the guidelines given below and submit your acceptance to the same along with
your Techno Commercial Bid.

1. Computerized Online bidding cum e-reverse auction shall be conducted by KIOCL, on


pre-specified date, while the Bidders shall be quoting from their own offices/ place of their
choice. Internet connectivity shall have to be ensured by Bidders themselves. In extreme

SEAL AND SIGNATURE OF THE BIDDER Page 41 of 52


case of failure of Internet connectivity, (due to any reason whatsoever may be) it is the
bidders‟ responsibility / decision to send fax communication immediately to M/s. BOB
eProcure Solutions Pvt. Ltd., Furnishing the price the bidder wants to bid online with a
request to the service provider to upload the faxed price on line so that the service
provider will up load that price on line on behalf of the Bidder. It shall be noted clearly
that the concerned bidder communicating this price to service provider has to solely
ensure that the fax message is received by the service provider in a readable / legible
form and also the Bidder should simultaneously check up with service provider about the
clear receipt of the price faxed. It shall also be clearly understood that the bidder shall be
at liberty to send such fax communications of prices to be up loaded by the service
provider only within the closure of Bid time and under no circumstance it shall be allowed
beyond the closure of Bid time / reverse auction. It shall also be noted that the service
provider should be given a reasonable required time by the bidders, to upload such
prices online and if such required time is not available at the disposal of the Service
provider at the time of receipt of the fax message from the bidders, the service provider
will not be uploading the prices and either KIOCL or the service provider are not
responsible for this unforeseen circumstances. In order to ward-off such contingent
situation bidders are requested to make all the necessary arrangements/ alternatives
whatever required so that they are able to circumvent such situation and still be able to
participate in the reverse auction successfully. Failure of power at the premises of Bidders
during the Reverse auction cannot be the cause for not participating in the reverse auction.
On account of this, the time for the auction cannot be extended and neither KIOCL nor M/s.
BOB eProcure Solutions Pvt. Ltd., is responsible for such eventualities.

2. M/s. BOB eProcure Solutions Pvt. Ltd., shall arrange to train your nominated person(s),
without any cost to you. They shall also explain you, all the Rules related to the online
bidding cum e-reverse auction to be adopted along with tender. You are required to give
your compliance on it before start of bid process.

3. BIDDING CURRENCY in INDIAN RUPEES (INR), UNIT OF MEASUREMENT in LUMPSUM.

4. BID PRICE: in INDIAN RUPEES (INR).

5. The technical & commercial terms are as per KIOCL Tender No.: NIT No: KIOCL / MED /
903 Date: 04 Aug 2019.

6. VALIDITY OF BIDS: The Bid price shall be firm specified in the tender document and shall
not be subjected any change whatsoever.

7. The detailed process for online bidding cum e-reverse auction is explained below:

The online bidding cum e-reverse auction event will be conducted in three stages:

STAGE -I: Online Bidding

At scheduled time, the screen for On-line bidding will be launched wherein the techno-
commercially qualified bidders will be allowed to submit their price through online. The bidders
would be required to quote price only on the basis of price terms indicated in their sealed price
bid submitted along with techno-commercial bid.

STAGE –II: Start Bid Price for e- Reverse auction

After the expiry of the time for submission of Online bidding, the lowest Price will be frozen by
the system as the Start Bid Price (SBP) for Stage – III online bidding.

Stage – III: e-Reverse Auction

SEAL AND SIGNATURE OF THE BIDDER Page 42 of 52


a. In Stage III, computer screen will display Start Bid Price, and which shall be visible to the
all Bidders participated in the initial online bidding. You will be required to start bidding
after announcement of Start Bid Price and decrement amount. Also, please note that the
start price of an item in e-reverse auction is open to all the participating bidders. Any
bidder can start bidding, in the e-reverse auction, from the start bid price itself. If the start
bid price is your own price, you still need to bid in the e- reverse auction. Also, please
note that the first online bid that comes in the system during the e-reverse auction should
be lesser than the auction's start bid price by one decrement or should be lesser than the
auction's start bid price by multiples of decrement and so on.

Those Bidders who have participated in the Stage –I Online Bidding will only be eligible
to participate in the subsequent e- Reverse Auction.

Stage –I online bidding will be for 30 minutes and Online e-Reverse (no ties) Auction shall
be for a period of one hour.

b. If a bidder places a bid in the last 10 minutes of closing of the e-Reverse Auction and if that
bid gets accepted, then the auction’s duration shall get extended automatically for 10
minutes, for the particular Event/Lot. Please note that the auto-extension will take place
only if a bid comes in those last 10 minutes and if that bid gets accepted. If the bid does not
get accepted, the auto-extension will not take place even if that bid might have come in
the last 10 minutes. In case, there is no bid in the last 10 minutes of closing of e-Reverse
Auction, the auction shall get closed automatically without any extension. However, the
bidders are advised not to wait till the last minute or last few seconds to enter their bid
during the auto-extension period to avoid complications related with internet connectivity,
network problems, system crash down, power failure, etc.

c. The weightage factor (multiplication factor), bid decrement amount shall be specified by
KIOCL before start of online bidding. The bidder can bid lower than the start bid price in
e-reverse auction by a bid decrement or multiple of Bid decrement.

d. Any commercial loading shall be intimated to bidders in advance and it shall be added to
price during Stage –I online bidding. Only for price evaluation & Comparison of bids
purpose, commercial loading if any, shall be added to the quoted price of respective
bidder. However, while ordering these commercial loadings will not be considered.

e. Bidder will be able to view the following on your screen along with the necessary fields in
the English Reverse (no ties) {Reverse Auction}:
i. Leading Bid in the Auction (only total price)
ii. Bid Placed by you
iii. Your Own Rank
iv. Start Bid Price & Bid Decrement value.

f. After the completion of e- Reverse (no ties), the Closing Price (CP) shall be available.

g. At the end of the e-Reverse Auction, Service Provider will evaluate all the bids (final price)
submitted and final price comparative statement will be forwarded to KIOCL for further
processing.

h. The bidders who have participated in the event, shall be required to submit the final
prices, quoted during the e-Reverse (no ties) in Annexure 13(D) Format after the
completion of Auction to Service Provider / KIOCL duly signed and stamped as token of
acceptance without any new condition other than those already agreed to before start of
auction.

SEAL AND SIGNATURE OF THE BIDDER Page 43 of 52


i. Final price received from bidder will be taken as an offer to supply as per terms and
conditions of tender document. Bids once made by the bidders, cannot be cancelled /
withdrawn

j. During the Online bidding cum e-reverse auction, if no bid is received in the auction
system/website within the specified time duration, then KIOCL, at its discretion, may scrap
the online price bidding cum e-reverse auction process and open only sealed price bids
of all technically and commercially acceptable bidders submitted earlier along with
techno-commercial bids.
KIOCL shall be at liberty to cancel the reverse auction process / tender at any time, before
ordering, without assigning any reason.

KIOCL‟s decision on award of Contract shall be final and binding on all the Bidders.
KIOCL shall be at liberty to cancel the reverse auction process / tender at any time, before
ordering, without assigning any reason. KIOCL shall not have any liability to bidders for
any interruption or delay in access to the site irrespective of the cause. Other terms and
conditions shall be as per your techno-commercial offers and other correspondences till
date. Bidders are required to submit their acceptance to the terms/ conditions/ modality
given above before participating in the reverse auction.

SEAL AND SIGNATURE OF THE BIDDER Page 44 of 52


ANNEXURE –13(B)

TERMS & CONDITIONS OF ONLINE BIDDING CUM e-REVERSE AUCTION

1. LOGIN NAME & PASSWORD: Each Bidder is assigned a Unique User Name & Password by
M/s. BOB eProcure Solutions Pvt. Ltd., The Bidders are requested to change the Password
after the receipt of initial Password from M/s. BOB eProcure Solutions Pvt. Ltd. All bids made
from the Login ID given to the bidder will be deemed to have been made by the bidder.

2. BIDS PLACED BY BIDDER: The bid of the bidder will be taken to be an offer to execute the
work. Bids once made by the bidder cannot be cancelled. The bidder is bound to execute the
work the as mentioned above at the price that they bid. Should any bidder back out and not
make the supplies at per the rates quoted, KIOCL and / or M/s. BOB eProcure Solutions Pvt.
Ltd., shall take action as appropriate.

3. LOWEST BID OF A BIDDER: In case the bidder submits more than one bid, the lowest bid will
be considered as the bidder‟s final offer to execute the work

4. AUCTION TYPE: 1). English Reverse No Ties

5. DURATION OF AUCTION: The duration of Reverse Auction will be for one hour. If a bidder
places a bid in the last 10 minutes of closing of the e-Reverse Auction and if that bid gets
accepted, then the auction‟s duration shall get extended automatically for 10 minutes, for the
particular Event/Lot. Please note that the auto-extension will take place only if a bid comes in
those last 10 minutes and if that bid gets accepted. If the bid does not get accepted, the auto-
extension will not take place even if that bid might have come in the last 10 minutes. In case,
there is no bid in the last 10 minutes of closing of e-Reverse Auction, the auction shall get
closed automatically without any extension. However, the bidders are advised not to wait till
the last minute or last few seconds to enter their bid during the auto-extension period to
avoid complications related with internet connectivity, network problems, system crash
down, power failure, etc. (THIS SCHEDULE IS TENTATIVE. IF ANY CHANGE IN SCHEDULE,
THE SAME SHALL BE COMMUNICATED TO YOU)

6. BID DECREMENT: The minimum Bid decrement shall be available to the Bidders at the start of
the auction. The bidder can view the same by clicking on the Item details at the start of the
auction. The bidder can bid lower than the Lowest Bid in the auction by a decrement or
multiple of the Bid decrement.

7. VISIBLITY TO BIDDER: The Bidder shall be able to view the following on his screen along with
the necessary fields during English Reverse – No ties Auction:

Leading Bid in the Auction


Bid Placed by him
Your rank

8. PROXY BIDS: Proxy bidding feature is a pro-Bidder feature to safe guard the Bidder’s interest
of any Internet failure or to avoid last minute rush. The Proxy feature allows Bidders to place
an automated bid against other Bidders in an auction and bid without having to enter a new
amount each time a competing Bidder submits a new offer.
The bid amount that a Bidder enters is the minimum that the Bidder is willing to offer. Here
the software bids on behalf of the Bidder. The proxy amount is the minimum amount that the
Bidder is willing to offer.

During the course of bidding, the Bidder cannot delete or change the amount of a Proxy Bid.

SEAL AND SIGNATURE OF THE BIDDER Page 45 of 52


Bids are submitted in decrements (decreasing bid amounts). The application automates
proxy bidding by processing proxy bids automatically, according to the decrement that the
auction originator originally established when creating the auction, submitting offers to the
next bid decrement each time a competing Bidder bids, regardless if competing bids are
submitted as proxy or standard bids.

This feature can be used only once during a particular Reverse Auction and only after the L1
rate is equal to or less than the minimum bid amount that the bidder has put in the system will
he get the option to manually bid for the same. In no case during the bidding till the L1 rate or
less is not reached as equivalent to the minimum bid amount offered by the bidder, will the
bidder get the option to manually bid for the same.

GENERAL TERMS & CONDITIONS: Bidders are required to read the “Terms and Conditions”
section of the auction website (https://eauctions.bobeprocure.in) using the Login IDs and
passwords given to them.

OTHER TERMS & CONDITIONS:

9. The Bidder shall not involve himself or any of his representatives in Price manipulation of any
kind directly or indirectly by communicating with other Bidders / bidders.
10. The Bidder shall not divulge either his Bids or any other exclusive details of KIOCL to any
other party.
11. KIOCL‟s decision on award of Contract shall be final and binding on all the Bidders.
12. KIOCL along with M/s. BOB eProcure Solutions Pvt. Ltd., can decide to extend, reschedule or
cancel any Auction. Any changes made by KIOCL and / or M/s. BOB eProcure Solutions Pvt.
Ltd., after the first posting will have to be accepted if the Bidder continues to access the site
after that time.
13. M/s. BOB eProcure Solutions Pvt. Ltd., shall not have any liability to Bidders for any
interruption or delay in access to the site irrespective of the cause.
14. M/s. BOB eProcure Solutions Pvt. Ltd., is not responsible for any damages, including
damages that result from, but are not limited to negligence. M/s. BOB eProcure Solutions Pvt.
Ltd., will not be held responsible for consequential damages, including but not limited to
systems problems, inability to use the system, loss of electronic information etc.

Note All the Bidders are required to submit the Process Compliance Form duly signed to M/s.
BOB eProcure Solutions Pvt. Ltd., before start of online bidding cum e-reverse auction. After the
receipt of the Process Compliance form, our authorized service provider will provide the
modalities to conduct online bidding cum e-reverse auction and Log in ID & Password

SEAL AND SIGNATURE OF THE BIDDER Page 46 of 52


ANNEXURE –13(C)

PROCESS COMPLIANCE FORM

(The bidders are required to print this on their company’s letter head and sign, stamp
before faxing)

To

M/s Bob eProcure Solutions Pvt. Ltd


#3/4, 3rd Floor, Maruthi Towers,
Hosur Main Road, Madiwala,
BANGALORE – 560 068

Dear Sir,

Sub: Agreement to the Process related Terms and Conditions for the Reverse Auction

This has reference to the Terms & Conditions for the Reverse Auction mentioned in the NIT No:
KIOCL / MED /903 Date:04 Aug 2019 for

“CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL BLOCKS
located in Bellary and Chitradurga (Dists), Karnataka “.

This letter is to confirm that:

1) The undersigned is authorized representative of the company.


2) We have studied the Commercial Terms and the Business rules governing the online bidding
cum e-Reverse Auction as mentioned in your letter and confirm our agreement to them.
3) We also confirm that we have a valid digital certificate which will be valid for the subject
tender whenever we sign on the bid submission or as specified by KIOCL‟s authorized service
provider.
4) We also confirm that we have taken the training on the auction tool and have understood the
functionality of the same thoroughly.
5) We also confirm that we will fax the price confirmation & break up of our quoted price as per
Annexure- & the price bid format in the tender document.
6) We, hereby confirm that we will honour the Bids placed by us during the auction process.
7) We hereby confirm that we have neither informed nor mentioned any price in this form and
also not attached any price bid along with this form.

With regards

Bidder’s signature with seal

Scan & email this document to M/s Bob eProcure Solutions Pvt. Ltd.

SEAL AND SIGNATURE OF THE BIDDER Page 47 of 52


ANNEXURE – 13(D)

Price Confirmation
To

M/s Bob eProcure Solutions Pvt. Ltd


#3/4, 3rd Floor, Maruthi Towers,
Hosur Main Road, Madiwala,
BANGALORE – 560 068

Dear Sir,

Sub: Final price quoted during e-reverse auction and price break up for

“CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL BLOCKS
located in Bellary and Chitradurga (Dists), Karnataka”.

NIT No: KIOCL / MED / 903 Date: 04 Aug 2019

Ref: Online bidding cum e-reverse Reverse auction dt. …………………………… . Our Offer No. dt.

We confirm that we have quoted. Rs …………………… for “CONTRACTOR for Carrying out
Topography and Contour Survey of the MINERAL BLOCKS located in Bellary and Chitradurga
(Dists), Karnataka”, as our final prices during the online bidding cum e-reverse auction
conducted on dtd XX Sept 2019.

Break-up of our Final Price Bid is as under :

PRICE BID

CONTRACTOR for Carrying out Topography and Contour Survey of the MINERAL BLOCKS
located in Bellary and Chitradurga (Dists), Karnataka.

Ref: NIT No: KIOCL / MED / 903 Date: 04 Aug 2019


(TO BE ENCLOSED WITH TECHNICAL DOCUMENT)

PRICE SCHEDULE

(Total price in words

_________________________________________________________________________)

Date: Bidder’s Sign & Seal

SEAL AND SIGNATURE OF THE BIDDER Page 48 of 52


ANNEXURE - 14
FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

1. In consideration of KIOCL Limited (hereinafter called ' Company') having agreed to exempt
_______________ (hereinafter called the said "Bidder") from demand under the terms and
conditions of the tender documents vide No ____ dated _______ of Earnest Money deposit for
the due fulfillment by the said Bidder of the terms of conditions contained in the NIT
document on production of Bank Guarantee of Rs. _______________ (Rupees
_____________________________ only).

We ________________________ (hereinafter referred to as "The Bank") at the request of Bidder


do hereby guarantee the payment to the Company an amount not exceeding Rs. ________
(Rupees _________________________________________ ______ only) and interest thereon at
15.5 percent per annum from the date of demand till payment against any loss or demand
caused to or suffered, would be caused to or suffered by the Company by reason of any
breach by the said Bidder of any of the terms and conditions contained in the said Tender
Documents.

2. We _______________ do hereby unconditionally and irrevocably undertake to pay to the


Company an amount to the extent of Rs. ___________ (Rupees __________
______________________ only) and interest thereon at 15.5 percent per annum from the date of
demand till payment without any demur, merely on a demand from the Company stating that
the amount claimed is due by way of loss or damage caused to or suffered or would be
caused to or suffered by the Company by reason of breach by the said Bidder of any of the
terms and conditions contained in the said Tender 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 Rs. _____ (Rupees ________________ _________ only) and interest thereon as
mentioned above from the date of demand till payment.

3. Our liability under this present Guarantee is absolute and unequivocal and we undertake to
pay the Company the amount so demand notwithstanding the Bidder raising any dispute and
/or disputes or filling any suit or proceeding before any court or tribunal or other Authority.
The payments so made by us under this Guarantee shall be a valid discharge of our liability
for payment there under and the Bidder shall have no claim against us for making such
payment.

4. We __________________________ further agree that the Guarantee herein contained shall


remain in full force and effect during the period as required by the Company. Unless a
demand or claim under this Guarantee is made on us in writing on or before
________________, we shall be discharged from all liability under this Guarantee thereafter.

5. This Guarantee shall not be revocable by us except with the written consent of the Company
and shall continue to be enforceable till. ________________. Should it be necessary to extent
this Guarantee beyond the said date, we undertake to extend the validity of this Guarantee
for such further period as may be required by the Company and such extension shall be
given one month before the expiry of the Guarantee, failing which the amount covered under
this Guarantee shall become forthwith payable.

6. We ____________________ further agree with the Company that the Company shall have the
fullest liberty without our consent and without affecting in any manner our obligation
hereunder to vary any of the terms and conditions of the Tender Documents or to extend time
of finalizing the bid from time to time and to forbear or enforce any of the terms and
conditions relating to the Tender Documents and we shall not be relieved from our liability
by reason of any such variation or extension being granted to the said Bidder or for any
forbearance, act or omission on the part of the company or any indulgence by the Company

SEAL AND SIGNATURE OF THE BIDDER Page 49 of 52


to the said Bidder or by any such matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have effect of so relieving us.

7. This Guarantee shall not in any way be affected due to change in our constitution or by your
taking or varying or giving up any securities from the Bidder or any other person, firm or
Company on its behalf or by the change in the constitution, winding up, dissolution,
insolvency or death as the case may be of the Bidder.

8. In order to give full effect to the Guarantee herein contained, you shall be entitled to act as if
we are your principal debtors in respect of all your claims against the Bidder hereby
Guaranteed by us as aforesaid and we hereby expressly waive all our rights of surety ship
and other rights. If any, which are in any way inconsistent with the above or any other
provisions of this Guarantee.

9. We ____________________________ also undertake not to revoke this Guarantee during its


currency except with the previous consent of the Company in writing.

Dated__________ day of _________


For ________________________________________
(Indicate the name of Bank)

IMPORTANT NOTE The following points should be taken care of while submitting the Bank
Gurantee:- • The Bank Guarantee should be on non- judicial stamp paper of Rs 200/- or as
applicable in the State of Karnataka. • The Stamp paper should be purchased in the name of the
Bank, who give the Guarantee and not in the name of the Bidder. • The Bank Guarantee should be
strictly as per the proforma. • The Bank Guarantee should from any of the Nationalised Banks or
Scheduled Bank. • If any correction is made on the Guarantee, the same should be endorsed by
the Bank with its official seal. • The Bank Guarantee should be valid for a period of ------ days from
date of opening the Bids. The validity period of ----- days as stipulated will be indicated on case to
case basis as per KIOCL’s Tender requirement.

SEAL AND SIGNATURE OF THE BIDDER Page 50 of 52


ANNEXURE - 15

FORM OF BANK GUARANTEE FOR SECURITY DEPOSIT

1. In consideration of KIOCL Limited (hereinafter called Company) having agreed to


exempt........ (hereinafter called the said Supplier (s) / CONTRACTOR(s)) from demand
under the terms and conditions of Purchase Order No......................Dated............... made
between ....................And .................. for ............. (hereinafter referred to as 'contract') of
security deposit for the due fulfillment by the said suppliers(s) / CONTRACTOR (s) of the
terms and conditions contained in the said contract on production of a Bank Guarantee for
Rs.........(Rupees..........................only) we,.......... (hereinafter referred as "the Bank") at the
request of Supplier, (s) CONTRACTOR (s) do hereby guarantee the payment to the
Company an amount not exceeding Rs.............. (Rupees............only) and interest thereon
at 15.5 percent per annum from the date of demand till payment against any loss or
damage caused to or suffered or would be caused to or suffered by the Company by
reason of any breach by the said Supplier(s)/ CONTRACTOR(s) of any of the terms and
conditions contained in the said Contract.
2. We.............. do hereby unconditionally and irrevocably undertake to pay to the Company
an amount to the extent of Rs. .................. (Rupees ...............................................only) and
interest thereon at 15.5 percent per annum from the date of demand till payment without
any demur, merely on a demand from the Company stating that the amount claimed is due
by way of loss or damage caused to or suffered or would be caused to or suffered by the
Company by reason of breach by the said Supplier(s) / CONTRACTOR(s) of any of the
terms and conditions contained in the said Contract or by reason of the Supplier(s)/
CONTRACTOR(s) failure to perform the said contract. Any such demand made on the Bank
shall be conclusive as regards the amount due and payable by the Bank under this
Guarantee. However, our liability under this Guarantee shall be restricted to an amount
not exceeding Rs...................... (Rupees..........................................only) and interest
thereon as mentioned above from the date of demand till payment.
3. Our liability under these presents is absolute and unequivocal and we undertake to pay to
the Company the amount so demanded notwithstanding the Supplier(s)/CONTRACTOR(s)
raising any dispute and / or disputes or filing any suit or proceeding before any Court or
tribunal or other Authority. The payment so made by us under this Guarantee shall be a
valid discharge of our liability for payment thereunder and the CONTRACTOR(s)
Supplier(s) shall have no claim against us for making such payment.
4. We.............................further agree that the guarantee herein contained shall remain in full
force and effect during the period that would be taken for the performance of the contract
and that it shall continue to be enforceable till all the dues of the Company under or by
virtue of the said contract have been fully paid and its claims satisfied or discharged or till
the Company certifies that the terms and conditions of the said contract have been fully
and properly carried out by the said Supplier(s) / CONTRACTOR(s) and accordingly
discharges this Guarantee. Unless a demand or claim under this Guarantee is made on us
in writing on or before...........................we shall be discharged from all liability under this
Guarantee thereafter.
5. This Guarantee shall not be revocable by us except with the written consent of the
Company and shall continue to be enforceable till.........................should it be necessary to
extend Guarantee beyond the said date, we undertake to extend the validity of this
Guarantee for such further period as may be required by the Company, and such
extension shall be given one month before the expiry of this Guarantee filing which the
amount covered under this Guarantee shall become forthwith payable, notwithstanding
that the Contract is continuing and /or the Company has or has not terminated the Contract
or preferred any claim against the Supplier (s) CONTRACTOR(s).
6. We................................. further agree with the Company that the Company shall have the
fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the Contract or to extend time or
performance by the said Supplier(s)/ CONTRACTOR(s) from time to time or to postpone

SEAL AND SIGNATURE OF THE BIDDER Page 51 of 52


for any time or from time to time in exercise of any of the powers exercisable by the
Company against the said Supplier(s) CONTRACTOR(s) and to forbear or enforce any of
the terms and conditions relating to the Contract and we shall not be relieved from our
liability by reason of any such variation or extension being granted to the said
Supplier(s)/CONTRACTOR(s) or for any forbearance, act or omission on the part of the
Company or any indulgence by the Company to the said Supplier(s)/CONTRACTOR(s) or
by any such matter or thing whatsoever which under the law relating to sureties would, but
for this provision, have effect of so relieving us.

7. This Guarantee shall not in any way be affected due to change in our constitution or by
your taking or varying or giving up any securities from the CONTRACTOR(S)/ SUPPLIERS
or any other person, firm or Company on its behalf or by the change in the constitution,
winding up dissolution, insolvency or death as the case may be of the
CONTRACTOR(S)/SUPPLIER(S).

8. In order to give full effect to the Guarantee herein contained you shall be entitled to act as
if we were your principal debtors in respect of all your claims against the
CONTRACTOR(S)/SUPPLIER(S) hereby Guaranteed by us as aforesaid and we hereby
expressly waive all our rights of surety ship and other rights if any which are in any way
inconsistent with the above or any other provisions of this Guarantee.

9. We............................. also undertake not to revoke this Guarantee during its currency
except with previous consent of the Company in writing.

Dated the ..............day of ..................


For...........................................................................
(indicate the name of Bank)

IMPORTANT NOTE The following Points should be taken care of while submitting the Bank
Guarantee: - a) The Bank Guarantee should be on non-judicial stamp paper having a value
of Rs.200/-or as applicable in the State of Karnataka. b) The stamp paper should be
purchased in the name of the Bank, who give the guarantee and not in the name of the
Supplier. c) The Bank Guarantee should be strictly as per the profoma. d) The Bank
Guarantee should be from any of the Nationalised Bank and local Scheduled Banks only
acceptable to us. Bank Guarantee issued by Co-operative and Gramin Banks will not be
accepted. e) If any correction is made on the guarantee the same should be endorsed by
the Bank with its official seal.

SEAL AND SIGNATURE OF THE BIDDER Page 52 of 52

S-ar putea să vă placă și