Sunteți pe pagina 1din 11

NIT FOR WEBSITE

Government of India
Department of Atomic Energy
Atomic Minerals Directorate for Exploration & Research
No.1-10-153-156, AMD Complex, Begumpet, Hyderabad – 500016

NOTICE INVITING E-TENDER

(SECTION-I)

NIT No. AMD/CD/WR/CORE/2019-20/T-(173) DATE: 20.08.2020

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING


Director, AMD, Begumpet, Hyderabad on behalf of the President of India invites online
item rate tender in two parts (TECHNICAL and COMMERCIAL) through e-tendering mode
from eligible Core Drilling contractors for one work in the parts of Rajasthan. The details
are given below.

PART-A : INSTRUCTIONS FOR ONLINE SUBMISSION


1. The intending bidders must read the terms and conditions of the tender documents. He
should only submit bids if he consider himself eligible and he is in possession of all
documents required.
2. The information and instruction for bidders along with Technical bid and Commercial bid etc.
posted on website shall form part of the bid document.
3. The document as uploaded in website can be viewed and downloaded free of cost by any one
including the intending bidder. However for participating in tendering process, the tending
bidders must download excel sheets both technical and financial after confirmation of
payment towards processing fees, otherwise it will not be possible for them to upload the
documents on the e-tendering portal.
Notes:
i) Downloading the tender documents without confirmation of payment details towards
tender processing fees on website :www.tenderwizard.com/DAEshall not be
valid.

ii)The excel sheets accompanied with technical bid and Commercial bid shall be filled up
uploaded within due date of submission.

iii) The PDF document available in website are part of tender document and can’t be
uploaded on the e-tendering portal in its present form. However, the bidders may
download the specific forms/data sheets etc. filled up, scanned and upload the
same as required.

iv) The tender document submitted manually can’t be accepted and shall be rejected
summarily.

v) The agency must ensure downloading of excel sheets in which the columns meant for
filling up data/rates appears in yellow colour and the moment the data/rates are
entered, it turns sky blue.

4. It is mandatory for all the applicants to have class-III digital signature certificate from any of
the licensed Certifying Agency to participate in e-tendering.
5. In order to participate in online e-tendering process, it is mandatory for the applicants to
have used ID and Password to get access to the website www.tenderwizard.com/DAE
The applicants have to get registered their firm/company with the service provider, M/s. ITI
Limited for used ID and Password. The registration shall be done by paying an annual

i
registration fees to M/s. ITI Limited and completing the formalities as mentioned in website.
Validity of online registration is for one year from date of its issuance and subsequently
renewed. For assistance/clarifications, please contact mobile: 09969395522, email:
twhelpdesk231@gmail.com/daehelpdesk@tenderwizard.co.in

6. The applicants who have already obtained such valid user ID and password from M/s. ITI
Limited, for any other project of AMD / DAE, need not obtain fresh user ID and password for
the purpose of participation in the present tender.
7. The services for e-tendering in AMD / DAE is provided by M/s ITI Ltd., Tender wizard Help
Desk Centre, B-1/5A, 2nd Floor, Main Nazafgarh Road Near Janakpuri Metro Station (East)
Janakpuri, New Delhi-110058, Fax No : +91-11-25618721 Phone +91-11-49424365,
e-mail:daehelpdesk@etenderwizard.co.in
8. The excel sheets comprising of technical bid and Commercial bid and other documents shall
be uploaded online in the prescribed format (JPG of PDF) before the date and time as
mentioned in e-tender portal. No other mode of submission is acceptable.
9. Site Visit: (site visit is mandatory). Before submitting the bids, the contractors should visit
the area to understand the topography and to ascertain the logistic supports and facilities
available or to be generated for carrying out drilling operations. Bids of the contractors,
who have not visited the site, will be rejected outright and no correspondence will
be entertained. The bidders should obtain a certificate from the representative of the
Regional Director of the respective Regions and enclose it along with the technical bid. The
site visit certificate shall be uploaded in e-tender portal.
10. After submission of the bid/documents, the bidder can re-submit revised bid/document any
number of times but before last time and date of submission of bid/document as notified.
11. If the agency found ineligible after opening of pre-qualification bid/technical bid, his tender
shall become invalid and processing fees shall not be refunded.
12. Tenderers are advised to upload their documents well in advance, to avoid last minutes rush
on the server or complications in uploading AMD, in any case, shall not be held responsible
for any time of difficulties during uploading the documents including server and technical
problems whatsoever.
13. Submission of the tender documents after the due date and time (including extended period)
shall not be permitted. Time being displayed on e-tendering portal of AMD shall be final and
binding on bidders.
14. In case of any problem with the submission of the tender, the tenderers may take the
assistance of help desk or use the help manual given on the said website or mobile and email
mentioned above.
15. The tenderers are advised to submit the hard copies towards EMD and other documents etc.
well in advance to the Tender Inviting Authority, so that it should reach on or before the due
date and time. Delay in receipt of hard copies due to security restriction, postal delay or
delay due to any other reasons etc. shall not be accepted and tender shall be rejected
forthwith.

PART-B : NIT DETAILS


NIT No. AMD/CD/WR/CORE/2019-20/T-(173), DATE: 20.08.2020

Description Work-1

1 Tender no. AMD/CD/WR/GKD/CORE/2019-20/T-173

8,000 m core drilling in Geratiyon-ki-Dhani area, Sikar District,


Rajasthan with borehole depth varying from 500 to 750 metre.
2 Name of Work

ii
Estimated Cost Put
3 To Tender (In Lakhs 274.00
INR)

4 EMD Amount (Rs.) 5,48,000/-

5 EMD mode of Earnest Money Deposit (EMD) to be submitted in the form of


payment Deposit at Call Receipt or Demand Draft/ Bankers Cheque or
Fixed Deposit Receipt drawn in favour of Pay & Accounts
Officer, AMD, Hyderabad.
or
The bidders may submit the EMD as follows:
(i) 50% of earnest money or Rs. 20 lakh, whichever is
less, will have to be deposited in the shape prescribed above
and
(ii) Balance amount of earnest money can be accepted in
the form of Bank guarantee issued by a scheduled bank as per
enclosed prescribed format. Cash and Cheque for Earnest
Money Deposit will not be accepted.

The Bank Guarantee shall be valid for 180 days from the date of
online submission of Tender.
Period of completion
6 12 (TWELVE)
(in months)
Fee of Tender
7 NIL
Document
Tender Processing
8 Rs. 5,900/- (Including GST) through e-payment to M/s. ITI Limited
Fees

9 Security deposit 2.5% of the tendered value

Performance
10 5% of the tendered value
Guarantee
Dates of availability
From 26-08-2020 (11.00 hrs) to 08-09-2020 (15.00 hrs) website
11 of Tender Documents
on www.tenderwizard.com/DAE
for download

12 Period of site visit From 26-08-2020 (11.30 hrs) to 08-09-2020 (15.00 hrs)

Last date and time of


closing of online
13 15-09-2020 at 17.00 hrs
submission of
tenders.
Last date and time
for submission of
original DD/FDR/BG On or before 22-09-2020 (13.00 hrs) in the office of Incharge,
14
towards EMD and Contract Drilling Group, AMD, Hyderabad.
other certificates and
documents.
Date and time of
24-09-2020 at 15:30 hrs in the office of I/C CDG, AMD, Complex,
15 online opening of
Begumpet Hyderabad.
technical bid.
Date of opening of
16 Commercial bids of Will be notified at a later date
qualified bidders
NOTE: Department reserves the right to accept or reject in part or full any
17 tender(s), without assigning any reason thereof. The tender(s) with any
condition including conditional rebate shall be rejected forthwith.

iii
PART-C : IMPORTANT SPECIFICATIONS, INFORMATIONS,
REQUIREMENTS AND ELIGIBILITY CRITERIA

Tender document is prepared in two parts viz. Part ‘I’ (Technical Bid) and Part ‘II’
(Commercial Bid).

Part ‘I’ Technical Bid consisting of following:

Section I - Notice Inviting e-Tender (English & Hindi versions),


Section II - Item Rate Tender For Work,
Section III - General Rules & Directions For The Guidance Of Contractors,
Section IV - Conditions of Contract,
Section V - Safety Code,
Section VI - Additional Conditions of Contract,
Section VII - Specifications For Work

Appendix ‘A’ - Form of BG (Bank Guarantee) bond for performance security


Appendix ‘B’ - Pro-forma for Solvency Certificate,
Appendix ‘C’ - Pro-forma for Site Visit Certificate,
Appendix ‘D’ - Undertaking by the bidder,
Appendix ‘E’ - Declaration & Undertaking by MSE firms,
Appendix ‘F’ - List of supporting equipment and Machineries owned.

Annexure ‘I’ – Description of available rigs for this work,


Annexure`II’ – Details of work experience.
Annexure`III’ – Details of work in hand.
Annexure`IV’ – Details of experience of drilling boreholes.
Annexure`V’ – List of personnel.
Annexure`VI’ – General Data. (Name, address and other details)
Annexure`VII’ – Profit and Loss and Annual Turn Over for last five consecutive years.
Annexure`VIII’ – Eligibility Criteria as per Tender Document.

Part ‘II’ (Commercial bid) consists of “Schedule of Quantities” to be


uploaded in excel format .

Prospective Bidders or general public can see and download free of cost PDF format
of the above documents from website www.tenderwizard.com/DAE of AMD/DAE

To participate in the tender, Prospective Bidders are required to download the excel
format of Part I – Annexure-I to VIII and Part II- Commercial Bid containing Schedule
of Quantities after Login in the Home page of the website www.tenderwizard.com/DAE
with their User ID/Password & Class III Digital Signature Certificate.

Prospective bidders have to fill the excel documents and upload the same
without renaming it. Please refer Help Manual for submission of Tender / contact
Help Desk as per NIT. Signed copy of Annexure I to Annexure-VIII and Appendix-B to
Appendix-F are to be submitted to this office on or before 22-09-2020.
The Tender documents - Section I to VIII and Appendix A to Appendix-F also form part
of Tender Document are available on www.tenderwizard.com/DAE .

All the above documents along with ‘Letter of Intent’ and ‘Work Order’ will form part
of Agreement after award of work to the successful bidder.

iv
WORK-1 :Tender No. AMD/CD/WR/GKD/CORE/2019-20/T-173

1 Contractors who fulfill the following requirements shall ONLY be eligible to apply
2 Scope of work: 8,000 m core drilling in Geratiyon-ki-Dhani areas, Sikar District, Rajasthan
with borehole depth varying from 500 to 750 metre.
3 Type of Drilling: Core Drilling.

4 Size of the boreholes: Combination of P/H/N/B size (122.60mm/96.00mm/75.70mm/


60.00mm bore hole diameter approximately).

5 Depth of the boreholes: In the range of 500 to 750 metre.

The above depth range is approximate only. Depending on the requirement and site
conditions, marginal variation may occur.
6 Inclination of the borehole: Inclined Bore Holes. (50° to 70°)

7 Deviation limits for borehole Angle:

a) Deviation in borehole Angle of maximum 20 for each 100 metre depth will be allowed in
each borehole. Therefore, the contractors are advised to take all precautions to drill the
boreholes within these limits.
b) Periodical deviation test will be arranged by the Resident Geologist.
8 Rock Formations to be drilled: Quartzite, quartz-amphibole-schist, quartz-biotite-schist,
calc-silicate, granite and amphibolites with their brecciated counter parts.
9 Number of Rigs to be deployed :

2 Surface Core drilling rig of capacity to drill 750 metre or more in ‘B’ size.

Bidders should ensure the availability of rigs of required capacity as mentioned above to be
eligible for consideration. Details of rigs available with the party for the proposed work
should be furnished in the table as per Annexure-I of Technical Bid along with
legitimate documentary proof of possession such as purchase/hire/lease etc. clearly
indicating the make, model, capacity and year of purchase etc.

10 Location of Drilling area: The proposed drilling area at Geratiyon Ki Dhani-Kalatopri-LadiKa


Bas (Lat ; 27°41’00” to 27°44’15”; Long 75°56’30” to 75°15’) lies in Survey of India
Toposheet No. 45 M/14 and is located approximately 150km NNE from Jaipur. The area can be
approached from Jaipur via Ajitgarh-Chala. It is also connected through Neem Ka Thana-
Kotputli State Highway. Nearest Rail head is Neem-ka-Thana at about 30 km. All the basic
amenities are available at Neem-ka-Thana and Kotputli. Local marketing facility is available at
Raipur and Patan. However, major marketing and workshop facilities are available at Neem Ka
Thana and Kotputli. Drilling area falls under private lands and also under active mining block.

11 Site Conditions: The proposed area is partly soil covered and having elongated narrow
quartzite ridges between Geratiyon Ki Dhani and Ladi ka Bas. The area falls under private
land and also under active mining block. Land proposed for drilling is under cultivation in some
places. The entire area is well accessible and minor track making is required. Climate in the
area is semi desertic. Winters are chill up to 2-30C and summers are hot up to 45-460C, with
sparse-moderate rainfall. Camping site may be available in private plain land. There is no
perennial water source and water for drilling will have to be arranged from private tube wells.

Note (A) : Where ever the proposed boreholes fall in private land, compensation for
the same shall be required to be paid to the concerned land owners. The
compensation to the land owners for the drill site and making of approach
road/track should be directly negotiated by the contractor. All such payments shall
be borne by the contractor only.

Note-(B): For the bore holes falling in the Reserved/protected forest area, the
contractor shall have to abide by the restrictions imposed by the Forest
department.

v
12 Site Visit: Site visit is mandatory: Before submitting the bids, the contractors should visit
the area to understand the topography and to ascertain the logistic supports and facilities
available or to be generated for carrying out drilling operations. Bids of the contractors,
who have not visited the site, will be rejected outright and no correspondence will
be entertained. The bidders should obtain a certificate from the representative of the
Regional Director, Western Region, AMD, Jaipur and enclose it along with the technical bid.

Dates for site visit: A representative of the department will be available at the areas
from 26-08-2020 to 08-09-2020. Bidders are advised to plan the site visit preferably
on these dates.

Contact Person(s): The bidders may contact the following officer(s) of AMD for any
clarifications and for visiting the areas.

1.Shri. Shijo Mathew, SO.D, Mo. No. +91 8209508356


or
2. Shri. Monu Kumar, SO-C, Mo. No. +91 8051886363
or
3. Shri. S K Sharma, SO-H, Mo. No. +91 9868761290

The bidders can also contact Regional Director, Western Region, AMD Complex, Sector 5-
Extension, Pratapnagar, Sanganer, Jaipur-302 030. Phone No. 0141-2793598/2790331, Fax.
0141-2791126, Email: rdwr.amd@gov.in for any clarifications and for visiting the areas.

13 Eligibility criteria (Proof should be submitted for all)

I. Availability of minimum Core Drillings rigs of required capacity: 2 Surface Core drilling
rig of capacity to drill 750 metre or more in ‘B’ size.
II. Experience in core drilling for mineral exploration work during last seven years.
III. Experience of drilling coring boreholes of the depth of 550 m or more in minimum ‘B’ size
during last seven years.
IV. Experience of successfully completed works during the last seven (7) years ending last
date of submission of tenders :
(a) Three similar completed works each costing not less than 40% of estimated cost i.e.
Rs. 109.60 Lakh(or)
(b) Two similar completed works each costing not less than 60% of estimated cost i.e.
Rs. 164.40 Lakh(or)
(c) One similar completed work costing not less than 80% of estimated cost i.e.
Rs. 219.20 Lakh.

Note: Similar works means Core Drilling works only.

The value of executed works shall be brought to the current costing level by enhancing the
actual value of work at a simple rate of 7 % per annum, calculated from the date of
completion to last date of receipt of tender.
V. Appendix-E should be filled by the firms claiming exemption under MSE provisions, in the
Company Letter Head.

VI. Solvency Certificate of a Nationalized Bank/Scheduled Bank for minimum amount equal
to 40% of estimated cost i.e. Rs. 109.60 Lakh. The Solvency certificate should be in the
format given in Appendix-B and should not be older than one year on last date of receipt
of tender.

VII. The applicant should have an average annual financial turn over (gross) at least
100% of estimated cost i.e. Rs.274.00 Lakh. during immediate last threeconsecutive
financial years ending 31st March 2019. This should be duly audited by a Chartered
Accountant. (scanned copy of certificate from CA to be uploaded). Year in which no
turnover is shown would also be considered for working out the average.

vi
VIII. The bidder should not have incurred any loss in more than two years during last five
years ending March 31st 2019. Last five consecutive balance sheets, duly certified and
audited by the Chartered Accountant to be enclosed.

14 Joint Venture: Two or more companies/contractors may enter into a joint partnership and
the lead contractor may submit the bid(s). Joint venture agreement duly notarized should be
submitted along with the bid. However, the lead partner alone should possess the solvency
and average annual turnover required to meet the eligibility criteria as stipulated in NIT. The
solvency and average annual turnover of other partners will not be considered for evaluating
the bid. Further, the party or parties participating in this tender as a Joint Venture Partners,
shall not be allowed to participate in the same tender as a separate bidder or as the partner of
another Joint Venture.

15 MSE(Micro & Small Enterprises): The provisions made under “Public Procurement Policy of
Micro & Small Enterprises (MSEs) order 2012” issued vide Gazette notification dated 20-03-
2012 by Ministry of Micro, Small and Medium Enterprises of Government of India and also
under the “ Manual for Procurement of Consultancy and other services, 2017 , Ministry of
Finance” shall be applicable for this Tender. Appendix-E should be filled by the firms claiming
exemption under MSE provisions in the Company Letter Head.

16 List of works in hand (Annexure-III) & List of similar works carried out (Annexure-II)
by them for last 7 years ending last date of submission of tender indicating i) Agency for
whom executed, ii) Value of work, iii) Completion time as stipulated and actual, or present
position of the work in Annexure II.
17 List of Drill Rig and other machineries, equipment & accessories possessed by the
agency to complete the work in time in Annexure-I.

18 List of technical staff they possess and proposed to deploy for the work in Annexure-V.

19 UNDERTAKING as under:
I/We , ____________________Partner/Legal Attorney/ Accredited Representative of
M/s._______________________________________________, solemnly declare that

1. I/We are submitting bid for drilling work in _________________________area, _____________ District,
State of _________ against NIT No.______________________, Dated _______, Tender No.
___________________

2. None of the Partners of our firm is relative of employee of Atomic Minerals Directorate for Exploration &
Research (AMD).

3. All information furnished by me/us in respect of fulfillment of eligibility criteria and


Qualification information of this Tender is complete, correct and true.

4. All documents/credentials submitted along with this Tender are genuine, authentic, true and valid.

5. If any information and document submitted is found to be false/incorrect at any time, AMD may cancel our
Bid and action as deemed fit may be taken against us, including termination of the contract, forfeiture of all dues
including Earnest Money Deposit and banning/de listing of our firm and all partners of our firm etc.

6. I / We, hereby tender for the execution of the work for the President of India within the time specified in
Section-I viz., NIT and in accordance in all respects with the specifications, designs, drawings and instruction in
writing referred to in Rule 1 of General Rules & Directions and in Clauses of the General Clauses of Contract and
with such materials as are provided for, by and in respects in accordance with such conditions so far as applicable.

7. I / We have read and examined the Notice Inviting e-Tender (Section I), II, III, IV, V VI, VII & other
documents and rules referred to and all other contents in the tender documents for the work and accordingly I /
We, hereby submit credentials and other documents as are provided for, by, and in respects in accordance with,
such conditions so far as applicable.

8. I / We have understood the entire scope of work and rates quoted accordingly. We shall carry out the work
as per Schedule of Quantities, technical specifications and complete the work within stipulated time to the entire
satisfaction of the Department.

9. I / We have visited the area and understood the topography and ascertained the logistic supports and
facilities available or to be generated for carrying out drilling operations and submitting tender accordingly.

vii
10. I / We also declare that we have not executed similar projects through another contractor on back to back
basis. Further that, if such violation comes to the notice of Department, then we shall be debarred for bidding in
DAE in future forever. Also if, such violation comes to the notice of the Department before date of start of work, the
Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit / Performance Guarantee
etc.

11. Should this tender be accepted I/we hereby agree to abide by and fulfil all the terms contained in the
pamphlets named “Notice Inviting e-Tender”, “Item Rate Tender”, "General Rules and Directions for the guidance of
Contractor", "Conditions of Contract", "Safety Code", "Additional Conditions of Contract", "Specifications for work"
and "Location Map" contained in Part-I (Technical Bid) and "Schedule of Quantities" contained in Part-II
(Commercial Bid) of tender document which has been read by me, read and explained to me so far as applicable, or
in default thereof to forfeit and to the President of India or his successors in office the sums of money mentioned in
the conditions.

12. Demand Draft or Call Deposit Receipt of Schedule Bank


_______________________________________________________ is forwarded herewith for the sum of Rs.
____________________ as earnest money, the full value of which is to be absolutely forfeited to the President of
India or his successors in office, without prejudice to any other or remedies of the said President or his successors
in office should I/we fail to commence the work specified in the above memorandum, in accordance with the clause
I of the said conditions of the contract otherwise the said sum of Rs. _________________ shall be retained by the
Department of Atomic Energy as an account of such security deposit as aforesaid.

(Scanned copy of the undertaking as per Appendix-D duly signed & sealed on
letter head of the bidder to be uploaded at the time of submission of bid).

20 The intending bidder must read the terms and conditions as per “SECTION – 1: NOTICE
INVITING TENDERS” carefully. He should only submit his bid if he considers himself eligible
and he is in possession of all the documents required.
Department reserves the right of Non-consideration of Tender documents of the agencies who
are not fulfilling the NIT stipulations and / or having adverse report on the works carried out
by them in the past.
21 Information and Instructions for tenderers posted on website shall form of tender
document.

22 The tender document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents can be seen and
downloaded from website www.tenderwizard.com/DAE or www.amd.gov.in free of
cost.
23 The bid can only be submitted after uploading the mandatory scanned documents such as
Demand Draft or Pay order or Banker`s Cheque or Deposit at call Receipt or Fixed Deposit
Receipts and Bank Guarantee of any Scheduled Bank towards cost of tender document and
EMD in favour of “Pay & Accounts Officer, AMD/DAE payable at
SECUNDERABAD/HYDERABAD” and other documents as specified.
24 On opening date, the contractor can login and see the bid opening process.

25 Certificate of Financial Turn Over: At the time of submission of bid, contractor may upload
Undertaking / Certificate from CA mentioning Financial Turnover of last 3 years or for the
period as specified in the bid document.
26 Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in YELLOW color and the moment rate is entered, it turns SKY BLUE. In
addition to this, while selecting any of the cells a warning appears that If any cell is left
blank the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is
quoted by the bidder, rate of such item shall be treated as “0” (ZERO).
27 In the case of bids in two / three stage system and if it is desired to submit revised
Commercial bid then it shall be mandatory to submit revised Commercial bid. If not submitted
then the bid submitted earlier shall become invalid.
28 The Department reserves the right to accept / reject any prospective application without
assigning any reason thereof.
29 Short listing of the agencies shall be subject to thorough verification of their credentials
and inspection of works carried out by them, through a Technical Evaluation Committee of
experts, constituted by AMD. The performance report from the executing authority shall
also be considered for shortlisting.

viii
30 IF ANY INFORMATION FURNISHED by the applicant is found to be incorrect at a later
stage, they shall be liable to be debarred from tendering / taking up works in AMD.
31 The applicant may furnish any additional information which they think necessary to establish
their capabilities to successfully complete the envisaged work. No information shall be
entertained after last date of online submission of tenders unless it is called by the competent
authority.
Short listing of the agencies shall be subject to thorough verification of their
credentials and inspection of works carried out by them, through a Technical
Evaluation Committee of experts, constituted by AMD.
If any information furnished by the applicant is found incorrect at a later stage, they shall be
liable to be debarred from tendering /taking up of work in AMD. AMD reserves the right to
verify the particulars furnished by the applicant independently and reject any application
without assigning any reason and to restrict the list of pre-qualified agencies to any number
deemed suitable in case too many applications are received satisfying the laid down Pre-
qualification criteria.
32 The quoted rate should be inclusive of GST (Goods & Services Tax).
No re-imbursement shall be made on account of GST (Goods and Services Tax).

33 All corrections should be authenticated / signed.

34 Tenders with any conditions, including conditional rebate(s) shall be rejected. However,
tenders with unconditional rebate will be accepted.
35 In case two or more tenderers quote the same lowest amount worked out on the basis of
quoted rates for individual items of the schedule of quantities, decision on the lowest bidder
shall be decided as per the guidelines of ‘Central Public Works Department’ (CPWD), General
Rules & Directions (4) (For item rate tenders – CPWD-8) or as modified from time to time.

36 (a) Validity: Validity of the offer should be for a minimum of 180 days from the date of
opening of part-I of the tender. In case validity period is not mentioned in the offer, the tender
is deemed to be valid for 180 days from the date of opening of part-I of the tender.

(b) If any tenderer withdraws his tender before the validity period or issue of Letter
of Intent, whichever is earlier, or makes any modifications in the terms and
conditions of the tender which are not acceptable to the Department, then the
Department shall, without prejudice to any other right or remedy, be at liberty to
forfeit 50% of the said Earnest Money Deposit (EMD) absolutely. Further, the
tenderer shall not be allowed to participate in the re-tendering process of the work.

37 In order to ensure the technical competence of the tenderer, inspection of rigs and
verification of the original documents of the credentials of the tenderer may be
carried out by a team of officers of AMD. Tenderers should give consent for physical
inspection of rigs and verification of original documents and provide the details of
locations of rigs and original documents of credentials when asked by AMD. Failure
to do so shall be treated as withdrawal of tender and 50% of the EMD of such
tenderers shall be forfeited to the Department as per clause 36 (b) above. Further,
the tenderers shall not be allowed to participate in the re-tendering process of the
work.

38 The Atomic Minerals Directorate for Exploration & Research (AMD) is not under any obligation
to accept the lowest Bid/Bids and reserves the right to reject any or all the bids without
assigning any reason what-so-ever and also to distribute the work and allot the work/works to
more than one Bidder, at its sole discretion. All tenders in which any of the prescribed
conditions are not fulfilled or incomplete in any respect are liable to be rejected.

39 If the office happens to be closed on the date of submission/opening of the bid as specified,
the bids will be submitted / opened on the next working day at the same time and venue.

40 The Atomic Minerals Directorate for Exploration & Research (AMD) would not be liable for any
delay in submission of bid by a bidder on account of obstruction or delay by any outside
element/agency and takes no responsibility for delay, loss or non-receipt of documents sent
by post.

ix
41 SPECIAL TERMS & CONDITIONS

a The compensation to the land owners for the drill site and making of approach
road/track should be directly negotiated by the contactor. All such payments shall
be borne by the contractor only.

b The contractor shall have to abide by the restrictions imposed by the Forest department where
the proposed drilling area falls under forest area.
c The contractor should be adequately equipped with regard to all drilling inventory such as
casing, rods, bits etc. of appropriate requirement.

42 Receipt of EMD and the documents: A drop Box will be provided at the security gate of our
office at AMD Complex, 1-10-153/156, Begumpet, Hyderabad-500 016 for depositing the EMD
Demand Draft and other documents of this tender. The drop box will be sealed at 1300 hrs on
the last date of submission. Alternatively, EMD DD and other documents sent by post will be
received by the In-charge, Contract Drilling Group on any working day up to 1600 hrs. and
up to 1300 hrs on the last date of submission shown in NIT.

Demand Draft and other documents of this tender sent by post should be addressed
only to In-charge, Contract Drilling Group, AMD Complex, Begumpet, Hyderabad
500016, (Phone No: 040-27776342/27776387).

43 Tenders will be received online up to time & date as mentioned above. Part I will be
opened on the time & date as mentioned above. The receipt of Tender Processing Fee
and EMD will be checked first. If found in order, Part I will be opened. After opening of
Part I for evaluation, the contractor’s ongoing / completed work sites & offices will be
visited ( i f r e q u i r e d ) and their Technical Bid related documents shall be evaluated and
accordingly tenderers will be qualified/disqualified by the Competent Authority. The Part ‘II’
(Commercial Bid) of the qualified tenderers shall then be opened at notified date and time.
Date of opening of Part ‘II’ (Commercial Bid) will be intimated to all bidders by email.

44 No modifications in the tender shall be allowed after opening Part ‘I’ (Technical Bid).

45 Tenders with any condition including conditional rebate shall be rejected. However,
tenders with unconditional rebate will be accepted.

46 If any information furnished by the applicant is found to be incorrect at a later stage, they
shall be liable to be debarred from tendering / taking up works in AMD in future forever.
Also if such a violation comes to the notice of Department before start of work, the
Engineer-in-charge shall be free to forfeit the entire amount of EMD and Performance
Guarantee.

47 th
The time allowed for carrying out the work will be reckoned from the 15 day after date
of written order to commence the work.

Note: Prospective agencies shall satisfy themselves of fulfilling all the NIT criteria
before submission of the tender. Department reserves the right of non-consideration
of tender of the agencies not fulfilling the stipulated criteria.

x
PART-D: DOCUMENTS TO BE SCANNED & UPLOADED

A ANNEXURE (in excel format)(To be uploaded)


1 List of Drill Rigs and Machineries (Annexure-I)
2 List of similar works completed in last 7 years indicating: (Annexure-II)
i) Agency for whom executed
ii) Value of Work
iii) Stipulated time of completion
iv) Actual time of completion.
3 List of works in Hand indicating: (Annexure-III)
i) Agency
ii) Value of Work
iii) Stipulated time of completion
iv) Present position.
4 List of completed Bore Holes of desired depth (Annexure-IV.)
5 List of Personnel (Annexure-V)
6 General data (Annexure-VI)
7 Profit & Loss and Annual Turnover for last five consecutive years. (Annexure-VII)
8 Eligibility Criteria as per Tender Document. (Annexure-VIII)
B SUPPORTING DOCUMENTS TO ANNEXURES. (To be scanned and uploaded)
1 Proof of ownership or Invoices of drill Rigs submitted in Annexure I for this tender.
2 Work Completion Certificates for the work completed during last 7 years.
3 Work Completion certificates reflecting the required depth bore holes in Annexure-IV.
4 Balance Sheet certified by CA for last five Financial Year ending 31st March-2019.
5 Profit & Loss statement certified by CA for last five consecutive years ending 31st
March-2019.
6 Financial Turn Over for last three years ending 31st march 2019, certified by CA
C Certificates as per Appendices: (To be scanned and uploaded)
1 Latest Solvency certificate issued by a Nationalized/Scheduled bank (Appendix-B)
2 Site Visit certificate (Appendix-C)
3 Undertaking: As per format (Appendix-D) to be printed signed on your letter head and
uploaded
4 Undertaking (Appendix-E) in company letter head for MSE firms.
5 List of supporting equipment and machinery owned in company letter head.
(Appendix-F)
D Other Certificates: (To be scanned and uploaded)
1 Registration certificate, if any
2 Certificate of Registration for GST
3 PAN (Permanent Account Number) Card
4 e-payment details towards cost of Processing Fee.
5 DD/FDR of any Scheduled Bank against EMD.
6 Bank Guarantee of any Scheduled Bank against EMD (if any).
7 MSME certificate (for MSE firms).
Note: Annexures, Scanned copy of the original Supporting Documents to Annexures,
Certificates as per Appendix and Other Certificates to be uploaded and the hard copies
of the same are to be submitted to this office by post.

xi

S-ar putea să vă placă și