Tender_Documents
Tender_Documents
1.In order to enhance the Coal Resource base, Department of Geology & Mining (DGM),Govt of Arunachal Pradesh, on behalf
of CMPDIL plans to take regional exploration (G2-level) of coal at Panchun Block in Kharsang sub-division of Changlang
district in State of Arunachal Pradesh.
Tenders are invited on-line on the website https://arunachaltenders.gov.in from the eligible Bidders having Digital
Signature Certificate (DSC) issued from any agency authorized by Controller of Certifying Authority (CCA), Govt. of India
and which can be traced up to the chain of trust to the Root Certificate of CCA, for the following work:
Description of work Quantity Estimated Earnest Period of Completion (In Days)
Contract Value Money
Drilling (Incl. GST) 3% of Estimated Mobilization* For Field & For GR** Total
(Meter) (In ) Contract value Lab
(Incl. GST) in StudiesDrilling
(Meter)
Regional exploration Coring- -
(G2-level) of coal at 2650m 4,62,07,679/- 13,86,230/- 30 Days 200 Days 180 Days 410Days
Panchun Block in
Kharsang of Kharsang
sub-division of
Changlang district in
State of Arunachal
Pradesh Scope of
Work given at
Annexure-I.
*Mobilization Period is30Days from issue of LOA/work order or handing over the relevant document to the contractor for preparation of
Exploration Scheme, whichever is later.
** Geological Report (GR) will be prepared within 180 Days after the completion of the drilling work.
b. The Earnest money/Bid security of the unsuccessful bidder will be return and not bear any interest.”EMD of the
successful Bidder (on Award of contract will be retained by CMPDI and will be adjusted to performance Security
Deposit at the option of the Bidder. No Bid will be accepted unless accompanied by the requisite Earnest Money
Deposit as stated above.)
6. Bid Securing Declaration: -
Bidders shall have to sign a Bid Securing Declaration accepting that if they withdraw or modify their Bids during the period of validity,
or if they are awarded the contract and they fail to sign the contract, or to submit a performance security before as defined in the
request for bids document, they will be banned for two years from being eligible to submit Bids in Deptt of Geology & Mining.
A Bid Securing Declaration shall be submitted by Bidder(s) on his/ her/ their Letter Head as per Annexure-X.
7 .User Portal Agreement:The bidders have to accept unconditionally the on-line user portal agreement which contains the
acceptance of all the Terms and Conditions of NIT including ‘General Terms & Conditions’, ‘Special Terms & Conditions’
and other conditions, if any, along with on-line undertaking in support of the authenticity of the declarations regarding the
facts, figures, information and documents furnished by the Bidder on-line in order to become an eligible bidder. No
conditional bid shall be accepted / tender document, undertakings and the e-Procurement system through
https://arunachaltenders.gov.in in order to become an eligible bidder. This will be a part of the agreement.
8.0 Qualification of the Bidders:
8.1 In order to submit the bid, the bidders have to get themselves registered online on e-Procurement portal of NIC
(https://arunachaltenders.gov.in) with valid Digital Signature Certificate (DSC). The bidders should have a Digital
Signature Certificate (DSC) issued from any agency authorized by Controller of Certifying Authority (CCA), Govt. of India
and which can be traced up to the chain of trust to the Root Certificate of CCA .
Bidders are advised to upload the scanned copy of documents specified under the eligibility criteria of the tender in
support of their qualification, as Cover-I, against the tender. The CHECK LIST of such documents is also available under
the heading Confirmatory Document to verify the submission of required information. Non- submission of requisite
documents/ information will be considered as a non-responsive bid, which is liable for rejection.
8.2 The invitation for bid is open to all bidders including an individual, proprietorship firm, partnership firm, company or a
Joint Venture, consortium having eligibility to participate as per eligibility criteria stipulated in clause No.9 of NIT and
having Digital Signature Certificate (DSC) issued from any agency authorized by Controller of Certifying Authority (CCA),
Govt. of India and which can be traced up to the chain of trust to the Root Certificate of CCA.
8.3 Joint Venture / Consortium: Two or three Companies/Contractors may jointly undertake contract(s).
Each entity will be jointly and severally responsible for completing the task as per the contract.
Joint Venture details:
Name of all Members of a JV (not more than 3):
1. Lead Member (minimum participation share – 50%)
2. Member (minimum participation share – 20%)
3. Member (minimum participation share – 20%)
“Annualized value” of the work shall be calculated as the “Estimated Cost /Period of completion in Days x 365”.
The value of executed works shall be given a simple weightage to bring them at current price level by adding
5% for each completed year (total number of days/365) after the end date of experience till the last day of month
previous to one in which e-Tender has been invited. The above qualification criteria shall be met collectively by JV
partners or JV itself. The qualifying criteria parameter e.g. experience of the individual partners of the J.V will be added
together towards fulfilment of qualification criteria related to experience. However, the participating share of JV partners
shall be as below:
i) Lead Partner shall have at least 50% participating share in JV
ii) Other partner(s) shall have at least 20% participating share in JV
The works of Similar Work shall be “Coring Drilling OR combination of Coring &Non-Coring Drilling in a coal lignite /
stratified deposit along with other allied activities” as specified below:-
Geological Work: The bidder (in case of JV/consortium, the bidder along with its partner (s)/associate(s)) must be
having experience of preparing at least one geological report (GR) of coal/lignite/ stratified deposit &carrying
Geophysical logging in at least 10 boreholes of coal/lignite/ stratified deposit.
In respect of the above eligibility criteria, the bidders are required to furnish the following information on-line:
i. Start date of the year for which work experience of bidder is to be considered for eligibility.
ii. Start date & end date of each qualifying experience (similar nature).
iii. Work Order Number/ Agreement Number of each experience.
iv. Name & address of Employer/ Work Order Issuing authority of each experience.
v. Percentage (%) share of each experience (100% in case of an Individual/Proprietorship firm or a partner in
a partnership firm and the actual % of share in case of a Joint Venture).
vi. Executed Value of work against each experience.
vii. In case the bidder is a Joint Venture, the work experience of any one, two and three of the individual
partners of JV or the JV itself may be furnished as the work experience of the bidder. If a bidder
participates as a Joint Venture (JV), the benefits as per Public Procurement Policy for MSEs order-2012
shall not be applicable for them.
b) The bidder must have experience of at least 1 completed works of Coring Drilling of similar quantity of work carried
out in North-Eastern Region.
c) The bidders should have NABET Certificate of their owned for preparation of Geological Report in coal. In case of JV, the lead
partner shall have NABET accreditation in their name.
9.5. Goods and Service Tax (Not Applicable for Exempted Goods / Services):
The bidder should be either
i. GST Registered Bidder under regular scheme, or
ii. GST Registered Bidder under composition scheme, or
iii. GST unregistered Bidder
Registration:
The bidder is required to be registered under GST unless they are specifically exempt from registration under
Specific notification / circular / section / rule issued by statutory authorities.
The bidder claiming exemption in this respect shall submit supporting documents as well as certificate from Practicing
CA having membership number with Institute of Charted Accountants of India certifying that the bidder is GST
unregistered bidder/exempted bidder in compliance with the relevant GST rules of India.
For Example:: If the bidder is exempt from Registration under CGST ACT, 2017 due to his aggregate turnover in the
relevant financial year being less than 20/40 lakhs as per applicable in respective state then bidder shall submit the
copy of Notification along with Certificate from Practicing CA/CMA/CS to the effect that Aggregate turnover from his all
business operation during the relevant financial year is less than 20/40 Lakhs as per applicable in respective state
and hence he is exempt from Registration under GST Act, 2017.
The expression “aggregate turnover” shall include all supplies made by the taxable person, whether on his own
account or made on behalf of all his principal.
Explanation:
1. Every supplier shall be liable to be registered under this Act in the State or Union territory, other than special
category States, from where he makes a taxable supply of goods or services or both, if his aggregate turnover in a
financial year exceeds twenty lakh rupees.
Provided that where such person makes taxable supplies of goods or services or both from any of the special
category States, he shall be liable to be registered if his aggregate turnover in a financial year exceeds ten lakh
rupees.
Special category States” shall mean the States as specified in sub-clause (g) of clause (4) of article 279A of the
Constitution: States of Arunachal Pradesh, Assam, Jammu and Kashmir, Manipur, Meghalaya, Mizoram, Nagaland,
Sikkim, Tripura, Himachal Pradesh and Uttarakhand are specified in sub-clause (g) of clause (4) of article 279A of
the Constitution.
In respect of the above eligibility criteria the bidders are required to furnish the following information on-line:
i. Confirmation in the form of Yes/No regarding possessing of required document as enlisted in NIT with respect to
GST status of the bidder.
ii. Status of the bidder in the BOQ excel sheet being uploaded by the bidder during bid submission as per previous
column.
Scanned copy of documents to be uploaded by bidders (CONFIRMATORY DOCUMENT):
The scanned copy of documents regarding status w.r.t GST to be uploaded by bidders in support of information/
declaration furnished online by the bidder in the BOQ sheet against Eligibility Criteria.
I. Status: GST registered Bidder under regular scheme
Document: GST Registration Certificate (i.e. GST identification Number) issued by appropriate authority of
India.
II. Status: GST Registered Bidder under composition scheme:
Document: GST Registration Certificate (i.e. GST identification Number) issued by appropriate authority of
India.
III. Status: GST unregistered bidder:
Document: A Certificate from a practicing Chartered Accountant having membership number with Institute of
Chartered Accountants of India certifying that the bidder is GST unregistered bidder/ dealer in
compliance with the relevant GST rules of India.
NOTE:
[In case of JV a Certificate from a practicing Chartered Accountant having membership number with Institute of
Chartered Accountants of India confirming the status of JV w.r.t GST in compliance with relevant GST rules or GST
Registration Certificate of JV.]
1. In case the Service contract is awarded to a Joint Venture participating in the tender they have to submit PAN, GST
registration (as applicable in the tender and for the bidder status) etc. in the name of the Joint Venture after Award
of Service contract at the time of execution of agreement/ before the payment of first running on account bill.
2. If turnover of bidder exceeds exemption limit, the bidder must have GST registration as per GST Act and Rules.
b) The rate quoted by the supplier shall be exclusive of CGST, SGST, IGST and GST (Compensation to state tax)
Cess and it should be strictly as per the format of BOQ. Item wise each element of cost shall be indicated, where
applicable, in respective column specifically provided for that. Item wise rate of CGST & SGST or IGST and GST
(Compensation to state tax) Cess, applicable at the time of bidding, shall be indicated by the bidder in respective
column of the BOQ.
c) The Tax Invoice raised by the supplier must be in compliance of relevant GST Acts, rules & notifications made
thereunder and should bear the GSTIN number for the supply to CMPDIL HQ and its Regional Institutes located at
different states as given below:
State Unit / HQ City GSTIN
(Provisional ID)
Jharkhand HQ Ranchi (HQ)
RI-II Dhanbad (RI-II) 20AAACC7475N1ZI
RI-III Ranchi (RI-III)
West Bengal RI-I Asansol 19AAACC7475N1Z1
Maharashtra RI-IV Nagpur 27AAACC7475N1Z4
Chhattisgarh RI-V Bilaspur 22AAACC7475N1ZE
Madhya Pradesh RI-VI Singrauli 23AAACC7475N1ZC
Odisha RI-VII Bhubaneshwar 21AAACC7475N1ZG
The rate and amount of CGST, SGST, IGST, and GST (Compensation to state) Cess, related to supply of
goods/Services, shall be shown separately in tax invoice.
d) The CGST & SGST, IGST and GST (Compensation to state tax) Cess, as applicable at the time of supply, shall be
paid extra against submission of proper Tax Invoice, as referred above, by the supplier so that CMPDIL could be
able to avail Input Tax Credit of such CGST, GST, IGST, GST (compensation to state) Cess reflected in the
invoice.
e) If CMPDIL fails to claim Input Tax Credit (ITC) on eligible Inputs and Capital Goods or the ITC claimed is
disallowed due to failure on the part of supplier of goods and services in incorporating the Tax Invoice issued to
CMPDIL in its relevant returns under GST, payment of CGST & SGST or IGST, GST (Compensation to State) Cess
shown in Tax Invoice to the tax authorities, issue of proper tax invoice or any other reason whatsoever, the
applicable taxes & Cess paid based on such Tax Invoice shall be recovered from the current bills or any other dues
of the supplier.
f) The amount of CGST & SGST or IGST and GST Cess, as indicated in the Tax Invoice shall be paid only when they
appear in GSTR 2A of CMPDIL and the supplier has filed the valid return in accordance with the provisions of the
GST Act and the rules made there under.
g) If the Tax invoice submitted by the supplier is found defective causing disallowance of Input Tax Credit (claimed by
CMPDIL based on such invoices) by the tax authorities, the applicable taxes & Cess paid based on such Tax
invoice shall be recovered from the current bills or any other dues of the supplier.
h) In the event of any additional tax liability accruing on the supplier of goods and/or services due to classification
issue or for any other reason, the liability of CMPDIL shall be restricted to the amount of GST charged on the
original tax invoice issued by the supplier.
i) In addition to above, if any other tax/duties are levied over supply of such goods or services in future, it shall be paid
extra.
j) TDS: The TDS, if applicable, shall be made at applicable rate from the payment made or credited to the supplier.
If a bidder participates as a Joint Venture(JV), the benefits as per Public Procurement Policy for MSEs order-2012 shall not be
applicable for them.
9.6. An Undertaking:
An Undertaking on the bidder’s letter-head regarding genuineness of the information furnished by him on-line and
authenticity of the scanned copy of documents uploaded by him on line in support of his eligibility, as per the format
given in the bid document at Annexure-VII of the GTC.
Data to be furnished by Bidder on-line: In respect of the above eligibility criteria, the bidders are required to furnish the
following information on-line:
Confirmation in the form of YES / NO regarding possessing the supporting documents.
Note:1. The partnership firm / JV / Consortium is required to submit written consent of all the partners to Arbitration
clause as per the provision stipulated in the NIT.
3 The Work Experience (a) Bidders are required to submit Work Order
The bidder must have experience of works (includes along with satisfactory Work Completion
completed / ongoing) of similar naturewhich includes Certificate issued by the employer against the
Coring Drilling, Field Geological services, Topographical Experience of similar work containing all the
Survey, Geophysical Logging/Surveying & Preparation of information as sought on-line.
Geological Report valuing 50% of the annualized estimated
value of the work put to tender ( for period of completion Note: In case of JV/Consortium, above
over 1 year) / 50% of the estimated value of the work ( for documents of partner(s)/members are required.
completion period up to one year ) put to Tender in any year
( consecutive 365 days) during last 7(seven) years ending
last day of month previous to the one in which bid If a bidder participates as a Joint
applications are invited. The bidders should have NABET Venture(JV), the benefits as per Public
Certificate of their owned for preparation of Geological
Procurement Policy for MSEs order-2012
Sl Eligibility Criteria Scanned copy of documents, to be uploaded
No. in support of information/ declaration
furnished online by the bidder against
Eligibility Criteria as Confirmatory Document
Report in coal shall not be applicable for them.
Geological Work: The bidder (in case of JV/ consortium, a
biddersalong with its partner(s)/associate(s)must be having b) Copy of NABET Certificate
experience of preparing at least one geological report (GR)
of coal/lignite/ stratified deposit &carrying geophysical
logging in at least 10 boreholes of coal/ lignite/ stratified
deposit.
7 Permanent Account Number (PAN) (Refer clause 9.4): In respect of the above eligibility criteria, the
The bidder should possess a Permanent Account Number bidders are required to furnish the Scanned copy
(PAN) issued by Income tax Department. of PAN CARD of the bidder.
(In case of JV / consortium, PAN card for each
Indian partner of JV/ Consortium and Verifiable
Tax Residency Certificate of respective country
for each foreign partner or JV/ Consortium itself).
If a bidder participates as a Joint
Venture(JV), the benefits as per Public
Procurement Policy for MSEs order-2012
shall not be applicable for them.
Sl Eligibility Criteria Scanned copy of documents, to be uploaded
No. in support of information/ declaration
furnished online by the bidder against
Eligibility Criteria as Confirmatory Document
8 Goods and Service Tax (Not Applicable for Exempted The following documents establishing the status
Goods/ Services) of bidder w.r.t GST as declared by Bidder in the
(Ref. Clause No. 9.5 of NIT) BOQ sheet:
I. Status: GST registered Bidder under regular
scheme
Document: GST Registration Certificate
(i.e. GST identification Number) issued by
appropriate authority of India.
II Status: GST Registered Bidder under
composition scheme:
Document: GST Registration Certificate
(i.e. GST identification Number) issued by
appropriate authority of India..
III Status: GST unregistered bidder:
Document: A Certificate from a practicing
Chartered Accountant having membership
number with Institute of Chartered Accountants
of India certifying that the bidder is GST
unregistered bidder/ dealer in compliance with
the relevant GST rules of India.
[In case of JV a Certificate from a practicing
Chartered Accountant having membership
number with Institute of Chartered Accountants of
India confirming the status of JV w.r.t GST in
compliance with relevant GST rules or GST
Registration Certificate of JV.]
Case – 1: Works / Services for which INPUT TAX CREDIT is not available to the Company.
The overall bid price (Cost to Company) will be the rate quoted by the bidder plus applicable rate of GST (Goods &
Service Tax). The ranking of the Bidders will be decided based on ‘Cost to Company’ price. The lowest cost to company
price will be ranked as L-1, the next higher price as L-2 and so on calculated by the system.
Case – 2: Works / Services for which INPUT TAX CREDIT is available to the Company.
The overall bid price (Cost to Company) will be rates quoted by the bidder only; GST (Goods & Service Tax) will not be
added in this case. The ranking of the Bidders will be decided based on ‘Cost to Company’ price. The lowest cost to
company price will be ranked as L-1, the next higher price as L-2 and so on calculated by the system.
10.9. Contract Value:
The Contract Value will be the value of the ‘Rates quoted by bidder plus amount of GST. The liability of payment of GST
by the contractor registered under GST will lie with the contractor. The payment of GST would be made to the contractor
only on submission of Bill / Invoice in accordance with the provision of GST Rules. In case of unregistered bidder, the
applicable GST will be paid by CMPDIL directly to the concerned Tax Authority, if any.
The Price-bids of the tenderers shall have no condition. The Price Bid which is incomplete and not submitted as per
instruction given above will be rejected.
11. Taxes and Duties:
All duties, taxes [excluding Goods and Services Tax (GST) and GST Compensation Cess (if applicable) only] and
other levies payable by the bidder/ Contractor under the Contract, or for any other cause as applicable on the last
date of submission of Bid, shall be included in the rates, prices and the total Bid Price submitted by the Bidder.
Applicable GST either payable by bidder or by company under reverse charge mechanism shall be computed by
system in BOQ sheet as per predefined logic. All investments, operating expenses, incidentals, overheads etc. as
may be attendant upon execution and completion of works shall also be included in the rates, prices and total Bid
price submitted by the bidder.
However, such duties, taxes, levies etc. which is notified after the last date of submission of Bid and/ or any increase
over the rate existing on the last date of submission of Bid shall be reimbursed by the company on production of
documentary evidence in support of payment actually made to the concerned authorities.
Similarly, if there is any decrease in such duties, taxes and levies the same shall become recoverable from the
contractor. The details of such duties, taxes and other levies along with rates shall be declared by the bidder.
The item wise rate quoted by bidder shall be inclusive of all taxes, duties & levies but excluding GST & GST
Compensation Cess, if applicable. The payment of GST and GST Compensation Cess by service availer (i.e.CMPDIL)
to bidder/contractor (if GST payable by bidder/contractor) would be made only on the latter submitting a Bill/invoice in
accordance with the provision of relevant GST Act and the rules made there under and after online filing of valid return
on GST portal. Payment of GST & GST Compensation Cess is responsibility of bidder/contractor.
However, in case contractor is GST unregistered bidder percentage in compliance with GST rules, the bidder shall not
charge any GST and/or GST Compensation Cess on the bill/invoice. In case of unregistered bidder, GST, if applicable
will be deposited by CMPDI directly to concerned authorities in terms with GST provisions.
Input tax credit is to be availed by paying authority as per rule.
If CMPDIL fails to claim Input Tax Credit (ITC) on eligible Inputs, input services and Capital Goods or the ITC
claimed is disallowed due to failure on the part of supplier / vendor of goods and services in incorporating the tax
invoice issued to CMPDIL in its relevant returns under GST, payment of CGST & SGST or IGST, GST
(Compensation to State ) Cess shown in tax invoice to the tax authorities, issue of proper tax invoice or any other
reason whatsoever, the applicable taxes & cess paid based on such Tax invoice shall be recovered from the current
bills or any other dues of the supplier / vendor along with interest, if any.
Note: During the execution of the contract if the GST status of the bidder changes, then the payment of GST, if any,
to the contractor will be made as per the GST status declared by the bidder during tender stage based on which cost
to company has been ascertained or at actual, whichever is lower.
12.0 Modification and withdrawal of Bid:Modification of the submitted bid shall be allowed on-line only before the deadline
of submission of tender and the bidder may modify and resubmit the bid on-line as many times as he may wish.
Bidders may withdraw their bids online within the end date of bid submission. However, if the bidder once withdraws his
bid, he will not be able to resubmit the bid in that particular tender. For withdrawal of bid after the end date of bid
submission, the bidder will have to make a request in writing to the Tender Inviting Authority. Withdrawal of bid may be
allowed till issue of work order/LOA with the following provision of penal action:
12.1The EMD will be forfeited and.
12.2If the request of withdrawal is received before online notification for opening of price bid, the bidder will be banned for two
years from being eligible to submit bids in department of Geology & Mining Govt of Arunachal Pradesh. The Price-bid of
remaining bidders will be opened and the tender process shall go on.
The Price-bid of all eligible bidders including this bidder will be opened and action will follow as under:
i) If the bidder withdrawing his bid is other than L 1, the tender process shall go on.
ii) If the bidder withdrawing his bid is L-1, then re-tender will be done.
“The standard operating procedure to handle withdrawal of bid after end date of submission shall be as given in Clause
12.3 below:”
Note :
i). In case of clause 12.1 & 12.2 above, a letter will be issued to the bidder by Tender Inviting Authority with the approval
of Tender Accepting Authority.
12.3 Standard Operative Procedure (SOP) for managing the cases of Withdrawal of Bids in e-Procurement System of
department of Geology & Mining, Govt. of Arunachal Pradesh .
I. The Mode of Withdrawal:
a. The system of online withdrawal is available on the portal up to end date of bid submission, where any bidder
can withdraw his/her bid which will attract no penal action.
b. The system of online withdrawal beyond end date of bid submission and till award of contract is not available.
The bidder can withdraw their bid only offline, which may be considered except for some exceptional cases as
mentioned in clause below, either with or without imposition of penalty.
B. Offline Withdrawal of Bids :
a. A partner of bidder(in case of JV and partnership firms) whose DSC is registered on the e-Procurement portal
can access the portal for online withdrawal but when there is a split in the business relationship, the partners
whose DSC is not registered on the portal do not have the option of online withdrawal of bid. Hence such
partners may opt to use offline method of withdrawal of his/her offer (or express his disassociation from the
bidder organization).
b. Offline withdrawal of bid, beyond end date of bid submission and till award of contract, may be considered by
the tender committee.
II. Acceptance of withdrawal by Tender Committee:
Every case of withdrawal under Clause 12.3-(A) (b) and Clause 12.3-(B) shall be put up to Tender Committee for
deliberation and further course of action.
The decision of Tender Committee will be binding on the tenderer.
13. Tender Status: It will be the bidder’s responsibility to check the status of their Bid online regularly, after the opening of
bid till award of contract. Additionally, information shall also be sent by system generated e-mail and SMS at nodal
points (Date of bid opening, Requisition for Clarification on Confirmatory document from L-1 bidder, award of work etc.).
No separate communication will be required in this regard. Non-receipt of e-mail and SMS will not be accepted as a
reason of non-submission of Confirmatory documents within prescribed time. This will be specifically mentioned in the
NIT. The Tender Status will be in public domain and anyone visiting the site can view it by identifying the tender.
It is the bidder’s responsibility to comply with the system requirement i.e. hardware, software and Internet connectivity at
bidder’s premises to access the e-tender portal. Under any circumstance, DGM/CMPDIL shall not be liable to the
bidders for any direct/indirect loss or damages incurred by them arising out of incorrect use of the e-tender system or
Internet connectivity failures.
14. Extension of Time schedule of Tender:
If the number of bids received online is found to be less than three on the end date of bid submission then the bid
submission end date and bid opening date will be extended, for a period of four days ending at 17.00hrs.
If any of the above extended Dates falls on Holiday i.e non-working day as defined in the e-Procurement portal then the
same is to be rescheduled to the next working day.
This extension will be also applicable in case of receipt of zero bid.
15.0 OPENING OF TECHNICAL BID:
15.1. Opening of Technical bid: The Technical bid (Cover-I) will be opened one day after the Bid submission end date or next
working day whichever is later. Technical bid (Cover-I) will be decrypted and opened online by the “Bid Openers” with
their Digital Signature Certificates on the prescheduled date & time of Tender Opening.
15.2. The e-Procurement System will evaluate the Technical bids automatically on the basis of relevant data provided by
bidder through a form in an objective and structured manner while submitting bid. If the parameter given by bidder in
objective and structured manner does not confirm to required eligibility criteria as specified in the tender document then
the bid will be rejected.
15.3. All the documents uploaded by bidder(s) including. Letter of Bid & Bid Securing Declaration’ and the Evaluation sheets
generated by the system online shall be downloaded after opening of Technical bid (Cover-I). After decryption and
opening of Technical bid (Cover-I) the “technical bid opening summary” will be uploaded on the same day.
3. In case of an unincorporated association or body of individual’s, the beneficial owner is the natural person(s),
who, whether acting alone or together, or through one or more juridical person, has ownership of or entitlement
to more than fifteen percent of the property or capital or profits of such association or body of individuals;
4. Where no natural person is identified under (1) or(2) or(3) above, the beneficial owner is the relevant natural
person who holds the position of senior managing official;
5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the trust,
the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural person
exercising ultimate effective control over the trust through a chain of control or ownership.
6. An agent is a person employed to do any act for another, or to represent another in dealings with third
Person.
20.0 Abnormally high rate (AHR) & Abnormally low rate ( ALR) items:
20.1. An Abnormally Low Bid is one in which the bid price, in combination with other elements of the bid, appears so low
that it raises material concerns as to the capability of the bidder to perform the contract at the offered price. in case
of Abnormally Low Bids, DGM may seek written clarifications from the bidder, including detailed price analysis of its
bid price in relation to scope, schedule, allocation risks and responsibilities and any other requirements of the bid
documents. If, after evaluating the price analysis, DGM determines that the bidder has substantially failed to
demonstrate its capability to deliver the contract at the offered price, DGM may reject the bid/ proposal.
20.2. Normal performance security shall be furnished within 21 days of issuance of LOA by the successful bidder.
20.3. EMD Refund:
a. The EMD of rejected bidders will be refunded at any stage directly to the bidder or his/her representatives only on
furnishing of Authority Letter.
b. In case the tender is cancelled then EMD of all the participating bidders will be refunded unless it is forfeited by
the department.
c. If the bidder withdraws his/her bid online (i.e. before the end date of submission of tender) then his / her EMD will
be refunded automatically after the opening of tender.
d. The EMD of successful bidder (on Award of Contract) will be retained by CMPDIL and will be adjusted to
Performance Security Deposit.
e. Bid Security of bidder will not carry any interest during the period of retention in DGM/CMPDI.
21. Bid Extension: If number of bids received online is found to be less than three on end date of bid submission then the
following critical dates of the Tender will be extended for a period of four days ending at 17.00hrs.:
i) Last date of submission of Bid
ii) Bid Opening date.
This extension will be also applicable in case of receipt of zero bid .
22. Cancellation of Tender:
If no bid is received, the tender will be cancelled.
In case none of the bidder(s) complies the technical eligibility criteria as per NIT, then bidder(s) will be rejected online. In
such case re-tender (if required) will be done (with the same or different quantity, as per the instant requirement)
23. All the details of technical bid and price bid will be kept preserved in the archives for auditing purposes and the same
can be accessed with special authorization. The IP address of all the bidders who has participated in the bid along with
timing and date will also be kept preserved in the system.
24. The processes for entering into the agreement with the successful bidder will be done offline as per the prevailing
manual system. However, the documents required to be submitted by contractor for executing the agreement will be
specified in the Tender document (Annexure-VIII).
25. The Company reserves the right to postpone the date of receipt and opening of tenders without assigning any reason
whatsoever.
26. The Company reserves its right to allow Public Enterprises purchase preference facility as admissible under prevailing
policy.
27. Subletting/Sub-vending No subletting of work as a whole by the contractor is permissible. Subletting of work in piece
rated jobs is permissible with the prior approval of the department. The contractor or his sole authorized agent shall be
the sole point of contact for all purposes of the contract. The contractor will have the sole and prime responsibility for the
execution of the statement of work. The prime contractor shall confirm unconditional acceptance of full responsibility of
executing the scope of work in this tender. The confirmation should be submitted along with the techno-commercial bid.
The Contract Agreement will specify major items of supply or services for which the contractor proposes to engage sub-
contractor/sub-vendor.
The contractor may from time to time propose any addition or deletion from any such list and will submit proposals in this
regard to the Engineer-in -Charge/Designated Officer-in-charge for approval well in advance so as not to impede the
progress of work. Such approval of the Engineer-in-Charge/Designated Officer-in-Charge will not relieve the contractor
from any of his obligations, duties and responsibilities under the contract.
28. The Company does not bind itself to accept the lowest tender and reserves the right to reject any or all the tenders
without assigning any reasons whatsoever and to split up the work between two or more tenderers or accept the tender
in part and not in its entirety.
29. Matters relating to any dispute or difference arising out of this tender and subsequent contract awarded based on this
tender shall be subject to the jurisdiction of Guwahati High Court Permanent Bench, Itanagar, Court only.
30. Site Visit: The Bidder, at the Bidder’s own responsibility, cost and risk, is encouraged to visit and examine the Site of
works and its surroundings on DGM’s specified date and obtain all information that may be necessary for preparing the
Bid and entering into a contract for execution of the works. The cost of visiting the Site shall be at the Bidder’s own
expense.
DGM officials shall be available at site to assist the bidders during site visit.
It shall be deemed that the tenderer has visited the site/area and got fully acquainted with the working conditions and
other prevalent conditions and fluctuations thereto whether he actually visits the site/area or not and has taken all the
factors into account while quoting his rates.
31. Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission of his bid and the
Employer will in no case be responsible and liable for those costs.
32. Change in Constitution of the Contracting Agency:
Prior approval in writing of the Company shall be obtained before any change is made in the constitution of the
contracting agency, otherwise it will be treated as a breach of Contract.
33. Canvassing in connection with the tenders in any shape or form is strictly prohibited and tenders submitted by such
tenderers who resort to canvassing shall be liable for rejection.
34. The tenderer shall closely study all specifications in detail, which governed the rates for which he is tendering.
35. Currencies of Bid and Payment:
The unit rates and prices shall be quoted by the Bidder in Indian Rupees only.
36. Period of Work:
The work should be completed as per schedule and the date of commencement of the work will be reckoned from the
actual date of issue of letter of acceptance/work order or handing over the relevant document to the contractor for
preparation of Exploration Scheme, whichever is later.
37. Commencement of Work:
The work should be completed within the stipulated period and the date of commencement of the work will be reckoned
from the actual date of issue of letter of acceptance/work order or handing over the relevant document to the contractor
for preparation of Exploration Scheme, whichever is later.
On completion of the work all rubbish, debris, brick bats etc. shall be removed by the contractor(s) at his/their own
expense and the site cleaned and handed over to the company and he/they shall intimate officially of having completed
the work as per contract.
38. Deployment of Manpower and Machineries:
The tenderer(s) will deploy sufficient number and size of equipment /machineries/vehicles and the technical/ supervisory
personnel required for execution of the work.
39. Letter of Acceptance (LOA)/ Work Order/ Agreement:
The Bidder, whose Bid has been accepted, will be notified /communicated by the Employer electronically online on the
e-procurement portal of DGM prior to expiration of the Bid validity period. This letter (hereinafter and in the Conditions of
Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the Contractor in consideration
of the execution and completion of the Works by the Contractor as prescribed by the Contract (hereinafter and in the
Contract called "the Contract Price").
The offline communication of LOA shall not be mandatory.
I. The notification of LOA will constitute the formation of the Contract.
II. The work order shall be issued by Director, DGM after submission of Performance Security by the Contractor
as per schedule with following details: -.
a. Time schedule for Execution of Formal written Agreement.
b. Any other salient detail as per standard format.
The Agreement will incorporate all agreements between the Employer and the successful Bidder and shall be
executed within 14 days of confirmation of Performance Security submitted by the contractor as per contract
conditions.
In case of failure to enter in to agreement within specified period the contract will be terminated in accordance to
clause 10 of GTC.
No payment for the work shall be made before execution of this agreement.
III. In the bidding process, the cause of rejection of bid of any bidder shall be intimated to non-qualified bidder
online.
IV. The contractor shall enter into and execute contract agreement in the prescribed form on non-judicial stamp
paper in accordance with the relevant law of the State/Union of India. The cost of the stamp papers for the
contract agreement shall be borne by the contractor. Two sets of contract document/agreements shall be
prepared and signed by both the parties one of the sets shall be stamped "Original" and the other "Duplicate".
The duplicate copy and one additional copy will be supplied to the contractor free of cost and the original is to
be retained by the company. For any additional copy, additional cost to be charged.
All additional copies should be certified by the Engineer-in-Charge.
The L-1 bidder will get the information regarding award of work on their personalized dash-board on-line. On
receipt of Letter of Acceptance (LOA) of the tender issued by the Department of Geology & Mining, the
successful tenderer shall execute contract agreement in the company's prescribed form for the due fulfillment
of the contract. Failure to enter into the required contract within the specified period in the LOA shall entail
cancellation of LOA and the bidder will be banned for two years from being eligible to submit bids in DGM,
Itanagar. The written contract to be entered into between the contractor and department of Geology &
Mining Govt. of Arunachal Pradesh, shall be the foundation of the rights of both the parties and the contract
shall not be deemed to be executed until the contract is signed by both the parties i.e. Contractor and the
department of Geology & Mining, Govt. of Arunachal Pradesh
40. Validity of offer:
The validity period of the tenders shall be 120 (One Hundred Twenty) days from the end date of bid submission.
In exceptional circumstances, prior to expiry of the original time limit, the Employer may request the bidders to extend
the period of validity for a specified additional period. The employer’s request and the bidder’s responses shall be made
in writing. A bidder may refuse the request. A bidder agreeing to the request will not be required or permitted to modify
his bid.
The tenderer shall not, during the said period or within the period extended by mutual consent, revoke or cancel his
tender or alter the tender or any terms/conditions thereof without consent in writing of the company. In case the tenderer
violates to abide by this, the DGM/Company will be entitled to take action as per Clause No. 12(Modification and
Withdrawal of Bid) of NIT.
41. One Bid per Bidder:
41.1. Each Bidder shall submit only one Bid, either individually, or as a proprietor, or as a partner in a
partnership firm or as a partner in a joint venture or as a Company registered under Companies Act. A
Bidder who submits or participates in more than one Bid (other than as a sub-contractor or in cases of
alternatives that have been permitted or requested) will cause all the proposals with the Bidder's
participation to be disqualified.
41.2. Conflict of Interest.
A Bidder may be considered to have a Conflict of Interest with one or more parties in this bidding process,
if:
a) They have controlling partner(s) in common; or
b) They receive or have received any direct or indirect subsidy / financial stake from any of them; or
c) They have the same legal representative / agent for purposes of this bid; or
d) they have relationship with each other, directly or through common third parties, that puts them in a
position to have access to information about or influence on the bid of another Bidder; or
e) A Bidder or any of its affiliate participated as a consultant in the preparation of the design or technical
specification of the contract that is the subject of the bid; or
f) In case of a holding company having more than one Subsidiary/Sister Concern having common
business ownership / management only one of them can bid. Bidders must proactively declare such
sister/common business / management in same / similar line of Business;
All such Bidders having a Conflict of Interest shall be disqualified.
Bidder shall give an undertaking under point no. 41.2(d) & 41.2(e) above.
42. This Tender Notice shall be deemed to be part of the Contract Agreement. The “General Terms & Conditions”,
Additional Terms & Conditions, Special Terms & Conditions (if any), Technical Specifications, drawings (if any) and any
other document uploaded on portal as NIT document forms an integral part of this NIT and shall also form a part of the
Contract agreement.
43. Performance Security shall be 5% of the annualized value of contract amount or contract amount,
whichever is less and is to be submitted within 21 days of issue of LOA by the successful bidder, in
any of the form given below:
a. A Bank Guarantee in the form given in the Bid Document. The Bank Guarantee shall be issued by a Scheduled
Bank / Nationalized Bank on SFMS platform and shall be irrevocable and unconditional. CMPDI shall have the
powers to invoke it notwithstanding any dispute or difference between contractors and CMPDI pending before the
court, tribunal, arbitrator or any other authority. The Issuing Bank have to send the BG details through SFMS
platform to our bank the details of which are as below:
Name of Bank: State Bank of India,
Branch: CMPDI Branch,
IFSC: SBIN0005598
A/c No: 10106155087
Address: Gondwana Place, Kanke Road, CMPDIL Campus, Ranchi – 834008.
b. Govt. Securities, FDR or any other form of deposit stipulated by the owner.
c. Money (Demand Draft) drawn in favour of CMPDI on any Scheduled Bank payable at its branch at RANCHI.
d. If performance security is provided by the successful bidder in the form of Bank Guarantee it shall be issued either
–
(a) At Bidder’s option by a Scheduled Bank
or
(b) By a foreign bank located in India and acceptable to the employer.
e. The validity of the Bank Guarantee shall be for a period of one year or ninety days beyond the period of contract or
extended period of contract (if any), whichever is more (Zero date for BG is the Date of issue of LOA).
f. In case the successful bidder fails to submit the Performance Security within the stipulated time then the
award of work shall be cancelled and the bidder will be banned for two years from being eligible to submit
bids in the department of Geology & Mining Govt. of Arunachal Pradesh, Itanagar. In case of JV/
Partnership firm, the debarment shall also be applicable to all individual partners of JV/ Partnership firm .
g. All running on account bills shall be paid at 97%.The balance3% shall be treated as Retention
Money and will be second part of security deposit. Retention money of 3% deducted from the
bills shall be refunded within 60 days of the completion of the work after competent approval
for closure of the contract as per relevant clause of the contract. (The date of completion of the
work will be certified by the Director,DGM.
h. The DGM/Company shall be at liberty to deduct / appropriate from the Security Deposit such sums as are due and
payable by the contractor to the DGM/Company as may be determined in terms of the contract, and the amount
appropriated from the Security Deposit shall have to be restored by further deduction from the contractor’s
subsequent on account running bills, if any.
i. If security deposit is submitted in the form of ‘Bank Guarantee’ the original instrument thereof shall be
retained by CMPDI after its relinquishment / absolution and returned only against specific request.
j. Performance Security shall be refunded within 60 days of the completion of the work after competent approval for
closure of the contract as per relevant clause of the contract. (The date of completion of the work will be certified by
the Director, DGM).
44. In the event of recovery of any claim towards LD Charges, Penalty, fee, fine or any other charges from the supplier /
vendor, the same will be recovered along with the applicable GST and the amount shall be adjusted with the payment to
be made to the supplier / vendor against their bill / invoice or any other dues.
45. Employment of Local Labour:
Contractors are to employ, to the extent possible, only local project affected people and pay wages not less than the
minimum wages fixed by the local Government.
Payment of Provident Fund for the workmen employed by him for the work as per the Law prevailing under provision of
CMPF/EPF and allied scheme valid from time to time shall be responsibility of the contractor.
In addition to the above, the Contractor shall provide a copy of the updated passbook having entry made in the
CMPF/EPF or Allied Scheme(s) of Provident fund as the case may by the competent authority annually /as and when
asked. Bidder shall also submit copies of statutory returns.
The bidder shall also comply with statutory requirements of various acts including CL(R&A) Act.
The contractor’s workmen shall be paid through Bank.
b) If a contractor submit his bid qualifies and does not get the contract because of his being not the lowest, he,
will be prohibited from working as a sub-contractor for the contractor who is executing the contract.
a) Contractors are to employ, to the extent possible, only local project affected people and pay wages not less than the
minimum wages fixed by the local Government.
b) If a contractor submit his bid qualifies and does not get the contract because of his being not the lowest, he, will be
prohibited from working as a sub-contractor for the contractor who is executing the contract.
46. Non-disclosure/ Confidentiality clause:
The bidder will not at any time during pendency of contract or afterwards, disclose to any person any information as to
documents, components, parts, information, drawings, data, sketches, plans, programs, specifications, techniques,
processes, software, inventions and other materials, both written and oral, of a secret, confidential or proprietary nature,
including without limitation any and all information relating to finance , invention, research, design or development of
information system and any supportive or incidental subsystems, and any and all subject matter claimed in or disclosed
by any patent application prepared or filed by or on behalf of DGM/CMPDI, in any jurisdiction, and any amendments or
supplements thereto. The bidder should understand that any breach of this clause would constitute a serious offence for
which appropriate legal action may be taken to ensure the enforcement of confidentiality clause.
DGM/CMPDI also desires that the bidder shall hold in trust and confidence, and not disclose to others or use for its own
benefit or for the benefit of other, any Proprietary Information which is disclosed to the bidder by DGMon behalf of
CMPDI at any time during the agreement / award of work / execution of work and thereafter. The bidder shall disclose
Proprietary Information received under the contract to person within its organization only if such persons (i) have a need
to know and (ii) are bound in writing to protect the confidentiality of such Proprietary Information. This clause shall
survive and continue after any expiration or termination of the contract and shall bind the contractor, its employees,
agents, representatives, successors, heirs and assigns.
If services are not found satisfactory, DGM on behalf of CMPDI reserves the right to cancel the contract within
three-months.
47. Prohibition of Child Labour engagement:
The contractor/contractual Agencies must not engage any Child Labourduring the course of execution of the contract
work within the meaning and scope of the Child Labour Prohibition & Regulation Act-1986 and its relevant Act and Rules
amended from time to time by the Govt. of India.
48. Compliance of Applicable Labour Laws:
a. The contractor shall abide by the rules & regulations of Labor’s Laws applicable in their case relating to weekly
holidays, overtime allowance, leave with wages and compensatory holidays etc.
b. The contractor shall strictly implement all relevant provisions enumerated under ContractLabour (Regulation &
Abolition) Act. 1970 and will submit all statutory documents and records as applicable to concerned authorities and
shall take full responsibility for obtaining labour license from Central/State Authority as per the Act. He/she/they will
also ensure timely submission of statutory returns as applicable in their case.
c. The contractor shall not pay less than the specified category of minimum wages to the labour engaged by
him/her/them as per Minimum Wages Act, 1948 notified by the State Govt. or Central Govt. whichever is higher
and as may be in force and the payment has to be released under the Payment of Wages Act 1936. In this matter
the decision of the department shall be final and binding. The contractor shall provide benefits / facilities to its
employees in accordance with the applicable laws to this locality i.e.ChanglangDist, Arunachal Pradesh.
DGM/CMPDI shall be kept completely indemnified against any liability and consequences thereof. The contractor
will be responsible to maintain records/documents pertaining to payment of wages to its workmen as desired by
State/Central Govt. Laws including Payment of Wages Act, 1936, Equal Remuneration Act, 1976 & Payment of
Bonus Act 1965.
d. The Contractor should maintain all records in Hindi or English as per the provision made in the various statutes
including Contract Labour (Regulation & Abolition) Act, 1970 and the Contract Labour (Regulation & Abolition)
Central Rules, 1971, Minimum Wages Act, 1948, Workmen Compensation Act, 1923, Employees State
Insurance/Act, 1948 etc. and latest amendment thereof. Such records maintained by the contractor shall be open
for inspection by the Engineer-in-charge or by the nominated representative of the Principal Employer.
e. The contractor will strictly regulate the terms of employment of his/her/their employees and manage the discipline
as per Industrial Employment (standing orders) Act. 1946.
f. The contractor shall get himself registered under Employees Provident Funds/ Coal Mine Provident Fund, ESI and
miscellaneous provisions registration no. or Code no. allotted for the specific establishment within reasonable time
and submit the same to the employer, which are to be obtained before payment of 1st on a/c bill. The contractor
shall maintain records/document in compliance with the payment of bonus Act 1965.
g. The contractor shall be solely responsible for the payment of wages, including overtime wages to the workmen and
ensure its timely payment thereof through Bank.
h. The Contractor shall abide the rules and regulations of Pradhan Mantri Suraksha Yojana.
i. The contractor or its workmen shall not at any point of time have any claim whatsoever against the DGM/CMPDI.
j. The contractor shall indemnify the DGM/CMPDI in so far as liability incurred by the DGM/CMPDI on account of any
default by the contractor.
k. Neither the contractor nor his workmen can be treated as employees of the DGM/CMPDI for any purposes. They
are not entitled for any claim, right, preference etc over any job/regular employment of the DGM/CMPDI.
l. If the contractor fails to discharge his duties or neglects to perform the work agreed to done under the agreement,
the DGM on behalf of CMPDI is entitled to terminate this agreement as per clause and get the work done by /
through other means and claim reimbursement of actual expenses incurred and also damages for the loss incurred
on account of failure on the part of the contractor to discharge the duties or to perform the work under the
agreement.
m. The Contractor shall in addition to any indemnity provided by the relevant clauses of the agreement or by law,
indemnify and keep indemnified, the DGM/CMPDI against all claims, damages or compensation under the
provisions of Payment of Wages Act, 1936, Minimum Wages Act, 1948, Employer's Liability Act, 1938, Workmen’s'
Compensation Act, 1923, Employees provident fund, Employees State Insurance or any modification thereof or
any other law relating thereto and rules made there under from time to time, as may be applicable to the contract
which may arise out of or in consonance of the construction or maintenance or performance of the work under the
contract and also against costs, charges and expenses of any suit, action or proceedings arising out of any
accident or injury or death.
49. Splitting up of the work:
The Company does not bind itself to accept the lowest tender and reserves the right to reject any or all the tenders
without assigning any reasons whatsoever and to split up the work between two or more tenderer(s) or accept the tender
in part and not in its entirety.
50. Settlement of Disputes:
It is incumbent upon the contractor to avoid litigation and disputes during the course of execution. However, if such
disputes take place between the contractor and the department, effort shall be made first to settle the disputes at the
company level.
The contractor should make request in writing to the Engineer-in-charge for settlement of such disputes/ claims within 30
(thirty) days of arising of the cause of dispute/ claim failing which no disputes/ claims of the contractor shall be
entertained by the company.
Effort shall be made to resolve the dispute in two stages.
In first stage dispute shall be referred to Secretary (Geology & Mining), Govt of Arunachal Pradesh, of the concerned
department for the tenders of HQ and to the Regional Director of the respective Regional Institute of CMPDIL for the
tenders of RIs. If differencestill persist the dispute shall be referred to a committee constituted by the owner. The
committee shall have one member of the rank of Director of the company who shall be chairman of the committee.
If differences still persist, the settlement of the dispute shall be resolved in the following manners:
Disputes relating to the commercial contracts with Central Public Sector Enterprises/Govt. Departments (except
Railways, Income Tax, Customs & excise duties)/State Public Sector Enterprise shall be referred by either party for
Arbitration to the PMA (Permanent Machinery of Arbitration) in the department of Public Enterprises.
In case of parties other than Govt. Agencies, the redressal of the dispute may be sought through Arbitration (The
Arbitration and Conciliation Act, 1996 as amended by Amendment Act of 2015).
51. Settlement of Disputes through Arbitration:
If the parties fail to resolve the disputes/ differences by in house mechanism, then, depending on the position of the
case, either the employer/ owner or the contractor shall give notice to other party to refer the matter to arbitration instead
of directly approaching Court.
The contractor shall, however, be entitled to invoke arbitration clause only after exhausting the remedy available for
settlement of dispute as per provisions of the Tender document.
i. In case of parties other than Govt. agencies, the redressal of disputes/ differences shall be sought through Sole
Arbitration as under.
Sole Arbitration:
“In the event of any question, dispute or difference arising under these terms & conditions or any condition
contained in this contract or interpretation of the terms of, or in connection with this Contract (except as to any
matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole
arbitration of a person, appointed to be the arbitrator by the parties through mutual consent,The language of the
Arbitration proceedings shall be in English and the venue of Arbitration shall be at Itanagar. The award/Order of the
arbitrator shall be final and binding on the parties.
The parties shall bear the cost of Arbitration proceedings equally.
The dispute arising out of Arbitrator’s award/Order shall lie in the Civil Court of Competent Jurisdiction located in
Arunachal Pradesh.
52. Legal Jurisdiction:
Matters relating to any dispute or difference arising out of this tender and subsequent contract awarded based on this
tender shall be subject to the jurisdiction of Guwahati High Court permanent Bench, Itanagar, Arunachal Pradesh only.
53. Corrupt or Fraudulent Practices
53.1 The Employer requires the Bidders/Contractors to strictly observe the laws against fraud and corruption
in force in India, namely, Prevention of Corruption Act, 1988.
53.2 It is required that each Bidder/Contractor (including their respective officers, employees and sub-
contractors) adhere to the highest ethical standards, and report to the Government/Department all
suspected acts of fraud or corruption or coercion or collusion of which it has knowledge or becomes
aware, during the tendering process and throughout the negotiation or award of a contract.
53.3 The Bidder(s)/Contractor(s) commit 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:
(a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or
give to any employee of the Employer involved in the Tender process or execution of the Contract or
to any third person any material or other benefit which he/she is not legally entitled to, in order to
obtain in exchange any advantage of any kind whatsoever during the Tender process or during the
execution of the Contract.
(b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
(c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/Contractor(s) will not use improperly,(for the purpose of competition or personal gain),or
pass on to others, any information or documents provided by the Employer as part of the business
relationship, regarding plans, technical proposals and business details, including information
contained or transmitted electronically.
(d) The Bidder(s)/Contractor(s) 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.
53.4 The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be
an accessory to such offences.
53.5 The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in Fraudulent
Practice, which means a willful misrepresentation or omission of facts or submission of fake/forged
documents in order to induce public official to act in reliance thereof, with the purpose of obtaining
unjust advantage by or causing damage to justified interest of others and /or to influence the
procurement process to the detriment of the Government interests. And, this includes collusive
practice among Bidders (prior to or after bid submission) designed to establish bid process at artificial
non-competitive levels and to deprive the Employer of the benefits of free and open competition.
53.6 The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual injury
may be fall upon a person, his/ her reputation or property to influence their participation in the
tendering process).
53.7 Without prejudice to any rights that may be available to the Employer under law or the Contract or its
established policies and laid down procedures, the Employer shall have the following rights in case of
breach under Clauses 32.1 to above by the Bidder(s)/Contractor(s) and the Bidder/ Contractor
accepts and undertakes to respect and uphold the Employer absolute right:
(a) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed
a transgression through a violation of Clauses 53.1 to 53.6 above or in any other form, such as to
put his reliability or credibility in question, the Employer after giving proper opportunity to the
Bidder(s)/Contractor(s) shall have powers to disqualify the Bidder(s)/Contractor(s) from the
Tender process or terminate the Contract, if already executed or exclude the Bidder/Contractor
from future contract award processes.
(b) Forfeiture of Bid Security/Performance Security: If the Employer has disqualified the Bidder(s)
from the Tender process prior to the award of the Contract or terminated the Contract or has
accrued the right to terminate the Contract, the Employer apart from exercising any legal rights
that may have accrued to the Employer, may in its considered opinion forfeit the entire amount of
Bid Security and Performance Security of the Bidder/Contractor as the case maybe.
GENERAL TERMS AND CONDITIONS(GTC)
1.0 DEFINITIONS
i. The word "Company'" or "Employer" or "Owner" or “DGM” wherever occurs in the conditions, means the
Department of Geology & Mining, Govt. of Arunachal Pradesh represented at the headquarters of the
Department by the Director(G&M) or his authorized representative or any other officer specially deputed
for the purpose.
ii. The word "Contractor" wherever occurs means the successful Bidder who has submitted the necessary
“Bid Securing Declaration” and has been given written intimation about the acceptance of tender and shall
include legal representative of such individual or persons composing a firm or a company or the
successors and permitted assignees of such individual, firm or company, as the case may be and any
constitutional, or otherwise change of which shall have prior approval of the employer.
iii. The Site" shall mean the site of the contract work viz. regional exploration (G2-level) of coal at
Panchun Block in Kharsang sub-division of Changlang district in State of Arunachal Pradesh.
iv. The term "subcontractor", as employed herein, includes those having a direct contract with contractor
either on piece rate, items rate, time rate or on any other basis and it includes one who furnishes work to a
special design according to the plans or specifications of this work but does not include one who merely
supplied materials.
v. 'Accepting Authority' shall mean the management of the Company and includes an authorized
representative of the Company or any other person or body of persons empowered in this behalf by the
Company.
vi. A 'Day 'shall mean a day of 24 hours from midnight to midnight.
vii. Engineer-in-charge /Designated Officer-in-charge will be the Project Coordinator (PRCO). In all cases
PRCO will be Director (Geology & Mining), DGM, Itanagar who will be responsible for supervising and
administrating the Contract, certifying payment due to the contractor, valuing variations to the contract,
awarding extension of time and valuing compensation events.
Director (G&M), Itanagar or authorized representative, will be the Project Manager who will be directly
responsible for supervising the work being executed at the site such as certifying the quantities, give
observation in the matter of valuing variations to the contract, awarding provisional extension of time and
valuing compensation for events on behalf of the DGM after due deliberation with DGM under the
Delegation of Powers of the Company.
However, overall responsibility, as far as the Contract is concerned will be that of the Engineer-in-charge/
Designated Officer-in-charge/ PRCO.
viii. The 'Contract' shall mean the Notice Inviting Tender, the tender as accepted by the Company and the
formal Agreement executed between the Department/Company and the Contractor together with the
documents referred to therein including General Terms and Conditions, Special Conditions, if any,
specifications, designs & drawings including those to be submitted during progress of work, schedule of
quantities with rates and amounts.
ix. The 'works' shall mean the works required to be executed in accordance with the contract or parts thereof
as the case may be and shall include all extra or additional, altered or substituted works or any work of
emergent nature, which in the opinion of the Director (G&M), become necessary during the progress of
the works to enhance the reliability of exploration.
x. 'Schedule of Rates' referred to in these conditions shall mean the standard schedule of rates prescribed by
the Company and the amendments issued from time to time.
xi. 'Contract Price' shall mean the total sum arrived at, based on the individual rates quoted by the Bidder for
the various items shown in the 'Bill of quantities' of the Tender Specification Documents as accepted by the
Company with or without any alteration as the case may be.
xii. 'Written Notice' shall mean a notice or communication in writing and shall be deemed to have been duly
served if delivered in person to the individual or to a member of the firm or to an office of the
Corporation/Company for whom it is intended, or if delivered at or sent by registered mail to the last
business address known to him who gives the notice.
xiii. "Drawings"/"Plans" shall mean all:
(a) drawings/plans furnished by the owner with the Tender Specification Document, if any, as a basis for
proposals,
(b) Working drawings/plans furnished by the Owner after issue of letter of acceptance of the tender to start
the work,
c) Subsequent working drawings/plans furnished by the owner in phases during progress of the work, and
d) Drawings/plans, if any, submitted by the contractor and duly approved by the owner.
xiv. "Codes" shall mean the following, including the latest amendments, and/or replacements, if any:
(a) Bureau of Indian Standards relevant to the works under the contract and their specifications.
(b) Indian Electricity Act and Rules and Regulations made thereunder.
(c) Indian Explosive Act and Rules and Regulations made thereunder.
(d) Indian Petroleum Act and Rules and Regulations made thereunder.
(e) Indian Mines Act and Rules and Regulations made thereunder.
(f) Any other Act, rule and regulations applicable for employment of labour, safety provisions, payment of
provident fund and compensation, insurance etc.
Performance Security and 3% Retention Money shall be refunded within 60 days of the completion
of the work after competent approval for closure of the contract as per relevant clause of the
contract. (The date of completion of the work will be certified by the PRCO/Director(G&M).
The quantities given in the 'Price Bid Format' are provisional and are meant to indicate the approximate
extent of the work and to provide a uniform basis for tendering and any variation either by addition or
omission by Company shall not vitiate the contract.
5.1 The Company through its PRCO shall, without radically changing the original scope and nature of the
contracted work, have power to make any alterations in or additions to or substitution of the approved
exploration scheme that may appear to be necessary or advisable during the progress of the work. The
contractor shall be bound to carry out the works in accordance with the instructions given to him in writing
by the PRCO or his representative on behalf of the company. Such altered or additional or substituted
work, which shall form part of the original contract, shall be carried out by the contractor on the same
conditions in all respects on which they agree to do the main work and at the same rate/rates as are
specified in the contract.
5.2 In case of difficulty in handing over the site indicated in tender document or in continuing the work as per
the agreed time and progress chart in allocated site, the Company shall have the right to allocate an
alternative and/or supplementary site similar to the original site in terms of geological formations and the
same range of leads in the same mine/block to achieve the quantity limited to mutually agreed time and
progress chart/NIT. No sooner the adequate hindrance free space at original site is available the work
should be restored in the original site. In such cases no extension of contract with additional quantity shall
be done.”
5.3. If the additional, altered or substituted work includes any class of work for which no rate/rates is/are specified
in the contract, rates for such items shall be determined by the PRCO as follows:
a. the rate shall be derived from the rate/rates for similar or near similar class of work as is/are specified in
the contract/tender, failing which
b. the rates shall be derived from the company's prescribed schedule of rates based on which the estimate
for tendering has been prepared plus or minus the percentage by which the tendered amount for the whole
work quoted by the contractor is above or below the estimated amount as per the Tender Specification
Documents, failing which
c. the rate shall be derived from contractor's rate claimed for such class of work supported by analysis of
the rate/rates claimed by the contractor. The rate to be determined by the PRCO as may be considered
reasonable taking into account percentage of profit and overhead not exceeding ten percent or on the
basis of market rates, if any, prevailing at the time when work was done.
However, the PRCO shall be at liberty to cancel the instruction by notice in writing and to arrange to carry
out the work in such manner as he /she considers advisable under the circumstances. The contractor shall
under no circumstances suspend the work on the plea of non-settlement of rates.
5.4 Quantities are likely to vary by (+/-) 30% due to element of surprises inbuilt in any sub-surface exploration
such as (i) variation in expected depth of occurrence of target/potential seam (i.e. Borehole depth), (ii)
areal variation in potentiality of the seams requiring curtailment/enhancement/variation in geographical
extent of the block, (iii) variation in number/density of boreholes on account of complexity of the structural
setup revealed in course of exploration, etc. Alterations in the quantities shall not be considered as a
change in the conditions of the contract nor invalidate any of the provision. Supplementary/ revised work
order shall be issued on the same rates and terms & conditions up to 30% above the ordered quantity. The
duration of the contract would be adjusted on pro rata basis for any increase/decrease in quantities.
5.5 The time for completion of the originally contracted work shall be extended by the Company in the
proportion that the additional work (in value) bears to the original contracted work (in value) as may be
assessed and certified by the Project Manager and vetted by PRCO.
5.6 The validity of the Bank Guarantee, if submitted by the contractor, in lieu of performance security /security
deposit shall be extended in pursuant to Clause Nos. 4.3 taking in to consideration the period of
extension.”
5.7 The Company through its PRCO shall have power to omit any part of the work in case of non-availability of
a portion of the site or for any other reason and the contractor shall be bound to carry out the work in
accordance with the instruction given by the PRCO. No claim for omitting the part of the work or extra
charges/damages shall be made by the Contractor on these grounds.
5.8 In the event of any deviation being ordered which in the opinion of the contractor changes radically the
original scope and nature of the contract, the contractor shall under no circumstances suspend the work,
either original or altered or substituted, and the dispute/ disagreement as to the nature of deviation or the
rate/rates to be paid thereof shall be resolved separately with the Company.
6.0 TIME FOR COMPLETION OF CONTRACT - EXTENSION THEREOF, DEFAULTS & COMPENSATION
FOR DEL AY
Immediately after the Bid of the contract is concluded, the PRCO/Director (G&M) and the contractor shall
agree upon time and progress chart prepared on the basis of a transportation schedule (Mobilisation
Period) to Exploration Scheme be submitted by the contractor showing the order detail in which the work
is proposed to be carried out within the time specified in the contract documents. For the purpose of this
time and progress chart, the work shall be deemed to have commenced on the expiry of 10 (ten) days
from issue of letter of Acceptance/Work order or handing over the relevant document to the contractor
for preparation of Exploration Scheme, whichever is later.
However, the Date of Commencement may be decided with mutual consent with the Contractor on any
date after issuance of letter of Acceptance/Work order or handing over the relevant document to the
contractor for preparation of Exploration Scheme prior to the date as prescribed above.
6.1. If the Contractor, without reasonable cause or valid reason, commits default in commencing the
execution of the work within the aforesaid date, the Company shall, without prejudice to any other
right or remedy, be at liberty, by giving 15 days’ notice in writing to the contractor to commence
the work, failing which action will be taken as follows:
(i) If the bidder has not submitted Performance Security, then the bidder will be banned for
two years from being eligible to submit bids in tenders of Department of Geology & Mining; or
(ii) If the bidder has submitted Performance Security, in that case Performance Security
Deposit will be forfeited and he may also be banned for a minimum period of one year.
In case of JV/Partnership firm, the debarment shall also be applicable to all individual partners of
JV/Partnership firm.
6.2. If the Contractor fails to maintain the required progress in terms of the agreed time to complete the work as
per Tender Document and clear the site on or before the date of completion of contract or extended date of
completion, he shall without prejudice to any other right or remedy available under the law to the Company
on account of such breach, pay as compensation/ Liquidated Damages @ half percent (1/2%) of the
Contract Price (excluding GST) per week of delay. The aggregate of such compensation/ compensations
shall not exceed 10 (ten) percent of the total value as shown in the contract.
The Monthly Progress Report(s) submitted by the Bidder and accepted by the Project Manager (or his
authorized representative) shall be the basis of assessment of the progress. The
provisional assessment of LD shall be done at an interval of 6 months (excluding month in which the work
has been awarded to bidder) and finally at the end of scheduled period of completion.
This will also apply to items or group of items for which separate period of completion has been specified.
The amount of compensation may be adjusted or set off against any sum payable to the contractor under
this or any other contract with the company.
6.2.1 The company, if satisfied, that the works can be completed by the contractor within a reasonable time after
the specified time of completion, may allow further extension of time at its discretion with or without the
levy of L.D. In the event of extension granted being with L.D, the company will be entitled without prejudice
to any other right or remedy available in that behalf, to recover from the contractor as agreed damages
equivalent to half percent of the Contract Value (Excluding GST) of the works for each week or part of the
week subject to a ceiling of 10% of the Contract Value (Excluding GST)on forfeited amount.
6.2.2 The company, if not satisfied that the works can be completed by the contractor, and in the event of failure
on the part of the contractor to complete work within further extension of time allowed as aforesaid, shall
be entitled, without prejudice to any other right, or remedy available in that behalf, to rescind the contract.
6.2.3 The company, if not satisfied with the progress of the contract and in the event of failure of the contractor
to recoup the delays in the mutually agreed time frame, shall be entitled to terminate the contract.
6.3. In the event of such termination of the contract as described in clauses 6.2.2 or 6.2.3 or both, the company,
shall be entitled to recover L.D. up to ten percent (10%) of the Contract Value (Excluding GST)) and forfeit the
security deposit made by the contractor besides getting the work completed by other means at the risk and cost
of the contractor.
The defaulter i.e. the Contractor who don’t commence the work after issue of LOA shall not be allowed to
participate in the retender for the same work.
6.4 Extension of date of completion - on happening of any events causing delay as stated here under, the
contractor shall intimate immediately in writing to the Project Manager with a copy to PRCO:
a. Abnormally bad weather
b. Serious loss or damage by fire or other causes related to 'Force Majeure Conditions.
c. Civil commotion, strikes or lockouts affecting any of the trades employed on the work.
d. Any other causes which, at the sole discretion of the company is beyond the control of the contractor.
A "Hindrance Register" shall be maintained by both the Company and the Contractor at site to record the
various hindrances, as mentioned above, encountered during the course of execution; which will be
countersigned by the Project Manager or his authorized representative along with the representative of the
contractor.
The Contractor may request the company through Project Manager in writing for extension of time within
15 days of happening of such event causing delay stating also, if practicable, the period for which
extension is desired. The company may, considering the eligibility of the request, give a fair and
reasonable extension of time including reasonable mobilization time (if required for completion of work
after Force Majeure event is over) for completion of the work. Such extension shall be communicated to
the contractor in writing by the Company through the Project Manager/PRCO within one month of the date
of receipt of such request.
The Contractor shall, however, use his best efforts to prevent or make good the delay by putting his
endeavors constantly as may be reasonably required of him to the satisfaction of the Project Manager.
6.5 Provisional extension of time may also be granted by the PRCO, after due recommendation of Project
Manager, during the course of execution, on written request for extension of time within 15 (fifteen) days of
happening of such events as stated above (Cl. 6.4), reserving the Company's right to impose/ waive penalty at
the time of granting final extension of time as per contract agreement.
6.6 The successful bidder/ contractor will advise, in the event of his having to resort to this clause by a registered
letter duly certified by the local chamber of commerce or statutory authorities, the beginning and end of the
cause of delay, within fifteen days of the occurrence and cessation of such Force Majeure condition. In the
event of delay lasting over one month, if arising out of Force Majeure, the contract may be terminated at the
discretion of the company.
For delays arising out of Force Majeure, the bidder/ contractor will not claim extension in completion date
for a period exceeding the period of delay attributable to the causes of Force Majeure and neither company
nor the bidder shall be liable to pay extra costs (like increase in rates, remobilization advance, idle charges
for labour and machinery etc.) Provided it is mutually established that the Force Majeure conditions did
actually exist.
6.7 Without prejudice to any express provision in the Contract, the extension of time shall not exceed the
period of hindrance (the period for which the work has been hindered beyond control of contractor) at
same terms and conditions.
6.8.1 Force majeure is herein defined as any cause which is beyond the control of the Contractor or the Owner
as the case may be which they could not foresee or with a reasonable amount of diligence could not have
foreseen and which substantially affect the performance of the contract, such as:
(a) Natural phenomena, including but not limited to floods, draughts, earthquakes and epidemics:
(b) Acts of any government, including but not limited to war, declared or undeclared, priorities,
quarantines, embargoes,
Provided either party shall within fifteen (15) days from the occurrence of such a cause notify the other in
writing of such causes.
6.8.2 (a) The successful bidder / contractor will advise, in the event of his having resort to this clause by a
registered letter duly certified by the local chamber of commerce or statutory authorities, the
beginning and end of the clause of delay, within fifteen days of the occurrence and cessation of
such Force Majeure condition . In the event of delay lasting over two months, if arising out of Force
Majeure, the contract may be terminated at the discretion of the Company.
(b) For delays arising out of Force Majeure, the successful bidder/ contractor will not claim extension in
completion date for a period exceeding the period of delay attributable to the causes of Force
Majeure and neither Company nor the bidder shall be liable to pay extra costs (like increase in
rates, re-mobilization advance, idle charges for labour and machinery etc.) Provided it is mutually
established that the Force Majeure conditions did actually exist.
(c) If any of the Force Majeure conditions exists in the place of operation of the bidder even at the time
of submission of bid he will categorically specify them in his bid and state whether they have been
taken into consideration in their quotations.
6.8.3 The Contractor or the Owner shall not be liable for delays in performing his obligations resulting from any
force majeure cause as referred to and/or defined above. The date of completion will, subject to hereinafter
provided, be extended by a reasonable time even though such cause may occur after contractor's
performance of his obligations has been delayed for other causes.
9.1. All items of work carried out by the contractor in accordance with the provisions of the contract having a
financial value shall be entered in the Measurement Book/Log Book, etc. as prescribed by the company so
that a complete record is obtained of all work performed under the contract and the value of the work
carried out can be ascertained and determined there from.
9.2. Measurements shall be taken jointly by the Project Manager and by the Contractor or his authorized
representative.
9.3. Before taking measurements of any work, the Project Manager for the purpose shall intimate the
Contractor to attend or to send his representative to attend the measurement. Every measurement thus
taken shall be signed and dated by both the parties on the site on completion of the measurement. If the
contractor objects to any of measurements, a note to that effect shall be made in the Measurement Book
/Log Book and signed and dated by both the parties.
9.4. In the event of failure on the part of contractor to attend or to send his authorized representative to attend
the measurement after receiving the intimation, or to countersign or to record objection within a week from
the date of the measurement, the measurement taken by the Project Manager shall be taken to be the
correct measurement of the work done.
9.5. Payment on Account - The Contractor shall submit monthly bill for the work carried out in
accordance with the contract. The PRCO/Authorized officer (The Director, DGM
Arunachal Pradesh) shall then arrange for verification of the bill with reference to the
measurements taken or to be taken or any other records relevant for the purpose. The
bill after due certification by Director, DGM Arunachal Pradesh will be forwarded to
Regional Institute-I, Asansol, CMPDI. The payment will become due and payable by
CMPDI within 30 days from the date of receipt of bill/invoice/ debit note by
CMPDI.The GST and the bill should be in the name of the HoD (Exploration) CMPDI
Limited Regional Institute – I, West End, G.T Road, Asansol-713301 (WB) with GST
No.: 19AAACC7475N1Z1.
9.6. Payment on account shall be made on the PRCO certifying the quantity for which the contractor is
considered entitled by way of interim payment for the work executed as covered by the bill after deducting
the amount already paid, the security deposit and such other amounts as may be deductible or
recoverable in terms of the contract.
9.7. Any certificate given by the PRCO for the purpose of payment of monthly bill/bills shall not have itself be
conclusive evidence that any work to which it relates is in accordance with the contract and may be
modified or corrected by the PRCO by any subsequent certificate or by the final certificate.
9.8. The Company CMPDIL reserve the right to recover/enforce recovery of any overpayments detected after
payment as a result of post-payment audit or technical examination or by any other means,
notwithstanding the fact that the amount of disputed claims, if any, of the contractor exceeds the amount of
such overpayment and irrespective of the facts whether such disputed claims of the contractor are the
subject matter of arbitration or not. The amount of such overpayments may be recovered from the
subsequent bills under the contract, failing that from contractor's claim under any other contract with the
company or from the contractor's security deposit or the contractor shall pay the amount of overpayment
on demand.
9.9. Amount payable/repayable for any subsequent change in the statutory tax and duties on Works Contract
will be made to/from the Contractor after departmental verification of such changes of tax law issued by
Statutory Authority.
10.0 TERMINATION, SUSPENSION, CANCELLATION & FORECLOSURE OF CONTRACT
The company shall, in addition to other remedial steps to be taken as provided in the conditions of
contract, be entitled to cancel/terminate the contract in full or in part, if the contractor
a. Makes default in proceeding with the works with due diligence and continues to do so even after a notice
in writing from the PRCO, then on the expiry of the period as specified in the notice
or
b. Fails to achieve a monthly agreed quantity of 70%(Seventy percent) for a period of 6(six)
consecutivemonth or for cumulative period of six months within any continuous period of 18(eighteen)
months, save and except to the extent of non-availability caused by i) a Force Majeure event or ii) an act
of omission of company, not occurring due to any default of the contractor.
Note: - In such cases the contractor may be Banned for minimum one year from participating in future bidding
allowing the present business to continue without going into termination of the contract.
or
c. Commits default/breach in complying with any of the terms and conditions of the contract and does not
remedy it or fails to take effective steps for the remedy to the satisfaction of the PRCO, then on the expiry
of the period as may be specified by the PRCO in a notice in writing
or
d. Fails to complete the work or items of work with individual dates of completion, on or before the
date/dates of completion or as extended by the company, then on the expiry of the period as may be
specified by the PRCO in a notice in writing
or
e. Shall offer or give or agree to give any person in the service of the company or to any other person on his
behalf any gift or consideration of any kind as an inducement or reward for act/acts of favour in relation to
the obtaining or execution of this or any other contract for the company.
or
f. Obtain a contract with the company as a result of ring tendering or other non-bona fide method of
competitive tendering.
or
g. Transfers, sublets, assigns the entire work or any portion there -off without the prior approval in writing
from the PRCO. The PRCO may give a written notice; cancel/terminate the whole contract or portion of it
in default.
10.1. The contract shall stand terminated under the following circumstances:
a. If the contractor being an individual in the case of proprietary concern or in the case of a partnership firm
any of its partners is declared insolvent under the provisions of insolvency act for the time being in force,
or makes any conveyance or assignment of his effects or composition or arrangement for the benefit of
his creditors amounting to proceedings for liquidation or composition under any insolvency act.
b. In the case of the contractor being a company, its affairs are under liquidation either by a resolution
passed by the company or by an order of court, not being a voluntary liquidation proceedings for the
purpose of amalgamation or reorganization, or a receiver or manager is appointed by the court on the
application by the debenture holders of the company, if any.
c. If the contractor shall suffer an execution being levied on his/their goods, estates and allow it to be
continued for a period of 21 days.
d. On the death of the contractor being a proprietary concern or of any of the partners in the case of a
partnership concern and the Company is not satisfied that the legal representative of the deceased
proprietor or the other surviving partners of the partnership concern are capable of carrying out and
completing the contract. The decision of the company in this respect shall be final and binding which is to
be intimated in writing to the legal representative or to the partnership concern.
10.2. On cancellation of the contract or on termination of the contract, the PRCO shall have powers:
a. To take possession of the site and any materials, implements, stores, etc. thereon.
b. To carry out the incomplete work by any means at the risk and cost of the Contractor
c. To determine the amount to be recovered from the Contractor for completing the remaining work or in the
event the remaining work is not to be completed the loss/damage suffered, if any, by the Company after
giving credit for the value of the work executed by the contractor up to the time of cancellation less on a/c
payments made till date and value of contractor's materials, equipment, etc., taken possession of after
cancellation.
d. To recover the amount determined as above, if any, from any money due to the Contractor or any
account or under any other contract and in the event of any shortfall, the Contractor shall be called upon
to pay the same on demand.
The need for determination of the amount of recovery of any extra cost/expenditure or of any loss/damage
suffered by the Company shall not however arise in the case of termination of the contract for
death/demise of the contractor as stated in 10.1(d).
10.3. Suspension of work - The contractor shall on receipt of the order in writing of PRCO (whose decision
shall be final and binding on the contractor), suspend the progress of work or any part thereof for such time
in such manner as the PRCO may consider necessary so as not to cause any damage, or endanger the
safety thereof for any of the following reasons:
a) On account of any default on the part of the Contractor, or
b) For proper execution of the works, or part thereof reasons other than the default of the contractor or,
c) For safety of the works, or part thereof.
The contractor shall, during such suspension properly protect and ensure the works to the extent
necessary and carry out the instruction of the PRCO. If the suspension is ordered for reasons (b) & (c), the
contractor shall be entitled to an extension of time equal to the period of every such suspension, plus 25%
for completion of the item or group of items of the work for which a separate period of completion as
specified in the contract and of which the suspended work forms a part.
The work shall, throughout the stipulated period of contract, be carried out with all due diligence on the part
of the contractor. In the event of termination or suspension of the contract, on account of default on the
part of the contractor, as narrated hereinbefore, the security deposit and other dues of this work or any
other work done under this company shall be forfeited and brought under the absolute disposal of the
company provided, that the amount so forfeited shall not exceed 10% of the Contract Value(Excluding
GST) on forfeited amount.”
10.4. Foreclosure of contract in full or in part –
Foreclosure of contract in full or in part - If at any time after acceptance of the tender, the company may
decide to abandon or reduce the scope of the work in following circumstances:
a). A drop in requirement consequent upon change in geological conditions not allowing company/
management to proceed further being detrimental to the interest of Company.
b). Continuation of work may endanger safety and security of men and property of the company.
c). Causative events like land acquisition problems/problem of shifting of villagers etc.
d) If at any time after acceptance of the tender, the Company decides to abandon or reduce the scope
of the work for any reason whatsoever as decided by the Company, other than non-availability of
the statutory Clearance(s) viz. (i) Notification under Section 4(i) of CBA Act, 1957 & (ii) Permission
for exploration in Forest Areas.
In this case, the Project Manager/PRCO shall give notice in writing to that effect to the Contractor. In the
event of abandonment/reduction in the scope of work in such cases, the company shall be liable to pay the
Contractor at the contract rates full amount for works executed and measured at site up to the date of such
abandonment/reduction in the work.
The Contractor shall, if required by the Project Manager/PRCO, furnish to him books of accounts, papers,
relevant documents as may be necessary to enable the Project Manager/PRCO to assess the amount
payable in terms of part 10.4 (a), (b), (c) and (d) above, the contractor shall not have any claim for
compensation whatsoever either for abandonment or for reduction in the scope of work, other than those
as specified above.
However, the penalty on account of shortfall quantity as per clause 6.2 will be levied on the contractor.
i) Forfeiture of security deposit comprising of performance guarantee and retention money at disposal of the
employer.
Or
ii) 20% of value of cancelled work. The value of the cancelled work shall be calculated for the items and quantities
cancelled (as per provision of agreement) at the agreement rates when notice in writing for termination of work was
issued to the contractor. The certificate to be issued by the PRCO for the cost of the work cancelled/terminated shall
be final.
The contractor, from whom part work is being taken out, shall not be allowed to participate in the tendering process if
any.
In the event of above course being adopted by the PRCO, the contractor shall have no claim to compensation for any
loss sustained by him by reasons of his having purchased materials, equipments or entered into agreement or made
advances on any account or with a view to the execution of work or performance of the contract.
All the other terms and conditions of contract shall remain unaltered.
The cost on account of "Additional Responsibilities of the Contractor" under this clause is deemed to be
included in the tendered rates.
i. The Company reserve the right to let other contractors also work in connection with the project and
the contractor shall co-operate in the works for the introduction and stores and materials and
execution of his/their works.
ii. The Contractor shall keep on the work, during the progress a competent Superintendent and
necessary assistants who shall represent the contractor(s) in his/their absence. Important instructions
shall be confirmed to the contractor(s) in writing. If the Contractor in course of the works find any
discrepancy between the drawing, forming part of the contract documents and the physical conditions
of the locality or any errors or omissions in drawings except those prepared by himself/themselves
and not approved by the Project Manager/PRCO, it shall be his/their duty to immediately inform the
Project Manager/PRCO in writing and the Project Manager/PRCO shall verify the same. Any work
done after such discovery and without intimation as indicated above will be done at the risk of the
Contractor.
iii. The Contractor shall employ only competent, skillful and orderly men to do the work. The Project
Manager/PRCO shall have the right to ask the Contractor to remove from the work site any men of the
contractor who in his opinion is undesirable and the Contractor will have to remove him within three
hours of such orders. The Contractor shall further be responsible for making arrangements at his own
cost for accommodation and other essential needs of the staff and workers under his employment.
iv. Precautions shall be exercised at all times for the protection of persons (including employees) and
property. The safety required or recommended by all applicable laws, codes, statutes and regulations
will be observed. In case of accidents, he/they shall be responsible for compliance with all the
requirements imposed by the Workmen's Compensation Act or any other similar laws in force, and
shall indemnify the Company against any claim on this account.
The Contractor shall at all times exercise reasonable precautions for the safety of employees in the
performance of his/their contract and shall comply with all applicable provisions of the safety laws
drawn up by the State or Central Government or Municipalities and other authorities in India. The
Contractor shall comply with the provision of the safety hand book as approved and amended from
time to time by the Government of India.
v. The Contractor shall familiarize themselves with and be governed by all laws and rules of India and
Local statutes and orders and regulations applicable to his/their work.
vi. The contractor shall furnish to the Project Manager/PRCO with work reports from time to time
regarding the contractor organization and the progress made by him/them in the execution of the work
as per the contract agreement.
vii. All duties, taxes and other levies payable by the Contractor under the Contract (excluding “GST”), or
for any other cause as applicable on the last date of submission of tender, shall be included in the
rates, prices and the total Bid Price submitted by the Bidder. All incidentals, overheads, etc. as may be
attendant upon execution and completion of works shall also be included in the rates, prices and total
Bid Price submitted by the Bidder.
However, such duties, taxes, levies etc. which is notified after the last date of submission of tender
and/or any increase over the rate existing on the last date of submission of tender shall be reimbursed
by the company on production of documentary evidence in support of payment actually made to the
concerned authorities.
However, any reduction of cost on account of Govt. notification for duties or levies shall be recovered
from the bills submitted by the Bidder.
viii. The Company reserves the right to deduct/ withhold any amount towards taxes, levies, etc. and to
deal with such amount in terms of the provisions of the Statute or in terms of the direction of any
statutory authority and the company shall only provide with certificate towards such deduction and
shall not be responsible for any reason whatsoever.
ix. The Contractor shall make his/their own arrangement for all materials, tools, staff and laborers
required for the contract, which shall include cost of lead, lift, loading, unloading, railway freight,
recruiting expenses and any other charges for the completion of the work to the entire satisfaction of
the company.
x. The Contractor shall make their own arrangement for carriage of all materials to the work site at
his/their own cost and supply of all water required for the contracted work and drinking water to
his/their workmen.
xi. The work shall not be sublet to any other party, unless approved by PRCO, in writing.
xii. The Contractor shall work in reserved/protected forest area as per the guidelines of the Forest
Department/the Forest Protection Act. Any liability on account of violation of the provisions shall be
borne by the contractor.
xiii. The Contractor shall not pay less than the minimum wages to the labourers engaged by him/them as
per Minimum Wages Act or such other legislation or award or the minimum wages fixed by the
respective State Government as may be in force. The contractor shall make necessary payments of
the Provident Fund for the workmen employed by him for the work as per the laws prevailing under
provisions of CMPF and Allied Schemes and Miscellaneous Provisions Act 1948 or Employees
Provident Fund and Miscellaneous Provisions Act 1952 as the case may be.
xiv. All accounts shall be maintained in English and the company shall have the right of access and
inspection of all such books of accounts etc. relating to payment of labourers including payment of
provident fund etc. considered necessary as per prevalent Statutes, Acts and Laws and the company
may arrange for witnessing the payment to the labourers by its representatives.
xv. The Contractor shall in addition to any indemnity provided by law, indemnify and keep indemnified:
a. The Company or any agent or employee of the Company against any action, claim or proceeding
relating to infringement or use of any patent or design rights and shall pay any royalties or other
charges which may be payable in respect of any article or material included in the contract.
However, the amount so paid shall be reimbursed by the Company in the event such infringement
has taken place in complying with the specific directions issued by the company or the use of
such article or material was the result of any drawing and/or specifications issued by the
Company after submission of tender by the Contractor.
The Contractor must be notified immediately after any claim being made or any action brought
against the company, or any agent or employee of the company in respect of any such matter.
b. The Company against all losses and claims for injuries or damage to any third party or to any
property belonging to any third party which may arise out of or in consequence of the construction
or maintenance or performance of the work under the contract and against all claims, demands,
proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation
thereto.
c. The Company against all claims, damages or compensation under the provisions of payment of
Wages Act. 1936, Minimum Wages Act 1948. Employer's Liability Act 1938, The Employees
Compensation Act 1923, Industrial Disputes Act 1947, The Employees State Insurance Act 1948,
CMPF and Allied Schemes and Provisions Act 1948, EPF and Miscellaneous Provisions Act 1952
and Maternity Benefit Act, 1961 or any modifications thereof or of any other law relating thereto
and rules made there under from time to time, as may be applicable to the contract, which may
arise out of or in consequence of the construction or maintenance or performance of the work
under the contract and also against costs, charges and expenses of any suit, action or
proceedings arising out of any accident or injury.
d. The Contractor shall ensure that any Payment to the Contractor’s worker is made through the
Bank.
xvi. Insurance - The Contractor shall take following insurance policies during the full contract period at his
own cost:
a. The Contractor shall at all times during the pendency of the contract indemnify the company
against all claims, damages or compensation under the provisions of the Employee's
Compensation Act and shall take insurance policy covering all risk, claims, damages or
compensation payable under the Employee's Compensation Act or under any other law relating
thereto.
b. The Contractor shall ensure that the insurance policy/policies are kept alive till full expiry of the
contract by timely payment of premiums and shall not be cancelled without the approval of the
Company and a provision is made to this effect in all the policies, and similar insurance policies
are also taken by his subcontractor(s) if any. The cost of premiums shall be borne by the
contractor and it shall be deemed to have been included in the tendered rate.
c. In the event of Contractor's failure to effect or to keep in force the insurance referred to above or
any other insurance which the contractor is required to effect under the terms of the contract, the
Company may effect and keep in force any such insurance and pay such premium/premiums as
may be necessary for that purpose from time to time and recover the amount thus paid from any
moneys due by the Contractor.
d. Since Contractor shall ensure 100% payment of Contractor’s Worker through Bank, a premium of
Rs.12/- per annum per member will be deducted from the account holder’s savings bank account
through ‘auto debit’ facility in one installment on or before 1 st June of each annual coverage
period under the scheme Pradhan Mantri Suraksha Bima Yojna (PMSBY).
xvii. Anything of historical or other interest or of significant value unexpectedly discovered on the site shall
be the property of the Owner. The Contractor shall notify the PRCO of such discoveries and carry out
the PRCO's instructions for dealing with them.
It is incumbent upon the Contractor to avoid litigation and disputes during the course of execution.
However, if such disputes take place between the contractor and the department, effort shall be made first
to settle the disputes at the company level through mutual consent.
The Contractor should make request in writing to the PRCO for settlement of such disputes/ claims within
30 (thirty) days of arising of the cause of dispute/ claim failing which no disputes/ claims of the contractor
shall be entertained by the company.
If differences still persist, the settlement of the dispute with Govt. Agencies shall be dealt with as per the
Guidelines issued by the Ministry of Finance, Govt. of India in this regard. In case of parties other than
Govt. Agencies, the redressal of the dispute may be sought through mutual consent,
The language of the Arbitration proceedings shall be in English and the venue of Arbitration shall be at
Itanagar. The award/Order of the arbitrator shall be final and binding on the parties.
The parties shall bear the cost of Arbitration proceedings equally.
The dispute arising out of Arbitrator’s award/Order shall lie in the Civil Court of Competent Jurisdiction
located in Arunachal Pradesh.
14.0 NON-DISCLOSURE/CONFIDENTIALITY CLAUSE
The bidder will not at any time during pendency of contract or afterwards, disclose to any person any
information as to documents, components, parts, information, drawings, data, sketches, plans, programs,
specifications, techniques, processes, software, inventions and other materials, both written and oral, of a
secret, confidential of proprietary nature, including without limitation any and all information relating to
finance, invention, research, design or development of information system and any supportive or
incidental subsystems, and any and all subject matter claimed in or disclosed by any patent application
prepared of filed by or on behalf of DGM/CMPDIL, in any jurisdiction, and any amendments or
supplements thereto. The bidder should understand that any breach of this clause would constitute a
serious offence for which appropriate legal action may be taken to ensure the enforcement of
confidentiality clause.
DGM/CMPDIL also desires that the bidder shall hold in trust and confidence, and not disclose to others or
use for its own benefit or for the benefit of other, any Proprietary Information which is disclosed to the
bidder by DGM/CMPDIL at any time during the agreement / award of work / execution of work and
thereafter. The bidder shall disclose Proprietary Information received under the contract to person within
its organization only if such persons (i) have a need to know and (ii) are bound in writing to protect the
confidentiality of such Proprietary Information. This clause shall survive and continue after any expiration
or termination of the contract and shall bind the contractor, its employees, agents, representatives,
successors, heirs and assigns.
The following additional terms & conditions are also acceptable to the company. The Bidders are requested not to
.quote any additional conditions in their tender.
1.0. PRICE VARIATION CLAUSE
The quoted price shall remain firm & final for the period stipulated for completion of the work, except the
escalation/de-escalation on account of increase/ decrease in the price of POL as per provision given at sl. no. 1.3,
1.4 & 1.5 (only POL component).
In case the work is not completed during the stipulated period due to Force Majeure Condition and/ or
delay in statutory Clearance(s) viz. (i) Notification under Section 4 (i) of CBA Act, 1957 & (ii) Permission for
exploration in Forest Areas; one time escalation/de-escalation of contract price to the tune of 50% on account of
increase/ decrease in the price of wages of labour and materials required for execution of work will be applicable as
per provision given at sl. no. 1.1, 1.2 1.4 & 1.5 (only labour & Material components). The said one time
escalation/de-escalation of the contract price on account of wages of labour& Material components would be
applicable for the extended contract period, which will not be more than the original contract period. However, the
escalation/de-escalation on account of increase/ decrease in the price of POL will continue as per the above
stipulation for the entire contractual period.
a) The amount of the contract shall accordingly be varied, subject to the condition that such
compensation for variation in prices shall be available only for the work done during the
contractual period including such period for which the contract is validly extended under the
provisions of the contract without any penal action.
b) The base date for working out such price variation shall be the last date on which the price bids
are stipulated to be received.
c) The compensation of price variation for POL shall be worked out at quarterly intervals and shall
be with respect to the cost of actual work done during the previous three months. The first such
payment shall be made at the end of three months after the month (excluding) in which the tender
was accepted and thereafter at three months' interval.
Simple average of the rates of diesel prevailing at same reference place in a period shall be taken
as the rate of diesel for calculation of diesel escalation/de-escalation for that period of work.
d) If the contract is to be extended beyond the stipulated period for completion of the work due to
fault on the part of the Contractor, escalation on prices shall not be allowed further and the
prevailing contract price will continue for completion of the work, consequently clause 6.0 of the
General Terms & Condition will be applicable.
C F - Fo
Vf = W x ------x ----------
100 Fo
Where:
Vf = Variation in the cost of fuel, oil and lubricants i.e. increase or decrease in the amount in
rupees to be paid or recovered.
W = Value of work done during the period under reckoning to which the price variation relates
as indicated in clause no. 1.4 of this section.
C = Component of POL expressed as percentage of the total value of work adopted from
Table-1 of this section.
Fo = Index Number for Wholesale Price for the group of “Fuel, power, light and lubricants” as
published by the Economic Advisor, Ministry if Industry, Govt. Of India prevalent on the
last date of receipt of price bids or revised price bids whichever is later.
F = Average Index Number for Wholesale Price for the group of “Fuel, power, light and
lubricants” as published by the Economic Advisor, Ministry if Industry, Govt. of India for
the period to which escalation/ de -escalation relates.
1.4. WHILE CALCULATING THE VALUE OF ''W'' THE FOLLOWING SHALL BE NOTED
The cost on which the escalation/price variation shall be payable shall be reckoned as 85% of the cost of
work as per the bills to which escalation relates, and from this amount the value of materials supplied or
services rendered at the prescribed charges under the relevant provisions of the contract, and proposed to
be recovered in the particular bill, shall be deducted before the amount of compensation for
escalation/price variation is worked out. In the case of materials brought to site for which any secured
advance is included in the bill, the full value of such materials as assessed by the Project Manager/PRCO
(and not the reduced amount for which secured advance has been paid) shall be included in the cost of
work done for operation of this clause. Similarly when such materials are incorporated in the work and the
secured advance is deducted from the bill, the full assessed value of the materials originally considered for
operation of this clause should be deducted from the cost of the work shown in the bill, running or final.
Further the cost shall not include any work for which payment is made at prevailing market rates.
1.5. In the event the price of materials and/ or wages of labour required for execution of the work decreases,
there shall be downward adjustment of the cost ofwork so that such price of materials and/or wages of
labour shall be deductible from the cost of work under this contract and in this regard the formulae
hereinbefore stated under this clause shall mutatis/mutandis apply.
Table-1: Value of A, B & C in the Price variation formula
A B C
(Labour Component) (Material Component) (POL Component)
55 35 10
The price variation clause as stated above will be applied for extended time frame of a contract by
following the principles as under:
i) Normally, if and when it is understood that a contract is not going to be completed within the
scheduled time period, the contract is kept operative by extending the time of completion
provisionally. During this provisional extended period the operation of the Price Variation Clause
will remain suspended.
ii) If and when it is decided at the end of the successful completion of the work that the delay was
due to causes not attributable to the contractor, then the Price Variation Clause will be revived
and applied as if the scheduled date of completion has been shifted to the approved extended
date.
iii) If it is decided at the end of successful completion of the work that the delay was due to the fault
of the Contractor then the Price Variation Clause will not be revived and no payment will be made
to the contractor on this account. Additionally the Clause related to Compensation for delay will be
applied.
iv) In some cases the total delay may be partially due to causes not attributable to the Contractor and
partially due to his fault. It may be difficult to exactly quantify the total delay proportionately in
such cases. The Price Variation Clause under such condition will be made operative for the entire
extended time period by freezing the relevant indices on the date of the scheduled date of
completion as originally fixed in the contract/ agreement. At the same time the Clause related to
the compensation for delay will also be applied.
ANNEXURE-I
SCOPE OF WORK
1.0 Item wise Bidder's Scope of Work: The Regional coal exploration proposed to be conducted in the block
includes following activities to be carried out by the successful Bidder:
(II) Draft Geological Report (DGR): Bidder shall prepare sub-block wise DGR and submit two copies to
DGM/CMPDI for vetting purpose. The DGR shall comprise following:
1 Salient Feature (Location, Accessibility / Communication, Objective, Period of investigation, Status of Mining,
Area of the block, Details of drilling, Seam-wise borehole density, Tabulation showing the quantum of all
investigations ,brief Geology, Geological Formations, Geological Structure, Faults, Intrusive, Coal seams &
Quality, Geological Reserves and Land use pattern, Geological reserves and recommendation (to be given at the
beginning of GR).
2 CHAPTER 1: INTRODUCTION (Objective, Location, Communication & Accessibility, block boundary
Physiography & Drainage, Climate, flora & fauna, Previous work, Mining History of the block, Exploration Design,
Important Features in the Area, Present Investigation, Quantum of Total Exploration Inputs, Scope and limitation
Acknowledgements, Personnel Associated with Investigation.
3 CHAPTER 2: EXPLORATION METHODOLOGY( General, Topographical survey, Geological Mapping, Remote
Sensing*, Surface Geophysical Survey, exploratory Drilling, Core logging / Sampling / Packing / Boxing,
Geophysical logging, Coal analysis, Data Synthesisetc).
4 CHAPTER 3: GEOLOGY & STRUCTURE( REGIONAL GEOLOGY indicating General description of the
coalfield, Formations, Stratigraphy, Description of Formations, Intrusives & Distribution, REGIONAL
STRUCTURE indicating Tectonic Set-up & Basin Configuration, GENERAL GEOLOGY OF THE BLOCK
indicating Location, Geological Succession, Description of Formations, GEOLOGICAL STRUCTURE OF THE
BLOCKindicatingGeneral description, strike and Dip, Pattern of Faulting & Description of faults.
5 CHAPTER 4: DESCRIPTION OF COAL SEAMS ( General definition of coal, Dirt bands &
Parting, Formation wise number of coal seams, Correlation, Quality Parameter & basis of
Assessment, Sequence of coal seams &PARTINGS, Description of Individual coal seams indicating
seam name, Reference of plates and annexure, Status of Mining, Details of Borehole Intersection,
Depth of Intersection (Roof), Minimum & Maximum FRL's, Stratigraphic Position, Parting above &
below, Thickness (Stratigraphic and effective), Splitting, Outcrop / Incrop, Lithology of Immediate
Roof & Floor, Pyrolitisation, Dirt bands (combustible & non-combustible inseam dirt bands & its
percentage, for details reference to Annexure-VI), Proximate Analysis (Ranges, observations ;
reference to Annexure-VII for details, BCS I30 / I100 / IP sample as per requirement. Similar details
may be given for seam sections which merits attention from mining point of view), Determined
Gross CV(Ranges, observation; reference to Annexure VII for details), Ultimate Analysis (Ranges,
observation; reference to Annexure VIII for details), Sulphur (Ranges, observation; reference to
Annexure VIII for details), Petrographic studies (Ranges, observation; reference to Annexure IX for
details), HGI(Ranges, observation; reference to Annexure VIII for details),any other *Specific
Parameters for Non coking coal, Long flame Characteristics, Ash Fusion Range (Ranges,
observation; Reference to Annexure VIII for details), Ash Analysis (Ranges, observation; reference to
Annexure VIII for details),Wash ability Studies (Reference to Annexure X for details). Additionally
in case of Coking coals Parameters of Caking Propensity like Caking Index, Coke Type, Swelling
Index etc (Ranges, observation; reference to Annexure VIII for details) & Determination of Alkalies
(Ranges, observation ; reference to Annexure VIII for details), Statistical Analysis of key
parameters and at the end of each seam description Summary of seam parameter sand
special Observation.
*Give characteristics of coking/non-coking coals as per requirement.
6 CHAPTER5:RESERVES(GENERALDESCRIPTION,BASICASSUMPTIONSANDNORMSFO
LLOWED
indicating Definitions, Seams affected by Intrusives, Categorization of reserves & Grade Estimation,
PROCEDUREOF RESERVE CALCULATION indicating Block boundary, Barriers, Sector /Sub
sectors, Mine data considered, Methodology, Average Specific Gravity, Computation of coal
reserves (Brief Description for calculation of gross reserves), Description of OVERBURDEN ( only
in case of Open Cast reserves) indicating Nature, In seam burden, Methodology For Overburden
Estimate & Depth of excavation, DESCRIPTION OF RESERVES(details in Annexure XI ), its
Summary (Description of coal reserves estimated) and Summarized tabulated statements for
Reserves as per opencast/ underground norm sand SURFACE CONSTRAINTS indicating
Coal Reserves undersurface constraints
7 CHAPTER 6: GEOPHYSICAL LOGGING (Quantum of Work, Methodology and the Logging Equipment
Used, Geophysical Log Responses, Geophysical Log Interpretation and Correlation of Borehole to
Borehole Log Responses, discussion on results, conclusion)
4 essential Parameters like-Gamma-Gamma/Dual Density, Natural Gamma, Caliper and Resistivity/SPR)
8 CHAPTER7:SPECIALISEDSTUDIES(GENERALDESCRIPTIONOFSPECIALISEDSTUDIE
S
UNDERTAKEN,PHYSICO-MECHANICALPROPERTIES indicating Design, Tests undertaken,
summery of Test Results (The detailed test results in Annexure-VIII to be summarized), Discussion
(Above test result in terms Of various lithologies) & Results (Physicomechanical characteristics
of major partings between coal seam) and any other tests undertaken
DiscussionsofResultsandConclusion
9 LIST OF ANNEXURES
AnnexureI Details of Co-ordinates, Reduced Levels and Closing Depth of Boreholes drilled in the
Block.
Annexure II Descriptive Geological Log of Boreholes drilled in the Block.
Annexure III Statements how in thickness of Soil, Weathered mantle and different Formations
intersected in Boreholes drilled in the Block.
Annexure IV Seam Correlation chart of Boreholes drilled in the Block.
Annexure V Seam wise Borehole wise Band by Band Analytical Data of the Block.
Annexure VI Seam wise Borehole wise details of Dirt bands.
Annexure VII Seam wise Borehole wise Overall Proximate Analysis, GCV etc.
Annexure VIII Seam wise results of Special Tests of Boreholes drilled in the Block. (Coking coals
or Non coking coals, applicable)
Annexure IX Seam wise results of Petrographic Tests.
Annexure X Test result of Wash ability Studies & Characteristics of clean sand middling’s of
borehole samples.
Annexure XI Test Results on Physico-Mechanical properties of rock/coal samples from Borehole.
Annexure XII Depth of coal seams and other characteristics interpreted from geophysic allogging of
Boreholes drilled in the Block.
Annexure XIII Details of reserves estimation.
Annexure XIV Details of OB estimation. (in case of Opencast block)
.
10 LIST OF PLATES
Subject Plate no RF/Scale
1. Location Map I 1:50000/1:100000 ( Location of block within map of coalfield
within set map of India showing location of coalfield)
2. Topographical Map II 1: 5000/4000
(Surface contours, Boreholes, Inclines, Shafts, Limits of OC mines, River, Nala, Road, Raillines,
Wells, Habitations, High tension lines etc)
3.GeologicalMap III 1: 5000/ 4000
( Boreholes, Special tests boreholes with distinctive style, Inclines, Shafts, Limits OC mines, in
addition to formational boundaries, Coal seams Incrops/Outcrops, Structural features etc )
4. Graphic Lithologs of Bhs IVA to IV… 1:500
5. Graphic Correlation VA to V.... 1:1000
6. Geological Cross section VIA to VI 1:2000
7. Floor Contour Plans VIIA to VII…….1:5000/4000
(in ascending order)
8. Seam structure VIII A to VIII ... 1:50
(in ascending order)
9. Seam Folio Plans IX A to IX 1:5000/ 4000
(in ascending order)
10.Iso-partingMap X A to X 1:5000/4000
(As per requirement/ optional in case of Open cast block)
11. Total Over burden Plan XI 1:5000 /4000
12.(As per requirement/optional in case of Open cast block)
Iso-Excavation Plan XII 1:5000/4000
13.Coal: OB Plan XIII 1:5000/4000
(As per requirement/ optional in case of Open cast block)
14. Geophysical Logs XIVA to XIV.. 1:200/ 500
Any other map as per requirement
LIST OF
ANNEXURES
Annexure No Particulars Page No
(III) Final Geological Report (FGR): Bidder shall attend and incorporate in FGR all vetting comments given on the
DGR and shall submit 5 copies of FGR within one month of receipt of vetting comments. Bidder shall also submit
two soft copies of the FGR on CDs.
a) DGM shall arrange necessary statutory clearances for exploration in Forest Areas.
(i) Status of permission for exploration in Forest Areas:
Note: In case statutory clearance(s) is not provided within the contract period/mutually agreed
extended period; the work order will be terminated (Partly or Fully) without any financial implication on
either side.
b) DGM/CMPDI shall scrutinize the exploration scheme, suggest and approve the borehole locations,
select/approve boreholes for special tests, randomly/regularly check and verify completed and ongoing
works; and decide need of geophysical logging/surface geophysical surveys, etc. by Bidder/CMPDI.
c) DGM/CMPDI shall assess the recommendations given in IGN by the Bidder in respect of revised
estimate of exploration and respond within 15 days.
d) DGM/DGM/CMPDI shall scrutinize the DGR submitted by the Bidder and submit its
comments/observations within 30 days which needs to be incorporated by the Bidder in FGR.
e) CMPDI shall scrutinize the FGR to verify incorporation of its comments given earlier on DGR within 15
days.
The indicative list of laws governing the coal sector and mining operations in India is given below. As the
laws and statues listed below are not exhaustive, Successful Bidder should obtain independent legal
advice with regard to compliance to all applicable laws.
Table-3.1
S.No Acts / Rules /Regulations Promulgation
1. The Mines & Minerals (Regulation & Development) Act 1957
2. The Mineral Concession Rules 1960
3. The Coal Bearing Areas (Acquisition and Development) Act 1957
4. The Mineral Conservation and Development Rules 1988
5. Coal Mines (Nationalization) Act 1973, amended in 1993
6. The Coal Mines (Conservation and Development) Act 1974
7. The Land Acquisition Act 1894
8. Forest (Conservation) Act including Rules 1980
9. Water (Prevention and Control of Pollution) Act including Rules 1974
10. Air (Prevention and Control of Pollution) Act including Rules 1981
11. Environmental (Protection) Act 1986
12. The Mines Act 1952
13. Mines Rules 1955
S.No Acts / Rules /Regulations Promulgation
14. Coal Mines Regulations 1957
15. The Contract Labour (Regulation and Abolition) Act 1970
In addition to the Acts / Rules /Regulations mentioned above in the table 3.1, there are acts, bye laws
dealing with the use of explosives, motor vehicles, electricity, wages and remuneration etc. Another
category of acts relates to marketing, distribution, sales, pricing, contracts, transportation, exports / imports
of various minerals.
Period for Mobilization Period for Exploration Period for Geological Total Contractual
(days) activities (days) Report (days) period (days)
30 200 180 410
N.B: Zero date shall be the day of the issue of letter of acceptance/work order or handing over the relevant
document to the contractor for preparation of Exploration Scheme, whichever is later.
DGM/CMPDI after reviewing the recommendations given by the Bidder in IGN may, however, reduce/increase by
30% the drilling meterage at existing terms and conditions. Accordingly, the duration of the contract would be
adjusted on pro rata basis for any increase/decrease in quantities (Refer Clause 5.4 of General Terms &
Conditions).
4.1 Bidder with his declared owned/leased drills and equipments shall carry out drilling in HQ/NQ/BQ sizes.
Reduction in size of boreholes below BQ size shall not be allowed. Bidder shall mobilize within mobilization
period all the rigs declared in the bid submitted against the tender of the block.
4.2 Bidder shall make efforts to obtain maximum core recovery in coal seams and non-coal strata. In no case
the recovery should be less than 80% in non-coal and 90% in coal strata, except in fault zone, weathered
zone, soil and structurally disturbed area.
4.3 Boreholes are desired to be vertical. Bidder will take all possible precautions and skill to maintain verticality
of the boreholes.
4.4 The locations of the boreholes finalized in consultation to DGM/CMPDI shall be fixed on the ground by the
Bidder.
4.5 After completion of drilling, each borehole shall be sealed (plugged) by the bidder. After sealing, the bidder
shall construct and erect pillars [of standard size to be specified by DGM/CMPDI with Borehole Number at
the borehole sites at his cost.
In case the designated laboratory expresses its inability to undertake analysis of cores, the bidder shall be
free to select an accredited laboratory to get the analysis completed within the project schedule. However,
CMPDI shall reimburse the actual cost of analysis on production of certified laboratory bills. The maximum
reimbursable rates shall be CIMFR rates applicable for CMPDI.
4.7 In case of lower core recovery in normal geological conditions or jamming of the boreholes before
completion of depth, deviation drilling/re-drilling shall be carried out by the bidder at his own cost on the
instruction of DGM/CMPDI. However, if re-drilling is resorted to, the borehole location point shall be at the
nearest possible distance from the original borehole and the bidder shall be free to do non-coring drilling
up to the depth from where the coring drilling is required for generating cores with stipulated recovery.
4.8 If a borehole fails to drill up to the targeted depth due to drilling difficulties or otherwise, the bidder shall
have to re-drill a fresh borehole in lieu of the abandoned borehole. However, bidder need not to drill a fresh
borehole in lieu of that abandoned borehole in which more than 80% of the targeted depth has been
achieved provided that number of such abandoned boreholes are within 10% of the planned number of
boreholes for the block and they are scattered over the block. DGM/CMPDI shall pay for drilling against
such abandoned borehole(s) up to 3 (three) m depth beyond floor of last correlated seam
4.9 DGM/CMPDI shall have no responsibility towards construction of approach roads to field sites, arranging
the water supply for drilling, watch and ward, and safety of men and material of the Bidder.
4.10 Decision for closure of the boreholes shall be taken by the Project Manager with approval of PRCO.
4.11 Immediately after completion of work on each site, the Bidder shall at his own cost remove all equipment
and unused materials; fill in and level pits and reinstate the site to its original conditions.
4.12 No extra cost shall be paid towards any “fishing” operation in connection with failure of tubular, bit etc.,
inside the borehole. No time extension will be provided for “fishing” operation and delay shall attract L/D
clauses.
4.13 The Successful Bidder’s Scope of Work shall also include all the obligations covered in NIT, General
Terms & Conditions, Additional Terms and Conditions and Technical Document.
4.14 The Scope of Work shall include bringing in and/ or procurement and/ or deployment of Bidder’s own
equipment and personnel.
4.15 Site preparation, supply, transportation to site, water arrangement, lighting, etc., shall be responsibility of
the successful Bidder.
4.16 The manpower deployment by the Bidder should be in conformity to the laws and regulations applicable in
India. However, DGM/CMPDI will have no liability, whatsoever, with regard to the manpower provided by
the selected Bidder within or after the contractual period.
4.17 The Bidder shall also submit recorded data of geophysical investigations carried out by him in digital
format.
4.18 The bidder is required to carry out multi-parametric geophysical logging as per the Scope of the Work
(Annexure-I) and also with consultation of DGM/CMPDI to support the drilling data. The multi-parametric
geophysical logging must include following:
(i) DUAL DENSITY, (II) CALIPER, (III) NATURAL GAMMA RAY, (IV) SINGLE POINT RESISTANCE
(V) SP- SELF POTENTIAL (SP) AND (VI) RESISTIVITY LOGS.
Payment for Geophysical Logging can only be made when above mentioned compulsory
parameters are logged {Sl. No. (i) to (iv)}.
Regarding Other Parameters 10% deduction shall be made in case of absence of Sl. No. (v) and
20% in case of Sl. No. (vi).
Further the 10% and 20% deduction shall be made from the overall cost of Geo-physical Logging
for that particular Borehole.
In addition to above Geo-physical following parameters will be taken up as per following details;
In case CMPDI itself decides to take up geophysical logging of any borehole/and surface geophysical
survey, the bidder shall have to provide access to boreholes and extend all logistic support to CMPDI for
conducting the investigations and survey of profile lines at bidder's cost. The logistic support in geophysical
logging would include washing of boreholes, fishing of stuck up borehole and space for logger van at the
drill site. The casing provided in the borehole needs to be kept intact till completion of geophysical logging.
In case of geophysical survey, the logistic support shall include physical sighting of boreholes in the block
besides supply of coordinates of boreholes.
4.19 Locations of all surface features (natural & artificial) shall be surveyed by the Bidder for their three
dimensional co-ordinates. Spot levels at suitable intervals shall be taken up for generating contours at
specified interval for the entire area. The detailed survey for topographical mapping shall be carried out
with reference to the primary order of Control Stations or by establishing secondary order of Control
Stations (with reference to primary order of control station), depending upon nature and extent of the area.
Any unusual condition or formation on the ground, forest area, location of rock outcrops (if visible on the
surface) and springs / falls, possible aggregate deposits etc. shall also be surveyed.
4.20 Spot levels shall be taken at about every 20m interval and also at closer interval wherever abrupt change
in ground elevation is found so that sufficient points properly distributed over entire area shall be located
for generating contours at specified intervals.
4.21 All surface features, contours including control stations, boundary pillars, forest area existing and / or
abandoned quarried etc. shall be shown on topographical plan / map by means of conventional symbols
(preferably symbol of Survey of India Maps).
4.22 The field survey work shall be conducted with DGPS/Total Station associated with software(s), Auto Set /
Precise leveling and other required surveying equipment in the following steps.
i) Establishing horizontal and vertical controls of primary and secondary/ tertiary orders.
ii) Detailed surveying and leveling for locating all kinds of surface features (natural &man made) and
contours at specified intervals.
iii) All surveying and leveling operations shall commence and close upon known control stations.
iv) All necessary precautions as per standard survey practice should be scrupulously observed to avoid
various types of errors.
v) Borehole and Block Boundary to be surveyed on WGS-84 Platform. The base should be fixed in
consultation with DGM/CMPDI.
4.23 Accuracy of the surveying & leveling: Linear accuracy of triangulation / trilateration (b) should be
1:1000. Minimum accuracy of the surveying and leveling shall be as follows:
2 Secondary order
a) Traversing 10√ n 1:5000 - - do -
second
(a) The successful Bidder should follow all statutory rules, regulations applicable laws etc. and statutory
requirement related to government licenses, workmen compensation, insurance etc, including
Minimum Wage Act, for their personnel. Machine operators and others, to whom the work would be
allotted, should be provided safety shoes and helmets etc. by the successful Bidder. The successful
Bidder is required to indemnify DGM/DGM/CMPDI from any liability falling on DGM/CMPDI due to an
act of commission/omission by the successful Bidder or by its representatives or by its employees or
by any third party in execution of the contract. If DGM/CMPDI is made liable for such claim by the
Court or other Authority, the same should be reimbursed to DGM/CMPDI by the successful Bidder as
if DGM/CMPDI has paid on their behalf.
The Successful Bidder is not required to indemnify DGM/CMPDI in the event of an act of
commission/omission by DGM/CMPDI including that contributing to the injury, sickness, disease or
death.
(b) During the course of execution of the work, if any accident occurs whether major or minor, the
successful Bidder or his supervisory staff should inform the same immediately without any delay to the
concerned authorities and take steps in accordance with the Mines Act and other relevant laws, else,
it is envisaged to take necessary action against the successful Bidder or his supervisory staff for
violation of the mines act and other relevant laws.
Execution of the work with contract labour is prohibited vide notification U/S 10(1) contract labour
(Regulation & Abolition) Act, S.O 2063, dated 21.06.1988. So, the successful Bidder should execute
the work in such a way that the above Act is not violated in any manner.
Bidder shall have to make his own arrangement for accommodation/site office/store etc.The Successful
Bidder shall deploy all Supervisory & operation personnel and pay as per his norms. DGM/CMPDI shall not
carry any responsibility for the personnel deployed by the Bidder.
1. Authorized Indian Agent of a foreign manufacturer or indigenous manufacturer is also eligible to quote on behalf
of its principal against the tender, in case manufacturer as a matter of corporate policy does not quote directly.
However, in such case, authorized India Agent shall have to upload scanned copy of tender specific
Manufacturer’s Authorization – signed and stamped by the manufacturer to quote against the CIL Tender,
indicating the Tender Reference No. and date along with the offer. The authorized Indian Agent is to upload
scanned copies of details in respect of its organization along with the copies of document like certificate of
incorporation / registration etc. along with the offer. The firm (Indian Agent) should be in existence for 3 years on
the date of tender opening, irrespective of date of appointment as Indian Agent.
In case an Indian Agent is participating in a tender on behalf of one manufacturer, it is not allowed to participate /
quote on behalf of another manufacturer in this tender or in a parallel tender for the same item. Further, in a
tender, either manufacturer can quote or its authorized Indian Agent can quote but both are not allowed to
participate / quote in the same tender. Also one manufacturer can authorize only one agent to quote in the same
tender. All the bids, not quoted as per the above guidelines, will be rejected.
2. The Foreign manufacturer must indicate the name & address of its agent in India. It should also indicate the
commission payable to them the specific service rendered by them. The Indian Agency Commission will payable
only on FOB prices of goods and it should be quoted as a percentage of the FOB price. In case, the foreign
manufacturer does not have any Indian Agent, it should be clearly mentioned in the bid. In terms of Integrity Pact,
the bidder has also to disclose all payments to agents, brokers or any other intermediaries.
The amount of agency commission payable to Indian Agent should not exceed 5% or what is specified in agency
agreement, whichever is lower.
3. In addition to above A certificate that no commission is payable by the principle supplier to any agent, broker or
any other intermediary against this contract other than percentage as indicated in BOQ (not exciding 5% of FOB)
of FOB value of the contract to Indian Agent. This certificate forms a part of letter of credit.
4. The payment of Indian Agency Commission, if any, involved may be considered in case of necessity, subject to
compliance of the Government of India guidelines issued from time to time. The name of the Indian Agent with
their full address and the quantum of Agency commission if any, payable shall have to be mentioned in the offer
by the foreign manufacturer.
The following documents shall be submitted by the bidder in case of contract with foreign principals involving
Indian agents:
i. Foreign principal’s pro-forma invoice or any other authentic document indicating the commission
payable to the Indian Agent, nature of after sales service to be rendered by the Indian Agent and
the precise relationship between the Principal and the Agent and their mutual interest.
ii. Copy of the agency agreement if any with the foreign principal stating the precise
relationship between them and their mutual interest in the business.
However, if all the details given in Para – (i) are complied with, the requirement of submission of document
mentioned at Para – (ii) may be waived.
To,
Central Mine Planning & Design Institute Limited,
Gondwana Place, Kanke Road, Ranchi -834031
In consideration of the Central Mine Planning & Design Institute Limited, having its Registered office at
Gondwana Place, Kanke Road, Ranchi -834031 (hereinafter called to as the “Employer” which expression shall
unless repugnant to the context or meaning thereof, include all successors, administrators and assigns) having
awarded to _______________ [Name & Address of the Contractor] (hereinafter called to as “Contractor” which
expression shall unless repugnant to the context of meaning thereof include its successors, administrators,
executors and assigns) the work ________________ [Name of the Work] by issue of Letter of Award No.
________ [Work Order/Letter of Intent No.] and the same having been unequivocally accepted by the Contractor
resulting into a Contract Agreement dated __________ valued at ________________ [value of Work Order]
(hereinafter called ‘the Contract’) and the Employer having agreed to accept Performance Bank Guarantee of ___
[indicate figure]% of the Contract Sum _____________ [amount in figures and words) from a
Nationalized/Scheduled Bank for due performance of the work executed by the Contractor as per the terms &
conditions contained in the said Contract.
We, ____________________ [name of the Bank], of ________________ [address of the Bank] (hereinafter
called to as “Bank” which expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Employer
immediately on demand and or, all money payable by the Contractor to the extent of __________________
[amount of guarantee in figures and words ], at any time from _________ to _________ without any demur,
reservation, recourse, contest or protest and/or without any reference to the Contractor. Any such demand made by
the Employer on the Bank shall be conclusive and binding notwithstanding any difference between the Employer
and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree
that the Guarantee herein contained shall be irrecoverable and shall continue to be enforceable as per the terms &
conditions contained in the said Contract.
The Employer shall have the fullest liberty without affecting in any way the liability of the Bank under this
Guarantee, from time to time, to extend the validity of time of Performance of the Contract by the Contractor. The
Employer shall have the fullest liberty without affecting this Guarantee, to postpone, from time to time, the exercise
of any powers vested in them or of any right which they might have against the Contractor, and to exercise the
same at any time in any manner, and either to enforce or to forebear or to enforce any covenants contained or
implied in the Contract, between the Employer and the Contractor or any other course or remedy or security
available to the Employer. The Bank shall not be released of its obligations under these presents by any exercise
by the Employer of its liberty with reference to matter aforesaid or any of them or by reason of any other act of
forbearance or other acts of omission or commission on the part of the Employer or any other indulgence shown by
the Employer or by any other matter or thing whatsoever which under law would, but for this provision, have the
effect of relieving the Bank. The Bank also agrees that the Employer at its option shall be entitled to enforce this
Guarantee against the Bank as a Principal Debtor in first instance, without proceeding against the Contractor and
notwithstanding any security or other Guarantee that the Employer may have in relation to the Contractor’s
liabilities.
Dated this ______________day of _______________ at _________________
For and on behalf of the Bank.
Signature _________________________
Name _________________________
Designation _________________________
Common Seal of Bank _________________________
ANNEXURE-III
Sub: Authorization for release of payment due from Central Mine Planning & Design Institute Limited,
Gondwana Place, Kanke Road, Ranchi through Electronic Fund transfer/ Internet Banking.
(SBI-NET)
Ref: Order No._______ Date _______ and/or Tender ID ________
(Please fill in the information in CAPITAL LETTERS, Please TICK wherever it is applicable).
1. Name of the Party :
_____________________________________________
2. Address of the Party : _____________________________________________
City ____________________ _ PIN
Code___________
3. E- Mail Id _____________________________________
4. Permanent Account Number ______________________________
5. Particulars of Bank
Bank Name Branch Name
Branch Place Branch City
PIN Code Branch Code
MICR No.
(9 Digits code number appearing on the MICR Band of the cheque supplied by the Bank. Please attach Xerox
copy of a cheque of your bank for ensuring accuracy of the bank name, branch name and code number)
RTGS
CODE
Account Savings Current Cash Credit
Type
Account Number (as appearing in
the Cheque Book)
4. Date from which the mandate should be effective: _______________________________
I hereby declare that the particulars given above are correct and complete. If any transaction is delayed or
not effected for reasons of incomplete or incorrect information. I shall not hold Central Mine Planning &
Design Institute Limited responsible. I also undertake to advise any change in the particulars of my
account to facilitate updation of records for purpose of credit of amount through SBI Net.
Place:
Date:
Signature of the party/Authorized Signatory.
Certified that the particulars furnished above are correct as per our records.
Banker’s Stamp :
Date: (Signature of the Authorized official from the Banks)
ANNEXURE-IV
Our firm has not been suspended, banned or de-listed by any Government or Quasi-Government agencies or
PSU’s.
FLEET REQUIREMENT
I / We …………………………………………..... Proprietor/Partner/Legal Attorney/ Director/ Accredited
Representative of M/S. ......................., solemnly declare that:
2. I/ We am/ are submitting the proof of owned/hired of at least one manportable Rigs with its heaviest component
weighing not more than 250 kgs (rigs which can be dismantled and carried by persons in areas) and its
deployment to the site within mobilisation period along with other owned/hired conventional/ hydrostatic rigs,
Geophysical logging Survey equipment and related software as per NIT.(Refer clause-9.3)
3. I/We will deploy the adequate number of owned/hired Manportable rigs/Drilling rigs/Survey Instrument/
Geophysical Logging unit/Seismic data acquisition system and accessories / equipment of required capacity, to
ensure pro-rata progress of work over the scheduled period of completion of work.
To,
The Tender InvitingAuthority,
Department of Geology& Mining, Govt.of Arunachal Pradesh, Itanagar.
PROFORMA for Undertaking to be submitted by Bidder/s (On Bidder's Letter Head) for Genuineness of the Information
furnished on-line and authenticity of the Documents uploaded on-line in support of his Eligibility:
FORMAT OF UNDERTAKING
1. I / We …………………………………………..... Proprietor/Partner/Legal Attorney/ Director/ Accredited
Representative of M/S. ......................., solemnly declare that:
2. I/ We am/ are submitting Bid for the work……......................................................against Tender
ID......................... and I/ we offer to execute the work in accordance with all the terms, conditions and
provisions of the bid.
3. I / Our Partners / Directors don’t has/have any relative as employee of Central Mine Planning and Design
Institute, Ltd, Ranchi.
4. All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this
Bid is complete, correct and true.
5. All copy of documents, credentials and documents submitted along with this Bid are genuine, authentic, true
and valid.
6. I/ We hereby authorize department to seek references / clarifications from our Bankers.
7. We hereby undertake that we shall register and obtain license from the competent authority under the
contract labour (Regulation & Abolition Act) as relevant, if applicable.
8. * I/ We hereby confirm that we have registration with CMPF / EPF Authorities. We shall make necessary
payments as required under law.
Or
* I/ We hereby undertake that we shall take appropriate steps for registration as relevant under CMPF / EPF
authorities, if applicable. We shall make necessary payments as required under law.
9. I/We have not been debarred by any procuring entity for violation of Preference to Make in India (as
applicable) vide Order No. P-45021/2/2017-PP (BE-II) dated 04.06.2020, issued by Govt. of India as
amended from time to time (not applicable for works with estimated value put to tender less than 5 lakh).
10. If any information and document submitted is found to be false/ incorrect at any time, department
may cancel my/our Bid and action as deemed fit may be taken against me/us, including termination
of the contract, forfeiture of all dues, including banning of our firm and all partners for two years
from being eligible to submit bids in CIL and its Subsidiaries.
AGREEMENT FORM
Whereas the Employer is desirous that the Contractor execute for Detailed Exploration in the ------------------ Block, ------
----------------- Coalfield of --------------- District in State of --------------------offered vide Tender ID
___________________ (hereinafter called "the Works") and the Employer has accepted the Bid by the Contractor
for the execution and completion of such Works and the remedying of any defects therein.
1. In this agreement, works and expressions shall have the same meanings as are respectively assigned to
them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read
and construed as part of this agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned,
the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any
defects therein in conformity in all respects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of
the Works and the remedying of the defects wherein the Contract price or such other sum as may
become payable under the provisions of the Contract at the times and in the manner prescribed by the
Contract.
4. The following documents shall be deemed to form and be read and construed as part of this Agreement,
viz. :
IN witness whereof the parties thereto have caused this Agreement to be executed the day and year first before
written.
2.0 That M/s ………………………….. (Bidder/ Associate or Consortium members)* have the
experienceand Key professionals as per Clause No 9.1 (A) and (B) of Detail E-Tender Notice
whose details are given hereafter.
Sl. No. Name of Area of Number of related projects Details of the last project Remarks
Associate Experience handled independently or as completed successfully (As on
Consortium associate member and the last day of month previous to
members years of experience in the the one in which Bid is invited)
indicated field
1
2
3
3.0 That M/s ……………………………… shall be the Lead Member for this Associate/ Consortium.
4.0 That M/s ……………..……….………. (Name of the Bidder i.e. Lead Member) has associated
with (1) M/s ………..………….(2) M/s…….………….& (3) M/s………….……. *(name of the
Associate or Consortium partners) for the subject work as per the roles, responsibilities and tenure
in association as given hereafter:
Sl. Name of Bidder (LM) & Role of Bidder/ Associate/ Consortium Members Tenure of Association**
No. Associate/ Consortium
partners
M/s……….. (Bidder/ LM) Set up/ Operation & Financial Qualification Entire Contract Period
5.0 That M/s …………………. (Bidder i.e. Lead Member) have formed consortium with (1) M/s
……………. ………… (2) M/s……………. & (3) M/s………………………* (name of Associate/
Consortium members) having collective experience towards Drilling and Geological Report
preparation as per para 2.0 of this Consortium Agreement. We hereby undertake that this
Consortium Agreement as per the provision of the Bid Document shall remain valid for the term
of association as specified at para 4.0 of this Consortium Agreement.
6.0 That this Consortium Agreement shall be valid till this subject work is completed.
7.0 That the above Consortium Agreement shall be governed by substantive and procedural laws
in India.
Signature : ……………………………………………….
(The Authorized Signatory)
Designation : ……………………………………………….
Date:
Place:
* Strike out which is not applicable.
** Association/ Consortium formed for execution of this subject work will be effective from the
date of signing of the Consortium Agreement.
Annexure-X
Bid Security Declaration Format
(On the Letter head of the bidder as enrolled online on e-tendering portal of CIL)
To,
The Tender InvitingAuthority,
Department of Geology& Mining, Govt.of Arunachal Pradesh, Itanagar.
I/We unconditionally accept that, I/We will be banned for 02 (Two) years from being eligible to submit bids in
Department of Geology& Mining, Govt.of Arunachal Pradesh, Itanagar, if
a). I/We Withdraw or modify our bids during the period of validity,
or
b). I/We are awarded the contract and I/we fail to sign the contract, or to submit the performance security before the
deadline as per NIT/tender Document.
Signature:
Name: (insert complete name of person signing the Bid Securing Declaration)
Duly authorized to sign the bid for an on behalf of (insert complete name of Bidder)
NamchikNamph
uk Coalfield
Seams Thickne Depth
ss (m) (m)
Minimu Maximu Minimu Maximu
m m m m
VIII 0.50 2.00 18.40 95.50
P 8 9
VII 1.00 2.40 6.70 129.00
P 2 20
VI 0.35 3.10 10.60 202.30
P 9 15
V 0.20 3.10 9.20 158.00
P 11 13
IV 0.50 2.74 20.66 169.50
P 7 26
III 0.50 7.60 52.85 219.50
P 9 12
II 0.80 3.00 52.85 232.00
P 2 15
I 0.25 1.60 29.75 251.60