You are on page 1of 10

Government of India

GEOLOGICAL SURVEY OF INDIA WESTERN REGION Assets Procurement and Management Divn. Khanij Bhavan 15-16, Jhalana Institutional Area Jaipur-302004 Phone No 0141-5152570/2711369, Fax 0141-2711582 Subject: Outsourcing of Exploratory Core Drilling in Jagpura Area, Banswara District with boreholes depth varying from 150m to 400 meters in Schist & Plagioclase Tourmaline Rock formation, a total of 1000m drilling (Item No-38 ,FS 2013-14) inviting Tenders.

Dear Sirs, Sealed Tenders are invited for Empanelment of firm and Contract for Outsourcing of Exploratory Core Drilling in Jagpura Area, Banswara District with boreholes depth varying from 150m to 400 meters in Schist & Plagioclase Tourmaline Rock formation at an estimated cost of Rs 30,00,000/- (Rupees Thirty lakhs only) in Geological Survey of India, Western Region, Jaipur The firms fulfilling the following criteria may send their bids/quotations. This tender process will be governed by the Instructions to Bidders as per Section-I, Contract Terms & Conditions placed at Section-II and Technical Specifications/Scope of Work placed at Section-III and Bid Evaluation Criteria (BEC) placed at Section- IV shall be the basis for evaluation of Tender. The summery of the tender enquiry Schedule is given below:S.No. 1. 2. Subject Tender Enquiry No. and Date Description of Services and approximate quantum of jobs Last date and time of submission of Tender Tender Opening date & time Tender Fee Refundable Bid Security Deposit (see Section -!, Point-8.1, Page -2) along with Quotation Refundable Performance Security Amount (see Section -!, Point-8.2, Page -3) to be deposited after finalization of contract Address for Correspondence and submission of Tenders/ bids Date of completion of outsourced Illustrations 10/3/PUR/AP&M/2013-14 dated. 30/05/2013 Outsourcing of Exploratory Core Drilling in Jagpura Area, Banswara District with boreholes depth varying from 150m to 400 meters in Schist & Plagioclase Tourmaline Rock formation a total of 1000m drilling 27-06-2013 , 12-00 noon 27-06-2013 3-30 PM Rs 500/Rs 90,000/- (Rupees Ninety Thousand only) 5% of ordered value Dy. Controller of Stores, GEOLOGICAL SURVEY OF INDIA WESTERN REGION, Assets Procurement and Management Divn., Khanij Bhavan, 15-16, Jhalana Institutional Area, Jaipur-302004. 28/02/2014 Yours faithfully

3. 4. 5. 6. 7.

8.

9.

Bidders should take due care to submit Tenders/ Bids in accordance with requirements.

(A.K.Sarkar) Dy.Controller of Stores For Dy. Director General, GSI, WR, Jaipur

SECTION - I INSTRUCTIONS and INFORMATION TO BIDDERS 1. In preparing the Tender/bid, bidders shall have full regard to the contents of the clauses given in Section I, II and III, since all bids will be deemed to have been made after taking into account all the provisions thereof. The agreement as finally executed will include Geological Survey of Indias (hereinafter also referred as GSI) Tendering document package and the bidders tender. GSI reserves to itself the right to accept or reject any tender/ bid in part or parts only with such conditions as it may prescribe. Bids or modifications to bids received after closing date and time shall not be considered. Such modified bid together with original bid will be summarily rejected. However bid security bond submitted with delayed Tender/bid will be returned to the bidder after rejecting the bid. GSI will not be responsible for the loss of the Tender/bid or for delay in postal transit. It is the responsibility of the bidders to see that their tenders reach the address specified for submitting Tender by due date and time. The fact of having posted an offer in time will not bind G.S.I. for considering the tender. Canvassing in any form by the bidder or by any other agency acting on behalf of the bidder after submission of the bid, may disqualify the said bidder. The GSIs decision in this regard shall be final and binding on the bidders. SECURITY BONDS BID SECURITY BOND: Except the valid and prescribed BID SECURITY amount, the offer/tender will be treated as cancelled. Prescribed Bid Security Bond value, in this case, is Rs 90,000 (Rupees Ninety thousand only). The norms/modes of paying BID SECURITY is Demand Draft issued by any reputed commercial bank in favour of The Dy.Director General, Geological Survey of India, Western Region, Jaipur, payable at Jaipur. No interest is payable on the BID SECURITY DEPOSIT AMOUNT. The validity of the D/D submitted as the BID SECURITY, should be suitably extended by the Bidder, if need be, beyond validity of the tender. The BID SECURITY will be returned to the unsuccessful Bidder. It will be returned to the successful Bidder after receipt of the PERFORMANCE SECURITY DEPOSIT from them. In case of withdrawals or amends or impairs or derogates or non-compliance of Bid/Tender condition(s) of the offer in any respect within the validity period of the tender or refusal of furnishing Contract/Job Order, the BID SECURITY amount is liable to be forfeited. Once the Tender/bid is selected for award of contract and until an agreement is signed or order is placed/ executed, this Bid security bond shall constitute a binding contract between GSI and the bidder company. PERMANCE SECURITY BOND: The successful bidder, within 15 days of the date of issue of Letter of Award/ intent of Order, will be required to furnish Performance Bond for Rs. [ 5% of the Order value] as per the prescribed format in the form of a Bank Guarantee for the due performance of the contract

2. 1.

6.

7.

8. 8.1 8.1.1 8.1.2

8.1.3 8.1.4 8.1.5 8.1.6

8.1.7 8.2 8.2.1

8.2.2

Failure of the successful Bidder to comply with the requirement of clause 8.2.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security/ Bid Bond, in which event the GSI may award the contract to the next lowest evaluated bidder or call for new bids or any action as deemed necessary. This Performance Security Deposit BG should remain valid for a period of 60 days beyond the date of completion of all contractual obligations of the contractor including Completion of Job. In case of non-performance of the contracted job in time or/and for any other bad job performance or/and failure to render contracted service during the period of contract (summarily noncompliance of due performance of contract by the supplier to whom order has been awarded), the Performance Security Deposit will be forfeited. The Performance Security Deposit amount will be returned to the Supplier after satisfactory completion of the job (whole contract) as well as the warranty period of the delivered stores as per terms and condition of the Job Order No interest is payable on the PERFORMANCE SECURITY DEPOSIT AMOUNT. INSTRUCTIONS FOR FILLING TENDER/ BID: The bids can only be submitted in the name of the bidder in whose name the final order will be awarded by GSI. The Tender papers shall be filled complete in all respects and shall be submitted together with requisite information and Appendices, if any. It shall be complete and free from ambiguity, changes or interlineations. Any additional information that the bidder wishes to submit must be attached to their documents as an addendum. The complete bid including the prices must be written by the bidder in indelible print/ ink. Bid/Tender is to be submitted in the Tabular format given in the ANNEXURE (see SECTION III). Bidders shall set their quotations in firm figures and without condition. Tenders containing qualifying expressions such as subject to availability, subject to minimum acceptance, etc. shall be liable for disqualification and may lead to rejection. If the space in the Tender form or in the Appendices thereto is insufficient, additional pages shall be separately added. These pages shall be consecutively numbered and shall also be signed by the bidder with seal. In such cases reference to the additional page(s) must be made in the bid. Each page of the Tender and documents shall be signed by the bidder. The Tender/bid shall be kept unconditionally valid for acceptance for a minimum period of 120 days from the date of opening of price bid. If any bidder desires to offer a longer validity period, it should specifically be mentioned in the Tender/bid. Each Tender shall be signed by duly authorized employee/Executive of the bidder. Any interlineations, erasures or overwriting shall be valid only if they are signed by the person or persons signing the bid. Bidders are advised in their own interest to prepare their Tenders in strict conformity with the Tender enquiry documents and to avoid exceptions as much as possible as Tenders are to be evaluated on the basis of Bid evaluation criteria laid down in this Tender enquiry documents. In case of any deviation GSI has the right to reject the Tender.

8.2. 3 8.2.4

8.2.5

8.2.6 9. 9.1

9.2 9.3 9.4

9.5

9.6

9.7 9.8 9.9

Tender must be submitted complete in all respects. The offer would be summarily rejected without assigning any reasons, if found incomplete. In case of any deviation GSI has the right to reject the Tender.

It should be specifically stated whether Sales Tax/Service Tax/VAT/Packing/Delivery Charges/Insurance charges, etc. are payable in addition to the price quoted, otherwise, the price quoted will be assumed to be all inclusive and no separate tax or charges will be paid in the event of the offer being accepted. 10. MODIFICATIONS TO BIDS:

No modifications to the bid shall be made by the bidder after the closing date unless specifically requested for by the GSI after opening of Tenders. In that case, the reply of the bidders should be restricted to the clarifications sought only. Any bidder who modifies his bid (including a modification which has the effect of altering the value of his offer) after the closing date without specific reference by GSI shall make him liable to be debarred from this Tendering process without further reference to the bidder. In such an event, the Bid Security against the currency of BID/ TENDER shall be forfeited. 11. 11.1 DELIVERY OF TENDER: This Tender/bid is invited in Two Bid System

11.2 The Tender is to be submitted under TWO BID system. Viz. Two separate sealed covers each should contain Techno Commercial bid (except price) with superscription as Technical Bid, and other should contain commercial/ Price bid with superscription as Price Bid. Both the bids are to be packed in one sealed cover with superscription Tender for Outsourcing of Exploratory Core Drilling in Jagpura Area, Banswara District with boreholes depth varying from 150m to 400 meters in Schist & Plagioclase Tourmaline Rock formation,Item No-38. All 3 covers should be superscripted separately with nomenclature of each envelope/ cover as per their respective contents. Technical Bid must contain (a) Documents to establish technical, financial and infrastructural capability of the bidder (b) Bank Guarantee/ D.D. for bid security bond, and (d) unpriced offered job details. The Price/ Commercial bid must contain offered price/ cost against the offered jobs. 11.5 The Technical bid should be accompanied by:

(a) a write up on description and facilities of the bidder firm for the offered job, (b) Instruments/ equipments / machineries (including Details of rigs possessed as per the table in Annexure- I) possessed by the biding firm for the offered job, (c) Experience details for the last 5 years in the format given in Annexure-II.Copies of (i) Work order (ii) Satisfactory completion certificate indicating no of rigs deployed, scheduled date of start and completion and actual date of completion and gross value of job completed issued by the client for whom the work was carried out should be attached. (d) Solvency certificate (e} Audited Balance sheet showing annual Turn Over (f) any additional information in support of merit of the bidder firm (g) An undertaking as per the format given in Annexure III 11.6 The Tender must reach this office not later than 1200 hrs(IST) on the notified date of closing of the Tender. Offers sent by hand delivery should be put in the Tender Box at this office not later than 1200 hrs (IST). on the specified date. The right to ignore any offer which fails to comply with the above instructions is reserved. One representative of the bidder may remain present at the time of opening tender at their own cost. UNSOLICITED POST TENDER MODIFICATION:

11.7 11.8 12.

In case certain clarifications are sought by GSI after opening of Tenders, then the reply of the bidder should be restricted to the clarifications sought. Any bidder who modifies his bid (including a modification which has the effect of altering the value of his offer) after the closing date without specific reference made by GSI shall render the bid liable to be ignored and rejected without notice and without further reference to the bidder. 13. CLARIFICATION IN RESPECT OF INCOMPLETE OFFER:

The GSI has to finalize the award of contract within a limited time schedule. Therefore, it may not be feasible in all cases for GSI to seek clarifications in respect of incomplete offers. Prospective bidders are advised to ensure that their bids are complete in all respects and conform to the terms & conditions. Bids not complying with GSIs requirements may be rejected without seeking any clarifications. Conditional Bids indicating exceptions/deviations to the Tender enquiry clauses will be rejected summarily

SECTION II CONTRACT TERMS & CONDITIONS A. GENERAL: Joint Venture: Two or more companies/contractors may enter into a joint partnership and the lead contractor may submit the bid(s). In that case copy of legal agreement of forming a consortium is to be provided along with Tender (Technical Bid). B. MINIMUM ELIGIBILITY CRITERIA FOR EACH VENDOR: [I] (a) (b) TECHNICAL: Availability of minimum of 5 core drilling rigs of required capacity. Documents to substantiate the claim should be provided with Tender. Experience in core drilling for mineral/geo-technical exploration. Experience of successfully completed works of similar Drilling Operations during the last 5 years in reputed organization. Documents to substantiate the claim should be provided with Tender. FINANCIAL: Adequate solvency to take up the offered project. Most current Solvency certificate from Financial Institute of repute/ Charter accountant/ Chamber of Commerce/ Commercial Bank is to be provided with Technical Bid of the Tender. Average annual financial turnover in the last three financial years should be at least similar to the project cost. Annual financial turnover in the last three financial years should be provided with Tender with substantiative documents. PERSONNEL STRENGTH

[II] (a)

(b)

[III]

The bidder should furnish general experience, qualification and competence of the personnel proposed to be associated with the assignments while submitting TECHNICAL BID. B. TERMINATION OF CONTRACT:

If the service of contractor / Bidder Company, after awarding contract, at any stage is found unwilling or unsatisfactory, GSI may terminate the contract without assigning any reason, compensation and notice to the contractor. The performance security deposit will be forfeited, in that case. C. 1. PAYMENT TERMS: Payment will be made after satisfactory completion of each case of job of Drilling operation. The Payment term is negotiable before awarding contract. But in any special case Part payment may be allowed but advance payment will not be allowed.

2. D.

All statutory Tax rules including TDS towards Income Tax in case of services, as per Govt. rules, will be applicable WORK/ DRILLING COMPLETION SCHEDULE:

The Schedule for completion of Drilling work as per contract/ Job order is to be strictly adhered to by the firm. Liquidated damage will be charged for every case of delay in completion of drilling job at the rate of 0.5% of the total contract value (including taxes etc.) per case of job per day of delay from the date of delivery mentioned in the Job Order. This amount will be deducted either from the pending bill of the company or from the Performance Security deposit. E. INSPECTION AND VERIFICATION OF COMPLETED WORK/ DRILLING:

A team of GSI Officers will constantly monitor progress of contracted drilling operation and the GSI team will certify the satisfactorily completion of the same or otherwise. F. ENTRUSTING OF JOB GSI will enter into the contract or issue Work Order for the Drilling work as required to them to the finally selected vendor in respect of any numbers (any volume) of Bore holes at a time in one order. The work can be undertaken simultaneously or one after another as per need basis with mutual consent. Payment will be made in a negotiated term but in any case not in advance. G. ARBITRATION

In case of any dispute arises in executing the contract ( after issue of job order/ contract) on either side, the Dy. Director General, Geological Survey of India, WR, Jaipur or his nominated officer will stand as the arbitrator to address the dispute. H. QUOTED RATE The quoted/ offered rate will be firm and final for the entire project period and the order will be issued based on the quoted rates. No escalation of the ordered rate or the quoted rate will be allowed during one project or execution of one work order. SECTION III SPECIFICATION/ SCOPE OF WORK Approximate Drilling Area : 1 sq km Location : 235055" : 235145" ; 742140" : 742235" 1. Core diameter: HQ size (63.5 mm ) 2. Inclination of the borehole: All boreholes are inclined(vertical/inclined) 3. Number of Rigs: The party should possess minimum number of rigs of required capacity as mentioned in the NIT to be eligible for consideration. The details of rigs possessed by the party should be given in table as per Annexure-I. 4. Formations to be drilled: Schist & Plagioclase - Tourmaline Rock formation. 5. If the drilling area falls under Wildlife Sanctuary/reserve forest, the following steps should be taken to conserve and protect fauna and flora: (a) (b) (c) (d) (e) (f) (g) (h) Drilling should be restricted to dawn to dusk only. No tree removal/uprooting. Restoration of ground to normal status after work, Minimum movement of personnel and vehicles, No camping in sanctuary area except night watchman, To prevent fire hazards, POL should not be stored, Water requirement to be met by contractors own arrangement, No movement of vehicles in the night,

(i) Fencing of the drill site to avoid harm to wildlife, (j) Use of existing roads, (k) Noise level should be limited as per the guidelines of Government of India under Noise, Pollution (Regulation and Control) Rules.
6. 7. 8. 9. 10. 11.

12.

The compensation to the land owners for the drill site and making of approach road/track should be directly negotiated and paid by the contactor. The contractor should be adequately equipped with regard to all drilling inventory such as casing, rods, bits etc. of appropriate requirement. Total core drilling of 1000 metres approximately with bore hole Depth range of 150m to 400 m. with possible minor variations, in HQ size (63.5 mm bore hole dia.). A minimum of o n e core drilling rigs should be deployed in the area. However this number should be increased as per requirement for time bound completion of work. A minimum rate of progress of 200 m per month should be ensured On acceptance of the contract, G S I will give a certified plan indicating borehole locations. The HOD or his representative however, reserves the right to modify the drilling plan during the operation of the contract based on the results of drilling but confining the drilling within the areas specified. The changes in the location and depth of the boreholes will, however be notified to the drilling agency well in advance in order to avoid delay in preparation of the borehole sites and to provide sufficient time for shifting of the rigs and other materials. Boreholes drilled should conform to the following standards: a) b) c) Core Diameter Angle of the Boreholes Core/Sludge Recovery Deviation and Drift In HQ size (63.5 mm bore hole dia.). Vertical/inclined. (Angle will be checked by the A r e a Geologist before commencement of the borehole) Overall recovery of 90% and minimum of 95% in the ore zones.

d)

Maximum 2 for each 100 meters of drilling.

13. Drilling shall normally conform to the above standards. However, considering the lithology, structure of

the rock and in-hole conditions, the standards on core recovery, deviation and drift may be assessed as per site conditions and relaxed by the DyDG, GSI, WR, Jaipur after ensuring that the bore hole has served the purpose. Accordingly, payment will be made. The decision of the DyDG, GSI, WR, Jaipur in the matter will be final.

14. The geological formations to be drilled are mostly Schist & Plagioclase Tourmaline Rock formation. 15. The contractor/drilling agency should make efforts and exercise due caution during the course of drilling

so as to obtain 90% overall core recovery and minimum of 95% in the ore zones. On completion of every run, the core should be placed in the core boxes properly marked as per the guidelines provided by the Area Geologist, GSI shall arrange to take over the filled core boxes at the drill site. Empty core boxes to be arranged by the contractor as per the requirement. The contractor/drilling agency shall be responsible for upkeep and safety of core boxes till closure of the concerned borehole.

16. No borehole should be closed until gamma ray is completed. The G e o p h y s i c a l logging of the

boreholes will be done only during the day time. Approval of the HOD should be taken before closure of the borehole. Every effort will be made by the Area Geologist to have the logging completed within three days after the completion of the borehole.

17. The borehole opening should be covered by a concrete pillar with the borehole number engraved on

it before removing the Rig from the borehole point. In case it is not possible to construct the concrete pillar due to the objections from the land owner(s), the borehole mouth should be properly sealed.

18. In case where considerable collapse is noticed and it is difficult to keep the borehole clear for

the purpose of geophysical logging, casing of the borehole would become necessary.
19. The location map of the boreholes, specification of drilling, drawing will be provided by the Area Geologist

of GSI. Any alteration, omissions, additions to or substitutions for the original specifications, drawings, designs, borehole, location map and instructions, that may appear to GSI to be necessary during the progress of the work and the contractor shall carry out the work in accordance with any instructions which may be given to him. required for the contracted drilling operation will be arranged and used by the Contractor at their cost, risk and responsibility. GSI will be free from providing man and materials and ipso facto to provide amenities or welfare or any kind of liabilities to the personnel to be deployed by the contractor. responsibility of the contractor at their own cost.

20. Entire MATERIALS / STORES/ ACCESSORIES including Capital, retail, consumable nature OR PERSONNEL

21. Observing of necessary safety measure during the operation and the whole project will be the 22. Movement of man and materials from one location to other location will be the responsibility of the

contractor at his own cost and risk. GSI will not provide any logistic for that purpose.

23. Standard Force Majeure clause will be applied

SECTION IV

BIDS EVALUATION CRITERIA 1. One company/ Contractor/ bidder will be selected for the Job of Drilling Operation. 2. Companies will be selected on the basis of (a) capacity and capability of their organization in the context of the tendered work (b) equipment machineries possessed by the Company (c) man power available in the Company (e) past experience for similar job (e) financial prudency of the company AND (f) lower price quoted - while lower price will be determined at large and as package for a probable Drilling job. Annexure-I DETAIL OF THE RIGS POSSESSED Sl No Sl No of the drill Make & Model Drilling Capacity in mts Drilling Capacity in size Type of mechanism (mechanical/ hydrostatic) Type of application (DTH/core) Year of purchase Present condition

Annexure-II DETAILS OF EXPERIENCE (A) COMPLETED JOBS DURING LAST FIVE YEARS 1 Sl. No 2 Name & address of the client 3 Brief Description Of Work Awarded 4 Work Order No and date 5 Drilling Quantity Awarded 6 Completion Time 7 Value Of Work 8 Start Date

9 End Date

10 No. Of Rigs Deployed

11 No. Of Bore Hole Drilled

12 Depth Range Of The Bore Holes Drilled

13 Quantum of Drilling Work Executed

14 Value Of Executed Work

15 End Date

16 No. Of Rigs Deployed

(B) WORKS IN HAND 1 Sl. No 2 Name & address of the client 3 Brief Description Of Work Awarded 4 Work Order No and date 5 Drilling Quantity Awarded 6 Completion Time 7 Value Of Work 8

Depth range

9 Start Date

10 No. Of Rigs Deployed

11 No. Of Bore Hole Drilled

12 Quantum of Drilling Work Executed

13 Value Of Executed Work

14 Expected Date of completion

Annexure-III UNDERTAKING BY THE BIDDER I,---------------------------------------Partner/Legal Attorney/ Accredited Representative of M/S. ---------------------------------------------------, solemnly declare that, 1. We are submitting bid for Exploratory core drilling in -----------------area, -------- ---- District, State of ------------------- against Tender No.------------------------------ of NIT No. ------------------------------------------------------------------Dated ------------. 2. None of the Partners of our firm is relative of employee of Geological Survey of India 3. All information furnished by us in respect of fulfillment of eligibility criteria andQualification information of this Tender is complete, correct and true. 4. All documents/credentials submitted along with this Tender are genuine, authentic, true and valid.

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

BANK GUARANTEE FORMAT FOR FURNISHING EMD/BID SECURITY Whereas (Hereinafter called the tenderer) has submitted their offer dated for the supply of (Hereinafter called the tender) KNOW ALL MEN by these presents that WE of. having our registered office at..are bound unto (Hereinafter called the Bank) ...in the sum of (Hereinafter called the Purchaser) for which payment will and truly to be made to the said purchaser, the Bank binds itself, its successors and assigns by these presents . Sealed with the Common Seal of the said Bank this Day of 200... THE CONDITIONS OF THIS OBLIGATION ARE: (1) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of this tender. (2) If the tenderer having been notified of the acceptance of his tender by the Purchaser during the period of its validity. a. If the tenderer fails to furnish the Performance Security for the due Performance of the contract. b. Fails or refuses to execute the contract. WE undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including 45 days after the period of tender validity and any demand in respect thereof shou8ld reach the Bank not later than the above date. (Signature of the Bank official)

10

You might also like