You are on page 1of 62

MINERAL EXPLORATION CORPORATION LIMITED

(A Government of India Enterprise)


ISO 9001:2008 COMPANY

INDEX

Sl.No. CONTENTS PAGE NOS


1 E-Tender Notice 2
2 Instruction to Bidders for On-Line submission of tender 3–6
3 Guideslines to Bidders for Participation in E-Tender 7–8
System
4 Instructions related to submission of bid 9 – 11
5 Format of Cover Note 12
6 Difinitions and Interpretation 13 – 14
7 Scope of Work 15 -16
8 Time Schedule 16
9 Instructions to Bidders 17 – 22
10 Special Terms and Condtions of Contract 23 – 25
11 General Terms and Conditions of Contract 26 – 33
12 Schedule-I Bid Form 34
13 Schedule-II – Details of Bidder 35
14 Annexure-I : Details of Rigs proposed for deployment 36
15 Annexure-II : Details of the Equipments & Accessories 37
which the bidder proposes to deploy
16 Annexure-III : Work experience during last thre F.Y. and 38
up to the date of notification of Tender
17 Annexure-IV : Undertaking by the Bidder 39
18 Annexure-V : Financial conditions/status of the 40
Contractors
19 Annexure-VI : Eligibility/Qualifying Requirement 41
20 Annexure-VII : Undertaing by the Bidder pertaining to 42
Engagement of retired MECL’s Personnel.
21 Annexure-VIII : Monthly Action Plan for completion of 43
tdner work
22 Annexure-IX : Check List of Documents 44
23 Part-II : Instrucitions for submission Price Bid 45
24 Appendix-A: Format of Bank Guarantee for Earnest 46 – 47
Money Deposit
25 Appendix-B: Format of Bank Guarantee for Security 48 – 50
Deposit
26 Appendix-C: Format of Agreement 51 – 52
27 Appendix-D : Integrity Pact 53 – 62

1
MINERAL EXPLORATION CORPORATION LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
AN ISO 9001-2008 CERTIFIED COMPANY
Corporate Identity Number (CIN): U13100MH1972GOI016078
GSTIN: 27AABCM9165C1ZH (MAHARASHTRA)
CORPORATE OFFICE: Dr. Babasaheb Ambedkar Bhawan, Seminary Hills, Nagpur- 440006(India)
TELEPHONE: 91-712-2511841, FAX 91-712-2510548.
Website: www.mecl.co.in e-mail: headbd@mecl.co.in

BUSINESS DEVELOPMENT & COMMERCIAL DIVISION


E-TENDER NOTICE
E-TENDER NO. CD/352/CORE-DRILLING/GAURANDIH/2018 dated 23.07.2018
On-line tenders (in two part system) are invited on the website of Central Public Procurement
Portal (CPPP-NIC) https://eprocure.gov.in/eprocure/app, from reputed, experienced and
financially sound tenderer(s) and having Digital Signature Certificate (DSC) issued by any
agencies authorized by Controller of Certifying Authority (CCA), Govt. of India, for conducting
the exploratory drilling work of the following work

TENDER EMD
TENDER NO. NAME OF THE WORK
FEE(Rs.) (Rs.)

CD/352/Core- Core drilling work of 15,000 m ± 20% for


Drilling/Gaurandih coal in Gaurandih South Block, District 5,000/- 3,35,250/-
/2018 Bardhman, West Bengal.

Last date of download & on-line submission of tender : 23.08.2018 (17.00 hrs)
Last date & time for submission of Tender Fee &
EMD in physical form (By hand/By post) : 25.08.2018 (17.00 hrs)
Date of on-line tender opening (Part-I: Technical Bid) : 27.08.2018 at 11.00 hrs.

For more details and Instruction to Bidders and Tender document please log on to our website
www.mecl.co.in or https://eprocure.gov.in/eprocure/app Please note that on-line submission
of the tender will be through CPP-NIC portal www.eprocure.gov.in only. Tenders without
Tender Fee &EMD shall be rejected. However, Firms shall be entitled for Tender Fee & EMD
exemption if they are registered with DGS&D/NSIC or any agencies/ bodies specified by MSME
(for the product for which they are registered). The above notice in Hindi would also be
available at website www.mecl.co.in
Note: Any updates, Corrigendum, etc. against the above tender shall be published on above
said websites only. Those shall not be published in any newspaper or media. The Tenderers may
please take note of the same, and are requested to visit the CPP portal regularly.

HOD (BD & COMMERCIAL)

2
COVER–2
INSTRUCTIONS TO BIDDERS FOR ON-LINE SUBMISSION OF TENDER
MINERAL EXPLORATION CORPORATION LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CD/352/CORE-DRILLING/ GAURANDIH/2018
Tenders should be submitted in TWO PARTS SYSTEM as detailed below

Earnest Money Deposit (EMD) and Tender Fee -


COVER – 1
along with duly filled in Format of Cover Note
Entire Tender document i.e.e-Tender notice,
Definitions & Interpretation, Scope of Work, Time
Schedule, Instruction to the Bidders, Special
Conditions of the Contract, General Terms &
PART-I COVER-2
Conditions of the Contract, Appendix-A, B, C & D
TECHNICAL
and Instruction for submission of Price Bid, duly
BID
signed with seal on each page by the Authorized
signatory.
Schedule-I and II, Annexure- I to VIII and relevant
supporting documents in respect of Schedule-II and
for Annexure-I to VIII. An undertaking on firm
COVER – 3
letter head, stating about the UAM number declaration
on CPP Portal. Check list of Documents Annexure-IX,
Any other documents as per terms of the tender.
PART-II
COVER – 4 Price Bid Only (IN BOQ-.XLS FORMAT ONLY)
PRICE BID

(A) COVER-1: SHOULD CONTAIN TENDER FEE, EMD &FORMAT OF COVER NOTE.

1. Tender Fee (Non-refundable) & EMD, as per e-tender notice, should be submitted offline in
physical form as follows.

a) Tender Fee by way of Demand Draft of any Nationalized/Reputed Banks, drawn in favour of
Mineral Exploration Corporation Ltd., payable at Nagpur.
b) EMD amount by way of DD of any Nationalized/Reputed Banks, drawn in favour of
Mineral Exploration Corporation Ltd., payable at Nagpur.
OR
by way of Bank Guarantee of any Nationalized/Reputed scheduled Banks, drawn in favour
of Mineral Exploration Corporation Ltd(as per Appendix-A).

Scanned copies of Demand drafts pertaining to Tender Fee &DD/B.G for EMD should be
uploaded along with covering note (FORMAT OF COVER NOTE).

2. Tender fee &EMD, as per e-tender notice, should be submitted separately.

3. The Tender fee and EMD in physical form should be sent in a sealed Cover as per e-
tender notice, clearly super scribing as “TENDER FEE & EMD AGAINST TENDER NO:
CD/352/CORE –DRILLING/ GAURANDIH /2018 due for opening on 27.08.2018 at 11.00 hrs”
to The HOD (BD&C), Mineral Exploration Corporation Limited, Dr. Babasaheb Ambedkar

3
Bhawan, Seminary Hills, Nagpur-440006 and deposited in the TENDER BOX kept in Business
& Commercial division of MECL. Tender fee and EMD shall be received up to
25.08.2018(17.00 hrs) and shall be opened on 27.08.2018 at 11.00 hrs. On-line tender of
firms, whose Tender fee & EMD has not been received in the physical form till the prescribed
date and time, shall not be considered.
4. With reference to letter No. F.No.21(17)/2016-MA, Dated – 6th April 2018 issued by
Ministry of Micro, Small & Medium Enterprises and office Memorandum No. F 5/4/2018-
PPD Dated – 28.02.2018 issued by Ministry of Finance, it is mandatory for MSE vendors
to give declaration of their UAM number on CPP Portal, failing which such bidders will
not be able to enjoy the benefits as per PP policy for MSME Order 2012 for tenders invited
electronically through CPP Portal.
5. In view of above clause no.4, MSE vendors have to get their UAM number declared in CPP
Portal and also have to submit a declaration in their letter head stating that they have given
declaration of their UAM number in CPP Portal and upload the same along with Techno-
commercial offer (Part-I) in Cover-3.
6. Micro & Small Enterprise registered with DGS&D/NSIC (For the product for which they are
registered) are exempted from payment of EMD. For availing this exemption, Micro &
Small Enterprise should submit physical copy of valid DGS&D or NSIC certificate.
Scanned copies of the certificates should be uploaded in Cover-1 on CPP Portal while
submitting the tender.
Public procurement policy for Micro and Small Enterprises (MSEs) as per guidelines shall be
applicable. For details visit website: www.msme.gov.in. Micro and small enterprise shall be
exempted from payment of Earnest money who have registered with any of the following
agencies:-
a) District Industries Centers (DIC)
b) Khadi and Village Industries Commission (KVIC)
c) Khadi and Village Industries Board
d) Coir Board
e) National Small Industries Corporation (NSIC)
f) Directorate of Handicraft and Handloom
g) Any other body specified by Ministry of MSME.
The Micro and Small Enterprise registered with the above said agencies (for the product for
which they are registered) and others for which specific exemption has been granted by
MECL are exempted from the payment of EMD. However Medium Enterprise is not entitled
for exemption of EMD & Tender fee.
The Micro and Small Enterprise registered with the above said agencies and the firms
registered with DGS&D/NSIC shall also be exempted from payment of tender fee. For
exemption of EMD and tender fee in case of Micro and Small Enterprise and DGS&D/ NSIC
registered firms they have to be registered for the particular trade / item for which the tender
is relevant. The valid certificate of registration indicating the product for which they are
registered with MSME or DGS&D/NSIC as the case may be is required to be submitted with
the bid.
To avail exemption of EMD and tender fee, the MSME registered with District Industries
Centers must submit along with their bid the “Acknowledgement of Entrepreneur
Memorandum” along with filled EM part -II proforma duly signed by DIC Authority
and firms registered with National Small Industries Corporation (NSIC) must submit the
valid registration certificate along with the bid.

4
7. In tender participation, Micro and Small Enterprise quoting price within price band of L-1+15%
may be allowed to carry out a portion of work by bringing down their price to match with L1
price in a situation where L1 price is from someone other than Micro and Small Enterprise and
such Micro and Small Enterprise may be awarded work up to 20% of total tender value / quantity.
In case of more than one such Micro and Small Enterprise; the work shall be shared
proportionately against 20% of tender value / quantity. Startups and Micro and Small Enterprise
(MSEs) are relaxed from prior turnover and prior experience subject to meeting of quality and
technical specification
8. Tender fee and EMD submitted in the form DD or DGS&D/NSIC Registration Certificate etc.
should be valid at the time of scheduled date or extended date of opening of Part-I tender.
Micro and small enterprise should be registered with any of following agencies:-
a) District Industries Centers (DIC)
b) Khadi and Village Industries Commission (KVIC)
c) Khadi and Village Industries Board
d) Coir Board
e) National Small Industries Corporation (NSIC)
f) Directorate of Handicraft and Handloom
g) Any other body specified by Ministry of MSME shall submit Registration
certificate/“Acknowledgement of Entrepreneur Memorandum” along with filled EM
part -II proforma duly signed by DIC Authority which should be valid at the time of
scheduled date or extended date of opening of Part -I tender.
The Micro and Small Enterprise MSEs, who have applied for registration or renewal
of registration with any of above agencies/ bodies, but not obtained the valid
certificate as on close date of tender, are not eligible for exemption preference.
9. MECL will not be responsible for any kind of delay in submission of Tender Fee &EMD or
DGS&D/NSIC Acknowledge General of Memorandum (EM part-II) (certificate or for any
mistakes or any incorrectness in the DDs / Bank Guarantee of EMD or Certificates. As such,
offer of valid tender fee &EMD in all respect, shall only be considered.
Even during course of tender processing, if it is found that any of the information provided by
the tenderer is incorrect including the information related to Tender Fee and EMD or
exemption Certificates, their bid / tender is liable to be rejected.
10. MSME firms to upload the “Acknowledgement of Entrepreneur Memorandum” along
with filled EM part –II proforma duly signed by DIC Authority in the said cover in
place of EMD and tender fee.

(B)COVER-2: SHOULD CONTAIN: E-TENDER DOCUMENT (e-TENDER NOTICE, DEFINITIONS &


INTERPRETATION, SCOPE OF WORK, TIME SCHEDULE, INSTRUCTION TO THE
BIDDERS, SPECIAL CONDITIONS OF THE CONTRACT, GENERAL TERMS &
CONDITIONS OF THE CONTRACT, APPENDIX-A, B, C & D AND INSTRUCTION FOR
SUBMISSION OF PRICE BID, DULY SIGNED WITH SEAL ON EACH PAGE BY THE
AUTHORISED SIGNATORY.
01. Tender document duly signed on each page by the authorized signatory with seal as a
token of acceptance.
(C) COVER-3: SHOULD CONTAIN : SCHEDULE-I AND II, ANNEXURE- I TO VIII AND RELEVANT
SUPPORTING DOCUMENTS IN RESPECT OF SCHEDULE-II AND FOR ANNEXURE-I
TO VIII. AND OTHER DOCUMENTS AS PER TERMS OF THE TENDER. CHECK
LIST OF DOCUMENTS. ANNEXURE-IX, ANY OTHER DOCUMENT AS PER TERMS
OF THE TENDER.

5
Tenderer(s) must fill / complete the “Eligibility /qualifying criteria” (GTR) and submit “Work
Plan” as specified in the tender document. Offer without tender document (duly signed and
stamped) and without complete eligibility criteria is liable to be rejected and detailed Technical
bid will not be evaluated. Schedule I, II & Annexures-I to VIII as indicated below duly filled in
along with relevant supporting documents etc. should be submitted in this cover.

01. Bid Form - Schedule-I


02. Details of Bidder – Schedule-II
03. Details of Rigs proposed for deployment - Annexure-I
04. Details of equipments& accessories which the bidder proposes to deploy-Annexure –II.
05. Work experience - Experience details of last 3 years and up to the date of notification of tender
shall be considered. The details should be provided in the format given i.e., Annexure-III.
Copies of (a) Work orders (b) Work completion certificates clearly mentioning details like
mineral, duration, quantum of work, area etc. should be attached.
06. Undertaking by the bidder - Annexure–IV.
07. Copies of original documents defining the constitution or legal status, place of registration of the
Firm//Tenderer and Memorandum of Association in case of Company.
08. Report on the financial standing / Status of the contractor such as (a) copy of Income tax return
for last three financial years,(b) Copy of audited balance sheets(audited by qualified Chartered
Accountant bearing his membership no. & seal of the auditor), Profit & loss account along with
Schedules & Notes of the firm for the past three financial years (c)Copy of Solvency Certificate
from the Nationalized bank/RBI approved schedule Indian Bank (Minimum 25% of the cost of
tender work)etc. Annexure –V
09. Duly filled in Eligibility/Qualifying Requirement -Guaranteed Technical Requirement
(GTR)Annexure -VI
10. Undertaking by the bidder pertaining to engagement of retired MECL personnel -
Annexure-VII
11. Monthly Action Plan for completion of tender work - clearly indicating number of
drills proposed for deployment (Annexure-VIII)
12. Documents as per check list (Annexure-IX)
13. List of Key Personnel‟s with their past experience.
14. Details of High Tech Machineries / Equipment through foreign Collaboration, if any.
15. MSE Vendors only : To submit an undertaking on firms letter head, stating about the UAM number declaration on
CPP Portal
(D) COVER-4: SHOULD CONTAIN: PRICE BID

1. Price bid should be submitted in this cover only in the BOQ Format and not with
Technical Bid.
2. Unless stated otherwise, the contract will be for the whole work as awarded based on the
schedule of unit rates and prices submitted by the contractor.
3. Price Bid Consisting of Schedule of Rates as per format with no other conditions/
deviations.
4. The rate shall be inclusive of all taxes/other levies as applicable in working area excluding
Goods and Services Tax (GST).
5. The Contractor shall fill in rate as per format of the price bid.
6. All duties, taxes and other levies, excluding GST, payable under the contract or for any other
cause shall be included in the rate in the Price Bid submitted by the Contractor. The
evaluation and comparison of bids by the MECL shall be made accordingly. MECL shall not
accept any other liability of any type or kind except price of bid.
7. Submission of Price Bid in the cover of Technical Bid (Part-I), shall be deemed as
“Disclosure of price in technical bid” and hence shall be rejected. Tenderer(s) may, therefore,
ensure that Price Bid is submitted in appropriate separate cover only.

6
GUIDELINES TO BIDDERS FOR PARTICIPATION IN E-TENDER SYSTEM

In Order to participate in the tender please register inhttps://eprocure.gov.in/eprocure/app

1) Go to https://eprocure.gov.in/eprocure/app on right hand side below login button click on


“Click here to enroll”

2) Put your login id i.e. Email Id, password and confirm password.

3) Please enter your valid email id as all the further communication will be done on the same.

4) Click on next.

5) Fill in the required information.

6) After filling all the information you will be redirected to the homepage i.e.
https://eprocure.gov.in/eprocure/app

7) Put User Id and Password in the User login which is chosen during the Registration.

8) After logging in Bidder Dashboard screen appears.

9) Then click on the link “CLICK HERE TO REGISTER THE DIGITAL SIGNATURE
CERTIFICATE”

10) Please ensure that the valid digital signature (Class II or III Certificate with signing key usage)
issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS/ nCode/ eMudhra
etc.), with their profile should be used.

11) Then click on “Signing Certificate”

12) If warning message appears tick on “Always trust content from this publisher” and click on Run
button.

13) Put your DSC in the USB drive wait for 5 sec.

14) Message will appear showing “DSC is enrolled successfully”.

15) Then under Certificate information tab your certificate details will appear showing the
information about DSC type, validity and enrollment date.

16) Click on the next button.

17) Bidder Dashboard appears with all the left menus and icon enabled.

18) Then Logout by clicking the symbol on the right side.

19) Registration Process Over

7
Participation in the bid Submission Process

1) Insert DSC e-token in USB port and go to https://eprocure.gov.in/eprocure/app put your user
id and password and click on login button.

2) Then it will ask for DSC pin please enter it.

3) Then Click on my document icon.

4) It will show my document list

5) Click on the respective folder option and upload scanned copy of the respective documents.

6) Then click on “Search Active Tender” on left side of bid management window to search the
MECL tenders.

7) Then follow the rest of procedure accordingly.

For any further query or clarification please call to the toll free no. of NIC e-procurement Helpdesk
i.e. 1800 233 7315

NOTE: Please note that the above guidelines are only indicative and is for on hand reference for
bidders. For more details contact NIC e-procurement helpdesk on toll free no. 1800 233
7315 or log on https://eprocure.gov.in

8
COVER–2
Instructions related to submission of bid :
1. a) In order to submit e-tender, bidders have to get themselves registered online on the e-
procurement portal of CPPP (https://eprocure.gov.on/eprocure/app) with valid Digital
Signature Certificate (DSC) issued from any agency authorized by Controller of Certifying
Authority(CCA), Govt. of India. The online Registration of bidders on the portal will be free
of cost and one time activity only. The registration should be in the name of bidder, whereas
DSC holder may be either bidder himself or his duly authorized person.

b) Tender document will be downloaded and printed by the bidder. This document will be filled
appropriately and signed by the DSC holder. Scanned copy of the same will be uploaded
during bid submission in the appropriate covers. The contents of scanned and uploaded
documents must be same as per the tender format downloaded from the website.

c) In case MECL finds that there is some error/omission in the uploaded document, the same
will be specified on-line under shortfall documents after opening of Technical Bid (Part-I).
The bidders will get this information in their personalized dash board under “Upload shortfall
document” link. The bidder will re-upload the required documents within the specified period
and no additional time will be allowed for on-line submission of document.

d) Non-compliance of post bid communications within the prescribed time shall lead to
cancellation of technical bid and shall be treated as technically not suitable. Further, in
this regard no correspondence shall be entertained.

e) PRICE BID: Bidders will quote their prices strictly as per the format given in the tender and
the same will be uploaded duly filled in all respect and signed by DSC holder.

Price Bid Format is provided in a standard BOQ format (.xls File) which has been provided
with the tender document to be filled by all the bidders. Bidders are requested to note that
they should necessarily submit their Financial Bid (Price Bid) in the format provided and no
other format is acceptable. Bidders are required to download the BOQ file, open it and
complete the unprotected/accessible cells with their respective financial quotes and other
details (such as name of the bidder etc.). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the BOQ file template is found to be modified by the bidder, the bid will be
rejected. (Please also refer “ Instruction for submission of Price Bid under Cover No.4 section
through BOQ Format)

f) The Price Bids which are incomplete and not submitted in accordance with instruction shall
be rejected.

g) A step by step guidance for participation in e-TENDER is given in instructions related to


submission of bid. However, the given guidelines are only indicative and for on hand
reference to the bidders. For more details, training and demo in connection with registration,
obtaining Digital Signature Certificates (DSC) and on-line submission of tender and its
modification etc., please visit CPPP-NIC website
https://eprocure.gov.in/eprocure/app.Therefore, before participating in e-tendering bidders
may please acquaint themselves with the procedure of e-tendering. It will be bidders
responsibility to visit our website for any corrigendum/ amendment/ modification in the
tender document uploaded by MECL. No separate press notification will be issued for the
same .MECL will not be responsible any failures or lapses or any misappropriation took place
during the course of e-tendering process by the bidders.

9
2. Technical Bid (Part-I) will be opened on the due date as given in NIT.

3. Opening date and time of Price Bid(PART-II) of technically qualified offers shall be notified
later.

4. Bid Validity : Bid should remain valid for 120 days from the scheduled or extended date of
opening of tender (Part-I).

5. Bid Price: Rate quoted shall be firm & fix till the complete execution of work order. The price
quoted should include all the taxes/duties/levies, as applicable in working area and all costs
related to drilling work excluding GST.

6. All other MECL‟s standard “General Terms & Conditions” are given in the tender.

7. Demand Drafts/Bank Guarantee towards Tender Fee and EMD shall be sent to MECL office
address physically and upload the scan copy of the same in Cover-1.

Demand Drafts towards Tender fee and Demand Draft/Bank Guarantee for EMD shall be put in a
sealed envelope and bidders to make sure that HOD (BD & Commercial), MECL receives the
same through post before the last date of bid submission, or Demand Drafts for Tender fee and
Demand Draft/Bank Guarantee for EMD can also be dropped in the tender box placed in the
above said office address. If they fail in timely submission of above, no further consideration and
communication in this regard shall be entertained.

8. VERY IMPORTANT: Tenderer(s) should indicate Unit rate per meter exclusive of GST as per
Price Bid format.

9. MECL reserves the right to accept or reject any or all tenders without assigning any reasons
thereof.
10. Cancellation of Tender: MECL reserves the right to cancel the tender at any point of time,
without assigning any reasons thereof or any other obligation to inform the tenderers, the grounds
for MECL‟s action.

11. To enable us to make payment through NEFT/RTGS (National Electronic Fund Transfer/Real
Time Gross System) system, Tenderer(s) are requested to provide information as per “Details of
Bidder(Schedule-II)”, along with tender.

12. All the pages of the tender document including GENERAL TERMS & CONDITIONS;
SPECIAL CONDITIONS, IMPORTANT CONDITIONS/INSTRUCTIONS AND
ANNEXURES etc. should necessarily be signed by the Tenderer(s) as token of acceptance and
uploaded in Cover No. 2.

13. All bids are to be submitted on-line on the website of CPPP-NIC (www.eprocure.gov.in). No
bids shall be accepted off-line.

14. After receipt of Tender fee & EMD as per Clause-1(a) of “Instructions to Bidders for on-line
submission of tender”, the Technical bid will be decrypted and opened on-line on the scheduled
date and time by the designated Bid Openers of MECL with Digital Signature Certificate (DSC).

15. After evaluation of Technical Bid all the bidders will get the information regarding their
eligibility on website. Thereafter, opening date and time of Price Bid will be confirmed through
e-mail to all successful (technically qualified) bidders.

10
16. The Price Bid of the successful bidders (qualified in technical bid) will be decrypted and opened
on-line, on the scheduled date and time by the designated Bid openers of MECL with Digital
Signature Certificate (DSC).

17. This uploaded tender document along with the General Terms & Conditions, Special Conditions,
Instructions, Technical Specifications, other documents and subsequent corrigendum, etc., shall
be deemed as Complete Tender and shall also form as part of the contract.

18. PERFORMANCE BANK GUARANTEE: Successful tenderer(s) will have to furnish a


Performance Bank Guarantee equal to 5% value of the work order from any Nationalized
Bank/Reputed Bank in the given format i.e. “Appendix-B” of tender document. The Performance
Bank Guarantee should remain valid for the Contract period and 3 Months beyond. On the
satisfactory completion of the contract in all respect, the Bank Guarantee will be returned to the
contractor without any interest. Furnishing Performance Bank Guarantee shall be within the
scope and obligation of the work contract.

19. Terms of Payment: The payment shall be made in accordance with the „Serial No. 22 of
“General Terms of Payment” of contract as indicated in the Tender Document.

20. Offer should be in INDIAN NATIONAL RUPEES only.

11
COVER–1
FORMAT OF COVER NOTE

(FORMAT FOR SUBMISSION OF TENDER FEE &EMD OFF-LINE IN THE LETTER HEAD OF
BIDDER DULY SIGNED BY THE DSC HOLDER.)

REF:……………………………… DATED:………………

To:
The HOD (Business Development & Commercial)
Mineral Exploration Corporation Limited,
Dr. Babasaheb Ambedkar Bhawan, Seminary Hills,
NAGPUR-440006 (Maharashtra) INDIA.

SUBJECT Submission of Tender Fee &EMD

REFERENCE: Tender No. CD/352/CORE –DRILLING/ GAURANDIH /2018

With reference to the tender under reference, we would like to participate in the tender on-line. As per
the instruction given in tender document, we are forwarding herewith the prescribed Tender fee in DD
&EMD in DD/BG as detailed below off-line. Copy of this letter, copies of Demand Drafts/BG as
detailed below will also be uploaded on the CPPP-NIC in the appropriate cover along with duly filled
tender documents to enable you to open our bid.

DETAILS OF TENDER FEES SUBMITTED:


1 Amount of Tender Fee as per NIT Rs.
Tender Fee submitted: Rs.
Demand Draft No:
DD Date
2
DD Valid up to
DD amount Rs.
DD drawn on (Name of Bank)

DETAILS OF EMD SUBMITTED


1 Amount of EMD as per NIT Rs.
EMD submitted: Rs.
Demand Draft No:/BG No.
DD /BG Date
2
DD/BG Valid up to
DD/BG amount Rs.
DD/BG drawn on (Name of Bank)
(Note: Separate Bank Drafts should be submitted for Tender Fee & DD/BG for EMD)

SIGNATURE OF DSC HOLDER WITH SEAL

(Copy of this cover note along with copies of DDs /BG pertaining to Tender Fee & EMD should be
uploaded in the appropriate cover while submitting the tender on-line)

12
COVER–2

DEFINITIONS AND INTERPRETATION

The following terms shall have the meaning assigned hereunder except where the context
otherwise requires.

1. “MECL/Company/Owner” shall mean Mineral Exploration Corporation Limited, A


Government of India Enterprise having registered office at Dr. Babasaheb Ambedkar Bhavan,
High Land Drive Road, Seminary Hills, Nagpur, including its successors and assignees or its
authorized representatives. Company shall also mean the Owner wherever the context requires.

2. “Tenderer/Bidder” shall mean the Person/Firm/Co-operative/Party/Company whether


incorporated or not who submits the tender for the works with a view to execute the works on
contract with the MECL and shall include their personal representatives, successors and permitted
assignees.

3. “Contractor” shall mean the successful Tenderer/Bidder or the Person/Firm/Co-


operative/Party/Company whether incorporated or not who enters in to the contract with MECL
to execute the works and shall include their executors, administrators, successors and permitted
assignees.

4. “Contract” shall mean and include the Agreement of Work Order, the accepted Schedule of
Rates, the General Terms & Conditions of the contract, the Special Terms & Conditions of the
contract and the Specifications, the Tender Forms, if any.

5. “Project Manager/Officer-In-Charge” means a person as may be designated or authorized by


MECL for the purpose of the contract and in direct charge of the works to be executed in
accordance with the contract.

6. “Works” shall mean the works to be executed in accordance with the contract.

7. “Temporary Works” shall mean all the temporary works of every kind required for the
execution, completion and/or maintenance of the works.

8. “Site” shall mean the lands and other places on, under, in or through which the works are to be
carried out and any other lands or places provided by the company for the purpose of the contract.

9. “Contract Value” shall mean the total sum arrived at based on the individual quoted rates or
accepted rates, if any by the Tenderer for the various items shown in the Bill of Quantities of the
tender document and as accepted by the company.

10. “Completion” means the completion of the entire scope of work as per specifications herein
specified and to the required standard and complete satisfaction of the Project Manager/Officer-In
Charge of MECL.

11. “Completion Certificate” shall mean the certificate to be issued by the company when the entire
work has been completed as per scope of work, specifications, terms & conditions of the contract
and to the satisfaction of the Project Manager/Officer-In Charge of MECL.

12. “Period of Maintenance” shall mean the specified period of maintenance of works from the date
of execution and completion of the work.

13
13. “Singular and Plural”: Words importing the singular number shall also include the plural and
vice versa where the context requires.

14. “Headings & Marginal headings”: The headings and marginal headings in general, special and
other conditions are solely for the purpose of facilitating reference and shall not be deemed to be
part thereof or be taken in to consideration in the interpretation or construction thereof or the
contract.

15. Last date of submission :Shall mean the last date of receipt of documents (fresh as well as
additional, as and if demanded by the Company) by BD& Commercial Division of the Company
at their CHQ, Nagpur

14
COVER–2

1.0 SCOPE OF WORK:

1.1 The borehole sites are located in Gourandih South Block, Raniganj Coalfield, District Burdwan,
West Bengal State.

1.2 Quantum of work: The approximate quantity of Core drilling work is 15,000 m. The meterage is
indicative and may vary up to ±20%. Additional drilling work upto 20% may be awarded subject
to requirement with additional time period.

Sl.No. Nos of Boreholes Borehole depth range-


(Approximate)
1 05 Upto 300 m – 600 m
2 11 600 m – 900 m
3 3 900 m – 1100 m

Note : The number of boreholes and the depth range are only indicative and may vary due to
the geological uncertainty or technical requirement .
1.3 Depth of boreholes: The boreholes shall be in the depth range of approximately upto 300m to
1100m. However, this is indicative only and may vary as per actual geological conditions.
In few cases due to geological uncertainties if the borehole is required to be drilled beyond
1100m depth, the bidder shall be liable to drill further upto desired depth to complete the
borehole for its logical conclusion. Under such situation 2.5% higher rate over the accepted rate
at which work has been awarded shall be paid, for the meterage drilled beyond 1100m depth.
1.4 Borehole size: The boreholes are required to be completed in “N”-Series up to the desired
closing depth. In case of unavoidable circumstances for the reduction of the size of the borehole
to BQ or its equivalent, prior permission of MECL is required to be taken for successful
completion of the borehole(s). The payment per meter of drilling will be same for “N / B” Series
size.
1.5 Deployment of drill rigs:

a) The contractor may deploy maximum numbers of drills to ensure timely completion of
awarded work. The bidder should submit the work plan (Annexure-VIII) clearly
indicating the month wise job completion targets in the stipulated time excluding 21 days
mobilization period.
b) The deployment of drills shall be as per requirement and priority indicated by MECL.
1.6 Verticality of the boreholes: All possible efforts should be made to maintain the verticality of
borehole till its closure to the desired depth. Bidder is required to take all possible precautions
and skill to maintain verticality of the boreholes till its desired closing depth. In case deviation
test is deemed necessary to test verticality of borehole, the contractor shall make the bore hole
and required resources available for the same.
1.7 Water Level Measurement : The contractor has to ensure proper measurement of water level in
the bore holes, once in a week, on regular basis under the guidance of MECL‟s site
representative. The report on the same should be submitted to MECL.
1.8 Geophysical Logging : For successful conducting of Geophysical Logging of the borehole, the
bidder has to ream the borehole upto the closing depth in “N”-Series(if required) at his own cost.
The firm should keep the drill at the borehole point till the completion of Geophysical Logging
and facilitate successful completion of job.

15
1.9 Lithological Formation : The lithological formations expected to be encountered in the
boreholes are:

Soil, Alluvium, Shale, Sideritic shale, Sandstone with variable grain size, Shaly sand stone,
Grey Shale, Sandy Shale, Carbonaceous Shale, Shaly Coal, and Coal .

1.10 Core Recovery : Core recovery must be 90% and above in coal and more than 75% in non coal
lithology, except in case of weathered zone, fractured & broken strata and fault zone etc.
1.11 Core Arrangement : The drill cores are to be kept in good quality G.I. core boxes with lid by the
Contractor at his own cost as per instruction of MECL‟s Geologist. The coal cores, carbonaceous
cores and broken /loose/fractured cores are to be kept in good quality polythene tubes for proper
preservation.
1.12 Bore Hole Plugging : After successful completion of each borehole it shall be completely
plugged by cementing material of appropriate quality as per the directions of MECL‟s
representative by the contractor at his own cost.
1.13 Borehole Pillaring : Contractor shall erect borehole pillar of size 30”x12”x12” on completion of
each borehole with appropriate code at his own cost. The borehole code shall be provided by
MECL‟s representative.
1.14 Delay in completion of work : For any delay in completion of work on account of non
deployment of sufficient drills as per the work plan, the performance security deposit shall be
forfeited at the closure of contract. This clause is in addition to L.D clause.

COVER–2
2.0 TIME SCHEDULE:

2.1 Timely completion of the awarded work is the essence of the tender.

The time period for completion of awarded work of 15,000 m is 05 months excluding 21 days
mobilization period. The zero date shall be counted from date of the issue of work order.

The quantum of drilling may vary by ±20%. Additional drilling work upto 20% may be awarded
subject to requirement with suitable additional time period.

The bidder has to submit clear work plan (as per Annexure-VIII) for completion of awarded
work of 15,000 m indicating number of drill rigs to be deployed and month wise drilling target.
The work should be executed as per the work plan submitted.

2.2 The time duration of contract shall be extended/reduced subject to availability/ requirement of the
drilling work. Further, the present scope of work may be possible continuously or in breaks
depending on availability of boreholes/ground condition/Approachability to the borehole site.

2.3 Entire mobilization of resources shall be completed within 21 days period from the date of issue
of work order.

2.3.1 Drilling shall be commenced immediately after mobilization.

16
COVER–2

INSTRUCTIONS TO BIDDERS

1.0 Tenderer shall provide satisfactory evidence to MECL of their capacity to complete the tender
work and ownership of the drills.

2.0 In the event of breach of any of the terms and conditions or covenants of the contract, MECL, at
its option and / or discretion can terminate the contract without assigning any reason and shall
invoke all penal provisions of this contract.

3.0 Sub-contracting of drilling shall not be allowed, without prior consent of MECL.

4.0 Bids submitted by a company shall comply with following requirements.


The bid, and in case of successful bid, the Form of Agreement shall be signed by an authorized
person so as to legally bind the company. A written Power of Attorney in the name of the
authorized person shall be furnished along with the bid.

5.0 Retired Government or Company Officer:


No Engineer of Gazetted rank or other Gazetted Officer, employed in Engineering or
Administrative duties in an Engineering Department of the State/Central Government or of the
Company is allowed to work as a Contractor or his employee for a period of two years after his
retirement from Government service, or from the employment of the Owner without the previous
permission of the State/Central Government /Company. The contract, if awarded, is liable to be
cancelled if either the Contractor or any of his employees is found at any time to be such a person
who had not obtained the permission of the State/Central Government or of the Company as
aforesaid before submission of the tender or engagement in the Contractor‟s service as the case
may be.

The tenderer has to submit the undertaking duly signed by the Bidder as per Annexure-VII.

6.0 One Tender per Tenderer :


Each Tenderer shall submit only one tender, either individually or as a partner in a partnership
firm or a partner in a joint venture or a public limited firm. A bidder who submits more than one
bid will stand disqualified.

7.0 Cost of Tendering :


The Tenderer shall bear all costs associated with the preparation and submission of his tender,
and the MECL will in no case be responsible or liable for these costs.

8.0 Site visit :


Tenderer is advised to visit and examine the site of work and its surroundings and obtain for
himself on his own responsibility all information that may be necessary for preparing the bid for
entering into a contract and for execution of the work awarded. All expenses and liabilities
arising for the site visit shall be of Tenderer.

The tenderer should thoroughly assess the ground conditions of the working area. Obtaining
necessary clearance /permission from the land owner/party/agency for execution of drilling work
shall be the responsibility of the contractor. The land/crops or other compensation, if any, shall
be paid by the contractor at his own cost.

17
No separate charges shall be paid by MECL towards land/crops or any other compensation
required to be paid to the land owner/leases or to the party/firm for taking up the proposed
boreholes for drilling work

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 there to whether he
actually visit the site/area OR not and has taken all the factors into account before
submission of bid. Nevertheless the tenderer are advised to visit the site/area before bidding.

Contact person for site visit: Ashish Gupta , Project Manager, MECL
Mob. No.+91-8451864080/9755631687
Ravindran Nair, Zonal Manager (EZ), MECL
Mob. No.+91-9407607309/7907649392
9.0 Clarification on tender :
For any clarification on the tender, may contact at the address given below.
HOD (Business Development & Commercial)
Mineral Exploration Corporation Limited
Dr. Baba sahib Ambedkar Bhavan, Seminary Hills, Nagpur-440006
Fax No.0712-2510548
Phone No.0712-2511841, E-mail: headbd@mecl.co.in.

Contact Person : Shri Ashok. R. Soni, Senior Manager (Geology) –


Mobile No.07588184585.

10.0 Eligibility/ Qualifying Requirement (Pre-qualification Criteria) :

10.1 A) Technical Criteria:

1) Drilling Rigs proposed to be deployed for the tender work should be of suitable capacity
to drill the boreholes as per depth range indicated in Scope of work.

2) Bidder should Own ,at least One Diamond core drill machine having capacity to drill the
bore holes(Vertical) in “N-series” up to 1100m depth or more and other drill
machines having capacity to drill the bore holes(Vertical) in “N-series” up to 900 m
depth or more with matching capacity mud pumps, derricks, etc for deployment. The
bidder is required to provide the documentary evidence to establish the ownership of
drill rigs proposed for deployment .
3) The bidder shall have experience in Core drilling work for Coal exploration.
4) The drill rigs proposed for deployment should be of less than 10 years of age considered
from the date of notification of Tender. The documentary evidence should be submitted
accordingly.
5) The bidder shall provide a copy of valid Insurance cover note of the drill rigs proposed
for deployment.
6) If the proposed drill rigs are truck mounted, then the bidder shall submit copy of the valid
RTO Registration Certificate in respect of the truck.
7) If required, MECL may do the physical verification of drill rigs proposed for the subject
tender work. The bidder will facilitate the same.
8) Experience: The bidder should have a cumulative experience of Core drilling work in
Coal exploration of minimum 7,500 m during the last 3 financial years and upto the date
of notification of tender and is required to submit documentary evidence thereof i.e.
copies of work order and work completion certificate issued by the clients.

18
B) Financial Criterion

Solvency Certificate of Nationalized Bank/Scheduled Bank for a minimum amount equal to


25% of value of tender work. The Solvency Certificate should not be older than one year
from the date of notification of tender.

11.0 Fixed Price:

11.1 The rates and prices quoted by the Contractor shall be fixed for the duration of the contract and
shall not be subject to adjustment on any account. If quantum of work varies by 20% or even
more the same rate shall be applicable for the additional/decreased work indicated by MECL. In
case of additional award of work, over and above the awarded quantum of work, suitable
additional time shall be given for completion of work. In case the work decreases up to 20% or
even more, the payment shall be made for actual work done at the same rate at which work has
been awarded, and no additional claim/compensation shall be entertained.

In exceptional cases due to geological uncertainties if the borehole is required to be drilled


beyond 1100m depth, the bidder shall be liable to drill further up to desired depth to complete the
borehole for its logical conclusion. Under such situation 2.5% higher rate over the accepted rate
at which work has been awarded shall be paid, for the meterage drilled beyond 1100m depth.

12.0 Bid Evaluation Criteria

12.1 The bids will be evaluated as given below.


i) Bids not containing the tender fee and EMD, shall be rejected outright.
ii) MECL shall examine the bids to determine whether they are complete in all respect as
per specifications of the tender i.e. enclosed with :
a) Schedule-I : Form of bid
b) Schedule-II : Information about the Tenderer.
c) The EMD as specified above
d) Tender Document fee
e) Technical Criteria :
 Monthly action plan with drilling target for timely completion of work awarded.
 Capacity and Quantity of rigs to be deployed and proof of ownership/hiring lease
agreement
 Work experience
f) Financial status of the firm
g) All the document submitted along with the tender should be duly signed with
Seal on each page by the authorised signatory.
h) The bids /offer with conditions/Deviations with respect to the terms and
conditions of the tender document shall not be considered.

iii) Price Bid : The prices are to be quoted strictly as per Price Bid Format including other all
applicable levies &taxes excluding GST.

12.2 Examination of bid and Determination of Responsiveness

Prior to the detailed evaluation of Bids, MECL will determine whether each Bid :

a) meets the eligibility criteria as indicated in the tender document.

19
b) has been properly signed
c) is substantially responsive to the requirements of the Bidding documents.

A substantially responsive Bid is one which conforms to all the terms, conditions & specifications
of the Bidding documents without material deviation or reservation. A material deviation or
reservation is one:

which affects in any substantial way the scope, quality, or performance of the works :

a) which limits in any substantial way, inconsistent with the Bidding documents, MECL‟s
rights or the Bidder‟s obligations under the Contract; or

b) whose rectification would affect unfairly the competitive position of other Bidders
presenting substantially responsive Bids.

If a Bid is not substantially responsive, it may be rejected by MECL without showing any
reason.

12.3 Correction of Errors :

Bids determined to be substantially responsive will be checked by MECL for any arithmetical
errors. Errors will be corrected by MECL as follows:

a. where there is a discrepancy between the amounts in figures and in words, the amounts in
words will govern ; and
b. where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.
c. Discrepancy in totaling or carry forward in the amount quoted by the contractor shall be
corrected.

The tendered sum so corrected and altered shall be substituted for the sum originally tendered and
considered for acceptance instead of the original sum quoted by the Bidder along with other
Bid/Bids. Rounding off to the nearest rupee should be done in the final summary of the amount
instead of in totals of various sections of the Bid.

The amount stated in the Bid will be adjusted by MECL in accordance with the above procedure
for the correction of errors and, shall be considered as binding upon the Bidder.

12.4 Comparison of Bids :


MECL will compare only the Bids determined to be substantially responsive in accordance with
the conditions incorporated in the tender document.

12.5 Evaluation of Bids :


Tender evaluation shall be done in two steps:

Step-I: Evaluation of the bids (Part-I) shall be done, based on fulfillment of technical parameters
as indicated in the Tender, to examine the technical suitability of the participating bidders.

Step-II: Price Bids (Part-II) of the technically suitable bidders only shall be opened. The work
shall be awarded to the bidder who has quoted lowest price (L-1 party).

20
12.6 Ownership of Equipments:

The bidders are required to provide the documentary proof of ownership of the drill rigs/
equipments proposed for deployment to carry out the tender work.

12.7 Taxes:

Duties, taxes, state entry taxes, and other levies payable by Tenderer under the contract as
applicable in the working area or for any other cause, shall be included in the drilling rate. GST
shall be reimbursed as applicable during the currency of the contract. MECL shall not accept any
liability of any type or kind except price bid. However, the breakup of GST i.e.
IGST/CGST/SGST may be provided.

12.8 Firm Rates:


Bidders should quote firm rates for entire duration of the contract period. No escalation in rates
shall be allowed during execution of work. The same rate shall also be valid for the additional
work, if any, upto 20% limit of total quantum.

In case for any reasons, if the borehole size is reduced to BQ size for successful completion of the
boreholes with written permission from MECL, then the rate applicable for drilling in NQ size
will be applicable for the meterage drilled in BQ size.

12.9 Acceptance:
Bidders shall accept the following standard clauses in too, failing which the bid will be rejected.
1. Jurisdiction
2. Arbitration
3. Failure and Termination
4. Force Majeure
5. Liquidated Damages
6. Insurance
7. Earnest Money Deposit
8. Submission of Security Deposit

12.10 Award of Work:


a) MECL reserves the right to accept or reject any or all tenders without assigning any reason,
thereof. The work may be awarded to the successful bidders in full or part. The quantum and time
may vary depending upon requirement.

b) The bidder shall acknowledge receipt of the Work Order and submit acceptance within 7 days
from the date of issuance of Work Order and any delay in acknowledging the receipt shall be a
breach of the contract and compensation for the loss by such breach shall be recovered by MECL
by forfeiting Earnest Money Deposit/ Bid Bond.

c) After award of work, the Exploration Division will manage the contract as per the terms and
conditions of the contract.

13.0 The Tender document is not transferable.

14.0 Cancellation of Tender:MECL reserves the right to cancel the tender at any point of time,
without assigning any reasons there of or any other obligation to inform the tenderers, the
grounds for MECL‟s action.

21
15.0 MECL‟S RIGHT TO ACCEPT OR REJECT ANY BID:
15.1 There should not be any deviation/variation with respect to the terms and conditions of the
tender in the bids submitted by the tenderers.
MECL reserves the right to reject bids with such deviations/variations
15.2 It is not obligatory for MECL to award work to the lowest bidder in all cases.

16.0 Process to be Confidential:


Information relating to the examination, clarification, evaluation and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other
persons not officially concerned with such process. Any effort by a Bidder to influence the
procession of Bids or award decisions shall result in the rejection of his bid.

17.0 Inspection:
The bidder should provide the rigs with all equipments and accessories as stipulated in the tender
document or any other equipment / material for execution of the scope of work, the bidder should
confirm that the rig and all equipments as required under the tender are in good working
condition and are capable of doing all services required in the tender as per technical
specifications and drawings. The successful Bidder shall have to confirm while deploying the
rigs / machines the technical specifications indicated in the qualifying bid documents, which are
subject to pre-deployment inspection by MECL. Any deviation not acceptable to MECL is liable
for outright rejection.

22
COVER–2

SPECIAL TERMS AND CONDITIONS OF CONTRACT

1. The location of boreholes shall be shown by MECL indicating the order of priority. Approach
road making and site preparation and land/ crop compensation if any shall be done by the
Contractor, at his own cost.

2. Acquiring/hiring land required for drill site and other allied operations as well as compensation
for crops/ to land owner shall be responsibility of the bidder and at his own cost.

3. The arrangement of the Drinking water, drilling water and mobilization of resources at each
borehole site shall be the responsibility of Contractor.

4. Core recovery should be minimum 90% in coal and 75% in other formations (except in case of
structurally disturbed, complex formation, sheared zone, fractured formation, soil, weathered
mantle, fault zone as certified by MECL geologist). In case the desired core recovery is not
achieved the bore hole has to be re-drilled for corresponding part to achieve the desired core
recovery at the cost of Contractor.

5. Core should be arranged by the Contractor in the Core boxes, in book pattern with clear marking
of each run depth, For the purpose, G.I.Core boxes with Lid shall be arranged by the contractor
at his own cost.

6. MECL‟s Officials shall visit the drill site for technical supervision and performing other relevant
duties.

7. MECL‟s representatives shall log the boreholes geologically and geophysically, hence Contractor
shall keep close co-ordination with MECL‟s representatives and cooperate with them and the
boreholes shall be made available for geophysical logging. No stand by charges will be given for
the purpose.

8. Contractor shall erect borehole pillar of size 30”x12”x12” on completion of each borehole with
appropriate code at his own cost. The borehole code shall be provided by MECL‟s representative.

9. Deviation test is required to be carried out at borehole as per the directive of MECL to ascertain
the verticality/azimuth of the borehole.

10. Providing assistance for core logging and collection of samples as per the guideline/instruction of
the MECL Geologist in-charge at the site shall be done by the contractor.

11. Approximate quantum of work would be 15,000m±20%. The quantities /Meterage proposed is
indicative and may vary depending upon exploration results and ground conditions. In case the
quantum of work gets reduced beyond 20% on account of above, the payment shall be made for
executed work only and no other claim/compensation shall be entertained.

12. Any dispute arises out of performing the work shall be mutually settled between Contractor&
MECL. In any case the decision of CMD, MECL shall be final and binding.

13. Coal cores should be preserved in polythene tubes which shall be subsequently sampled by
MECL‟s Geologist for analytical work.
14. The Contractor shall provide his own equipments, experts, facilities and resources at his own cost
etc. for carrying out the awarded work.

23
15. Accommodation, site office: 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 Contract Labour norms. MECL shall not carry any
responsibility for the personnel deployed by the bidder.

16. The Contractor shall maintain close co-ordination and co-operation with MECL‟s
representative during the execution of work.

17. The Contractor shall submit daily progress of work to the Project manager designated by MECL
at the project site.

18. The Contractor shall ensure that the awarded work will be carried out as per the relevant
specifications.

19. MECL shall not be responsible for jamming of string in boreholes/or accessories lost in the
boreholes and loss of time due to fishing operation.

20. The contractor shall ensure the proper conduct of the persons deployed by him for maintaining
harmonious relationship with the local people.

21. The Contractor shall submit the monthly progress report to the HOD (E) & HOD (BD &
Commercial), MECL, CHQ, Nagpur in the format given at the time of issue of work order.

22. Time is the essence of the contract and hence the bidder shall execute the assignment as per the
entire scope of work and the time schedule.

23. In order to ensure proper co-ordination the bidder will nominate one responsible officer and
communicate the name, address and contact number to MECL at the time of signing the
agreement.

24. In case MECL desires to carry out any activities in connection with the drilling operation which
are not specifically included in the scope of work, the rates for such activities will be mutually
decided as and when required on need basis

25. The depth indicated by the MECL‟s representative for each borehole shall be drilled. If the hole is
closed before the targeted depth for any reason the balance quantity of drilling will not be counted
against the targeted meterage and the target will be reduced accordingly. The payment shall be
made for actual meterage drilled.

26. The contractor has to inform to MECL site in-charge in writing clearly indicating the
stores/rods/casings/fishing-tools left in the borehole(s) after successful completion/ abandoning of
the borehole.

27. Integrity Pact: MECL as one of its endeavor to enable mutual trust and co-operation with
venders/ contractors as a part of ethical business conduct, has decided to adopt the integrity pact
to ensure that all activities and transactions between the Company (MECL) and its counterparties
(Bidders, Contractors, Vendors, Suppliers, Service Providers/ Consultants etc.) are handled in a
fair and transparent manner, completely free of corruption.
All the bidders shall enter into an integrity pact (to be executed on plain paper) with MECL at the
time of submission of bids. Successful bidder shall submit duly executed Integrity Pact on Non-
Judicial stamp paper of Rs. 500/- prior to signing of contract agreement/ supply order to the
employer. Bidder is required to sign the Integrity Pact with MECL as per format in Appendix-D
and terms and conditions enclosed with the tender and submit the same along with technical bid.

24
In case a bidder does not sign the integrity pact and submit along with the bid, his bid shall be
rejected.

28. Independent External Monitor (IEM)

The following Independent External Monitor (IEM) has been appointed by MECL, in terms of
Integrity Pact (IP) which forms part of MECL Tenders/Contracts valuing one crore and above.

Shri M.A.V Goutham


A-101, Majestic Heights
Behind Hill Road,
Gandhi Nagar, Nagpur- 440010
Mob: 9890305716
Res: 0712 2221864

29. On award of work, the successful bidder should provide the name, designation, e-mail and
contact number (Mobile No.) of the officer-In-Charge/Supervisor deputed to execute the job to
MECL.

25
COVER–2

GENERAL TERMS AND CONDITIONS OF CONTRACT

1 Assignment and Sub-Letting:


The Contractor shall not assign or sub-let the Contract or any part, thereof, or any benefit or
interest therein or thereunder, without the prior written consent of the Mineral Exploration
Corporation Limited.

2 Earnest Money Deposit (EMD)/Security Deposit.

a) EMD as per NIT shall have to be deposited with tender by Demand Draft of any
Nationalised/RBI approved scheduled Indian Bank in favour of “Mineral Exploration
Corporation Limited” payable at Nagpur or by Bank Guarantee.(Valid upto: one month beyond
bid validity) as per Proforma (Appendix-A).

b) Security Deposit shall consist of two parts :

i) Performance Security
Performance Security shall be 5% of tendered/contract value and shall be submitted
within 15 days from the date of letter of acceptance by the successful Tenderer in the
form of Bank Guarantee as per Proforma (Appendix-B). The Bank Guarantee shall be
valid upto 90 days beyond the contract period.

ii) Retention Money/Security Deposit


Retention Money/Security Deposit shall be deducted at 10% from running bills.

The Contractor‟s Performance Security deposited in the form of Bank Guarantee shall be duly
discharged and returned to the Contractor after 90 days from the date of completion of work and
the retention money/security deposit shall be refunded within 30 days from the date of issue of
final work completion certificate.

c) EMD/SD/Performance Security shall not bear any interest.

d) The EMD shall be forfeited, if


i) The bidder withdraws the Bid after Bid opening during the period of Bid validity; or
ii) If any successful Bidder fails to fulfill the following conditions within the stipulated time
limit.
a) Sign the Agreement; and or
b) Furnish the required Performance Security/Security Deposit.

iii) The bidder does not accept the correction of the Bid Price pursuant to Clause No.12.3 of
the Instructions to the Bidder.

e) EMD of the unsuccessful Tenderers shall become refundable.

f) The EMD of the successful Bidder will be discharged when the Bidder has signed the agreement,
furnished the required performance security and commenced the drilling work with full
deployment of the rigs as per the work plan submitted by him.

3 General Obligations:
Contractor's General Responsibilities:
a) The Contractor shall, subject to the provisions of the Contract, and with due care and
diligence, execute and maintain the works and provide experienced manpower having
sound knowledge to drill the borehole up to ”, thereof accessories, materials, equipments and
such other services, whether of temporary or permanent in nature and for such execution

26
and maintenance, so far as the necessity for providing the same is specified in or is
reasonably to be inferred from the Contract.

b) The Contractor shall take full responsibility for total stability and safety of all site operations
and methods of drilling as per the applicable laws and rules. The Contractor shall maintain a
daily report record of drilling progress and equipment in a bound page book as per format
available with the Project Manager.

c) The Contractor shall maintain the full confidentiality of all the project information/data/reports
etc as provided by the client (MECL), both in oral and written form as well as those of the
Documents/Reports of the proposed work under the contract. And nothing will be
communicated to the Third party without the written consent of the client failing which
contract is likely to be terminated and security deposit shall be forfeited.

4 Contract Agreement:
The Contractor shall when called upon so to do, enter into and execute a Contract
Agreement, to be prepared and completed at the cost of the Contractor, in the form annexed to
this document as Appendix-C within 15 days from date of acceptance of work order.
5 Work to be Executed to the Satisfaction of MECL:
The Contractor shall execute and maintain the work in strict accordance with the Contract to the
satisfaction of the MECL and shall comply with and adhere strictly to MECL instructions and
directions on any matter whether mentioned in the Contract or not, touching or concerning the
works. Incase the company is not satisfied with the performance of the Contractor in terms of
the quality and quantity the company reserves the right to terminate the contract without
assigning any reason and without giving any notice. Contractor will have no claim of
compensation whatsoever.

6 Damage to Persons and Property:


The Contractor shall except if and so far as the contract provides otherwise, indemnify MECL
against all losses and claims in respect of injuries or damage to any person or material or
physical damage to any property whatsoever which may arise out of or in consequence of the
execution and maintenance of the works and against all claims, proceedings, damages, costs,
charges and expenses whatsoever in respect of or in relation thereto.

7 Engagement of Labour & Staff:


The Contractor shall make his own arrangements for the engagement of all labour and staff,
local or otherwise provides, for the transport, housing, feeding and payment thereof and no
claim for medical aid to engage persons or any incidental charges will be entertained.

The Contractor shall at all times take all reasonable precautions to prevent any unlawful,
riotous or disorderly conduct by or amongst his employees and for the preservation of peace
and protection of persons and property in the neighborhood of the works against the same.

8 Third Party Insurance:

a) Before commencing the execution of the works the Contractors, without limiting his
obligations and responsibilities under clause 6 hereof, shall adequately insure against his
liability for any material or physical damage, loss or injury which may occur to any
property, including that of the MECL, or to any person, including any employee of the
MECL, by or arising out of the execution of the works or in carrying out of the contract.

b) Provision to Indemnify MEC: The terms shall include a provision whereby, in the event
of any claim in respect of which the Contractor would be entitled to receive indemnity
under the policy being brought or made against the MECL, the insurer will indemnify
the MECL against such claims and any costs, charges and expenses in respect thereof.

27
9 Accident or Injury to Workmen:

a) MECL shall not be liable for or in respect of any damages or compensation payable at law
in respect of or in consequence of any accident or injury to any engaged person in the
employment of the Contractor to the third party, such as any villagers/any local
person/spectator/visitor etc/ who are not at all concerned or related to the ongoing activity
at work site. The Contractor shall indemnify and keep indemnified MECL against all
such damages and compensation, save and except as aforesaid, and against all claims,
proceedings, costs, charges and expenses whatsoever in respect thereof or in relation
thereto.

b) Insurance Against Accident etc., to Workmen: The Contractor shall insure against such
liability with an insurer approved by MECL, which approval shall not be unreasonably
withheld, and shall continue such insurance during the whole of the time that any
persons are employed by him on the works and shall, when required, produce to MECL
or MECL's Representative such policy of insurance and receipt for payment of the
current premium.

10 Compliance with Statutes, Regulations, etc:

a) The Contractor shall conform in all respects with the provisions of any statute, Ordinance
or Law as aforesaid and the regulations or bylaws of any local or other duly constituted
authority which may be applicable to the works and with such rules and regulations of
public bodies and companies as aforesaid and shall keep MECL indemnified against all
penalties and liability of every kind for breach of any such Statute, Ordinance or Law,
regulation or bylaw.

b) The Contractor shall have to fulfill the provision of labour laws, P.F. Act and rules,
Contract Labour (Regulations and Abolition) Act 1970 pertaining to employment of labour
and other statutory in force from time to time. The selected tenderer will be required to
be registered with concerned A.L.C.(C) for the employment/engagement of workers.
The Contractor shall indemnify MECL against any claims compensations, damages, loss,
penalty etc. for breach and/or non-fulfillment of the existing rules and regulations and legal
provisions as well as the rules and regulations in force from time to time and applicable to
the work covered in this contract.

c) The Contractor shall obtain the necessary licenses required under Contract Labour
(Regulation & Abolition) Act 1970, before commencement of the work, if applicable.

11 Contractor to Keep Site Clear:


During the progress of the work the Contractor shall keep the Site reasonably free from all
unnecessary obstruction and shall store or dispose of any equipment and surplus materials and
clear away and remove from the Site any wreckage, rubbish or Temporary works no longer
required.

12 Clearance of Site on Completion:


On the completion of the work the Contractor shall clear away and remove from the Site all
Equipments, surplus materials, rubbish and Temporary works of every kind, and leave the
whole of the Site and works clean and in a workmanlike condition to the satisfaction of MECL.

13 Returns of Labour& Contractor's Equipment.


The Contractor shall, if required by MECL, deliver to MECL's Representative, or at his office,
a return in detail in such form and at such intervals as the MECL may prescribe showing the
supervisory staff and the numbers of the several classes of labour from time to time
employed by the Contractor on the Site and such information regarding Equipments as the
MECL's Representative may require.

28
14 Commencement of Works: The Contractor shall make available drill Rigs at the works on site
within 21 days from the date of the issue of Work Order.

15 Time for Completion:

1. Subject to any requirement in the Contract as to complete any section of the contract before
completion of the work, the whole of the contract shall be completed within the period as
specified in the scope of contract.

2. If the contractor without reasonable cause, commits default in commencing the execution of the
contract within 21 days time of the issue of Work Order, MECL 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 contract, failing which to forfeit the Earnest Money Deposit.

3. If MECL is not satisfied that the contract can be completed by the contractor and in the event of
failure on the part of the contractor to complete contract within further extension of time
allowed as before said, shall be entitled without prejudice to any other right or remedy
available in that behalf to rescind the contract.

4. If MECL is not satisfied with the progress of the contract and in the event of the contractor to
recoup the delays in the mutually agreed time frame, shall be entitled to terminate the contract

16 Rate of Progress:
Performance of the contractor will be judged on daily basis. If for any reason, which does not
entitle Contractor to an extension of time, the rate of progress of the works or any section is at
any time, in the opinion of MECL too slow to ensure completion by the prescribed time or
extended time for completion, MECL shall so notify Contractor in writing and Contractor shall
thereupon take such steps as are necessary and MECL may approve to expedite progress so
as to complete the works by the prescribed time or extended time.

17 Risk Purchase:
In case of any breach on the part of contractor or if the contractor is unable to execute the
required quantity of work as per the terms and conditions of the contract, MECL may call risk
tender and work will be get done through 3rd party at the cost and consequences of the
contractor.
.
18 Liquidated Damages for Delay:

a) If the Contractor fails to achieve the monthly target of drilling per month, as per the work
plan submitted in the bid, the Contractor shall pay Liquidated damages at the following
rates.

“2%” of the contract price per month on the cumulatively uncompleted quantities, subject to
maximum of 5% of the contract value.”

Non-achievement of targets will not attract any liquidated damage in case the same is
established due to Force Majeure.

Any delay on part of MECL to provide adequate technical support, which is beyond the
control of the contractor shall be jointly recorded and certified by the Project Manager/Site-
in Charge. For such delay no liquidated damage shall be deducted.

MECL will also be at liberty to deduct the liquidated damage from the security deposit or
from any sum due or to become due hereunder, or under any other contract with Contractor

29
or may otherwise recover from Contractor all sums that may become due to MECL by virtue
of any of the terms thereof.
b) MECL may, without prejudice to any other method of recovery, deduct the amount of such
damages from any amount in its hands, due or which may become due to the Contractor.
The payment or deduction of such damages shall not relieve Contractor from his obligation
to complete the contract work, or from any other of his obligation and liabilities under the
contract.

c) Nothing in paragraph (a) shall prevent MECL from exercising its right of termination of
contract under Para No.24 hereof and associated clauses thereunder and MECL shall be
entitled, in the event of exercising its said right of termination after the date of final
completion of the work to liquidated damages as aforesaid for the intervening period in
addition to any other amount as may be due consequent to a termination under para 24
hereof.

19 Contractor‟s Risk and Cost


Despite warnings by MECL‟s instructions to the contrary, sublet any part of the contract then
MECL may, after giving 7 days notice in writing to the Contractor, enter upon the site and the
works and expel the Contractor from any of his obligations or liabilities under the contract, and
may himself complete the contract work or may employ any other contractor to complete the
works, at the cost and risk of Contractor.

20 Certification of Completion of Works:


When the whole contract work have been completed, the Contractor may give a notice to that
effect to MECL's representative accompanied by an undertaking to finish any outstanding work,
such notice and undertaking shall be in writing and shall be deemed to be a request by the
Contractor for MECL to issue a Certificate of completion stating the date on which, in its
opinion, the contract work were completed in accordance with the contract or give instruction
in writing to the Contractor specifying all the work which in MECL opinion, requires to be
done by the Contractor of any defects in the works affecting substantial completion that may
appear after specified therein. The Contractor shall be entitled to receive such certificate of
completion within 21 days of completion of contract work so specified to the satisfaction of
MECL and making good any defects so notified.

21 Removal of Plant, etc: Upon completion of the works the Contractor shall remove from the site
all the said equipment immediately.

22 Terms of Payment:

a. For payment purposes, the contractor shall raise the bills (in triplicate) on monthly basis for
executed and acceptable work duly certified by MECL‟s site representative for payment.
The bills should clearly mention the rate and type of tax i.e. IGST/CGST/SGST.

MECL‟s site representative shall certify the quantity & quality of the claims and forward
the bills to HOD (BD & Commercial) for further action. The payment against the bills shall
be made on approval by the Head of the Indenter Division.

b. The rates as accepted by the company and given in LoA/Work Order alone should be
considered for billing purpose.

c. The Contractor shall submit bills supported by the following documents in compliance to the
Provident Fund and Miscellaneous Act 1952, in respect of workmen engaged for the
contract work, for releasing the payment by MECL.

 Paid Challan
 Details of ECR Statements countersigned by the Contractors.

30
 Wage Register/Sheet.
 Attendance Sheet.

It is mandatory requirement from the contractor, to submit the information / declaration of


number of employees engaged for this work with their minimum wages, prior to
commencement of work in the under mentioned format.

Name of Address PF code of Details of EPFO Complian


contract of the contractor employee office ce made
or contractor engaged with reporting for the
their minimum month
wages

d. Payments would be made by the MECL Head Quarter Nagpur, after receiving the bills along
with the supporting documents as indicated above. All such payments would be made by
Mineral Exploration Corporation Limited through E-Payment after deducting Income tax,
other statutory Taxes, Levies as applicable, Security Deposit @ 10 % on pro-rata basis and
other necessary deductions as stipulated elsewhere in the contract.

e. The payments against the bills raised by the Contractor shall be made after receipt of
the payments by MECL from the client on behalf of whom the work is being carried
out.

f. Retention Money/Security deposit shall be released on successful completion of the contract


work in all respect and on issue of final work completion certificate from MECL and on
receipt of all money from Client on behalf of which the work is being carried out.

23 Taxes on Payment to Contractor:


Income Tax and other taxes, if any, which may be due, shall be to the account of contractor.
MECL shall make recoveries from payments as per the statutory requirements, as in
force from time to time, and provide the Contractor with certificates of recoveries and
remittances on this account.

24 Termination:
If MECL considers that the performance of the contractor is unsatisfactory, it shall give
contractor written notice specifying the causes of its dissatisfaction and to correct the specified
deficiency within 7 days, failing which MECL shall have the right to terminate this contract and
award the contract work to third party and cost incurred by MECL shall be recovered from
contractor.

25. Debarring a Contractor:


If the contractor does not mobilise the resources and commence the work as per the schedule
indicated in tender/work order or within reasonable period as specified by MECL through letter,
then MECL reserves the right to cancel the work order and to debar the contractor for a period of
two years from participation in any of the future tenders of MECL. The period of two years shall
be counted from the date of issue of letter from MECL for debarring the contractor. This Clause
will be in addition to the forfeiture of EMD submitted with the bid.

26 Arbitration:
In the event of any dispute or difference arising out of or relating to, under or in respect of this
contract between the parties the same shall be referred at the written request of either party to the
arbitration of a Board of three Arbitrators comprising one nominee each of MECL and Contractor
and the third to be appointed by the two arbitrators by mutual agreement in writing before
entering upon the reference. Such arbitration shall be subject to and in accordance with the
provisions of the Indian Arbitration and Conciliation Act 1996 (No.26 of 1996) and the Rules

31
made thereunder and any statutory modification or re-enactment thereof. The venue of arbitration
proceedings shall be Nagpur, Maharashtra, India. Any Arbitration award made in such arbitration
proceedings shall be final and binding on the parties and shall be enforceable in any court of
competent jurisdiction. The Arbitrators shall give a reasoned and speaking award. During the
course of arbitration proceedings, the parties hereto shall continue to execute their respective
obligations hereunder except the obligations in respect of such matters as are referred to
arbitration.

27 Force Majeure:
Neither of the parties hereto shall be considered in default in performance of the obligations
under this contract if such performance is prevented or delayed by events such as war,
including civil war (whether declared or not), civil commotion, extremist‟s/terrorist‟s activities,
insurgency, hostilities, revolution, riots, strike, lockout, conflagration, epidemics, accidents,
fire, flood, draught, earth-quake or because of the act of God or caused beyond the
reasonable control of the party affected provided notice in writing is given within 15 days
failing which within the shortest possible period by MECL to Contractor and vice versa.

Soon after the cause of majeure has been removed, the party whose ability to perform its
obligation has been affected, shall notify the other party of such cessation and of the
actual delay occurred in such affected activity adducing necessary evidence in support thereof.
From the date of occurrence of a case of Force Majeure, the obligation of the party affected
shall be suspended during the continuance of any inability so caused until the cause itself and
inability resulting there from have been removed and the agreed time of completion of the
respective obligation under this contract shall stand extended by a period equal to the period of
delay occasioned by such events.

Should one or both parties be prevented from fulfilling the obligations by a state of Force
Majeure lasting for a period of more than one month, the two parties shall consult each
other and decide on the future execution of the Contract.

28 Governance of the Contract:


The contract shall be governed by and construed according to the laws in force in India and
subject to exclusive jurisdiction of the court of Nagpur only. Any legal issue arising out of this
contract shall be subject to jurisdiction of Nagpur court only.

29 Service of Notices on Contractor:


All certificates, notices or written orders to be given by MECL to the Contractor under the terms
of the contract shall be served by sending by post to or delivering the same to the Contractor's
principal place of business, or such other address as the Contractor shall inform for this
purpose.

30 Service of Notices on MECL:


All notices to be given to the MECL under the terms of the contract shall be served by
sending by post or delivering the same through Project Manager to the following address:

HOD (Business Development & Commercial), Mineral Exploration Corporation Limited, Dr.
Baba sahib Ambedkar Bhavan, Seminary Hills, Nagpur-440 006.

31 Change of Address:
Either party may change as indicated address to another address with prior written notice among
both parties.

32 Quotation of rates

32
The Rates shall be quoted as per format of Price Bid. The Schedule provided in these bidding
document shall be used without exception. The rates should be inclusive of all taxes and levies,
as applicable in the state excluding GST and firm for the entire duration of the contract.
33 Responsibilities of MECL and Contractor

Sl.No. Items Responsibility


1. Infrastructure Contractor
2. Tools Contractor
3. Accommodation including water & electricity, Medical facilities to Contractor
their employees
4. Manpower Contractor
5. Rigs, mud pumps and other accessories. Drilling and drinking water Contractor
arrangement at site. Preparation of site, approach road, land & crops
compensation etc. at his own cost.
6. Collection of core in core boxes & preservation of core samples at Contractor
the discretion of MECL.
7. Location of boreholes MECL
8. Collection of coal core samples MECL

33
COVER-3

SCHEDULE- I

BID FORM

The HOD (Business Development & Commercial)


Mineral Exploration Corporation Limited
Dr. Babasaheb Ambedkar Bhawan
Seminary Hills,
NAGPUR-440 006

Sub :Tender for Core drilling work of 15,000 m (± 20%) for Coal in Gourandih South Block, Raniganj
Coalfield, District Burdwan, West Bengal State.

Ref : E-Tender No./CD/352/CORE-DRILLING/GAURANDIH/2018

Dear Sir,

I/We offer to execute the above said job indicated in the Open tender document at the rates quoted by
myself/ourselves to complete the work within time schedule from the date of award of work.

I/We______________________________________________have read all the conditions of Open


Tender attached hereto and agree to abide by all such conditions.

I/We, bind myself/ourselves to furnish the required Security Deposit within 15 days of acceptance of
work order and commence the work within 21days from the date of award of the work by MECL, failing
which I/We shall have no objection to forfeiture of Earnest Money Deposit by MECL.

SIGNATURE OF BIDDER

WITH SEAL

34
COVER–3

SCHEDULE-II
DETAILS OF BIDDER

Legal Name &


Nature of Business
Contact details:
a) Authorized Person

b) Complete Address
With name & Designation
c) Telephone/Mobile No.
d) Fax No.
e) E-Mail
Authorized/Subscribed
And paid up Capital
Name & Address of
Directors/Chief Executive
Proprietor (Contact No.)

Name, Designation,
Address and contract details of the Authorized
Person to Sign the Bid
Particulars of Bankers *
a) Name of Bank
b) Name of Branch, Branch Code & Place with Pin Code No
c) Nature of Account. i.e. SB/Current/CC
d) Account No.
e) 9 Digit MICR No.
f) 11 Digit IFSC Code of Beneficiary Bank
PAN number*
Goods and Services Tax(GST) Registration number*
E.P.F. Registration No.*
(If not applicable suitable clarification to be provided along with
the bid)
* Enclose self attested documentary proof

SIGNATURE OF BIDDER WITH SEAL

35
COVER–3
ANNEXURE-I

DETAILS OF RIGS PROPOSED FOR DEPLOYMENT

Sl.No. No. of Make & Drilling Please specify Year of Present condition
Rig Model Capacity in drill rigs are purchase with actual
„N‟ series Truck mounted/ capacity.
(Depth in Crawler mounted
metre) or Skid mounted

Enclose documentary evidence:

a) If the drill rigs is truck mounted , RTO registration document is to be submitted.


b) Document evidences viz valid insurance cover note, copy of invoice, technical specification
brochure, etc.

36
COVER–3

ANNEXURE-II

DETAILS OF THE EQUIPMENTS & ACCESSORIES WHICH THE


BIDDER PROPOSES TO DEPLOY.

Sl. No. Equipment/ Accessories Quantity


Used/Serviceable New
1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

37
COVER–3

ANNEXURE-III

Work Experience during last Three Financial Years and up to the date of notification of Tender

A) COMPLETED CORE DRILLING WORKS

Sl.No Name & address of Brief description Work order Drilling Quantum Duration of
. the client of work awarded No. & date quantity of drilling Exploratory
(Mineral, area of awarded work drilling
work i.e., district (m) executed
& state, time
duration etc.)
1
2
3
4
5
6.
7.
Enclose documentary evidence.

B)WORK IN HAND

Sl.No Name & address of Brief description of Work order Drilling Quantum Quantity
. the client core drilling work No. & date quantity of work balance as
awarded awarded executed on date
(Mineral, area of (m) (m)
work i.e., district &
state, duration etc.)
1

Enclose documentary evidence.

38
COVER–3

ANNEXURE-IV

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.__________
dated__________.

2. None of the Partners of our firm is relative of employee of Mineral Exploration Corporation
Limited (MECL).
1. All information furnished by us in respect of fulfillment of eligibility criteria and qualification
information of this tender is complete, correct and true.
2. All Documents/credentials submitted along with this tender are genuine, authentic, true and valid.
3. If any information and document submitted is found to be false/incorrect at any time, Mineral
Exploration Corporation Limited 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.

Date :_________________ Signature of the Bidder

Seal

39
COVER–3

ANNEXURE-V

FINANCIAL CONDITION / STATUS OF THE CONTRACTOR

(Attach Relevant Certificate)

Sl.No Description Amount Remarks Any other


information
1 Type of Firm

2 Year of establishment
3 Capital:

Paid up
4 Income tax Paid for F.Y.
2015-2016
2016-2017
2017-2018
5 Copy of Audited Balance sheets*,
Profit & loss account along with
Schedules & Notes of the firm for
the F.Y.
2015-2016
2016-2017
2017-2018
6 Turn Over for F.Y.
2015-2016
2016-2017
2017-2018
7 Solvency Certificate (Minimum
25% of the cost of tender work)
8 Others

*audited by qualified Chartered Accountant bearing his membership no. & seal of the auditor

Note : The company/firm participating as a Startup firm should provide the last 7 years
turnover or from the date of inception of the firm, as the case may be.

40
COVER–3

ANNEXURE-VI

ELIGIBILITY/QUALIFYING REQUIREMENT

GUARANTEED TECHNICAL REQUIREMENT (GTR) :

Sl.No. Item Minimum Requirement Yes/No Remarks


1. Capacity of Drill Machines At least One Diamond Core
Drill Rig having capacity of
drilling upto 1100 m depth or
more in “N series” and other
drill Rigs having capacity to
drill up to 900 m depth or more
in “N series”
2. Cumulative Experience of
Core drilling (m) in coal
exploration during the last 7,500 m
three F.Y. and upto the
date of E-Tender Notice.
3. Less than 10 years from the date
Age of Drill Machine
of E-Tender Notice
The bidder shall provide
a copy of valid Insurance
cover note of the drill
rigs proposed for
deployment.
If the proposed drill rigs
are truck mounted, then
the bidder shall submit
copy of the valid RTO
Registration Certificate
in respect of the truck.
4. Financial criteria Solvency Certificate of
Nationalized Bank/Scheduled
Bank for a minimum amount
equal to 25% of value of tender
work. The Solvency Certificate
should not be older than one
year from the date of E-Tender
Notice

Note:Bidder is required to submit documentary evidence in respect of above items.

41
COVER–3

ANNEXURE-VII

UNDERTAKING BY THE BIDDER PERTAINING TO ENGAGEMENT OF RETIRED MECL‟S


PERSONNEL

I/We hereby declare that I/We or partner of Directors of our concern do not have any
such person under my/or employment who has retired/resigned/ removed/dismissed
from Mineral Exploration Corporation Limited during the last two years.

Date :_________________ Signature of the Bidder

Seal

42
COVER–3

ANNEXURE-VIII

MONTHLY ACTION PLAN FOR COMPLETION OF TENDER WORK

Quantum of work : 15000 m


Time period : 05 months (excluding mobilization period)
Mobilization period : 21 days from the date of issue of work order

Item Mob 1st Month 2nd Month 3rd Month 4th Month 5th Month
Period.
No. of Drill 21 days
Proposed for
deployment
Monthly
Drilling
target

Date :_________________ Signature of the Bidder

Seal

43
COVER–3

ANNEXURE-IX
CHECK LIST OF DOCUMENTS

E-TENDER NO./CD/352/CORE-DRILLING/GAURANDIH/2018
Core drilling work of 15,000 m (± 20%) for Coal in Gourandih South Block, Raniganj Coalfield,
District Burdwan, West Bengal State.

Sl.NO. Documents Yes/No Location/Page No.


1 Bid Form – Schedule-I (Duly filled and signed by the
bidder).
2 Details of Bidder – Schedule-II (Duly filled and signed by
the bidder).
3 Details of Rigs proposed for deployment(Annexure-I)
4 Details of the equipments& accessories which the bidder
proposes to deploy Annexure-II.
5 Cumulative experience during last three financial years and
up to the date of notification of tender in the format given in
Annexure-III. Copies of relevant Work orders and Work
completion certificates to be enclosed.
6 An undertaking by the bidder as per the format given in
Annexure-IV.
7 Copies of original documents defining the constitution or
legal status, place of registration of the tenderer(s) including
Memorandum of Association in case of a Company.
8 To provide satisfactory evidence to MECL of their capacity
to complete the tender work and ownership of the drills.
9 Report on the financial standing of Tenderer (or of each party
in case of Joint Venture) as per Annexure-V.
i Copy of Income Tax returns for last three financial years.

ii Copy of audited balance sheets(audited by qualified Chartered


Accountant bearing his membership no. & seal of the
auditor), Profit & loss account along with Schedules & Notes
of the firm for the past three financial years
iii Copy of Solvency Certificate from the Nationalized bank/RBI
approved schedule Indian Bank (Minimum 25% of the cost
of tender work).
10 Duly filled format of Eligibility/Qualifying requirement
(Guaranteed Technical Requirement) - Annexure-VI.

11 Undertaking by the bidder pertaining to engagement of retired


MECL‟s personnel-Annexure-VII
12 EPF Registration No. with copy of certificate.

13 Monthly action plan for completion of Tender work clearly


indicating nos of drills proposed for deployment –
Annexure-VIII
14 Tender document duly signed on each page by the authorized
signatory with seal.
15 Power of Attorney in favour of authorized signatory
16 Undertaking by the bidder/Firm on its letter head stating that
they have given declaration of their UAM number in CPP
Portal.
17 List of Key Personnel with their past experience.
18 Cost of Tender Document Rs.5,000/-
19 MSE Vendors only : To submit an undertaking on firms letter
head, stating about the UAM number declaration on CPP
Portal
20 EMD for Rs.3,35,250/-
21 Copy of PAN Card
22 Copy of Goods and Services Tax (GST) Registration number

44
COVER–2

PART-II

MINERAL EXPLORATION CORPORATION LIMITED


(A GOVERNMENT OF INDIA ENTERPRISE)
PRICE BID

E-TENDER NO./CD/352/CORE-
E-TENDER NO. DATE: 23.07.2018
DRILLING/GAURANDIH/2018

INSTRUCTION FOR SUBMISSION OF PRICE BID UNDER COVER NO.4 SECTION THROUGH BOQ
FORMAT

1. Price Bid Format is provided in a standard BOQ format (.xls File) which has been provided with
the tender document to be filled by all the bidders. Bidders are requested to note that they should
necessarily submit their Financial Bid (Price Bid) in the format provided and no other format is
acceptable. Bidders are required to download the BOQ file, open it and complete the
unprotected/accessible cells with their respective financial quotes and other details (such as
name of the bidder etc.). No other cells should be changed. Once the details have been
completed, the bidder should save it and submit it online, without changing the filename.

2. All accessible/ permissible Columns/Cells in the Price Schedule (BOQ) should necessarily be
filled by the tenderer(s) with numerical figures only. These columns should not be left blank or
filled with letters or characters other than numerical figures, failing which BOQ shall be invalid.
In case any components of these columns are inclusive or not applicable a zero (0) value is to
be entered.

3. All the quoted value in the accessible/ permissible Columns/Cells in the Price Schedule (BOQ)
shall be unit prices or on each unit basis. Therefore, amount indicated in these columns shall
invariably be treated as unit price or each unit only.

4. VERY IMPORTANT: Evaluation of the offer shall be made based on the comparative
statement and L-1 offer generated by the system automatically based on BOQ submitted by the
tenderers. Therefore, tenderers should take outmost care while filling and submission of the
Price Bid in BOQ format. MECL or CPPP-NIC will not be responsible for any error, omission
and mistakes committed by the tender in BOQ.

HOD (Business Development & Commercial)

45
COVER–2
APPENDIX-A

BANK GUARANTEE FOR EARNEST MONEY DEPOSIT


To
M/s Mineral Exploration Corporation Limited
Dr. Babasaheb Ambedkar Bhavan
Seminary Hills, NAGPUR-440 006, Maharashtra
Bank Guarantee No: ---------------------------
Guarantee Amount : INR--------------------
Guarantee cover from ------------ to --------------
Last date of lodgment of claim : -----------------------

This deed made on _____________ day of ____________ by (Name of Bank) incorporated in India
and having its Registered office at ____________(hereinafter refereed as to “the Bank”) which expression
shall include its successors and assigns.
Whereas, M/s _______ (Name of the Party) __________ having its Registered office at
____________________ (hereinafter referred as to “The Tenderer”) are submitting Open Tender No.
_____________ for _______ (Name of Work) _______________ for Mineral Exploration Corporation
Limited with registered office at Dr. Babasaheb Ambedkar Bhavan, Seminary Hills, Nagpur (herein after
referred to as “the Company”) subject to the terms and conditions therein.
And whereas the said Invitation to Tender provides that Tenderer shall along with the Tender furnish the
Earnest Money Deposit of `____________(Rupees ___________) only in the form therein mentioned and
the form of payment of Earnest Money Deposit includes guarantee by any Nationalised/RBI approved
scheduled Indian Bank in India undertaking full responsibilities to Indemnify and pay the Company in
case of default by the Tenderer.
And the said Tenderer has approached us and at their request and in consideration of the Promises, we,
the said Bank have agreed to give such guarantee as hereinafter mentioned.
We, the Bank do hereby unconditionally undertake to pay the Company, merely on demand and without
demur all money(s) to the extent of `______________ (Rupees__________only) on commission of any
breach by the said Tenderer of any of the terms and conditions of the said Tender or by reason of the
Tenderer‟s failure to perform said tender. The Bank hereby agreed that the decision and demand of the
Company on the aforesaid matter and/or as to the amount payable by the Bank shall be final conclusive
and binding on the Bank without further proof.
We the Bank undertake to pay the Company any money so demanded notwithstanding any dispute or
disputes raised by the said contractor in any suit or proceeding pending before any Court or Tribunal
relating thereto, our liability under this present being absolute and unequivocal.
The payment so made by us under this guarantee shall be a valid discharge of our liability for payment
there under and the said Tenderer shall have not claim against us for making such payment.

46
This guarantee is not revocable by notice during its currency but will continue with full force until all the
obligations of the Tenderer under the terms and conditions of the tender have been met and the Company
discharges the guarantee accordingly. This guarantee shall not be affected by any change in the
constitution of the Bank or the company or the said Tenderer, nor shall this guarantee be affected by any
change in the constitution of the company or the said Tenderer by absorption with any other body or
corporation and this guarantee shall be available to or enforceable by such body or corporation.
The Company may without affecting Bank‟s liabilities and obligations hereunder grant time or other
indulgence to or compound with the Tenderer or enter into any agreement or composition or agree to
forbear to enforce any of the terms and conditions of the said
Tender against the Tenderer or agree to vary any of the terms and conditions of the said Tender.

“Notwithstanding anything contrary contained in any law for the time being in force or banking practice,
this guarantee shall not be assignable or transferable by the beneficiary. Notice or invocation by any
person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any
invocation of guarantee can be made only by the beneficiary directly”.
Notwithstanding anything contained herein above,
a) Our liability under this Bank Guarantee shall not exceed ` ________________ (Rupees
____________________________ only).
b) This Guarantee shall be valid upto____________ (date of expiry of Bank Guarantee), as per the term
agreed in the contract and
c) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and
only if you serve upon us a written claim or demand within its validity that is on or before
_______________(date of expiry of Bank Guarantee).

For _______________

Name of the Bank

Seal of the Bank


(Signature, Name and Designation
of the authorized Signatory)
Notes:
(a) The Bank Guarantee should contain the name, Designation and code no. of the officer (s) signing
the guarantee.
(b) The address, telephone no. and other details of the Head Office of the bank as well as of issuing
Branch should be mentioned on the covering letter of issuing Branch
We have power to issue this Guarantee in your favour & the undersigned has full power to do so.

Signatory of Bank

47
COVER–2

APPENDIX-B

BANK GUARANTEE FOR SECURITY DEPOSIT


To
M/s Mineral Exploration Corporation Limited
Dr. Babasaheb Ambedkar Bhavan
Seminary Hills, NAGPUR-440 006, Maharashtra

Bank Guarantee No: ---------------------------


Guarantee Amount : INR ______________
Guarantee cover from _______ to _______
Last date of lodgment of claim : __________________

Whereas, Mineral Exploration Corporation Limited with registered office at Dr. Babasaheb Ambedkar
Bhavan, Seminary Hills, Nagpur (herein after referred to as “the Company”) has given a contract vide
work order No.______________________ Dated ________against the Open Tender No.
______________________________ to M/s _______ (Name of Contract with full address) ________
(herein after referred to as “ the Contractor”) for ____________ (Description of Work) _______.
Whereas one of the condition of the contract that the contractor shall either remit a sum of
`._____________ (Rupees ___________________only) as Security Deposit or submit a Bank Guarantee
from any Nationalised/RBI approved scheduled Indian Bank for the said sum for the due fulfillment of
the said work order by the Contractor.
In consideration of the Company having agreed to accept a Bank Guarantee from us towards such
Security Deposit in lieu of cash deposit in accordance with the terms and conditions of the above contract,
We _______ (Name of Bank and full address) ________________ (herein after referred to as “the Bank”)
do hereby undertake to pay the company merely on demand any sum from time to time demanded by the
Company upto a maximum of ` _____________ (Rupees _____________ only) being the amount of
security deposit against any loss or damage caused to or suffered by or would be caused to or suffered by
the company by reason of any breach by the said contractor of any of the terms and conditions contained
in the said contract.

We, the Bank do hereby undertake to pay the amount so demanded by the Company without any demur
merely on a demand from the Company stating that the amount claimed is due by way of loss or damage
caused to or suffered or would be caused to or suffered by the Company by reason of breach by the said
contractor of any of the terms and conditions contained the said contract. Any such demand made on the
bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee.

48
We the Bank undertake to pay the Company any money so demanded notwithstanding any dispute or
disputes raised by the said contractor in any suit or proceeding pending before any Court or Tribunal
relating thereto, our liability under this present being absolute and unequivocal.
The payment so made by us under this guarantee shall be a valid discharge of our liability for payment
there under and the said contractor shall have not claim against us for making such payment.

We the Bank further agree the guarantee herein contained shall remain in full force and effect during the
period that would be taken for the performance of the said contract and that shall continue to be
enforceable till all the dues of the company under or by virtue of the said contract have been fully paid
and its claim satisfied or discharged or till the company certifies that the terms and conditions of the said
contract have been fully and properly carried out by the contractor and accordingly discharges this
guarantee.

We the Bank further agree with the said company that they shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder, to vary any of the terms and
conditions of the said contract or to extend time of performance by the said contractor or to postpone for
any time and from time to time any of the powers exercisable by it against the contractor and either to
enforce or forbear from enforcing any of the terms and conditions governing the said contract or
securities available to the company and the said bank shall not be released from its liability under these
presents any exercise by the company of the liberty with reference to the matters aforesaid or by reason of
time being given to the said contractor or any other forbearance, act or omission on the part of the
company or any indulgence by the company to the said contractor or any other matter or thing whatsoever
which under the law relating to securities, but for this provision, have the effect of so relieving us.
This guarantee shall not be affected by any change in the constitution of the Bank or the company or the
said contractor nor shall this guarantee be affected by any change in the constitution of the company or
the said contractor by absorption with any other body or corporation and this guarantee shall be available
to or enforceable by such body or corporation.
“Notwithstanding anything contrary contained in any law for the time being in force or banking practice,
this guarantee shall not be assignable or transferable by the beneficiary. Notice or invocation by any
person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any
invocation of guarantee can be made only by the beneficiary directly”.

Notwithstanding anything contained herein above,


a) Our liability under this Bank Guarantee shall not exceed ` ________________ (Rupees
____________________________ only).
b) This Guarantee shall be valid upto____________ (date of expiry of Bank Guarantee), as per the
term agreed in the contract and

49
c) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only
and only if you serve upon us a written claim or demand within its validity that is on or before
_______________(date of expiry of Bank Guarantee).

For _______________

Name of the Bank

Seal of the Bank


(Signature, Name and Designation
of the authorized Signatory)

Notes:
(a) The Bank Guarantee should contain the name, Designation and code no. of the officer (s) signing
the guarantee.
(b) The address, telephone no. and other details of the Head Office of the bank as well as of issuing
Branch should be mentioned on the covering letter of issuing Branch

We have power to issue this Guarantee in your favour and the undersigned has full power to do so.

Signatory of Bank

50
COVER–2

APPENDIX-C
AGREEMENT

This agreement made on _______ day of ________ 2018 at Nagpur between MINERAL
EXPLORATION CORPORATION LIMITED, Dr. Babasaheb Ambedkar Bhavan, Seminary Hills,
Nagpur, Maharashtra State, India. (hereafter called the “The Company”)of the One Part.
AND M/s_______________________________________________________________
(herein after called “The Contractor”) on the Other Part.
Whereas The Company is desirous that certain works should be executed by the Contractor viz (NAME
OF WORK--------------------------) and has accepted a tender by the Contractor for the execution and
completion of such work and the remedying of any defects therein.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS :
In this Agreement words & expressions shall have the same meanings as are respectively assigned to
them in the Condition of Contract hereinafter referred to
The following documents shall be deemed to form and be read and construed as part of this Agreement
viz :-
a) The said OPEN TENDER No. ____________________________
b) The LOI/ Work Order No. ________________________________
c) The Letter of Acceptance ________________________________
d) Notice Inviting Tender (NIT)
e) Bid Form (schedule-I)
f) Details of Contractor (schedule-II)
g) Scope of work and time schedule
h) Instructions to Tenderer
i) General Terms and Conditions of Contract
j) Special Terms and Conditions of Contract
l) Bill of quantities and Schedule of Rates (Price Bid)

In consideration of the payments to be made by The Company to the Contractor as hereinafter mentioned,
the contractor hereby covenants with The Company to execute and complete the works and remedy any
defects therein in conformity in all respects, with the provisions of the Contract.

The Company hereby covenants to pay the Contractor in consideration of the execution and completion of
the works and the remedying of defects therein 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.

In witness whereof the parties hereto have caused this agreement to be executed the day and year first
before written.

Signed, Sealed and Delivered by

51
MINERAL EXPLORATION CORPORATION LIMITED, NAGPUR

Witness

1.

2.

Signed, Sealed and Delivered by (CONTRACTOR)


M/S.

Witness :

1.

52
COVER-2
APPENDIX-D

INTEGRITY PACT

On this ____________________day of ____________________2018, at Nagpur in presence of following


two witness, this Integrity Pact is executed between:
Mineral Exploration Corporation Limited hereinafter referred to as “The Principal/MECL” and
________________________________ hereinafter referred as “The Bidder/Contractor” (Which
expression shall include all its partners/ directors, agent, representative, servants, sub-contractors,
(whatever permitted/permissible) & successor in interest etc. including all persons claiming
through it.
Whereas, it has been directed by Ministry of Mines, New Delhi and Central Vigilance Commission, New
Delhi that Government of India undertakings shall execute Integrity Pact with the Contracting Parties/
Bidders in all forthcoming Contracts/ Tender Process above prescribed/ specified value of Rs. 1 Crore, it
is necessary to execute Integrity Pact between such parties. Pursuant thereto, the present Integrity pact is
being executed.
The terms and conditions of the Integrity Pact are as under:
Commitment of MECL- Section-I

Being the Principal, MECL commits itself to take all necessary steps to prevent corruption & unethical
practices and bring transparency in all the processes through the following commitments:-
A) No official of the Principal, (MECL), personally or through family will accept or demand any
gratification, for which he/she is not entitled from any of the counter/contracting parties.
B) The Principal, (MECL) during the tender process, will treat all the bidders/tenderer equally and
provide level playing fields to all.
C) The Principal, (MECL) commits to provide to all bidders the same information.
D) The Principal, (MECL) will not make available any confidential information to any of the bidder
which will give him an edge over the others.
E) The Principal, (MECL) will make public the details of contract awarded.
F) The Principal, (MECL) will exclude any of the officials who is found prejudice or have conflict
of interest in dealing with bidders.
G) The Principal (MECL) will take appropriate disciplinary action, as per prescribed Rules, against
its official if found guilty of breach of commitment.

Commitment of Bidders-Section-II

The Bidder/Contractor commits himself to take all necessary measures nor to invoke in any type of
corrupt practice during the Tender process as well as Execution of Contract including the following:-

A) The Bidder/Contractor will not offer or promise to offer to any of the MECL‟s employee the
gratification/benefit for which he/she is not legally entitled to get undue favor/advantage or
information related to Tender process or during Execution of the Contractor.
B) The Bidder/Contractor will not enter into Agreement with other Contenders/Contractors to
derail/disturb fair Tender Process like price fixing or other unethical understanding like Cartel
Formation.
C) The Bidder/Contractor will not pass on to others the confidential information provided by MECL
as a part of Tender documents/ Contracts.
D) The Bidders/ Contractors will not disclose about all the payments made to the agents/
intermediaries, wherever such arrangement is permissible, in connection with the award of
Contract/ Tender Process.

53
E) The Bidder/ Contractor will immediately inform MECL, if asked to pay any illegal gratification
or bribe, in violation of this integrity pact, by any of MECL‟s employee or comes to know any
illegal payment made to any of the employee. The Bidder/ Contractor will do not do any Act by
way of commission or omission which may defeat the spirit behind the present Integrity Pact.
F) The Bidders/Contractors of foreign origin shall disclose the name and address of the
Agents/representatives in India, if any. Similarly, the Bidders/ Contractors of Indian Nationality
shall furnish the name and address of the foreign principals, if any. Further details as mentioned
in the “Guidelines on Indian Agents of Foreign Suppliers” shall be disclosed by the Bidders/
Contractors. Copy of the “Guidelines on Indian Agents of Foreign Suppliers” as annexed and
marked as Appendix-D(i).

Violation and Penalties- Section-III

The Bidder/Contractor, if found to violate the clause of the Integrity Pact, will be liable to the following
penalties:-

A) The MECL will be entitled to disqualify the Bidder/ Contractor from Tender Process.
B) If after award of Contract, the bidder is found guilty of breach of the Integrity Pact, MECL will be
entitled to terminate the contract.
C) The MECL will have right to disqualify the default Bidder/ Contractor for participation in future
contracts of the Principal (MECL) for a certain period or black list it permanently depending upon
seriousness of offence.
D) The MECL, if the contract is terminated due to violation of the Integrity Pact on part of Bidder/
Contractor, will be entitled for material damages as decided by the MECL Management and will
be binding to all. The Principal (MECL) will also have right to forfeit the Security Deposit.
E) The CMD of the Principal will be the final Authority in respect of the aforesaid clauses of
Violation and Penalties. The decision taken by CMD of the Principal (MECL) shall be final and
acceptable and would not be amendable to any challenge.
F) If the Bidders/Contractors, before award or during execution has committed a transgression
through a violation of Section-II, above or in any other form such as to put his reliability or
credibility in question, the Principal is entitled to disqualify the Bidders/Contractors from the
tender process or take action as per the procedure mentioned in the “Guidelines on Banning of
Business dealings”. Copy of the “Guidelines on Banning of Business dealings” is annexed and
marked as Appendix-D(ii).

Independent Monitor- Section-IV

A) CMD, of the Principal (MECL) may/ will appoint Independent Monitor who are suitably
qualified and experienced and are of impeccable integrity to oversee the implementation of the
Integrity Pact in cases wherever he feels necessary to do so. The decision taken in this behalf by
CMD, MECL shall be final and conclusive and will be agreeable to both the parties. Such
decision, about the appointment of Independent Monitor shall not be amendable to challenge on
any ground whatsoever. The independent Monitors will be non-salaried having voluntary status
and will have benefits of Independent Directors.
B) The Independent Monitors will not have administrative or enforcement power and submit his
non-binding suggestions or recommendations to the Management of MECL when he observes
violation or deviation of any conditions of the Integrity Pact.

54
General Conditions-Section –V

A) This agreement is subject to Indian Laws. Place of execution & performance of this Integrity Pact
shall be Nagpur. Any dispute rising out of Integrity Pact shall be subject to exclusive jurisdiction
of the Courts at Nagpur only.
B) The Bidder / Contractor will undertake from all subcontractors about the commitment to
implement the Integrity Pact in letter & spirit and submit to MECL the said undertaking before
sub-contracting the work wherever permitted.
C) The Bidders/ Contractor, who do not sign the Integrity Pact, will not be entitled to participate in
the Tender Process or continue with the contract.
D) The Agreement will commence into force when MECL & Bidder/ Contractor sign it and will
come to end twelve months after the last Payment.
E) The Bidders/ Contractor is a Partnership Firm or Association of persons, the Agreement must be
signed by all Partners or should be signed by his/ their Authorized representative.
F) MECL will periodically review the effectiveness of the Integrity Pact by conducting 360 degree
review with concerned executive & Bidder/ Contractor.
G) Should one or some of the provision of this Integrity Pact turn out to be invalid the reminder
clauses of this Agreement shall remain valid.

________________________ ________________________
On behalf of the Principal/MECL On behalf of Bidder/Contractor
With Official Seal With Official Seal
Place: Place:
Date: Date:

Witness no. 1________________ Witnessno. 2_______________


Designation/Occupation_______ Designation /Occupation ______
Address: Address:

55
Appendix-D(i)

56
Appendix-D(ii)

57
58
59
60
61
62

You might also like