65
DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH C \ c u w tr 1- ? 1n $ MINERAL RESOURCES DEPARTMENT GOVERNMENT OF CHHATTISGARH INDRAVATI BHAWAN, BLOCK-4, 2nd FLOOR, NAYA RAIPUR, CHHATTISGARH- 492002, Phone No. 0771-2221840, Fax: 0771-2221841, E-mail: [email protected] Bid no: Dated: BID DOCUMENT FOR "SELECTION OF MANAGEMENT CONSULTANT CUM TRANSACTION ADVISOR" FOR DIRECTORATE OF GEOLOGY & MINING (DGM) CHHATTISGARH GOVERNMENT OF CHHATTISGARH The Bid documents can be viewed and downloaded from the website of namely https://eproc.cgstate.gov.in from 12.09.2017 to 11.10.2017

DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH

C \c u w tr 1 - ?1 n $

MINERAL RESOURCES DEPARTMENT GOVERNMENT OF CHHATTISGARH

INDRAVATI BHAWAN, BLOCK-4, 2nd FLOOR, NAYA RAIPUR, CHHATTISGARH- 492002, Phone No. 0771-2221840, Fax: 0771-2221841,

E-mail: [email protected]

Bid no: Dated:

BID DOCUMENT FOR

"SELECTION OF MANAGEMENT CONSULTANT CUM TRANSACTION ADVISOR"FOR

DIRECTORATE OF GEOLOGY & MINING (DGM) CHHATTISGARH

GOVERNMENT OF CHHATTISGARH

The Bid documents can be viewed and downloaded from the website of namely https://eproc.cgstate.gov.in from 12.09.2017 to 11.10.2017

Page 2: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

IMPORTANT INFORMATION

NIT No : Date :

National Competitive Bidding

1. Name of the Work SELECTION OF MANAGEMENT CONSULTANT CUM TRANSACTION ADVISOR FOR DIRECTORATE OF GEOLOGY & MINING (DGM) CHHATTISGARH

2. Mode of Submission of Bids Hard copy through speed post/by hand as well as online and Price Bid to be submitted online only.

3. Estimated Cost INR 1/-4. Bid Processing fee Bid Processing fee INR 29,500/- (Rupees Twenty nine

thousand five hundred) ( Inclusive of all Taxes )5. Bid Submission fee INR 311/- ( Rupees Three hundred and eleven) e-

procurement service charges6. Bid security (EMD) (In

INR)Bid Security INR 5,00,000/- (Five lacs)

7. Performance Security - 5 % of contract Price to be submitted at the time of execution of the consultancy agreement

8. Total time Period Initially for a period of 24 months extendable for another 12 months maximum, subject to satisfactory performance of the agency.

9. Date of Publication of Tender on Website

12.09.2017

10. Last date of submission of Pre-Bid queries

19.09.2017

11. Date of Pre Bid meeting 21.09.2017 (03:00pm)

12. Last Date/Time for submission of bids

11.10.2017 (03:00pm)

13. Date & Time of Bid Opening Technical Bid opening

12.10.2017 (03:00pm)

14. Announcement of Technically Qualified Bidders (Preferred Bidder)

Will be intimated later on

15. OPENING OF PRICE BID16. Announcement of successful

bidder Date & Time17. Bid submission address Director,

Directorate of Geology & Mining,Indravati Bhavan, Block-4 , Second Floor, Naya Raipur,Chhattisgarh - 492002E-mail Address: [email protected]

18. Phone Number Ph.- 0771-2221840, FAX: 0771-2221841

Sd/-Director, DGM

2

Page 3: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARHIndrawati Bhawan, Second floor, "D" wing, Naya Raipur

Ph: 0771-2221840,2221849, 2510044 Fax: 0771-2221841 e-mail: [email protected]

NOTICE INVITING TENDER

N.I.T Number Dated

1- Director, Geology and Mining, Chhattisgarh invites Online bids from eligible consulting firms/agencies in accordance with the terms and conditions stated in the bid documents for the appointment of "Management Consultant cum Transaction Advisor" for transaction advisory services for auctioning of major and minor minerals in the state and for selection of exploration agencies together with management consultancy services for effective mineral administration in the Department of Mineral Resources, Government of Chhattisgarh.

2- The Bid documents can be viewed and downloaded from the Integrated eProcurement website - https://eproc.cgstate.gov.in from 12.09.2017 to 11.10.2017

Bid Processing fee of INR 29,500/- (Rupees Twenty nine thousand five hundred (Non Refundable). Bids of such bidders who do not pay the cost of Bid processing fee will not be considered.

Additionally Rs. 311/- (Non-Refundable) is to be paid online as Bid submission fee as eProcurement portal services charges. Bids of such bidders who do not pay the cost of Bid processing and submission fee will not be considered.

Bid notice can also be viewed free of cost on Director, Geology and Mining Chhattisgarh's website www.chhattisgarhmines.gov.in from: 12.09.2017

3- For clarification of the issues related to the Bid, a pre bid conference will be held in Directorate Geology and Mining, Chhattisgarh, Indravati Bhawan Raipur on: 21.09.2017 at 3:00PM

4- Director, Geology and Mining, Chhattisgarh Raipur may be contacted at 0771-2221840, Fax: 0771- 2221841 or by e-mail [email protected] for further clarifications.

5- Last date for submission of Bid: 11.10.2017 at 3:00PM

6- Notice Inviting Bid is in brief. For further details, the Bidder shall refer the Bid Document.

7- All intending bidders/venders may contact M-junction Services Limited on toll free no.1800 419 9140 or email [email protected] regarding support required for online registration, bidding & training on operations of the eProcurement portal.

DirectorGeology and Mining

Chhattisgarh

3

Page 4: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

DISCLAIMER

1. This document is not an agreement or an offer by Director, Geology and Mining, Chhattisgarh to Bidders or any third party. The purpose of this document is to provide interested parties with information to facilitate the formulation of their Bid for Qualification and Price Bid.

2. This document does not purport to contain all the information each Bidder may require. The Document may not be appropriate for all persons, and it is not possible for Director, Geology and Mining, Chhattisgarh to consider the needs of each party who uses or reads this Document. The concerned parties should conduct their own investigations and analysis and should verify the accuracy, reliability and completeness of the information in this document and obtain independent advice from appropriate sources.

3. Neither Director, Geology & Mining, Chhattisgarh nor its employees or its consultants make any representation or warranty as to the accuracy, reliability or completeness of the information in this document.

4. Neither Director, Geology and Mining, Chhattisgarh nor its employees or consultants shall have any liability to any Bidder or any other person under the law of contract, tort, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with this Document, or any matter deemed to form part of this document, the award of the work, or the information and any other information supplied by or on behalf of Director, Geology and Mining, Chhattisgarh or its employees, any consultants or otherwise arising in any way from the selection process .

5. The bidder should confirm that the document is complete in all respects. In the event that the Document or any part thereof is mutilated or missing, the Bidder must notify Director, Geology and Mining, Chhattisgarh immediately at the following address:

DirectorDirectorate of Geology and Mining,Indravati Bhawan, Block-4, 2nd floor, Naya Raipur, Chhattisgarh- 492002, Fax: 0771­2221841, Phone: 0771-2221840

6. The Document and the information contained herein are strictly confidential and privileged and are for the exclusive use of the party to whom it is issued. This Document must not be copied or distributed by the recipient to third parties (other than, to the extent required by the applicable law or in confidence to the recipient's professional advisors, provided that such advisors are bound by confidentiality restrictions at least as strict as those contained in this document). In the event that after the issue of the document the recipient does not continue with its involvement in the bidding process for any reason whatsoever, this document and the information contained herein must be kept confidential by such party and its professional advisors at all times.

7. Director, Geology and Mining, Chhattisgarh reserves the right to change, modify, add, alter the Document or cancel the bidding process without assigning any reasons thereof, at any stage during the bidding process. All parties to whom this Document has been issued shall be informed any such change. The Bidders or any third party shall not object

4

Page 5: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

to such changes/ modifications/ additions/ alterations explicitly or implicitly. Any such object by the bidder shall make the Bidder's Bid liable for rejection by Director, Geology and Mining, Chhattisgarh. Further objection by any third party shall be construed as infringement on confidentiality and privileged rights of Director, Geology and Mining, Chhattisgarh with respect to this Document.

8. The Bidder shall not make any public announcements with respect to this Bidding process or this document. Any public announcements to be made with respect to this bidding process or his Document shall be made exclusively by Director, Geology and Mining, Chhattisgarh. Any breach by the bidder of this clause shall be deemed to be non­compliance with the terms and conditions of this document and shall render the Bid of qualification liable for rejection. Director, Geology and Mining, Chhattisgarh decision in this regard shall be final and binding upon the bidder.

9. It is clarified that provisions of clauses 6, 7 and 8 shall not apply to information relating to this document already available in the public domain prior to the issue of this document.

10. The bidder shall bear all costs associated with the preparation and submission of the Technical and Financial Bids. Director, Geology and Mining, Chhattisgarh and their consultants shall not, under any circumstances, be responsible or liable for any such costs.

5

Page 6: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

TABLE OF CONTENTS

SECTION - 1 : INSTRUCTIONS TO BIDDERS1.1 DEFINITIONS1.2 INTRODUCTON

1.3 GENERAL CONDITIONS

1.4 SCOPE OF WORK

1.5 ELIGIBILITY CRITERIA

1.6 PREPARATION OF BID

1.6.1 TECHNICAL BID

1.6.2 FINANCIAL BID

1.6.3 SUBMISSION, RECEIPT AND OPENING OF BIDS

1.6.4 BID EVALUATION1.6.5 TECHNICAL EVALUATION SCORE1.6.6 OPENING AND EVALUATION OF FINANCIAL BIDS1.6.7 DURATION OF ASSIGNMENT

1.6.8 PERFORMANCE SECURITY

1.6.9 MISCELLANEOUS INFORMATION

SECTION - 2 : TECHNICAL BID2.1 TECHNICAL FORM - 1: Technical Bid

2.2 TECHNICAL FORM - II: Bidder's Organization and Experience

2.3 TECHNICAL FORM - IIB : Bidder's Experience

2.4 TECHNICAL FORM -III: Description of Approach, Methodology & Work Plan for Performing the Assignment

2.5 TECHNICAL FORM - IV: Team Composition and Task Assignment

2.6 TECHNICAL FORM - V: CV for proposed Experts

SECTION - 3 : FINANCIAL BID3.1 PRICE BID(Table-X,Y and Z)

SECTION - 4 : TERMS OF REFERENCE4.1 SCOPE OF WORK4.2 PROJECT DELIVERABLES FOR THE MCTA

4.3 PERSONNEL TO BE DEPLOYED FOR THE ASSIGNMENT4.4 PAYMENT TERMS

4.5 PAYMENT SCHEDULE

SECTION - 5 : STANDARD CONTRACT AGREEMENT "Consultancy Agreement”SECTION - 6 : ANNEXURES

6.1 ANNEXURE - A : PROFORMA FOR BANK GUARANTEE..........................................

6.2 ANNEXURE - B: CHECKLIST................................................................................

6.3 ANNEXURE - C : POWER OF ATTORNEY FOR AUTHORIZED SIGNATORY

6.4 ANNEXURE - D : PROFORMA OF BLACKLISTING

SECTION -7 : INSTRUCTIONS TO BIDDERS FOR ONLINE REGISTRATION AND BID SUBMISSION

6

Page 7: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

SECTION - 1: INSTRUCTIONS TO BIDDERS

7

Page 8: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

1.1 DEFINITIONS

(a) “Bidder” means a private or public entity who is interested to provide consultancy services to the DGM as per the stated terms and conditions in the Bid document.

(b) “Contract” means the Contract signed by the Parties and all the attached documents listed in Bid document; that is the General Conditions (GC), the Special Conditions (SC) by which the GC may be amended or supplemented, and the Appendices.

(c) “Data Sheet” means such part of the Instructions to Bidders used to reflect specific country and assignment conditions.

(d) “Days” means calendar days.

(e) “Government” means the Government of Chhattisgarh unless otherwise stated.

(f) “Instructions to Bidders (ITB)” (Section 1 of the Bid document) means the document which provides shortlisted Bidders with all information needed to prepare their Bids.

(g) “DGM” means Directorate of Geology & Mining (DGM), Chhattisgarh,

(h) “MCTA” means Management Consultant cum Transaction Advisor.

(i) “Personnel” means qualified persons provided by the MCTA and assigned to perform the Services or any part thereof.

(j) “Bid” means a technical Bid or a financial Bid, or both.

(k) “Services” means the work to be performed pursuant to the Contract.

(l) “Standard Electronic Means” includes facsimile and email transmissions.

(m) “Terms of Reference” (TOR) means the document included in the Bid document as Section 4 which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the DGM and the MCTA, and expected results and deliverables of the assignment.

(n) “GoI” stands for Government of India

(o) “GoC” stands for Government of Chhattisgarh

(p) "Consultancy agreement" is the standard contract agreement laid out in section 5 of the bid document.

(q) "DMF" stands for District Mineral Foundation

(r) "NMET" stands for National Mineral Exploration Trust

(s) "GST" stands for Goods Service Tax

1.2 INTRODUCTION

1.2.1 Directorate of Geology & Mining (DGM), Chhattisgarh, invites Bids from eligible consulting firms/agencies for providing for transaction advisory services for auctioning of major and minor mineral blocks in the state and for selection of exploration agencies together with management consultancy services for effective mineral administration in the Department of Mineral Resources, Government of Chhattisgarh.

1.2.2 The Management Consultant cum Transaction Advisor (MCTA) shall provide services in accordance with the terms and conditions stated in the agreement to be entered into between

8

Page 9: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

the DGM and the MCTA (the “Consultancy Agreement”). MCTA shall station its team at DGM office at Raipur, Chhattisgarh for which the bid shall be submitted as per the provisions of this Bid document.

1.2.3 The background information and Terms of Reference for the consulting services are provided in this Bid document.

1.2.4 A firm will be selected under Quality cum Cost Based Selection (QCBS) Method and procedures described in this Bid document.

1.2.5 Only detailed, completed Bids in the formats indicated in this Bid Document shall be taken as valid.

1.2.6 The bidder shall be deemed to have full knowledge of the role and responsibilities of the work, whether it inspects them physically or not.

1.2.7 The proposal shall be signed by the bidder or duly authorized persons to bind the bidder to the contract. The letter of authorization shall be indicated by written power of attorney and shall accompany the proposal.

1.3 GENERAL CONDITIONS

1.3.1 The interested bidders can submit their queries through post or email-id: [email protected] in writing on or before 19.09.2017 Queries received after the set time limit shall not be considered in the Pre-bid conference.

1.3.2 Pre-bid conference meeting will take place on 21.09.2017 at 03:00 pm in the office of Directorate o f Geology & Mining (DGM), Chhattisgarh, India (address is provided in Data Sheet) where in the prospective applicant bidder will have an opportunity to obtain clarifications regarding the offer conditions.

1.3.3 For any other clarifications related to bid submission, bidder may contact DGM telephonically on telephone no. 0771-2510044 before the last date of submission of the bid document during working hours.

1.3.4 The deadline for receipt of Bids shall be on the date mentioned in the Notice Inviting Tender unless notified otherwise.

1.3.5 DGM reserves the right to accept or reject any or all Bids , and to annul the selection process and reject all bids at any time prior to the award of contract, without thereby incurring any liability or any obligation in any form to the affected firms on any grounds.

1.3.6 This enquiry is in the nature of Request for bid intended to hire services of a Consultant to provide consultancy services in the field of Management consulting for effective mineral administration including policy analysis and transaction advisory services.

1.3.7 The Bidder is expected to carefully examine all the instructions, guidelines, terms and conditions and formats in the Bid document. Failure to furnish any necessary information as required by the Bid document or submission of a Bid not substantially responsive to all the requirements of the Bid document shall be at Bidder’s own risk and may be liable for rejection.

1.3.8 The bid and all the associated correspondence shall be written in English only and shall conform to the prescribed format.

1.3.9 The bid shall be signed by the Bidder or duly authorized persons to bind the Bidder to the contract. The Letter of authorization shall be indicated by written power of attorney and shall accompany the bid.

9

Page 10: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

1.3.10 For participation in the bidding process and submitting bids, the bidder should be of one of the following types of entities - Private, Public or Government-owned legal entity incorporated as Limited Liability Partnership under the Limited Liability Partnership Act of India, 2008 or a Company registered in India under Indian Companies Act 1956 or 2013.

1.3.11 The Bidder should submit a Power of Attorney, authorizing the signatory of the bid and to commit the Bidder, along with submission of bid. Details of documentation required for various parts of the bid are provided in Bid document and the formats for Bid submission (including format for Power of Attorney) is given as part of the Forms at the end of this document.

1.3.12 A Bidder who is under a declaration of ineligibility by Government of Chhattisgarh or any other Government authority in India on the date of submission of the bid or during evaluation of bids shall be disqualified.

1.3.13 Bid Validity: - Validity date is 120 days from last date of submission. A bid valid for a shorter period may be considered non-responsive and liable to rejection. During this period, the Bidders shall maintain the availability of experts nominated in the bid. DGM will make its best effort to complete bid finalization within this period. In case of need, DGM may request the Bidders to extend the validity period of their bids. Bidders who do not agree have right to refuse to extend the validity of their bid & under such circumstances, DGM shall not consider such bid for further evaluation.

1.3.14 No current Government Employee shall be deployed by the selected bidder without the prior written approval by the appropriate authority and no retired government employee especially from DGM, GoC may be hired with in six months of his retirement.

1.3.15 Conflict of Interest: -

A Bidder shall not have a conflict of interest that may affect the Selection Process or the Consultancy (the "Conflict of Interest"). Any bidder found to have a Conflict of Interest shall be disqualified.

It is necessary that the MCTA provides professional, objective, and impartial advice and at all times hold the interests of the DGM as paramount, avoid conflicts with other assignments or its own interests, and act without any consideration for future work. The MCTA shall not accept or engage in any assignment that would be in conflict with its prior or current obligations to other clients, or that may place it in a position of not being able to carry out the assignment in the best interests of the client.

Without limiting the generality of the above, an Bidder shall be deemed to have a Conflict of Interest affecting the Selection Process, if:

The Bidder or its Associate (or any constituent thereof) and any other Bidder or its Associate (or any constituent thereof) have common controlling shareholders or other ownership interest; provided that this disqualification shall not apply in cases where the direct or indirect share holding or ownership interest of an Bidder, its Member or Associate (or any shareholder thereof having a shareholding of more than 5 per cent of the paid up and subscribed share capital of such Bidder, Member or Associate, as the case may be) in the other Bidder or its Associate is less than 5% (five per cent) of the subscribed and paid up equity share capital thereof; provided further that this disqualification shall not apply to any ownership by a bank, insurance company, pension fund or a public financial institution referred to in section 4A of the Companies Act, 1956. For the purposes of this, indirect share holding held through one or more intermediate persons shall be computed as follows:

aa. where any intermediary is controlled by a person through management control orotherwise, the entire share holding held by such controlled intermediary in any other

10

Page 11: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

person (the "Subject Person") shall be taken into account for computing the shareholding of such controlling person in the Subject Person; and

bb. subject always to sub-clause (aa) above, where a person does not exercise control over an intermediary, which has shareholding in the Subject Person, the computation of indirect shareholding of such person in the Subject Person shall be undertaken on a proportionate basis; provided, however, that no such share holding shall be reckoned under this "sub-clause' (bb). if -(a) the share holding of such-person in the intermediary is less than 26% (twenty six per cent) of the subscribed and paid up equity share holding of such intermediary; (b) a constituent of such Bidder is also a constituent of another Bidder; or (c) such Bidder or its Associate receives or has received any direct or indirect subsidy or grant from any other Bidder or its Associate; or (d) such Bidder has the same legal representative for purposes of this Application as any other Bidder; or (e) such Bidder has a relationship with another Bidder, directly or through common third parties, that puts them in a position to have access to each others information about, or to influence the Application of either or each of the other Bidder; or (f) there is a conflict among this and other consulting assignments of the Bidder (including its personnel and Sub-MCTA) and any subsidiaries or entities controlled by such Bidder or having common controlling shareholders.

The duties of the MCTA will depend on the circumstances of each case. While providing consultancy services to the Authority for this particular assignment, the MCTA shall not take up any assignment that by its nature will result in conflict with the present assignment; or (g) a firm which has been engaged by the Authority to provide goods or works or services for a project, and its Associates, will be disqualified from providing consulting services for the same project save and except as provided conversely, a firm hired to provide consulting services for the preparation or implementation of a project, and its Members or Associates, will be disqualified from subsequently providing goods or works or services related to the same project; or (h) the Bidder, its Member or Associate (or any constituent therof) have common controlling shareholders or other ownership interest; provided that this disqualification shall not apply. In cases where the direct or indirect share holding or ownership interest of an Bidder, its Member or Associate (or any shareholder hereof having a share holding of more than 5% (five per cent) of the paid up and subscribed share capital of such Bidder, Member or Associate, as the case may be.) in the bidder or Concessionaire, if any, or its contractor(s) or sub-contractor'(s) is less than 5% (five per cent) of the paid up and subscribed share capital of such Concessionaire or its contractor(s) or sub-contractor(s); provided further that this disqualification shall not apply to _ ownership by a bank, insurance company, pension fund or a Public Financial Institution referred to in section 4A of the Companies Act, 1956. For the purposes of this sub-clause (h), indirect shareholding shall be computed in accordance with the provisions of sub-clause (a) above.

• For purposes of this bid, Associate means, in relation to the Bidder, a person who controls, is controlled by, or is under the common control with such Bidder (the "Associate"). As used in this definition, the expression "control" means, with respect to a person which is a company or corporation, the ownership, directly or indirectly, of more than 50% (fifty per cent) of the voting corporation, the power to direct the management and policies of such person by operation of law or by contract.An bidder or an associate appointed to provide consultancy to any specific project, shall be disqualified from subsequently providing goods or works or services related to the construction and operation - of the same Project-and-any breach -of this obligation shall be construed as Conflict of Interest; provided that the restriction herein shall not apply after a period of 5 (five) years from the completion 'of the original assignment or to consulting assignments granted by banks/lenders at any time; provided further that this 'restriction shall not apply to consultancy/advisory services performed for the DGM Trust in continuation of a specific Consultancy or to any subsequent consultancy/advisory services performed for the DGM is in accordance with the rules of the DGM. For the avoidance of doubt, an entity affiliated with the MCTA shall include a partner in the MCTA's firm or a person who holds more than 5% (five percent) of the subscribed and

11

Page 12: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

paid up share capital of the MCTA, as the case may be, and any Associate thereof.

INFORMATION REGARDING ANY CONFLICTING ACTIVITIES AND DECLARATION THEREOF

Are there any activities carried out by your firm or group company or any member of the association which are of conflicting nature as mentioned in RFQ?, If yes, please furnish details of any such activities.

• If no, please certify, in the following manner, in the letterhead of the bidder.We hereby declare that our firm our associate/group firm or any of the members of the consortium are not indulged in any such activities which can be termed as the conflicting activities at this present moment. Further, we hereby agree to disclose any further conflicting activities, in case they occur, till the finalization of the bid. We also acknowledge that in case of misrepresentation of the information, our proposals/contract shall be rejected/terminated by the employer which shall be binding on us.

Authorized Signature [in full and initials]:Name and title of Signatory:Name of Firm:Address:

1.3.16 Fraud and Corruption: - DGM requires that the Bidders observe the highest standard of ethics during their procurement and execution of such contracts. As such in pursuance of this policy,

(i) Defined, for the purposes of this provision, the terms set forth as follows:

(a) “Corrupt practice” means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves and/or those close to them, or induce others to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; and

(b) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the borrower, and includes collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the borrower of the benefits of free and open competition).

(ii) Will reject a bid for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract; and

(iii) Will declare a firm ineligible, either indefinitely or for a stated period of time for awarding any contract if at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, any contract.

1.3.17 BID Processing Fee: - Bid Processing fee of amount INR 29,500/- (Rupees Twenty nine thousand five hundred) ( Inclusive of all Taxes ) has to be paid by the bidder through online banking channel at the e-procurement portal of Chhattisgarh State (https://eproc.cgstate.gov.in). A Bid without Bid processing fee shall be rejected, as non-responsive.

1.3.18 Bid Security : - The Bid Security of amount INR 5,00,000/- (INR Five Lakhs only) has to be paid by the bidder through online banking channel at the e-procurement portal of Chhattisgarh

12

Page 13: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

State (https://eproc.cgstate.gov.in). A Bid without Bid Security amount shall be rejected, as non­responsive.

1.3.19 Bid submission fee : Additionally Rs. 311/- (INR Three hundred and eleven only) (Non­Refundable) is to be paid online as Bid submission fee as eProcurement portal services charges.Bids of such bidders who do not pay the cost of Bid processing and submission fee will not beconsidered

20. Bid securities of the unsuccessful bidders shall be returned to them at a maximum time period ofsix months.

21. The bid security may be forfeited:

(i) If a Bidder withdraws its bid during the period of bid validity.

(ii) If the Successful Bidder fails to: sign the Contract within required timeframe; or furnish a performance security.

1.4 SCOPE OF WORK :

The detailed Scope of Work of the MCTA is as follows:

PART A: Transaction advisory services for Auction of Major Mineral leases: -

The MCTA shall assist DGM on project basis, for auction of major mineral blocks which shall beinclusive of the following activities:

1.4.1 The MCTA would assess the preparedness of the different major mineral blocks to be auctioned and identify the additional activities that need to be undertaken by the Directorate of Geology and Mining, Chhattisgarh, as may be required in light of the "The Mines & Minerals (Development and Regulation) Act, 1957, Mineral (Auction) Rules, 2015 and Minerals (Evidence of Mineral Contents) Rules, 2015 .

1.4.2 MCTA shall assist the Directorate of Geology and Mining, Chhattisgarh inpreparation of the information memorandum and other technical data that may be required for launch of auctions.

1.4.3 MCTA shall assist the Directorate of Geology and Mining, Chhattisgarh inundertaking computation and fixation of the reserve price/ floor price, eligibility conditions ,bid security, specified end uses etc. for the purpose of minerals auctions.

1.4.4 Planning, organizing and conducting Preliminary Stakeholder's Conference with potential bidders and other stakeholders to assess market expectations.

1.4.5 Assistance in appropriate sizing of the mineral blocks for auction based on techno­commercial considerations and market expectations.

1.4.6 MCTA shall provide third party consultants/experts/professionals of requisitequalification and experience in technical, legal and other matters as may be necessary for the execution of the assignment.

1.4.7 MCTA shall prepare pre-feasibility report for each mineral blocks for auctioning for mining lease and composite license as per the requirement of the "Minerals (Evidence of Mineral Contents) Rules, 2015" and any other reports which will be required for the auctioning of blocks.

1.4.8 MCTA shall undertake preparation of Tender Documents along with necessary auction related documents for the identified mineral block. Apart from detailed Terms & Conditions, the Bid documents should cover minimum following important points:-

13

Page 14: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

a. Objective.

b. Pre-Bid Conference.

c. Qualifying requirements.

d. Instruction to Bidders for submitting the technical and financial Bid;

e. Description of the Technical and Financial Evaluation criteria;

f. Formats for submission of Bid by the Bidder;

g. Bidding Process Evaluation/Award Schedule

h. Design Formats of proposed contract to be signed by the selected Bidder and other Documents required for Bid process management (including any revision as per requirement) till signing of contract with the successful Bidder.

i. Identifying Key Performance Areas (KPAs) for monitoring and evaluating the performance of the Bidder including the methodology for monitoring KPAs.

1.4.9 Compilation of summary of each mineral block and information memorandum of each mineral block being auctioned that are needed as part of the Tender Document.

1.4.10 Preparation of customized format of technical bid containing general instructions, bid letter, bid security, power of attorney, affidavit etc.

1.4.11 The MCTA shall incorporate related details of the e-auction process in the Bid documents in consultation with the selected e-auction platform provider.

1.4.12 MCTA shall undertake Submission of Draft Bid Documents covering two stages technical and financial evaluation process for study & approval by Directorate of Geology and Mining, Chhattisgarh. On approval of the Draft Bid Document, Transaction Advisor will assist in issue of the Notice Inviting Bid for selection of Bidder through press notification in newspapers and website of Directorate of Geology and Mining, Chhattisgarh. The actual issue of the Notice Inviting Bid will be undertaken by Directorate of Geology and Mining, Chhattisgarh. The cost of publishing the Notice Inviting Bid will be borne by Directorate of Geology and Mining, Chhattisgarh.

1.4.13 MCTA shall assist Directorate of Geology and Mining, Chhattisgarh in conducting pre-bid conference at Directorate of Geology and Mining, Chhattisgarh or at any other place of India (at the discretion of Directorate of Geology and Mining, Chhattisgarh) and clarifying the queries received/ raised by potential Bidders and modifying the Bid document in consultation with Directorate of Geology and Mining, Chhattisgarh if required.

1.4.14 MCTA shall evaluate the Technical Bids, shortlist Technically Qualified Bidders and also arrange presentation of the evaluation report to Directorate of Geology and Mining, Chhattisgarh after receipt of written approval of Directorate of Geology and Mining, Chhattisgarh.

1.4.15 Reserve price estimation of mineral blocks:

a. Study of methodology and/or guidelines issued by Central and other state agencies.

b. Assist in identifying benchmarks for various minerals for value assessment.

c. Finalizing methodology for fixing reserve price for various mineral blocks.

d. Determine reserve price for specific mineral blocks, as & when required.

1.4.16 MCTA will co-ordinate with the e-auction platform provider and oversee the conduct of e-auctions based on the evaluation report for Technically Qualified Bidders, as approved by Directorate of Geology and Mining, Chhattisgarh.

14

Page 15: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

1.4.17 After selection of the Preferred Bidder, the MCTA shall give recommendations to Directorate of Geology and Mining, Chhattisgarh for the finalization and selection of the Successful Bidder in line with the requirements of the Auction Rules, 2015.

1.4.18 The above scope of work is inclusive & not exhaustive and may vary depending on the progress of the work/discussion with the Bidders who have participated in the Bid for auctioning of Mineral Blocks.

1.4.19 MCTA will undertake any other works incidental to or related to the auctioning process of mineral blocks.

1.4.20 The Bidder should engage team leader and Financial Cum Business Expert onsite at Raipur for the above objective and provide inputs to onsite team and discuss with DGM.

PART B: Activities of Bid Process for selection of Exploration Agency Project wise/Block Wise and PREPARATION OF EXPLORATION STRATEGY: -

The MCTA shall assist DGM on project basis, for Bid Process Management for selection of exploration agency including following activities:-

I. Preparation of model bid and contract document for selection of agency for exploration of mineral blocks.

II. Bid process management for selection of agency for exploration of a particular mineral block.

III. Draft framework to monitor activities and compliance by selected agency.

IV. Exploration Strategya) Assessment of future exploration needs considering mineral auction program for key

minerals.

b) Identify the key players in each part of value chain and accordingly development of alternative business models.

c) Assistance in finalizing business model and procurement strategy for exploration services as per the NMEP.

d) Based on above studies, prepare state-wide exploration plan covering following:

i. Assistance in development of mineral data bank for Chhattisgarh.

ii. Identification of new mineral bearing area for exploration.

The Bidder should engage team leader and Financial Cum Business Expert onsite at Raipur for above objective and provide inputs to onsite team and discuss with DGM.

PART C: PROGRAM MANAGEMENT FOR MINERAL ADMINISTRATIONThe MCTA shall assist DGM generally for effective mineral administration to guide its policy decision with respect to the following :a. General:1. Royalty Revision:-

i. Review of current rates of Royalty of minor minerals.

15

Page 16: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

ii. Review of payment of auction money rates and other dues against minor mineral auctioned blocks with reference to wholesale price Index.

iii. Assessment of Royalty earnings to the state and formulation of strategy related to improving efficiency in royalty collection of both major minerals and minor minerals.

iv Development of Royalty revision policies and assistance to DGM in their implementation.v. Comparison with other states and monitoring of progress in revenue collection.

2. Auction/ Transaction Advisor services for Minor Mineral blocks:-

i. Recommend conditions for enhancing bidders’ interest and protecting state interests.ii. Assist in preparing auction strategy and framework for different minor minerals .

iii. Preparation of tender documents with detailed terms and conditions.iv. Identification of potential bidders and assisting DGM in organization of Stakeholder's

conference of preferred mineral blocks and incorporate their suggestions in tender documents.v. Market study.

vi. Assist in conducting stakeholders conference and Pre-bid meeting with potential bidders.vii. Evaluation of bids.

viii. Assistance in issuance of LOI and signing of agreements with preferred/selected bidder.ix. Assist in identifying additional auctionable blocks of minor minerals.

b. DMF and NMET Management

i. Online monitoring portal for monitoring fund disbursals and fund utilization under the District Mineral Foundation of various districts.

ii. Formulating monetary budget proposals for NMET.iii. Selection of suitable areas to be explored through NMET funds.iv. Developing a suitable strategy for extensive use of IT systems and other technological

interventions towards improving DMF organizational efficiency.v. Developing modules for effective monitoring of ANNUAL ACTION PLANS OF THE

DISTRICT MINERAL FOUNDATIONS OF VARIOUS DISTRICTS.

c. Effective administration of coal mines as per Colliery Control Rules, 2004

Development o f efficient mechanism for Effective administration monitoring and compliance, of coal mines operational in the State in line with delegation o f power as Coal Controller given under Colliery Control Order 2004

a) Preparation of framework, SOPs, capacity addition and review of facilities with DGM for undertaking roles and responsibilities delegated to States as CCO under Colliery Control Order, 2004.

b) Review and designing of Procedure for categorization of coal in compliance with Rule 4 of CCO;

c) Monitoring and review of Returns filed & information submitted in compliance with Rule 5 of CCO

16

Page 17: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

d) Assistance in Quality Surveillance in compliance with Rule 7 of CCO -

- Development of framework for quality analysis- Responsibility sharing and organizational structure- Designing of Sampling procedures- SOP manuals- Designing of Analysis procedures- SOP manuals

Monitoring and data analysis

e) Monitoring for Notice of suspension or closure in compliance with Rule 10 of CCO

f) Development of Framework for inspection of colliery in compliance with Rule 12 of CCO

g) Review of existing industry practices followed by Coal India Limited (CIL) and its subsidiaries in terms of Fuel Supply Agreement (FSA)

d. System audit of existing lease areas.

Assistance in selecting appropriate agency to conduct Physical and financial audit of mines operational in the State.

i. Review and Implementation of processes and systems for leakage control.

ii. Identify and assist in implementation of technologies and enablers for mines monitoring and production tracking.

e. Manpower Planning and Management:

i. Shall undertake qualitative and quantitative assessment of available manpower and infrastructure of the department.

ii. Gap analysis.

iii. Proposal regarding capacity building.

f. Assisting in implementation and functioning of computerization project as and when required.

The Bidder should engage team leader and Financial Cum Business Expert onsite at Raipur for at least 2 days in a month for above objective and provide inputs to onsite team and discuss with DGM.

1.5 ELIGIBILITY CRITERIA

The Bidder who fulfils the following criteria shall be treated as eligible for this tender. Pre-Qualification Stage

For the pre-qualification of any bid, following points must be satisfied before the Bid Document is further evaluated.

1.5.1 The bidder shall ensure that the Bid Processing Fee and Bid Security/EMD are in order and have been submitted before the last date and time as mentioned in the Bid Document. Bids without the Bid Processing Fee and Bid Security /EMD or on the late receipt of the same, shall summarily be rejected and shall not be considered for further opening and evaluation of the Bid.

1.5.2 The bidder must ensure that all the relevant documents as asked in the Bid document have been attached jointly/individually including the TECHNICAL and FINANCIAL forms, declaration of non-blacklisting, Certificate of Incorporation/Registration (Company’s Act or Partnership Act),PAN No., GST registration, work experience certificates, audited balance sheets, annual turnover, and others

17

Page 18: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

as asked in Bid document.

1.5.3 For the ease of bidders, a preliminary checklist for the documents to be enclosed along with the Bid is attached as Annexure - B in the Bid document.

1.5.4 If any of the documents is found missing or misplaced in the submitted bid, the bid will be rejected without any further evaluation. No clarification shall be sought from the bidders.

1.5.5 QUALIFYING CRITERIA:

Sr.No.

Basicrequirement

Specific requirement Documents required

1. Bidderturnover

The bidder should have a minimum average annual turnover of INR 50 Crore in Consulting over the last three audited financial years (FY 2013-14, FY 2014-15 and FY 2015-16 .

Certificate from the statutory auditor

2. Technicalcapability

Bidder should have completed at least 3 projects for Govt. entities in Mining and Minerals Sector in last five years*. Each project shall not be of a billable value of less than INR 10 Lacs and one of the project shall be of ‘Transaction Advisory (TA)’ category. Services in others sectors such as steel, power etc. shall not be considered.*As on 31st August 2017.

Copies of client certificate(s) successful stating completion of the project(s)

3. Legal entity The bidder should be a Limited Liability Partnership under the Limited Liability Partnership Act of India, 2008 or a Company registered in India under Indian Companies Act 1956 or 2013. The bidder must be registered with the concern Authorities and operating for the last Ten years in the Business Consulting /Management Consulting sector as of 31st March 2017.

• Certificates of incorporationMemorandum of Association and Articles of Association

• Registration Certificates• GST Registration

PAN No.

4. Blacklisting A self-certified letter by the authorized signatory of the bidder that the bidder has not been blacklisted by any Central / State Government (Central/State Government and Public Sector) in the last five years, must be submitted on original letter head of the bidder with signature and stamp.

A Self Certified Letter by an Authorized Signatory

1.6 PREPARATION OF BID

Bid shall comprise of

(I) Technical Bid (Online as well as offline (Hardcopy))

(II) Financial/Price Bid (Online only)

(1) Technical Bid shall consist of

a. Bid processing fee -To be submitted online only but proof to be submitted in print out enclosed in - Envelope - A

18

Page 19: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

b. Bid security / EMD - To be submitted online only but proof to be submitted in print out enclosed in Envelope - A

c. Technical Bid including details of claim of qualifying criteria laid down in NIT & Bid document - Envelope - B

(2) In Envelope - A ; Containing proof of Bid processing fee payment & EMD shall be enclosed.

(3) In Envelope - B ; all other documents required for claim of qualifying criteria laid down in NIT.

Envelope B will not be opened unless the contents of Envelope - A are found to be correct and complete to the satisfaction of the Tender committee.

Envelope - A and Envelope - B shall be enclosed in a large envelope to be titled TECHNICAL PROPOSAL.

(6) The Bid document, as well as all related correspondence exchanged by the Bidders and DGM, shall be in English. All reports prepared by the appointed MCTA shall also be in English.

(7) While preparing the Bid, the Bidder must add the Contents Table.

(8) The Technical proposal shall be addressed to “Directorate of Geology & Mining (DGM), Chhattisgarh”, must be submitted on or before as mentioned in NIT through registered post/ speed post/ by hand. DGM will not consider any postal delay or otherwise in delivery or non­receipt of the payment. The Bid should be submitted to following address:

Director,Directorate of Geology & Mining,Indravati Bhavan, Block-4 , Second Floor, Naya Raipur,Ph.- 0771-2221840, FAX: 0771-2221841 E-mail Address: [email protected]

(4)

(5)

1.6.1 Technical Bid

1. The Technical Bid shall not include any information related to financial Bid. Technical Bidscontaining information related to financial Bid shall be declared non-responsive.

2. The Technical bid shall contain:

a. A brief description of the bidder’s organization and an outline of recent experience of the Bidder, on assignments of a similar nature. The information on each assignment should indicate scope of work, duration, firm’s involvement, name of client etc. The details of assignments on hand shall also be furnished.

b. A concise, complete, and logical description of approach and methodology as proposed by the Bidder in compliance to the Terms and conditions of Tender and Scope of Work

c. The composition of the proposed team, the tasks which shall be assigned to each team member.

d. CVs strictly in the prescribed format and duly signed by Bidder’s authorized representative of the firm. Key information should include years with the firm and degree of responsibility held in various assignments. In CV format, at summary, the individual shall declare his qualification & total experience (in years) against the requirements specified in TOR for the position. Proposed Experts and Onsite team members will submit previous employer service certificate.

19

Page 20: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

e. Only one CV may be submitted for each position. Each key personnel of the Qualified Bidder may be called for interview.

f. A certification to the effect should be furnished by the Bidder that they have checked the qualifications and experiences details submitted by the key personnel in their CVs and found to be correct. This certification should be made in CVs of all key personnel after the certification by the candidate. The format of CV includes certification to this effect.

g. DGM reserves the right to verify all statements, information, and documents submitted by the Bidder in response to the Bid document. Any such verification or the lack of such verification shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of DGM there under.

h. Any comments or suggestions on the Scope of Work and a description of the methodology (work plan) which the firm proposes to execute the services, illustrated with bar charts of activities.

1.6.2 Financial Bid/Price Bid as given in section 3 - Part 3.1

1 Financial Bid must be submitted by the bidder online only.

2 All information provided in Bidders’ Financial Bid will be treated as confidential.

3 The Financial Bid is to be submitted in the requisite proforma enclosed but online only.

4 The rates to be quoted shall be as per the Price Bid Format and it shall include all

costs/expenses excluding GST. DGM, Chhattisgarh shall pay Taxes as applicable at prevailing

rates on submission of invoices as per Rule.

1.6.3 Submission, Receipt and Opening of Bids

1. The original Bid (Bid processing fee, Bid Security), Technical (Physical & Online) and Financial bids (Online submission only) shall contain no interlineations or overwriting, except as necessary to correct errors made by Bidders themselves. Any such corrections, interlineations or overwriting must be initialed by the person(s) who signed the Bid.

2. An authorized representative of the Bidder shall initial all requisite forms and important pages of the bid. The representative’s authorization must be confirmed by a written power of attorney accompanying the bids.

3. All documents of bid i.e. Technical bid, Bid Processing fee & Bid Security/EMD (Proof) shall be submitted at DGM office and Financial bid online only within the due date as specified in NIT and Bid document.

4. All documents in original related to the technical and financial proposal are to be submitted within the due date as specified in the NIT in two envelopes enclosed in a large envelope titled "Technical Proposal"a. In Envelope A the proof of Bid processing fee shall be given along with Bid security

(proof).b. In Envelope B all documents pertaining to the technical bid shall be enclosed.c. Envelope A and Envelope B shall be enclosed in a larger envelope titled "TECHNICAL

BID".d. Envelope B will be opened only when Envelope A is found correct.

Note: If any discrepancy found in documents submitted online and offline, then document submitted offline shall be considered.

20

Page 21: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

21

Page 22: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

1.6.4 BID EVALUATION

(I) Response Check:

Following points must be satisfied before the Bid document is further evaluated.

i The bidder shall ensure that the Bid Processing Fee and Bid Security are in order and have been submitted before the last date and time as mentioned in the Bid document. Bids without the Bid Processing Fee and Bid Security or on the late receipt of the same, shall summarily be rejected and shall not be considered for further opening and evaluation of the Bids.

ii The bidder must ensure that all the relevant documents as asked in the Bid document have been attached including the Technical and Financial forms, declaration of non-blacklisting, certificate of incorporation (Company’s Act or Limited Liability Partnership Act), GST registration, work experience certificates, audited balance sheets, annual turnover, and others as asked in Bid document.

iii For the ease of bidders, a Preliminary checklist (6.2 Annexure-B) for the documents to be enclosed along with the bid is attached in the Bid document.

iv If any of the documents is found missing in the submitted bid, the bid will be rejected without any further evaluation. No clarification shall be sought from the bidders.

(II) General

(i) Any effort by a Bidder to influence the DGM, Chhattisgarh in examination, evaluation, ranking of Bids or recommendation or award of contract may result in rejection of its Bid.

(ii) A two stage procedure (First stage till announcement of qualified bidder and Second stage opening of price bid) will be adopted in evaluating the Bids.

(iii) A technical evaluation which will be carried out prior to opening of financial bids.

(iv) Technical bid shall be opened first.

Note: If the Bid processing fee and Bid Security are not found to be in order, then the Bid shall be treated as non-responsive and shall not be evaluated further.

(III) Evaluation of Technical Bids

i. The qualifying criteria will be first evaluated as defined in Notice of Bid document for each bidder. Detailed technical evaluation will be taken up for only those bidders, who meet with the prescribed eligibility criteria as mentioned in the pre-qualification stage in the Bid document.

ii. The DGM’s ‘Tender Committee’ (TC) will be responsible for evaluation and ranking of bids received.

iii. The TC evaluates and ranks the Technical bid's on the basis of bids responsiveness to the TOR using the evaluation criteria specified in the Bid document.

iv. A Technical bid may not be considered for evaluation in any of the following cases:

a) The Bidder failed to meet the qualifying criteria requirements as mentioned in the Bid document.

b) The Technical bid was submitted in the wrong format; or

22

Page 23: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

c) The Technical bid included details of costs of the services; or

d) The bid along with Bid Processing Fee and Bid Security is not received by DGM on or before the Due Date & Time.

Technical Bids shall be evaluated on the basis of following pre-identified criteria:

(a) Following Technical criteria would be considered for selection of qualified bidder:

Sl. No. Criteria Score AllocatedA Work experience of bidder 40

B Bidder’s Capacity 10

C Approach and methodology and one to one discussion

with Proposed Experts and Onsite Team

20

D Proposed Team for assignment 30

Total 100

Qualifying Marks: 70 out of 100 bidders who don’t reach the qualifying marks shall be summarily rejected.

(b) The members of the Tender Committee of DGM, Chhattisgarh will carry out the evaluation of Bids on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria as given in the table below. Each responsive Bid will be given a technical score.

1.6.5 Technical Evaluation Score

The technical bid shall be evaluated and provided a Technical Score on the following basis:

Itemno

Criteria Maximumscore

Scoring pattern

A Work experience of bidder in last 5 years (as on 31st Aug, 2017)

40

A.1 Number of completed assignments in coal sector in following areas1. Grade evaluation2. price determination3. policy advisory4. MDO selection5. Development of efficient mechanism for

Effective administration monitoring and compliance of coal mines.

10 2 marks for one or more completed assignment/s in each area, subject to maximum of 10 marks.

A.2 Number of completed assignments as Transaction Advisor regarding auctioning of Major Mineral Blocks including coal.

10 2 marks for each completed/ attempted assignment.In case more than one mines are covered under same work order, it shall be considered as one experience only and separate marks will not be awarded for each individual mines. Subject to maximum of 10 marks.

23

Page 24: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

Itemno

Criteria Maximumscore

Scoring pattern

A.3 Number of completed assignments in cost estimation/ valuation of mining assets/ pricing strategy in India, etc.

5 1 mark for one or more completed assignment/s in each area, subject to maximum of 05 marks.

A.4 Number of assignments in area of policy/regulatory/model agreementpreparation in mining, power, Oil& Gas, Steel or infrastructure sector.

5 1 mark for one or more completed assignment/s in each area, subject to maximum of 05 marks.

A.5 Number of Organization restructuring and capacity building project completed in Government or PSU.

5 1 mark for each completed assignment. Subject to maximum of 5 marks.

A.6 Number of completed assignments in preparation and/monitoring of business plan and strategy for State/ Central PSU in mines and minerals sector in India

5 1 mark for each completed assignment. Subject to maximum of 5 marks.

Note:1. Attempted means atleast 70% o f assigned work completed.

2. Area means different category o f work in a specific Sector.B Bidder’s Capacity 10B.1 Global Presence

Presence in number of countries(X)(For Global consultancy business presence.)

5 X >20: 5 marks;10 < X < 20: 3 marks 5 < X < 10: 2 marks 2 < X < 5: 1 mark X < 2: 0 markSubject to maximum of 5 marks.

B.2 Bidder’s Financial Capability Turnover (in Crores)(For Global consultancy business.)

5 X is annual turnover in Rs. Crore X > 500 INR crore: 5 marks;100 INR crore < X < 500 INR crore : 3 marks75< X < 100: 1 mark X < 75: 0 mark.Subject to maximum of 5 marks.

C Approach and methodology and one to one discussion with Proposed Experts and Onsite Team at designated time and place.

20

C.1 Approach and Methodology for proposed AssignmentThe description of approach and methodology shall include but not limited to the following:

a) Understanding of Scope of workb) Approach Methodology with clearly

defined roles and responsibility.c) Work Program layout with timelines.d) Team composition and work

distribution.

10 As per evaluation committee based on the quality of written bid and presentation.Subject to maximum of 10 marks.

C.2 One to one discussion with Proposed Expert and Onsite Team

10 As per evaluation committee based on one-to-one interaction.Subject to maximum of 10 marks.

D Proposed Team for assignment 30Expert Team

D.1 Team Leader: 5 Subject to maximum of 5 marks:

24

Page 25: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

Itemno

Criteria Maximumscore

Scoring pattern

To have at-least 15 years of post qualification experience in Mineral sector including coal related projects AND their Management. Successfully managed and coordinated as leader or member, in at least 02 mining related projects.Well conversant with mining engineering projects and their evaluation, policy aspects in conformity with prevailing policies and guidelines in India. The candidate must have advisory experience with Corporations in India on the issues related to mining sector. Desirable experience of creating strategy/ action plan for mining sector development. Demonstrated leadership qualities, ability to lead, co-ordinate and supervise the MCTA’s Team for delivering the consultancy assignment effectively.

The authorized signatory should certify that the proposed team leader has not been committed on a full time basis to any other client/ Projects.

1 Marks for 15 years relevant experience and additional 0.5 mark for each additional 1 years’ relevant experience maximum 2 marks At least 2 e-Governance/ Governance Project Experience- 2 Marks

• Team lead/ Project manager for Advisory/ Consultancy Services in Govt. Project - 1 Marks

D.2 Financial cum Business Expert

Should have at-least 12 years of post­qualification relevant experience

Should be a full time B.E./B.Tech/C.A./Lawyer with MBA

- Should have experience of procurement, Preparation of RFP, DPR, Bid Process Management, project evaluation, Budgeting, Knowledge of GFR, financial appraisal, financial due diligence

- Should have large e-Governance project Experience

5 • Subject to maximum of 5 marks.1 Marks for 12 years relevant experience and additional 0.5 mark for each additional 1 years’ relevant experience

Onsite TeamD.b.1 Mining Specialist (Deputy Team Leader,

Full Time):- Should have at-least 7-10 years of

relevant experience in mining sector Should be Mining Engineer Should have experience of mining activities, project management, commercial assessment, tender documents

8 • Subject to maximum of 8 marks: :1 Marks for 7 years relevant experience and additional 1 mark for each additional 1 years’ relevant experience Max. 4 MarksAt least 2 consulting project in Government in Mining Sector - 2 Marks At least one project for preparation of RFP and bid

25

Page 26: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

Itemno

Criteria Maximumscore

Scoring pattern

Process management in Mining Sector- 2Marks

D.b.2 Finance AssistantShould have at-least 5 years of relevant experience- Should be a full time graduate MBA

(Finance)/CAShould have experience in mining project evaluation, financial appraisal, financial due diligence,

4 • Subject to maximum of 4 marks: :

• 1 Marks for 5 years relevant experience and additional 0.5 mark for each additional 1 years’ relevant experience Max. 2 Marks

• At least 2 consulting project Where financial Appraisal, project evaluation, financial appraisal, financial due diligence should be covered in Government Sector- 2 Marks

D.b.3 IT Expert AssistantShould be a full time graduate in BE/B.Tech in Computer science/ IT or MCA.Should have at-least 5 years of post­qualification relevant experience.

4 • Subject to maximum of 4 marks:

• 1 Marks for 5 years relevant experience and additional 0.5 mark for each additional 1 years’ relevant experience Max. 2 MarksAt least 2 consulting /Implementation project in Government Where involvement in IT Development/ IT Projects Consultancy covered - 2 Marks

D.b.4 GeologistShould be a full time MSc/MTech in Geology.Should have at-least 5 years of post­qualification relevant experience.

4 • Subject to maximum of 4 marks:

• 1 Marks for 5 years relevant experience and additional 0.5 mark for each additional 1 years’ relevant experience Max. 2 MarksAt least 2 project of Geology/Mining in Government- 2 Marks

TOTA]L TECHNICAL SCORE 100

Note: No member of the proposed Expert team should be above the age of 60 Years and onsite team should be above the age of 50 Years.

26

Page 27: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

Copies/ proof of qualification, duly self-attested and counter attested by authorized signatory of bidders and work experience certificate of previous employers should be submitted along with the resumes.

- Before completion of the evaluation of Technical Bid, DGM may, at its sole discretion, invite some or all of the eligible Bidders to make a presentation on their Technical Bid to facilitate the understanding and evaluation of its Technical Bid. The scope of such presentation shall be limited to information already provided in the Technical Bid. There will be no additional marks allotted for such a presentation.

- DGM shall declare the Bidders who have scored more than or equal to 70 marks in technical evaluation as “Technically Qualified”.

- Marks obtained by Technically Qualified Bidders shall be considered Technical Score (Ts)

Note: Presence of all experts is mandatory during presentation on “Approach and Methodologyfor proposed assignment” by the bidder for achieving Technical Qualification. Absence of all experts at the time of presentation will lead to disqualification of the bidder.

- All bidders will be required to make a presentation in presence of their proposed experts on their Technical Bid to facilitate the understanding and evaluation of its Technical Bid. The scope of such presentation shall be limited to information already provided in the Technical Bid.

- The Authority shall notify the Bidders who have cleared the pre-qualification criteria and would be eligible for opening of their Financial Bids.

1.6.6 OPENING AND EVALUATION OF FINANCIAL BIDS/PRICE BIDS

I. As per the results obtained in each Technical Bid, the “Tender Committee” (TC) will proceed with the technical evaluation report and choose to open the financial Bid of qualified bidders submitted online.

II. Financial Bid of only those bidders will be opened who qualify and are declared as “Technically qualified”.

III. Method of Evaluation: Quality cum Cost Based Selection.

(a) Bidders shall submit technical Bid (Hard copy) and financial Bid (Online Only). The technical Bids shall be evaluated first. The firm(s) scoring a minimum of 70 points out of a maximum of 100 points on the technical Bid shall then be stated as “technically qualified”. This is the Minimum Technical Score for qualification of the Technical Bid. Those securing less than the minimum Technical Score would be rejected and their price bid will not opened.

(b) The qualified bidders will be intimated about the opening of the financial bid. The offered Price of the bidder will be considered as the summation of the followings:

(i) Price for providing consultancy services, excluding cost of visit of experts as at Table (X) Column C.

(ii) Price for the experts visit for 100 mandays as at col.(D) of Table-(Y).

(iii) man monthly rate for additional deployment of manpower for 20 man-months as at Column D of Table (Z).

Thus price offered by the bidder = COLUMN (C) TABLE X + COLUMN (D) TABLE Y

27

Page 28: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

+ COLUMN (D) TABLE Z

The lowest financial proposal at (b) (Fm) will be given a financial score of 100 points and all other bidders will be marked proportionately. The financial Score (Sf) of the financial proposals of the other bidders will be computed as per formula below:

Sf = 100 x Fm / F,

In which Sf is the financial score, Fm is the lowest price and F is the price of the proposal under consideration.

(c) Final score for all Technically qualified bidders will be computed using the following formula:

70% of Technical Score + 30% of Financial Score = Final Score

The bidder with the highest Final Score (H1) will be considered as the selected bidder.

1.6.7 DURATION OF ASSIGNMENT

The duration of assignment shall be initially 24 months termed as Phase I. Upon satisfactory performance in the Phase I DGM may extend the duration for another 12 months termed as Phase II. However, DGM has the right to terminate the contract before the completion of the duration of any phase after Phase I subject to the performance of the MCTA.

1.6.8 PERFORMANCE SECURITY

The selected bidder will furnish within 15 days of the issue of Letter of Acceptance (LOA), an Unconditional Bank Guarantee (in prescribed format) payable at Raipur, from any Nationalized or scheduled commercial Bank in India having its office at Chhattisgarh for an amount equivalent to 5% (five percent) of the total contract value towards Performance Security valid for the entire duration of services for each Phase. DGM will have the right to invoke the performance security without assigning any reasons if performance of the successful bidder is not found up to the mark.

1.6.9 MISCELLANEOUS INFORMATION

Venue of Pre-Bid Meeting :Director,Directorate of Geology & Mining,Indravati Bhavan, Block-4 , Second Floor, Naya Raipur,Ph.- 0771-2221840, FAX: 0771-2221841

13.1 Amounts payable by the Authority to the MCTA under the contract shall be subjected to deduction of applicable taxes, if any. The Authority will pay applicable taxes, on prevailing rates as applicable on the consultancy charges. Submission of GST (Goods Service Tax) Registration Certificate by the MCTA is mandatory.

13.2 Bids are to be submitted by hand/Speed Post/Regd.Post. Bids received after the scheduled date and time will not be accepted.

13.3 Expected date for opening of Financial Bids will be notified later.13.4 Expected date for commencement of consulting services: two weeks after issuing Letter of

Award.

28

Page 29: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

SECTION - 2: TECHNICAL BID

29

Page 30: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

2.1 TECHNICAL FORM - 1

TECHNICAL BID

[Location, Date]

To:Director,Directorate of Geology & Mining,Indravati Bhavan, Block-4 , Second Floor, Naya Raipur,Ph.- 0771-2221840, FAX: 0771-2221841

E-mail Address: [email protected]

Dear Sir/Madam:

We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in accordance with your Request for Bid dated [Insert Date] and our Bid. We are hereby submitting our Bid, which includes this Technical Bid sealed under an envelope.

We are submitting our Bid in individual capacity. We hereby declare that all the information and statements made in this Bid are true and accept that any misinterpretation contained in it may lead to our disqualification.

We undertake, if our Bid is accepted, to initiate the consulting services related to the assignment not later than the date indicated (Please indicate date).

We understand you are not bound to accept any bid you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

30

Page 31: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

2.2 TECHNICAL FORM - II

BIDDER’S ORGANIZATION AND EXPERIENCE

TECHNICAL FORM -IIA: MCTA’s Organization

[Provide here a brief (maximum 10 pages) description of the background and organization of the MCTA]

Name of consultant:

Address of Registered Office of Bidder:

Year of Establishment:

Contact Person with Contact Details:

Annual Turnover* in last three years (in Lakhs) FY 2013-14; FY 2014-15 and FY 2015-16 Average Annual Turnover for above three Financial Years:

*Audited Statements to be enclosed

Net worth of Agency (Positive/ Negative):

Experience in Similar Assignment:

• Number of years:

• Total assignments:

Assignments completed in last 5 years:

Any Award or Felicitation received by your Agency:

Any Other Relevant Details:

31

Page 32: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

2.3 TECHNICAL FORM -II B: Bidder’s Experience (For Full Technical Bids Only)

TECHNICAL FORM -IIB:Bidder’s Experience (For Full Technical bids Only)

Assignment Name : Country:

Location within Country: Professional Staff Provided by Your Firm/Entity (Profiles):

Name of Firm/Entity: No. of Staff:

Address: No. of Staff-Months:

Duration of Assignment:

Start Date Completion Date

(Month / Y ear) (Month / Y ear)

Name of Associated Consultants, If Any: No. of Months of Professions; Staff Provided by Associated Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed:

Narrative Description of project:

Description of Actual Services * Provided by Your Staff:

*(Completion Certificate from Employer regarding experience should be furnished)

Firm’s Name:

Signature of Authorized Representative:

32

Page 33: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

2.4 TECHNICAL FORM - III

DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT

a) Approach and Methodology: In this chapter MCTA should explain its understanding of the

objectives of the assignment, approach to the services, methodology for carrying out the activities and

obtaining the expected output, and the degree of detail of such output. MCTA should highlight the

problems being addressed and their importance, and explain the technical approach it would adopt to

address those. MCTA should also explain the methodologies MCTA propose to adopt and highlight the

compatibility of those methodologies with the proposed approach.

b) Work Plan: In this chapter MCTA should propose the main activities of the assignment, their content

and duration, phasing and interrelations, milestones (including interim approvals by the Authority), and

delivery dates of the reports. The proposed work plan should be consistent with the technical approach

and methodology, showing understanding of the TOR and ability to translate them into a feasible

working plan. A list of the final documents, including report to be delivered as final output, should be

included here. The work plan should be consistent with the Work Schedule.

c) Organization and Personnel: In this chapter MCTA should propose the structure and composition

of its team. MCTA should list the main disciplines of the assignment, the key expert responsible, and

proposed technical and support personnel. The manpower requirement given in the Bid document is an

indicative minimum requirement. The MCTA should assess the specific and realistic manpower with

reference to specific project package and it should be consistent with the proposed Work Schedule.

33

Page 34: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

2.5 TECHNICAL FORM - IV

TEAM COMPOSITION, TASK ASSIGNMENTS

A. Expert Pool at its home office:

Sl.No Name of the Expert

EducationalQualification

Area of Expertise

Years of Experience

TaskAssigned

CV Details with

Signature1

2

B. Site Team:Sl.No Name of the

ExpertArea of

ExpertiseYears of

ExperienceTask

AssignedCV Details with

Signature1

2

3

4

* Please submit the service certificate of previous employer.

34

Page 35: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

2.6 TECHNICAL FORM - V

CURRICULUM VITAE (CV) FOR PROPOSED EXPERTS(Summary o f CV: Furnish a summary o f the above CV. The information in the summary shall be precise and accurate. The information in the summary will have bearing on the evaluation o f the CV)1 Proposed Position [only one candidate shall be nominated for each position]:

2 Name of Firm [Insert name of firm proposing the expert]:

3 Name of Expert [Insert full name]:

4 Date of Birth: Citizenship:

5 Education [Indicate college/university and other specialized education of expert, giving names of institutions, degrees obtained, and dates of obtainment]:

6 Membership of Professional Associations:

7 Other Training [Indicate significant training since degrees under 5 -Education were obtained]:

8 Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:

9 Employment Record [Starting with present position, list in reversed order, every employment held. List all positions held by staff member since graduation, giving dates, names of employing organization, title of positions held and location of assignments. For experience period of specific assignment must be clearly mentioned, also give Employer references, where appropriate.]:From [Year]:To [Year]:Employer:Positions held:

10. List all task to be performed under this project and corresponding experience of the expert

11. Certification:I, the undersigned, certify to the best of my knowledge and belief that:

I. This CV correctly describes my qualifications and my experience.II. I am not employed by the Executing /Implementing Agency.III. I am/I am not in regular full-time employment with the MCTAIV. In the absence of medical incapacity, I will undertake this assignment for

the duration provided team mobilization takes place within the validity of this Bid or any agreed extension thereof.

V. I am willing to work on the project and I will be available for entire duration of the project assignment and I will not engage myself in any other assignment during the currency of this assignment on the project

VI. I, the undersigned, certify that to the best of my knowledge and belief, this bio-data correctly describes me my qualification and my experience I am committed to undertake the assignment within the validity of Bid.

VII. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date: [Days/Month/Year][Signature of expert or authorized representative of the firm] Full name of authorized representative:

35

Page 36: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

SECTION - 3: FINANCIAL BID

36

Page 37: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

3.1 FINANCIAL/PRICE BID (To be submitted online only)

TABLE-X

Price for providing consultancy services(excluding cost of visit of experts) (X)

Sl.No.

Item Contract Price (Exclusive of Tax)

Lumpsum(A) (B) (C)

1 Providing Management Consultancy Services for DGM, Chhattisgarh for assistance "Management Consultant cum Transaction Advisor" for transaction advisory services for auctioning of major and minor minerals in the state and for selection of exploration agencies together with management consultancy services for effective mineral administration as per the Scope of Work of this document.(excluding cost of visit of experts)Total

• 48% of “(C )of Table X” to be paid in 24 no. of equal monthly installment i.e. 2.0% of

contract price as installment .

• 52% of “(C )of Table X” towards submission of reports/ documents as at Table-B.

TABLE-Y

Price for the experts’ visit to DGM, Chhattisgarh ,Raipur/any other place with approval of DGM, CHHATTISGARH(Y)

Sl.No Item Per Diem Rate Price for 100 Mandays (exclusive of Tax)

(A) (B) ( C ) (D)=100 X C

1 Towards visit of experts to DGM, Chhattisgarh, Raipur/any other place with approval of DGM, Chhattisgarh (Should include traveling and lodging expenses)

Total

■ Man-days will be calculated as number of days the expert spends for DGM,

Chhattisgarh work including travel time.

■ The services for expert team at onsite will be provided as per the scope of

work. However DGM may ask to provide more number of experts visit as

per the requirement during the contract.

37

Page 38: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

TABLE-Z

(Man Month Rate for supply of Additional Man Power)

Sl.No. Category Man month rate

Price for 20 Man- month

(A) (B) (C) (D) = (C) x 201 Professionals for on site with 7-10 years

experience as at 4.3 (B) of Sec-4

2 Junior level professionals for on site

with 5 years experience as at 4.3(B)of

Sec-4

Total

(Signature of Authorized Signatory with Seal)

38

Page 39: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

SECTION - 4: TERMS OF REFERENCE

39

Page 40: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

4.1. SCOPE OF WORK: -

The detailed Scope of Work of the MCTA is as follows:

PART A: Transaction advisory services for Auction of Major Mineral leases: -

The MCTA shall assist DGM on project basis, for auction of major mineral blocks which shall be inclusive of the following activities :

1. The MCTA would assess the preparedness of the different major mineral blocks to be auctioned and identify the additional activities that need to be undertaken by the Directorate of Geology and Mining, Chhattisgarh, as may be required in light of the "The Mines & Minerals (Development and Regulation) Act, 1957, Mineral (Auction) Rules, 2015 and Minerals (Evidence of Mineral Contents) Rules, 2015".

2. MCTA shall assist the Directorate of Geology and Mining, Chhattisgarh in preparation of the information memorandum and other technical data that may be required for launch of auctions.

3. MCTA shall assist the Directorate of Geology and Mining, Chhattisgarh in undertaking computation and fixation of the reserve price/ floor price, eligibility conditions ,bid security, specified end uses etc. for the purpose of minerals auctions.

4. Planning, organizing and conducting Preliminary Stakeholder's Conference with potential bidders and other stakeholders to assess market expectations.

5. Assistance in appropriate sizing of the mineral blocks for auction based on techno-commercial considerations and market expectations.

6. MCTA shall provide third party consultants/experts/professionals of requisite qualification and experience in technical, legal and other matters as may be necessary for the execution of the assignment.

7. MCTA shall prepare pre-feasibility report for each mineral blocks for auctioning for mining lease and composite license as per the requirement of the "Minerals (Evidence of Mineral Contents) Rules, 2015" and any other reports which will be required for the auctioning of blocks.

8. MCTA shall undertake preparation of Tender Documents along with necessary auction related documents for the identified mineral block. Apart from detailed Terms & Conditions, the Bid documents should cover minimum following important points: -

a. Objective.b. Pre-Bid Conference.c. Qualifying requirements.d. Instruction to Bidders for submitting the technical and financial Bid;e. Description of the Technical and Financial Evaluation criteria;f. Formats for submission of Bid by the Bidder;g. Bidding Process Evaluation/Award Scheduleh. Design Formats of proposed contract to be signed by the selected Bidder and other

Documents required for Bid process management (including any revision as per requirement) till signing of contract with the successful Bidder.

i. Identifying Key Performance Areas (KPAs) for monitoring and evaluating the performance of the Bidder including the methodology for monitoring KPAs.

9. Compilation of summary of each mineral block and information memorandum of each mineral block being auctioned that are needed as part of the Tender Document.

10. Preparation of customized format of technical bid containing general instructions, bid letter, bid security, power of attorney, affidavit etc.

40

Page 41: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

11. The MCTA shall incorporate related details of the e-auction process in the Bid documents in consultation with the selected e-auction platform provider.

12. MCTA shall undertake Submission of Draft Bid Documents covering two stages technical and financial evaluation process for study & approval by Directorate of Geology and Mining, Chhattisgarh. On approval of the Draft Bid Document, Transaction Advisor will assist in issue of the Notice Inviting Bid for selection of Bidder through press notification in newspapers and website of Directorate of Geology and Mining, Chhattisgarh. The actual issue of the Notice Inviting Bid will be undertaken by Directorate of Geology and Mining, Chhattisgarh. The cost of publishing the Notice Inviting Bid will be borne by Directorate of Geology and Mining, Chhattisgarh.

13. MCTA shall assist Directorate of Geology and Mining, Chhattisgarh in conducting pre-bid conference at Directorate of Geology and Mining, Chhattisgarh or at any other place of India (at the discretion of Directorate of Geology and Mining, Chhattisgarh) and clarifying the queries received/ raised by potential Bidders and modifying the Bid document in consultation with Directorate of Geology and Mining, Chhattisgarh if required.

14. MCTA shall evaluate the Technical Bids, shortlist Technically Qualified Bidders and also arrange presentation of the evaluation report to Directorate of Geology and Mining, Chhattisgarh after receipt of written approval of Directorate of Geology and Mining, Chhattisgarh.

15. Reserve price estimation of mineral blocks:

a. Study of methodology and/or guidelines issued by Central and other state agencies.b. Assist in identifying benchmarks for various minerals for value assessment.c. Finalizing methodology for fixing reserve price for various mineral blocks.

d. Determine reserve price for specific mineral blocks, as & when required.

16. MCTA will co-ordinate with the e-auction platform provider and oversee the conduct of e- auctions based on the evaluation report for Technically Qualified Bidders, as approved by Directorate of Geology and Mining, Chhattisgarh.

17. After selection of the Preferred Bidder, the MCTA shall give recommendations to Directorate of Geology and Mining, Chhattisgarh for the finalization and selection of the Successful Bidder in line with the requirements of the Auction Rules, 2015.

18. The above scope of work is inclusive & not exhaustive and may vary depending on the progress of the work/discussion with the Bidders who have participated in the Bid for auctioning of Mineral Blocks.

19. MCTA will undertake any other works incidental to or related to the auctioning process of mineral blocks.

20. The Bidder should engage team leader and Financial Cum Business Expert onsite at Raipur for the above objective and provide inputs to onsite team and discuss with DGM.

PART B: Activities of Bid Process for selection of Exploration Agency Project wise/Block Wise and PREPARATION OF EXPLORATION STRATEGY: -

The MCTA shall assist DGM on project basis, for Bid Process Management for selection of exploration agency including following activities:-

I. Preparation of model bid and contract document for selection of agency for exploration of mineral blocks.

II. Bid process management for selection of agency for exploration of a particular mineral block.

III. Draft framework to monitor activities and compliance by selected agency.41

Page 42: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

IV. Exploration Strategya) Assessment of future exploration needs considering mineral auction program for key minerals.

b) Identify the key players in each part of value chain and accordingly development of alternative business models.

c) Assistance in finalizing business model and procurement strategy for exploration services as per the NMEP.

d) Based on above studies, prepare state-wide exploration plan covering following:

(i) Assistance in development of mineral data bank for Chhattisgarh.

(ii) Identification of new mineral bearing area for exploration.

The Bidder should engage team leader and Financial Cum Business Expert onsite at Raipur for above objective and provide inputs to onsite team and discuss with DGM.

PART C: PROGRAM MANAGEMENT FOR MINERAL ADMINISTRATIONThe MCTA shall assist DGM generally, for effective mineral administration to guide its policy decision with respect to the following :a. General:1. Royalty Revision:-(i) Review of current rates of Royalty of minor minerals.(ii) Review of payment of auction money rates and other dues against minor mineral auctioned blocks with reference to wholesale price Index.(iii ) Assessment of Royalty earnings to the state and formulation of strategy related to improving efficiency in royalty collection of both major minerals and minor minerals.

(iv) Development of Royalty revision policies and assistance to DGM in their implementation.(v.) Comparison with other states and monitoring of progress in revenue collection.

2. Auction/ Transaction Advisor services for Minor Mineral blocks:-

i. Recommend conditions for enhancing bidders’ interest and protecting state interests.ii. Assist in preparing auction strategy and framework for different minor minerals .

iii. Preparation of tender documents with detailed terms and conditions.iv. Identification of potential bidders and assisting DGM in organization of Stakeholder's

conference of preferred mineral blocks and incorporate their suggestions in tender documents.v. Market study.

vi. Assist in conducting stakeholders conference and Pre-bid meeting with potential bidders.vii. Evaluation of bids.

viii. Assistance in issuance of LOI and signing of agreements with preferred/selected bidder.ix. Assist in identifying additional auctionable blocks of minor minerals.

b. DMF and NMET Management

i. Online monitoring portal for monitoring fund disbursals and fund utilization under the District Mineral Foundation of various districts.

ii. Formulating monetary budget proposals for NMET.iii. Selection of suitable areas to be explored through NMET funds.

42

Page 43: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

iv. Developing a suitable strategy for extensive use of IT systems and other technological interventions towards improving DMF organizational efficiency.

v. Developing modules for effective monitoring of ANNUAL ACTION PLANS OF THE DISTRICT MINERAL FOUNDATIONS OF VARIOUS DISTRICTS.

c. Effective administration of coal mines as per Colliery Control Rules, 2004

Development o f efficient mechanism for Effective administration monitoring and compliance, of coal mines operational in the State in line with delegation o f power as Coal Controller given under under Colliery Control Order 2004

a) Preparation of framework, SOPs, capacity addition and review of facilities with DGM for undertaking roles and responsibilities delegated to States as CCO under Colliery Control Order, 2004.

b) Review and designing of Procedure for categorization of coal in compliance with Rule 4 of CCO;

c) Monitoring and review of Returns filed t& information submitted in compliance with Rule 5 of CCO

d) Assistance in Quality Surveillance in compliance with Rule 7 of CCO -

- Development of framework for quality analysis Responsibility sharing and organizational structure

- Designing of Sampling procedures- SOP manuals- Designing of Analysis procedures- SOP manuals

Monitoring and data analysis

e) Monitoring for Notice of suspension or closure in compliance with Rule 10 of CCO

f) Development of Framework for inspection of colliery in compliance with Rule 12 of CCO

g) Review of existing industry practices followed by Coal India Limited (CIL) and its subsidiaries in terms of Fuel Supply Agreement (FSA)

d. System audit of existing lease areas.

Assistance in selecting appropriate agency to conduct Physical and financial audit of mines operational in the State.

i. Review and Implementation of processes and systems for leakage control.ii. Identify and assist in implementation of technologies and enablers for mines monitoring and

production tracking.

e. Manpower Planning and Management:

i. Shall undertake qualitative and quantitative assessment of available manpower and infrastructure of the department.

ii. Gap analysis.iii. Proposal regarding capacity building.

43

Page 44: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

f. Assisting in implementation and functioning of computerization project as and when

required.

The Bidder should engage team leader and Financial Cum Business Expert onsite at Raipur for at least 2 days in a month for above objective and provide inputs to onsite team and discuss with DGM.

4.2 Project Deliverables: The project deliverables along with the timeline will be as at Table-A below:

Table-A

S.No. Description Time Schedule for DifferentActivities

A Auction of Three Major Mineral Blocks JOB SPECIFIC WORK ORDER W ILL BE GIVEN

1. Preparation & Submission of Draft Tender documents and preparation of pre-feasibility reports as per Minerals (Evidence of Mineral Contents) Rules, 2015 for each blocks identified for the auctioning

30 days from the date of job specific work order.

2. Submission of Final Tender Documents to DGM, Chhattisgarh for its approval

3 days from the date of receipt of comments of DGM,Chhattisgarh.

3. Press Notification of Bid Documents 2 days from the date of receipt of final bid document from the DGM.

4. Selection of preferred Bidder. Follow up action as per the time schedule of bid document.

B Selection of exploration agency (NIT for 3 Blocks) JOB SPECIFIC WORK ORDER W ILL BE GIVEN

1. Preparation & Submission of Draft Tender documents and preparation of pre-feasibility reports as per Minerals (Evidence of Mineral Contents) Rules, 2015 for each blocks identified for the auctioning

30 days from the date of job specific work order.

2. Submission of Final Tender Documents to DGM, Chhattisgarh for its approval

3 days from the date of receipt of comment of DGM, Chhattisgarh.

3. Press Notification of Bid Documents 2 days from the date of receipt of final bid document from the DGM.

4. Selection of preferred Bidder. Follow up action as per the time schedule of bid document.

C Development of web based portal related to departmental activity.

The bidder should Study, Design, and Develop web based portal related to departmental activities of online monitoring and regulation. The same shall be devised within given time frame in job specific order.

44

Page 45: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

S.No. Description Time Schedule for Different Activities

D REPORT ON EFFECTIVE COAL ADMINISTRATION:-

1. Developing an efficient mechanism for assessment of gradewise and quantitywise coal resource available in different mines in the state.

1. Developing an efficient mechanism for coal mine and seam wise grade and quantity

2. Developing an efficient mechanism for grade verification of private coal mines as per the guidelines and delegations with reference to colliery control order.

3. Developing an efficient mechanism for washability analysis of coal seam having pit based washery

4. Developing an efficient mechanism for proposal regarding modality of action with reference to delegations given under Colliery Control Order.

COMPREHENSIVE COAL CONTROL REPORT FOReffective administration shall be devised 3 (Three) months from the job specific order.

E CAPACITY BUILDING REPORT

1. Qualitative and quantitative assessment of available manpower and infrastructure of the department

2. Gap analysis

3. Proposal regarding capacity building, including manpower, training, infrastructure etc.

Assessment of Mineral Resources for Chhattisgarh, Manpower Planning , GAP analysis , Capacity Building Plan and Report submission.

Manpower Planning, analysis Report submission shall be submitted 3 (Three) months from the job specific order.

4.3 PERSONNEL TO BE DEPLOYED FOR THE ASSIGNMENT

A. Consultant Team Composition (Expert Pool)Sl.No. Expert Personnel Particulars

1. Team Leader Education Qualification : B.E./B. Tech/MBA from any recognized institute.

To have at-least 15 years of post qualification experience in Mineral sector including coal related projects including their Management. Successfully managed and coordinated as leader or member, in at least 02 mining related projects.

Well conversant with mining engineering projects and their evaluation, Policy aspects in conformity with prevailing policies and guidelines in India. The candidate must have advisory experience with Corporations in India on the issues related to mining sector.

Desirable experience of creating strategy/ action plan for mining sector development. Demonstrated leadership qualities, ability to lead, co-ordinate and supervise the MCTA’s Team for delivering the consultancy assignment effectively.

45

Page 46: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

Sl.No. Expert Personnel Particulars

2 Financial cum Business Expert

Education Qualification : B.E./B.Tech/CA/Lawyer with MBA from any recognized institute .

To have at-least 12 years of post qualification experience in Finance/procurement in projects related to corporations including their Financial restructuring and Management. Successfully managed and coordinated as leader or member, in at least 01 mining related projects. Must have at least 12 years experience in preparing a Financial Restructuring Plan for public/private companies. Demonstrates leadership qualities, ability to lead, co­ordinate and supervise the MCTA’s Team for delivering Finance related deliverables.* Must have a minimum of 12+ years’ experience in

Procurement/ Financial Management* Should have minimum 12 years of experience in Procurement/

Financial Consultancy for e-Governance/ IT projects* Must have experience in managing 3 IT projects related

procurement* Should have experience in government sector for

Financial/Procurement.* Should have knowledge of GFR, CVC and CG Store &

Purchase Rules* Should have experience of IT related RFP, BPR, DPR and Bid

process Management* Demonstrates leadership qualities, ability to lead, co-ordinate

and supervise the MCTA’s Team for delivering Finance related deliverables.

B. Consultant Team Composition for deployment at DGM, Chhattisgarh, Raipur On site team

Sl.No. Expert Personnel Qualification Particulars1. Mining Specialist Mining Engineer Should have at-least 7-10 years

of relevant experience2. Finance Assistant MBA(Finance)/CA Should have at-least 5 years of

relevant experience3. IT Expert Assistant BE/B.Tech in Computer

Science/IT or MCAShould have at-least 5 years of relevant experience

4. Geologist MSc/MTech (Geology) Should have at-least 5 years of relevant experience

Note:

(i) No member of the proposed Expert team should be above the age of 60 Years and onsite team should be above the age of 50 Years.

(ii) The MCTA must depute the required Experts for satisfactory execution of work as per the decision of DGM, Chhattisgarh.

(iii) The MCTA with prior written approval of DGM, Chhattisgarh may engage sufficient number of support persons as necessary over and above the specialists as stated in the table above

46

Page 47: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

who will assist in data collection, analysis, report preparation for on time submission and approval of the Authority.

(iv) The MCTA with prior written approval of DGM, Chhattisgarh is also allowed to engage sub­consultants for delivery of the above scope of work but the Authority will make no extra payments in lieu of the same and the MCTA would be held responsible for the quality and timeliness of the output.

(v) Any additional activity (including visit of Experts), beyond the above activities, which DGM, Chhattisgarh will intend to execute through the MCTA, will be executed by the MCTA at an additional price and any other terms & conditions, which will be mutually agreed upon by both DGM, Chhattisgarh and the MCTA. However, the value of the additional work shall be limited to maximum 10% of the awarded work value.

4.4 PAYMENT TERMSA. 48% of the contract price at i.e. (value @ column C of Table-X 3.1 Chapter 3 -

price bid) (excluding the cost towards visit of experts) plus GST will be paid in 24(Twenty Four) equal monthly installment. {Please refer chapter 3 - 3.1- Table X}

B. 52% of the contract price i.e.(value @ column C of Table-X 3.1 Chapter 3 - pricebid) (excluding the cost towards site visit of experts) plus GST will be paid for completion and acceptance of Specific assignment as per the following break up at Table-B.

TABLE-B

S.No. Description of the documents Percentage of total contract price

1 Auction of Three Major Mineral Blocks (10%)

(a) Submission of Draft Tender document 4%(b) Submission of Final Tender document 1%(c ) Bid Evaluation and announcement of preferred Bidder 5%

2 Auction of another three Major Mineral Blocks (10%)

(a) Submission of Draft Tender document 4%(b) Submission of Final Tender document 1%(c ) Bid Evaluation and announcement of preferred

Bidder5%

3 Selection of exploration agency (NIT for 3 Blocks) 10%(a) Submission of Draft Tender document 4%(b) Submission of Final Tender document 1%(c ) Bid Evaluation and announcement of preferred

Bidder5%

4 Selection of exploration agency (Another NIT for 3 Blocks) 10%(a) Submission of Draft Tender document 4%(b) Submission of Final Tender document 1%(c ) Bid Evaluation and announcement of

preferred Bidder5%

5 Development of web based portal related to departmental activity 5%6 Report on Effective Coal administration 5%7 Manpower Planning , analysis and Report submission 2%

Total 52%Note: If auctionable blocks for mineral concessions or exploration blocks is less than three then the

payment shall be on pro rata basis.

47

Page 48: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

C. The bidder will have to consider 100 mandays for the visit of its experts to Raipur. The bidder has to quote separately as per Table-Y ( Value of Column (D )) of 3.1 Chapter 3 of price bid of this document.

D. The bidder will also quote the average man-month rate of its professionals additionally at the deployed over and above the expert team and onsite team at site during actual execution of work. Accordingly the bidder is advised to quote the man month rate as at Table-Z ( Value of Column (D) ) of 3.1 Chapter 3 - price bid.

4.5 Payment Schedule :

(A) The selected MCTA shall be paid on monthly basis as per the following mode of payment.

MODE OF PAYMENT

(i) The selected bidder will have to submit the Draft Report and make necessary presentation, which will be commented upon by the Authority. The selected bidder will have to prepare and submit the final report based on the comments of DGM, Chhattisgarh. Payment towards preparation of documents will be made after acceptance of the documents by DGM, Chhattisgarh.

(ii) The agency will be paid on monthly basis at the following rate:(a) Fixed rate = 2.0% of contract price at Table-X (value at column C) of 3.1

Chapter 3 of Price Bid plus GST.(b) Towards visit of experts= (No. of man days used in the month x

per diem rate)as at Table-Y ( Value at column (D)) of Price Bid of3.1 Chapter 3 + Plus GST

( c ) Towards submission of documents:- As per Table-B OF 4.4 of Chapter 4.(d) Towards additional deployment of manpower: As at Table-Z ( Value at column (D)) of 3.1 Chapter 3 of Price Bid.

TDS towards Income Tax will be made from the bills as per applicable rates.However, TDS certificate for the same will be issued by DGM, Chhattisgarh.

(B) The above fixed rate, per diem rate and rate for additional deployment of manpower shall be escalated @ 10% subject to extension of contract period by the authority IN THE NEXT PHASE.

(C) The Authority expects the experts to be available during the entire duration of the Contract. The Authority will consider substitution of the Specialists only in extraordinary / unavoidable circumstances and with penal deduction @ 5% of total Monthly fixed rate against each instance of substitution of a Specialist with a maximum of 20% deduction. Such substitution shall ordinarily be subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Authority and the MCTA shall not be allowed to propose more than 2 Specialists substitutions in the contract period .

48

Page 49: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

SECTION - 5:STANDARD CONTRACT AGREEMENT

"Consultancy Agreement”

49

Page 50: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

5.1 General Terms & Conditions

5.1.1 Indemnity

It is the prime responsibility of the MCTA to meet all the statutory compliances/obligations of payments for their manpower or subcontractors deployed. However if DGM, Chhattisgarh sustains any loss due to improper performance of the subcontractor/manpower, the bidder will indemnify DGM, Chhattisgarh of all legal obligations of its sub-consultants / manpower deployed at site.

5.1.2 Providing Services / Support

a. The successful bidder’s personnel shall be used for providing work / services as specified by Authority in the tender or the contract agreement. In case any personnel of the successful bidder is found engaged in doing any work other than the above or found not capable / useful, the successful bidder shall withdraw him/her from service and arrange for replacement immediately within 15 day’s time at their own cost.

b. The successful bidder shall be responsible for any physical damage to equipments, property and third party liabilities caused by acts on part of its deployed manpower at the premises of Authority. All equipment shall be used only for the purpose of carrying out legitimate business of Employer organization and shall not be put into any other use.

c. The manpower deployed by the successful bidder shall maintain office decorum. They shall be courteous, polite and cooperative and able to resolve the users’ problems. The successful bidder shall verify the character antecedents before deploying any person at Authority.

d. Authority reserves the right to deduct amount from the Bank Guarantee as may be considered reasonable for unsatisfactory services or delay in providing of services. The decision of Authority will be final in this regard.

e. Medical or any other allowances to the sub-consultants / manpower deployed will not be borne by Authority. It will be the responsibility of the successful bidder.

f. For the manpower deployed, the successful bidder shall keep with them, their present and permanent address with contact details, educational and technical qualification details, specimen signature, and two passport size photographs and furnish these details/information to Authority, as and when required.

g. The manpower deployed will be entitled to the Gazetted holidays of this state Govt. and 12 days of leave on annual basis. Any other leave will be treated as un-paid and incase of absence from the duty, the payable remuneration will be appropriated accordingly.

5.2 Penalties for Non-Performance

5.2.1 Penalties

In case of delay in completion of services, a penalty equal to 0.05% of the contract price per day subject to a maximum 10% of the contract value will be imposed and shall be recovered from payments due. However in case of delay due to reasons beyond the control of the MCTA, suitable extension of time may be granted.

5.2.2 Termination of Contract

The contract can be terminated by written notice of 30 days from either side. However, during the currency of contract, all parties shall discharge their due obligations.

50

Page 51: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

5.2.3 Termination by Employer:

The contract may be terminated, by the Employer under any or all of following situations:-(i) If the performance of the engaged agency is found to be non-satisfactory and falls

below expectation.(ii) If the engaged agency resorts to unfair practices, provides false information

consciously.(iii) Fails to meet targets as agreed mutually or as per agreed bar chart of activities.(iv) If the Employer, in its sole discretion and for any reasons whatsoever, decides to

terminate this Contract.(v) If the MCTA fails to comply with any final decision reached as a result of

arbitration proceedings(vi) If the MCTA become insolvent or bankrupt,or goes into liquidation etc.(vii) MCTA does not abide to the code of conduct.

The MCTA will be given a warning in writing, and asked to improve performance. If performance is not improved within 30 days, the employer may terminate the contract after serving a 30 days written notice for termination of contract.

5.2.4 Termination of Contract by the MCTA:

The MCTA may, by not less than thirty (30) day’s written notice to the Employer, such notice to be given after the occurrence of any of the events specified in paragraphs (a) through(d) below, terminate this Contract:

a) if the DGM fails to pay any money due to the MCTA pursuant to this Contract and not subject to dispute, within forty-five (45) days after receiving written notice from the MCTA that such payment is overdue;

b) if DGM is in material breach of its obligations pursuant to this Contract and has not remedied the same within forty-five (45) days (or such longer period as the MCTA may have subsequently approved in writing) following the receipt by DGM of the MCTA’s notice specifying such breach;

c) if, as the result of Force Majeure, the MCTA is unable to perform a material portion of the Services for a period of not less than sixty (60) days; or

d) if DGM fails to comply with any final decision reached as a result of arbitral award.

5.2.5 Cessation of Rights and Obligations

Upon termination of this Contract pursuant or upon expiration of this Contract, all rights and obligations of the Parties hereunder shall cease, except (i) such rights and obligations as may have accrued on the date of termination or expiration, (ii) the obligation of confidentiality, (iii) the MCTA’s obligation to permit inspection, copying and auditing of their accounts and records and (iv) any right which a Party may have under the Applicable Law.

5.2.6 Cessation of Services

Upon termination of this Contract by notice of either Party to the other, the MCTAs shall, immediately upon dispatch or receipt of such notice, take all necessary steps to bring the Services to a close in a prompt and orderly manner and shall make every reasonable effort to keep expenditures for this purpose to a minimum.

51

Page 52: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

5.2.7 Payment upon Termination:

Upon termination of this Contract, the Employer shall make the following payments to the MCTA (after offsetting against these payments any amount that may be due from the MCTA to the Employer):i. remuneration for Services satisfactorily performed prior to the effective date of

termination ;andii. reimbursable expenditures for expenditures actually incurred prior to the effective

date of termination.

5.3 Settlement of Disputes

5.3.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or the interpretation thereof.

5.3.2 Dispute Settlement

In case the dispute is not resolved amicably, the matter shall be settled by the arbitrator under the Arbitration and Conciliation Act, 1996 and its decision would be final and binding on both the parties. The Arbitration and Conciliation Act, 1996 and the rules made there under and any statutory modification or re-enactments there of, shall apply to the arbitration proceedings. The venue of the arbitration shall be Raipur, Pending the submission of and/or decision on a dispute, difference or claim or until the arbitral award is published; the MCTA shall continue to perform all its obligations under Agreement without prejudice of final adjustment in accordance with such award.

5.3.3 The sole arbitrator shall be nominated by the aggrieved party from out of a panel of 3 persons who shall ordinarily be retired High Court Judges selected by the DGM, Chhattisgarh.

5.3.4 Legal Jurisdiction

Any legal dispute arising out of the Consultancy Agreement shall be settled at the Court of Law located at Raipur.

Governing Law

This Contract shall be governed by and construed in accordance with the laws of India. Neither Authority nor the MCTA shall have the right to transfer or assign their responsibilities resulting from this Contract.

5.4 Other Terms and ConditionS

• The successful bidder shall not, without Authority’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, sample of information furnished by or on behalf of DGM, CHHATTISGARH in connection therewith, to any person other than a person employed by the successful bidder in the Performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.

52

Page 53: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

• Authority may by written notice sent to the successful bidder, terminate the work order and/or the Contract, in whole or in part at any time of its convenience. The notice of termination shall specify that termination is for Authority’s convenience, the extent to which performance of work under the work order and /or the contract is terminated, and the date upon which such termination becomes effective. Authority reserves the right to cancel the remaining part and pay to the selected bidder an agreed amount for partially completed Services.

• In the event of the bidder’s company or the concerned division of the company is taken over / bought over by another company, all the obligations under the agreement with Authority, should be passed on for compliance by the new company new division in the negotiation for their transfer.

53

Page 54: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

SECTION - 6: ANNEXURES

54

Page 55: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

6.1 ANNEXURE - A:

PROFORMA FOR BANK GUARANTEE

DATE :BANK GUARANTEE

Name of Bank:To,Director,Directorate of Geology & Mining,Indravati Bhavan, Block-4 , Second Floor, Naya Raipur,Ph.- 0771-2221840, FAX: 0771-2221841

Dear Sir,Guarantee No........................................

Amount of Guarantee R s ...................../-(Rupees..............)only.

Guarantee cover from......................t o ..............

Guarantee remain full force........................................

Last date for lodgment of claim : .............(Two months from date of expiry).

This Deed of guarantee executed by (Bank Name) ......................................... , constitutedunder the Banking companies (Acquisition & Transfer of Undertaking) Act...................having itsregistered office a t ............................................ and amongst other places, a branch a t ......................(hereinafter referred to as the bank) in favour of the DGM, Chhattisgarh (hereinafter referred to asDGM, Chhattisgarh, the beneficiary . ) for an amount not exceeding R s ......................... /- (Rupees . ...............................) only at the request of M/s...................................................... (hereafter referred toas the agency).

This guarantee is issued subject to the condition that the liability of the bank under thisguarantee is limited to maximum of R s ...... ................... /- (Rupees ............................................. ) only and the guarantee shall remain in full force from ................. t o ..................... (date ofexpiry) with further claim period of two months and cannot be invoked otherwise than by a written demand or claim under this guarantee served on the bank on or before .................. (last date of lodgment of claim) by the DGM, Chhattisgarh, in writing.

For (Bank) Seal

Branch Manager Branch

SUBJECT TO AS AFORESAID(Main guarantee matter may be typed hereafter)

55

Page 56: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

BG No : Date:....

Amount:...............................

Valid period from ............t o ................Claim period up to ..................................

BANK GUARNTEE

The DGM, Chhattisgarh ( herein after called as the DGM, Chhattisgarh) has agreed to

...................................... District....................................... ,State................... ,( herein after called asAgency ) a bank guarantee for Rs.................................... ( Rupees

.......................................................... )only for the period from ..........................to........................

with a further claim period of two months & the last date of lodgment of claim within

........................towards EMD/SD/ISD/Performance Guarantee/Guarantee against advance payment inconnection w ith ............................................Work/Contract/PO/Tender no & date.

We ........................................(Bank)................................ branch, do hereby undertake to indemnifyand keep indemnified “DGM, Chhattisgarh.” to the extent of R s .................

(Rupees..........................................................................only) for the period from .................. to

................with the last date of lodgment of claim within..................

W e .........................................(Bank).................. branch, further agree that if a demand is made by theDGM, Chhattisgarh, have no right to decline to cash the same for any reason whatsoever . The fact that there is a dispute between the said Agency and the DGM, Chhattisgarh is no ground for us to decline to honour invocation the Bank guarantee and such invocation is a sufficient reason for the DGM, Chhattisgarh to enforce the bank guarantee unconditionally without any reference to the said Agency, within 48 hours excluding holidays.

We................................(Name of the Bank & Branch)....................................... branch, further agreethat a mere demand by the DGM, Chhattisgarh is sufficient for us ............................(BankName),.................... branch, to pay the amount covered by the bank guarantee without reference tothe said Agency and any protest by the said Agency cannot be valid ground for us,.......................... Bank..................Branch, to decline payment to the DGM, Chhattisgarh.

We .................................................... the bank, undertake to pay to the DGM, Chhattisgarh anymoney so demanded notwithstanding any dispute or disputes raised by the said agency in any suit or proceedings pending before any court or tribunal relating thereto as our liability under this present being absolute and unequivocal.

If notice of demand is served on the Bank and for this purpose it shall be deemed sufficient if suchnotice is served on our branch at ............,Raipur, by the DGM, Chhattisgarh before the last date oflodgment of claim under this guarantee, then not withstanding anything to the contrary herein contained, the liability of the Bank under this guarantee shall be enforceable as due to us.

56

Page 57: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

BG No : Date:...

Amount:.

Valid period from ............t o ...............

Claim period..........................................

We .............................................the bank further agree that the DGM, Chhattisgarh shall have fullestliberty, without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the agreement/work order/contract / order etc or to extend time of performance by the said agency from time to time or to postpone for any time or from time to time any of the powers exercisable by the DGM, Chhattisgarh against the said agency and to forbear or enforce any of the terms and conditions relating to the order and shall not be relieved from our liability by reason of any such variation or extension being granted to the said Agency or for any forbearance, act or omission on the part of the DGM, Chhattisgarh or any indulgence by the DGM, Chhattisgarh to the said agency.

We ...................................... (Name of the Bank & specify branchName)................................................branch, lastly undertake not to revoke this guarantee during itscurrency except with the previous consent of the DGM, Chhattisgarh . in writing.

Notwithstanding anything contained herein above:

1. All claims under this guarantee must be presented t o ........................................... (nameof the bank ) ................................................(Branch), Raipur.

2. Our liability under this Bank Guarantee shall not exceed Rs..................... (Rupees.......................................................... ) only.

3. This guarantee will not get discharged due to change in the constitution in the bank or the said agency.

4. This Bank Guarantee shall remain valid upto.................(date of expiry) with additional claimperiod of two months and claim under this guarantee can be served on or before ................(last date of lodgment of claim).

5. We are liable to pay the guaranteed amount or any part thereof under this Bank Guaranteeonly and only if DGM, Chhattisgarh . serves a written claim or demand on the bank on or before....................(last date of for lodgment of claim.)

6. We declare that this Bank Guarantee is not tainted with fraud and is furnished in the written request of the Agency.

Signature:

Name:Address:

For & on behalf of

(Seal)

Signed and delivered this on

57

Page 58: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

6.2 ANNEXURE - B: CHECKLIST

Preliminary Checklist for Bidders for Pre-Qualification Criteria

A. In case of single entity, all the forms as mentioned in the table below have to be submitted by the bidder himself in order to qualify in pre-qualification criteria.

S.No. CheckBox

Document

1.Bid processing and submission fees (As asked in BID DOCUMENT)

2.Bid Security/Earnest Money Deposit Fee (As asked in BID DOCUMENT)

3.Certificate of Incorporation/registration (As asked in BID DOCUMENT)

4.Declaration of not being blacklisted

5.Audited Balance Sheet for last 3 years (As asked in BID DOCUMENT)

6.Audited Profit Loss Statement for last 3 years

7.Annual Turnover Certificate (As asked in BID DOCUMENT)

8.All Technical Forms (Form TECHNICAL I to TECHNICAL V, including work

experience in form of completion certificates)8a

TECHNICAL FORM I8b

TECHNICAL FORM II

TECHNICAL FORM IIA

TECHNICAL FORM IIB8c

TECHNICAL FORM III8d

TECHNICAL FORM IV8e

TECHNICAL FORM V9.

PRICE BID(TABLE-X,Y & Z) (Online Only)10.

GST Registration11.

PAN Card copy12.

Power of Attorney13.

Other documents related to Evaluation criteria Table.

58

Page 59: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

6.3 ANNEXURE - C : POWER OF ATTORNEY FOR AUTHORIZED SIGNATORY

Know all men by these presents, We_______________ (name of the firm and address of theregistered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr/ Ms (name), ____________son/daughter/wife o f____________ and presently residing at___________, who is [presently employed with us/ the Lead Member of our Consortium and holdingthe position o f___________________], as our true and lawful attorney (hereinafter referred to as the“Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our Bids[s] for providing Management Consultancy and Transaction Advisory support to DGM, Chhattisgarh, including but not limited to signing and submission of all applications, Bids and other documents and writings, participate in Pre­Applications and other conferences and providing information/ responses to DGM, Chhattisgarh, representing us in all matters before DGM, Chhattisgarh, signing and execution of all Agreements and undertakings consequent to acceptance of our Bid, and generally dealing with DGM, Chhattisgarh in all matters in connection with or relating to or arising out of our Bid for the said tender and/ or upon award thereof to us and/or till the entering into Agreements with DGM, Chhattisgarh.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF W E,__________________, THE ABOVE NAMED PRINCIPAL HAVEEXECUTED THIS POWER OF ATTORNEY ON THIS____DAY OF________ , 20__

FOR_______________________

(SIGNATURE)

(NAME, TITLE, ADDRESS)

WITNESS:

1.2.

(ACCEPTED)

(SIGNATURE)

(NAME, TITLE, ADDRESS OF THE ATTORNEY)

59

Page 60: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

[NOTARIZED]

(a) The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure.

(b) Also, wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a resolution/ power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

(c) For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued.

60

Page 61: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

6.3 ANNEXURE - D PROFORMA OF BLACKLISTING

DECLARATION

(On letter head of the Bidder)

FROM: DATE:

To,

Director,Directorate of Geology & Mining,Indravati Bhavan, Block-4 , Second Floor, Naya Raipur, Ph.- 0771-2221840, FAX: 0771-2221841 E-mail Address: [email protected]

Dear Sir,

I/we here by solemnly declare that any of our Directors or Partners, jointly or severally and/or individually or our firm/company have not been black listed by the Central Govt. or the State Govt. or its undertakings.

I/we here by further declare that, if the declaration is found untrue, the DGM, Chhattisgarh shall be entitled to take any action against us severally and/or individually or our firm/company in this regard in any manner that may be deemed fit by DGM, Chhattisgarh .

Yours faithfully,

Signature and Stamp of the bidder

61

Page 62: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

SECTION - 7 : INSTRUCTIONS TO BIDDERS FORONLINE REGISTRATION AND BID SUBMISSION

62

Page 63: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

SECTION - 7: INSTRUCTIONS TO BIDDERS FOR ONLINE REGISTRATION AND BID SUBMISSION

Guidelines for bidders on using Integrated eProcurement System Govt. of Chhattisgarh. https://eproc.cgstate.gov.in

Note: These conditions will over-rule the conditions stated in the tender document(s), wherever relevant and applicable.

1. Bidder Registration on the e-Procurement System:

All the Users / Bidders (Manufacturers / Contractors / Suppliers / Vendors / Distributors etc.) registered with and intending to participate in the Tenders of various Govt. Departments / Agencies / Corporations / Boards / Undertakings under Govt. of Chhattisgarh processed using the Integrated e- Procurement System are required to get registered on the centralized portal https://eproc.cgstate.gov.in and get approval on specific class (e.g. A, B, C, D, UGE, UDE) from Public Works Department (in case to participate in tenders restricted to vendors / bidders in a particular class).

The non - registered users / bidders who are also eligible to participate in the tenders floated using the e-Procurement system are also required to be registered online on the e-Procurement system.

Bidders are advised to complete their online enrolment / registration process on the portal well in advance to avoid last minute hassle, it is suggested to complete enrolment at least four days before the last date of bid submission date, failing which may result in non-submission of bids on time for which vendor/end user shall be solely responsible.

Bidders are required to pay online registration / enrolment fee of Rs. 500/- one time and renewal fee of Rs. 100/- for subsequent each year.

For more details, please get in touch with e-Procurement system integrator, M/s. Mjunction Services Limited, Raipur - 492 001 on Toll free 1800 258 2502 or email [email protected].

2. Digital Certificates:

The bids submitted online must be signed digitally with a valid Class II / Class - III Digital Signature Certificate to establish the identity of the bidders submitting the bids online. The bidders may obtain pair of Encryption & Signing Class - II / Class - III Digital Certificate issued by an approved Certifying Authority (CA) authorized by the Controller of Certifying Authorities (CCA), Government of India

Note: It may take upto 7 to 10 working days for issuance of Class-II / Class-III Digital Certificate, Therefore the bidders are advised to obtain it at the earliest. It is compulsory to possess a valid Class- II / Class-III Digital Certificate while registering online on the above mentioned e-Procurement portal. A Digital Certificate once mapped to an account / registration cannot be remapped with any other account / registration however it may be inactivated / deactivated.

Important Note: Bid under preparation / creation for a particular tender may only be submitted using the same digital certificate that is used for encryption to encrypt the bid data during the bid preparation / creation / responding stage. However bidder may prepare / create and submit a fresh bid using his/her another / reissued / renewed Digital Certificate only within the stipulated date and time as specified in the tender.

In case, during the process of a particular bid preparation / responding for a tender, the bidder loses his/her Digital Certificate because of any reason they may not be able to submit the same bid under preparation online, Hence the bidders are advised to keep their Digital Certificates secure to be used whenever required and comply with IT Act 2000 & its amendments and CVC guidelines.

63

Page 64: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

The digital certificate issued to the authorized user of an individual / partnership firm / private limited company / public limited company / joint venture and used for online bidding will be considered as equivalent to a no-objection certificate / power of attorney to the user.

Unless the certificate is revoked, it will be assumed to represent adequate authority of the specific individual to bid on behalf of the organization / firm for online tenders as per Information Technology Act 2000. This authorized user will be required to obtain a valid Class-II / Class-III Digital Certificate. The Digital Signature executed through the use of Digital Certificate of this authorized user will be binding on the organization / firm. It shall be the responsibility of management / partners of the concerned organization / firm to inform the Certifying Authority, if the authorized user changes, and apply for a fresh digital certificate for the new authorized user.

3. Online Payment:

As the bid is to be submitted only online, bidders are required to make online payment(s) of the Registration fee / Transaction or Service fees / EMD using the online payments gateway services integrated into the e-Procurement system using various payment modes like Credit Card / Debit Card / Internet Banking / Cash Card / NEFT / RTGS etc.

For the list of available online modes of electronic payments that are presently accepted on the online payments gateway services, please refer the link ‘Payments accepted online’ on the eProcurement portal https://eproc.cgstate.gov.in.

4. Setup of User’s Computer System:

In order to operate on the e-Procurement system for a bidder / user, the computer system / desktop / laptop of the bidder is required to have Java ver. 765 , Internet explorer 9 / 11, latest Mozila firefox with IE Tab V2 (Enhanced IE Tab) or any other latest browser. A detailed step by step document on the same is available on the home page. Also internet connectivity should be minimum one MBPS.

5. Publishing of N.I.T.: For the tenders processed using the e-Procurement system, only a brief advertisement notice related to the tender shall be published in the newspapers and the detailed notice shall be published only on the e-Procurement system. Bidders can view the detailed notice, tender document and the activity time schedule for all the tenders processed using the e-Procurement system on the portal https://eproc.cgstate.gov.in.

6. Tender’s Critical Dates & Time/Tender Time Schedule:

The bidders are strictly advised to follow the tender time for their side for tasks / activities and responsibilities to participate in the tender, as all the activities / tasks of each tender are locked before the start time & date and after the end time & date for the relevant activity of the tender as set by the concerned department official.

7. Download Tender Document(s):

The tender document and supporting document(s) if any can be downloaded only online. The tender document(s) will be available for download to concerned bidders after online publishing of the tender and up to the stipulated date & time as set in the tender.

8. Submit Online Bids:

bidders have to submit their bid online after successful filling of forms within the specified date and time as set in the tender.

64

Page 65: DIRECTORATE OF GEOLOGY AND MINING, CHHATTISGARH …chhattisgarhmines.gov.in/sites/default/files/bid-document-mcta.pdfIndrawati Bhawan, Second floor, "D" wing, Naya Raipur Ph: 0771-2221840,2221849,

The encrypted bid data of only those bidders who have submitted their bids within the stipulated date & time will be accepted by the e-Procurement system. It is expected that the bidder complete his bid and submit within timeline, a bidder who has not submitted his bid within the stipulated date & time will not be available during opening.

Bid documents uploading during bid preparation should be less than five(5) MB (for individual document) and over all bid documents should be less than fifty(50) MB.

9. Submission of Earnest Money Deposit:

The bidders shall submit their Earnest Money Deposit Either as in usual physically sealed Earnest Money Deposit envelope and the same should reach the concerned office OR Online using payment gateway as stated in the Notice Inviting Tender/ Tender document. Bidders also have to upload scanned copy of Earnest Money Deposit instrument OR Online Payment /NEFT/RTGS receipt along with the reference details online.

10. Opening of Tenders:

The concerned department official receiving the tenders or his duly authorized officer shall first open the online Earnest Money Deposit envelope of all the bidders and verify the same uploaded by the bidders. He / She shall check for the validity of Earnest Money Deposit as required. He / She shall also verify the scanned documents uploaded by the bidders, if any, as required. In case, the requirements are incomplete, the next i.e. technical and commercial envelopes of the concerned bidders received online shall not be opened.

The concerned official shall then open the other subsequent envelopes submitted online by the bidders in the presence of the bidders or their authorized representatives who choose to be present in the bid opening process or may view opened details online.

11. Briefcase:

Bidders are privileged to have an online briefcase to keep their documents online and the same can be attached to multiple tenders while responding, this will facilitate bidders to upload their documents once in the briefcase and attach the same document to multiple bids submitting.

For any further queries / assistance, bidders may contact:

1. The Service Integrator of e-Procurement system, M/s. Mjunction Service Ltd. on Help Desk Toll free No. 1800 419 9140 or email [email protected].

2. Mr. Shailesh Kumar Soni, Sr. Manager, Chhattisgarh Infotech & Biotech Promotion Society (CHiPS) on Tel. No. 0771 - 4014158 or email: [email protected]

65