1
KARNATAKA STATE MINERALS CORPORATION LIMITED (Formerly known as: Mysore Minerals Limited) (A Government of Karnataka Undertaking)
CIN; U85110KA1966SGC001620 Registered Office: T.T.M.C, `A’ Block, 5th Floor, BMTC Building, K.H. Road, Shanthinagar, BENGALURU – 560 027.
Phone:22278813/14, Fax: 22213172; website: www.ksmcl.org GST No. 29AACCM2873L1ZO
No: KSMCL/TIOM/R&R/414/VOL-5/2019-20/3239 Date: 12. 03.2020
SHORT TERM e - TENDER INVITATION
Karnataka State Minerals Corporation Limited (KSMCL), Invites Short
term e-tender under two cover system from eligible registered contractors for
construction of Retaining wall at dump D-4 of Thimmappanagudi Iron Ore
Mine (ML No. 2605) Sandur Taluk, Ballari District. Karnataka.
Calendar of Events.
a. Pre Bid meeting : 20.03.2020 at 11.30 AM at
corporate office Bengaluru
b. Last date and time for submission
of Tender document : upto 5.00 P.M. on 28. 03.2020
c. Date of opening of Tender : At 11.00 A.M. on 31.03.2020
d. Earnest Money Deposit (EMD) : Rs.4,35,000/-
( Rupees Four Lakhs Thirty five
Thousand Only)
Tender document may be downloaded from e-Procurement GOK platform
website https://eproc.karnataka.gov.in
For Karnataka State Minerals Corporation Limited
Sd/-
CHIEF GENERAL MANAGER
2
KARNATAKA STATE MINERALS CORPORATION LIMITED (Formerly known as Mysore Minerals Limited)
(Government of Karnataka Undertaking) Regd. Office: TTMC Building, ‘A’ Block, 5th Floor, BMTC,
Shanthinagar, Bengaluru – 560 027 Phone: 080-22278813 /4/5/6 Fax: 080-22213172 Website: www.ksmcl.org
Instructions for Tenderers
Short term e-Tender is invited by Karnataka State Minerals Corporation
Limited (KSMCL)(Formerly known as Mysore Minerals Limited) a Company
Registered under the provisions of the Companies Act, 1956 and having its Registered
Office at TTMC Building, ‘A’ Block, 5th Floor, BMTC, Shanthinagar,
Bengaluru – 560 027, represented by its Chief General Manager I/c, from eligible
registered contractors for construction of Retaining wall at dump D-4 of
Thimmappanagudi Iron Ore Mine (ML No. 2605) Sandur Taluk, Ballari District.
Karnataka ,in Respect of KSMCL.
1. Calendar of events.
a. Pre Bid meeting : 20. 03.2020 at 11.30 AM at
corporate office, Bengaluru
b. Last date and time for submission
of Tender document : upto 5.00 P.M. on 28 .03.2020
c. Date of opening of tender : At 11.00 A.M. on 31.03.2020
d . EMD : Rs. 4,35,000/-
( Rupees Four Lakhs Thirty five
Thousand Only)
Tender document may be downloaded from e-Procurement, GOK platform website
https://eproc.karnataka.gov.in. The interested tenderers are requested to register in
the e-procurement platform well in advance.
Contact for any support, e Procurement Helpdesk: 080-46010000/22631200
KSMCL reserves right to issue any addendum/corrigendum if any which will be
published only on e-procurement portal and company website. No separate notification
in this regard will be published in newspaper or intimated to individuals. Hence
3
tenderers are advised to check for any updates in e-portal regularly till closing of
tender.
2. ELIGIBILITY CRITERIA
a. The Tenderer should have a valid registration certificate/ class-1 license with
KPWD/Forest department.
b. The Tenderer should have a Minimum turnover of Rs. 290.00 lakhs in any one
Financial year during the previous three years between 2016-17 to 2018-19.
c. The Tenderer should have a Experience in similar nature of work for any one
year during the previous three years between 2016-17 to 2018-19.
d. The present and previous contractors worked/working with KSMCL required to
submit NOC for participating in this tender issued by Competent Authority of
KSMCL.
3. SCOPE OF WORK
Name of the work
Appx.
Amount put
to Tender
(in Rs.)
EMD
Amount
(in Rs.)
Period of
completion
(including
monsoon)
Eligibility
Construction of Retaining
wall at dump D-4 of
Thimmappanagudi Iron Ore Mine
(ML No. 2605) Sandur Taluk, Ballari
District. Karnataka.
As per the drawing and
specifications (Schedule-B)
uploaded in the tender.
2,34,48,088/- (Excluding
GST and tender
premium)
4,35,000/- 9 months
The Tenderer should have a valid registration certificate/ class-1 with KPWD/Forest department. No exemption in EMD for MSME/NSIC Certificate holders.
The estimated cost for the above said work is Rs. 290.00 lakhs (Rupees Two hundred
Ninety lakhs only). Inclusive of all taxes and GST and Tender Premium.
Interested tenderers are advised to go through the terms and conditions of this Tender
carefully before making their offer for execution of the work.
4
Neither Karnataka State Minerals Corporation Limited (hereinafter “KSMCL”) nor any
government departments are not responsible for inaccessibility of e-Procurement portal
due to internet connectivity and/or technical glitches.
4. DETAILS OF DOCUMENTS TO BE UPLOADED
A) TECHNICAL BID
The following documents are to be uploaded:-
a. Annexure-1 duly signed.
b. Copy of valid registration certificate/ class-1, license with KPWD/ /Forest
department.
c. Copy of PAN :
d. Copy of GST Registration:
e. Copy of Income Tax Returns of any two years (AY/FY) in between last three
years (2016-17 to 2018-19)
f. CA certified Balance Sheet and Profit & Loss statement as a proof for
turnover of minimum Rs.290.00 lakhs per annum in any one financial year
during the previous 3 (Three) years between 2016-17 to 2018-19.
g. Work done certificates issued by clients as proof of completing the similar
nature of work in any one year during last 3 financial years between 2016-17
to 2018-19.
h. Self declaration for not black listed by any PSU/ Govt. Department.
i. The present and previous contractors worked/working with KSMCL required to
submit NOC for participating in this tender issued by Competent Authority of
KSMCL.
In the event that any of the above documents are not uploaded and
available for down loading in a non readable format such proposal shall be
treated as non-responsive and shall rejected without any further action by
KSMCL.
b) Financial Bid
a. The financial bids of only those bidders whose Technical bids are accepted will
be eligible to be opened in the e-Portal.
b. The tenderer should quote the rates in e-Portal only as provided for therein.
5
c. The financial bid will be opened only after complete technical evaluation of
Technical bid.
d. The rate quoted shall be in INR inclusive of taxes, cess and insurance etc.,
(Exclusive of GST as applicable) for each item mentioned in schedule-B
attached hereto and the total bid price offered.
e. The Tenderer shall quote the rates in Figures and words, the rate quoted in
words will be considered in case of discrepancy.
f. The rate quoted in the price schedule shall remain firm throughout the
contract period and any price variation is not permissible under any
circumstances.
g. Any variation in the rate etc., will not be allowed on any ground, such as
mistake, misrepresentation, suppression of facts etc., after the bid has been
submitted.
h. The company reserves rights to negotiate with the tenderers, if found
necessary.
i. Conditional Tenders and Tenders with alterations in the Schedule of Quantities
or description of items will be rejected.
5. EARNEST MONEY DEPOSIT (EMD)
The tenderer shall pay the Earnest Money Deposit (EMD), an amount of
Rs. 4,35,000.00 (Rupees Four lakhs Thirty five Thousand only) and the processing fee
as fixed by the e-procurement Dept. through e-portal by the following e-payment
modes:-
No. Exemption in EMD for MSME/NSIC certificate holders.
Credit card
Debit Cart
NEFT/RTGS
Over the counter (OTC)
The EMD of successful tenderer will be converted as security deposit and will
be refunded only after the completion of the contract period, Whereas, the EMD of the
unsuccessful tenderers will be refunded only after the completion of the tender
process.
6
The EMD and Security Deposit will not carry any interest.
The Tenderers Earnest Money Deposit may be forfeited in case if a Tenderer :-
a. Withdraws his tender during the tender period.
b. If the successful Tenderer fails to sign the contract agreement within 10 days
from the date of LOI.
c. After the signing the agreement, if the Tenderer fails to commence the work as
per the technical specifications and time schedule mentioned in the contract
agreement.
6. Security deposit.
Within 10 days from the date of issuance of the Letter of Acceptance, the
successful tenderer shall deposit with KSMCL a Security Deposit in the form of
Demand Draft or any e-payment mode or Bank Guarantee (B.G )Valid up to defect
liability period for an amount equivalent to 5% (five percent) of the contract price,
after deducting the EMD amount there from. The Security Deposit will be returned
only. after the Defect Liability Period, defined here in below and will not carry any
interest.
7. Penalty
Penalty will be levied for the delay in completion of works beyond the time limit
specified in the tender contract that will be executed between KSMCL and the
successful tenderer. The rate of penalty payable for each month of delay will be 0.5%
(Zero point five percent) of the contract value. If any delay in execution of work from
KSMCL due to any circumstances then the penalty clause is not applicable.
8. Defect Liability Period
Defect Liability Period shall commence from the next day of issue of Work
Completion Certificate by the inviting authority at KSMCL.
The Contractor shall be responsible for replacing any defective work and rectifying
any defects in the works executed by him and maintaining the same during the Defect
Liability Period, free of cost. For this purpose, the Contractor shall upon receiving
intimation from KSMCL, within Seven days respond by dispatching personnel to the
site to rectify defects as specified by KSMCL within Ten days.
7
The Defect Liability Period will extend for 1 (one) year from the next day of issue
of Completion Certificate.
9. Assignment
The contract shall not be assignable by either Party.
10. Criteria to consider the Tender Offers through e-tender
The e-tender will be decided based on:
a. Compliance with technical qualifications requirements;
b. Lowest rate offered;
c. The previous experience and capability of the tenderer to execute the proposed
work within the prescribed time limit; and
d. Payment of Earnest Money Deposit.
11. Award of Contract
1. Contract will be awarded to the lowest rate quoted tender.
2. KSMCL reserves the rights to invite, negotiate, and award the contract to the
second least priced eligible tenderer (L2) in the following cases:
i. In the event that L1 (the first least priced eligible tenderer) fails to accept the
terms & conditions of Letter of Acceptance and conditions of contract.
ii. If L1 tenderer fails to submit prescribed Security Deposit within the
Specified time limit.
12. Discretion
a. The Managing Director, KSMCL reserves the right of rejection of the tenders
without assigning any reasons thereof.
b. The Managing Director, KSMCL reserves rights to cancel the tender even after
acceptance or during performance of the contract period.
13. Other Terms and Conditions
a. Tenderer should participate independently and joint ventures are not allowed.
b. The tenderer, at his own responsibility and risk, is encouraged to visit and
examine the site and its surroundings and obtain all information that may be
necessary for preparing the Tender and entering into a contract for construction
of Retaining wall at dump D-4 of Thimmappanagudi Iron Ore Mine
8
(ML No. 2605)as Specified in the scope of Tender. The cost of visiting the site
shall be at the tenderer’s own and sole expense. No tenderer shall be entitled to
raise any concerns or disputes in relation to the nature of the site of works under
this tender, or the suitability thereof for carrying out the works tendered, once
the same is awarded and the definitive agreement is executed. The interested
Tenderer can contact the concerned officer at Sandur Sri R. Nirmal Kumar,
DGM(P) I/c, Contact No. 9448510684 for site inspection.
c. The successful tenderers/contractors shall execute a definitive agreement within
10 (ten) days from the date of intimation vide the intimation letter. Work order
would be issued after the agreement is signed for commencement of work. In
the event of failure on the part of the successful tenderer to sign the agreement
within stipulated period, the acceptance of the tenderer shall be considered as
cancelled, and the said tenderer will be liable to pay damages to KSMCL for
any loss and/or inconvenience that may be caused to KSMCL owing to such
cancellation. In such case, KSMCL shall be further entitled to forfeit the entire
EMD and Security Deposit, if any, paid to KSMCL.
d. The successful contractor shall prior to commencing the works shall take
CAR (Contractors All Risk) Insurance Policy, thereafter maintain in the
Joint names of KSMCL and contractor ( cover from the first working day
After the start date upto end of the defects liability period) to the tenderered
amount . For loss or damaged to the works.
e. Tender offers shall be valid for the period of 180 (One Hundred and Eighty)
days from the date of submission of tender.
f. The proposed work of construction of Retaining wall at dump D-4 of
Thimmappanagudi Iron Ore Mine (ML No. 2605)should be completed within
the time stipulated under the tender, to the satisfaction of KSMCL technical
Specifications.
g. The time allowed for completing the above said work is 9 Months from the date
of issuance of work order/ handing over of site whichever is later.
h. The quantities shown in the tender are approximate and the claim by the
Contractor shall be preferred for the quantities of work actually executed at
field at the time of execution
9
i. Measurements will be taken in the presence of KSMCL Civil Engineer
according to the standard method in practice. Only running bill shall be
preferred after completion of work in the following stages after recording FMB
and submission of bill through our AGM (P) at Sandur.
j. The payments will be made in the following stages.
i. First and part bill after completion of 25% of value of work.
ii. Second and part bill after completion of 50% value of work
iii. Third and part bill after after completion of 75% value of work
iv. Forth and final bill 15% after completion of a satisfactory completion of
100% of work.
Note: 10% of value of work will be retained up to 1 year after completion
of work i.e. up to defect liability period. The balance 10% will be
considered for payment only after completion of defect liability period.
k. The Tenderer has to complete the assigned work within the specified time,
without any stoppage, once work is commenced.
l. The Tenderer shall not sublet transfer or assign the contract or any part thereof
without prior written permission of KSMCL.
m. KSMCL shall be entitled to alter or make additions to the original specification.
In the event that work being carried out is found to be unsatisfactory, KSMCL
shall be at liberty to demand the substandard work being redone at the sole
expense of the Tenderer.
n. In the event of the Tenderer not being able to conform to the schedule of work
satisfactorily or delays the completion of work, KSMCL shall be at liberty to
terminate the contract, in addition to invoking the Penalty Clause contained
herein; KSMCL shall be further entitled to forfeit the Security Deposit in such
event.
o. In the event that it is learnt by KSMCL that excess payment has been made by it
to the Contractor, KSMCL shall adjust the same against the next running
account bill of the Contractor. Where such excess payment is made in relation
to the final bill, the said excess amount shall be recovered, among other things,
from the Security Deposit.
10
p. The Tenderer shall provide, and maintain in good condition, all safety and first
aid equipment for the use of those persons having deployed at the site by the
Tenderer for the execution of the tender works at his own cost.
q. The Tenderer shall be responsible for, and shall bear expenses of, providing
medical relief to his workmen who may suffer injury during the execution of
the tender works.
r. The Tenderer shall be exclusively responsible for payment of compensation to
his workmen under the Workmen Compensation Act, 1923 and comply with all
labour laws applicable to the Tenderer.
The liability of compliance of obligations under all labour laws applicable in
respect of the workers engaged by the Tenderer in the tender work, including payment
of any wages or other statutory amounts per applicable laws, will be that of the
Tenderer. and KSMCL shall in no way be responsible for the same. Where KSMCL
incurs any expenditure or suffers any loss arising out of any claim, including a claim
for damages, whether direct or indirect, as a reason of failure by the Tenderer to
comply with the terms and conditions herein or in the definitive agreement, KSMCL
shall be entitled to recover the same from the Tenderer.
14. Force Majeure
In the event that either KSMCL or the tenderer/Contractor is disabled from
discharging its obligations under this tender or the definitive agreement signed with the
Tenderer pursuant to this tender, or where the said agreement is cancelled/terminated
for any reason that is beyond the control of either KSMCL or the tenderer/Contractor,
including, but not limited to, any change to the law governing the Contract Labour
Regulation and Abolition Act or any other law, fire, war, hostility, military operations
of any character, civil commotions, sabotage, quarantine restriction, and acts of
Government embargoes, the tenderer/Contractor shall not be entitled to any
compensation whatsoever from KSMCL for any loss, damage or inconvenience
suffered by the tenderer on account of such non-discharge of obligations and/or
cancellation/termination of this tender/contract. However, where the Force Majeure
circumstances exist for a limited duration, KSMCL will be entitled, but not be
obligated, to extend the time afforded to the Tenderer to complete the contract works
by such duration as required, but at no event greater than a duration of 2 (Two) month.
11
15. Arbitration
If any dispute arises between the parties in relation to the subject matter of the
works contracted, it shall first be attempted to be settled through mutual discussion in
good faith. In the event that such dispute is not resolved through mutual discussion, the
dispute shall be resolved by way of arbitration by a sole arbitrator, appointed mutually
by KSMCL and the Tenderer. The arbitration shall take place at the Arbitration Centre,
Bangalore in accordance with the provisions of the Arbitration and Conciliation Centre
Rules, 2012.
16. Jurisdiction
The courts at Bangalore, Karnataka shall have sole jurisdiction over all disputes
and claims that may arise between the parties hereunder, to the exclusion of any other
court.
*****
12 Lease section/R&R folder
Annexure – I
e-Tender Application Form
1) Name and Address :
Telephone (with STD code) office : Residence :
Mobile e-mail:
2) Registration Particulars :
3) EMD Payment details :
4) PAN No. :
5) GST Registration No. :
6) Income tax returns details :
Year AY / FY Submitted Yes / No
2016-17
2017-18
2018-19
7) Turnover details :
Year Amount (Rs. Lakhs)
2016-17
2017-18
2018-19
Note : Chartered Accountant’s Certificate (s) shall be enclosed as a documentary proof
for turnover.
13 Lease section/R&R folder
8) Details of similar nature works completed during the last three years
(2016-17 to 2018-19):
Sl.
No. Name of the Client
Description of
contract work
Value of
Contract (Rs.
Lakhs)
Year of
completion
1
2
3
Completion Certificates issued by the client for the above works are enclosed as
a documentary proof for completing the work successfully to the extent of value
required to meet eligibility criteria.
9) Self declaration for not block listed by any PSU/Govt. Yes/No.
DECLARATION
I / we do hereby declaration that the particulars furnished above are correct and
I / we are ready to furnish any other details and original as may be required by
Karnataka State Minerals Corporation Limited. I / we also declare that I / we shall
abide by the terms and conditions of the tender. I further undertake to Construction of
Retaining Wall at dump D-4 at Thimmappanagudi Iron Ore Mine of KSMCL, if
contract is awarded.
PLACE: Signature of authorized
DATE: Signatory with seal of the firm
14 Lease section/R&R folder
15 Lease section/R&R folder
16 Lease section/R&R folder