appendix - andhra pradesh mineral development corporation limited

advertisement
THE ANDHRA PRADESH MINERAL DEVELOPMENT CORPORATION LIMITED
Pancom Business Centre, 2nd & 3rd Floors, 8-3-945, Ameerpet, Hyderabad - 500 073.
PHONE: 23733153
GRAMS: MINICORP
23733154
FAX: 91-40-23733152
Internet E-Mail: apmdcltd@yahoo.com
1. Name of work
1. TENDER NO.M&S-74/BG-RCSC/VRP/11
For working of Black Granite quarry in
survey No.1083 over an extent of 9.90
hects in Venkataramapuram(v), Kodad
Mandal of Nalgonda District(AP) on
Raising-cum-sale contract basis for a
period of 3 years.
2.i. TENDER NO.M&S-75/BG-RCSC/CHTP/11
For working of Black Granite quarry in
survey No.709 (Northern part) over an
extent of 3.44 hects in Chowtapally(v),
Parvathagiri Mandal of Warangal District
(AP) on Raising-cum-sale contract basis for
a period of 3 years.
ii. For working of Salvaging 2’ x 1’ x 1 tile
size rough Black Granite Blocks from the
waste dumps available at Choutapalli (V)
Parvathagiri (M) of Warangal Dist. for a
period of 1 year.
2. Name and address of the tenderer to
whom tender documents are issued.
Any change in the address should be
informed immediately.
10.02.2011 at 11.30 AM at APMDC’s Head
office at Hyderabad
3.
Pre- Bid conference
4.
Date of issue
Document.
5.
Last date and time for receipt of the 18.02.2011. upto 14.00 hours.
tender.
of
the
Tender
6. Tender opening
18.02.2011 at 15.00 hours.
7. Place of receipt of complete tender
The Andhra Pradesh Mineral Development
Corporation Limited,
Pancom Business Centre, 2nd & 3rd Floors,
Ameerpet, Hyderabad – 500 073.
8. Whether any conditions stipulated
while issuing the schedule.
M R No …………… Dt…………….
9. Tender Fee paid
PRAVEEN PRAKASH, IAS
VICE CHAIRMAN & Mg. DIRECTOR
For THE ANDHRA PRADESH MINERAL
DEVELOPMENT CORPORATION LTD
// ISSUED BY//
(M.V. PRASAD)
General Manager (Mktg) FAC
1
INDEX
PAGE
NO
3-7
1. Annexure – I
Detailing the purpose of tender
2. Annexure – II
Instructions to the Bidders
3. Annexure-III
Details of Black Granite Venkataramapuram
16
4. Annexure–IV
Details of Black Granite in Chowtapally (V)
Parvathagiri Mandal of Warangal District.
17
5. Annexure-V
General terms and conditions for working of Granite
quarries
6. Appendix - 1
Proforma for Bidders to acknowledge the Bid
document
20
7. Appendix – 2
Proforma to submit EMD
21
8. Appendix – 3
Letter of offer
22
9. Appendix-4
Tender Form to quote the prices for working of Black
Granite Quarry in Venkataramapuram of Nalgonda
dist.
23
10. Appendix - 5
Tender Form to quote the prices for working of Black
Granite Quarry in Choutapalli of Warangal dist.
24
11 Appendix-6
For working of Salvaging 2 x 1x 1 tile size blocks
25
12. Appendix – 7
General Information about the tenderers.
13. Appendix- 8
Authorisation letter attending tender opening
2
8-15
18-19
26-27
28
ANNEXURE-I
PURPOSE OF THE TENDER ETC
1.i
TENDER NO: M&S-74/BG-RCSC/VRP/11:
The Corporation intends to enter into contract for working of Black Granite
Quarry in Sy.No.1083 over an extent of 9.90 hects in Venkataramapuram (v),
Kodad Mandal of Nalgonda District (AP) on Raising-cum-sale contract basis for a
period of 3 years. The raising Agent and the Buyer will be one and the same.
ii
TENDER NO: M&S-75/BG-RCSC/CHTP/11:
The Corporation intends to enter into contract for working of Black Granite
Quarry in Sy.No.709 (Northern part) over an extent of 3.44 hects in Chowtapally
(v), Parvathagiri Mandal of Warangal District (AP) on Raising-cum-sale contract
basis for a period of 3 years. The raising Agent and the Buyer will be one and the
same.
iii.
For working of Salvaging 2’ x 1’ x 1 tile size rough Black Granite Blocks from
the waste dumps available at Choutapalli (V) Parvathagiri (M) of Warangal Dist.
for a period of 1 year.
iv.
Details of the Quarries to be worked on RCSC under this tender is at annexure –
III & IV.
2.
ELIGIBILITY:
i.
Tender is open to all bidders.
ii.
The tenderers can quote against both the tenders or for any tender at their option.
However the tenderer who quotes for Choutapally quarry will be required to quote
for working of salvaging tile size blocks from waste dumps available at
Choutapally as at clause 1 (iii) above. However they shall pay prescribed EMD as
per clause 3 of Annexure I and clause 12 of Annexure – II. They shall also submit
the offer (s) in the prescribed form as per appendices 1 to 7.
iii.
Tenderers are prohibited to attach any conditions to their bid and conditions
attached if any would be ignored and the Corporation would consider their bid as
if no conditions are attached.
3.
EARNEST MONEY DEPOSIT (EMD): The tenderers are required to pay EMD
amount in respect of the following tenderers.
1
TENDER NO: M&S-74/BG-RCSC/VRP/11:
Rs.8,00,000
2.i
TENDER NO: M&S-75/BG-RCSC/CHTP/11:
Rs.3,00,000
3
4.
INSPECTION OF QUARRY LEASE:
i.
Tenderers can inspect the Quarry Leases at Venkataramapuram in Nalgonda Dist,
and Choutapalli in Warangal Dist. by contacting our Project Officer, AP Mineral
Development Corporation Ltd, H.No.7-3-19, Dwaraka Nagar, Near Gattaiah
Centre, Khammam – 507 002. (Ph No: 958742–224210 and Cell No: 94900
72390).
ii.
Accessibility, infrastructure facilities, mine condition and working conditions etc,
are to be verified by the bidders by themselves before submitting the offer. All
arrangements required for inspection are to be made by the tenderers at their cost.
The offers are deemed to have been submitted considering that the tenderers have
inspected the Quarry/Quarries to their satisfaction.
5.
PROCESS OF SUBMISSION OF BIDS:
The Bid shall be submitted only in the name of the Bidder in whose name the Bid
documents were issued by APMDC.
The bid shall be in 2 parts.
a.
The first part shall comprise cover I and shall contain EMD and Appendices (1
& 2)
b.
The second part shall comprise cover II and shall contain letter of offer as per
Appendix - 3, commercial bid as per Appendices 4 to 6 ( as the case may be )
and detailes of the bidder as per Appendix-7.
6 OPENING OF BIDS:
Note: i.
Sl.No
Cover No Date
Time
1.
I
18.02.2011
15.00 hrs
2.
II
18.02.2011
15.30 hrs
Covers will be opened in presence of the Bidders or their authorised
representatives. However cover II of the Bidders who have
submitted valid EMD in cover I only shall be opened.
ii.
The Bids received under TENDER NO: M&S-74/BGRCSC/VRP/11 and TENDER NO: M&S-75/BG-RCSC/CHTP/11
will be opened.
ii.
APMDC reserves right to reject any or all the Bids without
assigning any reason what-so-ever.
4
7.
MINIMUM PRODUCTION:
i.
Tenderer shall quote minimum production for 3 years period as per the table
below. (Appendix – 4 to 6 as the case may be).
Venkataramapuram: extent 9.90 hect
Sl
No
Years
months
1
1st year (one month 11
Min.
production
per annum
(CBM)
360
mobilization period)
2
3
2nd year
3rd year
Choutapalli:
380
400.
12
12
extent 3.44 hect
Sl
No
Years
months
1
1st year (thee month 9
Min.
production
per annum
(CBM)
180
mobilization period)
2
3
2nd year
3rd year
190
200
12
12
iv.
In case of tile size blocks retrieved from the waste dumps at Choutapally, the
minimum production shall be 50 Nos of blocks per month.
8.
RATES:
i.a
Venkataramapuram Quarry: The rates quoted in Indian Rupees per CBM shall
be not less than Rs.8,000/- per CBM loose, on Ex-Quarry basis at Appendix-4.
The rates quoted shall be exclusive of statutory levies like seigniorage fee, Cess,
and Sales Tax etc.
b.
Choutapalli Quarry: The rates quoted in Indian Rupees the bidder shall quote
not less than Rs.4,000/- per CBM, on Ex-Quarry basis at Appendix-5. The rates
quoted shall be exclusive of statutory levies like seigniorage fee, Cess, and Sales
Tax etc.
ii.
The rates however shall be increased by 5% every year over the previous year,
after the 1st year. Those rates are applicable for gross volume, calculated on the
gross measurements.
c
Waste dumps at Choutapalli: The tendere shall not quote less than Rs.100/- per
block.
iii.
In the event of imposition of additional and or fresh levies, duties, taxes, cesses
etc by the State/Central Government, the same shall be borne by the successful
bidder (s) /Contractor (s).
9.
MINIMUM CONSIDERATION:
i.
The successful bidder (s)/contractor (s) shall pay to the Corporation every month
for the quantity of blocks produced and despatched at the rates agreed or
minimum monthly assured consideration whichever is higher.
5
ii.
Minimum consideration is payable on the basis of the value of minimum
production assured per each year. For example if minimum assured production is
360 CBM per annum and rate agreed to is Rs.8,000 per CBM, the minimum
consideration payable would be Rs.2,61,819/-per month (360X Rs.8,000 ÷11) in
1st year (gestation period of one month is to be excluded) and Rs.2,66,000 per
month from 2nd year onwards (380 × 8,400 ÷12) and Rs.2,94,000/- per month
from 3rd year (400 x 8,820 ÷12). Hence bidders are required to quote the
production for the 1st year considering 11 months period and 12 months period for
the balance 2 years period.
v.
The bids shall contain a work sheet as to how the minimum consideration is
worked out in the bid. In the event of any error in working out the minimum
consideration by the bidder (s), the Corporation shall rectify the same while
evaluating the tenders and the same shall be binding on the bidder for all intents
and purposes.
vi.
Calculation of production and payment of minimum consideration will be
calendar month basis.
10.
BID EVALUATION:
i.
The bid evaluation criteria as adopted by the Corporation deemed fit is final and
binding on the bidders.
ii.
Tenders will be evaluated based on the value of the tender for 3 years period.
iii.
Incase of Choutapalli the evaluation is based on the value of the Granite quarry
for 3 years and blocks from waste dumps value for 1 year.
11.
RIGHT TO NEGOTIATE:
The Corporation reserves the right to reject any or all tenders without assigning
any reason what-so-ever and to negotiate with eligible bidders regarding price,
terms and conditions and the methodology of negotiations as decided by the
Corporation as appropriate will be final and binding on such bidders.
The
decision of the Corporation shall be final.
12.
UNSOLICITED MODIFICATION(s) TO THE TENDER:
In case any clarification (s) is sought by the Corporation after opening of the bids,
the reply by the bidder should be restricted only to such clarification and any
modification including the one which has effect on price or value of the offer
6
without specific reference by the Corporation shall render the bid rejected without
notice and further reference to the bidder.
No bidder shall submit revised bid
after bids are opened unless otherwise the Corporation requests for such revised
bids. Submission of unsolicited revised offers shall result in forfeiture of EMD.
7
ANNEXURE-II
INSTRUCTIONS TO THE BIDDERS
1.
PREPARATION OF BID:
i.
Tenders written in pencil will not be valid. Erasings and overwritten shall be
avoided. If any corrections are to be made, the part to be corrected shall be neatly
written duly attesting the correction.
ii.
In the event of the space being insufficient for the required purpose, additional
pages may be added.
Each such additional page must be duly signed and
numbered consequatively showing the tender number. In such cases, reference to
the additional page must be made in the tender form.
iii.
The bid forms referred if not returned or if returned but not duly filled in will be
liable for rejection of the tender.
iv.
The tender can only be submitted in the name of the tenderer in whose name the
tender document/tender schedule was issued by the Corporation. The tender must
be complete and free from ambiguity.
The tender or accompanying
documentation shall be in English or Telugu language. Bidders should indicate at
the time of quoting against this tender their full postal/telegraphic/telex/fax
addresses. Bidders shall sign their proposal with the exact name of the firm to
whom contract is to be issued.
The tender shall be duly signed by an authorised person/an Officer of the bidder’s
organisation with the firm’s seal. Bidder shall clearly indicate their legal constitution and
the person signing the tender shall state his capacity and also the authority of his ability to
bind the bidder. The power of attorney or authorisation or any other document consisting
adequate proof of the authority of the signatory to bind the tenderer, shall be annexed to
the tender. The Corporation may reject outright any Bid unsupported by the adequate
proof of the signatory’s authority. The decision of the Corporation in this connection is
final and binding on the bidder.
2.
COST OF SUBMISSION OF BID:
8
The Bidder shall bear all costs of preparation and submission of Bid. Corporation
in no case be responsible or liable for such costs of the Bidder, regardless of the
conduct or outcome of the process of evaluation of Bids.
3.
SUBMISSION OF BIDS:
1.
Bidders shall submit their bid in three covers duly sealed as below:
a)
Cover I. The first envelope superscribed as “Submission of EMD against
TENDER NO: M&S-74/BG-RCSC/VRP/11 and TENDER NO: M&S-75/BGRCSC/CHTP/11 due on 18.02.2011 shall contain:
1.
2.
b)
Cover II: The second envelope superscribed as "Commercial Bid against
TENDER NO: M&S-74/BG-RCSC/VRP/11 and TENDER NO: M&S-75/BGRCSC/CHTP/11 due on 18.02.2011. "shall contain.
1.
2.
3.
ii.
Appendices 1 and 2 as enclosed to tender schedule duly filled in and signed.
Demand Draft /Bankers cheque/Pay Order towards EMD as per Appendix-II
Letter of offer vide Appendix-3
Price bid as per Appendix-4 to 6 (as case may be)
General information about the bidder vide Appendix-7
All the two covers as above addressed to The Vice Chairman & Managing
Director of the Corporation shall be kept in an outer cover with superscription
“TENDER NO: M&S-74/BG-RCSC/VRP/11 and TENDER NO: M&S-75/BGRCSC/CHTP/11 due 18.02.2011." and should bear the address of the bidder.
iii.
If the outer cover is not sealed and marked as above, the Corporation will assume
no responsibility for the misplacement or premature opening of the tender
submitted. A tender opened prematurely for this cause will be rejected by the
Corporation and returned to the Bidder under certificate of posting.
iv.
The right to reject any Bid if failed to comply with the above instructions or
otherwise is reserved. Only one tender should be inserted in one cover.
v.
The tender must reach the registered Office of the Corporation at Hyderabad not
later than 14.00 hours on 18.02.2011 Tender sent by hand delivery should be put
in a tender box at the registered office at Hyderabad not later than 14.00 hours on
18.02.2011 Tenders if sent by post must be sent under registered post well in
advance so as to reach the concerned by the scheduled time.
9
vi.
Telex/telegraphic/Fax/e-mail offers whether received directly by the Corporation
or submitted by local agents shall not be considered.
4.
LATE BIDS:
i.
Tenders received after due date and time of closing will be outrightly rejected.
Corporation will not be responsible for the loss of tender or for transit delays.
Bidders are advised in their own interest to ensure that their tenders reach this
Office well before the closing date and time of the tender.
ii.
The Corporation at its descretion may extend the dead line for submission of bids
by issuing an amendment in which case all rights and obligations of the
Corporation and Bidders previously subject to the original dead line shall
thereafter be subject to new deadline as extended.
5.
AMENDMENT OF BID DOCUMENTS:
i.
At any time prior to the deadline or such extended period for submission of Bids
the Corporation may, for any reason what-so-ever, modify the Bid Documents by
an amendment.
ii.
Any amendment proposed by the Corporation will be notified in writing by
Fax/Regd.letter/courier to all Bidders who have purchased the Bid documents and
such amendments shall be binding on them in the same manner as the other
requirements contained in these bid documents.
6.
WITHDRAWAL OF BIDS:
No Bid shall be withdrawn in the interval between submission of Bids and expiry
period of validity as per the letter of offer at Appendix-3. Withdrawal of Bid
during the interval shall result in forfeiture of EMD.
7.
VAGUE AND INDEFINITE EXPRESSION:
Tenders qualified by vague and indefinite expression such as ‘Subject to
Immediate Acceptance’ etc. will not be considered.
8.
PERIOD OF VALIDITY OF BIDS:
i.
The tender shall be kept open upto 17.00 hours on 30.04.2011.
10
ii.
In exceptional circumstances, the Corporation may request the Bidder to extend
the period of validity. Such request and response thereto shall be made in writing
by Fax/Regd. letter/courier. The Bidder may refuse the request. It is clarified that
this will not entail Corporation to forfeit the EMD.
iii.
The bidder will undertake not to vary/modify the tender during the validity period
or any extension thereof.
iv.
Any violation of 8 (i) and 8 (iii) above may entail invoking clause 12.iv below.
9.
OPENING OF THE TENDERS:
i.
The Corporation shall open the bids on the date and time specified at clause 3 of
Annexure I. of these bid documents in presence of the Bidder/authorised
representative of the Bidder who may like to be present.
Only bidder or
authorised representative of the Bidder will be allowed.
ii.
In case of unscheduled holiday on the closing/opening day of the tender the next
working day will be treated as scheduled day of closing/opening of the tender, the
time notified remaining the same.
iii.
Initially the Corporation shall open cover I containing EMD. After ensuring that
the bid was provided with valid EMD, Cover II containing the letter of Offer and
Price Bid shall be opened. In respect of bidders who have not submitted EMD,
their price bids (cover II) shall not be opened.
10.
APMDCs RIGHT TO ACCEPT/REJECT BIDS:
The Corporation reserves the right to accept or reject any Bid and to annul the
entire Bid process and reject all Bids at any time prior to award of tender without
thereby incurring any liability to the affected Bidders or any obligation to inform
the affected bidders of the grounds for the Corporation's action.
11.
ACCEPTANCE OF OFFERS:
a)
Acceptance
by the
Corporation
will
be
communicated
by telegram/
Fax/Registered letter. Courier the communication of acceptance will constitute the
formation of the contract.
11
The successful bidder (s) shall sign a contract (s) with the Corporation within 10 days
from the date of acceptance of his tender paying the balance performance Security
Deposit as per clause 13 and also advance Dead Rent as per clause 14 of this Annexure.
12.
EARNEST MONEY DEPOSIT (EMD):
The tenderers are required to pay EMD amount in respect of the following
tenderers by a crossed DD / Pay order/ Banker’s Cheque in favour of the A P
Mineral Development Corporation Limited on any scheduled bank payable at
Hyderabad.
Sl
No
1
Name of the tender
TENDER NO: M&S-74/BG-RCSC/VRP/11:
EMD
Rs
8,00,000
2.i
TENDER NO: M&S-75/BG-RCSC/CHTP/11:
3,00,000
Cheques or Bank guarantees in lieu of DD/Pay Order/Banker’s Cheque and also
i.
requests for adjustment against credit balances with the Corporation, if any,
towards EMD shall not be accepted. Exemption from payment of EMD shall not
be considered under any category. The EMD amount shall not bear any interest.
ii.
The offers without EMD will be rejected.
iii.
The EMD of the unsuccessful bidders will be returned within 30 days after the
date of finalisation of the tender by a crossed cheque.
In case of the
successful bidder(s) the same shall be converted as Performance Security
Deposit (PSD).
iv.
The EMD shall be forfeited by the Corporation in the following events.
a.
b.
c.
d.
i.
If the tender is withdrawn during the validity period of the bid and any
extension thereof as agreed to by the bidder.
If the tender is varied or modified during the validity period and any
extension thereof as agreed to by the bidder.
If a bidder whose tender has been accepted but failing to sign the
contract and submit performance security deposit as per clause-13,
Annexure II of this tender document.
If a bidder submits unsolicited revised offer after opening of the bid(s).
PERFORMANCE SECURITY DEPOSIT (PSD):
i.a.
The successful bidder(s) shall pay Performance Security Deposit (PSD) as below:
Sl
No
Name of the tender
12
PSD
Rs
b.i.
1
TENDER NO: M&S-74/BG-RCSC/VRP/11:
2
TENDER NO: M&S-75/BG-RCSC/CHTP/11:
16,50,000
6,00,000
The EMD amount will be adjusted against the Performance Security Deposit. The
balance Performance Security Deposit amount shall be paid by the successful
bidder(s) in way of crossed Demand Draft at the time of signing the contract.
The performance Security Deposit shall not bear any interest.
The Performance
Security Deposit amount as above will be returned to the successful bidder by the
Corporation within 7 months from the date of expiry of the contract, on
production of “No dues certificate” issued by the authorised representative of the
Corporation and an unconditional "No claim certificate" by the successful
tenderer/contractor.
ii.
The Corporation reserves the right to forfeit PSD or adjust the amounts
recoverable as against Performance Security Deposit (including invocation of
Performance Bank Guarantee) in accordance with Failure and Termination. The
decision of the Corporation is final and binding on the bidder/ Contractor.
iii.
The Corporation also reserves the right to adjust any sum of money due and
payable by the contractor to the Corporation against Performance Security
Deposit in case the Corporation is unable to recover the due amounts from the
contractor.
14.
PAYMENT OF ADVANCE DEAD RENT:
In addition to Performance Security Deposit, the successful bidder required to pay
Dead Rent for the 1st year period of the contract at actuals by a crossed Demand
draft in favour of the A.P. Mineral Development Corporation Ltd, at the time of
signing the contract. The amounts payable at the existing rates is as below:
Sl
No
1
2
15.
Name of the quarry
Venkataramapuram
Choutapally
Dead rent per annum
(Rs)
5,44,500
1,89,200
UNSOLICITED MODIFICATION (S) TO THE TENDER:
In case any clarification (s) is sought by the Corporation after opening of the bids,
the reply by the bidder should be restricted only to such clarification and any
modification including the one which has effect on price or value of the offer
13
without specific reference by the Corporation shall render the bid rejected without
notice and further reference to the bidder. No bidder shall submit revised bid
after bids are opened unless otherwise the Corporation requests for such revised
bids. Submission of unsolicited revised offers shall result in forfeiture of EMD.
16.
TRANSFER OF TENDER DOCUMENT:
The tender documents are non-transferable.
17.
CORRESPONDENCE:
All correspondence should bear reference of the tender number, the postal address
and Fax address mentioned at page-1 (top).
18.
CLARIFICATION IN RESPECT OF INCOMPLETE OFFERS:
The Corporation has to finalise the tender within a limited time schedule.
Therefore, it may not be feasible in all cases for the Corporation to seek
clarifications in respect of incomplete offers. Prospective bidders are advised to
ensure that their bids are complete in all respects and conforms to tender terms
and conditions. Bids not complying with the Corporation's requirements may be
rejected without seeking any clarifications.
19.
INCOME TAX LIABILITY:
The Bidder shall have to bear all Income Tax liability both for Corporate and
Personal Tax.
20.
INSURANCE:
Insurance cover for the men and machinery employed by the bidder and for
material losses, damages and shortages should be borne by the bidder only.
21.
TENDER FEE:
Bids without payment of tender fee shall not be considered.
14
22.
REFUND OF TENDER FEE:
In the event tender is cancelled, the tender fee will be refunded to the concerned
bidder.
23.
TERMS AND CONDITIONS:
The contract against this tender will be covered by Annexure I to VI and
Appendices 1 to 7.
24.
Pre-Bid meeting shall be held at APMDC’s Head Office, Hyderabad on
10.02.2011 at 11.30 AM. The bidders may visit to the quarries on any day by
contacting Project office, Khammam branch.
15
ANNEXURE-III
TENDER NO: M&S-74/BG-RCSC/VRP/11
VENKATARAMAPURAM QUARRY IN NALGONDA DISTRICT (A.P)
Sl
No
1
Area village
Venkataramapuram
Note: 1.
Mandal
Sy. No
kodad
1083
Colour
Black
Extent
(in hect)
9.90
The quarry can be inspected by contacting the Project Officer, AP Mineral
Development Corporation Ltd, H.No.7-3-13, Dwaraka Nagar, Gattaiah
Centre, - 507 002 (Ph.No. 958742-224210) Cell No. 94900 72390.
2. Mobilization period allowed is one month.
3. The successful bidder also requires to submit mining plan as per rule 15 pf
GCDR 1999 and also within two years from the date of execution of
agreement.
16
ANNEXURE-IV
TENDER NO: M&S-75/BG-RCSC/CHTP/11
GRANITE QUARRY IN CHOWTAPALLY (v) IN WARANGAL DISTRICT
Sl
No
1
Area village
Choutapalli
Mandal
Sy. No
Colour
Extent
(in hect)
Parvathagiri
709
Jet Black
3.44
Note:
1.
The above quarry can be inspected by contacting our Project Officer - AP Mineral
Development Corporation Ltd, H.No.7-3-13, Dwaraka Nagar Gattaiah Centre, 507 002 (Ph.No. 958742-224210) Cell No. 94900 72390
2.
Mobilisation period allowed to move men and machinery is three month.
3.
The successful bidder also requires to submit mining plan as per rule 15 pf GCDR
1999 and also within two years from the date of execution of agreement.
17
ANNEXURE-V
GENERAL TERMS AND CONDITIONS
I.
ALLOTMENT OF QUARRY(S) FOR WORKING ON RAISING-CUMSALE CONTRACT BASIS:
(Tender No. M&S-74/BG-RCSC/VRP/11 and Tender No.M&S-75/BG-RCSC
/CHTP/11) DUE ON 18.02.2011.
II.
Location of the work:
i.
Details of the areas intended for working on Raising-cum-sale contract basis are
at Annexure - III and Annexure - IV.
ii.
The tenderers are required to abide by all the conditions that are stipulated by the
Government in grant of the QL.
iii.
Details regarding accessibility, infrastructure facilities mine condition and
working conditions etc. are to be verified by the tenderers by themselves before
submitting the offer. The Corporation is in no way responsible in this connection.
2.
PERIOD OF THE CONTRACT:
The contract will be for a period of three (3) years.
3.
PERFORMANCE SECURITY DEPOSIT:
The Performance Security Deposit amount shall be payable as per clause 13 of
Annexure -II at the time of signing the contract.
8.
RATES:
i.a
Venkataramapuram Quarry: The rates quoted in Indian Rupees per CBM shall
be not less than Rs.8,000/- per CBM loose, on Ex-Quarry basis at Appendix-4.
The rates quoted shall be exclusive of statutory levies like seigniorage fee, Cess,
and Sales Tax etc.
b.
Choutapalli Quarry: The rates quoted in Indian Rupees the bidder shall quote
not less than Rs.4,000 per CBM, on Ex-Quarry basis at Appendix-5. The rates
quoted shall be exclusive of statutory levies like seigniorage fee, Cess, and Sales
Tax etc.
c.
The rates however shall be increased by 5% every year over the previous year,
after the 1st year. Those rates are applicable for gross volume, calculated on the
gross measurements.
c
Waste dumps at Choutapalli: The tenderer shall not quote less than Rs.100/- per
block.
18
iii.
In the event of imposition of additional and or fresh levies, duties, taxes, cesses
etc by the State/Central Government, the same shall be borne by the successful
bidder (s) /Contractor (s).
9.
MINIMUM CONSIDERATION:
i.
The successful bidder (s)/contractor (s) shall pay to the Corporation every month
for the quantity of blocks produced and despatched at the rates agreed or
minimum monthly assured consideration whichever is higher.
v.
The bids shall contain a work sheet as to how the minimum consideration is
worked out in the bid. In the event of any error in working out the minimum
consideration by the bidder (s), the Corporation shall rectify the same while
evaluating the tenders and the same shall be binding on the bidder for all intents
and purposes.
vi.
Calculation of production and payment of minimum consideration will be
calendar month basis.
19
APPENDIX - I
PROFORMA FOR BIDDERS TO ACKNOWLEDGE THE BID DOCUMENT
Date:
To
The Vice Chairman & Managing Director,
A P Mineral development corporation Ltd,
8-3-945, 2nd floor, Pancom Business Centre,
Ameerpet, Hyderabad – 500 073.
Dear Sir,
We hereby acknowledge receipt of complete set of bid documents pertaining to the
tenders
No.
M&S-74/BG-RCSC/VRP/11
and
TENDER
NO:
M&S-75/BG-
RCSC/CHTP/11, due on 18.02.2011.
We have noted the closing date for receipt of tender by you that is ………………. at
14.00 hours (IST) and opening at 15.00 hours on the same day.
Our address for further correspondence on this tender will be as under.
……………………………………………….
………………………………………………..
……………………………………………….
……………………………………………….
Yours faithfully,
Telephone No.
Fax No.
Personal attention of (if required)
20
APPENDIX – 2
(To be submitted in cover I)
PROFORMA TO SUBMIT EMD
The Vice Chairman & Mg. Director
A P Mineral development corporation Ltd,
8-3-945, 2nd floor, Pancom Business Centre,
Ameerpet, Hyderabad – 500 073.
Sir,
Sub: Submission of EMD under Tender No.M&S-74/BG-RCSC/VRP/11 and
TENDER NO: M&S-75/BG-RCSC/CHTP/11 due on 18.02.2011.
We are herewith submitting EMD as per the details given below:
1. DD No :
-----------------------
2. Date:
-----------------------
3. Amount Rs.-----------------4. Name of the bank:---------------
Thanking you,
Yours faithfully,
Date:
(Signature of Bidder with seal)
21
APPENDIX – 3
TENDER NO.
From
…………………………………………….
Dt.
……………………………………………..
……………………………………………….
……………………………………………….
……………………………………………….
To
The Vice Chairman & Managing Director,
AP Mineral Development Corporation Ltd.,
8-3-945, II Floor,
Pancom Business Centre,
Ameerpet, Hyderabad – 500 073.
Dear Sir,
I/We hereby submit our offer for working of Venkataramapuram and Choutapalli Granite
Quarry on RCSC basis and also working in waste dumps at Chourapalli quarry as
detailed in the tender schedule hereto and agree to hold this offer valid upto 5 PM on
30.04.2011
I/We have carefully followed the tender documents and understood the instructions and
terms and conditions contained in all the Annexures and I/We have made such
investigation of the work required to be taken up as to enable me/us to thoroughly
understand the intention of the same and requirements/covenants, installations and
restrictions contained in the tender.
The following pages have been added to and form part of this tender------------------------------------------------Yours faithfully
Signature of the
(Signature of the Bidder with seal)
Witness:
Address:
Address:
22
APPENDIX –4
(To be submitted in cover II)
FORM TO QUOTE FOR WORKING OF BLACK GRANITE QUARRY OVER
AN EXTENT OF 9.90 HECTS IN VENKATARAMAPURAM (V), KODAD (M),
OF NALGONDA (DIST) ON RAISING-CUM- SALE CONTRACT BASIS UNDER
TENDER NO. M&S-74/BG-RCSC/VRP/11 DUE ON 18.02.2011.
Sl
No
1
As per tender
2
A
Minimum production
First Year (excluding gestation period for 11
months ) the tenderer shall not quote less than
360 CBM per
Second Year the tenderer shall not quote less
than 380 CBM per
Third Year the tenderer shall not quote less
than 400 CBM per
Rate per CBM: The rates quoted in Indian
Rupees per CBM shall be not less than
Rs.8,000/- per CBM as per tender terms and
conditions exclusive of statutory levies, like
Seigniorage fee, Cess and AP VAT (Sales Tax)
etc
Minimum consideration assured as per the
tender terms and conditions per month.
B
C
3.
4
Require to quote
Name of the tenderer with full address, Fax and
telephone number
Per annum CBM
……………….
……………….
……………….
Rs…………..per CBM
(Rupees…………….........
Per CBM only)
Rupees. per month
e.
First year
Rs……………….
f.
Second year
Rs………………..
g.
Third year
Rs…………….
5
Details of the equipment and machinery you
would deploy.
6
Purpose
a. For Export
b. For Domestic sale
(SIGNATURE OF THE TENDERER WITH SEAL)
Date
23
APPENDIX –5
(To be submitted in cover II)
FORM TO QUOTE FOR WORKING OF BLACK GRANITE QUARRY OVER
AN EXTENT OF 3.44 HECTS IN CHOWTAPALLY (V), PARVATHAGIRI (M),
OF WARANGAL (DIST) ON RAISING-CUM- SALE CONTRACT BASIS
UNDER TENDER NO. M&S-75/BG-RCSC/CHTP/11 DUE ON 18.02.2011.
Sl
No
1
As per tender
2
A
Minimum production
First Year (excluding gestation period for 11
months ) the tenderer shall not quote less than
180 CBM per
Second Year the tenderer shall not quote less
than 190 CBM per
Third Year the tenderer shall not quote less
than 200 CBM per
Rate per CBM: The rates quoted in Indian
Rupees per CBM shall be not less than
Rs.4,000/- per CBM as per tender terms and
conditions exclusive of statutory levies, like
Seigniorage fee, Cess and AP VAT (Sales Tax)
etc
Minimum consideration assured as per the
tender terms and conditions per month.
B
C
3.
4
Require to quote
Name of the tenderer with full address, Fax and
telephone number
Per annum CBM
……………….
………………
………………
Rs…………..per CBM
(Rupees…………….........
Per CBM only)
Rupees. per month
a.
First year
Rs……………….
b.
Second year
Rs………………..
c.
Third year
Rs…………….
5
Details of the equipment and machinery you
would deploy.
6
Purpose
c. For Export
d. For Domestic sale
(SIGNATURE OF THE TENDERER WITH SEAL)
24
Date
N0 ………………………………
APPENDIX – 6
FORM TO QUOTE FOR WORKING OF SALVAGING 2’ X 1’ X 1 TILE SIZE
ROUGH BLACK GRANITE BLOCKS FROM THE WASTE DUMPS
AVAILABLE AT CHOUTAPALLI (V) PARVATHAGIRI (M) OF WARANGAL
DIST. FOR A PERIOD OF 1 YEAR.
Sl
No
1
As per tender
2
A
Minimum production
First Year: The tenderer shall not quote less
than 50 Nos of blocks per month.
Rate for tile size block: The rates quoted in
Indian Rupees per block shall be not less than
Rs.100/- per block as per tender terms and
conditions exclusive of statutory levies, like
Seigniorage fee, Cess and AP VAT (Sales Tax)
etc
Minimum consideration assured as per the
tender terms and conditions per month.
3.
4
Require to quote
Name of the tenderer with full address, Fax and
telephone number
a.
First year
Per annum CBM
……………….
Rs…………..per CBM
(Rupees…………….........
Per CBM only)
Rupees. per month
Rs……………….
(SIGNATURE OF THE TENDERER WITH SEAL)
Date
25
Appendix:7
General information about the tenderers
1
Name and full postal address of the party
with telephone/fax Nos.
2.
Constitution of the Company private/
public limited company / partnership/
proprietorship with names of proprietor,
Directors.
3.
Authorised and paid up capital of the
company as on 31.03.2010.
4.
Total turnover and net profit during the
last 3 years (Rs. in lakhs)
5.
2007-2008
2008-2009
2009-2010
The name and designation of the person
who could be contacted for any details/
clarification.
6.
Bankers reference if any
Name and address of the Banker and
telephone number.
7.
IF exporter
i.
ii.
8.
IF recognised Export/Trading House.
i.
ii.
9.
RBI code No.
Export/Import code No.
Certificate No and date.
Validity period.
Whether Income tax assessee, if so
Permanent Account No and I T clearance
certificate to be enclosed.
10. Business activities
11
i)
Manufacturing
(ii)
Mining/Quarrying
(iii) Trading
(iv)
Export
Details of previous experience in granite
26
Turnover
(Rs. lakhs)
Net Profit
(Rs. lakhs)
quarrying
i.
Please specify the number of years of
experience whether in own quarries or on
contract basis
ii
Quantity of Granite produced
specify the type of granite).
iii
Quantity raised and sold
iv
Details of quarries/quarry Leases owned
by the tenderer or operated by the tenderer
on behalf of others for granite.
Details of technical persons available
under your control for operating the
mines.
v
(also
2007-2008
2008-2009
2009-2010
Year
Type Quantity(CBM)
2007-2008
2008-2009
2009-2010
Year
Type Quantity(CBM)
2007-2008
2008-2009
2009-2010
12
Details of mining machinery owned
(Excavator, Crane, Compressor etc)
13. Details about experience in granite
marketing
i.
No. of years experience
ii.
Type of granite exported
iii.
Countries to which exported
iv.
supply to factories
v.
Volume of granite business per
annum
a. Export
b. Domestic
14
Details of orders if any on hand for Black
Granite (Documentary proof may also be
enclosed)
We do hereby declare that the particulars furnished above are correct and further we are
willing to furnish any other detail as may be required by APMDC. We also declare that
we will abide by the terms and conditions of the tender.
Name and designation
Signature with office seal
Of the authorised signatory
27
APPENDIX: 8
(To be submitted at the time
of opening of the tender)
NO. …………………………………………………………………………..
The Vice Chairman & Managing Director,
AP Mineral Development Corporation Ltd.,
8-3-945, II Floor,
Pancom Business Centre,
Ameerpet, Hyderabad – 500 073.
date:
Sub: Tender No. M&S-74/BG-RCSC/VRP/11 and TENDER NO: M&S-75/BGRCSC/CHTP/11 due on 18.02.2011.
Sir,
Shri-------------------------------------has been authorized to be present at the time of
opening of the above tender due at 15.00 hrs (IST) on ………………at the Registered
Office of the Corporation on my/our behalf.
Yours faithfully,
(Signature of the Tenderer with seal)
Copy to: Shri------------------------------------------------------for information and production
before the tender opening officers at the time of opening of the tenders.
28
ii.
Venkataramapuram: The Raising cum sale consideration quoted by the
tenderer shall not be less than Rs.8,000/- per CBM.
iii.
Choutapalli: The tenderer shall quote the Raising-Cum-Sale consideration not
less than Rs.4,000/- per CBM.
iv.
Waste dumps at Choutapalli: The minimum consideration for the blocks
produced and despatched from the waste dumps at Choutapalli the tenderer shall
not quote less than Rs.100/- per block.
29
Download