64
Page | 30 NIT No:_____________________ Date: __________ THE ODISHA MINING CORPORATION LIMITED (OMC) (A GOVERNMENT OF ODISHA UNDERTAKING) RFP for Procurement of services for Drone Surveying and Mapping for Mines, and Quarries The Odisha Mining Corporation Limited (OMC) Gopabandhu Marg, Unit-4, Keshari Nagar Bhubaneswar, 751001, Odisha Tel: 91-6742377475, 2377430 https://omcltd.in/

THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 30

NIT No:_____________________ Date: __________

THE ODISHA MINING CORPORATION LIMITED (OMC)

(A GOVERNMENT OF ODISHA UNDERTAKING)

RFP for

Procurement of services for Drone Surveying and Mapping for Mines, and Quarries

The Odisha Mining Corporation Limited (OMC) Gopabandhu Marg, Unit-4,

Keshari Nagar Bhubaneswar, 751001, Odisha

Tel: (91-674)2377475, 2377430

https://omcltd.in/

Page 2: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 1

NIT No:_____________________ Date: __________

1. PROCUREMENT NOTICE

1 Name of the work Request for Proposal for “Procurement of services for Drone Surveying and Mapping of Mines and Quarries”ofdifferent mines of OMC

2 Mode of submission of Bids E-Tender

3 RFP Availability RFPshallbeavailablein https://omcltd.in/Tenders-Notice-Advt/Tender and also in https://tendersodisha.gov.in/nicgep/app

4 Type of tender OpenTender

5 Tender Fee & Earnest Money Deposit (EMD)(In INR)

TenderFee and EMD: To be decided later (Both tender fee and EMD amount are payable online as available in www.tendersodisha.gov.in)

6 ContractPeriod 6 months, extendable upto another 6 months on renewable basis upon satisfactory performance and at the sole discretion of OMC

7 DateofPublicationofTenderonWebsite https://omcltd.in/Tenders-Notice-Advt/Tender

24-01-2020

8 Lastdateofsubmissionofpre-bidqueries 07-02-2020 9 Dateand Time ofPre-Bidmeeting 14-02-2020atOMC,Bhubaneswar-751001,

at 11:00 AM

10 UploadingoffinalRFPdocumentinOMCwebsite 19-02-2020 https://tendersodisha.gov.in/nicgep/app and https://omcltd.in/Tenders-Notice-Advt/Tender

11 LastDate/Timeforon l i n e submissionofbids in portal

06-03-2020till5:00PM

12 Date&timeofBidOpening 07-03-2020at4:00PM

Page 3: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 2

NIT No:_____________________ Date: __________

All other details can be seen from the tender document available at Govt. web site

www.tendersodisha.gov.in& in OMC website i.e. www.omcltd.in.

OMC reserves the right to reject this tender without assigning any reason therefor.

Sd/- General Manager (Mat)

Odisha Mining Corporation Ltd.Bhubaneswar

The Odisha Mining Corporation Ltd. (A Gold Category State PSU)

Registered Office: OMC House, Bhubaneswar – 751001, India Tel: 0674-2377400/2377401, Fax: 0674-2396889, 2391629, www.omcltd.in

CIN: U13100OR1956SGC000313

Page 4: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 3

NIT No:_____________________ Date: __________

2. NOTICE INVITING TENDER

1. The Odisha Mining Corporation Ltd. invites tender for “Procurement of services for

Drone Surveying & Mapping, Quarries & Aggregate services for OMC” at Bhubaneshwar

for OMC through e-tendering through e-procurement portal of Govt. of Odisha.

2. Bid document consisting of technical specifications, schedule of quantities (PRICE BID),

terms and conditions of DTCN and other necessary documents together with procedure

for on-line bidding can be seen in the website: www.tendersodisha.gov.in and OMC

website www.omcltd.in

3. The Bid document will be available in the website: www.tendersodisha.gov.infrom 19.02.2020 to 06.03.2020 up to 5.00 PM for online bidding

4. The bidder must possess compatible & valid Digital Signature Certificate (DSC) of Class-

II or Class-III.

5. Bids shall be received “on line” only up to 5.00 P.M on 06.03.2020

6. Tender fees and EMD to be decided post Pre-Bid Meeting

Procedure of bid submission using electronic payment of EMD by bidder.

i. The bidders have to logon to the Odisha e-procurement portal (tendersodisha.gov.in)

using his/her digital signature certificate and then search and then select the required

active tender from ‘Search Active Tender” option. Now, submit button can be clicked

against the selected tender so that it comes to the “My Tenders” section.

ii. The bidders have to upload the required prequalification/ Technical/Financial bid, as

mentioned in the bidding document.

iii. Then the bidders have to select and submit the Bank name as available in the payment

options.

iv. A bidder shall make electronic payment using his/her internet banking enabled account with designated Banks or their aggregator Banks.

v. A bidder having account in other Banks can make payment using NEFT/RTGS facility of

designated Banks.

vi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder

holds his account, by adding the account number as mentioned in the challan as an

inter-bank beneficiary.

vii. Only after receipt of intimation at the e-procurement portal regarding successful

transaction by bidder, the system will activate the ‘Freeze Bid Submission’ button to

conclude the bid submission process.

Page 5: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 4

NIT No:_____________________ Date: __________

viii. System will generate an acknowledgement receipt for successful bid submission. The

bidder should make a note ‘Bid ID’ generated in the acknowledgement receipt for

tracking their bid status. a. Only those bidders who successfully remit their tender fee and Earnest Money

Deposit (EMD) for submission of bids would be eligible to participate on the

tender/bid process. The bidders with pending or failure payment status shall not

be able to submit their bid. Tender Inviting Authority, State Procurement Cell,

NIC, and the designated Banks shall not be held responsible for such pendency

or failure.

b. Designated Bank’s (SBI/ICICI/HDFC Bank) payment gateways are being

integrated with e-Procurement Portal of Government of Odisha (www.tendersodisha.gov.in)

7. Bids received on line shall be opened on dt. 07.03.2020 at 11:00 A.M in the Office of GM

(Mat), OMC, Bhubaneswar. Bidders who have participated in the bid can witness the

opening of bids after logging on to the site through their DSC. If the stipulated date of

opening of bids (techno-commercial) is declared as Government holiday, the bids will be

opened on the next working day.

8. The authority reserves the right to cancel any or all bids without assigning any reasons

thereof.

9. Addendum/ Corrigendum, if any, will be hosted in the website only.

Sd/- General Manager (Mat)

Odisha Mining Corporation Ltd.Bhubaneswar

Page 6: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 5

NIT No:_____________________ Date: __________

3. DISCLAIMER

This Request for Proposal (RFP) is issued by The Odisha MiningCorporation Ltd.(OMC). Whilst

the information in this RFP has been prepared in good faith, it is not and does not purport to be

comprehensive or to have been independently verified. Neither OMC nor any of its officers or

employees, nor any of their advisors accept any liability or responsibility for the accuracy,

reasonableness or completeness of, or for any errors, omissions or misstatements, negligent or

otherwise, relating to the proposed requirement, or makes any representation or warranty,

express or implied, with respect to the information contained in this RFP or on which this RFP is

based or with respect to any written or oral information made or to be made available to any of the recipients or their professional advisors and, so far as permitted by law and except in the

case of fraudulent misrepresentation by the party concerned, and liability therefore is hereby

expressly disclaimed. Neither the Authority nor their employees will have any liability in case of

non-receipt of any correspondence from them to the applicants due to the postal delays. The

applicable laws for the purpose are the laws of India. Courts of Bhubaneswar will have

jurisdiction concerning or arising out of this document.

The information contained in this RFP is selective and is subject to updating, expansion,

revision and amendment at the sole discretion of OMC. It does not, and does not purport to,

contain all the information that a recipient may require for the purposes for arriving at a decision

for participation in this process. Neither OMC nor any of its officers, employees nor any of its

advisors nor consultants undertakes to provide any Party with access to any additional

information or to update the information in this RFP or to correct any inaccuracies therein which may become apparent.

This RFP includes certain statements, projections, targets and forecasts with respect to the

requirement. Such statements, projections, targets and forecasts reflect various assumptions made by the management, officers and employees of OMC, which (the assumptions and the

base Information on which they are made) may or may not prove to be correct. No

representation or Warranty is given as to the reasonableness of forecasts or the assumptions

on which they may be based and nothing in this RFP is, or should be relied on as, a promise,

representation or warranty.

This RfP is not an offer by OMC, but an invitation to receive responses from eligible, interested

agencies. OMC shall be the sole and final authority with respect to qualifying a panel of

consultants through this RFP. The decision of OMC in qualifying a respondent shall be final and

Page 7: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 6

NIT No:_____________________ Date: __________

OMC reserves the right to reject any or all the bids without assigning any reason. OMC further

reserves the right to negotiate with the qualifying agencies to enhance the value through this

requirement and to create a more amicable environment for streamlining better execution.

Page 8: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 7

NIT No:_____________________ Date: __________

4. TERMS OF REFERENCE

4.1. Background OMC, a Government of Odisha undertaking, to achieve its business objectives effectively, needs to understand its business opportunities, potential risks (legal/ regulatory), technology and the numerous challenges associated with it.

OMC would like to have an end to end solution to survey, monitor and manage its various working and non-working mines, spread across the state of Odisha. The bidder (agency) after successful bidding shall conduct drone survey, process the data, generate volumetric & extent analysis reports, generate output in prescribed standard format and populate the drone data through a computerized interface. Through this activity, it is intended that the agencies shall also help OMC by deriving useful insights for the mining activity including planning and preparation. The drone survey shall be conducted on a periodic basis on the list of mines as mentioned in Annexure 7.

In the above pretext, it is proposed to seek the services of a renowned professional agency that will provide and assistOMC in Drone Surveying, and mapping of quarries and aggregates.

4.2. Scope of Work A. Pre-Requisites

The agency shall ensure that the necessary permissions and clearances for drone operations are obtained from respective authorities wherever applicable such as, including, but not restricted to the following:

i. Directorate General of Civil Aviation (DGCA) ii. Ministry of Defence (MoD) iii. Ministry of Home Affairs (MHA) iv. Air Traffic Control (ATC) v. Local Police and District Administration etc.

The above clearances, and permissions shall have to be mandatorily obtained prior to commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances received, to the designated nodal officer of OMC.

It shall be the responsibility of the agency to ensure that the drone operations do not take place without obtaining the relevant permissions from respective authorities.

The agency shall be responsible for engaging required manpower to complete the work within the specified period.

Prior to commencement of flight operation, the agency shall conduct necessary field visits for the study of the area for flight planning and establish Ground Control Points (GCPs), if required. (Agency shall establish GCPs depending on the requirement to meet the desired specifications of the deliverables)

Page 9: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 8

NIT No:_____________________ Date: __________

Agency shall ensure that accuracy of the Differential GCPs shall be less than 3 cm. The GCPs should be clearly visible on drone images.

B. Drone Operation for Data Acquisition

Agency shall deploy required number of drones at multiple mining sites i.e., either fixed wing or multi-rotor Drones with mini or micro weight class, as per DGCA’s latest regulations for data acquisition, few parameters of which are illustrated, (non-exhaustive) below

Certified Mine Surveyor Certificate from DGMS (with proof of employment) Drone Pilot Certificates/ Licenses DGCA Approved Survey grade Drone etc. Every flight should be recorded in the digital sky platform

Agency shall ensure that base station is established for each Drone flight.

Agency shall ensure that endurance of each Drone for data acquisition shall not be less than 30 minutes.

Applicants shall acquire the data with high resolution (20MP or above) RGB digital camera in-built RTK or PPK GPS in order to capture geo-tagged images.

While acquiring the data, the Agency shall ensure that it

i. Maintains a GSD of 2.5 cm or better with RGB digital camera and

Agency shall perform the data acquisition through normal flight, cross flight as well as perpendicular flight so that no object is missed while collecting the data, if required.

Agency shall ensure that the communication range of each Drone shall not be less than 3 km radius.

The recommended minimumoverlap shall be:

i. 75% frontal and 60% side overlap in general cases. ii. 85% frontal and 70% side overlap for forests, dense vegetation and fields. iii. 85% frontal overlap for single track corridor mapping. iv. 60% side overlap if the corridor is acquired using two flight lines.

C. Data Processing and Analysis

The Agency shall deploy required number of resources on project to process the data and generate required outputs within the shortest possible time, as the outputs are expected on real-time or near real-time.

The data processing and its analysis shall have to be carried out in a manner to maintain the confidentiality of the data. No data shall be shared to any third party without prior written approval from OMC.

The Agency shall ensure that all flight data be brought into a single block and it shall be in the desired correction range.

The Agency shall generate Digital Surface Model (DSM), Digital Terrain Model (DTM), Point Cloud, 3D model, Orth mosaic and Contours from those single blocks.

Page 10: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 9

NIT No:_____________________ Date: __________

The Agency shall follow the processing approach using Cut-fill method, Tri-angular Prism or similar approach using standard, proprietary or third-party processing tool.

The acquired drone images shall be adjusted together with a bundle adjustment process alongwith the image matching process and point cloud generation. The accuracy report of such adjustment shall be submitted with respect to the established ground control points.

For 2.5 cm GSD, smooth contours of 10 cm interval, DTM accuracy of 10 cm shall be generated. The accuracy of derived DTM shall be verified against the identified GCPs for its vertical accuracy.

The orthomosaic shall be generated after achieving the vertical accuracy of DTM and the image adjustment report. The orthomosaic shall be seamless and colour balanced with no artifacts.

(Nadir/near nadir images to generate orthomosaic are preferred)

Unwanted features like water, glass etc. shall be removed from Point cloud.

The boundaries of each mining sites shall be clearly visible on the processed data.

The Agency shall process the data and submit the deliverables as per the work plan mentioned in technical proposal.

The Agency shall generate the volumetric and extent analysis reports for each and every mining site (as listed in Annexure 7) in OMC and ensure that accuracy to be achieved is at 100%.

OMCmay engage separate Audit team to carry out the checks pertaining to accuracy/correctness/completeness of Applicant’s data/processed output such as point cloud, orthomosaic, DSM, DTM, contours and 3D model.

OMC may deploy a Government agency/private agency at its discretion to audit or counter-check the data furnished by the Agency. Such audits may happen on a bi-annual or annual basis and the Agency shall provide the required data and support to facilitate the same.

The Agency shall address the audit observation by rectifying its data and output as deemed necessary.

Page 11: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 10

NIT No:_____________________ Date: __________

General Guidelines

For most cases it is recommended to acquire the images with a regular grid pattern. The recommended overlap is at least 75% frontal overlap (with respect to the flight direction) and at least 60% side overlap (between flying tracks). The camera should be maintained as much possible at a constant height over the terrain / object to ensure the desired GSD.

The overlap and flight height have to be adapted depending on the terrain.

For forest, dense vegetation areas and flat terrains with agricultural fields it is recommended to increase the overlap to at least 85% frontal overlap and at least 70% side overlap and fly higher so that it is easier to detect similarities between overlapping images. Projects with thermal images require at least 90% frontal and side overlap.

For projects with multiple flights there should be overlap between the different flights and the conditions (sun direction, weather conditions, no new buildings, etc.) should be similar.

Maximum fly limit –120 m

Ground Control Points (GCP)

GCPs the following aspects need to be taken into consideration:

Number and distribution of GCPs GCP acquisition

Page 12: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 11

NIT No:_____________________ Date: __________

Number and distribution of GCPs

The GCPs should be placed homogeneously in the area of interest. Imagine the area as a large table and the GCPs as the legs that will support it. If all the "legs" are placed at the same location of the "table", then it will tilt. If the "legs" are homogeneously spread, then the "table" will be stable. Additionally, it is also recommended to place one GCP in the centre of the area in order to further increase the quality of the reconstruction.

A minimum number of 3 GCPs is required for them be taken into account in the reconstruction. Each one should be marked in at least 2 images.

A minimum number of 5 GCPs is recommended.

It is recommended to use at least 5 GCPs, each of which is identified in 5 images, as it minimizes the measurement inaccuracies and helps to detect mistakes that may occur when inserting the GCPs.

The GCPs should be placed evenly on the landscape to minimize the error in Scale and Orientation.

GCPs should not be placed exactly at the edges of the area, as they will only be visible in few images.

GCP accuracy

In order to define the accuracy with which the GCPs will be measured, the following factors may be taken into account:

Accuracy needed for the final results:

The accuracy of the GCPs should correspond to the final absolute accuracy the user needs. For example, for projects for which an accuracy of some meters is acceptable (e.g. fast assessment tasks), then the accuracy of the GCPs is NOT required to be of some centimetres. For projects for which the accuracy is very important (e.g. construction sites) then the GCPs should be measured with an accuracy of some centimetres in order to comply with the project requirements. In general, the accuracy of the GCPs should be slightly better than the expected accuracy of the final results.

Ground Sampling Distance of the images:

The GCPs should:

Be visible in the images. The GCP photogrammetric target should have about five to ten times the dimensions of the GSD.

Page 13: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 12

NIT No:_____________________ Date: __________

If the GCP is natural (a characteristic point in the area that is not signed by a photogrammetric target), then the GCP can be even more difficult to identify and mark.

GCPs defined from other sources

If no GCPs have been measured in the field, they can be extracted from other sources. The advantage of such GCPs is that they can be extracted at any time while being at the office. The disadvantage is that they give no control over the accuracy and that the coordinate system is the coordinate system of the GCP source.

GCPs can be extracted from 2 type of sources:

GCPs extracted from high accuracy sources:

GCPs can be extracted from sources such as existing maps and laser scanning outputs of the same area. If these sources are updated, then the GCPs can be very accurate. The coordinate system and the accuracy of these points depend on the source.

GCPs extracted from Web Map Services:

Web Map Services provide online georeferenced maps using a standard protocol called Web Map Service (WMS). Some servers have their GIS databases publicly available and free-of-charge. Well-known free WMS servers are Google Maps and Bing Maps. They cover the whole planet but the accuracy of the map geo-reference may not be high enough. In addition, their data is not available with the same accuracy for different parts of the world.

It is recommended to use GCPs derived from such sources when:

— The images are not geolocated and therefore the project has no geo-reference. — The desired output is a .kml file, which can align perfectly with Google Maps. — If Drone is equipped with PPK & RTK instruments, then minimum GCP is required

Check points –

Some of GCPs are used as check points. the marks of the checkpoints are used to estimate its 3D position as well as potential errors in the clicks. This way, the relative accuracy of the area of the checkpoints may improve.

Climate Condition- Flying at a good lighting condition

IMAGE PROCESSING-

Image processing in cloud base engine

WORKING MINES (Refer to Attached list at Annexure 7)

a. Geo-referenced Topographical survey of ML area.

b. Digital Terrain Modelling (DTM) for height and elevation data of ML area.

c. Digital Elevation Modelling (DEM) for height and depth of ML area.

Page 14: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 13

NIT No:_____________________ Date: __________

d. High resolution Aerial image of ML area.

Analysis Part:

# Particulars Frequency

1

Contour Mapping of ML area plus 500 m buffer

zone(Buffer zone mapping depending

uponfeasibility)

(Mapping shall be carried out not more than one-

meter interval)

Two-times

(Once at beginning and once at the

end of the contract period)

2 Quarterly updated Surface Plan of ML area

Three times

(One time at the beginning, once at

the end of 3 months and then at the

end of the contract period)

3 Surface Runoff Management Plan

Two-times

(Once at Pre-Monsoon and once at Post-monsoon as decided by OMC

management)

4 Quarry Excavation Assessment of Ore and

overburden Three times

(One time at the beginning, once at

the end of 3 months and then at the end of the contract period)

5 Overburden Dump Quantity Assessment

6 Ore Stock Pile Volumetric Assessment

7 Quarry and Dump Slope Monitoring

8 Monitoring of Haul Road gradient within the ML

In addition, the agency shall also provide comparison of quantity (Ore-Stock) and position

of benches, roads, dumps, etc. vis-à-vis annual excavation plan approved by IBM in

Mining Plan/ RMP.

Page 15: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 14

NIT No:_____________________ Date: __________

Also includes capturing of plantation, canopy density evaluation, greenery, surface run-off

management, from drains, check-dams, settling pits etc.

NON-WORKING MINES

a. Geo-referenced Topographical survey of ML area.

b. Digital Terrain Modelling (DTM) for height and elevation data of ML area. c. Digital Elevation Modelling (DEM) for height and depth of ML area.

d. High resolution Aerial image of ML area.

Analysis Part:

# Particulars Frequency

1

Contour Mapping of ML area plus 500 m buffer

zone (Buffer zone mapping depending upon

feasibility)

(Mapping shall be carried out not more than one-meter interval)

One-time

2 Surface Plan One-time

In addition, the agency shall also provide comparison of quantity (Ore-Stock) and position

of benches, roads, dumps, etc. vis-à-vis annual excavation plan approved by IBM in

Mining Plan/ RMP.

Also includes capturing of plantation, canopy density evaluation, greeneryetc.

Page 16: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 15

NIT No:_____________________ Date: __________

Specifications:

Data Type Formats Accuracy/ Resolution/ Specification

Standard Drone Outputs

Point Cloud . Las, .csv RMS Error: <8 cm in X, Y and <12cm in Z (absolute)

Resolution: 3 cm/pixel or better

Orthomosaic .tif (Geotiff)

DTM Contours .shp, .dxf, .str

DSM/ DTM .tif (Geotiff), .str

Statutory Outputs

Surface Plan

.dwg, .shp, .str and

.pdf As per Statutory requirements

Working Plan

Environmental Plan

Geological Plan

Others

Other Outputs

Haul Road Assessment

.dwg, .shp, .str and

.pdf As per Statutory requirements

Slope Map Assessment

Face Advancement Analytics Report

Deviation from Mining Plan

Volumetric Assessment

Page 17: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 16

NIT No:_____________________ Date: __________

4.3. Deliverables This section should be read in relation to the above scope of work and not in isolation.TheApplicants shall submit the deliverables along with file structure, metadata, processing and analysis reports.

A. Ground Survey

The following details shall be submitted with respect to establishment of GCPs in the mining areas as listed in Annexure 7:

i. Details of control points (description, location, photograph, processed coordinates) established.

ii. The list of base stations along with number coordinates and photographs of points with description used for each flight for each drone flight in each day.

iii. GPS Survey Data (Raw and RINEX). RINEX data should have antenna height and its parameters.

iv. Soft and hard copy of field observation sheet for each observed point, field photographs for each observed point.

v. Network Adjustment Report. vi. Coordinates of all the control points. vii. GCP Library of Established control points.

B. Data acquisition

The following data shall be submitted as part of data acquisition:

i. Drone class type, make & model details, drone registration number of all deployed drones.

ii. Sensor calibration details/report iii. Make and Model of Inertial Navigation System (INS), GPS receiver details of base as

well as for RTK/PPK mode receiver on drones iv. Raw images in jpeg/tiff format in standard storage device v. Ensurethat images should not have seamlines, blur, cloud and haze but should have

perfect colour balancing vi. Organization of the delivered data such as file name, folder structure. vii. Flight details such as flight path including time, position, image start and end number for

each flight and orientation parameters for each observation(s). viii. The base station co-ordinates or the control point number on which each base is

operated.

Page 18: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 17

NIT No:_____________________ Date: __________

C. Processed Data

The following data shall be submitted as part of processed data:

RGB Data i. Aerial triangulation methodology and results, bundle block adjustment and their accuracy

reports ii. DSM, DTM, Point cloud, 3D model and Contours iii. Seamless colour balanced orthomosaic iv. Seam line/seam polygon in shape file format v. DSM, DTM and orthomosaic in 250 m x 250 m grid tiles vi. Organization of data in the delivered medium.

D. Exit Management Plan

As per RFP requirement

Acceptance of Deliverables

The Agency shall submit the above deliverables with desired specifications and meet the following parameters of accuracy/data quality standards.

These have to be accepted and approved by OMC

Vertical accuracy of DSM should be better than 10 cm with respect to GCP. Vertical accuracy of DTM should be better than 10 cm with respect to GCP. Contour Interval should be 10 cm. Every 1 m contour should be indexed. Absolute Positional accuracy of ortho should be better than 10 cm with respect to GCP Relative positional accuracy of ortho should be better than 2 pixels. Point cloud shall be carried out using area and distance measurement from GCPs 3D model shall be generated using high point cloud density

Page 19: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 18

NIT No:_____________________ Date: __________

SAMPLE ILLUSTRATIONS:

STOCKPILE VOLUME MEASURMENTS

CENTRAL REPOSITORY: COLOR CODED BIRD’S EYE VIEW OF ALL PROJECTS IN MINE SITE

Page 20: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 19

NIT No:_____________________ Date: __________

5. INSTRUCTION TO BIDDERS FOR E-PROCUREMENT

1. Bid documents consisting of qualification information and eligibility criteria of bidders and

other details are available in the website www.tendersodisha.gov.in

2. PARTICIPATION IN THE BID IN THE E-PROCUREMENT PORTAL: The Bidders

intending to participate in the tender is required to register in the Portal with required

information about the firm/bidder. This is a onetime activity for registering in Portal.

During registration, the bidder has to attach a Digital Signature Certificate (DSC) to his /

her unique user ID. The DSC used must be of appropriate class(Class II or Class III)

issued from a registered Certifying Authority such as n-Code, Sify, TCS, MTNL, e-Mudhra etc.

3. The bidder has to submit the relevant information as asked for about the firm/ bidder.

The registration of the bidder /firm in the portal is to be authenticated by the State

Procurement Cell.

4. To log on to the portal the bidder is required to type his/her user name and password.

The system will again ask to select the DSC and confirm it with the password of DSC.

For each login, a user’s DSC will be validated against its date of validity and also against

the Certificate Revocation List (CRL) of respective CAs stored in system database. The

system checks the unique ID, password and DSC combination and authenticates the login process for use of portal.

5. The tender documents uploaded by the Tender Inviting Officer in the website

https://www.tendersodisha.gov.in will appear in the “Latest Active Tender” Section of the

homepage. Only a small notification will be published in the newspaper along with

mention of the specific website for details. The publication of the tender will be for

specific period of time till the last date of submission of bids as mentioned in the

‘Invitation for Bid’ after which the same will be removed from the list of active tenders.

Any bidder can view or down load the bid documents from the web site.

5.1. STANDARD PROCEDURE FOR UPLOADING TENDER: a. First download the Bid. Read all Terms & conditions carefully. Scan all marked

pages of the Tender form & documents as per eligibility criteria & check list at

ANNEXURE-E of the Tender schedule.

b. The bidder shall go through the bid carefully and list the documents those are

asked for submission. He shall prepare all documents including cost of Bid

Page 21: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 20

NIT No:_____________________ Date: __________

Document, EMD, Declaration form, price bid etc. and upload the same online

before bid submission closing date and time.

c. Upload the bid in PDF format only. The copy of all marked pages required to be

scanned and uploaded in PDF format as mentioned in Check list & eligibility

criteria of tender schedule.

d. Bids cannot be submitted after due date and time. The bidder should ensure

correctness of the bid prior to uploading and take print out of the system

generated summary of submission to confirm successful uploading of bid. The

bids cannot be opened even by the OIT or the Procurement Officer Publisher/

opener before the due date and time of opening.

e. Each process in the e-procurement is time stamped and the system can detect

the time of log in of each user including the bidder.

f. The bidder should ensure clarity/legibility of the document uploaded by him to the

portal.

g. The bidder should check the system generated confirmation statement on the

status of the submission. h. The bidder should upload sufficiently ahead of the bid closure time to avoid traffic

rush and failure in the network.

i. For all purposes, the server time displayed in the e-Procurement portal shall be

the time to be followed by all the users.

j. The Tender Inviting Officer is not responsible for any failure, malfunction or

breakdown of the electronic system used during the e-procurement process.

5.2. SIGNING OF BID: The 'online bidder ' shall digitally sign on all statements, documents, certificates uploaded by him, owning responsibility for their correctness/ authenticity as per IT ACT

2000. If any of the information furnished by the bidder is found to be false/fabricated

/bogus, his EMD shall stand forfeited & his registration in the portal shall be blocked and

the bidder is liable to be blacklisted.

5.3. SECURITY OF BID SUBMISSION: All bid uploaded by the bidder to the portal will be encrypted.

Page 22: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 21

NIT No:_____________________ Date: __________

5.4. RESUBMISSION AND WITHDRAWAL OF BIDS: i. Resubmission of bid by the bidder for any number of times before the final date and time

of submission of bid is allowed.

ii. Resubmission of bid shall require uploading of all documents including price bid afresh.

If the bidder fails to submit his modified bids within the pre-defined time of receipt, the system

shall consider only the last bid submitted.

Page 23: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 22

NIT No:_____________________ Date: __________

5.5. Due Diligence The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding document. Failure to furnish all information required by the bidding document or submission of a bid not responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in rejection of the bid. If required, bidder may undertake on site / off site due-diligence at his own cost.

5.6. Pre-Bid Meeting and Clarification on Bidding Documents The bidders will send their query through e-mail to [email protected] mark a copy to [email protected]; and hard copy of the same will be deposited at the pre-bid meeting.

OMC shall convene a pre-bid meeting on DD/MM/YYYY (HH:MM Hrs) to provide the clarifications and to receive feedback if any from intending bidders on the proposed tender.

OMC shall respond to any request for clarification of the bidding documents, which it receives no later than 7 days before the pre-bid meeting.

No request for clarification shall be entertained thereafter. Suggestions/ feedback received from participating bidders may be included in the tender schedule if found suitable as per the requirement of OMC and the decision of OMC in this regard, shall be final.

Corrigendum, if any shall be published in web site www.tendersodisha.gov.inand www.omcltd.inwhich will be part of the tender document & bidder has to download the same and submit along with the bidding document.

5.7. Submission of Tender, Availability

5.7.1. Submission of Tender

The tender shall be submitted in ONLINE in double cover system as mentioned below.

5.7.2. Cover-I (Techno-Commercial bid):

This shall contain scanned copies of the document and proof of deposit of tender fee and EMD

in Govt. portal as per clause-7.1. Scanned copy of bid declaration form along with other

documents establishing bidder’s eligibility and qualification as contained in clause Sl.No.8

(eligibility criteria) of DTCN and any other documents as required in compliance of the relevant clauses of the DTCN and submitted online in PDF format.

5.7.3. Cover-II (Financial bid)

This shall contain the Price bid Format duly filled in and signed by the bidder and to be submitted online in PDF format.

Page 24: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 23

NIT No:_____________________ Date: __________

The tender should be addressed to:

XX(XX)

THE ODISHA MINING CORPORATION LIMITED,

OMC HOUSE, BHUBANESWAR– 751 001

ODISHA.

5.7.4. Source, Availability of Tender.

The tender paper is to be downloaded from our web site i.e. www.omcltd.in andhttps://tendersodisha.gov.infrom 19.02.2020 The last date of receipt of the tender is 06.03.2020 up to 5.00P.M., which shall be opened on 07.03.2020 at 11.00 AM.

There will be no manual sale of the tender paper.

5.7.5. Updates on Tender:

The participating bidders are required to visit the www.tendersodisha.gov.insite for updated information on the tender.

5.7.6. Reference to the Bidder:

i. Annex-A- Technical BID Letter Format

ii. Annex B- Details of the Bidders Operation

iii. Annex-C- Declaration by the Bidder

iv. Annex-D- Undertaking for Meeting the Technical Specification

v. Annex-E- Eligibility Checklist.

vi. Annex-F- Technical Qualification Checklist

vii. Annex-G- Uptime and Availability Calculation

viii. Annex-H- Price Bid Format

5.7.7. Date, time and place of opening of the bid

The techno-commercial bids shall be opened on 07.03.2020 at 11.00 AM. The Bidders who have participated in the bid can witness the opening of bids on line after logging on to the site through their DSC.

5.7.8. Evaluation of techno-commercial bids

The techno-commercial bids shall be evaluated by a committee. After evaluation, the price bid of the techno- commercially qualified bidders only shall be opened on line. The eligible bidders can see the price opening online by logging to their pages in the tender portal on the scheduled date which will be intimated separately. The techno-commercially qualified bidder, quoting the lowest price in individual item shall be treated as the successful bidder.

Page 25: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 24

NIT No:_____________________ Date: __________

5.7.9. Tender Fee:

The Bidder shall furnish, as part of its bid, tender feeas decided after Pre-Bid Meeting, to be deposited through on line.

Instruction to be followed for on line payment is available in e-procurement portal during processing of the tender by the bidder.

5.7.10. Earnest Money Deposit

The Bidder shall furnish, as part of its bid, earnest money deposit as decided after Pre-Bid Meeting, to be deposited through on line.

Instruction to be followed for on line payment is available in e-procurement portal during processing of the tender by the bidder.

The EMD of the rejected bidders will be refunded to the account from where the money has been debited. After financial evaluation, the EMD of bidders other than L-1 & L-2 bidder will be credited to their respective account through e-procurement portal.

After signing of the Agreement with the Preferred Bidder on submission of required Performance Security, the EMD of the L-1 & L-2 bidder will be refunded to their respective account through e-procurement portal.

In case of cancellation of the tender before bid opening date and time the EMD shall be refunded through e-procurement portal.

EMD of the Bidder liable to be forfeited if the bidder withdraws the bid or make any changes to the BID before Finalization of the BID.

The EMD of the successful bidder shall be forfeited if he denies to execute the work post their selection as the successful bidder.

The Bidders, who are exempted to deposit EMD amount due to any exemption granted by Central/State Govt., are required to attach scanned copy of relevant documents evidencing such exemption granted, along with the Techno-Commercial Bid document while submitting online.(Refer Art X)

5.7.11. Performance Security Deposit:

The successful bidder is required to deposit Initial Security Deposit as per following rate in shape of BG/DD in OMC Format attached at Annex-I drawn on any Nationalized/Scheduled Bank, favouring “The Odisha Mining Corporation Limited”, payable at Bhubaneswar within 07(seven)) days of issue of LOI before issue of Purchase order. The Initial Security Deposit shall be kept till the completion of Warranty period.

The successful Bidder shall have to submit Performance Security Deposit in the form of DD/BG. Performance Security Deposit shall be 10% of the Contract value (excluding taxes).

Page 26: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 25

NIT No:_____________________ Date: __________

The Performance security Deposit shall be returned after completion of warranty period to the satisfaction of OMC and on satisfactory compliance of all statutory laws and acts applicable to this work. The Performance security Deposit shall be released on receipt of recommendation from the concerned Sectional Head.

The Performance Security Deposit shall be for due and faithful performance during the warranty period and is liable for forfeiture in the following cases;

If the successful bidder denies undertaking the work after issuance of LOI, or If the successful bidder abandons the work before its completion, or If the work performed by the successful bidder is not as per the Technical

specification as agreed by the Successful Bidder.

5.8. Bid Opening and Evaluation of Bids

5.8.1. Validity Period

Bids shall remain valid for 90 days after the date of bid opening prescribed by OMC. OMC shall reject a bid valid for a period shorter than 90 days as non-responsive.

5.8.2. Extension of Period of Validity of bid

In exceptional circumstances, OMC may solicit the Bidder’s consent to an extension of the period of validity. The request and the response thereto shall be made in writing. The bid security provided under Section 6.1 shall also be suitably extended.

5.8.3. Last date for Submission

The Bids (Technical and Financial) must be received online on or before DD/MM/2018 (HH:MM Hrs). Bids received beyond the specified date and time shall not be considered

5.8.4. Extension for last date for submission

OMC may, at its own discretion, extend this deadline for submission by notifying the same in the newspaper or in the website

5.8.5. Amendments to Bid information

OMC reserves the right to make revisions or amendments to this RFP on or before 7 days of bid closing date. Such revisions or amendments shall be announced by Corrigendum on OMC’s website at www.omcltd.in, the bid submitted by the Bidder shall take into account all such amendments/revisions. All corrigenda shall become integral part of this RFP.

5.8.6. Opening of Bids

The proposals will be opened by the Technical Evaluation Committee (TEC) or its authorized representative. Sequence of opening shall be as follows:

First, the folder containing Technical Bid shall be opened.

Page 27: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 26

NIT No:_____________________ Date: __________

The second folder containing the detailed price offer will not be opened until technical evaluation has been completed and the report has been approved by evaluation committee/ competent authority. OMC has the right to accept or reject any bid without assigning any reason.

5.8.7. Evaluation of Bids

A three-stage procedure will be adopted for evaluating the proposals, which would involve the technical bid evaluation being fully completed prior to any financial bid being opened.

Note: No bidder will try to influence directly or indirectly the members of the evaluation committee, and if found doing so, that bid shall summarily be rejected.

5.8.8. Evaluation of Technical Bids

In stage one of the evaluation process, Bidders need to comply with all the pre-qualifications conditions mentioned below:

Page 28: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 27

NIT No:_____________________ Date: __________

5.8.8.1. ELIGIBILITY CRITERIA FOR BIDDERS (Pre-Qualification Criteria)

In stage one of the evaluations, Bidders need to comply with all the pre-qualifications conditions mentioned below:

Sl. No.

Eligibility Criteria Required Documents (Ref:Annexure)

Legal Entity

1. The Bidder can be either a registered partnership firm or a Company (Private or Public) or a Limited Liability Partnership (“LLP”) firm. (Please refer to the note below) (Bidding in the form of a consortium is not allowed)

Certificates of Incorporation Memorandum of Association

and Articles of Association Registration Certificates (in

case of partnership) Goods and Service Tax

Registration Certificate PAN No.

2. A power of attorney/ Board resolution/ Letter of authorization from the partners with due authorization in the name of the person signing the bid.

Original Power of Attorney/ Board Resolution Copy/ Letter of authorization from the Partners

Financial Capability

3. Average Annual Turnover during the last 03 (three) Financial years ending on 31st March 2019 shall be at least ₹ 50 Lakh from in implementation ITES/ICT solution & services for each of the 3 financial year’s i.e. 2016-17, 2017-18, 2018-19

Audited Balance sheet Profit & Loss statement Certificate of statutory

auditor certifying turnover of the bidder from ITES/ICT and drone survey related services only for the 03 (three) preceding financial year i.e. 2016-17, 2017-18, 2018-19

4. The bidder must have filed Income Tax returns for the preceding three assessment years, i.e. 2017-18, 2018-19 and 2019-20.

CopyofITRs shall be attached. (All exemptions as per the Odisha State Govt. policy on Start-Ups and that of the Government of India shall be applicable)

Technical capability

5. i. The bidder shall have successfully completed at least three (3) drone survey projects during the last three (3) financial years ending on 31st March 2019, out of which a minimum of one work shall be in the mining sector.

Copies of Work Order with Completion Certificate/ Continuation Certificates.

In case of experiences in privatecompany, copy of

Page 29: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 28

NIT No:_____________________ Date: __________

ii. Also, one among the above projects must be in State or Central Government organizations/ PSUs.

iii. Project value shall not be less than 15 lakh (total value of the project)

iv. The bidder shall have executed at-least two (2) long term contract (not less than 3 months) of similar nature in the past.

Balance Sheet, Profit /Loss, account of that company shall be attached.

6. The bidder should have a minimum strength of 10 (fifteen) professionals (mining engineers, surveyors and software experts) having 3 years or more experience on its payroll (non-contractual staff) who have the relevant experience in the drone mapping, geo-spatial dashboarding and surveying sector. (Surveyors must have the requisite competency certificate from DGMS) (At least 50% of the professionals shall be on their payroll)

List of employees (professionals) working with the organization containing their qualification /technical / professional degree and experience. (These employees should be on the membership list of EPF/PF trust)

7. The bidder should have valid security and software development methodology certificate

Copies of relevant ISO and/or CMMI certificates

8. The company should have registration under the Employees Provident fund act 1952.

Copy of EPF registration certificate

9. The bidder shall have DGCA compliant drones for purpose of approval

Copy of valid proof of ownership

Blacklisting

9. Thebidder should not have beenblacklisted/banned by any Central/State Government (Central /State Government and Public Sector) and any Court of Law or under a declaration of ineligibility for corrupt or fraudulent practices as on date of Bid Submission.

An undertaking to this effect should be submitted in non-judicial stamp paper duly notarized.

Others

10. The bidder should submit EMD & cost of tender paper as provisioned in the RFP.

Required DD/ BG/ pay order drawn as instructed.

In the event, the bidder is a group company of the entities that hold the necessary financial or technical credentials, it should furnish a declaration by the CEO of the bidder stating that “The bidding entity and the entities for whom the financial and technical credentials have been furnished, belong to the same group.

Page 30: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 29

NIT No:_____________________ Date: __________

Bidding Entity

The Bidder can be either a registered partnership firm or a Company (Private or Public) or a Limited Liability Partnership (“LLP”) firm.

If the Bidder is a registered partnership firm, then the Bidder must abide by the stipulations as mentioned below

i. The Bidder must be a registered partnership firm under the provisions of Indian Partnership Act, 1932. The date of registration of the partnership firm under the provisions of Indian Partnership Act, 1932, which is the date of entry of the statement recorded in the Register of Firms, shall be deemed to be date of incorporation of such Bidder.

ii. The Deed of Partnership must be registered under the Indian Registration Act, 1908 or any other applicable State registration laws.

iii. The Bidder must be in existence and in operation for at least four (4) years prior to the date of advertisement of this NIT.

iv. The Bidder must have experience on its own as a partnership firm as required in the NIT. Experience of individual partners will not be considered as experience of the partnership firm.

v. All conditions of eligibility criteria as stipulated in the NIT should be of the partnership firm and not of the individual partners.

If the Bidder is a Company / LLP, then the Bidder must abide by the stipulations as mentioned below

i. If the Bidder is a company or a corporation, it shall be incorporated under the Companies Act, 1913, Companies Act, 1956 or Companies Act, 2013 or established by virtue of a statute. If the Bidder is a LLP firm, it shall be formed under Limited Liability Partnership Act 2008.

ii. The date as indicated in the Certificate of Incorporation shall be treated as the date of incorporation of the Company/ LLP. The Company / LLP shall be in existence and in operation for at least four (4) years prior to the date of advertisement of this NIT

iii. The eligibility criteria of the Company/ LLP is liable to be evaluated on the basis of experience and eligibility criteria of the Company / LLP itself. The experience and the eligibility criteria of the Managing Director or any other Director in case of a Company, and Partner in case of a LLP in their name and identity shall not be reckoned as the experience and eligibility criteria of the Company / LLP

iv. In case the Bidder is a Joint Venture company, all the eligibility criteria must be fulfilled by the Bidder i.e. the concerned JV company. Experience and qualification of constituent companies/entities of the JV company shall not be considered.

Page 31: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 30

NIT No:_____________________ Date: __________

Technical Eligibility

Sl. No. Criteria Basis for Evaluation Max Marks Required Documents

Organizational Capability

1. The bidder shall have experience of successfully completing drone survey and similar related projectsof value not less than 20 Lakh each. (Maximum 3 projects shall be considered)

Each completed project = 3 marks

Each project in the mining sector = addl. 1 mark

Each project with a govt. client = addl. 1 mark

15 Work Order along with Completion Certificate

2. The bidder shall have executedlong term contract of duration not less than 6 months of similar nature in the past.

≥ Two (2) Long-Term contracts = 12 marks

Addl. Long term Project = 3 marks

15

Work order along with completion certificate clearly marking the contract period of the engagement more than 6 months

3. Full time professionals on company payroll. >= 20: 5 marks

>=10 and <20: 3 marks 5 Latest EPF challan and list of

employees with the organization

4. Relevant quality certificate from a recognized institution for software product or process

CMMi Level 3 or above: 5 Marks ISO 27001: 3 Mark ISO 20000: 2 Marks

10 Copy of Valid Certificates

5. Bidder shall provide the number of DGCA approved Drones in their inventory

More than 5 DGCA approved Drones – 20 marks

2 - 5 DGCA approved Drones – 10 marks

Less than 2 / Not approved from DGCA – zero marks

20 Copy of letter/certificate stating that the Drone (fixed/multirotor) is DGCA approved.

Page 32: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 1

NIT No:_____________________ Date: __________

Sl. No. Criteria Basis for Evaluation Max Marks Required Documents

6. Bidder shall provide the number of visual cameras (payloads/sensors) equipped with RTK/PPK with a minimum resolution of 20 MP to be deployed for survey work

More than 5 Nos - 5 marks

2-5 Nos – 3 marks

Less than 2 Nos – zero marks

5

Copy of proof that the deployed visual cameras/sensors along with RTK/PPK and a minimum resolution of 20 MP are owned by Bidder or partner.

Technical Presentation

7. Technical Proposal and Technical presentation

Understanding of Scope of Work: 10 marks

Survey Methodology: 10 marks

3D Platform Demonstration of features and capabilities: 5 marks

Analytics Capabilities and demonstration: 5 marks

30 NA

100

Page 33: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 30

NIT No:_____________________ Date: __________

The eligible bidders shall be requested to make a presentation on their proposal, to an Evaluation Committee constituted for the purpose. OMC may also ask to arrange interaction with senior officials of the company where product has been implemented.

In order for a bidder to be eligible for the stage three i.e. evaluation of the financial bid submitted, the bidder has to score a minimum of 60% in the Technical Qualification criteria given above.

5.8.9. Evaluation of Financial Bids

a) The financial bids of only those bidders who qualify in the Technical Bid evaluation process will be considered for financial bid evaluation.

b) The method of selection shall be QCBS – Quality cum Cost based Selection. The Contract will be awarded to the bidder with highest Total Score.

c) The weightage given to the Technical and Financial scores will be 70% and 30% respectively

5.8.10. Calculation of Composite Score

The bidder with highest technical bid (H1) will be awarded 100% score. Technical Scores for other than H1 bidders will be evaluated using the following formula: Technical Score of a Bidder (Tn) = {(Technical Bid score of the Bidder/ Technical Bid

Score of H1) X 100} % (Adjusted to two decimal places) The bidder with lowest financial bid (L1) will be awarded 100% score. Financial Scores for other than L1 bidders will be evaluated using the following formula: Financial Score of a Bidder (Fn) = {(Financial Bid of L1/Financial Bid of the Bidder) X

100} % (Adjusted to two decimal places) The technical and financial scores secured by each bidder will be added using

weightage of 80% (Technical) and 20% (Financial) respectively to compute a Composite Bid Score.

Bn = 0.70 * Tn + 0.30* Fn

Where

Bn = overall score of bidders

Tn = Technical score of the bidder (out of maximum of 100 marks)

Fn = Financial score of the bidder (out of maximum of 100 marks)

The bidder securing the highest Composite Bid Score will be adjudicated as the Most Responsive Bidder for award of the Project.

5.8.11. Clarification of Bids

During evaluation of bids, OMC may, at its discretion, ask the Bidder for a clarification and supporting documents of its bid. The request for clarification and the response shall be in writing. If the response to the clarification is not received before the expiration of deadline prescribed in the request, OMC reserves the right to make its own reasonable assumptions at

Page 34: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 1

NIT No:_____________________ Date: __________

the total risk and cost of the Bidder. Also seeking clarification does not mean vendor’s bid has been accepted.

5.8.12. Completeness of Bids

OMC will examine the bids to determine whether they are complete, whether they meet all the conditions of the tender and Technical Specifications and whether any computational errors have been made, whether required documents/ securities have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

5.8.13. Rectification of Errors

Arithmetical errors will be rectified on the following basis:

If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected.

If there is a discrepancy between words and figures, the amount in words shall prevail. If the supplier does not accept the correction of errors, its bid will be rejected, and its bid

security may be forfeited.

5.8.14. Rejection of Bid

If a bid is not responsive and not fulfilling all the conditions, it will be rejected by OMC and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

5.9. Notification of Award

5.9.1. Notification of Awards to Bidder

Before the expiry of the period of validity of the proposal, OMC shall notify the successful Bidder in writing by registered letter or by mail, that its bid has been accepted. The Bidder shall acknowledge in writing receipt of the notification of award.

5.9.2. Formation of Contract

OMC may negotiate certain terms with successful Bidder before the finalization of contract. The notification of the award shall invite signing an agreement with the awardee.

5.9.3. Discharge of Bid Security/ Security Deposit

Upon the successful Bidder furnishing his acknowledgement, OMC shall promptly ask the Bidder to provide performance guarantee. On receipt of the performance guarantee OMC shall sign the contract agreement and refund/ adjust the bid security (EMD).

5.9.4. Annulment of Award

Failure of the successful Bidder to comply with the above requirements shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security of the bidder, in which event OMC may consider the next lowest evaluated Bidder or call for new bids.

Page 35: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 2

NIT No:_____________________ Date: __________

5.10. Termination of Contract

5.10.1. Termination by OMC

a) OMC reserves the right to suspend any of the Services and/or terminate this Agreement in the following circumstances by giving 30 days’ notice in writing:

Agency becomes the subject of bankruptcy, insolvency, winding up, receivership proceedings or

In case OMC finds illegal use of connections, hardware, software tools that are dedicated to OMC only.

5.10.2. Termination for Default:

OMC may without prejudice to any other remedy for breach of contract, (including forfeiture of Performance Security) by written notice of default sent to the Implementer, terminate the Contract in whole or in part.

If the Implementer fails to deliver any or all of the services within the time period(s) specified in the Contract, or any extension thereof granted by OMC, or

If Implementer fails to perform any other obligation under the Contract to the satisfaction of OMC.

5.10.3. Conditions for Termination

Upon occurrence of an event of default as set out in above-mentioned Section 7.6.2, OMC will deliver a Default notice in writing to the other party, which shall specify the reason of default, and give the other party an opportunity to correct the default within a reasonable period.

At the expiry of notice period specified in Section 7.6.1 unless the party receiving the default notice remedied the default, the party giving the default notice may terminate the Agreement.

5.11. Force Majeure Force Majeure shall mean any event or circumstances or combination of events or circumstances that materially and adversely affects, prevents or delays any Party in performance of its obligation in accordance with the terms of the Agreement, but only if and to the extent that such events and circumstances are not within the affected party's reasonable control, directly or indirectly, and effects of which could not have prevented through Good Industry Practice or, in the case if construction activities through reasonable skill and care, including through the expenditure of reasonable sums of money. Any events or circumstances meeting the description of the Force Majeure which have same effect upon the performance of any contractor shall constitute Force Majeure with respect to the Bidder. The Parties shall ensure compliance of the terms of the Agreement unless affected by the Force Majeure Events. The Bidder shall be relieved from forfeiture of its implementation guarantee, Performance Guarantee, levy of Penalties, or termination for default if and to the extent that its delay in

Page 36: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 3

NIT No:_____________________ Date: __________

performance or other failure to perform its obligations under the Agreement is the result of Force Majeure.

5.11.1. Force Majeure Events

The Force Majeure circumstances and events shall include the following events to the extent that such events or their consequences (it being understood that if a causing event is within the reasonable control of the affected party, the direct consequences shall also be deemed to be within such party's reasonable control) satisfy the definition as per Section 4.18 above. Without imitation to the generality of the foregoing, Force Majeure Event shall include following events, circumstances, and their effects to the extent that they, or their effects, satisfy the following requirements:

5.11.2. Natural Events

“Natural Events” to the extent they satisfy the foregoing requirements including:

a) Any material effect on the natural elements, including lightning, fire, earthquake, cyclone, flood, storm, tornado, or typhoon;

b) Explosion or chemical contamination (other than resulting from an act of war); c) Epidemic such as plague; d) Any event or circumstance of a nature analogous to any of the foregoing.

5.11.3. Other Events

“Political Events” to the extent that they satisfy the foregoing requirements including:

a) Political Events, which occur inside the State where OMC is being implemented or involve directly the State Government and the Central Government (“Direct Political Event”), include:

i. Act of war (whether declared or undeclared), invasion, armed conflict or act of foreign enemy, blockade, embargo, revolution, riot, insurrection, civil commotion, act of terrorism or sabotage;

ii. Strikes, work to rules, go-slows which are either widespread, nation- wide, or state-wide or are of political nature;

iii. Any event or circumstance of a nature analogous to any of the foregoing. b) Political Events which occur outside the State where OMC is being implemented and the

Republic of India do not involve the State Government and/or the Central Government (“Foreign Political Events” or “Indirect Political Events”) including, but not limited to: i. Act of war (whether declared or un-declared), invasion, armed conflict or act of

foreign enemy, blockade, embargo, revolution, riot, insurrection, civil commotion, or act of terrorism;

ii. Strikes, work to rule, go-slows iii. Any event or circumstance of a nature analogous to any of the foregoing.

Page 37: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 4

NIT No:_____________________ Date: __________

5.11.4. Force Majeure Exclusions

Force Majeure shall not include the following event(s) and/or circumstances, except to the extent that they are consequences of an event of Force Majeure:

a) Unavailability, late delivery, or changes in cost of the OMC machinery, equipment, materials, spare parts

b) Delay in the performance of any contractor, sub-contractors or their agents; c) Non-performance resulting from normal wear and tear of the materials and equipment;

and d) Non-performance caused by, or connected with, the Affected Party’s:

i. Negligent or intentional acts, errors or omissions; and/or ii. Failure to comply with an Indian law or Indian Directive; and/or iii. Breach of, or default under the Agreement

5.11.5. Procedure for Calling Force Majeure

a) The Affected Party shall notify to the other Party in writing of the occurrence of the Force Majeure as soon as reasonably practicable, and in any event within 5 (five) days after the Affected Party came to know or ought reasonably to have known, of its occurrence and that the Force Majeure would be likely to have a material impact on the performance of its obligations under the Agreement.

b) Any notice pursuant to Section 4.18.1 shall include full particulars of: the nature of each Force Majeure Event which is the subject of any claim for relief under the Agreement; the effect which such Force Majeure Event is having or is likely to have on the Affected Party’s performance of its obligations under the Agreement; the measures which the Affected Party is taking, or proposes to take, to alleviate the impact of the Force Majeure Event and restore the performance of its obligations under the Agreement which are affected; and any other information relevant to the Affected Party’s claim.

5.11.6. Procedure for Claiming Relief

a) Where an Affected Party claims relief on account of Force Majeure Event then, the rights and obligations of both Parties under the Agreement shall be suspended to the extent that they are affected by such Force Majeure Events.

b) In an Event of Force majeure: i. The Affected Party shall use its best efforts to minimize the effects of Force

Majeure and remedy any inability to perform due to Force Majeure; ii. The Affected Party shall provide daily written reports to the other Party regarding

its progress in overcoming the adverse effects of the Force Majeure event; iii. The Affected Party shall, as soon as reasonably practicable after claiming such

relief, provide the other Party with written notice containing such information as may be reasonably required to justify the claim for relief due to Force Majeure;

iv. The Affected Party shall claim in respect of physical loss or damage resulting from the event constituting Force Majeure which are available from Insurances pursuant to any Insurance maintained by the Affected Party and ensure such

Page 38: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 5

NIT No:_____________________ Date: __________

claims are made as soon as is reasonably possible and that the proceeds of any such Insurance claims are applied to remedy, the effects of the event constituting Force Majeure as soon as is reasonably possible; and

v. The Affected Party shall, at its own cost, take all steps reasonably required to restore its ability to perform its obligations under the Agreement as soon as possible, including the re-commissioning of any affected part of the OMC.

c) When the Affected Party is able to resume performance of its obligations under the Agreement, it shall promptly give the other Party written notice to that effect. In no event shall the suspension of performance be of greater scope and of longer duration than is necessitated by Force Majeure.

5.11.7. Extensions due to Force Majeure

Neither Party shall be responsible or liable for, or deemed to be in breach of the Agreement because of any failure or delay in complying with its obligations under the Agreement, due solely to one or more events of Force Majeure, and the periods allowed for the performance by the Parties of such obligation(s) shall be extended on a day-for-day basis from the date of the event of Force Majeure provided that no relief shall be granted to the Affected Party to the extent that such failure or delay would have nevertheless been experienced by that Party had such Force Majeure event not occurred.

5.11.8. Termination as a result of Exceptional Event

Notwithstanding anything contained herein, in case the period of Force Majeure lasts for more than 3 (three) months from the occurrence of the event of force majeure, whether such force majeure event occurs before or after commissioning of the Project, either party shall have the right to terminate the Agreement by a written notice of 15 (fifteen) days to the other party. The Bidder shall give notice to the OMC of:

The cessation of the event or circumstance of Force Majeure being claimed; and

The cessation of the effects of the event or circumstance of Force Majeure being claimed on the enjoyment by such Party of its rights or the performance of its obligations pursuant to the Agreement, as soon as possible after becoming aware thereof.

5.11.9. Timelines and Duration

OMC envisages the below timeline for the submission of deliverables and Project reports

# Type of Report Delivery Schedule (In Days)

1 Semi-Annually T0+ 25

T0+ 205

2 Quarterly

T0+ 25

T0+ 100

T0+ 205

Page 39: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 6

NIT No:_____________________ Date: __________

Page 40: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 7

NIT No:_____________________ Date: __________

5.11.10. Payment Terms

i. Details about the method of payment, payment terms, billings, place of payment, etc. under this Service Order / Agreement shall be specified in the Special Conditions of Contract.

ii. All payments shall be made in INR only and shall be made directly to the bank account of the service provider.

iii. No advance shall be paid, and no letter of credit shall be issued. iv. The Service provider’s request(s) for payment shall be made to the OMC in writing

accompanied by an invoice describing, as appropriate, the Goods / Equipment delivered and services performed, and by shipping documents submitted, and upon fulfilment of other obligations stipulated in the Service Order / Agreement.

v. Payment shall be released within 30 (thirty) days after receipt of relevant documents complete in all respects.

vi. No interest charges for delay in payments, if any, shall be payable by OMC. vii. Defective bills shall be returned to the Service provider within 7 (seven) working days.

No payment shall be made on defective/incomplete bills.

Page 41: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 8

NIT No:_____________________ Date: __________

6. Additional Instructions to Bidders

6.1 Site-visit:

Bidders who have who have paid the Tender Document Cost, on producing the proof of such payment may visit the mine and apprise themselves of the site conditions and its surroundings and obtain for itself, on its own responsibility, all information that may be necessary for preparing their Bids.

Bidders shall bear their own costs and make their own arrangements required for visiting the Site. OMC will only facilitate their visit.

The date of the site visit is provided in the Schedule for the Tender. Bidders who are interested to visit the site shall inform the Nodal Officer mentioned in the Data Sheet at least 1 (one) day before scheduled date of the site visit, along with the names and contact numbers of their representatives who would be participating in the site visit.

A maximum of 4 (four) representatives from each Bidder shall be allowed to participate in the site visit.

Pre-bid Meeting:

A pre-bid meeting shall be organized by OMC; the venue, date and time of the pre-bid meeting is indicated in the Schedule for the Tender. Bidders wishing to attend the pre-bid meeting should inform OMC by email [email protected], along with the names of the officials/ representatives of the Bidder who would be attending the meeting, at least 1 (one) working days before the pre-bid meeting so that adequate logistical arrangements can be made by OMC. However, attendance of the Bidders at the pre-bid meeting is not mandatory. A maximum of two officials/ representatives from each Bidder may attend the pre-bid meeting. All costs of the Bidder related to attending the pre-bid meeting shall be borne by the Bidder.

The final tender shall be published after Pre-Bid meeting in the government e-procurement portal as well as in OMC website. Inclusion of Proposals relating to any addition/ deletion of any point in the proposed tender schedule shall be incorporated in the final tender.

Preference to Local Micro & Small Enterprise (MSE) Bidders:

Definition

“Micro, Small & Medium Enterprise (MSME)” shall mean an Industrial Unit / Enterprise as defined by the Government of India in Micro, Small and Medium Enterprises Development (MSMED) Act, 2006 amended from time to time;

“Local Micro & Small Enterprise (MSE)” Bidders shall mean Micro & Small Enterprise Bidders situated in the state of Odisha and registered with registered with respective District Industries Centres (DICs), Khadi, Village, Cottage & Handicraft Industries, Odisha Small Industries Corporation (OSIC) and National Small Industries Corporation (NSIC).

Tender Document Cost:

Page 42: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 9

NIT No:_____________________ Date: __________

Local MSE Bidders shall be exempted from paying Tender Document Cost

EMD exemption:

Local MSE Bidders are exempted from submission of EMD; such Bidders should submit a copy of their latest and current valid registration certificate as part of the Techno-Commercial Bid as well as relevant documentary evidence regarding their exemption from submission of EMD.

Price preference:

Local MSE Bidders shall be entitled to a price preference of 10% (ten per cent) vis-à-vis other Bidders. In case any local micro & small enterprise Bidder(s) have submitted their bids and are also technically qualified Bidder(s), their Price Bid shall be brought down by 10% (ten percent) for the purpose of price comparison for determining the L1 Bidder in terms of Clause 8.22. However, the L1 price shall be the lowest Price Bid received by OMC before application of any price preference.

Illustration Let the Price Bids which have been received by OMC from technically qualified Bidders be as follows:

Sl. No.

Name of

Bidder

Type of Bidder

Price Bid

(INR)

Price preference

Adjusted price bid (INR)

Ranking

(1) (2) (3) (4) (5) (6) = (4) X [1-(5)]

(7)

1 A Local

MSE

105.00 10% 94.50 L2

2 B Other 100.00 0% 100.00 L3

3 C Local

MSE

102.00 10% 91.80 L1

Thus on the basis of the above, the L1 Bidder shall be Bidder C(a local MSE Bidder) and the L1 price shall be INR 100.00.

Page 43: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 10

NIT No:_____________________ Date: __________

In case the local MSE Bidders have ISO or ISI certification for their products, they will get an additional price preference of 3% (three per cent), or a total price

preference of 13% (thirteen per cent) for the purpose of determining the L1

Bidder in terms of Clause 9.3.4.

Price Preference during Tie-Bidding

In case of Tie-Bidding (Refer Clause 8.21.2), if any of the Tie Bidders is a local MSE

Bidder, then the price preference shall also be similarly applicable similar to Clause

9.3.4) during the auction for evaluation of the revised Price Bids.

Illustration Let the Price Bids which have been received by OMC from technically qualified Bidders be as follows:

Sl. No.

Name of

Bidder

Type of Bidder

Price Bid

(INR)

Price preferen

ce

Adjusted price bid (INR)

Ranking

(1) (2) (3) (4) (5) (6) = (4) X [1-(5)]

(7)

1 A Local

MSE

100.00 10% 90.00 Tied at

L1

2 B Other 90.00 0% 90.00 Tied at L1

3 C Other 95.00 10% 95.00 L3

Let the revised Price Bids which have been received by OMC from the Tie Bidders (i.e. Bidder A and Bidder B) during the subsequent auction be as follows:

Sl. No.

Name of Tie Bidder

Type of Bidder

Revised Price

Bid (INR)

Price preferen

ce

Adjusted price bid (INR)

Ranking

(1) (2) (3) (4) (5) (6) = (4) X [1- (7)

Page 44: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 11

NIT No:_____________________ Date: __________

(5)] 1 A Local

MSE

94.00 10% 84.60 L1

2 B Other 85.00 0% 85.00 L2

Thus based on the above auction, the L1 Bidder shall be Bidder A and the L1 price shall be INR 85.00.

1.1.1 Performance Security:

1.1.2 In case the L1 Bidder is a local MSE, the amount of Performance Security to be furnished shall be 25% (twenty five percent) of the amount indicated in the Data Sheet.

Page 45: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 12

NIT No:_____________________ Date: __________

7. Annexures

7.1. Annexure 1: Technical Bid Letter Format (To be submitted in Agency/ Bidder’s letterhead)

To General Manager (Projects), Odisha Mining Corporation Limited, Bhubaneswar 751001, Odisha Subject: Request for Proposal (RFP) Procurement of services for Drone Surveying and Mapping

for Mines, Quarries & Aggregatesat different mines of OMC

Tender No.: X/OMC/ XX (XX)/17 DT-DD.MM.2020

Dear Sir/Madam,

We, the undersigned, offer to provide the solution to Odisha Mining Corporation Limited for Drone Surveying and Mapping for Mines, Quarries and Aggregates at different mines of OMC.

We are hereby submitting our Proposal, which includes the Technical bid and the Financial Bid sealed in two separate envelopes.

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

We undertake, if our Proposal is accepted, to initiate the Implementation services related to the assignment not later than the date indicated in the RFP Document.

We agree to abide by all the terms and conditions of the RFP document. We would hold the terms of our bid valid for 180 days as stipulated in the RFP document

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

Yours Sincerely

Authorized signatory [In full and initials]: ________________

Name and Title of Signatory: _________________________

Name of Firm: _____________________________________

Address: _________________________________________

Page 46: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 13

NIT No:_____________________ Date: __________

7.2. Annexure 2: Performance Bank Guarantee BG SHOULD BE OBTAINED FROM NATIONALISED / SCHEDULED COMMERCIAL BANK

OPERABLE / EXECUTABLE AT BHUBANESWAR

DATE: _____________ BANK GUARANTEE Name of Bank: To The Odisha Mining Corporation Limited, Bhubaneswar

Dear Sir, Guarantee No. ………………………… Amount of Guarantee Rs ……………………. /- (Rupees………………………………) only. Guarantee cover from…………. ….. to …………………. Guarantee remain full force ………………………. Last date for lodgement of claim: ………………. (Two months from date of expiry). This Deed of guarantee executed by (Bank Name).…………………………, constituted under the Banking Companies (Acquisition & Transfer of Undertaking) Act…………… having its registered office at ……………………………. and amongst other places, a branch at . . . . . . . . . (hereinafter referred to as the bank) in favour of The Odisha Mining Corporation Ltd., Bhubaneswar(hereinafter referred to as OMC, the beneficiary) for an amount not exceeding Rs ………………… /- (Rupees ……………………..) only at the request of M/s. ……………………………… (hereafter referred to as the agency). This guarantee is issued subject to the condition that the liability of the bank under this guarantee is limited to maximum of Rs …………………../- (Rupees…………………….………………………..) only and the guarantee shall remain in full force from ……………… to ……………….. (date of expiry) 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 at our ……………. branch at Bhubaneswar on or before ……………… (Last date of lodgement of claim) by the OMC, Bhubaneswar in writing. For (Bank) Seal Branch Manager

Page 47: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 14

NIT No:_____________________ Date: __________

Branch SUBJECT TO AS AFORESAID (Main guarantee matter may be typed hereafter) BG No …………...…………………… Date:………….……….………. Amount:…………………………….… Valid period from …….…. to ………… Claim period………………………………… The Odisha Mining Corporation Ltd BBSR (herein after called as the OMC) has agreed to accept from M/s ………………………………………………………………………. at ……………………………… PO ………………………………. PS ……………………………District…………………………, State……………………, (herein after called as Agency) a bank guarantee for Rs. ……………………… (Rupees ………………………………………) only for the period from ……………….to………………. with a further claim period of two months & the last date of lodgement of claim within ………………. towards EMD/SD/ISD/Performance Guarantee/Guarantee against advance payment in connection with ……………………………. Work/ Contract/ PO/ Tender No. & date. We …………………………. (Bank)……………………. branch do hereby undertake to indemnify and keep indemnified “OMC.” to the extent of Rs ……………………………………………………………………. (Rupees………………………………………………... only) for the period from ……………... to ………..……. with the last date of lodgement of claim within ………………….………. We …………………………….………. (Bank)………………………………. …..branch, further agree that if a demand is made by the OMC, 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 OMC is no ground for us to decline to honour invocation the Bank guarantee and such invocation is a sufficient reason for the OMC 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 agree that a mere demand by the OMC is sufficient for us ………….............(Bank Name), ……………… branch at Bhubaneswar, to pay the amount covered by the bank guarantee without reference to the said Agency and any protest by the said Agency cannot be valid ground for us,…………………….………Bank………………….…….. Branch, to decline payment to the OMC.

Page 48: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 15

NIT No:_____________________ Date: __________

We ……………………………………the bank, undertake to pay to the OMC any money so demanded notwithstanding any dispute or disputes raised by the said agency in any suit orproceedings 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 such notice is served on our branch at ……………………Bhubaneswar, by the OMC before the last date of lodgement 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. BG No:……………… ….…………………… Date: ………………………….………. Amount: ……………………………….… Valid period from …….…. to ………… Claim period………………………………… We ……………………………..the bank further agree that the OMC shall have fullest liberty, 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 OMC 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 OMC or any indulgence by the OMC to the said agency. We ………………………… (Name of the Bank & specify branch Name)………………………………. branch lastly undertake not to revoke this guarantee during its currency except with the previous consent of the OMC in writing. Notwithstanding anything contained herein above:

1. All claims under this guarantee must be presented to …………………(name of the bank)………….(Branch), Bhubaneswar (Odisha) .

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 up to …………. (Date of expiry) with additional claim period of two months and claim under this guarantee can be served on or before …………… (Last date of lodgement of claim).

5. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if OMC serves a written claim or demand on the bank at our

Page 49: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 16

NIT No:_____________________ Date: __________

……….branch at Bhubaneswar on or before ……………. (Last date of for lodgement 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

Page 50: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 17

NIT No:_____________________ Date: __________

7.3. Annexure 3: Declaration by the Bidder I hereby declare that:

Our Company/firm has not been blacklisted/banned//barred/terminated on account of non-performance by any Central/State Government Department /Public Sector Undertaking/Govt. Authority.

Date Signature

Name

Designation

Company/ Firm

Page 51: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 18

NIT No:_____________________ Date: __________

7.4. Annexure 4: Undertaking format for meeting technical specifications Sub: Tender No: _______________

I/We confirm that I/we have fully read and understood all the details mentioned in the tender document NIT No.___________ & all corrigendum/ addendum/ minutes of the pre-bid meeting issued, if any. I/We accept all terms and conditions mentioned in the tender schedule and all the products/Services & Solutions indicated by me/us in my/our offer fully comply all the technical/functional/non-functional parameters mentioned in the tender schedule & corrigendum/addendum issued, if any. I/We also understand that this declaration supersedes any other information/data submitted by me/us in the bid document in response to the tender schedule.

Yours faithfully,

(Signature with seal of the Authorized Signatory of Bidder)

Page 52: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 19

NIT No:_____________________ Date: __________

7.5. Annexure 5: Eligibility Criteria Name of the Bidding Organization :

Name and Designation of the person

Authorized to sign the bidding documents :

Official Address, email and fax address :

Official website :

Contact details (phone no & mobile no.) :

Sl. No. Qualification required Compliance

(Yes/No) Documents of

proof

1. Cost of tender

2. Cost of EMD

3. Signed copy of tender document

4.

The Bidder can be either a registered partnership firm or a Company (Private or Public) or a Limited Liability Partnership (“LLP”) firm. (Bidding in the form of a consortium is not allowed)

5.

A power of attorney/Boardresolution/ Letter of authorization from the partners with due authorization in the name of the person signing the bidwith due authorization in the name of the person signing the bid.

6.

Average Annual Turnover during the last 03(three) Financial years ending on 31st March 2019 shall be at least ₹1 Crore from in implementation ITES/ICT solution & services for each of the 3 financial year’s i.e. 2016-17, 2017-18, 2018-19

7. The bidder must have filed Income Tax returns for the preceding three assessment years, i.e. 2017-18, 2018-19 &2019-20.

8. The bidder shall have successfully carried out following in the last three (3) years ending 31.03.2019.

Page 53: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 20

NIT No:_____________________ Date: __________

Sl. No. Qualification required Compliance

(Yes/No) Documents of

proof

i. Relevant Drone Survey Experience ii. The bidder shall have successfully

completed at least three (3) drone survey projects, out of which a minimum of one work shall be in the mining sector.

iii. Project value shall not be less than 15 lakh

iv. Also, one among the above projects must be in State or Central Government organizations/ PSUs.

v. The bidder shall have executed at-least two (2) long term contract (not less than 6months) of similar nature in the past.

9.

The bidder should have a minimum strength of 15 (fifteen) professionals (geologists and software experts) having 3 years or more experience on its payroll (non-contractual staff) who have the relevant experience in the drone mapping, geo-spatial dashboarding and surveying sector.

10. The bidder should have valid security and software development methodology certificate

11. The bidder shall have DGCA compliant drones for purpose of approval

12. The company should have registration under the Employees Provident fund act 1952.

13.

The bidder should not have been blacklisted/banned by any Central/State Government (Central /State Government and Public Sector) and any Court of Law or under a declaration of ineligibility for corrupt or fraudulent practices as on date of Bid

Page 54: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 21

NIT No:_____________________ Date: __________

Sl. No. Qualification required Compliance

(Yes/No) Documents of

proof

Submission.

Signed for and behalf of

Name :

Designation :

Seal :

NB: Please refer to the evaluation of technical bid i.e. general & technical requirements before filling up the check list. Please furnish the details on the official letter head duly signed by authorized representative on each page.

Page 55: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 22

NIT No:_____________________ Date: __________

7.6. Annexure 6: Standard Contract Agreement (On a ₹ 100 Indian Non-Judicial stamp paper)

AGREEMENT BETWEEN THE ODISHA MINING CORPORATION LIMITED (OMC)

AND

M/s ______________________________________________________

FOR THE WORK

"Procurement of services for Drone Surveying and Mapping for Mines, Quarries & Aggregates at different mines of OMC"

AGREEMENT No.:_______________ DATED ____________

THIS AGREEMENT is made on this _______day of the month _________of the year _______ at the Odisha Mining Corporation Limited, Bhubaneswar, Odisha, India.

BETWEEN

The Odisha Mining Corporation Limited, an undertaking of the Government of Odisha and having its head office at OMC House, Bhubaneswar-751001 (hereinafter referred to as “OMC”, which expression shall, unless repugnant to or inconsistent with the context, mean and include its successors and assigns) of the first part.

AND

_______________________________________________________ with its Registered Office at ________________________________________________, hereinafter referred to as "_________" (which expression shall unless excluded by or repugnant to the context or the meaning thereof be deemed to include its successors and assigns) of the OTHER PART: Whereas the OMC has awarded the work in favour of _________ vide LOA No. __________ dated _________ for providing "Procurement of services for Drone Surveying and Mapping for Mines, Quarries & Aggregates at different mines of OMC" as per the negotiation dated __________ and _________ in respect of the above work. And whereas _________ has agreed to render such services to OMC on the terms and conditions stated herein after. Now it is hereby mutually agreed by and between the parties hereto as follows: - (Scope of Work to be attached as per Article 4.2)

Page 56: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 23

NIT No:_____________________ Date: __________

7.7. Annexure 7: Special Conditions of Contract 1. General:

These Special Conditions of Contract delete, amend or add to the clauses in the General Conditions of Contract. In the event of an inconsistency, these Special Conditions of Contract shall take precedence over the General Conditions of Contract to the extent of that inconsistency.

2. Contract Period

2.1 The contract time period shall be for a tenure of six (6)months from the issuing date of the work order. However, the contract may be renewed after the completion of the contract period up to 6 months from completion of the contract period. This shall be at the sole discretion of OMC and depending upon the satisfactory performance of the service provider.

2.2 The contract may be extended by OMC for a period of [•] ([•]) months on terms & conditions to be determined by OMC at the time of extension.

3. Variation of quantity

3.1 Variation of quantity before signing of Agreement: OMC reserves the right to vary the quantity of services to be procured, depending on its actual requirements. The quantity of services to be procured in can be varied by OMC by up to +/- 10% (plus or minus ten per cent) before signing of Agreement, without any change in the rate or terms & conditions.

3.2 <Variation of quantity at the time of delivery>

4. Payment Schedule:

4.1 The price for the services shall be quoted on a Per hectare basis, and the total amount for each mining lease shall be arrived at on the actual area of the mining lease, the encroachment area and a 500 m wide buffer area

4.2 <The place of payment shall be the head office/ [•] regional office/ [•] mine/ [•] plant of OMC. [The service provider shall raise monthly bills for the services provided in within a particular month and such bills should be submitted within the 15th of the subsequent month, failing which they may be processed by OMC only in the next month.

4.3 The invoices/ bills submitted by the service provider should be accompanied by the certification of the officer concerned from OMC side/ designated key contact, confirming that the services have been delivered and the respective deliverables have been submitted in the time period in question.] / [The service provider shall raise bills after submission of the corresponding deliverables as per the below schedule.

Page 57: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 24

NIT No:_____________________ Date: __________

# Deliverable Payment 1 Submission of the 1st Part 30% of contract value 2 Submission of the 2nd Part 30% of contract value 3 Submission of the 3rd Part 30% of contract value 4 Completion of Contract period

with submission of desired documents in hard and soft copy

10% of contract value

All the RA bills shall be checked and certified at the field level(Mines/ Regional Office) by competent authority and sent to Head Office for release of payment.

For Non-Working mines, 90% payment shall be released upon submission of the final data and all reports in soft and hard copy and balance 10% payment shall be released upon satisfactory verification and certification by the competent authority of OMC. Data shall be handed over to OMC in physical hard disk

All payments to the selected agency shall be subject to the deductions of tax at source under Income Tax Act, and other taxes and deductions as provided for under any law, rule or regulation. All costs, damages or expenses which authority may have paid or incurred, for which under the provisions of, the selected Agency or consortium is liable, the same shall be deducted by authority from any dues to selected Agency.

All payments to selected Agency shall be made after making necessary deductions as per terms of the selection and recoveries towards facilities, if any, provided by the authority to selected Agency on chargeable basis.

5. Price Revision

5.1 No price revision: There shall be no price or rate revision throughout the contract period, except for as provided in Clause 7.1. In case of extension of the contract period, the terms & conditions and the price/ rate revision (if any) for the extended contract period shall be decided by OMC in consultation with the service provider.

6. List of Documents for Invoice Processing

# Aspect of bill processing Documentary requirements

1 Deliverable or milestone-based bill processing

— Submission of deliverable/ documentary proof of achievement of deliverable/ milestone

— Counter-signature of OMC’s designated key contact and/or nodal officer, as a mark of acceptance of the deliverable/ milestone

Page 58: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 25

NIT No:_____________________ Date: __________

# Aspect of bill processing Documentary requirements

2 Invoice/ bill raised by the service provider

— Submission of invoice in triplicate — To be stamped and signed by the

Authorized Signatory of the service provider — Pre-receipted and affixed with a revenue

stamp — Calculation of the volume of work done by

the service provider and calculation of the invoice amount as per the contracted rates

— Official documents in support of the variation of underlying price variation factors such as minimum wage, diesel price notifications etc., as applicable to the tender

— Proof of compliance towards payments of wages, salaries, EPF, ESIC, gratuity, GST and other applicable taxes (if any)

— All invoices and documents shall be certified and counter signed by OMC’s designated key contact and/or nodal officer and also self-certified by the authorized officer of the service officer

— Invoices and related documents are to be submitted in hard copy

3 Additional documents required for final payment/ final invoice

— Copy of completion certificate issued by OMC’s designated key contact and/or nodal officer, as a mark of acceptance of satisfactory completion of the scope of services

— Declaration by the service provider (on letterhead of service provider, stamped and signed by its authorized officer) that this is the last invoice with respect to the contract, and no further invoices shall be admissible by OMC

5 Release of additional security deposit and ISD

— Release of additional security deposit for each contractual year (except last contractual year): Proof of no outstanding dues towards payments of wages, salaries, EPF, ESIC, gratuity, GST and other applicable taxes (if any) for the contractual year.

— Release of additional security deposit for

Page 59: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 26

NIT No:_____________________ Date: __________

# Aspect of bill processing Documentary requirements

the last contractual year: Proof of no outstanding dues towards payments of wages, salaries, EPF, ESIC, gratuity, GST and other applicable taxes (if any) for the contractual year + Copy of completion certificate issued by OMC’s designated key contact and/or nodal officer, as a mark of acceptance of satisfactory completion of the scope of services

— ISD shall be released [●] months after release of additional security deposit

7. Designated Nodal Officer and key contacts of OMC

< To be filled in>

8. Penalty (Liquidated Damages):

8.1 If the service provider fails to deliver the services within the delivery period and any extension thereof, unless such failure is due to force majeure situation or due to OMC’s default, liquidated damages (LD) shall be imposed by OMC on the service provider. However, imposition of LD shall be without prejudice to the other remedies available to OMC under the terms of the Service Order / Agreement.

8.2 In case of delay in delivery of the services, the LD shall be calculated as 2% (two per cent) of the value of the Contract value (excluding taxes and duties) in respect of which the delay in delivery has occurred for each month or part thereof of delay, subject to a maximum value of 10% of the value of the Contract value (excluding taxes and duties). GST on LD shall be recovered in addition to the LD amount.

8.3 The delivery period shall start from the date of acceptance of the Service Order / Agreement or seven days from the date of issue of Service Order / Agreement, whichever is earlier.

8.4 OMC shall have full liberty to realise the LD through the following ways:

a. Appropriation of the Performance Security; OR

b. Appropriation the of EMD (in case provision of Performance Security does not exist); OR

c. Reduction of the invoice/document value (based on the formula mentioned in Clause 8.2) and release of the payment accordingly

Page 60: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 27

NIT No:_____________________ Date: __________

8.5 Any waiver of LD shall be at the sole option of OMC only and any extension must be in writing and with the approval of the competent authority of OMC.

If at any time during the Service Order / Agreement, the service provider encounters conditions that may impact the timely performance of services, the service provider shall promptly notify to OMC in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the service provider’s notice, the OMC shall evaluate the situation and may at its discretion waive the LD on the request of the service provider.

9. Restrictions on sub-contracting/ out-sourcing/ sub-letting/ assignment:

The service provider is not allowed to subcontract, outsource, sub-let or assign the contract and scope of services, either partly or wholly, without the written approval of the designated key contact from OMC side for the services for which such subletting is sought. However, the OMC management reserves the full right to refuse any such approval to the service provider without being bound to provide any reason or rationale for such decision. Provided, nevertheless, that any such consent shall not relieve the service provider from any obligation, duty or responsibility under the Service Order / Agreement.

10. Delivery Period

13.1 The delivery period shall be as given in Art 5.11.10. Extension in delivery period may be considered by OMC under the following circumstances:

a. when the work is delayed due to strike of transporter, factory or any such incident linked to the services;

b. in case of any natural calamities occurring before the delivery date; c. in case of items where the service provider is dependent on any approval by OMC

or any clarification required is not given by OMC in time and delay occurs in approval time;

d. any other reason cited by the supplier supported by required documents and if felt genuine by the management of OMC;

13.2 It may be noted that any extension of delivery period shall be at the sole option of OMC only and any extension must be in writing and with the approval of the competent authority of OMC. Ordinarily extension of time beyond 50% (fifty per cent) of the original delivery period shall not be allowed.

11. Indemnity:

The service provider shall indemnify, defend, save and hold harmless OMC and the Government of Odisha against any and all suits, proceedings, actions, demands and claims from third parties for any loss including any fatality at the mines, other locations/ offices of OMC, damage, cost and expense of whatever kind and nature, whether arising out of any breach or default by the service provider of any of its obligations under the contract or any related contract/ agreement or on account of any defect or deficiency in

Page 61: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 28

NIT No:_____________________ Date: __________

the provision of services to OMC or from any negligence of the service provider under any contract or on any other ground whatsoever, except to the extent that any such suits, proceedings, actions, demands and claims have arisen due to any negligent act or omission, or breach or default of this contract on the part of OMC.

Page 62: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 29

NIT No:_____________________ Date: __________

7.8. Annexure 7: List of Working and Non-Working Mines of OMC for Drone Survey

List of Working Mines:

# Name of the Mine (District) Mineral

Total Area

(in hectares)

1 South Kaliapani Chromite 552.45

2 Sukurangi Chromite 382.70

3 Gandhamardan - B Iron Ore 1590.86

4 Gandhamardan - A Iron Ore 618.57

5 Daitari Iron Ore 1018.30

6 Kurmitar Iron Ore 651.00

7 Kodingamali Bauxite 428.07

List of Non-Working Mines

# Name of the Mine (District) Mineral

Total Area

(in hectares)

1 Tiringpahar Iron Ore 79.30

2 Mahaparbat Iron Ore 68.00

3 Khandbandh Iron Ore 366.31

4 Dubna-Sakradihi Iron Ore and Manganese 1332.01

5 BPJ Iron Ore 836.68

6 SBBK Iron Ore and Manganese 1734.57

Page 63: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 30

NIT No:_____________________ Date: __________

7 Rantha Iron Ore 268.87

8 Banspani Iron Ore 380.40

9 Roida-78 Manganese 78.71

10 Dalki Iron Ore and Manganese 265.29

11 Nishikhal Manganese 501.67

Page 64: THE ODISHA MINING CORPORATION LIMITED (OMC) (A … · commencement of the flight operation and the agency shall have to also mandatorily submit a copy of the permissions and clearances

Page | 31

NIT No:_____________________ Date: __________

7.9. Annexure 8: Price Bid Format

# Description Qty SAC Code

Basic Price (Per hectare)

GST Amount

Grand Total

including GST

Grand total in words Rupees _______________________________________________) only. Note: i. Only type written price will be accepted ii. In case of disagreement between price in figure and word, price in words will prevail over

price in figure.

Signature of the Bidder with seal