<<

MAGNESITE LIMITED (A Joint Venture of UPSIDC, TRL Krosaki Refractories Ltd and SAIL) U26941UR1971PLC003453 TENDER DOCUMENT FOR TRANSPORTATION OF MINERAL SOAPSTONE FROM ROAd HEAd CHIRANG (dIST. ) TO AML-STOCKYARd AT (dIST. )

Tender No. AML/HO/NIT/2018/01 Dated 18.12.2018

Cost of Non Transferable Tender Document: Rs. 2800 /- (inclusive of GST)

Period & Place of Sale of Tender: On any working day from 18.12.2018 to 01.01.2019 from 10.00 am to 5.00 pm at Almora Magnesite Limited, Magnesite House, Ranidhara Road, Almora () or may be downloaded from our website www.almoramagnesite.com Date, Place & time of Submission of Tender: 02.01.2019 on or before 02.00 pm at Almora Magnesite Limited, Magnesite House, Ranidhara Road, Almora (Uttarakhand)

Date & time of opening of Tender: 02.01.2019 at 2.30 pm at Almora Magnesite Limited, Magnesite House, Ranidhara Road, Almora (Uttarakhand)

Registered Office: Magnesite House, Ranidhara Road, Almora- 263601 Phone: 05962-233010, 233023, 234169 Fax: 05962- 234164 [email protected] [email protected]

www.almoramagnesite.com

This tender document contains following Sections & Forms:

PART –I

Section-1 Notice Inviting Tenders & Detailed Tender Notice

Section-2 Definition & Interpretation

Section-3 Instructions to Bidder

Section-4 General terms & conditions of contract

Section - 5 Special terms & conditions of contract

Form-1 Letter of submission

Form-2 Documents to be enclosed with Techno- Commercial (Part-I) Bid

PART –II

Form-3 Proforma for Price Bid

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 2 of 29

TENDER NO. AML/HO/NIT/2018/01

PART –I

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 3 of 29

SECTION – 1

ALMORA MAGNESITE LIMITED (A Joint Venture of UPSIDC, TRL Krosaki Refractories Ltd. & SAIL) Magnesite House, Ranidhara Road, Almora 263601(Uttarakhand) CIN U26941UR1971PLC003453

NOTICE INVITING TENDER Tenders are invited for award of contract for: (1) Transportation of mineral Soap Stone from Road Head, Chirang, Dist. Bageshwar to our Stockyard at Haripur Motiya, Rampur Road, Haldwani, Dist. Nainital. (2) Sale of mineral Soap Stone of various grades Ex- our Stockyard, Haripur Motiya, Rampur Road, Haldwani, Dist. Nainital. For complete details of each tender please visit our website www.almoramagensite.com and accordingly submit sealed bids on or before January 2nd’2019. MANAGING DIRECTOR

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 4 of 29

SECTION – 1

ALMORA MAGNESITE LIMITED (A Joint Venture of UPSIDC, TRL Krosaki Refractories Ltd. & SAIL) Magnesite House, Ranidhara Road, Almora 263601(Uttarakhand) CIN U26941UR1971PLC003453

DETAILED TENDER NOTICE In reference to the advertisement published in the Times of dtd. 14.12.2018, tenders are invited for award of contract as per the following: Cost of Earnest Tender Money Tender No. Job Quantity Period Due date Document Deposit (Rs.) (Rs.) AML/HO/ Transportation of Mineral 8000 MT One 02.01.2019 2,800/- 80,000/- NIT/2018/01 Soapstone from Road Head (± 25 %) year Chirang (Dist. Bageshwar) to AML Stockyard at Haldwani (Dist. Nainital) AML/HO/ Sale of Mineral Soapstone 5000 MT Three 02.01.2019 5,600/- 3,00,000/- NIT/2018/02 of various grades ex-AML (± 25 %) Months Stock yard Haldwani (Dist. Nainital) Period & Place of sale of tender document: On any working day from 18.12.2018 to 01.01.2019 between 10.00 am to 5.00 pm at Almora Magnesite Limited, Magnesite House, Ranidhara Road, Almora (Uttarakhand) or may be downloaded from our website www.almoramagnesite.com Cost of tender document (inclusive of GST), is payable in cash or D.D. in favour of “Almora Magnesite Ltd.” payable at SBI, Almora. In case downloaded from website, cost of tender document should be deposited along with the Techno -Commercial offer. Place, Date & Time of Place: Almora Magnesite Limited, Magnesite House, Ranidhara Road, Submission of tender along with Almora (Uttarakhand) EMD Date & Time: On or before 2.00 pm 02.01.2019 Place, Date & Time of opening Place: Almora Magnesite Limited, Magnesite House, Ranidhara Road, of Tenders Almora (Uttarakhand) Date: 02.01.2019 Time: i) Tender No AML/HO/NIT/2018/01 at 2:30 pm ii) Tender No AML/HO/NIT/2018/02 at 4: 00 pm

 Detailed scope of work, pre-qualification criteria & other terms and conditions with respect to each tender have been given in the respective tender document.  Please note that any Addendum and or Corrigendum in respect of the above NITs will only be uploaded on Company’s website therefore interested parties are advised to please keep visiting our website for updated information.  The Company reserves the right to accept or reject any or all offers without assigning any reason thereof.

MANAGING DIRECTOR

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 5 of 29

SECTION-2 DEFINITIONS & INTERPRETATIONS DEFINITIONS: 2.01 In the contract, as hereinafter defined, the following words and expression shall have the meaning hereby assigned to them, except where the context otherwise requires. 2.02 “AML” or “COMPANY” or “EMPLOYER” or “OWNER” shall mean Almora Magnesite Limited,” having its Registered Office at Magnesite House, Ranidhara Road, Almora (Uttarakhand) including its successors and assignees or its representatives authorized to act on its behalf for the purpose of contract. 2.03 “Authorized Officer” shall mean the Officer(s) so designated by the Project Manager and/or Head Marketing for the supervision, coordination, direction and administration of the contract work from time to time. 2.04 “Bidder” shall mean an individual/HUF/BOI/AOP/Firm/Company/Any other legal entity or person who has tendered rates in response to this NIT. 2.05 "Clause" shall mean the clause & sub-clause of this document &/or agreement etc. 2.06 “Commencement of Work” shall be reckoned from the date of issuance of letter of acceptance including the stipulated mobilization period. 2.07 “Completion Certificate” shall mean the certificate to be issued by the Head Marketing after the work/s under the contract is completed with satisfactory performance and compliance and fulfillment of all contractual obligations as per terms and conditions of the contract. 2.08 “Contract Period” shall mean the period agreed & allowed for execution of the contract & settlement thereof. It shall also include the extension period if any. 2.09 “Contract Rate” shall means rate entered in figures and words in schedule/s by the successful bidder and accepted by the Company for execution/ performance of all contractual obligations as per the terms and conditions of the contract. 2.10 “Contract” shall mean the agreement between the Company and the successful bidder for execution of the work/s including therein all documents such as invitation for tender/bid, tender document comprising of instructions to bidders, terms & conditions of contract, letter of intent /acceptance, work order, agreed variations, if any etc. Any subsequent changes made in any of these documents, would be deemed to be a part of the contract. 2.11 “Contractor” / “Successful Bidder” shall mean “Bidder” to whom letter of Intent /acceptance/Work order/Contract has been awarded by AML. 2.12 “Depot” shall mean Company’s Depot located at Manpur West, Rampur Road, Haldwani, Dist. Nainital or any other designated place at Haldwani, Dist. Nainital. 2.13 “Factory/Works/Mines” shall mean Company’s Factory/Works & Mines located near Kafligair, Dist. Bageshwar. 2.14 “Finished Goods” “shall mean various products manufactured/processed by the Company and includes minerals, packed or loose. 2.15 “Geologist” shall mean the official so designated by the Company possessing the requisite qualifications and experience. 2.16 “General Manager” shall mean the General Manager of Almora Magnesite Limited or his successor in the office so designated by the Company. 2.17 “Head-Marketing” shall mean the official so designated by the Company for the marketing of Company’s products. Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 6 of 29

2.18 “Incharge-Quality Control” shall mean the official so designated by the Company for ensuring the quality of finished product/mineral. 2.19 “Letter of Intent/acceptance & work order” shall mean intimation by a letter/ fax/e-mail to successful bidder that his/ its offer has been accepted, in accordance with the provision contained in the letter/fax and detailed terms and conditions on which the envisaged work is to be performed under the contract. 2.20 “Managing Director” shall mean the Managing Director of Almora Magnesite Limited or his successor in the office so designated by the Company. 2.21 “Mines Manager, Chirang Mines” shall mean the person so designated by the Company to act as Mines Manager of Chirang Soap Stone Mines. 2.22 “Notice in writing or written notice” shall mean a notice written, typed or printed sent (unless delivered personally or otherwise proved to have been received) by registered post to the last known business address or registered / head/ local office of the addressee and shall be deemed to have been received in the ordinary course of post. 2.23 “Project Manager (Soap Stone)” shall mean the officer so designated by the Company for overall supervision of the Soap Stone Mining & other related activities at Chirang Mines. 2.24 “Road Head Chirang” shall mean the designated place on Bageshwar-Reema roads on which mineral Soap Stone is stacked for loading into trucks deployed by the Contractor. 2.25 “Soap Stone Mines/ Chirang Mines” shall mean Company’s Soap Stone Mines at Chirang located at a distance of about 10 Km from Bageshwar on Bageshwar- Reema Road. 2.26 “Specified /designated location & place” shall mean specific area allocated by the Company for specific purpose. 2.27 “Statutory obligations” would include the entire obligations, which are to be complied with as per the provision of various existing legislations applicable to working areas or to those, which may come in force during entire period of contract. 2.28 “Stockyard” shall mean Company’s Stockyard at Haripur Motiya, Rampur Road, Haldwani, Dist. Nainital. 2.29 “Tender” shall mean the offer submitted by the bidder against this NIT for acceptance by the Company. 2.30 “Tendered Rates” shall mean rate entered in figures and words in schedule/s by the bidder for execution/ performance of all contractual obligations as per terms of the contract. 2.31 “Tonne” shall mean metric tonne (1000 Kilogram). 2.32 “Weighbridge” shall mean Company’s weighbridge or public weighbridge/s authorized by the Company for weighment of finished goods/minerals. INTERPRETATIONS: 2.33 Words denoting person shall include Firms, Companies, Associations or body of individuals whether incorporated or not. Words denoting masculine gender or singular number shall also include the feminine gender & plural number & vice versa, where the contract so requires & permits.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 7 of 29

SECTION-3

INSTRUCTION TO BIDDER BIDDER TO OBTAIN THE INFORMATION ON HIS OWN

3.01 The bidder while quoting the rate shall for all purposes, whatsoever, be deemed to have himself independently obtained all relevant and necessary information for purpose of preparing his tender. The correctness or completeness of the details, given in the tender document is not guaranteed. The details given in the tender document are basically for reference & guidance of the bidder. The bidder is required to satisfy him in all respect of work to be executed, before the submission of offer.

3.02 The bidder shall be deemed to have examined the tender document, to have obtained his own information in all matters whatsoever that might affect directly or indirectly for carrying out the works at the scheduled rates and to have satisfied himself to the sufficiency of his tender. Any error in description or omission in the document shall not vitiate the contract or release the contractor from executing the work according to the terms & conditions of the contract and at the scheduled rate. The bidder is deemed to know and have understood the scope, nature, magnitude of the works, requirement of labour, trucks and other materials & equipments involved and as to what all works he has to complete in accordance with these documents irrespective of any defect, omission or errors that may be found in the documents.

3.03 The bidder, at the his own responsibility and cost, is encouraged to visit and examine the site of works and its surroundings and obtain all information that may be necessary for preparing the offer and entering into a contract with Company, in case he is awarded the work. He shall be deemed to have visited site and surroundings, to have satisfied himself to the locations working & climatic conditions at the site, availability of water, electric power, labour etc. transportation facilities, probable sites for labour accommodation and truck parking, go-downs etc and all other factors involved in the proper execution of works. The Head-Marketing of the Company may be contacted to familiarize with the work including visit to the Works/ Depot.

3.04 The bidder, if awarded the work, shall not be eligible for raising any dispute or claims, in case he is hindered in execution of work due to his negligence/ omission/error in not collecting the details required for execution of work.

TRANSFER OF TENDER DOCUMENT:

3.05 Transfer of tender document to any other party is prohibited. For submitting the offer, it is essential to directly purchase the tender document from the Company or download from our website. In case downloaded from our website, tender fees has to be deposited with Techno-Commercial offer without which, the tender will be rejected.

ONE BID PER BIDDER:

3.06 Each bidder shall submit only one tender.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 8 of 29

COST OF BIDDING:

3.07 The bidder shall bear all costs associated with the preparation and submission of his offer, and the Company will in no case be responsible or liable for those costs, under any condition even if the Company decides to withdraw the “NIT” or modify the tender documents or reject the tender.

GENERAL INSTRUCTIONS FOR FILLING THE TENDER: 3.08 All signatures in the tender document shall be dated and the pages of all the sections of tender document shall be signed at the lower right hand corner and signed wherever specified in the tender document by the bidder or by a person holding power of attorney authorizing him/her to sign on behalf of the bidder. All the documents/papers should also bear the stamp of the bidder.

3.09 The tender shall contain the name, and place of business of person or persons, participants in the tender and shall be signed either by the bidder or his authorised partner/director/ representative.

3.10 Tenders containing corrections and alterations are liable to be rejected. Any corrections, over-writing and alterations, if inevitable, in the entries of the tender papers will be signed in full by the bidder with date. All overwriting, corrections & deletion shall bear initials of the bidder. Correction should be made by writing again instead of shaping or overwriting.

3.11 The tender should be filled in English/ only. Printed conditions on the back of letters originating from bidder will be ignored.

3.12 Bidder, in their own interest are advised to read the tender document completely and carefully, to avoid submission of incomplete bid. Tender in which any of the particulars and prescribed information is missing or incomplete in any respect and/or prescribed conditions are not fulfilled shall be liable for rejection, at the sole discretion of the Company.

3.13 The Company takes no responsibility for delay, loss or non-receipt of tenders sent through Post/Courier service. Offers received through Fax/ E-mail shall not be accepted.

CLARIFICATIONS OF CONTENTS OF TENDER DOCUMENT:

3.14 In case an intending bidder requires any clarification in connection with, or any point covered by, the tender document, he is advised to send their quarries / clarification addressed to the Head Marketing, Almora Magnesite Ltd., Magnesite House, Ranidhara Road, Almora 263601 through email ([email protected]/ [email protected]), so as to deliver at least three days before schedule date of submission of bid.

3.15 Bidder may also contact Head-Marketing, AML on 05962 233010, 233023 for any clarification however the Company will not be bound by any verbal/ oral clarification or interpretation of the tender document or of any matter(s) connected with works to be executed in accordance with the tender documents.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 9 of 29

3.16 Any neglect or failure on the part of the bidder in obtaining necessary and reliable information upon the foregoing or any other affecting the contract shall not relieve him from any risks or liabilities or the responsibility from completion of the works at the scheduled rate/s & time and in strict accordance with the contract document/s.

ADDENDA/ CORRIGENDA:

3.17 The Company may issue Addenda/Corrigenda to Notice Inviting Tender or to this tender document before expiry of the due date of submission of tender to clarify documents or to reflect modification in the specifications or terms & conditions or Scope of work or for any other reasons.

3.18 Addenda/corrigenda to these tender documents, if issued by the Company, shall form an integral part of this tender document and must be signed and submitted along with the bid.

3.19 Any addenda and or Corrigenda in respect of the NIT will only be uploaded on Company’s website therefore interested parties are advised to keep visiting our website for updated information.

CURRENCIES OF THE BID AND PAYMENT: 3.20 The bidder shall quote entirely in Indian Rupees the unit rates and prices.

SUBMISSION OF TENDERS:

3.20 The tenders shall be submitted as per the scheduled date, time and place mentioned in the Notice Inviting Tender (NIT). 3.21 Tender along with covering letter and documents in respect of necessary information shall be submitted along with the offer itself. 3.22 Tender should be submitted in two parts viz. Part-I & Part-II in separate sealed envelopes super scribed Part-I, Techno-Commercial offer” & Part-II, Price Bid “with tender name & NIT No. 3.23 If the outer envelope is not sealed and marked as above, the Company will assume no responsibility for the misplacement and premature opening of the Bid. 3.24 Bidder shall submit self attested copies of documents in support of the required details and any declaration given by the bidder without requisite supportive documents will not be considered. It may be noted that the bid shall be examined on the basis of documents furnished along with it. A bidder shall be fully responsible for consequences including rejection of his tender or cancellation of the contract if the required documents / copies of documents are not submitted along with the techno-commercial bid or any information/ document is found to be false/ fabricated/ misleading. The authorized signatory of the bidder should put his signature along with its stamp on each page of the Techno-commercial bid and should also record the date. 3.25 The Part-I “Techno – commercial Bid” should contain documents as per Form-2 (including addenda/corrigenda, if any) duly signed & sealed alongwith one complete tender document as issued by the Company or downloaded from website of AML. Any price indication should not be given in the Part- I “Techno – commercial Bid”. The following information / documents are to be given in the Part- I “Techno – commercial Bid”.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 10 of 29

1. One complete tender document (original) as issued by Company duly filled in, signed and stamped on each page by the bidder/ authorized representative of the bidder, as prescribed in different clauses of the tender document in token of the acceptance of the terms and conditions of this tender. 2. Prescribed Tender fees, if the document has been downloaded from the website else a copy of the cash receipt issued by the Company. 3. Earnest Money Deposit in the manner specified in the NIT. 4. Power of Attorney in favour of the authorized representative signing the tender, as required. 5. Attested copy of Certificate of Incorporation/registration of contractor. 6. Attested copy of the audited Balance Sheet in support of the turnover for the immediately preceding three years. 7. Copy of PAN. 8. Copy of GST registration.

‘PRICE BID’:

3.26. The ‘Price Bid’ shall be submitted in one copy. i. The bidders have to quote their rate in form – 3, Part-II of this tender document and the rate is to be quoted in rupees only otherwise their price bid may not be considered for award of the contract in spite of opening of the price bid or lowest offered rate.

ii. While quoting the price under this part, the bidder is deemed to have confirmed that the prices quoted are for the total scope of work as described in the tender document and as per the site requirement.

iii. The bidder should quote rates both in figures as well as in words, in English or Hindi. The rates and amounts tendered by him should be in such a way that insertion and/or interpolation is not possible. Part II of the tender should be duly signed and sealed by the bidder. The rates shall be quoted on firm basis.

iv. The bidder who has quoted the lowest price (Rs. / MT) in the prescribed format in Form – 3 Part II of the tender complying all the terms and condition as stipulated in the tender shall be the successful bidder.

v. Further, in case it is found that any bidder has attempted to vitiate the tendering process then the Company reserves its right to forfeit the EMD & debar such bidder for participating in future tenders of the Company at its sole discretion.

DEADLINE FOR SUBMISSION OF BIDS:

3.27. In the event of specified date for the submission of bids being declared a holiday for the Company, the Bids will be received up to the same time on the next working day. 3.28. The Company may extend the deadline for submission of bids by issuing an amendment in accordance with clause mentioned elsewhere in the tender document, in which case all rights and obligations of the Company and of the bidder, which were previously subjected to the original deadline will then be subjected to the new deadline.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 11 of 29

LATE BID/DELAYED BID:

3.29. Any bid received by the Company after the deadline prescribed in NIT due to any reason whatsoever will not be accepted. Any bid received by the Company after the schedule time of closing the tender but before due opening of the tender in such cases bidder may be asked to deposit the same in the receipt section & same shall be marked as a delayed tender.

OPENING OF THE TENDER:

3.30 The envelope containing Part-I –Techno Commercial bid of the offer will be opened as per scheduled date, time and place mentioned in the NIT/detailed tender notice. The authorized representative/s of the bidder is at liberty to be present at the time of opening of the tender.

3.31 If the date fixed for opening of tenders happens to be a holiday for any reason, the tenders will be opened on the next working day at the same time.

EXCEPTIONS AND DEVIATION:

3.33 Bidders are advised to submit quotations based on the terms and conditions and specifications contained in the tender document and not to stipulate any deviations. Bids containing stipulations of deviation to the terms and conditions are liable to be ignored. In case it is absolutely unavoidable to deviate from tender conditions then the bidder should mention the deviations at their risk of rejection only in form attached for exceptions & deviation. Deviations mentioned anywhere else in the bid should be ignored without any consequences.

EARNEST MONEY DEPOSIT (EMD):

3.34 The bidder shall pay Earnest Money Deposit as prescribed in the NIT by way of Demand Draft in favour of the Almora Magnesite Limited, Payable at Almora and attach the same in original with the Techno-Commercial bid of the bidder, failing which the bid is liable to be rejected. The Company shall not be liable to pay any interest, on the earnest money deposit.

3.35 The earnest money of the bidders whose bid is not found to be acceptable on the basis of pre-qualifying criteria and/or on evaluation of their techno- commercial bids (or disqualified bidder) will be refunded in original at the earliest. The earnest money of the bidder who are technically successful but not awarded the work shall be refunded after issuance of letter of intent/work order in favour of the successful bidder. The EMD of successful bidder will be adjusted/appropriated against a part of the Security deposit, but shall stand forfeited if the bidder fails to furnish security deposit and/or fails to commence the work within a period of 15(Fifteen) days from the date of issue of intimation regarding acceptance of tender (LOI).

3.36 The earnest money of a bidder shall be forfeited in the following cases: -

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 12 of 29

i. If the bidder withdraws or modifies the offer after submission of the tender. ii. If the bidder does not furnish the prescribed security deposit within seven days of the date of letter of intent issued in favour of bidder. iii. If the bidder does not execute the agreement, in the prescribed form within 15 days of the letter of intent/work order issued in favour of bidder but before the commencement of the work. iv. If it is established that the bidder has submitted any wrong information/ forged documents along with the tender or thereafter.

VALIDITY:

3.37 Tender submitted by the bidder shall remain valid for acceptance for a period of 180 (One hundred eighty) days from the date of opening of the tender (Part I of the offer). An offer with a validly period of less than 180 days is liable to be rejected.

3.38 The bidder on its own shall not cancel and/or withdraw his tender nor shall he make any variation therein during the period of 180 (One hundred eighty) days or in extended period. In case of bidder revoking, canceling, modifying and/or withdrawing his bid during the validity of bid, the earnest money deposited by him along with tender shall stand forfeited & tender will not be considered for further evaluation.

3.39 In exceptional circumstances, prior to expiry of the original time limit, the Company may request the bidder to extend period of validity for a specified additional period. The request and the bidder’s responses shall be made in writing. A bidder if agreeing to the request will not be required or permitted to modify his bid.

EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:

3.40 Prior to the detailed evaluation of Bids, the Company will determine whether each Bid: i) Meets the eligibility criteria. ii) Is the tender document has been properly signed: iii) Is accompanied by the required securities; and iv) Is substantially responsive to the requirement of the bidding documents.

3.41 A substantially responsive bid is one, which confirms to all the terms, condition, and specification of the biding documents without material deviation or reservations. A material deviation or reservation is one: i) Which affects in any substantial way the scope, quality, or performance of the work; and/or ii) Which limits in any substantial way, inconsistent with the bidding documents, the Company’s right or the bidder’s obligation under the contract; and/or iii)Whose rectification/acceptance would affect unfairly the competitive position of the other bidders presenting substantially responsive bids.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 13 of 29

EVALUATION OF TECHNO-COMMERCIAL BID:

3.42 The techno-commercial bids of substantially responsive bidder’s will be evaluated from all aspects. The AML reserves the right to assess the capability and competency of the bidder based upon the information provided by the bidder in the techno-commercial bid and the information that may otherwise be available to and/or gathered by the AML. The decision of the AML as to which bidder is capable & competent to carry out the work shall be final. The bidder should, therefore, see that he has required level of technical, financial, managerial competence & experience before submitting the tender.

3.43 If a bid is not substantially responsive, the Company at its sole discretion may reject it.

CORRECTION OF ERRORS IN PRICE BID:

3.44 Price Bid (Non-Negotiable-Part-II) of substantially responsive will be checked by the Company for any arithmetical errors. The Company will correct errors as follows:

Where there is discrepancy between the amounts in figures and in words, the lower of the two would be considered.

3.46 Price Bid (Non-Negotiable-Part-II) only of techno-commercially acceptable tenders shall only be opened. Only such short listed tenders will be informed about the date and time of opening of the price bids.

NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT:

3.47 The successful bidder shall be notified of the award of the tender by the Company, through postal communication or through facsimile / e-mail confirmed by registered post. 3.48 The notification of award will constitute the formation of Contract. The execution of agreement as per clauses below would be the formalization of the contract that commenced with the issuance of letter of intent.

SIGNING OF THE CONTRACT AGREEMENT:

3.49 The bidder shall be required to execute an agreement on non-judicial stamp paper of appropriate value under Indian Stamp Act with the Company within 15 days from the date of intimation regarding acceptance of tender/ Letter of intent. The cost of execution of agreement including non-judicial stamp paper & stationery shall be borne by the bidder.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 14 of 29

3.50 The contract agreement shall consist of : i. An agreement on non-judicial stamp paper of appropriate value. ii. Signed & sealed tender document including the price offer, alongwith the addenda / corrigenda, if any. iii. Letter of intent /acceptance & detailed work order. iv. Agreed variation, if any, v. Any other document as mutually agreed.

RIGHTS OF COMPANY: 3.51 The Company reserves the right: i) to accept or reject any or all the tenders, in part or in full, without assigning any reason, there to, ii) not to accept the lowest tender or assign reasons for not accepting the lowest tender, iii) to increase/ decrease the quantity and period of contract, without any additional obligation on it, iv) to reject the offer, if is established that the bidder has submitted any wrong/ misleading information or forged documents along with offer or thereafter.

3.52 The Company may exercise any of the above right at any time prior to the award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for its action.

REFUSAL / FAILURE:

3.53 After release of detailed work order under this tender by the Company, if the successful bidder fails/ refuses to accept the award and/ or commence execution of the work, the bidder shall be deemed to have abandoned the contract and such an act of the successful bidder shall amount to and be construed as calculated and willful breach of the contract, and in such an event the Company shall have full right to claim damages/compensation thereof in addition to the forfeiture of Earnest Money/Security Deposit so deposited.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 15 of 29

SECTION-4

GENERAL TERMS AND CONDITIONS OF CONTRACT

INTERPRETATION OF CONTRACT DOCUMENT: 4.01. Except if and to the extent otherwise provided by the contract, the provisions of the general terms & conditions and special terms & conditions of the contract shall prevail over those of any other documents forming part of the contract.

4.02. Several documents forming the contract are to be taken as mutually explanatory. Should there be any discrepancy, inconsistency, error or omission in the contract or any of the matter may be referred to the Managing Director whose decision shall be final and binding.

SECURITY DEPOSIT (SD): 4.03 The successful bidder shall furnish a Security Deposit 10% (Ten percent) of the total value of Contract. (Here, value shall mean: Contract rate x quantum of work)

4.04 The successful bidder, hereinafter also termed as Contractor shall furnish security deposit as above through Demand Draft /E-transfer in favour of Almora Magnesite Ltd., payable at Almora within 7 [Seven] days of the issuance of such communication letter of acceptance/intent, for due fulfillment of all or any of the terms & conditions of the contract.

4.05 The entire Security Deposit shall be refunded within a period of three months from the date of completion of the contract, provided always that the Contractor has paid all the bills including the final bill subject to claims as are permissible under these terms and all other claims to the Company arising out of this contract have been fully met by the successful bidder and the Contractor has rendered “No claim and No dues Certificate” to the Company.

4.06 The Security Deposit shall be liable to be forfeited wholly or partly at the sole discretion of the Company, should the successful bidder either fail to fulfill the contractual obligations or fail to settle in full, all claims of the Company, In case of premature termination of the contract due to default of the Contractor, the Security Deposit will be forfeited and the Company will be at liberty to recover the loss suffered by it from the successful bidder.

4.07 The Company may deduct from the Security Deposit any sum due and any other sum that may be fixed up by the Company as being the amount of loss or losses or damages suffered by it due to delay in performance and/or non-performance and/or partial performance of any of the terms of the contract.

4.08 All compensation or other sums of money payable by the Contractor to the Company or recoveries to be made under the terms of this contract may be deducted from any sums which may be due to the Contractor from the Company on any account and in the event of the such amount being insufficient the successful bidder shall within seven days of such shortfall make good, failing which the balance amount shall be recovered from the security deposit.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 16 of 29

4.09 In the event of security deposit amount at any time during the currency of the contract falling short of the specified amount, the Contractor shall forthwith make good the deficit, so that the total amounts of Security Deposit will not at any time be less than the amount so specified. 4.10 No interest shall be payable on the Security Deposit amount. 4.11 In case of enhancement of quantum of work, due to any reason, the Contractor shall furnish additional security amount. This security amount may be progressively recovered from the successful bidder.

SUB-LETTING OF WORK: 4.12 The whole of the work included in the contract shall be executed by the contractor alone and the contractor shall not directly or indirectly transfer, assign, under-let or sublet the contract or any part thereof or interest therein without prior written permission and doing so shall render the contract to be terminated on risk and cost of the contractor.

COMPANY NOT LIABLE TO PAY COMPENSATION: 4.13 The Contractor shall have no claim against the Company for any business loss, idle charges, compensation upon failure, delay, omission etc. on the part of the Company to carry out any or all the provisions of the contract for any reason whatsoever. The Company’s decision in the matter shall be final and binding on the Contractor.

NO CLAIM IF WORK IS ABANDONED OR POSTPONED: 4.14 The Contractor shall have no claim, whatsoever against the Company if the work or any part thereof covered by the contract is postponed to any later date and/ or withdrawn in part in the overall interest of the Company or for security or for any other reason/s. The Company’s decision in this regard shall be final and binding on the Contractor.

DISCREPANCIES BETWEEN INSTRUCTIONS: 4.15 Should any discrepancy occur between the various instructions furnished to the Contractor, his authorized representative or staff or any doubt arising as to the meaning of any instructions or should there be any misunderstanding between the Contractor’s staff, the Contractor shall refer the matter immediately in writing to the Head Marketing whose decision thereon shall be final and conclusive and no claim for losses alleged to have been caused by such discrepancies shall in any case be admissible.

DAMAGE TO PROPERTY: 4.16 The Contractor shall be responsible for making good at his cost to satisfaction of the Company any loss or any damage to building, structures, equipment, installations, properties etc. belonging to the Company or being executed or procured or being procured by the Company or of other agencies within the premises of the Company, if such losses or damages is due to fault and/or negligence or willful acts, omission, and/or any other reason whatsoever of the Contractor and/or his sub-contractor/s, their employees, agents, representative etc.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 17 of 29

CHANGE IN CONSTITUTION: 4.17 The contractor shall obtain prior approval in writing from the Company before any change is made in their status. If prior approval as aforesaid is not obtained the Contractor, it shall be deemed to have acted in contravention of the contract and the contractor shall be responsible for the same.

FORCE MAJEURE:

4.18 No failure or omission to comply the provisions under this contract shall give rise to any claim by either party against the other if such failure or omission arise from any act of God which shall mean all natural calamities such as fire, flood, earthquake or any pestilence or due to any war, Civil war or state of insurrection or due to the compliance with any statute or regulations of the Government. Either side will give documentary proof as the case may be within a reasonable time after the happenings provided notice of such cause is given in writing by the party affected within 14 days of the happening of the event. In case it is not possible to serve the said notice within the said period of 14 days then within the shortest possible period. As soon as the cause of force Majeure has been removed, the party whose ability to perform its obligation has been affected shall notify the other of such cessation. Should one or both the parties be prevented from fulfilling their contractual obligations by state of force Majeure lasting for a continuous period of one month both the parties shall consult each other and decide about the future course of action regarding the contract.

SERVICE OF NOTICE ON CONTRACTOR:

4.19 Any notice hereunder may be served on the Contractor or his/its duly authorized representative at the work site or may be served by registered post directly to the address furnished by the Contractor. Proof of issue of any such notices shall be conclusive of the fact that the Contractor has been duly informed of all contents therein. The Contractor shall furnish to the Company, the name, designation and addresses of his/its authorized agent at the work site as well as his head office.

SERVICE OF NOTICE AND COMMUNICATION WITH THE COMPANY 4.20 Notice and communication addressed to the Company or the Head-Marketing, shall be deemed to have been duly delivered if dispatched by registered post to the Company’s Registered Office at Almora. 4.21 Notice and communication addressed to the Company shall be valid only if duly signed by the Contractor or his duly authorized representative acting for him on his behalf.

TERMINATION: 4.22 If the Contractor fails to execute the work or any part thereof with such diligence so as to ensure its completion within the time specified in the contract, or extension thereof, or fails to complete the said work within such time or fails to perform any of his obligations under the contract or in any manner commits a breach of any of the provisions of the contract, it shall be open to the Company in its option, by written notice to the contractor:

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 18 of 29

(a) To determine the contract; in which event the contract shall stand terminated and shall cease to be in force and effect on and from the date notified by the Company in this behalf, whereupon the Contractor shall stop forthwith all or any of the contract work, then in progress and the Company may on its part, may take over the work remaining incomplete by the Contractor.

(b) Without determining the contract, to take over the work of the Contractor or any part thereof and complete the same through any other party at the risk and cost of the Contractor.

4.23 Before determining the contract, as aforesaid, and provided that, in the judgment of the Company, the default or defaults committed by the Contractor is or are curable or may be cured by the Contractor if any opportunity is given to him to do so, the Company may, by notice, in writing, call upon the Contractor to cure the default within such time as may be specified in the notice.

4.24 In the event of the Company proceeding in the manner herein above prescribed the whole of the Security Deposit furnished by the Contractor or retained by the Company shall be liable to be forfeited, without prejudice to the right of the Company to recover from the Contractor, the excess cost referred to aforesaid

4.25 The Company shall also have the right to proceed in the manner prescribed in sub-clauses above, in the event of the contractor abandoning the execution of the contract work for a continuous period of two week, or becoming bankrupt or insolvent, or compounding with his creditors or assignees the contract in favour of his creditors or any other person or persons, or being a firm or a corporation goes, into voluntary liquidation, provided that in the said event, it shall not be necessary for the Company to give any prior notice to the Contractor.

4.26 Termination of the contract as aforesaid shall not prejudice or affect the rights of the Company which may have accrued up to the date of such termination.

DISPUTE, JURISDICTION:

4.27 In case of any dispute, the same shall be resolved by mutual discussions and agreement. However the decision of the Managing Director shall be final and binding.

4.28 No courts other than the courts located at Almora- Uttarakhand shall have jurisdiction over any matter concerning any aspect of the work under this tender.

4.29 The contractor shall not stop or abandon the work due to and during the pendency of such disputes or differences.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 19 of 29

SECTION-5

SPECIAL TERMS & CONDITIONS OF CONTRACT

APPLICABILITY: 5.01 These terms and conditions are in addition to the General terms and conditions specified in earlier Sections of this tender document. These special terms and conditions as detailed in this section in the following clauses shall prevail upon the General terms & conditions, should there be any discrepancy or conflict or contradiction between the two.

SCOPE OF WORK: 5.02 Various grades of mineral Soapstone are produced at Chirang Soapstone Mines of the Company and mineral Soapstone packed in old HDPE bags 50 kg (approx.) is transported from the pit head and stacked at Road-head Chirang located at a distance of about 10 Km from Bageshwar, the District Head Quarter on Bageshwar-Reema road. 5.03 Company intends to transport mineral Soap Stone stacked at Road-head Chirang to AML stockyard located at a distance of about 175 Km at Haripur Motia, Rampur Road, Haldwani, where grade wise mineral stock is maintained for further sale. 5.04 Company will inform the Contractor to deploy trucks as per weekly schedule of transportation and to adhere with the same, transporter shall be communicated through email or any other means of communication. 5.05 The Contractor will depute its authorized representative at Road head Chirang, who will arrange loading & transportation of Soap Stone by deployment of labourers and trucks on regular basis and follow the instructions of the Project Manager (Soap Stone) or his authorized representative. 5.06 The Contractor will furnish the authorization letter in favour of his authorized person alongwith a copy of ID card (Voter ID/Aadhar etc.). Any unruly behavior of the authorized representative will be considered as serious violation of the terms and conditions of the contract. 5.07 The Contractor will deploy trucks at Road head Chirang within 48 hours of the call for transportation executed through email or alternatively through other means of communication failing which Company will impose a penalty @ 2% of the agreed rate of transportation on every 24 hrs delay. Similarly in case of delay in delivering the material to the specified site (AML Stockyard) a penalty @1% per two hour delayed as per the designated travel time of ten hours (under standard conditions) will be imposed. 5.08 Contractor will be responsible for loading of material into the trucks deployed by him at Road head Chirang. Adequate manpower shall be arranged by the contractor to ensure timely loading of trucks. 5.09 Each truck deployed by Contractor will be checked for its roadworthiness and authenticity of various documents (RC, Permit, Fitness & PUC etc.) including valid driving license of the driver. 5.10 Company will allow loading of material in each truck deployed by the Contractor strictly as per the carrying capacity of each truck specified in the Registration Certificate of the vehicle and in accordance with the permission regarding maximum allowable weight to carry in a truck for Hilly areas as granted by the State Transport Authorities.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 20 of 29

5.11 The Contractor will transport the material loaded in each truck with all due care for quality & quantity and will do all necessary arrangements for delivering the quality material, packed or loose free from moisture. He will ensure proper sealing, covering, packing of the truck to prevent the chances of material getting affected from rains, wind storm, fire and any other hazard. 5.12 In case of any shortage in the quantity of the material transported as well as damage to the quality of the material resulted due to rain, fire or any other cause during the transportation, Company shall be free to recover losses and accordingly deduction will be effected in the corresponding invoices. 5.13 The Contractor will solely be responsible for the safety and time bound delivery of the products. 5.14 The Contractor or his authorized representative will follow the schedule of dispatch and other instructions given by the Authorized Officer on day to day basis. Any unruly behavior of the authorized representatives, truck driver/ helpers and labourers will be considered as serious violation of the terms and conditions of the contract. 5.15 Unloading of transported products at AML Stockyard, Haldwani will be arranged by the Company. 5.16 For each delivery, the Contractor will obtain a clear receipt from the authorized Officer of the Company at Haldwani and the same will be submitted for processing of invoices.

QUANTITY, VARIATION IN QUANTITY: 5.17 Quantum of work envisaged under contract is transportation of 8,000 metric tonne of mineral Soap Stone. 5.18 The Company reserves the right to vary the quantum of work by ± 25% of the total quantity during the currency of contract at its sole discretion and the contractor will execute the work on same rates, terms and conditions. No advance notice will be served for this.

PERIOD OF CONTRACT:

5.19 The period of contract shall be 1 (one) year from the date of issuance of Letter of Intent (LOI) and includes the period allowed for mobilization. The Company may extend the period in its absolute discretion.

PRE-QUALIFICATION CRITERIA: Bidder shall be pre-qualified on the basis of the following criteria:

5.20 The bidders should mean an individual/HUF/BOI/AOP/Firm/Company/Any other legal entity having experience of transportation of goods/ minerals 5.21 The Bidder should have an average annual turnover of Rs. 30.00 Thirty Lakh during the immediately preceding three financial years. The Bidder should submit copies of audited financial statements in support of the turnover claimed. Turnover of individual/partners/Directors shall not be considered. It is to be noted that, in case of Company/firm, the turnover of the Company/firm shall only be considered. In case of partnership firm, the turnover of partnership firm will be evaluated subject to the condition that, partnership firm duly registered as per the statutory provisions and is in vogue prior to issuance of NIT of this tender.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 21 of 29

5.22 The Bidders should own minimum 2 nos of Trucks each having not less than 9 MT capacity in their own name. Supporting documents like Copy of Registration of Trucks, Road Permit, Fitness & PUC etc should be submitted along with the Tender document. 5.23 The Bidder should have an experience of successful completion of atleast one similar transportation job during the immediately preceding three financial years. The Bidder will furnish supporting documents e.g. copies of Work order or Contract agreement and Completion certificate along with the Techno- commercial offer. 5.24 The Bidder should have a valid PAN No. and should have been registered with the Goods and Service Tax registration authorities. 5.25 The Individuals/firms/parties/companies who have earlier been suspended or banned by the Company or whose contracts have been terminated by the Company shall not be eligible to participate in this tender. 5.26 Company reserves the right to call for any additional information so as to check the eligibility of the bidder.

COMMENCEMENT OF WORK: 5.27 In the event of the award of the contract, the contractor shall have to commence the work within a period of 15(fifteen) days from the date of issuance of Letter of Intent. 5.28 In case of failure of the contractor to commence the work within the stipulated period, the Company shall have absolute discretion to withdraw the letter of Intent (LOI) and forfeiture of the Earnest Money Deposit. 5.29 The Company in such circumstances reserves the right to award the contract to any other party at the risk and cost of the contractor.

RIGHT TO REVIEW PERFORMANCE: 5.30 The Company reserves the right to review and assess the performance of the work at any time during the contract period. In case of poor or unsatisfactory performance and/or breach of any terms and conditions of the contract, the Company in its absolute right and discretion may take appropriate action including termination of the contract.

5.31 The Company shall have absolute right to determine and ascertain the damages or losses suffered by it due to poor performance or breach of the terms and recover the costs thereof from the contractor from the security deposit or any sum due to the contractor from the Company. The Company shall also have absolute right to get the work done from any other agency at the risk and cost of the contractor, in case, the contractor fails to perform the work continuously for more than 15 (fifteen) days.

WEIGHMENT: 5.32 All trucks deployed by the Contractor for the transportation of Soap Stone will carry certified tare weight of the truck and shall furnish the same to Project Manager (SoapStone) or his authorized representative before loading Soap Stone. 5.33 Weighment of trucks deployed by the contractor shall be carried out at Company’s authorized weighbridge near Chirang as well as at“Kainchi Dham Dharam Kanta”, Rampur Road, Haldwani.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 22 of 29

5.34 The Company in its absolute discretion may allow weighment at any other places as & when it deems fit and required in case of breakdown of the authorized weighbridge. 5.35 The contractor will not claim any amount on account of weighment charges at Haldwani. 5.36 The company may allow a shortage on account of transit loss up to a maximum of 0.50% trip to trip basis. If the shortage is beyond the allowed limit of 0.50% then the full cost of material of shortage shall be recovered from the pending bills or security deposit of the transporter at the ruling price and taxes thereon. Also no payment of remuneration for transportation for such shortage beyond 0.5% shall be admissible to the transporter. 5.37 Company shall closely monitor the weight variance and any act of the contractor causing loss to the Company will be dealt seriously and will result in termination of the contract.

VARIATION IN STATUTORY TAXES, DUTIES & LEVIES: 5.38 All taxes/duties/levies as applicable should be taken into consideration while making the offer. Ignorance of it, shall not qualify for any additional payment. The Company will recover /reimburse any tax/ duties/ levies which are imposed/ increased or withdrawn/decreased, as the case may be, after the date of issue of NIT and are directly applicable to this contract and payable by the Contractor.

TERMS OF PAYMENT (BILLING): 5.39 The Contractor will raise invoices against the quantity transported during the month strictly as per the weight recorded at Company’s Authorized weigh bridge and the payment shall be released within a period of sixty days from the date of submission of the invoices. 5.40 The Contractor will submit monthly invoices at AML Depot for processing for payment after necessary verification.

ESCALATION/DE-ESCALATION CLAUSE: 5.41 The retail HSD price rate at Haldwani @ Rs. 63.49 per Ltr. as on 16.12.2018 shall be considered as base retail price for the purpose of escalation/de-escalation of contract rate. 5.42 An escalation/ de-escalation on the offered and agreed price will be allowed on monthly basis @1% for every 2.5% increase/ decrease in average monthly HSD rates subject to a minimum change of Rs. 1/- per litre over and above the base HSD price of Rs. 63.49/- per litre as on 16.12.2018 at Haldwani.

5.43 Save and except as aforesaid, the contractor shall not be entitled to raise any claim and/or demand and/or any dispute on account of escalation or raise or increase in the prices of any other input cost element whether in respect of lubricants, tyres, tubes, spares, wages, insurance charges, Road tax or on any other ground/or reason whatsoever.

COMPLETION CERTIFICATE AND CLOSING OF THE CONTRACT 5.44 On completion of the work awarded under the contract and complying with all the terms & conditions stipulated herein to obtain a certificate of completion from the Head- Marketing, the contractor shall apply along with following documents: (i) No Dues certificate from the Company.

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 23 of 29

(ii) A certificate in favour of the Company that No claim has been due towards the Company and he will not claim any dues after the closure of the contract. (iii) Indemnification Bond of appropriate value on Non-Judicial stamp paper. (iv) Any other document/information required in regard to the contract.

5.45 The Head-Marketing shall formally issue completion certificate within 15 (fifteen) days on receiving application from the Contractor, after verifying the documents in accordance with all the provisions of this contract and as per instructions issued to the Contractor by the Company from time to time during the currency of the contract. 5.46 The Contractor, after obtaining the completion certificate, shall be eligible to get the refund of the security deposit within a period of three months.

UNDERTAKING: I/We have carefully gone through and fully understood all the above terms and conditions as mentioned in various parts, chapters, sections, clauses, sub-clauses etc. of the tender document and all these terms and conditions are acceptable to me/us. For and on behalf of the bidder

(Signature of bidder with seal) Date: Place:

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 24 of 29

FORM-1 (On the letterhead of the bidder) LETTER OF SUBMISSION OF TENDER DATE: ………… FROM: M/s ______To: The Head -Marketing, Almora Magnesite Ltd. Magnesite House, Ranidhara Road Almora Sub: Tender for Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital)

Tender No. ……………………………………………………………………. Dear Sir, 1. I/We, possess requisite competence, resources, experience, skill & expertise, hereby tender my/our offer for execution of the above work as mentioned in the tender document. I/We have carefully examined the documents connected with the above-mentioned work and agree to abide by the same. 2. I/We agree to execute the contract according to the specified period/time schedule, at the schedule rate quoted by me/us for the work in accordance with all the terms & conditions of the tender document. It is expressly understood by me /us that the time is the essence of the contract. 3. DD(s) towards tender document fees (In case tender document downloaded from the website) and EMD prepared in favour of Almora Magnesite Ltd. payable at Almora as per the details given below are being enclosed. I/We further agree to furnish the Security Deposit and accept all the terms and conditions laid down in the Tender Document in this respect.

DD No. Date /Name and Address of Bank Amount

4. In the event of acceptance of our tender, I/ We hereby agree to abide by and fulfill all terms and conditions referred to in the tender document including price offer and in case of any default thereof the Company shall have the right to forfeit the Earnest Money amount as mentioned in the NIT and/or Security Deposit, or recover such sums of money as stipulated in the conditions contained in the tender documents. The Company shall also be at liberty to withdraw & cancel the work order including forfeiture of the Earnest Money amount as deposited with bid &/or security deposit if the contractor fails to complete the following:

a) Furnishing of security deposit within the overall period of 7 (Seven) days from the date of issuance of letter of intent (LOI) and Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 25 of 29

b) Execution of agreement within 15 (fifteen) days from the date of issuance of work order. 5. I/We enclose documentary proof of my/our Audited Balance sheets and all other requisite document as specified in the tender document.

6. I/We am/are fully aware of the statutes/ laws/rules in connection with working at the site. I/We agree to abide by the applicable statutory provisions.

7. I/We hereby confirm that Price Bid (Part-II) of the tender contains no stipulation.

8. I/We agree to accept the decision of the Company in respect of pre-qualification of my/our offer.

9. I/We hereby declare that the decision of Company (AML) in selection/rejection of the tender shall be acceptable and binding on me/us.

Date, the ______day of, ______.

Signature of bidder with the seal

Name in Block Letters: ______Full Address ______Contact no., Email ID ______

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 26 of 29

FORM-2 (On the letterhead of the bidder) DOCUMENTS TO BE ENCLOSED WITH ‘TECHNO-COMMERCIAL (PART-I) BID’ Tender No. ------The documents should be submitted alongwith TECHNO-COMMERCIAL (PART-I) BID’ in the Proforma given below: - Name & address of bidder with Telephone no., Mobile No., Fax No., email

Status of bidder: Individual/Firm/Company/Others…………… Turnover for the last three years: 2015-16…………………….. 2016-17 ……………………. 2017-18 ……………………. One complete tender document (original) as issued by Company duly filed in, signed and stamped on each page by the bidder/ authorized representative of the bidder, as prescribed in different clauses of the tender document in token of the acceptance of the terms and conditions of this tender. Earnest Money Deposit in the manner specified in the NIT. Power of Attorney in favour of the authorized representative. Copy of Certificate of Incorporation/Registration/License Copy of the audited Financial Statements in support of the turnover for the preceding three financial years. Copy of PAN Card Copy of GST Registration Copy of Registration Certificate and Road permit of 2 trucks owned by the Contractor. Copy of Work order or Contract agreement and Completion certificate in support of experience of similar transportation job. Any other details Note:- 1. In case the above documents are not submitted alongwith the tender, then the bidder may not be considered technically eligible and his Price Bid may not be opened, and for which, the bidder itself will be responsible. Company is not bound to ask the bidder to submit the left out details, if any, after submission of tender on due date. 2. Before enclosing the document read carefully the tender document conditions/ stipulations and submit the requisite documents only. Signature of bidder with seal Date: ------Place: ------

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 27 of 29

TENDER NO. AML/HO/NIT/2018/01

PART –II

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 28 of 29

FORM-3 PART –II PROFORMA FOR 'PRICE BID This part of tender should contain the 'PRICE BID' only and should be submitted in a separate sealed envelope superscripting on the envelop the Tender No., Name and address of the bidder and indicating in bold letter 'PRICE BID’ only. The Price Bid should be submitted, strictly in Proforma as given below: - Tender No. …..…………………………………………………………………………… Name and address of the bidder ...... ……………………………………

Description of Work Offered Price Exclusive of GST (Rs./ Metric Tonne) Transportation of Mineral Soapstone from Figure………………. Road Head Chirang Mines (Dist. Bageshwar) to AML-Stockyard at Words……………………………… Haldwani (Dist. Nainital) ……………………………………..

Price of HSD as on 16.12.2018 at Haldwani is Rs. 63.49 / Litre and the same shall be considered as base price for escalation/ de-escalation.

Signature of Bidder with Seal

Date: ------Place: ------

Transportation of Mineral Soapstone from Road Head, Chirang (Dist. Bageshwar) to AML-Stockyard at Haldwani (Dist. Nainital) Page 29 of 29