LIMITED TENDER ENQUIRY

Tender No : KIOCL/MED/MoM/LTE/KA/ 08 Due date for Submission of Date : 3rd Mar 2017. quotation: 1400 hrs on 18th March 2017

This invitation to the bid is issued to limited bidders who are empanelled with KIOCL Ltd. for carrying out all the 3 categories of exploration works which was published vide our EOI notice No. KIOCL/MED/EMPL/01 dated 23.06.2015 and No. KIOCL/MED/EMPL/01/R-1 dated 07.12.2015. Other than to whom this limited tender enquiry is issued, if any bidders submit the offers, their offers will not be considered for this tender.

Dear sir,

Subject: Tender enquiry for fixing up mineral exploration agency for providing technical support and for carrying out G4 mineral investigation works for Gold and associated elements at Udbur area of (Dist) of State.

1. INTRODUCTION: 1.1 M/s KIOCL Limited (A Govt. of Enterprise) is allotted for carrying out G4 level of mineral investigation works for gold and associated elements an extent of 202 Sq kms at Udbur area of Mysore (Dist) of Karnataka state. 1.2 KIOCL Ltd. desires to select a mineral exploration agency among its empanelled mineral exploration agencies who are qualified for all the 3 categories of works (i.e Surface topography & Geological Survey, Drilling works and Report preparation works) through limited tender enquiry (LTE) process for providing technical support and for carrying out G4 stage of mineral investigation works of the subject block in association with KIOCL technical manpower.

2. LOCATION OF THE BLOCK : 2.1 The area is located in the south of Mysore city of Karnataka state. The area falls in Survey of India Toposheet No. 57D/12. The geo – coordinates of the boundary points of the area is provided below. Page 1 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

Point Geo Co -ordinates Point Geo Co -ordinates No Longitude Latitude No Longitude Latitude A 76030’00” 12015’00” E 76045’00” 12011’00” B 76030’00” 12011’00” F 76045’00” 12015’00” C 76035’00” 12011’00” G 76040’00” 12015’00” D 76040’00” 12011’00” H 76035’00” 12015’00”

2.2 Total extent of the area : 202 Sq Kms. 2.3 The study area falls in the southern direction of Mysore city of Karnataka state. The investigation area has good network of roads. The investigation area is around 10 kms from Mysore city and falls in various villages of Mysore, Heggadadevankote and Nanjanagudu thaluks of . The villages like Kadakola, Udbur and Jayapura are the important places in the investigation area. Mysore Airport (Mandakahalli airport) falls in the center of the Investigation area. The highways connecting Mysore to Mananthavadi and Mysore to Nanjangudu passes through the investigation area. The entire area is criss-crossed by a network of all weather and metalled roads. 2.4 Nearest Railway station is Mysore and is situated at a distance of 20 kms from the investigation area and nearest airport is Mysore airport ( Mandakahalli airport) which falls in the center part of the investigation area.

2.5 Type of land / area: The area under subject investigation work involves Revenue lands, Patta lands and Reserve & Deemed forest area. A tentative extent of around 14.5 Sq kms situated in the western part of the block falls under Chikkanahallli Reserve forest area and a tentative extent of around 0.5 Sq kms of area situated in the South – Eastern part of the block is covered under Ayyarahalli deemed forest area. The remaining area of 187 Sq Kms falls in Revenue and patta lands of Mysore, Heggadadevanakote and Nanjangudu taluks of Mysore District.

3. SCOPE OF WORK: The Successful Bidder/agency shall provide necessary technical support and shall under take G4- stage of mineral investigation works in the block bounded by the co- ordinates as specified at clause no 2.1 of the document over an extent of 202 Sq Kms for identification of mineralization of gold and associated elements. The G4 investigation work is required to be carried out in the following 3 stages. 3.1 Stage – I : Large scale geological mapping. 3.2 Stage – II : Detailed geological mapping of mineralized zone(s). 3.3 Stage – III : Scout drilling. 3.4 Ore Reserve estimation: The detailed scope of work is furnished below. 3.1 Stage – I : Large scale geological mapping: The agency shall carry out large scale geological mapping of 202 Sq kms bounded by the geo co-ordinates as specified at Page 2 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

point no.2.1 of the document. The agency shall identify/isolate potential mineral bearing areas/zones of gold and associated from the total extent of 202 Sq Kms on the basis of large scale geological mapping in 1:12500 scale, geochemical sampling and analysis of the available aerial survey records & investigation reports. The details of the work to be performed in Large scale geological mapping is furnished below. 3.1.1 Literature survey: a. Agency shall be responsible for collection, study and interpretation of various Geo-Stat imageries, aerial photographs, aero geo-physical survey data, previous investigation geological reports, maps conducted by various other organizations in the subject area so as to demarcate the potential targeted gold and associated elements mineralization. KIOCL will provide necessary assistance in obtaining the reports and maps from the respective organizations. b. The agency shall incorporate all the findings of the literature survey in stage-I investigation report. 3.1.2 Geological mapping: a. The agency is responsible for carrying out large scale geological mapping of the block (202 Sq Kms) in 1: 12,500 scale for identification of mineralization of gold and associated elements. b. The area of 202 Sq Kms is required to be geologically and structurally mapped for identification of mineralized zones of gold and associated elements. c. Geological and structural studies of the various litho units available in the area are to be carried out for identification of gold and associated elements mineralization. d. Various geological parameters like length, width, strike and dip of the gold and associated elements mineralization zone(s)/ bands are required to be identified and mapped. e. Agency is responsible for collection of various geological field inputs obtained from old workings available within the block and required to make geological interpretations accordingly. These observations and interpretations shall be brought in stage I investigation report. f. The agency shall measure the co-ordinates of the each sample collection points, outlines of geological lithounits, surface exposures, old working etc. by using handheld GPS and to be marked on the maps.

Page 3 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

3.1.3 Collection of Surface, Bed rock samples and stream sediment samples: a. The agency shall collect 300 nos of Surface and bed rock samples from the mineral bearing area(s) for identification and delineation of gold and associated elements mineralization. b. The surface samples are to be collected from surface exposures, escarpments, nullah sections etc. c. In case of contamination of surface samples due to agriculture or any other reasons the agency shall collect the sub surface samples using handheld auger technique. d. The agency shall collect 150 nos of stream sediment samples in order to study geochemical behavior of gold and associated elements in the stream sediments as well as to study the gold and associated elements of the provenance transported by the streams. Stream sediment samples should be collected from morphological traps present in the stream. e. The agency shall collect Soil and stream sediment samples in sufficient quantity to separate out the heavy minerals in good quantity through panning process. 3.1.4 Sample analysis works at NABL certified laboratory : a. The agency is responsible for carrying out the sample preparation and analysis works at NABL certified laboratory situated near to the site at his own cost. b. All the samples are required to be analysed for Gold and associated elements like Copper, Chromium, Zinc, Nickel, Cobalt etc. c. The agency shall carry out the analysis works of Gold by using Fire assay method only. d. The agency shall carryout the primary sample analysis works, composite sample analysis and Check sample analysis works at NABL certified laboratories. 3.1.5 Preparation of Stage I mineral investigation report: a. Based on the sample analysis results, field geological data and findings of the literature survey the agency is required to prepare the stage I mineral investigation report in accordance with the Mineral Evidence and Mineral Contents rules 2015 (MEMC rules 2015). b. The agency shall prepare Stage-I mineral investigation report along with requisite maps in 1:12,500 scale showing the various lithological boundaries and structural elements of gold and associated elements mineralization and identification/delineation of the target block (s). c. Agency shall also provide the recommendations along with necessary justification for taking up the Stage –II (Detailed mapping) mineral investigation work of the target block(s) in Stage I report. Page 4 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

d. The agency shall carry out ore reserve/ resource estimation as detailed at point no.4 of the document and provide the details of the ore reserve/ resource estimation in stage I report. e. In case of non- feasibility of taking up the further investigation works through Stage II (Detailed geological mapping), the agency shall submit the final G4 investigation report in consultation with KIOCL after completion of Stage I investigation works. f. The agency is required to carry out surface geophysical survey using ground magnetic geophysical method to a length of 300 line kms (lkms) and using IP and resistivity method to a length of 25 lkms in stage II investigation work. The agency is also required to carry out pitting /trenching works in stage II investigation work. g. The agency shall prepare proposed pitting/trenching location map with geological outline in the requisite scale and proposed layout maps for carrying out surface geophysical survey with the required grid interval as a part of the Stage – I investigation report.

3.2 Stage – II : Detailed geological mapping of the mineralized zone: After identification/demarcation of mineralized zone(s) through stage I work, the agency is required to carry out the detailed geological mapping works of the mineralized zone(s). The details of the work to be carried out is provided below. 3.2.1 Detailed geological mapping: a) The agency shall carry out detailed geological and structural mapping of the targeted blocks for mineralization of gold and associated elements in 1:2000 or 1:1000 scale. The geological and structural mapping works shall be carried out for showing the detailed lithounits, dips, strike, structural features of the targeted blocks on micro and macro scale. b) A tentative extent of 4 Sq Kms is projected towards targeted mineralization zone(s). The projected quantity may vary as per the site condition. c) Collection of pit or trench samples :  The agency shall carry out 200 Cum of pitting or trenching works in the mineral bearing area for establishing mineralization of gold and associated elements.  The dimension of each pit may be 3 ft x 3ft x 3 ft or may vary as per the site conditions in consultation with KIOCL site incharge or his authorized representative.

Page 5 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

 The agency shall collect 1 no of sample from each pit/ trench. The sample shall be collected across the four side walls of the pit /trench in groove pattern. The collected sample shall be representing the zone of mineralization.  The agency shall collect around 1-1.5 kgs of sample from each sample collection points.  Each pits/ trenches are required to be backfilled by the agency after collection of sample on the same day of excavation.  The co-ordinates of the each sample collection points, locations of the pits and trenches are to be measured by the agency by using handheld GPS and to be marked on the map.  Photographs and recording of all geological features exposed by the pit/trench is required to be done by the agency.  The agency shall carryout pitting and trenching works only after obtaining necessary approval of KIOCL. d) Sample analysis works at NABL certified laboratory:  The agency is responsible for carrying out the sample preparation and analysis works at NABL certified laboratory situated near to the site at his own cost.  All the samples are required to be analysed for Gold and associated elements like Copper, Chromium, Zinc, Nickel, Cobalt etc.  The agency shall carry out the analysis works of Gold by using Fire assay method only.  The agency shall carryout the primary sample analysis works, composite sample analysis and Check sample analysis works at NABL certified laboratories. 3.2.2 Surface Geophysical survey: a) The agency shall carry out surface geophysical survey using Ground magnetic survey method, IP & Resistivity method in the potential gold and associated elements bearing zone(s) which shall be augmented on the results of large scale geological mapping, detailed geological mapping and pitting and trenching works. b) The agency shall carry out around 300 line kms of ground magnetic geophysical survey and 25 line kms of IP & Resistivity geophysical survey. c) As detailed at point no.3.1.5 (g) of the document, the agency is responsible for preparation of proposed geophysical survey layout plan after completion of

Page 6 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

stage-I work. The grid interval for carrying out surface geophysics shall be as per the site conditions. d) The agency shall carry out the surface geophysical survey works only after obtaining necessary approval of proposed geophysical layout plans from KIOCL.

3.2.3 Surface topographic Surveying:- a) After completion of detailed geological mapping and demarcation of mineralized zone(s), the agency is required to carryout regional topographical survey on the potential mineral bearing area(s). All the surface, geological, structural features, land forms, rivers, nullas, villages, roads, bridges, important land marks, temples, water bodies, wells, old working, existing mining leases, forest land etc. are to be picked up and marked on 1:2000 or 1:1000 scale map. b) The contour surveying with the contour interval of 2 m and 5 m is required to be carried out by the agency in the mineralized zones. c) The boundary points of the mineralized zone(s) shall be established and demarcated by carrying out total station survey in WGS – 84 datum UTM co- ordinates.

3.2.4 Preparation of Stage II mineral investigation report: a) Based on the field geological, geophysical and sample analysis data the agency shall be responsible for the preparation of stage II (detailed geological mapping) report in accordance with the MEMC rules 2015. b) The agency shall prepare the stage II investigation report along with requisite maps in 1:2000 or 1:1000 scale with 2 m and 5 m contour interval showing the anomalies of gold and associated elements. c) Agency shall also provide the recommendations along with necessary justification with requisite maps for taking up the Stage –III (Scout drilling) works of the target block(s) in Stage II report. Preparation of proposed borehole location plan along with maps and sections based on the geological findings of Stage I and Stage II works shall be the part of Stage II investigation report. d) The agency shall carry out ore reserve/ resource estimation as detailed at point no.4 of the document and provide the details of the ore reserve/ resource estimation in stage II investigation report. e) In case of non- feasibility of taking up the further investigation works through Stage III (Scout drilling), the agency shall submit the final G4 investigation report in consultation with KIOCL after completion of Stage II works.

Page 7 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

3.3 Stage – III : Scout drilling: 3.3.1 Creation of Approach Road : a) The agency is responsible for the preparation of approach road to the drilling points. b) A tentative quantity of around 10 kms is projected towards approach road making for carrying out drilling. 3.3.2 Survey works: a) The agency shall carryout survey works related to establishment of borehole points at ground, measurement of reduced levels and co-ordinates. b) DGPS Survey works:  The agency shall carryout 5 nos of DGPS survey of the permanent structures or boundaries of the mineralized block(s) as per the instructions of KIOCL.  Agency shall obtain the authentic readings of the nearest SOI Control Point as reference and permissions for establishing the rovers at Reference Point from Competent Authority of the State Govt. for fixing the Base Station.  A suitable communication obtained from the Competent Authority in this regard shall be provided to KIOCL.  Agency shall carry out DGPS survey in post- processing mode (20 cm) with establishment of Base stations (control points) and Recording with Rovers with a minimum observation period of 15/30 minutes.  The minimum observation time for base station shall be 6 hours from nearest point.  Establishment of base station shall be using Datum WGS-84 for UTM.  The Dual Frequency DGPS with OMNISTAR XP/HP connection or equivalent shall be used and reading shall be taken when accuracy is within 20cm.  The quoting price for carrying out 5 nos of DGPS survey point shall include SOI control point, fixing up of Base Station & GTS points and constructions of permanent cement pillar at DGPS survey points as per the instructions of KIOCL site incharge or his authorized representative.

3.3.3 Drilling :- a) Scout drilling is proposed to check the continuity of the mineralization of ore body along the strike direction for first level of intersection. b) The agency is required to carry out 600 m of Core drilling using N/B series or equivalent sizes. c) The agency is required to drill around 5 nos of inclined boreholes to a length of 100 - 120 m (approx) in order to reach the first level of vertical drilling depth of 60 mtrs. Page 8 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

d) The location of the borehole points, angle of inclination etc. are to be finalized based on the findings of stage I and II investigation works. 3.3.4 Detailed Core logging with supply of core boxes: a) Geological and Geo- technical logging of the cores generated during the drilling shall be carried out by the agency. b) The agency shall adopt standard procedures of Geological and Geo- technical core logging which includes details of Lithology, Thickness, Length of core (Core recovery), Core orientation, Grain size, Color and Texture characters and other related details ( Presence of cavity if any). c) For each meterage of bore hole drilled, the agency is responsible for collection of cores/ samples and the collected cores/ samples are required to be kept in book pattern in core boxes with clear marking of run depth. d) Agency is also responsible for geological marking of the core samples generated and for the preparation of core logging data sheet as per the format provided by KIOCL during execution of drilling/core logging works. The core logging data sheet shall be prepared at site as per the directions of KIOCL site in-charge or his authorized representative. e) The water table observations of each completed borehole and loss of water if any during the drilling work should be the part of core-logging. Agency has to submit all the original logging register/ sheet to KIOCL after completion of the work. f) Agency shall arrange and supply the sufficient number of core boxes in GI sheets, sampling bags and other ancillary items required for sampling and core logging works at his own cost. 3.3.5 Core Recovery: a) Agency has to ensure core recovery of more than 95% in ore zone and overall core recovery should be more than 90%. In no case the recovery should be less than 90% except in fault zone, weathered zone, soil and structurally disturbed area. b) Double tube core barrel should be used for obtaining maximum core recovery. c) After completion of drilling, each borehole is to be measured for the drilling depth in the presence of KIOCL site incharge or his authorized representative. The completed bore holes shall be sealed (plugged) only after the joint inspection and certification by KIOCL site incharge or his authorized representative. After sealing, concrete/cement pillars of standard size of 20 cms x 20 cms x 40 cms (l x w x h) to be constructed and erected with Borehole number and co-ordinates at each borehole points.

Page 9 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

3.3.6 Preliminary arrangements for drilling works: a) The agency is responsible for making preliminary arrangements such as approach road making to the site, approach road within the site, preparation of area around each borehole points for drill rig installation, sump/ pit preparation for carrying out core drilling works at his own cost. b) The agency is responsible for arrangement of water required for drilling works by identification of water sources from the nearby area/ villages and by using tractor / tanker at his own cost. 3.3.7 Storage and Transportation of Core boxes : a) The agency has to establish a temporary storage shed for storing the core boxes at his own cost near to the work site. b) The generated cores/ samples are to be logged in the core boxes with clear demarcation of BH number, sample run. c) The agency is responsible for carrying out the core splitting works at site. The core samples shall be Split into 2 halves of which one- half for analysis and other half for preservation for future reference. The half split cores for analysis works shall be shifted to NABL certified laboratory for carrying out analysis works and the other half split core shall be logged in the core boxes and the logged core boxes shall be shifted to KIOCL , Karnataka for the purpose of sample preservation. d) The core samples for the purpose of analysis shall shifted to laboratory on regular basis and the core boxes with samples for the purpose of preservation shall be shifted to KIOCL, Mangalore after completion of drilling works. 3.3.8 Sample analysis works at NABL certified laboratory: a) The agency is responsible for carrying out the sample preparation and analysis works at NABL certified laboratory situated near to the site at his own cost. b) All the samples are required to be analysed for Gold and associated elements like Copper, Chromium, Zinc, Nickel, Cobalt etc. c) The agency shall carry out the analysis works of Gold by using Fire assay method only. d) The agency shall carryout the primary sample analysis works, composite sample analysis and Check sample analysis works at NABL certified laboratories. 3.3.9 Preparation of Stage III mineral investigation report: a) Based on the drilling and sample analysis data the agency shall prepare the final G4 investigation report in accordance with MEMC rules 2015. b) The agency shall prepare the final G4 investigation report along with the maps in requisite scale showing the mineralization of gold and associated elements.

Page 10 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

c) The agency shall incorporate all the geological findings and observations of stage I, stage II and stage III works in the final G4 investigation report. d) The agency shall carry out ore reserve/ resource estimation as detailed at point no.4 of the document and provide the details of the ore reserve/ resource estimation in stage III report. e) The agency shall submit the final G4 mineral investigation report in consultation with KIOCL after incorporating all the technical inputs and analysis results obtained through scout drilling works. f) The agency shall also provide recommendations for taking up further investigation works of the potential mineral bearing blocks through G3- Stage of mineral investigation works in accordance with MEMC rules 2015 along with requisite maps, plans and sections. . 4. Ore reserve estimation and 3D ore body modeling : a) After completion of each stage of mineral investigation works i.e stage I,II and III, the agency is required to make ore resource/ reserve estimation based on the available field geological, geophysical and sample analysis data. b) The ore resource/ reserve shall be estimated by at least two methods and by considering at least two cutoff grades of gold and associated elements. c) For steeply dipping bodies or lodes the resource/reserve estimation shall be done preferably by using cross section and LV section method. d) The ore resource/ reserve estimation shall be the part of each stage investigation reports. e) The agency is required to prepare maps, plans, sections, in requisite scale and 3D ore body modeling to define the geometry of the deposit based on the geological investigation results as per the directions of KIOCL. f) The agency shall submit all the information, reports, sampling data in MS office formats and drawings, plans, sections, 3D ore body modeling in Autocad or Surpac compatibility format only. g) After completion of each stage of mineral investigation works, KIOCL will carry out physical analysis of samples. The physical analysis includes petrographic studies (Thin section), Mineragraphic studies (Polished section), Whole rock analysis, XRD studies on composite, Spectroscopic studies and Specific gravity determination. The agency shall carryout the study of the above physical analysis and provide the necessary technical inputs and recommendations as a part of respective stage wise investigation reports.

Page 11 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

5. PERIOD OF WORK : 5.1 Timely completion of the awarded work by the bidder is the essence of the tender. 5.2 The agency shall start the work after the issual of LOI/Work order by KIOCL. The entire work indicated as per the scope of work is required to be completed within ―12 months” from the date of placement of work order/LOI to the successful agency. The details of the time period fixed for each stage of work including site works, sample analysis works is provided below. Time period in months For analysis works at NABL Stage For site certified laboratories and Total works preparation of mineral investigation duration report Stage – I (Large scale geological 3 1 4 mapping of 202 Sq kms) Stage – II (Detailed geological mapping) 3 1 4 Stage – III ( Scout drilling) 3 1 4 Total duration in months 9 3 12

6. SUBMISSION OF STAGE WISE INVESTIGATION REPORTS AND DELIVERABLES : 6.1 After completion of each stage of mineral investigation work, agency shall submit detailed draft investigation report along with drawings both in hard copy and soft copy to KIOCL for necessary verification and approval. 6.2 After verification of reports by KIOCL, the agency shall submit the final stage wise reports along with requisite maps and sections in both hard copies and soft copies to KIOCL. The agency shall submit the softcopies of all the maps, plans and sections prepared to KIOCL. 6.3 The details of the reports to be submitted is furnished below. 6.3.1 Stage I (Large scale geological mapping) report along with requisite maps, plans and sections as detailed at point no 3.1.5 of the document and sample analysis report. 6.3.2 Stage II (Detailed geological mapping) report along with requisite maps, plans and sections as detailed at point no 3.2.4 of the document and sample analysis report. 6.3.3 Stage III (Scout drilling) –Final G4 investigation report along with requisite maps, plans and sections as detailed at point no 3.3.9 of the document and sample analysis report.

Page 12 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

7. VALIDITY OF THE OFFER: 7.1 The bids submitted should be valid for a minimum of 180 (One hundred and eighty) days from the date of opening Techno – Commercial Bid. Bids with inadequate validity will be rejected. 7.2 If due to any reason the tender could not be finalized within the validity period of the bid, in such case the bidder will be requested to extend the validity of the bids for a suitable period. If the Bidder does not extend the validity of its bid for required period, its bids will not be considered further.

8. EARNEST MONEY DEPOSIT (EMD): 8.1 The Bid shall be accompanied with Earnest Money Deposit (EMD) of Rs. 3,00,000/- (Rupees Three lakhs only) in the form of Demand draft/ Pay order / NEFT /Bank Guarantee towards EMD from any nationalized bank or Scheduled bank in India, in favour of ―KIOCL LIMITED‖ payable at Bangalore. Bids not accompanied with EMD shall be rejected. Details of NEFT: M/S KIOCL LIMITED, Union bank of India, Koramangala Branch Branch Code : IFSC code :UBIN 0551546 Account number:515401010022015 8.2 The Bank Guarantee should be on non-judicial stamp paper. The stamp paper should be purchased in the name of the bank, who give the guarantee and not in the name of the bidder. The bank guarantee should be strictly as per the KIOCLs proforma. ( The Bank Guarantee format of KIOCL Ltd. is enclosed as Annexure VI). 8.3 EMD from Co-operative Banks will not be accepted. 8.4 The bank guarantee towards EMD shall be valid for a period of 12 months beyond the due date of submission of the Bid. In case of extension of validity of the offer, the BG submitted towards EMD will also to be extended for a further period. 8.5 EMD will be returned to the unsuccessful Bidders without any interest after the award of the work to Successful Bidder. 8.6 For the Successful Bidder the EMD amount will be adjusted against the Security Deposit (SD). 8.7 Forfeiture of EMD: EMD will be forfeited, if the bidder withdraws /alters/modify/amends the tender terms or derogates from the tender in any respect within the period of validity specified in the tender document after the due date of submission of bids.

9. SECURITY DEPOSIT (SD): 9.1 The agency has to furnish 10 % of the order value as Security Deposit as specified by way of payment of cash/DD or by way of Bank Guarantee from Indian Nationalised Banks/ Scheduled Banks registered in India in favour of ―KIOCL LIMITED‖ payable at Bangalore within 15 days of issue of LoI/Work order. The Bank Guarantee shall be

Page 13 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

strictly as per KIOCL format and valid for minimum 01 year period from the date of issue of LoI/Work Order. 9.2 Bank Guarantee issued by Co-operative Banks and Gramin Banks will not be accepted. 9.3 In case of violations of any Act, policies of enforcing agencies of Government or litigation, the expenses incurred for rectifying such irregularities, or if KIOCL Ltd. is held liable to pay any claim for losses, damages, etc., on account of negligence, deficiency in skill or care in the performance of duties by agency/ contractor, amount thus spent by KIOCL Ltd. will be recovered from agency/contractor directly or from bills payable or in any other manner such as by legal proceedings against the contractor including forfeiture of SD. 9.4 KIOCL Ltd. will release the SD only on completion of the assignment as envisaged under the scope of work and satisfying all NIT terms

10. TIME LINE  Pre bid meeting : 11.00 AM on 9th March 2017.  Submission of Bids : 1400 hrs on 18th March 2017  Opening of Techno Commercial bids : 1500 hrs on 18th March 2017  Conducting online bidding cum e-reverse auction: Will be intimated later  Opening of hard copies of price bids: After completion of e-reverse auction

11. PRE BID MEETING : A Pre-Bid Meeting will be scheduled at 11.00 hrs on 9th March 2017 at KIOCL‟s Corporate Office, II Block, Sarjapura Road, Koramangala, Bangalore-560 034, Karnataka, India to clarify the queries of applicants, if any. However, pre-bid meeting will only be for clarifications and no change/deviation in NIT will be permitted

12. AUTHORIZED SIGNATORY :A person signing the bid or any documents forming part thereof on behalf of the Bidder shall be deemed to warrant that he has the requisite authority to sign such document. A Copy of power of attorney for the authorized signatory for signing of bid shall be submitted along with proposal. If, subsequently it is revealed that the person so signing has no authority to do so, KIOCL Ltd. may, without prejudice to any other civil and criminal remedies, cancel the contract and hold the signatory liable for all costs and damages.

13. ACCEPTANCE OF TERMS AND CONDITIONS: Bidder shall submit one full set of signed and sealed copy of this tender including all Annexures, along with bid, as a token of acceptance of all terms and conditions of this Tender. Submission of the bid by Bidder will be deemed as agreeing to all the terms & conditions of KIOCL Ltd. including payment terms specified herein. Conditional bids shall be rejected without assigning any reasons thereof.

Page 14 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

14. SUBMISSION OF BIDS 14.1 The Bidder shall submit bid in two parts: a. TECHNICAL AND COMMERCIAL DOCUMENTS - PART I: i. EMD for Rs.3,00,000/-in the form of Demand Draft /Pay order/NEFT/ Bank Gurantee . ii. Letter of Undertaking in the format as at Annexure I. iii. Power of Attorney authorizing the person to sign the tender documents. iv. Copy of the complete set of tender document Signed and affix the company seal in all pages as a token of acceptance of tender. v. Un-priced copy of the Price bid as per Annexure-II. vi. Signed and sealed copy of Integrity Pact Agreement as Per Annexure- IV. vii. Business Rule for e-auction as per Annexure-V.

b. PRICE BID - PART II: As per Annexure III.

14.2 The bid shall be submitted by the Bidder in the manner as described below: a. The first sealed envelope shall contain documents prescribed at clause 14.1(a) PART I, duly signed by authorized signatory with official seal on all pages. This envelope shall be super-scribed as ―TECHNICAL AND COMMERCIAL DOCUMENTS PART I –Mineral investigation works of Udbur area, Mysore (Dist) of Karnataka (State)”. b. Second sealed envelope shall contain Price Bid as per Annexure III, duly signed by authorized signatory with official seal on all pages without any correction(s)/modification(s) and overwriting and super-scribed as ―PRICE BID PART II – Mineral investigation works of Udbur area, Mysore (Dist) of Karnataka (State)”. c. Both the above envelopes should be kept in one single cover and sealed and super-scribed as ―Mineral investigation works of of Udbur area, Mysore (Dist) of Karnataka (State)” and addressed to: The Joint General Manager (Mineral Exploration), KIOCL Limited, Corporate Office. Block II, Koramangala, Bangalore 560 034, Email: [email protected] 14.3 Last date for submission of the Bid is 1400 hrs on 18th March 2017.

15. EVALUATION AND COMPARISON OF BIDS: The detailed process for Bid Evaluation is explained below: 15.1 First Stage: Techno-Commercial Bid (PART I) Evaluation: KIOCL Ltd. will evaluate the Techno-Commercial Bids on the basis of technical parameters and features offered in the technical bids. KIOCL Ltd. may call the Bidders representatives for detailed techno-commercial discussions, clarifications, presentation if required. 15.2 Second Stage- Price bid evaluation: Page 15 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

(a) KIOCL Ltd. shall conduct e-reverse auction with all techno-commercially qualified bidders through our service provider. The procedure for e-reverse auction is at Annexure- V. (b) Hard copy of the price bids submitted by all techno-commercially qualified bidders will be opened. Intimation will be given to all techno—commercially qualified bidders to witness the price bid opening. Bidders may witness the same if they desire so. 15.3 Third Stage: Composite price comparative statement. a. Based on the prices received, through Online price bidding cum reverse auction and the sealed price bids received along with the offers, a composite price comparative statement shall be prepared considering the lower of the prices (i.e Sealed price bid Prices & Final online Prices) of all the tenderers. Placement of order shall be considered on the L1 price so arrived. b. Determination of L1 will be as per the Grand total price (including all 3 stages) quoted in Annexure III (Price bid format) excluding Service tax. c. In case of L-1 price discovered through e-reverse auction and L-1 price found on opening of sealed price bid, being same, between two different parties, KIOCL Ltd. shall place the order on the bidder whose L-1 price has been discovered through e-reverse auction. d. If no bid is received within the specified time & duration of the online bidding cum reverse auction, then KIOCL Ltd. at its discretion may scrap the online bidding cum reverse auction process and open only sealed price bids of the techno-commercially qualified bids. Accordingly Contract will be finalized on L-1 basis. e. For the purpose of evaluation the price quoted exclusive of service tax will be considered. f. If, KIOCL desires not to conduct the e-reverse auction, then, the hard copy of the price bid received will be considered to arrive the L1 price.

16. PRICE BID 16.1 Financial bid will be opened only if the agency/contractor is fulfilled as per the LTE terms and conditions. 16.2 The price bid quotes shall also be inclusive of all the expenses towards all sorts of payments to the technical personnel to be deployed the agency, men and machineries charges, local administration & co-ordination charges, execution of works as specified in scope of work, spares, HSD oils, lubricants, all incidental / operational / maintenance / repair charges and the maintain all equipments being deployed. The price quote should be inclusive of all statutory taxes/levies applicable in India except Service tax.

Page 16 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

16.3 Price bids shall specify the amount both in figures and words and any overwriting will be treated as cancelled. If any variation among bid amount specified in the figure and words, lower of the two will be considered. 16.4 The unit rates and prices shall be quoted by the agency/contractor in Indian Rupees. 16.5 Bidder/ Agency shall quote their offer in the specified format given as in Annexure- III. Any offer submitted in any format other than the specified, shall be summarily rejected. 16.6 The unit amount & total amount quoted in Price bid (Annexure – III) shall be excluding service tax. 16.7 Bids shall be valid for not less than 180 days from the date of opening Technical Bid and shall not be withdrawn before that date. In case of any default in this regard, EMD shall be forfeited.

17. PRICE VARIATION CLAUSE: No escalation/de-escalation to rate on any account shall be permitted during the tenure of the contract.

18. AWARD OF WORK, CONTRACT AGREEMENT AND COMMENCEMENT OF WORK. 18.1 KIOCL will issue the Two (02) Original copies of Work Order to successful bidder and Successful bidder will sign and seal on all the pages of One (01) copy of the Work Order as a token of unconditional acceptance and return that copy to KIOCL within a week of the receipt of Work Order. 18.2 The tender including all enclosures and other correspondences between KIOCL and the Bidder including Work Order shall be treated as an agreement between KIOCL and the Bidder for this work. No separate agreement will be executed. 18.3 The successful bidder shall commence the work on receipt of Work Order/Letter of Intent.

19. MOBILIZATION PERIOD : 19.1 KIOCL Ltd. will provide 7 days of mobilization period to mobilize resources from the date of acceptance of Work order / LOI by the successful agency. 19.2 No mobilization advance shall be paid to the agency. Mobilization of men, material machineries, vehicle, tools & tackles, pumps to work location will be at the sole responsibility of the agency.

20. PARALLEL CONTRACT: KIOCL reserves the right to enter into parallel contract for mineral investigation works of Udbur block during the currency of the contract.

21. GENERAL TERMS AND CONDITIONS: 21.1 All documents relating to the Bid shall be in English language.

Page 17 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

21.2 Agency at his own responsibility, cost and risk shall make field visit to work area and its surroundings to ascertain the field conditions before quoting the bid. Disputes in this regard will not be entertained at a later date. 21.3 The bidder should thoroughly assess the ground conditions of the working area before submission of the bid. 21.4 Agency shall bear all costs associated with the preparation and submission of Bid and in any case KIOCL will not be responsible or liable for any claim. 21.5 KIOCL Ltd. reserves the right to accept/reject any or all tenders or cancel/postpone the tender without prior notice /assigning any reason and without any damage/compensation thereof to the tenderers. 21.6 The successful agency shall not assign or sub-contract any portion of this work without the prior written consent of KIOCL Ltd.

22. SPECIAL TERMS AND CONDITIONS 22.1 Terms and conditions for Local administration: 22.1.1 Out of 202 Sq Kms around 15 Sq kms of land falls in Chikkanahalli Reserve forest area and Ayyarahalli deemed forest area. The remaining land of 187 Sq Kms falls in revenue and patta lands of Mysore district. 22.1.2 KIOCL is in process of obtaining necessary permissions from Forest Dept and District authorities. The agency shall provide necessary support and assistance to KIOCL in obtaining the required permissions from the authorities. No extra cost shall be provided to the agency by KIOCL in this regard. 22.1.3 All the responsibilities of dealing with local problems, local administration, coordinating with forest officials and locals for proper execution of the investigation works are covered under the scope of work. 22.1.4 Obtaining necessary clearances/ permissions from the land owner/ party/ agency and local administration for the execution of the scope of work as detailed at point no 3 of the document shall be the sole responsibility of the agency. 22.1.5 The land/crops or any other compensation for carrying out the mineral investigation, sample collection, geophysical works, pitting, trenching, Survey works, DGPS works, approach road making, drilling etc. if any shall be paid by the agency directly to the land owner/leases or to the party/firm at his own cost. KIOCL shall not pay any separate cost inthis matter to the agency. 22.1.6 Imposition of any penalty/ fine by the local administration, revenue and forest authorities shall be on to an account of the Successful agency. 22.1.7 The agency shall be solely responsible for dealing with anti- social activities, villager‘s blockage, civil commotion, strikes, lockouts, hooliganism leading to damage/ theft of materials and threats/ harm to manpower, socio-political vendetta in the area towards execution of the entire scope of work.

Page 18 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

22.2 Terms and conditions for deployment of Technical Staff and field personnel: 22.2.1 Deployment of technical manpower for site works:- a) The agency shall, subject to the provisions of the contract, and with due care and diligence, execute and maintain the works and provide required number of well experienced geologists having good knowledge for carrying out site works, geological mapping, structural mapping, geophysical survey, drilling, interpretation of data, report preparation and ore reserve estimation related investigation/ exploration of gold and associated elements. b) For carrying out the site works, the agency shall deploy at least 3 nos of well experienced field geologists having atleast 3 years of work experience in carrying out geological and structural mapping works, mineral investigation / exploration works related to gold and associated elements. c) Not limiting the technical manpower as detailed at point no.22.2.1(b), the agency shall engage additional numbers of well experienced site geologists, site geo- physicians and technical staffs having relevant experience in carrying out specific task related to field geology, structural geology and associated works of mineral investigation at his own cost in order to meet the time frame as specified at point no 5 of the document (Period of work). d) The agency shall also arrange sufficient number of surveyors, site supervisors, field personnel, labours, locals etc. required for carrying out the subject scope of work within the prescribed time frame as specified at point no 5 of the document (Period of work). e) The agency shall provide the complete details along with necessary documentary evidence to KIOCL towards qualification and experience of the field geologists, surveyors and technical personnel to be deployed for site works. f) In case of non deployment of technical manpower as indicated above ( i.e at point no. 22.2.1{(a),(b),(c),(d) and (e)}) and non-execution of works to the entire satisfaction of KIOCL, KIOCL reserves the right to terminate the contract without assigning any reason and without giving any prior notice to the contractor. 22.2.2 The successful agency shall provide his own equipments, experts, facilities and resources at his own cost for carrying out the awarded work. 22.2.3 The agency shall deploy all labours, supervisory, technical and operational personnel and pay as per norms. . KIOCL shall not carry any responsibility for the personnel deployed by the successful agency. 22.2.4 The successful agency shall make his own arrangement for payment, feeding, transport, accommodation, housing, site office, medical aid etc. to the manpower engaged by him. No claim for amenities, welfare, medical aid or any kind of other liabilities to the engaged persons or any incidental charges will be entertained by KIOCL to the personnel to be deployed by the successful agency. Page 19 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

22.2.5 The agency shall not deploy children for any sort of work proposed under the scope of work of the document. 22.2.6 The successful agency shall arrange required number of vehicles for transportation of men, machineries, samples to the work spot or camp or sample storage yard at his own cost. 22.2.7 Agency shall at all times take all reasonable precautions to prevent any unlawful, riotous or disorderly conduct by or amongst his employees and for the preservation of peace and protection of persons and property in the neighborhood of the works against the same. 22.2.8 The manpower deployment by the Successful agency should be in conformity to the laws and regulations applicable in India. However, KIOCL will have no liability, whatsoever, with regard to the manpower provided by the selected Successful agency within or after the contractual period.

22.3 Technical terms and conditions: 22.3.1 The agency shall carryout the detailed geological mapping works (Stage II) and Scout drilling works (Stage III) only after obtaining necessary approval of recommendations of Stage – I and Stage-II reports from KIOCL. 22.3.2 Out of total extent of 202 Sq kms of the allotted area, around 15 Sq kms falls in Chikkanahalli reserve forest area and Ayyarahalli deemed forest area. The remaining area falls in revenue and patta lands. 22.3.3 KIOCL is in the process of obtaining necessary permissions from forest authorities for carrying out the subject investigation works. After the award of work, the agency shall begin the stage wise investigation works in the revenue and patta lands with the proportionate quantities of sampling works, pitting works, ground geophysics and drilling works as per the instructions of KIOCL. 22.3.4 The agency shall begin the stagewise investigation works in forest land only after the receipt of forest permissions and submit the stage wise investigation reports accordingly. No additional cost will paid by KIOCL to the agency towards execution of stage wise investigation work and report preparation works related to forest land. 22.3.5 In case of non- feasibility of carrying out the Stage II and Stage III investigation works both in forest and revenue land, KIOCL desires the rights to foreclosure/ termination of the contract during the currency of the contract period. 22.3.6 The quantities proposed in Stage II and Stage III are tentative. 22.3.7 All the activities furnished in the scope of work shall be carried out by the Successful agency in-consultation with KIOCL site incharge or his authorized representative. 22.3.8 The successful agency shall mobilize the resources required for carrying out the entire scope of work at his own cost. The successful agency shall arrange

Page 20 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

required numbers of tools and tackles like geological instruments, compass, mapping instruments, survey instruments, handheld GPS instruments, sampling tools, sampling bags, excavation machines for pit/trench sampling works, drilling equipments etc. at his own cost. 22.3.9 Terms and conditions for geological mapping and sample collection a) Sample collection works including surface samples, auger samples, bedrock samples, stream sedimentary samples, pit samples etc. shall be done as per the requirement of exploration works by the experienced site geologist and as per the instruction of the KIOCL site incharge or his authorized representative b) The agency shall measure the co-ordinates of all the geological features including each sample collection points, location of pits & trenches, boundaries of various lithounits, outcrop exposure, old workings etc. using handheld GPS and to be mapped in the requisite scale as per the requirement. c) Photographs and recordings of all the geological features exposed during investigation works are required to be done by the agency and the findings are to be brought in subsequent stage investigation report(s). d) The agency shall be responsible for preservation of core boxes/ samples with proper depth markings at the end of every run/ collection, geological logging of the sample / cores and keeping samples/ cores ready for inspection by KIOCL and providing strong core boxes and preserving samples therein duly wrapped in polythene. e) The agency shall collect the sufficient number fresh rock of samples for carrying out the physical analysis such as Petrographic, Minerographic, Wholerock sample analysis, XRD, Spectroscopic studies and specific gravity determination. The sample shall be collected by the agency as per the site condition in consultation with KIOCL site incharge or his authorized representative. No extra cost will be paid to the agency by KIOCL for collection of fresh rock samples for conducting the above indicated studies. f) KIOCL will carryout the above indicated physical analysis works. The agency shall provide necessary technical inputs and observations involved in the physical analysis studies and incorporate the findings of the physical analysis studies in the respective investigation reports as per the instructions of KIOCL. g) The agency shall carryout the literature studies as indicated in the scope of works and provide the necessary technical inputs to KIOCL. No extra cost will be paid to the agency by KIOCL for the purpose of literature studies. h) The agency shall be responsible for mobilization and transportation of instruments, team and expertise for carrying out geophysical survey works. The agency submit all the recorded data of geophysical investigations carried out by him in digitized form to KIOCL.

Page 21 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

22.3.10 Technical terms and conditions for sample collection, transportation of samples and analysis of samples at NABL certified laboratory. a) The agency shall collect the samples as specified in the scope of works. Agency shall prepare the 2 sets of sample packets at site. One set of sample packets for analysis works at NABL laboratories and another set of sample packets for preservation at KIOCL. b) The generated/collected samples including sample packets for preservation shall be collected in polythen bags and suitably labeled indicating the sample reference number and date. Each sample collection are to be assigned with a unique sequential numbering pattern. c) The agency shall collect substantial quantity of samples required for sample analysis and for sample preservation purpose from each sample collection points. d) The collected samples to be shipped and analysed at NABL laboratory at his own cost at regular interval in order to maintain the time frame. The details of the number of samples to be prepared and analysed at each stages are provided below.

No of samples for preparation and analysis

Details of the work Stage I Stage II Stage III (Large Scale (Detailed (Scout Total mapping) mapping) drilling) Analysis of Gold by fire assay method. 450 200 432 1082 Primary Analysis of associated elements like Cu, Pb, analysis 450 200 432 1082 Zn, Ni,Co etc. Check Analysis of Gold by fire assay method. 40 20 40 100 Sample Analysis of associated elements like Cu, Pb, 40 20 40 100 analysis Zn, Ni,Co etc. Composite Analysis of Gold by fire assay method. 40 20 40 100 sample Analysis of associated elements like Cu, Pb, 40 20 40 100 analysis Zn, Ni,Co etc. Total quantity 1060 480 1024 2564

e) The agency shall carry out the primary and composite sample analysis works of all the 3 stages at NABL certified laboratory situated near the site as per the instructions of KIOCL. The cost towards sample analysis works at NABL laboratories and shifting of samples/cores from site to NABL laboratories shall be on to the account of agency only. f) The agency shall carry out the sample preparation and analysis works only after obtaining necessary permission from KIOCL. The agency shall provide all the details and documentary evidence with respect to NABL certification of the laboratory. Page 22 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

g) The agency is also responsible for carrying out the check sample analysis works of all the 3 stages of works as specified in scope of work at another NABL certified laboratory wherein the analysis works of primary and composite samples are not carried out. The agency shall take prior permissions of KIOCL for carrying out check sample analysis works by production of required documentary evidences towards NABL certification of the laboratory. h) The agency shall carry out the sample preparation works at NABL certified laboratory for the mesh size as per the instructions of KIOCL. i) The samples and logged core boxes for the purpose of preservation shall be transported to KIOCL, Mangalore unit as per the directions of KIOCL site in- charge or his authorized representative. j) The agency is responsible for shifting of sample packets and logged core boxes for the purpose preservation from site to KIOCL, Mangalore, Karnataka at his own cost. Arrangement of vehicle for transportation of core boxes, loading of core boxes at site, transportation, unloading and stacking of core boxes at PPU, Mangalore as per the KIOCL incharge, Mangalore or his authorized representative is also covered under the scope of work. k) The distance from site of investigation work to Pellet plant, KIOCL, Mangalore is around 300 Kms. l) Agency is responsible for obtaining the necessary documentary evidence with respect to dispatch of core boxes/ samples from site by the KIOCL site in-charge or his authorized representative and responsible for obtaining necessary acknowledgment with regards to receipt of the same at KIOCL, Mangalore from the consignee.

22.3.11 Terms and conditions for surveying a) Locations of all surface features (natural & artificial) shall be surveyed by the agency for their three dimensional co-ordinates. The detailed survey for topographical mapping shall be carried out with reference to the primary order of Control Stations or by establishing secondary order of Control Stations (with reference to primary order of control station), depending upon nature and extent of the area. Any unusual condition or formation on the ground, forest area, location of rock outcrops (if visible on the surface) and springs / falls, possible aggregate deposits etc. shall also be surveyed. b) Spot levels at suitable intervals shall be taken up for generating contours at specified interval for the entire area. Spot levels shall be taken at about every 20m interval and also at closer interval wherever abrupt change in ground elevation is found so that sufficient points properly distributed over entire area shall be located for generating contours at specified intervals.

Page 23 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

c) All surface features, contours including control stations, boundary pillars, forest area existing and / or abandoned quarries etc. shall be shown on topographical plan / map by means of conventional symbols (preferably symbol of Survey of India Maps). d) The field survey work shall be conducted with Total Station associated with software(s), Auto Set / Precise leveling and other required surveying equipments. e) All surveying and leveling operations carried out by agency shall commence and close upon known control stations & agency shall scrupulously observe all necessary precautions as per standard survey practice. f) After the completion of survey work, the agency shall surrender all the survey data both in soft and hard copy to KIOCL.

22.3.12 Terms and conditions for Drilling works: a) The Successful agency shall deploy sufficient numbers of core drill rigs and auxiliary equipments to complete the entire scope of work within time indicated against point no 5 of the document (Period of work). b) Providing the bearing line for the inclined holes based on the strike direction of the deposit is also covered under the scope of work. c) The location of borehole points will be finalized after completion of stage II work. Agency shall make his own arrangement for fixing – up the proposed borehole location and road alignment points at the site in-consultation with KIOCL site incharge or his authorized representative. d) Number of boreholes proposed may vary depending on site conditions. e) The agency must ensure the perfect workable condition of each machine to be deployed. f) Successful agency shall carry out drilling by using in ―N/B series‖ sizes. Reduction in sizes of bits shall not be allowed. g) KIOCL shall not be responsible for jamming of string, failure of tubular, failure of bit, accessories lost inside the boreholes and loss of time due to fishing operation. No extra cost shall be paid towards any ―fishing‖ operation and no time extension will be provided for ―fishing‖ operation. h) In case of lower core recovery in normal geological conditions or jamming of the boreholes before completion of targeted depth, deviation drilling/re-drilling shall be carried out by the agency at his own cost as per the instructions of KIOCL site incharge. However, if re-drilling is resorted to, the borehole location point shall be at the nearest possible distance from the original borehole and the agency shall be free to do non-coring drilling up to the depth from where the coring drilling is required for generating cores with stipulated recovery.

Page 24 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

i) If the drill hole is closed before the targeted depth for any reason the balance quantity of drilling will not be counted against the targeted meterage and the target will be reduced accordingly. j) The agency shall deploy the drill rigs capable of drilling inclined holes as per the required angle and depth. Agency will take all possible precautions and skill to maintain the inclination and verticality of boreholes. The locations of the boreholes shall be finalized in consultation with KIOCL site incharge or his authorized representative and the same shall be fixed on the ground by the agency. k) Agency shall deploy the drill rigs not older than 10 (Ten) years as on 1st April 2017 and the agency must ensure the perfect workable condition of each machines to be deployed. l) In case the borehole location shown on plan is not feasible on ground, the alternative location should be decided in consultation with KIOCL site incharge or his authorized representative. m) In case of encountering a void/cavity during drilling works, the authorized representative of KIOCL will have to be intimated immediately to witness the same. n) The arrangement of the water for drilling works and mobilization of resources will be the responsibility of the successful agency. o) The Successful agency is responsible for bringing in and/ or procurement and/ or deployment of agency‘s own equipment and personnel, supply, transportation to site, site preparation, preparation of area around borehole, creation of water sump, water arrangement for drilling, bore hole pillaring, approach road making to each bore hole points, lighting, watch and ward and safety of men and materials etc at his own cost. KIOCL shall bear no responsibility on the above arrangements. p) Decision for closure of the boreholes shall be taken by the KIOCL site incharge or his authorized representative. 22.3.13 Agency shall provide complete details of the technical manpower, field geologists, site staffs to be engaged and other field technical details adopted by him to KIOCL before starting up site works. 22.3.14 Successful agency shall prepare Daily/ Weekly / Monthly Progress Report (both Hard Copy and Soft Copy) in respect of all activities as per standard format provided by KIOCL and submit to the KIOCL site incharge or his authorized representative for verification and certification for acceptance by KIOCL. 22.3.15 The Daily/ Weekly / Monthly Progress Report(s) submitted by the Successful agency and accepted by the KIOCL site incharge or his authorized representative shall be the basis of assessment of the progress.

Page 25 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

22.3.16 The successful agency shall carry out all the activities as per directions of KIOCL site incharge or his authorized representative and the successful agency shall keep close co-ordination and co-operation with KIOCL site incharge or his authorized representative. 22.3.17 Before commencement of site works, the agency shall provide the complete road map indicating the details of the work along with time schedule for completing the work within prescribed time limit as per scope of work. Agency shall ensure that the awarded work will be carried out as per the relevant specifications and the agency shall execute the assignment as per the entire scope of work and time schedule. 22.3.18 In order to ensure proper co- ordination the agency shall nominate one nodal officer and communicate the name, address and contact number to KIOCL at the time of beginning of work. 22.3.19 No mobilization advance shall be paid to the agency. Mobilization of Men, material, machinery, vehicles, tools & tackles, pumps to work location, entire materials/ stores/ accessories including capital, retail, consumable nature, power, camping, transportation required for all site works shall be arranged and used by the successful agency at their own cost, risk and sole responsibility of the agency. 22.3.20 Successful agency is liable to be disqualified, if agency has made misleading / false representations / suppressing the information in the forms, statements and attachments submitted in proof of the requirements; and/or record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc. 22.3.21 Machineries deployed by the agency shall be operated by experienced operators with valid driving / operating license wherever necessary and the copies of the same shall be handed over to the KIOCL authorized person for verification.

22.4 Work to be executed to the satisfaction of KIOCL: 22.4.1 The agency shall execute and maintain the work in strict accordance with the contract to the satisfaction of the KIOCL and shall comply with and adhere strictly to KIOCL instructions and directions on any matter whether mentioned in the contract or not, touching or concerning the works. In case, KIOCL is not satisfied with the performance of the agency in terms of the quality, KIOCL reserves the right to terminate the contract without assigning any reason and without giving any notice. The agency will have no claim of compensation whatsoever. 22.4.2 Agency shall ensure that the work conforms strictly to the drawings, specifications and instructions of KIOCL. KIOCL may issue from time to time

Page 26 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

further drawings, detailed instructions/directions in writing to the agency and the same shall be abide by agency during the contract period.

22.5 Damage to persons and property: 22.5.1 The agency shall take full responsibility for total stability and safety of all site operations, geological works, geophysical works and methods of drilling as per the applicable laws and rules. 22.5.2 The agency shall except if and so far as the contract provides otherwise, indemnify KIOCL against all losses and claims in respect of injuries or damage to any person or material or physical damage to any property whatsoever which may arise out of or in consequence of the execution and maintenance of the works and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto. If in case the compensation is not paid by the agency to the aggrieved party, the same will be deducted from the payment due Payment of the agency and the same deducted amount will be paid to the aggrieved party.

22.6 Accident or Injury to workmen: 22.6.1 The agency shall take full responsibility for total security and safety of all site operations as per the applicable laws and rules. 22.6.2 Agency shall be solely responsible for any accident to / by the machinery deployed or any accident, fatal, danger to any personnel or the staff or any workers deployed or any others during the operation of the contract. KIOCL shall not be liable for or in respect of any damages or compensation payable at law in respect of or in consequence of any accident or injury to any engaged person in the employment of the agency. 22.6.3 All the claims or compensation towards such accident, death, danger shall be settled by the agency. KIOCL shall not be responsible for any such compensation/claims. 22.6.4 The agency shall indemnify and keep indemnified KIOCL against all such damages and compensation, save and except as aforesaid, and against all claims, proceedings, costs, charges and expenses whatsoever in respect thereof or in relation there to. 22.6.5 Insurance against accident etc. to workmen: Before commencement of the works the agency, without limiting his obligations and responsibility under point no 22.5 of the document (Damage to persons and property) hereof, shall adequately insure against his liability for any material or physical damage, loss or injury which may occur to any property or any person by or arising out of the execution of the works or in carrying out the contract. The validity of the insurance shall continue throughout the contract period. Page 27 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

22.6.6 Provisions to Indemnify KIOCL: The insurance terms shall include a provision whereby, in the event of any claim in respect of which the contractor would be entitled to receive indemnity under the policy being brought or made against the KIOCL, the insurer will indemnify the KIOCL against such claims and any costs, charges and expenses in respect thereof. 22.6.7 All the machinery / vehicle shall be insured and the insurance shall be in force all the time during the currency of the contract at the cost of Successful agency. In case of any accidents to the machine / vehicle inside or outside the work location, all the legal formalities for getting any type of claims or for payment of claims are to be arranged by the Successful agency only at his own cost. 22.6.8 The successful agency shall take necessary precautions against wild animal attacks, snake bite, poisonous insects bite etc. to the manpower deployed by him for site works while working in forest and non forest area. The agency shall provide necessary medical aid to the affected person. KIOCL shall not be responsible for any such compensation/claims in this regard.

22.7 Working in Forest areas: 22.7.1 The Successful agency shall strictly abide by the Forest Rules and Regulations and Wild Life Protection Act and Rules as modified from time to time by the Sate/ Central Forest Department. Any liability on account of violation of the provisions or Any fine, penalty arises due to any infringement of such Rules and Regulations by the Successful agency shall be on to the account of the Successful agency. 22.7.2 Imposition of any penalty/ fine by Forest Dept. due to disturbance of forest area shall be on to an account of the Successful agency. KIOCL shall not bear any responsibility for any such issue arises with Forest Dept.

22.8 Secrecy: The successful agency shall, at all times, keep confidential of all technical information‗s, process data, designs, drawings, plans, specifications, reports relating directly or indirectly to the work either disclosed to the contractor by and/or on behalf of the KIOCL Ltd or acquired by the agency during the course of performance of the contract. The successful agency shall not use the same for any purpose other than the for execution of the subject contract. Any contravention of the provisions of this clause will amount to breach of the contract and security deposit shall be forfeited.

22.9 Agency to keep site clear: During the progress of the work the agency shall keep the site reasonably free from all unnecessary obstructions and shall store or dispose any equipment and surplus materials and clear away and remove from the site any wreckage, rubbish or temporary works no longer required.

Page 28 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

22.10 Clearance of Site on completion: On the completion of work the agency shall clear away and remove from the site all equipments, surplus materials, rubbish and temporary works of every kind, and leave the whole of the site and works clean and in a workmanlike condition to the satisfaction of KIOCL. 23. FEES AND TERMS OF PAYMENT 23.1 The agency shall be paid after completion of each stage (s) of investigation work. 23.2 After completion of each stage of investigation work the agency shall forward his invoice/ bill for the works performed during each stage, to the Paying Authority. 23.3 KIOCL shall pay 25% of the invoice/bill amount to the agency on completion of field works of the respective stage. The invoice/ bill submitted by agency shall be supported by Work In Progress report along with the relevant documents dully certified and recommended by KIOCL site incharge or his authorized representative. 23.4 KIOCL shall pay 65% of the invoice amount to the agency after submission of the Stage wise investigation report of the respective stage. 23.5 KIOCL shall pay balance 10% to the agency only on successful completion of the entire assignment and after receipt of the final work completion certificate from KIOCL site incharge or his authorized representative. 23.6 All fees/ bills payable to the agency under this assignment will be paid within thirty (30) days of receipt of invoices (supported by necessary documents regarding progress of work) after statutory deductions. The quoted value of the services mentioned hereto will remain firm up to the completion of the assignment in all respects. 23.7 Payment will be per unit of work carried out as indicated in the Price bid (Annexure –III). Payment will be processed after considering following deductions. 23.7.1 Any amount due as a result of any claim or application in terms of the provisions or non-compliance of provision of the any acts and the Rules and Regulations, by-laws, penalty or the orders made there under from time to time, such amounts and shall be recovered from the awardee for which KIOCL will not be responsible to pay any compensation. 23.7.2 Any other applicable deductions. 23.8 JGM (Finance), KIOCL, Bangalore shall be the paying authority. 23.9 All the payments to agency shall be effected through electronic banking modes (RTGS/NEFT). 23.10 Bidders shall quote the prices as per the Price Bid annexed at Annexure –III. 23.11 The quoted rate in Annexure – III shall be inclusive of all costs to be incurred by the bidder in connection with this work including the cost of all visits and related cost. 23.12 Rate quoted in Annexure –III should be inclusive of all taxes and duties except service tax. Applicable service tax will be extra, which will be paid by KIOCL on every invoice. Page 29 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

23.13 KIOCL will deduct income tax as per the prevailing rates of GoI and TDS certificate will be issued. 23.14 Terms of Payment: No advance shall be paid to the agency. 23.15 Any variation in service tax and Income tax imposed after the date of submission of offer will be paid / recovered by KIOCL. 24. PENALTY : 24.1 In case of any penalty imposed by NMET- Ministry of Mines to KIOCL towards delay in completion of the work within the stipulated completion date of the contract and due to deficiency in the technical skills for carrying out the subject investigation works, shall be solely on to the account of the successful agency. 24.2 The successful agency shall also pay to KIOCL equivalent to expenses incurred by KIOCL in rectifying the irregularities through third party including penalty. 25. TERMINATION OF CONTRACT/ AGREEMENT 25.1 The contract shall stand terminated in case of non- feasibility of carrying out the mineral investigation work based on the technical recommendations of the stage wise investigation reports ( either Stage I report or Stage II report). 25.2 KIOCL also reserves the rights to foreclosure/ termination of the contract at any point of time during currency of the contract period by giving 15 days advance notice to the agency. 25.3 In case of foreclosure/ termination of the contract, the successful agency/ tenderer shall take away his labours, tools, tackles, machinery, equipment etc. and shall leave the site at once or shall be able to carry out the instructions of the KIOCL. 25.4 The agency shall not hold any rights to claim for the remaining un-performed activities in case of foreclosure/ termination of the contract. KIOCL shall not have any liability except that the agency shall be paid for the work performed upto the date of such foreclosure/termination after necessary deduction towards penalty if any. 25.5 The agency shall strictly execute the entire scope as per the time frame prescribed in point no 5 of the document (Period of work). If the agency fail to execute scope of work within the prescribed time frame will attract termination of contract and forfeiture of Security deposit. 25.6 Agency not carrying out the work up to the entire satisfaction of KIOCL, non deployment of technical expertise, continuous non availability / poor availability or non performance of the drill rigs, not fulfilling the terms and conditions of the contract will attract termination of contract and forfeiture of Security deposit. 25.7 The contract shall stand terminated, if the agency/contractor renders incapable of performing any or all of the terms of the contract either by acts/ commission or omission or by operation of law. 25.8 Observations of violation of laws / restrictions levied by the enforcing agencies/organisations by contractor, then the contract shall stand terminated without any reference to the Contractor. All the expenses incurred for rectifying

Page 30 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

such irregularities including such penalties shall be recovered from the payables and SD shall be forfeited. 25.9 Breach of contract, non performance / un-satisfactory performance, observation of violation of laws or restrictions levied by the enforcing agencies/organizations against alleged unlawful activities and failure to comply with the terms and conditions stipulated in the contract, if lead to termination of contract, then KIOCL will have the right to entrust the contract for the balance period in the work order to others, ‗at the cost and risk‘ of the Contractor. 25.10 Non furnish of Security deposit / Bank Guarantee as indicate at point no. 9 of the NIT document shall be considered as breach of contract. 25.11 For any reasons, if it is required, KIOCL Ltd. reserves the right to cancel, terminate, amend and / or alter the contract and / or bifurcate and / or reduce the contract work at any time without giving any notice to the successful agency/ tenderer and without incurring any responsibility. For such case, successful agency/ tenderer shall be to take away his labours, tools, tackles, machinery, equipment etc. and shall leave the site at once or shall be able to carry out the instructions of the KIOCL.

26. STATUTORY OBLIGATIONS OF THE AGENCY/ CONTRACTOR 26.1 The agency/ contractor shall be responsible to fulfill the provisions under the Mines Act, Regulations and Rules framed there under as amended from time to time in the matter of health, cleanliness, working hours, annual leave with wages etc. and various other provisions in the said Act in the works connected with the execution of the contract. 26.2 Agency/ contractor is directly responsible and liable for payment of minimum wages and other obligations such as medical claims, ESI, PF and compensations under Employees Compensation Act and Rules made there under, P.F Act / Rules, Minimum Wages Act & Payment of Bonus Act, Industrial Dispute Act 1947,Contract Labour (Regulation & Abolition) Act 1970, for the persons engaged by him. 26.3 If any amount becomes payable by KIOCL as a result of any claim or Acts and the Rules and Regulations, By-laws or the Orders made there under, applicable from time to time, such amounts shall be recoverable from awardee for which KIOCL. will not be responsible for any compensation. 26.4 Agency/ contractor shall also indemnify the KIOCL Ltd. against any claims, compensations, damages, loss, penalty etc. for breach and / or nonfulfillment of the prevailing Rules and Regulations and other statutory provision in force from time to time and applicable to the work during the currency of contract. 26.5 Agency / contractor shall obtain required license under Contract Labour [Regulation and Abolition] Act 1970 and Rules made there under. 26.6 Agency shall maintain all the records as required by PF Statutory authorities and submit necessary returns as per the provisions of the Act.

Page 31 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

26.7 Agency shall be responsible for the safety of his employees and machineries in all phases of the work and shall provide and enforce the use of such guards, safety boots, helmets, goggles and other safety gadgets as may be required under Metalliferous Mines Regulations/ Coal Mines Regulations. In case of non- compliance the KIOCL may provide the same and recover the cost from the awardee. The awardee shall intimate to the KIOCL site incharge or his authorized representative immediately about the occurrence of the any accident within the work spot and shall make arrangements to render all possible assistance to the involved employees. 26.8 In case of any directives either from Central or State Government or any other authorities regarding execution of work related thereto, the same shall have to be strictly adhered to and binding upon the successful agency for implementation. 26.9 Services to be performed by the Agency will be strictly as per the scope of work described in the document.

27. COMPLETION OF WORK 27.1 When the agency fulfils all its obligations under the contract to the satisfaction of KIOCL site in-charge or his authorized representative and subject to terms and conditions of the contract, it shall be eligible to apply for completion certificate. The agency shall obtain work completion certificate from KIOCL. 27.2 With completion of the work in all respects as defined in the tender document, the agency shall clear of the areas from dirt, rock overburden materials, structures and any other foreign materials etc. 27.3 If the awardee fails to comply with the requirement of this clause on or before the date fixed for the completion of the work, KIOCL may at the expenses of the awardee carry out such works and the awardee shall pay the amount of all such expenses so incurred and shall have no claim in respect of any such work. 27.4 In order to facilitate the final bill payment the agency shall furnish the following documents to KIOCL. 27.4.1 Certificate of the satisfactory completion of the work from site incharges of KIOCL as per the terms and conditions of the Tender Notification. 27.4.2 A certificate to the effect that no outstanding claim / payments are due to the persons employed by the awardee or his sub- Tenderer if permitted by KIOCL including the statutory payments, which have fallen due. 27.5 Immediately on completion of the work, but not later than 60 days after completion of work. Agency shall submit his final bill indicating the gross and net amount payable. 27.6 In case of delay beyond scheduled date of completion of work, any statutory increase in duties, cess etc. and / or introduction / levy of any duty, tax, cess after scheduled date of completion of work shall be to the agency‘s account.

Page 32 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

28. INTEGRITY PACT : The bidder shall execute Integrity Pact Agreement with KIOCL Ltd. as per the Integrity Pact Agreement as per ANNEXURE IV. The following Independent External Monitor (IEM) is nominated for the above work. Sri. Kumar Jitendra Singh Ex-CMD MOIL, 1,MOIL vatika Chicholi road, Fetri kajol road, Nagpur – 441 501 Phone: 09665083386, Email: [email protected]

29. CONFLICT OF INTEREST: 29.1 KIOCL is guided by Central Vigilance Commission (CVC)‘s Circular No.08/06/11dated: 24th June, 2011 on the above matter (http://cvc.gov.in/cir_emp_05072011.pdf). 29.2 KIOCL requires that the Agency carry out the work in professional, objective, and impartial manner and at all times hold KIOCL‘s interest paramount, avoid conflicts with other assignments or its own interests, and act without any consideration for future work.

30. FRAUD PREVENTION POLICY : Every one may take note that a ―Fraud Prevention Policy‖ is being followed by KIOCL, which provides a system for prevention/detection/reporting of any fraud. It also forbids everyone from involvement in any fraudulent activity and that where any fraudulent activity is suspected by anyone, the matter must be reported to the `Nodal Officer` (Chief Vigilance Officer) as soon as he / she comes to know of any fraud or suspected fraud. KIOCL requires that Bidder under this contract observe the highest standard of ethics during the execution of this contract.

31. JURISDICTION OF COURT 31.1 Since the agreement is to be executed at Bangalore, the courts at Bangalore alone shall have jurisdiction on any dispute arising out of agreement. 31.2 LAW GOVERNING AGREEMENT: The Contract shall be Governed and interpreted in accordance with the laws in India. Any provision required to be included in a Contract of this type by any applicable and valid Law, Ordinance, Rule or Regulation shall be deemed to be incorporated herein.

32. FORCE MAJEURE : 32.1 Any delay, in or failure of performance of the CONTRACT by successful Bidder or KIOCL shall not constitute defaults by such party or give rise to any claim for damages against it, if and to the extent such delay or failure of performance is caused by acts of God, acts rehabilitation or acts of threats of terrorism/naxalism, acts of war or hostilities, acts or omissions of Government, invasion, revolution, civil Page 33 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

commotion, blockade, embargo, sabotage, fires, severe earth quakes, typhoons, cyclones, lightning, plague, epidemic or other act, omission or circumstances, (excluding monsoon) which are beyond the reasonable control of the parties affected which they could not have reasonably foreseen and guarded against and which by exercise of reasonable care and diligence, they are unable to prevent (herein after referred to as Force Majeure).KIOCL shall be the sole judge to decide whether or not an event is Force Majeure and decision is final and binding. Monsoon season is not considered a Force Majeure. 32.2 The party affected by the occurrence of the event of Force Majeure shall promptly notify within 10 days of such occurrence to the other part hereto at its commencement and termination along with the copies of any documents, if any, showing the existing or termination of such event and its effect on the WORK. Delay occasioned by Force Majeure shall give rise to an extension of the time for performance of either party obligations under this CONTRACT commensurate with such delay. 32.3 Should Successful bidder or KIOCL be prevented from fulfilling his obligations as provided for under this CONTRACT by the existence of a cause of Force Majeure lasting continuously for a period of forty five (45) days, the party which is so prevented shall prior to the termination of the Force Majeure condition and after the expiry of the said period of forty five (45) days have the option to terminate this CONTRACT without further liability to either party, except that Successful bidder shall be paid for the work performed upto the date of such termination.

33. GENERAL 33.1 The submission of Tender does not automatically qualify or finally select the prospective tenderer. 33.2 KIOCL will not accept or respond to bidder‘s requests for information on the status and progress of Tender evaluation process. Information regarding the Tender process will be posted on KIOCL‘s website from time to time. 33.3 All Tender documents will become the property of KIOCL upon submission. 33.4 Bidders are expected to examine carefully the contents of all the documents provided. Failure to comply with the requirements of NIT will be at the Bidder‘s own risk. 33.5 KIOCL shall not be liable for any mistake or error or neglect by the Bidder in respect of the above. 33.6 The bidder shall bear all costs associated with the preparation or delivery of its Bid and for participating in discussions. KIOCL will in no case be responsible or liable for those costs and expenses regardless of the outcome of the bidding process. 33.7 The Bid and all correspondence incidental and related to Bid shall be written in English language. Any printed literature and document submitted in any other

Page 34 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

language shall be accompanied by authenticated English translation, in which case, for the purpose of interpretation of the Bid, English translation shall govern. Responsibility for correctness in translation shall lie with the bidders. 33.8 KIOCL reserves its right to call for original of the supporting documents for verification if so deemed fit and also cross-check for any details as furnished by the bidder from their previous clients etc. Bidder shall have no objection whatsoever in this regard. 33.9 KIOCL will examine the Bids for its completeness, whether the documents have been signed, whether they are complete and whether the details furnished are generally in order. Incomplete bids are likely to be rejected. 33.10 Canvassing in any form by the bidder or by any other agency on their behalf may lead to disqualification of their Bids. 33.11 KIOCL reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time without thereby incurring any liability to the affected Bidder(s). KIOCL reserves the right to invite fresh proposals with or without amendment of the NIT at any stage without any liability or obligation for such invitation and without assigning any reason thereof. 33.12 KIOCL reserves the right to reject any Bid or Proposal if: a. At any point of time, a material misrepresentation is made or uncovered for a Bidder. b. The bidder does not respond promptly and thoroughly to requests for supplemental information required for the evaluation of the Bid or Proposal.

Yours faithfully,

(P. Sharma) Joint General Manager (ME)

Page 35 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

ANNEXURE-I LETTER OF UNDERTAKING (In tenderer’s letter head) To

The Joint General Manager (ME), Mineral Exploration Dept. KIOCL Limited, II Block, Koramangala Bangalore - 560034

Sir,

I / We______have read terms and conditions of the Tender attached hereto and agree to abide by such terms and conditions.

I / We------offer to deploy the technical manpower/ machineries for the work(s) as per tender no.------at the rates quoted in the Price Schedule.

I / We------hereby bind myself/ourselves to undertake the work (s) within time as per terms and conditions as stipulated in the Tender.

In case of acceptance of the tender by KIOCL, I / We------bind myself/ ourselves to furnish the required Security Deposit for the work awarded to me/us and to commence the work immediately after receipt of the work order, failing which I/We shall have no objection for forfeiture of the EMD, total amounting to Rs.( ------) only lodged with KIOCL.

PLACE: Date :

Page 36 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

ANNEXURE-II

BLANKED PRICE BID (TO BE ENCLOSED WITH THE TECHNO-COMMERCIAL BID) Quote Price Stage Details of the work Unit Quantity Sl Price / Unit Total Price (a) (b) (c ) (d) (e) (f)=(d)*(e) 1 Large scale Geological mapping in 1:12,500 scale Sq. Kms 202 2 Stage I - Site works Collection of Surface / Bed rock samples. Nos 300 3 Large scale Collection of Stream sediment samples. Nos 150 mapping 4 Preparation of Report and Maps Nos 1 Detailed geological mapping in 1:1000 or 1:2000 scale 5 Sq. Kms 4 with 2 m/ 5m contour interval. 6 Stage II - Collection of Pit samples / Trench samples Cu.m 200 7 Detailed DGPS survey Points 5 mapping of Site works 8 Boundary points fixation survey using total station. Points 16 the 9 Ground magnetic survey 300 mineralized Geophysical 10 Induced polarization survey Line kms 25 area Survey 11 Resistivity 25 12 Preparation of Reports and Maps Nos 1 Survey Survey (Triangulation, Bore hole fixation, 13 Points 5 works determination of RL and Co- Ordinates) Scout drilling (Includes Mobilization, Demobilization 14 meters 600 charges etc) Detailed core/ sample logging including supply of core/ 15 Stage III- meters 540 sample boxes Scout Drilling Drilling 16 Approach road making charges Kms 10 Shifting of samples boxes from site to KIOCL 17 Trip 1 Laboratory, Mangalore. Karnataka 18 Preparation of Reports and Maps Nos 1 19 Primary Analysis of Gold by fire assay method. Nos 1082 sample Sample Analysis of associated elements like Cu, Pb, Zn, Ni, 20 preparation 1082 preparation & & analysis Co etc. analysis Check works of all Analysis of Gold by fire assay method. Nos 100 sample 21 the 3 stages preparation Analysis of associated elements like Cu, Pb, Zn, Ni, through Nos 100 & analysis Co etc. NABL Composite 22 certified Analysis of Gold by fire assay method. Nos 100 sample laboratories Analysis of associated elements like Cu, Pb, Zn, Ni, 23 preparation Nos 100 & analysis Co etc. 24 Grand total price (including all 3 stages)

(Grand Total price in words ______)

Note :The unit amount & total amount quoted shall be excluding Service tax. Service tax if any will be paid by KIOCL as per rules.

Page 37 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

ANNEXURE-III PRICE BID ( In Rs excluding ST) Quote Price Stage Details of the work Unit Quantity Sl Price / Unit Total Price (a) (b) (c ) (d) (e) (f)=(d)*(e) Large scale Geological mapping in 1:12,500 1 Sq. Kms 202 scale Stage I - Site works 2 Large scale Collection of Surface / Bed rock samples. Nos 300 3 mapping Collection of Stream sediment samples. Nos 150 4 Preparation of Report and Maps Nos 1 Detailed geological mapping in 1:1000 or 5 Sq. Kms 4 1:2000 scale with 2 m/ 5m contour interval. 6 Collection of Pit samples / Trench samples Cu.m 200 Stage II - 7 Detailed DGPS survey Points 5 mapping of Site works Boundary points fixation survey using total 8 Points 16 the station. 9 mineralized Ground magnetic survey 300 Geophysical 10 area Induced polarization survey Line kms 25 Survey 11 Resistivity 25 12 Preparation of Reports and Maps Nos 1 Survey Survey (Triangulation, Bore hole fixation, 13 Points 5 works determination of RL and Co- Ordinates) Scout drilling (Includes Mobilization, 14 meters 600 Demobilization charges etc) Stage III- Detailed core/ sample logging including supply 15 meters 540 Scout Drilling of core/ sample boxes 16 Drilling Approach road making charges Kms 10 Shifting of samples boxes from site to KIOCL 17 Trip 1 Laboratory, Mangalore. Karnataka 18 Preparation of Reports and Maps Nos 1 19 Primary Analysis of Gold by fire assay method. Nos 1082 Sample sample Analysis of associated elements like Cu, Pb, 20 preparation preparation 1082 Zn, Ni,Co etc. & analysis & analysis works of all Check Analysis of Gold by fire assay method. Nos 100 sample 21 the 3 stages Analysis of associated elements like Cu, Pb, preparation Nos 100 through & analysis Zn, Ni,Co etc. NABL 22 Composite Analysis of Gold by fire assay method. Nos 100 certified sample Analysis of associated elements like Cu, Pb, 23 laboratories preparation Nos 100 & analysis Zn, Ni,Co etc. 24 Grand total price (including all 3 stages)

(Grand Total price in words ______) Note :The unit amount & total amount quoted shall be excluding Service tax. Service tax if any will be paid by KIOCL as per rules.

Page 38 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

ANNEXURE –IV

INTEGRITY PACT

THIS AGREEMENT is entered into between the following Parties:

KIOCL Limited, IInd Block, Koramangala, Bangalore 560 034 hereinafter referred to as ―The Principal‖,

AND

NAME & ADDRESS OF THE PARTY

……………………………………

…………………………………..

…………………………………… hereinafter referred to as ―The Tenderer/ Contractor/ Consultant‖

Preamble

The Principal intends to award a contract, following its laid-down organizational procedures, for “Mineral investigation works of Udbur area, Mysore (Dist) of Karnataka (State)”. The Principal values full compliance with all relevant laws and regulations and the principles of economical use of resources and of fairness and transparency in its relations with its Tenderer(s) and /or Contractor(s).

In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organization, "Transparency International" (TI). Following TI's national and international experience, the Principal will appoint an Independent External Monitor (IEM) who will monitor the tender process and the execution of the Contract for compliance with the principles mentioned below.

IT IS AGREED AS FOLLOWS: Definitions: a) “Principal” means KIOCL LIMITED, incorporated under the Companies Act 1956, having their registered office at Koramangala, Bangalore – 560 034 and includes their successors. b) “Tenderer” means the person, firm or company submitting a tender against the Invitation to Tender and includes his/ its/ their staff, consultants, parent and associate and subsidiary companies, agents, consortium and joint venture partners, sub-contractors and suppliers, heirs, executors, administrators, representatives, successors. c) “Contractor” means the Tenderer whose tender has been accepted by the principal or Company whose tender has been accepted and shall be deemed to include his/ its/ their

Page 39 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

successors, representatives, heirs, executors and administrators unless excluded by the Contract. d) " Independent External Monitor" means a person, hereinafter referred to as IEM, appointed, in accordance with clause 8.a below, to verify compliance with this agreement. e) "Party" means a signatory to this agreement. f) “Contract” means the contract entered into between the Principal and Tenderer/Contractor for the execution of work mentioned in the preamble above.

Commitments of the Parties Section 1 - Commitments of the Principal:-

The Principal commits itself to take all measures necessary to prevent corruption (inducement to violate duty assigned to its employees) and to observe the following principles; i) No employee of the Principal, personally or through family members or any third person, will in connection with all stages of tendering or the execution of Contract, demand or take a promise, or accept, for him/herself or any third person, any material or non-material benefit which he/she is not legally entitled to; ii) The Principal will, during the tender process, treat all Tenderers with equity and reason. The Principal will in particular, before and during the tender process, provide to all Tenderers the same information and will not provide to any Tenderer any information/ clarification through which the Tenderer could obtain an advantage in relation to the tender process or the Contract execution; iii) The Principal will not take, directly or indirectly, any steps, which could unduly influence the functioning of IEM. iv) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-corruption Laws of India/ guidelines of Govt. / guidelines of CVC/ guidelines of Principal, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions. v) If the Principal obtains information of conduct of a bidder, contractor or sub-contractor or of an employee or a representative or an associate of a bidder, contractor or sub-contractor, which constitutes corruption, or if the Principal has a substantive suspicion in this regard, the Principal will inform the Vigilance Department of the principal. Section 2 - Commitments of the Tenderer(s)/Contractor(s):-

2.1 The Tenderer /Contractor commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the Contract execution;

Page 40 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

i) The Tenderer / Contractor will not directly or through any other person(s) or firm, offer, promise or give to the Principal, or to any of the Principal‘s employees involved in the tender process or the execution of the Contract or to any third person any material or immaterial benefit which he / she is not legally entitled to in order to obtain, in exchange, an advantage during the tender process or to vitiate the Principal‘s tender process or the execution of the Contract. ii) The Tenderer / Contractor will not enter with other Tenderers into any illegal agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or actions to restrict competitiveness or to vitiate the Principal‘s tender process or the execution of the Contract. iii) The Tenderer / Contractor will not commit any criminal offence under the relevant Anti- corruption Laws of India; further, the Tenderer / Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. iv) The Tenderer / Contractor of foreign origin shall disclose the name and address of the agents/representatives in India, if any. Similarly, the Tenderer / Contractor of Indian Nationality shall furnish the name and address of the foreign principals, if any. v) The Tenderer / Contractor will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract. vi) The Tenderer/ Contractor will not take, directly or indirectly, any steps, which could unduly influence the functioning of IEM. vii) The Tenderer / Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences.

2.2 Obligation to Ensure Compliance a) Each Party will take all reasonable steps to ensure that the provisions of this agreement which are binding on it are complied with by all of its staff, consultants, parent and associated and subsidiary companies, agents, consortium and joint venture partners, sub- contractors and suppliers. b) Each Party will appoint an appropriate senior manager with responsibility for ensuring that the provisions of this agreement are complied with.

Section 3 - Disqualification from tender process and exclusion from future contracts a). If the Tenderer, before award of Contract, has committed a transgression through violation of any of the terms under section 2 above or in any other form such as to put his reliability or credibility as Tenderer into question, the Principal is entitled to disqualify the

Page 41 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

Tenderer from the tender process or to terminate the Contract, if already signed, for such reason. b). If the Tenderer / Contractor has committed a transgression through a violation of any of the terms under section 2 above or in any other form such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Tenderer / Contractor from future Contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the company hierarchy of the Tenderer /Contractor and the amount of the damage. The exclusion will be imposed for a minimum of six (6) months and a maximum of three (3) years. c). If the Tenderer / Contractor can prove that he has restored/ recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion before the expiry of the period of such exclusion. d). A transgression is considered to have occurred if, in light of all available evidence, a reasonable doubt is possible. SECTION 4 - COMPENSATION FOR DAMAGES a). If the Principal has disqualified the Tenderer from the tender process prior to the award according to Section 3 above, the Earnest Money Deposit (EMD) furnished, if any, along with the offer as per the terms of the Invitation to Tender (ITT) shall be forfeited. This is apart from the disqualification of the Tenderer as may be imposed by the Principal as brought out at section 3 above. b). If the Principal has terminated the Contract according to Section 3 above, or if the Principal is entitled to terminate the Contract according to section 3 above, the EMD/Security Deposit furnished by the contractor, if any, as per the terms of the ITT/Contract shall be forfeited. This is apart from the disqualification of the Tenderer, as may be imposed by the Principal, as brought out at section 3 above.

SECTION 5 - PREVIOUS TRANSGRESSION a) The Tenderer hereby declares that no previous transgressions with respect to provisions of Integrity pact occurred in the last three (3) years with any other Company in any country or with any other Public Sector Enterprise in India and, as such, there is no case for his exclusion from the tender process. b) The Tenderer hereby agrees that if he has made/makes incorrect statement in regard to this aspect, he can be disqualified from the tender process or the Contract, if already awarded, can be terminated for that reason.

SECTION 6 - EQUAL TREATMENT OF ALL TENDERERS/CONTRACTORS/ SUB- CONTRACTORS

Page 42 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

a) The Tenderer / Contractor undertakes to obtain from all sub-contractors a commitment consistent with this integrity pact, and to submit it to the Principal at the time of seeking approval of the principal for appointment of sub-contractors. b) The principal will enter into agreements with identical conditions as that of this Integrity Pact, with all Tenderers / Contractors c) It is essential for all tenderes / contractors to sign the Integrity Pact with the company if the value of the transaction is more than 30 lakhs. The principal will disqualify from the tender process all tenderers/ contractors who do not sign this Pact or violate its provisions.

SECTION 7- BREACHES OF THIS AGREEMENT a) In the event that any Party believes that there is PRIMA FACIE evidence that there has been a failure by a Party to comply with any provision of this agreement, such Party will take the following actions: i) It will report full details of such suspected non-compliance to the IEM and CVO with copies to the Chief Executives of each of the Parties. ii) If any such non-compliance has been carried out, or assisted by an individual who is a member of a professional association, and such non-compliance may constitute a breach of any disciplinary code of such professional association, such Party may report such matter to the professional association. b) If such non-compliance may constitute a criminal offence, either in the country in which the Contract is being carried out, or in the home country of the organization or individual which carried out or assisted such non-compliance, such Party may report such matter to the appropriate criminal authorities in those territories. c) In the event that any Party breaches any provision of this agreement, the other Parties may, in addition to the rights under this agreement, claim damages against the defaulting Party, and exercise any other rights they may have against the defaulting Party. d) The Parties will take appropriate disciplinary or enforcement action against any of their staff, consultants, parent and associated and subsidiary companies, agents, consortium and joint venture partners, sub-contractors and suppliers who cause or assist in any breach of any provision of this agreement.

SECTION 8 - INDEPENDENT EXTERNAL MONITOR/MONITORS (IEM) a). The Principal, will appoint a competent and credible IEM/Number of IEMs for the duration of this agreement from the panel of IEMs appointed in consultation with the Central Vigilance Commission (CVC). b). The IEM will assess, on an independent and objective basis, the extent to which the Parties comply with their obligations under this agreement. Page 43 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

c). The Parties will, after submission of a tender; after the award of any contract to them and for the duration of the contract: i) Allow the IEM unrestricted access to all books, records and staff relevant to such tender; ii) Ensure that the IEM has unrestricted access to the relevant books, records and staff of their consultants, parent and associated and subsidiary companies, agents, consortium and joint venture partners, sub-contractors and suppliers. d). In the event that the IEM believes that there is PRIMA FACIE evidence that there is a violation of this agreement, the IEM will report the same to CEO of the Principal. e). Upon receipt of a report from the IEM, CEO of the Principal and the Board will discuss and try to agree upon the appropriate action to be taken in line with sections 3,4 & 5 above to deal with such violation. f). The IEM has no power to inquire any of the Parties to undertake any actions. No statement by the IEM, whether oral or in writing, is binding on any of the parties. Any Party in legal or dispute resolution proceedings can use all reports and other documentation issued by the IEM. The IEM can be called as a witness in legal or dispute resolution proceedings. g). Fee and /or any other incidentals including traveling/conveyance expenses, if any, payable to IEM shall be borne by the Principal. h). The IEM can only be removed from his appointment, if: 1. All parties agree in writing to remove him: or 2. He resigns: or 3. He is removed from his office by order of a Court having appropriate jurisdiction. i) On completion of the term by the IEM or if the IEM is removed from his appointment or in case of death of IEM (whichever is earlier), the Principal will appoint another IEM as per section 8.a) above for the remaining duration of this agreement.

SECTION 9 - DURATION OF AGREEMENT a). This agreement comes into force as soon as it has been signed by all the Parties have signed it. It cannot be terminated or varied except by the written agreement of all the Parties. b). This agreement will expire after 12 months from the date of last payment under the respective Contract for the Contractor, and for all other Tenderers 6 months after the award of the Contract.

SECTION 10 - OTHER PROVISIONS a). The Principal will disqualify from the tender process all Tenderers who do not sign this Pact or violate its provisions.

Page 44 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

b). Should any occasion arise entailing IEM to undertake any investigation under the provisions of this agreement, the venue for such investigation shall generally be at KIOCL Corporate Office, Kormangala, Bangalore –560 034. c). This agreement is subject to Indian law. Place of performance and jurisdiction is the corporate office of the Principal. In case of any dispute, the courts at Bangalore only shall have jurisdiction. d). Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. e). Addresses along with other relevant details of the Chief Executives of the Parties are as given under; 1. Principal: Chairman-cum-Managing-Director, Tel : 080-25531322(O) KIOCL Limited : 080-25531272(O) II–Block,Koramangala, Fax : 080-25521584(O) BANGALORE – 560 034 INDIA. 2. TENDERER / Tel: CONTRACTOR …………………………………………….. Mobile: ……………………………………………. ……………………………………………. Email: …………………………………………….. Fax: f). Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In that case the parties will strive to come to an agreement to their original intentions. g). If the contractor is a partnership or consortium, all partners or consortium members must sign this agreement.

For the Principal For the Tenderer/ Consultant

Place………………….. Place………………….. Date ………………….. Date …………………..

Witness 1: …………………………………. Witness 1: .……………………..

(Name & address) (Name & address)

Witness 2: ……………………………… Witness 2: ………………………

(Name & address) (Name & address)

Page 45 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

ANNEXURE-V E – PROCUREMENT PROCEDURE

The Country's prestigious Mini Ratna Company, KIOCL Limited has its Pelletisation Complex and Pig Iron Complex at Mangalore, coastal city of Karnataka and is engaged in the business of manufacturing and exporting high quality Iron Ore Oxide Pellets and also supply of Pig Iron for domestic market.

KIOCL Limited has introduced to procure goods / services through e-Procurement process except steel, cement & proprietary items where the purchase value is more than Rs. 5.00 Lakhs. As a part of e-procurement process, online bidding cum reverse auction is being conducted through service provider with the following main objectives:

 To bring transparency in the procurement system.  To provide opportunity for bidders to quote their most competitive price.  To get more competitive prices  To save in procurement cost.

The required IT system for e‐ procurement shall be developed and same should be secure, capable of maintaining complete confidentiality at appropriate stages of the bidding process, so that the tenderers feel confidence in electronically transmitting their price bids.

The help of external bidder / service provider may be utilized for conducting online price bidding cum reverse auction.

As a part of tender document, hard copy of the techno‐commercial and price bids shall be obtained in two separate sealed covers. Online price bidding cum reverse auction will be held through service provider among the techno‐commercially acceptable offers. Subsequently hard copy of price bids of techno‐commercially acceptable offers will be opened. Composite L1 i.e. lower among e‐bidding cum reverse auction prices and hard copy prices will be arrived and accordingly placement of order on composite L1 will be considered.

Digital signatures, a form of electronic signatures, are created and verified using Public Key Cryptography that is based on the concept of a key pair generated by a mathematical algorithm, the public and private keys. The bidders should have a valid digital Certificate issued by any of the valid certifying authorities (CA) to participate in the online bidding.

Page 46 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

BUSINESS RULES FOR ON LINE PRICE BIDDING CUM REVERSE AUCTION

ANNEXURE – A

A) General Terms and Conditions of Online Price Bidding cum Reverse Auction

1. Against the Tender Enquiry for the required item/system with detailed scope of supply as per requisite specification, KIOCL Limited, hereinafter referred to as KIOCL, may resort to ―ONLINE PRICE BIDDING CUM REVERSE AUCTION PROCEDURE‖ to obtain most competitive price.

2. For the Online price bidding cum reverse auction, technically and commercially acceptable bidders are only shall be eligible to participate. Bidders are to ensure that they have valid digital certificate well in advance so as to confirm participation before the online price bidding cum reverse auction.

3. KIOCL‘s authorized service provider who will provide all necessary training and assistance before commencement of on line price bidding on Internet. Service provider shall also explain to the bidders, all the rules related to the Online Price bidding cum Reverse Auction / Business Rules.

4. Business rules like event date, time, bid decrement, extensions, etc. also will be communicated through service provider.

5. Any commercial loading shall be intimated to bidders in advance and it shall be added to price during ONLINE PRICE BID dynamic auction process. For evaluation purpose, commercial loading if any, shall be added to the quoted price of respective bidder. However for ordering only the final bid placed by the bidder shall be considered.

6. Bidding Currency, Price Terms, Bid Price, Unit of Measurement, Validity of Bids : As per techno-commercial bid submitted by the bidders in line with to the terms and conditions of respective tender document.

7. Vendors have to fax / e-mail the compliance form in the prescribed form provided by service provider, before start of Online price bidding. Without this the vendor will not be eligible to participate in the event.

8. Online price bidding cum Reverse auction will be conducted on schedule date & time.

9. At the end of Online price bidding cum reverse auction event, the bidders who had participated in the event has to fax / e-mail the duly signed filled-in prescribed format in their company letter head as provided on case-to-case basis to KIOCL through service provider within 24 hours of auction without fail.

Page 47 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

B) Business Rule for finalization of the Online Price Bidding cum Reverse Auction.

1. Online price bidding cum reverse auction shall be conducted by KIOCL, on pre- specified date, while the vendors shall be quoting from their own offices/ place of their choice. Internet connectivity shall have to be ensured by vendors themselves. In extreme case of failure of Internet connectivity, (due to any reason whatsoever may be) it is the bidders‘ responsibility / decision to send fax communication immediately to KIOCL‘s authorized service provider furnishing the price the bidder wants to bid online with a request to the service provider to upload the faxed price on line so that the service provider will up load that price on line on behalf of the Bidder. It shall be noted clearly that the concerned bidder communicating this price to service provider has to solely ensure that the fax message is received by the service provider in a readable / legible form and also the Bidder should simultaneously check up with service provider about the clear receipt of the price faxed. It shall also be clearly understood that the bidder shall be at liberty to send such fax communications of prices to be up loaded by the service provider only within the closure of Bid time and under no circumstance it shall be allowed beyond the closure of Bid time / reverse auction. It shall also be noted that the service provider should be given a reasonable required time by the bidders, to upload such prices online and if such required time is not available at the disposal of the Service provider at the time of receipt of the fax message from the bidders, the service provider will not be uploading the prices and either KIOCL or the service provider are not responsible for this unforeseen circumstances. In order to ward-off such contingent situation bidders are requested to make all the necessary arrangements/ alternatives whatever required so that they are able to circumvent such situation and still be able to participate in the online price bidding cum reverse auction successfully. Failure of power at the premises of vendors during the Online price bidding cum Reverse auction cannot be the cause for not participating in the Online bidding auction. On account of this, the time for the auction cannot be extended and neither KIOCL nor service provider is responsible for such eventualities.

2. The detailed process for online price bidding cum reverse auction is explained below:

The online price bidding event will be conducted in three stages :-

STAGE -I : Online initial price bid

At scheduled time, the screen for On-line price bidding will be launched wherein the techno-commercially qualified bidders will be allowed to submit their offers through online.

During the Stage-I online initial price bidding, the bidders would be required to quote price only on the basis of price terms indicated in their sealed price bid submitted along with techno-commercial bid before. Page 48 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

STAGE –II : Start Bid Price

After the expiry of the time for submission of on-line initial price bids, the lowest Price will be frozen by the system as the Start Bid Price (SBP) for Stage – III on line bidding.

Stage – III: Reverse Auction on Start Bid Price

a) In Stage III of the online competitive bidding, computer screen will display Start Bid Price and which shall be visible to the all vendors participated in the initial online price bid auction during the start of the reverse Auction. Bidders are required to start bidding after announcement of Start Bid Price and decrement amount. Also, please note that the start price of an item in online reverse auction is open to all the participated online bidders. Any bidder can start bidding, in the online reverse auction, from the start price itself. If the start price is your own price, you still need to bid in the online reverse auction. Also, please note that the first online bid that comes in the system during the online reverse auction can be equal to the auction's start price, or lesser than the auction's start price by one decrement, or lesser than the auction's start price by multiples of decrement. The second online bid and onwards will have to be lesser than the L1 rate by one decrement value, or lesser than the L1 rate by multiples of the decrement value.

b) Those vendors who have participated in the Initial online Price Bid Auction, will only be eligible to participate in the subsequent English Reverse Auction.

c) Online Initial Price Bid will be for 30 minutes and Online English Reverse (no ties) Auction shall be for a period of one hour with a 30 minutes time difference between Initial Price Bid and RA. If a bidder places a bid in the last 10 minutes of closing of the Reverse Auction and if that bid gets accepted, then the auction‘s duration shall get extended automatically for another 10 minutes, for the entire auction (i.e. for all the items in the auction), from the time that bid comes in. Please note that the auto-extension will take place only if a bid comes in those last 10 minutes and if that bid gets accepted. If the bid does not get accepted, the auto- extension will not take place even if that bid might have come in the last 10 minutes. In case, there is no bid in the last 10 minutes of closing of Reverse Auction, the auction shall get closed automatically without any extension. However, vendors are advised not to wait till the last minute or last few seconds to enter their bid during the auto-extension period to avoid complications related with internet connectivity, network problems, system crash down, power failure, etc.

d) The commercial loading factor, bid decrement amount shall be specified by KIOCL before start of bidding. The bidder can bid lower than the start bid price in reverse auction by a bid decrement or multiple of Bid decrement.

Page 49 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

e) Any commercial loading shall be intimated to bidders in advance and it shall be added to price during dynamic auction process. For evaluation purpose, commercial loading if any, shall be added to the quoted price of respective bidder.

f) Bidder will be able to view the following on your screen along with the necessary fields in the English Reverse (no ties) {Reverse Auction}:

i) Leading Bid in the Auction (only total price) ii) Bid Placed by you iii) Your Own Rank iv) Start Bid Price & Bid Decrement value.

g) After the completion of English Reverse Auction (no ties), the Closing Price (CP) shall be available.

h) At the end of the Reverse Auction, Service Provider will evaluate all the bids (final price) submitted and final price comparative statement will be forwarded to KIOCL for further processing.

i) The bidders who have participated in the event, shall be required to submit the final prices, quoted during the English Reverse (no ties) in Annexure-C Format after the completion of Auction to Service Provider / KIOCL duly signed and stamped as token of acceptance without any new condition other than those already agreed to before start of auction.

j) Bids once made by the bidders, cannot be cancelled / withdrawn.

k) During the Online English Reverse (No Ties) Auction, if no bid is received in the auction system/website within the specified time duration of the online price bidding cum reverse auction, then KIOCL, at its discretion, may scrap the online price bidding cum reverse auction process and open only sealed price bids of all technically and commercially acceptable bidders submitted earlier along with techno-commercial bids.

l) KIOCL shall be at liberty to cancel the Online price bidding cum reverse auction process / tender at any time, before ordering, without assigning any reason.

3. KIOCL shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the cause.

4. Bidders are required to submit their acceptance to the terms and conditions given above before participating in the reverse auction.

5. Our Service provider shall explain all the Rules related to the Online Price Bidding cum Reverse Auction/ Business Rules Document to be adopted along with bid

Page 50 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

manual. Bidders are required to give their compliance on it before start of bid process.

6. At the end of the reverse auction, bidder has to provide a detail price break up for his lowest offer (if KIOCL insists the same) within 24 hours

OTHER TERMS & CONDITIONS:

1. The Bidder shall not involve himself or any of his representatives in Price manipulation of any kind directly or indirectly by communicating with other suppliers / bidders.

2. The Bidder shall not divulge either his Bids or any other exclusive details of KIOCL to any other party.

3. KIOCL‘s decision on award of Contract shall be final and binding on all the Bidders.

4. Service Provider shall not have any liability to Bidders for any interruption or delay in access to the site irrespective of the cause.

5. Service Provider is not responsible for any damages, including damages that result from, but are not limited to negligence.

6. Service Provider will not be held responsible for consequential damages, including but not limited to systems problems, inability to use the system, loss of electronic information etc.

Change in Business Rules, Terms & Conditions of Reverse Auction :

1) KIOCL reserves the right to modify / withdraw any of the Business rules, Terms & conditions of online price bidding cum reverse Auction at any point of time.

2) Modifications of Business rules, Terms & conditions of Reverse Auction will be made available in the respective tender documents.

3) Modifications made during the online price bidding and Reverse Auction event will be advised to participating Bidders immediately.

Page 51 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

ANNEXURE - B Process Compliance Form

(The bidders are required to print this on their company’s letter head and sign, stamp before faxing)

To

Service Provider

Sub:Agreement to the Process related Terms and Conditions for the Online price bidding cum Reverse Auction

Dear Sir,

This has reference to the Terms & Conditions for the Online Price biding cum Reverse Auction mentioned in the Tender No...... for ......

This letter is to confirm that:

1. The undersigned is authorized representative of the company. 2. We have studied the Commercial Terms and the Business rules governing the Online price bidding cum Reverse Auction as mentioned in your letter and confirm our agreement to them. 3. We also confirm that we have a valid digital certificate which will be valid for the subject tender whenever we sign on the bid submission. 4. We also confirm that we have taken the training on the auction tool and have understood the functionality of the same thoroughly. 5. We also confirm that we will fax the price confirmation & break up of our quoted price as per Annexure 4 & the price bid format in the tender document. 6. We, hereby confirm that we will honour the Bids placed by us during the auction process.

With regards

Signature with company seal Name – Company / Organization – Designation within Company / Organization – Address of Company / Organization –

Page 52 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017

ANNEXURE – C To Date :

The Service Provider …………………………………….. ………………………………………

Sub: Final price quoted during online price bidding cum reverse auction for supply of ……………………………………………………………………………………….… Ref: 1. Tender No. KIOCL/………………, dated ………………………. 2. e-Auction dated. …………………………… 3. Our Offer No. …………………………dated ……………………

Dear Sir,

We confirm that we have quoted our Final Prices during the Online price bidding cum Reverse Auction conducted today and Final Price offered is as under :

Quote Price ( In Rs Stages Quantity Sl excluding ST) (a) (b ) (c) Stage I - Large scale geological mapping of 202 Sq kms in 1 1:12,500 ( Includes collection of surface samples and report 1 preparation works as per scope of work) Stage II - Detailed geological mapping of 4 Sq kms in 1:1000 / 1:2000 scale ( Includes collection of pit samples, Geophysical 2 1 survey, DGPS survey, Boundary point survey and Report preparation works as per scope of work). Stage III- Scout Drilling works (Includes core logging works, survey 3 works, approach road making, transportation of core boxes and 1 Report preparation works as per scope of work). Sample preparation & analysis of all the 3 stages through NABL 4 1 certified laboratories as per scope of work 5 Grand total price in Rs (excluding ST) -

Place: Signature Date: Name, Designation and Seal of the bidder

** To be submitted as per price bid format attached in the tender document.

Page 53 of 53 SEAL AND SIGNATURE OF THE BIDDER LTE No. KIOCL/MED/MOM/KA/08 Dtd. 3rd Mar 2017