The Mining Corporation Ltd.

Regional Office BARBIL

NOTICE INVITING TENDER

Tender No.: ______dated ______

Notice Inviting Tender for hiring of Light Commercial vehicles/BUS/WATER TANKER.

Open tender is hereby invited from the Agencies supplying vehicles of the following types on monthly hire basis for our Mines/Regional Office Barbil.

The EMD amount is Rs. 25,000/- for each Light Vehicle (Bolero/ Xylo/ Scorpio/ Camper/ Ambulance) and Rs. 40,000/- for each W/tanker & Bus.

Cost of Tender Paper is Rs.525/ (Including VAT)

The schedule of tender is as under:

Last Date of availability of tender schedule from website: 14.01.2017 up to 17:00 Hrs.

Last date of receipt of tender: 16.01.2017 up to 15:00 Hrs.

Date of opening of tender (Technical bid): 18.01.2017 at 15:30 Hrs.

The Tender Document shall not be sold and is to be downloaded only from website of OMC, i.e., www.omcltd.in The cost of the tender document and EMD in the form of Demand Draft in favour of “The Odisha Mining Corporation Ltd”, payable at Barbil is to be enclosed with the bid along with other documents. The tenders complete in all respect must reach this office by registered post/Courier or may be dropped in the Tender box kept at the Office of the Regional Manager Barbil (Material Section) up to 15:00 Hrs. of 16.01.2017. The Tenders can also be dropped in the Tender box kept for the purpose at the office of the AGM (Mat), OMC Ltd, Head Office, . The tenders received after the scheduled date and time will be rejected out rightly. OMC reserves the right to cancel the tender at any stage of bidding without assigning any reasons thereof.

Details of the vehicles required Place of utilisation Quantity

1. Scorpio, Model-S10-BS4 R.O., Barbil 01 No. 2. Bolero Plus A.C 9 STR-PS-BS4 R.O., Barbil 01 No. Bolero-SLX-A.C. 7STR-BS4-2WD R.O., Barbil 04 Nos. Bolero-SLX-A.C. 7STR-BS4-2WD Mines/Prosp. Camp 10 Nos. 3. Bus-32S SB-BK Mines 02 Nos. Khandbandh Mines 01 No. SGBK Mines 01 No. Dubna Mines 01 No. 4. Bus-17S Joribar Prosp. Camp 01 No. 5. Water Tanker 9 Kl. Cap. Khandbandh Mines 01 No. SGBK Mines 01 No.

Sd/-14.12.2016 REGIONAL MANAGER

IMPORTANT INSTRUCTIONS FOR BIDDERS

SECTION-I

1. The bidder shall give the details of the vehicle it would provide in Section-V (Technical Bid Form). In case the successful bidder fails to provide the vehicles with valid papers within the stipulated days to be indicated in the work order, its performance guarantee (security deposit) will be forfeited and it may be barred from taking part in any tendering process from this office for next one year.

2. The bidder should enclose self attested copy of registration certificate and valid comprehensive insurance cover and other documents as detailed in section –V in support of the vehicles in point 1 above. This is to be enclosed in an envelope super scribing it as Technical bid (Envelope-1) for hiring of vehicles.

3. The bidder should submit TECHNICAL BID FORM duly filled as per Section-V of the bid documents in one Envelope (Envelope-I).

4. The bidder should submit EMD & cost of Tender paper of specified amount in an Account payee Demand Draft in favour of The Odisha Mining Corporation Ltd payable at Barbil. The DD towards EMD & Tender Paper cost is to be enclosed in the Envelope (Envelope-1) containing the Technical bid.

5. The bidder shall submit the “No near relative certificate” as per Section-VIII of the bid documents to be enclosed in Envelope-1.

6. Financial Bid: - The financial bid (Section-VI) duly signed and stamped is to be submitted in Envelope II duly super-scribed as FINANCIAL BID for Hiring of vehicles.

SECTION-II

1. ELIGIBILITY CRITERIA OF BIDDERS:

(a) For Bangur, , Region & Shipment Office : The participating bidder should be a (i) Sole Proprietor (Legal owner of the vehicle) or (ii) an Agency providing vehicles on hire duly recognized as such by the competent Authority, if any.

(b) For , Barbil, Gandhamardan, Koira, JKRoad region: The participating bidder should be an Agency providing vehicles on hire duly recognized as such by the competent Authority, if any.

The bidder should submit an Identity Proof (for proprietor) / duly attested copy of partnership deed and registration certificate (for partnership firm)/ duly attested copy of MoA, AoA, and certificate of Incorporation (For company). (c) The bidders, other than sole proprietor, should own at least one vehicle of the category as specified in the Tender for which it is bidding , registered in the name of proprietor/partners of the firm/ company. Besides this, in case the Agency is unable to meet at least 50% of the requirement on its own, it must produce authorization in shape of power of attorney from other legal vehicle owners in favor of the firm/company for the remaining vehicles so as to meet at least 50% of the required number of vehicles as tendered.

(d) In case of a sole proprietor, he/she must be in possession of the numbers of vehicles of same category he/she is bidding for such engagement. A sole proprietor is not eligible to engage any vehicle not registered in his name.

(e) The date of Purchase of the vehicles from the manufacturers/dealers must be after 01.01.2014 in case of Light Vehicles and 01.01.2013 in case of W/tanker and Buses.

(f) The bidder, if covered under Service Tax Rule on Hiring of Vehicles, should have Service Tax registration, issued by the Central Excise Authority, Government of and submit the self attested photocopies of the same. In case the bidder is not covered under Service Tax Rules it should give a self declaration of the same in the format as per Annexure- IX.

(g) The bidder should have PAN card and submit the self attested photocopy of the same.

(h) The bidder should be in possession of registration certificate, valid comprehensive insurance cover in favour of proprietor/partners/firm/lessee/company, Fitness Certificate, Road Tax, Registration certificate as Commercial vehicle/taxi permit/Contract Carriage License and any other documents as applicable under Motor Vehicle Act and Driving License & batch (where applicable) of the Driver proposed to be engaged, self attested copy of such documents is to be enclosed with the bid.

(i) In case of vehicles to be engaged for Rayagada region, in addition to the documents as per clause no.(h) above the Permit to operate in the state of Andhra Pradesh is required to be produced by the bidder.

(j) In case of vehicles to be engaged in Shipment Office, Paradeep, required documents to operate inside the port must be produced by the bidder.

(k) The bidder should fullfill all criteria for engagement of School Buses as per Sl. No. 16 of Section–IV.

(l) The bidder must not be an employee of OMC .If his relative is an employee in OMC, an undertaking as per format given in section VIII is to be attached.

(m) The bidder shall have to produce proof of EPF Registration Number if awarded with the Work within 45 days of Issue of Work Order failing which no payment of Hired charges shall be made and the work so awarded shall be rescinded. The EMD/ISD deposited shall be forfeited.

2. COST OF BIDDING: The bidder shall bear all costs associated with the preparation and submission of the bid. The OMC will in no case, be responsible or liable for these costs, regardless of the conduct of the bidding process. (All the documents establishing eligibility of the bidder are to be enclosed in Envelope-1)

3. BID DOCUMENT: (a) The Job required, bidding procedures and contract terms are prescribed in the bid document which includes:-

Sl. No. Title Sections 1. Notice Inviting Tender (NIT) 2. Important Instructions to Bidders -1 I 3. Important Instructions to Bidders -2 II 4. General Conditions III 5. Special Conditions IV 6. Technical Bid Form V 7. Financial Bid Form VI 8. Letter of Authorization VII 9. No Near Relative Working in OMC Certificate VIII 10. Self Declaration on Service tax exemption IX 11. Tender Compliance Sheet XI 12. Agreement & Affidavit format XII

(b) The Bidder is expected to go through all instructions, forms, terms and conditions in the Bid Documents. Failure to furnish, complete information required as per the bid document or submission of bids not substantially responsive to the bid documents in every respect will be at the bidder’s risk and will result in rejection of the bid.

4. PREPARATION AND SUBMISSION OF BID: The tender should be submitted in two parts namely -Technical Bid (Envelope-1) and Financial Bid (Envelope-2). The Technical bid shall contain all the pages of the NIT (except the Financial bid, ie; Section-VI which is to be duly filled up, signed and enclosed in Envelope-2 signed in all pages and duly filled up where ever required along with all the required documents. Both, Envelope-I (Technical bid) & Envelope- II (Financial bid)separately sealed with due super scribing are to be put in a bigger envelope which should also be sealed and super-scribed as “Tender for Hiring of Light & Heavy vehicles ” and shall be sent by post /courier addressed to The Regional Manager, The OMC Ltd, Regional Office, Barbil or dropped in person in the Tender box kept for the purpose in the Office of the Regional Manager Barbil or office of the AGM (Mat) ,OMC Ltd ,Head Office ,Bhubaneswar . The responsibility for ensuring that tenders are delivered in time would solely vest with the bidder. The OMC shall not be responsible if the bids are delivered elsewhere or late.

5. BID FORM: 5.1. The bidder should submit the Technical bid and the Financial Bid in the format as contained in the tender document. 5.2. The printed Terms and conditions contained in the Tender Document shall form part of Bid as well as Agreement. 5.3. OMC shall not accept any deviations in respect of any conditions as laid down in the bid documents. 5.4. The envelope containing the tender bid should bear the name and complete postal address including telephone no. of the bidders. 5.5. All the pages of the bid document should be signed by the bidder.

6. SUMMARILY REJECTION OF BIDS: Any one or more of the following actions/omissions will cause rejection of the bid: - (a) Any bid, received after the specified closing time. (b) Any bid not accompanied by required EMD & Cost of Tender papers (c) Any bid, without letter of authority from the principal, where ever required. (d) Any bid received unsealed. (e) Any bid, not signed by duly authorized signatory at appropriate places. (f) Any bid, not accompanied by the required documents. (g) Any conditional bid.

7. BID PRICES: (a) Bids with firm price only are accepted. (b) Rates should be quoted in figures as well as in words. (c) Rates must be specified in the format as per Financial Bid in Section-VI enclosed. (d) The Rates for each vehicle to be engaged in Regional Office will be quoted separately and for Mines under the region as one group will be quoted separately as per the Financial bid format.

8. BID SECURITY (EARNEST MONEY DEPOSIT): 8.1 In case of Light Vehicles, EMD amount is Rs.25,000 (Rupees Twenty Five Thousand)each & for Heavy Vehicles Rs.40, 000/ (Rupees Forty Thousand)each.

8.2 The bidder must enclose the Earnest Money in the form of an Account payee Demand Draft drawn ao any scheduled or Nationalised Bank in favour of “The Odisha Mining Corporation Ltd.” along with the Bid. 8.3 The bidder shall not be permitted to withdraw his offer or modify the terms and conditions thereof. In case, the bidder fails to observe and comply with the stipulations made herein or backs out after quoting the rates, the EMD will be forfeited. 8.4 No interest shall be paid on the amount of EMD, deposited against this tender. 8.5 The EMD and unopened price bid of the technically disqualified bidders will be returned as promptly as possible just after evaluation of technical bid. 8.6 The successful bidder’s EMD (bid security) will be converted to Performance Security upon the bidder’s acceptance of the Work Order and will remain with OMC till end of the Contract period. 8.7 The EMD of unsuccessful bidders whose bids are technically qualified will be discharged/returned as prompt as possible; but not later than 7 days after signing of the agreement with the successful bidder.

8.8 The EMD (bid security) may be forfeited (i) If a bidder withdraws his bid during the period of bid validity OR (ii) If the successful bidder fails to sign the Agreement OR (iii) If the successful bidder fails to provide the vehicle within the stipulated days of award of work order.

9. PERIOD OF VALIDITY OF BIDS: The Bids shall remain valid for 90 days from the date of bid opening. A bid valid for a shorter period shall be rejected by the OMC as non-responsive.

10. FORMATS AND SIGNING OF BID 10.1. The Tender document shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the contract. The letter of authorization shall be indicated by written power of attorney accompanying the bid. The person or persons signing the bid shall initial all pages of the original bid. 10.2 Individual signing the bid or other documents connected with the agreement shall indicate the full name below the signature (a) A partner of the firm, if it be a partnership firm, in which case he/she must have authority to execute contracts on behalf of the firm and to refer to arbitration disputes concerning the business of the partnership either by virtue of the partnership agreement or by a Power of Attorney duly executed by the partners of the firm. 10.3 In case, the bidder is signing as partnership firms, a copy of the partnership agreement, or general Power of Attorney duly attested by a Notary Public, should be furnished on stamped paper duly sworn of affirmed by all the partners admitting execution of the partnership agreement or the general power of attorney. The attested copy of the certificate of registration of firm should also be enclosed along with the tender. 10.4 In the case of partnership firms, where no authority to refer disputes concerning the business of partnership firm has been conferred on any parties the tender and all other related documents must be signed by all partners of the firm.

10.5 A person signing the tender form or any documents forming part of the tender on behalf of another person should have an authority to bid such other person and if, on enquiry it appears that the persons so signing had no authority to do so, OMC may, without prejudice cancel the contract and hold the signatory liable for all costs, consequences and damages under the civil and criminal remedies available. 10.6 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be initialed by the person or persons signing the bid. In the absence of such an authorization the bid will be considered as non- responsive. 10.7 The bidder should sign and affix his/her firm’s seal, in case of partnership firm or company’s seal in the case of a company, at each page of the tender document as the acceptance of the offer. No page should be removed/ detached from the tender document. 10.8 The bidder will submit (a) Technical Bid: The Technical bid Form should be submitted in the format given in tender document (Section-V) along with all requisite documents. The tender document in original, duly signed each page by the bidder, should also be enclosed with the Technical Bid. All the certificates submitted by the bidder should be valid on the date of tender opening. (b) Financial Bid: The financial bid should be submitted in the format given in the tender document (Section-VI).

SUBMISSION OF BIDS

11. SEALING AND MARKING OF BIDS 11.1 The bidder shall seal the bid in an inner and an outer envelope. 11.2 (a) The inner and outer envelopes shall be addressed to the undersigned at the following address: The Regional Manager, OMC Ltd., Regional Office Barbil. (b) The inner and outer envelopes shall bear ”Tender for Engagement of “ Light & Heavy vehicles “, the tender number and the words “DO NOT OPEN BEFORE THE DATE OF OPENING.” (c) The inner and outer envelopes shall indicate the name & address of the bidder to enable the bid to be returned unopened in case, it is declared late. (d) Bids delivered in person, shall be delivered in the tender box kept under the charge of the Regional Manager, OMC Office of the Regional Manager, Barbil OMC, or in the office of the AGM(Mat) , The OMC Ltd. Bhubaneswar on or before the date and time specified in the tender document. 11.3 The OMC shall not be responsible if the bids are delivered elsewhere. The OMC shall have no responsibility for misplacement of bids or their premature opening, if the outer envelope is not sealed and marked as required by Para 11.2.

12. SUBMISSION OF BIDS: 12.1 Bids must be received by the undersigned at the address specified under Para 11.2(a) not later than the date and time specified in the tender documents.

12.2 The OMC may at its discretion, extend the deadline for the submission of bids by amending the bid documents.

13. LATE BIDS Any bid received after the deadline for submission of bids pursuant to clause 11, will be rejected and returned unopened to the bidder.

BID OPENING AND EVALUATION

14. OPENING OF BIDS: The bids will be opened in presence of the bidders or their authorized representatives, who choose to attend, at the date and time specified in Tender Documents. The bidder’s representatives, who are present, shall sign in attendance register. Authorisation letter to this effect shall be submitted, as per Section-VII, by the bidder/representative before they are allowed to participate in bid opening. After techno-Commercial evaluation, Financial bids of qualified bidders shall be opened after a later date on due intimation to the bidders.

15. PRELIMINARY EVALUATION (Technical Bid): 15.1. The OMC shall evaluate the bids to determine whether they are complete and no computational errors have been made. The OMC shall also determine whether required documents have been furnished and the documents have been properly signed. 15.2. The OMC may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation. 15.3. The technical bids will be evaluated in respect to their substantive responsiveness or otherwise. Thereafter, OMC shall open the financial bids of only those firms/bidders whose technical bids are found to be qualifying in the technical evaluation. 15.4 The Technical Bids shall be evaluated strictly on the basis of the eligibility conditions, as contained in Clause -1 of Section-II of the tender document. If any bid does not conform to any of the eligibility conditions, that will be summarily rejected. 15.5 The bids, which are found responsive, shall be considered for opening of the Financial Bids. 15.6 No post bid clarifications at the initiative of the bidders shall be entertained.

16. EVALUATION OF FINANCIAL BIDS Evaluation of substantially responsive financial bids will be done as follows: The rates quoted by qualified bidders shall be ranked as L-1, L-2, and L-3 onwards in order of Lowest to Highest for each category of Vehicle separately for Regional Office & Mines. In case of any arithmetical error, such as discrepancy between words and figures, the amount shown in words shall prevail. The decision of OMC in this regards shall be final and binding on the parties.

17. RIGHT OF ACCEPTANCE: The OMC does not bind itself to accept the lowest or any other tender. The OMC reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reasons whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the ‟OMC” s action.

18. NEGOTIATION: OMC may ask the L-1 bidder for negotiation of its quoted rate so as to arrive at a reasonable rate. 19. AWARD OF CONTRACT: The contract will be awarded to the successful L-1 bidder. It is intended to award the contract to one bidder on the basis of lowest evaluated bid prices provided the bidder is having the requisite number of vehicles of the category in which his quoted price ranks L-1. In case the L-1 bidder is not capable of providing the required number of vehicles then L-2, L-3 bidders onwards will be asked to provide the vehicle on the rate negotiated and finalised with L-1 till the required number of vehicles are met. In case the required number of vehicles are not fulfilled from the existing technically qualified bids, the L-1 rate finalised after negotiation by the Regional TPC shall be taken as the base rate and offers will be called for from interested bidders by way of a Notice to be displayed in the Notice Board of the Regional Office to engage vehicles in the same Rate subject to fulfilling all terms & conditions applicable in this tender.

20. DURATION/PERIOD OF CONTRACT: The total period of contract shall be three years from the date of signing of the agreement subject to renewal from year to year basis at the same terms & conditions as may be considered by the OMC based on the requirement and subject to assessment of performance of the bidder at least once in a year by OMC. In case, at the end of any contract year, the requirement of vehicles is determined less than the original total quantity engaged, OMC at its discretion shall terminate the contract of the vehicles (not required) considering the age according to the date of purchase.

21. TAX DEDUCTION AT SOURCE: Income Tax and any other taxes i.e. Education Cess etc as may be applicable from time to time during the currency of the contract shall be deducted at source from the bills.

22. TERMINATION OF CONTRACT: 22.1 In case of any default by the Agency in regard to any of Terms and conditions (Whether general or special), OMC may without prejudice to any other right or remedy which shall have occurred or shall occur thereafter, terminate the contract, in whole or in part by giving 30 days notice in writing to the Agency. 22.2 All instructions, notices and communications etc under the contract issued in writing and if sent to the last known place of business, shall be deemed to be served on the date, even in ordinary course of post, these would have been delivered to the Agency. Notwithstanding anything contained herein OMC also reserves the right to Terminate the contract at any time or stage during the period of contract, by giving 30 days notice in writing without assigning any reason and without incurring any financial liability whatsoever to the Agency and in such case the SD deposited shall be returned to the agency.

22.3 In case the agency withdraws during the first year of the contract period the ISD shall be forfeited & it shall not be allowed to participate in any tender for the next three years. However, if the agency withdraws from the contract within any time during the next two years of the contract period, penalty by way of forfeiture of Initial Security Deposit shall be imposed.

23. COMMUNICATION OF ACCEPTANCE: The successful bidder will be informed of the acceptance of his tender by way of Work Order. Before issue of Work Order the bidder is to produce all the Original Documents of the vehicle for verification by the designated official of OMC.

24. SIGNING OF AGREEMENT: After acceptance of Work Order by the Agency and submission of ISD an Agreement will be signed with the successful bidder on the non- judicial stamp paper valued Rs.100 (Rupees One Hundred).Agreement as per Section-XII shall be executed by the agency with OMC within fifteen days of issue of Work Order .In case the agency fails to sign the agreement within stipulated time the EMD shall be forfeited and work order shall be cancelled. Only after execution of the Agreement, the vehicle shall be put to use in OMC. The performance shall be reviewed at least once in a year and if found satisfactory the contract shall be extended at least one month prior to the end of the contract..

25. ANNULMENT OF AWARD :Failure of the successful bidder to comply with the requirement of clause 24 shall constitute sufficient ground for the annulment of the acceptance of the bid and forfeiture of the bid security (EMD) in which event the OMC may give the offer to any other bidder at its the discretion or call for new bids.

26. PERFORMACE GUARANTEE (INITIAL SECURITY DEPOSIT): 26.1 Initial Security Deposit for each light vehicles shall be Rs.40,000/ & for heavy vehicles Rs.60,000/-

26.2 The EMD of the successful bidder will be converted to Initial Security Deposit for which the balance amount, if any, shall have to be deposited by the bidder in shape of DD before signing of agreement.

26.3 The Initial Security Deposit can be forfeited by the OMC in the event of any breach or negligence or non-observance of any Terms/conditions of contract or for unsatisfactory performance. 26.4 The Initial Security Deposit without interest shall be refunded after successful completion of the contract period.

26.5 In case of the bidders whose EMD has been converted to Initial Security Deposit and is still held with OMC, it is found at the time of final payment against the previous contract that any penalty is due for deduction from the ISD, the balance amount shall be deposited by the agency for SD before signing of the next year agreement in case the same agency is awarded with the work order.

26.6 In case the contract is renewed for the next year/s the ISD of previous year shall be rolled over to the next year in case the contract of previous year is finally settled.

27. PRICE ESCALATION: The price finalized in the Tender shall be applicable for first year contract. If the contract is extended for subsequent years price escalation of 1.5% on second year and 3 % on third year shall be applicable on the base price of first year so as to take care of the enhancement of wages & VDA etc. of the wages component of the Hire Charges.

28. VARIATION IN QUANTITY: During any time of the Contract period OMC reserves the right to increase or decrease the quantity of vehicles depending upon its requirement and in such case the vehicles to be effected shall be decided as per Clause No.20 of this section. 29. ARBITRATION: In the event of any question, dispute or difference arising under the agreement or in connection there with (except as to matter the decision to which is specifically provided under this agreement), the same shall be referred to sole arbitrator, The arbitrator will be appointed by OMC . The arbitration proceedings shall take place at Bhubaneswar and shall be conducted in English. The provisions of Arbitration and Conciliation Act, 1996 and the rules framed there under and in force shall be applicable to such proceedings.

30. SET OFF: Any sum of money due and payable to the Agency (including security deposit refundable to him) under this contract may be appropriated by Corporation and set off the same against any claim of the Corporation for payment of a sum of money arising out of this contract or under any other contract made by Agency with the Corporation.

31. FORCE MAJEURE: If any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reason of any war, or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of god (hereinafter referred to as events) provided notice of happenings, of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such events be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such on performance or delay in performance under the contract shall be resumed as soon as practicable after such an event may come to an end or cease to exist, and the decision of the OMC Ltd as to whether the supplies/services have been so resumed or not shall be final and conducive, provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may, at his option terminate the contract.

SECTION-III

GENERAL CONDITIONS OF THE CONTRACT:

1. Submission of bid against this offer will bind the bidder to the acceptance of all the conditions specified herein or in NIT unless otherwise agreed by the OMC.

2. The earnest money shall be forfeited by the OMC, in case the bidder withdraws the offer after opening of the bid and If the bidder fails to act on the instruction of OMC by the specified date.

3. The time period as stipulated in the agreement /Work Order/Contract shall be deemed to be essence of the contract.

4. The agreement shall be governed by the Indian Laws. The Courts at Bhubaneswar shall have jurisdiction to entertain any dispute or the claim arising out of the contract-agreement

5. The vehicle to be supplied by the bidder is to report to the designated Officer of OMC which will be informed in the Work Order .The vehicle shall be utilised for twenty four hours basis.

6. PENALTY: 6.1 In case of break down, the vehicle have to be replaced by other vehicle of same type immediately which can be put to service till the resumption of duty of the original vehicle or up to seven days whichever is earlier . In case of non-availability of suitable vehicle a penalty @ Rs. 1000/- per day for light vehicles & Rs.2000./ per day for heavy vehicles shall be imposed for the absence period. The hire charges for the absence period shall not be paid. 6.2 In case of non-availability of the original vehicle beyond seven days the Agency has to substitute a similar vehicle for the remaining period of the contract with same terms & conditions informing the details to the OMC management. However acceptance of the substitute vehicle will be at the sole discretion of OMC who will nominate a committee to inspect the detail document and condition of the substitute vehicle .In this case, a new agreement is to be entered in to by the Agency. 6.3 In case it is found that the fuel supplied to the vehicle is short in the vehicle as per log book, the cost of such shortage quantity shall be recovered at the actual rate of purchase with 17.5% storage charge from the running bill for the same month.

7. In case of breach of any of the terms and conditions mentioned above, the OMC, shall have the right to cancel the tender without assigning any reason and shall also have right to forfeit the security deposit.

8. The Agency/tenderer shall not assign or sublet the work or any part of it to any other person or party.

9. The tender is not transferable.

10. TERMS OF PAYMENT: The Terms of payment shall be as under:

10.1 No payment shall be made in advance.

10.2 The Agency shall submit the bill in triplicate for utilization of the vehicle for the preceding month within the first week of succeeding month before the utilizing authority, along with the Log-Book. The utilizing authority shall certify on the body of the bill ,the number of days the vehicle utilized during the month and forward the same to the concerned MM End user of Regional Office(except COBP) for service entry based on the certification of the user. In case of COBP the end user of COBP shall do Service entry based on the certification of the user. The MM End user shall forward the bill to the Officer of Regional Office dealing with statutory matters to check the following documents which shall be furnished by the agency to him.

a. Proof of payment of monthly wages of the current month to the driver of the vehicle by way of copy of updated Bank Pass Book. b. Copy of EPF deposit Challan with online confirmation slip for the month preceding the previous month for which bill is submitted. However EPF documents for the first month of engagement shall not be checked for effecting payment of that months hire charges.

The above two documents shall only be checked by the officer of Regional Office dealing with statutory matters and once the same is certified to be alright on the body of the bill payment shall be affected by Finance.

10.3 Concerned Finance Section of the Regional Office shall make payment of the recommended amount by Money Transfer to Bank Account of the Agency by NEFT only within seven days of endorsement of the bill from the officer of Regional Office dealing with statutory matters. The bills presented for payment must contain Service Tax Registration Number if applicable. The Service Tax shall be paid extra as per Government rates applicable from time to time. At the time of payment of bills, the taxes liable to be deducted, if any, shall be deducted at source as per Government rules and guidelines as may be prevailing at the time of payment.

10.4 The OMC shall be at liberty to withhold any of the payments in full or in part subject to recovery of penalties mentioned in preceding paras.

10.5 The term “payment” mentioned in this Para includes Hire charges for the utilised period due to the Agency arising on account of this contract excluding Earnest Money and Security Deposit which is governed by the separate clauses of the contract.

SECTION-IV

SPECIAL TERMS AND CONDITIONS :

1. Fuel shall be provided by OMC at the following rate specified below.

Sl.No Type of Vehicle Rate of Fuel in Km/Ltr to be supplied by OMC(applicable for all Regional Office/Mines) I. Bolero(AC) /Ambulance(AC) 11 II. Scorpio/Xylo A/C 10 III. 16/17 Seated Bus 08 IV. 32/36 seated Bus 06 V. 52 seated Bus 04 VI. 9KL Water Tanker 05 VII. 12KL water Tanker 04 A POL Slip will be used for getting Fuel which will be signed by a designated Officer of OMC after verifying the Balance Stock of Fuel in the Fuel tank of the vehicle with the Log Book of the vehicle considering the proposed distance to be travelled daily.

2. The Vehicles to be provided by the Agency should be kept neat and clean and in the sound working condition and suitable for usage by the Corporation Officers. 3. All repair & maintenance of the vehicle in course of the contract period shall be the sole responsibility of the owner. 4. Generally Every Sunday shall be allowed as Off Day per week for undertaking any repair, maintenance of the vehicle. However, as per the discretion of the authority off day can be allowed on any other day of the week. 5. All statutory & other liability of the vehicle which may arise in course of operation during the contract period shall be to the sole responsibility of the Owner. 6. The hired vehicle so supplied by the Agency shall be pollution free as per the standards of the Motor Vehicle Act as applicable and Lubricants required in course of the run of the vehicle shall be supplied by the owner of the vehicle. 7. The Agency shall assign the job of driving of the hired vehicle only to qualified and expert licensed drivers and also assumes full responsibility for the safety and security while driving. No direct or indirect liability arising out of negligent, rash and impetuous driving which is an offence under section 279 of the IPC and any loss caused to the property of OMC have to be suitably compensated by the Agency. OMC shall not bear any tortuous liability, vicarious or otherwise for want of any reasonable case or caution on the part of the drivers in the act of driving or use for illegal purpose of the vehicle engaged/supplied to OMC. 8. (a) In case of the vehicles engaged on 24 hours basis, the agency shall have to provide three qualified drivers for the vehicle having requisite licenses. These vehicles are to be put on duty in those mines/regions where 3-shift operation is going on. (b) All hired vehicles put on duty for 12 hrs shall be accompanied with one qualified driver having requisite license. These vehicles shall be kept with OMC for round the clock (24 hrs) and it shall be utilised as per requirement.

9. Agency/Owner of the Vehicle shall be liable for the followings. (i) Damage caused due to any accident of the vehicle.( ii) Payment for any legal action/Court Cases of compensation payable arising out of any act of the vehicle.( iii) Payment of taxes/surcharges levied by Central/State Govt. (iv) compensation to their employees in case of accident as per Workman’s Compensation Act. 10. The Vehicles will generally be required by the OMC offices for operating in their jurisdiction which covers the state of Odisha including Andhra Pradesh for vehicles engaged for Rayagada zone. 11. The driver should be in proper uniform, well versed with Odisha/Andhra routes and he should be well behaved and courteous to the officers. The driver should have a mobile connection with him for the purpose of communication. 12. No accommodation shall be provided to the driver of the vehicle by OMC .The owner is to arrange the same at his own cost. 13. The Terms and conditions once finalized shall be valid and firm for a period of one year and if extended for subsequent two years. 14. Parking Charges, Toll Charges, Municipal/Cantonment board Charges and Inter State Tax while on duty to OMC Office shall be payable on actual basis on submission of the payment receipts / challan / token with the monthly bill. 15. (a) The Agency shall pay the wages not less than the Minimum Wage of the respective drivers/workers engaged for the purpose corresponding to the nature of work. (b) The Agency shall be fully responsible to comply with all his statutory obligations as employer including all contributions under P.F. and Pension Scheme (EPF) etc. under the Employees’ Provident Fund and Misc. Provision Act, 1952, Employees’ Deposit Linked Insurance (EDLI), Employees’ State Insurance Act, 1948, etc. and all other such obligations/liabilities in respect of their labour engaged by them for the job undertaken under the contract as per applicable statutory provisions/ law and Government Notifications, and will take full liability on this account. OMC will not take any financial liability on this account. The Agency shall give an undertaking in the form of Affidavit to be executed before a PUBLIC NOTARY in a Stamp Paper of Rs.20/ (format enclosed in Appendix-II of the Agreement format) to OMC by citing the above conditions. (c) In the event of failure of the Agency to comply with the above, the company shall be entitled to recover the amount by deduction from any amount payable to the Agency under the contract, including security deposit, or as debt payable by the Agency. (d) The Agency shall be responsible to make payment of Retrenchment Compensation/bonus to their drivers/workers as per statute. 16. The name of the driver of each vehicle shall be maintained in the B-register as per Mines Act wherever applicable.

16. CRITERIA FOR SCHOOL BUS:- a) School buses should be painted yellow. b) School Bus must be written on the back and front of the bus. If it is hired bus, “On School Duty” should be clearly indicated. c) Bus should have a First Aid Box. d) Bus should be fitted with speed governor of specified standard. e) The windows of Bus should be fitted with horizontal grills. f) There should be a fire extinguisher in the Bus. g) School Name & Telephone No. must be written on the Bus. h) The doors of the Bus should be fitted with reliable locks. i) To keep the school bags safely, there should be a space fitted under the seats. j) There must be a qualified attendant in the Bus to attend to Children. k) Any guardian or a teacher sitting in the bus may also travel to ensure these safety norms. l) The driver should have at least 5 years of experience of driving heavy vehicles. m) A driver who has been challenged more than twice in a year for offences like red light jumping, violation of lane discipline or allowing unauthorized person to driver cannot be employed. n) A driver who has been challenged even once for the offence of over speeding, drunken driving and dangerous driving etc. cannot be employed/re employed.

17. In case of Water Tanker, the chassis of the Tanker must be designed according to the Carrying capacity prescribed as per Motor Vehicle Act of the Govt. Water Tanker should be associated with Pumps and its accessories for drawing and spraying of water.

SECTION-V

TECHNICAL BID FORM To, RM, OMC Ltd. Regional Office, Barbil

Subject: - Submission of Technical Bid in respect of Tender for Hiring of ______.

Reference:-______/OMC/______, dated ______

Sir,

The technical bid contains the following details- 1. Name of the bidder: ______2. Address of Bidder (with Tel. & Mob. No.) : ______3. Nature of the Ownership: (Sole Proprietor/ Partnership firm/ Company) ______4. PAN Number of the bidder: ______5. Service Tax Registration No. ______6.EPF Code Number (If available already): ______7. Whether existing Vehicle already on hire with OMC or not: YES/NO (Put a tick mark as applicable) The Details of Vehicles are as below: 8. Quantity & Type of Vehicles proposed to be engaged; Sl. Type of Quantity Vehicle Make & Manufacturing Date of Remarks No. Vehicles proposed Registration Model year & date of Purchase for No of Registration of the engagement Vehicle of the Vehicle Vehicle

(Self attested photocopy of supporting documents for Sl.No.3, 4, 5 & 6 as well as the RC, Purchase Invoice of the vehicle, Permit License, Contract Carriage License if applicable to be attached.) 9. Earnest Money Deposit. (Details): ______(In case the Vehicle is already engaged on hire please indicate the Contract Number/Vehicle Number) 10. Cost of Tender Paper details: ______Original tender document, signed each page by my authorized representative or me. I/We undertake that I/we have carefully studied all the terms and conditions and understood the parameters of the proposed work of the office of OMC, and shall abide by them. I/We further undertake that the information given in this tender are true and correct in all respect and I/we hold the responsibility for the same.

Dated at ------(Signature of the bidder) (With seal of the firm)

SECTION-VI

FINANCIAL BID FORM

To

The Regional Manager, OMC Ltd, Regional Office ______.

Subject:- Submission of Financial Bid in respect of Tender for Hiring of ______Vehicles Reference:-______/OMC/ dated ______.

Sir,

The Financial bid contains the following details-

A). for supply of ______Vehicle:

Rate per Month in Rupees excluding Quantity Service Tax Sl. Type of of Vehicle Place of For 12 Hours For 24 Hours basis No Vehicle to be Utilisation basis provided In In In In Figures Words Figures Words 1. Regional Office 2. Mines of the region

NB. Bidders shall have to quote the rate for both 12hrs & 24 hrs basis.

Certificates:

1. Certified that the rates quoted above are inclusive of all Taxes/Levies excluding Service Tax imposed by state government / central government for operating light/heavy vehicle and shall be firm throughout the contract period.

2. Certified that I have carefully quoted the rates both in words and figures. In case of dispute, rates quoted in words shall be final.

3. Certified that I agree with all the terms and conditions of the tender document.

Dated: ------

(Signature of the bidder) (With seal of the firm)

SECTION-VII

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

To

The Regional Manager, OMC Ltd, Regional Office ______.

Subject: - Authorization for attending bid opening on ______in the Tender respect of Tender for Hiring of Light/heavy Commercial Vehicles.

Reference:-______/OMC/ dated ______

Sir,

I hereby authorized the following person to attend the bid opening for the tender mentioned above on behalf of ______(Bidder)

Name :

Specimen Signature :

I.

Signature of bidder Or Officer authorized to sign the bid Documents on behalf of the bidder

(In case of proprietory concern the certificate is to be given by the proprietor, for partnership firm by all partners and in case of limited company by all the directors of company)

Note:

1. Maximum of One representative will be permitted to attend bid opening. Alternate representative will be permitted when regular representatives are not able to attend.

2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not received.

SECTION-VIII

UNDERTAKING REGARDING NO NEAR RELATIVES

I …………………………………………..…………… S/o …………………………………….………………… resident of …………………………………………………….……………………………………… representing the Agency …………………………………………………………………………… hereby certify that none of my near relative(s) as defined in the tender document is/are employed in OMC. Nor the vehicle(s) to be engaged by me belong(s) to any employee or his near relative of OMC. In case at any stage, it is found that the information given by me is false/ incorrect, OMC shall have absolute right to take any action as deemed fit without any prior information to me.

SIGNATURE OF BIDDER WITH NAME AND ADDRESS

(In case of proprietory concern the certificate is to be given by the proprietor, for partnership firm by all partners and in case of limited company by all the directors of company)

SECTION-IX

Declaration for Exemption/ Non-Exemption of Service Tax

Name of the Proprietor of concern/Firm/Company:-

M/s. ------Address: ------Service Tax Registration No. ------(If Registration No. is not available please write "Not Available") Name & Address of the Division and Range office where Registered under Service Tax.: ------Bidder to mention applicability of one of the following paras and to confirm the same by putting tick mark in the appropriate box below of each para.

A) I/We intend to avail basic exemption under Service Tax after complying with the following requirements: [ ] Condition Year Limit My/ my Current Financial year till the Rs. 10.00 concerns/organizations date of date of submission of bid lakhs Turnover is less than AND My/my Previous Financial Year Rs. 10.00 concerns/organizations lakhs Turnover is less than AND I / my concerns/organizations have not obtained Service Tax Registration No or have surrendered Service Tax Registration Certificate AND I / my concerns/organizations will not take Cenvat Credit in Input Services IF CLAUSE 'A' IS APPLICABLE IN YOUR CASE, PLEASE PUT A TICK MARK [ ]. IN THE BOX OTHER WISE MENTION “N.A."[NOT APPLICABLE]

B) I/my concerns/organizations do not intend to avail basic exemption under Service Tax Rules, 1994. Accordingly Service tax is applicable which will be charged extra in our bills. [ ] IF CLAUSE 'B' IS APPLICABLE IN YOUR CASE, PLEASE PUT A TICK MARK [ ]. IN THE BOX OTHER WISE MENTION “N.A."[NOT APPLICABLE]

SELF DECLARATION

I/We, ……………………………………, hereby declare that the above facts and information are true. In case, it is found that the above mentioned figures and declarations are incorrect, in that case we will be personally held liable for the loss caused to OMC at our cost.

** I/We am/are not defaulter in payment of Service Tax in the past.

Date: Place: Signature of the Bidder with Seal

SECTION-X

Tender Compliance Sheet

Sub: Tender for hiring of ______vehicles in OMC.

Ref: _____/OMC/ Dated------

Put a  if qualified &  if Whether Remarks Sl. Description of the document to be disqualified (To complied if any No submitted be marked by (Yes/No) Tender Opening Committee) 1 Demand Draft towards cost of tender document of Amount Rs 525/- 2 Demand Draft towards cost of EMD 3 Submission of ownership proof (for proprietor firm) / copy of partnership deed and RC (for partnership firm)/ copy of MoA and RC of the firm (for Ltd Company.)/Registration certificate (for Travel Agency) 4 Manufacturing Year ,Date of Purchase of Vehicle 5 Self attested Copy of Service Tax registration 6 Self attested Copy of PAN 7 Self attested Copy of Vehicle Registration and Insurance Cover 8 Filled up Technical Bid Form 09 Filled up Financial Bid 10 Each page of Tender Document Signed 11 Letter of Authorization for attending the bid opening 12 Affidavit of No Near Relative of the Bidder/Company employed in OMC 13 Declaration of exempted/Non exempted of S.T.

Signature :

Name :

Name & address of the firm: ------

(Signature of the bidder) (With seal of the firm)

SECTION XI

AGREEMENT FOR VEHICLE HIRE

This agreement is made on this ______day of 201__ between M/s ______(herein after called the Agency whose term includes its successors and assignees) whose registered office is at ______and is registered under ______and acting through its authorized official .______, and The Odisha Mining Corporation Ltd.. (Herein after called OMC whose term includes its successors and assignees) whose registered office is situated at OMC House, Bhubaneswar and acting through its authorized official, ______, at ______Office at ______. The Agency will provide vehicles on hire basis for OMC for official use on the terms and conditions herein contained, and at the rate of Rs.______per Month. The “Agency” has deposited Rs.______(Rupees ______) as interest free Performance Security.

Now these present witnesses and it is hereby agreed and declared by and between the parties to these present as followings.

1. The Agency shall during the period of this contract that is to say from ______to ______or until this contract is determined by such notice as herein after mentioned, will provide ______vehicles not older than ______year model, on the rates accepted as described in schedule vide Appendix-I to this agreement.

2. The Agency shall comply with all the terms and conditions of TENDER documents contained which are part and parcel of this agreement and forms integral part of this agreement and also the following.

3. The authorities of OMC indicated in appendix-I shall engage the vehicles on monthly basis. It is anticipated that the Agency will supply vehicles to these authorities on regular basis until such time the contract is valid and the parties in agreement are satisfied with the performance of the contract.

4. The Agency agrees with the OMC that every contract of hire order should be subject to the terms of this Agreement for vehicle Hire and in the event of a conflict between these terms and the terms in hire order, the terms of this Agreement for vehicle Hire shall prevail.

5. Agency will provide vehicles to OMC not older than year ______model, and registered for the commercial purpose only and taxes; insurance etc. due on such vehicles shall be the liability of the Agency.

6. The Agency should provide the particular model or make of vehicle as agreed upon in the contract. The OMC only reserves the right to substitute it with another similar vehicle. If for any reason whatsoever the OMC is not happy with the condition of the vehicle provided, the Agency will be informed immediately and they should accept the liability to replace it as per requirement.

7. Agency will submit bills to the ______Section of ______, of OMC on monthly basis for release of payment by OMC.

8. The driver of the vehicle shall be provided with the RC Book, Driving License and other relevant papers of the vehicle which should be produced as and when required by the Officers or the statutory authorities.

9. If the Agency fails to provide the vehicle to OMC and if the service is not found satisfactory enough, the OMC shall have the right to terminate the contract in whole or part as per clause 22 of Section II of Tender Document.

10. In the event of any mechanical failure/ break down of vehicle after its reporting duty, the Agency shall arrange for replacement by another suitable vehicle. NoN-compliance may attract penalty as per Clause 6.1 of Section III of Tender Document.

11. In the event of failure on the part of Agency to supply vehicles as mentioned in the preceding paragraph, penalty as per Clause 6.1 of Section III of Tender Document shall be imposed.

12. In case of any accident resulting in loss or damage to property of life, the sole responsibility for any legal or financial implication would vest with the Agency. OMC shall have no liability whatsoever.

13. The Tender Document No ______Dated ______, which is annexed to this agreement shall form part and parcel of this Agreement and integral part of this agreement. The terms & conditions not specified here in the agreement but given in the Tender document shall form part and parcel of the agreement.

14. That Agency is liable for any legal dispute/cases/claims that have arisen or may arise during the currency of the agreement in respect of vehicles provided by Agency. OMC will not be liable for any loss, damages, etc. suffered/ to be suffered by Agency or third party as the case may be.

15. The Agency shall also be liable for all fines, penalties, and the like of parking, traffic and other criminal offences arising out of or concerning the use of the vehicle during the hire period.

16. In the event of any question, dispute or difference arising under the agreement or in connection therewith, the same shall be decided through arbitration.

Signed ______Signed ______

For and on behalf of the OMC For and on behalf of the Agency

Name (caps) ______Name(caps) ______

Position ______Position ______

Date ______Date ______

In the presence of Witnesses In the presence of Witnesses

1. 1.

2. 2.

Appendix – I

THE ODISHA MINING CORPORATION LTD

(Part of Agreement for vehicle hire)

Period of Contract: ______

Name of Unit: ______

Regd.No. Monthly Make Model of Vehicles Hire Sl. Name of Address Allotted for Charges No Unit Hire Per vehicle

1.

2.

Signed ______

(On behalf of OMC) Name (in capital letters) ______

Position ______

Date ______

Appendix – II

(Affidavit to take full responsibility on all Statutory related matters throughout the Contract period of engagement of the Vehicles to be executed before a Notary)

(Part of Agreement for vehicle hire)

I/We ______(Name of the owner/ Agency) do hereby solemnly affirm and state as follows:

1. That I am/we are the owner of the Vehicle bearing Regn. Number______.

2. That I/We shall pay the wages not less than the minimum wages to the drivers/workers engaged for the work under this contract.

3. That I/We shall be solely responsible to comply with all the statutory obligations as employer including all contributions under P.F and Pension Scheme(EPF) etc under the Employees’ Provident Fund and Misc. Provision Act 1952,Employees’Deposit Linked Insurance (EDLI), Employees’ State Insurance Act 1948,etc and all other such obligations/liabilities in respect of the Driver/Workers engaged by me for the job under this contract as per applicable statutory provisions /Law and Government Notifications and will take full liability on this account.

4. In the event of failure of the above on my part to comply with the above ,OMC shall be entitled to recover the amount by deduction from any amount payable to me/my firm under this contract including the Security Deposit ,or as any debt payable by me.

5. Further I /we affirm that I/We shall be responsible to make payment of retrenchment compensation to my workers as per statute.

6. That this affidavit is being produced before the authority of The Odisha Mining Corporation Ltd in respect of the work “Engagement of the Vehicle bearing Regd.No.______on hire” for the period from ______to ______at ______office/Mines of OMC Ltd..

Signature of the firm/Agency/Owner of the vehicle.