trial e-tender draft ver-3 · 1 commodity iron ore pellets – bf grade (63% fe) 2 quantity...
TRANSCRIPT
Page 1 of 63
KIOCL LIMITED II Block, Koramangala, Bangalore - 560 034 INDIA.
Tel: 25521160 / 25530146 Fax: 25535941 Mail: [email protected]
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02 date : 12/11/2019
OPEN TENDER NOTICE
SALE OF 100,000 TONS OF BF GRADE IRON ORE PELLETS
IN DOMESTIC MARKET
KIOCL LIMITED, a Govt. of India Enterprise and an Export Oriented Unit with a
production capacity of about 3.5 million tons of iron ore pellets per year is intending to
sell 1,00,000 (One Lakh) Dry Metric Tons ±10% of BF grade iron ore pellets in domestic
market with an option to make ‘Third Party Exports’.
KIOCL Limited invites sealed tenders from reputed buyers having sound financial
strength for procuring iron ore pellets.
Salient features of the tender are as below,
1 Commodity Iron Ore Pellets – BF Grade (63% Fe)
2 Quantity 1,00,000 MT ±10%
3 Delivery period Within ONE MONTH from the date of
signing the contract.
4 Last date for submission of
tender 02:00 PM (IST) on 26/11/2019
5 Date, time & venue of opening
Techno-Commercial bids
03:00 PM (IST) on 26/11/2019 at the
office of Jt. General Manager
(Commercial) KIOCL, Bangalore
6 Date and time of online
forward auction Shall be communicated separately.
Please quote price in INR. The quotes shall be submitted as per the details given at
Article 15 in Instructions to Bidders attached. Person signing the bid should be legally
authorised and empowered to sign and where required, necessary document to support
authenticity should be enclosed. All alterations or corrections shall be duly authenticated
by the person(s) signing the bid.
The Techno Commercial bids shall be opened as per the schedule provided at Sl no. 5 in
the above table. The bidder or his authorized representative may witness opening of bids
if they so wish.
Jt. General Manager (Commercial)
KUDREMUKH
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 2 of 63 (Signature of the bidder with seal and date)
Annexure - 1
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02 date : 12/11/2019
TENDER FOR SALE OF 100,000 MT OF PELLETS
INSTRUCTIONS TO BIDDERS (ITB)
KIOCL intends to sell 1,00,000 (One Lakh) Dry Metric Tons ±10% of BF grade iron
ore pellets in DOMESTIC MARKET as per pellet specification given at Annexure-2
attached herewith.
1. DEFINITIONS OF TERMS
1.1. “Seller” shall mean and refer to KIOCL Limited or its Assignee / Successor.
1.2. “Bidder” or “Buyer” shall mean and refer to the party or companies submitting an
offer in response to this Notice Inviting Tender (NIT) or their Assignee /
Successor.
1.3. Dry and dry basis shall refer to the pellet dried at 105 degree centigrade.
1.4. Wet and wet basis shall refer to the pellets in their natural wet state.
1.5. "Contractual Period" shall mean the period of Five Months from the date of
signing of the contract.
1.6. “Loading Port" means New Mangalore Port at Panambur in the District of
Dakshina Kannada, Karnataka – India.
1.7. "Pellets" means agglomeration of iron ore fines into spherical shape produced by
the seller at their Plant.
1.8. "Contract" means the agreement duly executed and signed by and between
BUYER and SELLER in pursuant to the tender under deliberation.
2. LANGUAGE
Tender and supplementary technical data, etc. shall be in English language only, as
understood in India.
3. THIRD PARTY EXPORT
In the event of the successful bidder preferring to export the pellets so procured, may
do so as a ‘Third Party Exporter’. Specimen copy of the Pellet Sale Contract for DTA
sale and Third Part Exports are attached at Annexures 4 & 4A.
4. BID DOCUMENTS:
4.1. The tender documents shall comprise of the following.
4.1.1. Instructions to Bidders. Annexure- 1.
4.1.2. Pellet Specification. Annexure -2.
4.1.3. Documents / details as per Proforma for Company Profile as per Annexure-3.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 3 of 63 (Signature of the bidder with seal and date)
Annexure - 1
4.1.4. Specimen Contract copy Annexure -4 & 4A (as applicable)
4.1.5. Blanked Price Bid Format. Annexure- 5.
4.1.6. Price Bid Format. Annexure -6.
4.1.7. Integrity pact agreement. Annexure- 7.
4.1.8. Business Rules for Online Auction Annexure-8
4.1.9. Check List. Annexure-9
4.2. Price indicated in any of the tender documents except in the price bid format at
Annexure-6 shall result in rejection of the bid.
4.3. In the second stage, technically qualified bidders will be permitted to participate in
e-auction (online forward auction)
4.4. The Bidder is expected to examine all instructions, forms, terms and specifications
in the bid documents. Failure to furnish all information as per the bid documents
or submission of a bid not substantially responsive to the bid documents in every
respect will be at the Bidder’s risk and may result in rejection of the bid.
4.5. The bidder is required to carefully examine the Terms and Conditions of tender
documents, scope of contract given in the Tender Document and fully acquaint
himself as to all conditions and matters which may in any way affect the contract
or the cost thereof. The bidder shall be deemed to have on his own and
independently obtained all necessary information for the purpose of participating
in the tender and his bid as & when accepted shall be deemed to have taken into
account all contingencies as may arise due to such information or lack of the same.
4.6. KIOCL reserves right to seek clarification on the information relevant to bid
documents submitted by the bidder.
4.7. Tender documents can be downloaded from KIOCL website www.kioclltd.in.
4.8. Tender documents should not be tampered. Bidder should not alter or remove any
page of the tender documents and should submit complete set in the manner
prescribed, duly filled in, signed, stamped and dated by authorized signatories.
Failure to comply these instructions may result in rejection of the tender.
Each page of the Tender Document shall be signed by the authorized signatory
along with seal confirming acceptance to the terms and conditions.
5. CLARIFICATION / AMENDMENT TO BID DOCUMENTS:
5.1. At any time prior to the deadline for submission of bids, the Seller may, for any
reason, whether at his own initiative or in response to a clarification requested by
a prospective Bidder, modify the Bid Documents by amendment.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 4 of 63 (Signature of the bidder with seal and date)
Annexure - 1
5.2. The amendment will be put in the same website i.e. www.kioclltd.in and will be
binding on the bidders. BIDDERS ARE THEREFORE ADVISED TO VISIT
THE WEBSITE AT REGULAR INTERVALS.
6. COST OF BIDDING:
6.1. The Bidder shall bear all the costs associated with the preparation and
submission of its bid, and the Seller shall not be responsible or liable for these
costs, regardless of conduct or outcome of the bidding process.
7. BID CURRENCY:
7.1. Prices shall be quoted in Indian Rupees (INR) only.
8. PRICE BASIS:
8.1. The price quoted (basic price) shall be based on FOB, ST, New Mangalore
Port, basis 63% Fe basis.
9. PERIOD OF CONTRACT:
The contract will be for a period of ONE MONTH from the date of signing the
contract.
10. RESERVE PRICE
10.1. KIOCL shall fix a reserve price for sale of pellets.
11. EVALUATION:
The Seller shall evaluate the eligibility of bidders based on the following parameters:
11.1. The firm should be in operation for at least two completed financial years.
11.2. The turn over of the company during any one of the last two completed
financial years immediately preceding the date of tender shall be at least INR
20.00 Crores.
11.3. Positive net worth as per latest annual report.
11.4. Certificate from bidder’s bank regarding bidder’s satisfactory performance.
Decision of the Seller in this regard shall be final.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 5 of 63 (Signature of the bidder with seal and date)
Annexure - 1
12. QUANTITY:
12.1. The quantity tendered for sale is 1,00,000 (One Lakh) ±10% dry metric
tons BF Grade Iron Ore Pellets.
13. QUANTITY ALLOCATION & CONTRACT CONCLUSION:
13.1. Price will form the basis for deciding tender standing.
13.2. The highest price discovered through the tender, if accepted by seller,
shall be the Contractual Price.
13.3. If two or more bidders quote the same price, the seller, at his discretion,
based on the availability of pellets, may either allocate quantity equal to
tendered quantity to each of H1 bidder or may distribute tendered quantity
equally among H1 bidders.
13.4. If the highest bid discovered in the tender is accepted by the Seller, the H1
bidder/s has/have to agree to lift the quantity offered to him/them.
13.5. On mutual consent, additional quantity to the extent of tendered quantity
will be offered to the H1 bidder for lifting at the contracted price.
14. PERIOD OF VALIDITY:
Bids shall be valid for a period of 60 days from the date of last date for submission of
tender.
15. HOW TO QUOTE:
15.1. The bidder is required to carefully examine the Terms and Conditions of
tender document and scope of contract given in the Tender Document and
fully acquaint himself as to all conditions and matters which may in any
way affect the contract or the cost thereof. The bidder shall be deemed to
have on his own and independently obtained all necessary information for
the purpose of participating in the tender and his bid as & when accepted
shall be deemed to have taken into account all contingencies as may arise
due to such information or lack of the same.
15.2. Failure to furnish all information required as per the bid documents in all
respects will be at the Bidder’s risk and may result in rejection of the bid.
15.3. Each page of the Tender Document shall be signed by the authorized
signatory along with seal.
15.4. The bidder shall be solely responsible for all consequences arising out of
the bid submitted by him including wrongful bidding. Seller or their
representatives will not entertain any complaints / representations in this
regard.
15.5. KIOCL reserves right to seek clarification on the information relevant to
bid documents.
15.6. The decision of KIOCL in matters relating to this tender shall be final and
binding on the bidders/buyers.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 6 of 63 (Signature of the bidder with seal and date)
Annexure - 1
16. SUBMISSION OF BID:
The tender complete in all respects conforming to the Terms & Conditions of
Instructions to the bidders & other documents of this tender shall be submitted as under:
16.1. Cover.1 – Techno Commercial Tender comprising of
16.1.1. Copy of Instructions to Bidders duly signed on each page accepting the
terms indicated in Instructions to Bidders – Annexure 1
16.1.2. Copy of Pellet Specification duly signed and stamped – Annexure 2
16.1.3. Documents / details as per proforma for Bidder Profile- Annexure 3.
16.1.4. Specimen Contract copy as applicable duly signed and stamped on each
page accepting the terms indicated in the specimen contract- Annexure 4
& 4A.
16.1.5. Duly signed Copy of the Blanked Price Bid Format (Annexure 5)
accepting the terms of price bid.
16.1.6. Integrity pact agreement duly signed and stamped on each page-Annexure
7
16.1.7. Business Rules for Online Auction as per Annexure-8 duly signed and
stamped
16.1.8. Check List as per Annexure- 9 duly filled, signed & stamped.
The Techno-Commercial tender comprising the above shall be enclosed in a separate
sealed cover duly super scribed as “COVER.1 – TECHNO-COMMERCIAL BID” and
with Tender number & Date and Date of Opening of Technical Bid.
16.2. Cover.2 – Price Bid:
16.2.1. Cover 2 shall contain only the price bid format (Annexure 6) duly filled
and signed. This cover shall be sealed and super scribed as “COVER 2 –
PRICE BID” and with Tender Number & date and Date of Technical
bid opening.
16.2.2. Price indicated in any other part of the tender documents except in the
price bid format at annexure-6 shall result in rejection of the bid.
16.3. Cover.3 – Common Outer Cover
16.3.1. Covers as per 16.1 & 16.2 above shall be kept in a common sealed outer
cover duly super scribed as "TENDER FOR SALE OF 1,00,000 MT OF
PELLETS IN DTA MARKET” and with Tender Number & Date and
Date of Opening.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 7 of 63 (Signature of the bidder with seal and date)
Annexure – 1
16.4. Special Note:
16.4.1. Both the envelopes and its contents shall be legible, signed and seals
affixed by person or persons legally authroised and empowered to sign. A
written authorisation shall accompany the bid authorizing the person or
persons signing the Bid documents. The person or persons signing the bid
shall sign all pages of the bid. Any interlineations, erasures or overwriting
/ corrections shall be valid only if the person or persons signing the bid
attest them.
16.4.2. Offers not meeting the terms & conditions mentioned in this tender
document shall be rejected
16.4.3. Incomplete, illegible, unsigned and conditional tenders will not be
considered.
16.4.4. The bids cannot be withdrawn after the tender closing time. If the bidder
withdraws the bid after tender closing time.
16.4.5. If the outer cover is not sealed and marked as required, KIOCL will not
assume any responsibility for the bid’s misplacement or premature
opening.
16.4.6. Verbal clarifications and/or information given by the Seller, its employees
or its representatives shall not be binding on the Seller.
16.4.7. Price shall not be indicated in any other part of the tender document
except in the price bid format at annexure-6. Any violation shall
result in rejection of the bid.
16.4.8. KIOCL reserves the right to accept or reject any or all bids at its
discretion without assigning any reason & may invite revised offers.
16.4.9. The bidder shall arrange to deliver and drop the bid documents in the
"TENDER BOX" conspicuously placed at:
Commercial Department,
II Floor,
KIOCL LIMITED,
II Block, Koramangala,
BANGALORE – 560 034
KARNATAKA STATE
INDIA.
Bids submitted in any other form apart from articles 16 shall be rejected.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 8 of 63 (Signature of the bidder with seal and date)
Annexure - 1
17. DEAD LINE FOR SUBMISSION OF BIDS
17.1.1. Bids must be received by the Seller at the address specified under article
16.4.9 no later than 14:00 hrs (IST) on 26/11/2019.
17.1.2. KIOCL, at its discretion, may extend the dead line for submission of bids.
In this regard, therefore, please visit our website www.kioclltd.com from
time to time.
18. LATE BIDS
18.1.1. The tenders received after the time & date of submission will not be
considered or opened.
19. OPENING OF TECHNO-COMMERCIAL BIDS:
19.1.1. The Techno-Commercial Tender will be opened at 15:00 hrs (IST) on
26/11/2019 at the office of the Jt. General Manager (Commercial). In the
event of the specified date of Bid opening being declared holiday for the
Seller, the Bid shall be opened at the appointed time and location on the
next working day. The bidder or his authorized representative may
witness opening of bids if they so wish. The representative shall furnish
an authorization letter.
20. SEEKING CLARIFICATION ON TECHNO- COMMERCIAL BIDS BY
KIOCL:
20.1.1. During evaluation of techno-commercial, the Seller may, at his discretion,
ask the Bidder for any clarification of his techno-commercial bid. The
request for any clarification and the response shall be in writing. However
no post bid clarification at the initiative of the bidder shall be entertained.
21. ONLINE AUCTION:
21.1.1. The schedule of the online auction shall be intimated separately.
21.1.2. All the bidders who have qualified in techno-commercial bid evaluation
will be permitted to participate in the online auction conducted by our
service provider. However, participation in the online auction is optional
and in the event of a bidder not choosing to participate in the online
auction, the price quoted by him in the price bid submitted along with
techno-commercial bid shall be considered for evaluation.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 9 of 63 (Signature of the bidder with seal and date)
Annexure - 1
21.1.3. The service provider will provide training and assistance to the eligible
bidders for participation in the online auction. Bidders may, in their own
interest, use their digital signature while receiving the online demo from
the service provider to avoid last minute complications.
21.1.4. Bidders shall ensure that all facilities such as availability of PCs with
internet connectivity, power backups etc. for participating in the online
auction are in put place.
21.1.5. KIOCL or the Service Provider shall not be responsible for bidder’s
failure to participate in the auction due to any reason whatsoever such as
power failure, loss of internet connectivity, communication failure,
inability to use digital signature etc.
21.1.6. Bidders must be extremely careful to avoid error in bidding (whether
typographical or otherwise) and they are fully responsible to check and
rectify their bid before submitting their bid into the auction.
21.1.7. The bidder shall be solely responsible for all consequences arising out of
the bid submitted by him including wrongful bidding. KIOCL or the
Service Provider will not entertain any complaints / representations in this
regard.
22. DIGITAL SIGNATURE:
To participate in the online auction, it is Mandatory on the part of bidder to
have valid Digital Signature issued by authorised Certifying Agencies approved
by Govt. of India. In the event of non availability of digital signature the bidder
shall obtain the same in order to enable himself to participate in the online
auction.
23. BUSINESS RULES FOR ONLINE AUCTION:
The general terms and conditions for online auction shall be as per Annexure-8.
24. PRICE BID OPENING:
Price Bid submitted along with Techno-Commercial Bid, shall be opened after
the receipt of comparative statement of prices discovered through online
auction from the service provider. The date and time of opening of price bids
submitted along with Techno-Commercial bids shall be intimated to bidders.
The bidder or his authorized representative may witness opening of bids if they
so desire.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 10 of 63 (Signature of the bidder with seal and date)
Annexure - 1
25. EVALUATION OF BIDS:
25.1. After the receipt of the price comparative statement of the online reverse
auction from the service provider, the sealed price bids of all the techno-
commercially acceptable bidders received along with the techno-commercial
offers will be opened and a composite price comparative statement shall be
made (i.e. price bid submitted in sealed cover & price discovered through
online reverse auction). Placement of order shall be considered on the H-1
price arrived through composite price comparative statement.
25.2. During the online forward auction, if no bid is received within the specified
time, the online forward auction process will be scrapped and price quoted in
the price bid submitted along with techno-commercial bid shall be considered
for evaluation.
26. CANCELLATION OF TENDER
26.1. KIOCL reserves the right to withdraw / cancel the tender at any time before
conclusion of the contract without assigning any reasons thereof to the bidder.
KIOCL will not be responsible for any damages / loss whatsoever to the
bidder on account of such withdrawal / cancellation.
27. FRAUD PREVENTION POLICY
27.1. Every one may take a note that a “Fraud Prevention Policy” is being followed
at 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 any one, 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 (at [email protected]).
28. INTEGRITY PACT
28.1. KIOCL is committed to carrying out its business in an ethical and corruption
free business environment. Accordingly, the “Integrity Pact” furnished
shall form a part of the contract. Bidder shall read and understand the
Integrity Pact.
28.2. The Independent External Monitor Sri. V.UDAYA BHASKAR appointed by
KIOCL is vested with authority to verify compliance with the agreement
between KIOCL and the Bidder under Integrity Pact.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 11 of 63 (Signature of the bidder with seal and date)
Annexure - 1
28.3. The details of Independent External Monitor/s (IEM) for this tender / contract
are given below. The role of IEM is explained at section 8 of the Integrity
Pact.
Sri V. UDAYA BHASKAR
B101,Sri Balaji Gulmohar Township,
Maa Villas Road No 1, Bachupally
Hyderabad-500090
Phone: 040 40055098
e-mail: [email protected]
28.4. A copy of an Integrity Pact is enclosed (Annexure 7). Bidders are required to
confirm their acceptance on all terms of Integrity Pact Agreement and to
return signed copy of agreement affixing signature along with seal on all
pages along with techno-commercial bid.
---
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 12 of 63 (Signature of the bidder with seal and date)
Annexure - 2
SPECIFICATION OF PELLETS
A. Chemical Composition
( on dry basis) Indicative Specification
Fe 63.00 %
FeO 0.50 %
SiO2 + Al2O3 8.00 %
S 0.01 %
P 0.045 %
TiO2 0.20 %
AS 0.01 %
Other metals 0.20 %
CaO + MgO 2.00 %
Basicity 0.30
B. Physical Properties
Size: 9 - 16 mm 85.00 %
Below 5 mm 5.00 %
Bulk Density 2.00 T/M3
Tumble Index (ASTM) + 6.35 MM 92 %
Abrasion Index (ASTM) - 0.60 MM 6.00 %
Cold Crushing Strength Average 250 ±10 KG/P,
Porosity 20.00 %
Reducibility 60.00 %
C. MOISTURE (Free moisture loss at 1050C shall be)
Fair season (Oct - May) 4.00 %
Rainy season (Jun - Sep) 6.00 %
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 13 of 63 (Signature of the bidder with seal and date)
Annexure - 3
PROFORMA FOR COMPANY PROFILE
(To be forwarded in hard copy along with enclosures indicated)
1. Name of the agency with full address including fax / e-mail.
2. Status of the agency: Proprietary / Partnership / Limited Company etc.
3. Type of business: End User / Trader
4. Date, place of incorporation. Enclose copy of incorporation certificate duly
certified by notary.
5. Memorandum and Article of Association – Copy to be enclosed
6. Contact details of proprietor / partners / directors indicating their mail id and
contact numbers (both mobile and land line).
7. Details of contact persons indicating their mail id and contact numbers (both
mobile and land line).
8. Name, designation and contact details of the authorized signatory along with
authorization letter from head of the organization attesting the signature of the
authorized signatory.
9. Brief write up about the organization giving details of its activities, available
resources and size of business. Production capacity and manufacturing facilities
(if applicable) and approximate requirement of pellets.
10. Details of imports / exports with all the countries for the last three years if any:
Please indicate item wise quantity & value of imports and exports for each year
and also indicate the name and address of organizations with which business
transacted.
11. Details of imports / exports with India for the last three years if any.
Please indicate item wise quantity & value of imports and exports for each year
and also indicate the name and address of organizations with which business
transacted.
12. Details of specific experience in the field of iron ore business (concentrate, fines,
lumps and pellets) item wise and address of mills / organizations with which
business transacted including domestic sales if any.
13. Details of offices / branches of the organization in India and abroad. Details of
the targeted market/unit where the agency proposes to sell/consume KIOCL’s
products.
14. Name and address of bankers. Available L/C limit, certificate from bank
regarding performance including brief profile of financial relationship.
15. Copies of the duly audited annual reports for the last three years including
schedules and certified Auditors Report.
16. Bidders shall furnish the copies of the following duly notarized;
a) PAN
b) GST registration Certificate.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 14 of 63 (Signature of the bidder with seal and date)
Annexure - 4 IRON ORE PELLETS SALE & PURCHASE CONTRACT
NO: KIOCL/PELLET/DTA/2019-20/xx-xx Dated. ____________________
This Contract, made and entered into as of DD/MM/YYYY by and between
KIOCL LIMITED, a Government of India enterprise, having their registered office
at II Block, Koramangala, Sarjapur Road, Bangalore 560 034 (herein after referred to
as "SELLER" which expression shall be deemed to include their successors and
assigns) of the ONE PART, and ____________________, having their registered office
at _____________________________, India (hereinafter referred to as the "BUYER",
which expression shall be deemed to include their successors and assigns)of the
OTHER PART, witnesseth as under:-
1. GENERAL TERMS :
The following terms used in this Contract and its annexure (unless the context
requires otherwise) shall be understood as follows:
1.1. "Pellets" means Iron Ore Pellets produced by the Mangalore Pellet
Plant owned by the SELLER.
1.2. "Contract" means this agreement duly executed and signed by and between
BUYER and SELLER.
1.3. "Loading Port" means New Mangalore Port at Panambur in the District of
South Kanara, Karnataka - India.
1.4. "Discharging Port" shall be at BUYER'S option.
1.5. "Ton" means Metric Tonne of 1000 Kilograms.
2. QUANTITY & DELIVERY SCHEDULE :
The SELLER shall sell and the BUYER shall buy a quantity of BF grade Pellets to be
delivered as per the following schedule.
Name of Commodity : IRON ORE PELLETS.
Delivery Period : MM- 2019 (As per the mutually agreed Laycan)
Quantity : xx,xxx MT ± 10% MOLOO
Port Of Loading : New Mangalore Port, India
[As the loading of the pellets is through a mechanised loading system, the actual
quantity loaded on to the vessel may vary up to 500 MT more or less than the hatch
plan given by the master. KIOCL will not entertain any claims including dead freight
for such variation.]
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 15 of 63 (Signature of the bidder with seal and date)
Annexure - 4 3. QUALITY :
The Pellets supplied by the Seller to Buyer will be with indicative specification as
stated below:
4. PRICE :
4.1. The Price payable by BUYER to the SELLER for supplies under this contract
shall be a Rs. xxxx.xx (Indian Rupees _______________ only) per DMT
FOBST New Mangalore, Basis 63% Fe, exclusive of all taxes, duties & levies.
The above price is inclusive of reversal of applicable Basic Customs Duties.
This price will be applicable for this shipment during MM YYYY. For pellets
the base price shall be increased or decreased on fraction prorata basis on
Fe above or below 63%.
4.2. Any Duty / Taxes / Levies asked by competent authorities to be paid on the cargo
(Other than wharfage charges) shall be paid by the BUYER and documents
acknowledging such payments shall be produced to SELLER before start up of
loading. Any other duties that may be charged at any time by the authorities, the
incidence of which is attributable to this transaction, shall also be paid by the
BUYER within the specified time. BUYER further undertakes to indemnify the
SELLER against any losses the latter may sustain to the extent of BUYER'S failure
to take prompt action as mentioned above
A. Chemical Composition ( on dry
basis) Indicative Specification
Fe 63.00 %
FeO 0.50 %
SiO2 + Al2O3 8.00 %
S 0.01 %
P 0.045 %
TiO2 0.20 %
AS 0.01 %
Other metals 0.20 %
CaO + MgO 2.00 %
Basicity 0.30
B. Physical Properties
Size: 9 - 16 mm 85.00 %
Below 5 mm 5.00 %
Bulk Density 2.00 T/M3
Tumble Index (ASTM) + 6.35 MM 92 %
Abrasion Index (ASTM) - 0.60 MM 6.00 %
Cold Crushing Strength Average 250 ±10 KG/P,
Porosity 20.00 %
Reducibility 60.00 %
C. MOISTURE (Free moisture loss at 1050C shall be)
Fair season (Oct - May) 4.00 %
Rainy season (Jun - Sep) 6.00 %
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 16 of 63 (Signature of the bidder with seal and date)
Annexure - 4
5. DETERMINATION OF WEIGHT :
5.1. Weighing at the Loading Port for each shipment shall be done by an
internationally reputed licensed marine surveyor duly appointed by the
SELLER at SELLER'S expense, by draft survey in accordance with the
International practice, and SELLER or the Licensed Marine Surveyor shall
issue a weight certificate stating the wet weight of the shipment.
5.2. The representative appointed by BUYER and approved by SELLER may
observe such weighing at the expense of BUYER.
5.3. The ascertainment of moisture at 105 degree centigrade shall be carried out
at loading port immediately after sampling by an Independent Assayer
appointed by the SELLER at SELLER'S expense in accordance with the
contract.
5.4. The weight thus determined at Loading Port shall be the final and used for
preparation of Tax Invoice for negotiation.
6. SAMPLING AND ANALYSIS :
6.1. At the time of loading of each shipment an internationally a reputed and
Qualified Assayer appointed by the SELLER shall take representative samples
in accordance with the international practice. The representative samples
shall be prepared by the assayer for physical and chemical analysis on Dry
basis for determination of iron (Fe), Silica (SiO2), Moisture, and other
constituents in accordance with the contract. The cost of this test will be to
SELLER'S account.
6.2. The assayer will draw and prepare representative samples for physical and
chemical analysis in accordance with the contract, divided into three parts
out of which, one will be analyzed by them at the loading port for the
specifications. The other two parts of the samples will be retained by the
SELLER.
6.3. The Analysis Certificate issued by the load port assayer shall be final and
binding on SELLER and BUYER.
7. PRICE ADJUSTMENT PROVISIONS :
The supplies made under this contract will be with indicative specification. No
penalties, price adjustments will be applicable in respect of the quality of this
cargo as detailed in para 3 above, other than the price adjustment for Fe% as
indicated in clause 4.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 17 of 63 (Signature of the bidder with seal and date)
Annexure - 4
8. PAYMENT / DOCUMENTS :
8.1. BUYER shall arrange for advance payment towards the cargo value, taxes, duties
levies and cess as applicable as per the Proforma forwarded by the SELLER prior
to the shipment. The amount towards the cargo value shall be deposited to
SELLERS account with their bankers at ___________________________
ACCOUNT NO _______________, IFSC CODE: ____________. The SELLER
shall take the vessel for loading only on confirmation of the realization of such
advance payments and payment of applicable duties.
8.1.1. The SELLER shall forward the below documents to the BUYER within
10 working days from the date of B/L.
8.1.1.1. Two Original clean on-board ocean Bill of Lading marked "Freight
payable as per charter party" or Copy of "Mate's receipt" as
applicable.
8.1.1.2. Certificate of Weight at Loading Port.
8.1.1.3. Certificate of Analysis at Loading Port.
8.1.1.4. SELLER'S signed, Tax Invoice along with Debit/Credit Note (as
applicable) on the basis of weight and analysis established at Load
port as per articles 5 and 6 for 100 % value of shipment.
8.1.1.5. Certificate of Origin issued by Local Chamber of Commerce.
8.1.2. One Original clean on board ocean Bill of Lading to handed over to
the buyer or buyer’s representative.
OR
8.2. BUYER shall establish Letter of Credit in favour of the SELLER payable at sight,
which is confirmed, irrevocable, unrestricted for negotiation, divisible and
without recourse to the drawer with ________________________(Bank details will
be provided at the time of LC opening) for 110% of the estimated value of
shipment inclusive of all taxes and duties, in Rupees, 10 days prior to the arrival
of the vessel and valid for at least 60 days from the date of shipment. All banking
charges incurred at opening bank as well as advising and negotiation charges
and transit interest shall be to BUYER'S account. LC confirmation charges will be
to buyers account. The Letter of Credit can be opened by any nationalized bank
in India in favour of the SELLER.
8.2.1. The SELLER shall draw and negotiate Bills for 100% of the value of the
shipment by presenting the following documents.
8.2.1.1. Complete set of clean on board ocean Bill of Lading(3/3 original
plus 3 non-negotiable copies) marked "Freight payable as per
charter party" or Copy of "Mate's receipt" as applicable.
8.2.1.2. Certificate of Weight at Loading Port.
8.2.1.3. Certificate of Analysis at Loading Port.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 18 of 63 (Signature of the bidder with seal and date)
Annexure - 4
8.2.1.4. SELLER'S signed Commercial Invoice on the basis of weight and
analysis established at Load port as per articles 5 and 6 for 100 %
value of shipment.
8.2.1.5. Certificate of Origin issued by Local Chamber of Commerce.
9. BILL OF LADING:
Buyer shall ensure release of Bill of Lading in full set on board the vessel on
completion of loading before sailing. Seller shall not be responsible for any
delay in sailing of vessel due to delay in release of Bill of Lading.
10. FORCE MAJEURE:
10.1. In the event of delivery of all or any part of the pellets under the Contract
being obstructed and / or delayed due to or resulting from cause or causes
beyond the control of SELLER and BUYER, such as prohibition of export or
import by Government, refusal to issue export or Import licenses, arrests or
restraints effected by rules, Government of people, war, blockages,
revolutions, insurrection, mobilisation strikes, lockouts, civil commotion,
riots, acts of God, plague or other epidemics, fire, flood, earthquake or
unforeseen blockade of entrance channel of the port, unsafe weather
conditions caused by gale or cyclone etc., breakdown of equipments at the
port of loading or at the Kudremukh projects, pellet plant including pipeline
and all facilities for handling the pellets at the loading port and breakdown of
unloading equipment at the port of discharging or any other unforeseen
circumstances beyond the reasonable control of the parties concerned,
SELLER and or BUYER shall be relieved of the responsibilities for
performance of this contract to the extent to which such performance has
been obstructed.
10.2. In the event of occurrence of Force Majeure condition as described in Article
10.1 herein above, the party so affected shall advise by cable the other party
as soon as possible and then shall, within 2 (two) weeks after occurrence of
such event, furnish the other party in writing with the particulars of the event
and documents explaining that is performance is prevented or delayed due
to cause or causes as set out in Article 10.1 herein above and further shall
furnish at the same time or at least within 3 (three) weeks after occurrence of
such event the documentary evidence in support of occurrence of such Force
Majeure condition.
10.3. The party declaring a Force Majeure shall, during the duration of such Force
Majeure condition, make its best efforts to resume the performance of its
obligations under this Contract with the least possible delay and such party
shall always advise the other party of detailed progress of the event of force
Majeure and the prospects of settlement of such event and of the resumption
of the performance of the obligations under this Contract.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 19 of 63 (Signature of the bidder with seal and date)
Annexure - 4
10.4. SELLER and or BUYER shall be relieved of the responsibility for performance
of this contract to the extent to which such performance has been obstructed
and if approved by the other party, the time of delivery may be postponed
for the duration of time, but no longer, for which delivery is prevented by any
such cause or causes herein above mentioned.
10.5. In the event that the duration of the postponement of this Contract mentioned
herein exceeds 3 (three) months, the other party have the option to cancel
this contract in respect of the undelivered supplies or extend the period of
delivery by mutual agreement.
11. JURISDICTION OF COURT :
The courts at Bangalore, India will have jurisdiction on any disputes for
adjudication arising out of the contract.
12. CHANGE IN TERMS & CONDITIONS :
Any change, modification or any addition to the terms and conditions of this
Contract shall become effective only when confirmed by both the SELLER and
BUYER in writing.
13. SHIPPING TERMS :
The Enclosure "Shipping terms" forms an integral part of this Contract and is
placed after the text of the contract.
14. CORRESPONDENCE :
All correspondence between the SELLER and the BUYER and the documents
will be in English. The address of the SELLER and the BUYER to which all
correspondence to be addressed is as under.
SELLER BUYER
KIOCL LIMITED _____________________
II Block, Koramangala ____________________
Bangalore - 560 034, ___________________
India ___________________
TEL No : 0091 80 2553 4161 - 70 TEL No : ______________
FAX No : 0091 80 2553 5941 / 2153 FAX No : ______________
E-Mail : [email protected] E-Mail :
15. INCO TERMS :
For all terms and conditions not covered by above, INCO Terms 2010 and any
further additions or amendments there to shall apply.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 20 of 63 (Signature of the bidder with seal and date)
Annexure - 4
16. APPLICABLE LAW :
This Contract is to be interpreted in accordance with the Laws of India.
17. INDEMNITY TO GOVERNMENT OF INDIA :
It is expressly understood and agreed between the BUYER and the SELLER
that the SELLER is entering into this Contract solely on its own behalf and not
on behalf of any other person or entity including Government of India. It is
further understood and acknowledged that the SELLER is not an agent,
representative or delegate of the Government of India and as such no rights
accrue and no obligations or liabilities fall upon the Government of India for
any acts, omissions, commission, breaches or other wrong doings on the part
of SELLER and hence no actions or claims of any nature whatsoever shall lie
against Government of India arising out of this Contract.
18. INTEGRITY PACT :
The Integrity Pact Agreement duly signed by the parties and enclosed shall
form a part of this contract. The Independent External Monitor (IEM) for the
contract is as below.
Mr V.UDAYA BHASKAR
B101,Sri Balaji Gulmohar Township,
Maa Villas Road No 1, Bachupally
Hyderabad-500090
Phone: 040 40055098
e-mail: [email protected]
19. FRAUD PREVENTION POLICY :
Every one may take a note that a “Fraud Prevention Policy” is being followed
at 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 any one, 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 (at [email protected]).
In witness hereof, the parties hereto have executed this Contract in duplicate by
signature of their respective officers, there into duly authorised as of the day and
year first above written.
SELLER BUYER
For and on behalf of For and on behalf of
KIOCL LIMITED.,
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 21 of 63 (Signature of the bidder with seal and date)
Annexure - 4
SHIPPING TERMS FOR SALE OF IRON ORE PELLETS
CONTRACT NO: __________________________________________
______________________________________________________________________
1. LOADING PORT :
A. The pellets to be delivered under this contract shall be loaded at the New
Mangalore Port in the State of Karnataka, India.
B. Seller shall guarantee to accommodate safely the vessels with the following
maximum dimensions at all times,
L.O.A. : 245.00 meters
Beam : 32.20 meters
Sailing Draft : 12.50 meters with tide
(12.00 meters with tide from August to November)
2. CHARTERING :
A. All vessels to carry pellets under the terms of this contract shall be chartered
and allocated by the BUYER.
B. The BUYER shall charter vessels up to a maximum of 70,000 DWT with a
loaded draft not exceeding those indicated in 1B above for loading of Pellets.
C. The vessels will be single deck with sufficient width of hatch openings to
facilitate loading of Pellets but the ship shall not be more than 20 years of age
and shall be sea-worthy.
D. The vessel's holds shall be clean and free from foreign material which might
result in mixture and or contamination of cargo.
E. BUYER should not charter those vessels of any country whose entry has been
banned to Indian Ports by Government of India.
F. The minimum size of the vessel to be chartered by the BUYER shall be 35,000
DWT. Vessels of smaller capacity may be chartered by BUYER with the
consent of the SELLER but not lesser than 25,000 DWT.
G. The vessels shall comply with the rules and regulations of the New Mangalore
Port Trust in respect of loading of the vessel and other related matters.
H. BUYER shall arrange that the vessel's crew open and close such hatches for
loading by mechanical loader, at the BUYER'S risk and expense, of the vessel
and other related matters.
I. The Stowage Plan duly signed by the Master of the vessel or Owner's agent
be delivered in triplicate immediately after completion of loading and draft
survey, before sailing of the vessel.
J. The BUYER / Ship Owners shall ensure issue of the Bill of Lading at the
Loading Port immediately on board the vessel on completion of loading
before sailing.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 22 of 63 (Signature of the bidder with seal and date)
Annexure - 4
3. VESSEL ALLOCATION PROGRAMME :
A. BUYER shall advise the SELLER of the Vessel Allocation Programme at least 10
(ten) days prior to the commencement of laydays. Allocation Programme
shall include the name of the vessel, the quantity to be loaded ( + / -10 % ),
dimensions of Hatches, LOA and Beam and the expected time of arrival of the
vessel at the New Mangalore Port. The above Allocation Programme shall be
subject to the SELLER'S confirmation, which is to be made within ONE
working day after receipt of BUYER'S advising message.
B. In the event of any change being made in the Vessel's Allocation Programme,
BUYER shall advise the SELLER for their confirmation each time such changes
taken place at least 15 (Fifteen) days prior to the arrival of the vessel.
C. BUYER shall arrange for the Master of the vessel to give Mangalore Office of
the SELLER 4 (four) notices of the expected time of arrival of the vessel at the
loading port. The first notice to be given 10 (ten) days prior to the expected
time of arrival (ETA) of the vessel along with the Stowage plan, the second to
be given 72 (seventy-two) hours prior to the expected time of arrival, the
third to be given 48 (forty-eight) hours prior to the expected time of arrival
and fourth to be given 24 (twenty-four) hours prior to the expected time of
arrival. In the last notice the master shall advise the approximate quantity of
cargo required to be loaded within the tolerance agreed for the vessel.
Notice to be served at the following address of the SELLER.
Jt.GM (Commercial)
KIOCL LIMITED,
Panambur, Mangalore - 575 010
Telephone : (0824) - 2407661
Fax No. : (0824) - 2407422
E - Mail : [email protected]
4. NOTICE OF READINESS :
A. The Notice of Readiness is to be served in free pratique whether at berth or at
anchorage.
B. The Master of the vessel shall submit a notice of readiness (NOR) after arrival
at the Pellet loading berth or after being ordered to anchor outside the port
whichever occurs first, provided the vessel is in all respects ready to receive
cargo.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 23 of 63 (Signature of the bidder with seal and date)
Annexure - 4
C. Time for loading to count 12 (Twelve) hours after notice of readiness is
served and accepted when the vessel is either at pellet loading berth or at
anchorage and is ready in every respect to load the cargo and in free
partique. The time lost in waiting for berth will be counted as laytime. If the
loading starts within the said 12 hours (Turn time), half the time actually used
to count. Any time used in closing and opening of hatches not to count as
laytime. Any time used for shifting the vessel from anchorage to loading
berth not to count as laytime. Time for draft check and waiting for tide shall
not count as laytime.
D. Should the loading of the vessel by the SELLER be obstructed due to the
conditions of Force Majeure as defined in Article - 10, such time lost shall not
count as laytime irrespective of whether the vessel is being loaded or waiting
at anchorage, unless the vessel was already on demurrage. Such delays,
shall, however, be notified by the SELLER in writing to the Master of the
vessel forthwith and shall be stated in the Statement Of Facts (SOF) duly
signed by Master of the vessel or his agent and SELLER or his agent.
E. Laytime will cease on completion of loading the vessel.
F. In case loading has to be interrupted due to reasons of responsibility of the
vessel, such time lost shall not count as laytime
G. Time lost due to stoppage of loading due to rain / bad weather shall not be
counted as laytime
5. RATE OF LOADING, DESPATCH / DEMURRAGE :
A. The loading will be effected as per the loading rate mentioned below per
weather working day (PWWD) of 24 (twenty four) consecutive hours SHINC.
Charter party holidays as published by Local Chamber of Commerce
excluded unless used.
Vessels size Loading Rate PWWD SHINC
Up to 35,000 DWT 20,000 WMT
Above 35,000 DWT 25,000 WMT
Note: In case a vessel of larger size is placed for loading quantities falling
in the smaller size vessel range, the loading rate as per the smaller size of
the vessel shall apply.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 24 of 63 (Signature of the bidder with seal and date)
Annexure - 4
B. Laytime to count at actuals when worked on Charter Party (C/P) holidays. For
stoppages, if any, during intervening C/P holidays, laytime not to count if the
vessel is not on demurrage. If the vessel is already on demurrage, full time to
count as laytime during the intervening C/P holiday.
C. The time lost due to stoppage of loading due to breakdown of the pellet
loading equipment shall be counted as laytime
D. Time used for draft surveys shall not count as laytime unless the stoppage is
on specific request by the seller.
E. Demurrage / Despatch
Demurrage rate shall be as under
Stem Quantity Demurrage per 24 hours day
(Prorata for part)
Up to 35,000 WWT Rs. 1,00,000 /-
35,001 - 45,000 WWT Rs. 1,50,000 /-
45,001 WWT & above Rs. 1,75,000 /-
Despatch rate will be half of demurrage rate.
F. Demurrage / Despatch settlement shall be made within 90 days of sailing of
vessel from pellet loading port.
G. S O F (Statement of facts) at loading port will be prepared and signed by
SELLER or their agents and counter signed by Master of the Vessel. Any
modification of this document occurring subsequent to the sailing of the
vessel, and therefore, not confirmed by the Master of the Vessel or his agent
and / or the SELLER will not be taken in to consideration for the preparation of
Lay time Statement.
H. Account of Demurrage / Despatch will be made on the basis of statement of
facts and Lay Time sheet will be submitted to the BUYER by the SELLER for
confirmation within 30 (Thirty) days after completion of loading. If the BUYER
does not respond within 60 (Sixty) days of the despatch of documents, the Lay
time calculation of the SELLER shall be taken to have been confirmed and
settlement done accordingly.
I. Eventual differences in mutual calculations and pending matter on this basis
will be arranged and solved on mutual meetings.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 25 of 63 (Signature of the bidder with seal and date)
Annexure - 4
6. TRIMMING :
A. SELLER shall have no obligation to do trimming other than spout trimming.
SELLER shall also not have obligation to load the cargo in place inaccessible
to the ship loader.
B. The Master of the vessel shall allow the SELLER and his representatives and
agents to inspect the condition of the hatches before loading and supervise
the loading and trimming of the Pellets inside the vessel.
7. DAMAGE TO THE VESSEL :
The SELLER shall not be liable for any damage caused to the vessel during the
course of loading the Pellets in to the vessel, unless such damage is attributable to
the SELLER and is brought to the notice of the SELLER in writing immediately on its
occurrence, duly supported by a certificate issued by internationally recognized
marine surveyors in which case such damage claim should be settled directly
between SELLER and Ship Owner.
8. GENERAL :
A. Vessel shall vacate loading berth as soon as loading is completed.
B. SELLER shall have the privilege of working all available hatches for loading at
all times, vessel to supply light for night work, if required, free of expense to
SELLER.
C. If the nation under whose flag the vessel sails be engaged in war and if the
sage navigation of the vessel be thereby endangered, SELLER shall not be
obliged to load the Pellets in such vessel. If owing to out break of hostilities
the navigation of the vessel is endangered, thereby making normal
performance thereof impossible, as in the case of the Pellets loaded or to be
loaded or a part of them becoming contraband or liable to confiscation or
detention according to international law or proclamation of any of the
belligerent powers, BUYER and SELLER shall have an option of canceling the
relative chartering and allocation and/or obligation to load the pellets to such
extent, as may be effected thereby.
D. Should the port of New Mangalore be blockaded, the relative chartering,
allocation and / or obligation to load the pellets shall be nullified.
E. The SELLER shall not be responsible for any contamination of the pellets after
the same has passed the vessel's rails. Risk with respect to each shipment
shall pass from the SELLER to the BUYER the moment the Pellets has crossed
the vessel's rails at the port of loading.
F. The SELLER'S responsibility shall be limited to loading the pellets FOB (spout
trimmed) New Mangalore Port.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 26 of 63 (Signature of the bidder with seal and date)
Annexure - 4
9. PORT CHARGES
All port charges including pilotage and shifting of the vessel whichever necessary,
shall be to the account of BUYER.
10. INSURANCE
A. Marine Insurance covering the pellets shall be taken by the BUYER and his
expense and the insurance cover shall start from the time pellets cross the
ship's rails.
B. The SELLER immediately after sailing of the vessel will intimate the BUYER
telegraphically / telefax / E-mail the date of sailing, the quantity and the
value of pellets loaded to enable him to effect the insurance within 24 hours.
11. APPLICABLE LAW
All other shipping conditions not settled under this contract shall be mutually
discussed and settled according to international shipping practice C (Ore) 7 Charter
Party Proforma.
SELLER BUYER
For and on behalf of For and on behalf of
KIOCL LIMITED.,
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 27 of 63 (Signature of the bidder with seal and date)
Annexure – 4A
CONTRACT FOR SALE AND PURCHASE OF IRON ORE PELLETS
THIRD PARTY EXPORTS
This Contract No. KIOCL/COM/PEL/______________ is made on dd/mm/yyyy for
Sale and Purchase Of Iron Ore Pellets, hereinafter referred as “Contract”, made
and entered:-
BY & BETWEEN
_______________________________, A company incorporated under the laws of
India and having its registered office at ___________________ which term or
expression shall, unless exclude by or repugnant to the context or the meaning
thereof, be deemed to included its successors and permitted assigns of second
part hereinafter called BUYER
AND
KIOCL LIMITED, A Government of India Enterprise and having its registered
office at II BLOCK, KORAMANGALA, BANGALORE - 560 034. INDIA.TEL - +9180
25521160 FAX - +91 80 25535941 / 25532153, E-mail - [email protected]
hereinafter called SELLER.
Whereas Seller and Buyer both agree to finalize this Contract under the terms and
conditions, it is therefore agreed as follows:
1.0 THIRD PARTY EXPORT :
Seller being an Export Oriented Unit (EOU), the contract is for export of
pellets where seller is exporting pellets through merchant exporter (Buyer),
as per the provisions of para 6.10 of Foreign Trade Policy (FTP). Contract
shall be executed as per relevant provisions of FTP.
1.1. DEFINITIONS: In this Contract, unless the context otherwise
requires, the following terms shall respectively have the following
meanings:
1.1.1. A fraction of a Rupee in any calculation shall be rounded up to
the nearest second decimal of Rupee if such fraction is one half
of a Rupee or more and same shall be rounded down when
otherwise.
1.1.2. “Indian Rupee“, “Rupee “, “INR” where used shall refer to the
Indian currency.
1.1.3. “FOB ST” means “Free on Board, Spout Trimmed”.
1.1.4. “Wet Basis” means the Iron Ore Pellets in the Natural Wet
State.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 28 of 63 (Signature of the bidder with seal and date)
Annexure – 4A
1.1.5. “Dry Basis” means the Iron Ore Pellets dried at 105°
Centigrade.
1.1.6. “Pratique” means permission to do business at a port by a ship
that has complied with all applicable local health regulations.
1.1.7. “Statement of Facts”, “SOF” means a document that is drawn
up covering the time, the breakdown that occurred and
deviation commencing from the time the vessel returned to the
point of deviation and the voyage was resumed.
1.1.8. “Time Sheet” means a document which records all daily
particulars relating to the loading or discharging of cargo as
well as the duration of and reason for any stoppage of work and
is used as a basis for the calculation of demurrage or despatch.
1.1.9. “Ton(s), “Tonne(s)”, “MT”, means metric ton of 1,000
Kilograms as defined in “International System of Units”.
1.1.10. “Working day” means a day upon which business is regularly
transacted and unless expressly stated, the term “day” shall be
deemed to mean “calendar day”.
1.1.11. “Applicant” means Applicant of the Letter of Credit or the
Buyer in this Contract.
1.1.12. “Beneficiary” means the Beneficiary of the Letter of Credit or
the Seller in this Contract
1.1.13. “Independent Inspection Agency” means which are
Independent Inspection Agency / Agencies that determine
Quality and Quantity of the Iron Ore Pellets shipment.
2.0 NAME OF COMMODITY : IRON ORE PELLETS
3.0 COUNTRY OF ORIGIN : INDIA
4.0 DESTINATION : Export to any country
(As per FTP guidelines)
5.0 DELIVERY PERIOD AND QUANTITY :
5.1. DELIVERY PERIOD : dd/mm/yyyy
As per the mutually agreed Laycan
5.2. QUANTITY : 1,00,000 MT ± 10%. In shipment size of 50,000 MT ± 10% MOLOO each.
Subject to max sailing draft
[As the loading of the pellets is through a mechanised loading
system, the actual quantity loaded on to the vessel may vary up
to 500 MT more or less than the hatch plan given by the master.
KIOCL will not entertain any claims including dead freight for
such variation.]
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 29 of 63 (Signature of the bidder with seal and date)
Annexure – 4A
The Delivery schedule and consumer(s) for the above quantities shall be mutually
agreed between Buyer and Seller. Any changes in the same will be made subject
to mutual consent.
6.0 PORT OF LOADING : NEW MANGALORE PORT, INDIA
7.0 SPECIFICATION:
The Pellets supplied by the Seller to Buyer will be with specification
as stated below.
8.0 PRICE:
8.1. The Price payable by BUYER to the SELLER for supplies under this
contract shall be a Rs. xxxx.xx (Indian Rupees _______________
only) per DMT FOBST New Mangalore, Basis 63% Fe, exclusive of all
taxes, duties & levies. This price will be applicable for this shipment
during MM YYYY. For pellets the base price shall be increased or
decreased on fraction prorata basis on Fe above or below 63%.
A. Chemical Composition ( on dry
basis)
Indicative
Specification
Fe 63.00 %
FeO 0.50 %
SiO2 + Al2O3 8.00 %
S 0.01 %
P 0.045 %
TiO2 0.20 %
AS 0.01 %
Other metals 0.20 %
CaO + MgO 2.00 %
Basicity 0.30
B. Physical Properties
Size: 9 - 16 mm 85.00 %
Below 5 mm 5.00 %
Bulk Density 2.00 T/M3
Tumble Index (ASTM) + 6.35 MM 92 %
Abrasion Index (ASTM) - 0.60 MM 6.00 %
Cold Crushing Strength Average 250 ±10 KG/P,
Porosity 20.00 %
Reducibility 60.00 %
C. MOISTURE (Free moisture loss at 1050C shall be)
Fair season (Oct - May) 4.00 %
Rainy season (Jun - Sep) 6.00 %
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 30 of 63 (Signature of the bidder with seal and date)
Annexure – 4A
8.2. Any Duty / Taxes / Levies asked by competent authorities to be paid on
the cargo (Other than wharfage charges) shall be paid by the BUYER
and documents acknowledging such payments shall be produced to
SELLER before start up of loading. Any other duties that may be charged
at any time by the authorities, the incidence of which is attributable to
this transaction, shall also be paid by the BUYER within the specified
time. BUYER further undertakes to indemnify the SELLER against any
losses the latter may sustain to the extent of BUYER'S failure to take
prompt action as mentioned above
9.0 TAXES & DUTIES:
9.1. Applicable taxes and duties extra to buyer’s account.
9.2. Wharfage charges shall be paid by the buyer directly to NMPT on
the prevailing provisional rate. Differential wharfage charges if any
will be borne by the seller at a later date on finalization of wharfage
charges.
9.3. Buyer shall furnish the following documents to seller
9.3.1. Copies of the Bill of Lading.
9.3.2. Letter confirming receipt of cargo (pellets) indicating the
quantity as per the draft survey report and mentioning that the
payment would be released as per the contractual terms subject
to conformance of quality standard as per independent
inspection agency quality certificate, duly signed by the
authorised signatory. The letter to be issued on-board
immediately after completion of loading and draft survey.
9.3.3. Buyer shall ensure that names of both Buyer and Seller are
mentioned in the shipping bill and any other documents as may
be required along with sellers EOU status.
9.3.4. Buyer and seller also agree to co-operate and furnish any other
document/s in order to comply with laid down procedures /
statutory requirements.
10.0 SAMPLING & ANALYSIS
10.1. At the loading port, Seller shall at Seller’s expense, appoint
Independent Inspection Agency to carry out sampling at the time of
cargo being loaded into the vessel and to determine the quality of
pellets and shall provide a certificate showing details of the
determination and also the percentage of free moisture loss at 105
degree centigrade. The result of such Load Port analysis shall be final
and binding and the basis for invoicing and payments.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 31 of 63 (Signature of the bidder with seal and date)
Annexure – 4A
10.2. Buyer may at Buyer’s expense appoint an Independent Assayer to carry
out Joint or Independent Inspection along with Seller’s Assayer at
loading port.
11.0 WEIGHMENT
11.1. At the loading port, Seller at Seller’s expense, appoint Independent
Inspection Agency to carryout draft survey and determine the weight of
shipment of pellets. The weight of pellets as ascertained and certified
shall be basis of Seller’s invoice.
11.2. Buyer may at Buyer’s expenses appoint an Independent Surveyor to
carry out Joint or Independent Inspection along with Seller’s Surveyor
at loading port during the loading and draft survey.
12.0 PAYMENT:
12.1. Buyer shall open, 15 days prior to the shipment, with any bank
acceptable to Seller’s bank, a letter of credit, payable at sight which is
confirmed, irrevocable, unrestricted for negotiation, providing for
multiple negotiations and without recourse to drawer with
___________________________________ (Bank details will be provided
at the time of LC opening) in favour of Seller in INR for 100% of the
value of the cargo with a provision to draw 10% over and above the LC
value.
The L/C has to contain suitable reimbursement clause for reimburse-
ment of the cargo value of the shipment to negotiating bank. The L/C
shall permit partial shipments & pro-rata negotiation. The cost of
opening the Letter of credit has to be borne by the buyer. Confirmation
charges will be borne by the seller. The Letter of Credit shall be
initially valid for negotiation for at least 60 days. Buyer shall be
responsible to extend the validity of the LC further, if required, till the
full settlement of sales proceeds.
The terms of the L/C have to be in accordance with the terms of
contract. The Letter of Credit in an acceptable form and as per contract
to be received at least 4 days before commencement of laydays. The
arrival of the vessel shall be deemed to be shifted to 4 days from the
date of receipt of Letter of Credit for calculation of the lay time. The
latest shipment date should provide for at least 15 days from the end of
the laydays.
12.2. Seller shall negotiate for 100% of the value of the cargo loaded against
submission of following documents within 15 days from the date of each
shipment:
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 32 of 63 (Signature of the bidder with seal and date)
Annexure – 4A
12.2.1. Invoice - prepared based on certificate of quality including
moisture content and certificate of weight issued by
Independent Inspection Agency appointed by the seller at
load port.
12.2.2. Certificate of Quality – Issued by Independent Inspection
Agency appointed by the seller at load port.
12.2.3. Certificate of Weight - Issued by Independent Inspection
Agency appointed by the seller at load port
12.2.4. Packing List.
12.2.5. Copy of e-mail / fax advising shipment to the buyer by
seller.
OR
12.3. BUYER shall arrange for advance payment towards the cargo value
including taxes and duties as applicable as per the Proforma forwarded
by the SELLER prior to the shipment through RTGS transfer. The
amount as per the proforma shall be deposited to SELLERS account with
their bankers at UNION BANK OF INDIA, KORAMANGALA BRANCH,
SURVEY OF INDIA COMPLEX, SARJAPUR ROAD, IIND BLOCK
KORAMANGALA, BANGALORE 560034 ACCOUNT NO
515401010022015, IFSC CODE: UBIN 0551546 The SELLER shall take the
vessel for loading only on confirmation of the realization of such
advance payments and payment of applicable duties.
13.0 NOMINATION OF VESSEL:
Buyer shall advise Seller by e-mail/Fax at least seven (7) days in
advance of the estimated date of arrival of the vessel at New Mangalore
Port specifying the type of vessel and hatch division. The vessel shall
not be more than 20 years of age and shall be seaworthy. In case the
vessel’s age is more than 20 years, the vessel shall be accepted subject
to mutual consent, and any losses suffered by the seller on account of
the overage of the vessel shall be to buyers account.
14.0 NOTIFICATION OF ARRIVAL
The Buyer shall arrange for the Master of the vessel to notify Seller, JGM
(Commercial) on FAX NO: 0091-824 -2407422, three notices of the ETA
of the vessel at the loading port. The first of such notice will be given
ten (10) days prior to the ETA of the vessel, the second to be given forty
eight (48) hours prior to the ETA and the third to be given twenty four
(24) hours prior to the ETA.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 33 of 63 (Signature of the bidder with seal and date)
Annexure – 4A
15.0 LOADING TERMS
15.1. Seller shall guarantee to accommodate safely the vessels with the
following maximum dimensions at all times,
L.O.A : 245.00 meters
Beam : 32.20 meters
Sailing Draft : 12.50 meters with tide
Air Draft : 13.75 meters maximum.
15.2. Seller shall load iron ore pellets aboard the vessel at the following
rates per weather working day of twenty four (24) consecutive hours
Saturdays, Sundays and Holidays included, Charter party holidays
as published by Local Chamber of Commerce excluded unless used
:
Size of Vessel : Loading rate
20,000 – 30,000 DWT 25,000 WMT
30,001 – 40,000 DWT 30,000 WMT
40,001 – 45,000 DWT 32,000 WMT
45,001 – 50,000 DWT 34,000 WMT
50,001 & above 36,000 WMT
a) In case a vessel of larger size is placed for loading quantities
falling in the smaller size vessel range, the loading rate as per the
smaller size of the vessel shall apply.
b) Notice of readiness to load shall be tendered with clean holds
hatch open and ready in all respects to load at any time after
vessel has arrived at loading port whether in berth or not, if the
vessel is not in free pratique on arrival at the berth due to cause
attributable to the vessel, then a new notice of readiness shall be
tendered.
c) Laytime for loading shall commence, Twelve (12) running hours
after tendering of notice of readiness unless used, in which case,
actual time used to count.
d) In case loading has to be interrupted due to reasons of
responsibility of the vessel, such time lost shall not count as
laytime.
e) Stoppage of loading due to breakdown of the pellet loading plant
shall be counted as laytime.
f) Time lost due to stoppage of loading due to rain / bad weather
shall not be counted as laytime
g) Laytime to count at actuals when worked on Charter Party (C/P)
holidays. For stoppages, if any, during intervening C/P holidays,
laytime not to count if the vessel is not on demurrage. If the vessel
is already on demurrage, full time to count as laytime during the
intervening C/P holiday.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 34 of 63 (Signature of the bidder with seal and date)
Annexure – 4A
h) Demurrage and Despatch rate (Charge) per day at the loading
port shall be as per charter party agreement between buyer and
the vessel owner. However, lay time calculation shall be based on
loading terms under clause 15 of the contract. Copy of such
charter party agreement shall be furnished to KIOCL by the buyer
before the arrival of the vessel.
i) Despatch will be half of the demurrage rate.
j) Any time necessarily required by a vessel to wait for tide for
completion of loading shall be counted as lay time. Lay time shall
cease to count from the time of completion of loading.
k) Shifting time shall not count as lay time unless; the vessel is
already on demurrage.
l) Time used for draft surveys shall not count as laytime unless the
stoppage is on specific request by the seller
m) Statement of facts duly signed by vessel Captain, Buyer and Seller
(KIOCL) shall form the basis for laytime calculations.
16.0 ADVICE OF SHIPMENT
Seller shall, upon completion of loading, advise Buyer within 48 working
hours by cable / telefax / e-mail of the Contract Number, Name of
Commodity, gross weight, name of vessel and loading date.
17.0 INSURANCE, DELIVERY, TITLE AND RISK
17.1. Insurance to be covered by Buyer.
17.2. Delivery of any Iron Ore Pellets sold under this Agreement shall be
deemed to have been made at the time of loading of the Iron Ore
Pellets onto the vessel at load port.
17.3. Title with respect to each shipment shall pass from the Seller to the
Buyer when the Seller has received the proceeds from the
negotiating bank against the shipping documents as set forth in
Clause 12 after completion of loading on board the vessel, with
retrospective effect from the time of delivery of Iron Ore Pellets. All
risks of loss, damage or destruction to Iron Ore Pellets sold under
this Agreement shall pass to Buyer at the time of discharge of iron
ore pellets from the loading device into the vessel.
18.0 FORCE MAJEURE
18.1. If at any time during the existence of this contract either party is
unable to perform whole or in part any obligation under this contract
because of war, hostility, military operation of any character, civil
commotions, sabotage, quarantine restrictions, acts of government,
fire, floods, explosions, epidemics, strikes or other labour trouble,
embargoes then the date of fulfilment of any obligation shall be
postponed during the time when such circumstances are operative.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 35 of 63 (Signature of the bidder with seal and date)
Annexure – 4A
18.2. Any waiver / extension of time in respect of the delivery of any
instalment or part of the goods shall not be deemed to be waiver /
extension of time in respect of the remaining deliveries. If operation
of such circumstances exceeds three months, either party will have
the right to refuse further performance of the contract in which case
neither party shall have the right to claim eventual damages.
18.3. The party which is unable to fulfil its obligations under the present
contract must within 15 days of occurrence of any of the causes
mentioned in this Clause shall inform the other party of the existence
or termination of the circumstances preventing the performance of
the contract. Certificate issued by a Chamber of Commerce or any
other competent authority connected with the Cause in the country of
the Seller or the Buyer shall be sufficient proof of the existence of the
above circumstances and their duration. Non-availability of material
will not be an excuse to the Seller for not performing their obligation
under this Contract.
19.0 JURISDICTION OF COURT :
The courts at Bangalore, India will have jurisdiction on any disputes for
adjudication arising out of the contract.
20.0 INCO TERMS:
For all terms and conditions not covered by above, Inco Terms 2010 and
any further additions or amendments shall apply.
21.0 INTEGRITY PACT:
The Integrity Pact Agreement duly signed by the parties and enclosed
shall form a part of this contract. The Independent External Monitor/s
(IEM) for the contract/s is as below.
Mr V.UDAYA BHASKAR
B101,Sri Balaji Gulmohar Township,
Maa Villas Road No 1, Bachupally
Hyderabad-500090
Phone: 040 40055098
e-mail: [email protected]
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 36 of 63 (Signature of the bidder with seal and date)
Annexure – 4A
22.0 INDEMNITY TO THE GOVERNMENT OF INDIA
22.1. It is expressly understood and agreed by and between the Buyer and
Seller that Seller is entering into this agreement solely on its own behalf
and not on behalf of any other person or entity. In particular, it is
expressly understood and agreed that the Government of India is not a
party to this agreement and has no liabilities, obligations or rights
herein under. It is expressly understood and agreed that Seller is an
independent legal entity with power and authority to enter into
contracts solely on its own behalf under the applicable Laws of India
and general principles of Contract Law. The Buyer expressly agrees,
acknowledges and understands that Seller is not an agent,
representative or delegate of the Government of India. It is further
understood and agreed that the Government of India is not and shall not
be liable for any acts omissions, commissions, breaches or other
wrongs arising out of the contract.
22.2. Accordingly, the Buyer hereby expressly waives, releases and
foregoes any and all actions or claims, including cross claims, impeder
claims or counter claims against the Government of India arising out of
this contract and covenants not to sue the Government of India as to any
manner, claim, cause of action or thing whatsoever arising out of or
under this agreement.
23.0 FRAUD PREVENTION POLICY:
Every one may take a note that a “Fraud Prevention Policy” is being followed
at 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 any one, 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 (at [email protected]).
IN WITNESS WHERE OF, both parties have caused their duly authorized
representatives to execute this Contract.
SELLER: BUYER:
KIOCL Limited
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 37 of 63 (Signature of the bidder with seal and date)
Annexure - 5
BLANKED PRICE BID FORMAT
[TO BE ENCLOSED WITH THE TECHNO-COMMERCIAL BID]
SALE OF IRON ORE PELLETS
TENDER NO. KIOCL/COM/PEL/DTA/1L/2019/02 DT. 12.11.2019
DESCRIPTION OF GOODS
IRON ORE PELLETS
BASIS 63.0% Fe.
QUANTITY in Metric Tons
100,000 MT ± 10%
Price in INR per DMT, FOB, ST,
New Mangalore Port, exclusive of
all taxes, duties & levies, Basis
63% Fe.
In Figures: INR QUOTED / DMT
In Words: Rupees QUOTED .. per DMT
Note:
A. Please do not quote your price in this format.
B. The supply is on ‘FOB, ST, NEW MANGALORE PORT, INDIA’ exclusive of all
applicable taxes, duties & levies, 63% Fe basis.
C. In the event of any inconsistency between the price quoted in figures and in words,
the price quoted in words shall prevail and shall be binding.
Place: Signature
Date: With Name & Seal
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 38 of 63 (Signature of the bidder with seal and date)
Annexure - 6
PRICE BID FORMAT
[TO BE SUBMITTED SEPARATELY IN COVER -2]
SALE OF IRON ORE PELLETS
TENDER NO. KIOCL/COM/PEL/DTA/1L/2019/02 DT 12.11.2019
DESCRIPTION OF GOODS
IRON ORE PELLETS
BASIS 63.0% Fe.
QUANTITY in Metric Tons
100,000 MT ± 10%
Price in INR per DMT, FOB, ST,
New Mangalore Port, exclusive of
all taxes, duties & levies, Basis
63% Fe.
In Figures: Rs. _____________________/ DMT
In Words: Rupees ____________________________
______________________________ Per DMT
Note:
A. The supply is on ‘FOB, ST, NEW MANGALORE PORT, INDIA’ exclusive of all
applicable taxes, duties & levies, 63% Fe basis.
B. In the event of any inconsistency between the price quoted in figures and in words,
the price quoted in words shall prevail and shall be binding.
Place: Signature
Date: With Name & Seal
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 39 of 63 (Signature of the bidder with seal and date)
Annexure - 7
INTEGRITY PACT PROGRAM
1. INTRODUCTION:
KIOCL Limited (KIOCL), is a Central Govt. Public Sector Undertaking engaged in
Mining of Iron Ore and Manufacturing Pellets and marketing it in India and abroad.
KIOCL enjoys Mini Rathna status among the Central Govt. Public Sector undertakings,
and conducts its business in highest ethical standards, fully adhering to CVC guidelines
and exemplary industry practices.
KIOCL does its business with a number of domestic and international buyers, contractors
and vendors of goods and services. It is committed to fostering ethical and corruption
free business environment, and values its relationships with all counterparts and deals
with them in fair and transparent manner.
In order to achieve and strengthen these goals, KIOCL is implementing the Integrity Pact
Program in Co-Operation with Central Vigilance Commission (CVC) and Transparency
International (TI). As part of this initiative KIOCL will, in consultation with CVC and
TI, appoint Independent External Monitors who will help KIOCL monitor and
implement the Integrity Pact Program.
Following are the details of KIOCL's Integrity Pact Program:
➢ Commitments and Obligation of KIOCL
➢ Commitments and Obligations of counterparties
➢ Violation and Consequences
➢ Independent Monitor
➢ Implementation and Guidelines
➢ Periodic Review and Evaluation
2. COMMITMENTS AND OBLIGATION OF KIOCL.
(a) KIOCL is committed to have ethical and corruption free business dealings with
counterparties.
(b) KIOCL values its relationship with all counterparties and will deal with them in a
fair and transparent manner.
(c) KIOCL and /or its Associates (Employees, Agents, Consultants, Advisors etc) will
not seek or take bribes/undue benefits directly or indirectly for themselves or for third
parties.
(d) KIOCL will honor its commitments and make due payments to counterparties in time
subject to fulfilling contractual obligations.
(e) KIOCL will initiate punitive and corrective action, and pursue it vigorously
whenever corruption or unethical behavior occurs.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 40 of 63 (Signature of the bidder with seal and date)
Annexure - 7
3. COMMITMENTS AND OBLIGATIONS OF THE COUNTERPARTY.
(a) The counterparty, directly or indirectly (through Agents/ Consultants/ advisors etc),
will not pay any bribes or offer or imply any form of illegal benefit to anyone to
gain undue advantage in dealing with KIOCL.
(b) The counterparty will not engage in collusion, price fixing, cartelization, etc., with other counterparts.
(c) The counterparty will not pass to any third party any confidential informations
entrusted to it, unless duly authorized by KIOCL.
(d) The counterparty will promote and observe ethical practices within its Organisation and its affiliates.
(e) The counterparty will inform the Independent External Monitor
i. If he receives demand for a bribe or illegal payment/benefit.
ii. If comes to know of any unethical or illegal payment/benefit iii. If he makes any undue payment to any KIOCL's Associates
(f) The counterparty will not make any false or misleading allegations against KIOCL
or its Associates.
4. VIOLATIONS & CONSEQUENCES: (a) If a counterparty commits a violation of its Commitments and Obligations under the Integrity Pact Program during bidding process (from the date of publication of tender to the date of award of work), he/she shall be liable for forfeiture of EMD /Bid Security submitted, without prejudice to other action that may be taken against it.
(b) In case of violation of the Integrity Pact whereby after award of the contract,
KIOCL terminates or is entitled to terminate the contract. KIOCL shall be entitled to
demand and recover from the counterparty liquidated damages equivalent to 10 percent
of the contract value, or the amount equivalent to security deposit/ performance
guarantee, whichever is higher. (c) KIOCL may ban and exclude the counterparty from future dealings until the Independent External Monitors is satisfied that the counterparty will not commit any future violation. (d) KIOCL may initiate criminal proceedings against the violating counterparty. (e) The counterparty will be liable to pay damages as determined by the Independent External Monitor.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 41 of 63 (Signature of the bidder with seal and date)
Annexure - 7
5. INDEPENDENT EXTERNAL MONITOR (IEM) (a) CMD, KIOCL is the authority to appoint Independent External Monitor(s) (IEM) to oversee
Integrity Pact Program implementation and effectiveness. The process for their appointment shall
be similar to Outside Expert Committee (OEC). For this purpose, a panel of Independent
Monitors may be constituted by KIOCL in consultation with Transparency International (TI) and
/ or CVC, with whose clearance they will be appointed. It will be voluntary, non-salaried position
of 3-year term. IEM will have status/benefits similar to those of Chairman of Audit Committee of
Board/ status of the Directors of KIOCL
(b) In order to ensure their impartiality, they would not be drawn from KIOCL back ground.
(c) The IEM will be people of impeccable Integrity conversant with KIOCL's business,
and experienced in commercial activities.
(d) It will be voluntary, non-salaried position of 3 year term. IEM will have
status/benefits similar to those of Chairman of Audit Committee of Board/status of the
Directors of KIOCL.
(e) The major goal of IEM will be to oversee the implementation of Integrity Pact
program to prevent corruption, bribes, and any other unethical practices in the KIOCL
(f) The IEM will not have administrative or enforcement responsibilities. He will
coordinate his efforts with either anti-corruption institution such as CVC. He may engage
services of outside agencies such as accounting firms, law firms etc., at KIOCL's
expense, if required, in discharge of his responsibilities, with prior consent of KIOCL.
(g) The IEM will have access to all Officers and internal records of the KIOCL. He will
also have access to counterparties records and information regarding its dealing with
KIOCL.
(h) The IEM will have the right to attend any meetings between KIOCL and the
counterparties.
(i) If IEM observes or suspect an irregularity, he will inform the CMD of KIOCL and
Chairman of Audit Committee of its Board of Directors. Once the IEM is satisfied that
an irregularity has taken place, he may inform the Board of KIOCL.
(j) The IEM can be removed from his Office for appropriate reasons by KIOCL only by
an open and transparent process and such decision will have to be ratified by the Board
of KIOCL.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 42 of 63 (Signature of the bidder with seal and date)
Annexure - 7 6. IMPLEMENTATION GUIDELINES To implement the Integrity Pact Program the following general guidelines will govern
the same:
(a) To select and appoint IEM in consultation with TI and / or CVC.
(b) To get commitment from all Senior Level Executives/Officials of KIOCL to
implement the program, so that any resistance to acceptance of Integrity Pact
Program is minimized. (c) To develop detailed implementation plan and finalise the Integrity Pact document
in consultation with the IEM.
(d) To notify all Senior Staff Members, Board of Directors, any other oversight body
of the Organisation and major suppliers of KIOCL's plan to implement the Integrity Pact Program, which is to be included in KIOCL's web site and
disclosed to the media.
7. PERIODIC REVIEW & EVALUATION KIOCL will periodically review the effectiveness of Integrity Pact Program by the
following procedure:
(a) The IEM and senior leadership of KIOCL will make an bi-annual self-assessment
of Integrity Pact Program effectiveness and identify areas to improve.
(b) The IEM will submit an annual report on the progress/effectiveness of Integrity
Pact Program to the KIOCL Board of Directors. (c) KIOCL may conduct an annual 360 degree review (by an outside agency) with
senior Executives, Junior Executives, suppliers and competitors of effectiveness
of Integrity Pact Program in reducing corruption.
(d) KIOCL will arrange regular meet with TI and / or CVC on an annual basis to review the effectiveness of program.
(e) For any amendments or changes in the clauses, consistent with the overall spirit
of Integrity Pact, the CMD will be competent to approve the same and need not
revert back to the Board
*****************************************
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
Page 43 of 63
Annexure - 7
INTEGRITY PACT THIS AGREEMENT is entered into between the following Parties: KIOCL Limited (KIOCL) hereinafter referred to as “The Principal”,
and …………………………………………………………………………(Name of the Party) hereinafter referred to as “Second Party”
Preamble
The Principal intends to award a contract, following its laid-down organizational procedures, for Sale of Iron Ore Pellets. 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 Second Party. 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” which is the “FIRST PARTY” means KIOCL Limited (KIOCL), incorporated under the Companies Act 1956, having their registered office at Koramangala, Bangalore – 560 034 and includes their successors.
b) “SECOND PARTY” 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, suppliers, sellers, buyers, customers etc, including heirs, executors, administrators, representatives, successors. And the “Second Party” also means, any party including contractors, tenderers, executors, suppliers, sellers, buyers, customers etc, whose tender has been accepted by the Principal or Company and shall be deemed to include
his/ its/ their heirs, executors, administrators, representatives and successors unless excluded by the Contract.
c) " 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.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 44 of 63
Annexure - 7 d) "Party" in relevant contract means a signatory to this agreement, and
includes both “Principal” and “Second Party”.
f) “Contract” means the contract entered into between the Principal and Second Party 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 Second
Parties with equity and reason. The Principal will in particular, before and during the tender process, provide to all Second Parties the same information and will not provide to any particular Second Party any information/ clarification through which the Second Party 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 Second Party,
or sub-contractor or of an employee or a representative or an associate of a Second Party 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 Company.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 45 of 63
Annexure - 7
Section 2 - Commitments of the Second Party:- 2.1 The Second Party 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;
i. The Second Party 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 Second Party will not enter with any 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 Second Party will not commit any criminal offence under the
relevant Anti-corruption Laws of India; further, the Second Party 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 Second Party of foreign origin shall disclose the name and
address of their agents/representatives in India, if any. Similarly, the Second Party of Indian Nationality shall furnish the name and address of their foreign principals, if any.
v. The Second Party 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 Second Party will not take, directly or indirectly, any steps,
which could unduly influence the functioning of IEM.
vii. The Second Party will not instigate third persons to commit offences outlined above or be an accessory to such offences.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 46 of 63
Annexure - 7 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 Second Party, 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 Second Party into question, the Principal is entitled to disqualify the Second Party from the tender process or to terminate the contract, if already signed, for such reason. b). If the Second Party 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 Second Party 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 Second Party 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 Second Party 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 Second Party 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 Second Party as may be imposed by the Principal as brought out at section 3 above.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 47 of 63
Annexure - 7 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 Second Party, if any, as per the terms of the ITT/contract shall be forfeited. This is apart from the disqualification of the Second Party, as may be imposed by the Principal, as brought out at section 3 above.
Section 5 - Previous Transgression a). The Second Party 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 Second Party 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 Second Parties/ Sub-contractors a) The Second Party 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 Second Parties. c) It is essential for all Second Parties to sign the Integrity Pact with the
Company if the value of the transaction is more than 50 lakhs. The Principal will disqualify from the tender process all Second Parties who do not sign this Pact or violate its provisions.
Section7 - 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.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 48 of 63
Annexure - 7
ii. 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.
b). 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. c). 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. 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.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 49 of 63
Annexure - 7 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 (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 Second Party, and for all other Second Parties 6 months after the award of the contract. Section 10 - Other Provisions a). The Principal will disqualify from the tender process all Second Party who do not sign this Pact or violate its provisions. 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.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 50 of 63
Annexure - 7
e). Addresses along with other relevant details of the Chief Executives of the Parties are as given under;
1. Principal: Chairman-cum-Managing-Director, KIOCL Limited, II–Block,Koramangala, BANGALORE – 560 034. INDIA.
Tel : 080-25531322 (O) : 080-25531272 (O) Fax : 080-25521584 (O) < Details of Second Party are to be filled in by Second Party concerned > 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 Second Party is a partnership or consortium, all partners or consortium members must sign this agreement.
------------------------------------------ --------------------------------------
-
For the Principal For the Second Party
Place …………………..
Date …………………..
Witness 1: ………………………………….
(Name & address) -----------------------------------------------------------------
----------------------------------------------------------------- ----------------------------------------------------------- Witness 2:
(Name & address) -----------------------------------------------------------
----------------------------------------------------------------
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 51 of 63
Annexure - 8
BUSINESS RULE & TERMS & CONDITIONS OF E-FORWARD AUCTION
Tender No. KIOCL/COM/PEL/DTA/1L/2019/02 dated 12/11/2019
Material Bid : Sale or Iron Ore Pellets in DTA Market / Third Party Export.
Note:
The bidders are requested to note that they should have a valid digital
Certificate issued by any of the valid certifying authorities to participate in the
online bidding. Those vendors who are not in possession of a valid digital
certificate are requested to apply for the same well in advance to avoid any
last-minute hassles. The bidders may contact the service provider if they are
not in possession of a valid digital certificate.
The cost of obtaining the necessary Digital Certificate directly or
through KIOCL appointed Service Provider will be to the Bidders
account only.
BUYER NAME
KIOCL LIMITED,
(Formerly M/s KUDREMUKH IRON ORE
COMPANY LIMITED)
PURCHASE DEPARTMENT,
Bangalore – 560 034.
AUCTION TO BE
CONDUCTED BY
TO BE INTIMATED LATER
DATE OF AUCTION
Online Price Bid cum Forward Auction Date:
Dynamic Sealed Bid Time:
Forward Auction Time:
(will be specified at later)
(** Auto extension as applicable)
DOCUMENTS ATTACHED
Business rule for Forward auction [Annexure-
8(A)]
Terms & conditions of Forward auction
[Annexure-8(B)]
Process Compliance Statement [Annexure-8(C)]
Price Confirmation [Annexure-8(D)]
Contact Information
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 52 of 63
Annexure – 8(A)
BUSINESS RULES FOR FORWARD AUCTION
GENERAL TERMS AND CONDITIONS OF FORWARD AUCTION
1. Against this Enquiry for the subject item/system with detailed scope of
supply as per our specification, KIOCL Limited, hereinafter referred to as
KIOCL, may resort to “FORWARD AUCTION PROCEDURE” i.e. ON LINE
BIDDING on INTERNET.
2. For the proposed forward auction, technically and commercially
acceptable bidders only shall be eligible to participate.
3. KIOCL will engage the services of a service provider who will provide
all necessary training and assistance before commencement of on line
bidding on Internet.
4. Business rules like event date, time, bid Increment, extensions, etc.
also will be communicated through service provider.
5. Bidders have to fax the compliance form in the prescribed (provided
by service provider) before start of Forward auction. Without this the bidder
will not be eligible to participate in the event.
6. Forward auction will be conducted on schedule date & time.
7. At the end of Forward auction event, the Highest bidder value will be
known on the network.
8. The highest bidder has to fax the duly signed filled-in prescribed
format as provided on case-to-case basis to KIOCL through service provider
within 24 hours of action without fail.
Business Rule for finalization of the procurement.
KIOCL shall finalize the procurement of material against this Tender through
Forward auction mode. KIOCL has made arrangement with
(………………………………) hereinafter referred to as KIOCL AUTHORIZED
SERVICE PROVIDER who shall be KIOCL’s authorized service provider for the
same. Please go through the guidelines given below and submit your
acceptance to the same along with your Commercial Bid.
1) Computerized Forward auction shall be conducted by KIOCL, on pre-
specified date, while the bidders shall be quoting from their own offices/
place of their choice. Internet connectivity shall have to be ensured by
bidders 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 AUTHORIZED SERVICE
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 53 of 63
Annexure – 8(A)
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 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 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 / Forward 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 neither KIOCL nor the service provider is
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 Forward
auction successfully. Failure of power at the premises of vendors during the
Forward auction cannot be the cause for not participating in the Forward
auction. On account of this, the time for the auction cannot be extended and
neither KIOCL nor KIOCL AUTHORIZED SERVICE PROVIDER is responsible
for such eventualities.
2) Please note that the blank screen will appear in online Forward
auction when it is open to all the participating bidders. Any bidder can
quote their competitive bid in the online forward auction. Please note that the
first online bid that comes in the system during the online forward auction can
be treated as start bid price. The subsequent bid that comes in to outbid the
H1 rate will have to be more than the H1 rate by one increment value or in
multiples of the increment value
3) KIOCL AUTHORIZED SERVICE PROVIDER shall arrange to train your
nominated person(s), without any cost to you. They shall also explain you, all
the Rules related to the Forward Auction/ Business Rules Document to be
adopted along with bid manual. You are required to give your compliance on
it before start of bid process.
BIDDING CURRENCY in INR UNIT OF MEASUREMENT in DMT.
4) BID PRICE: ………………………………………………………………..”.
The technical & commercial terms are as per KIOCL Tender
KIOCL/COM/PEL/DTA/1L/2019/02 dated 12/11/2019.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 54 of 63
Annexure – 8(A)
VALIDITY OF BIDS: The Bid price shall be firm specified in the tender
document and shall not be subjected any change whatsoever.
5) At the end of the Forward auction, bidder has to provide a detail break
up for his highest offer within 24 hours.
6) The detailed process for online price bidding cum Forward 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.
STAGE –II: Start Bid Price
After the expiry of the time for submission of on-line initial price bids, the
Highest Price will be frozen by the system as the Start Bid Price (SBP) for
Stage – III on line bidding.
STAGE – III: Forward 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 all bidders participated
in the initial sealed bid auction during the start of the Forward Auction. You
will be required to start bidding after announcement of Start Bid Price and
increment amount. Also, please note that the start price of an item in online
forward auction is open to all the participating bidders. Any bidder can
start bidding, in the online forward auction, from the start price itself. If the
start price is your own price, you still need to bid in the online forward
auction. Also, please note that the first online bid that comes in the system
during the online forward auction can be equal to the auction's start price,
or more than the auction's start price by one increment, or more than the
auction's start price by multiples of increment. The second online bid and
onwards will have to be more than the H1 rate by one increment value, or
more than the H1 rate by multiples of the increment value.
b) Those bidders who have participated in the Initial Price Bid
Auction, will only be eligible to participate in the subsequent English
Forward Auction.
c) Online Initial Price Bid will be for 30 minutes and Online English
Forward (no ties) Auction shall be for a period of one hour. If a bidder
places a bid in the last 10 minutes of closing of the Forward Auction and if
that bid gets accepted, then the auction’s duration shall get extended
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 55 of 63
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 Forward
Auction, the auction shall get closed automatically without any extension.
However, bidders 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 weighage factor (multiplication factor), bid increment amount
shall be specified by KIOCL before start of bidding. The bidder can bid
higher than the start bid price in forward auction by a bid increment or
multiple of Bid increment.
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. However, for ordering only the final bid
placed by you shall be considered.
f) Bidder will be able to view the following on their screen along with
the necessary fields in the English Forward (no ties) {Forward Auction}:
i). Leading Bid in the Auction (only total price)
ii). Bid Placed by you
iii). Your Own Rank
iv). Start Bid Price & Bid Increment value.
g) After the completion of English Forward (no ties), the Closing Price
(CP) shall be available.
h) At the end of the Forward 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 Forward (no ties) in
Annexure 8(D) 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) Final price received from bidder will be taken as an offer to supply
as per terms and conditions of tender document. Bids once made by the
bidders, cannot be cancelled / withdrawn.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 56 of 63
Annexure – 8(A)
k) During the Online English Forward (No Ties) Auction, if no bid is
received in the auction system/website within the specified time duration
of the online price bidding cum Forward auction, then KIOCL, at its
discretion, may scrap the online price bidding cum Forward 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 Forward auction process /
tender at any time, before ordering, without assigning any reason.
At the end of the Forward Auction, KIOCL will decide upon the winner.
KIOCL’s decision on award of Contract shall be final and binding on all the
Bidders.
KIOCL shall be at liberty to cancel the Forward auction process / tender at
any time, before ordering, without assigning any reason.
KIOCL shall not have any liability to bidders for any interruption or delay in
access to the site irrespective of the cause.
Other terms and conditions shall be as per your techno-commercial offers
and other correspondences till date.
You are required to submit your acceptance to the terms/ conditions/
modality given above before participating in the Forward auction.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 57 of 63
Annexure – 8(B)
Terms & Conditions of Forward Auction
1. LOGIN NAME & PASSWORD: Each Bidder is assigned a Unique User Name
& Password by KIOCL AUTHORIZED SERVICE PROVIDER. The Bidders are
requested to change the Password after the receipt of initial Password from
KIOCL AUTHORIZED SERVICE PROVIDER. All bids made from the Login ID
given to the bidder will be deemed to have been made by the bidder.
2. BIDS PLACED BY BIDDER: The bid of the bidder will be taken to be an
offer to execute the work. Bids once made by the bidder cannot be cancelled.
The bidder is bound to execute the work as mentioned above at the price that
they bid. Should any bidder back out and not make the supplies at per the
rates quoted, KIOCL and / or KIOCL AUTHORIZED SERVICE PROVIDER shall
take action as appropriate.
3. HIGHEST BID OF A BIDDER: In case the bidder submits more than one
bid, the Highest bid will be considered as the bidder’s final offer to execute
the work
4. AUCTION TYPE: 1). English Forward No Ties
5. DURATION OF AUCTION: The duration of Forward Auction will be for one
hour. If a bidder places a bid in the last 10 minutes of closing of the Forward
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 Forward
Auction, the auction shall get closed automatically without any extension.
However, bidders 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. (THIS SCHEDULE IS TENTATIVE. IF ANY
CHANGE IN SCHEDULE, THE SAME SHALL BE COMMUNICATED TO YOU)
6. BID INCREMENT: The minimum Bid Increment shall be available to the
Bidders at the start of the auction. The bidder can view the same by clicking
on the Item details at the start of the auction. The bidder can bid higher than
the Highest Bid in the auction by an Increment or multiple of the Bid
Increment.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 58 of 63
Annexure – 8(B)
7. VISIBLITY TO BIDDER: The Bidder shall be able to view the following on
his screen along with the necessary fields during English Forward – No ties
Auction:
Leading Bid in the Auction
Bid Placed by him
Your rank
8. AUCTION WINNER: At the end of the Forward Auction, KIOCL will
evaluate all the bids submitted and will decide upon the winner.
9. PROXY BIDS: Proxy bidding feature is a pro-supplier feature to safe guard
the supplier’s interest of any Internet failure or to avoid last minute rush. The
Proxy feature allows Bidders to place an automated bid against other Bidders
in an auction and bid without having to enter a new amount each time a
competing Bidder submits a new offer.
The bid amount that a Bidder enters is the minimum that the Bidder is willing
to offer. Here the software bids on behalf of the supplier.
The proxy amount is the minimum amount that the Bidder is willing to offer.
During the course of bidding, the Bidder cannot delete or change the amount
of a Proxy Bid.
Bids are submitted in Increments (Increasing bid amounts). The application
automates proxy bidding by processing proxy bids automatically, according
to the Increment that the auction originator originally established when
creating the auction, submitting offers to the next bid Increment each time a
competing Bidder bids, regardless if competing bids are submitted as proxy
or standard bids.
This feature can be used only once during a particular Forward Auction and
only after the H1 rate is equal to or more than the minimum bid amount that
the bidder has put in the system will he get the option to manually bid for the
same. In no case during the bidding till the H1 rate or more is not reached as
equivalent to the minimum bid amount offered by the bidder, will the bidder
get the option to manually bid for the same.
GENERAL TERMS & CONDITIONS: Bidders are required to read the “Terms
and Conditions” section of the auction website (https://kiocl.-------.com) using
the Login IDs and passwords given to them.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 59 of 63
Annexure – 8(B)
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. KIOCL along with KIOCL AUTHORIZED SERVICE PROVIDER can decide
to extend, reschedule or cancel any Auction. Any changes made by KIOCL
and / or KIOCL AUTHORIZED SERVICE PROVIDER after the first posting will
have to be accepted if the Bidder continues to access the site after that time.
5. KIOCL AUTHORIZED SERVICE PROVIDER shall not have any liability to
Bidders for any interruption or delay in access to the site irrespective of the
cause.
6. KIOCL AUTHORIZED SERVICE PROVIDER is not responsible for any
damages, including damages that result from, but are not limited to
negligence. KIOCL AUTHORIZED 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.
N.B.
All the Bidders are required to submit the Agreement Form (Annexure- 8(C))
duly signed to KIOCL AUTHORIZED SERVICE PROVIDER before the
due date specified in the tender document. After the receipt of the
Agreement Form, Log in ID & Password shall be allotted to the suppliers
(bidders).
After the completion of the Auction event, all the Bidders have to submit the
Price Breakup immediately to KIOCL AUTHORIZED SERVICE PROVIDER for
further proceedings.
All the bidders are requested to ensure that they have valid digital certificate
well in advance so as to confirm participation before the Forward auction.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 60 of 63
Annexure – 8(C)
Process Compliance Form
(The bidders are required to print this on their company’s letter head
and sign, stamp before faxing)
To
……………………….
……………………….
……………………………
…………………………..
Sub: Agreement to the Process related Terms and Conditions for the
Forward Auction
Dear Sir,
This has reference to the Terms & Conditions for the Forward Auction
mentioned in the Tender No.KIOCL/COM/PEL/DTA/1L/2019/02 dated
12/11/2019.
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 Forward 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 6(D) & 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 –
Scan & email this document to----------.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 61 of 63
To Annexure – 8(D)
M/s ………………………………...,
………………………………………………...
Sub: Final price quoted during online price bidding cum forward auction for procurement of
Iron ore pellets.
Ref: 1. Tender No KIOCL/COM/PEL/DTA/1L/2019/02 dated 12/11/2019.
2. e-Auction date. ……………………………
3. Our Offer No. Dated.
Dear Sir,
We confirm that we have quoted our Final Prices during the Forward Auction
conducted today and Final Price offered is as under:
DESCRIPTION OF GOODS
IRON ORE PELLETS
BASIS 63.0% Fe.
QUANTITY in Metric Tons
100,000 MT ± 10%
Price in INR per DMT, FOB, ST,
New Mangalore Port, exclusive of
all taxes, duties & levies, Basis
63% Fe.
In Figures: Rs. _____________________/ DMT
In Words: Rupees ____________________________
______________________________ Per DMT
A. The supply is on ‘FOB, ST, NEW MANGALORE PORT, INDIA’ exclusive of all
applicable taxes, duties & levies, 63% Fe basis.
B. In the event of any inconsistency between the price quoted in figures and in words,
the price quoted in words shall prevail and shall be binding.
Confirmation by the Bidder.
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 62 of 63
CONTACT INFORMATION
KIOCL AUTHORIZED SERVICE
PROVIDER
M/s. KIOCL Limited,
Bangalore
……………………………
……………………………….
…………………………………
……………………………………
……………………………………….
Contact Person: Mr. ………………...
Tel No: ……………………….
Mobile: …………………
Email: ………………………………
M/s. KIOCL Limited,
(formerly Kudremukh Iron Ore
Company Ltd. II Block, Koramangala,
Bangalore – 560 034.
Tel: 080 – 2553 1461 (10 Lines)
Extn: 401
Fax: 080 – 25630984
25532153
Mr. G.Ramagopal
Joint General Manager(Commercial)
Mobile : 90083 05934
Email: [email protected]
Tender No: KIOCL/COM/PEL/DTA/1L/2019/02
(Signature of the bidder with seal and date)
Page 63 of 63
CHECK LIST
TENDER No. KIOCL/COM/PEL/DTA/1L/2019/02 Date : 12/11/2019
The following check list to be filled and submitted by the bidder along with Techno Commercial
Bid
Sl
No Particulars
Bidder’s
confirmation
(Yes/No)
1 Copy of Instructions to Bidders duly signed on each page accepting
the terms indicated (Annexure-1) : submitted
2 Copy of Pellet Specification ( Annexure-2) duly signed and stamped
accepting the same : submitted.
3 Documents / details as per proforma for company profile as per
Annexure-3 : submitted.
4
Specimen Contract copy duly signed and stamped on each page
accepting the terms and conditions mentioned thereof (Annexure-4) :
submitted
5 Duly signed and stamped copy of the Blanked Price Bid Format
accepting the terms of price bid Annexure-5: submitted
6 Price Bid (Annexure-6): submitted
7
Integrity Pact Agreement duly signed and stamped on each page
accepting the terms and conditions mentioned thereof (Annexure-7) :
submitted
8 Copy of the Business Rules for Online Forward Auction (Annexure-8)
duly signed on each page accepting the terms indicated : submitted
9 Copy of certificate of incorporation duly certified by notary: submitted
10 Copy of Memorandum and Article of Association : submitted
11 Performance Certificate from Bank : submitted
16 Duly attested annual reports for the last three financial years :
submitted
17
Duly notarized copies of (a) PAN and (b) GST Registration Certificate
We herewith confirm that we have noted and agree to all the Terms and Conditions of Tender
Documents
Date :
Place :