Tender Details

Tender Details

Tender ID SkillTender813
Reference No. TrainingTender824
Tender Brief Engagement of Agencies for GHG Inventory, Capacity Building & Verification
Tender Description Verification & reasonable assurance audits for 15 OMC mines including: Sukurangi, South Kaliapani, Kodangimali, Guali, Jilling, Banspani, Tiringpahar, Khandbandh, Unchabali, Roida-C, Dubna Sakradihi, Gandhamardan A & B, Kurmitar, Daitari.
Pre-Qualification Criteria

 âœ… Tender Summary & Expert Analysis

Odisha Mining Corporation Ltd. (OMC)
Engagement of Agencies for GHG Inventorization, Capacity Building & Verification
1. Tender Overview
OMC invites e-bids in two separate sub-tenders:
Sub-Tender A
Engagement of Agency for:
  1. GHG Inventorization of OMC mines
  2. Capacity Building Training Program for certification of Lead Carbon Verifiers
Sub-Tender B
Engagement of Agency for:
  1. Verification & Validation of GHG Inventories through Accredited VVB bodies
2. Scope of Work
🔹 Sub-Tender A – GHG Inventorization & Training
  1. GHG Inventorization for OMC mines:
    1. South Kaliapani Chromite Mine
    2. Kodangimali Bauxite Mine
Work includes:
    • Baseline data collection
    • Scope 1, 2 & 3 emissions quantification
    • GHG inventory preparation
    • Carbon Neutrality Plan
  1. Capacity Building Training (20–25 personnel) at OMC Head Office:
    • ISO 14064 series (latest version)
    • Internal auditor & lead carbon verifier training
    • Training must provide accredited certification
🔹 Sub-Tender B – GHG Verification & Validation (ISO 14064-3)
Verification & reasonable assurance audits for 15 OMC mines including:
Sukurangi, South Kaliapani, Kodangimali, Guali, Jilling, Banspani, Tiringpahar, Khandbandh, Unchabali, Roida-C, Dubna Sakradihi, Gandhamardan A & B, Kurmitar, Daitari.
Work includes:
  1. Materiality assessment
  2. Verification & validation as per ISO 14064-3
  3. Reasonable assurance audits
🚫 Bidder of Sub-Tender A cannot bid for Sub-Tender B due to conflict of interest.
3. Eligibility Criteria
A. Sub-Tender A Eligibility
Technical Criteria
  1. Minimum 3 completed projects related to GHG Inventorization / Carbon Footprint in last 5 years
  2. Minimum 3 years’ experience conducting GHG-related training
  3. Must be NABCB-accredited for ISO 14064 / 14065 / 17029 certification
  4. Must deploy minimum 4-member team, meeting following qualifications:
    1. Team Leader – 5+ years GHG validation/verification experience
    2. Trainers – Lead Verifier, 4+ years GHG experience
    3. Team Member – 2+ years experience
  5. No team member should be an OMC employee (current or in last 4 years)
Financial Criteria
  1. Average Annual Turnover: INR 50 Lakhs (FY 2022-23, 2023-24, 2024-25)
Other Requirements
  1. Valid PAN & GSTIN
  2. Not blacklisted / barred
  3. Tender fee, EMD & Power of Attorney
  4. Eligible entity types: Company / LLP / Partnership / Proprietorship
B. Sub-Tender B Eligibility
Technical Criteria
  1. Minimum 3 completed projects related to Energy Audit / GHG verification / validation in last 5 years
  2. Must deploy a 3-member site team, with:
    1. Accredited Energy Auditor (AEA)
    2. GHG Lead Verifier
    3. Sector Expert (Mining/Process)
  3. No team member should be current or ex-OMC employee (last 4 years)
Financial Criteria
  1. Average Annual Turnover: INR 50 Lakhs (FY 2022-23 to 2024-25)
Other Requirements
  1. Valid PAN, GSTIN
  2. Not blacklisted
  3. Tender fee, EMD, Power of Attorney
  4. No JV/consortium allowed
4. Tender Fee & EMD
Sub-Tender
Tender Fee
EMD
A
INR 2,360/-
INR 43,750/-
B
INR 5,900/-
INR 1,12,500/-
Exemption: Odisha-registered MSEs only (for similar services).
5. Submission Guidelines
Mode of Submission
  1. Entire bid via www.tendersodisha.gov.in
  2. (two-cover system)
    1. Cover 1: Techno-Commercial Bid
    2. Cover 2: Price Bid
Other Instructions
  1. All documents must be digitally signed
  2. No conditional bids allowed
  3. Bid Validity: 180 days
  4. Tender fee & EMD only via online payment on e-tender portal
6. Key Deadlines
Activity
Date
Publication of NIT
11.09.2025
Tender Document Availability
15.09.2025
Last Date for Queries
20.09.2025 (5:00 PM)
Pre-Bid Meeting
23.09.2025 (3:30 PM, via VC)
Issue of Clarifications/ Corrigendum
26.09.2025
Bid Due Date (Submission)
17.10.2025 (3:00 PM)
Opening of Techno-Commercial Bid
17.10.2025 (5:00 PM)
Opening of Price Bid
To be notified to technically qualified bidders
7. Evaluation Methodology
Sub-Tender A
  1. Technical scoring out of 100 marks
  2. Minimum 70 marks required for qualification
  3. Parameters include:
    1. Technical capability (40 marks)
    2. Financial capability (10 marks)
    3. Team qualifications (20 marks)
    4. Approach & methodology + presentation (30 marks)
Sub-Tender B
  1. Technical scoring out of 100 marks
  2. Minimum 70 marks required
  3. Similar scoring parameters with sector-specific considerations
Awarding
  1. L1 (Lowest Price Bid) among technically qualified bidders
  2. In case of tie → highest technical score wins
8. Performance Security
  1. 10% of contract value (excluding GST)
  2. In the form of Bank Guarantee / DD
9. Contract & Other Conditions
  1. No consortium/JV allowed
  2. Any forged/fabricated document → rejection + legal action
  3. Selected Bidder must sign Agreement within 15 days of LoA
  4. Failure → EMD forfeiture
✅ If you want, I can also prepare:
  1. ✔ A professional Tender Compliance Matrix
  2. ✔ A bidder-ready Executive Summary / Cover Letter
  3. ✔ A checklist for document submission
  4. ✔ A technical proposal draft (Approach & Methodology)
  5. ✔ A presentation draft for technical scoring
Tender Fee (Number) INR 2,360/-
EMD (Number) INR 1,12,500/-
Mode of EMD Online
Estimated Cost NA
Start Date of Document Collection 15-Sep-2025 12:30 PM
Pre-Bid Meeting Date 23.09.2025 (3:30 PM, via VC)
Last Date for Submission 25-Nov-2025 03:00 PM
Opening Date 25-Nov-2025 05:00 PM
Download the Document View Document