ECL LIMITED (A Subsidiary of Coal India Ltd.) OFFICE OF THE GENERAL MANAGER , Bankola Area, P.O. , Dt. Burdwan(W.B), Pin-713 363 Ph: No. 0341-2665491/492/493/494 Fax No. 0341-2665366 NOTICE INVITING TENDER

Sealed Quotations are invited from Reputed Suppliers/Authorized Dealer/NSIC Registered Firm/ Ancillary Firms for the Job as given below.

Sl. No. Name of Area & Deptt. Bankola Area, (E&M) Deptt. Tender Notice No. and Date ECL/BA/GM/E&M/TENDER/15-16/11/211 1. Dated:- 19.11.2015 Name of Work Dismantling & Carrying of Discharge Unit, Drive Unit & tail end of 46 L/29 D with lifting 2. up to surface 3 No. Pit at Shyamsundarpur Colliery under Bankola Area 3. Cost of Tender paper Rs. – 285.00/- 4. Estimated Coast Rs. – 2,44,977.00/- 5. Earnest Money Rs. – 2,450 .00 /- Start date & time of sale of From 02.12.20 15 to 08.12 .2015 6. Tender document up to 12.30 PM 7. Date & time of submission On dtd: - 09.12 .2015 within 1:00 PM Tender opening date & time On dtd: - 09.12.2015, at 3.30 P.M. office of the 8. General Manager Bankola Area (E&M Deptt.) N.B. Details of tender can be seen in ECL Website www.easterncoal.gov.in or www.tenders.gov.in

The tender document can be available from the office of the A.E (E&M), Bankola Area any working day between 10.00 a.m. to 12 noon (excepting Saturday, Sunday and Holidays) after payment of necessary tender fee either by cash or in the form of Demand Draft duly draw in favor of “EASTERN COALFIELDS LIMITED, A/c Bankola Area, Area – VI, Payable at SBI, .” The ECL authority reserves the right to accept or reject any tender fully or partially without assigning any reason what so ever.

General Manager Bankola Area

C.C to : 1) G.M (Vig.), ECL, HQ, Sanctoria 2) G.M.(E&M), ECL’HQ ,Sanctoria. 3) G.M., Bankola Area. 4) AGM / AFM. / MM/ CM (E&M) /Sb. Engg. (E&M)/PM(IC), Bankola Area. 5) All TC Members Bankola Area. 6) All AE (E&M), All Areas, ECL. 7) All Agents, Bankola Area. 8) PRM, ECL, Sanctoria-with a request to give wide publication in leading news papers and ECL Web-site 9) Asansol Chamber of Commerce, 361, GT Road, Asansol, Dist-Burdwan (WB)-713304 10) Chamber of Commerce, BP Khaitan Road ,PO-BOX 5 Raniganj, Dist-Burdwan (WB)-713347 11) Notice Board, Bankola Area. 12) Cashier Bankola Area.

Page 1 of 3

ECL EASTERN COALFIELDS LIMITED (A Subsidiary of Coal India Ltd.) OFFICE OF THE GENERAL MANAGER , Bankola Area, P.O. Ukhra, Dt. Burdwan(W.B), Pin-713 363 Ph: No. 0341-2665491/492/493/494 Fax No. 0341-2665366

NOTICE INVITING TENDER

Tender No: ECL/BA/GM/E&M/TENDER/15-16/11/211 Dated: 19.11.2015

(Before submission of tender, the bidder must read thoroughly all the Para of the NIT. Ignore which is not applicable.) Sealed tender are invited from Competent & Interested bidder for the following jobs:

01 . Job Description Dismantling & Carrying of Discharge Unit, Drive Unit & tail end of 46 L/29 D with lifting up to surface 3 No. Pit at Shyamsundarpur Colliery under Bankola Area. 02. Place of Work:- Shyamsundarpur Colliery under Bankola Area. 03 . Estimated Value of the work:- Rs.2,44,977.00/- 04 . Time of completion:- 20 days 05 . Cost of tender paper Rs: -285.00/ - To be deposited by cash at Area Office from 10.00 AM to 12:30 PM on all working days except Saturday & holiday. 06 . Earnest money to be deposited in ‘DEMAND DRAFT , in favor of “ EASTERN COALFIELD LIMITED, AREA-VI”, payable at S.B.I., Asansol ( exempted for SSI & NSI ). Rs.2,450.00/- 07 .Tender document will be available from the office of The Area Engineer ( E&M ) From:- 02.12.2015 To Bankola Area, up to 12.30 PM in working days:- 08.12.2015 08 . Date & time of submission of complete tender papers in prescribed manner in the 09.12.2015 “TENDERDROP BOX” in AE (E&M) Department within 1.00 PM. On:- 09 . Time of opening of tender: at 3.30 PM. on 09.12.2015 or next working day same time, if On:- 09.12.2015 not been opened due to unavoidable circumstances.

10 . Interested bidder may inspect the said job & site within office hours with due permission of the appropriate Authority of the site before submission of their quotation. 11 . Tender paper must be submitted in two envelope method. Part-I and Part-II. (Duly sealed & marked as PART-I & Part-II ). Every envelope must be subscribed the reference NIT no, Address of tenderee& address of tenderer. Both Part-I & II must be enclosed in another envelope duly stamped & sealed. 12. Part-I Envelope (A4size) must contain the following documents . (Documents must not be folded ) a). Earnest money in demand draft for the above amount mentioned in SL No 06. b). Clear photo copy of SSI or NSI registration certificate In A4 size paper duly stamped & signed by the bidder. c). Clear photo copy of PAN in A4 size paper duly stamped & signed by the bidder. d). Clear photo copy of VAT registration certificate in A4 size paper duly stamped & signed by the bidder. e). Clear photo copy of Service Tax registration in A4 size paper duly stamped & signed by the bidder. f). Clear photo copy of Partnership registration certificate In A4 size paper duly stamped & signed by the Bidders / Partners. (For partnership firm). g). Clear photo copy of work order completion certificate & experience of similar work done in PSU, Local body, Government organization etc within last 7 years ending March 2015 . in A4 size paper duly stamped & signed by the bidder should be as follows as :- Credentials: - i) One similar work of costing not less than 80% of the estimated cost. ii) Two similar work of costing not less than 50% of the estimated cost. iii) Three similar work of costing not less than 40% of the estimated cost. h) A type written forwarding letter addressed to the undersigned wherein the list of documents & an undertaking i.e.” the tenderer is agreed with all the terms & conditions of the NIT” must be mentioned. Otherwise it shall be assumed that the tenderer is not agreed with the NIT. NB: Irrelevant documents must not be attached / enclosed. No hand written quotation will be accepted . 13. Part II Envelope should contain the price bid only . .( Documents must not be folded & in A4 size paper ) a). Cost details to be shown in price bid in prescribed manners. Price Quoted be firm & be written in Numeric as well as in Words. Price bid must be stamped & signed by

the Bidder. Overwriting, cutting illegibility in value will leads to cancellation of the bid.

NIT No: ECL/BA/GM/E&M/TENDER/15-16/11/211 Dated: 19.11.2015

14. TERMS AND CONDITIONS .

a) Only, tender accompanying the documents mentioned in PART-I in para 11 will be considered. If the bidder fails to submit any of the documents as per para 11 shall be disqualified for the tender & his part II will not be opened & earnest money shall be for fitted. b). No hand written, incomplete, illegible documents will be accepted. c) Any irrelevant documents should not be submitted. d) On schedule date & time tender will be opened. If the same could not be opened due to unforeseen reasons then the same will be opened on next day same time. e). The job has to be done strictly as per terms of NIT & to be completed within the prescribed time. Any delay in completion of the work from the stipulated time, suitable deductions will be made from the bill of the contractors as per Co’s rule. f) If requires, the job has to be done under directives & supervision of authorized Officer/staff of Management. g) Related electrical jobs, if any, is to be done strictly as per CER, 2010 and any Circular (amendment upto date). h) Management may inspect any time the quality of work including supply & fittings of all required Materials related the said job. If it is found that any workings & supply are not as per NIT management have the right to stop the job or can turn down the contract without any payment to the contractor. i). Guarantee period is SIX Months from actual use of the work for any defects in workmanship, supplied materials / both. j) Income Tax, VAT & related tax will be recovered from the bill as per Government rules. k) The Company reserves the right to postpone/extend the date of receipt and opening of tender or to reject the tender partly or wholly without assigning any reason whatsoever. l) Quarterly servicing to be provided during period of warranty. m) All Safety precautions must be maintained. n) Site can be changed, if required. o) Price quoted by the tenderers shall not be more than the Price Quoted by the Tenderer to other Public Sector/ Govt./Quasi Govt .Organization for same type of job and that should be certified in related tender. p) Payment against this contract will be made as per Co’s existing rules and as per Actual. Payment shall be made through A/C Payee Cheque. Therefore the contractor has to mentioned his Bank details in their bills (in capital letter) viz A/C No, Name of the Bank & Branch/IFSC Code. q) Paying Authority – Area Finance Manager, Bankola Area, ECL. r) Payment of Salary, Wages as per Minimum Wages Act, Insurance, and Workmen Compensation against any accident for engaged labours/workmen have to be borne by the contractor related to this contract as per prevailing ACT). s) Insurance, compensation, supervision, safety & security of all materials related to the contract will be and only will be that of contractor liability till handing over the completed job to Bankola Area, ECL. Contractor should ensure that all materials supplied by them should be ISI mark of high quality, as applicable. All the sub assemblies should be embossed by manufacturer. t) 10% security will be deducted from the bill to keep guarantee performance and will be released after successful completion of guarantee period. u) . As per sec. 206AA (5) of income Tax Act, 1961 it is obligatory on the part of the contractors/suppliers to print PAN No. on the face of the bill. This is also necessary for filling of I.T. returns. Hence all contractors/suppliers are advised to print PAN on the face of the bill, falling which 20% TDS will be deducted from the bills as per IT Act.

General Manager Bankola Area

Page 3 of 3