Eastern Coalfields Limited ( A Subsidiary of Coal India Limited ) Office of the General Manager (CMC) Contract Management Cell. Sanctoria, P.O. Disergarh, Dist. Burdwan PIN-713333 e-MAIL [email protected]

Ref. No : ECL/HQ/CMC/Pre-NIT/ 613 Dated : 19/12/2014

PRE-NIT NOTICE

A pre-NIT meeting for the works “Introduction of Low height Continuous Miner Package (2 nos) on Hiring Basis at Jhanjra Underground Mine in Jhanjra Area & Introduction of Continuous Miner Package(2 nos) on Hiring Basis at Kumardih-B in ” will be held on 20/01/2015 at 11.00 A.M in the Conference Room of CMD’s Office ,ECL,(HQ) , Sanctoria Po : Dishergarh , Dist : Burdwan (WB) Pin -713 333 . Interested Bidders are requested to visit the proposed site at their own cost and go through the terms & conditions of the draft tender document before taking part in the Pre-NIT meeting. They are also requested to come prepared with list of their opinion /suggestions /views, if any, in writing for submission to ECL and seek clarification / information related to the Bid document in the meeting. The draft bid document is available in our website www.easterncoal.gov.in from 23/12/2014 up to 18/01/2015 for downloading which shall form the basis of discussion. Necessary modification of the draft NIT may be considered on the basis of written submission by Participating agencies during Pre-NIT meeting subject to acceptance.

General Manager(CMC)/ECL

GLOBAL BID DOCUMENT

FOR INTRODUCTION OF LOW HEIGHT LOW HEIGHT CONTINUOUS MINER PACKAGE (2 NOS.) ON HIRING BASIS

AT

JHANJRA UG MINE (JHANJRA AREA) ECL

DECEMBER 2014

EASTERN COALFIELDS LIMITED (A Subsidiary of Coal India Limited) SANCTORIA, DISHERGARH BURDWAN-713333 (INDIA)

INDEX 1.1 GLOBAL TENDER NOTICE……………………………………………………………….4 1.2 QUALIFICATION CRITERIA OF BIDDER………………………………………………..4 1.3EARNEST MONEY/BID SECURITY……………………………………………...... 5 1.4 APPLICATION FEE FOR TENDER DOCUMENT ...... 6 1.5 AVAILABILITY OF TENDER DOCUMENTS……………………………………………..6 1.6 GENERAL INSTRUCTIONS FOR SUBMISSION OF TENDER ...... 6 1.7 VALIDITY PERIOD OF OFFER…………………………………………………………………………………………………..7 1.8 RECEIPT OF TENDERS……………………………………………………………………...7 1.9 PRE-BID MEETING ...... 7 1.10 OPENING OF THE TENDERS ...... 7 1.11 DEPUTATION OF REPRESENTATIVES FOR CLARIFICATION …………………...... 7 1.13 INTEGRITY PACT ...... 7 1.14 ECL ’S Right...... 8

2. INSTRUCTIONS TO BIDDERS……………...... …………………………………………..9 2.1 SCOPE OF TENDER ...... 9 2.2 ELIGIBLE TENDERER ...... 9 2.3 QUALIFICATION OF THE TENDERER……………………………………………………………………………………..10 2.4 ONE BID PER BIDDER……………………………………………………………………. 11 2.5 COST OF BIDDING………………………………………………………………………… 11 2.6 SITE VISIT………………………………………………………………………………….. 12 2.7 CONTENT OF BID DOCUMENTS…………………………./.…………………………… 12 2.8 CLARIFICATION OF BID DOCUMENTS………………………………………………... 12 2.9 AMENDMENT OF BID DOCUMENTS…………………………………………………… 13 2.10 LANGUAGE OF BID…………………………………………………………...…….…….13 2.11 DOCUMENTS COMPRISING THE BID…………………………………….…………… 13 2.12 BID PRICES & TAXES:…………………………………………………….……………...13 2.13 CURRENCIES OF BID AND PAYMENT…………………………………………….…...14 2.14 BID VALIDITY ...... …15 2.15 BID SECURITY / EARNEST MONEY DEPOSIT (EMD) ...... 15 2.16 FORMAT AND SIGNING OF BID ...... 15 2.17 SEALING, MARKING AND SUBMISSION OF BIDS ...... 16 2.18 LAST DATE FOR SUBMISSION OF BIDS………………………….…………………...16 2.19 LATE BIDS………………………………………………………… …………………….. 16 2.20 MODIFICATION AND WITHDRAWAL OF BIDS……………………………..…..……16 2.21BID OPENING………………………………………………………………………………17 2.22 PROCESS TO BE CONFIDENTIAL…………………………………………………..…. 17 2.23 CLARIFICATION OF BIDS……………………………………………………,,…… 17 2.24 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS…..……17 2.25CORRECTION OF ERRORS…………………………………………………………...….18 2.26EVALUATION AND COMPARISON OF BIDS ………………………………………....18

2.27 AWARD CRITERIA……………………………………..………………………………...18 2.28 EMPLOYER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS ……………………………………………………………………………………………..…...18 2.29 NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT…………………..….18 2.30 LEGAL JURISDICTION ………………………………………………………………...... 18 2.31 NIT AND TENDER DOCUMENTS IN THE WEBSITE ……………………………....…19

3. FORMS OF BID AND QUALIFICATION INFORMATION ...... Section 1 ...... …………..20 Section 2…………………………………………………………………...... 22 3.0 INDIVIDUAL BIDDERS OR INDIVIDUAL MEMBERS OF JOINT VENTURE COMPANY / CONSORTIUM…………………………………………………………….22 3.1 CONSTITUTION OR LEGAL STATUS OF BIDDER(ATTACH COPY)….…… ……22 3.2 GENERALINFORMATION…………………………………………………..……...... 22 3.3 DETAILS OF PERFORMANCE OF EQUIPMENT FOR SIMILAR NATURE OF WORK………………………………………………………………….……..23 3.4 ANNUAL AUDITED FINANCIAL REPORT OF THE LAST 3 YEARS:BALANCE SHEET,P&L STATEMENT,AUDITOR REPORT ETC ……………..………….….…… .24 3.5 EVIDENCE OF ACCESS TO FINANCIAL RESOURCES TO MEET THE QUALIFICATION REQUIREMENT…………………….……………………….….….… 24 3.6 DETAILS OF BANKERS………………………………………………………….….…….24 3.7 INFORMATION ABOUT LITIGATION,IF ANY,IN WHICH BIDDER IS INVOLVED……………………………………………………………….…….……….….24 3.8 DETAILS OF THE EQUIPMENT (CM/SIMILAR EQUIPMENT & TECHNOLOGY) PROPOSED TIO BE DEPLOYED FOR THE WORK………………………………………....25

3.9 PERFORMANCE OF THE EQUIPMENT(CM/SIMILAR EQUIPMENTNOLOGY) PROPOSED TO BE USED……………………………………………………………… .…….25 3.10 PERMANENT INCOME TAX ACCOUNT NO.(PAN) …………………… . ..………...25 .. 3.11 DETAILS OF EARNEST MONEY / BID SECURITY ………………… ..... ……..25

4. CONDITIONS OF CONTRACT ...... 4.1 DEFINITIONS ...... 31 4.2 CONTRACT DOCUMENTS ...... 34 4.3 DISCREPANCIES AND ADJUSTMENTS THERE OF:...... 34 4.4 SECURITY DEPOSIT/ PERFORMANCE GUARANTEE...... 35 4.5 TIME FOR COMPLETION OF CONTRACT - EXTENSION THEREOF ...... 35 4.6 QUALITY ASSURANCE ...... 35 4.7 MEASUREMENT AND PAYMENT ...... 35 4.8 TERMINATION, SUSPENSION, CANCELLATION & FORE CLOSURE OF CONTRACT……………………………………………………………………………36 4.9 LIABILITY FOR ACCIDENTS AND DAMAGES ...... 37 4.10FORCE MAJEURE ...... 37 4.11SETTLEMENT OF DISPUTES ...... 37 4.12SUB-CONTRACTING ...... 37 4.13 CERTIFICATE NOT TO AFFECT RIGHT OF OWNER AND ...... 37 4.14COMMITMENT TOWARDS MINIMUM GUARANTEED PRODUCTION ...... 38

4.15DGMS APPROVAL ...... 39 4.16APPLICABLE LAWS ...... 39 4.17INSURANCE ...... 39 4.18ACCESS TO SITE AND WORKS ON SITE ...... 39 4.19COMPLETION CERTIFICATE ...... 39 4.20SPECIAL TERMS AND CONDITIONS / OBLIGATION OF Contractor ...... 39

5. MINE PROFILE & GEO-MINING CONDITIONS ...... 5.1 GENERAL MINE INFORMATION ...... 55 5.2 GEOLOGY ...... 56 5.3 RESERVE OF COAL ...... 64 5.4 PRESENT MINE STATUS…………………………………………………………………65

6. TENDER DRAWINGS...... 6.1 LIST OF DRAWINGS : ...... 68

7. SCOPE OF WORK, TIME SCHEDULE AND ...... 69 7.1 SCOPE OF WORK ...... 69 7.2 OBLIGATIONS OF OWNER ...... 71 7.3 FORM OF PRICE BID ...... 72

8. FORMATS ...... 8.1 BANK GUARANTEE PROFORMA FOR ...... 73 8.2 BANK GUARANTEE PROFORMA FOR ...... 75 8.3 FORMAT FOR CONTRACT AGREEMENT ...... 76 8.4 PROFORMA FOR INTEGRITY PACT ...... 79

NOTICE INVITING TENDER NIT No. Date

GLOBAL TENDER NOTICE Sealed tenders are invited in triplicate (one original Bid & two copies) under two bid systems for Introduction of Two Low height Low Height Continuous Miner Package on hiring basis at Jhanjra Underground Mine in Jhanjra area of ECL.

Particulars of Work Minimum Guaranteed Total Production per Annum Contract Period 1 1 Introduction of Two Low Height 1st Production Year 0.30MTY 13 /2 (1 /2 +12) Low Height Continuous Miners 2nd Production Year 0.72MTY Years with associated equipments (CM Package) for winning coal without 3rd Production Year 0.72MTY blasting in Jhanjra Underground 4th Production Year 0.72MTY Mine of Jhanjra area of Eastern Coalfields Limited on hiring basis 5th Pro duction Year 0.72MTY inclusive of: 6th Production Year 0.72 MTY a) To get conducted scientific study for obtaining DGMS 7th Production Year 0.72 MTY permission for the introduction of 8th Production Year 0.72 MTY C M Package in the above mines and strata monitoring as required 9th Production Year 0.72 MTY by DGMS 10th Production Year 0. 47MTY b) To supply all necessary compatible Equipment of CM 11th Prod uction Year 0.36MTY Package, spares, consumables and 12th Production Year 0.07 MTY materials required for supporting the exposed roof for the Total =6.66 MT introduction of Low Height Continuous Miner Technology and its operation during the contract period. c) To deploy, operate and maintain the C M package to produce & transport coal from face to district gate belt. d) To support the roof suitable in accordance with approved SSR under Coal mines Regulation 108 of CMR 1957.

1.2 QUALIFICATION CRITERIA OF BIDDER 1.2.1 The bidders shall be a private, public or government owned legal entity or a combination of them.

A. The Bidder must be a manufacturer of Low Height Low Height Continuous Miner and the same or similar equipment manufactured by the manufacturing organization and which is proposed for deployment must have produced at least 0.288 million tonne of coal /CM from underground mines in any one production year in the preceding 7 years ending on 31.03.2014.

4

OR B. The bidder must have a legally binding agreement with a manufacturing organization or his authorized agent / dealer (provided the such authorized agent / dealer has such delegation of power on behalf of the Manufacturer to do so) which have successfully manufactured and supplied Low Height Low Height Continuous Miner and the same or similar equipment manufactured by the manufacturing organization and which is proposed for deployment must have produced at least 0.288 million tonne of coal /CM from underground mines in any one production year in the preceding 7 years ending on 31.03.2014, and the agreement must clearly confirm that the bidder would have all the supports and services from the said organization or his authorized agent / dealer upto the period / tenure of the contract.

OR

C. The bidder must have produced at least 0.288 million tonne of coal/CM from underground mines in any one production year using Low Height Low Height Continuous Miner in the preceding 4 years ending on 31.03.2014

1.2.2 The intending Bidder must have minimum financial turnover of INR 77.82 Crs. Or equivalent US $ in any year during last 7 years ending last day of month previous to the one in which bid applications are invited.1`

Note : Financial Turnover shall be given a weightage of 5% per year ( average annual rate of inflation ) to bring them at current price level.

1.2.3 The intending Bidder must provide evidence of possessing adequate working capital of INR 23.94 Cr or equivalent US $ inclusive of access to lines of credit and availability of other financial resources to meet the requirement.

In case, the Bidder is a subsidiary of a company and consolidated financial report is prepared by the holding company showing information / financial turnover of subsidiary separately, the same in respect of the subsidiary only shall also be considered to meet the eligibility criteria. In such case copy of a letter from the holding company to that effect will be required.

1.2.4 For calculating equivalent US $, the Bill selling rate of SBI on the last date of submission of bid shall be considered.

1.3 EARNEST MONEY / BID SECURITY Rs. 50,00,000 (fifty lakhs) as Earnest Money / Bid Security is to be deposited in the form of irrevocable Bank guarantee with validity 28 days beyond the validity of the Bid in the format given in the Bid Document. Demand drafts will also be acceptable as Earnest Money / Bid Security drawn in favour of EASTERN COALFIELDS LIMITED payable at its branch at ASANSOL (WB). Bank Guarantee / Demand Draft should be furnished either from a Scheduled Nationalised Bank in India or from first class International Bank of repute, having an operational branch in India , if the bidder chooses to submit Bank Guarantee / Demand Draft issued by Foreign Bank Financial Institute. Earnest Money / Bid Security of the unsuccessful bidders shall be refunded as promptly as possible after finalization of tender and shall bear no interest.

5

1.4 APPLICATION FEE FOR TENDER DOCUMENT The price of a tender document will be Rs. 5,725.00 (Out of total amount Rs. 725 .00 is for Vat ) payable either in cash or by bank draft drawn in favour of EASTERN COALFIELDS LIMITED, on any scheduled bank payable at its branch at ASANSOL(WB) ( non-refundable) .

1.5 AVAILABILITY OF TENDER DOCUMENTS Tender documents including terms and conditions of work, shall be available on payment, from the following places and time, during the period as stated below: from ------to ------.

Place: Office of General Manager (CMC),ECL/HQ, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA on payment of cost of tender document in cash

Time 11.00 Hrs to 14.00 Hrs (Monday to Friday) and 11.00 Hrs to 12.00 Hrs (Saturday only)

1.5.1 TENDER DOCUMENT FROM WEBSITE Complete tender document can be also be downloaded from our website www.easterncoal .gov.in OR www.tennders .gov.in. If the tender document is down loaded from the website the bidder has to furnish a Bank Draft of Rs. 5,725.00 (Rupees Five Thousand seven hundred twenty five) drawn in favour of EASTERN COALFIELDS LIMITED payable at ASANSOL (WB) as the price of tender document and an undertaking as per the enclosed format in a separate envelope.

1.6 GENERAL INSTRUCTIONS FOR SUBMISSION OF TENDER

A tenderer should strictly comply with the following instructions: a. A tenderer is required to submit his offers in a sealed cover giving reference to this Tender Notice No. and Date, containing four separate sealed envelopes prominently superscribed as " Part I", "Part II (Price bid)", "Earnest Money Deposit", & "Cost of Tender Document and Undertaking" respectively. b. The above four envelopes of the offer shall contain details as follows:

Part I – i) Full details of the firms (bidder) as per format given in Chapter 3; documentary evidences in support of qualification criteria, projects handled, financial capabilities and any other relevant information. Letter of the bidder submitting the bid along with affidavit as per the format given. ii) Technical offer along with detailed technical specifications of the Equipments, know-how offered, drawings, pamphlets, etc. strictly in terms of tender enquiry.

Part II – Price bid only in the format given in the tender document.

Earnest Money / Bid security in the prescribed form (Bank guarantee or demand draft) is to be submitted in the envelope superscripted as "Earnest Money Deposit" .

Envelope marked as “Cost of Tender Document and Undertaking” shall contain either of the following: - Attested notarized copy of Receipt of the application fee for tender document. 6

Or - If the tender document is downloaded from the website, a Bank Draft of Rs. 5725 as the price of tender document and an undertaking.

1.7 VALIDITY PERIOD OF OFFER The rates offered in Part II should be valid for six calendar months from the date of opening of Part I of the tender.

1.8 RECEIPT OF TENDERS Tenders are to be received in sealed covers up to 15.00 hrs on ------at the following office:

Office of General Manager (CMC), ECL/HQ, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA

1.9 PRE-BID MEETING A pre-Bid meeting will be held at 11.30 Hrs (IST) on ------at the office of the General Manager (CMC), Eastern Coalfields Limited HQ, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA

1.10 OPENING OF THE TENDERS Tenders will be opened at 15.30 hrs on ------at the office of the General Manager (CMC), Eastern Coalfields Limited, ECL/HQ, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA

Part II of the offer shall be opened only in respect of such tenders as are found valid after scrutiny of Part I.

1.11 DEPUTATION OF REPRESENTATIVES FOR CLARIFICATION After opening of the tender, if the company requires any clarification, the tenderers should be in a position to depute their representatives, at short notice, with full authority for clarification on the technical as well as commercial terms and conditions of the contract.

1.12 PURCHASE PREFERENCE Purchase Preference as applicable shall be extended to Indian Central Public Sector Enterprises (CPSEs) as per Purchase Preference policy of Government of India, if applicable at the time of award of work.

1.13 INTEGRITY PACT The bidders are required to sign the integrity pact as per format given in the Bid Document. Name and address of Independent External Monitor : -

Sl.No. Name of IEM & e -mail ID Address 1. Sri J.N.Mishra, IAS (Retd.) 2/77, Vijay Khand, Gomti Nagar, e-mail: [email protected] Lucknow-226010 Mobile : 09452775435 : 08009007744 2. Sri Rakesh Jaruhar. Sector-B/9, Flat No. 6457, Vasant Kunj, e-mail: New Delhi-110070 [email protected]

7

1.14 ECL’S RIGHT ECL reserves the right to accept or reject any or all tenders without assigning any reasons whatsoever. ECL also reserves the right to award full or part job at its discretion.

General Manager (CMC), Eastern Coalfields Limited, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA Distribution: 1. Sri J.N.Mishra, IAS (Retd.) 2/77, Vijay Khand, Gomti Nagar, Lucknow-226010

2 Sri Rakesh Jaruhar. Sector-B/9, Flat No. 6457, Vasant Kunj, New Delhi-110070

3. C. M. D., ECL 4. DT(P&P)/DT(O)/D(F)/D(P) ECL, 5. CVO, ECL, 6. GM/TS to CMD 7. GM(E&M)/HOD 8. GM(P&P)/HOD 9. RD, RI-I, CMPDIL, Asansol 10. CGMs/GMs- All Areas 11. G.M.(F) 12. GM(System), ECL. 13. Chief Cashier, ECL 14. Notice Board 15. PM(PR)ECL, for arranging paper publication & display of the Global NIT in ECL’s Website as per Norms.

8

INSTRUCTIONS TO BIDDERS

2.1 SCOPE OF TENDER The Eastern Coalfields Limited (referred to as Employer in this document) invites bids for the work of deployment Low Height Continuous Miner Package on hiring basis (as defined in this document and referred to as “the works”) detailed in NIT.

2.2 ELIGIBLE TENDERER 2.2.1 The invitation of Bid is open to all Bidders eligible to participate as per qualifying criteria laid down separately hereinafter.

2.2.2 All bidders shall provide in their bid (Part-I), Forms of Bid and Qualification Information,

2.2.3 Joint Venture Company: A joint venture company may undertake the contract.

Joint Venture Company shall comply with the following: i) Documentary evidence (Certificate of registration) of formation of the joint venture company must be included with the bid. ii) The bid shall include all the information regarding capability, experience as required for a bidder for each partner. For the purpose of eligibility criteria, credentials of the members of a joint venture company will be considered collectively. iii) A party can be a member in only one Joint Venture company. Bids submitted by other Joint Venture companies including the same party, as member will be rejected. iv) Separate bid by a member of a Joint Venture company will not be accepted.

2.2.4 Consortium: Two or more (maximum three) companies / parties may jointly undertake contract. The consortium shall comply with the following requirements: i) One of the partners responsible for performing a key component of the contract (i.e. extraction of coal by the Low Height Continuous Miner shall be designated as Lead member.

Authorisation in favour of lead member of the Consortium shall be evidenced by submitting with the bid a Power of Attorney signed by legally authorised signatories of each Consortium member. ii) The bid shall include all the information regarding capability, experience as required for a bidder for each Consortium member. iii) The lead member shall be authorised to incur liabilities and receive instructions for and on behalf of any & all members of the consortium, and the entire execution of Contract, including payment, shall be done exclusively with the lead member. iv) Lead member of the consortium shall be overall responsible for entire scope of work. The other member(s) of the Consortium shall be responsible for the respective scope of work. The lead member will submit the Bank Guarantees whenever required. v) Memorandum of Understanding (MOU) (in original) entered into by the consortium members shall be submitted with the bid containing division of work of each member, their responsibilities which shall be followed by firm agreement on becoming a successful bidder and to be submitted along with security deposit. 9 vi) A party can be a member in only one consortium. Bids submitted by other consortium including the same party as member will be rejected. vii) Separate bid by a consortium member will not be accepted. viii) Different subsidiary of a parent company will not be allowed to take part as member of other consortium in the same tender. ix) Notwithstanding the above, all the consortium members shall be jointly and severally liable to ECL.

Individual company representing group of companies where different companies of the same group fulfill the eligibility criteria, it may participate in this tender. The representative company should have to furnish a teaming agreement to this effect.

2.2.5 The Company reserves the right to allow Indian Central Public Sector Enterprises purchase preference facility as admissible under prevailing policy.

2.3 QUALIFICATION OF THE TENDERER 2.3.1 The bidders shall be a private, public or government owned legal entity or a combination of them.

A. The Bidder must be a manufacturer of Low Height Continuous Miner and the same or similar equipment manufactured by the manufacturing organization and which is proposed for deployment must have produced at least 0.288 million tonne of coal/CM from underground mines in any one production year in the preceding 7 years ending on ------.

OR B. The bidder must have a legally binding agreement with a manufacturing organization or his authorized agent / dealer (provided the such authorized agent / dealer has such delegation of power on behalf of the Manufacturer to do so) which have successfully manufactured and supplied Low Height Continuous Miner and the same or similar equipment manufactured by the manufacturing organization and which is proposed for deployment must have produced at least 0.288 million tonne of coal/CM from underground mines in any one production year in the preceding 7 years ending on ------, and the agreement must clearly confirm that the bidder would have all the supports and services from the said organization or his authorized agent / dealer upto the period/ tenure of the contract.

OR C. The bidder must have produced at least 0.288 million tonne of coal/CM from underground mines in any one production year using Low Height Continuous Miner in the preceding 4 years ending on ------. 2.3.2 The intending Bidder must have minimum financial turnover of INR 77.82 Crs . Or equivalent US $ in any year during last 7 years ending last day of month previous to the one in which bid applications are invited. Note : Financial Turnover shall be given a weightage of 5% per year ( average annual rate of inflation ) to bring them at current price level.

2.3.3 The intending Bidder must provide evidence of possessing adequate working capital of INR 23.94 Cr. or equivalent US-$ inclusive of access to lines of credit and availability of other financial resources to meet the requirement. (For calculating equivalent US $, the Bill selling rate of SBI on the last date of submission of bid shall be considered.) 10

2.3.4 In case, the Bidder is a subsidiary of a company and consolidated financial report is prepared by the holding company showing information / financial turnover of subsidiary separately, the same in respect of the subsidiary only shall also be considered to meet the eligibility criteria. In such case copy of a letter from the holding company to that effect will be required.

2.3.5 All bidders shall include the following information and documents with their bids (copies of all documentary evidences are to be duly authenticated by the bidders/ constituted attorney of the bidders with full signature and seal. All signed declarations are to be made in the bidder’s letter head.) a. Copies of original documents defining the constitution or legal status, place of registration and principal place of business; written power of attorney of signatory of the Bid to commit the bidder. b. Total monetary value of contractual work performed for each of the last 3 years. c. List of major items of equipment proposed to carry out the contract. d. Qualifications and experience of key site management and technical personnel proposed for the contract. e. Evidence of adequacy of working capital for this Contract (access to lines of credit and availability of other financial resources). f. Authority to seek references from the bidder’s bankers. g. Permanent Income Tax Account No. (PAN). However, in case foreign bidder is participating the bid and is not having PAN No. at the time of submission of bid shall have to submit the same before submission of the bills for first payment provided the foreign bidder becomes the successful bidder. h. The bidders would give a declaration that they have not been banned or delisted by any Govt. or Quasi-Govt. agencies or PSU’s. If a bidder has been banned by any Govt. or Quasi-Govt. agencies or PSU’s that fact must be clearly stated and it may not necessarily be a cause for disqualifying him. If this declaration is not given, the bid will be rejected as non-responsive. i. The bidder who participated as consortium must submit original copy of MOU for the formation of consortium. Any bid by a consortium without it is likely to be rejected. Note: The intending bidder will have to submit a declaration in support of the authenticity of the credential submitted by them along with the tender in the form of an affidavit as per the format provided in the bid document. 2.3.6 Even though the bidders meet the qualifying criteria, they are subject to be disqualified if they have: a. made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or b. record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc. b. having negative net-worth in any one of the past three years (based on audited accounts submitted in table 3.4).

2.4 ONE BID PER BIDDER Each Bidder shall submit only one Bid, either individually or a partner in Joint Venture company /consortium. A Bidder who submits or participates in more than one Bid will cause all the proposals with the Bidder’s participation to be disqualified. If two or more subsidiaries of a parent company / one or more subsidiary company and the parent company participate in the tender, they must be within a single consortium / JV, otherwise their bids shall be rejected.

2.5 COST OF BIDDING The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will in no case be responsible or liable for those costs. 11

2.6SITE VISIT

2.6.1 The Bidder at the Bidder’s own responsibility, cost and risk shall inspect and examine the site and its surrounding, and shall satisfy themselves fully before submitting bids as to the form and nature of the site, underground and on the surface, the geological and strata conditions decisive for the success of the project, the means of access to the site, the loading and unloading facilities etc. In general, the Bidders shall themselves obtain all necessary information as to risks, contingencies and other circumstances susceptible to influence or affect their bids. 2.6.2 Although certain information are provided in Technical Volume of this NIT, it should be checked by the Bidders, any neglect or failure to obtain or confirm such information will not relieve the Bidders from any liability or responsibilities to carry out the works according to the contract. ECL will assist the Bidders in obtaining the data required but will not assume responsibility either for the data obtained or for their completeness. 2.6.3 Bidders shall acquaint themselves on their own responsibility with laws and regulations in India under which the work is to be performed including those which may influence, in general or in detail, design, supply, transportation, erection, operation of the equipment and requirement of manpower. Any failure or neglect to do so will not absolve the potential Contractor from his contractual obligation. 2.6.4 It is specially emphasized that it shall be the responsibility of the Bidders to have themselves familiarized with the prevailing conditions and that no claim relating thereto for additional payment or adjustment of a Contract price will be acceptable after the submission of their Bid. 2.6.5 It shall be deemed that the tenderer has visited the site/area and got fully acquainted with the working conditions and other prevalent conditions and fluctuations thereto whether he visits the site/area or not and has taken all the factors into account while quoting his rates.

2.7 CONTENT OF BID DOCUMENTS The set of bid documents comprises the chapters listed below and addenda issued in accordance with Clause 2.9: Chapter 1 Notice Inviting Tender: Chapter 2 Instructions to Bidders Chapter 3 Forms of Bid and Qualification Information Chapter 4 Conditions of Contract Chapter 5 Mine Profile & Geo-mining information Chapter 6 Tender Drawing Chapter 7 Scope of work, Time schedule and Form of price bid Chapter 8 Formats.

2.8 CLARIFICATION OF BID DOCUMENTS

2.8.1 A prospective bidder requiring any clarification of the bid documents may notify the Employer in writing at the Employer’s address indicated in the Notice Inviting Tender. The Employer will respond to any request for clarification received before pre-BID meeting . Copies of the Employer’s response will be forwarded to all purchasers of the tender document, including a description of the inquiry but without identifying its source.

2.8.2 Pre-BID meeting: A pre-Bid meeting will be held on ------at 11.30 hrs. in the office of the General Manager (CMC), Eastern Coalfields Limited, HQ, Sanctoria Po : Dishergarh, Pin- 713 333 ,Dist : Burdwan (WB), INDIA, to clarify the issue and to answer questions on any matter that may be raised at that stage.

12

2.9 AMENDMENT OF BID DOCUMENTS 2.9.1 Before the last date for the submission of Bids, the Employer may modify the bid documents by issuing addenda. 2.9.2 Any addendum thus issued shall be part of the bid documents and shall be communicated in writing to all purchasers of the bid documents. Prospective Bidders shall acknowledge receipt of each addendum by fax/mail to the Employer. 2.9.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Employer shall extend, as necessary, the last date for submission of Bids, in accordance with Sub-clause 2.18.2. And the same is also to be communicated simultaneously to all the purchaser of the bid document.

2.10 LANGUAGE OF BID All documents relating to the Bid shall be in the English language. In case any certificate / printed literature furnished by the Bidder, is written in another language it must be accompanied by a translation of all its pertinent passages in the English language, duly certified to be the true representation of the original content, for the purposes of interpretation of the bid, such translation shall govern.

2.11 DOCUMENTS COMPRISING THE BID The Bid will be submitted by the bidder in the following manner: a. Part I of the bid to be submitted in 1st inner sealed envelope comprising of (i) Letter of the bidder submitting the bid along with Affidavit in the forms as stipulated in the document (Chapter 3, Section 1). (ii) Qualification information and the Documents as required in accordance with stipulations and any other materials required to be submitted by the bidder in accordance with these instructions. (iii) Technical offer along with detailed technical specification of equipments /knowhow offered, drawings, pamphlets etc. strictly in terms of Tender enquiry provided in Bid document. (iv) The original Bid document issued to the bidder or downloaded bid document as the case may be, duly signed by the authorized signatory of the bidder on all pages as proof of accepting the conditions of the contract. b. Part II of the bid to be submitted in the 2nd inner sealed envelope shall comprise Price Bid only in the Pro-forma given in the tender document. c. Earnest Money Deposit / Bid Security to be submitted in the 3rd inner sealed envelope. d. 4th inner sealed envelope marked as “Cost of Tender Document and Undertaking” shall contain either of the following: - Attested notarized copy of Receipt of the application fee for tender document. Or - If the tender document is downloaded from the website, a Bank Draft of Rs. 5725 as the price of tender document and an undertaking. e. All the inner sealed envelopes will then be placed in one outer envelope, sealed and marked properly as per Clause 2.17 and submitted to the Employer at its address before the last date for submission of the bid as described in Clause 2.18. f. Failure to comply with any of the instruction / requirement will constitute submission of ‘incomplete bid’ and may entail disqualification of the tender (for further participation in the tender) without making any further reference and without assigning any reason whatsoever.

2.12 BID PRICES & TAXES: 2.12.1 Bidder shall quote the price ensuring minimum guaranteed production for ------years mentioned in NIT. 2.12.2 The bidders shall quote the following in their price bid: - Specific price per tonne of coal produced in Rs. /Te 13

Note: a) Conditional Offer will be considered non responsive. b) All Bidders have to quote the specific price per tonne in INR only. Payments shall be made in INR only. c) Electricity shall be provided by ECL to the Contractor will be charged on actual and arrangements for all other consumables, diesel etc. are to be made by the Contractor at his own cost. 2.12.3 The price quoted would include the cost of the following: - Cost of scientific study. - Cost of hiring of Equipment to be supplied by the bidder for cutting of coal, roof support and carrying coal till it is loaded onto Gate Belt Conveyor. - Cost of all spare parts and all consumables for operation of Equipment. - Cost of wages for manpower deployed by the bidder. - Cost of Electricity consumption. - Cost of POL consumption. - Cost of Temporary Ventilation Stopping and installation of Auxiliary Fan to be provided within the district. - Cost for supporting the roof and or blasting the roof, if required. - All duties, taxes (including service tax & cess on service tax) and other levies payable by Contractor under the Contract, or for any other cause shall be included in the rates and total Bid Price. All incidentals, overheads, etc. as may be attendant upon execution and completion of works shall also be included in the rates and total Bid Price submitted by the Bidder. - Any other cost to fulfill the Bidder’s obligations under the contract. 2.12.4 The rates quoted by the Bidder shall be fixed for the duration of the contract and shall not be subject to variations on any account except to the extent variations allowed as per Clause 2.13 below. 2.12.5 Service provider must furnish invoice as per Rule 4A of the Service Tax Rules indicating therein the following:- (1) Name, address and service tax registration no. of the service provider. (2) Name and address of the service provider i.e. ECL. (3) Description and value of taxable service provided indicating the abatement taken or method of valuation used for arriving at the taxable value. (4) Service Tax payable thereon indicating clearly the service tax payable by the service tax provider. (5) Invoice has to be submitted by the service providers with the information indicated above, even if the turnover of the service provider is less than the threshold limit of Rs. 10 Lakhs, because ECL has to pay its share. 2.12.6 All new taxes and all amendments related to Service Contract after submission of bid to existing taxes which is notified after the last date of submission of tender will be borne by ECL except when such taxes are on the personnel of the successful bidder or related to income tax on the successful bidder or its employees and similarly returned / deducted to / by ECL in case of decrease. 2.12.7 R&D Cess, if applicable in India will be payable by ECL. 2.12.8 Incase Contractor avails Cenvat credit, the same shall be passed on to the ECL.

2.13 CURRENCIES OF BID AND PAYMENT 2.13.1 The specific rates for per tonne of coal produced shall be quoted by the Bidder in INR only. Payment under contractual obligation shall be made to the successful bidder only for coal produced. 1 1 2.13.2 Total contract period will be of 13 /2 (1 /2 +12) Years as indicated in the NIT. For payment to the successful bidder the Specific Price/Te shall be subject to variation on quarterly basis as follows: Revised Specific Price/Te = (0.55 X Specific Price/Te) + (0.45 X Specific Price/Te X Average WPI on the subject quarter / Base WPI ) 14

Average WPI on the subject quarter = Average Wholesale Price Index prevalent to the subject quarter. Base WPI - Wholesale Price Index prevalent for the month immediately preceding the month in which tender (Price Bid or revised Price Bid whichever is later) was submitted. 2.14 BID VALIDITY 2.14.1 The Bid shall remain valid for six calendar months from the date of opening of Part I of the tender. A bid valid for a shorter period shall be rejected by the Employer. 2.14.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the bidders may extend the period of validity for a specified additional period. The request and the bidder’s responses shall be made in writing. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid but will be required to extend the validity of his bid security for a period of the extension and in compliance with Clause 2.15 in all respects.

2.15 BID SECURITY / EARNEST MONEY DEPOSIT (EMD) Rs. 50,00,000 (fifty lakhs) as Earnest Money / Bid Security is to be deposited in the form of irrevocable Bank guarantee with validity 28 days beyond the validity of the Bid in the format given in the Bid Document. Demand drafts will also be acceptable as Earnest Money / Bid Security drawn in favour of EASTERN COALFIELDS LIMITED payable at its branch a ASANSOL (WB). Bank Guarantee / Demand Draft should be furnished either from a Scheduled Nationalised Bank in India or from first class International Bank of repute, having an operational branch in India if the bidder chooses to submit Bank Guarantee / Demand Draft issued by Foreign Bank Financial Institute. 2.15.1 Any Bid not accompanied by an acceptable Bid Security / EMD shall be rejected by the Employer as non-responsive. 2.15.2 Earnest Money / Bid Security of the unsuccessful bidders shall be refunded as promptly as possible after finalization of tender and shall bear no interest. 2.15.3 The Bid Security / Earnest Money may be forfeited: a) if the bidder withdraws the Bid after Bid opening during the period of Bid validity; or b) in the case of successful bidder, if the Bidder fails within the specified time limit to: i) Sign the Agreement; or ii) furnish the required Performance Security / Security Deposit. or c) if the bidder does not accept the correction of the bid price pursuant to clause 2.25. 2.15.4 The Bid Security/EMD deposited with the Employer will not carry any interest.

2.16 FORMAT AND SIGNING OF BID 2.16.1 The Bidder shall prepare the Bid comprising the documents as described in Clause 2.11. No additional terms/conditions other than prescribed in the tender documents will be entertained and conditional tender shall be rejected. 2.16.2 All documents of the Bid shall be typed or computer printed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder, pursuant to Sub-clause 2.3.5. All pages of the Bid document shall be signed and stamped by the Bidder. 2.16.3 The Bid shall contain no alterations, or additions, except those to comply with instructions issued by the Employer or as necessary to correct errors made by the Bidder, in which case such corrections shall be signed by the Bidder. Erasing or overwriting in the bid document may disqualify the Bidder. 2.16.4 The bidder shall submit bid in 3 sets, one “Original “ and two copies of it clearly marking as “ Original Bid” and “Copy of Bid“ as appropriate. 15

2.17 SEALING, MARKING AND SUBMISSION OF BIDS 2.17.1 The Bidder shall submit the Bid in four inner sealed envelopes and one outer sealed envelope, duly marking the inner envelopes in the following manner: 1st inner sealed envelope will be marked “ Part I " – Bid for Introduction of Low Height Continuous Miner Package on hiring basis at Jhanjra UG mine UG mine of Jhanjra Area in ECL comprising of qualification information, Technical and Commercial Part”. 2nd inner sealed envelope will be marked “ Part II (Price Bid )" - for Introduction of Low Height Continuous Miner Package on hiring basis at Jhanjra UG mine UG mine of Jhanjra Area in ECL." 3rd inner sealed envelope will be marked "Earnest Money Deposit". 4th inner sealed envelope will be marked "Cost of Tender Document and Undertaking" Outer Sealed envelope will be marked as “Bid for Introduction of Low Height Continuous Miner Package on hiring basis at Jhanjra UG mine UG mine of Jhanjra Area in ECL” 2.17.2 The outer envelope and inner envelopes placed in outer envelope shall: a. be addressed to the Employer at the following address and submitted accordingly on or before the last date for submission of bid as indicated in Clause 2.19: General Manager (CMC), Eastern Coalfields Limited, HQ Sanctoria, Asansol, Dist: Burdwan (WB) – 713333, and b. inner and outer envelopes will bear the following additional identification: - Tender Notice No. ------Date ------DO NOT OPEN BEFORE 15.30 HRS on ------2.17.3 In addition to the identification required as above, the inner and outer envelopes shall indicate the name and address of the Bidder. 2.17.4 If the outer as well as inner envelopes are not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the Bid.

2.18 LAST DATE FOR SUBMISSION OF BIDS 2.18.1 Bids shall be submitted to the Employer at the address specified above not later than ------. In the event of the specified date for the submission of bids being declared a holiday for the Employer, the Bids will be received up to the appointed time on the next working day. 2.18.2 The Employer may extend the last date for submission of Bids by issuing an amendment in accordance with Clause 2.9, in which case all rights and obligations of the Employer and the Bidders, previously subject to the original last date, will then be subject to the new last date.

2.19 LATE BIDS Any Bid received by the Employer after the last date prescribed in Clause 2.18, due to any reason whatsoever, will not be accepted.

2.20 MODIFICATION AND WITHDRAWAL OF BIDS 2.20.1 Bidders may modify or withdraw their Bids by giving notice in writing before the last date prescribed in Clause 2.18, in case the bidder has submitted the bid well before the last date or extended last date. 2.20.2 Bidder’s modification shall be prepared in line with the original, but withdrawal shall be a plain paper letter with the outer and inner envelopes additionally marked “MODIFICATION” or “WITHDRAWAL”, as appropriate. 2.20.3 No Bid may be modified after the last date / extended last date for submission of Bids. 2.20.4 Withdrawal of a Bid between the last date / extended last date for submission of Bids and the expiration of the period of Bid validity specified in the Bid document or as extended pursuant to Sub-clause 2.14.2 may result in the forfeiture of the Bid Security pursuant to Clause 2.15.

16

2.21 BID OPENING 2.21.1 The Employer will open Part- I of the bids first, including modifications made pursuant to Clause 2.20 in the presence of the bidders or their representatives who choose to attend at the time and in the place specified in Clause 1.9 of NIT (Chapter 1). In the event of the specified date of Bid opening being declared a holiday for the Employer the Bids will be opened at the appointed time and location on the next working day. 2.21.2 Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 2.21 shall not be opened. 2.21.3 The Bidder’s names, Bid modifications and withdrawals, the presence or absence of Bid Security and other details as the Employer may consider appropriate, will be announced by the Employer at the opening. 2.21.4 After examination and evaluation of Part -I of the bids in accordance with Clause 2.24, the bids which are technically and commercially at par and substantially responsive in accordance with specifications, scope, terms and conditions and fulfilling the requirements of the instructions to the bidders, Part -II of the bid shall be opened.

2.22 PROCESS TO BE CONFIDENTIAL 2.22.1 Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer’s processing of Bids or award decisions may result in the rejection of his Bid. 2.22.2 The tenderer may note that indulgence in submitting unsolicited offers or submitting unsolicited correspondence after closure of bid submission is liable to debar him from participating in ECL tenders.

2.23 CLARIFICATION OF BIDS 2.23.1 No document presented by the Bidder after closing date and time of the bid will be taken into account by the Evaluation Committee unless otherwise called for during technical scrutiny by the tender committee as clarification. This however, will have no bearing with the price quoted in the price bid. 2.23.2. To assist in the examination, evaluation and comparison of Bids, the Employer may, at the Employer’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakups of unit rates. The request for clarification and the response shall be in writing.

2.24 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 2.24.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid: a. meets the eligibility criteria defined in Clause 2.3; b. has been properly signed; c. is accompanied by the required securities; and d. is substantially responsive to the requirements of the Bid documents. 2.24.2 A substantially responsive Bid is one, which confirms to all the terms, conditions & specifications of the Bid documents without material deviation or reservation. A material deviation or reservation is one: a. which affects in any substantial way the scope, quality or performance of the works; b. which limits in any substantial way, inconsistent with the Bid documents, the Employer’s rights or the Bidder‘s obligations under the Contract; or c. whose rectification would affect unfairly the competitive position of other Bidder’s presenting substantially responsive Bids. 2.24.3 If a Bid is not substantially responsive, the Employer at its sole discretion may reject it.

17

2.25 CORRECTION OF ERRORS 2.25.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetical errors. Errors will be corrected by the Employer as follows: a. where there is a discrepancy between the amounts in figures and in words, the amounts in words will govern; and b. where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern, c. discrepancy in totaling or carry forward in the amount quoted by the bidder shall be corrected. The tendered sum so corrected and altered shall be substituted for the sum originally tendered and considered for evaluation instead of the original sum quoted by the tenderer along with other tender/tenders. Rounding off to the nearest rupee should be done in the final summary of the amount instead of in totals of various sections of the offer. 2.25.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, shall be considered as binding upon the Bidder.

2.26 EVALUATION AND COMPARISON OF BIDS 2.26.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Clause 2.24. 2.26.2 In evaluating the Bids, the Employer will determine for each Bid, the evaluated Bid Price, by adjusting the Bid Price as follows: a. making any correction for errors pursuant to Clause 2.25 b. making up appropriate adjustment for any other quantifiable acceptable variations, deviations. c. making appropriate adjustments to reflect modifications offered in accordance with Clause 2.20. 2.26.3 If the Bid of the successful Bidder is seriously unbalanced in relation to the Company’s estimate of the cost of work, if any, the Employer may require the Bidder to produce detailed price analysis for any or all items of the work, to demonstrate the internal consistency of those prices with the methods and schedule proposed. 2.27 AWARD CRITERIA In final evaluation, Quoted Price per tonne of coal produced will be considered for evaluation.

2.28 EMPLOYER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS Notwithstanding Clause 2.27, the Employer reserves the right to accept or reject any Bid, and to cancel the bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds form the Employer’s action.

2.29 NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT 2.29.1 The Bidder, whose Bid has been accepted, will be notified of the award by the Employer prior to expiration of the Bid validity period by fax & confirmed by registered letter. This letter hereinafter and in the Conditions of the Contract called the “Letter of Acceptance” or “LoA” will state the sum that the Employer will pay the Contractor in consideration of the execution and completion of the works by the Contractor as to be prescribed in the Contract (hereinafter and in the Contract to be called “the Contract Price”) 2.29.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a Performance Security / Security Deposit in accordance with Clause 4.4. 2.29.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder within 30 days following the notification of award along with the letter of Acceptance.

2.30 LEGAL JURISDICTION Matter relating to any dispute or difference arising out of this tender and subsequent contract awarded based on the bid shall be subject to the jurisdiction of Asansol (WB) Court only. 18

2.31 NIT AND TENDER DOCUMENTS IN THE WEBSITE 2.31.1 The complete bid documents shall be available on the Company’s website http// www.ECL.gov.in for the purpose of downloading and tender submitted on such downloaded bid documents shall be considered valid for participating in the tender process. 2.31.2 The company shall not be responsible for any delay / difficulties / inaccessibility of the downloading facility for any reason whatsoever. The downloading facility shall be available during the dates as mentioned in Clause 1.5. 2.31.3 The bidders will be required to submit an undertaking that they will accept the tender documents as available in the website and their tender shall be rejected if any tampering in the tender document is found to be done at any stage after opening of tender. 2.31.4 In case of any discrepancy between the tender documents downloaded from the web site and the master copy available in the office, the latter shall prevail and will be binding on the tenderers. No claim on this account will be entertained.

19

FORMS OF BID AND QUALIFICATION INFORMATION SECTION : 1 CONTRACTOR’S BID

Sub: BID for the Work - Introduction of Low Height Continuous Miner Package on hiring basis at Jhanjra UG mine UG mine of Jhanjra Area in ECL

To …………………………………. …………………………………. Dear Sir, We offer to execute the Works described above in accordance with the Conditions of Contract accompanying the Tender document issued to us. The Bid Security/Earnest Money in accordance with the Tender document amounting to Rs…………….. (in figures) ……………………………….. (in words) in the form as stipulated in Clause 2.15 is enclosed herewith (to be filled in by the Bidder). The Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any Bid you receive. We hereby confirm that this Bid complies with the Bid validity and Bid security required by the Bid documents. We also confirm that E.M.D. and other required documentary evidences related to this part of the Bid are enclosed (as listed below) herewith either in original / copies attested by Gazetted officer / copies duly authenticated by us with signature and seal alongwith affidavit as per the format provided in the bid document.

Yours faithfully, Authorised Signature………………………………… Name and Title of the Signatory……………………… Name of the Bidder…………………………….. Address…………………………………………………………. Date………………… (To be filled in by the Bidder) Enclo: i) E.M.D of Rs. ………………………………vide………………dt……. ii) ……………………. iii) …………………… iv) ……………………. v) …………………….

20

FORMAT FOR AFFIDAVIT Non-Judicial Stamp Paper AFFIDAVIT

I, ...... ,Partner/Legal Attorney/ Accredited Representative of M/S...... , solemnly declare that: 1. We are submitting Tender for the Work ………………...... against Tender Notice No...... dated ……………….. 2. None of the Partners of our firm is relative of employee of ……………………...... …………………..(Name of the Company) 3. All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this Tender is complete, correct and true. 4. All documents / credentials submitted along with this Tender are genuine, authentic, true and valid. 5. If any information and document submitted is found to be false/ incorrect at any time, department may cancel my Tender and action as deemed fit may be taken against us, including termination of the contract, forfeiture of all dues including Earnest Money and banning/ delisting of our firm and all partners of the firm etc.

Signature of the Bidder , Dated ...... Seal of Notary

UNDERTAKING We, ...... undertake that the tender submitted by is downloaded from ECL Website www.ECL.gov.in OR www.tenders.gov.in and is same in content and form (verbatim), and any deviation, if detected, at any stage, would entitle ECL to reject our bid /offer without assigning any reason or recourse to any penal action, and would be legally binding on us. Signature ...... (Bidder) Seal.

21

SECTION: 2 QUALIFICATION INFORMATION (The information to be submitted by all the Bidders)

3.0 INDIVIDUAL BIDDERS OR INDIVIDUAL MEMBERS OF JOINT VENTURE COMPANY / CONSORTIUM 3.1 Constitution or Legal status of Bidder (attach copy)

Place of registration…………………………………………

Principal place of business …………………………………

Power of Attorney of signatory Bid: (attach)

3.2 GENERAL INFORMATION

Name of the Tenderer : Participating as Single entity Joint Venture Consortium (Please tick) Details of Single Entity /JV / consortium members : I Name ( Single entity or Lead member ) : Postal address Tel.No. Fax-No. e-mail, website License or registration Bankers name & address Responsibility of the member

Turnover < Year> < Year> < Year> ( in…………) II Name ( member ) : Postal address Tel.No. Fax-No. e-mail, website License or registration Bankers name & address Responsib ility of the member

Turnover < Year> < Year> < Year> ( in…………) Note : In case of more than two members in JV / Consortium the above information shall be furnished on the same format separately.

22

3.3 DETAILS OF PERFORMANCE OF EQUIPMENT FOR SIMILAR NATURE OF WORK ( In last 7 years i.e. after <……>)

(Experience should be of similar nature as proposed in the Bid) (Please use separate sheet for each work/project)

Brief description of the Job (Production of coal using Low Height Continuous Miner / Similar Equipment) Name of the Member responsible for the job Contract No. Name of mine & Location Client’s Details Address, Tel.No. Fax-No. e-mail, website Type of Equipment deployed Targeted Annual production (average) Average Annual production achieved

Maximum production achieved in a year Using a set of Low Height Continuous Miner / Similar

Equipment) Value of total Contract

Date of award

Schedule date of completion

Date of actual completion

Name :

Designation: Signature with seal Date

Note : Similar nature of work means winning coal without blasting from underground Mines by deploying Low Height Continuous Miner / Similar Equipment with associated equipments.

23

3.4 Annual audited Financial reports of the last three years: balance sheets, profit and loss statement, auditors report etc. (copies to be submitted and the following format be filled in)

Financial Actual: Previous three years information in Rs. 1 2 3 1. Total assets 2.Current assets 3.Total liabilities 4.Current liabilities 5.Profit before tax 6.Profit after tax

3.5 Evidence of access to financial resources to meet the qualification requirements:

Cash in hand, liquid assets, unencumbered real assets, lines of credit and other financial means etc. sufficient to meet the construction cash flow (the copies to be submitted and the following format to be filled-up).

Source of financing Amount in Rs. 1. 2.

3.6 Details of bankers:

Banker Name of the banker

Address of the banker

Telephone Contact name and title Fax Telex

3.7 Information about litigations, if any, in which bidder is involved:

Year Award FOR or Name of the client, Cause of Disputed AGAINST applicant Litigation and Matter of dispute amount in Rs.

24

3.8 Details of the Equipments (Low Height Continuous Miner / Similar Equipment) Proposed to be deployed for the work:

Sl. Equipment type Make & model Number No. and capacity

Detailed specification of all the equipments is to be included with the Technical offer. Bidders are to submit dully filled Check list and Data/Information sheet furnished in the NIT.

3.9 Performance of the Equipments (Low Height Continuous Miner / Similar Equipment) Proposed to be used : Sl. Name and address of Mine / Year wise production of the package Project where the same type during equipment’s life No. equipment package were deployed

3.10 Permanent Income Tax Account No. (PAN) 3.11 DETAILS OF EARNEST MONEY / BID SECURITY

Deposit of Earnest Money by:

Draft No.: Bank Guarantee (BG) Details:

Drawn on: Name of the Bank:

Amount (Rs): Amount of BG:

Bank Guarantee valid up to :

25

OTHER DETAILS (a) Details of registration/ enlistment with Government organizations/ PSUs/ Subsidiaries of Coal India Limited. (b) Certificate of registration as per statutory requirements under Sales Tax, Contract Labour Laws etc. as may be applicable (c) Certificate of registration with CMPF authorities. (d) Acceptance by the Tenderer of the conditions of contract as per Tender Documents (attach signed copies of the bid document downloaded from website along with the tender as proof of acceptance). (e) List of minimum and maximum number of person grade and designation wise to be deployed in a shift by the bidder.

------Signature of the Tenderer

NOTE: 1. Separate sheets may be attached to furnish details, if necessary 2. In case of Joint Venture Company or Consortium, Separate information for each member should be submitted. 3. Documentary evidence of qualifications of the bidder (as per qualification criteria) is to be submitted.

26

CHECK LIST TO BE FURNISHED BY THE BIDDER (To be submitted in Part I)

Bidders are requested to fill column 3 and 4 and submit it along with their offer. Sl. Information/data/confirmation/ Yes (Y) Ref. Page No. documentary proof furnished or no. of offer No (N) 1 2 3 4 1 EMD deposited as per NIT and submitted 2 Proof of fulfilling the eligibility criteria furnished. 3 Proof of Financial Soundness furnished 4 Furnished Audited/Certified Account/Financial Statement of last 3 years. 5 Furnished P&L account and Balance sheet of last 3 years. 6 Furnished Annual Turn over of last 3 year s 7 Furnished Average turn over in last 3 years. 8 Furnished status of DGMS approval of each equipment 9 Whether site of work visited 10 Whether attended Pre bid meeting held at 11 Offer has been submitted strictly as per Clause 2.11 under heading document comprising the Bid (Ref. page 15) 12 Furnished document establishing good eligibility and conformity to bidder documents. 13 Furnished detailed specification of equipment offered 14 Furnished documents regarding past performance of offered equipment 15 All pages of offer has been numbered and signed by duly authorized person. 16 Letter of authorization (Power of attorney) enclosed 17 Furnished a certificate that Bidder agree to the scope of work of NIT and all terms and conditions. 18 Furnished mine/district layout and sequence of operation. 19 Furnished detailed Network of implementation. 20 List of manpower (grade-wise) to be provided by the bidder in each AAP 21 Requirement of air at the last split of each working district and at the entry of the district.

27

Data/Information Sheet (To be submitted in Part I) A. Equipment Data proposed to be deployed

Sl. No. Equipment details/ specifications To be filled by bidder 1 1. CM 1.1.1 Make 1.1.2 Machine model 1.1.3 Number of Machine Offered 1.1.4 Number of such Machine working elsewhere 1.1.5 Status of DGMS Approval 1.2 Operating parameters 1.2.1 Cutting height range (mm) 1.2.2 Ground clearance (mm) 1.2.3 Tramming speed (m/min) 1.2.4 Loading rate (t/min) 1.2.5 Ground pressure (k Pa) 1.2.6 Machine weight (t) 1.2.7 Radio Remote Control 1.3 Dimensions 1.3.1 Overall length (mm) 1.3.2 Width (mm) 1.3.3 Height (mm) 1.4 Cutting unit 1.4.1 Cutter drum diameter (mm) 1.4.2 Cutter drum width (mm) 1.4.3 Cutter drum speed (rpm) 1.5 Electrical 1.5.1 Machine voltage (V) 1.5.2 Cutting head power (kW) 1.5.3 Traction power (kW) 1.5.4 Conveyor/ Loading power (kW) 1.5.5 Hydraulic unit power (kW) 1.5.6 Dust suppression unit power (kW) 1.5.7 Total installed power (kW) 1.6 1.6 Traction unit 1.6.1 Crawler chain width (mm) 1.6.2 Crawler speed (m/sec) 1.7 1.7 Loading unit 1.7.1 Conveyor width (mm) 1.7.2 Conveyor speed (m/min) 1.7.3 Loading capacity (TPH)

28

Sl. No. Equipment details/ specifications To be filled by bidder 2 Shuttle Car /Coal Hauler 2.1.1 Make 2.1.2 Machine model 2.1.3 Number of Machine offered 2.1.4 Number of such Machine working elsewhere 2.1.5 Status of DGMS Approval 2.2 Operating parameters 2.2.1 Payload (coal) (kg)/Cubic capacity (cu. m)) 2.2.2 Unladen weight (kg) 2.2.3 Power (kW) 2.2.4 Vehicle speed (kmph) 2.2.5 Grade ability in degree 2.2.6 Turning radius (mm) 2.2.7 Fuel consumption (L/shift) (if Diesel operated) 2.2.8 Operating voltage 2.2.9 Total service life (million tonnes) 2.2.10 Ground clearance (mm) 2.2.11 Ground pressure (kPa) 2.2.12 Cable reel capacity (electrically operated) (m) 2.3 Dimensions 2.3.1 Overall length (mm) 2.3.2 Width (mm) 2.3.3 Height (mm) 2.4 Wheel 2.4.1 Size 2.4.2 Ply rating 2.4.3 Filling 3 Roof Bolter 3.1.1 Make 3.1.2 Machine model 3.1.3 Number of Machine offered 3.1.4 Number of such Machine working elsewhere 3.1.5 Status of DGMS Approval 3.2 Operating parameters 3.2.1 Number of bolters 3.2.2 Operating mining height (m) 3.2.3 Drilling length (m) 3.2.4 Drill hole size (mm) 3.2.5 Tram speed (m/min) 3.2.6 Weight (t)/ Ground Pressure (MPa) 3.2.7 Tire/ Track chain 3.2.8 Max. Platform elevation from ground (m) 3.2.9 Drilling nature

29

Sl. No. Equipment details/ specifications To be filled by bidder 3.2.10 Power (kW) 3.2.11 Operating voltage (V) 3.2.12 Bolting rate (bolts/hr.) 3.2.13 Max. material hardness that can be drilled (MPa) 3.3 Dimensions 3.3.1 Overall length (mm) 3.3.2 Width (mm) 3.3.3 Height (chassis) (mm) 3.3.4 Wheel base (mm) 3.3.5 Ground clearance (mm) 3.4 Drilling System 3.4.1 Torque (Nm) 3.4.2 Rotation (rpm) 3.4.3 Feed thrust 3.4.4 Feed length (m) 3.4.5 Feed rate (m/min) 3.4.6 Mast height range (m) 3.4.7 Mast tilt (deg.) 4 Feeder Breaker 4.1.1 Make 4.1.2 Machine model 4.1.3 Number of Machine offered 4.1.4 Number of such Machine working elsewhere 4.1.5 Status of DGMS Approval 4.2 Operating parameters 4.2.1 Capacity (TPH) 4.2.2 Input size (mm x mm x mm) 4.2.3 Output size (mm x mm x mm) 4.2.4 Weight (t) 4.2.5 Ground pressure (MPa) 4.2.6 Tram speed (m/min) 4.2.7 Crusher Power (kW) 4.2.8 Dust suppression 4.2.9 Hopper size (m 3) 4.3 Dimensions 4.3.1 Overall length (mm) 4.3.2 Width over bucket type hopper (mm) 4.3.3 Overall width (frame) (mm) 4.3.4 Tram height (mm) 4.3.5 Max. discharge height (mm) 4.4 Conveyor 4.4.1 Conveyor width (mm) 4.4.2 Conveyor chain (mm) 4.4.3 Conveyor flights (mm x mm)

30

Sl. No. Equipment details/ specifications To be filled by bidder 5 Utility Vehicle/LHD 5.1.1 Make 5.1.2 Machine model 5.1.3 Number of Machine offered 5.1.4 Number of such Machine working elsewhere 5.1.5 Status of DGMS Approval 5.2 Operating parameters 5.2.1 Bucket payload (kg) 5.2.2 Bucket heaped capacity (m 3) 5.2.3 Weight (unladen) (t) 5.2.4 Max. power (kW) 5.2.5 Fuel consumption (L/hr) 5.2.6 Tyre size 5.2.7 Vehicle speed (kmph) 5.2.8 Grade ability 5.3 Dimensions 5.3.1 Overall length (mm) 5.3.2 Width overall frame (mm) 6 Set of electrical equipment 6.1 Particulars 7 Any Other Equipment 7.1 Particulars

Signature of Bidder

NOTE: Separate sheets may be attached to furnish details, if necessary.

31

4 CONDITIONS OF CONTRACT

4.1 DEFINITIONS i. ‘Accepting Authority’ shall mean the management of the Company and includes an authorized representative of the Company or any other person or body of persons empowered in this behalf by the Company. ii. When the words “Approved”, “Subject to Approval”, “Satisfactory”, “Equal to”, “Proper”, “Requested”, “As directed”, “Where directed”, “When directed”, “Determined by”, “Accepted”, “Permitted”, or words and phrases of like import are used, the approval, judgment, direction etc. is understood to be a function of the Owner/Engineer/Engineer-in-charge. iii. “Bank Guarantee” shall mean the Bank Guarantee to be provided by the bidder to the Owner. iv. “Codes” shall mean the following, including the latest amendments, and/or replacements, if any: (a) Standards of Bureau of Indian Standards relevant to the works under the contract and their specifications. (b) Other internationally approved Standards and/or rules and regulations touching the subject matter of the contract. i) A.S.M.E. Test codes. ii) A.I.E.E. Test codes. iii) American Society of Materials Testing Codes. iv) Indian Electricity Act and Rules and Regulations made thereunder. v) Indian Explosive Act and Rules and Regulations made thereunder. vi) Indian Petroleum Act and Rules and Regulations made thereunder. vii) Indian Mines Act and Rules and Regulations made thereunder. (c) Any other laws, rules, regulations and Acts applicable in the country with respect to labour, safety, compensation, insurance etc. v. The word “Company” or “Employer” or “Owner” or “ECL” wherever occurs in the tender document, means the Eastern Coalfields Limited, Asansol (CG), represented at head quarter of the company by the Director Technical or his authorized representative or any other officer specially deputed for the purpose. vi. The ‘Contract’ shall mean the notice inviting tender, the tender as accepted by the company and the formal agreement executed between the company and the Successful bidder together with the documents referred to therein including conditions of contract, special conditions, if any, specifications, designs & drawings including those to be submitted during progress of work, scope of work with rates and amounts. vii. "Contract period" shall start from the date of commencement of contract and include ------production years of cumulative coal production starting within eighteen months from the date of issuance of Letter of Acceptance (LOA) and shall continue upto three months from last full and final payment released by ECL to the Contractor after issue of contract completion certificate by ECL. viii. "Contract Price" is the amount in INR equal to the product of "Specific price per tonne of coal" and “sum of the minimum guaranteed production of all production years in tonne". It is not the total amount payable to the Contractor which will be dependant of amount of coal produced. ix. The word “Contractor” wherever occurs means the successful Bidder / Bidders who has / have been given written intimation about the acceptance of tender and has / have deposited the necessary performance security and shall include legal representative of such individual or persons composing a firm or a company or the successors and permitted assignees of such individual, firm or company, as the case may be. x. A ‘Day’ shall mean a day of 24 hours from midnight to midnight. xi. “Date of commencement of Contract” shall mean the date of issuance of the ‘Letter of Acceptance’. xii. “DGMS” means Directorate General of Mines Safety, the Indian Government Regulatory agency for safety in mines and oil-fields. xiii. "Development" means the drivage of series of roadways parallel to each other and also at angles forming blocks of coal to support super-incumbent strata, in order that their network reach pre- determined boundary. xiv. "District" means independent blocks of coal connected at one end to the main arterial transport and ventilation networks and at the other end extending up to the boundary or barrier of the adjacent district with the barrier extending on the other two sides of the district. The district is as such an independent production unit in an underground mine. xv. “Drawings”/ “Plans” shall mean all:

32 a) drawings furnished by the owner/consultant as a basis for proposals, b) drawings submitted by Contractor with his proposal provided such drawings are acceptable to the Owner/Consultant, c) drawings furnished by the Owner/Consultant to Contractor during the progress of the work, if any and d) engineering data and drawings submitted by Contractor during the progress of the work provided such drawings are acceptable to the Engineer. xvi. The word “Engineer” or “Engineer in-charge” or “Designated Officer-in-charge” wherever occurs, means the authorized representative or any other officer specially deputed by the Company for the purpose of Contract. He will be responsible for supervising and administering the contract, certifying payment due to Contractor, valuing variations to the contract, awarding extension of time and valuing compensation events. Engineer/ Engineer-in-charge/ Designated Officer-in-charge may further appoint his representatives i.e. another person or any other competent person and notify to Contractor who is directly responsible for supervising the work being executed at the site, on his behalf under the delegation of powers of the company. However, overall responsibility, as far as the contract is concerned will be that of the Engineer/Engineer-in-charge/ Designated Officer-in-charge. xvii. “Final Acceptance” shall mean the owner’s written acceptance of the works performed under the contract after successful completion. xviii. “Inspector” shall mean the Owner or any person nominated by the Owner from time to time, to inspect the equipments, stores or Works under the contract and/or the duly authorised representative of the owner. xix. “Letter of Acceptance” of the tender shall mean the official notice issued by the company notifying the successful bidder that his tender has been accepted. xx. “Low Height Continuous Miner means the technology with coal production system, which is continuous in nature and without deploying drilling and blasting as a major means of getting coal. The Low Height Continuous Miner so deployed should not have the cutting drum width less than 2.4 Mtr. xxi. “The mine or Site” shall mean the underground mine or site of the contract work including land and any building and erections thereon and any other land allotted by the company for Contractor’s use in the performance of the contract. xxii. “Month” shall mean a calendar month according to the Gregorian calendar. xxiii. Words importing “Person” shall include firms, companies, corporations, and associations or bodies of individuals, whether incorporated or not. xxiv. “Production Year” shall mean 6100 production hours spread over one calendar year having normally 305 working days starting from the first day of the succeeding month immediately following deployment of bidder’s underground equipment and the date of commencement of production. In case of stoppages for which Employer is responsible, working on weekly rest days and public holidays will be allowed to compensate such stoppages. Stoppages of less thanhalf an hour shall be disregarded entirely for the purpose of accumulation. “One day of additional work shall be allowed for every 20 hours of stoppages accumulated. The actual hours worked on any Sunday or a public holiday will reduce the accumulated hours of stoppages on ‘hour by hour’ basis. No additional hours will be permitted for any such stoppage on a Sunday or a public holiday. First Production Year therefore shall last for 305 working days from commencement plus any extensions as provided in this sub clause. Each of the subsequent Production Years shall commence on the expiry of the previous Production Year and shall last for 305 working days plus any extension as provided in this sub-clause. Where accumulated hours could not be covered by working on Sundays and holidays as mentioned above, the Production Year shall be extended (week-days and Sundays) to reduce the accumulated hours as quickly as practicable before the commencement of the next Production Year. Time required for shifting of the equipments from one panel to another panel shall be included in the production year. However, time period required in shifting the equipments from one seam to another seam and overhauling the machines shall not be included in the production year. A “Hindrance Register” shall be maintained by both the Company and the Contractor at site to record the various hindrances, as mentioned above, encountered during the course of Contact execution. xxv. "Pillar extraction" means extraction of coal blocks formed after development by any method; with a reasonable percentage of recovery of coal, leaving void underground. The method of pillar extraction should be approved in writing by DGMS. xxvi. "Site Investigation and Monitoring Services" means those expert services which the Bidder shall procure from a suitably qualified firm. The Bidder has the responsibility for engaging such firm, coordinating provision of services for the Contract Period, and making payment to the firm.

33 xxvii. “Specification” shall mean the technical specifications forming a part of the contract and such other schedules and drawings as may be mutually agreed upon. xxviii. The term “sub-contractor”, means any person to whom execution of any part of the work including supply of any Equipment is sub-Contracted by the Contractor with written permission of ECL, and includes his legal successors or permitted assigns. xxix. The "Works" shall mean the works required to be executed in accordance with the contract or parts thereof as the case may be and shall include all extra or additional or any work of emergent nature, which in the opinion of the Engineer-in-charge, become necessary during the progress of the works to be obviate any risk or accident or failure or become necessary for security. xxx. ‘Written Notice’ shall mean a notice or communication in writing and shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an office of the Contractor /Company for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. xxxi. Words importing singular only shall also include the plural and vice-versa where the context so requires.

4.2 CONTRACT DOCUMENTS 4.2.1 The successful bidder shall enter into a Contract Agreement with the Owner within 30 (thirty) days from the date of ‘letter of acceptance' of tender or within such extended time as may be granted by the owner. If the successful bidder is a consortium / Joint Venture company, the contract agreement should be signed jointly by each member of consortium / Joint Venture Company. The performance Bank Guarantee for the proper fulfillment of the contract shall be furnished by the successful bidder in the prescribed form within 15 (fifteen) days from the date of ‘letter of acceptance'. 4.2.2 The contract shall be considered as having come into force from the date of issue of the ‘Letter of Acceptance’ . 4.2.3 The following documents shall constitute the contract documents: (i) Articles of Agreements, (ii) Notice Inviting Tender, Addendum (if any), Offer and various clarification furnished by the successful bidder (iii) Letter of Acceptance of tender indicating deviations, if any, from the conditions of contract incorporated in the Bid/ Tender document issued to the bidder, (iv) Scope of Work (v) Conditions of contract, (vi) Special Terms and Condition (vii) Price/Rate and Price Variation (viii) Technical Specification of Equipment. (ix) Other Documents a. Time Schedule b. List of equipment to be deployed c. List of Manpower to be deployed d. Designated Mining Area e. Integrity Pact (x) Any other relevant documents. 4.2.4 The agreement will be signed in 2 (two) originals and Contractor shall be provided with one signed original. After Letter of Acceptance Contractor shall proceed with the work, Contractor shall be furnished, free of charge, two copies of contract documents (certified true copies), excepting those drawings to be supplied during the progress of work. Contractor shall keep copy of these documents on the site/place of work in proper manner so that these are available for inspection at all reasonable times by the engineer-in-charge, his representatives or any other officials authorized by company for the purpose. None of these documents shall be used by Contractor for any purpose other than this contract and Contractor shall ensure that all persons employed for this contract strictly adhere to this and maintain secrecy, as required of such documents.

4.3 DISCREPANCIES AND ADJUSTMENTS THERE OF: 4.3.1 The documents forming part of the contract are to be treated as mutually explanatory of one another. In the event varying or conflicting provisions made in any of the document/ documents forming part of the contract, the 'Accepting Authority's decision/clarification shall hold good with regard to the intention of the document or contract, as the case may be. 34

4.3.2 Any error in description, quantity or rate in schedule or quantities or omission there from, shall not vitiate the contract or release Contractor from discharging his obligations under the contract including execution of work according to the specifications forming part of particular contract document.

4.4 SECURITY DEPOSIT/ PERFORMANCE GUARANTEE 4.4.1 Security Deposit is the guarantee kept with the Company during the contract period. Security deposit / Performance Guarantee is intended to secure the performance of the entire Contract. Security Deposit shall consist of two parts; i) Performance Security to be submitted at award of work and ii) Retention Money. The security deposit shall bear no interest. 4.4.2 Performance Security should be 5% of annualised Contract amount and should be submitted by the successful bidder within 15 days of issuance of Letter of Acceptance in the form of irrevocable Bank guarantee from Scheduled Indian bank in the prescribed format. The bid security (EMD) deposited by the successful bidder shall be returned to them after submitting the Performance Security. Failure of the successful bidder to comply with the requirement as above shall constitute sufficient ground for cancellation of the award of work and forfeiture of the bid security (EMD). 4.4.3 Retention Money should be deducted @ 5 % from running bills. 4.4.4 The total of Performance Security and Retention Money shall be limited to 10% of annual contract amount 4.4.5 Performance Security and Retention Money shall be refunded without any interest within 60 days of the issue of Contract completion certificate by ECL. The refund of Performance security deposit and Retention money shall be subject to company's right to deduct/ appropriate its dues against the Contractor under this contract or under any other contract.

4.5 TIME FOR COMPLETION OF CONTRACT - EXTENSION THEREOF 4.5.1 Immediately after the contract coming into force, the Engineer-in-charge and Contractor shall agree upon time and progress chart prepared on the basis of a work schedule to be submitted by Contractor showing the order in which the work is proposed to be carried out within the time specified in the contract document. 4.5.2 If Contractor without reasonable cause or valid reason commits default in commencing the execution of the work within the aforesaid date, the company shall without prejudice to any other right or remedy be at liberty, by giving 15 days notice in writing to Contractor to commence the work, failing which to forfeit the Security Deposit and terminate the contract at no cost to ECL. 4.5.3 However, Contractor may request the company in writing for extension of time giving full reason for the delay in commencing the execution of the work within the aforesaid date which the company may consider on basis of merit and may allow reasonable extension of time. Such extension shall be communicated to Contractor in writing by the company within 1 month from the date of receipt of such request. 4.5.4 Contractor shall however use his best efforts to prevent or make good the delay by putting his endeavors constantly as may be reasonably required of him. 4.5.5 Time required for shifting from one panel to another shall be included in the production year. However, time period required in shifting the equipments from one seam to another seam shall be given additionally as per mutually agreed.

4.6 QUALITY ASSURANCE Contractor shall carry out and the complete the work in every respect in accordance with the contract and shall ensure that work conforms strictly to the instructions of the Engineer-in-charge. The Engineer- in-charge may issue from time to time further detail instructions/ directions in writing to Contractor. Contractor shall adopt prudent industrial practices to avoid mixture of foreign materials like stones and metallic objects during mining of Coal and take measures to the satisfaction of ECL to ensure that to the extent possible no stones or foreign material extraneous to Coal shall be delivered. Contractor is responsible to produce -200 mm size of coal .

4.7 MEASUREMENT AND PAYMENT 4.7.1 Before execution of work, the area from where coal / coal-measure-strata is to be extracted by Contractor, shall be properly demarcated and a plan thereof shall be prepared maintained and kept up- to-date at weekly intervals. During course of execution, measurement shall be taken at weekly intervals (if necessary at closer intervals) and the measurement shall be plotted on the same plan. Measurement shall be taken jointly by the Engineer-in-charge or his authorized representative and by Contractor or 35 his authorized representative. At the end of every measurement period, wherever possible the in-situ volume thus excavated and removed by Contractor, will be calculated. In case the quantity of coal produced is to be decided on the basis of survey, the specific gravity of coal shall be determined on the basis of joint sampling of coal. 4.7.2 Measurement of coal will be in metric tonne. Net weight of coal will be derived from weighment readings of the belt weightometer(s) installed below ground, which will be provided by the ECL. The belt weightometer(s) shall be calibrated and stamped as per the schedule specified by the Department of weights & measures of the State in which the mine is located. Wherever possible, it would be cross checked by underground survey. In case of panel extraction, cross checking by underground survey will be done, if feasible. In case of breakdown of belt weightometer(s), measurement by underground survey of face advance will be adopted. Calibration of belt weightometer(s) and measurements shall be taken jointly by the Engineer-in-Charge or his authorized representative and by the Contractor or his authorized representative. Before taking up calibration of weightometer(s) or measurements of any work, the Engineer-in-Charge or the person deputed by him for the purpose shall intimate the Contractor to attend or to send his representative to attend the calibration / measurement. Every calibration / measurement thus taken shall be signed and dated by both the parties on the site on completion of the calibration / measurement. In the event of failure on the part of Contractor to attend or to send his authorized representative to attend the calibration / measurement after receiving the intimation, the calibration / measurement taken by the Engineer-in-Charge or by his authorized representative shall be taken to be the correct measurement. 4.7.3 ECL and Contractor shall conduct a joint survey to determine the progress of the works at the end of each calendar month. This measurement shall be completed by the 5th day of the following month and summarized by Contractor and documented as 'Progress Certificate' to be delivered to ECL.

4.7.4 Payment on Account - Contractor shall submit monthly bill/bills for the work carried out in accordance with Contract. The engineer-in-charge shall then arrange for verification of the bill/bills and payment of verified amount after adjustment, if any, within 30 days of bill submitted by Contractor. Payment on account shall be made on the Engineer-in-charge certifying the sum to which Contractor is considered entitled by way of interim payment for the following: a) The work executed as covered by the bill/bills after deducting the amount already paid, the Retention Money, electricity charges and such other amounts as may be deductible or recoverable in terms of the contract. 4.7.5 The company reserve the right to recover/ enforce recovery of any overpayments detected after payment as result of post-payment audit or technical examination or any other means, notwithstanding the fact that amount of disputed claim, if any, of the Contractor exceeds the amount of such overpayment and irrespective of the fact whether such disputed claims of Contractor are the subject matter of arbitration or not. The amount of such over payment may be recovered from the subsequent bills under the contract, failing that from Contractor claim under any other contract with the company or from Contractor's security deposit or Contractor shall pay the amount of overpayment on demand. 4.7.6 2% of the gross amount of each bill with applicable cess will be recovered on account of income tax which would be paid to the Income Tax Authority as per rules and ECL shall furnish TDS certificates to Contractor promptly for such deduction.

4.8 TERMINATION, SUSPENSION, CANCELLATION & FORE CLOSURE OF CONTRACT 4.8.1 The company shall, in addition to other remedial steps to be taken as provided in the conditions of contract, be entitled to cancel the contract in full or in part, if Contractor a) makes default in proceeding with works with due diligence and continues to do so even after a notice in writing from Engineer-in-charge, then on the expiry of the period as specified in the notice or b) commits default/ breach in complying with any of the terms and conditions of the contract and does not remedy it or fails to take effective steps for the remedy to the satisfaction of the Engineer-in-charge, then on the expiry of the period as may be specified by the Engineer-in-charge in a notice in writing or c) shall offer or give or agree to give any person in the service of the company or to any other person on his behalf any gift or consideration of any kind as an inducement or reward for act/acts of favour in relation to the obtaining or execution of this or any other contract for the company or d) transfers, sublets, assign the entire work or any portion thereof without the prior approval in writing from the Engineer-in-charge. The Engineer-in-charge may be giving a written notice, cancel the whole contract or portion of it in default. 36

4.8.2 The contract shall stand terminated under the following circumstances: In the case of Contractor being a company, its affairs are under liquidation either by resolution passed by the company or by an order of court, not being a voluntary liquidation proceedings for the purpose of amalgamation or reorganization, or a receiver or manager is appointed by the court on the application by the debenture holders of the company, if any. 4.8.3 On cancellation of the contract or on termination of Contractor, the Engineer-incharge shall have powers to carry out the incomplete work by any means at the risk and cost of Contractor .

4.8.4 Suspension of work - The company shall have power to suspend the progress of the work, any part thereof and the Engineer-in-charge may direct Contractor in writing to suspend the work, for such period and in such manner as may be specified therein, on account of any default on the part of Contractor or on ground of the safety of the work or part thereof. In the event of suspension for reason other than any default on the part of Contractor, extension of time shall be allowed by the company equal to the period of such suspension. 4.8.5 Foreclosure of contract in full or in part - If at any time after acceptance of the tender, the company decides to abandon or reduce the scope of the work for any reason whatsoever the company, through its Engineer-in-charge, shall give notice in writing to that effect to the contractor. In the event of abandonment/reduction in the scope of work, the company shall be liable to pay the contractor at the contract rates full amount for works executed and measured at site upto the date of such abandonment/reduction in the work. The contractor shall, if required by the Engineer-in-charge, furnish to him books of accounts, papers, and relevant documents as may be necessary to enable the Engineer-in-charge to assess the amount payable. The contractor shall not have any claim for compensation whatsoever either for abandonment or for reduction in the scope of work, other than those as specified above.

4.9 LIABILITY FOR ACCIDENTS AND DAMAGES 4.9.1 The Company will not be responsible for any accident during work to any workman / staff or any one who is assigned job by Contractor under the contract. Company shall have no responsibility/ liability whatsoever for compensation payment in case of such accident. Contractor shall be responsible for loss or damage to their equipments etc. during entire Contract period. 4.9.2 The contractor shall take adequate Insurance coverage (ref. Clause 4.18) for payment of any compensation to any workmen / staff of contractor or of ECL if the said workman / staff / officers of either contractor or ECL dies or suffers an injury from any accident arising during the course of operation of the Low Height Continuous Miner / Similar Equipment.

4.10 FORCE MAJEURE 4.10.1 Should Force Majeure prevent or hinder the execution by either party of any of its obligations under this Contract, then the parties so affected shall be excused performance of its obligations for so long as such performance is thereby prevented or delayed. Both parties shall make every reasonable effort to minimize the effects of Force Majeure upon the Contract as far as possible. 4.10.2 The affected party shall notify the other by fax immediately but not later than 72 hrs from the time of occurrence of Force Majeure and confirm forthwith thereafter by registered letter enclosing therein reasonable evidence. Should the effect of Force Majeure last more than ninety (90) consecutive days, the parties to the Contract shall settle further execution of the Contract in an amicable way and arrive at an agreement within a reasonable time limit. 4.10.3 For the purposes hereof “Force Majeure” shall means and include Acts of God, War, Hostilities, Riot, Civil War, Insurrection or Civil Commotion, Malicious Damage, Blockades, Embargoes, Strikes and Lockouts, Sabotage, Explosions, Government Actions or non actions, Earthquake, Flood. Fire or other natural physical disaster, Plague or other epidemic, extra-ordinary thinning of coal seam, major geological disturbance, which is beyond the control of the party claiming force majeure which prevent or hinder the carrying out of obligations under Contract. Regarding major geological disturbance the opinion of ECL will be the final.

4.11 SETTLEMENT OF DISPUTES It is incumbent upon the Contractor to avoid litigation and disputes during the course of execution. However, if such disputes take place between the Contractor and the department, effort shall be made first to settle the dispute at company level. The Contractor should make request in writing to the Engineer-in-charge for settlement of such disputes/claims within 30 (thirty) days of arising of the cause 37

of dispute/claim, failing which no disputes/claims of the Contractor shall be entertained by the company. If differences still persist, the settlement of the dispute with Govt. Agencies shall be dealt with, as per the Guidelines issued by the Ministry of Finance, Government of India in this regard. In case of parties other than Govt. Agencies, the redressal of the dispute may be sought in the Court of Law.

4.12 SUB-CONTRACTING No Sub-Contracting Without Permission The Contractor must not sub-contract its obligations under this Agreement without the prior written approval of ECL. Any approval to sub-contract given by ECL in accordance with this Clause shall not discharge the Contractor from any liability under the Agreement and Contractor remains subject to all of its obligations under the Agreement. The Contractor must ensure any sub-Contractor so approved by ECL observes all the provisions of the Agreement as if the sub-Contractor is also a party to this Agreement.

4.13 CERTIFICATE NOT TO AFFECT RIGHT OF OWNER AND LIABILITY OF CONTRACTOR No interim payment certificate of the engineer, nor any sum paid on account, by the owner, nor any extension of time for execution of the works granted by the engineer shall affect or prejudice the rights of the owner against Contractor or relieve Contractor of his obligations for the due performance of the contract, or be interpreted as approval of the works done or of the equipment furnished and no certificate shall create liability for the owner to pay for alterations, amendments, variations or additional works not ordered, in writing, by the engineer or discharge the liability of Contractor for the payment of damages whether due, ascertained, or certified or not, or any sum against the payment of which he is bound to indemnify the owner, nor shall any such certificate nor the acceptance by him of any sum paid on account or otherwise affect of or prejudice the rights of Contractor against the owner.

4.14 COMMITMENT TOWARDS MINIMUM GUARANTEED PRODUCTION Contractor would guarantee to produce the minimum guaranteed production of coal from the mining districts and delivery the same on the Gate belt. 4.14.1 Commitment Charges: In case, the Contractor fails to meet the agreed annual guaranteed production, he will pay commitment charges as indicated below: Actual Production in % of Annual Penalty to be Deducted Minimum Guaranteed production From <100% to 85% @10% of price per tonne charged on the difference of production from minimum guaranteed production of that production year.

From < 85% to 70% Amount calculated in above penalty (for <100% to 85% ) plus 20% of price per tonne charged on the difference of production from 85% of minimum guaranteed production of that production year

Less than 70% Amount calculated in above penalty (for <85% to 70% ) plus 30% of price per tonne charged on the difference of production from 70% of minimum guaranteed production of that production year

38

4.14.2 Payment of coal production during commercial production period will be made monthly. The interim adjustment for penalty will be done quarterly and the final adjustment will be made on the basis of coal production in that particular production year.

4.15 DGMS APPROVAL 4.15.1 All equipments/goods requiring permission under the law and to be supplied under the Contract must be approved by the Director General of Mines Safety (DGMS), Dhanbad, India for use in gassy coal mines. Approval has to be obtained by Contractor at his own expense. 4.15.2 DGMS approval for the deployment of the Low Height Continuous Miner Package (approved by DGMS) in the Underground mine for development would be obtained by ECL with the help of Contractor. ECL would put up application and Contractor will provide all necessary assistance to ECL for obtaining DGMS approval. 4.15.3 Shipment of the equipment shall be made by Contractor, only after the approval of concerned equipment and Technology by DGMS has been obtained.

4.16 APPLICABLE LAWS 4.16.1 The contract shall be governed by the laws of India being in force for the time being. The Contractor shall be governed by any applicable National, Municipal, Local or other law and any requirement or regulations of any Indian Governmental Authority or Agency in connection with the performance of the work. 4.16.2 The Contractor shall observe all the safety rules and regulations as required under the statutory Acts of the Government of India including specially, Mine Safety Regulations of India. The Contractor shall be well acquainted with all such laws applicable in connection with the performance of the contract and diligently observe and comply with all such laws. 4.16.3 ECL shall have the right to object to an unsafe practice followed by the Contractor and direct that the work be carried out in a safe manner.

4.17 INSURANCE 4.17.2 The Contractor shall carry and keep current during the Term of this Agreement adequate insurance coverage for the Contractor’s employees, the coal mining, handling & transportation facilities, the contracted facilities and equipment, Third Party Liability policies and Motor vehicle insurance covering own damage, Third Party Property damage and Third Party Personal Injury insurance to the satisfaction of ECL The Contractor shall upon request of ECL, furnish ECL with particulars of the insurance policies procured by the Contractor for the purpose of the Works. 4.17.3 The Contractor shall indemnify ECL against any losses as above that may result due to lack of required insurance cover.

4.18 ACCESS TO SITE AND WORKS ON SITE 4.18.1 Suitable access to and possession of the site shall be accorded to Contractor by the owner in reasonable time. 4.18.2 In the execution of the works, no persons other than Contractor or his duly appointed representative and workmen, shall be allowed to do work on the site, except by the special permission, in writing of the engineer or his representative. 4.18.3 Contractor shall establish a site office at the site and keep posted an authorised representative for the purpose of the contract. Any written order or instruction of the engineer or his duly authorised representative shall be communicated to the said authorised resident representing Contractor and the same shall be deemed to have been communicated to Contractor at his legal address.

4.19 COMPLETION CERTIFICATE On completion of the contract period and notifying the same by Contractor to the Engineer-in- Charge, the Contract Completion Certificate shall be issued by the Engineer-in-charge. Payment of final bill shall be made thereafter and refund of security deposit shall, however, be made as per relevant clause of the contract.

4.20 SPECIAL TERMS AND CONDITIONS / OBLIGATION OF CONTRACTOR 4.20.1 Contractor, before starting the work, shall furnish to the Engineer in charge the list of equipments, proposed to be deployed for the work. No equipments shall be deployed for the work without the approval of the Company.

39

4.20.2 The Company shall have the right to inspect or arrange inspection of the equipments deployed by Contractor for the work at any time and declare any equipment unsafe and ask for its immediate withdrawal from the site/ operation. Contractor shall ensure prompt/ immediate compliance of the same. 4.20.3 Contractor shall at his own cost, arrange for regular checking/ maintenance/ repair of the equipment and keep them in good and safe condition at all times. Proper records of such checking/ maintenance/ repair shall be maintained in a Log Book kept for the purpose, which shall be readily available for inspection whenever required. 4.20.4 Only experienced, skilled and disciplined worker of sound health, good behavior and antecedents having experience shall be deployed by Contractor to operate the equipments deployed for the work. 4.20.5 Contractor shall bring/ take back and arrange for the transportation of the equipments/ men and material required for the work at his own cost. However, the existing facilities available in the mine may be used by Contractor with the permission of the Engineer. 4.20.6 The work may be executed round the clock on all the days of week, if required or as directed by the Engineer in charge and Contractor shall be obliged to comply with the same. 4.20.7 Contractor shall at his own cost arrange for all materials, stores, spares, tools, tackles etc. and maintenance/repairs of the equipments required/ deployed for the work. The company shall have no liability whatsoever on this account. 4.20.8 Contractor shall maintain proper records in English/ Hindi of the equipments/persons etc. deployed for the work, work done, daily attendance of the employee, payment to the employees etc. and the Company shall have the right of access to and inspection of these records or to call for any or all these records or ask Contractor to submit such reports as it considers necessary and Contractor shall be bound to comply with such instructions. 4.20.9 The Company shall have no responsibility/ liability whatsoever for compensation payment in case of accident / damage to Contractor's equipments in the transit or while engaged in the work. 4.20.10 Contractor shall familiarize himself and fully comply with the provisions of all the Acts/ Rules/ Regulations/ Bye-laws and orders of the Local authority/ Municipality/ State Govt./ Central Govt. applicable to the worker, Mines Act, Payment of Wages Act, Workmen's Compensation Act, etc. and shall be fully responsible and liable for due observance of the same. The company shall have no responsibility / liability whatsoever on these account and Contractor shall fully indemnify the Company against any claim/ dispute / reference Award, etc. arising out of the same. 4.20.11 Contractor shall post adequate number of competent, experienced, skilled and disciplined persons having good antecedents for satisfactory execution of the work. A list of all such persons shall be kept in the office of Contractor and a copy of the same shall be furnished to the Engineer in charge as and when required. All these persons shall be in the direct employment and under direct administrative control of Contractor and the management shall have no responsibility / liability whatsoever in this regard. 4.20.12 Contractor shall issue an identity card/ employment card to each employee with photograph duly attested by him which the employee shall always carry with him, while on work and produce for inspection whenever required. 4.20.13 Contractor shall not engage any person less than 18 years of age or female as required by relevant law. 4.20.14 Contractor shall not pay less than the minimum wages to the workers engaged by them as per Minimum Wages Act or such other legislation or award or the minimum wages fixed by the respective State Government as may be in force. 4.20.15 Contractor shall make payment to his employees at the place (s) and manner specified by the Engineer in charge and in the presence of Company's authorized representative who shall duly witness all payments by Contractor to his employees. For this purpose Contractor shall notify to the Engineer in charge the wage period (s) day/ date and time of payment. 4.20.16 Contractor shall prepare the wage sheet for his employees in duplicate, a copy of which shall be regularly submitted to the Engineer in charge. 4.20.17 Contractor shall make timely payment of all salary / wages / dues to his employees and shall also provide all benefits to his employees as per various Acts/ Rules, Regulations, Orders applicable to the work e.g. bonus under Coal Mines Bonus Scheme and Payment of Bonus Act. Sunday Wages, Overtime, Holiday Wages, Leave Wages, Sick Leave etc.

40

4.20.18 Contractor shall also comply with the provisions of the Coal Mines Provident Fund Scheme and regularly deposit the contributions in accordance with the same. The company shall have no liability whatsoever in this regard. 4.20.19 The responsibility of Contractor in respect of all-payments to his employees will be complete and absolute. The company shall have no liability whatsoever in this regard and shall be fully indemnified by Contractor against any claim arising out of any non pay-payment/ short-payment/ dispute/ award. 4.20.20 Contractor shall arrange for the training of his employees in accordance with the Mines Vocational Training Rules, 1966 as amended from time to time, at his own cost. However, ECL shall provide their existing vocational training centre for undergoing the said training free of cost. 4.20.21 Contractor shall provide footwear, helmets and other protective equipments, to his employees as provided in law at his own cost. 4.20.22 Initial Medical Examination (IME) of all contractual mining workers is mandatory and an amount as per prevailing rate shall be charged towards conducting IME for each worker, which shall be recovered from the bills of Contractor. 4.20.23 Payment to Contractor will be done through Electronic mode. For this the desired information are to be furnished by the bidder after becoming successful . 4.20.24 The Contractor shall keep Company indemnified against all damages caused to any employee and / or property of company due to negligence of the Contractor and / or its men and agents.

41

DRAFT

TECHNICAL DOCUMENT

FOR

INTRODUCTION

OF

LOW HEIGHT LOW HEIGHT CONTINUOUS MINER (2 NOS.)

AT JHANJRA UG MINE (JHANJRA AREA)

December 2014

EASTERN COALFIELDS LIMITED SANCTORIA, DISHERGARH BURDWAN-713333 (INDIA)

TECHNICAL DOCUMENT JHANJRA LOW HEIGHT LOW HEIGHT CONTINUOUS MINER

1.0 PREAMBLE

Eastern Coalfields Limited (ECL), a Subsidiary of Coal India Limited (CIL) produced about 36.04 Million tonnes of coal during 2013-14. About 6.87 Million tonnes is produced from Underground (UG) mines and balance 29.17 Million tonnes from Opencast (OC) mines. ECL has planned to enhance its underground production to 11.52 Million tonnes by the end of XII five year plan (2016-17). To increase UG production, ECL proposes to introduce mass production technology in underground mines by adoption of Low Height Continuous Miner Technology.

2.0 OBJECTIVE The objective of this Global Bid is to achieve an average annual production of 0.72 Million Tonne of coal from two Low height Low Height Continuous Miner panels. The successful bidder shall also be responsible for supply, installation, operation and supervision of operation cum maintenance and spares management of the necessary machinery and / or equipment required for such implementation of Low height Low Height Continuous Miner Technology at Jhanjra Underground Mine, following stipulated safety standards as per provisions under The Mines Act 1952 and Rules, Regulations/guidelines made there-under and subsequently its adoption and absorption. One set of Standard height Low Height Continuous Miner, is already in operation at Jhanjra UG mine, since Sept. ’07, on risk/gain sharing basis and has been working successfully . The contract for installation of second set standard height Low Height Continuous Miner at Jhanjara UG Mine for a capacity of 0.51 MTY has been signed. It is expected to be commissioned in Apr’2014.

It is proposed to mine seams R-VII and R-VIIA in sector F and part of virgin sector A (designated as A2) by using low height Low Height Continuous Miner . R-VII and R- VIIA seams have been extracted in the balance part of Sector-A towards the west by PSLW/mech. B&P, reserves of which are almost exhausted. R-VII seam is split in Sector- A2 into R-VII (T) and R-VII (B). The R-VII(T) split is thin (0.1m to 0.8m) and is unworkable over the whole area whereas R-VII(B) seam is having workable thickness (1.28m to 2.39 m) over most part of Sector-A2 and F, and has been proposed for being worked (along with seam R-VII) in the PR. For all the practical purposes, split R-VII (B) proposed for mining is referred to as R-VII seam in this PR.

Two sets of low height Low Height Continuous Miner package would be deployed in R-VII and R-VIIA seams (one set in each seam), for a target production of 0.72 MTY.

Sector A2 and F of R-VIIA seam would be approached by extending the existing trunk headings worked through 3 & 4 inclines. Seam R-VII would be approached through seam R-VIIA by crossing fault F18 where R-VIIA and R-VII seams are juxtaposition.

The coal evacuation arrangement would be in R-VIIA seam. Coal of R-VII seam would be dropped via strata bunker pit (in Sector-A2) onto belt conveyor of R-VIIA seam below for onward transportation to the surface.

43

A new Shaft-F has been proposed up to the lowest workable seam (R-II) on dip side of Sector-F for man-winding, intake and pumping purpose keeping landing in all the workable seams. Capital provision has been made for the shaft upto R-VIIA seam only.

3.0 GENERAL INFORMATION NAME OF THE MINE : JHANJRA U/G

NAME OF THE AREA : JHANJRA

NAME OF THE COALFIELD : RANIGANJ

NAME OF THE COMPANY : EASTERN COALFIELDS LTD.

AREA OF THE MINE : 12.45 Sq.KM .(Geological block) (Area of Sector A2 and sector F, where Low Height Continuous Miner is proposed to be introduced is 3.26 sq.km)

3.1 LOCATION The mine block is located in the northeastern part of Raniganj coalfield. The block is connected by a road traversing the block centrally and connects G.T. Road with and Madhaiganj. The project is about 30 km. by road North West of Durgapur Industrial Area by road from Asansol township. This is an underground project constructed partly in collaboration with erstwhile USSR. Various mine development activities like Incline drivage, shaft sinking. Coal handling plant and power supply arrangement have been completed. It falls under Laudoha Police station in Burdwan district of West Bengal.

Latitude : 23 º 38’ 42” – 23 º 40’ 30” North Longitude : 87 º 17’ 00” – 87 º 20’ 45” East

Nearest railway station. : Ukhra (5 Km) on Andal-Sainthia Branch line of Eastern Railway.

Nearest Airport :Dumdum (Kolkata), about 200km from the project.

Approach by Road :All weather metal road is connecting the block with G.T. road (NH-2) both via Ukhra and Pandaveswar. G.T.Road is about 15 km. from the block. Asansol township and Durgapur Industrial Area is located at a distance of about 50km and 30km. respectively.

District / State : Burdwan / West Bengal

3.2 TOPOGRAPHY AND DRAINAGE The area is a plain country with a gently undulating topography. The elevation from the Mean Sea Level varies from about 73m to about 100 m. The higher grounds are generally occupied by laterite while the lower grounds are covered by soil or alluvium. A number of ponds (tanks) are scattered over the area. The Tumni Nala (stream) is the main drainage channel of the area and flows from west to east at a 44

distance of about one kilometer from the northern boundary of the block. A number of small nalas discharge into the Tumni nala. These rivulets and Tumni Nala remain dry during the summer months. Damodar and Ajoy are the major rivers to the south and north respectively.

3.3 GEOLOGY

The total area of Jhanjra block is 12.45 sq. km. Geological exploration in Jhanjra Block was carried out in two phases. The findings of the first phase of exploration were presented in the Geological Report (GR) on Jhanjra Block (1978). As per this GR Jhanjra Block was divided into six sectors viz. sectors A to F. Data generated during the second phase was supplemented and presented in two geological reports, viz. Jhanjra-Jamgora Block- 1996 (covering sectors A, B & F) and Jhanjra-Kalipur Block, covering sectors C, D & E and part of Rangamati-A block on the east and Manderboni block on the north.The area under consideration falls in Jnajhra – Jamgora block (Sector A & F).

3.3.1 Sequence of coal seams and parting within the block area:

Sequence of coal seams and parting is tabulated as below:

Table : 1.0

Sequence and brief description of coal seams in the block.

Seam Area of Thickness Grade BH BH Geo Reserve Dev. range inter den (Mt) (Sq.Km) (m) sec- -sity Sec. A Sec. F Sec. A Sec. F tion Sec. A Sec. F Total R-IX(T) 0.87-2.35 13 R-IX(B) 0.48-2.60 18 R-VIII(T) 0.21-1.60 37 R-VIII(B) 0.85 1.59 1.00-2.39 C-D C-F 37 15.18 2.26 3.13 5.39 R-VIII(Comb.) 1.64 0.01 1.51-3.98 D-E E 40 20.67 5.79 0.029 5.81 R-VII(T) 0.10-0.81 34 R-VII(B) 0.90 1.71 1.28-2.39 E-F E 37 14.19 2.71 4.97 7.68 R-VII(Comb.) 3.38 2.04-4.29 D-F 62 15.97 15.80 15.80 R-VIIA 5.1 1 1.75 1.27 -3.59 C-D C-D 85 12.41 14.74 4.4 2 19.16 R-VIIB 0.50 0.05 -2. 58 C-E C-D 58 116.00 1. 20 1.20 R-VIIA/B 0.24 3.44-5.35 C-D 5 20.83 1.36 1.36 (Comb.) R-VIIC 0.25-1.77 61 R-VI 5.88 1.83 2.15-5.90 B-D C-D 58 7.52 35.93 9.09 45.02 R-V 5.59 1.77 2.90-6.50 Sel B-Gr-III 28 3.80 40.60 9.91 50.51 R-IV 5.32 1.84 4.50-10.19 Sel B-Gr-III 27 3.77 57.13 15.20 72.33 R-V/IV(Comb.) - - 13.47-17.43 - 11 - - - R-III 5.46 1.61 2.25-4.65 Gr-I – Gr-II 30 4.24 23.81 8.33 32.14 R-II 5.29 1.66 1.00-2.41 Sel A-Gr-II 28 4.03 11.49 3.17 14.66 R-III/II(Comb.) 0.069 0.30 4.76-4.85 Gr-I – Gr-II 2 5.42 0.42 1.77 2.19 Total 213.24 60.01 273.25 45

3.4 Coal Quality Coal of this block is non-coking to weakly caking of high moisture content. Proximate Analysis result for seam R-VII & R-VIIA is given as under:

1.1.1.1.1 Seam M% A% 1.1.1.1.2 VM% FC% UHV Gr. (K.Cal/Kg) 1.1.1.1.3 Seam 6.8 27.5 24.9 – 27.8 33.5 3214 -3973 F - – – – E VII 10.3 34.6 38.2 1.1.1.1.4 Seam 6.7 16.2 27.4 – 32.2 37.8 4225 - D - – – – 5146 C VIIA 9.3 26.5 43.2

N.B:

(B) Use Heat Value (UHV) It is the Useful Heat Value of coal and is derived by the following formula. UHV (K. Cal/Kg) = 8900 – 138 (Ash% + Moisture %) Where ash and moisture are determined at 60% relative humidity and 40 oC temperature.

3.5 Block boundary of geological Block under consideration Block Boundary of Jhanjra-Jamgora (Sector A&F) is delineated as below :

North : Sectors B and E of Jhanjra Block. East : Kunnur/Rangamati ‘A’ Block. South : Tilaboni Extension block. West : Nakrakonda Extension/Tilaboni block

3.6 Faults Table-1.1

Detailed description of Faults, Sectors A and F, Jhanjhra-Jamgora Block

Fault Strike Amount of Location & Nature & Evidence of fault No. and throw & General Dip Direction trend of fault F1- E-W i) 15m More than i) Curvilinear, strike fault. F1 75 0 ii) 75 0 towards 1.36 km and ii)a) Intersected in borehole RJN-3 at north abuts against a depth of 80m resulting in omission of faults F2-F2 R-VIIC seam in the east b) Repetition of R-VII seam incrop. and F9-F9 in the west. F2- E-W with i) Variable, 2.1 km and i) Curvilinear, strike fault. F2 localized 15m near abuts against swing NK/DD/009 faults F3-F3 increasing to in the east 35m near and F9-F9 in JNP-58 the west. ii) 75 0 towards Defines the ii)a) Intersected in borehole JNP-58 at north northern a depth of 109m resulting in omission boundary of of R-VIIC and R-VI seams. the block. b) Intersected in the air shaft JNR/MM/001 at a depth of 272m resulting in omission of R-II seam.

Fault Strike Amount of Location & Nature & Evidence of fault No. and throw & General Dip Direction trend of fault c) Repetition of the incrop of R-VII seam F3- NW-SE i) Variable, 460m, abuts i) Linear, transverse fault. F3 5m near JNP- against fault 46 & gradually F2-F2 in the reduces south- north-west eastward. and dies out ii) 75 0 towards south- ii) Intersected in borehole JNP-46 at a north-east eastward depth of 110m resulting in reduction in near borehole parting between R-VIIC and R-VI JNR-14. seams. Partly defines the north- eastern boundary of the block. F4- NW-SE i) Variable, More than 2.4 i) Curvilinear, transverse fault F4 with 15m near km and localized borehole JNP- defines the swings 30, increase to north-eastern about 110m boundary of eastward near the block. borehole RMT- 33. ii) 75 0 south- ii) Depth Remarks westerly Intersected in BHS a) JNP-21 201m Omission of R-VI seam. b) JNP-30 115m Omission of R-VIIA seam. c) JNP-33 250m Omission of R-VIIA, R- VIIB, R-VIIC, R-VI and R-V seam. d) JNP-51 115m Reduction in parting between R- VIIB and R- VIIC seams. e) JNP-65 115m Reduction in parting between R-VII & R-VIIA seams. f) JNR-II/12 158m Omission of R-VIIA, R- VIIB, & R-VIIC seams. g) RMT-33 96m Omission of R-IX, R-VIII & R-VII(T) seams. F5- NE-SW i) 65m More than i) Linear, oblique fault

Fault Strike Amount of Location & Nature & Evidence of fault No. and throw & General Dip Direction trend of fault F5 75 0 ii) 75 0 300m, partly ii) Intersected in borehole TLB-II/4 at a southerly defines the depth of 256m resulting in omission of south-eastern R-VII(T), R-VII(B) & R-VIIA/B seam. boundary of the block.. F6- NE-SW i) About 7m 700m, abuts i) Almost linear, strike fault. F6 against faults 75 0 ii) 75 0 F7-F7 in the ii)Difference in the floor levels of northerly north-east seams on either side of it. and F9-F9 in the south- west. F7- E-W with i) Variable, 2.4 km i) Curvilinear, Strike-cum-oblique F7 localized 18m in the abutting fault. swings east near against faults borehole JNP- F4-F4 in the 122, gradually east and F9- increases F9 in the westward, west. becoming 55m in the region of JNP-121. 75 0 ii) 80 0 ii)a) Intersected in borehole No.JNP- northerly. 121 at a depth of 139m resulting in omission of R-VII(T) & R-VII*B) seams. b) Intersected in borehole No.JNP-122 at a depth of 175m resulting in omission of R-VIII(T) and R-VIII(B) seams. c) Intersected in borehole No.NCRJ- 18 at a depth of 275m resulting in omission of R-VI seam

F8- E-W with i) Variable, 2.5 km, the i) Curvilinear, strike-cum-oblique fault. F8 localized originates western end swings, north-west of abutting sub- borehole JNP- against fault parallel to 76 with the F9-F9. fault F7- throw F7 gradually increasing westward and becoming 40m near borehole JNP-124. 75 0 ii) 80 0 ii)a)Intersected southerly, in borehole JNP-124 at a depth of 136m resulting in omission of R-VII(T) and RVII(B) seams. b) Intersected in borehole JNP-125 at a depth of 105m with a reduction of about 12m in parting between R-VII(B) and R-VII(T) seams c) Encounter-ed in borehole JNR-II/24 at a depth of 240m resulting in omission of R-VII(B) and r-VII(C) seams.

Fault Strike Amount of Location & Nature & Evidence of fault No. and throw & General Dip Direction trend of fault F9- NW-SE i) Variable, About 4.7 km, i) Curvilinear, transverse fault F9 showing a 14m in the defines the swing region of southern towards borehole NKE- boundary of ENE- 14, gradually the block and WSW in increases extends on the south- both sides. middle. eastward becoming 35m near JNP-82, 70m near JNP-83, 65m near JNR-II/11 & then reduces to 40m near TLB- II/56. ii) 75 0 south- ii) Depth Remarks westerly Intersected in BHS a) NKE-14 126m R-VI seam partly faulted, reduction in parting between R- VII & R-VI seam. 75 0 b) JNP-82 83m Omission of R-VII seam. c) JNP-83 100m Omission of R-VII seam. d) JNR-II/11 348m Omission of R-V to R-III seam. e) TLB-II/56 155m Reduction in parting between R- IX(B) and R- VIII(T) seams. f) NCRJ-14 97m Omission of R-VII seam. F10- NW-SE in i) Variable, 1.9 kms, i) Curvilinear, transverse fault. F10 the west, 25m in the extends swinging regionof TLB- westward to ENE- 1, increases to beyond TLB- WSW in 45m near 6 and merges its NCRJ-14. with fault F9- eastward F9 near extension borehole 75 0 ii) 75 0 south- JNP-82. ii)a) Intersected in borehole TLB-1 at a westerly. depth of 283m resulting in reduction in parting between R-III and R-II seams and partial obliteration of R-II seam. b) Intersected in borehole NCRJ-14 at a depth of 200m resulting in partial omission of R-VI seam and reduction in parting between R-VI and R-V seams. 49

Apart from the ten faults described above, possibility of additional minor faults, particularly in the vicinity of major faults cannot be ruled out.

3.7 Description of individual coal seams of the Project Area

A total of twenty coal seam horizon/split have been proved in the Jhanjra- Jamgora block Sector (A&F) under consideration. The succession of these seams with their thickness range, depth range and intervening partings is given below:

Table – 1.2

Seam Thickness range (m) Floor Dep th (m) Remarks Minimum Maximum Minimum Maximum R-IX (T) 0.87 2.35 Parting 2.34 4.88 R-IX(B) 0.48 2.60 Parting 73.30 102.75 R-VIII(T) 0.21 1.60 Parting 1.14 5.30 R-VIII(B) 1.0 2.39 30.75 210.40 Parting 38.53 50.29 R-VIII(Comb) 1.51 3.98 14.38 186.60 Parting 35.86 44.47 R-VII(T) 0.10 0.81 Parting 1.25 9.60 Seam considered R-VII(B) 1.28 2.39 112.89 228.50 for mining under this PR Parting 27.51 39.16 R-VII(Comb) 2.04 4.29 12.10 124.94 Parting 28.70 41.85 Seam considered R-VIIA 1.27 4.11 44.60 242.00 for mining under this PR Parting 1.10 41.54 R-VII(B) 0.05 2.64 78.24 82.40 Parting 5.82 21.75 R-VIIA/B 3.44 5.35 95.15 133.10 Parting 14.74 20.15 R-VIIC 0.25 1.77 Parting 28.25 49.46 R-VI 2.15 5.90 117.05 325.20 Parting 14.62 46.40 R-V 2.90 6.50 164 330 Parting 1.10 50.40 R-IV 4.50 10.19 174 380 Parting 26.72 44.65 w.r.t. R-III (45.60) (48.34) (w.r.t. R-III/II) R-V/IV(Comb) 13.47 17.43 Parting 26.85 36.25 R-III 2.25 4.65 204 425 Parting 1.82 36.63 R-II 1.00 2.41 234 455 R-III/II(Comb) 4.76 4.85

Seam R-VIII(B) Seam R-VIII is manifested as R-VIII(T), R-VIII(B) and R-VIII(Comb) seams. 1m line of parting separating the R-VIII(T) seam from R-VIII(B) seam follows a trend from west to east passing along the region of the boreholes JNP-83, JNR-11/21, JNR- 11/7, JNP-72, JNP-94, JNP-113, JNP-29, JNP-118, JNP-76 and JNP-122.

Seam R-VIII(Comb)

This seam incrops in an arcuate pattern having a general NE-SW trend. The incrop has been delineated in the region of the borehole JNP-51, main incline, boreholes JNR-11/28, JNR/HYD-1, 2 & 3, JNR-11/27, JNR-126 and JNR-127 from north-east to south-west.

Seam R-VII(B) 1m line of parting separating the top split of R-VII seam i.e. R-VII(T) from the bottom split designated as R-VII(B) seam follows NE-SW trend traversing almost through the middle of the block in the region of the borehole JNP-21, JNP-116, JNR-11/9 and JNR-11/16. The seam is proposed to be mined as per this PR in the virgin area of sector A2 and sector F.

Seam R-VII(Comb) The seam incrops with a sinuous pattern along the north-western part of the block. It is repeated in the incrop region due to occurrence of the faults F1-F1 and F2-F2. The incrops trend NE-SW. The seam being presently mined by Bord and Pillar. It has been worked in the past by longwall method.

Seam R-VIIA This seam is developed throughout the block about 30m to 40m below R-VII(B)/R- VII(Comb) seam. In the western part of the block it has merged with the underlying R-VIIB seam in two isolated patches to give rise to R-VIIA/B(Comb) seam. The seam is also proposed to be mined as per this PR in the virgin area of sector A2 and sector F.

Seam R-VIIB

R-VIIB seam has been developed in most of the area under consideration. It has attained mineable thickness in 2 no. boreholes only covering a small segment in the south-western part of the block.

Seam R-VIIA/B(Comb) This seam is also manifested over a small area confined to the south-western part of the block.

Seam R-VI This is one of the most prominent index coal horizons developed in the eastern part of the Raniganj Coalfield. It exhibits consistency both in terms of thickness and quality over significant areas. The seam is proposed to be worked by PSLW in sector A, tendering for which has been done. The seam is being developed in the sector by SDL/LHD where laying of longwall panels is not feasible.

51

a. Description of coal seams proposed to be worked:

Nam Mining Thicknes Av. Av. Av. Depth Extractab e of Area s range Thickness GCV gradient range le seam (sq. km) considere (m) Band (1 in …) (m) Reserves d (m) (Mt) R- 1.98 1.75 – 2.0 G-9 130 – 3.19 VII 2.39 1 in 8 – 240 R- 3.26 1.5 – 2.2 1.85 G-7 1 in 16 110 - 270 3.77 VIIA Total 6.96

3.9 Roof & Floor Characteristics Seam wise details of roof and floor characteristics are presented in table 1.3.

Table- 1.3

Seam Roof characteristics Floor characteristics R-VIII(B) i) Dark grey shale i) Shale and its variates ii) 3m column fine to medium ii) 1m column: Shale and its grained sandstone variates R-VIII(Comb) i) Immediate : Dark grey shale i) Immediate : Shale and its variates ii) 3m column : Fine to ii) 1m column : Shale and its medium grained sandstone variates R-VII(B) i) Immediates: Shale and its i) Immediate : Sandy shale variates and shaly sandstone ii) 3m column : Shaly ii) 1m column : Fine grained sandstone and shale and sandstone and sandy shale sandstone intercalations R-VII(Comb) i) Immediate : Shale and its i) Immediate : Sandy shale variates and shaly sandstone ii) 3m column : Shaly sand ii) 1m column : Fine grained stone and shale and sandstone and sandy shale sandstone intercalations R-VIIA i) Immediates: Shale and its i) Immediates: Shale and its variates variates ii) 3m column : Fine to ii) 1m column: Shaly medium grained sandstone sandstone and sandy shale R-VIIB i) Immediate : Fine grained i) Immediate : Fine grained sandstone sandstone R-VIIA/B i) Immediates: Shale and its i) Immediate : Sandstone variates and its variates ii) 3m column : Medium ii) 1m column : Medium grained sandstone grained sandstone R-VI i) Immediate : Shale and its i) Immediate : Shaly variates sandstone and grey shale ii) 3m column : Fine to medium ii) 1m column : Shaly grained sandstone sandstone and fine grained sandstone

52

4.0 Degree of Gassiness Jhanjra UG mine is degree-I in gassiness. For the calculation of total air quantity, gas emission rate has been assumed as 1.0 cum/te of coal produced. 4.1 Incubation Period The incubation period of the R-VII and R-VII A seams has been estimated as 12 months as determined for working seams in Jhanjra colliery.

4.2 Mineable Reserves and Extractable Reserves 4.2.1 Mineable Reserves

Following table (Table-1.4) depicts the status of various seams in respect of area, seam thickness and reserves of the area under consideration:

Table – 1.4

Seam Area Thickness Balance Geological & Mineable (ha) range Geological Mining reserves (m) reserves losses (Mt) (Mt) (Mt) R-VII 2.5 1.75–2.40 7.06 2.88 4.18 R-VII A 3.5 1.50–2.20 8.83 3.44 5.39 Total 15.89 6.32 9.57

4.2.2 Extractable Reserves

Seam wise extractable reserves of the Project area after considering the geological, mining and mineable losses are as tabulated below in Table-1.5: Table – 1.5 Seam Balance Total Geological Mineable Mineable Extractable Geological & Mining losses reserves losses reserves reserves (Mt) (Mt) (Mt) (Mt) (Mt) R-VII 7.06 2.88 4.18 0.99 3.19 R-VII A 8.83 3.44 5.39 1.62 3.77 Total 15.89 6.32 9.57 2.61 6.96

4.3 Hydrogeology Within the boundaries of the Raniganj coalfield the main aquiferous complex is represented by individual layers attached to partings in coal bearing strata. Water bearing rocks are represented mostly by sandstones. The thickness of some aquiferous layers varies from 10 to 12 m up to 25 to 40 m. The presence of tectonic faults seems to create conditions for circulation of underground water in full thickness of coal bearing strata. The depth of water table from the earth surface varies depending on the terrain, from a few meters to 30 m. Water abundance in the complex is not great. The information about filtration properties has been obtained as the result of testing with the help of experimental pumping of the coal bearing strata of R-VIII B to R- VIIC seams till the depth of 190 m. The filtration factor has been of the order of 0.02 m/day.

Horizons are fed mostly due to infiltration of atmospheric precipitation. Sharp fluctuation of water levels has been recorded in boreholes. It is expected that during operations, the water inflow into the mine may be considerable during the monsoon period due to infiltration of rain water to the mine through the broken strata. It is proposed that by properly leveling the surface and constructing garland drains, the water percolation to underground workings will be reduced to minimum and will be kept under control.

4.4 Geo-Mining Parameters The detailed geo-mining parameter of the considered block and delineated mining area are as under:

Particulars Characteristics of Seams Seam R-VII Seam R-VIIA Area (sq.km.) Block Area 5.39 7.10 Mining Area 2.5 3.5 No. of Borehole intersections Block Area 91 88 Mining Area 30 45 Borehole Density Block Area 15.97 12.41 Mining Area 12 12.86 Additional Boreholes (nos. & meterage) 5 (1000) Seam Thickness range (m) Block Area 1.28-2.39 1.27-3.59 Mining Area 1.75-2.39 1.40-2.20 Workable Thickness range (m) 1.75-2.39 1.50-2.20 Av. mining Thickness (m) 2.00 1.85 Seam Gradient 1 in 8 – 1 in 16 1 in 8 – 1 in 16 Depth of cover range (m) Block Area 113 - 240 45 - 270 Mining Area 130 - 240 110 - 270 Range of Parting with surface or Upper 42-60 25-42 seam (with R-VIII seam) (R-VII seam) Grade of Coal (range) Block Area E-F C-D Mining Area E-F C-D Average Grade of Coal E D Gassiness Deg - I Deg - I Immediate Roof Shale & its variates Shale & its variates Immediate Floor Sandy shale & shaly Sandy shale & shaly sandstone sandstone Balance Geological Reserves (Mt) Proved 7.06 8.83 Indicated - - Mineable Reserves (Proved) (Mt) 4.18 5.39 Extractable Reserves (Mt) 3.19 3.77 Status of mining Seam worked by PSLW/B&P, Seam worked by but virgin in the proposed area PSLW/B&P, but virgin in the proposed area 54

5. Mine Profile & Geo-Mining Conditions

5.1 General Mine Information:

5.1.1Mine/Project NAME OF THE MINE : JHANJRA UG MINE

NAME OF THE AREA : JHANJRA

NAME OF THE COALFIELD : RANIGANJ

NAME OF THE COMPANY : EASTERN COALFIELDS LTD.

AREA OF THE MINE : Jhanjra UG Mine having area of 1520Ha . Area of the project is 326 Ha. This includes 30.30 Ha . of additional area lying outside the present leasehold. 5.1.2Mine location: Jhanjra Geological Block is located in the north eastern side of Raniganj Coalfield. It lies between latitudes 23 o 38’ 42”N to 23 o 40’ 30”N and longitudes 87 o 17’ 0”E to 87 o 19’ 45E2”. Shyamsundarpur, Tilaboni and Kumardih UG collieries are located fairly close to the western boundary while Samla-Manderboni UG and Nakrakonda collieries are located towards north. Rangamati A block lies to the east of the block. 5.1.3Accessibility: Nearest Airport: Kolkata Nearest Railway Station: Ukhra &Pandaveswar Nearest Seaport: Haldia/Kolkata 5.1.4Communication The block is connected by a mettalled (PWD) road passing through the middle of the block and connects the Grand Trunk Road with Ukhra and Madhaiganj. G.T. Road (NH-2) is about 15 km to the south of the block. The project is about 30 km north- west of Durgapur Industrial Complex and 50 km from Asansol. It is about 5 km from Ukhra Railway station on Andal-Sainthia line of the Eastern Railway. 5.1.5Mining Block: Extent of Seam The area proposed for mining is about 2.5 sq.km and 3.5 sq.km in seam R-VII and R-VIIA respectively. The length along strike and width along dip is about 2 km and 1 km for seam R-VII and 2 km and 2 km for seam R-VIIA respectively. Mining Area The maximum area proposed for mining is about 3.5 sq.km. Proposed mine boundary.

55

The mine boundary for the area proposed for mining is as follows: North : Fault F 18 South : Jhanjra UG Leasehold boundary/ Fault F 9 East : Jhanjra UG Leasehold boundary/Rangamati-A Block West : Longwall workings of respective seams in Sector-A. 5.1.6 Land acquisition status: The area covered under this Project is as shown below: Sector A2 Sector F Total Grand Forest Non- Sub Forest Non- Sub Forest Non- Total forest total forest total forest 34.6 116.4 154.0 2.4 169.6 172.0 37.0 289.0 326.0 The total covered under the present PR is 326 Ha., out of which 154 Ha. lies in sector A2, which is under the possession of the colliery and balance area of 169.6 Ha is yet to be possessed. This includes 30.30 Ha of additional area lying outside the present leasehold. The forest area of 37 ha lies within 90.30 Ha. of forest land already acquired by the project , same is under renewal.

5.1.7Climate: The area is situated on the Tropic of Cancer and has tropical monsoon climate. The hottest months are April, May & June when the temperature reaches 46 o C with daily average of about 37 o C. The coldest months are December and January when average daily temperature falls to 8 o C. The average annual precipitation is 1500 mm. The monsoon period lasts from June to October.

5.1.8Topography & drainage: The area is a plain country with a gently undulating topography. The elevation from the Mean Sea Level varies from about 73 m to about 100 m. The higher grounds are generally occupied by laterite while the lower grounds are covered by soil or alluvium. A number of ponds (tanks) are scattered over the area. The Tumni Nala (stream) is the main drainage channel of the area and flows from west to east at a distance of about one kilometer from the northern boundary of the block. A number of small nalas discharge into the Tumni nala. These rivulets and Tumni Nala remain dry during the summer months. Damodar and Ajoy are the major rivers to south and north respectively. 5.2 GEOLOGY 5.2.1Geological boundary of the mine/project Block Boundary of Jhanjra-Jamgora (Sector A&F) is delineated as below : North : Sectors B and E of Jhanjra Block. East : Kunnur/Rangamati ‘A’ Block. South : Tilaboni Extension block. West : Nakrakonda Extension/Tilaboni blockBlock Boundary of Jhanjra- Jamgora (Sector A&F) is delineated as below : North : Sectors B and E of Jhanjra Block. East : Kunnur/Rangamati ‘A’ Block. South : Tilaboni Extension block. 56

5.2.2Drilling details. Jhanjra-Jamgora block (Sector A&F) were explored in detail by drilling 119 boreholes by different agencies for a total of 24,566.79m.

No. of boreholes and meterage drilled by the various agencies and period of drilling thereof, in the block area of Jhanjra-Jamgora block (Sector A&F) under consideration is tabulated as below: Table- 1.1

Sl. Block No. of Meterage Agencie Period of No. Boreholes (m) s drilling 1 Jhanjra- 105 19943.80 MECL March 1963 Jamgora 12 4411.59 NCDC to (Sector 2 211.40 CMPDI May 1994 A&F) L Total 119 24566.79

Density of boreholes within the area are tabulated as below:

Table- 1.2

Name of Seam Borehole Area Borehole density Intersection (sq.km) (Nos.) R-IX(T) 13 R-IX(B) 18 Floor Contour Plan not prepared R-VIII(T) 37 R-VIII(B) 37 2.44 15.18 R-VIII(Comb.) 40 1.64 20.67 R-VII(T) 34 R-VII(B) 37 2.61 14.19 R-VII(Comb.) 62 3.38 15.97 R-VIIA 85 6.86 12.41 R-VIIB 58 0.50 116.00 R-VIIA/B (Comb.) 5 0.24 20.83 R-VIIC 61 Floor Contour Plan not prepared R-VI 58 7.71 7.52 R-V 28 7.36 3.80 R-IV 27 7.16 3.77 R-V/IV(Comb.) 11 R-III 30 7.07 4.24 R-II 28 6.95 4.03 R-III/II(Comb.) 2 0.369 5.42

57

5.2.3 Geology of the Coalfield: Raniganj coalfield is the easternmost member of the Damodar Valley Coalfields which occupies an area of 1900 sq. km. Major part of the coalfield falls in the districts of Burdwan and a small part in Birbhum, Bankura and Purulia districts in West Bengal, Dhanbad and Santhal Pargana districts in Jharkhand. It is bounded in the northwest and south by the Achaeans. Its extension towards east is covered by soil, alluvium and laterites. There is unconformity between Tertiary and Raniganj formation. The entire Gondwana sediment in the Raniganj basin is gradually thinning towards east. 5.2.4Geology of the Mining Block: The present investigation was restricted to Raniganj Formation which occupies the Jhanjra-Jamgora Block (Sector A&F). The general stratigraphic sequence of the Raniganj Coalfield is as follows: Table : 1.3 A g e Formation L i t h o l o g y Alluvium/sandy soil, Laterite, Laterite Recent and gravel Quaternary

Unconformity

Lower Panchet Greenish to brownish medium to fine Gondwana Formation grained sandstones and shales. Tertiary Raniganj Coarse to fine grained micaceous Formation sandstones, grey shales, sandy shales, carbonaceous shale and coal seams. Barren Dark grey to block shale with iron stone Measures bands at places. Sector A&F, Jhanjra-Jamgora Block is concealed entirely under a veneer of soil/laterite. Geological structure of the area has been deciphered on the basis of sub- surface data obtained by drilling and underground mine working of R-VII seam. Coal bearing formation and their behavior Recent The area is mostly covered by alluvium and sandy soil. Quaternary This comprises laterite, lateritic gravel, clays and sand. Raniganj Formation The Raniganj Formation normally overlies the barren measures and represented by shales and sandstone. The sandstones vary from coarse to fine in grain size and cream to light gray in colour. These contain sub-rounded gains of quartz, small flakes of mica and grains of feldspars. In the lower sequence of the Raniganj Formation these is significance presence of sub-rounded grains of garnet in the sandstone. The maximum thickness of the Raniganj Formation encountered is 424.23m .

58

Barren Measures The barren Measures Formation is represented by dark grey to black shales displaying iron stone bands at places. No borehole in the A and F sectors has gone deep enough to intersect the full stratigraphic thickness of this formation. 5.2.4.1 Dip & Strike: The structure of the strata is NE-SW with gentle south-easterly dip. The dip of the beds is relatively steeper in the eastern part and ranges between 3.5 (1 in 16) and 7 degrees (1 in 8). In the western part the dip is gentle and varies between 1 (1 in 57) and 3.5 degrees (1 in 16). 5.2.4.2 In crop/outcrop of coal seam(s). Indicated in the geological plan 5.2.4.3 Coal seams: Sequence of coal seams and parting is tabulated as below: Table : 1.4 Sequence and brief description of coal seams in the block Seam Area of Thickness Grade BH BH Geo Reserve Dev. range inte den- (Mt) (Sq.Km) (m) r sity Sec. Sec. Sec. A Sec sec- Sec. Sec. F Total A F . F tion A R-IX(T) 0.87-2.35 13 R-IX(B) 0.48-2.60 18 R-VIII(T) 0.21-1.60 37 C- R-VIII(B) 0.85 1.59 1.00-2.39 C-D 37 15.18 2.26 3.13 5.39 F R-VIII(Comb.) 1.64 0.01 1.51-3.98 D-E E 40 20.67 5.79 0.029 5.81 R-VII(T) 0.10-0.81 34 R-VII(B) 0.90 1.71 1.28-2.39 E-F E 37 14.19 2.71 4.97 7.68 R-VII(Comb.) 3.38 2.04-4.29 D-F 62 15.97 15.80 15.80 R-VIIA 5.11 1.75 1.27-3.59 C-D C- 85 12.41 14.74 4.42 19.16 D R-VIIB 0.50 0.05-2.58 C-E C- 58 116.0 1.20 1.20 D 0 R-VIIA/B 0.24 3.44-5.35 C-D 5 20.83 1.36 1.36 (Comb.) R-VIIC 0.25-1.77 61 C- R-VI 5.88 1.83 2.15-5.90 B-D 58 7.52 35.93 9.09 45.02 D R-V 5.59 1.77 2.90-6.50 Sel B-Gr-III 28 3.80 40.60 9.91 50.51 R-IV 5.32 1.84 4.50-10.19 Sel B-Gr-III 27 3.77 57.13 15.20 72.33 R- 13.47- - - - 11 - - - V/IV(Comb.) 17.43 R-III 5.46 1.61 2.25-4.65 Gr-I – Gr-II 30 4.24 23.81 8.33 32.14 R-II 5.29 1.66 1.00-2.41 Sel A-Gr-II 28 4.03 11.49 3.17 14.66 R- 0.06 0.30 4.76-4.85 Gr-I – Gr-II 2 5.42 0.42 1.77 2.19 III/II(Comb.) 9 213.2 Total 60.01 273.25 4

N.B:- details of seam from R-V to R-III/II have been taken from GR of 1978. 5.2.4.4 Faults: Description of faults of in Sectors A and F, Jhanjra-Jamgora Block is tabulated in the following pages:

Table-1.5 Detailed description of Faults, Sectors A and F, Jhanjra-Jamgora Block:

Fault Strike Amount of Location & Nature & Evidence of fault No. and throw & General Dip Direction trend of fault F1- E-W i) 15m More than i) Curvilinear, strike fault. F1 ii) 75 0 towards 1.36 km and ii)a) Intersected in borehole RJN-3 at a north abuts against depth of 80m resulting in omission of R- faults F2-F2 VIIC seam in the east b) Repetition of R-VII seam incrop. and F9-F9 in the west. F2- E-W with i) Variable, 2.1 km and i) Curvilinear, strike fault. F2 localized 15m near abuts against ii)a) Intersected in borehole JNP-58 at a swing NK/DD/009 faults F3-F3 depth of 109m resulting in omission of R- increasing to in the east VIIC and R-VI seams. 35m near JNP- and F9-F9 in 58 the west. ii) 75 0 towards Defines the b) Intersected in the air shaft north northern JNR/MM/001 at a depth of 272m boundary of resulting in omission of R-II seam. the block. c) Repetition of the incrop of R-VII seam F3- NW-SE i) Variable, 5m 460m, abuts i) Linear, transverse fault. F3 near JNP-46 & against fault gradually F2-F2 in the reduces south- north-west eastward. and dies out ii) 75 0 towards south- ii) Intersected in borehole JNP-46 at a north-east eastward depth of 110m resulting in reduction in near parting between R-VIIC and R-VI seams. borehole JNR-14. Partly defines the north-eastern boundary of the block. F4- NW-SE i) Variable, More than i) Curvilinear, transverse fault F4 with 15m near 2.4 km and ii) Depth Remarks localized borehole JNP- defines the Intersected swings 30, increase to north-eastern in BHS a) JNP-21 201m Omission of R-VI about 110m boundary of seam. eastward near the block. borehole RMT-

Fault Strike Amount of Location & Nature & Evidence of fault No. and throw & General Dip Direction trend of fault 33. ii) 75 0 south- b) JNP-30 115m Omission of R-VIIA westerly seam. c) JNP-33 250m Omission of R-VIIA, R-VIIB, R-VIIC, R-VI and R-V seam. d) JNP-51 115m Reduction in parting between R-VIIB and R-VIIC seams. e) JNP-65 115m Reduction in parting between R-VII & R-VIIA seams. f) JNR- 158m Omission of R- II/12 VIIA, R-VIIB, & R-VIIC seams. g) RMT-33 96m Omission of R-IX, R-VIII & R- VII(T) seams. F5 - NE -SW i) 6 5m More than i) Linear, oblique fault F5 75 0 ii) 75 0 300m, partly ii) Intersected in borehole TLB-II/4 at a southerly defines the depth of 256m resulting in omission of R- south- VII(T), R-VII(B) & R-VIIA/B seam. eastern boundary of the block. F6- NE-SW i) About 7m 700m, abuts i) Almost linear, strike fault. F6 against 75 0 ii) 75 0 faults F7-F7 ii) Difference in the floor levels of seams northerly in the north- on either side of it. east and F9- F9 in the south-west. F7- E-W with i) Variable, 2.4 km i) Curvilinear, Strike-cum-oblique fault. F7 localized 18m in the east abutting ii)a) Intersected in borehole No.JNP-121 swings near borehole against at a depth of 139m resulting in omission JNP-122, faults F4-F4 of R-VII(T) & R-VII*B) seams. gradually in the east b) Intersected in borehole No.JNP-122 at increases and F9-F9 in a depth of 175m resulting in omission of westward, the west. R-VIII(T) and R-VIII(B) seams. becoming 55m in the region of JNP-121. ii) 80 0 c) Intersected in borehole No.NCRJ-18 at northerly. a depth of 275m resulting in omission of R-VI seam F8 - E-W with i) Variable, 2.5 km, the i) Curvilinear, strike -cum -oblique fault. F8 localized originates western end ii)a) Intersected in borehole JNP-124 at a swings, north-west of abutting depth of 136m resulting in omission of R- sub- borehole JNP- against fault VII(T) and RVII(B) seams.

Fault Strike Amount of Location & Nature & Evidence of fault No. and throw & General Dip Direction trend of fault parallel to 76 with the F9-F9. b) Intersected in borehole JNP-125 at a depth fault F7- throw gradually of 105m with a reduction of about 12m in F7 increasing parting between R-VII(B) and R-VII(T) seams westward and becoming 40m near borehole JNP-124. ii) 80 0 southerly, c) Encountered in borehole JNR -II/24 at a depth of 240m resulting in omission of R- VII(B) and R-VII(C) seams. F9- NW-SE i) Variable, About 4.7 i) Curvilinear, transverse fault F9 showing 14m in the km, defines ii) Depth Remarks a swing region of the southern Intersected towards borehole NKE- boundary of in BHS ENE- 14, gradually the block a) NKE-14 126m R-VI seam partly WSW in increases south- and extends faulted, reduction the eastward on both in parting between middle. becoming 35m sides. R-VII & R-VI near JNP-82, seam. 70m near JNP- b) JNP-82 83m Omission of R-VII 83, 65m near seam. JNR-II/11 & then reduces to 40m near TLB- II/56. ii) 75 0 south- c) JNP-83 100m Omission of R-VII westerly seam. d) JNR- 348m Omission of R-V II/11 to R-III seam. e) TLB- 155m Reduction in II/56 parting between R-IX(B) and R- VIII(T) seams. f) NCRJ-14 97m Omission of R-VII seam. F10- NW-SE i) Variable, 1.9 km, i) Curvilinear, transverse fault. F10 in the 25m in the extends ii)a) Intersected in borehole TLB-1 at a west, region of TLB- westward depth of 283m resulting in reduction in swinging 1, increases to beyond parting between R-III and R-II seams and to ENE- 45m near TLB-6 and partial obliteration of R-II seam. WSW in NCRJ-14. merges with its ii) 75 0 south- fault F9-F9 b) Intersected in borehole NCRJ-14 at a eastward westerly. near depth of 200m resulting in partial extension borehole omission of R-VI seam and reduction in JNP-82. parting between R-VI and R-V seams.

62

5.2.4.5 Immediate roof and floor of coal seams: Seam wise details of roof and floor characteristics are presented in table 1.7. Table- 1.7 Seam Roof characteristics Floor characteristics R-VIII(B) i) Dark grey shale i) Shale and its variates ii) 3m column fine to medium ii) 1m column: Shale and its grained sandstone variates R-VIII(Comb) i) Immediate : Dark grey i) Immediate : Shale and its variates shale ii) 3m column : Fine to ii) 1m column : Shale and its medium grained sandstone variates R-VII(B) i) Immediates: Shale and its i) Immediate : Sandy shale and variates shaly sandstone ii) 3m column : Shaly ii) 1m column : Fine grained sandstone and shale and sandstone and sandy shale sandstone intercalations R-VII(Comb) i) Immediate : Shale and its i) Immediate : Sandy shale and variates shaly sandstone ii) 3m column : Shaly sand ii) 1m column : Fine grained stone and shale and sandstone sandstone and sandy shale intercalations R-VIIA i) Immediates: Shale and its i) Immediates: Shale and its variates variates ii) 3m column : Fine to ii) 1m column: Shaly sandstone and medium grained sandstone sandy shale R-VIIB i) Immediate : Fine grained i) Immediate : Fine grained sandstone sandstone R-VIIA/B i) Immediates: Shale and its i) Immediate : Sandstone and its variates variates ii) 3m column : Medium ii) 1m column : Medium grained grained sandstone sandstone R-VI i) Immediate : Shale and its i) Immediate : Shaly sandstone and variates grey shale ii) 3m column : Fine to ii) 1m column : Shaly sandstone and medium grained sandstone fine grained sandstone There is no evidence of burning of coal seam in the project area of Jhanjra-Jamgora Block (Sector A&F). 5.2.4.6: Gassiness of coal seams: Jhanjra UG mine is degree-I in gassiness. For the calculation of total air quantity, gas emission rate has been assumed as 1.0 cum/te of coal produced. 5.2.4.7: Incubation period of coal seams: The incubation period of the R-VII and R-VII A seams has been estimated as 12 months as determined for working seams in Jhanjra colliery. 63

5.3Reserve of coal: 5.3.1 Mineable Reserves and Extractable Reserves: 5.3.1.1Mineable Reserves: Following table (Table-5.1) depicts the status of various seams in respect of area, seam thickness and reserves of the area under consideration: Table – 1.8 Seam Area Thickness Balance Geological Mineable (ha) range Geologica & Mining reserves (m) l reserves losses (Mt) (Mt) (Mt) R-VII 2.5 1.75–2.40 7.06 2.88 4.18 R-VII A 3.5 1.50–2.20 8.83 3.44 5.39 Total 15.89 6.32 9.57 5.3.1.2 Extractable Reserves: Seam wise extractable reserves of the Project area after considering the geological, mining and mineable losses are as tabulated below in Table-1.9: Table – 1.9 Seam Balance Total Mineable Mineable Extractable Geological Geological & reserves losses reserves reserves Mining losses (Mt) (Mt) (Mt) (Mt) (Mt) R-VII 7.06 2.88 4.18 0.99 3.19 R-VII A 8.83 3.44 5.39 1.62 3.77 Total 15.89 6.32 9.57 2.61 6.96

5.3.3 Hydrogeology: Within the boundaries of the Raniganj coalfield the main aquiferous complex is represented by individual layers attached to partings in coal bearing strata.

Water bearing rocks are represented mostly by sandstones. The thickness of some aquiferous layers varies from 10 to 12 m up to 25 to 40 m. The presence of tectonic faults seems to create conditions for circulation of underground water in full thickness of coal bearing strata. The depth of water table from the earth surface varies depending on the terrain, from a few meters to 30 m. Water abundance in the complex is not great.

The information about filtration properties has been obtained as the result of testing with the help of experimental pumping of the coal bearing strata of R-VIII B to R- VIIC seams till the depth of 190 m. The filtration factor has been of the order of 0.02 m/day. Horizons are fed mostly due to infiltration of atmospheric precipitation. Sharp fluctuation of water levels has been recorded in boreholes. 64

5.4Present Mine status: The project consists of three mining units namely MIC Unit, 1&2 Unit and 3&4 Unit. The status of mining activities in the three units is as follows:-

Sl. Particulars MIC Unit 1&2 Unit 3&4 Unit No. 1 Seams being R –VI R-VII & R- R-VII & R-VIIA worked ( Sector A, C & D) VIIA ( Sector-C&D) (Sector-A) 2 Mine Entries Main Incline, Shaft A, B Incline 1 & 2 Incline 3 & 4 ,C,D& E Shaft –E Air shaft 3 Method of work Sector C&D : B&P PSLW/ SDL/ B&P depillaring by CM LHD (Seam development by Sector-A : Development R-VII) SDL/LHD by SDL/LHD 4 Production 0.703 0.235 0.087 performance (Mt) (2013-14) 5 Coal evacuation Combination of belt Combination Combination of & dispatch conveyor through MIC of belt belt conveyors & conveyors haulage through though Inc.No.3 Inc.No.1 6 Ventilation Intake: Shaft-A & D Intake: Intake: arrangement Return- Shaft B ,C&E Inc.No. 2 Inc.No.3&4 Return: Air Return : Air shaft Shaft 7 Existing 3468 (as on 1.4.2014 including manpower of Area Manpower establishment) 8 Approach Road Approach Road to all the three units exist 9 Power Supply 33 kV from 132/33 kV Ukhra Sub-station of M/s. West Bengal arrangement State Electricity Board 10 Service & There are sufficient service and residential buildings Residential Building 11 Land acquisition 1538 ha of land acquired which include 168.3 ha Forest land status and 82.04 ha Govt. land.

65

5.4.1:Mine Entries: The details of entries in different units and their utility is shown in the table below: - Pit/Inc Depth/ Shaft-Dia(m)/ Utility Present Length Incline– X-Sec Status (m) (sq.m) MIC Unit Main Inc. 1200 6.5x3.5 Return, coal In (upto R-V) (upto 750m) transport by operation 4.5x3.5 ( from belt, Material 750m to 1150m supply. 6.5x3.5( from 1150m to 1200m) Pit-A 282.8 6.5 Intake, Man & In (up to R-IV) Material operation winding Pit-B 285.0 5.5 Return In (upto R-IV) operation Pit-D 266.0 5.5 Intake In (up to R-IV) operation 1 & 2 Inc. Unit Inc.1 120 4x2.8 Return, coal In (upto R-VII A) transport by operation belt Inc.2 120 4x2.8 Intake, Man & In (upto R-VII A) Material operation Pit-E 175.0 5.5 Return In (upto R-V) operation 3 & 4 Inc. Unit Inc. 3 90 4x2.6 Intake, coal In (upto R-VII) transport by operation belt Inc. 4 90 4x2.6 Intake, Man & In (upto R-VII) Material operation Air Shaft 30 4.5 Return (for In (upto R-VII) 3&4 inc.) operation Pit-C 180.0 5.5 Return Not in (up to R-IV) operation at present.

The coal from the proposed low height Low Height Continuous Miner district in sector A2 and F will be evacuated from 3 & 4 incline. The details of the entries that will be utilized for evacuation of coal from proposed CM district are given below. 66

Sl Mine Entry Length/ Shaft- Gradie Approach Purpose & . (Incline / Depth Dia.(m)/ nt from / to mode of N shaft no. (m) Incline- (seam) transport / o. /name) X-section ventilation (mxm) 1 Incline No.3 90 4x2.6 1 in 4.5 Surface to Coal evacuation, (existing) R-VII Intake airway 2 Incline No.4 90 4x2.6 1 in 4.5 Surface to Material (existing) R-VII transport, Intake airway 3 Air Shaft 30 4.5 Vertical Surface to Return airway (existing) R-VII Fan – PV-200 (to be converted in intake airway) 4 Shaft-F 225 6.0 Vertical Surface to Man & material, (Proposed) upto R- R-II Return airway VIIA), 430 (upto R- II)

5.4.2 Proposed Method of Mining: The proposed method of mining is Bord and Pillar mining with two sets of low height CM in R-VII and R-VIIA seams. 5.4.3 Status of Mining: Same as Point no.:5.4 5.4.4 Power supply and distribution: At present Jhanjra Project is receiving power at 33 KV from 132/33 KV Ukhra sub- station of M/s. WBSEB. Two 10 MVA, 33/6.6 kV transformers have been installed near MIC incline. Necessary power supply arrangement will be done upto the districts as per requirement of the bidders. Bidder has to arrange for power distribution arrangement for the Low Height Continuous Miner districts for operation. 5.4.5 Coal Handling Plant: A Coal Handling Plant has been envisaged at the Mine on surface near incline mouth of No. 3 Incline. The CHP will have facilities like receiving of R.O.M. coal from Main Incline Conveyor onto 1200 mm wide Belt Conveyor , storage of coal into 4x250 t overhead steel fabricated hoppers, truck loading arrangement and transporting coal (after its weighment at 50 t Road Weigh Bridge) to Purshotmpur Railway siding for onward dispatch to the miscellaneous customers. 5.4.6 Civil amenities for mining: As this is an existing mine, so infrastructures like residential colony road, water supply etc. are existing in the mine. Proposed manpower of the project is less than the manpower of the existing mine. Thus, the existing infrastructures are sufficient to cater need of the proposed project. Provision has been made for one guest house . 67

6 LIST OF DRAWINGS : 1. Location Plan: ...... [Plate - __ ] 2. Geological Plan: ...... [Plate - __ ] 3. Surface Plan: ...... [Plate - __ ] 4. Lithologs of Representative Boreholes: ...... [Plate - __ ] 5. Floor Contour Plan(s) of the seam(s) concerned: ...... [Plate - __ ] 6. Seam Folio Plan(s) of the seam(s) concerned:……………………….[Plate - __ ]

68

7 SCOPE OF WORK, TIME SCHEDULE AND FORMS OF PRICE BID

7.1SCOPE OF WORK Winning coal without blasting from the district in Jhanjra Underground Mine , Jhanjra Area of ECL by deploying Low Height Continuous Miner Package on hiring basis inclusive of: a) Scientific study for obtaining DGMS permission for the introduction of Continuous Miner / Similar Equipment in the above mines and strata monitoring as required by DGMS. b) To support the roof suitable in accordance with approved SSR under Coal mines Regulation 108 of CMR 1957.The scope of work shall include all the obligations covered in the various parts of the Tender document such as NIT, Instruction to Bidders, Conditions of contract. The scope of work shall also include the followings: 7.1.1The successful bidder is to deploy, operate and maintain the Low Height Continuous Miner / Similar Equipment in Jhanjra underground mine, Jhanjra Area of ECL to produce the minimum guaranteed production of coal as given below against each production year & transport coal from face to Trunk belt. The successful bidder is required to commence coal production within 18 months from the date of obtaining DGMS approval after issuance of Letter of Acceptance and signing of agreement.

1st Production Year 0.30MTY 2nd Production Year 0.72MTY 3rd Production Year 0.72MTY 4th Production Year 0.72MTY 5th Production Year 0.72MTY 6th Production Year 0.72MTY 7th Production Year 0.72MTY 8th Production Year 0.72MTY 9th Production Year 0.72MTY 10th Production Year 0.47MTY 11th Production Year 0.36MTY 12th Production Year 0.07MTY

7.1.2The successful bidder shall get conducted scientific study for obtaining DGMS permission for deployment of Low Height Continuous Miner / Similar Equipment in the above mine and strata monitoring required by DGMS. 7.1.3The successful bidder shall design, engineer, finance, procure, install, operate and maintain the entire Low Height Continuous Miner / Similar Equipment to ensure extraction of coal of pre-determined quality for the specified duration for ECL. 7.1.4The successful bidder shall deploy proven model of equipments. The successful bidder shall procure all kinds of spares and consumables required to operate the Low Height Continuous Miner / Similar Equipment during the contract period and also materials required for supporting the roof.

69

7.1.5Approval of equipment: For equipment and machinery and goods to be supplied under the contract which require permission and/or by Director General of Mines Safety (DGMS), Dhanbad, India for use in coal mines, such required permission and approvals shall be obtained by the successful bidder at his own cost. Any addition /alteration suggested by DGMS while approving the equipment, to be undertaken by the successful bidder and cost of such addition / alteration on the equipment shall be borne by him. 7.1.6The successful bidder should ensure for the maximum recovery of coal without violating any provisions of Coal Mine related Acts and Laws and safety. 7.1.7The successful bidder shall plan, design and develop the panel and face. The successful bidder shall prepare Annual operation Plan incorporating month-wise coal production. Implementation of the above operational plan shall be implemented only after approval of ECL. Any change in Annual Operational Plan, during course of implementation, shall be effected only with competent approval of ECL. 7.1.8The successful bidder shall procure, install and maintain of all the facilities required within the district. This will include face communication, support, lighting, pumping, loading and transport of coal up to Trunk belt conveyor, power supply, water, support material, ventilation at the district as per clause 1.2.6 and environment monitoring in the district. 7.1.9Pumping water from the active working faces to the nearest sump would be the responsibility of the Successful bidder. Auxiliary ventilation at the working faces would be the responsibility of the Successful bidder. 7.1.10All activities related to production within the district shall be the responsibility of the successful bidder. 7.1.11 The successful bidder shall support the roof suitable in accordance with approved SSR under Coal mines Regulation 108 of CMR 1957. 7.1.12The successful bidder shall arrange 100% financing of proposed work

7.2 OBLIGATIONS OF OWNER

During the Contract period, ECL would provide the following facilities. 7.2.1 ECL shall make the Mine Site available to the Successful bidder and shall carry out the Management of the mine as per all statutes and laws, including but not limited to Coal Mines Act, Regulations, Rules, and other statutes and laws applicable to coal mines in India. In particular the responsibility for environmental matters of any nature whatsoever is with ECL and ECL will indemnify the Successful bidder and will hold the Successful bidder harmless with regard to all costs, damages and liabilities arising in connection with environmental pollution & subsidence. 7.2.2ECL will provide Trunk transport & surface handling of coal produced. Out bye coal clearance shall be ensured at an average rate of 400 tonnes per hour. 7.2.3ECL will provide electrical power on chargeable basis at a single point at /3.3 kV at the district entry point through separate meter. Distribution of power within the district and supply of required transwitch unit, switchgears, cables, cable couplers etc shall be the Contractor’s responsibility. A schematic layout diagram for power supply,

70 including likely power consumption and proposed earthing system equipment wise shall be furnished by the Contractor. ECL shall also provide power at 440 V/220 V on surface as per requirement on chargeable basis. The cost of electricity on actual as per prevailing rate shall be deducted from the monthly running bill of the Contractor. The present rate of electricity is Rs. 10.78 per KWH (Energy Cost) and Rs. 317.00 per KVA (Demand Charge). 7.2.4 ECL shall provide water of required quality, quantity and pressure near Low Height Continuous Miner / Similar Equipment. Conveying of the water to the machines and pumping out water from the face to the district sump shall be responsibility of Contractor. Pumping out of the water from the district sump to surface shall be the responsibility of ECL . 7.2.5Contractor shall make appropriate arrangement for proper storage of consumables, spares and assemblies etc. ECL shall provide suitable space to Contractor for construction of the store during the contract period only. 7.2.6ECL will provide Ventilation, communication system and lighting up to the district entry point. Pumping out of the water from the mine sump to surface shall be the responsibility of ECL. 7.2.7ECL will provide the existing available workshop facilities for carrying out repair & maintenance of Contractor's equipment. Provision of any additional workshop machinery specifically required for repair and maintenance of Contractor's equipment shall be the sole responsibility of Contractor. 7.2.8ECL shall provide suitable accommodation on chargeable basis, if available, for use by Contractor. However, ECL shall provide sufficient land for construction (at the cost of Contractor) of temporary accommodations for Contractor's personnel. 7.2.9ECL shall provide local medical facility on chargeable basis as per the prevailing standard norms of ECL for personnel of non-entitled class. 7.2.10ECL shall provide manpower for statutory supervision of various faces operations and monitoring of support being carried out by the Contractor.

71

PART - II (Price Bid)

(To be submitted in sealed cover)

1. NIT NO. ……………………… Date: ………

2. Name & Address of Tenderer :

3. Ownership status to Tenderer : 4. Name of Person/Official (with - : designation) authorized to submit price bid. 5. Amount of Earnest Money Deposit :

6. Date of Opening of Tender (Part I) : (As per Tender notice) 7. minimum guaranteed production:

1st Production Year 0.30MTY 2nd Production Year 0.72MTY 3rd Production Year 0.72MTY 4th Production Year 0.72MTY 5th Production Year 0.72MTY 6th Production Year 0.72MTY 7th Production Year 0.72MTY 8th Production Year 0.72MTY 9th Production Year 0.72MTY 10th Production Year 0.47MTY 11th Production Year 0.36MTY 12th Production Year 0.07MTY

Specific price per tonne of coal production (Rs./Tonne) : ………………..

(in words) …………………………………………………………

(Signature of Tenderer with seal)

Date------

72

8.0 FORMATS

8.1 BANK GUARANTEE PROFORMA FOR EARNEST MONEY DEPOSIT/ BID SECURITY

(TO BE STAMPED IN ACCORDANCE WITH STAMP ACT )

(TO BE ISSUED BY ANY SCHEDULED BANK AUTHORISED BY RBI TO ISSUE A BANK GUARANTEE)

To: <………………………..> Limited, ……………………………………. …………………………………….

WHEREAS ______[name and address of Bidder] (hereinafter called “the Bidder”) shall be submitting its Bid dated ______[bid submission date] for the work. ______[name of the work] & NIT No.______(hereinafter called “the Bid”).

KNOW ALL MEN by these present that we, ______[name of the bank] of ______[name of the country] ______having our registered office at ...... [address of the bank] (hereinafter called “the bank”), are bound unto the <……………………. Limited>, <……address ………………………> (hereinafter called “the Employer”) for the sum of ...... [amount of the Guarantee in words and figures] for which payment well and truly to be made to the said Employer the Bank binds itself, his successors and assigns by these presents.

SEALED with the Seal of the said bank this ______day of ______20___.

We, ______[name of the bank] undertake to pay to the Employer up to the above amount upon receipt of its first written demand, without the Employer having to substantiate its demand. The employer has to only mention that the amount claimed by it is due to the occurrence of any one or both the conditions mentioned in 1 and 2, given hereafter, specifying the occurred condition or conditions.

THE CONDITIONS of this obligation are: 73

1. If the Bidder withdraws its Bid during the period of Bid Validity specified by the Employer on the bid form .

2. If the Bidder withdraws, having been notified of the acceptance of its bid by the Employer during the period of Bid Validity ,

a) by failing or refusing to execute the Contract Agreement when required or b) by failing or refusing to furnish the Performance Security in accordance with the Bid conditions.

This guarantee will remain in full force up to and including the date ______and any demand in respect thereof should reach the Bank not later than the date of expiry of this guarantee.

For and on behalf of the Bank.

Signature ______

Name ______

Designation ______

Seal of Bank ______

Under jurisdiction of <…………..> court only.

74

8.2 BANK GUARANTEE PROFORMA FOR SECURITY DEPOSIT / PERFORMANCE GUARANTEE

(TO BE STAMPED IN ACCORDANCE WITH STAMP ACT) (TO BE ISSUED BY ANY NATIONALISED / SCHEDULED BANK AUTHORISED BY RBI TO ISSUE A BANK GUARANTEE )

To: <…………………………….> Limited, …………………………………………

In consideration of the <……………. Limited>, having its Registered office at <…………… …………….> (hereinafter called to as the “Employer” which expression shall unless repugnant to the context or meaning thereof, include all successors, administrators and assigns) having awarded to ______[Name & Address of the Contractor] (hereinafter called to as “Contractor” which expression shall unless repugnant to the context of meaning thereof include its successors, administrators, executors and assigns) the work ______[Name of the Work] by issue of Letter of Award No. ______[Work Order/Letter of Intent No.] and the same having been unequivocally accepted by the Contractor resulting to enter into a Contract Agreement valued ______[value of Work Order] (hereinafter called ‘the Contract’) and the Employer having agreed to accept Performance Bank Guarantee of ___ [indicate figure]% of the Contract price ______[amount in figures and words) from a Nationalised /Scheduled Bank for due performance of the work executed by the Contractor as per the terms & conditions contained in the said Contract. We, ______[name of the Bank], of ______[address of the Bank] (hereinafter called to as “Bank” which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Employer immediately on demand and or, all money payable by the Contractor to the extent of ______[amount of guarantee in figures and words ], at any time from ______to ______without any demur, reservation, recourse, contest or protest and/or without any reference to the Contractor. Any such demand made by the Employer on the Bank shall be conclusive and binding notwithstanding any difference between the Employer and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the Guarantee herein contained shall be irrecoverable and shall continue to be enforceable as per the terms & conditions contained in the said Contract. 75

The Employer shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee, from time to time, to extend the validity of time of Performance of the Contract by the Contractor. The Employer shall have the fullest liberty without affecting this Guarantee, to postpone, from time to time, the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to forebear or to enforce any covenants contained or implied in the Contract, between the Employer and the Contractor or any other course or remedy or security available to the Employer. The Bank shall not be released of its obligations under these presents by any exercise by the Employer of its liberty with reference to matter aforesaid or any of them or by reason of any other act of forbearance or other acts of omission or commission on the part of the Employer or any other indulgence shown by the Employer or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank. The Bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor in first instance, without proceeding against the Contractor and notwithstanding any security or other Guarantee that the Employer may have in relation to the Contractor’s liabilities.

Dated this ______day of ______, 20___ at ______

For and on behalf of the Bank. Signature ______Name ______Designation ______Seal of Bank ______Under jurisdiction of <…………..> court only.

76

8.3 FORMAT FOR CONTRACT AGREEMENT (On Non- Judicial Stamp Paper) Agreement No. Dated:

THIS AGREEMENT made on this ______day of ______20__ between <………………….. Limited>, a Subsidiary of Coal India Limited, Govt. of India Undertaking, an Employer registered under the Indian Companies Act. 1956 with its registered office at <…………………………> and (hereinafter referred to as the Employer which expression where the context so admit shall include its successors in interest and assign) of the one Part and ______(hereinafter referred to as “the Contractor” which expression where the context so admit shall include its heirs, executors, administrators legal representatives, successors in business and assign) of the other part.

WHEREAS, the Employer invited bid for the Work “______” and the bid of the Contractor has been accepted by the Employer vide their Letter No ______dt. ______for a Contract price of ______[in figure & words]

WHEREAS the Contractor has agreed to execute the works on the terms & conditions as stipulated in the Bid and subsequent amendments thereto for a Contract price of ______[Contract price in figure & words] for successful completion of the work.

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AS FOLLOWS:

1. In pursuance of the Agreement aforesaid and in consideration for the payment of the Contract price of ______[in figure & words] in accordance with the terms & conditions of this contract and/or such sum as may be payable to the Contractor, the Contractor shall upon and subject to the said terms & conditions execute and complete the work as described in the ‘Scope of work’. 2. The parties hereto shall respectively and faithfully abide by and submit themselves to the terms & conditions and stipulations contained in this agreement and perform and discharge their part of contract accordingly.

3. This final agreement has been arrived at between the parties after due consideration of the correspondences, documents, meetings and negotiations held from time to time. The following documents shall constitute the Contract between the Employer and the Contractor. And each shall be read and construed as an integral part of the Contract

77

Part Description of Documents 01 Articles of Agreements,

02 Notice Inviting Tender, Addendum (if any), Offer and

various clarification furnished by the successful bidder

03 Letter of Acceptance

04 Scope of Work

05 Conditions of contract,

06 Special Terms and Condition

07 Price/Rate and Price Variation

08 Technical Specification of Equipment.

09 Other Documents

a. Time Schedule

b. List of equipment to be deployed

c. List of Manpower to be deployed

d. Designated Mining Area

e. Integrity Pact

4. The Contract shall be executed within the purview of the Indian Laws.

In witness whereof the parties hereto have hereunder affixed their signatures at <……………> on the day, month and year written as above.

SIGNED, SEALED AND DELIVERED

Signed on behalf of the Contractor Signed on behalf of the Employer

Designation Designation

In the presence of :

WITNESS - 1 WITNESS - 2

(Signature) (Signature)

(Name in Block Letters) (Name in Block Letters)

Official Address: Official Address:

78

8.4 PROFORMA FOR INTEGRITY PACT Integrity Pact

Between

Eastern Coalfields Limited (ECL ) hereinafter referred to as “ The Principal”

And

…………………………………hereinafter referred to as “ The Bidder/Contractor”

PRE CONTRACT INTEGRITY PACT

General

This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on…………….day of the month of ………….20…, between, on one hand, Eastern Coalfields Limited acting through Shri …………………….., Designation of the officer, (hereinafter called the “BUYER”, which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s. …………………………..represented by Shri………………, Chief Executive Officer (hereinafter called the “BIDDER/Seller” which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to procure ………………………………….(Name of the Stores/Equipment/Item) and the BIDDER/Seller is willing to offer/has offered the stores and

WHEREAS the BIDDER is a private company/public company/Government undertaking/partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is a Central Public Sector Unit.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :-

Enabling the BUYER to obtain the desired said stores/equipment at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and

Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows :

Commitments of the BUYER

• The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any

79

material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

• The BUYER will, during the pre-contract stage, treat all BIDDERs alike and will provide to all BIDDERs the same information and will no provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.

• All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.

Commitments of BIDDERs

3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following :-

3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government.

3.3* BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates.

3.4* BIDDERs shall disclose the payments to be made by them to agents/brokers or any other intermediary, in connection with this bid / contract. 80

3.5* The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer/integrator/authorized government sponsored export entity of the defence stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation.

3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

3.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the time off filing of tender.

The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies Act 1956.

3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER.

4. Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER’s exclusion from the tender process. 81

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

5. Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required: i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue. ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be required to assign any reason therefore. iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER. iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a county other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest. v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with interest. vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER. vii) To debar the BIDDER from participating in future bidding processes of the Government of India for a minimum period of five years, which may be further extended at the discretion of the BUYER.

Viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract. ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened. x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

82

5.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1(i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact.

6. Independent Monitors

6.1 The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this Pact in consultation with the Central Vigilance Commission (Names and Addresses of the Monitors as given in the Tender document).

6.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

6.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

6.4 Both the parties accept that the Monitors have the right to access all the documents relating to the project/procurement, including minutes of meetings.

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER.

6.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER/Subcontractor(s) with confidentially.

6.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

6.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER/BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.

7 Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide

83

necessary information and documents in English and shall extend all possible help for the purpose of such examination.

8 Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

9 Other Legal Actions.

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

10 Validity

10.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period, whichever is later. In case, BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.

10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

11 The parties hereby sign this Integrity Pact at………………………on…………..

BUYER BIDDER Name of the Officer CHIEF EXECUTIVE OFFICER Designation Eastern Coalfields Limited.

Witness Witness 1………………………………….. 1………………………………….. 2………………………………….. 2…………………………………..

The bidders are required to sign the integrity pact as per format given in the Document Part-I. Name , address and contact No. of the Independent External Monitor :-

Sl.No . Name of IEM & e -mail ID Address 1. Sri J.N.Mishra, IAS (Retd.) 2/77, Vijay Khand, Gomti Nagar, e-mail: [email protected] Lucknow-226010 Mobile : 09452775435 : 08009007744 2. Sri Rakesh Jaruhar. Sector-B/9, Flat No. 6457, Vasant Kunj, New e-mail: [email protected] Delhi-110070

84

GLOBAL BID DOCUMENT

FOR INTRODUCTION OF CONTINUOUS MINER PACKAGE ON HIRING BASIS

AT

KUMARDIH-B PROJECT BANKOLA AREA ECL

DECEMBER 2014

EASTERN COALFIELDS LIMITED (A Subsidiary of Coal India Limited) SANCTORIA, DISHERGARH BURDWAN-713333 (INDIA)

INDEX 1.1 GLOBAL TENDER NOTICE…………………………………………………………………..…4 1.2 QUALIFICATION CRITERIA OF BIDDER……………………………………………………...4 1.3 EARNEST MONEY/BID SECURITY……………………………………………...... 5 1.4 APPLICATION FEE FOR TENDER DOCUMENT ...... …6 1.5 AVAILABILITY OF TENDER DOCUMENTS ...... 6 1.6 GENERAL INSTRUCTIONS FOR SUBMISSION OF TENDER ...... 6 1.7 VALIDITY PERIOD OF OFFER ...... 7 1.8 RECEIPT OF TENDERS ...... 7 1.9 PRE-BID MEETING ...... 7 1.10 OPENING OF THE TENDERS ...... 7 1.11 DEPUTATION OF REPRESENTATIVES FOR CLARIFICATION 7 1.12 PURCHASE PREFERENCE ...... 7 1.13 INTEGRITY PACT ...... 8 1.14 ECL ’S Right...... 8

2. INSTRUCTIONS TO BIDDERS………………………………………………………..9 2.1 SCOPE OF TENDER……………………………………………………………………………..9 2.2 ELIGIBLE TENDERER……………………………………………………………………….....9 2.3 QUALIFICATION OF THE TENDERER…………………………………………………………10 2.4 ONE BID PER BIDDER………………………………………………………………………. .12 2.5 COST OF BIDDING…………………………………………………………………………… 12 2.6 SITE VISIT…………………………………………………………………………………… .. 12 2.7 CONTENT OF BID DOCUMENTS…………………………………………………...…… … 12 2.8 CLARIFICATION OF BID DOCUMENTS…………………………………………...…… .. 13 2.9 AMENDMENT OF BID DOCUMENTS……………………………………………………… 13 2.10 LANGUAGE OF BID……………………………………………………………………… … 13 2.11 DOCUMENTS COMPRISING THE BID………………………………………………...….…13 2.12 BID PRICES & TAXES:………………………………………………………………….……...14 2.13 CURRENCIES OF BID AND PAYMENT………………………………………………………15 2.14 BID VALIDITY ...... 15 2.15 BID SECURITY / EARNEST MONEY DEPOSIT (EMD) ...... 15 2.16 FORMAT AND SIGNING OF BID ...... 16 2.17 SEALING, MARKING AND SUBMISSION OF BIDS ...... 16 2.18 LAST DATE FOR SUBMISSION OF BIDS……………………………………………………. 17 2.19 LATE BIDS…………………………………………………………………………………...…. 17 2.20 MODIFICATION AND WITHDRAWAL OF BIDS………………………………………….…17 2.21 BID OPENING……………………………………………………………………………………17 2.22 PROCESS TO BE CONFIDENTIAL………………………………………………….…………. 18 2.23 CLARIFICATION OF BIDS………………………………………………………………… 18 2.24 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS……………… 18 2.25 CORRECTION OF ERRORS…………………………………………………………………….18 2.26 EVALUATION AND COMPARISON OF BIDS …………………………………...….. 19

2.27 AWARD CRITERIA………………………………………………………………………………19 2.28 EMPLOYER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS…….19 2.29 NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT……………...……………. 19 2.30 LEGAL JURISDICTION ………………………………………………………………………….19 2.31 NIT AND TENDER DOCUMENTS IN THE WEBSITE …………………………….………….20

3. FORMS OF BID AND QUALIFICATION INFORMATION ...... Section 1 ...... ……..21 Section 2…………………………………………………………………...... 23 3.0 INDIVIDUAL BIDDERS OR INDIVIDUAL MEMBERS OF JOINT VENTURE COMPANY / CONSORTIUM……………………………………………………………23 3.1 CONSTITUTION OR LEGAL STATUS OF BIDDER(ATTACH COPY)……………23 3.2 GENERALINFORMATION………………………………………………………...... …23 3.3 DETAILS OF PERFORMANCE OF EQUIPMENT FOR SIMILAR NATURE OF WORK………………………………………………………………………….……………....24 3.4 ANNUAL AUDITED FINANCIAL REPORT OF THE LAST 3 YEARS:BALANCE SHEET,P&L STATEMENT,AUDITOR REPORT ETC ……………..………………… ..….25 3.5 EVIDENCE OF ACCESS TO FINANCIAL RESOURCES TO MEET THE QUALIFICATION REQUIREMENT…………………….……………………….…………..25 3.6 DETAILS OF BANKERS………………………………………………………………....25 3.7 INFORMATION ABOUT LITIGATION,IF ANY,IN WHICH BIDDER IS INVOLVED…………………………………………………………………………….….….26 3.8 DETAILS OF THE EQUIPMENT (CM/SIMILAR EQUIPMENT) PROPOSED TIO BE DEPLOYED FOR THE WORK……...... 26 3.9 PERFORMANCE OF THE EQUIPMENT(CM/SIMILAR EQUIPMENT)PROPOSED TO BE USED……………...... 26 3.10 PERMANENT INCOME TAX ACCOUNT NO.(PAN) …………………… …..…...27 3.11 DETAILS OF EARNEST MONEY / BID SECURITY …………………… .....……..27

4. CONDITIONS OF CONTRACT ...... 4.1 DEFINITIONS ...... 33 4.2 CONTRACT DOCUMENTS ...... 35 4.3 DISCREPANCIES AND ADJUSTMENTS THERE OF: ...... 36 4.4 SECURITY DEPOSIT/ PERFORMANCE GUARANTEE ...... 36 4.5 TIME FOR COMPLETION OF CONTRACT - EXTENSION THEREOF ...... 36 4.6 QUALITY ASSURANCE ...... 37 4.7 MEASUREMENT AND PAYMENT ...... 37 4.8 TERMINATION, SUSPENSION, CANCELLATION & FORE CLOSURE OF CONTRACT .. 38 4.9 LIABILITY FOR ACCIDENTS AND DAMAGES ...... 39 4.10 FORCE MAJEURE ...... 39 4.11 SETTLEMENT OF DISPUTES ...... 39 4.12 SUB-CONTRACTING ...... 39 4.13 CERTIFICATE NOT TO AFFECT RIGHT OF OWNER AND ...... 40 4.14 COMMITMENT TOWARDS MINIMUM GUARANTEED PRODUCTION ...... 40 4.15 DGMS APPROVAL ...... 40 4.16 APPLICABLE LAWS ...... 41

4.17 INSURANCE ...... 41 4.18 ACCESS TO SITE AND WORKS ON SITE ...... 41 4.19 COMPLETION CERTIFICATE...... 41 4.20 SPECIAL TERMS AND CONDITIONS / OBLIGATION OF Contractor ...... 41

5. MINE PROFILE & GEO-MINING CONDITIONS ...... 5.1 GENERAL MINE INFORMATION ...... 59 5.2 GEOLOGY ...... 61 5.3 RESERVE OF COAL ...... 69 5.4 PRESENT MINE STATUS ...... 72

6. TENDER DRAWINGS ...... 6.1 LIST OF DRAWINGS : ...... 76

7. SCOPE OF WORK, TIME SCHEDULE AND ...... 77 7.1 SCOPE OF WORK ...... 78 7.2 OBLIGATIONS OF OWNER ...... 79 7.3 FORM OF PRICE BID ...... 80

8. FORMATS...... 8.1 BANK GUARANTEE PROFORMA FOR ...... 81 8.2 BANK GUARANTEE PROFORMA FOR ...... 83 8.3 FORMAT FOR CONTRACT AGREEMENT ...... 85 8.4 PROFORMA FOR INTEGRITY PACT ...... 88

NOTICE INVITING TENDER NIT No. Date

1.1 GLOBAL TENDER NOTICE Sealed tenders are invited in triplicate (one original Bid & two copies) under two bid systems for Introduction of Two Continuous Miner Package on hiring basis at Kumardih-B Underground Mine of Bankola area of ECL.

Particulars of Work Minimum Guaranteed Total Production per Annum Contract Period Introduction of Two Continuous 1st Production Year 0.29MTY Miners with associated equipments 2nd Production Year 0.36MTY 13 1/ (11/ +12) (CM Package) for winning coal 2 2 without blasting in Kumardih-B 3rd Production Year 0.36MTY Years Underground Mine of Bankola 4th Production Year 0.87MTY area of Eastern Coalfields Limited on hiring basis inclusive of: 5th Pro duction Year 0.87MTY a) To get conducted scientific 6th Production Year 0.87MTY study for obtaining DGMS permission for the introduction of 7th Production Year 1.02 MTY C M Package in the above mines 8th Production Year 1. 02MTY and strata monitoring as required by DGMS 9th Production Year 1.02MTY b) To supply all necessary 10th Production Year 1.02MTY compatible Equipment of CM Package, spares, consumables and 11th Production Year 1.02MTY materials required for supporting 12th Production Year 1.02MTY the exposed roof for the introduction of Continuous Miner Technology and its operation during the contract period. c) To deploy, operate and maintain the C M package to produce & transport coal from face to district gate belt. d) To support the roof suitable in accordance with approved SSR under Coal mines Regulation 108 of CMR 1957.

1.2 QUALIFICATION CRITERIA OF BIDDER 1.2.1 The bidders shall be a private, public or government owned legal entity or a combination of them.

A. The Bidder must be a manufacturer of Continuous Miner and the same or similar equipment manufactured by the manufacturing organization and which is proposed for deployment must have produced at least 0.408 million tonne of coal/CM from underground mines in any one production year in the preceding 7 years ending on 31.03.2014. 4

OR B. The bidder must have a legally binding agreement with a manufacturing organization or his authorized agent / dealer (provided the such authorized agent / dealer has such delegation of power on behalf of the Manufacturer to do so) which have successfully manufactured and supplied Continuous Miner and the same or similar equipment manufactured by the manufacturing organization and which is proposed for deployment must have produced at least 0.408 million tonne of coal/CM from underground mines in any one production year in the preceding 7 years ending on 31.03.2014, and the agreement must clearly confirm that the bidder would have all the supports and services from the said organization or his authorized agent / dealer upto the period / tenure of the contract.

OR

C. The bidder must have produced at least 0. 408 million tonne of coal/CM from underground mines in any one production year using Continuous Miner in the preceding 4 years ending on 31.03.2014

1.2.2 The intending Bidder must have minimum financial turnover of INR 113.83 Crs . Or equivalent US $ in any year during last 7 years ending last day of month previous to the one in which bid applications are invited.

Note : Financial Turnover shall be given a weightage of 5% per year ( average annual rate of inflation ) to bring them at current price level.

1.2.3 The intending Bidder must provide evidence of possessing adequate working capital of INR 35.02 Cr or equivalent US $ inclusive of access to lines of credit and availability of other financial resources to meet the requirement.

In case, the Bidder is a subsidiary of a company and consolidated financial report is prepared by the holding company showing information / financial turnover of subsidiary separately, the same in respect of the subsidiary only shall also be considered to meet the eligibility criteria. In such case copy of a letter from the holding company to that effect will be required.

1.2.4 For calculating equivalent US $, the Bill selling rate of SBI on the last date of submission of bid shall be considered.

1.3 EARNEST MONEY / BID SECURITY Rs. 50,00,000 (fifty lakhs) as Earnest Money / Bid Security is to be deposited in the form of irrevocable Bank guarantee with validity 28 days beyond the validity of the Bid in the format given in the Bid Document. Demand drafts will also be acceptable as Earnest Money / Bid Security drawn in favour of EASTERN COALFIELDS LIMITED payable at its branch at ASANSOL (WB). Bank Guarantee / Demand Draft should be furnished either from a Scheduled Nationalised Bank in India or from first class International Bank of repute, having an operational branch in India , if the bidder chooses to submit Bank Guarantee / Demand Draft issued by Foreign Bank Financial Institute.

Earnest Money / Bid Security of the unsuccessful bidders shall be refunded as promptly as possible after finalization of tender and shall bear no interest. 5

1.4 APPLICATION FEE FOR TENDER DOCUMENT The price of a tender document will be Rs. 5,725.00 (Out of total amount Rs. 725 .00 is for Vat ) payable either in cash or by bank draft drawn in favour of EASTERN COALFIELDS LIMITED, on any scheduled bank payable at its branch at ASANSOL(WB) ( non- refundable) .

1.5 AVAILABILITY OF TENDER DOCUMENTS Tender documents including terms and conditions of work, shall be available on payment, from the following places and time, during the period as stated below: from ------to ------.

Place: Office of General Manager (CMC),ECL/HQ, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA on payment of cost of tender document in cash

Time 11.00 Hrs to 14.00 Hrs (Monday to Friday) and 11.00 Hrs to 12.00 Hrs (Saturday only)

1.5.1 TENDER DOCUMENT FROM WEBSITE Complete tender document can be also be downloaded from our website www.easterncoal .gov.in OR www.tennders .gov.in. If the tender document is down loaded from the website the bidder has to furnish a Bank Draft of Rs. 5,725.00 (Rupees Five Thousand seven hundred twenty five) drawn in favour of EASTERN COALFIELDS LIMITED payable at ASANSOL (WB) as the price of tender document and an undertaking as per the enclosed format in a separate envelope.

1.6 GENERAL INSTRUCTIONS FOR SUBMISSION OF TENDER

A tenderer should strictly comply with the following instructions: a. A tenderer is required to submit his offers in a sealed cover giving reference to this Tender Notice No. and Date, containing four separate sealed envelopes prominently superscribed as "Part I", "Part II (Price bid)", "Earnest Money Deposit", & "Cost of Tender Document and Undertaking" respectively. b. The above four envelopes of the offer shall contain details as follows:

Part I – i) Full details of the firms (bidder) as per format given in Chapter 3; documentary evidences in support of qualification criteria, projects handled, financial capabilities and any other relevant information. Letter of the bidder submitting the bid along with affidavit as per the format given. ii) Technical offer along with detailed technical specifications of the Equipments, know-how offered, drawings, pamphlets, etc. strictly in terms of tender enquiry.

Part II – Price bid only in the format given in the tender document. Earnest Money / Bid security in the prescribed form (Bank guarantee or demand draft) is to be submitted in the envelope superscripted as "Earnest Money Deposit" . 6

Envelope marked as “Cost of Tender Document and Undertaking” shall contain either of the following:

- Attested notarized copy of Receipt of the application fee for tender document. Or - If the tender document is downloaded from the website, a Bank Draft of Rs. 5725 as the price of tender document and an undertaking.

1.7 VALIDITY PERIOD OF OFFER

The rates offered in Part II should be valid for six calendar months from the date of opening of Part I of the tender.

1.8 RECEIPT OF TENDERS Tenders are to be received in sealed covers up to 15.00 hrs on ------at the following office:

Office of General Manager (CMC), ECL/HQ, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA

1.9 PRE-BID MEETING A pre-Bid meeting will be held at 11.30 Hrs (IST) on ------at the office of the General Manager (CMC), Eastern Coalfields Limited HQ, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA

1.10 OPENING OF THE TENDERS Tenders will be opened at 15.30 hrs on ------at the office of the General Manager (CMC), Eastern Coalfields Limited, ECL/HQ, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA

Part II of the offer shall be opened only in respect of such tenders as are found valid after scrutiny of Part I.

1.11 DEPUTATION OF REPRESENTATIVES FOR CLARIFICATION After opening of the tender, if the company requires any clarification, the tenderers should be in a position to depute their representatives, at short notice, with full authority for clarification on the technical as well as commercial terms and conditions of the contract.

1.12 PURCHASE PREFERENCE Purchase Preference as applicable shall be extended to Indian Central Public Sector Enterprises (CPSEs) as per Purchase Preference policy of Government of India, if applicable at the time of award of work.

7

1.13 INTEGRITY PACT The bidders are required to sign the integrity pact as per format given in the Bid Document. Name and address of Independent External Monitor : -

Sl.No. Name of IEM & e-mail ID Address 1. Sri J.N.Mishra, IAS (Retd.) 2/77, Vijay Khand, Gomti Nagar, e-mail: [email protected] Lucknow-226010 Mobile : 09452775435 : 08009007744 2. Sri Rakesh Jaruhar. Sector-B/9, Flat No. 6457, Vasant e-mail: Kunj, New Delhi-110070 [email protected]

1.14 ECL’S RIGHT ECL reserves the right to accept or reject any or all tenders without assigning any reasons whatsoever. ECL also reserves the right to award full or part job at its discretion.

General Manager (CMC), Eastern Coalfields Limited, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA Distribution: 1. Sri J.N.Mishra, IAS (Retd.) 2/77, Vijay Khand, Gomti Nagar, Lucknow-226010

2 Sri Rakesh Jaruhar. Sector-B/9, Flat No. 6457, Vasant Kunj, New Delhi-110070

3. C. M. D., ECL 4. DT(P&P)/DT(O)/D(F)/D(P) ECL, 5. CVO, ECL, 6. GM/TS to CMD 7. GM(E&M)/HOD 8. GM(P&P)/HOD 9. RD, RI-I, CMPDIL, Asansol 10. CGMs/GMs- All Areas 11. G.M.(F) 12. GM(System), ECL. 13. Chief Cashier, ECL 14. Notice Board 15. PM(PR)ECL, for arranging paper publication & display of the Global NIT in ECL’s Website as per Norms.

8

INSTRUCTIONS TO BIDDERS

2.1 SCOPE OF TENDER The Eastern Coalfields Limited (referred to as Employer in this document) invites bids for the work of deployment Continuous Miner Package on hiring basis (as defined in this document and referred to as “the works”) detailed in NIT.

2.2 ELIGIBLE TENDERER 2.2.1 The invitation of Bid is open to all Bidders eligible to participate as per qualifying criteria laid down separately hereinafter.

2.2.2 All bidders shall provide in their bid (Part-I), Forms of Bid and Qualification Information,

2.2.3 Joint Venture Company: A joint venture company may undertake the contract.

Joint Venture Company shall comply with the following: i) Documentary evidence (Certificate of registration) of formation of the joint venture company must be included with the bid. ii) The bid shall include all the information regarding capability, experience as required for a bidder for each partner. For the purpose of eligibility criteria, credentials of the members of a joint venture company will be considered collectively. iii) A party can be a member in only one Joint Venture company. Bids submitted by other Joint Venture companies including the same party, as member will be rejected. iv) Separate bid by a member of a Joint Venture company will not be accepted.

2.2.4 Consortium: Two or more (maximum three) companies / parties may jointly undertake contract. The consortium shall comply with the following requirements: i) One of the partners responsible for performing a key component of the contract (i.e. extraction of coal by the Continuous Miner shall be designated as Lead member. Authorisation in favour of lead member of the Consortium shall be evidenced by submitting with the bid a Power of Attorney signed by legally authorised signatories of each Consortium member. ii) The bid shall include all the information regarding capability, experience as required for a bidder for each Consortium member. iii) The lead member shall be authorised to incur liabilities and receive instructions for and on behalf of any & all members of the consortium, and the entire execution of Contract, including payment, shall be done exclusively with the lead member. iv) Lead member of the consortium shall be overall responsible for entire scope of work. The other member(s) of the Consortium shall be responsible for the respective scope of work. The lead member will submit the Bank Guarantees whenever required.

9

v) Memorandum of Understanding (MOU) (in original) entered into by the consortium members shall be submitted with the bid containing division of work of each member, their responsibilities which shall be followed by firm agreement on becoming a successful bidder and to be submitted along with security deposit. vi) A party can be a member in only one consortium. Bids submitted by other consortium including the same party as member will be rejected. vii) Separate bid by a consortium member will not be accepted. viii) Different subsidiary of a parent company will not be allowed to take part as member of other consortium in the same tender. ix) Notwithstanding the above, all the consortium members shall be jointly and severally liable to ECL.

Individual company representing group of companies where different companies of the same group fulfill the eligibility criteria, it may participate in this tender. The representative company should have to furnish a teaming agreement to this effect.

2.2.5 The Company reserves the right to allow Indian Central Public Sector Enterprises purchase preference facility as admissible under prevailing policy.

2.3 QUALIFICATION OF THE TENDERER 2.3.1 The bidders shall be a private, public or government owned legal entity or a combination of them.

A. The Bidder must be a manufacturer of Continuous Miner and the same or similar equipment manufactured by the manufacturing organization and which is proposed for deployment must have produced at least 0.372 million tonne of coal from underground mines in any one production year in the preceding 7 years ending on ------.

OR B. The bidder must have a legally binding agreement with a manufacturing organization or his authorized agent / dealer (provided the such authorized agent / dealer has such delegation of power on behalf of the Manufacturer to do so) which have successfully manufactured and supplied Continuous Miner and the same or similar equipment manufactured by the manufacturing organization and which is proposed for deployment must have produced at least 0.372 million tonne of coal from underground mines in any one production year in the preceding 7 years ending on ------, and the agreement must clearly confirm that the bidder would have all the supports and services from the said organization or his authorized agent / dealer upto the period/ tenure of the contract.

OR C. The bidder must have produced at least 0.372 million tonne of coal from underground mines in any one production year using Continuous Miner in the preceding 4 years ending on ------. 2.3.2 The intending Bidder must have minimum financial turnover of INR 113.83 Crs . Or equivalent US $ in any year during last 7 years ending last day of month previous to the one in which bid applications are invited. Note : Financial Turnover shall be given a weightage of 5% per year ( average annual rate of inflation ) to bring them at current price level. 10

2.3.3 The intending Bidder must provide evidence of possessing adequate working capital of INR 35.02 Cr. or equivalent US-$ inclusive of access to lines of credit and availability of other financial resources to meet the requirement. (For calculating equivalent US $, the Bill selling rate of SBI on the last date of submission of bid shall be considered.)

2.3.4 In case, the Bidder is a subsidiary of a company and consolidated financial report is prepared by the holding company showing information / financial turnover of subsidiary separately, the same in respect of the subsidiary only shall also be considered to meet the eligibility criteria. In such case copy of a letter from the holding company to that effect will be required.

2.3.5 All bidders shall include the following information and documents with their bids (copies of all documentary evidences are to be duly authenticated by the bidders/ constituted attorney of the bidders with full signature and seal. All signed declarations are to be made in the bidder’s letter head.) a. Copies of original documents defining the constitution or legal status, place of registration and principal place of business; written power of attorney of signatory of the Bid to commit the bidder. b. Total monetary value of contractual work performed for each of the last 3 years. c. List of major items of equipment proposed to carry out the contract. d. Qualifications and experience of key site management and technical personnel proposed for the contract. e. Evidence of adequacy of working capital for this Contract (access to lines of credit and availability of other financial resources). f. Authority to seek references from the bidder’s bankers. g. Permanent Income Tax Account No. (PAN). However, in case foreign bidder is participating the bid and is not having PAN No. at the time of submission of bid shall have to submit the same before submission of the bills for first payment provided the foreign bidder becomes the successful bidder. h. The bidders would give a declaration that they have not been banned or delisted by any Govt. or Quasi-Govt. agencies or PSU’s. If a bidder has been banned by any Govt. or Quasi- Govt. agencies or PSU’s that fact must be clearly stated and it may not necessarily be a cause for disqualifying him. If this declaration is not given, the bid will be rejected as non- responsive. i. The bidder who participated as consortium must submit original copy of MOU for the formation of consortium. Any bid by a consortium without it is likely to be rejected. Note: The intending bidder will have to submit a declaration in support of the authenticity of the credential submitted by them along with the tender in the form of an affidavit as per the format provided in the bid document. 2.3.6 Even though the bidders meet the qualifying criteria, they are subject to be disqualified if they have: a. made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or b. record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc. b. having negative net-worth in any one of the past three years (based on audited accounts submitted in table 3.4).

11

2.4 ONE BID PER BIDDER Each Bidder shall submit only one Bid, either individually or a partner in Joint Venture company /consortium. A Bidder who submits or participates in more than one Bid will cause all the proposals with the Bidder’s participation to be disqualified. If two or more subsidiaries of a parent company / one or more subsidiary company and the parent company participate in the tender, they must be within a single consortium / JV, otherwise their bids shall be rejected.

2.5 COST OF BIDDING The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will in no case be responsible or liable for those costs.

2.6SITE VISIT

2.6.1 The Bidder at the Bidder’s own responsibility, cost and risk shall inspect and examine the site and its surrounding, and shall satisfy themselves fully before submitting bids as to the form and nature of the site, underground and on the surface, the geological and strata conditions decisive for the success of the project, the means of access to the site, the loading and unloading facilities etc. In general, the Bidders shall themselves obtain all necessary information as to risks, contingencies and other circumstances susceptible to influence or affect their bids. 2.6.2 Although certain information are provided in Technical Volume of this NIT, it should be checked by the Bidders, any neglect or failure to obtain or confirm such information will not relieve the Bidders from any liability or responsibilities to carry out the works according to the contract. ECL will assist the Bidders in obtaining the data required but will not assume responsibility either for the data obtained or for their completeness. 2.6.3 Bidders shall acquaint themselves on their own responsibility with laws and regulations in India under which the work is to be performed including those which may influence, in general or in detail, design, supply, transportation, erection, operation of the equipment and requirement of manpower. Any failure or neglect to do so will not absolve the potential Contractor from his contractual obligation. 2.6.4 It is specially emphasized that it shall be the responsibility of the Bidders to have themselves familiarized with the prevailing conditions and that no claim relating thereto for additional payment or adjustment of a Contract price will be acceptable after the submission of their Bid. 2.6.5 It shall be deemed that the tenderer has visited the site/area and got fully acquainted with the working conditions and other prevalent conditions and fluctuations thereto whether he visits the site/area or not and has taken all the factors into account while quoting his rates.

2.7 CONTENT OF BID DOCUMENTS The set of bid documents comprises the chapters listed below and addenda issued in accordance with Clause 2.9: Chapter 1 Notice Inviting Tender: Chapter 2 Instructions to Bidders Chapter 3 Forms of Bid and Qualification Information Chapter 4 Conditions of Contract Chapter 5 Mine Profile & Geo-mining information Chapter 6 Tender Drawing Chapter 7 Scope of work, Time schedule and Form of price bid Chapter 8 Formats. 12

2.8 CLARIFICATION OF BID DOCUMENTS

2.8.1 A prospective bidder requiring any clarification of the bid documents may notify the Employer in writing at the Employer’s address indicated in the Notice Inviting Tender. The Employer will respond to any request for clarification received before pre-bid meeting . Copies of the Employer’s response will be forwarded to all purchasers of the tender document, including a description of the inquiry but without identifying its source. 2.8.2 Pre-BID meeting: A pre-Bid meeting will be held on ------at 11.30 hrs. in the office of the General Manager (CMC), Eastern Coalfields Limited, HQ, Sanctoria Po : Dishergarh, Pin-713 333 ,Dist : Burdwan (WB), INDIA, to clarify the issue and to answer questions on any matter that may be raised at that stage.

2.9 AMENDMENT OF BID DOCUMENTS 2.9.1 Before the last date for the submission of Bids, the Employer may modify the bid documents by issuing addenda. 2.9.2 Any addendum thus issued shall be part of the bid documents and shall be communicated in writing to all purchasers of the bid documents. Prospective Bidders shall acknowledge receipt of each addendum by fax to the Employer. 2.9.3 To give prospective Bidders reasonable time in which to take an addendum intoaccount in preparing their Bids, the Employer shall extend, as necessary, the last date for submission of Bids, in accordance with Sub-clause 2.18.2. And the same is also to be communicated simultaneously to all the purchaser of the bid document.

2.10 LANGUAGE OF BID All documents relating to the Bid shall be in the English language. In case any certificate / printed literature furnished by the Bidder, is written in another language it must be accompanied by a translation of all its pertinent passages in the English language, duly certified to be the true representation of the original content, for the purposes of interpretation of the bid, such translation shall govern.

2.11 DOCUMENTS COMPRISING THE BID The Bid will be submitted by the bidder in the following manner: a. Part I of the bid to be submitted in 1st inner sealed envelope comprising of (i) Letter of the bidder submitting the bid along with Affidavit in the forms as stipulated in the document (Chapter 3, Section 1). (ii) Qualification information and the Documents as required in accordance with stipulations and any other materials required to be submitted by the bidder in accordance with these instructions. (iii) Technical offer along with detailed technical specification of equipments /knowhow offered, drawings, pamphlets etc. strictly in terms of Tender enquiry provided in Bid document. (iv) The original Bid document issued to the bidder or downloaded bid document as the case may be, duly signed by the authorized signatory of the bidder on all pages as proof of accepting the conditions of the contract. b. Part II of the bid to be submitted in the 2nd inner sealed envelope shall comprise Price Bid only in the Pro-forma given in the tender document. c. Earnest Money Deposit / Bid Security to be submitted in the 3rd inner sealed envelope. d. 4th inner sealed envelope marked as “Cost of Tender Document and Undertaking” shall contain either of the following: 13

- Attested notarized copy of Receipt of the application fee for tender document. Or - If the tender document is downloaded from the website, a Bank Draft of Rs. 5725 as the price of tender document and an undertaking. e. All the inner sealed envelopes will then be placed in one outer envelope, sealed and marked properly as per Clause 2.17 and submitted to the Employer at its address before the last date for submission of the bid as described in Clause 2.18. f. Failure to comply with any of the instruction / requirement will constitute submission of ‘incomplete bid’ and may entail disqualification of the tender (for further participation in the tender) without making any further reference and without assigning any reason whatsoever.

2.12 BID PRICES & TAXES: 2.12.1 Bidder shall quote the price ensuring minimum guaranteed production for ------years mentioned in NIT. 2.12.2 The bidders shall quote the following in their price bid: - Specific price per tonne of coal produced in Rs. /Te Note: a) Conditional Offer will be considered non responsive. b) All Bidders have to quote the specific price per tonne in INR only. Payments shall be made in INR only. c) Electricity shall be provided by ECL to the Contractor will be charged on actual and arrangements for all other consumables, diesel etc. are to be made by the Contractor at his own cost. 2.12.3 The price quoted would include the cost of the following: - Cost of scientific study. - Cost of hiring of Equipment to be supplied by the bidder for cutting of coal, roof support and carrying coal till it is loaded onto Gate Belt Conveyor. - Cost of all spare parts and all consumables for operation of Equipment. - Cost of wages for manpower deployed by the bidder. - Cost of Electricity consumption. - Cost of POL consumption. - Cost of Temporary Ventilation Stopping and installation of Auxiliary Fan to be provided within the district. - Cost for supporting the roof and or blasting the roof, if required. - All duties, taxes (including service tax & cess on service tax) and other levies payable by Contractor under the Contract, or for any other cause shall be included in the rates and total Bid Price. All incidentals, overheads, etc. as may be attendant upon execution and completion of works shall also be included in the rates and total Bid Price submitted by the Bidder. - Any other cost to fulfill the Bidder’s obligations under the contract. 2.12.4 The rates quoted by the Bidder shall be fixed for the duration of the contract and shall not be subject to variations on any account except to the extent variations allowed as per Clause 2.13 below. 2.12.5 Service provider must furnish invoice as per Rule 4A of the Service Tax Rules indicating therein the following:- (1) Name, address and service tax registration no. of the service provider. (2) Name and address of the service provider i.e. ECL.

14

(3) Description and value of taxable service provided indicating the abatement taken or method of valuation used for arriving at the taxable value. (4) Service Tax payable thereon indicating clearly the service tax payable by the service tax provider. (5) Invoice has to be submitted by the service providers with the information indicated above, even if the turnover of the service provider is less than the threshold limit of Rs. 10 Lakhs, because ECL has to pay its share. 2.12.6 All new taxes and all amendments related to Service Contract after submission of bid to existing taxes which is notified after the last date of submission of tender will be borne by ECL except when such taxes are on the personnel of the successful bidder or related to income tax on the successful bidder or its employees and similarly returned / deducted to / by ECL in case of decrease. 2.12.7 R&D Cess, if applicable in India will be payable by ECL. 2.12.8 In case Contractor avails Cenvat credit, the same shall be passed on to the ECL.

2.13 CURRENCIES OF BID AND PAYMENT 2.13.1 The specific rates for per tonne of coal produced shall be quoted by the Bidder in INR only. Payment under contractual obligation shall be made to the successful bidder only for coal produced. 1 1 2.13.2 Total contract period will be of 13 /2 (1 /2+12) Years as indicated in the NIT. For payment to the successful bidder the Specific Price/Te shall be subject to variation on quarterly basis as follows: Revised Specific Price/Te = (0.55 X Specific Price/Te) + (0.45 X Specific Price/Te X Average WPI on the subject quarter / Base WPI ) Average WPI on the subject quarter = Average Wholesale Price Index prevalent to the subject quarter. Base WPI - Wholesale Price Index prevalent for the month immediately preceding the month in which tender (Price Bid or revised Price Bid whichever is later) was submitted. 2.14 BID VALIDITY 2.14.1 The Bid shall remain valid for six calendar months from the date of opening of Part I of the tender. A bid valid for a shorter period shall be rejected by the Employer. 2.14.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the bidders may extend the period of validity for a specified additional period. The request and the bidder’s responses shall be made in writing. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid but will be required to extend the validity of his bid security for a period of the extension and in compliance with Clause 2.15 in all respects.

2.15 BID SECURITY / EARNEST MONEY DEPOSIT (EMD) Rs. 50,00,000 (fifty lakhs) as Earnest Money / Bid Security is to be deposited in the form of irrevocable Bank guarantee with validity 28 days beyond the validity of the Bid in the format given in the Bid Document. Demand drafts will also be acceptable as Earnest Money / Bid Security drawn in favour of EASTERN COALFIELDS LIMITED payable at its branch a ASANSOL (WB). Bank Guarantee / Demand Draft should be furnished either from a Scheduled Nationalised Bank in India or from first class International Bank of repute, having an operational branch in India if the bidder chooses to submit Bank Guarantee / Demand Draft issued by Foreign Bank Financial Institute.

15

2.15.1 Any Bid not accompanied by an acceptable Bid Security / EMD shall be rejected by the Employer as non-responsive. 2.15.2 Earnest Money / Bid Security of the unsuccessful bidders shall be refunded as promptly as possible after finalization of tender and shall bear no interest. 2.15.3 The Bid Security / Earnest Money may be forfeited: a) if the bidder withdraws the Bid after Bid opening during the period of Bid validity; or b) in the case of successful bidder, if the Bidder fails within the specified time limit to: i) Sign the Agreement; or ii) furnish the required Performance Security / Security Deposit. or c) if the bidder does not accept the correction of the bid price pursuant to clause 2.25. 2.15.4 The Bid Security/EMD deposited with the Employer will not carry any interest.

2.16 FORMAT AND SIGNING OF BID 2.16.1 The Bidder shall prepare the Bid comprising the documents as described in Clause 2.11. No additional terms/conditions other than prescribed in the tender documents will be entertained and conditional tender shall be rejected. 2.16.2 All documents of the Bid shall be typed or computer printed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder, pursuant to Sub-clause 2.3.5. All pages of the Bid document shall be signed and stamped by the Bidder. 2.16.3 The Bid shall contain no alterations, or additions, except those to comply with instructions issued by the Employer or as necessary to correct errors made by the Bidder, in which case such corrections shall be signed by the Bidder. Erasing or overwriting in the bid document may disqualify the Bidder. 2.16.4 The bidder shall submit bid in 3 sets, one “Original “ and two copies of it clearly marking as “ Original Bid” and “Copy of Bid“ as appropriate.

2.17 SEALING, MARKING AND SUBMISSION OF BIDS 2.17.1 The Bidder shall submit the Bid in four inner sealed envelopes and one outer sealed envelope, duly marking the inner envelopes in the following manner: 1st inner sealed envelope will be marked “ Part I " – Bid for Introduction of Continuous Miner Package on hiring basis at Kumardih-B UG mine of Bankola Area in ECL comprising of qualification information, Technical and Commercial Part”. 2nd inner sealed envelope will be marked “ Part II (Price Bid )" - for Introduction of Continuous Miner Package on hiring basis at Kumardih-B UG mine of Bankola Area in ECL." 3rd inner sealed envelope will be marked "Earnest Money Deposit". 4th inner sealed envelope will be marked "Cost of Tender Document and Undertaking" Outer Sealed envelope will be marked as “Bid for Introduction of Continuous Miner Package on hiring basis at Kumardih-B UG mine of Bankola Area in ECL” 2.17.2 The outer envelope and inner envelopes placed in outer envelope shall: a. be addressed to the Employer at the following address and submitted accordingly on or before the last date for submission of bid as indicated in Clause 2.19: General Manager (CMC), Eastern Coalfields Limited, HQ Sanctoria, Asansol, Dist: Burdwan (WB) – 713333, and

16

b. inner and outer envelopes will bear the following additional identification: - Tender Notice No. ------Date ------DO NOT OPEN BEFORE 15.30 HRS on ------2.17.3 In addition to the identification required as above, the inner and outer envelopes shall indicate the name and address of the Bidder. 2.17.4 If the outer as well as inner envelopes are not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the Bid.

2.18 LAST DATE FOR SUBMISSION OF BIDS 2.18.1 Bids shall be submitted to the Employer at the address specified above not later than ------. In the event of the specified date for the submission of bids being declared a holiday for the Employer, the Bids will be received up to the appointed time on the next working day. 2.18.2 The Employer may extend the last date for submission of Bids by issuing an amendment in accordance with Clause 2.9, in which case all rights and obligations of the Employer and the Bidders, previously subject to the original last date, will then be subject to the new last date.

2.19 LATE BIDS Any Bid received by the Employer after the last date prescribed in Clause 2.18, due to any reason whatsoever, will not be accepted.

2.20 MODIFICATION AND WITHDRAWAL OF BIDS 2.20.1 Bidders may modify or withdraw their Bids by giving notice in writing before the last date prescribed in Clause 2.18, in case the bidder has submitted the bid well before the last date or extended last date. 2.20.2 Bidder’s modification shall be prepared in line with the original, but withdrawal shall be a plain paper letter with the outer and inner envelopes additionally marked “MODIFICATION” or “WITHDRAWAL”, as appropriate. 2.20.3 No Bid may be modified after the last date / extended last date for submission of Bids. 2.20.4 Withdrawal of a Bid between the last date / extended last date for submission of Bids and the expiration of the period of Bid validity specified in the Bid document or as extended pursuant to Sub-clause 2.14.2 may result in the forfeiture of the Bid Security pursuant to Clause 2.15.

2.21 BID OPENING 2.21.1 The Employer will open Part- I of the bids first, including modifications made pursuant to Clause 2.20 in the presence of the bidders or their representatives who choose to attend at the time and in the place specified in Clause 1.9 of NIT (Chapter 1). In the event of the specified date of Bid opening being declared a holiday for the Employer the Bids will be opened at the appointed time and location on the next working day. 2.21.2 Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 2.21 shall not be opened. 2.21.3 The Bidder’s names, Bid modifications and withdrawals, the presence or absence of Bid Security and other details as the Employer may consider appropriate, will be announced by the Employer at the opening.

17

2.21.4 After examination and evaluation of Part -I of the bids in accordance with Clause 2.24, the bids which are technically and commercially at par and substantially responsive in accordance with specifications, scope, terms and conditions and fulfilling the requirements of the instructions to the bidders, Part -II of the bid shall be opened.

2.22 PROCESS TO BE CONFIDENTIAL 2.22.1 Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer’s processing of Bids or award decisions may result in the rejection of his Bid. 2.22.2 The tenderer may note that indulgence in submitting unsolicited offers or submitting unsolicited correspondence after closure of bid submission is liable to debar him from participating in ECL tenders.

2.23 CLARIFICATION OF BIDS 2.23.1 No document presented by the Bidder after closing date and time of the bid will be taken into account by the Evaluation Committee unless otherwise called for during technical scrutiny by the tender committee as clarification. This however, will have no bearing with the price quoted in the price bid. 2.23.2. To assist in the examination, evaluation and comparison of Bids, the Employer may, at the Employer’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakups of unit rates. The request for clarification and the response shall be in writing.

2.24 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 2.24.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid: a. meets the eligibility criteria defined in Clause 2.3; b. has been properly signed; c. is accompanied by the required securities; and d. is substantially responsive to the requirements of the Bid documents. 2.24.2 A substantially responsive Bid is one, which confirms to all the terms, conditions & specifications of the Bid documents without material deviation or reservation. A material deviation or reservation is one: a. which affects in any substantial way the scope, quality or performance of the works; b. which limits in any substantial way, inconsistent with the Bid documents, the Employer’s rights or the Bidder‘s obligations under the Contract; or c. whose rectification would affect unfairly the competitive position of other Bidder’s presenting substantially responsive Bids. 2.24.3 If a Bid is not substantially responsive, the Employer at its sole discretion may reject it.

2.25 CORRECTION OF ERRORS 2.25.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetical errors. Errors will be corrected by the Employer as follows: a. where there is a discrepancy between the amounts in figures and in words, the amounts in words will govern; and b. where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern, c. discrepancy in totaling or carry forward in the amount quoted by the bidder shall be corrected. 18

The tendered sum so corrected and altered shall be substituted for the sum originally tendered and considered for evaluation instead of the original sum quoted by the tenderer along with other tender/tenders. Rounding off to the nearest rupee should be done in the final summary of the amount instead of in totals of various sections of the offer. 2.25.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, shall be considered as binding upon the Bidder.

2.26 EVALUATION AND COMPARISON OF BIDS 2.26.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Clause 2.24. 2.26.2 In evaluating the Bids, the Employer will determine for each Bid, the evaluated Bid Price, by adjusting the Bid Price as follows: a. making any correction for errors pursuant to Clause 2.25 b. making up appropriate adjustment for any other quantifiable acceptable variations, deviations. c. making appropriate adjustments to reflect modifications offered in accordance with Clause 2.20. 2.26.3 If the Bid of the successful Bidder is seriously unbalanced in relation to the Company’s estimate of the cost of work, if any, the Employer may require the Bidder to produce detailed price analysis for any or all items of the work, to demonstrate the internal consistency of those prices with the methods and schedule proposed. 2.27 AWARD CRITERIA In final evaluation, Quoted Price per tonne of coal produced will be considered for evaluation.

2.28 EMPLOYER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS Notwithstanding Clause 2.27, the Employer reserves the right to accept or reject any Bid, and to cancel the bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds form the Employer’s action.

2.29 NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT 2.29.1 The Bidder, whose Bid has been accepted, will be notified of the award by the Employer prior to expiration of the Bid validity period by fax & confirmed by registered letter. This letter hereinafter and in the Conditions of the Contract called the “Letter of Acceptance” or “LoA” will state the sum that the Employer will pay the Contractor in consideration of the execution and completion of the works by the Contractor as to be prescribed in the Contract (hereinafter and in the Contract to be called “the Contract Price”) 2.29.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a Performance Security / Security Deposit in accordance with Clause 4.4. 2.29.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder within 30 days following the notification of award along with the letter of Acceptance.

2.30 LEGAL JURISDICTION Matter relating to any dispute or difference arising out of this tender and subsequent contract awarded based on the bid shall be subject to the jurisdiction of Asansol (WB) Court only.

19

2.31 NIT AND TENDER DOCUMENTS IN THE WEBSITE 2.31.1 The complete bid documents shall be available on the Company’s website http// www.ECL.gov.in for the purpose of downloading and tender submitted on such downloaded bid documents shall be considered valid for participating in the tender process. 2.31.2 The company shall not be responsible for any delay / difficulties / inaccessibility of the downloading facility for any reason whatsoever. The downloading facility shall be available during the dates as mentioned in Clause 1.5. 2.31.3 The bidders will be required to submit an undertaking that they will accept the tender documents as available in the website and their tender shall be rejected if any tampering in the tender document is found to be done at any stage after opening of tender. 2.31.4 In case of any discrepancy between the tender documents downloaded from the web site and the master copy available in the office, the latter shall prevail and will be binding on the tenderers. No claim on this account will be entertained.

20

FORMS OF BID AND QUALIFICATION INFORMATION SECTION : 1

CONTRACTOR’S BID

Sub: BID for the Work - Introduction of Continuous Miner Package on hiring basis at Kumardih-B UG mine of Bankola Area in ECL

To …………………………………. …………………………………. Dear Sir, We offer to execute the Works described above in accordance with the Conditions of Contract accompanying the Tender document issued to us. The Bid Security/Earnest Money in accordance with the Tender document amounting to Rs…………….. (in figures) ……………………………….. (in words) in the form as stipulated in Clause 2.15 is enclosed herewith (to be filled in by the Bidder). The Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any Bid you receive. We hereby confirm that this Bid complies with the Bid validity and Bid security required by the Bid documents. We also confirm that E.M.D. and other required documentary evidences related to this part of the Bid are enclosed (as listed below) herewith either in original / copies attested by Gazetted officer / copies duly authenticated by us with signature and seal alongwith affidavit as per the format provided in the bid document.

Yours faithfully, Authorised Signature………………………………… Name and Title of the Signatory……………………… Name of the Bidder…………………………….. Address…………………………………………………………. Date………………… (To be filled in by the Bidder) Enclo: i) E.M.D of Rs. ………………………………vide………………dt……. ii) ……………………. iii) …………………… iv) ……………………. v) …………………….

21

FORMAT FOR AFFIDAVIT Non-Judicial Stamp Paper AFFIDAVIT

I, ...... , Partner/Legal Attorney/ Accredited Representative of M/S...... , solemnly declare that: 1. We are submitting Tender for the Work ………………...... against Tender Notice No...... dated ……………….. 2. None of the Partners of our firm is relative of employee of ……………………...... …………………..(Name of the Company) 3. All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this Tender is complete, correct and true. 4. All documents / credentials submitted along with this Tender are genuine, authentic, true and valid. 5. If any information and document submitted is found to be false/ incorrect at any time, department may cancel my Tender and action as deemed fit may be taken against us, including termination of the contract, forfeiture of all dues including Earnest Money and banning/ delisting of our firm and all partners of the firm etc.

Signature of the Bidder , Dated ...... Seal of Notary

UNDERTAKING We, ...... undertake that the tender submitted by is downloaded from ECL Website www.ECL.gov.in OR www.tenders.gov.in and is same in content and form (verbatim), and any deviation, if detected, at any stage, would entitle ECL to reject our bid /offer without assigning any reason or recourse to any penal action, and would be legally binding on us. Signature ...... (Bidder) Seal.

22

SECTION: 2 QUALIFICATION INFORMATION (The information to be submitted by all the Bidders)

3.0 INDIVIDUAL BIDDERS OR INDIVIDUAL MEMBERS OF JOINT VENTURE COMPANY / CONSORTIUM 3.1 Constitution or Legal status of Bidder (attach copy)

Place of registration…………………………………………

Principal place of business …………………………………

Power of Attorney of signatory Bid: (attach)

3.2 GENERAL INFORMATION

Name of the Tenderer : Participating as Sin gle entity Joint Venture Consortium (Please tick) Details of Single Entity /JV / consortium members : I Name ( Single entity or Lead member ) : Postal address Tel.No. Fax-No. e-mail, website License or registration Bankers name & address Responsibility of the member

Turnover < Year> < Year> < Year> ( in…………) II Name ( member ) : Postal address Tel.No. Fax-No. e-mail, website License or registration Bankers name & address Responsibility of the member

Turnover < Year> < Year> < Year> ( in…………) Note : In case of more than two members in JV / Consortium the above information shall be furnished on the same format separately.

23

3.3 DETAILS OF PERFORMANCE OF EQUIPMENT FOR SIMILAR NATURE OF WORK ( In last 7 years i.e. after <……>)

(Experience should be of similar nature as proposed in the Bid) (Please use separate sheet for each work/project)

Brief description of the Job (Production of coal using Continuous Miner / Similar Equipment) Name of the Member responsible for the job Contract No. Name of mine & Location Client’s Details Address, Tel.No. Fax-No. e-mail, website Type of Equipment deployed Targeted Annual production (average) Average Annual production achieved

Maximum production achieved in a year Using a set of Continuous Miner

/ Similar Equipment) Value of total Contract

Date of award

Schedule date of completion

Date of actual completion

Name :

Designation: Signature with seal Date

Note : Similar nature of work means winning coal without blasting from underground Mines by deploying Continuous Miner / Similar Equipment with associated equipments.

24

3.4 Annual audited Financial reports of the last three years: balance sheets, profit and loss statement, auditors report etc. (copies to be submitted and the following format be filled in)

Financial Actual: Previous three years information in Rs. 1 2 3 1. Total assets 2.Current assets 3.Total liabilities 4.Current liabilities 5.Profit before tax 6.Profit after tax

3.5 Evidence of access to financial resources to meet the qualification requirements:

Cash in hand, liquid assets, unencumbered real assets, lines of credit and other financial means etc. sufficient to meet the construction cash flow (the copies to be submitted and the following format to be filled-up).

Source of financing Amount in Rs. 1. 2.

3.6 Details of bankers:

Banker Name of the banker

Address of the banker

Telephone Contact name and title Fax Telex

25

3.7 Information about litigations, if any, in which bidder is involved:

Year Award FOR or Name of the client, Cause of Disputed AGAINST applicant Litigation and Matter of dispute amount in Rs.

3.8 Details of the Equipments (Continuous Miner / Similar Equipment) Proposed to be deployed for the work:

Sl. Equipment type Make & model Number No. and capacity

Detailed specification of all the equipments is to be included with the Technical offer. Bidders are to submit dully filled Check list and Data/Information sheet furnished in the NIT.

3.9 Performance of the Equipments (Continuous Miner / Similar Equipment) Proposed to be used : Sl. Name and address of Mine / Year wise production of the package Project where the same type during equipment’s life No. equipment package were deployed

26

3.10 Permanent Income Tax Account No. (PAN)

3.11 DETAILS OF EARNEST MONEY / BID SECURITY

Deposit of Earnest Money by:

Draft No.: Bank Guarantee (BG) Details:

Drawn on: Name of the Bank:

Amount (Rs): Amount of BG:

Bank Guarantee valid up to :

1.2 OTHER DETAILS (a) Details of registration/ enlistment with Government organizations/ PSUs/ Subsidiaries of Coal India Limited. (b) Certificate of registration as per statutory requirements under Sales Tax, Contract Labour Laws etc. as may be applicable (c) Certificate of registration with CMPF authorities. (d) Acceptance by the Tenderer of the conditions of contract as per Tender Documents (attach signed copies of the bid document downloaded from website along with the tender as proof of acceptance). (e) List of minimum and maximum number of person grade and designation wise to be deployed in a shift by the bidder.

------Signature of the Tenderer

NOTE: 1. Separate sheets may be attached to furnish details, if necessary 2. In case of Joint Venture Company or Consortium, Separate information for each member should be submitted. 3. Documentary evidence of qualifications of the bidder (as per qualification criteria) is to be submitted.

27

CHECK LIST TO BE FURNISHED BY THE BIDDER (To be submitted in Part I)

Bidders are requested to fill column 3 and 4 and submit it along with their offer. Sl. Information/data/confirmation/ Yes (Y) Ref. Page No. documentary proof furnished or no. of offer No (N) 1 2 3 4 1 EMD deposited as per NIT and submitted 2 Proof of fulfilling the eligibility criteria furnished. 3 Proof of Financial Soundness furnished 4 Furnished Audited/Certified Account/Financial Statement of last 3 years. 5 Furnished P&L account and Balance sheet of last 3 years. 6 Furnished Annual Turn over of last 3 years 7 Furnished Average turn over in last 3 years. 8 Furnished status of DGMS approval of each equipment 9 Whether site of work visited 10 Whether attended Pre bid meeting held at 11 Offer has been submitted strictly as per Clause 2.11 under heading document comprising the Bid (Ref. page 15) 12 Furnished document establishing good eligibility and conformity to bidder documents. 13 Furnished detailed specification of equipment offered 14 Furnished documents regarding past performance of offered equipment 15 All pages of offer has been numbered and signed by duly authorized person. 16 Letter of authorization (Power of attorney) enclosed 17 Furnished a certificate that Bidder agree to the scope of work of NIT and all terms and conditions. 18 Furnished mine/district layout and sequence of operation. 19 Furnished detailed Network of implementation. 20 List of manpower (grade-wise) to be provided by the bidder in each AAP 21 Requirement of air at the last split of each working district and at the entry of the district.

Data/Information Sheet (To be submitted in Part I) A. Equipment Data proposed to be deployed

Sl. No. Equipment details/ specifications To be filled by bidder 1 1. CM 1.1.1 Make 1.1.2 Machine model 1.1.3 Number of Machine Offered 1.1.4 Number of such Machine working elsewhere 1.1.5 Status of DGMS Approval 1.2 Operating parameters 1.2.1 Cutting height range (mm) 1.2.2 Ground clearance (mm) 1.2.3 Tramming speed (m/min) 1.2.4 Loading rate (t/min) 1.2.5 Ground pressure (k Pa) 1.2.6 Machine weight (t) 1.2.7 Radio Remote Control 1.3 Dimensions 1.3.1 Overall length (mm) 1.3.2 Width (mm) 1.3.3 Height (mm) 1.4 Cutting unit 1.4.1 Cutter drum diameter (mm) 1.4.2 Cutter drum width (mm) 1.4.3 Cutter drum speed (rpm) 1.5 Electrical 1.5.1 Machine voltage (V) 1.5.2 Cutting head power (kW) 1.5.3 Traction power (kW) 1.5.4 Conveyor/ Loading power (kW) 1.5.5 Hydraulic unit power (kW) 1.5.6 Dust suppression unit power (kW) 1.5.7 Total installed power (kW) 1.6 1.6 Traction unit 1.6.1 Crawler chain width (mm) 1.6.2 Crawler speed (m/sec) 1.7 1.7 Loading unit 1.7.1 Conveyor width (mm) 1.7.2 Conveyor speed (m/min) 1.7.3 Loading capacity (TPH)

Sl. No. Equipment details/ specifications To be filled by bidder 2 Shuttle Car /Coal Hauler 2.1.1 Make 2.1.2 Machine model 2.1.3 Number of Machine offered 2.1.4 Number of such Machine working elsewhere 2.1.5 Status of DGMS Approval 2.2 Operating parameters 2.2.1 Payload (coal) (kg)/Cubic capacity (cu. m)) 2.2.2 Unladen weight (kg) 2.2.3 Power (kW) 2.2.4 Vehicle speed (kmph) 2.2.5 Grade ability in degree 2.2.6 Turning radius (mm) 2.2.7 Fuel consumption (L/shift) (if Diesel operated) 2.2.8 Operating voltage 2.2.9 Total service life (million tonnes) 2.2.10 Ground clearance (mm) 2.2.11 Ground pressure (kPa) 2.2.12 Cable reel capacity (electrically operated) (m) 2.3 Dimensions 2.3.1 Overall length (mm) 2.3.2 Width (mm) 2.3.3 Height (mm) 2.4 Wheel 2.4.1 Size 2.4.2 Ply rating 2.4.3 Filling 3 Roof Bolter 3.1.1 Make 3.1.2 Machine model 3.1.3 Number of Machine offered 3.1.4 Number of such Machine working elsewhere 3.1.5 Status of DGMS Approval 3.2 Operating parameters 3.2.1 Number of bolters 3.2.2 Operating mining height (m) 3.2.3 Drilling length (m) 3.2.4 Drill hole size (mm) 3.2.5 Tram speed (m/min) 3.2.6 Weight (t)/ Ground Pressure (MPa) 3.2.7 Tire/ Track chain 3.2.8 Max. Platform elevation from ground (m) 3.2.9 Drilling nature

Sl. No. Equipment details/ specifications To be filled by bidder 3.2.10 Power (kW) 3.2.11 Operating voltage (V) 3.2.12 Bolting rate (bolts/hr.) 3.2.13 Max. material hardness that can be drilled (MPa) 3.3 Dimensions 3.3.1 Overall length (mm) 3.3.2 Width (mm) 3.3.3 Height (chassis) (mm) 3.3.4 Wheel base (mm) 3.3.5 Ground clearance (mm) 3.4 Drilling System 3.4.1 Torque (Nm) 3.4.2 Rotation (rpm) 3.4.3 Feed thrust 3.4.4 Feed length (m) 3.4.5 Feed rate (m/min) 3.4.6 Mast height range (m) 3.4.7 Mast tilt (deg.) 4 Feeder Breaker 4.1.1 Make 4.1.2 Machine model 4.1.3 Number of Machine offered 4.1.4 Number of such Machine working elsewhere 4.1.5 Status of DGMS Approval 4.2 Operating parameters 4.2.1 Capacity (TPH) 4.2.2 Input size (mm x mm x mm) 4.2.3 Output size (mm x mm x mm) 4.2.4 Weight (t) 4.2.5 Ground pressure (MPa) 4.2.6 Tram speed (m/min) 4.2.7 Crusher Power (kW) 4.2.8 Dust suppression 4.2.9 Hopper size (m 3) 4.3 Dimensions 4.3.1 Overall length (mm) 4.3.2 Width over bucket type hopper (mm) 4.3.3 Overall width (frame) (mm) 4.3.4 Tram height (mm) 4.3.5 Max. discharge height (mm) 4.4 Conveyor 4.4.1 Conveyor width (mm) 4.4.2 Conveyor chain (mm) 4.4.3 Conveyor flights (mm x mm)

Sl. No. Equipment details/ specifications To be filled by bidder 5 Utility Vehicle/LHD 5.1.1 Make 5.1.2 Machine model 5.1.3 Number of Machine offered 5.1.4 Number of such Machine working elsewhere 5.1.5 Status of DGMS Approval 5.2 Operating parameters 5.2.1 Bucket payload (kg) 5.2.2 Bucket heaped capacity (m 3) 5.2.3 Weight (unladen) (t) 5.2.4 Max. power (kW) 5.2.5 Fuel consumption (L/hr) 5.2.6 Tyre size 5.2.7 Vehicle speed (kmph) 5.2.8 Grade ability 5.3 Dimensions 5.3.1 Overall length (mm) 5.3.2 Width overall frame (mm) 6 Set of electrical equipment 6.1 Particulars 7 Any Other Equipment 7.1 Particulars

Signature of Bidder

NOTE: Separate sheets may be attached to furnish details, if necessary.

32

4 CONDITIONS OF CONTRACT

4.1 DEFINITIONS i. ‘Accepting Authority’ shall mean the management of the Company and includes an authorized representative of the Company or any other person or body of persons empowered in this behalf by the Company. ii. When the words “Approved”, “Subject to Approval”, “Satisfactory”, “Equal to”, “Proper”, “Requested”, “As directed”, “Where directed”, “When directed”, “Determined by”, “Accepted”, “Permitted”, or words and phrases of like import are used, the approval, judgment, direction etc. is understood to be a function of the Owner/Engineer/Engineer-in-charge. iii. “Bank Guarantee” shall mean the Bank Guarantee to be provided by the bidder to the Owner. iv. “Codes” shall mean the following, including the latest amendments, and/or replacements, if any: (a) Standards of Bureau of Indian Standards relevant to the works under the contract and their specifications. (b) Other internationally approved Standards and/or rules and regulations touching the subject matter of the contract. i) A.S.M.E. Test codes. ii) A.I.E.E. Test codes. iii) American Society of Materials Testing Codes. iv) Indian Electricity Act and Rules and Regulations made thereunder. v) Indian Explosive Act and Rules and Regulations made thereunder. vi) Indian Petroleum Act and Rules and Regulations made thereunder. vii) Indian Mines Act and Rules and Regulations made thereunder. (c) Any other laws, rules, regulations and Acts applicable in the country with respect to labour, safety, compensation, insurance etc. v. The word “Company” or “Employer” or “Owner” or “ECL” wherever occurs in the tender document, means the Eastern Coalfields Limited, Asansol (CG), represented at head quarter of the company by the Director Technical or his authorized representative or any other officer specially deputed for the purpose. vi. The ‘Contract’ shall mean the notice inviting tender, the tender as accepted by the company and the formal agreement executed between the company and the Successful bidder together with the documents referred to therein including conditions of contract, special conditions, if any, specifications, designs & drawings including those to be submitted during progress of work, scope of work with rates and amounts. vii. "Contract period" shall start from the date of commencement of contract and include ------production years of cumulative coal production starting within eighteen months from the date of issuance of Letter of Acceptance (LOA) and shall continue upto three months from last full and final payment released by ECL to the Contractor after issue of contract completion certificate by ECL. viii. "Contract Price" is the amount in INR equal to the product of "Specific price per tonne of coal" and “sum of the minimum guaranteed production of all production years in tonne". It is not the total amount payable to the Contractor which will be dependant of amount of coal produced. ix. The word “Contractor” wherever occurs means the successful Bidder / Bidders who has / have been given written intimation about the acceptance of tender and has / have deposited the necessary performance security and shall include legal representative of such individual or persons composing a firm or a company or the successors and permitted assignees of such individual, firm or company, as the case may be. x. A ‘Day’ shall mean a day of 24 hours from midnight to midnight. xi. “Date of commencement of Contract” shall mean the date of issuance of the ‘Letter of Acceptance’. xii. “DGMS” means Directorate General of Mines Safety, the Indian Government Regulatory agency for safety in mines and oil-fields.

33

xiii. "Development" means the drivage of series of roadways parallel to each other and also at angles forming blocks of coal to support super-incumbent strata, in order that their network reach pre-determined boundary. xiv. "District" means independent blocks of coal connected at one end to the main arterial transport and ventilation networks and at the other end extending up to the boundary or barrier of the adjacent district with the barrier extending on the other two sides of the district. The district is as such an independent production unit in an underground mine. xv. “Drawings”/ “Plans” shall mean all: a) drawings furnished by the owner/consultant as a basis for proposals, b) drawings submitted by Contractor with his proposal provided such drawings are acceptable to the Owner/Consultant, c) drawings furnished by the Owner/Consultant to Contractor during the progress of the work, if any and d) engineering data and drawings submitted by Contractor during the progress of the work provided such drawings are acceptable to the Engineer. xvi. The word “Engineer” or “Engineer in-charge” or “Designated Officer-in-charge” wherever occurs, means the authorized representative or any other officer specially deputed by the Company for the purpose of Contract. He will be responsible for supervising and administering the contract, certifying payment due to Contractor, valuing variations to the contract, awarding extension of time and valuing compensation events. Engineer/ Engineer-in-charge/ Designated Officer-in-charge may further appoint his representatives i.e. another person or any other competent person and notify to Contractor who is directly responsible for supervising the work being executed at the site, on his behalf under the delegation of powers of the company. However, overall responsibility, as far as the contract is concerned will be that of the Engineer/Engineer-in-charge/ Designated Officer-in-charge. xvii. “Final Acceptance” shall mean the owner’s written acceptance of the works performed under the contract after successful completion. xviii. “Inspector” shall mean the Owner or any person nominated by the Owner from time to time, to inspect the equipments, stores or Works under the contract and/or the duly authorised representative of the owner. xix. “Letter of Acceptance” of the tender shall mean the official notice issued by the company notifying the successful bidder that his tender has been accepted. xx. “Continuous Miner means the technology with coal production system, which is continuous in nature and without deploying drilling and blasting as a major means of getting coal. The Continuous Miner so deployed should not have the cutting drum width less than 2.4 Mtr. xxi. “The mine or Site” shall mean the underground mine or site of the contract work including land and any building and erections thereon and any other land allotted by the company for Contractor’s use in the performance of the contract. xxii. “Month” shall mean a calendar month according to the Gregorian calendar. xxiii. Words importing “Person” shall include firms, companies, corporations, and associations or bodies of individuals, whether incorporated or not. xxiv. “Production Year” shall mean 6100 production hours spread over one calendar year having normally 305 working days starting from the first day of the succeeding month immediately following deployment of bidder’s underground equipment and the date of commencement of production. In case of stoppages for which Employer is responsible, working on weekly rest days and public holidays will be allowed to compensate such stoppages. Stoppages of less thanhalf an hour shall be disregarded entirely for the purpose of accumulation. “One day of additional work shall be allowed for every 20 hours of stoppages accumulated. The actual hours worked on any Sunday or a public holiday will reduce the accumulated hours of stoppages on ‘hour by hour’ basis. No additional hours will be permitted for any such stoppage on a Sunday or a public holiday. First Production Year therefore shall last for 305 working days from commencement plus any extensions as provided in this sub clause. Each of the subsequent Production Years shall commence on the expiry of the previous Production Year and shall last for 305 working days plus any extension as provided in this sub-clause. Where accumulated hours could not be

34

covered by working on Sundays and holidays as mentioned above, the Production Year shall be extended (week-days and Sundays) to reduce the accumulated hours as quickly as practicable before the commencement of the next Production Year. Time required for shifting of the equipments from one panel to another panel shall be included in the production year. However, time period required in shifting the equipments from one seam to another seam and overhauling the machines shall not be included in the production year. A “Hindrance Register” shall be maintained by both the Company and the Contractor at site to record the various hindrances, as mentioned above, encountered during the course of Contact execution. xxv. "Pillar extraction" means extraction of coal blocks formed after development by any method; with a reasonable percentage of recovery of coal, leaving void underground. The method of pillar extraction should be approved in writing by DGMS. xxvi. "Site Investigation and Monitoring Services" means those expert services which the Bidder shall procure from a suitably qualified firm. The Bidder has the responsibility for engaging such firm, coordinating provision of services for the Contract Period, and making payment to the firm. xxvii. “Specification” shall mean the technical specifications forming a part of the contract and such other schedules and drawings as may be mutually agreed upon. xxviii. The term “sub-contractor”, means any person to whom execution of any part of the work including supply of any Equipment is sub-Contracted by the Contractor with written permission of ECL, and includes his legal successors or permitted assigns. xxix. The "Works" shall mean the works required to be executed in accordance with the contract or parts thereof as the case may be and shall include all extra or additional or any work of emergent nature, which in the opinion of the Engineer-in-charge, become necessary during the progress of the works to be obviate any risk or accident or failure or become necessary for security. xxx. ‘Written Notice’ shall mean a notice or communication in writing and shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an office of the Contractor /Company for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. xxxi. Words importing singular only shall also include the plural and vice-versa where the context so requires.

4.2 CONTRACT DOCUMENTS 4.2.1 The successful bidder shall enter into a Contract Agreement with the Owner within 30 (thirty) days from the date of ‘letter of acceptance' of tender or within such extended time as may be granted by the owner. If the successful bidder is a consortium / Joint Venture company, the contract agreement should be signed jointly by each member of consortium / Joint Venture Company. The performance Bank Guarantee for the proper fulfillment of the contract shall be furnished by the successful bidder in the prescribed form within 15 (fifteen) days from the date of ‘letter of acceptance'. 4.2.2 The contract shall be considered as having come into force from the date of issue of the ‘Letter of Acceptance’ . 4.2.3 The following documents shall constitute the contract documents: (i) Articles of Agreements, (ii) Notice Inviting Tender, Addendum (if any), Offer and various clarification furnished by the successful bidder (iii) Letter of Acceptance of tender indicating deviations, if any, from the conditions of contract incorporated in the Bid/ Tender document issued to the bidder, (iv) Scope of Work (v) Conditions of contract, (vi) Special Terms and Condition (vii) Price/Rate and Price Variation (viii) Technical Specification of Equipment. (ix) Other Documents a. Time Schedule b. List of equipment to be deployed 35

c. List of Manpower to be deployed d. Designated Mining Area e. Integrity Pact (x) Any other relevant documents. 4.2.4 The agreement will be signed in 2 (two) originals and Contractor shall be provided with one signed original. After Letter of Acceptance Contractor shall proceed with the work, Contractor shall be furnished, free of charge, two copies of contract documents (certified true copies), excepting those drawings to be supplied during the progress of work. Contractor shall keep copy of these documents on the site/place of work in proper manner so that these are available for inspection at all reasonable times by the engineer-in-charge, his representatives or any other officials authorized by company for the purpose. None of these documents shall be used by Contractor for any purpose other than this contract and Contractor shall ensure that all persons employed for this contract strictly adhere to this and maintain secrecy, as required of such documents.

4.3 DISCREPANCIES AND ADJUSTMENTS THERE OF: 4.3.1 The documents forming part of the contract are to be treated as mutually explanatory of one another. In the event varying or conflicting provisions made in any of the document/ documents forming part of the contract, the 'Accepting Authority's decision/clarification shall hold good with regard to the intention of the document or contract, as the case may be. 4.3.2 Any error in description, quantity or rate in schedule or quantities or omission there from, shall not vitiate the contract or release Contractor from discharging his obligations under the contract including execution of work according to the specifications forming part of particular contract document.

4.4 SECURITY DEPOSIT/ PERFORMANCE GUARANTEE 4.4.1 Security Deposit is the guarantee kept with the Company during the contract period. Security deposit / Performance Guarantee is intended to secure the performance of the entire Contract. Security Deposit shall consist of two parts; i) Performance Security to be submitted at award of work and ii) Retention Money. The security deposit shall bear no interest. 4.4.2 Performance Security should be 5% of annualised Contract amount and should be submitted by the successful bidder within 15 days of issuance of Letter of Acceptance in the form of irrevocable Bank guarantee from Scheduled Indian bank in the prescribed format. The bid security (EMD) deposited by the successful bidder shall be returned to them after submitting the Performance Security. Failure of the successful bidder to comply with the requirement as above shall constitute sufficient ground for cancellation of the award of work and forfeiture of the bid security (EMD). 4.4.3 Retention Money should be deducted @ 5 % from running bills. 4.4.4 The total of Performance Security and Retention Money shall be limited to 10% of annual contract amount 4.4.5 Performance Security and Retention Money shall be refunded without any interest within 60 days of the issue of Contract completion certificate by ECL. The refund of Performance security deposit and Retention money shall be subject to company's right to deduct/ appropriate its dues against the Contractor under this contract or under any other contract. 4.5 TIME FOR COMPLETION OF CONTRACT - EXTENSION THEREOF 4.5.1 Immediately after the contract coming into force, the Engineer-in-charge and Contractor shall agree upon time and progress chart prepared on the basis of a work schedule to be submitted by Contractor showing the order in which the work is proposed to be carried out within the time specified in the contract document. 4.5.2 If Contractor without reasonable cause or valid reason commits default in commencing the execution of the work within the aforesaid date, the company shall without prejudice to any other right or remedy be at liberty, by giving 15 days notice in writing to Contractor to commence the work, failing which to forfeit the Security Deposit and terminate the contract at no cost to ECL. 36

4.5.3 However, Contractor may request the company in writing for extension of time giving full reason for the delay in commencing the execution of the work within the aforesaid date which the company may consider on basis of merit and may allow reasonable extension of time. Such extension shall be communicated to Contractor in writing by the company within 1 month from the date of receipt of such request. 4.5.4 Contractor shall however use his best efforts to prevent or make good the delay by putting his endeavors constantly as may be reasonably required of him. 4.5.5 Time required for shifting from one panel to another shall be included in the production year. However, time period required in shifting the equipments from one seam to another seam shall be given additionally as per mutually agreed.

4.6 QUALITY ASSURANCE Contractor shall carry out and the complete the work in every respect in accordance with the contract and shall ensure that work conforms strictly to the instructions of the Engineer-in- charge. The Engineer-in-charge may issue from time to time further detail instructions/ directions in writing to Contractor. Contractor shall adopt prudent industrial practices to avoid mixture of foreign materials like stones and metallic objects during mining of Coal and take measures to the satisfaction of ECL to ensure that to the extent possible no stones or foreign material extraneous to Coal shall be delivered. Contractor is responsible to produce -200 mm size of coal .

4.7 MEASUREMENT AND PAYMENT 4.7.1 Before execution of work, the area from where coal / coal-measure-strata is to be extracted by Contractor, shall be properly demarcated and a plan thereof shall be prepared maintained and kept up-to-date at weekly intervals. During course of execution, measurement shall be taken at weekly intervals (if necessary at closer intervals) and the measurement shall be plotted on the same plan. Measurement shall be taken jointly by the Engineer-in-charge or his authorized representative and by Contractor or his authorized representative. At the end of every measurement period, wherever possible the in-situ volume thus excavated and removed by Contractor, will be calculated. In case the quantity of coal produced is to be decided on the basis of survey, the specific gravity of coal shall be determined on the basis of joint sampling of coal. 4.7.2 Measurement of coal will be in metric tonne. Net weight of coal will be derived from weighment readings of the belt weightometer(s) installed below ground, which will be provided by the ECL. The belt weightometer(s) shall be calibrated and stamped as per the schedule specified by the Department of weights & measures of the State in which the mine is located. Wherever possible, it would be cross checked by underground survey. In case of panel extraction, cross checking by underground survey will be done, if feasible. In case of breakdown of belt weightometer(s), measurement by underground survey of face advance will be adopted. Calibration of belt weightometer(s) and measurements shall be taken jointly by the Engineer-in- Charge or his authorized representative and by the Contractor or his authorized representative. Before taking up calibration of weightometer(s) or measurements of any work, the Engineer-in- Charge or the person deputed by him for the purpose shall intimate the Contractor to attend or to send his representative to attend the calibration / measurement. Every calibration / measurement thus taken shall be signed and dated by both the parties on the site on completion of the calibration / measurement. In the event of failure on the part of Contractor to attend or to send his authorized representative to attend the calibration / measurement after receiving the intimation, the calibration / measurement taken by the Engineer-in-Charge or by his authorized representative shall be taken to be the correct measurement. 4.7.3 ECL and Contractor shall conduct a joint survey to determine the progress of the works at the end of each calendar month. This measurement shall be completed by the 5th day of the following month and summarized by Contractor and documented as 'Progress Certificate' to be delivered to ECL. 4.7.4 Payment on Account - Contractor shall submit monthly bill/bills for the work carried out in accordance with Contract. The engineer-in-charge shall then arrange for verification of the bill/bills and payment of verified amount after adjustment, if any, within 30 days of bill submitted by Contractor. Payment on account shall be made on the Engineer-in-charge certifying the sum to which Contractor is considered entitled by way of interim payment for the following: 37

a) The work executed as covered by the bill/bills after deducting the amount already paid, the Retention Money, electricity charges and such other amounts as may be deductible or recoverable in terms of the contract. 4.7.5 The company reserve the right to recover/ enforce recovery of any overpayments detected after payment as result of post-payment audit or technical examination or any other means, notwithstanding the fact that amount of disputed claim, if any, of the Contractor exceeds the amount of such overpayment and irrespective of the fact whether such disputed claims of Contractor are the subject matter of arbitration or not. The amount of such over payment may be recovered from the subsequent bills under the contract, failing that from Contractor claim under any other contract with the company or from Contractor's security deposit or Contractor shall pay the amount of overpayment on demand. 4.7.6 2% of the gross amount of each bill with applicable cess will be recovered on account of income tax which would be paid to the Income Tax Authority as per rules and ECL shall furnish TDS certificates to Contractor promptly for such deduction.

4.8 TERMINATION, SUSPENSION, CANCELLATION & FORE CLOSURE OF CONTRACT 4.8.1 The company shall, in addition to other remedial steps to be taken as provided in the conditions of contract, be entitled to cancel the contract in full or in part, if Contractor a) makes default in proceeding with works with due diligence and continues to do so even after a notice in writing from Engineer-in-charge, then on the expiry of the period as specified in the notice or b) commits default/ breach in complying with any of the terms and conditions of the contract and does not remedy it or fails to take effective steps for the remedy to the satisfaction of the Engineer-in-charge, then on the expiry of the period as may be specified by the Engineer-in- charge in a notice in writing or c) shall offer or give or agree to give any person in the service of the company or to any other person on his behalf any gift or consideration of any kind as an inducement or reward for act/acts of favour in relation to the obtaining or execution of this or any other contract for the company or d) transfers, sublets, assign the entire work or any portion thereof without the prior approval in writing from the Engineer-in-charge. The Engineer-in-charge may be giving a written notice, cancel the whole contract or portion of it in default. 4.8.2 The contract shall stand terminated under the following circumstances: In the case of Contractor being a company, its affairs are under liquidation either by resolution passed by the company or by an order of court, not being a voluntary liquidation proceedings for the purpose of amalgamation or reorganization, or a receiver or manager is appointed by the court on the application by the debenture holders of the company, if any. 4.8.3 On cancellation of the contract or on termination of Contractor, the Engineer-incharge shall have powers to carry out the incomplete work by any means at the risk and cost of Contractor .

4.8.4 Suspension of work - The company shall have power to suspend the progress of the work, any part thereof and the Engineer-in-charge may direct Contractor in writing to suspend the work, for such period and in such manner as may be specified therein, on account of any default on the part of Contractor or on ground of the safety of the work or part thereof. In the event of suspension for reason other than any default on the part of Contractor, extension of time shall be allowed by the company equal to the period of such suspension. 4.8.5 Foreclosure of contract in full or in part - If at any time after acceptance of the tender, the company decides to abandon or reduce the scope of the work for any reason whatsoever the company, through its Engineer-in-charge, shall give notice in writing to that effect to the contractor. In the event of abandonment/reduction in the scope of work, the company shall be liable to pay the contractor at the contract rates full amount for works executed and measured

38 at site upto the date of such abandonment/reduction in the work. The contractor shall, if required by the Engineer-in-charge, furnish to him books of accounts, papers, and relevant documents as may be necessary to enable the Engineer-in-charge to assess the amount payable. The contractor shall not have any claim for compensation whatsoever either for abandonment or for reduction in the scope of work, other than those as specified above.

4.9 LIABILITY FOR ACCIDENTS AND DAMAGES 4.9.1 The Company will not be responsible for any accident during work to any workman / staff or any one who is assigned job by Contractor under the contract. Company shall have no responsibility/ liability whatsoever for compensation payment in case of such accident. Contractor shall be responsible for loss or damage to their equipments etc. during entire Contract period. 4.9.2 The contractor shall take adequate Insurance coverage (ref. Clause 4.18) for payment of any compensation to any workmen / staff of contractor or of ECL if the said workman / staff / officers of either contractor or ECL dies or suffers an injury from any accident arising during the course of operation of the Continuous Miner / Similar Equipment.

4.10 FORCE MAJEURE 4.10.1 Should Force Majeure prevent or hinder the execution by either party of any of its obligations under this Contract, then the parties so affected shall be excused performance of its obligations for so long as such performance is thereby prevented or delayed. Both parties shall make every reasonable effort to minimize the effects of Force Majeure upon the Contract as far as possible. 4.10.2 The affected party shall notify the other by fax immediately but not later than 72 hrs from the time of occurrence of Force Majeure and confirm forthwith thereafter by registered letter enclosing therein reasonable evidence. Should the effect of Force Majeure last more than ninety (90) consecutive days, the parties to the Contract shall settle further execution of the Contract in an amicable way and arrive at an agreement within a reasonable time limit. 4.10.3 For the purposes hereof “Force Majeure” shall means and include Acts of God, War, Hostilities, Riot, Civil War, Insurrection or Civil Commotion, Malicious Damage, Blockades, Embargoes, Strikes and Lockouts, Sabotage, Explosions, Government Actions or non actions, Earthquake, Flood. Fire or other natural physical disaster, Plague or other epidemic, extra- ordinary thinning of coal seam, major geological disturbance, which is beyond the control of the party claiming force majeure which prevent or hinder the carrying out of obligations under Contract. Regarding major geological disturbance the opinion of ECL will be the final.

4.11 SETTLEMENT OF DISPUTES It is incumbent upon the Contractor to avoid litigation and disputes during the course of execution. However, if such disputes take place between the Contractor and the department, effort shall be made first to settle the dispute at company level. The Contractor should make request in writing to the Engineer-in-charge for settlement of such disputes/claims within 30 (thirty) days of arising of the cause of dispute/claim, failing which no disputes/claims of the Contractor shall be entertained by the company. If differences still persist, the settlement of the dispute with Govt. Agencies shall be dealt with, as per the Guidelines issued by the Ministry of Finance, Government of India in this regard. In case of parties other than Govt. Agencies, the redressal of the dispute may be sought in the Court of Law.

4.12 SUB-CONTRACTING No Sub-Contracting Without Permission The Contractor must not sub-contract its obligations under this Agreement without the prior written approval of ECL. Any approval to sub-contract given by ECL in accordance with this Clause shall not discharge the Contractor from any liability under the Agreement and Contractor remains subject to all of its obligations under the Agreement. The Contractor must ensure any sub-Contractor so approved by ECL observes all the provisions of the Agreement as if the sub- Contractor is also a party to this Agreement. 39

4.13 CERTIFICATE NOT TO AFFECT RIGHT OF OWNER AND LIABILITY OF CONTRACTOR No interim payment certificate of the engineer, nor any sum paid on account, by the owner, nor any extension of time for execution of the works granted by the engineer shall affect or prejudice the rights of the owner against Contractor or relieve Contractor of his obligations for the due performance of the contract, or be interpreted as approval of the works done or of the equipment furnished and no certificate shall create liability for the owner to pay for alterations, amendments, variations or additional works not ordered, in writing, by the engineer or discharge the liability of Contractor for the payment of damages whether due, ascertained, or certified or not, or any sum against the payment of which he is bound to indemnify the owner, nor shall any such certificate nor the acceptance by him of any sum paid on account or otherwise affect of or prejudice the rights of Contractor against the owner.

4.14 COMMITMENT TOWARDS MINIMUM GUARANTEED PRODUCTION Contractor would guarantee to produce the minimum guaranteed production of coal from the mining districts and delivery the same on the Gate belt. 4.14.1 Commitment Charges: In case, the Contractor fails to meet the agreed annual guaranteed production, he will pay commitment charges as indicated below: Actual Production in % of Annual Penalty to be Deducted Minimum Guaranteed production From <100% to 85% @10% of price per tonne charged on the difference of production from minimum guaranteed production of that production year.

From < 85% to 70% Amount calculated in above penalty (for <100% to 85% ) plus 20% of price per tonne charged on the difference of production from 85% of minimum guaranteed production of that production year

Less than 70% Amount calculated in above penalty (for <85% to 70% ) plus 30% of price per tonne charged on the difference of production from 70% of minimum guaranteed production of that production year

4.14.2 Payment of coal production during commercial production period will be made monthly. The interim adjustment for penalty will be done quarterly and the final adjustment will be made on the basis of coal production in that particular production year.

4.15 DGMS APPROVAL 4.15.1 All equipments/goods requiring permission under the law and to be supplied under the Contract must be approved by the Director General of Mines Safety (DGMS), Dhanbad, India for use in gassy coal mines. Approval has to be obtained by Contractor at his own expense. 4.15.2 DGMS approval for the deployment of the Continuous Miner Package (approved by DGMS) in the Underground mine for development would be obtained by ECL with the help of Contractor. ECL would put up application and Contractor will provide all necessary assistance to ECL for obtaining DGMS approval.

40 4.15.3 Shipment of the equipment shall be made by Contractor, only after the approval of concerned equipment and Technology by DGMS has been obtained.

4.16 APPLICABLE LAWS 4.16.1 The contract shall be governed by the laws of India being in force for the time being. The Contractor shall be governed by any applicable National, Municipal, Local or other law and any requirement or regulations of any Indian Governmental Authority or Agency in connection with the performance of the work. 4.16.2 The Contractor shall observe all the safety rules and regulations as required under the statutory Acts of the Government of India including specially, Mine Safety Regulations of India. The Contractor shall be well acquainted with all such laws applicable in connection with the performance of the contract and diligently observe and comply with all such laws. 4.16.3 ECL shall have the right to object to an unsafe practice followed by the Contractor and direct that the work be carried out in a safe manner.

4.17 INSURANCE 4.17.2 The Contractor shall carry and keep current during the Term of this Agreement adequate insurance coverage for the Contractor’s employees, the coal mining, handling & transportation facilities, the contracted facilities and equipment, Third Party Liability policies and Motor vehicle insurance covering own damage, Third Party Property damage and Third Party Personal Injury insurance to the satisfaction of ECL The Contractor shall upon request of ECL, furnish ECL with particulars of the insurance policies procured by the Contractor for the purpose of the Works. 4.17.3 The Contractor shall indemnify ECL against any losses as above that may result due to lack of required insurance cover.

4.18 ACCESS TO SITE AND WORKS ON SITE 4.18.1 Suitable access to and possession of the site shall be accorded to Contractor by the owner in reasonable time. 4.18.2 In the execution of the works, no persons other than Contractor or his duly appointed representative and workmen, shall be allowed to do work on the site, except by the special permission, in writing of the engineer or his representative. 4.18.3 Contractor shall establish a site office at the site and keep posted an authorised representative for the purpose of the contract. Any written order or instruction of the engineer or his duly authorised representative shall be communicated to the said authorised resident representing Contractor and the same shall be deemed to have been communicated to Contractor at his legal address.

4.19 COMPLETION CERTIFICATE On completion of the contract period and notifying the same by Contractor to the Engineer-in- Charge, the Contract Completion Certificate shall be issued by the Engineer-in-charge. Payment of final bill shall be made thereafter and refund of security deposit shall, however, be made as per relevant clause of the contract.

4.20 SPECIAL TERMS AND CONDITIONS / OBLIGATION OF CONTRACTOR 4.20.1 Contractor, before starting the work, shall furnish to the Engineer in charge the list of equipments, proposed to be deployed for the work. No equipments shall be deployed for the work without the approval of the Company. 4.20.2 The Company shall have the right to inspect or arrange inspection of the equipments deployed by Contractor for the work at any time and declare any equipment unsafe and ask for its immediate withdrawal from the site/ operation. Contractor shall ensure prompt/ immediate compliance of the same. 4.20.3 Contractor shall at his own cost, arrange for regular checking/ maintenance/ repair of the equipment and keep them in good and safe condition at all times. Proper records of such checking/ maintenance/ repair shall be maintained in a Log Book kept for the purpose, which shall be readily available for inspection whenever required.

4.20.4 Only experienced, skilled and disciplined worker of sound health, good behavior and antecedents having experience shall be deployed by Contractor to operate the equipments deployed for the work. 41 4.20.5 Contractor shall bring/ take back and arrange for the transportation of the equipments/ men and material required for the work at his own cost. However, the existing facilities available in the mine may be used by Contractor with the permission of the Engineer. 4.20.6 The work may be executed round the clock on all the days of week, if required or as directed by the Engineer in charge and Contractor shall be obliged to comply with the same. 4.20.7 Contractor shall at his own cost arrange for all materials, stores, spares, tools, tackles etc. and maintenance/repairs of the equipments required/ deployed for the work. The company shall have no liability whatsoever on this account. 4.20.8 Contractor shall maintain proper records in English/ Hindi of the equipments/persons etc. deployed for the work, work done, daily attendance of the employee, payment to the employees etc. and the Company shall have the right of access to and inspection of these records or to call for any or all these records or ask Contractor to submit such reports as it considers necessary and Contractor shall be bound to comply with such instructions. 4.20.9 The Company shall have no responsibility/ liability whatsoever for compensation payment in case of accident / damage to Contractor's equipments in the transit or while engaged in the work. 4.20.10 Contractor shall familiarize himself and fully comply with the provisions of all the Acts/ Rules/ Regulations/ Bye-laws and orders of the Local authority/ Municipality/ State Govt./ Central Govt. applicable to the worker, Mines Act, Payment of Wages Act, Workmen's Compensation Act, etc. and shall be fully responsible and liable for due observance of the same. The company shall have no responsibility / liability whatsoever on these account and Contractor shall fully indemnify the Company against any claim/ dispute / reference Award, etc. arising out of the same. 4.20.11 Contractor shall post adequate number of competent, experienced, skilled and disciplined persons having good antecedents for satisfactory execution of the work. A list of all such persons shall be kept in the office of Contractor and a copy of the same shall be furnished to the Engineer in charge as and when required. All these persons shall be in the direct employment and under direct administrative control of Contractor and the management shall have no responsibility / liability whatsoever in this regard. 4.20.12 Contractor shall issue an identity card/ employment card to each employee with photograph duly attested by him which the employee shall always carry with him, while on work and produce for inspection whenever required. 4.20.13 Contractor shall not engage any person less than 18 years of age or female as required by relevant law. 4.20.14 Contractor shall not pay less than the minimum wages to the workers engaged by them as per Minimum Wages Act or such other legislation or award or the minimum wages fixed by the respective State Government as may be in force. 4.20.15 Contractor shall make payment to his employees at the place (s) and manner specified by the Engineer in charge and in the presence of Company's authorized representative who shall duly witness all payments by Contractor to his employees. For this purpose Contractor shall notify to the Engineer in charge the wage period (s) day/ date and time of payment. 4.20.16 Contractor shall prepare the wage sheet for his employees in duplicate, a copy of which shall be regularly submitted to the Engineer in charge. 4.20.17 Contractor shall make timely payment of all salary / wages / dues to his employees and shall also provide all benefits to his employees as per various Acts/ Rules, Regulations, Orders applicable to the work e.g. bonus under Coal Mines Bonus Scheme and Payment of Bonus Act. Sunday Wages, Overtime, Holiday Wages, Leave Wages, Sick Leave etc. 4.20.18 Contractor shall also comply with the provisions of the Coal Mines Provident Fund Scheme and regularly deposit the contributions in accordance with the same. The company shall have no liability whatsoever in this regard. 4.20.19 The responsibility of Contractor in respect of all-payments to his employees will be complete and absolute. The company shall have no liability whatsoever in this regard and shall

be fully indemnified by Contractor against any claim arising out of any non pay-payment/ short- payment/ dispute/ award. 42 4.20.20 Contractor shall arrange for the training of his employees in accordance with the Mines Vocational Training Rules, 1966 as amended from time to time, at his own cost. However, ECL shall provide their existing vocational training centre for undergoing the said training free of cost. 4.20.21 Contractor shall provide footwear, helmets and other protective equipments, to his employees as provided in law at his own cost. 4.20.22 Initial Medical Examination (IME) of all contractual mining workers is mandatory and an amount as per prevailing rate shall be charged towards conducting IME for each worker, which shall be recovered from the bills of Contractor. 4.20.23 Payment to Contractor will be done through Electronic mode. For this the desired information are to be furnished by the bidder after becoming successful . 4.20.24 The Contractor shall keep Company indemnified against all damages caused to any employee and / or property of company due to negligence of the Contractor and / or its men and agents.

43 DRAFT TECHNICAL DOCUMENT

FOR INTRODUCTION OF KUMARDIH-B CONTINUOUS MINER (2 NOS.)

AT

KUMARDIH-B UG MINE (BANKOLA AREA)

DECEMBER- 2014

EASTERN COALFIELDS LIMITED SANCTORIA, DISHERGARH BURDWAN-713333 (INDIA)

TECHNICAL DOCUMENT

KUMARDIH-B CONTINUOUS MINER

1.0 PREAMBLE

Eastern Coalfields Limited (ECL), a Subsidiary of Coal India Limited (CIL) produced about 36.06 Million tonnes of coal during 2013-14. About 6.87 Million tonnes is produced from Underground (UG) mines and balance 29.19 Million tonnes from Opencast (OC) mines. ECL has planned to enhance its underground production to 11.52 Million tonnes by the end of XII five year plan (2016-17). To increase UG production, ECL proposes to introduce mass production technology in underground mines by adoption of Continuous Miner Technology.

2.0 OBJECTIVE

The objective of this Global Bid is to achieve an average annual production of 1.02 Million Tonne of coal from two Continuous Miner panels. The successful bidder shall also be responsible for supply, installation, operation and supervision of operation cum maintenance and spares management of the necessary machinery and / or equipment required for such implementation of Continuous Miner Technology at Kumardih-B Underground Mine on Hiring option , following stipulated safety standards as per provisions under The Mines Act 1952 and Rules , Regulations/guidelines made there-under and subsequently its adoption and absorption. In the present report, it is proposed to work from R-VIIA seam to R-III seam (upto 22 years) in 5 & 6 pit area by deploying Continuous Miner. Low height Continuous Miner will be deployed in R-VIIA, R-VIIB and R-VIIC seam due to low thickness. Normal height Continuous Miner will be deployed in R-VI, R-V, R-IV and R-III seams. Envisaged production from normal height CM is 0.51 MTY (1700 TPD) and that from low height CM is 0.36 MTY (1200TPD). R-VIIA, R-VIIB, R-VIIC, R- VI, R-V, R-IV and part of R-III seam will be worked upto 22 years of project life. Low height CM will be introduced in R-VIIA seam in 3 rd year. Envisaged production in 3 rd year (1 st year of CM operation) is 0.29 MTY. From 4th year to 5th year, a production of 0.36 MTY has been envisaged, when low height CM will be in operation. From 6 th year to 8 th year a production of 0.87 MTY has been envisaged, when low height CM & Std. Height will be in operation. In 9 th year,the low heigh CM will be replaced by one normal height CM and will be introduced in R-V seam. Details of production target upto 22 years of project life is given in the Table given below:

Table-1.1 Seam Reser CM Y 1 Y 2 Y 3 Y4 Y5 Y6 Y 7 Y8 Y9 Y10 Y11 ves R-VIIA CM1 - - 0.20 ------0.20 CM2 ------

R-VIIB CM1 - - 0.09 0.36 0.33 ------0.78 CM2 ------R- CM1 0.03 0.36 0.36 0..36 - - - 1.11 VIIC CM2 ------R-VI CM1 ------3.12 CM2 - - - - - 0.51 0.51 0.51 0.51 0.51 0.51 R-V CM1 ------0.51 0.51 0.51 2.64 CM2 ------Total - - 0.29 0.36 0.36 0.87 0.87 0.87 1.02 1.02 1.02

Seam Reser CM Y12 Y13 Y14 Y15 Y16 Y17 Y18 Y19 Y20 Y21 Y22 ves R-VI CM1 ------Contd CM2 0.06 ------R-V CM1 0.51 0.51 0.09 ------Contd CM2 ------R-IV CM1 - - 0.42 0.51 0.31 ------2.71 CM2 0.45 0.51 0.51 ------R-III CM1 - - - - 0.20 0.36 0.36 0.36 0.04 - - 1.32 CM2 ------R-II CM1 ------0.32 0.36 0.29 0.97 CM2 ------Total 12.85 Total 1.02 1.02 1.02 0.51 0.51 0.36 0.36 0.36 0.36 0.36 0.29

CM1 Low height Continuous Miner ( CM- 1st set) CM2 Std. height Continuous Miner ( CM- 2nd set ) CM1 Std. height Continuous Miner( replacement of Low height Continuous Miner ( CM- 1st set)

3.0 GENERAL INFORMATION NAME OF THE MINE : Kumardih-B

NAME OF THE AREA : Bankola

NAME OF THE COALFIELD : RANIGANJ

NAME OF THE COMPANY : EASTERN COALFIELDS LTD.

AREA OF THE MINE : Area of the project is 4.36 sq.km after recent boundary adjustment with Sonepur-bazari project. Present report has been prepared for 5 & 6 pit unit area ( 1.69 sq. km) only.

3.1 LOCATION

3.1.1 The Kumardih ‘B’ Block, located in the eastern part of Raniganj Coalfield, Bardhaman District, West Bengal is bounded within the Latitudes 23 o 41’ 36” to 23 o 40’ 13” and Longitudes 87 o 17’ 32” to 87 o 15’ 12”. The area is included in the Survey of India Toposheet No. 73 M/6. Kumardih ‘B’ Block is an amalgamation of parts of different existing blocks like eastern part of Sonepur-Bazari Sector-II, southern part of Nakrakonda (R), northern part of Kumardih (R), western fringe of Nakrakonda Extension blocks. The reconstituted block is named as Kumardih ‘B’ block. The block occupies an area of 5.59 sq. km. Reserve has been calculated from the east of Andal-Sainthia railway line, i.e. for an area of 4.36 sq. km. (after

recent boundary adjustment with Sonepur-bazari Project, total leasehold area of Kumardih-B mine is 4.36 sq.km.) 46 The block is bounded on all sides by the existing boundary of Kumardih ‘B. North: Part of Nakrakonda (R) block lies on the north of Kumardih ‘B’ block.

West: A large part of Sonepur-Bazari Sector II lies on the west of the block. Boundary has been restricted on the west by Andal-Sainthia railway line for the purpose of reserve calculation.

South: Part of Kumardih (R) block lies on the south of the block.

East: Nakrakonda Extension and Manderboni block lies on the east of the block.

3.1.2 Area of the Project in sq.km

Area of the project is 4.36 sq.km after recent boundary adjustment with Sonepur- bazari project. Present report has been prepared for 5 & 6 pit unit area ( 1.69 sq. km) only.

3.1.3 Limiting boundaries of the mine

Mine Boundary North : Boundary between Kumardih-B and Manderboni mine West : Andal- Sainthia Chord line South : Existing boundary between Kumardih-B mine and Kumardih-A mine East : Existing boundary between Kumardih-B and Nakrakunda mine

Boundary for the proposed project

North : Unit Boundary between 5 & 6 pit unit and C & E pit unit , along the fault F12-F12 (throw 48m) West : Andal- Sainthia Chord line South : Existing boundary between Kumardih-B mine and Kumardih-A mine East : Existing boundary between Kumardih-B and Kumardih –A mine

3.2 TOPOGRAPHY AND DRAINAGE The area is more or less plain with gently undulating topography. The elevation from the sea level varies from about 74.94m to 99.72m. The area is covered by alluvium, sandy soil and laterites. The area is drained by Itak nala flowing towards easterly direction. The nala remain dry during summer. According to local source, the HFL of Itak nala near C, E pit is around 72m. Paddy is the main crop of the area.

3.3 GEOLOGY Raniganj coalfield is the easternmost member of the Damodar Valley Coalfields which occupies an area of 1900 sq. km. Major part of the coalfield falls in the districts of Burdwan and a small part in Birbhum, Bankura and Purulia districts in West Bengal, Dhanbad and Santhal Pargana districts in Jharkhand. It is bounded in the northwest and south by the Achaeans. Its extension towards east is covered by soil, alluvium and laterites. There is unconformity between Tertiary and Raniganj formation. The entire Gondwana sediment in

the Raniganj basin is gradually thinning towards east. The stratigraphic sequence of Raniganj Coalfield is reproduced below: 47 1.2.1.1 3.3.1 Sequence of coal seams and parting within the block area:

All the coal seams are restricted within Raniganj formation. The coal seam sequences along with parting, thickness range, grade, BH density and geological reserves (5&6 Pit area and C&E Pit area) are given below:

Table-1.2: Sequence of Coal Seams

Seam Area Thickness Depth range Grade Borehole Borehole Geological Remarks Name (sq.km range (m) (m) UHV/GCV intersection density Reserve (MT) .)

R-VII 2.09 1.90-4.75 7.50-63.65 D-E/ 14 6.6 Not determined Exhausted (CMRK023, (CMRK006, G8-G7 KMD006) KMD006)

Parting 13.58-36.20

R-VII A 1.45 1.70-2.84 13.30-83.23 C-E/ 14 9.6 1.05 Partly standing (CMRK005, (PR037, G8-G6 on pillar RBC12) CMRK022)

Parting 1.00-23.65

R-VII B 1.74 1.00-3.14 25.30-110.95 D/ 21 12.0 3.26 Virgin (CMRK005, (KMD011, G8-G7 RBC12) KMD006)

R-VII AB 0.91 3.40-4.30 C-D/ 8 8.8 Not determined R-VIIA & R- (CMNRK009, G8-G6 VIIB get merged CMRK023) in north of F12 to form R-VII AB.

Parting 8.60-27.57

R-VIIC 3.20 0.10-3.50 12.00-140.10 D-E/ 34 10.6 5.57 Virgin (KMD014, (PR017, G9-G7 CMRK018) KMD006)

Parting 9.20-46.05

R-VI 4.13 2.00-6.80 15.23-166.50 D-C/ 54 13.0 14.04 Virgin in 5 & 6 (CMNRK009, (NKQBDD006, G8-G5 pit unit CMRK023) KMD006)

Parting 13.20-48.15

R-V 4.22 2.27-6.65 17.60-205.10 D-B/ 55 13.0 19.87 Virgin in 5 & 6 (PR021, (NKQBDD007, G7-G4 pit unit CMNRK009) CMRK022)

Seam Area Thickness Depth range Grade Borehole Borehole Geological Remarks Name (sq.km range (m) (m) UHV/GCV intersection density Reserve (MT) .)

Parting 1.00-67.60

R-IV 4.21 6.94-11.30 72.27-200.90 D-B/ 44 10.45 35.80 Virgin (PR047, (PR027, G6-G4 CMNRK020) CMRK015)

R-V/IV 0.06 13.40 B/ 1 16.6 1.36 Virgin, (NK004) G5 R-V & R-IV get merged in eastern part to form R-V/IV

Parting 19.65-53.75

R-III 3.17 2.09-3.90 126.70-258.20 C/ 27 8.5 9.87 Virgin (KMD006, (CMNRK022, G6-G5 CMRK004) KMD006)

Parting 1.00-30.60

R-II 3.17 1.00-2.75 152.00-275.10 D-C/ 22 6.9 5.81 Virgin (CMRKO22, (PR048, G7-G5 CMNRK001) CMRK022)

R-III/II 1.07 3.08-6.04 C-B/ 17 15.8 3.30 Virgin, (PR016, G6-G5 R-III & R-II get NK001) merged in north to form R -III/II

3.4 Coal Quality The block contains coal seams commencing from R-VII to R-II. R-I does not appear to have developed. R-VII, R-VII A, R-VII B, R-VII C and R-VI incrop within the Block. R-VII A and R-VII B merged to form combined seam R-VII AB on the south-eastern part. Similarly, R-III and R-II merged to form combined seam R-III/II on the north-eastern part. Coal seam sequence along with the quality is given in the table below:

Table-1.3: Coal Seams and their Quality Proximate Analysis at 60% RH & 40 oC UHV Coal Thickness Grade/ GCV Seam Range (m) UHV GCV M % A % VM % (K.cal/kg.) (K.cal/kg.) Grade D-E/ R-VII 1.90-4.75 8.1-9.5 22.6-24.9 27.9-29.3 4056-4662 5015-5250 G8-G7 5080-5550 C-D/ G8- R-VII A 1.70-2.84 7.5-8.4 19.3-24.2 29.6-30.1 4429-5091 G6 D/ G8- R-VII B 1.00-3.14 6.4-7.9 21.1-25.2 25.8-30.4 4454-4595 5160-5420 G7 C-D/ G8- R-VII AB 3.40-4.30 7.9-9.1 18.5-19.8 20.6-29.8 4535-5257 4990-5660 G6

Proximate Analysis at 60% RH & 40 oC UHV Coal Thickness Grade/ GCV Seam Range (m) UHV GCV M % A % VM % (K.cal/kg.) (K.cal/kg.) Grade E-D/ R-VIIC 0.10-3.50 6.9-9.9 24.9-26.7 26.2-27.0 2960-4262 4840-5290 G9-G7 D-C/ G8- R-VI 2.00-6.80 8.3-9.8 16.2-24.6 30.5 4346-5464 5060-5942 G5 D-B/ R-V 2.27-6.65 6.6-9.8 14.7-21.8 29.4-34.2 4677-5961 5270-6210 G7-G4 D-B/ R-IV 6.94-11.30 7.0-9.0 15.8-23.4 29.6-33.7 4551-6030 5740-6230 G6-G4 R-V/IV 13.40 7.6 14.5 - 5509 6060 B/ G5 C/ G6- R-III 2.09-3.90 6.7-7.6 18.1-20.8 30.3-31.6 4981-5367 5655-5900 G5 D-C/ R-II 1.00-2.75 7.6-8.6 16.7-24.2 27.6-30.6 4512-5602 5315-5900 G7-G5 C-B/ R-III/II 3.08-6.04 7.0-9.8 15.2-18.2 30.6-39.2 5298-5642 5700-6075 G6-G5

3.5 Block boundary of geological Block under consideration

The block is bounded on all sides by the existing boundary of Kumardih ‘B’ colliery.

North: Part of Nakrakonda (R) block lies on the north of Kumardih ‘B’ block.

West: A large part of Sonepur-Bazari Sector II lies on the west of the block. Project boundary has been restricted on the west by Andal-Sainthia railway line.

South: Part of Kumardih (R) block lies on the south of the block.

East: Nakrakonda Extension and Manderboni block lies on the east of the block.

3.6 Faults Kumardih ‘B’ has been traversed by a number of normal faults. The NW-SE trending faults are generally high magnitude faults with prominent pivotal effect, throw increasing or decreasing quite rapidly. All the faults are normal faults most of which are curvilinear in nature with sagging attitude. The faults in most of the cases intersect or abut against each other, thus giving rise to small fault blocks. Details of faults are given below: Table-1.4 Fault Location General Amount of throw Evidence trend of & direction fault trace

F1 Located in the NNE-SSW 5m, towards ESE Level difference on northern part of the both sides of the fault block extending from borehole PR028 to PR048

Fault Location General Amount of throw Evidence trend of & direction fault trace

F2 Located in the NW-SE 10m, towards NE Level difference on northern part of the both sides of the fault block extending from NKQBDD017 to NKQBDD018

F3 Located in the north- NE-SW to Throw is 14m towards Hit in floor of R-IV of central part of the ENE-WSW NW in the north, borehole PR048 block extending from gradually reduces to resulting reduction in borehole 10m towards south near thickness of R-IV NKQBDD017 to borehole NKQBDD010 seam. Hit floor of R-V CMRK003 seam in borehole PR046 resulting reduction in thickness of R-V seam.

F4 Located in the north NE -SW Throw towards north Taken for preparing outside the block floor contour plan

F5 Located in the eastern ENE-WSW Throw is 38m towards Intersected in boundary of the block north around borehole NK005 CMNRK009. Gradually reduces towards south- west to 24m.

F6 Located in the south- ENE-WSW Throw is 18m in east Intersected in eastern boundary of and reduces to 15m near borehole KMD006. the block KMD006. Throw Omission of R-II seam towards NW.

F7 Located in the west - ENE -WSW Throw towa rds NW and Intersected in central part of the is 20m near RBC12 and borehole RBC012. block gradually reduces to 5m Omission of R-II seam near RBC3

F8 Located just south of ENE-WSW Throw towards NW and Level difference on F7 is 2m near CMNRK22 both side of the fault and gradually dies out westward

F9 Located in north-west NW-SE Throw towards SW and Incrop of R-VI shifted part of the block, is 5m mainly outside the block

Fault Location General Amount of throw Evidence trend of & direction fault trace

F10 Located in the north- NW-SE Throw towards SW. Encountered in east boundary of the Increases from 25m in borehole PR029. block north to 35m in central Encountered in region and continues to borehole no. NK012 35m in southern part

F11 Located in south- NW-SE Throw towards SW. Level difference on western boundary of Increases from 25m in both side of the fault the block the north to 40m in the central region to 55m in the south

F12 Located in the middle NW-SE Throw towards SW. Intersected in portion of the block Increases from 30m in borehole no. BZII027 dividing the block into the north to 54m in the & BZII025 two halves central region near borehole no. CMRK023. Again decreases to 48m in the south near borehole no. CMRK030.

F13 Located in south- NW-SE Throw towards SW and Level difference on eastern part of the is 2m both side of the fault block

F14 Located in the eastern NW-SE Throw towards SW and Level difference on part of the block is 10m both side of the fault

Apart from the ten faults described above, possibility of additional minor faults, particularly in the vicinity of major faults cannot be ruled out.

3.7 Description of individual coal seams of the Project Area

3.7.1 Seam: R-VII R-VII seam has been intersected in 14 boreholes within the block drilled by different drilling agencies. The seam incrop within the block and the incrop get shifted by fault F7, F8 & F11. Thickness varies from 1.90m to 4.75m. The thickness is gradually increasing in the southern part. Major grade is ‘D’. Immediate roof is of sandstone or sandy shale while the immediate floor is formed of sandy or carbonaceous shale. Parting with underlying R-VII A varies from 13.58m to 36.20m. The seam has been found to occur at a minimum depth of 7.50m with the incrop region to a maximum depth of 63.65m. The seam is worked by underground working.

3.7.2 Seam: R-VII A Seam R-VII A is the upper split of R-VII AB seam. The seam has been intersected in 18 boreholes and incrop within the block. The incrop is shifted by F7 fault. Thickness varies from 1.70m to 2.84m. There is a zone of non-development in the southern part. Major grade

is C to D. The immediate roof of the seam is marked by sandstone (predominantly), sandy shale, grey shale or carbonaceous shale while the immediate floor is essentially marked by grey shale/carbonaceous shale. Parting with underlying R-VII B varies from 1m to 23.65m and in the southeastern part R-VII A and R-VII B are combined. The seam has been found to 52 occur at a minimum depth of 13.30m to a maximum depth of 83.28m. The seam is worked by underground working.

3.7.3 Seam: R-VII B

Seam R-VII B is the lower split of R-VII AB. The seam incrop in the west of Andal-Sainthia railway line. Thickness varies from 1.00m to 3.14m. Major grade is D. The immediate roof is marked by shale or shaly sandstone whereas the immediate floor is found to vary from sandstone, shaly sandstone and sandy shale to even carbonaceous shale. Parting with underlying R-VII C varies from 8.60m to 27.57m. The seam has been found to occur at a minimum depth of 25.30m to a maximum depth of 110.95m.

3.7.4 Seam: R-VII AB

Seam R-VII AB incrop within the block. Major grade is C. The combined seam occurs in the south-eastern part of the block. The seam has been found to occur at a minimum depth of 19.32m to a maximum depth of 85.40m.

3.7.5 Seam: R-VII C

Seam R-VIIC incrop within the block. The incrop is faulted by F12 & F3 faults. Thickness varies from 0.10m to 2.50m. Major grade is D. Immediate roof of the seam is formed mostly of carbonaceous shale or grey shale, while the immediate floor is marked by sandy shale, shale or shaly sandstone. Parting with underlying R-VI varies from 9.20m to 46.05m. The seam has been found to occur at a minimum depth of 12.00m to a maximum depth of 140.10m.

3.7.6 Seam: R-VI

Seam R-VI occurs within the block. The incrop is faulted by F12 & F3 faults. Thickness varies from 2.00m to 6.80m. Major grade is C. Immediate roof of the seam is generally formed of grey shale and carbonaceous shale, but in some parts of the block it changes to sandstone. The immediate floor is marked by sandy shale and shaly sandstone. Parting with underlying R-V varies from 13.20m to 48.15m. The seam has been found to occur at a minimum depth of 15.23m to a maximum depth of 166.50m.

3.7.7 Seam: R-V

Seam R-V occurs within the block. Thickness varies from 2.27m to 6.65m. Major grade is C. Immediate roof of the seam varies from sandstone to grey shale, while the immediate floor varies from carbonaceous shale, grey shale, sandy shale and shaly sandstone. Parting with underlying R-IV reached to a maximum of 67.60m. R-V and R-IV get merged in extreme eastern part of the block. The seam has been found to occur at a minimum depth of 17.60m to

a maximum depth of 205.10m. R-V/IV seam encountered in one borehole no. NK004 having thickness of the seam is 13.40m.

53 3.7.8 Seam: R-IV

Seam R-IV occurs within the block. Thickness varies from 7.01m to 11.30m. Major grade is B. Immediate roof of the seam is mostly formed of sandstone (shaly at places) while the immediate floor of the seam is marked by grey/carbonaceous shale. Parting with underlying R-III varies from 19.65m to 53.75m. The seam has been found to occur at a minimum depth of 72.24m to a maximum depth of 200.90m.

3.7.9 Seam: R-III

Seam R-III occurs within the block. Thickness varies from 1.55m to 3.75m. Major grade is C. Immediate roof of the seam is mostly formed mostly of shale (occasionally sandy shale, intercalation, medium grained sandstone at places) while the immediate floor of the seam is marked mainly by shaly sandstone to fine grained sandstone (occasionally shale to sandy shale at places). R-III & R-II seams gradually get merged in the north-eastern part of fault F12. Maximum parting with underlying seam is 30.60m. The seam is found to occur at a minimum depth of 126.70m to a maximum depth of 258.20m.

3.7.10 Seam: R-III/II

Seam R-III/II occurs in the north-eastern part of the block. Thickness varies from 3.95m to 5.95m. Major grade is C. Immediate roof of the seam is mostly formed mostly of shale to sandy shale (occasionally intercalation, fine grained to coarse grained sandstone at places) while the immediate floor of the seam varies from shale, sandy shale, intercalation, fine grained to medium grained sandstone.

3.7.11 Seam: R-II

Seam R-II occurs within the block. Thickness varies from 1.00m to 2.75m. Major grade is C. The seam has been found to occur at a minimum depth of 152.00m to a maximum depth of 275.10m. Immediate roof of the seam varies from shale, sandy shale, shaly sandstone to coarse grained sandstone while the immediate floor of the seam is marked mainly by shaly sandstone to fine grained sandstone (occasionally medium grained to coarse grained sandstone at places). a. Description of coal seams proposed to be worked: Table: 1.5 S.N Particulars Seam Characteristics R-VIIA R-VIIB R-VIIC R-VI R-V R-IV R-III R-II 1 Area (sq.km) 0.5 0.5 0.97 1.03 1.22 1.17 1.09 1.05 2 Bore hole 13 19 20 21 17 19 18 12 intersection within the project area 3 Borehole Density 26 38 21 20 14 16 17 11 (BH/sq.km) 4 Seam Thickness(m)

In Mining Area 1.70-3.50 1.10-3.08 1.12-2.15 4.30-6.80 3.10-5.50 7.20-11.30 1.55-3.75 1.55-2.20

5 Proposed 1.70-3.50 1.50-3.08 1.50-2.15 Upto 4.6m (if 3.10-5.50 Upto 4.6m (if 1.55-3.75 1.55-2.20 Workable higher range higher range thickness(m) is deployed is deployed upto 6.0m upto 6.0m can can be be worked) worked) 7 Depth from Surface

In Mining Area 13.50- 25.30- 43.70- 67.50-166.50 91.10- 99.50-227.15 126.70- 156.0- 83.28 110.95 140.10 205.10 258.20 245.80 8 Parting(m)

With lower seam 9.95-44.40 11.40-63.30 9.20-39.10 17.85-39.95 4.40-60.50 19.65-29.25 25.40- 30.28

S.N Particulars Seam Characteristics

9 Coal Quality (Av. C-D D D C C B C C grade) (UHV) 10 Coal Quality (Av. G-5 G-7 G-8 G5-G6 G6-G7 G4-G5 G5-G6 G5-G6 grade) (GCV) 11 Degree of Deg-II Deg-II Deg-II Deg-II Deg-II Deg-II Deg-II Deg-II Gassiness (assumed) 12 Immediate roof Sandstone Shale or Carbonace Grey shale & Sandstone Sandstone Mostly of Mostly of (predomin shaly ous shale carbonaceou to grey (shaly at shale shale to antly), sandstone or grey s shale, in shale places (occasiona sandy sandy shale some parts, it lly sandy shale shale, changes to shale, (occasiona grey shale sandstone intercalatio lly or n, medium intercalatio carbonace grained n, fine ous shale sandstone grained to at places) coarse grained sandstone at places) 13 Floor Grey Sandstone, Sandy Sandy shale Carbonaceo Grey/carbona Shaly Shale, shale/carb shaly shale, and shaly us shale, ceous shale sandstone sandy onaceous sandstone & shale or sandstone grey shale, to fine shale. sandy shale shaly sandy shale grained shale, to even sandstone and shaly sandstone intercalate carbonaceou sandstone (occasiona s shale lly shale to ion of fine sandy grained to shale at places) medium grained sandstone Net G eological Reserve (M.Te)

14 Proved 1.05 3.26 3.33 11.21 7.62 12.51 4.52 2.87

Indicated - - - -

15 Mineable 0.42 1.30 1.75 7.39 4.82 9.85 3.42 2.14 Reserves (MT) 16 Extractable 0.2 0.78 1.11 3.12 * 2.64 2.71* 1.32 0.97 Reserves (MT) *

17 Status of the seam Developed Virgin Virgin Virgin Virgin Virgin Virgin Virgin & standing on pillars

4.0 Degree of Gassiness

The degree of gassiness of gassiness of R-VIIA ( in 5 & 6 pit) and R-VI /R-V seam (in C & E pit) is degree-II. Hence, for present planning purposes, lower coal seams of this mine has been assumed as degree-II gassy. However, it is proposed to freshly determine the degree of gassiness while working R-VIIA, R-VI and all other virgin seams, in 5 & 6 pit unit.

55 Jhanjra UG mine is degree-I in gassiness. For the calculation of total air quantity, gas emission rate has been assumed as 1.0 cum/te of coal produced. 4.1 Incubation Period Small area of R-VIIA seam is standing on pillars and all lower seams are virgin. No study has been carried out to determine the incubation period or crossing point temperature of coal. For the present planning purpose, it has been assumed as 9 months. However, it has been proposed to freshly determine the incubation period of the coal and sub-paneling should be done accordingly. 4.2 Mineable Reserves and Extractable Reserves R-VIIA, R-VIIB, R-VIIC, R-VI, R-V, R-III and R-II seams have been considered in present report for mining in 5 & 6 pit unit area by Bord & Pillar method with Continuous Miner technology. These seams constitute a total of 12.85 Mt extractable reserves (including extractable reserve of 0.97 Mt in R-II seam). Out of the above seams, R-II seam will be extracted after 22 years 4.2.1 Mineable Reserves Mineable reserves of the seam as mentioned in para 5.3 under present report are calculated after considering the losses (panel barrier, barrier near fault, boundary, coal loss due to presence of jore, road, railway siding etc.) Specific gravity assumed for the different grades of coal for computation of mineable and extractable reserves are as follows:

Grade Specific Gravity A 1.35 B 1.41 C 1.43 D 1.50 E 1.55

Following table (Table-5.2) depicts the status of various seams in respect of area, seam thickness and reserves in ( Sector-A, Sector-B & Sector-C) upto R-III seam ( which will be worked upto 25 years) in 5 & 6 pit area :

Table – 1.6 Seam Area Thickness Geological Geological Mining Mineable considered range reserve losses losses reserve (Ha) (m) (Mt) (Mt) (Mt) (Mt) R-VIIA 50.0 1.70-3.50 1.05 0.11 0.53 0.42 R-VIIB 56.0 1.10-3.08 3.26 0.33 1.76 1.18 R-VII C 97.0 1.12-2.15 3.33 0.33 1.21 1.78

R-VI 103.0 4.30-6.80 11.21 1.12 2.70 7.39 R-V 122.0 3.10-5.50 7.62 0.76 1.81 5.05 R-IV 117.0 7.20-11.30 12.51 1.25 1.03 10.23 R-III 109.0 1.55-3.75 4.52 0.45 0.65 3.42 Total 43.50 4.35 9.69 29.46 4.2.2 Extractable Reserves

Seam wise extractable reserves under present report are as follows:

Seam wise extractable reserves (upto 25 years of operation) in the Project area after considering the geological, mining and mineable losses are as tabulated below in table-5.3:

Table – 1.7 Seam Geological Mineable Mineable** Extractable reserve reserves losses reserves (Mt) (Mt) (Mt) (Mt) R-VIIA 1.05 0.42 0.22 0.20 R-VIIB 3.26 1.18 0.40 0.78 R-VII C 3.33 1.78 0.68 1.11 R-VI 11.21 7.39 4.26 3.12* R-V 7.62 5.05 2.41 2.64 R-IV 12.51 10.23 7.52 2.71* R-III 4.52 3.42 2.09 1.32 Total 43.50 29.46 17.58 11.88

*Cutting height of the Continuous Miner has been taken as 4.6min R-VI and R-IV seam. In case, Continuous Miner with a cutting height of 6.0m is available, extractable reserve from R-VI and R-IV seam will be 4.02 Mt and 3.53 Mt respectively. 4.3 Hydrogeology Within the boundaries of the Raniganj coalfield the main aquiferous complex is represented by individual layers attached to partings in coal bearing strata. Water bearing rocks are represented mostly by sandstones. The thickness of some aquiferous layers varies from 10 to 12 m up to 25 to 40 m. The presence of tectonic faults seems to create conditions for circulation of underground water in full thickness of coal bearing strata. The depth of water table from the earth surface varies depending on the terrain, from a few meters to 30 m. Water abundance in the complex is not great.

The information about filtration properties has been obtained as the result of testing with the help of experimental pumping of the coal bearing strata of R- VIII B to R-VIIC seams till the depth of 190 m. The filtration factor has been of the order of 0.02 m/day.

57 Horizons are fed mostly due to infiltration of atmospheric precipitation. Sharp fluctuation of water levels has been recorded in boreholes.

It is expected that during operations, the water inflow into the mine may be considerable during the monsoon period due to infiltration of rain water to the mine through the broken strata. It is proposed that by properly leveling the surface and constructing garland drains, the water percolation to underground workings will be reduced to minimum and will be kept under control.

4.4 Geo-Mining Parameters Part of the area of R-VII and R-VIIA seam is waterlogged. R-VII seam is exhausted (depillared with caving/stowing). Some area of R-VIIA seam is standing on pillar and major area of the seam has been caved. In the present report, it is proposed to dewater both R-VII and R-VIIA seams and extract the portion of R-VIIA seam which is standing on pillars by Continuous Miner. The detailed geo-mining parameters for R-VIIA, R-VIIB, R-VIIC, R-VI, R-V, R-IV and R-III seams considered for exploitation in the present report by Continuous Miner are given in Table no.1.5. (R-II seam will be exploited after 22 years).

* Extractable Reserve of R-VI and R-IV seams have been given for Continuous Miner cutting height of 4.6m. If higher capacity Continuous Miner with a cutting height of 6.0m is deployed in R-VI and R-IV seam, extractable reserve from these seams will be 4.02 Mt and 3.53 Mt respectively.

58

5. Mine Profile & Geo-Mining Conditions

5.1 General Mine Information:

5.1.1Mine/Project

NAME OF THE MINE : Kumardih-B

NAME OF THE AREA : Bankola

NAME OF THE COALFIELD : RANIGANJ

NAME OF THE COMPANY : EASTERN COALFIELDSLTD.

AREA OF THE MINE : Area of the project is 4.36 sq.km after recent boundary adjustment with Sonepur-bazari project. Present report has been prepared for 5 & 6 pit unit area ( 1.69 sq. km) only.

5.1.2Mine location: The Kumardih ‘B’ mine operates under Bankola Area of Eastern Coalfields Ltd., a subsidiary of Coal India Ltd. (CIL).Kumardih-B mine is situated in the eastern part of Raniganj Coalfield district of Bardhaman The mine is approachable fromRaniganj by all weather roads. The nearest railway station is Ukhra , which is about 5 KM away from Kumardih-B mine. Location: bounded within the Latitudes 23 o 41’ 36” to 23 o 40’ 13” and Longitudes 87 o 17’ 32” to 87 o 15’ 12”. The area is included in the Survey of India Topo sheet No. 73 M/6.

5.1.3Accessibility: Nearest Airport: Kolkata Nearest Railway Station: Ukhra Nearest Seaport: Haldia/Kolkata

5.1.4Communication Approach by Road: 30 KM from Raniganj by all weather motorable roads.

The block is at a distance of 45 km from Asansol and 30 km from Raniganj by all weather motorable roads. It is also connected by motorable road with Bankola colliery and Shyamsundarpur colliery. Ukhra is the nearest railway station at a distance of 5 km by road. It is 230 km from Kolkata by road.

59 5.1.5Mining Block: Kumardih ‘B’ Block is an amalgamation of parts of different existing blocks like eastern part of Sonepur-Bazari Sector-II, southern part of Nakrakonda (R), northern part of Kumardih (R), western fringe of Nakrakonda Extension blocks. The reconstituted block is named as Kumardih ‘B’ block. The block occupies an area of 5.59 sq. km. Reserve has been calculated from the east of Andal-Sainthia railway line, i.e. for an area of 4.36 sq. km. (after recent boundary adjustment with Sonepur- bazari Project, total leasehold area of Kumardih-B mine is 4.36 sq.km.) The block is bounded on all sides by the existing boundary of Kumardih ‘B.

North: Part of Nakrakonda (R) block lies on the north of Kumardih ‘B’ block.

West: A large part of Sonepur-Bazari Sector II lies on the west of the block. Boundary has been restricted on the west by Andal-Sainthia railway line for the purpose of reserve calculation.

South: Part of Kumardih (R) block lies on the south of the block.

East: Nakrakonda Extension and Manderboni block lies on the east of the block.

5.1.6 Land acquisition status Area of the project is 4.36 sq.km after recent boundary adjustment with Sonepur-bazari project. Present report has been prepared for 5 & 6 pit unit area ( 1.69 sq. km) only. Mine is having land of 163.01 Ha out of 169.14 Ha. There is no forest land in the mine. Additional land of 6.13 Ha. Is required for the project.

5.1.7 Climate: The area falls in the Tropic of Cancer, thus tropical climatic condition prevails over the area. The average temperature recorded in the area ranges from 25 oC to 28 oC during winter and 34 oC to 37 oC during summer. The average difference in day and night temperature during the months of December and January is about 10 oC to 14 oC. Extreme temperature recorded is 5 oC and 47.2 oC. The monsoon prevails from mid June to September, the average annual

rainfall being 1180mm. Cyclonic storm of moderate intensity (know as Kalbaisakhi) occur during the months of April and May.

5.1.8 Topography & drainage: The area is more or less plain with gently undulating topography. The elevation from the sea level varies from about 74.94m to 99.72m. The area is covered by 60 alluvium, sandy soil and laterites. The area is drained by Itak nala flowing towards easterly direction. The nala remain dry during summer. According to local source, the HFL of Itak nala near C, E pit is around 72m. Paddy is the main crop of the area.

5.2 GEOLOGY 5.2.1Geological boundary of the mine/project The block is bounded on all sides by the existing boundary of Kumardih ‘B. North: Part of Nakrakonda (R) block lies on the north of Kumardih ‘B’ block West: A large part of Sonepur-Bazari Sector II lies on the west of the block. Boundary has been restricted on the west by Andal-Sainthia railway line for the purpose of reserve calculation. South: Part of Kumardih (R) block lies on the south of the block. East: Nakrakonda Extension and Manderboni block lies on the east of the block.

5.2.2Drilling details. Density of boreholes in the whole block (5.59 sq. km.) and in the area east of Andal-Sainthia railway line for Kumardih-B colliery (4.36 sq. km.) has been calculated are shown in separate table.

Table-1: Seam-wise Borehole Density (Whole Block) Seam Area (Sq. No. of boreholes Density (Bhs/Sq.km.) km.) R-VII 2.09 14 6.6 R-VII A 1.65 18 10.9 R-VII B 2.20 29 13.1 R-VII AB 0.91 8 8.7 R-VIIC 3.90 43 11.0 R-VI 5.12 71 13.8

R-V 4.95 74 14.9 R-IV 5.52 67 12.1 R-V/IV 0.06 1 16.6 R-III 4.31 41 9.5 R-II 4.31 34 7.8 R-III/II 1.24 25 20.1

Table-2: Seam-wise Borehole Density (Kumardih-B mine)

Seam Area (Sq. km.) No. of boreholes Density (Bhs/Sq.km.) R-VII 2.09 14 6.6 R-VII A 1.45 14 9.6 R-VII B 1.74 21 12.0 R-VII AB 0.91 8 8.8 R-VIIC 3.20 34 10.6 R-VI 4.13 54 13.0 R-V 4.22 55 13.0 R-IV 4.21 44 10.45 R-V/IV 0.06 1 16.6 R-III 3.17 27 8.5 R-II 3.17 22 6.9

R-III/II 1.07 17 15.8

5.2.3Geology of the Coalfield: Raniganj coalfield is the easternmost member of the Damodar Valley Coalfields which occupies an area of 1900 sq. km. Major part of the coalfield falls in the districts of Burdwan and a small part in Birbhum, Bankura and Purulia districts in West Bengal, Dhanbad and Santhal Pargana districts in Jharkhand. It is

bounded in the northwest and south by the Achaeans. Its extension towards east is covered by soil, alluvium and laterites. There is unconformity between Tertiary and Raniganj formation. The entire Gondwana sediment in the Raniganj basin is gradually thinning towards east. 62 5.2.4Geology of the Mining Block: The general stratigraphic sequence encountered in the boreholes in the block is as follows

TABLE-3: Stratigraphic Sequence in the Block Stratigraphic Sequence Characteristic Lithological Description Recent Alluvium and sandy soil Quaternary Laterite, lateritic gravels, sand and clays ------Unconformity ------Medium to fine grained micaceous sandstone, Raniganj Formation shaly sandstone, sandy shale, grey shale, carbonaceous shale and coal seams. Barren Measures Dark grey arenaceous and micaceous shale 5.2.4.1 Dip & Strike: Strike varies from NE-SW to NNE-SSW. Dip is found to vary from 2 o to 5 o from place to place towards south-easterly to south-southeasterly.

5.2.4.2 In crop/outcrop of coal seam(s). Indicated in the geological plan

5.2.4.3 Coal seams: The generalized sequence and thickness of existing coalseams and intervening partings in descending order are shown in the table below:

TABLE-4 Description of coal seams proposed to be worked: Name of Mini Thickness Av. Av. Av. Depth Extractable seam ng range Thickn Grade grad range (m) Reserves Area considered ess (UHV/ ient (Mt) (sq.k (m) (m) GCV) (1 m) in …)

C- 13.50- R-VIIA 0.5 1.70-3.50 2.50 D/G8- 0.20 83.28 G6 D/G8- 25.30- R-VIIB 0.56 1.50-3.08 2.21 0.78 G7 110.95 D/G9- 43.70- R-VIIC 0.97 1.50-2.15 1.76 1.11 G7 140.10 1 in 3.12 (upto C/G8- 67.50- R-VI 1.03 4.30-6.80 6.20 14 4.6m cutting G5 166.50 to 1 height) C/G7- in 91.10- R-V 1.22 3.10-5.50 3.76 2.64 G4 24 205.10 2.71(upto B/G6- 99.50- R-IV 1.17 7.20-11.30 8.58 4.6m cutting G4 227.15 height) C/G6- 126.70- R-III 1.09 1.55-3.75 2.94 1.32 G5 258.20 C/G7- 156.0- R-II 1.05 1.55-2.20 1.91 0.97 G5 245.80 TOTAL 12.85

5.2.4.4 Faults: Kumardih ‘B’ has been traversed by a number of normal faults. The NW-SE trending faults are generally high magnitude faults with prominent pivotal effect, throw increasing or decreasing quite rapidly. All the faults are normal faults most of which are curvilinear in nature with sagging attitude. The faults in most of the cases intersect or abut against each other, thus giving rise to small fault blocks. Details of faults are given below: Table-5 Fault Location General Amount of throw Evidence trend of & direction fault trace F1 Located in the NNE- 5m, towards ESE Level difference on northern part of the SSW both sides of the block extending fault from borehole PR028 to PR048

Fault Location General Amount of throw Evidence trend of & direction fault trace F2 Located in the NW-SE 10m, towards NE Level difference on northern part of the both sides of the block extending fault from NKQBDD017 to NKQBDD018 F3 Located in the NE-SW Throw is 14m Hit in floor of R- north-central part to ENE- towards NW in the IV of borehole of the block WSW north, gradually PR048 resulting extending from reduces to 10m reduction in borehole towards south near thickness of R-IV NKQBDD017 to borehole seam. Hit floor of CMRK003 NKQBDD010 R-V seam in borehole PR046 resulting reduction in thickness of R-V seam. F4 Located in the NE-SW Throw towards north Taken for north outside the preparing floor block contour plan F5 Located in the ENE- Throw is 38m Intersected in eastern boundary of WSW towards north around borehole NK005 the block CMNRK009. Gradually reduces towards south-west to 24m. F6 Located in the ENE- Throw is 18m in east Intersected in south-eastern WSW and reduces to 15m borehole KMD006. boundary of the near KMD006. Omission of R-II block Throw towards NW. seam

Fault Location General Amount of throw Evidence trend of & direction fault trace F7 Located in the ENE- Throw towards NW Intersected in west-central part of WSW and is 20m near borehole RBC012. the block RBC12 and Omission of R-II gradually reduces to seam 5m near RBC3 F8 Located just south ENE- Throw towards NW Level difference on of F7 WSW and is 2m near both side of the CMNRK22 and fault gradually dies out westward F9 Located in north- NW-SE Throw towards SW Incrop of R-VI west part of the and is 5m shifted block, mainly outside the block F10 Located in the NW-SE Throw towards SW. Encountered in north-east Increases from 25m borehole PR029. boundary of the in north to 35m in Encountered in block central region and borehole no. continues to 35m in NK012 southern part F11 Located in south- NW-SE Throw towards SW. Level difference on western boundary Increases from 25m both side of the of the block in the north to 40m fault in the central region to 55m in the south

Fault Location General Amount of throw Evidence trend of & direction fault trace F12 Located in the NW-SE Throw towards SW. Intersected in middle portion of Increases from 30m borehole no. the block dividing in the north to 54m BZII027 & the block into two in the central region BZII025 halves near borehole no. CMRK023. Again decreases to 48m in the south near borehole no. CMRK030. F13 Located in south- NW-SE Throw towards SW Level difference on eastern part of the and is 2m both side of the block fault F14 Located in the NW-SE Throw towards SW Level difference on eastern part of the and is 10m both side of the block fault Apart from the ten faults described above, possibility of additional minor faults, particularly in the vicinity of major faults cannot be ruled out. 66

5.2.4.5 Immediate roof and floor of coal seams:

1. Seam: R-VII R-VII seam has been intersected in 14 boreholes within the block drilled by different drilling agencies. The seam incrop within the block and the incrop get shifted by fault F7, F8 & F11. Thickness varies from 1.90m to 4.75m. The thickness is gradually increasing in the southern part. Major grade is ‘D’. Immediate roof is of sandstone or sandy shale while the immediate floor is formed of sandy or carbonaceous shale. Parting with underlying R-VII A varies from 13.58m to 36.20m. The seam has been found to occur at a minimum depth of 7.50m with the incrop region to a maximum depth of 63.65m. The seam is worked by underground working.

2. Seam: R-VII A Seam R-VII A is the upper split of R-VII AB seam. The seam has been intersected in 18 boreholes and incrop within the block. The incrop is shifted by F7 fault. Thickness varies from 1.70m to 2.84m. There is a zone of non-

development in the southern part. Major grade is C to D. The immediate roof of the seam is marked by sandstone (predominantly), sandy shale, grey shale or carbonaceous shale while the immediate floor is essentially marked by grey shale/carbonaceous shale. Parting with underlying R-VII B varies from 1m to 23.65m and in the southeastern part R-VII A and R-VII B are combined. The seam has been found to occur at a minimum depth of 13.30m to a maximum depth of 83.28m. The seam is worked by underground working.

3. Seam: R-VII B Seam R-VII B is the lower split of R-VII AB. The seam incrop in the west of Andal-Sainthia railway line. Thickness varies from 1.00m to 3.14m. Major grade is D. The immediate roof is marked by shale or shaly sandstone whereas the immediate floor is found to vary from sandstone, shaly sandstone and sandy shale to even carbonaceous shale. Parting with underlying R-VII C varies from 8.60m to 27.57m. The seam has been found to occur at a minimum depth of 25.30m to a maximum depth of 110.95m.

4. Seam: R-VII AB Seam R-VII AB incrop within the block. Major grade is C. The combined seam occurs in the south-eastern part of the block. The seam has been found to occur at a minimum depth of 19.32m to a maximum depth of 85.40m.

5. Seam: R-VII C Seam R-VIIC incrop within the block. The incrop is faulted by F12 & F3 faults. Thickness varies from 0.10m to 2.50m. Major grade is D. Immediate roof of the 67 seam is formed mostly of carbonaceous shale or grey shale, while the immediate floor is marked by sandy shale, shale or shaly sandstone. Parting with underlying R-VI varies from 9.20m to 46.05m. The seam has been found to occur at a minimum depth of 12.00m to a maximum depth of 140.10m.

6. Seam: R-VI Seam R-VI occurs within the block. The incrop is faulted by F12 & F3 faults. Thickness varies from 2.00m to 6.80m. Major grade is C. Immediate roof of the seam is generally formed of grey shale and carbonaceous shale, but in some parts of the block it changes to sandstone. The immediate floor is marked by sandy shale and shaly sandstone. Parting with underlying R-V varies from 13.20m to 48.15m. The seam has been found to occur at a minimum depth of 15.23m to a maximum depth of 166.50m.

7. Seam: R-V Seam R-V occurs within the block. Thickness varies from 2.27m to 6.65m. Major grade is C. Immediate roof of the seam varies from sandstone to grey shale, while the immediate floor varies from carbonaceous shale, grey shale, sandy shale and shaly sandstone. Parting with underlying R-IV reached to a

maximum of 67.60m. R-V and R-IV get merged in extreme eastern part of the block. The seam has been found to occur at a minimum depth of 17.60m to a maximum depth of 205.10m. R-V/IV seam encountered in one borehole no. NK004 having thickness of the seam is 13.40m.

8. Seam: R-IV Seam R-IV occurs within the block. Thickness varies from 7.01m to 11.30m. Major grade is B. Immediate roof of the seam is mostly formed of sandstone (shaly at places) while the immediate floor of the seam is marked by grey/carbonaceous shale. Parting with underlying R-III varies from 19.65m to 53.75m. The seam has been found to occur at a minimum depth of 72.24m to a maximum depth of 200.90m.

9. Seam: R-III Seam R-III occurs within the block. Thickness varies from 1.55m to 3.75m. Major grade is C. Immediate roof of the seam is mostly formed mostly of shale (occasionally sandy shale, intercalation, medium grained sandstone at places) while the immediate floor of the seam is marked mainly by shaly sandstone to fine grained sandstone (occasionally shale to sandy shale at places). R-III & R- II seams gradually get merged in the north-eastern part of fault F12. Maximum parting with underlying seam is 30.60m. The seam is found to occur at a minimum depth of 126.70m to a maximum depth of 258.20m.

68 10. Seam: R-III/II Seam R-III/II occurs in the north-eastern part of the block. Thickness varies from 3.95m to 5.95m. Major grade is C. Immediate roof of the seam is mostly formed mostly of shale to sandy shale (occasionally intercalation, fine grained to coarse grained sandstone at places) while the immediate floor of the seam varies from shale, sandy shale, intercalation, fine grained to medium grained sandstone.

11. Seam: R-II Seam R-II occurs within the block. Thickness varies from 1.00m to 2.75m. Major grade is C. The seam has been found to occur at a minimum depth of 152.00m to a maximum depth of 275.10m. Immediate roof of the seam varies from shale, sandy shale, shaly sandstone to coarse grained sandstone while the immediate floor of the seam is marked mainly by shaly sandstone to fine grained sandstone (occasionally medium grained to coarse grained sandstone at places).

5.2.4.6: Gassiness of coal seams:

Kumardih-B Colliery is a working mine and is of degree-II in gassiness. For the calculation of total air quantity of the proposed Kumardih-B UG Mine, gas emission rate has been assumed as 10.0 m 3/t of coal produced.

5.2.4.7: Incubation period of coal seams: Small area of R-VIIA seam is standing on pillars and all lower seams are virgin. No study has been carried out to determine the incubation period or crossing point temperature of coal. For the present planning purpose, it has been assumed as 9 months. However, it has been proposed to freshly determine the incubation period of the coal and sub-paneling should be done accordingly.

5.3Reserve of coal: 5.3.1 Mineable Reserves and Extractable Reserves: R-VIIA, R-VIIB, R-VIIC, R-VI, R-V, R-III and R-II seams have been considered in present report for mining in 5 & 6 pit unit area by Bord & Pillar method with Continuous Miner technology. These seams constitute a total of 12.85 Mt extractable reserves (including extractable reserve of 0.97 Mt in R-II seam).

5.3.1.1 Mineable Reserves Mineable reserves of the seam as mentioned in para 1.3.1 under present report are calculated after considering the losses (panel barrier, barrier near fault, boundary, coal loss due to presence of jore, road, railway siding etc.) Specific gravity assumed for the different grades of coal for computation of mineable and extractable reserves are as follows: 69 Grade Specific Gravity A 1.35 B 1.41 C 1.43 D 1.50 E 1.55 Following table (Table-6) depicts the status of various seams in respect of area, seam thickness and reserves in ( Sector-A, Sector-B & Sector-C) upto R-III seam ( which will be worked upto 22 years) in 5 & 6 pit area :

Table – 6 Seam Area Thicknes Geologic Geologic Mini Mineabl considere s range al al losses ng e d (Ha) (m) reserve (Mt) losses reserve (Mt) (Mt) (Mt) R-VIIA 50.0 1.70-3.50 1.05 0.11 0.53 0.42 R-VIIB 56.0 1.10-3.08 3.26 0.33 1.76 1.18

R-VII C 97.0 1.12-2.15 3.33 0.33 1.21 1.78 R-VI 103.0 4.30-6.80 11.21 1.12 2.70 7.39 R-V 122.0 3.10-5.50 7.62 0.76 1.81 5.05 7.20- R-IV 117.0 12.51 1.03 10.23 11.30 1.25 R-III 109.0 1.55-3.75 4.52 0.45 0.65 3.42 Total 43.50 4.35 9.69 29.46

5.3.1.2 Extractable Reserves: Seam wise extractable reserves under present report are as follows: Seam wise extractable reserves (upto 22 years of operation) in the Project area after considering the geological, mining and mineable losses are as tabulated below in table-7.

*Cutting height of the Continuous Miner has been taken as 4.6min R-VI and R- IV seam. In case, Continuous Miner with a cutting height of 6.0m is available, extractable reserve from R-VI and R-IV seam will be 4.02 Mt and 3.53 Mt respectively.

70

Table – 7 Seam Geological Mineable Mineable** Extractable reserve reserves losses (Mt) reserves (Mt) (Mt) (Mt) R-VIIA 1.05 0.42 0.22 0.20 R-VIIB 3.26 1.18 0.40 0.78 R-VII C 3.33 1.78 0.68 1.11 R-VI 11.21 7.39 4.26 3.12* R-V 7.62 5.05 2.41 2.64 R-IV 12.51 10.23 7.52 2.71* R-III 4.52 3.42 2.09 1.32 Total 43.50 29.46 17.58 11.88

5.3.3 Hydrogeology:

Within the boundaries of the Raniganj coalfield the main aquiferous complex is represented by individual layers attached to partings in coal bearing strata. Water bearing rocks are represented mostly by sandstones. The thickness of some aquiferous layers varies from 10 to 12 m up to 25 to 40 m. The presence of tectonic faults seems to create conditions for circulation of underground water in full thickness of coal bearing strata. The depth of water table from the earth surface varies depending on the terrain, from a few meters to 30 m. Water abundance in the complex is not great. The information about filtration properties has been obtained as the result of testing with the help of experimental pumping of the coal bearing strata of R-VIII B to R-VIIC seams till the depth of 190 m. The filtration factor has been of the order of 0.02 m/day. Horizons are fed mostly due to infiltration of atmospheric precipitation. Sharp fluctuation of water levels has been recorded in boreholes. It is expected that during operations, the water inflow into the mine may be considerable during the monsoon period due to infiltration of rain water to the mine through the broken strata. It is proposed that by properly leveling the surface and constructing garland drains, the water percolation to underground workings will be reduced to minimum and will be kept under control. As per the existing working of R-VIIA seam and R-VI seam, the seams are not watery as reported by the colliery authority. Hence, it may be anticipated that the lower seams may not be watery in this mine. However, fresh hydro- geological study is proposed to determine wateriness of seam.

71 5.4Present Mine status: 5.4.1:Mine Entries: Details of the existing entries are as follows in Table no.8 :

Table no: 8

S. Mine Cross- Length/ Gradient Approach Purpose & mode of N. Entry ( section Depth (from/ to) transport / Incline/ / Dia. (m) (seam/section) ventilation shaft no./ (m) name) 1 PIT 5 5.5 131.10 Vertical Surface to R- DC, no winder VI 2 PIT 6 4.2 131.18 Vertical Surface to R- UC, fitted with fan , VI men transport for pumping 3 PIT C 5.48 77.74 Vertical Surface to R- DC, fitted with VI steam winder, coal, men , material transport 4 PIT E 4.2 85.06 Vertical Surface to R- UC, fitted with VI steam winder & fan, men , material transport 5 PIT A 4.2 28.04 Vertical Surface to R- Proposed to be 6 PIT B 4.2 26.21 Vertical VII (A+B) sealed off

Details of entries proposed to be used in this report are as follows : Kumardih-B mine consist of two units i.e. 5 & 6 pit unit and C & E pit unit. Present report envisages introduction of Continuous Miner technology in 5 & 6 pit unit of Kumardih-B mine. Proposed entries for the project are as follows in Table no.9:

72

Table 9

S. Mine Cross- Length/ Gradient Approach Purpose & mode of N. Entry ( section Depth (from/ to) transport / Incline/ / Dia. (m) (seam/section) ventilation shaft no./ (m) name) 1 Incline 1 4.8 1055 * 1 in 4.5 Surface to R- Intake, coal transport x3.0 (upto II R-II seam) 2 Incline 2 4.8 1055 * 1 in 4.5 Surface to R- Intake, material x3.0 (upto II transport. Will be R-II used for transport of seam) men for R-V & below seams 3 PIT 5 5.5 131.10 Vertical Surface to R- Will act as UC, to be VI equipped with fan 4 PIT 6 4.2 131.18 Vertical Surface to R- Will act as DC & VI will be equipped with an elec. winder for transport of men & material upto R- VI seam * Length of the proposed inclines upto R-III seam is 950m each.

5.4.2 Proposed Method of Mining: Bord and Pillar method of mining with Continuous Miner technology has been proposed in the seams considered under this PR, for the 22 years of operation. 5.4.3 Status of Mining Kumardih-B colliery consists of two units i.e. 5 & 6 pit unit and C & E pit unit. (a)5 & 6 pit Unit :

R-VII seam has been developed with B & P system of mining and depillared with caving in this unit. Small area is standing on pillars and at present waterlogged. R-VIIA seam has also been worked with B & P system mining and depillared with caving. Part of the area is standing on pillars and at present waterlogged. No production is being obtained from this unit. 73 (b)C & E pit Unit :

In this unit, R-VII (A+B) Seam has been worked through A & B pit. This seam is exhausted. R-VI seam in this unit has been worked through C & E pit. Major area of this seam has been depillared with caving. Some of panels has been depillared with stowing near the jore. At present, R-V seam is being developed in this unit. Present production from this unit is around 200 TPD. 5.4.4 Power supply and distribution: At present the project is receiving power at 11 KV by 11 KV overhead transmission line from 33 KV Pandaveswar Sub-Station of WBPDCL. In the proposed system the project will receive power at 33 KV from 33 KV Pandaveswar substations. 5.4.5 Coal Handling Plant: A coal handling plant has been envisaged near the mouth of Incline No. 1 to handle entire production of coal from the proposed project. Main incline conveyor MIC1 will transport coal from underground through incline No. 1 and discharge on conveyor C1 for further loading into overhead hoppers. CHP will have facilities like storage of coal into overhead hoppers, loading of coal into trucks by means of sector gate fitted below hoppers, weighment of coal with the help of electronic road weighbridge. Loaded trucks will carry coal to POCP railway siding for further loading into railway wagons. 5.4.6 Civil amenities for mining: As per the requirement of the project, Agent Office, Haulage Engine Room, Winding engine room, cap lamp room, workshop, store. Substation, pit head bath, Fire fighting station and other statutory and service building have been proposed.

5.5 Production & deployment of Continuous Miners Phasing:

Total production by two Continuous Miners would be 1.02 Mty, the year wise phasing& deployment of which is as follows:

Seam Reser CM Y 1 Y 2 Y 3 Y4 Y5 Y6 Y 7 Y8 Y9 Y10 Y11 ves R-VIIA CM1 - - 0.20 ------0.20 CM2 ------R-VIIB CM1 - - 0.09 0.36 0.33 ------0.78 CM2 ------R- CM1 0.03 0.36 0.36 0..36 - - - 1.11 VIIC CM2 ------R-VI CM1 ------3.12 CM2 - - - - - 0.51 0.51 0.51 0.51 0.51 0.51 R-V CM1 ------0.51 0.51 0.51 2.64 CM2 ------Total - - 0.29 0.36 0.36 0.87 0.87 0.87 1.02 1.02 1.02 Seam Reser CM Y12 Y13 Y14 Y15 Y16 Y17 Y18 Y19 Y20 Y21 Y22 ves R-VI Contd CM1 ------

CM2 0.06 ------R-V Contd CM1 0.51 0.51 0.09 ------CM2 ------R-IV CM1 - - 0.42 0.51 0.31 ------2.71 CM2 0.45 0.51 0.51 ------R-III CM1 - - - - 0.20 0.36 0.36 0.36 0.04 - - 1.32 CM2 ------R-II CM1 ------0.32 0.36 0.29 0.97 CM2 ------Total 12.85 Total 1.02 1.02 1.02 0.51 0.51 0.36 0.36 0.36 0.36 0.36 0.29

CM1 Low height Continuous Miner ( CM- 1st set) CM2 Std. height Continuous Miner ( CM- 2nd set ) CM1 Std. height Continuous Miner( replacement of Low height Continuous Miner ( CM- 1st set)

6.1 Land Existing land details: Present Land Use The detail of land use for Kumardih-B Mine ( 5 & 6 pit unit and C & E pit unit) and for 5 & 6 pit unit for which the present PR has been prepared are given below:- Table 3.1

Sl. No. Particulars Total Area ( 5 & 6 5 & 6 pit pit unit and C & E unit (Ha) pit unit) (Ha) 1 Agricultural land 118.84 22.51 2 Tank 16.10 2.66 3 Road 17.28 0.78 4 Jore 23.26 5.02 5 Basti 6.12 - 6 OCP 73.55 17.37 7 ECL land 181.13 120.80 169.14 Total 436.28

6.2 Mine Ventilation

One Main Mechanical Ventilators delivering 70-150 cu.m./sec. at 50-150mm water gauge has been proposed in this report for Pit No.5. This fan would be utilized for ventilation of all seams from R-VIIA to R-II. Fan should be installed in the properly designed fan drift attached to the airshaft. The proposed fan will be operated by a 330 kW motor, which in turn will operate at 3.3 kV. The fan to be procured for this project should be of variable rpm type and have adjustable blades so that the blade angle and/or rpm can be changed at different stages to ensure that the fan works at a reasonably high efficiency throughout the life of the mine. 75 6.3 Power Supply\

In the proposed system there will be a 2X3.15 MVA 33/3.3 KV substation which will be located near the proposed Incline. This sub-station will receive power at 33KV by one single circuit over head line from the Pandaveswar 33 KV Sub-station of WBSEDCL.

6.4 Workshop and store facilityMain workshop:

As the proposed mine shall be mechanized one, so a new unit workshop has been proposed to be constructed near the mine to deal with the requirements of day to day maintenance and incidental minor repairs of plant and machinery. Material Store A unit store will be provided at mine to the requirement . 6.5 Manpower The manpower requirement would be 338 which would be met from the existing manpower.

1.3 LIST OF DRAWINGS :

1. Location Plan: ...... [Plate - __ ] 2. Geological Plan: ...... [Plate - __ ] 3. Surface Plan: ...... [Plate - __ ] 4. Lithologs of Representative Boreholes: ...... [Plate - __ ] 5. Floor Contour Plan(s) of the seam(s) concerned: ...... [Plate - __ ] 6. Seam Folio Plan(s) of the seam(s) concerned: ...... [Plate - __ ]

76

7 SCOPE OF WORK, TIME SCHEDULE AND FORMS OF PRICE BID

7.1SCOPE OF WORK Winning coal without blasting from the district in Kumardih-B Underground Mine , Bankola Area of ECL by deploying Continuous Miner Package on hiring basis inclusive of: a) Scientific study for obtaining DGMS permission for the introduction of Continuous Miner / Similar Equipment in the above mines and strata monitoring as required by DGMS. b) To support the roof suitable in accordance with approved SSR under Coal mines Regulation 108 of CMR 1957. The scope of work shall include all the obligations covered in the various parts of the Tender document such as NIT, Instruction to Bidders, Conditions of contract. The scope of work shall also include the followings: 7.1.1The successful bidder is to deploy, operate and maintain the Continuous Miner / Similar Equipment in Kumardih-B underground mine, Bankola Area of ECL to produce the minimum guaranteed production of coal as given below against each production year & transport coal from face to Trunk belt. All brand new and unused Equipment and Machinery to be supplied by the Bidder to ECL under the Contract.

The successful bidder is required to commence coal production within 18 months from the date of obtaining DGMS approval after issuance of Letter of Acceptance and signing of agreement. 1st Production Year 0.29 MTY 2nd Production Year 0.36 MTY 3rd Production Year 0.36 MTY 4th Production Year 0.87MTY 5th Production Year 0.87MTY 6th Production Year 0.87MTY 7th Production Year 1.02MTY 8th Production Year 1.02MTY 9th Production Year 1.02MTY 10 th Production Year 1.02 MTY 11 th Production Year 1.02 MTY 12 th Production Year 1.02 MTY

7.1.2The successful bidder shall get conducted scientific study for obtaining DGMS permission for deployment of Continuous Miner / Similar Equipment in the above mine and strata monitoring required by DGMS. 7.1.3The successful bidder shall design, engineer, finance, procure, install, operate and maintain the entire Continuous Miner / Similar Equipment to ensure extraction of coal of pre-determined quality for the specified duration for ECL.

77 7.1.4The successful bidder shall deploy proven model of equipments. The successful bidder shall procure all kinds of spares and consumables required to operate the

Continuous Miner / Similar Equipment during the contract period and also materials required for supporting the roof. 7.1.5Approval of equipment: For equipment and machinery and goods to be supplied under the contract which require permission and/or by Director General of Mines Safety (DGMS), Dhanbad, India for use in coal mines, such required permission and approvals shall be obtained by the successful bidder at his own cost. Any addition /alteration suggested by DGMS while approving the equipment, to be undertaken by the successful bidder and cost of such addition / alteration on the equipment shall be borne by him. 7.1.6The successful bidder should ensure for the maximum recovery of coal without violating any provisions of Coal Mine related Acts and Laws and safety. 7.1.7The successful bidder shall plan, design and develop the panel and face. The successful bidder shall prepare Annual operation Plan incorporating month-wise coal production. Implementation of the above operational plan shall be implemented only after approval of ECL. Any change in Annual Operational Plan, during course of implementation, shall be effected only with competent approval of ECL. 7.1.8The successful bidder shall procure, install and maintain of all the facilities required within the district. This will include face communication, support, lighting, pumping, loading and transport of coal up to Trunk belt conveyor, power supply, water, support material, ventilation at the district as per clause 1.2.6 and environment monitoring in the district. 7.1.9Pumping water from the active working faces to the nearest sump would be the responsibility of the Successful bidder. Auxiliary ventilation at the working faces would be the responsibility of the Successful bidder. 7.1.10All activities related to production within the district shall be the responsibility of the successful bidder. 7.1.11 The successful bidder shall support the roof suitable in accordance with approved SSR under Coal mines Regulation 108 of CMR 1957. 7.1.12The successful bidder shall arrange 100% financing of proposed work.

7.2OBLIGATIONS OF OWNER

During the Contract period, ECL would provide the following facilities. 7.2.1ECL shall make the Mine Site available to the Successful bidder and shall carry out the Management of the mine as per all statutes and laws, including but not limited to Coal Mines Act, Regulations, Rules, and other statutes and laws applicable to coal mines in India. In particular the responsibility for environmental matters of any nature whatsoever is with ECL and ECL will indemnify the Successful bidder and will hold the Successful bidder harmless with regard to all costs, damages and liabilities arising in connection with environmental pollution & subsidence. 7.2.2ECL will provide Trunk transport & surface handling of coal produced. Out bye coal clearance shall be ensured at an average rate of 400 tonnes per hour. 7.2.3ECL will provide electrical power on chargeable basis at a single point at /3.3 kV at the district entry point through separate meter. Distribution of power within the 78 district and supply of required Tran switch unit, switchgears, cables, cable couplers etc shall be the Contractor’s responsibility. A schematic layout diagram for power supply,

including likely power consumption and proposed earthing system equipment wise shall be furnished by the Contractor. ECL shall also provide power at 440 V/220 V on surface as per requirement on chargeable basis. The cost of electricity on actual as per prevailing rate shall be deducted from the monthly running bill of the Contractor. The present rate of electricity is Rs. 10.78 per KWH (Energy Cost) and Rs. 317.00 per KVA (Demand Charge). 7.2.4ECL shall provide water of required quality, quantity and pressure near Continuous Miner / Similar Equipment. Conveying of the water to the machines and pumping out water from the face to the district sump shall be responsibility of Contractor. Pumping out of the water from the district sump to surface shall be the responsibility of ECL . 7.2.5Contractor shall make appropriate arrangement for proper storage of consumables, spares and assemblies etc. ECL shall provide suitable space to Contractor for construction of the store during the contract period only. 7.2.6ECL will provide Ventilation, communication system and lighting up to the district entry point. Pumping out of the water from the mine sump to surface shall be the responsibility of ECL. 7.2.7ECL will provide the existing available workshop facilities for carrying out repair & maintenance of Contractor's equipment. Provision of any additional workshop machinery specifically required for repair and maintenance of Contractor's equipment shall be the sole responsibility of Contractor. 7.2.8ECL shall provide suitable accommodation on chargeable basis, if available, for use by Contractor. However, ECL shall provide sufficient land for construction (at the cost of Contractor) of temporary accommodations for Contractor's personnel. 7.2.9ECL shall provide local medical facility on chargeable basis as per the prevailing standard norms of ECL for personnel of non-entitled class. 7.2.10ECL shall provide manpower for statutory supervision of various faces operations and monitoring of support being carried out by the Contractor.

79

PART - II (Price Bid)

(To be submitted in sealed cover)

1. NIT NO. ……………………… Date: ………

2. Name & Address of Tenderer :

3. Ownership status to Tenderer : 4. Name of Person/Official (with - : designation) authorized to submit price bid. 5. Amount of Earnest Money Deposit :

6. Date of Opening of Tender (Part I) : (As per Tender notice) 7. minimum guaranteed production:

7. Minimum guaranteed production: 1st Production Year 0.29 MTY 2nd Production Year 0.36 MTY 3rd Production Year 0.36 MTY 4th Production Year 0.87MTY 5th Production Year 0.87MTY 6th Production Year 0.87MTY 7th Production Year 1.02MTY 8th Production Year 1.02MTY 9th Production Year 1.02MTY 10 th Production Year 1.02 MTY 11 th Production Year 1.02 MTY 12 th Production Year 1.02 MTY

Specific price per tonne of coal production (Rs./Tonne) : ………………..

(in words) …………………………………………………………

(Signature of Tenderer with seal)

Date------

80

2. FORMATS

2.1 BANK GUARANTEE PROFORMA FOR EARNEST MONEY DEPOSIT/ BID SECURITY

(TO BE STAMPED IN ACCORDANCE WITH STAMP ACT )

(TO BE ISSUED BY ANY SCHEDULED BANK AUTHORISED BY RBI TO ISSUE A BANK GUARANTEE)

To: <………………………..> Limited, ……………………………………. …………………………………….

WHEREAS ______[name and address of Bidder] (hereinafter called “the Bidder”) shall be submitting its Bid dated ______[bid submission date] for the work. ______[name of the work] & NIT No.______(hereinafter called “the Bid”).

KNOW ALL MEN by these present that we, ______[name of the bank] of ______[name of the country] ______having our registered office at ...... [address of the bank] (hereinafter called “the bank”), are bound unto the <……………………. Limited>, <……address ………………………> (hereinafter called “the Employer”) for the sum of ...... [amount of the Guarantee in words and figures] for which payment well and truly to be made to the said Employer the Bank binds itself, his successors and assigns by these presents.

SEALED with the Seal of the said bank this ______day of ______20___.

We, ______[name of the bank] undertake to pay to the Employer up to the above amount upon receipt of its first written demand, without the Employer having to substantiate its demand. The employer has to only mention that the amount claimed by it is due to the occurrence of any one or both the conditions mentioned in 1 and 2, given hereafter, specifying the occurred condition or conditions. 81 THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of Bid Validity specified by the Employer on the bid form .

2. If the Bidder withdraws, having been notified of the acceptance of its bid by the Employer during the period of Bid Validity ,

a) by failing or refusing to execute the Contract Agreement when required or b) by failing or refusing to furnish the Performance Security in accordance with the Bid conditions.

This guarantee will remain in full force up to and including the date ______and any demand in respect thereof should reach the Bank not later than the date of expiry of this guarantee.

For and on behalf of the Bank.

Signature ______

Name ______

Designation ______

Seal of Bank ______

Under jurisdiction of <…………..> court only.

82

2.2 BANK GUARANTEE PROFORMA FOR

SECURITY DEPOSIT / PERFORMANCE GUARANTEE

(TO BE STAMPED IN ACCORDANCE WITH STAMP ACT)

(TO BE ISSUED BY ANY NATIONALISED / SCHEDULED BANK AUTHORISED BY RBI TO ISSUE A BANK GUARANTEE )

To: <…………………………….> Limited, …………………………………………

In consideration of the <……………. Limited>, having its Registered office at <…………… …………….> (hereinafter called to as the “Employer” which expression shall unless repugnant to the context or meaning thereof, include all successors, administrators and assigns) having awarded to ______[Name & Address of the Contractor] (hereinafter called to as “Contractor” which expression shall unless repugnant to the context of meaning thereof include its successors, administrators, executors and assigns) the work ______[Name of the Work] by issue of Letter of Award No. ______[Work Order/Letter of Intent No.] and the same having been unequivocally accepted by the Contractor resulting to enter into a Contract Agreement valued ______[value of Work Order] (hereinafter called ‘the Contract’) and the Employer having agreed to accept Performance Bank Guarantee of ___ [indicate figure]% of the Contract price ______[amount in figures and words) from a Nationalised /Scheduled Bank for due performance of the work executed by the Contractor as per the terms & conditions contained in the said Contract.

We, ______[name of the Bank], of ______[address of the Bank] (hereinafter called to as “Bank” which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Employer immediately on demand and or, all money payable by the Contractor to the extent of ______[amount of guarantee in figures and words ], at any time from ______to ______without any demur, reservation, recourse, contest or protest and/or without any reference to the Contractor. Any 83 such demand made by the Employer on the Bank shall be conclusive and binding

notwithstanding any difference between the Employer and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the Guarantee herein contained shall be irrecoverable and shall continue to be enforceable as per the terms & conditions contained in the said Contract.

The Employer shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee, from time to time, to extend the validity of time of Performance of the Contract by the Contractor. The Employer shall have the fullest liberty without affecting this Guarantee, to postpone, from time to time, the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to forebear or to enforce any covenants contained or implied in the Contract, between the Employer and the Contractor or any other course or remedy or security available to the Employer. The Bank shall not be released of its obligations under these presents by any exercise by the Employer of its liberty with reference to matter aforesaid or any of them or by reason of any other act of forbearance or other acts of omission or commission on the part of the Employer or any other indulgence shown by the Employer or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank. The Bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor in first instance, without proceeding against the Contractor and notwithstanding any security or other Guarantee that the Employer may have in relation to the Contractor’s liabilities.

Dated this ______day of ______, 20___ at ______

For and on behalf of the Bank. Signature ______Name ______Designation ______Seal of Bank ______Under jurisdiction of <…………..> court only. 84

2.3 FORMAT FOR CONTRACT AGREEMENT (On Non- Judicial Stamp Paper)

Agreement No. Dated:

THIS AGREEMENT made on this ______day of ______20__ between <………………….. Limited>, a Subsidiary of Coal India Limited, Govt. of India Undertaking, an Employer registered under the Indian Companies Act. 1956 with its registered office at <…………………………> and (hereinafter referred to as the Employer which expression where the context so admit shall include its successors in interest and assign) of the one Part and ______(hereinafter referred to as “the Contractor” which expression where the context so admit shall include its heirs, executors, administrators legal representatives, successors in business and assign) of the other part.

WHEREAS, the Employer invited bid for the Work “______” and the bid of the Contractor has been accepted by the Employer vide their Letter No ______dt. ______for a Contract price of ______[in figure & words]

WHEREAS the Contractor has agreed to execute the works on the terms & conditions as stipulated in the Bid and subsequent amendments thereto for a Contract price of ______[Contract price in figure & words] for successful completion of the work.

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AS FOLLOWS:

1. In pursuance of the Agreement aforesaid and in consideration for the payment of the Contract price of ______[in figure & words] in accordance with the terms & conditions of this contract and/or such sum as may be payable to the Contractor, the Contractor shall upon and subject to the said terms & conditions execute and complete the work as described in the ‘Scope of work’. 85

2. The parties hereto shall respectively and faithfully abide by and submit themselves to the terms & conditions and stipulations contained in this agreement and perform and discharge their part of contract accordingly.

3. This final agreement has been arrived at between the parties after due consideration of the correspondences, documents, meetings and negotiations held from time to time. The following documents shall constitute the Contract between the Employer and the Contractor. And each shall be read and construed as an integral part of the Contract

Part Description of Documents 01 Articles of Agreements,

02 Notice Inviting Tender, Addendum (if any), Offer

and various clarification furnished by the successful

bidder

03 Letter of Acceptance

04 Scope of Work

05 Conditions of contract,

06 Special Terms and Condition

07 Price/Rate and Price Variation

08 Technical Specification of Equipment.

09 Other Documents

a. Time Schedule

b. List of equipment to be deployed

c. List of Manpower to be deployed

d. Designated Mining Area

e. Integrity Pact

86

4. The Contract shall be executed within the purview of the Indian Laws.

In witness whereof the parties hereto have hereunder affixed their signatures at <……………> on the day, month and year written as above.

SIGNED, SEALED AND DELIVERED

Signed on behalf of the Contractor Signed on behalf of the Employer

Designation Designation

In the presence of :

WITNESS - 1 WITNESS - 2

(Signature) (Signature)

(Name in Block Letters) (Name in Block Letters)

Official Address: Official Address:

87

2.4 PROFORMA FOR INTEGRITY PACT Integrity Pact

Between

Eastern Coalfields Limited (ECL ) hereinafter referred to as “ The Principal”

And

…………………………………hereinafter referred to as “ The Bidder/Contractor”

PRE CONTRACT INTEGRITY PACT

General

This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on…………….day of the month of ………….20…, between, on one hand, Eastern Coalfields Limited acting through Shri …………………….., Designation of the officer, (hereinafter called the “BUYER”, which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s. …………………………..represented by Shri………………, Chief Executive Officer (hereinafter called the “BIDDER/Seller” which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to procure ………………………………….(Name of the Stores/Equipment/Item) and the BIDDER/Seller is willing to offer/has offered the stores and

WHEREAS the BIDDER is a private company/public company/Government undertaking/partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is a Central Public Sector Unit.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :-

Enabling the BUYER to obtain the desired said stores/equipment at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and

Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures. The parties hereto hereby agree to enter into this Integrity Pact and agree as follows

88

Commitments of the BUYER

• The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

• The BUYER will, during the pre-contract stage, treat all BIDDERs alike and will provide to all BIDDERs the same information and will no provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.

• All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.

Commitments of BIDDERs

3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following :-

3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or 89

forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government.

3.3* BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates.

3.4* BIDDERs shall disclose the payments to be made by them to agents/brokers or any other intermediary, in connection with this bid / contract.

3.5* The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer/integrator/authorized government sponsored export entity of the defence stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation.

3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

3.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at 90

the time off filing of tender.

The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies Act 1956.

3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER.

4. Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER’s exclusion from the tender process. 4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

5. Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required: i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue. ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be required to assign any reason therefore. iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER. iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a county other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest. 91

v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with interest. vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER. vii) To debar the BIDDER from participating in future bidding processes of the Government of India for a minimum period of five years, which may be further extended at the discretion of the BUYER.

Viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract. ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened. x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

5.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1(i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact.

6. Independent Monitors

6.1 The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this Pact in consultation with the Central Vigilance Commission (Names and Addresses of the Monitors as given in the Tender document).

6.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

6.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently. 92

6.4 Both the parties accept that the Monitors have the right to access all the documents relating to the project/procurement, including minutes of meetings.

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER.

6.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER/Subcontractor(s) with confidentially.

6.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

6.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER/BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.

7 Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

8 Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

9 Other Legal Actions.

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

10 Validity

10.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period, whichever is later. In case, BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.

93

10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

11 The parties hereby sign this Integrity Pact at………………………on…………..

BUYER BIDDER Name of the Officer CHIEF EXECUTIVE OFFICER Designation Eastern Coalfields Limited.

Witness Witness 1………………………………….. 1………………………………….. 2………………………………….. 2………………………………….. The bidders are required to sign the integrity pact as per format given in the Document Part-I.

Name , address and contact No. of the Independent External Monitor :-

Sl.No. Name of IEM & e-mail ID Address 1. Sri J.N.Mishra, IAS (Retd.) 2/77, Vijay Khand, Gomti Nagar, e-mail: [email protected] Lucknow-226010 Mobile : 09452775435 : 08009007744 2. Sri Rakesh Jaruhar. Sector-B/9, Flat No. 6457, Vasant Kunj, New e-mail: [email protected] Delhi-110070

94