OFFICE OF THE GENERAL MANAGER AREA ,P.O-KHAS -() CHECK LIST TO BE ATTACHED WITH THE TENDER Important Notice: An incomplete offer / bid may be rejected . To aid bidder in submitting the offer a checklist is included in the Bid Document. The bidders must fill this and submit along with their offer in their own interest. Ref. No. BCCL/LA/CIVIL/NIT-/2014-15/ 40 Dated :-18.08.2014 Name of the Work:- 1. Repair & Maint work in the Qtr. Of Smt. Hiramuni Devi (G.M) at Sarmik Kalyan Lodna Madhuban of Lodna Colliery 2. Repair of damaged Magazine Control room at Bararee Colliery under, 3. Repair & Maint of 01 No. Hand Pumps at P.G with Chabutra near House of Anand Mahato Pahari Gora Jeenagora 4. Provision of Challa at Mahalaxmi Face OCP NT-ST under, Lodna Area 5. Repair & Maint including electrification of ‘C’ type Qtr. of Sri R.K Sharma Manager NTC Qtr. situated at MOCP Colony Sector-III under, Lodna Area 6. Roof treatment work for 5 Units NHS Qtr. at Golden Pahari of 1. Sri Bhagan Bawari (Qtr No.S.T N.H-42), 2. Suraj Mallaha (Qtr. No.ST NH-45),3. Raju Noshad (ST NH-46),4. Rajeshwar Singh (ST NH-48) and 5 Kajru Ram (ST NH-69) at NT-ST under, Lodna Area 7. Repair & Maint. of Ceiling Plaster of the Qtr. No. NT NH-38, 3,4 &125, ST NH 83 to 86,63,69 & 70 at P.G Pahari NT-ST Under, Lodna Area 8. Maintenance of Qtr No. NT NH-09 at PG Pahari for Shifting of P.Devi Employee of NT-ST Sl Particulars of Completed Tender Document Status of Ref. Page No. Submission No. of Bid (Indicate Yes/No) 1 Has the bid Document been issued to you 2 Have you download it from BCCL website? 3 Application Fee/Cost of tender document & Declaration if tender document downloaded from BCCL website

(i) Have you submitted the application fee/tender document cost in the form of DD?(DD should be prepared be for the scheduled closure of sale of Tender Documents .) (ii) Have you submitting the “undertaking” that you will accept the tender document as available in the website and your tender shall be rejection if any tampering is there in the tender document thus submitted ? 4 Earnest Money (i) Earnest Money in the form of Cash deposit /DD (ii) Earnest Money in the form of BG as per the format provided on the tender document with validity as per NIT requirement . 5 Eligibility Criteria (i) Work Experience / Completion Certificate / Certificates of similar works as per NIT requirement (ii) Financial Turnover certificate as per NIT requirement (iii) Documents / certificates for calculation of Assessed Available Bid Capacity as per the requirement of NIT (*Bid Capacity is Applicable for works with Estimated Cost more than ` 1 crore ) 6 Other Documents to be submitted along with tender (i) Copy of PAN Card (ii) Copy of sale Tax/VAT clearance Certificate (Sale Tax clearance certificate should be valid on date of receipt of Tender & shall be attested by Gazetted officer (iii) Affidavit on Non- Judicial stamp paper or Non judicial Adhesive Stamp as per the Performa provided in the Tender Document (iv) Declaration as per Performa provided tender document (v) Copy of registration partnership deed / joint venture Agreement as the case may be (vi) original “ Power of Attorney” in cash person other than the tenderer has signed the tender document

(vii) Form of EFT(Electronic Fund Transfer) ECS(Electronic Clearing system) as per Tender Document

7 Whether all the documentary evidences are duly attested by Gazetted Officer or self attested 8 Whether all the pages of tender document are duly filed, signed and sealed? 9 Whether all the Price Bid is properly filled as per Tender Document stipulation? 10 (i) Whether DD towards Application Fee/Cost of Tender Document, if Tender Document downloaded from BCCL website, kept in separate envelope and dully sealed? (ii) Whether DD cash receipt /BG toward EMD, Kept in a separate envelope and dully sealed? (iii) Whether Technical Bid (Part-I), duly sealed as required? (iv) Whether Price Bid (Part-II), duly sealed as required? (v) Whether all above envelopes kept inside one envelope?

Date: Signature of Bidder Name: Full Address: Telephone No: E-mail address:

BHARAT COKING COAL LIMITED (A Subsidiary of Coal Limited) OFFICE OF THE GENERAL MANAGER LODNA AREA ,P.O-KHAS JEENAGORA -(DHANBAD) (DHANBAD) PART – I ( TO BE SUBMITTED IN SEPARATE ENVELOPE ) Name of work : - 1. Repair & Maint work in the Qtr. Of Smt. Hiramuni Devi (G.M) at Sarmik Kalyan Lodna Madhuban of Lodna Colliery 2. Repair of damaged Magazine Control room at Bararee Colliery under, Lodna Area 3. Repair & Maint of 01 No. Hand Pumps at P.G with Chabutra near House of Anand Mahato Pahari Gora Jeenagora 4. Provision of Challa at Mahalaxmi Face OCP NT-ST under, Lodna Area 5. Repair & Maint including electrification of ‘C’ type Qtr. of Sri R.K Sharma Manager NTC Qtr. situated at MOCP Colony Sector-III under, Lodna Area 6. Roof treatment work for 5 Units NHS Qtr. at Golden Pahari of 1. Sri Bhagan Bawari (Qtr No.S.T N.H-42), 2. Suraj Mallaha (Qtr. No.ST NH-45),3. Raju Noshad (ST NH-46),4. Rajeshwar Singh (ST NH-48) and 5 Kajru Ram (ST NH-69) at NT-ST under, Lodna Area 7. Repair & Maint. of Ceiling Plaster of the Qtr. No. NT NH-38, 3,4 &125, ST NH 83 to 86,63,69 & 70 at P.G Pahari NT-ST Under, Lodna Area 8. Maintenance of Qtr No. NT NH-09 at PG Pahari for Shifting of P.Devi Employee of NT-ST 2. Name of Tenderer : Address : Contact No. (Tel / Mob.) : 3. N.I.T. Reference : BCCL/LA/CIVIL/NIT-/2014-15/ 40 Dated:18.08.2014 4. Date of Receipt of tender : From 10.00 A.M. to 3.00 P.M. on 29.08.2014 5. Date of opening of Tender : At 11.30 A.M . on 01.09.2014 6. Details of E.M.D. : No. Date 7. Money Receipt No. : No Date (For issue of tender Paper) 8. Documents issued to : i) Tender Notice (3 Pages) Tenderers : ii) Tender documents (Pages Numbered from 4 to 10)

SIGNATURE OF ISSUING OFFICER

1

OFFICE OF THE GENERAL MANAGER LODNA AREA ,P.O-KHAS JEENAGORA -(DHANBAD) (DHANBAD) Ref. No. BCCL/LA/CIVIL/NIT-/2014-15/40 Dated: 18.08.2014 Quotation Notice Sealed quotation in two parts (Part I & II) on percentage basis are invited from experienced and eligible Contractors for the following works:- 1. Repair & Maint work in the Qtr. Of Smt. Hiramuni Devi (G.M) at Sarmik Kalyan Lodna Madhuban of Lodna Colliery 2. Repair of damaged Magazine Control room at Bararee Colliery under, Lodna Area 3. Repair & Maint of 01 No. Hand Pumps at P.G with Chabutra near House of Anand Mahato Pahari Gora Jeenagora 4. Provision of Challa at Mahalaxmi Face OCP NT-ST under, Lodna Area 5. Repair & Maint including electrification of ‘C’ type Qtr. of Sri R.K Sharma Manager NTC Qtr. situated at MOCP Colony Sector-III under, Lodna Area 6. Roof treatment work for 5 Units NHS Qtr. at Golden Pahari of 1. Sri Bhagan Bawari (Qtr No.S.T N.H-42), 2. Suraj Mallaha (Qtr. No.ST NH-45),3. Raju Noshad (ST NH-46),4. Rajeshwar Singh (ST NH-48) and 5 Kajru Ram (ST NH-69) at NT-ST under, Lodna Area 7. Repair & Maint. of Ceiling Plaster of the Qtr. No. NT NH-38, 3,4 &125, ST NH 83 to 86,63,69 & 70 at P.G Pahari NT-ST Under, Lodna Area 8. Maintenance of Qtr No. NT NH-09 at PG Pahari for Shifting of P.Devi Employee of NT-ST Sl. Estimated cost Earnest money Cost of tender paper Time of completion No. 1 Rs 41657.33/- Rs 417/- NIL 10 Days 2 Rs. 40412.00/- Rs. 405/- NIL 10 Days 3 Rs. 42626.00/- Rs. 427/- NIL 10 Days 4 Rs. 46133.00/- Rs. 462/- NIL 10 Days 5 Rs. 40979.00/- Rs. 410/- NIL 10 Days 6 Rs. 45619.00/- Rs. 457/- NIL 10 Days 7 Rs. 19876.00/- Rs. 199/- NIL 10 Days 8 Rs. 6207.00/- Rs. 63/- NIL 10 Days

Availability of tender documents from: 22.08.2014 to 28.08.2014. Tender documents will be issued on all working days during working hours except on Sundays & holidays. In the event of the specified date for submission/opening of bids being declared a holiday the bids will be received/opened on the appointed time on the next working day. The tender documents are also available on Website www.bccl.gov.in . and can be down loaded. Time and date of receipt/opening of tender – a) The tenders will be received on 29.08.2014 from 10.00 AM to 3.00 PM in Tender Box kept at (i) C.I.S.F. Post, near Koyla Bhawan Gate, Koyla Nagar, BCCL, Dhanbad. (ii) G.M Office security room Lodna Area. b) The tenders received will be opened on 01.09.2014 at 11.30 A.M. in the Office of G.M.(Mining),Lodna Area Office. 1) Eligibility criteria: - a) The intending tenderer must have in its name as a prime contractor experience of having successfully completed similar works during last 7 (seven) years ending last day of month previous to the one in which bid applications are invited (i.e. eligibility period) should be either of the following :- Three similar completed works each costing not less than the amount equal to 40% of the estimated cost. OR Two similar completed works each costing not less than the amount equal to 50% of the estimated cost. OR One similar completed work costing not less than the amount equal to 80% of the estimated cost. Similar work means : “1. Construction /Maint. Of building 2. . Construction /Maint. Of building 3. Flushing /Drilling of Bore Hole/Hand Pump 4. Any Civil Work 5. Construction /Maint. Of building 6. Construction /Maint. Of building 7 Construction /Maint. Of building 8. Construction /Maint. Of building ”. b) Average annual financial turnover of civil works during the last 3 (three) years, ending 31 st March of the previous financial year, should be at least 30% of the estimated cost. The intending tenderer must submit documentary evidence in support of (1) (a) & (b) above in the form of certified copy of work order, completion certificate, payment certificates/ vouchers etc. indicating the period of work for which the payment has been made, duly signed by him/them. Note:- (i) Provision under eligibility criteria 1. (a) Shall also include those similar work “while considering the value of completed works, the full value of completed works be considered whether or not the date of commencement is within the said seven years period.” (ii) As per eligibility criteria specified under Sl.No.1 (a). Pre-qualification shall be done based on experience of successfully completed works and not on experience of work in progress.

(2) 2) The tender documents can be had from the office of the Area Civil Engineer, Lodna Area during the period mentioned above on deposition of requisite cost of tender paper in form of cash or bank dr of nationalized bank/ scheduled commercial bank approved by Reserve Bank of India in favour of Ltd., payable at Dhanbad.

3) Completed sealed tender documents (Part I & II) should be submitted at the same time. Part-I shall consist of terms and conditions of the tender, additional terms and conditions if any, technical bid and credentials. Part-II shall consist of tender documents as sold to the tenderers duly filled in for rates, amounts etc. i.e. Price bid. The Earnest money deposit is to be submitted in a separate Envelope super scribing “Earnest Money Deposit ” ( Earnest Money to be submitted in form of cash or bank draft of nationalized bank/ scheduled commercial bank approved by Reserve Bank of India in favour of Bharat Coking Coal Ltd., payable at Dhanbad.) The bid shall be submitted in three separate envelopes. Envelope-I should contain E.M.D. and the cost of tender document if down loaded from the website. Envelope-II should contain Part-I of Tender Document Envelope-III should contain Part-II i.e. Price Bid. Thereafter, all the three envelopes should be submitted in one sealed envelope . The tender will be received on 29.08.2014 from 10.00 AM to 3.00 P.M . at (i) C.I.S.F. Post, near Koyla Bhawan Gate, Koyla Nagar, BCCL, Dhanbad . (ii) G.M Office security room Lodna Area. will be opened at 11.30 A.M. 01.09.2014 in presence of the intending tenderer or their authorized Representative in the Office GM (Mining) Office Lodna Area. Only part-I will be opened on this date. The Part-I will be opened only after receipt of EMD and in case of downloaded tender, the cost of tender document too. The part-II will be opened only after: The department is satisfied that the criteria fixed are fulfilled i.e. on acceptance of part-I. 4) The earnest money is to be deposited as per detail given in the tender documents. 5) Sales Tax clearance certificate copy shall be attested by a Gazetted Officer of the Govt. (Central or State) & TIN No. 6) The tenderers have to submit X-erox copies of Permanent Account No. (PAN) of Income Tax/Bank A/c (for EFT). 7) Conditional tenders will not be accepted. 8) Issuance of tender documents does not mean that the parties are considered qualified. 9) The experience as given in the eligibility criteria should be in the name and style in which tender is filled. The experience in the name of some other firm/company will not be considered for this purpose. 10) The validity of the tender will be 120 days from the date of opening price bid or revised price bid if any.

11) The management of BCCL reserves right to reject any or all tender or split the work among two or more tenderers without assigning any reasons what’s

(3)

12 ) If tender document has been downloaded from the above mentioned website, the tenderers are required to deposit along with their tender, a Bank Draft of any Nationalized / Schedule Commercial Bank approved by Reserve Bank of India payable at Dhanbad exclusively towards the cost of Tender Document for the amount indicated as above, in the envelope as stated at Clause 3 of this NIT. Any Bank Draft, prepared after the scheduled closure of sale of Tender Documents may be liable for rejection.

13) The contents of the Tender Documents available in our offices, shall be deemed as authentic .The bidder will be required to submit an undertaking that they will accept the tender document as available in the web-site and their tender shall be rejected if any tampering is there in the tender document thus submitted. 14) The bidders are required to fill the format of Electronic Fund Transfer in triplicate which is enclosed with the Detailed Tender Notice. 15) Minimum of 20 % required unskilled workers shall be engaged to the this work from local project affected people of nearby villages.

16) If the Contractor, without reasonable cause or valid reason commits defaults 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 the contactor to commence the work failing which to forfeit the Earnest Money deposited by him , and will reserve the right to debar such defaulting Contractors from participating in future Tenders for a minimum period of one year.

17) Bidders have to submit the Affidavit only on Non – Judicial Stamp paper or Non – judicial Adhesive Stamp.

Area Civil Engineer Lodna Area

Copy to :- 1) General Manager Lodna Area 2) G.M.(Mining) Lodna Area 3) All CGMs/GMs/Areas/Projects of BCCL. 4) G.M. (C) Civil Engineering Department, Koyla Nagar. 5) C.V.O., BCCL, Koyla Bhawan 6) Sr. Manager (System) Lodna Area – for logging of NIT & Tender documents on Website No. www.bccl.gov.in at the earliest. 7) Inspector I/c, CISF, Koyla Bhawan. 8) Builders Association of India, 316 LIG Housing colony Dhanbad, -828113. 9) Notice Board. 10) Concerned file

4

( For civil Engineering section ) ADDITIONAL INFORMATION TO BE FURNISED BY THE CONTRACTOR)

1. Name of contractor

2. Father’s name with permanent Address

3 whether individual partnership Limited company

4. Postal address of the company/proprietor or together

with telephone number etc

5. In respect of partnership of Ltd .company the names of

the other partners/ director together with their address

6. List of other firms / partnership doing business in BCCL

where the above firm/partner director are connected with.

7. whether proprietor or partner / directors are connected

with any employee working in BCCL. If so the details

of the employee designation and place of working etc.

8. Any contractor being arrival in BCCL by the above

Firm/ proprietor/partnership Ltd. company in his own

Name and if so the details of contract being executed.

9. Details of sales tax registration on number if any

10 Whether the proprietor / partnership firm company is

An income tax assess & if so the years up to which

The last assessment has been made (income tax of

Clearance certificate should be enclosed)

Signature of the tendarer AREA CIVIL ENGINEER LODNA AREA

5

(For civil Engineering section) GENERAL CONDITION 1 . The tenderers shall quoted their rates in figure and words both . 2. Rates quoted should be inclusive of all materials taxes such as central sales Taxes Bihar sales tax and income tax etc.and also carriage of all materials to site which have been stipulated o be delivered Ex-Godown 3. The tenderer must mention in their quotation their sales tax registration Noand PAN No, They Should furnish a clearance certificate from the department concerned in respect of payment of income tax and sales tax . 4. The specification in force during the period of construction will be followed during the Execution of work except where otherwise provided for in case item of work which is not Covered by specification laid down by the Engineer in charge shall be followed which will Be final and conclusive . 5. The undersigned reserves the right to distribute the work amongst more than one contractor In Case of distribution of the work proportionate time of completion will be allowed . 6. In must be stated in their quotation (i) what experience they have for execution of similar work in the past With the actual names of places . place of work and the officer with their full address & under whom the execution had been carried (ii) what plant machineries the contractor them selves Possess ,or the execution of the work such as concrete mixture vibrator etc.? (iii) what technical staff they possess and will apply to execute the work 7. The work will have to be executed as per sanctioned design and order from the competent authority from time to time & no claim will be entertained if the design and drawing are subsequently charged or modified as the issue rate the basis of rates for item of work. 8. For departmental work the contractor will be issued by the department materials as per actual requirement Material taken by the contractor in excess of the calculated requirement will be charged at panel rate which will be double of the issue rate the various material plus 10%. 9. Contractor store Godown in which he will store material issued by the Department for Consumption in the work should be approved by the department proper account of the materials at site are to be kept by the contractor . He will always have to give excess to the Company officer for inspection and verification if and when required. 10. Quantities mentioned in the bill of quantities are approximate and actual measurement of Quantities of work Executed and values there of calculated at the tender rates for various (Item will form the basis of payment quantities mentioned for various item of work can be increased on the decision of the Engineer- In-charge and nothing extra for the same will be paid .

6 11. No claim will be entertained on ground of calculation of rate for labour and materials any time during the progress of work. 12. The successful tenderer shall arrange for necessary site accommodation and other facilities for labour and no claim for medical Or labour ration or housing accommodation or any other incidental . charges will be entertained 13. The contractor shall initial all corrections and modification and at the end append total number of such correction and addition omission to do so may render the quotation liable to rejection 14. No Claim for idle labour or non availability /delayed supply of materials and machineries of design by Company or any other reason will be entertained 16. The company will not be responsible for lapse of time for non-availability of departmental materials For which no claim or damage from the contractor will be entertained .. 17. All materials brought to site by motar vehicles other than vehicles belonging to the contractor for this work. Should be carried by public carrier vehicle use of a ny other vehicle would be illegal and the Contractor will accordingly be responsible for employing vehicle as permissible under rules .The contractor Shall observe strictly all M.V.D rules speed limited down under the traffic rules .in case of infringement of the traffic rules or any accident committed by vehicles used for the purpose the entire responsibility shall rest with the contractor Road and culverts damaged by such as accident will have to made good by the contractor at his own cost . 18. A qualified Engineer or overseer to the satisfaction of the company will have to be engaged by . the contractor 19. The contractor shall strictly follow the condition laid down in the minimum wages .Act. 20. a) The contractor shall not be entitled to claim and compensation for loss suffered by him on account of failure Or delay on behalf of the company in the supply of materials or stores which the company may have under taken to supply where such failure or delay due to:-

i) Natural calamities ii) Act. Of enemies. iii) Transportation or procurement difficulties iv) The circumstances beyond the control of company

b) in case of such a failure or delay in the supply of materials or stores an application by the contractor within10 days from the date of failure or delay .such extension of time shall be granted to the contractor for completion of the work as shall appear to the Engineer .The decision. 21. procurement of water will be the entre responsibility of the contractor and no claim will de entertained for this. 22. The contractor shall carefully check up units and rate respectively to above occurrence of trouble and if Such mistake is pointed out subsequently the same will be summarily rejected .

7 23. No claim will be allowed for derusting or removing other harmful materials from the steel issued to the Contractor by the Department.

24. No claim will allowed for extra weight of rods of the corresponding sections.

25. The contractor should get the sample of brick sand stone chips ,lime surkhi etc. approved by the

Engineer In-charge before collection for use in work the samples in sealed glass jars shall be kept

in the custody of Engineer In-charge.

26. The wood used in manufacture of chaukhats shutter & any other structure should be well seasoned

and free from cracks ,knots sapwoods etc. and should be got approved by Engineer In-charge be

fore use in the work .

27 . Providing & fixing of door & window etc. shall be got approved by the Engineer –In-charge will

Be in advance before use in work .the contractor shall get the approved fitting and fixing and

fixing and fixture mounted on wooden brand and always kept at site of work open for inspection .

28. All points of welding in grill etc. must be cleaned smooth and strong. The sample of grill must be

got approved by the Engineer –In –charge before taking up manufacture .

29 In case of ‘Tec’ or inverted beam only the rib portion shall be measured for payment purpose .

30. All R.C.C /plain cement concrete work shall be machine mixed and vibrated where possible.

31 . Lime concrete intended for terrace work shall be machine mixed .

32. The contractor shall take adequate arrangement for the safety of the laboures during execution of.

the work .He will be responsible for any accident that takes place at his work site and adequate

compensation for the same will have to be paid by him as decided by the competent authority.

33. Concrete Mixer /vibration pump and other construction equipment will have to be arranged by the

Contractor.

34. Railway freight /road transport charges, for transport of all materials shall be paid by contractor .

35. Contractor will submit sample of all materials in sealed glass jars along with their quotation

A.S Bars, joist and L if issued will be in stoke length available in the store and no claim of any

kind will be entertained for any wastage .The cut pieces will also be not taken by the company

Area civil Engineer LODNA AREA

8

ANNEXURE-VI

PARFORMA FOR AFFIDAVIT TO BE SUBMITTED BY THE TENDERER

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. ………………………………………………… Date. ……………. 2. None of the partner of our firm is relative of employee of Bharat Coking coal Limited. 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 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 partner of the firm etc. 6. None of the partners of the firm has either individually or collectively been involved in criminal offences

Signature of the Tenderer,

Date. …………….

Seal of Notary

9

DECLARATION

I hereby declare that my/our firm has not been banned or delisted by any Government or Quassi Government agencies or PSU's.

Signature of the Tenderer.

10

FOR PAYMENT TO SUPPLIERS/CONTRACTORS IN TRIPLICATE PROFORMA FOR COLLECTING PAYMENT THROGH ELECTRONIC MODE INCLUDING ELECTRONIC FUND TRANSFER (EFT)& ELECTRONIC CLEARING SYSTEM (ECS) (to be submitted in triplicate) VENDOR/SUPPLIER/CONTRACTOR/ 1 CUSTOMER’SNAME & ADDRESS (with Telephone No & Fax No) 2 PARTICULARS OF BANK ACCAUNT

A.BANK NAME

B.BRANCH NAME (Including RTGS CODE)

ADDRESS TELEPHONE NO AND FAX NO

C.9-DIGIRCODE NUMBER OF THE BANK & BRANCH ( Appearing on the MICR cheque issued on the Bank) or 5 digit code No of SBI

D.ACCOUNT TYPE (S.B Account /current Account OR Cash Credit with code 10/11/13) E.LEDGER NO/LEDGER FOLIO NO

F. ACCOUNT NUMBER( CORE BANKING) & STYLE OF ACCOUNT (As appearing on the Cheque Book) 4. DATE OF EFFECT I hereby declare that the particulars given above are corrected and complete .If the transaction delayed or not effected at all for reasons of in completed or in correct information, I would not Hold the user institution responsible. I have read the option invitation letter and agree to discharge responsibility –expected of me as a participant under the scheme. Any bank charge levied by the bank of such E-transfer shall be born by us. Date :- (______)

Signature of the customer/ vendor /Supplier/Contractor

Certified that the Particulars furnished above are corrected as per our records.

(______)

Signature of the Authorized officers From the Bank

BHARAT COKING COAL LIMITED (A Subsidiary of Coal India Limited) OFFICE OF THE GENERAL MANAGER LODNA AREA ,P.O-KHAS JEENAGORA -(DHANBAD) (DHANBAD) PART – II (TO BE SUBMITTED IN SEPARATE ENVELOPE)

Name of work:- 1. Repair & Maint work in the Qtr. Of Smt. Hiramuni Devi (G.M) at Sarmik Kalyan Lodna Madhuban of Lodna Colliery 2. Repair of damaged Magazine Control room at Bararee Colliery under, Lodna Area 3. Repair & Maint of 01 No. Hand Pumps at P.G with Chabutra near House of Anand Mahato Pahari Gora Jeenagora 4. Provision of Challa at Mahalaxmi Face OCP NT-ST under, Lodna Area 5. Repair & Maint including electrification of ‘C’ type Qtr. of Sri R.K Sharma Manager NTC Qtr. situated at MOCP Colony Sector-III under, Lodna Area 6. Roof treatment work for 5 Units NHS Qtr. at Golden Pahari of 1. Sri Bhagan Bawari (Qtr No.S.T N.H-42), 2. Suraj Mallaha (Qtr. No.ST NH-45),3. Raju Noshad (ST NH-46),4. Rajeshwar Singh (ST NH-48) and 5 Kajru Ram (ST NH-69) at NT-ST under, Lodna Area 7. Repair & Maint. of Ceiling Plaster of the Qtr. No. NT NH-38, 3,4 &125, ST NH 83 to 86,63,69 & 70 at P.G Pahari NT-ST Under, Lodna Area 8. Maintenance of Qtr No. NT NH-09 at PG Pahari for Shifting of P.Devi Employee of NT-ST. 2. Name of contractor :

Address :

3. N.I.T. Reference : BCCL/LA/CIVIL/NIT/2014-15/ 40 Dated:18.08.2014

4. Date of Receipt of tender : From 10.00 AM to 3.00 P.M. on 29.08.2014

5. Date of opening of Part - II : To be communicated later

6. Documents issued to : BILL OF QUANTITY – pages:-1

Tenderers

SIGNATURE OF ISSUING OFFICER

BCCL/LA/CIVIL/NIT/2014-15/ 40 Dated: 18.08.2014

(1) Bill of Quantities for the Work- “Repair & Maint work in the Qtr. Of Smt. Hiramuni Devi (G.Maz.) at Sarmik Kalyan Lodna Madhuban of Lodna Colliery”.

BILL OF QUANTITY Sl Item No. Description of Item Quantity Unit Rate Amount No 1 13.1.2 1:6 (1 cement: 6 fine sand) 90.00 sqm 112.50 10125.00

2 R.A. 25 mm thick CC floor (1:2:4) 50.00 Sqm 207.70 10385.00

3 6.1.10 (-) RA Brick work in s/s (1:6) Cm 1.00 Cum 3138.84 3138.84 Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing in position and applying a priming coat of 4 10.25.2 approved steel primer using structural steel etc. as required. In 48.00 KG 77.90 3739.20 gratings, frames, guard bar, ladder, railings, brackets, gates and similar works Grading roof for water proofing treatment with Cement concrete 5 22.14.1 1.47 Cum 4601.85 6764.72 1:2:4 (1 cement : 2 coarse sand : 4 6 R.A. P/Fixing 6mm thick A.C. shit rusting 6.68 Sqm 253.49 1693.31 White washing with lime to give an even shade : Old work (two or Sqm 7 14.42.1 350.00 7.05 2467.50 more coats) Sqm 8 R.A. Colour washing two coat old side 150.00 8.56 1284.00 Painting with synthetic enamel paint of approved brand and Sqm 9 14.54.1 manufacture of required colour to give an even shade : One or 35.13 35.20 1236.58 more coats on old work Sqm 10 13.18 Neat cement punning 12.00 31.10 373.20 Dismantling old plaster or skirting raking out joints and cleaning the Sqm 11 15.56 surface for plaster including disposal of rubbish to the dumping 30.00 15.00 450.00 ground within 50 meters lead. Total 41657.35 Checked & found Ok

Area Civil Engineer Lodna Area Synopsis:- % Rate quoted by the tenderer______To be written (Both in words and figures/whether at par/above/below the estimated Value) (______)

Signature of Contractor Name of Contractor Seal & Date

BCCL/LA/CIVIL/NIT/2014-15/40 Dated:18.08.2014 (2) Bill of Quantities for the Work: - Repair of damaged Magazine Control room at Bararee Colliery under, Lodna Area BILL OF QUANTITY Sl No Item No. Description of Item Quantity Unit Rate Amount Grading roof for water proofing treatment withCement concrete 1:2:4 (1 1 22.14.1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) 1.60 cum 4601.85 7362.96 Taking out doors, windows and clerestory window shutters (steel or wood) 2 15.13.1 including stacking within 50 metres lead : Of area 3 sq. metres and below 1.00 no. 39.70 39.70 Fixing chowkhats in existing opening including embedding chowkhatsin floors or walls cutting masonry for holdfasts, embedding holdfasts in cement concrete blocks of size 15 x 10 x 10 cm with cementconcrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate20 mm nominal size), painting two coats of approved woodpreservative to sides of chowkhats and making good the damagesto walls and floors as required complete, including disposal of 3 14.2.1 rubbish to the dumping ground within 50 meters lead : Door chowkhats 1.00 no. 600.10 600.10 Steel work welded in built up sections/ framed work, including cutting,hoisting, fixing in position and applying a priming coat of approved steelprimer using structural steel etc. as required. In gratings, frames, guard 4 10.25.2 bar, ladder, railings, brackets, gates and similar works 96.15 kg 77.90 7490.09 Brick work with common burnt clay F.P.S. (non modular) bricks of class designation 50 in foundation and plinth in: Cement mortar 1:6 (1 cement : 6 5 6.1.2 coarse sand) 2.40 cum 3058.35 7340.04 6 A.R Brick Flat Soling 16.20 sqm 179.35 2905.47 Reinforced cement concrete work in beams, suspended floors, roofshaving slope up to 15° landings,balconies, shelves, chajjas, lintels,bands, plain window sills, staircases and spiral stair cases up to floorfive level, excluding the cost of centering, shuttering, finishing andreinforcement, with 1:2:4 (1 7 5.3 cement : 2 coarse sand : 4 graded stoneaggregate 20 mm nominal size). 0.07 cum 5494.55 384.62 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete upto plinth level. Cold 8 5.22.3 twisted bars 5.60 kg 62.25 348.60 Centering and shuttering including strutting, propping etc. and removalof 9 5.9.3 form for : Suspended floors, roofs, landings, balconies and access platform 0.62 sqm 311.20 192.94 Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stoneaggregate 40 mm nominal size) in pavements, laid to required slope and camber in panels 10 16.42 as required including consolidation finishing and tamping complete 1.00 cum 4502.55 4502.55 12 mm cement plaster finished with a floating coat of neat cement of mix : 11 13.7.2 1:4 (1 cement: 4 fine sand). 1.25 sqm 153.45 191.81 12 13.1.2 12 mm cement plaster of mix : 1:6 (1 cement: 6 fine sand) 17.75 sqm 112.50 1996.88 13 A.R 25mm thick P.S Flooring (1:6) 14.57 sqm 207.70 3026.19 14 2012 Brick work (1:6) S/St 0.29 no. 3293.78 955.20 15 13.16.1 6 mm cement plaster of mix : 1:3 (1 cement : 3 fine sand 11.15 sqm 101.00 1126.15 White washing with lime to give an even shade :Old work (two or more 16 14.42.1 coats) 106.15 sqm 7.05 748.36 17 A.R C/Wasg two or more Coat 84.35 sqm 8.56 722.04 Painting with synthetic enamel paint of approved brand and manufacture of 18 14.54.1 required colour to give an even shade :One or more coats on old work 13.60 sqm 35.20 478.72 Total 40412.40 Checked & found Ok

Area Civil Engineer Lodna Area Synopsis:- % Rate quoted by the tenderer______To be written (Both in words and figures/whether at par/above/below the estimated Value) (______) Signature of Contractor Name of Contractor Seal & Date

BCCL/LA/CIVIL/NIT/2014-15/ 40 Dated: 18.08.2014

(3) Bill of Quantities for the Work:- Repair & Maint of 01 No. Hand Pumps at P.G with Chabutra near House of Anand Mahato Pahari Gora Jeenagora

BILL OF QUANTITY Sl Item No. Description of Item Quantity Unit Rate Amount No 1 RC Labour chargs for taking out and lowering of 32mm dia GI pipe. 43 mm 16.00 688.00

2 RC S/F/F 32mm dia G.I Pipes 31 mm 110.00 3410.00

3 RC S/F/F Cylinder 1 No 220.00 220.00

4 MR S/F/F Check valve 1 No 550.00 550.00

5 RL S/F/F 16mm road 3.00 mm 26.00 78.00

6 MR S/F/F Excel 1 No 125.00 125.00

7 MR S/F/F Bearing 2 No 110.00 220.00 Earth work in excavation by mechanical means (Hydraulic excavator) /manual means over areas exceeding 30cm in depth. 1.5 m in width 8 2.6.1 as well as 10 sqm on plan) including disposal of excavated earth, lead 9.65 cum 129.35 1248.23 upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed. All kinds of soil Earth work in excavation by mechanical means (Hydraulic excavator) /manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan), including dressing of sides and 9 2.8.1 4.37 cum 130.80 571.60 ramming of bottoms, lift upto 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m. All kinds of soil. Supplying and filling in plinth with Jamuna sand under floors, 10 2.27 0.46 cum 749.30 344.68 including watering, ramming, consolidating and dressing complete. 1:4:8 (1 cement : 4 fine sand : 8 graded stone aggregate 40 mm 11 4.1.9 1.93 cum 3331.25 6429.31 nominal size) 12 A.R B/W (1:6)is FSP 6.25 cum 3293.78 20586.13 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate) finished with a floating coat of neat cement, 13 11.3.1 including cement slurry, but excluding the cost of nosing of steps etc. 18.21 sqm 280.05 5099.71 complete. 11.3.1 40 mm thick with 20 mm nominal size stone aggregate 12 mm cement plaster finished with a floating coat of neat cement of 14 13.7.2 15.00 mm 153.45 2301.75 mix : 1:4 (1 cement: 4 fine sand) Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth, 15 2.25 9.00 cum 83.80 754.20 consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 m. Total 42626.61 Checked & found Ok

Area Civil Engineer Lodna Area

Synopsis:- % Rate quoted by the tenderer______To be written (Both in words and figures/whether at par/above/below the estimated Value) (______)

Signature of Contractor Name of Contractor Seal & Date

BCCL/LA/CIVIL/NIT/2014-15/ 40 Dated:18.08.2014

(4) Bill of Quantities for the Work Provision of Challa at Mahalaxmi Face OCP NT-ST under, Lodna Area

BILL OF QUANTITY Sl No Item No. Description of Item Quantity Unit Rate Amount 1 2.8.1 Earth work in excavation by mechanical means (Hydraulic 5.78 cum 130.80 756.02 excavator) /manual means in foundation trenches or drains (not exceeding 1.5 m inwidth or 10 sqm on plan), including dressing of sides and ramming ofbottoms, lift upto 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m.All kinds of soil 2 4.1.7 Providing and laying in position cement concrete of specified 1.69 cum 3626.15 6128.19 gradeexcluding the cost of centering and shuttering - All work up to plinthlevel : 1:3:6 (1 Cement : 3 fine sand : 6 graded stone aggregate 40 mm nominal size). 3 A.R Dry brick Flat Soling 19.05 sqm 179.35 3416.62 4 6.1.2 (-) Brick work with common burnt clay F.P.S. (non modular) bricks 2.71 cum 3058.35 8288.13 258.20 of class designation 50 in foundation and plinth in: Cement mortar 1:6 (1 cement : 6 coarse sand) 5 A.R B/W (1:6) in S/Str. 4.03 cum 3293.78 13273.93 6 13.1.2 12 mm cement plaster of mix : 1:6 (1 cement: 6 fine sand) 28.14 sqm 112.50 3165.75 7 13.7.2 12 mm cement plaster finished with a floating coat of neat 4.08 sqm 153.45 626.08 cement of mix : 1:4 (1 cement: 4 fine sand) 8 A.R 25mm thick CC Floor (1:2:4) 12.26 sqm 207.70 2546.40 9 A.R Labour Charges for Steel work in Singh Section 327.88 10.55 3459.13 10 A.R Labour Charges for 0.63 mm thick CGI Sheet 16.84 sqm 135.07 2274.58 11 2.6.1 Earth work in excavation by mechanical means (Hydraulic 17.00 cum 129.35 2198.95 excavator) /manual means over areas (exceeding 30cm in depth. 1.5 m in width aswell as 10 sqm on plan) including disposal of excavated earth, leadupto 50m and lift upto 1.5m, disposed earth to be levelled and neatlydressed.All kinds of soil Total 46133.79

Checked & found Ok

Area Civil Engineer Lodna Area

Synopsis:- % Rate quoted by the tenderer______To be written (Both in words and figures/whether at par/above/below the estimated Value)

(______)

Signature of Contractor Name of Contractor Seal & Date

BCCL/LA/CIVIL/NIT/2014-15/ 40 Dated: 18.08.2014 (5) Bill of Quantities for the Work “Repair & Maint including electrification of ‘C’ type Qtr. of Sri R.K Sharma Manager NTC Qtr. situated at MOCP Colony Sector-III under, Lodna Area”. BILL OF QUANTITY Sl Item No. Description of Item Quantity Unit Rate Amount No Distempering with oil bound washable distemper of approved brand and manufacture to give an 1 14.45.1 329.70 Sqm 23.40 7714.98 even shade : Old work (one or more coats) Painting with synthetic enamel paint of approved brand and manufacture of required colour to 2 14.54.1 75.35 Sqm 35.20 2652.32 give an even shade : One or more coats on old work Applying one coat of water thinkable cement primer of approved brand and manufacture on 3 13.43.1 164.85 Sqm 25.55 4211.92 wall surface : Water thinkable cement primer Removing dry or oil bound distemper, water proofing cement paintand the like by scrapping, 4 14.46 sand papering and preparing the surface smooth including necessary repairs to scratches etc. 164.85 Sqm 7.50 1236.38 complete. 5 14.42.1 White washing with lime to give an even shade : Old work (two or more coats) 107.06 Sqm 7.05 754.77 6 A.R C/Washing two or more coat. 245.35 Sqm 8.56 2100.20 Providing and fixing on wall face un plasticized Rigid PVC rain water pipes conforming to IS : 7 12.41.2 13592 Type A, including jointing with sealring conforming to IS : 5382, leaving 10 mm gap for 6.70 Mtr 206.90 1386.23 thermal expansion,(i) Single socketed pipes. 110 mm diameter Providing and fixing on wall face unplasticised-PVC moulded fittings/accessories for 8 12.42.5.2 unplasticised Rigid PVC rain water pipes conformingto IS : 13592 Type A, including jointing 1.00 no. 156.95 156.95 with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion. 110 mm bend Providing and fixing on wall face unplasticised - PVC molded fittings/accessories for 9 12.42.6.2 unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing 1.00 no. 287.50 287.50 with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion. 110 mm Shoe Providing and fixing on wall face unplasticised-PVC molded fittings/accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing 10 12.42.4.2 1.00 no. 241.65 241.65 with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion. 110x110x110 mm Providing and fixing ISI marked flush door shutters conforming to IS :2202 (Part I) non- decorative type, core of block board construction withframe of 1st class hard wood and well 11 9.21.3 matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on 4.46 Sqm 1266.75 5649.71 bothfaces of shutters : 25 mm thick (for cupboard) including ISI marked nickel plated bright finished M.S. piano hinges with necessary screws Providing and fixing M.S. holder bat clamps of approved design toC.I. or S.C.I. rain water pipes embedded in and including cement concrete blocks 10x10x10 cm of 1:2:4 mix (1 cement : 2 12 12.38.1 10.00 no. 112.50 1125.00 coarse sand : 4 graded stone aggregate 20 mm nominal size) and cost of cutting holes and making good the walls etc. : 100 mm diameter Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FR PVC insulated copper conductor single coercible in surface / recessed medium class PVC conduit, 13 1.8.1 32.00 Point 264.00 8448.00 with piano type switch, phenolic laminated sheet, suitable size M.S.box and earthing the point with 1.5 sq.mm. FR PVC insulated copper conductor single core cable etc as required. Group A Supplying and fixing suitable size GI box with modular plate andcover in front on surface or in recess, including providing andfixing 3 pin 5/6 amps modular socket outlet and 5/6 14 1.31 11.00 no. 160.00 1760.00 ampsmodular switch, connection etc. as required. (For light plugs to be used in non residential buildings). Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in 15 1.32 recess, including providing and fixing 6 pin 5/6 & 15/16 amps modular socket outlet and 7.00 no. 214.00 1498.00 15/16amps modular switch, connection etc. as required. Providing & Fixing 32 Amp TP&N disconnector fuse switch units inside the existing cubicle 16 2.21.1 panel board with ISI marked HRC fuses including drilling holes in cubicle panel, making 1.00 no. 768.00 768.00 connections etc as required Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch 17 1.25 4.00 no. 247.00 988.00 box including connections but excluding modular plate etc. as required. Total 40979.61 Checked & found Ok

Area Civil Engineer Lodna Area

Synopsis:- % Rate quoted by the tenderer______To be written (Both in words and figures/whether at par/above/below the estimated Value) (______)

Signature of Contractor Name of Contractor Seal & Date

BCCL/LA/CIVIL/NIT/2014-15/ 40 Dated:18.08.2014 (6)

Bill of Quantities for the Work: - “Roof treatment work for 5 Units NHS Qtr. at Golden Pahari of 1. Sri Bhagan Bawari (Qtr No.S.T N.H-42), 2. Suraj Mallaha (Qtr. No.ST NH-45),3. Raju Noshad (ST NH-46),4. Rajeshwar Singh (ST NH-48) and 5 Kajru Ram (ST NH-69) at NT-ST under, Lodna Area”.

BILL OF QUANTITY Sl No Item No. Description of Item Quantity Unit Rate Amount 1 A.R Removal of Old Tar Felt 200.04 cum 14.46 2892.58 Grading roof for water proofing treatment withCement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone 2 22.14.1 aggregate 20 mm nominal size) 7.79 cum 4601.85 35848.41 3 13.1.1 12 mm cement plaster of mix : 1:4 (1 cement: 4 fine sand) 31.83 sqm 123.50 3931.01 4 13.16.1 6 mm cement plaster of mix : 1:3 (1 cement : 3 fine sand) 29.18 cum 101.00 2947.18 Total 45619.17 Checked & found Ok

Area Civil Engineer Lodna Area

Synopsis:- % Rate quoted by the tenderer______To be written (Both in words and figures/whether at par/above/below the estimated Value) (______)

Signature of Contractor Name of Contractor Seal & Date

BCCL/LA/CIVIL/NIT/2014-15/ 40 Dated: 18.08.2014 (7)

Bill of Quantities for the Work: - “Repair & Maint. of Ceiling Plaster of the Qtr. No. NT NH-38, 3,4 &125, ST NH 83 to 86,63,69 & 70 at P.G Pahari NT-ST Under, Lodna Area”.

BILL OF QUANTITY

Sl No Item No. Description of Item Quantity Unit Rate Amount 1 13.1.2 12 mm cement plaster of mix : 1:6 (1 cement: 6 fine sand) 157.00 sqm 112.50 17662.50 Dismantling old plaster or skirting raking out joints and cleaning thesurface for plaster including disposal of rubbish to the 2 15.56 dumping ground within 50 metres lead. 63.00 sqm 15.00 945.00 White washing with lime to give an even shade : Old work (two 3 14.42.1 or more coats) 180.00 sqm 7.05 1269.00 Total 19876.50 Checked & found Ok

Area Civil Engineer Lodna Area

Synopsis:- % Rate quoted by the tenderer______To be written (Both in words and figures/whether at par/above/below the estimated Value) (______)

Signature of Contractor Name of Contractor Seal & Date

BCCL/LA/CIVIL/NIT/2014-15/ 40 Dated: 18.08.2014 (8) Bill of Quantities for the Work:- “Maintenance of Qtr No. NT NH-09 at PG Pahari for Shifting of P.Devi Employee of NT-ST”.

BILL OF QUANTITY

Sl No Item No. Description of Item Quantity Unit Rate Amount 1 13.1.2 12 mm cement plaster of mix : 1:6 (1 cement: 6 fine sand) 28.04 sqm 112.50 3154.50 White washing with lime to give an even shade : Old work (two or 2 14.42.1 more coats) 150.00 sqm 7.05 1057.50 3 A.R Colour washing on old work 85.00 sqm 9.66 821.10 Painting with synthetic enamel paint of approved brand and manufacture of required colour to give an even shade :One or 4 14.54.1 more coats on old work 25.00 sqm 35.20 880.00 Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster including disposal of rubbish to the dumping 5 15.56 ground within 50 metres lead. 19.62 sqm 15.00 294.30 Total 6207.40 Checked & found Ok

Area Civil Engineer Lodna Area

Synopsis:- % Rate quoted by the tenderer______To be written (Both in words and figures/whether at par/above/below the estimated Value) (______)

Signature of Contractor Name of Contractor Seal & Date