CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL MANAGER (KTA), KATHARA P.O.KATHARA,DIST..

Ref.No: GM(KTA)SO(C)/Quotation Tender/G.M.Unit/16-17/2227 Dated: 05.01.17.

NOTICE INVITING QUOTATION QUOTATION NOTICE NO- 14 of 2016-17 Sealed quotations in two parts are invited from reputed, experienced & eligible contractors for the following works:- Sl. Name of the works. Estimated Earnest Completion No cost Rs. Money Rs. Period 1 R&M. of different type of 8 nos. quarters occupied by employes of Jarangdih Colliery 175266.87 1800.00 1.5 Month 2 Water supply arrangement from new filter plant to church drinking water point at 167432.25 1700.00 1 Month Jarangdih Colliery. 3 R& M. of 8 Nos. TH & DH type at different colonies under Jarangdih Colliery. 173546.88 1700.00 1.5 Month 4 Supplying and spreading of moorum from weigh bridge to konar river Dalla Bridge 118690.18 1200.00 15 Days. under Sawang Colliery. 5 R/M. of 4 Nos. DH type quarters in Tata Block Colony under Jarangdih Colliery. 77104.50 800.00 1 Month 6 R/M. of 6 Nos. DH type of quarters at Jarangdih under Jarangdih Colliery. 199766.69 2000.00 1.5 Month 1. Earnest money: The Earnest Money should be deposited in shape of Bank Draft and drawn in favors of “ CCL, Kathara Area ”, payable at SBI, Kathara/SBI BTPS issued by any nationalized Bank and its date of issuance should be on or after the date of issue of NIQ. The earnest money of the unsuccessful bidder shall be refundable as promptly as possible and shall bear no interest. No Bid will be accepted unless accompanied by requites earnest money deposit as stated above.

2. Eligibility Criteria to qualify for the award of contract:- (a) The intending bidder 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 works costing not less than the amount equal to 80% of the estimated cost.

In all the above cases while considering the value of completed works, the full value of completed work be considered whether or not the date of commencement is within the said seven years period. In case the bidder is not a prime contractor but a sub-contractor, the bidder’s experience as sub-contractor will be taken into account if the contract in support of qualification is a sub-contract in compliance with the provision of such sub-contract in the original contract awarded to prime contractor. The intending bidder must submit documentary evidence in support of above in the form of Completion certificate including value and period of work, Work order/TDS certificate/Bill of quantity be submitted during clarification, if any, (iii) In case of sub- contractor, suitable document as per provision above. Similar nature of work shall mean: Construction/R&M. of civil Works in Sl.No.1 & 3 to 6 & Sl.No.2 for water supply pipe line works. Working experience of only Govt. / Govt. owned organization would be reckoned .

(b) Average annual financial turnover during the last 3 (three) years, ending 31 st march financial year should be least 30% of the estimated cost.

The intending bidder must submit documentary evidence in support of above in the form of certificate from Chartered Accountant or audited balance sheet or suitable acceptable documents.

Financial turn over and cost of completed works of previous shall be given a weightage of 5% per year (average annual rate of inflation) to bring them at current price level, while evaluating the qualification requirement and bid assessment of the bidder. 3. Availability of the Bid document: BOQ including terms and conditions of work, will be available in our office and can be collected from 13/01/2017 at 10.00 AM to 19/01/2017, 3.00 PM during office hours and Bid Documents can also be Downloaded from company website www.centralcoalfields.in .During above mentioned time. There is no application fee. 1 Validity Period of Offer: - The rate offered in Part-2 should be valid for 150 days from the last date of submission of Bid. 2 General Instruction for Submission of Bid: The technical bid (i.e. Pre-qualification bid) shall form Part-I of the quotation and shall be put in one envelope super scribing as ‘ Technical bid’ , and ‘EMD’ shall be put in a envelope super scribing as ‘EMD’ . All these two envelopes shall then be put in a big envelop and all the envelopes shall be sealed before dropping the completed envelope in the tender box. The envelopes shall clearly contain the name of work, NIQ No. and address of the bidder and shall be duly authenticated. 6. Following documents are required to be submitted with the quotation:- a. Constitution/Legal status of bidder including place of registration and principle place of business e.g. Partnership deed containing name of partners and Memorandum & Articles of association with certificate of incorporation containing name of the bidder, affidavit in case of proprietary firm b. Power of Attorney in the case the tender is signed by an authorized representative of the tenderer.

PTO -P/2-

c. Photocopy of PAN card either of the firm or of the individual as the case may be/ PAN. d. Particulars of registration with appropriate sales Tax authority. e. Credentials of satisfactory performance of contracts completed with full details of clients location of work, cost & time taken for completion during the period as indicated at sl. No. 2.

f. Turnover certificate from Chartered Accountant or audited balance sheet or suitable acceptable documents. g. An undertaking in the format enclosed with quotation documents. h. Particulars of Service Tax Registration, if Service Tax is applicable / not applicable for small service provider. However, a declaration by practicing Chartered Accountant is to be enclosed certifying that the bidder is small service provider and exempted from service tax registration. i. Contractor’s bid as per enclosed pro-forma.

j. Authorization of all payment through fund transfer system / RTGS / CBS / interbank transfer as per format enclosed with quotation document.

7. All the pages of BOQ, documents, credentials should be signed by the bidder including cutting / overwriting if any. 8. Receipt of Bid: Bids are to be received in sealed covers on 20/01/2017, upto 3.30 PM at the office of Staff Officer (Civil), Kathara Area, CCL. In the event of specified date of submission is declared a Holiday by employer, the bid will be received up to the appointed time on the next working day.

9. Opening of Bids: Bid will be opened on 20/01/2017, 4.30 PM at the office of Staff Officer (P&P)(KTA), Kathara Area, CCL in presence of intending bidders/representatives.

Envelope No. II (i.e. Part-II: PRICE BID) :-This will contain only the Price Bid in term of percentage above/below the estimated cost. 10. The company is not under any obligation to accept the lowest Bid/Bids and reserves the right to reject any or all the Bids without assigning any reason whatever, and also to distribute / split up the work and allot the work/works to more than one bidder or accept the tender in part and not in entirely, as it sole discretion.

11. The company reserves the right to extend the date of submission and opening of bid without assigning any reason whatsoever.

12. No, subletting of work in piece rated jobs is permissible. Subletting of work in piece rated jobs is permissible with the prior approval of the department.

13. The decision of CCL in awarding the work shall be final and cannot be subject to any arbitration. 14. Incomplete bid shall be out rightly rejected.

Staff Officer (Civil)(KTA) Kathara Area.

Distribution:

1The GM (KTA), Kathara. 2.The GM( C ), CCL, Ranchi. 3.The C.V.O.,CCL,Ranchi. 4.The T.S. to C.M.D,CCL.Ranchi. 5.The A.F.M.(KTA),Kathara. /F.M., GM Unit,Kathara. 6.The Staff Officer( C ), / Rajhara / Kuju / Dhori / Nk / BarkaSayal / Argada /Piparwar / BCW(Kathara), / B&K / CWS.( RK).of CCL. 7.The Secretary, Mines &Geology,Govt. of .,NepalHouse,Doranda Ranchi- 8.The Addl.GM/S.O. (M) (KTA)/(P&P)(KTA), Kathara Area. 9.The Project Officer Jarangdih Colliery, Kathara Colliery, Sawang – Govindpur Project, R.R.ShopJrd., 10.The Chief Manager.( C )/Sr.Manager(C),/Manager(C),Govindpur project, RR Shop,Jrd., Jarangdih Colliery, Sawang Colliery / Kathara colliery, GM Unit,Kathara. 11.The Area Security Officer(KTA), Kathara – for information and arranging receiving of the tender. 12.The All Notice Board . CENTRAL COALFIELDS LIMITED

Office of the Staff Officer (Civil)

Kathara Area, CCL

QUOTATION

DOCUMENT

Contents:

Notice Inviting Quotation Details of EMD

CONTRACTOR’S BID AND ACCEPTANCE OF BID CONDITIONS Undertaking

E-Mandate Format Part-II format Bill of Quantities ( Respective BOQ to be Printed & submitted in part-II envelope) CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL MANAGER (KTA), KATHARA P.O.KATHARA,DIST.BOKARO.

Ref.No: GM(KTA)SO(C)/Quotation Tender/G.M.Unit/16-17/2227 Dated: 05.01.17.

NOTICE INVITING QUOTATION QUOTATION NOTICE NO- 14 of 2016-17 Sealed quotations in two parts are invited from reputed, experienced & eligible contractors for the following works:- Sl. Name of the works. Estimated Earnest Completion No cost Rs. Money Rs. Period 1 R&M. of different type of 8 nos. quarters occupied by employes of Jarangdih Colliery 175266.87 1800.00 1.5 Month 2 Water supply arrangement from new filter plant to church drinking water point at 167432.25 1700.00 1 Month Jarangdih Colliery. 3 R& M. of 8 Nos. TH & DH type at different colonies under Jarangdih Colliery. 173546.88 1700.00 1.5 Month 4 Supplying and spreading of moorum from weigh bridge to konar river Dalla Bridge 118690.18 1200.00 15 Days. under Sawang Colliery. 5 R/M. of 4 Nos. DH type quarters in Tata Block Colony under Jarangdih Colliery. 77104.50 800.00 1 Month 6 R/M. of 6 Nos. DH type of quarters at Jarangdih under Jarangdih Colliery. 199766.69 2000.00 1.5 Month 2. Earnest money: The Earnest Money should be deposited in shape of Bank Draft and drawn in favors of “ CCL, Kathara Area ”, payable at SBI, Kathara/SBI BTPS issued by any nationalized Bank and its date of issuance should be on or after the date of issue of NIQ. The earnest money of the unsuccessful bidder shall be refundable as promptly as possible and shall bear no interest. No Bid will be accepted unless accompanied by requites earnest money deposit as stated above.

2. Eligibility Criteria to qualify for the award of contract:- (a) The intending bidder 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 works costing not less than the amount equal to 80% of the estimated cost.

In all the above cases while considering the value of completed works, the full value of completed work be considered whether or not the date of commencement is within the said seven years period. In case the bidder is not a prime contractor but a sub-contractor, the bidder’s experience as sub-contractor will be taken into account if the contract in support of qualification is a sub-contract in compliance with the provision of such sub-contract in the original contract awarded to prime contractor. The intending bidder must submit documentary evidence in support of above in the form of Completion certificate including value and period of work, Work order/TDS certificate/Bill of quantity be submitted during clarification, if any, (iii) In case of sub- contractor, suitable document as per provision above. Similar nature of work shall mean: Construction/R&M. of civil Works in Sl.No.1 & 3 to 6 & Sl.No.2 for water supply pipe line works. Working experience of only Govt. / Govt. owned organization would be reckoned .

(b) Average annual financial turnover during the last 3 (three) years, ending 31 st march financial year should be least 30% of the estimated cost.

The intending bidder must submit documentary evidence in support of above in the form of certificate from Chartered Accountant or audited balance sheet or suitable acceptable documents.

Financial turn over and cost of completed works of previous shall be given a weightage of 5% per year (average annual rate of inflation) to bring them at current price level, while evaluating the qualification requirement and bid assessment of the bidder. 3. Availability of the Bid document: BOQ including terms and conditions of work, will be available in our office and can be collected from 13/01/2017 at 10.00 AM to 19/01/2017, 3.00 PM during office hours and Bid Documents can also be Downloaded from company website www.centralcoalfields.in .During above mentioned time. There is no application fee. 3 Validity Period of Offer: - The rate offered in Part-2 should be valid for 150 days from the last date of submission of Bid. 4 General Instruction for Submission of Bid: The technical bid (i.e. Pre-qualification bid) shall form Part-I of the quotation and shall be put in one envelope super scribing as ‘ Technical bid’ , and ‘EMD’ shall be put in a envelope super scribing as ‘EMD’ . All these two envelopes shall then be put in a big envelop and all the envelopes shall be sealed before dropping the completed envelope in the tender box. The envelopes shall clearly contain the name of work, NIQ No. and address of the bidder and shall be duly authenticated. 6. Following documents are required to be submitted with the quotation:- k. Constitution/Legal status of bidder including place of registration and principle place of business e.g. Partnership deed containing name of partners and Memorandum & Articles of association with certificate of incorporation containing name of the bidder, affidavit in case of proprietary firm

l. Power of Attorney in the case the tender is signed by an authorized representative of the tenderer.

m. Photocopy of PAN card either of the firm or of the individual as the case may be/ PAN. n. Particulars of registration with appropriate sales Tax authority. o. Credentials of satisfactory performance of contracts completed with full details of clients location of work, cost & time taken for completion during the period as indicated at sl. No. 2.

p. Turnover certificate from Chartered Accountant or audited balance sheet or suitable acceptable documents. q. An undertaking in the format enclosed with quotation documents. r. Particulars of Service Tax Registration, if Service Tax is applicable / not applicable for small service provider. However, a declaration by practicing Chartered Accountant is to be enclosed certifying that the bidder is small service provider and exempted from service tax registration. s. Contractor’s bid as per enclosed pro-forma.

t. Authorization of all payment through fund transfer system / RTGS / CBS / interbank transfer as per format enclosed with quotation document.

15. All the pages of BOQ, documents, credentials should be signed by the bidder including cutting / overwriting if any. 16. Receipt of Bid: Bids are to be received in sealed covers on 20/01/2017, upto 3.30 PM at the office of Staff Officer (Civil), Kathara Area, CCL. In the event of specified date of submission is declared a Holiday by employer, the bid will be received up to the appointed time on the next working day.

17. Opening of Bids: Bid will be opened on 20/01/2017, 4.30 PM at the office of Staff Officer (P&P)(KTA), Kathara Area, CCL in presence of intending bidders/representatives.

Envelope No. II (i.e. Part-II: PRICE BID) :-This will contain only the Price Bid in term of percentage above/below the estimated cost. 18. The company is not under any obligation to accept the lowest Bid/Bids and reserves the right to reject any or all the Bids without assigning any reason whatever, and also to distribute / split up the work and allot the work/works to more than one bidder or accept the tender in part and not in entirely, as it sole discretion.

19. The company reserves the right to extend the date of submission and opening of bid without assigning any reason whatsoever.

20. No, subletting of work in piece rated jobs is permissible. Subletting of work in piece rated jobs is permissible with the prior approval of the department.

21. The decision of CCL in awarding the work shall be final and cannot be subject to any arbitration. 22. Incomplete bid shall be out rightly rejected.

Staff Officer (Civil)(KTA) Kathara Area.

Distribution:

1The GM (KTA), Kathara. 2.The GM( C ), CCL, Ranchi. 3.The C.V.O.,CCL,Ranchi. 4.The T.S. to C.M.D,CCL.Ranchi. 5.The A.F.M.(KTA),Kathara. /F.M., GM Unit,Kathara. 6.The Staff Officer( C ), Rajrappa / Rajhara / Kuju / Dhori / Nk / BarkaSayal / Argada /Piparwar / BCW(Kathara), / B&K / CWS.( RK).of CCL. 7.The Secretary, Mines &Geology,Govt. of Jharkhand.,NepalHouse,Doranda Ranchi- 8.The Addl.GM/S.O. (M) (KTA)/(P&P)(KTA), Kathara Area. 9.The Project Officer Jarangdih Colliery, Kathara Colliery, Sawang – Govindpur Project, R.R.ShopJrd., 10.The Chief Manager.( C )/Sr.Manager(C),/Manager(C),Govindpur project, RR Shop,Jrd., Jarangdih Colliery, Sawang Colliery / Kathara colliery, GM Unit,Kathara. 11.The Area Security Officer(KTA), Kathara – for information and arranging receiving of the tender. 12.The All Notice Board . DETAIL OF EARNEST MONEY

I/We hereby submitting Earnest Money of Rs …………………………………………………………

Vide ……………… no……………………… dated………………………………….

(Signature of Bidder)

Note: - Demand draft submitted as earnest money/bid security should be drawn in favour of Central Coalfields Ltd. Kathara Area on any nationalized bank/ scheduled bank payable at SBI, Kathara/SBI BTPS. and its date of issuance should be on or after the date of issue off NIQ. To The SO (Civil)/KTA, Kathara Area. Central Coalfields Limited, Ranchi

Sub: BID for the Work “…………………………………………………………………

NIQ No.

Dear Sir,

This has reference to above referred bid. I/we have read and examined the conditions of contract, Scope of work, technical specifications, BOQ and other documents carefully.

I/We am/are pleased to submit our bid for the above work. I/We hereby unconditionally accept the bid conditions and bid documents in its entirety for the above work and agree to abide by and fulfill all terms and conditions and specifications of the contract document as in force & available in the office of the SO(C)(KTA),Kathara.

I/we here by submit all the documents as required to meet the eligibility criteria as per provision of the bid notice/document.

I/we hereby confirm that this bid complies with the Bid validity, Bid security and other documents as required by the Bidding documents.

If any information furnished by me/us towards eligibility criteria of this bid is found to be incorrect at any time, penal action as deemed fit may be taken against me/us for which I/We shall have no claim against CIL/Subsidiary.

Until a formal agreement is prepared and executed, this bid and your subsequent letter of Acceptance/work order shall constitute a binding contract between us and Central Coalfields Ltd.

Should this bid be accepted, we agree to furnish Performance Security within 28 days of issue of letter of acceptance and commence the work within 10 days of issue of letter of acceptance. In case of our failure to abide by the said provision Central Coalfields Ltd. Shall, without prejudice to any other right or remedy, be at liberty to cancel the letter of acceptance/ award and to forfeit the earnest money and also debar us from participating in future tenders for a minimum period 12 months.

Yours Faithfully,

Signature of the Bidder with seal & date

UNDERTAKING

I / We, ...... , Proprietor/Partner/Legal Attorney/Director/ Accredited Representative of M/S...... , solemnly declare that:

1. I/We am/are submitting Bid for the work …………………………………………………………... …………………………………………………………………………………………………………. …………………………………………………………………………………………………….. …………………………………………………………………against Bid Notice No...... Dated………………… and I/we offer to execute the work in accordance with all the terms, conditions and provisions of the bid.

2. Myself/Our Partners/Directors don’t has/have any relative as employee of...... ………………………………………………………... (Name of the Company)

3. All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this Bid is complete, correct and true.

4. All copy of documents, credentials and documents submitted along with this Bid are genuine, authentic, true and valid.

5. I/ We hereby authorize department to seek references / clarifications from our Bankers.

6. *I/We have submitted particulars of existing Sales Tax / VAT registration. We also undertake that Certificate of Registration with appropriate Sales Tax / VAT Authority where the work will be executed shall be arranged before any payment is made to us. 7. We hereby undertake that we shall register and obtain license from the competent authority under the paymentscontract8. *I/We labourhereby as required (Regulation confirm under that & law. Abolitionwe have Act)registration as relevant, with ifCMPF applicable. / EPF Authorities. We shall make necessary Or *I/We hereby undertake that we shall take appropriate steps for registration as relevant under CMPF / EPF authorities, if applicable.We shall make necessary payments as required under law. * Delete whichever is not applicable.

9. ** I/We have not been banned or delisted by any Govt., or Quasi Govt. Agencies or PSUs. (In case of JV, all partners are covered) Or **I / WE ……………….. have been banned by the organization named “______” for a period of………………… year/s, effective from ………………. to……………………..…..

[ in case of JV, name(s) of the JV Partner(s) ] ** Delete whichever is not applicable.

Signature of the Bidder with seal & date

MANDATE FORM FOR ELECTRONIC FUND TRANSFER / INTERNET BANKING PAYMENT

1. Name of the Bidder : ………………………………………………………………………………… 2. Address of the Bidder : ………………………………………………………………………………….

……………………………………………………………………………………………………………….

City …………………………. Pin Code………………………………

E-mail Id: …………………………………………………………….. Permanent Account Number ……………………………………………. 3. Particulars of Bank :

Bank Name Branch Name

Branch Place Branch City

Pin Code Branch Code

MICR No.

(Digital Code number appearing on the MICR Band of the cheque supplied by the Bank. Please attach Xerox copy of a cheque of your Bank for ensuring accuracy of the Bank Name, Branch Name and Code Number.

RTGS CODE

Accou nt Type Saving Current Cash Credit

Account Number (as appearing in the Cheque Book.

6. Date from which the mandate should be effective.

1 I hereby declare that the particulars given above are correct and complete. If any transaction is delayed or not effected for reasons of incomplete or incorrect information. I shall not hold company responsible. I also undertake to advise any change in the particulars of my account to facilitate updation of records for purpose of credit of amount through SBI Net / RTGS transfer/NEFT. I agree to discharge responsibility expected of me as a participant under the scheme. Any bank charges levied by the bank for such e-transfer shall be borne by us.

Place: Signature of the Party/Authorized Signatory Date: ------Certified that particulars furnished above are correct as per our records. Banker’s stamp

Date (Signature of the Authorized official from the Bank) 10

PRICE BID-(PART-2)

To, The Tender Committee (Civil), Kathara Area, CCL

Sub: - ………………………………………………………………………………………………………

………………………………………………………………………………………………………

Ref. No……………………………….………. .………………………..Dt.……………………

Dear Sir, With reference to your above quotation, we are quoting our lowest rate, excluding Service Tax for the subject work, after inspection of site and thorough study of the terms & condition of contract as below:--- Particulars Amount

Estimated cost of the work :

Quoted Rate of the work (in figures) : (Excluding Service Tax)

Quoted Rate of the work (in words) : (Excluding Service Tax)

Quoted Amount of the work : (Excluding Service Tax)

Bidder;s Category for the Service Tax :

Select one of the following regarding category for Service tax:--

SI. Category NO. 1. Small Service Provider Service provider share will be exempted from service tax whereas 50% share availing exemption of of the service tax will be paid by service availer (i.e CCL) to Govt. directly. Service Tax 2. Other then body 50 % share of service tax is to be paid by service provider which will be Corporation but not a reimbursed to service provider by service availer on submitting a small service provider bill/Invoice/documentary evidence in accordance with the provision of relevant service tax rule. Rest 50% share of service tax will be paid by service availer (i.e CCL) to Govt Directly. 3. Body Corporate Service 100% of service tax is to be paid by service provider which will be Provider reimbursed on submitting bill/Invoice/documentary evidence in accordance with the provision of relevant service tax rule.

Signature of the Bidder With Seal

Bidder Name:

11

2227 Bill of quantity for the work"R&M. Of diff. Type quarters (8 Nos.) occupied employees of Jarangdih Colliery. (Qrts.No.BN/7,QN/60,MQ(D/S)/111,106,B/7,DH/107, SCMQ/12,1B/22,MQ/1,MQ/384 & B/7). Sl.No. Desctiption of items Quantity Rate/ Unit. Amount 1 2 3 4 5 6 1 6mm cement plaster to ceiling of mix 1:3 (1 cement: 20.00 134.70 Sqm 2694.00 3 fine sand). 2 12mm cement plaster mix 1:6 (1cement:6 fine sand. 100.00 149.45 Sqm 14945.00 12mm cement plasteer finished with a floating coat of 3 neat 45.00 203.25 Sqm 9146.25 cement. 4 Brick work with FPS bricks of class designation 50 1.25 4505.11 Cum 5631.39 in foundation and plinth in cement mortar 1:6 (1cement :6 coarse sand). 5 Brick work with FPS bricks of class designation 75 2.25 5254.01 Cum 11821.52 in superstructure above plinth level upto floor V level in all shapes and sizes in cement mortar 1:6 (1cement:6 coarse sand). Half brick masonry with FPS bricks of class design. 50 6 in 25.00 646.10 Sqm 16152.50 superstructure above plinth upto floor V level in cement mortar 1:6 (1 cement: 6 coarse sand). 7 Providing ,hoisting and fixing upto floor five level 0.15 6447.95 Cum 967.19 precast reinforced cement conc. Work in string courses copings bands bed plates, anchor blocks plain window sills and the like incl. The cost of required centering, shutt. Finishing smooth with 6mm thick cement plaster 1:3 (1cement:3fine sand) on exposed surface compl. Upto but excl. Thecost of reinforcement with 1:2:4(1cement:2 coarsesand:4 graded stone agg. 20mm nominal size. 8 Reinforcement for RCC work incl. Straightening, 20.00 68.10 Kg 1362.00 cutting, bending, placing in position and binding all complete upto plinth level . Thermo-Mechanically Treated bars. 9 Structural steel work in single section fixed with or 270.00 67.70 Kg 18279.00 without connecting plate including cutting hoisting, fixing in position and applying a priming coat of approved steel primer all complete. Fixing chowkhats in existing opening including 10 embedding chowkhats in floors or walls cutting masonary for holdfasts embedding hold fasts in cement jconc. Blocks with cement conc. 1:3:6 (1cement:3 coarse sand:6 graded stone agg. 20mm nominal size) painting two coats of approved wood preservative tosides ofchowkhats and making good the damages to walls and floors as required complete incl. disposal of rubbish to the dumping ground within 50m lead. 12

(A). Door chowkhats. 10.00 790.75 Eh 7907.50 (B). Window Chowkhats. 5.00 487.35 Eh 2436.75 Demolishing cement conc. Manually by mechanical 11 means 3.00 892.70 Cum 2678.10 incl. Disposal of material within 50m lead as per dir. Of EIC. 1:3:6 or richer mix. 12 Dismantling old plaster or skirting ranking out 95.00 20.05 Sqm 1904.75 joints and cleaning the surface for plaster including disposal of rubbish to the dumping ground within 50 metres lead. 13 Providing and fixing steel door shutters as per instr. Of 21.75 1219.18 Sqm 26517.17 the Eng.I/c. 14 22mm thick Cement conc. Flooring 1:2:4 ( 1ceement:2 120.00 267.67 Sqm 32120.40 crose sand:4 graded stone agg.) finished with a floating coat of neat cement incl. Cement slurry but excl. the cost of nosing of steps etc. complete.25mm thick with 20mm nominal size stone aggregate. 15 White washing with lime to give an even 450.00 5.95 Sqm 2677.50 shade old work (two or more coats). 16 Colour washing such as green, blue or buff to 535.00 15.45 Sqm 8265.75 give an even shade. New work (two or more coats) 17 Painting with synthetic enamel paint of approved 175.00 48.50 Sqm 8487.50 brand and manufacture of required colour to give an even shede. One or more coats on old work. 18 Providingand fixing ISI marked oxidised MS tower bolt black finish(Berrel type) with necessary screws etc. compl. 250x10mm 12.00 66.95 Eh 803.40 200x10mm 8.00 58.65 Eh 469.20 Rs. 175266.87

Contractor. Staff Officer(Civil)(KTA), Kathara Area.

13

Bill of quantity for the work"Water supply arrangement from New Filter Plant to Church drinking 2227 water point at Jarangdih Colliery”.

Sl.No. Desctiption of items Quantity Rate/ Unit. Amount 1 2 3 4 5 6 1 Providing and fixing GI pipes complete with GI fittings and clamps, including cutting and making good the walls etc. (a).15mm dia nominal bore. 18.00 215.10 Metre 3871.80 (b).20mm dia nominal bore. 70.00 249.30 Metre 17451.00 2 Providing and fixing GI pipe compl. With GI fittings incl. Trenching and refilling etc.(external work) (e) 50mm dia nomina bore. 120.00 399.50 Mtr. 47940.00 (b) 40mm dia nominal bore. 150.00 334.15 Mtr. 50122.50 (c) 25mm dia nominal bore. 120.00 257.30 Mtr. 30876.00 3 Providing and fixing gun metal gate valve with CI wheel of approved quality (screwed end): (a) 50 mm nominal bore. 1.00 750.75 Eh 750.75 (b).25mm nominal bore. 3.00 428.85 Eh 1286.55 pipe with PTMT Nuts collar and bush of approved quality and colour. 15m nominal bore with 30 cm length. 4 Providing and fixing brass bib cock of approved quality. (a) 15mm dia nominal bore. 24.00 260.60 Eh 6254.40 5 Providing and fixing brass stop cock of approved quality: (a)15mm nominal bore. 6.00 260.60 Eh 1563.60 6 Providing and fixing brass stop cock of approved quality: (a)20mm nominal bore. 5.00 344.85 Eh 1724.25 7 Providing and fixing GI Union in GI pipe including cutting and threading the pipe and making long screws etc. compl (New work). (a) 15mm nominal bore. 2.00 165.25 Eh 330.50 (b) 20mm nominal bore. 4.00 188.50 Eh 754.00 (c) 25mm nominal bore. 6.00 200.10 Eh 1200.60 (d) 40mm nominal bore. 2.00 316.25 Eh 632.50 (e) 50mm nominal bore. 3.00 392.40 Eh 1177.20 8 Making connection of GI distribution branch with GI main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. complete. (a) 25 to 40mm nominal bore. 2.00 367.75 Mtr. 735.50 (b) 50 to 80mm nominal bore. 1.00 761.00 Mtr. 761.00 Rs. 167432.25

Contractor. Staff Officer(Civil)(KTA),

14

2227 Bill of quantity for the work"R/M. Of 08 Nos. TH & DH type at different Colonies under Jarangdih Colliery.(Qrts.No.TH/82,12,17,20,316,215 and 216 and 12 No. Babu quarter). Sl.No. Desctiption of items Quantity Rate/ Unit. Amount 1 2 3 4 5 6 1 Demolishing cement conc. Manually by mechanical means 3.00 892.70 Cum 2678.10 incl. Disposal of material within 50m lead as per dir. Of EIC. 1:3:6 or richer mix. 2 Dismantling old plaster or skirting ranking out 75.00 20.05 Sqm 1503.75 joints and cleaning the surface for plaster including disposal of rubbish to the dumping ground within 50 metres lead. 3 12mm cement plaster mix 1:6 (1cement:6 fine sand. 90.00 149.45 Sqm 13450.50 4 12mm cement plasteer finished with a floating coat of neat 25.00 203.25 Sqm 5081.25 cement. 5 Brick work with FPS bricks of class designation 50 1.00 4505.11 Cum 4505.11 in foundation and plinth in cement mortar 1:6 (1cement :6 coarse sand). 6 Brick work with FPS bricks of class designation 75 1.75 5254.01 Cum 9194.52 in superstructure above plinth level upto floor V level in all shapes and sizes in cement mortar 1:6 (1cement:6 coarse sand). 7 Half brick masonry with FPS bricks of class design. 50 in 15.00 646.10 Sqm 9691.50 superstructure above plinth upto floor V level in cement mortar 1:6 (1 cement: 6 coarse sand). 8 Providing ,hoisting and fixing upto floor five level 0.15 6447.95 Cum 967.19 precast reinforced cement conc. Work in string courses copings bands bed plates, anchor blocks plain window sills and the like incl. The cost of required centering, shutt. Finishing smooth with 6mm thick cement plaster 1:3 (1cement:3fine sand) on exposed surface compl. Upto but excl. Thecost of reinforcement with 1:2:4(1cement:2 coarsesand:4 graded stone agg. 20mm nominal size. 9 Reinforcement for RCC work incl. Straightening, 20.00 68.10 Kg 1362.00 cutting, bending, placing in position and binding all complete upto plinth level . Thermo-Mechanically Treated bars. 10 Structural steel work in single section fixed with or 325.00 67.70 Kg 22002.50 without connecting plate including cutting hoisting, fixing in position and applying a priming coat of approved steel primer all complete. 11 Fixing chowkhats in existing opening including embedding chowkhats in floors or walls cutting masonary for holdfasts embedding hold fasts in cement jconc. Blocks with cement conc. 1:3:6 (1cement:3 coarse sand:6 graded stone agg. 20mm nominal size) painting two coats of approved wood preservative tosides ofchowkhats and making good the 15

damages to walls and floors as required complete incl. disposal of rubbish to the dumping ground within 50m lead. (A). Door chowkhats. 12.00 790.75 Eh 9489.00 (B). Window Chowkhats. 4.00 487.35 Eh 1949.40 12 Providing and fixing steel door shutters as per instr. Of 25.75 1219.18 Sqm 31393.89 the Eng.I/c. 13 Providing non-asbestos high impact polypropylene reinfo- 42.00 292.31 Sqm 12277.02 rced cement 6mm thick corrugated sheets (as per IS : 14871 ) roofing upto any pitch and fixing with polymer coated J or L hooks bolts and nuts 8 mm dia. G.I. plain and butumen washers or with self drilling fastener and EPDM washers etc.compl. Excluding the cost of purlins, rafters and trusses, corrugated sheets and incl. Cutting to size and shape wherever required. 14 22mm thick Cement conc. Flooring 1:2:4 ( 1ceement:2 120.00 267.67 Sqm 32120.40 crose sand:4 graded stone agg.) finished with a floating coat of neat cement incl. Cement slurry but excl. the cost of nosing of steps etc. complete.25mm thick with 20mm nominal size stone aggregate. 15 White washing with lime to give an even shade old work 585.00 5.95 Sqm 3480.75 (two or more coats). 16 Colour washing such as green, blue or buff to 330.00 15.45 Sqm 5098.50 give an even shade. New work (two or more coats) 17 Painting with synthetic enamel paint of approved 125.00 48.50 Sqm 6062.50 brand and manufacture of required colour to give an even shede. One or more coats on old work. 18 Dismantling roofing incl. Ridges, hips valleys and 42.00 29.50 Sqm 1239.00 gutters etc. and stacking the material within 50m lead of : Asbestos sheet. Total Rs. 173546.88

Contractor. Staff Officer(Civil)(KTA), Kathara Area.

16

Bill of quantity for the work"Supplying and spreading of Moorum from weigh bridge to Konar 2227 River Dalla Bridge under Sawang Colliery.

Sl.No. Desctiption of items Quantity Rate/ Unit. Amount 1 2 3 4 5 6 Supplying and stacking at site, Moorum as per 1 instr. Of the Eng.I/c. 169.00 646.35 Cum 109233.15

2 Labour charges. 169.00 19.12 Cum 3231.28

3 Surface dressing of the ground incl. Removing 500.00 1245.75/ Sqm 6228.75 vegetation and in-equality not exceeding 15cm 100 deep and disposal of rubbish, lead upto 50m and lift upto 1.5m all kinds of soil.

Total Rs. 118690.18

Contractor. Staff Officer(Civil)(KTA), Kathara Area.

2227 Bill of quantity for the work"R/M. Of 4 Nos. DH type quarters in tata block colony under Jarangdih 17

Colliery". Sl.No . Desctiption of items Quantity Rate/ Unit. Amount 1 2 3 4 5 6

1 Dismantling roofing incl. Ridges, hips valleys and 36.00 29.50 Sqm 1062.00 gutters etc. and stacking the material within 50m

lead of : Asbestos sheet.

2 Demolishing brick work manually/by mechanical means 1.05 754.10 Cum 791.81 incl.stacking of serviceable materials and disposal of

unserviceable materials within 50m lead in cement mortar.

3 Providing non-asbestos high impact polypropylene reinfo- 36.00 396.10 Sqm 14259.60 rced cement 6mm thick corrugated sheets (as per IS :

14871 ) roofing upto any pitch and fixing with polymer

coated J or L hooks bolts and nuts 8 mm dia. G.I. plain

and butumen washers or with self drilling fastener and

EPDM washers etc.compl. Excluding the cost of purlins,

rafters and trusses, corrugated sheets and incl. Cutting to

size and shape wherever required.

4 Providing ridges or hips of width 60cm over all width plain 9.00 502.75 Mtr. 4524.75 GS sheet fixed with polymer coated J or L hooks, bolts

and nuts 8mm dia. G.I. limpet and bitumen washers

complete. 0.60mm thick with zinc coating not less than

275gm/m2.

5 Brick work with FPS bricks of class designation 75 1.05 5254.01 Cum 5516.71 in superstructure above plinth level upto floor V level in all shapes and sizes in cement mortar 1:6 (1cement:6 coarse sand). 6 12mm cement plaster mix 1:6 (1cement:6 fine sand. 40.50 149.45 Sqm 6052.73 7 22mm thick Cement conc. Flooring 1:2:4 ( 1ceement:2 40.50 267.67 Sqm 10840.64 crose sand:4 graded stone agg.) finished with a floating coat of neat cement incl. Cement slurry but excl. the cost of nosing of steps etc. complete.25mm thick with 20mm nominal size stone aggregate.

8 Structural steel work in single section fixed with or 165.00 67.70 Kg 11170.50 without connecting plate including cutting hoisting, fixing in position and applying a priming coat of approved steel primer all complete. 9 Providing and fixing steel door shutters as per instr. Of 10.50 1219.18 Sqm 12801.39 the Eng.I/c.

10 White washing with lime to give an even shade old work 725.00 5.95 Sqm 4313.75 (two or more coats). 11 Colour washing such as green, blue or buff to 221.00 15.45 Sqm 3414.45 give an even shade. New work (two or more coats) 12 Painting with synthetic enamel paint of approved brand 23.65 74.40 Sqm 1759.56 and manufacture to give an even shade.Two or more coats on new work.

13 Carriage of material by mechanical transport incl. 7.50 79.55 Cum 596.63 loading unloading and stacking lime moorum bldg. 18

rubbish ,earth , manure or sludge and excv. Rock 1KM lead.

Rs. 77104.50

Contractor. Staff Officer(Civil)(KTA),

Kathara Area.

2227 Bill of quantity for the work"R/M. Of 6 Nos. DH type of quarters at Jarangdih under Jarangdih

19

Colliery". Sl.No. Desctiption of items Quantity Rate/ Unit. Amount 1 2 3 4 5 6

1 Brick work with FPS bricks of class designation 75 2.76 5254.01 Cum 14501.10 in superstructure above plinth level upto floor V level in all shapes and sizes in cement mortar 1:6 (1cement:6 coarse sand). 2 Half brick masonry with FPS bricks of class design. 50 in 20.00 649.09 Sqm 12981.80 superstructure above plinth upto floor V level in cement mortar 1:6 (1 cement: 6 coarse sand). 3 12mm cement plaster mix 1:6 (1cement:6 fine sand. 185.00 149.45 Sqm 27648.25 4 12mm cement plasteer finished with a floating coat of neat 55.00 203.25 Sqm 11178.75 cement.

5 22mm thick Cement conc. Flooring 1:2:4 ( 1ceement:2 158.60 267.67 Sqm 42452.46 crose sand:4 graded stone agg.) finished with a floating coat of neat cement incl. Cement slurry but excl. the cost of nosing of steps etc. complete.25mm thick with 20mm nominal size stone aggregate.

6 Providing and fixing steel door shutters as per instr. Of 17.64 1219.18 Sqm 21506.34 the Eng.I/c.

7 Structural steel work welded in built up sections, 386.50 73.95 Kg 28581.68 trusses and framed work incl. Cutting, hoisting,

fixing in position and applying a prining coat of

approved steel primer all complete

8 Providing non-asbestos high impact polypropylene reinfo- 38.50 396.10 Sqm 15249.85 rced cement 6mm thick corrugated sheets (as per IS :

14871 ) roofing upto any pitch and fixing with polymer

coated J or L hooks bolts and nuts 8 mm dia. G.I. plain

and butumen washers or with self drilling fastener and

EPDM washers etc.compl. Excluding the cost of purlins,

rafters and trusses, corrugated sheets and incl. Cutting to

size and shape wherever required.

9 Colour washing such as green, blue or buff to 637.50 15.45 Sqm 9849.38 give an even shade. New work (two or more coats) 10 Painting with synthetic enamel paint of approved 95.00 48.50 Sqm 4607.50 brand and manufacture of required colour to give an even shede. One or more coats on old work. 11 Providing and fixing ridges and hips in non-asbestos fibre 15.00 343.10 Mtr. 5146.50 cement high impact polypropylene reinforced roofing with

suitable fixing accessories or self drilling fastener and

EPDM washer etc. complete. Corrugated serrated adjust-

able ridges.

12 Dismantling roofing incl. Ridges, hips valleys and 134.20 29.50 Sqm 3958.90 gutters etc. and stacking the material within 50m lead of : Asbestos sheet.

13 Providing and fixing M.S. grills of required pattern in 18.00 116.90 Kg 2104.20 frame of windowswith MS flats, square or round bars

20 etc. All complete. Fixed to steel windows by welding.

Rs. 199766.69

Contractor. Staff Officer(Civil)(KTA),

Kathara Area.

21

Tender Details Entry Format Fill the details to upload a new Tender ( * fields are mandatory )

Area Kathara Area

Unit/Project GM Unit

Indenting Department CIVIL/CSR

Procuring Department/ CIVIL/CSR Executing Department

Tender Ref No. GM(KTA)/SO©/GMU/Quoatation Tender/ /16 -17/ 2227 dt.05.01.17. Quotation No.16 -17/14 (05 of 2016 -17(CSR)) Tender Type WORK CONTRACT

Type of Bidding

Single Bid Two Bid Four Bid

Enter Location G.M.OFFICE (KTA),KATHARA

Sale Open Date Day Month Year AM

13 01 2017 10.00

Sale Close Date Day Month Year PM Up to 3.00 19 01 2017

Last Date for Submission Day Month Year PM Up to 3.30 20 01 2017

Opening Date Day Month Year Hrs Min. PM AT 20 01 2017 4 30

R/M. of diff. type of 8 nos. qrts. Occupied by employees of Jarangdih colliery.

Tender Title Product Category CIVIL WORKS

Sub Category Not Applicablable 22

Tender Value Currency (Write the amount without any Comma(,) or dot(.) For Example, INR 10000000, USD 10000 etc. Value 175266 not specified.) EMD 1800 Documents Cost r Nil

Work Description R/M. of diff. type of 8 nos. qrts. Occupied by employees of Jarangdih colliery.

Add More Item >>>

Pre-Qualification

Not Applicable

Pre-Bid Meet Day Month Year

Tender Document For further information , contact:

Name M K SINGH STAFF OFFICER (CIVIL) (KTA) KATHARA

Address G.M.OFFICE (KTA) KATHARA

City BOKARO

State JHARKHAND

Email [email protected]

Phone 06549-235366

Fax 06549-235366

+918987785374 CUG No.

Staff Officer (Civil)(KTA),Kathara.

23

Tender Details Entry Format Fill the details to upload a new Tender ( * fields are mandatory )

Area Kathara Area

Unit/Project GM Unit

Indenting Department CIVIL/CSR

Procuring Department/ CIVIL/CSR Executing Department

Tender Ref No. GM(KTA)/SO©/GMU/Quoatation Tender/ /16 -17/ 2227 dt.05.01.17. Quotation No.16 -17/14 (05 of 2016 -17(CSR)) Tender Type WORK CONTRACT

Type of Bidding

Single Bid Two Bid Four Bid

Enter Location G.M.OFFICE (KTA),KATHARA

Sale Open Date Day Month Year AM

13 01 2017 10.00

Sale Close Date Day Month Year PM Up to 3.00 19 01 2017

Last Date for Submission Day Month Year PM Up to 3.30 20 01 2017

Opening Date Day Month Year Hrs Min. PM AT 20 01 2017 4 30

Water supply arrangement from new filter plant to church drinking water point at Jarangdih colliery.

Tender Title Product Category CIVIL WORKS

Sub Category Not Applicablable 24

Sub Category Not Applicable Tender Value Currency (Write the amount without any Comma(,) or dot(.) For Example, INR 10000000, USD 10000 etc. Value 167432 not specified.) EMD 1700 Documents Cost r Nil

Work Description . Water supply arrangement from new filter plant to church drinking water point at Jarangdih colliery.

Add More Item >>>

Pre-Qualification

Not Applicable

Pre-Bid Meet Day Month Year

Tender Document For further information , contact:

Name M K SINGH STAFF OFFICER (CIVIL) (KTA) KATHARA

Address G.M.OFFICE (KTA) KATHARA

City BOKARO

State JHARKHAND

Email [email protected]

Phone 06549-235366

Fax 06549-235366

+918987785374 CUG No.

Staff Officer (Civil) Kathara. 25

Tender Details Entry Format Fill the details to upload a new Tender ( * fields are mandatory )

Area Kathara Area

Unit/Project GM Unit

Indenting Department CIVIL/CSR

Procuring Department/ CIVIL/CSR Executing Department

Tender Ref No. GM(KTA)/SO©/GMU/Quoatation Tender/ /16 -17/ 2227 dt.05.01.17. Quotation No.16 -17/14 (05 of 2016 -17(CSR)) Tender Type WORK CONTRACT

Type of Bidding

Single Bid Two Bid Four Bid

Enter Location G.M.OFFICE (KTA),KATHARA

Sale Open Date Day Month Year AM

13 01 2017 10.00

Sale Close Date Day Month Year PM Up to 3.00 19 01 2017

Last Date for Submission Day Month Year PM Up to 3.30 20 01 2017

Opening Date Day Month Year Hrs Min. PM AT 20 01 2017 4 30

R&M. of 8 Nos. TH & DH type at different colonies under Jarangdih colliery.

Tender Title Product Category CIVIL WORKS

Sub Category Not Applicablable 26

Sub Category Not Applicable Tender Value Currency (Write the amount without any Comma(,) or dot(.) For Example, INR 10000000, USD 10000 etc. Value 173546 not specified.) EMD 1700 Documents Cost r Nil

Work Description R&M. of 8 Nos. TH & DH type at different colonies under Jarangdih colliery......

Add More Item >>>

Pre-Qualification

Not Applicable

Pre-Bid Meet Day Month Year

Tender Document For further information , contact:

Name M K SINGH STAFF OFFICER (CIVIL) (KTA) KATHARA

Address G.M.OFFICE (KTA) KATHARA

City BOKARO

State JHARKHAND

Email [email protected]

Phone 06549-235366

Fax 06549-235366

+918987785374 CUG No.

Staff Officer (Civil) Kathara. 27

Tender Details Entry Format Fill the details to upload a new Tender ( * fields are mandatory )

Area Kathara Area

Unit/Project GM Unit

Indenting Department CIVIL/CSR

Procuring Department/ CIVIL/CSR Executing Department

Tender Ref No. GM(KTA)/SO©/GMU/Quoatation Tender/ /16 -17/ 2227 dt.05.01.17. Quotation No.16 -17/14 (05 of 2016 -17(CSR)) Tender Type WORK CONTRACT

Type of Bidding

Single Bid Two Bid Four Bid

Enter Location G.M.OFFICE (KTA),KATHARA

Sale Open Date Day Month Year AM

13 01 2017 10.00

Sale Close Date Day Month Year PM Up to 3.00 19 01 2017

Last Date for Submission Day Month Year PM Up to 3.30 20 01 2017

Opening Date Day Month Year Hrs Min. PM AT 20 01 2017 4 30

Supplying and spreading of moorum, from weigh bridge to konar river dalla bridge under Sawang colliery.

Tender Title Product Category CIVIL WORKS

Sub Category Not Applicablable 28

Sub Category Not Applicable Tender Value Currency (Write the amount without any Comma(,) or dot(.) For Example, INR 10000000, USD 10000 etc. Value 118690 not specified.) EMD 1200 Documents Cost r Nil

Work Description Supplying and spreading of moorum, from weigh bridge to konar river dalla bridge under Sawang colliery.

Add More Item >>>

Pre-Qualification

Not Applicable

Pre-Bid Meet Day Month Year

Tender Document For further information , contact:

Name M K SINGH STAFF OFFICER (CIVIL) (KTA) KATHARA

Address G.M.OFFICE (KTA) KATHARA

City BOKARO

State JHARKHAND

Email [email protected]

Phone 06549-235366

Fax 06549-235366

+918987785374 CUG No.

Staff Officer (Civil) Kathara. 29

Tender Details Entry Format Fill the details to upload a new Tender ( * fields are mandatory )

Area Kathara Area

Unit/Project GM Unit

Indenting Department CIVIL/CSR

Procuring Department/ CIVIL/CSR Executing Department

Tender Ref No. GM(KTA)/SO©/GMU/Quoatation Tender/ /16 -17/ 2227 dt.05.01.17. Quotation No.16 -17/14 (05 of 2016 -17(CSR)) Tender Type WORK CONTRACT

Type of Bidding

Single Bid Two Bid Four Bid

Enter Location G.M.OFFICE (KTA),KATHARA

Sale Open Date Day Month Year AM

13 01 2017 10.00

Sale Close Date Day Month Year PM Up to 3.00 19 01 2017

Last Date for Submission Day Month Year PM Up to 3.30 20 01 2017

Opening Date Day Month Year Hrs Min. PM AT 20 01 2017 4 30

R&M. of 4 Nos. DH type quarters in tata block colony under Jarangdih colliery.

Tender Title Product Category CIVIL WORKS

Sub Category Not Applicablable 30

Sub Category Not Applicable Tender Value Currency (Write the amount without any Comma(,) or dot(.) For Example, INR 10000000, USD 10000 etc. Value 77104 not specified.) EMD 800 Documents Cost r Nil

Work Description R&M. of 4 Nos. DH type quarters in tata block colony under Jarangdih colliery . .

Add More Item >>>

Pre-Qualification

Not Applicable

Pre-Bid Meet Day Month Year

Tender Document For further information , contact:

Name M K SINGH STAFF OFFICER (CIVIL) (KTA) KATHARA

Address G.M.OFFICE (KTA) KATHARA

City BOKARO

State JHARKHAND

Email [email protected]

Phone 06549-235366

Fax 06549-235366

+918987785374 CUG No.

Staff Officer (Civil) Kathara. 31

Tender Details Entry Format Fill the details to upload a new Tender ( * fields are mandatory )

Area Kathara Area

Unit/Project GM Unit

Indenting Department CIVIL/CSR

Procuring Department/ CIVIL/CSR Executing Department

Tender Ref No. GM(KTA)/SO©/GMU/Quoatation Tender/ /16 -17/ 2227 dt.05.01.17. Quotation No.16 -17/14 (05 of 2016 -17(CSR)) Tender Type WORK CONTRACT

Type of Bidding

Single Bid Two Bid Four Bid

Enter Location G.M.OFFICE (KTA),KATHARA

Sale Open Date Day Month Year AM

13 01 2017 10.00

Sale Close Date Day Month Year PM Up to 3.00 19 01 2017

Last Date for Submission Day Month Year PM Up to 3.30 20 01 2017

Opening Date Day Month Year Hrs Min. PM AT 20 01 2017 4 30

R/M. of 6 Nos. DH type of quarters at Jarangdih under Jarangdih colliery.

Tender Title Product Category CIVIL WORKS

Sub Category Not Applicablable 32

Sub Category Not Applicable Tender Value Currency (Write the amount without any Comma(,) or dot(.) For Example, INR 10000000, USD 10000 etc. Value 199766 not specified.) EMD 2000 Documents Cost r Nil

Work Description R/M. of 6 Nos. DH type of quarters at Jarangdih under Jarangdih colliery. . .

Add More Item >>>

Pre-Qualification

Not Applicable

Pre-Bid Meet Day Month Year

Tender Document For further information , contact:

Name M K SINGH STAFF OFFICER (CIVIL) (KTA) KATHARA

Address G.M.OFFICE (KTA) KATHARA

City BOKARO

State JHARKHAND

Email [email protected]

Phone 06549-235366

Fax 06549-235366

+918987785374 CUG No.

Staff Officer (Civil) Kathara. 33

34

35

36

37