SOUTH EASTERN COALFIELDS LIMITED

PART-I (Technical-Bid)

Tender document for the work “Reorganization of power line (HT<) over head line to provide separate road to the contractor for dumping at OCM (Details are as per Schedule of Work at Annexure-A)”

NIT NO. : SECL/SGP/E&M/AOCM-18-19/409 dated 12-03-2019

To M/s ______

Colliery Engineer (E&M) AOCM,SECL, Sohagpur Area

South Eastern Coal Fields Limited Office of the In-charge E&M Amlai Open Cast Mine

No.SECL/Colliery Engineer (E&M.)/AOCM/2018-19/409 Date: 12/03/2019

// Notice Inviting Tender //

Sealed tenders are invited in two bid system on behalf of the General Manager, SECL, Sohagpur Area from the bonafide, reputed and experienced Contractors having valid Electrical Contractor License of appropriate class for taking up the following works at AOCM, Sohagpur Area on the details, scope of work, terms & conditions appended below :-

Sl. Description of work Estimated EMD ( ) Period of No. Cost ( ) completion 1 Rearrangement of power line (HT<) over 1,97213.00 2470.00 30 days head line to provide separate road to the contractor for dumping at Amlai OCM (Details are as per Schedule of Work at Annexure-A)

Terms & Conditions :-` 1 The bidder has to accept the description of works & terms & conditions of NIT, by signing all the pages of the tender notice.

2 ISSUE OF TENDER DOCUMENTS : Tender documents will be issued individually on requisition in writing from the intended contractor or their accredited representatives. Tender documents can be obtained from office of the undersigned during working hours on any working days as per dates mentioned below :- i) Sale of tender documents begins on : 12-03-2019 ii) Sale of tender documents closes on: 22-03-2019

3 SUBMISSION OF TENDERS : i) Date & time for submission of tender : 23-03-2018 upto 12.00 p.m. i.e. Technical/Commercial bid & Price bid as explained in tender notice. ii) Location/Place for submission of tenders : Completed & sealed tenders addressed to the Colliery Engineer (E&M),AOCM, SECL, Sohagpur Area, PO: Sanjay Koyla Nagar,, Distt: Annupur(MP) – 484120 should be submitted on or before 23-03-2018 at 12-00 p.m. in the office of the undersigned. In case tender is sent by post, it should be sent by Registered Post only through Post & Telegraph Department and photocopy of the Registration Slip be retained with the tenderers, so that the same can be produced on demand for verification, if any. The department is not responsible for any postal delay. The envelope containing the tender should be superscribed with part of tender i.e Part-I, the NIT No. and date of submission & name of work be addressed Colliery Engineer (E&M),AOCM, SECL, Sohagpur Area, PO: Sanjay Koyla Nagar,Devhara, Distt: Annupur(MP) – 484120 . Envelopes not superscribed with NIT number & due date of submission are liable for rejection. Contd..2..

Page-2— iii) The Earnest Money can be deposited in the form of Bank Draft / Banker’s Cheque on any Nationalised Bank of issud after the date of NIT in favour of “South Eastrn Coalfields Limited, Sohagpur Area Account”, payable at Dhanpuri (MP) should be enclosed alongwith technical/commercial bid and other required documents, letter etc. whatsoever should be enclosed in Part-I tender envelope only and duly signed Price-Bid in which the rates should be written in words as well as in figures should be submitted in separate envelope. Overwriting and cutting in rates should be avoided as far as possible. No tender shall be considered unless accompanied by the requisite earnest money. Firms registered with NSIC/DGS&D/DIC/MSME/SSI/Ancillary units of SECL are also eligible for exemption of EMD if the tendered item/job is covered in the above certificates issued by the said authorities. Valid registration certificates in support of their status duly notarized shall be uploaded by the firms. EMD of unsuccessful tenderers will be refunded after opening of Part-II i.e. price –bid & will not carry any interest. iv) Late tenders/incomplete tenders/telegraphic and tender received through private courier services or tenders received after due date and time of tender submission shall not be accepted.

4 ADDRESS,DATE & TIME OF OPENING OF TENDERS i) Date & time of opening of Tender :23-03-2019 at 12.30 p.m. ii) Place of opening of tender CollieryEngineer(E&M),AOCM,SECL,SGP ,. 5 Procedure for submission of Tender : Part-I (technical/commercial bid) containing Earnest Money in the form of DD/BC and other required documents should be submitted superscribed as Part-I Bid, complete correspondence address, NIT no. & date. Any other documents, letter etc. whatsoever should be enclosed in Part-I tender only. Part-II (Price Bid) : Duly signed Part-II Price-Bid attached with NIT in which the itemwise rates should be written in words as well as in figures should be submitted in separate envelope superscribed as Part-II (Price Bid), complete correspondence address, NIT no. & date. Overwriting and cutting in rates should be avoided as far as possible. No other documents should be kept in Part-II (Price Bid). All the two envelopes should be submitted in a separate sealed envelope mentioning complete correspondence address, NIT no. & date.

6 THE QUALIFYING CRITERIA FOR THE WORK : i) Experience of having successfully completed similar works of State Govt. or Central Govt. or PSUs etc. during last 7 years ending last day of the month previous to the one in which bid applications are invited should be either of the following :- a) Three similar completed works each costing not less than at least 40% of the estimated amount. OR b) Two similar completed works each cost not less than 50% of the estimated amount. OR c) One similar completed work costing not less than 80% of the estimated amount. (Copy of work order and final bill/completion certificate should be submitted in support of experience). ii) Copy of valid GST Registration certificate. iii) Photocopy of PAN Card. iv) Proof of ownership of firm. v) Contractor/Partner of the firm should submit a certificate indicating details of relatives, if any, working in SECL, Sohagpur Area or CIL or its subsidiaries and not active with any trade unions. (The bidder should submit self attested copies of the above documents with part-I tender documents)

07 In case, the yearly financial turnover of the bidder is below the threshold limit of GST eligibility, a Certificate from a practicing Chartered Accountant certifying that the bidder is a GST Unregistered contractor (supplier) in compliance with the relevant GST Act & Rules. may be submitted, clearly stating that “THE YEARLY FINANCIAL TURNOVER OF OUR FIRM IS LESS THAN THE THRESHOLD LIMIT OF GST ELIGIBILITY AND HENCE GST IS NOT APPLICABLE FOR US”.

08 DEFINITION OF SIMILAR WORK : Having experience in H.T and L.T over head works

Contd..3..

Page-3— 09 The contractor will ensure that “They will abide / liable for any registration etc., if required with regard to PF even after award of work”. 10 Contractor will have produce a license under Labor Contract (Regulation and Abolition Act, 1970), if they engage more than 19 labourers in this job on any day. The necessary records under contract labor and minimum wages acts are to be maintained by you at site of work and are to be presented to the department’s authorized representative or the inspecting authority as and when asked for checking. 11 The bill of contractor shall be accompanied by an attested copy of wages sheet with certificate given on the wages sheet by authorized officials witnessing the payment of wages to labourers/workmen engaged by the contractor in this work to the effect that payment indicated in the prescribed column of wages sheet has been disbursed to the labourers/workmen in their presence. The labourers engaged should be paid preferably through Bank only, OR the bidder has to submit an undertaking that the workmen engaged for the job are employed in the bidder’s firm and wages, EPF and other statutory worker’s benefit are being paid to them by the bidder as per prevalent rules.. 12 Safety of men & materials will be the responsibility of the contractor and he will arrange all safety tools & tackles like, helmet, safety shoes, Rubber/leather hand gloves, safety belt etc. shall be provided to the workmen engaged for the work to ensure safe working. 13 Compensation : If any accident occurs during the execution of work and if any compensation is payable, the same shall be paid by the contractor. 14 The rates quoted should be firm and inclusive of all taxes. No escalation will be allowed during the contract period. 15 All taxes and duties, royalty etc. payable will be the responsibility of the contractor. If required, documentary proof of payment shall be furnished at the time of payment. 16 Management reserves the right to postpone the date of receipt and opening of tender without assigning any reason whatsoever and to allow the Public Sector Enterprises price preference facilities as admissible. 17 Mere issuance of tender documents will not make eligible for consideration of opening of their price bid. 18 Security Deposit : The EMD deposited alongwith tender will be treated as part of SD and kept as Security deposit which will be released after satisfactory completion of the contract period and shall not earn any interest. 19 Performance Security : If the quoted rate is more than 20% below the estimated rate, performance security amounting to the difference between estimated value and quoted value of ALR items shall have to be paid before taking up the job. 20 Validity of Offer : 120 days from opening of part-I. 21 Penalty : L/D shall be imposed as per Company’s rule, if applicable. 22 The bidders are advised to visit the site and study the requirements regarding details of the work before submitting their tenders. 23 Payment : 90% payment shall be done within 21 days after successful completion of work & handing over the repaired items and balance 10% will be released after successful completion of guarantee period. 24 To & fro transportation of men & materials will be arranged by the contractor. 25 Bidder must submit Affidavit as attached format duly filled in & notarized. 26 Taxes as per GST Act & Rules or the rates so amended from time to time by Central & State Govt. will be applicable. 27 Matter related to any dispute or difference arising out of this tender or subsequent work order shall be subject to the jurisdiction of Court (MP) only. 28 Inspection of work :- Inspection of work will be done by Colliery Engineer (E&M)/Engineer-in- Charge, Amlai OCM, Sohagpur Area and he will be responsible for certification of work & release of payment. 29 All the work to be carried out as per direction and satisfaction of Engineer-in-Charge of the work.

30 In case of any defect observed in course of progress or after completion of work, the contractor shall have to rectify or remove the defects upto the satisfaction of Engineer-in-Charge at his own cost.

Contd..4..

Page-4— 31 The tenderer shall have to ensure implementation of CMPF/EPF, if applicable, in respect of the labourers engaged as per rule. 32 Paying Authority : Area Finance Manager, Sohagpur Area. 33 Completion period : 30 days. 34 Guarantee : For six months for materials & workmanship after completion of work. 35 The cost of completed works of previous works shall be given a weightage of 5% per year(average annual rate of inflation) to bring them at current price level. 36 Payment of Bonus to the employed workers should be made as per Bonus Act, 1965. 37 NEW CLAUSE :- As per provision of the CENVAT Credit Rules, 2004 of Central Excise Act, 1944, for availing of CENVAT Credit to the tune of service tax paid on Input services, the invoice of the service provider (the bidder) should contain the following :- NEW CLAUSE :- As per provision of the ITC Rules of GST Act for availing of ITC to the tune of Goods & service tax paid on Input services, the invoice of the service provider (the bidder) should contain the following :- a) Serial number of the Invoice. b) The name, address and registration number of the service provider. c) Name & address of the service receiver. d) i) GST Registration number ii) HSN/SAC code for supply/service iii) Exemption Certificate from GST, if any iii) Composition scheme opted under GST, if any iv) Source state for supply. e) Period during which services are provided. f) Total GST amount paid / payable with break up of SGST, CGST and IGST whichever is applicable. In case where the rate is inclusive of GST, the bidder should furnish details under serial number (a to f) above in their Invoices indicating the Element of GST separately alongwith applicable rate. g) All documents should be self attested and duly stamped. h) Input Tax Credit (ITC) can be availed only if the invoice for inward supply is properly uploaded by the supplier in their GSTR-I Return. i) Itemwise HSN code is to be mentioned with corresponding rate of TAX. j) As per provision of GST Act contained in ‘Anti-Profiteering’ clause, any reduction in rate of tax on any supply of goods or services or the benefit of input tax credit w.r.t. GST shall be passed on to the recipient by way of commensurate reduction in prices, thus you are required to pass on any benefit, arising on the above account under the said contract, to SECL by way of reduction in prices. If no benefit is earned a confirmation to this effect shall be furnished on the body of each invoice. 38 All other terms and conditions will be as per standard rules of the Company.

SD/- Colliery Enginer (E&M) AOCM,SECL, Sohagpur Area Distribution : GM, Sohagpur Area Dy.GM/SAM, AOCM AFM, Sohagpur Area SAM(Rajendra), SAM(ABD), SAM(), SAM(DOCM), Sr.MGR(X),AOCM M.T(F),AOCM Case file Notice Board, Contd..5..

Page-5— Annexure - B AFFIDAVIT

(to be submitted in a non-judicial stamp paper of Rs. 50/- only)

I…………………………………….(whether, Proprietor/Partner/Legal attorney/Accredited Representative of M/s…………………………………………………………………………… solemnly declare that :-

1 We are submitting Tender for the work “…………………………………………………… ………………………………………………………. Against Tender Notice No………….. ……………………………………………………dated……………. And Tender ID………………………………………………………………………………… . 2 I/we declare that Part-II (Price Bid) is not conditional. 3 I/we declare that we have not been involved in any litigation in the current year or during last five years with any Govt./Semi Govt./PSU or any private organization (in which the bidder, if involved, the parties concerned and disputed amount should be furnished). 4 I/we declare that we have not been black listed by any of the subsidiaries of CIL nor by any Govt. organization in the past. 5 I/we certify that we donot have any relative working in SECL or any other subsidiaries of CIL or non of our partners are active trade union leaders. 6 The workers employed for this work are our regular employees. 7 I/we accept all the terms & conditions of the NIT. 8 All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this tender is complete, correct & true. 9 All documents/credentials submitted alongwith this tender are genuine, authentic, true and valid. 10 Undertaking”They will abide / liable for any registration etc., if required with regard to PF even after award of work”. 11 If any information and document submitted is found to be false/incorrect at any time, department may cancel my tender and action as deemed fit may be takien against us, including termination of the contract, forfeiture of all dues including Earnest Money and banning/delisting our firm and all partners of the firm etc. 12 My present complete correspondence address is ……………………………… ……………………………… ……………………………… ……………………………… Telephone No………………. Mobile no……………………. 12 My Bank details are : a) Bank Name………………………. b) Branch name…………………….. c) Address of Branch……………….. ……………………………………… d) Account No……………………….. e) IFSC No…………………………… f) MICR No……………………………

Contd..6..

Page no. 6 Affidavit 1-We …………………………………………………………Proprietor/Partner/Legal Attorney/Director/Accredited Representative of M/s………………………..Solemnly declare that

1- Our GST No. is………………………………………………………………………..

2- I/We will provide Tax invoices/Debit Note/Credit note under GST against supply of Goods or services including adjustment, as the case may be, and mention the GSTIN of SECL as customer.

3- I/We will upload or undertake for uploading the Tax Invoices/Debit Note/Credit Note in GST Portal, make payment of GST and file necessary Returns under GST in time, to facilitate SECL to avail Input Tax Credit (ITC) as per eligibility under GST. In case of any failure on account of supplier, the penalty including Interest (If any) borne by SECL shall be recovered from Supplier/Bidder.

4- I/We will provide an undertaking that the supplier will pass on the benefit towards the reduction in rate of Tax(If Prices are inclusive of Taxes) under GST on any supply of Goods/Services or the benefit of input Tax Credit(ITC) under GST to SECL by way of commensurate reduction in Prices.

5- I/We will make all out efforts to comply with the provisions under GST Act and Rules there under and also, shall strive to maintain high compliance rating score under GST during the period of contract with SECL.

Signature of Bidder In case of Firm signature of all partners

Contd..7..

SOUTH EASTERN COALFIELDS LIMITED

PART-II (Price-Bid)

Tender document for the work “Rearrangement of power line (HT<) over head line to provide separate road to the contractor for dumping at Amlai OCM (Details are as per Schedule of Work at Annexure-A)”

NIT NO. : SECL/SGP/E&M/AOCM-18-19/409 dated 12-03-2019

To M/s ______

Colliery Engineer (E&M) AOCM,SECL, Sohagpur Area

Page-7—

Annexure - ‘A’ “Rearrangement of power line (HT<) over head line to provide separate road to the contractor for dumping at Amlai OCM (Details are as per Schedule of Work at Annexure-A)”

Scope of Work / Bill of Quantity

S.No. Descriptin Unit Qty. Rate/Amount

Part A - Lighting Line 1 Erection of metallic pole 8 to 10 mtrs. Nos 1

2 Erection of angle iron/ channel iron Nos 2 cross arm 3 Erection of LV/MV shackle/pin Nos 2 insulator complete 4 Erection of ACSR conductor of 7/3.35 Kg 21 mm to 7/4.00 diameter

Part B - HT Line

1 Erection of metallic pole of following Nos. 6 length in cement concrete 1:3:6 (1 cement : 3 coarse sand :6 graded stone aggregate 40 mm nominal size) foundation including excavation and refilling etc.as required. Above 10.00 metre and upto 12.00 metre

2 Erection of pole top/ straight two wire/ Nos. 3 V shape two wire, angle iron/ channel iron, cross arm on steel tubular/ rail/ PCC pole for 11/22/33 KV as required.

3 Erection of double pole 3 wire cross Nos. 2 arm for 11KV/ 22KV/ 33 KV over head lines as required. 4 Erection of disc/ pin insulator for 11 KV Nos. 21 over head lines as required. 5 Erection of ACSR conductor of 7/3.35 Kg. 236 mm to 7/4.00 diameter and above including binding etc. as required. 6 Supplying and erection of stay set Nos. 4 complete (galvanised) with 19/20 mm dia X 1.8 metres long stay rod, anchor plate of size 45 cm X 45 cm X 7.5 mm, thimble, stay clamps, turn buckle ( 20 mm X 60 cm ), 7/ 4.00 mm dia G.I. stay wire and strain insulator etc in cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 40 mm nominal size ) foundation including excavation and refilling etc. as required.

Part C - LT Dismantling Line 1 Dismantling of over head lines Kg. 26 comprising of copper/ aluminium over head conductor, G.I. wire, cross arms, insulators etc. as required.

2 Dismantling of pole/ street light Nos 1 standard/ strut embedded in cement concrete foundation etc. as required.

Part D - HT Dismantling Line 1 Dismantling of over head lines Kg. 177 comprising of copper/ aluminium over head conductor, G.I. wire, cross arms, insulators etc. as required.

2 Dismantling of pole/ street light Nos 3 standard/ strut embedded in cement concrete foundation etc. as required.

Total Part (A+B+C+D) GST @ 18% Grand Total

SD/- Colliery Enginer (E&M) AOCM,SECL, Sohagpur Area