EASTERN COALFIELDS LIMITED BANKOLA AREA (A Subsidiary of Coal India Limited) PO – Bankola Area, Dist: Burdwan,

(A Maharatna Company) Office of the General Manager, Bankola Area

Ref. No. :- ECL/BA/GM/E&M/TENDER/15-16/12/259 Dtd:-29.12.2015

NOTICE INVITING TENDER

Sealed tenders in two parts (Part-I & Part-II) are invited on Sl no.1,2 & 3 Item rate basis from reputed, bonafied, competent and resourceful contractors having required qualification and suitable experience in work of similar nature in Govt./Semi Govt. or Public Sector/Joint Sector Enterprise (Managed jointly by Govt. And private sector) for the following job at Bankola Area.

Application Fee Period Earnest (including Sl Ref. Estimated cost of Name and place of work Money Taxes) No. No. ( Rs. ) Complet ( 14.5% Non- Rs.) -ion Refundable) (Rs.) Installation of 11 KV Sub-Station at Nakrakonda ‘B’ OC patch with 11 KV, 1 MVA 1 259 2,83,849.00 2,838.00 286.00 30 Days Power Transformer, 11KV OCB, 3.3 KV VCB, 3.3 KV motor etc.

1. (a) Issue of Tender Documents : Begins on 07/01/2016 to 12/01/2016 (Issue /Sale up to 12:30 P.M. on working days except on Sunday and holidays).

(b) Tender papers may be obtained from the Office of the GM Bankola Area from E&M deptt. Tender documents i.e. NIT will be displayed through web site www.easterncoal.gov.in or www.tenders.gov.in from 07/01/2016 to 12/01/2016 for participation in the Tender process. Cost of Tender document shall be paid in cash or in demand draft, which is non-refundable. In case of tender document obtained by downloading from the Web site, cost of the Tender document shall have to be deposited by the Tenderers in the form of ‘Demand Draft’ at the time of submission of the Tender along with the EMD . Tenderers shall be solely responsible for the correctness of the downloaded tender document. Submission of incomplete downloaded tender document will be rejected. No Tender Documents will be issued or received by Post.

2. Date& Time of Submission of Tender : On 13/01/2016 from 9:30 A. M to 1:00 P. M. at the Office of the GM Bankola Area

3. Date & Time of Opening of Tender (Part-1): On 13/01/2016 at 03.30 P.M (Part-I) at the Office of the GM Bankola Area. If the office happens to be closed on the date of opening of the tender as specified, the tenders will be opened on the next working day at the same time & venue.

4. Tenderers are required to deposit the requisite amount of Earnest Money as indicated against the work in the form of Demand Draft drawn in favour of “ LIMITED, AREA VI”, on any nationalized Bank payable at preferably on State Bank Of India. and the same should be submitted in a separate sealed cover super scribed “EARNEST MONEY” . The tenderer can also submit the SSI or NSI registration certificate in A4 size paper duly stamped and signed by the bidder.

5. No tender shall be considered unless accompany by the required SSI/NSI/Earnest Money & tender document cost in case of Tenderers who will download tender document from Web Site for submitting their offer.

6. Tenders will be received in two parts i.e.Part-1 & Part-II each in separate sealed covers besides the third cover containing “ Earnest Money” if needed, super scribing the name of the work and the part of tender paper it contains. Part-1 shall contain the updated VAT/Sales Tax(current validity), I.T. PAN No., documents in support of fulfillment of eligibility criteria, status of the Firm showing type of formation (Proprietor, Partnership, limited Company/any other type)Audited balance sheet,, the commercial & technical conditions etc. and Part-II shall contain price bid only. All the three covers of Part-1, Part-II & Earnest Money are to be put under another cover duly sealed while submitting the tender super-scribing on it the NIT no, name of work, name & address of the tenderers and clearly 1 mentioning that this sealed cover contains Part-1, Part-II & Earnest Money cover for the particular work . The bank draft towards the cost of tender documents (Application Fee) & the undertaking of the tendered as given in the Tender Document shall be submitted in a separate envelope marked “Cost of Tender Documents & The Undertaking” & not with Part – I / EMD

7. Part-I Envelope (A4size ) must contain the following documents .( Documents must not be folded ) a). Earnest money in demand draft for the above amount mentioned against each tender, if required. b). Clear photo copy of SSI or NSI registration certificate In A4 size paper duly stamped & signed by the bidder, if required. c). Clear photo copy of PAN in A4 size paper duly stamped & signed by the bidder. d). Clear photo copy of VAT registration certificate in A4 size paper duly stamped & signed by the bidder. e). Clear photo copy of Service Tax registration in A4 size paper duly stamped & signed by the bidder. f). Clear photo copy of Partnership registration certificate In A4 size paper duly stamped & signed by the Bidders / Partners. (For partnership firm ). g). Clear photo copy of work order completion certificate & experience of similar work done in PSU, Local body, Government organization etc within last 7 years ending March 2015 . in A4 size paper duly stamped & signed by the bidder should be as follows as :- Credentials: - i) One similar work of costing not less than 80% of the estimated cost. ii) Two similar work of costing not less than 50% of the estimated cost. iii) Three similar work of costing not less than 40% of the estimated cost. h) A type written forwarding letter addressed to the undersigned wherein the list of documents & an undertaking i.e.” the tenderer is agreed with all the terms & conditions of the NIT” must be mentioned. Otherwise it shall be assumed that the tenderer is not agreed with the NIT. NB: Irrelevant documents must not be attached / enclosed. No hand written quotation will be accepted .

8. Part II Envelope should contain the price bid only . ( Documents must not be folded & in A4 size paper ) a). Cost of details must be shown in price bid in prescribed manners, which can be available from E&M department, Bankola Area after submission of tender fee. Price Quoted be firm & be written in Numeric as well as in Words. Price bid must be stamped & signed by the Bidder. Overwriting, cutting illegibility in value will leads to cancellation of the bid.

9. Additional Terms and conditions a) Only, tender accompanying the documents mentioned in PART-I in Para 11 will be considered. If the bidder fails to submit any of the documents as per para11 shall be disqualified for the tender & his part II will not be opened & earnest money shall be for fitted. b). No hand written, incomplete, illegible documents will be accepted. c) Any irrelevant documents should not be submitted. d) On schedule date & time tender will be opened. If the same could not be opened due to unforeseen reasons then the same will be opened on next day same time. e). The job has to be done strictly as per terms of NIT & to be completed wit in the prescribed time. Any delay in completion of the work from the stipulated time, suitable deductions will be made from the bill of the contractors as per Co’s rule. f) If requires, the job has to be done under directives & supervision of authorized Officer/staff of Management. g) Related electrical jobs, if any, is to be done strictly as per CER, 2010 and any Circular (amendment upto date). h) Management may inspect any time the quality of work including supply & fittings of all required Materials related the said job. If it is found that any workings & supply are not as per NIT management have the right to stop the job or can turn down the contract without any payment to the contractor. i). Guarantee period is 12 (Twelve) Months (for Ref. No. 259) and 06 (Six) Months (for Ref. No. 260 & 261) from actual use of the work for any defects in workmanship, supplied materials / both. j) Income Tax, VAT & related tax will be recovered from the bill as per Government rules. k) The Company reserves the right to postpone/extend the date of receipt and opening of tender or to reject the tender partly or wholly without assigning any reason whatsoever. l) Quarterly servicing to be provided during period of warranty. m) All Safety precautions must be maintained. n) Site can be changed, if required. o) Price quoted by the tenderers shall not be more than the Price Quoted by the Tenderer to other Public Sector/ Govt./Quasi Govt.Organization for same type of job and that should be certified in related tender. 2 p) Payment against this contract will be made as per Co’s existing rules and as per Actual. Payment shall be made through A/C Payee Cheque. Therefore the contractor has to mentioned his Bank details in their bills (in capital letter) viz A/C No, Name of the Bank & Branch/IFSC Code. q) Paying Authority – Area Finance Manager, Bankola Area,ECL. r) Payment of Salary, Wages as per Minimum Wages Act, Insurance, and Workmen Compensation against any accident for engaged labours/workmen have to be borne by the contractor related to this contract as per prevailing ACT). s) Insurance, compensation, supervision, safety & security of all materials related to the contract will be and only will be that of contractor liability till handing over the completed job to Bankola Area, ECL. Contractor should ensure that all materials supplied by them should be ISI mark of high quality, as applicable. All the subassemblies should be embossed by manufacturer. t) 10% security will be deducted from the bill to keep guarantee performance and will be released after successful completion of guarantee period. u) . As per sec. 206AA (5) of income Tax Act, 1961 it is obligatory on the part of the contractors/suppliers to print PAN No. on the face of the bill. This is also necessary for filling of I.T. returns. Hence all contractors/suppliers are advised to print PAN on the face of the bill, falling which 20% TDS will be deducted from the bills as per IT Act.

The ECL authority reserves the right to accept or reject any tender fully or partially without assigning any reason what so ever.

Area Engineer (E&M) Bankola Area

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

3