CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL MANAGER (B&K) AREA PO: , DIST.: , PIN - 829104______

Ref No.: CCL/B&K/GMU/Civil/NIQ/19-20/ 115 Date: 03 .10. 2019

NOTICE INVITING QUOTATION (NIQ) QUOTATION NOTICE NO. - 10 of 2019-20

01. Sealed Quotation in one part is invited from eligible contractors for the following work:- 02. Sl. Description of work Estimated Earnest Money Period of No. Cost of (Rs.) Completion work (Rs.) 1 Providing approach road near west bank to 174346.60 2200.00 30 Days Damodar river at Kargali under G.M.unit of B&K Area 2 Making 04 nos. dustbin at senior quarter, 160366.84 2050.00 30 Days Rest House, Double storied and near Mahila Mandal under G.M.unit of B&K Area 3 Renovation of 200 ft. drain facility at 183403.70 2300.00 30 Days Chalkari Basti near Hari Mandir under G.M.unit of B&K Area 4 Jungle cleaning, leveling, dressing and 182777.30 2300.00 30 Days landscaping of filter plant under G.M.unit, B&K Area 5 Providing NP2 class 150 mm RCC pipe for 179702.78 2300.00 30 Days drainage waste water & sludge at Chalkari basti under G.M.Unit of B&K Area 6 Repair & maintenance including roof 170528.30 2150.00 30 Days grading of qtr. No. 2A/4 hospital colony occupied by Sri Kundan Kumar SO (MM), Dhori Area under G.M.Unit B&K Area 03. Earnest money can be deposited in the form of Bank Draft drawn in favour of “CCL B&K Area” on any Nationalised Bank Payable at “SBI, Bazar, BTPS, Bokaro Colliery”. The date of issuance of Demand Draft should be on or after the date of issue of Quotation Notice. The earnest money of the unsucessful bidder shall be refunded as promptly as possible and shall bear no interest. Quotation without earnest money as stated above shall be rejected.

04. Quotation documents including Bill of Quantity (BOQ), Terms and Conditions etc. can be obtained from the Office of the Sr. Manager (Civil) , G.M.Unit., PO: Bermo, Dist.: Bokaro, PIN- 829104, on any working day from 05.10.2019 to 14.10.2019 from 10:00 AM to 5:00 PM on all working days and from 10:00 AM to 2:00 PM on Saturday. Quotation documents can also be downloaded from CCL website (www.centralcoalfields.in) during above mentioned period. There is no application fee.

05. Quotations can be submitted upto 12.30 P.M. on 15.10.2019 in the tender box kept in the Office of the Area Security Office, G.M. Unit, B&K Area under General Manager (B&K) Office, Kargali. In the event of specified date of submission is declared a Holoday by employer, the bid will be received upto the appointed time on the next working day.

06. The quotation offer will be opened on 15.10.2019 at 4.00 P.M. at the office of Sr. Manager (Civil), G.M. unit (B&K) Area in the presence of the attending bidders or their authorized representatives whosoever chooses to be present in the office. In case of holiday on opening date, it will be opened on the next day at the same time and same place.

07. The validity period of the Quotation bid shall be 120 days from the date of opening of price bid or revised price bid, if any which ever is later.

08. All pages of the submitted quotation documents and credentials are to be duly self authenticated by the bidder / constituted attorney of the bidder with his signature including all cutting/overwriting, if any. Completed and sealed Quotation documents to be submitted must include following documents:-

(a) EMD : In a separate envelope (superscribed as “Earnest Money Deposit”) (b) Credentials, BOQ (duly filled up) & Quotation documents in a separate envelope (superscribed as “Credentials & BOQ”)

(c) Above two envelopes should be submitted in a sealed envelope with appropriate superscription. The envelope shall clearly contain the name of work, NIQ No. and Name & address of the bidder.

09. The intending bidder has to submit photocopy of the following credentials along with quotation document:

i) Permanent Account Number(PAN) : The bidder should possess Permanent Account Number (PAN) issued by Income Tax department, Govt. of .

ii) Goods and Services Tax(GST) Status of Bidder

The bidder should be either GST Registered Bidder/Dealer OR GST unregistered Bidder/Dealer

w.r.t. to GST status as declared by the bidder in his BOQ offer, he has to submit the following as the case may be :

(a) GST Registered Bidder: GST Registration Certificate (i.e GST identification number) issued by appropriate authority. OR (b) GST Unregistred Bidder: A Certificate from a practicing Chartered Accountant having membership number with Institute of Chartered Accountants of India certifying that the bidder is GST unregistered bidder/dealer in compliance with the relevant GST rules of India.

iii) Legal Status of the Bidder : Any one of the following document:

(a) Affidavit or any other document to prove proprietorship / Individual status of the bidder (b) Partnership deed containing name of partners (c) Memorandum & Articles of association with certificate of incorporation containing name of the bidder

iv) Power of Attorney, in case the Quotation is signed by an authorised representative of the bidder.

vi) Undertaking in prescribed format enclosed in Quotation document.

10. a) The Bill of Quantity is enclosed in the Quotation document and bidder has to quote the rates (% rates or item rates as per the instruction in the BOQ excluding Goods and Services tax if any). The Price offer of the bidders will have no condition. The bidder has to submit his rates in the issued BOQ only. The price offer which is incomplete and not submitted as per instruction given is liable for rejection. The bidder has to quote rates in figure and words both. In case of any discripency in quoted rates in figure and words, the values indicated in words will be treated as final.

b) The bidder have to select the appropriate status from the following option given in the BOQ , if Goods and services tax clause is applicable for the work.

I) Status: GST registered Bidder/Dealer II) Status: GST unregistered bidder/Dealer

c) The rates quoted by the bidder will be excluding GST and GST component (to be paid by CCL and/or the bidder) will appear as a separate entity.

d) The Price-bid (excluding GST) will be in Item Rate or Percentage Rate or Mixed Rate [combination of Item Rate and Percentage Rate] BOQ format and the bidder will have to quote for all the tendered items.

e) System for decision of L1 bidder

The L1 bidder will be decided based on Overall Quoted Value (i.e. cost to the Company). The system for decision of L1 bidder will be as per following 02(two) cases:-

(i) Case – 1: Supply for which INPUT TAX CREDIT (ITC) is not available to the Company.

For calculation of Overall Bid Value, the GST [CGST, SGST/UTGST, IGST and GST (compensation to state tax)] to be paid by the bidder or by CCL will be added to decide the L1 i.e the ranking of the Bidders will be decided based on rates quoted by the bidder plus GST. This value of the bidder will be the “Cost to Company”.

(ii) Case – 2: Supply for which INPUT TAX CREDIT (ITC) is available to the Company.

For calculation of Overall Bid Value, the GST [CGST, SGST/UTGST, IGST and GST (compensation to state tax)] to be paid by the Bidder or by CCL will be ignored to decide the L1 i.e the ranking of the Bidders will be decided based on rates quoted by the bidder excluding GST. This value of the bidder will be the “cost to Company”.

11. The contractor / contractors shall not pay less than the minimum wages to the labourer engaged by him / them as per Minimum Wages Act or such other legislation or award of the minimum wage fixed by the respective State Govt. or Central Govt. as may be in force.

12. The bidder shall have to ensure implementation of CMPF/EPF and Miscellaneous Provision Act, 1948 and allied scheme framed thereunder in respect of the workers deployed by him and will have to recover statutory dues and deposit the same alongwith employer‟s contribution (Contractor‟s share) to the respective CMPF/EPF office and to submit statutory return under intimation to the Principal employer. The registration number of the Coal Mine in which the workers engaged by the contractor are working has to be furnished in the statutory return to be submitted to the concerned CMPF/EPF office stated as “Contractor Worker”.

13. Conditional quotation offer will not be accepted.

14. Quotations shall be rejected outright without any reference if the documents submitted by the bidders along with their Quotation offer fail to prove eligibility in terms of above criteria. Documents submitted along with the Quotation shall be final and no supplementary document shall be accepted. 15. Other details like General terms and conditions of NIQ is as per prevalent Standard General terms and Conditions of Contract of CCL for civil contracts. The bidders are requested to go through the prevalent Standard General terms and conditions of Conditions of contract of CCL for civil contracts, which is available in the office of the undersigned.

16. Matters relating to any dispute or differences arising out of this tender and subsequent contracts awarded based on this NIQ shall be subject to the jurisdiction of Tenughat Court.

17. The Company does not bind itself to accept the lowest offer and reserves the right to reject any or all the offers without assigning any reasons whatsoever and also to split up the work between two or more bidders, at its sole discretion.

18. The Company reserves the right to postpone the date of receipt and opening of quotation or to cancel the bid without assigning any reason whatsoever.

19. The work shall not be sublet to any other party, unless approved by Engineer-in-Charge, in writing. Prior permission is required to be taken from the company for engagement of sub-contractor in part work/piece rated work.

20. The decisions of CCL in awarding the work shall be final and cannot be subject to arbritation.

21. Taxes and Duties:

a) All duties, taxes (excluding Goods and Services Tax and GST Compensation Cess (If applicable) only) and other levies, royalty, building and construction workers cess (as applicable in States), whether local, municipal, provincial or central pertaining to the contract payable by the bidder/Contractor under the Contract (during the entire period of contract), or for any other cause as applicable on the last date of submission of Bid, shall be included in the rates, prices and the total Bid Price submitted by the Bidder. All investments, operating expenses, incidentals, overheads, lifts, carriages, tools and plants etc. as may be attendant upon execution and completion of works shall also be included in the rates, prices and total Bid price submitted by the bidder.

b) However, such duties, taxes, levies etc. which is notified after the last date of submission of Bid and/or any increase over the rate existing on the last date of submission of Bid shall be reimbursed by the company on production of documentary evidence in support of payment actually made to the concerned authorities.

Similarly if there is any decrease in such duties, taxes and levies the same shall become recoverable from the contractor. The details of such duties, taxes and other levies along with rates shall be declared by the bidder.

c) (i) The item wise rate quoted by bidder shall be inclusive of all taxes, duties & levies but excluding GST & GST Compensation Cess, if applicable. The payment of GST and GST Compensation Cess by service availer (i.e. CIL/Subsidiary) to bidder/contractor (if GST payable by bidder/contractor) would be made only on the latter submitting a Bill/invoice in accordance with the provision of relevant GST Act and the rules made thereunder and after online filing of valid return on GST portal. Payment of GST & GST Compensation Cess is responsibility of contractor.

(ii) However, in case bidder/contractor is GST unregistered bidder/dealer in compliance with GST rules, the bidder/dealer shall not charge any GST and/or GST Compensation Cess on bill/invoice. In such case, applicable GST will be deposited by CIL/Subsidiary directly to concerned authorities. (iii) Input tax credit is to be availed by paying authority as per rule.

(iv) If CIL/Subsidiary fails to claim Input Tax Credit(ITC) on eligible Inputs, input services and Capital Goods or the ITC claimed is disallowed due to failure on the part of supplier/vendor of goods and services in incorporating the tax invoice issued to CIL/Subsidiary in its relevant returns under GST, payment of CGST & SGST or IGST, GST (Compensation to State ) Cess shown in tax invoice to the tax authorities, issue of proper tax invoice or any other reason whatsoever, the applicable taxes & cess paid based on such Tax invoice shall be recovered from the current bills or any other dues of the supplier/vendor along with interest, if any.

22. The rates and prices quoted by the Bidder shall be fixed for the duration of the contract and shall not be subject to variations on any account except to the extent variations allowed as per the conditions of the contract of the bidding document.

23. The company reserves the right to deduct/ withhold any amount towards taxes, levies, etc. and to deal with such amount in terms of the provisions of the Statute or in terms of the direction of any statutory authority and the company shall only provide with certificate towards such deduction and shall not be responsible for any reason whatsoever.

24. In case of collection of minor minerals in area (both virgin and non-virgin), acquired by the Company under the Coal Act, the contractor will have to produce a royalty clearance certificate from the District Authorities before full and final payment.

Sd/- Sr. Manager (Civil) G.M.Unit (B&K) Area

DISTRIBUTION:- 1. T.S to CVO, CCL HQ., Ranchi. 2. The G.M.(Civil) , CCL, Ranchi. 3. The G.M. (B&K), Kargali 4. The All Project Officer, B&K Area 5. The Staff Officer (Civil), B&K Area. 6. The Project Engineer (Civil), B&k Area 7. A.F.M , B&K Area. 8. The Area Security officer, G.M. Unit (B&K) Area- with a request to kindly arrange security tender box on above date and time. 9. Notice Board.

DETAIL QUOTATION

DOCUMENT

G.M.UNIT B&K AREA CENTRAL COALFIELDS LIMITED (A Subsidiary of Coal India Limited) G.M.UNIT B&K AREA

P.O- BERMO, DIST- BOKARO

QUOTATION DOCUMENT

1 Name of the work Providing approach road near west bank to Damodar river at Kargali under G.M.unit of B&K Area 2 Place of work G.M.Unit of B&K Area

3 NIQ No. & date 10 of 2019-20 Ref NO. CCL/B&K/ GMU/Civil/NIQ/19-20 /115 dt, 03 .10.2019

4 Time of completion 30 Days

5 Earnest Money Deposit (EMD) Rs. 2200.00

6 Date of issue of Quotation document 05.10.2019 to 14.10.2019 10.00AM to 5.00 PM

7 Date & Time of submission of Quotation offer 15.10.2019 up to 12.30 PM

8 Date & Time of opening of Quotation offer 15.10.2019 at 4.00 PM

9 Documents included 1. Notice Inviting Quotation (NIQ)

2. Bill of Quantity (BOQ)

3. Format of Undertaking

10 Total No. of pages 06 (Six) Nos.

ISSUED TO :

NAME OF QUOTATIONER : ______POSTAL ADDRESS : ______e-mail address ______Mobile No. ______

Signature of Quotation document issuing authority (Designation and place of posting)

QUOTATION DOCUMENT

1 Name of the work Making 04 nos. dustbin at senior quarter, Rest House, Double storied and near Mahila Mandal under G.M.unit of B&K Area 2 Place of work G.M.unit of B&K Area

3 NIQ No. & date 10 of 2019-20 Ref NO. CCL/B&K/ GMU/Civil/NIQ/19-20 /115 dt, 03 .10.2019

4 Time of completion 30 Days

5 Earnest Money Deposit (EMD) Rs.2050.00

6 Date of issue of Quotation document 05.10.2019 to 14.10.2019 10.00AM to 5.00 PM

7 Date & Time of submission of Quotation offer 15.10.2019 up to 12.30 PM

8 Date & Time of opening of Quotation offer 15.10.2019 at 4.00 PM

9 Documents included 1. Notice Inviting Quotation (NIQ)

2. Bill of Quantity (BOQ)

3. Format of Undertaking

10 Total No. of pages 06 (Six) Nos.

ISSUED TO :

NAME OF QUOTATIONER : ______POSTAL ADDRESS : ______e-mail address ______Mobile No. ______

Signature of Quotation document issuing authority (Designation and place of posting)

QUOTATION DOCUMENT

1 Name of the work Renovation of 200 ft. drain facility at Chalkari Basti near Hari Mandir under G.M.unit of B&K Area 2 Place of work G.M.unit of B&K Area

3 NIQ No. & date 10 of 2019-20 Ref NO. CCL/B&K/ GMU/Civil/NIQ/19-20 /115 dt, 03 .10.2019

4 Time of completion 30 Days

5 Earnest Money Deposit (EMD) Rs. 2300.00

6 Date of issue of Quotation document 05.10.2019 to 14.10.2019 10.00AM to 5.00 PM

7 Date & Time of submission of Quotation offer 15.10.2019 up to 12.30 PM

8 Date & Time of opening of Quotation offer 15.10.2019 at 4.00 PM

9 Documents included 1. Notice Inviting Quotation (NIQ)

2. Bill of Quantity (BOQ)

3. Format of Undertaking

10 Total No. of pages 07 (Seven) Nos.

ISSUED TO :

NAME OF QUOTATIONER : ______POSTAL ADDRESS : ______e-mail address ______Mobile No. ______

Signature of Quotation document issuing authority (Designation and place of posting)

QUOTATION DOCUMENT

1 Name of the work Jungle cleaning, leveling, dressing and landscaping of filter plant under G.M.unit, B&K Area 2 Place of work G.M.Unit of B&K Area

3 NIQ No. & date 10 of 2019-20 Ref NO. CCL/B&K/ GMU/Civil/NIQ/19-20 /115 dt, 03 .10.2019

4 Time of completion 30 Days

5 Earnest Money Deposit (EMD) Rs. 2300.00

6 Date of issue of Quotation document 05.10.2019 to 14.10.2019 10.00AM to 5.00 PM

7 Date & Time of submission of Quotation offer 15.10.2019 up to 12.30 PM

8 Date & Time of opening of Quotation offer 15.10.2019 at 4.00 PM

9 Documents included 1. Notice Inviting Quotation (NIQ)

2. Bill of Quantity (BOQ)

3. Format of Undertaking

10 Total No. of pages 06 (Six) Nos.

ISSUED TO :

NAME OF QUOTATIONER : ______POSTAL ADDRESS : ______e-mail address ______Mobile No. ______

Signature of Quotation document issuing authority (Designation and place of posting)

QUOTATION DOCUMENT

1 Name of the work Providing NP2 class 150 mm RCC pipe for drainage waste water & sludge at Chalkari basti under G.M.Unit of B&K Area 2 Place of work G.M.unit of B&K Area

3 NIQ No. & date 10 of 2019-20 Ref NO. CCL/B&K/ GMU/Civil/NIQ/19-20 /115 dt, 03 .10.2019

4 Time of completion 30 Days

5 Earnest Money Deposit (EMD) Rs. 2300.00

6 Date of issue of Quotation document 05.10.2019 to 14.10.2019 10.00AM to 5.00 PM

7 Date & Time of submission of Quotation offer 15.10.2019 up to 12.30 PM

8 Date & Time of opening of Quotation offer 15.10.2019 at 4.00 PM

9 Documents included 1. Notice Inviting Quotation (NIQ)

2. Bill of Quantity (BOQ)

3. Format of Undertaking

10 Total No. of pages 06 (Six) Nos.

ISSUED TO :

NAME OF QUOTATIONER : ______POSTAL ADDRESS : ______e-mail address ______Mobile No. ______

Signature of Quotation document issuing authority (Designation and place of posting)

QUOTATION DOCUMENT

1 Name of the work Repair & maintenance including roof grading of qtr. No. 2A/4 hospital colony occupied by Sri Kundan Kumar SO (MM), Dhori Area under G.M.Unit B&K Area 2 Place of work G.M.unit of B&K Area

3 NIQ No. & date 10 of 2019-20 Ref NO. CCL/B&K/ GMU/Civil/NIQ/19-20 /115 dt, 03 .10.2019

4 Time of completion 30 Days

5 Earnest Money Deposit (EMD) Rs. 2150.00

6 Date of issue of Quotation document 05.10.2019 to 14.10.2019 10.00AM to 5.00 PM

7 Date & Time of submission of Quotation offer 15.10.2019 up to 12.30 PM

8 Date & Time of opening of Quotation offer 15.10.2019 at 4.00 PM

9 Documents included 1. Notice Inviting Quotation (NIQ)

2. Bill of Quantity (BOQ)

3. Format of Undertaking

10 Total No. of pages 09 (Nine) Nos.

ISSUED TO :

NAME OF QUOTATIONER : ______POSTAL ADDRESS : ______e-mail address ______Mobile No. ______

Signature of Quotation document issuing authority (Designation and place of posting)

BIIL OF QUANTITY (BOQ)

NAME OF THE WORK Providing approach road near west bank to Damodar river at Kargali under G.M.unit of B&K Area NIQ NO. & DATE 10 of 2019-20 Ref NO. CCL/B&K/ GMU/ Civil/NIQ/19-20 /115 dt, 03 .10.2019

INPUT TAX CREDIT AVAILABLE / NOT AVAILABLE REGISTERED/UN-REGISTERED

RATE OF GST (in%) 18% STATUS OF BIDDER W.R.T. GST *PLEASE MARK (√) AS (a) GST REGISTERED BIDDER ( ) (b) GST UN-REGISTERED BIDDER( ) APPLICABLE]

Rate/Unit in Sl. No. Description Qty Unit Amount in Rs. Rs. 1 Earth work in excavation by mechanical 474.49 Cum 155.60 73830.64 means (Hydraulic excavator) / manual P/Cum means over areas (exceeding 30cm in depth. 1.5 m in width as well as 10 sqm on plan) including disposal of excavated earth, lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed. All kinds of soil 2 Carriage of material by mechanical 474.49 Cum 99.44 47183.28 transport including loading. Unloading and P/Cum stacking . Earth . 1 K.M 3 Filling available excavated earth (excluding 474.49 Cum 112.40 53332.67 rock) in trenches, plinth, sides of P/Cum foundations etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 m. Total :- 174346.60

Note: Bidders are requested to quote their rate in figure & words both. Sd/- Sr. Manager, G.M.Unit (B&K) I AGREE TO EXECUTE THE WORK at …………..%(in words …………….%) ABOVE / BELOW THE ESTIMATED COST.

SIGNATURE OF BIDDER

BIIL OF QUANTITY (BOQ)

NAME OF THE WORK Making 04 nos. dustbin at senior quarter, Rest House, Double storied and near Mahila Mandal under G.M.unit of B&K Area NIQ NO. & DATE 10 of 2019-20 Ref NO. CCL/B&K/ GMU/ Civil/NIQ/19-20 /115 dt, 03 .10.2019

INPUT TAX CREDIT AVAILABLE / NOT AVAILABLE REGISTERED/UN-REGISTERED RATE OF GST (in%) 18% STATUS OF BIDDER W.R.T. GST *PLEASE MARK (√) AS (a) GST REGISTERED BIDDER ( ) (b) GST UN-REGISTERED BIDDER( ) APPLICABLE]

Rate/Unit in Sl. No. Description Qty Unit Amount in Rs. Rs. 1 Earth work in excavation by mechanical means 2.512 Cum 155.60 390.86 (Hydraulic excavator) / manual means over P/Cum areas (exceeding 30cm in depth. 1.5 m in width as well as 10 sqm on plan) including disposal of excavated earth, lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed. 2.6.1 All kinds of soil 2 Supplying and filling in plinth with Jamuna 0.875 Cum 930.25 813.96 sand under floors, including watering , P/Cum ramming, consolidating and dressing complete. 3 Providing and laying in position cement 1.75 Cum 5466.30 9566.02 concrete of specified grade excluding the cost P/Cum of centering and shuttering - All work up to plinth level : 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) 4 Brick work with common burnt clay F.P.S. (non 4.44 Cum 5254.02 23327.84 modular) bricks of class designation 7.5 in P/Cum superstructure above plinth level up to floor V level in all shapes and sizes in : Cement mortar 1:6 (1 cement : 6 coarse sand) 5 12 mm cement plaster of mix 1:6 ( 1 Cement : 6 40.10 Sqm 149.45 5992.94 fine course) P/Sq.m Total :- 40091.62 4 Nos dustbin x 40091.62= 160366.84

Note: Bidders are requested to quote their rate in figure & words both. Sd/- Sr. Manager, G.M.Unit (B&K)

I AGREE TO EXECUTE THE WORK at …………..%(in words …………….%) ABOVE / BELOW THE ESTIMATED COST.

SIGNATURE OF BIDDER

BIIL OF QUANTITY (BOQ)

NAME OF THE WORK Renovation of 200 ft. drain facility at Chalkari Basti near Hari Mandir under G.M.unit of B&K Area NIQ NO. & DATE 10 of 2019-20 Ref NO. CCL/B&K/ GMU/ Civil/NIQ/19-20 /115 dt, 03 .10.2019

INPUT TAX CREDIT AVAILABLE / NOT AVAILABLE REGISTERED/UN-REGISTERED RATE OF GST (in%) 18% STATUS OF BIDDER W.R.T. GST *PLEASE MARK (√) AS (a) GST REGISTERED BIDDER ( ) (b) GST UN-REGISTERED BIDDER( ) APPLICABLE]

Rate/Unit in Sl. No. Description Qty Unit Amount in Rs. Rs. 1 Earth work in excavation by mechanical 41.10 Cum 157.50 6473.25 means (Hydraulic excavator) / manual P/Cum means over areas (exceeding 30cm in depth. 1.5 m in width as well as 10 sqm on plan) including disposal of excavated earth,lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed. 2.6.1 All kinds of soil

2 Providing and laying in position cement 16.44 Cum 5466.30 89865.97 concrete of specified grade excluding the P/Cum cost of centering and shuttering - All work up to plinth level : 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size)

3 Supplying and filling in plinth with Jamuna 2.74 Cum 910.25 2494.08 sand under floors, including watering, P/Cum ramming, consolidating and dressing complete.

4 Centering and shuttering including 164.43 Sqm 196.45 32302.27 strutting, propping etc. and emoval of form P/Sq.m work for : Foundations, footings, bases for columns

5 Providing, hoisting and fixing up to floor 4.11 Cum 6447.95 26501.07 five level precast reinforced cement P/Cum concrete work in string courses, bands, copings, bed plates, anchor blocks, plain window sills and the like, including the cost of required centering, shuttering but excluding cost of reinforcement, with 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate 20 mm nominal size). 6 Steel reinforcement for R.C.C. work 328.80 Kgs 68.10 22391.28 including straightening, cutting, bending, P/Kg placing in position and binding all complete upto plinth level. Cold twisted bars 7 Carriage of material by mechanical 39.04 Cum 86.47 3375.78 transport including loading, unloading ans P/Cum stacking maunure or sludge as per lead of 1 KM Total :- 183403.70

Note: Bidders are requested to quote their rate in figure & words both. Sd/- Sr. Manager, G.M.Unit (B&K)

I AGREE TO EXECUTE THE WORK at …………..%(in words …………….%) ABOVE / BELOW THE ESTIMATED COST.

SIGNATURE OF BIDDER

BIIL OF QUANTITY (BOQ)

NAME OF THE WORK Jungle cleaning, leveling, dressing and landscaping of filter plant under G.M.unit, B&K Area NIQ NO. & DATE 10 of 2019-20 Ref NO. CCL/B&K/ GMU/ Civil/NIQ/19-20 /115 dt, 03 .10.2019

INPUT TAX CREDIT AVAILABLE / NOT AVAILABLE REGISTERED/UN-REGISTERED RATE OF GST (in%) 18% STATUS OF BIDDER W.R.T. GST *PLEASE MARK (√) AS (a) GST REGISTERED BIDDER ( ) (b) GST UN-REGISTERED BIDDER ( ) APPLICABLE] Rate/Unit in Sl. No. Description Qty Unit Amount in Rs. Rs. 1 Clearing jungle including uprooting of 3656.00 Sqm 642.00 23471.52 rank vegetation, grass, brush wood, trees P/100 and saplings of girth upto 30 cm measured at a height of 1m above ground level and Sqm removal of rubbish upto a distance of 50 m outside the periphery of the area cleared 2 Earth work in excavation by mechanical 1014.23 Cum 155.60 157814.18 means (Hydraulic excavator) / manual P/Cum means over areas (exceeding 30cm in depth. 1.5 m in width as well as 10 sqm on plan) including disposal of excavated earth, lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed. 2.6.1 All kinds of soil 3 Carriage of material by mechanical 15.00 Cum 99.44 1491.60 transport including loading. Unloading and P/Cum stacking . Earth . 1 K.M Total :- 182777.30

Note: Bidders are requested to quote their rate in figure & words both. Sd/- Sr. Manager, G.M.Unit (B&K) I AGREE TO EXECUTE THE WORK at …………..%(in words …………….%) ABOVE / BELOW THE ESTIMATED COST.

SIGNATURE OF BIDDER

BIIL OF QUANTITY (BOQ)

NAME OF THE WORK Providing NP2 class 150 mm RCC pipe for drainage waste water & sludge at Chalkari basti under G.M.Unit of B&K Area NIQ NO. & DATE 10 of 2019-20 Ref NO. CCL/B&K/ GMU/ Civil/NIQ/19-20 /115 dt, 03 .10.2019

INPUT TAX CREDIT AVAILABLE / NOT AVAILABLE REGISTERED/UN-REGISTERED RATE OF GST (in%) 18% STATUS OF BIDDER W.R.T. GST *PLEASE MARK (√) AS (a) GST REGISTERED BIDDER ( ) (b) GST UN-REGISTERED BIDDER ( ) APPLICABLE]

Rate/Unit in Sl. No. Description Qty Unit Amount in Rs. Rs. 1 Earth work in excavation by mechanical 44.64 Cum 155.60 6445.98 means (Hydraulic excavator) / manual P/Cum means over areas (exceeding 30cm in depth. 1.5 m in width as well as 10 sqm on plan) including disposal of excavated earth,lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed. All kinds of soil 2 Providing and laying non-pressure NP2 496.00 Mtrs. 348.30 172756.80 class (light duty) R.C.C. pipes with collars P/Mtr jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand) including testing of joints etc. complete : 150 mm dia. R.C.C. pipe Total :- 179702.78

Note: Bidders are requested to quote their rate in figure & words both. Sd/- Sr. Manager, G.M.Unit (B&K)

I AGREE TO EXECUTE THE WORK at …………..%(in words …………….%) ABOVE / BELOW THE ESTIMATED COST.

SIGNATURE OF BIDDER

BIIL OF QUANTITY (BOQ)

NAME OF THE WORK Repair & maintenance including roof grading of qtr. No. 2A/4 hospital colony occupied by Sri Kundan Kumar SO (MM), Dhori Area under G.M.Unit B&K Area NIQ NO. & DATE 10 of 2019-20 Ref NO. CCL/B&K/ GMU/ Civil/NIQ/19-20 /115 dt, 03 .10.2019

INPUT TAX CREDIT AVAILABLE / NOT AVAILABLE REGISTERED/UN-REGISTERED RATE OF GST (in%) 18% STATUS OF BIDDER W.R.T. GST *PLEASE MARK (√) AS (a) GST REGISTERED BIDDER ( ) (b) GST UN-REGISTERED BIDDER ( ) APPLICABLE]

Rate/Unit in Sl. No. Description Qty Unit Amount in Rs. Rs. 1 Cement concrete flooring 1:2:4 (1 cement 63.00 Sqm 353.35 22261.05 : 2 coarse sand : 4 graded stone aggregate) P/Sq.m finished with a floating coat of neat cement, including cement slurry, but excluding the cost of nosing of steps etc. complete. 11.3.1 40 mm thick with 20 mm nominal size stone aggregate 2 12 mm cement plaster of mix 1:6 ( 1 45.00 Sqm 149.45 6725.25 Cement : 6 fine sand) P/Sqm 3 Providing and fixing factory made P.V.C. 4.81 Sqm 458.95 2207.54 door frame of size 50x47 mm with a wall P/Sqm thickness of 5 mm, made out of extruded 5mm rigid PVC foam sheet, mitred at corners and joined with 2 Nos of 150 mm long brackets of 15x15 mm M.S. square tube, the vertical door frame profiles to be reinforced with 19x19 mm M.S. square tube of 19 gauge, EPDM rubber Providing and fixing factory made P.V.C. door frame of size 50x47 mm with a wall thickness of 5 mm, made out of extruded 5mm rigid PVC foam sheet, mitred at corners and joined with 2 Nos of 150 mm long brackets of 15x15 mm M.S. square tube, the vertical door frame profiles to be reinforced with 19x19 mm M.S. square tube of 19 gauge, EPDM rubber 4 Providing and fixing factory made panel 1.48 Sqm 2749.60 4069.40 PVC door shutter consisting of frame P/Sqm made out of M.S. tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top & bottom rails. M.S. frame shall have a coat of steel primers of approved make and manufacture. M.S. frame covered with 5 mm thick heat moulded PVC „C‟ channel of size 30 mm thickness, 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick, 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail. Top, bottom and lock rails shall be provided both side of the panel. 10 mm (5 mm x 2 ) thick, 20 mm wide cross PVC sheet be provided as gap insert for top rail & bottom rail, paneling of 5 mm thick both side PVC sheet to be fitted in the M.S. frame welded/ sealed to the styles & rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side, and joined together with solvent cement adhesive. An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the „C‟ Channel using PVC solvent adhesive etc. complete as per direction of Engineer-in-charge, manufacturer‟s specification & drawing. 30 mm thick plain PVC door shutters 5 Structural steel work riveted, bolted or 78.00 Kg 73.95 5768.10 welded in built up sections, trusses and P/Kg framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all complete. 6 Providing and fixing 1mm thick 7.72 Cum 1011.27 7807.08 M.S.Sheet door with frame of P/Cum 30x30x4mm angle iron and 3mm M.S. gusset plates at the junctions and corners, all necessary fittings complete , including applying a priming coat of approved steel primer. Using flats 30x6mm for diagonal braces and central cross piece. 7 Providing and laying Ceramic glazed floor 9.72 Sqm 785.40 7634.08 tiles of size 300x300 mm (thickness to be P/Sq.m specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand), including pointing the joints with white cement and matching pigment etc, complete.

8 Providing and fixing Ist quality ceramic 21.15 Sqm 836.65 17695.14 glazed wall tiles conforming to IS: 15622 (thickness to be specified by the P/Sq.m manufacturer), of approved make,in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados,over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm, including pointing in white cement mixed with pigment of matching shade complete

9 White washing with line to give an even 115.00 Sqm 9.70 1115.50 shade : Old work ( Two or more coats) P/Sq.m 10 Colour washing 240.00 Sqm 10.85 2604.00 P/Sq.m 11 Applying one coat of water thinnable 320.00 Sqm 67.85 21712.00 cement primer of approved brand and P/Sq.m manufacture on wall surface : Water thinnable cement primer (+) Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade : Old work (one or more coats) 12 Painting with synthetic enamel paint of 115.00 Sqm 48.50 5577.00 approved brand and manufacture of P/Sq.m required colour to give an even shade : 14.54.1 One or more coats on old work 13 Providing and placing on terrace (at all 1000.00 Ltrs. 7.25 7250.00 floor levels) polyethylene water storage P/Ltr tank, ISI : 12701 marked, with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank 14 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having

thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, including fixing the pipe

with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing

of joints complete as per direction of Engineer in Charge. Internal work - Exposed on wall 12.00 Mtrs. 231.30 2775.60 a. 25 mm nominal outer dia Pipes b. 15 mm nominal outer dia pipes 12.00 Mtrs. 163.50 1962.00 P/Mtr 15 Providing and fixing PTMT bib cock of 04.00 Nos. 171.15 684.60 approved quality and colour. 15 mm Each nominal bore, 122mm long, weighing not less than 99 gms 16 Providing and fixing wash basin with C.I. 01.00 No. 1807.10 1807.10 brackets, 15 mm C.P. brass pillar taps, 32 Each mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require: White Vitreous China Flat back wash basin size 550x 400 mm with single 15 mm C.P. brass pillar tap 17 Providing and fixing Stainless Steel A ISI 01.00 No. 3147.10 3147.10 304 (18/8) kitchen sink as per IS: 13983 Each with C.I. brackets and stainless steel plug 40 mm, including painting of fittings and brackets, cutting and making good the walls wherever required : 470x420 mm bowl depth 178 mm 18 Marble work gang saw cut (polished and 1.40 Sqm 2914.25 4079.95 machine cut) of thickness 18 mm for wall P/Sq.m lining (veneer work), backing filled with a grout of average 12 mm thick in cement mortar 1:3 (1 cement : 3 coarse sand), including pointing with white cement mortar 1:2 (1 white cement : 2 marble dust) with an admixture of pigment to match the marble shade (To be secured to the backing by means of cramps, which shall be paid for separately). Area of slab over 0.50 sqm 19 Grading roof for water proofing treatment 4.60 Sqm 5570.55 25624.53 with Cement concrete 1:2:4 (1 cement : 2 P/Sq.m coarse sand : 4 graded stone aggregate 20 mm nominal size) 20 Painting top of roofs with bitumen of 127.00 Sqm 141.90 18021.30 approved quality @ 17kg per 10 sqm P/Sq.m impregnated with a coat of coarse sand at 60 cudm per 10 sqm, including cleaning the slab surface with brushes and finally with a piece of cloth lightly soaked in kerosene oil complete : With residual type petroleum bitumen of grade VG - 10 Total :- 170528.30

Note: Bidders are requested to quote their rate in figure & words both. Sd/- Sr. Manager, G.M.Unit (B&K) I AGREE TO EXECUTE THE WORK at …………..%(in words …………….%) ABOVE / BELOW THE ESTIMATED COST.

SIGNATURE OF BIDDER

PROFORMA FOR UNDERTAKINGTO BE SUBMITTED BY BIDDER/S (ON BIDDER'S LETTER HEAD) FOR GENUINENESS OF THE INFORMATION FURNISHED AND AUTHENTICITY OF THE DOCUMENTS SUBMITTED IN SUPPORT OF HIS ELIGIBILITY

FORMAT OF 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 NIQ 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 Central Coalfields Ltd. 3. All information furnished by me / us in respect of fulfillment of eligibility criteria and qualification information of this Bid is complete, correct and true. 4. All copies of credentials and documents submitted along with this Bid are genuine, authentic, true and valid. 5. I / We hereby undertake that we shall register and obtain license from the competent authority under the contract labour (Regulation & Abolition Act) as relevant, if applicable. 6. *I/We hereby confirm that we have registration with CMPF / EPF Authorities. We shall make necessary payments as required under law. 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. 7. *I/We have not been banned or delisted by any Govt., or Quasi Govt. Agencies or PSUs. Or *I / We ………………..have been banned by the organization named “______” for a period of………………… year/s, effective from ………………. To…………….

8. If any information and document submitted is found to be false/ incorrect at any time, department may cancel my/our Bid and action as deemed fit may be taken against me/us, including termination of the contract, forfeiture of all dues including Earnest Money and banning/ delisting of our firm and all partners of the firm etc. 9. I / we have read, understood and agreed to the prevalent Standard General terms and conditions of Conditions of Contract of CCL for civil contracts which is applicable for this quotation notice.

* Delete whichever is not applicable.

Dated...... SIGNATURE OF BIDDER