THE SINGARENI COLLIERIES COMPANY LIMITED (A GOVT COMPANY) Area Purchase Cell – Area

Phone: 08746-220080 Fax: 08746-222206 e-mail: [email protected] APGST: WGL/09/2/1211 Dt: 21.04.1966 ST: WGL/09/2/1016 Dt:22.12.1965 Sales Tax Registration No.WEP :1-4-88 TIN No.36150117915

NOTICE INVOING TENDER

(ONLY SCCL REGISTERED VENDORS ARE ELIGIBLE TO PARTICIPATE IN THE TENDERS. TENDERERS ARE REQUESTED TO FURNISH VENDOR CODE WITHOUT FAIL.)

Subject: Hiring of Diesel operated wheel mounted loader of 1 cu.mtr bucket capacity fitted with hydraulic rock breaker on other end for breaking of coal/shale lumps along with Excavator standard shovel bucket / ditch cleaning attachment for a period of 1 year (12 months) at KCHP, Manuguru.

Kindly quote your lowest price and time of delivery for supplying the material / to carryout the job as per list attached here with.

Enquiry Number : MN115O0026, DT.21.04.2015 Last date for receipt of tender : 04.05.2015 Time: At 12.00 PM Tenders Opening : 04.05.2015 Time: After 3.00 PM Type of Quotation : 3 Cover EMD : Rs.50,000

Offer Validity : 120/180 days from the date of opening of Tender Note: 1. Tender should be posted in sealed registered envelope clearly superscribed with the subject, enquiry number, last date of receipt of tender and date of opening of the tender, without which the covers will not be taken delivery of and would be returned to the sender.

2. Tender to be submitted in duplicate addressed to:-

General Manager, Singareni Collieries Company Limited, P.O. Manuguru Dist: Khammam Dist PIN: 507 117, For and on behalf of The Singareni Collieries Company Limited

General Manager, Manugurui-507117 Enclosures: ITEM LIST/SPECIFICATIONS - ANNEXURE-I TERMS & CONDITIONS - ANNEXURE –II & III

Page 2 Annexure-I The Singareni Collieries Company Ltd (A Government Company) MN115O0026, DT.21.04.2015 Requisition: List of items:

Item Material Description Qty Unit Period of S.No. Contract Store/plant 1 Hiring of Diesel operated 1 No. 12 wheel mounted loader of months KCHP 1 cu.mtr bucket capacity fitted with hydraulic rock breaker on other end for breaking of coal/shale lumps along with Excavator standard shovel bucket / ditch cleaning attachment. i. EMD :

The tenderer has to deposit Rs.50,000.00 (Rupees Fifty thousand only)per loader towards Earnest Money Deposit (EMD) by cash in the office of F.M (F & A) / Manuguru Area or Demand Draft payable at State Bank of Hyderabad / Andhra Bank, in favour of Singareni Collieries Co. Ltd. payable at Manuguru only. DD payable on out station banks will not be accepted. EMD in the form of Cheques, fixed deposits and Bank Guarantees etc will not be accepted. Tender without EMD will not be considered and their offers stand disqualified. No interest will be paid by SCCL for EMD amount.

The EMD of un-successful tenderers will be refunded only after tenders are finalized. ii. Security Deposit: The EMD amount of Rs.50,000.00 of the successful tenderer will be converted as Security deposit. The amount will bear no interest and will be refunded within 3 months only after successful completion of the contract period and on satisfactory completion of the work.

Description of Work:

Providing wheel mounted Hydraulic Breaker one end and with 1.00 cum bucket on other end. Hydraulic Breaker is for Breaking of Coal / Shale Lumps at KCHP, MNG roaming along belt and coal yard from time to time as per requirement as per the Specifications & Drawing attached hereunder.

Make: TATA / L&T / JCB / Caterpiller / BEML

Specifications:

Breaker can be provided in place of Backhoe bucket in TATA make TH86 model Backhoe loader. Quotations are invited from other above mentioned makes also with the equivalent specifications.

P.3

TH 86 Backhoe loader ENGINE Make & Model TATA 497 TCIC Turbo charged, Intel cooled 4 Cylinder TYPE Diesel Engine GROSS POWER 86 PS @ 2200 rpm MAX TORQUE 31 Kg-m BATTERY 12 V-130 AH 1 Cum Bucket Loader (one end) Type Tilt Dump Type Break Force 4140 kgf Lifting capacity. Full height 2790 kg Hight to Bucket hinge pin, Maximum 3400 mm Dump Clearance, Bucket at 45 2640 mm Bucket dump angle, Maximum 45 Degrees Reach at full height 765 mm Rollback angle at ground level 40 Degrees Digging depth below ground, bucket level 206 mm Max. operating height 3820 mm

Rock Breaker ( O ther end) ( Provided in place of Backhoe) SPECIFICATIONS OF ROCK BREAKER B 70 (SUITABLE FOR BHL TH86) Productivity (8 hours per day) 1 Operating weight(Top Box BKT) 431kg 2 Overall length 1805mm 3 Chisel outer Dia 78mm 4 Setting Pressure 170kgf 5 Working Pressure 100 -140kgfcm 6 Oil flow 45 - 80ipm 7 Back Head N2 gas pressure 12kgfcm2 Series Breakers - Application 1 Under Water works 2 Auto Greasing system hole 3 TPC (Total Power Control) System selector type 4 ABF (Anti Blank Firing system)

P.4 Drawing:

P.5 Scope of Work:

01. Period of Contract: 1 Years (12 months). 02. Wheel Mounted Hydraulic Operated Breaker for breaking the Coal / Shale boulders at KCHP,Manuguru on Hire. 03. Hydraulic operated breaker should be operated for breaking the Coal / Shale boulders at ROM Bunkers and open yard of the CHP for breaking the boulders. 04. Maximum size of coal/shale boulder is 1.0 X 0.6 x 0.5 Mtr and it should be made into 0.25 Mtr. 05. Breaker should be diesel driven wheel mounted and should move from place to place at CHP with in the area of 1.5 KM. 06. Breaker also should have a 1 Cum. Bucket on other side for removal of coal/ shale from the locations and to shift to convenient place for breaking with Hydraulic breaker. 07. Breaker should work at ROM Bunkers and stock coal yard from time to time as per the requirement. 08. Breaker should work minimum six hours per shift with 18 hours average work per day. 09. Breaker should work on playday / Holidays also as per the advice of the CHP authorities from time to time. 10. Required Fuel / Lubricants and other materials for Loader to be provided by the contractor. 11. Maintenance of the Loader including Fuel and other Oils to be born by contractor.

Terms & Conditions:

01.. Wheel mounted diesel driven Hydraulic operated Breaker/Shovel should have all safety controls as per the manufacturers design and in good working condition. 02. Operators should be provided in each shift with 8 hours working for all the three shifts of the day. 03. Maintenance / Repairs should be done as per schedule and it should not be more than four hours a day. 04. Operations/Maintenance persons should be VTC trained with Identity card given by the contractor. 05. Minimum working hours per shift will be six hours and any deviations will attract on average rate of hire charges of the order value. 06. In case of non availability of the Machine due to repairs/maintenance, more than the minimum working hours recovery will be effected for the period as per the actual expenditure incurred by SCCL, for making alternative arrangement for the purpose. 07..No. of persons required for performing the breaking operations as per the scope of work to be provided by the contractor as per the need from time to time and no extra payment will be paid. 08..The Breaker / Loader should be in good working condition and should have been procured not earlier than Jan, 2012. P.6 General terms and conditions:

1. The Wheel Mounted Hydraulic Breaker / Loader is required to be deployed in all the three shifts i.e. 8 hours per shift and for 30 / 31 days in the month. The Loader will be allowed for maintenance for one shift per week. 2. The equipment should be deployed along with operators for operation through out the day and no operator should be engaged for more than 8 hours in a day. 3. The log book should be maintained and should be available with operator for obtaining the official's signature regarding the details of loading Etc. 4. The contractor should carry out all the repairs / maintenance with their men. 5. The required lubricants and fuel would be to the account of contractor. 6. All the statutory licenses required to operate the Loader should be obtained by the the contractor. 7. The contractor should carry out the work as per mines act under SCCL guidance and supervision. 8. During the contract period, the contractor should comply with all the legal and statutory obligations and should thoroughly understand the mines act. 9. The contractor should not engage Operators below 18 years of age. SCCL shall provide training for operators employed by the contractor as per the requirement. All the operators shall undergo initial medical examination at SCCL Hospital, if required before engaging them on work. For this purpose SCCL shall charge Rs.250.00 per candidate. For MVTC training SCCL shall charge Rs.15/- per person for training. 10. Not-withstanding any thing mentioned above / herein, the SCCL can engage more than one contractor and reserves the right to terminate the contract with immediate effect without assigning any reasons, if SCCL is of the opinion that the hired equipment is not being worked to its satisfaction and General Manager, MNG shall be the sole Judge in this regard. Due to imposition of any Law/change in Law by Government/Court decision, if the work is to be stopped, the work will be terminated and payments will be made only for the portion of the works executed on the principle of quantum merit. No payments will be made for shifting of equipment or personnel. 11. The performance of the equipment would be monitored continuously from the date of commencement of work and in case the performance is not satisfactory at any stage of the contract, SCCL reserves the right to terminate the contract and/or induct new contractor including Government Agency, duly imposing penalties as per terms and conditions of the order. 12. The contractor should deploy the equipment within 7 days from the date of receipt of LOI / Order. 13. The contractor has to bear all expenses involved in engaging of Loader. The contractor will pay wages as per minimum wages act, allowances including other benefits such as workmen compensation, CMPF, 10% quarterly bonus, profit sharing bonus and any other claims arising out of employment under law and award, to the Operators employed by him from any claims by the employees of contractor or by court of law or by any outside agency.

P.7 14. a) The contract will remain in force for a period of 12 months from the date of deployment and may be extended beyond the said period at the discretion of SCCL. The contract can be terminated before the expiry of the said period at the discretion of SCCL by giving one week notice to the contractor and without assigning any reason what so ever. The contractor can also give one month notice of his intention to terminate the contract, but in such case, security deposit of contractor will be forfeited, irrespective of the reasons for serving of such notice by the contractor. b) During the contract period the contractor, his agent or his employee should keep all necessary documents. GM, SCCL, Manuguru will have discretion either to terminate the contract or forfeit the SD, or to do both if the documents are not maintained properly. c) During the contract period, the Loader should be deployed as per the instructions of SE/DGM (E&M), KCHP,MNG. d) The contractor shall execute the work by themselves without subletting or sub- contracting to others. However, as per terms hiring / leasing of equipment is allowed by the contractor from others.

PENALTIES :

15. The contractor should positively deploy the vehicle within 7 days from the date of receipt of order. If the contractor fails to deploy the vehicle within stipulated period, a penalty of Rs.1,500/- per day will be recovered from the contractor’s future bills. The Area G.M./ Head of Department will take a decision either to penalize the contractor or cancel the order depending on the need / situation (from the date of completion of the lead period and till the deployment of vehicle) 16. If the Breaker / Loader is not deployed on any day, a penalty of Rs. 2,000/- per day will be recovered from the bills. If the availability of the Loader is less than 6 hours in any shift proportionate penalty will be levied. If the Loader is stopped due to trouble, an immediate substitute should be provided with in one day. In case, the fault continues for three days, SCCL will be at liberty to engage another Loader and recover the amount from the contractors pending bills.

STATUTORY RULES:

17. The contractor should follow all statutory rules, regulations, applicable laws etc. and statutory requirement related to Government licenses, workmen compensation, working hours of the workmen, insurance etc., including minimum wage act, for their personnel / works. 18. Rules, if any, imposed by local/state/central authorities should also be complied with by the contractor, including working the equipment with audio-visual alarms, perators and other using safety shoes and helmets etc., at their cost. 19. The contractor should indemnify the Company (SCCL) from any liability befalling on SCCL due to any commission / omission by himself or by his representative or by his employee or by any third party in execution of contract. If the Company (SCCL) is made liable for such claims by the Court or authority, the same should be reimbursed to the Company (SCCL) by the contractor, as if the Company (SCCL) has paid on his behalf. 20. During the course of execution of the work, if any accident occurs whether major or minor, the contractor or his supervisory staff should inform the same immediately without any delay to SE/DGM (E&M), KCHP, MNG to take steps in accordance with the mines act and other relevant laws. Otherwise, the contractor or his supervisory staff will be prosecuted for violation of the mines act and other relevant laws.

P.8 21. Execution of the work with contract labour is prohibited vide notification U/S 10(1) contract labour (Regulation & Abolition) act S.O.2063, dated 21.6.1988. So the contractor should execute the work with his own employees. 22. The contractor should maintain form-B, D and E registers in respect of the persons employed by him and should be made available for inspection of officials, required as per DGMS circular no.52 of 1965. 23. The expenditure incurred for accidents, damages should be borne by the contractor. 24. PAYMENT TERMS: 100% payment will be made by SCCL for the number of hours worked in 30 / 31 days within the following 15 th /20 th day against the bills duly certified by CHP Authorities. 25. The rate is firm for the entire period of contract except PVC for Diesel.

26. The variation in diesel price will be paid as per the following formula for every rupee increase or decrease.

The formula is: No. of hours worked X diesel consumption per hour as per manufacturer’s leaflet X difference in diesel price. a) The above formula shall be applicable for the number of hours actually worked as certified by the mine authorities. b) For the above purpose the Contractor shall submit original technical leaflets of the equipment obtained from OEM duly indicating fuel consumption as per manufacturer’s recommendation. c) For the calculation of price variation, the diesel price as on the date of tender opening i.e. 21.08.2013 will be taken as basic price.

TAXES AND DUTIES

27. All taxes and duties including imposed by local, Municipal, Provincial, State or Central authorities and if payable or may become payable during the currency of contract or at a later date will be to the account of contractor only and shall be deemed to have been included in the rates indicated for the work to be executed by the contractor. 28. Income tax deduction will be made as per IT act and as per rules announced by Government authorities, from time to time. 29. Service Tax: The proposed scope of work attracts service tax. Service tax extra as applicable. Service tax under the contract would be reimbursed by SCCL at applicable rate from time to time against the Tax Invoice to be issued by the contractor as per Tax Rules.

FORCE MAJEURE CONDITIONS

30. The following shall be treated as force majeure conditions.

Strikes, lockouts, law and order problem, Natural calamities, War and fire. The force majeure conditions shall be considered subject to documentary evidence. The beginning and the ending of force majeure conditions shall be recorded in the SITE REGISTER maintained by the KCHP authorities and signed by the contractor and KCHP authorities. Otherwise such a plea of force majeure cannot be agreed. The force majeure conditions are considered for levying penalties. The same force majeure conditions mentioned above are applicable to SCCL and for non-utilization and availability of the machine under above conditions, payment will not be made.

P.9

OTHERS

31. The contractor should deploy his equipment within 7 days from the receipt of letter of award. If the contractor fails to commence the contract as per the terms and conditions of the letter of award within the stipulated time it will be deemed that the contractor backed out unilaterally.

SETTLEMENT OF DISPUTES

32. Any dispute or difference of opinion arising between SCCL or its authorized representative and the agency in respect of manner of execution or any thing connected with the work, not specially provided for, herein under the specification or in respect of meaning of any clause of the terms and conditions of the order shall have to be got decided through ‘Civil Court’ situated in Mancherial, Adilabad District in the state of Andhra Pradesh.

33. The quantity and period indicated above are tentative. They may increase or decrease

34. The contractor should be in possession of the necessary equipment to carry out the above work. 35. The contractor should abide to the terms and conditions and agree for any amendments made from time to time during the period of contract. 36. The contractor should sign an agreement bond within two weeks from the date of receipt of LOI / Order. 37. The contractor should start the work within 7 days from the date of receipt of LOI / Order and to carry out the work strictly in accordance with the terms and conditions. 38. The EMD amount Rs.,50,000.00 (Rupees Fifty thousand only) will be converted into Security Deposit and will be returned after successful completion of the contract. EMD bears no interest. Forfeiture of EMD: EMD of the contractor will be forfeited in the following circumstances: a. Withdraws the offer during validity / extended validity period. b. Changes the terms and conditions of the offer during validity / extended validity period. c. Does not accept the LOI / order placed within the offer validity period / extended validity period, in accordance with terms & conditions of NIT, offer & negotiations. d. Breach of contract during execution. e. The information / documents submitted by the contractor proved to be false/ incorrect.

Chief General Manager, MANUGURU AREA

P-10 Enquiry Number: M115O0026 DT.21.04.2015

The Tenderer shall submit their bids in three covers as mentioned below.

Part A – Technical offer (in one cover) i. Technical parameters of the equipment. ii. The machinery installed by the manufacturers. iii. Technical Competence of the manufacturers. iv. Order Copies for supplies made to reputed concerns or Govt. Undertakings. v. Performance reports if any. vi. NSIC or SSI, ISO certificates along with other documents drawings & specifications. vii. Guarantee/Warranty. viii. Service support, Spares Depot.

Part B - Commercial terms (in one cover) i. Validity, EMD, delivery period, applicability of taxes and duties, LD penalty, warranty/ guarantee. ii. Specification copy of Part C without prices.

Part C – Price bid (in one cover) Basic price quoted PVC formula if any, duty taxes and other commercial terms viz credit rebate etc.

To avoid inadvertent opening of the cover, all the three covers should be distinctly marked with the following on its left hand top corner. i) Enquiry Number & Date and name & address of the bidder. ii) Cover No i.e., Part-A/ Part-B/Part-C as the case may be and name & address of the bidder. iii) Closing & Opening date of the tender and name & address of the bidder.

All the Three covers are to be individually sealed and super scribed as mentioned above and shall be kept in another sealed cover super-scribing enquiry No. due date of the submission of the tender and due date of opening of tender and name & address of the bidder.

Covers A&B shall be opened on the due date of the tender opening. Tenderers are requested to submit their quotations accordingly, otherwise offers shall not be considered and no further correspondence will be entertained.

Chief General Manager, Manuguru.

Part - C Price Bid. Dt : Application for Participating in Tender To The General Manager, Singareni Collieries Co. Ltd. Manuguru-507 117. Dear Sir,

Sub Hiring of Diesel operated wheel mounted loader of 1 cu.mtr bucket capacity fitted with hydraulic rock breaker on other end for breaking of coal/shale lumps along with Excavator standard shovel bucket / ditch cleaning attachment. – Reg. Ref: Enquiry No.MN115O0026 Dt.21.04.2015

I//We submit my/our acceptance to provide 1 Nos of Hiring of Diesel operated wheel mounted loader of 1 cu.mtr bucket capacity fitted with hydraulic rock breaker on other end for breaking of coal/shale lumps along with Excavator standard shovel bucket / ditch cleaning attachment as per the terms and conditions mentioned in the NIT for a period of 1 Year(12 months on the following rates :

Sl. Rates Description No. in Rs/ month 1. Monthly hire charges Hiring of Diesel operated wheel mounted loader of 1 cu.mtr bucket capacity fitted with hydraulic rock breaker on other end for breaking of coal/shale lumps along with Excavator standard shovel bucket / ditch cleaning attachment.

I/We hereby agree to abide by all the terms and conditions mentioned in the NIT.

Model of the Loader:______Year of the Loader:______

Service Tax Registration No.______If not registered reasons:

EMD DETAILS : VALUE : Rs.______In words:______

DD NO.______DT.______PAYABLE AT MANUGURU.

BANK:______.

SIGNATURE OF THE TENDERER (With Office Seal/Stamp) Postal address of contractor

Name(full)______

H.No.______Street:______Town:______District:______

Mobile No:______E. mail No.______PAN : ______

Part-B. Commercial Bid. TERMS & CONDITIONS (CHECK LIST) S.No. Description Information 01 VENDOR CODE 02 FOR 03 DISCOUNT / REBATE 04 PACKING 05 FORWARDING CHARGES 06 FREIGHT 07 TRANSIT INSURANCE 08 CST / VAT 09 FIRM PRICE YES / NO. (IF NO, SPECIFY FORMULA) 10 ACCEPTANCE OF RISK PURCHASE 11 ACCEPTANCE OF PRICE FALL CLAUSE 12 PENALTY CLAUSE AS PER NIT 13 MODE OF DESPATCH 14 PAYMENT TERMS SCCL TERMS 15 DELIVERY SCHEDULE (INDICATE LEAD TIME TO DEPLOY WITHIN ONE WEEK) 16 OFFER OFFER VALIDITY 17 SERVICE TAX IF ANY a. ST % : b. ST Regn. No. c. Tax invoice to be provided by firm to avail CENVAT from SCCL end. d. If, ST is not applicable, reasons may be furnished with documentary evidence. 18 CONSOLIDATED BANK GUARANTEE TOWARDS PERFORMANCE AND PENAL CLAUSE (PLEASE SPECIFY 10% BANK GUARANTEE) 19 EMD : Rs. Details: 20 PAN NUMBER 21 TIN NUMBER

I/We hereby agree to abide by all the terms and conditions mentioned in the NIT.

Postal address of contractor

Name(full)______H.No.______Street______Town:______

District:______Land Phone .______Mobile :______Mail ID :______

PAN : ______.

SIGNATURE&STAMP .

TERMS AND CONDITIONS FORMAT ENCLOSURE TO ENQ.NO.MN115O0026 Dt.21.04.2015 (TO BE INCORPORATED BY THE TENDERER ALONG WITH THEIR QUOTATION.IF ANY BLANK IS UNFILLED OR NOT CONFIRMED ANY OTHER TERMS, THE SAME CAN BE TAKEN TO THE ADVANTAGE OF SCCL) 1) Price Condition : ______. If prices quoted are on FOR Destination basis, Packing & Forwarding, Freight and Transit insurance charges are deemed to be inclusive. 2) Discount :______. 3) Packing & Forwarding charges : ______. If the prices quoted are on FOR Destination basis packing & forwarding charges are deemed to be inclusive. If the prices are quoted on Exworks Ex-factory and in case specific mention is not made regarding packing & forwarding charges but states that the same as extra, a charge of either 2% of basic or the maximum quoted by any others against the same enquiry whichever is higher will be loaded to the offer for the purpose of comparison. In case order is placed on such firm, the packing & forwarding charges will be limited to that actually loaded on his offer or 2% whichever is lower. 4) Freight charges : ______. If the prices quoted are on FOR Destination basis freight charges are deemed to be inclusive. If the prices quoted are on Ex-works/Ex-factory and in case Road freight charges are not mentioned loading will be done (a) @2% of the basic within the state of Andhra Pradesh (b) @3% of the basic for Chennai / Southern (excluding Andhra Pradesh) and Mumbai regions (c) @4% of the basic for Delhi and Kolkata regions and other places. Payment will be restricted to the amount loaded or actuals whichever is less. Any additional freight charge over and above of the above loading on basic shall be to the account of tenderer only. 5) Transit Insurance :______. If the prices quoted are on FOR Destination basis Transit insurance charges are deemed to be inclusive. If the prices quoted are on Exworks/ Ex-factory and in case firm not mentioned against the insurance 0.33% on landed cost will be loaded in case of revenue items and 0.5% on basic in case of capital items will be loaded. 6) Excise Duty :______. Note: Excise duty is applicable on Basic price. Where the firm has stated that Excise Duty will be charged extra, Excise duty charges applicable or indicated will be added to the price. If applicable rate of duty or NIL rate of duty is not mentioned, loading will be done as per the highest rate indicated by other tenderers. In case, where Excise duty is stated to be included in the price, it will be treated that the quoted price is inclusive of Excise duty and no additional duty is payable.

7) CST / APVAT/ TOT : ______. CST @ 2% is applicable against Form – C. Note: If the rates quoted are on CST basis, applicable rate of tax as per Entry of Goods into local area Act, 2001 will be loaded additionally, wherever applicable. 8) Service tax :______. 9) Works Contract Tax :______. 10) Any other taxes : ______.

Note: The firm shall clearly specify the above taxes, whether extra / Inclusive / Not Applicable/ Nil. Otherwise, the same may be loaded as extra for comparison purpose only, if any firm has quoted as extra. 11) Guarantee : ______. SCCL Standard Guarantee terms 12 Months from the date of commissioning or 18 Months from the date supply whichever is earlier. Defective material shall be replaced / repaired at free of cost. In such case freight etc. will be to firm’s account only. 12) Price Variation Clause : Prices shall be FIRM till complete execution of order. Price variation clause will not be applicable. However if any firm has not accepted FIRM price due to various reasons and not mentioned the price variation limit in the offer, 15% of the value of the basic price quoted will be loaded and payment on account of price variation will be limited to the same. 13) Risk Purchase Clause : ______. In case the supplier fails to deliver the material within the delivery schedule prescribed in the order and SCCL is forced to purchase such material from any other manufacturer / supplier at a higher price, the supplier should pay the difference amount to SCCL. 14) Price Fall Clause :______. Seller should pass on the benefit to the buyer, in case the seller sells similar material to public or private concern within a period of 06(six) months from the date of receipt of order at price less than the price offered to buyer (SCCL). The Singareni Collieries Company Limited, reserves the right to apply those prices for this order also. 15) Late delivery Penalty : ______. SCCL Standard Late delivery penalty terms are @1% per week and up to a maximum of 10% value of the undelivered portion will be levied, if the material is not supplied as per the delivery schedule of the order subject to force majeure conditions. 16) Performance Bank Guarantee : ______. SCCL standard Performance Bank Guarantee Terms are to submit 10% of the order value from any Nationalized Bank towards satisfactory performance of the material supplied over and above 3 months after warrantee period. 17) Payment Terms : ______. SCCL standard terms of payment are 100% payment through cheque within 30 days, from the date of either receipt of material at our stores or collection of material from Transporter’s Godown subject to acceptability. If the quality of material is found to be defective and not as per the specifications, no payment will be made. If payment terms are other than SCCL Payment terms, 1% of the landed cost will be loaded to the firm’s offer for comparison purpose. 18) Delivery Schedule : ______. 19) Validity : ______. Quotation should be kept valid for a minimum period of 180 days from the date of opening the tender. OTHER STANDARD TERMS : 20) Tenders should be posted in a sealed envelope clearly super-scribing with subject of enquiry, enquiry number and date and the due date of closing and opening of the tender, without which the tender will not be considered.

21) Quotation should be free from corrections. Prices should be quoted in Figures and in words. Wherever not quoted, kindly state “Regretted”. Q uotation without signature of tenderer will be rejected. 22) The quantities indicated in the enquiry are tentative and may increase or decrease at the time of placement of order. 23) Tenderers have to submit Current price list / latest order copies of enquired items supplied to any Govt. Organizations / SCCL / CIL along with their offer to enable us to take early action. 24) Tenderers quoting for imported material should state clearly whether the material they are offering will be imported against their own quota license. A Photostat copy of present valid DGS & D Rate Contract with latest amendments, if any should be sent along with quotation. 25) If the due date of opening of the tender is postponed for any reasons, if any tenderer has submitted revised / subsequent quotation with different / revised rates, terms and conditions, the revised / latest quotation of that tenderer will only be considered. 26) Offers should be submitted in ink, Typewriting. The quoted amounts should be mentioned in words also and should be free from corrections, erasing. 27) Quotations received after stipulated time and date will not be considered for whatsoever reasons therefore. 28) The SCCL is not responsible for postal delays, if any. 29) Material should be booked to the consignee and not to self. 30) Current price list and illustrated catalogue of items offered wherever applicable should accompany the quotation. 31) All the supplies must be marked with firm name and date of supply for identification of supplies. 32) The Company does not bind itself to accept the lowest tender or assign any reasons for non-acceptance. No correspondence will be entertained in this regard with suppliers. The Company also does not bind itself to place order for the entire quantity enquired for and reserves the right to distribute the orders for any or all the items on more than one firm. Enquiry / order in part or in full can be cancelled at any time without assigning any reasons. 33) Bank Charges : To suppliers account only. 34) Name and Designation of the person, who is signing on the quotation, should be mentioned in the offer. 35) If the Company finds that the material supplied are not of the correct quality or not according to the specifications required by the Company or otherwise not satisfactory owing to any reasons of which the company shall be sole judge. The Company shall be entitled to refuse or accept of the said material, cancel the contract and buy its requirement in the open market and sue on the supplier for nonfulfillment of the contract including claim for liquidated damages. 36) In all cases of disputes, the decision of Company shall be final, failing this, the matter will be referred to Arbitration in accordance with the Indian Arbitration Act. Any dispute or difference or any matter arising out of contract or Purchase Order or incidental there to under this enquiry shall be subject to jurisdiction of Competent Court in Telengana State situated at Kothagudem alone and not at other places.

37) If any firm has not mentioned regarding Fall Clause, Risk purchase clause, L.D. Penalty clause, guarantee clause, PVC Clause, Validity and payment terms etc., it will be construed that the firm has accepted to SCCL terms and conditions and the same will be incorporated while placing the order. 38) Information on the following to be furnished along with the tender. a) Whether the firm is a Limited Company / Public or Private /Partnership Firm with names of the partners thereof. b) In case of Micro, Small & Medium enterprises development firms they Should invariably submit their requisition certificated in respect of the Micro, Small & Medium enterprises along with offers. c) Bankers names and address. d) Income tax permanent Account Number. e) Sales Tax registration Number / VAT No./ TIN No / TOT No. f) Service Tax Registration Number. g) Authorized Dealership / Partner ship certificates with manufacturers 39) SCCL reserves the right to inspect the manufacturing unit of any of the Enquired / offered items to ascertain its capacity and capability. 40) Regarding Excise Duty & Service Tax: a) The tenderers have to separately mention Excise duty / Service tax, wherever leviable on the goods / services to be supplied / provided. b) The tenderer has to invariably mention their excise / service registration number and 8 Digit Excise Tariff Code and description of excisable goods (HSN) as per Central Excise tariff Act 1985 (CETA 1985) of the enquired items in their offer. c) In case the tenderer is an authorized dealer / distributor of the manufacturer, he should get himself registered with the central excise department for issue of dealer invoice under Central Excise Act as a first sate dealer ( if not already registered as such ) to pass on the benefit of excise duty to SCCL on the goods to be supplied issuing first stage dealer invoice in addition to commercial invoice. d) Where the goods are to be supplied by a dealer, other than an authorized dealer / first stage dealer with eligibility to issue excise invoice, and SCCL is entitled to avail CENVAT credit on excise duty on the goods being purchased, such dealer should also get himself registered with the central excise dept and issue dealer invoice in addition to issue of commercial invoice to pass on excise duty benefit to SCCL. e) In respect of service contracts, the service providers shall be required to quote service tax separately in the offer and they shall raise tax invoices indicating the component of service tax while claiming payments. f) In case the item is not excisable under CETA 1985 the same shall be specifically confirmed by the manufacturer if supply is to be made by him directly. In case the goods to be supplied by an authorized dealer are not excisable, he shall submit a certificate to that effect from their manufacturer. 41) (ONLY SCCL REGISTERED VENDORS ARE ELIGIBLE TO PARTICIPATE IN THE TENDERS. TENDERERS ARE REQUESTED TO FURNISH VENDOR CODE WITHOUT FAIL.)

Chief General Manager/MNG