Office of the General Manager WESTERN COALFIELDS LIMITED PENCH AREA PO:, Distt. (M.P.)480 441

Tel - 07161-220008 www.westerncoal.nic.in Fax- 07161-220065

No.WCL/Pench/CME(Opr.)/2009/472 Date 24.11.2009

TENDER NOTICE No.55/2009-10

Sealed tenders are invited for the following work of Loading of Coal into Tippers by Pay Loader from Barkui OC coal stockyard for E-auction consumer’s trucks at Barkui OC Mine of Pench Area from the experienced and reputed contractors who has (have) in its name as a prime contractor experience of having successfully executed works of similar nature (such as Transportation/Removal of Coal/Overburden/Shale/Extraneous materials/Sand/etc.) valuing 65% of the annualized value of the work put to tender in any year during the last 7 (seven) years ending last day of month previous to the one in which bid applications are invited. Quantity Time of Approximate Particulars of Job (in Tonnes) Completion Value Loading of Coal into Tippers by Pay Loader from 40,000 5 (Five) Barkui OC coal stockyard for E-auction consumer’s Rs.1,84,800/- Tonnes Months trucks at Barkui OC Mine of Pench Area.

2. Validity period of Rates Quoted/Tender :- The rates offered in Part-II should be valid for four Calendar months from the date of opening of Part-I of the tender.

3. No. and type of equipment to be deployed for above work :- Type of Minimum Capacity of Total requirements Minimum capacity to be Equipments equipment owned by the tenderer Pay Loader Greater than 2.0 Cu. Mtr. 1 No. 1No.

Ownership of a fleet of minimum 1/5th of the Pay Loader and equipment required for the annualized work. If the 1/5th requirement is a fraction, next whole number should be taken to be submitted in the forms of Bid and Qualification Information.

Details of Pay Loader & other equipment to be used for the work: The Bidder should fill up the tables (a) and (b) with the information as desired. The consent letter from whom equipment are proposed to be hired to be enclosed.

(a) Owned by tenderer S.No. Equipment type & Registration No. (copy of Registration Make & Minimum capacity Certificate to be enclosed) Model No.

(b) Owned by others to be hired by the tenderers for this work. (Copy of hiring agreement is to be enclosed) S.No. Equipment type & Registration No. (copy of Registration Make & Minimum capacity Certificate to be enclosed) Model No.

All equipment in working condition all the time during the pendency of contract. 3 Tender No.55/2009-10

4. EARNEST MONEY : Rs. 1,900/- (Rupees One Thousand Nine Hundred only) i.e. (1% of the annualized estimated cost rounded of to nearest hundred rupees subject to maximum of Rs.50 Lakhs) as Earnest Money/Bid Security is to be deposited in the form of irrevocable Bank Guarantee (from Scheduled Bank/Branch acceptable to the owner) with validity 28 days beyond the validity of the Bid in the format given in the Bid document. Certified Cheques and Demand Drafts will also be acceptable as Earnest Money/Bid Security drawn in favour of ‘WESTERN COALFIELDS LIMITED, PENCH AREA ACCOUNT’ payable at local banks i.e. State Bank of Barkuhi, Central Bank of India Parasia, Bank of Maharashtra Parasia, Union Bank of India Parasia & State Bank of India Parasia.

Earnest Money/Bid Security of the unsuccessful bidder shall be refundable as promptly as possible after opening of Price Bid and finalization of the tender and shall bear no interest.

No tender will be accepted unless accompanied by requisite Earnest Money Deposit.

5. TENDER DOCUMENT FEES :- Tender Document Fee is Rs.100/- (Rupees One Hundred only) per set, which is non-refundable.

6. AVAILABILITY OF TENDER DOCUMENTS:- Tender documents including terms & conditions of work, shall be available on payment, from Office of the Chief Mining Engineer (Opr.), Pench Area from 30.11.2009 to 03.12.2009.

The money may be deposited either in cash with Chief Cashier, Western Coalfields Limited, Office of the General Manager, Pench Area from 10.30 AM to 4.00 PM on week days and 9.30 AM to 12 Noon on Saturdays except on Holidays and Sundays, or by Bank Demand Draft drawn in favour of Western Coalfields Limited, Pench Area Account payable at local banks i.e. State Bank of India Barkuhi, Central Bank of India Parasia, Bank of Maharashtra Parasia, Union Bank of India Parasia & State Bank of India Parasia and should be enclosed in the separate envelope in Part-I of the tender. OR

The tender document can be downloaded directly from website of WCL http://www.westerncoal.nic.in/government web site http://tenders. gov.in.

The cost of tender Document of Rs.100/- (Rupees One Hundred only) must be deposited in the form of Bank Draft drawn in favour of ‘WESTERN COALFIELDS LIMITED, PENCH AREA ACCOUNT’ payable at local banks i.e. State Bank of India Barkuhi, Central Bank of India Parasia, Bank of Maharashtra Parasia, Union Bank of India Parasia & State Bank of India Parasia during submission of tender document in separate envelope in Part-I but not along with EMD.

For details please refer website of WCL http://www/westerncoal.nic.in /government web site http://tenders.gov.in.

Downloading of all related corrigenda, if any, which may be posted subsequently in the web site, is mandatory on the part of all downloading parties. The responsibility of downloading the related corrigenda, if any, will be that of the downloading parties.

7. MONTHWISE/DAILY PHASING OF QUANTITIES: In the schedule of work monthly/daily quantities to be executed during the contract period should be specified i.e. 8,000 Tonnes Per Month.

4 Tender No.55/2009-10

8. CONTRACT LABOUR (REGULATION & ABOLITION) ACT: Contractor(s) to whom the work will be allotted (a) should follow all statutory Rules, Regulations applicable Laws etc., and statutory requirement related to Govt. License, Workmen Compensation, Insurance etc., including Minimum Wages Act, for their personnel/workers, (b) should follow rules, if any imposed by Local/State/ Central authorities should also be complied with by the contractor(s), including working the tippers with Audio Visual Alarms, Machine Operators and other using safety shoes and helmets etc., at their cost, (c)execution of the work with Contract Labour is prohibited vide Notification U/s 10(1)Contract Labour (Regulation & Abolition) Act, S.O.2063 DT.21.6.1988. So the successful tenderer(s) should execute the work by using machines with his employees/workmen only, (d) during the course of execution of the work, if any accident occurs whether major or minor, the successful tenderer(s) or his supervisory staff should inform the same immediately without any delay to the Colliery Manager/Project Officer/Agent/General Manager concerned to take steps in accordance with the Mines Act and other relevant laws, otherwise, the successful tenderer(s) or his supervisory staff will be prosecuted for violation of the Mines Act and other relevant laws, (e)should identify the company (WCL) from any liability be falling on WCL due to any commission/commission by himself or by his representative or by his employee or by any third party in execution of contract including but limited to any violation of Contract Labour (Regulation & Abolition) Act. If the company (WCL) is made liable for such claims by the court or authority, the same should be reimbursed to the company (WCL) by the contractor(s), as if the company (WCL) has paid on their behalf.

9. ADDITIONAL CLAUSE: Removal of equipment by the contractor from the work site shall be with the permission of the Sub Area Manager.

10. No mobilization advance, whatsoever, will be paid by the management.

11. You should not engage any person/workman less than 18 years of age.

12. Your all Operators/Drivers must have valid license.

13. Your all employees must be trained at our respective VTCs & possess a Photo Identity Card.

14. Without complete required information regarding possession of proof of ownership of equipments capacity for the tendered work and other details of experience etc., as per tender, the tender offers is liable for rejection.

15. Due to exigency of circumstances if required, site may be changed at the discretion of the management for similar work.

16. The quantity of work awarded may be decreased/increased/diverted at the discretion of the management without assigning any reasons thereof. However the management may increase the work up to 10% of the awarded value.

17. The work shall be carried out as per discretion of the SAM/Manager or the representative duly authorized by the respective SAM/Manager.

18. If any injury takes place to any of the workman of the contractor during the execution of the work, Compensation to the workman will be the liability of the contractor as per provisions of the Workmen's Compensation Act.

19. It should be noted that CMPF will be applicable for the workers engaged by the contractor and shall arrange to deposit the same to CMPF Office failing which deductions shall be made from the running bills of the contractor on this account.

20. The contractor shall be responsible for good behavior of the persons engaged by him for execution of the awarded contract. 5 Tender No.55/2009-10

21. The contractor should not engage casual contractual workers, that is to say that they will employ their regular workers against whom PF and other statutory deductions are made as a proof of being on their roll. The tenderer will certify on the list that particulars of workers presented by him are correct.

22. You will be required to submit a list of workers engaged by you for above work, if at any time during the period of contract, it is required to be engaged more than 19 persons, you will be required to obtain licence under Contract Labour (R&A) Act, from the ALC©, Chhindwara which will be produced to the undersigned and SAM, alongwith photocopy of the licence. You should also certify that the list submitted by you is correct.

23. The diesel base price should be based on prices declared by M/s Indian Oil Corporation Ltd., on the date of opening of tender or on the date of negotiation which is later and the price variation if any, to be finalized on these base prices only.

24. The contractor shall abide by the Laws & Rules, Regulations framed under Motor Vehicle Act from time to time for transportation of coal by tippers.

25. The Drivers/Operators be provided safety belt in equipments used against this tender.

26. GENERAL INSTRUCTIONS FOR SUBMISSION OF TENDER : (1) The tenderer is required to submit his offer in a single envelope/sealed cover giving reference to Tender Notice No., date and name of the work containing offers in two envelopes Part-I & Part-II as specified in the Tender documents.

Part-I and Part-II should also be in separate sealed covers clearly superscribing as Part-I and Part-II on the respective envelopes giving reference to the item for which he is submitting his tender.

Part-I envelope will comprise of : (i) Bid security/Earnest Money Deposit, (ii) Letter of Bidder submitting the bid in the form as stipulated in Contractor’s bid, (iii) Qualification Information to be filled in by the tenderer as eligibility criteria, (iv) Original bid document issued by department or downloaded from website and (v) Separate envelope containing the DD/Banker’s Cheque for cost of tender document.

Part-II of the bid will comprise of priced-bill of quantities.

Part-II envelopes will be opened only in respect of such tenders as found valid after scrutiny of Part-I. (2) Intending tenderers are advised to inspect the site before quoting rates. No dispute regarding lead & lift would be admitted. (3) Conditional offers will not be entertained from the tenderers. (4) The estimated rates have been based on the diesel price of Rs.37.01 Per Litre as on 09.11.2009.

(5) NOTE: The prospective bidders should fill up the complete information as required/ mentioned at pages 20 to 22 of tender document and separately given at pages 51 to 52 and submit it in Part-I failing which the tender is liable for cancellation.

27. RECEIPT OF TENDERS : The tenders may be deposited in the Tender Box located at the office of the Chief Mining Engineer (Opr.), Western Coalfields Limited, Pench Area. Tenders will be received only up to 4.00 PM on 04.12.2009.

28. OPENING OF TENDERS:- Tenders will be opened at 4.30 PM on 04.12.2009 at the office of the Chief Mining Engineer (Opr.), WCL, Pench Area.

6 Tender No.55/2009-10

29. The company is not under any obligation to accept the lowest tender/ tenders and reserves the right to reject any or all the tenders without assigning any reason whatsoever, and also to distribute the work and allot the work/works to more than one tenderer, at its sole discretion.

30. WCL shall not be responsible for any consequences due to misprinting or any wrong translation by the newspaper concerned. The tenderer should contact the tendering authority and verify facts in case of confusion.

31. Particulars of Registration with appropriate Service Tax Number.

32. The persons who have been blacklisted by WCL, any PSU, and Govt. Organization are debarred from taking part in the tender.

33. Schedules for completion of time should be strictly adhered to. In any case maximum period of extension of contract should be confined to period not more than original tender period.

34. However, if delay occurs more than afore mentioned limit, in case of exigencies only, prior approval of competent authority/Director concerned should be taken for extension of time limit of work.

35. The rates quoted should be exclusive of Service Tax.

36. Submission of Mandate form for payment through Electronic Fund Transfer/RTGS Transfer duly completed in all respects along with Part I.

37. The contractors shall ensure that the insurance policy/policies are kept alive till full expiry of the contract by timely payment of premiums and shall not be cancelled without the approval of the company and a provision is made to this effect in all the policies, and similar insurance policies are also taken by his subcontractors, if any. The cost of premiums shall be borne by the contractor and it shall be deemed to have been included in the tendered rate.

38. All workers engaged in outsourcing patch works shall be paid minimum wage in the midway between (a) the minimum wages act, 1948 and (b) the wage payable to lowest category of regular workers i.e. Category–1 of NCWA.

39. The Payment of wages to Contractor’s workers shall be made through Account Payee Cheque or deposit their wages in their respective bank accounts and record the cheque number and date in their wages bills.

40. The contractor shall make necessary payment of the Provident Fund for the workmen engaged by him for the work as per the laws prevailing under provisions of CMPF.

41. TRAINING: (i) It is mandatory that contractor shall ensure training as per Vocational Training Rules in the company’s training center and the concerned trainee should be entitled for receiving stipend as per VTC rules.

(ii) The cost of “Stipend” paid during the training period should be factored into while quoting the price bid.

(iii) To extend the facility to impart VTC training to contractor’s workers before they are deployed in a mine.

(iv) Training Card should be issued on completion of said training.

7 Tender No.55/2009-10

(v) It should be made mandatory on the contractor that only Training Card holder is allowed to work in the mine where outsourcing work is being carried out.

(vi) Regular checking should be carried out by Area Safety Officer to ensure that only Training Card Holder is allowed to work.

CGM(System)/OSD PR : Kindly arrange to give this slogan at the end of publication of NIT in the Newspaper/ Website “OUR AIM : QUALITY COAL TO CONSUMERS” in pursuance of guidelines issued by CIL vide letter No.CIL/CGM/(Coord)/Slogan/282 dated 26.03.1993 from CGM (Co-ord) CIL, Calcutta.

CHIEF MINING ENGINEER (OPR.) PENCH AREA Note- (1) The documents can be downloaded from WCL Website. The tenderer has to certify that, the documents submitted by them are as downloaded from WCL Website and no tampering has been done. In case it is found that the documents have been tampered with, the offer of the bidder will be summarily rejected. (2) The tenderers who downloads the tender documents and submits their offer must write on the body of the envelope that the documents have been “Downloaded from the Website otherwise the offer will be rejected”.

Copy to: TS to CMD/ Director(T)/Director(P&P)/Director (Finance),CVO(Vigilance)/GM (CMC), CGM (System), WCL - for display and making available complete Tender Document on website of WCL. All CGMs/GMs, WCL, Nagpur Area/Umrer Area/Majri Area/Wani Area/Wani North Area/Ballarpur Area/Kanhan Area/ Pathakhera Area/Chandrapur Area CGM, Pench Area/Dy.CFM/FM(Stores), Pench Area/ Area Security Officer, Pench Area - with a request to depute (2) TWO Armed Security Guards from 10.00 AM to till the finalisation of the tender on 04.12.2009. Concerned SAM/Manager/All working/known contractors/Notice Boards.

8 Tender No.55/2009-10