OFFICE OF THE GM: AREA PO: SUNDARCHAK (BURDWAN).

Ref: SDPA/Civil/G-11/Tender/1626 Date: 20.09.2013 NOTICE INVITING TENDER

Sealed tenders in percentage basis in two parts (Part-I & Part-II) are invited from reputed, bonafied, competent and resourceful contractors having required qualification and suitable experience in work of similar nature in Govt./Semi govt. Dept./Public Sector Enterprises for execution of the following job Sl. Name of Work Estimated Cost Earnest Cost of TD Time of No Money incl. of VAT Completion (14.5%) 1 Repairing of road from D.B. Road Rs: Rs. 15374.00 Rs. 573.00 2 (two) (Seetalpur) junction to Sodepur 15,37,396.00 months Colliery gate ( Via guest house & Dispensary )

2 Issue of T.D Begins on 17.10.2013 Closes on 21.10.2013 upto 1.00 P.M (Issue/Sale. on working days except on Holiday) 3 Place of issue of T.D For SL No. 1 (a) Office of the General Manager, Sodepur Area ,PO: Sundarchak, Dist: Burdwan (WB) PIN.713360, OR (b) Office of the Agent Sodepur (R) Group OR (c)GM (civil), HQ, ECL, Sanctoria

4 Display of T.D. through Tender documents can be downloaded from ECL website Website www.easterncoal.gov.in and from website of NIC http:// tenders.gov.in during the period from 17.10.2013 to21.10.2013

In case tender document has been downloaded from website then the cost of tender document shall have to be deposit by the tenderer in the form of “Demand Draft” drawn in favour of Limited “A/C Sodepur Area” payable at or from any Nationalized /scheduled Indian Bank payable at Asansol Preferably on State Bank of India along with EMD. Tenderes shall be solely responsible for the correctness of the downloaded tender documents. Submission of incomplete downloaded tender document will be rejected.

5 Date & Time of On 23.10.2013 from 10.00 a.m. to 1.00 p.m submission of tender (Tender submitted late will not be accepted) 6 Place of submission of (a) Office of the General Manager, Sodepur Area ,PO: Sundarchak, T.D Dist: Burdwan (WB) PIN.713360, OR (b) Office of the Agent Sodepur (R) Group OR (c)GM (civil), HQ, ECL, Sanctoria

7 Date & Time of opening On 25.10.2013 at 11.00 am. at the office of General Manager, Sodepur of Tender (Part-I) Area (Civil Engg. Dept.) after collecting the tender from concern offices. If the office happens to be closed on date of receiving/opening of tender as specified, the tender will be received / opened on next working day at the same time and venue. No tender document will be issued or received by post. Cost of tender document should be paid either in cash which will be deposited in, Cash Section of Sodepur Area , Agent Sodepur (R) Group, Agent Group, Agent Dhemomain group & ECL HQ or by Demand Draft which is non refundable

8. Tender Box at concern offices will be opened on 23.10.2013 at 3.30 p.m. only for recording the number of tender offers received at concern offices as mentioned above in presence of intending tenderers or their authorized representatives. The tender will be opened as per details as mentioned above.

9. Tenderers are required to deposit the requisite amount of Earnest Money as indicated against the work in the form of Demand Drafts drawn in favour of Eastern Coalfields Limited “A/C Sodepur Area” on any schedule Bank payable at Asansol preferably on State Bank of India and the same should be submitted in a separate sealed cover superscripted “EARNEST MONEY”. No tender shall be considered unless accompanied by the said Earnest Money (it is compulsory to deposit earnest money through DD)

10. Tenders will be received in two parts i.e. Part-I & Part-II each in separate sealed cover besides third cover containing Earnest Money, super scribing the name of the work and Part. Part-I shall contain the VAT Registration Certificate, PAN (Permanent Income Tax Account No.) documents in support of fulfillment of eligibility criteria, Status of the Firm showing type of its formation (Proprietorship/Partnership Limited Company/ any other type), Audited balance sheet, additional commercial and technical terms & condition. If any other deviation from the terms & condition of the tender, if any (this is to be provided in the requisite places in the tender document) , any other credentials may be asked for in part-I if felt necessary by the authority calling the tender & part-II shall be contained only priced bill & quantities only. The original bid document issued to the bidder duly signed by authorized Signatory of the bidder on all papers as proof of accepting the conditions of contract All the three sealed covers of Part-I & Part-II and Earnest Money are to be put under another cover duly sealed, while submitting the tender and clearly mentioning that this sealed cover contains Part-I and Part-II and Earnest Money covers for the particular work.

11. THE BASIC MINIMUM ELIGIBILITY CRITERIA: a) The intending tenderer must have in its name as a Prime Contractor experience of having successfully completed in Govt./ Semi Govt. Department/ Public Sector Enterprises similar nature of works during last 7 (seven) years ending last day of month previous to the one which bid application are invited i.e. on 31.08.2013 should be either of the following

 Three similar completed works each costing not less than 40% of estimated cost Sl No. 1 work Rs.614958.00

or  Two similar completed works each costing not less than 50% of estimated cost Sl No. 1 work Rs.768698.00 or  One similar completed work costing not less than 80% of estimated cost Sl No. 1 work Rs.1229916.00

In case the bidder is not a Prime contactor but a sub-contractor, the bidder experience as sub- contractor will be taken into account if:- the contract in support of qualification in a sub- contract in compliance with the provision of such sub-contract in the original contract awarded to prime contractor.

b)Average annual financial turn over of civil works during the last 3 (three) years i.e. 10-11,11- 12,12-13 ending on 31st March of the previous financial year i.e 31st March 2013 should be at least 30% of Estimated cost . Sl No.1 work Rs. 461218.00

Definition of Similar Nature of work Sl No 1 : Road works c) Fulfillment of eligibility criteria is to be supported with documentary evidence in the form of certified/ attested copy of work order, completion certificates, payment certificates indicating the period of work for which the payment has been made. Only such bidders who meet the above eligibility criteria and have submitted VAT Registration Certificate, PAN Card, Status details of the firm (Copy of Partnership deed/ Memorandum of Association and Article of Association in case of Limited Company), Audited Balance Sheet, and Earnest Money shall qualify for opening of Part-II of the tender i.e. Price Bid. Copies of all such documents shall be authenticated before submission and original shall be produced for verification as and when required.

12. The intending tenderer will have to submit an affidavit in non judicial stamp paper as per enclosed format of the tender document as a declaration in support of authencity of the credentials / certificates/ documents submitted by them

13. ECL would not be liable for any compensation due to stoppage/change in scope of work due to local disturbance, change in Govt. Policy, law and any other of Judiciary, obstruction of delay by any out side elements/agency.

14. The contractor/ contractors shall make necessary payments of the Provident Fund for the workmen employed by his for the work as per the laws prevailing under provisions of CMPF and Allied Schemes and Miscellaneous provisions Act-1948 or Employees Provident Fund and Miscellaneous Provision Act-1952 as the case may be and will have to recover statutory dues and deposit the same along with employer’s contributions (contractor’s share) to the respective CMPF/EPF Offices and to submit statutory returns under intimation to principle employer.

15. Purchase Preference to PSEs as per policy of Govt. of India will be considered as Applicable / prevailing on the date of submission of this tender, if applicable on that date.

16. The date of opening of Part-II will be notified separately. The validity period of the tenders shall be 4 (four) months from the date of opening of Price Bid or revised Price Bid, if any.

17. No conditional tender will be accepted.

18. No documents will be received/ considered by the Tender committee for the purpose of evaluation of the tender after the scheduled date and time of dropping of the tender. No further correspondence will be made regarding any lacking document neither any further opportunity will be provided for submission of the document(s) after the deadline. However, clarification, if necessary may be asked by the Management.

19. Other details may be obtained from the detailed tender notice.

20. The tenderers should visit the site of the work before offering their tender. Other details are available in the tender documents.

21. ECL reserves the right to accept or reject any or all the tenders without assigning any reason whatsoever.

General Manager Sodepur Area

Distributions:-

1. CVO,ECL.HQ. Sanctoria 2. GM(Civil), ECL(HQ), Sanctoria. 3. All CGMs /GMs Areas in ECL with a request for wide publication. 4. AGM/AFM/ Area Survey Officer Sodepur Area. 5. Agent Sodepur, Chinakuri/Parbelia/Dhemomain & BMP Group 6. Hony Secretary- Builders’ Association of India, Asansol Center, C/O:J C Lal, M/s Linkers India Lithuria Rd. Neamatpur PO: - 713359. 7. President Coal & Steel, Chamber of Commerce & Industries, PO: Ukhra, Dist: Burdwan 8. Area Security Officer, Sodepur Area – with a request to provide adequate Security on the date of submission of tender at Area Office Civil Engg.Dept. & and on the date of opening accordingly. 9. P.R.M, ECL(HQ),Sanctoria for arranging display in ECL Web-site and publication in Newspaper.. 10. Notice Board/Chief Cashier Sodepur Area Office/ Agent office Sodepur Group/ ECL HQ, Sanctoria

Abridged Tender Notice         (A Subsidiary of Coal India Limited), Office of the General Manager, Sodepur Area PO: Sunderchak, Dist. Burdwan

Tender Notice No : SDPA/Civil/G-11/Tender/1626 Date 20.09.2013 Sl. Name of Work Estimated Cost Earnest Cost of TD Time of No Money incl. of VAT Completion (14.5%) 1 Repairing of road from D.B. Road Rs: Rs. 15374.00 Rs. 573.00 2 (two) (Seetalpur) junction to Sodepur 15,37,396.00 months Colliery gate ( Via guest house & Dispensary )

2. Issued By: General Manager, Sodepur Area, Civil Deptt, PO Sunderchak, Dist-Burdwan

3. The Place, date & issue of Tender documents: For SL No. 1 (a) Office of the General Manager, Sodepur Area ,PO: Sundarchak, Dist: Burdwan (WB) PIN.713360, OR (b) Office of the Agent Sodepur (R) Group OR (c)GM (civil), HQ, ECL, Sanctoria from 17.10.2013 to 21.10.2013 up to 1.00 p.m. on all working days expect Sunday & Holiday. 4. The Place, date, and time of submission of Tender documents: On 23.10.2013 Up to 1.00 pm as mentioned above offices.

5. Date & Time of opening of the tender (Part- I): On 25.10.2013 at the office of the GM, Sodepur Area (Civil Engg. Deptt.) at 11.00AM..

6. Tender documents can be downloaded from ECL website www.easterncoal.gov.in and from website of NIC http:// tenders.gov.in during the period from 17.10.2013 to 21.10.2013 (In case tender document has been downloaded from website then the cost of tender document shall have to be deposit by the tenderer in the form of “Demand Draft” drawn in favour of Eastern Coalfields Limited “A/C Sodepur Area” payable at Asansol or from any Nationalized /scheduled Indian Bank payable at Asansol Preferably on State Bank of India along with EMD. Tenderers Shall be solely responsible for the Correctness of the downloaded tender documents. Submission of incomplete downloaded tender document will be rejected. No tender document will be issued or received by post.

        (A Subsidiary of Coal India Limited), Office of the General Manager, Sodepur Area PO: Sunderchak, Dist. Burdwan

TENDER DOCUMENT PART –I To be filled up by the contractors.

1 Name of Tenderer : 2 Whether individual proprietorship : Partnership or Limited Company 3 Postal address of the Company/ : Proprietor together with Telephone etc. 4 In respect of proprietorship/ : Partnership/Limited Company the names of the Proprietor/ Partner/ Directors together with their address. 5 List of other firms/partnership doing : business in ECL wherein the above firm/partners/Directors. 6 Whether proprietors/partners/ : Directors are connected with any employee working in ECL, if so the details of the employees, designation and place of posting etc. 7 Any contract being carried on in : ECL by the above firm/proprietor/ partnership/Limited company in his own name and if so, the details of the contractor being executed. 8 Details of sales Tax Registration : number if any 9 Whether the tenderer is an income : tax assess on and if so, the year upto which the last assessment has been made, Income Tax clearance certificate should be enclosed. Contd…..2

-2-

10 FINANCIAL STATUS latest assessment order of contractor’s account from Income Text Deptt. or Latest balance sheet audited by a chartered accountant. - enclosed here with) 11. Details of similar nature of works in a single contract completed during last 7(seven) Years.

Yr &Details of WO Org. for Completion Photo copy Photocopy of work & which work amt.& of WO completion Amt executed period enclosed certificate enclosed SPL Attention Tenders are to strictly fill up full and complete information as asked for above directly on this sheet along with specific documentary evidence

12. Details of work present in hand.

Details of work WO No and Org,for which work Photocopy of work Amount was executed order enclosed SPL Attention Tenderers are to strictly follow up and complete information as asked for above directly on this sheet along with specific documentary evidence.

13.Year wise details of similar nature of work done and payment received during last seven years . Year &details Work order & Org.for which Photocopy of certificate issued by the of work amount work was Office of work order issuing authority executed/being indicating the details of column 1to4 executed enclosed SPL Attention Tenderers are to strictly fill up the full and complete information as asked for above directly on this sheet along with specific documentary evidence

Contd …3

-3-

14. List of technical personal available with the contractor with their qualification. 15. List of construction equipment available with the contractor : 16. Details of Registration/Enlistment No. with Govt/Semi Govt. organization. 17. Details of Earnest Money deposited (Cash Receipt or demand Draft/. duly pledged in favour of Eastern Coalfields Limited, Sodepur Area enclosed here with) 18. Details of License for carrying out electrical works.

Signature of Contractor.

IMPORTANT NOTICE: 1) Tenderers are requested to furnish the full and complete information as required under Sl. No. 11,12, & 13 of Part-I in the respective column only. In case of inadequate space against particular column the relevant information should be furnished in the separate enclosure in the same manner as specified stating the column No. on top of the sheet in tabulated fashion year wise as per Performa. Photo- copies of documents/credentials as asked for under Sl.No. 11,12 &13 should be neat and eligible.

2) Qualification/eligibility of tenderer for opening the Part-II of tender should be clearly established in clause No.11 to 13 itself with documentary proofs as desired in the NIT. Tenders of those tenderers not complying the above guidelines are liable for summarily rejected

Contd….4

= 4 =

3. ELIGIBILITY CRITERIA ;

a) The intending tenderes must have in its own name as prime contractor in Govt/Semi Govt/Public Sector/Joint Sector Enterprises(Managed jointly by Govt. and Private Sector) experienced of having successfully completed similar nature of works during last 7(seven) years ending last day of previous month (31.03.2013) to the one in which bid application are invited should be either of the following :

Three similar completed works each costing not less than 40% of estimated cost or Two similar completed works each costing not less than 50% of estimated cost or One similar completed work costing not less than 80% of estimated cost b) Average annual financial turnover of different works during the last three years ending (31st march of the previous financial year ) should be at least 30% of the estimated Cost.

a. SPECIAL GUIDELINE FOR THE TENDERS FOR SUBMISSION OF TENDER 1) Tenderers are requested to pay special attention to go through notice inviting tenders and place the contents of Part-1 in cover meant for Part-I and the contents of part-II in the cover meant for part-II of the tender as specified in the NIT, so that improper placement of contents in two covers of Part-I and Part-II does not take place. The improper placements of contents are liable to disqualify the tenderer for consideration

Cont…5

=5=

2) Tenderers are requested to seal separately the two covers of Part-I, Part-II after placing the correct contents into them. Two covers of Part-I and Part-II should not be placed in any another cover and should ensure submission of Part-I and Part-II separately. 3) Tenderers should ensure to drop the two parts, Part-I and Part-II separately in the Tender Box, Placed in the office meant to receive the tender will before the closing time as notified in NIT. 4) The information’s of Part-I of tender shall be examined and the Part-II of tender of such tenderers shall only be opened who will qualify in the light of various stipulations given in NIT. The date and time of opening of Part-II of tenders shall be intimated to the parties subsequently and the same shall be opened in the presence of the tenderers or their authorized representatives who choose to be present. The part-II of the tender of such tenderers who will not qualify for opening shall stand rejected.

Eastern Coalfields Limited Office of the General Manager,Sodepur Area, P.O.SUNDARCHAK, Dist, BURDWAN. Part-II (Price Bid)

1. Name of work :

2. Tender Notice No. & Date :

3. Tender documents No : : . 4. Date and time of receipt of tender : : 5. Date and time of opening of Part-I : : 6. Name and address of the tenderer : to whom tender papers issued 7. Date of issue :

8. Cost of tender paper :

9. Cash Receipt No & date :

Signature of contractor

TO BE FILLED UP BY THE TENDERER

I/We have gone through the estimates , specifications , terms & condition of the work.

I/We hereby offer my rate on percentage basis on the estimated Cost: AT PAR/ BELOW/ ABOVE

A. On Estimated Cost ...... % B. On CPWD 07 ...... % C. On PWD 08 ...... %

TOTAL QUOTED AMOUNT

In Figure Rs.

......

In words Rs.

......

Signature of Contractor

Sl Items qnty unit Rate Amount CPWD 07 1 Preparation of subgrade with power roller 83.60 sqm 33.90 2834.04 8 to 10 tonne capacity after excavating earth. 2 Supplying & stacking 90 to 45mm size of 8.36 cum 742.30 6205.63 stone aggregate 3 Supplying & stacking 63 to 45mm size of 6.27 cum 768.45 4818.18 stone aggregate 4 Supplying & stacking 53 to 22.4mm size 35.80 cum 810.55 29017.69 of stone aggregate 5 s/ spreading moorum 226.27 cum 421.85 95452.00 6 Laying , spreading & compacting stone 50.43 cum 192.55 9710.30 aggregate 7 Providing & applying tack coat using hot 364.92 sqm 23.90 8721.59 straight run bitumen of grade 80/100 on WBM @ 0.75 kg/sqm 8 Providing & applying tack coat using hot 7777.74 sqm 17.15 133388.24 straight run bitumen of grade 80/100 on bitumionous surface @ 0.50 kg/sqm 9 2.5 cm premix carpet surfacing with 8136.66 sqm 100.35 816513.83 paving asphalt 80/100 heated and then mixed with solvent at the rate of 70 grams per kg of solvent. 10 Providing and laying seal coat over 8136.66 sqm 50.00 406833.00 prepared surface of road with bitumen heated in bitumen boiler fitted with the spray set spraying using 98 kg of bitumen of grade 80/100 11 Scarifying metalled road surface 636.12 sqm 6.45 4102.97 including disposal of rubbish lead upto 50m and consolidation of the aggregate received from scaridying with power road roller of 8 to 10 tonne capacity. 12 PWD 08 226.27 sqm 87.50 19798.62 Spreading & consolidation of moorum with roller TOTAL 1537396.09

CPWD 07: 15,17,597.47 PWD 07 : Rs. 19,798.62 Total : Rs.15,37,396.09

Signature of contractor