Limited Office of the General Manager (B&K), Kargali. P.O.Bermo. Distt: .

No.DCME/B&K/Tender/14-15/_1262 Dated,the,__19/11/2014 To The General Manager(System), Central Coalfields Limited, Darbhanga House, Ranchi.

Sub: Uploading the tender no._161 of 14-15 dt, 19/11/2014 on CCL, Net

Dear Sir,

Please find enclosed the Tender Notice No.SO (E&M)_161 _ of 2014-15 for the above work. You are requested to make arrangement for publication in website..

This is for your information and necessary action please.

Encl: As above alongwith yours faithfully, C.D.

(V.K.Sinha ) Staff Officer(E&M)/B&K), Kargali. 8987784723 Email ID: lkr_mahesh @yahoo.co.in Copy to:- 01.The Director (Tech/Opers)/P&P/Finance, CCL, Ranchi. 02.The Chief Vigilance Offer, CCL, Ranchi. 03The General Manager(E&M), CCL, Ranchi. 04.The CGM/GM.,Kargali/Kathara/Dhori/Rarjarppa/Charhi/Barka-Sayal/Argada/Piparwar/Kuju. 05.The S.O.(P&P)/(B&K), Kargali. 06.The A.F.M.(B&K), Kargali/Bokaro. 07.The Staff Officer(Security)/(B&K), Kargali. 08.The D.C. CISF, B&K Area. – for kind information. 09.The Coy. Commander ‘C Coy’ – for Maintain Peace. 10.All Project Officer______B&K Area. 11.All Project Engineer(E&M)______B&K Area. 12.The S.E.(E&M)/(B&K),GM Unit,Kargali. 13.The Sr.Cashier, Kargali Colliery – Cash receipt will be issued after the written permission by the under-signed or any committee members.

14. Office Notice Board. ( V.K.Sinha ) Staff Officer(E&M)/B&K. 8987784723 E.mail ID: [email protected]

Central Coalfields Limited Office of the General Manager (B&K), Kargali. P.O. Bermo. Distt: Bokaro. No.DCME/E&M/Tender/14-15/ 1262 Dated, 19/11/2014 TENDER NOTICE NO.SO (E&M)/ 161 OF 2014-15. Sealed tenders are invited from reputed, experience, and bonafide Contractors for the following work of B&K Area. Sl. Description of the Work ______Estimated Earnest Cost of Completion Validity No. Value Money Tender Period of Tender 01 Repairing of 50T electronic road 2,06,616 /- 4,132 /- 250 /- Thirty Six weighbridge (Old) installed at days Months Khas Mahal Project, B&K Area

Staff Officer’s (E&M/B&K Office will receive the tender on 10/12/2014 upto 4.00 P.M. and will be opened on the same day after 4.30 P.M. in presence of the attending tenderers and Committee members. Tender not accompanied with earnest money will be rejected straightly. No adjustment of the earnest money will be entertained against any dues of the tenderers with the Company , except NSIC holder having certificate of similar works as per NIT. The earnest money in the shape of Bank Draft prepared in favour of CENTRAL COALFIELDS LIMITED-B&K payable at S.B.I., Bokaro Thermal , Kargali Bazar, Bazar, Bokaro Colliery The cost of tender paper of Rs. 250/- in cash is to be deposited with Sr. Cashier, Kargali Colliery during Office hours and cash receipt/Bank Draft to be furnished for obtaining tender paper. Tender documents can be had from the office of the undersigned from 05/12/2014 to 06/12/2014 on any working day from 10.00 A.M. to 4.00 P.M. The price bid of tender documents is not refundable. Tender should be submitted in two envelops, which should contain the following. ENVELOP-I 01.Proof of Earnest money. 02. All documents have been signed by tenderers. 03. Financial soundness certificate from the Bank obtained recently and average annual financial turn over of work during last three years, ending 31 st March of the previous financial year should be at least 30% of the estimated cost in each year. 04.Partnership Deed, power of Attorney in the case of partnership from authority any of the partner to act on behalf of the firm in the matter of signing Agreement, receiving payment dealing in general with the Company. 05. Declaration by way of Affidavit regarding proprietorship in the case of proprietorship from individual concern as the case may be. 06. Declaration by the Contractor of not having been blacklisted in any area of Central Coalfields Limited. (In original) 07. PAN No. and TIN No.(VAT). 08.Servce Tax registration no. 09. Guarantee period one year. 10. Experience of having successfully completed similar work during last seven years ending last day of month before dropping the tender of any PSU/Govt. sector should be either of the following. a). The three similar completed work costing of each not less than the amount equal to 40% of the estimated cost. b). Two similar completed work costing of each not leas than the amount equal to 50% of the estimated cost. c).One similar completed work costing not less than the amount equal to 80% of the estimated cost. 11.The tenderers will have to produce the original of the submitted documents at the time of opening of Part-I or whenever asked by the Company.

Page-2

13. Payment will be made by /Electronic payment. 14.If the above work/Job will not be completed in time, penalty will be imposed as per Company‘s norms & it will be deducted on A/c. or final bill. 15.Note:- Similar work means the capacity of items same or above as per description of work in tender notice.

PRICE BID(ENVELOP-II)

Tenderers are requested to submit offer on above or below wise rate. In case of any information as required is lacking in Part-I the tender will be disqualified. The authority reserves the right to divide the work between the tenderers and also to accept or reject any or and all the tenders wholly or partially without assigning any reason what so even. The Management reserves the right to accept or reject any or all the renders fully or partly without assigning any reason whatsoever and are not bound to accept the lowest tender. Management further reserves its right to foreclosure of the contract or cancel the tender without assigning any reason whatsoever.

Copy to:- 01.The Director (Tech/Opers)/P&P/Finance, CCL, Ranchi. 02.The Chief Vigilance Offer, CCL, Ranchi. 03The General Manager(E&M), CCL, Ranchi. 04.The CGM/GM.,Kargali/Kathara/Dhori/Rarjarppa/Charhi/Barka-Sayal/Argada/Piparwar/Kuju. 05.The S.O.(P&P)/(B&K), Kargali. 06.The A.F.M.(B&K), Kargali/Bokaro. 07.The Security In-charge (B&K), Kargali. 08.The D.C. CISF, B&K Area. – for kind information. 09.The Coy. Commander ‘C Coy’ – for Maintain Peace. 10.All Project Officer______B&K Area. 11.All Project Engineer(E&M)______B&K Area. 12.The S.E.(E&M)/(B&K),GM Unit,Kargali. 13.The Sr.Cashier, Kargali Colliery – Cash receipt will be issued after the written permission by the under- Signed or any committee members. 14. Office Notice Board.

( V.K.Sinha ) Staff Officer(E&M)/B&K.

Central Coalfields Limited Office of the General Manager (B&K), Kargali. P.O.Bermo. Distt: Bokaro.

Tender Paper issued to ______

TENDER NOTICE NO.(E&M)/ 161 OF 2014-15.

01. Name of work : Repairing of 50T electronic road weighbridge (Old) installed at Khas Mahal Project, B&K Area ------

02. Estimated value: Rs.2,06,616=00

03. Earnest Money: : Rs. 4,132=00

04. Period of completion. : Thirty days.

05. Date & time of closing : 10/12/2014 at 4.00 P.M.

06. Date of opening of tender. : 10/12/2014 at 4.30 P.M.

07. Cost of Tender Paper. : Rs. 250/ -

08. Contractor must produce the Contract Labour Licence etc. if required. 09. Contractor’s signature must carry in all the papers. 10. Minimum wages of workers as being followed for all work in CCL will be applicable if required. 11. General terms & conditions, additional safety measurement etc. of E&M’ work followed by CCL will be applicable. 12. The site is open for inspection to the tenderers.

Staff Officer(E&M)/B&K, Kargali. Bank Draft No. : Banks : Date : Amount :

Bill of quantity for the work “Repairing of 50T electronic road weighbridge (Old) installed at Khas Mahal Project, B&K Area. ------

Sl. Description of work Qnty Quoted Amount No. Rate 01. Repairing of digitizer 01

02. Repairing of CPU 01

03. Repairing of PCB card (Junction Box) 01

04. Repairing of UPS (Make – Elent) 01

05. Repairing of stabilizer for AC 01

06. Supply of load cell (34T) 02

Service tax @ 12.36% on Sl.No.1,2,3,4,5

VAT @5% on Sl.No.6 RNM

S.O.(E&M)/(B&K).

CENTRAL COALFIELDS LIMITED, B&K AREA TERMS & CONDITION 01 The tenderers should furnish along with the Tender on attested copy of the Association of partnership deed, if any. 02 The Tenderers must enclose the credentials like experience certificate ,financial ability certificate issued from the competent authority and it should be enclosed along with their tender papers . 03 Negotiation if necessary, will be held on the same day or later on. 04 The management reserves the right of accepting or rejecting any tender wholly or partly without assigning any reason what –so-ever and distribute the work among more then one tenderer. 05 The requisite Earnest money indicated against the work should be deposited in the shape of Bank Draft at State Bank of , Payable at Phusro Bazar branch,./B.T.P.S.branch/ Bokaro Colliery branch in favour of Central Coalfields Limited B&K, area, without which no tender will be accepted, except NSIC holder having certificate of Similar work as per NIT will be exempted . 06 Tenderers should indicate rates of materials and construction/errection/Labour costs /rates separately. 07 The Company of Central Coalfields Limited will not provide any tool equipments etc for work However , in the event if any equipments etc., the work/materials supplied by the CCL, the cost of such item/items will be adjusted /deducted from the bill of the Contractor/Tenderer. 08 Any addition in the work will be paid for on the recommendation of the Field Engineer and with the approval and sanction by the competent authority. 09 A guarantee period of One years after completion of work will be a part of the contract . 10 The contractor will provide commissioning of the entire project and trial run . 11 In t6he event of any dispute arising out of the contract during the execution , the matter may be referred to an arbitration by a third part to be mutually upon or as fixed by the Chief General Manager (B&K)Of Central Coalfields Limited. 12 The successful tenderers will execute an agreement/Work order in the prescribed form and deposited partly within the ten days time as applicable on receipt of letter from the undersigned. 13 The works allotted have to be completed as per specified time mentioned in the award of work. 14 The Contractor shall observe the rules and take all Safety precaution and the work shall be carried out in accordance with the Indian Electricity Rules, 1958 and Acts and In case of any defect observed in course of construction or after the instruction work in over the Contractor shall have to rectify or remove .The Contractor will be responsible for the Safety and safe keep of the materials issued by the Office of the undersigned & the contractor should return the excess materials after the completion of the work to the concerning Stores. 15 The arrangement for water etc shall have to be arranged by the Contractor/tenderer at his own cost . The tenderer must engage skilled hand supervision for the work . The Tenderers will have to give details of their experience along with the tender. 16 The tenderer shall not get materials payment supplied for the works until the same is in construction /erection work.. 17 The bill of the work will be verified by the Field Engineer in change of the work and the final Bill be counter signed by the Staff Officer(E&M), B&K, area. 18 The rate quoted shall be valid for all the Group/Projects/Units of the area of the CCL and no extra claim beyond the terms of the tenders will be entertained for any area. 19 All works have to be carried out a per approved design specification and direction of the Engineer-in- charge. 20 Any other materials subject to availability in the existing Stores of the company will be supplied to the contractor on account at issue rate, the cost of which will be recovered from the bill . 21 Materils to be supplied by the department will be supplied either at Colliery Stores or at Regional Stores of the area. 22 The tenderer shall not get any payment separately towards the transportation charges for transport of materials what-so-ever. 23 All materials to be used for construction/erection works should be confirming to ISS specification and wherever test certificate of any items is required to be produced , these have to be furnished by the Contractor. 24 All works are to be carried out with the diligence and the works executed are to be done in the work man like manner , subject to the approval of the SO(E&M),B&K, Kargali for the time being , whose decision as to be the rate of progress and quality of work materials should final and binding 25 The quality of work executed shall be measured and payment made there-after and on the completion of work or on the termination of the agreement that measurement will be made the amount adjusting accordingly.

26 The Chief General Manager (B&K) may put on and to this agreement/work at his own option Any time, and in case of bad work or bad materials the S.O(E&M)(B&K), CCL,may get the removed and have it replaced . He may deduct the value of the work rejected or the value Of the materials removed or the cost of replacing the same as he may think proper from any amount due that may become due to the contractors. 27 The contractor shall not prefer any claim in respect of his establishment or workers etc. engaged on the work for the period subject work is kept suspended for any reason-what-so-ever. 28 In case of stoppage of work through fault of contractor the contractor will have to remove all materials from site of work an at no materials or plant or erection ( such as shade etc) are to be paid for the company shall not be required to take over any materials what-so-ever except what is including in the finished work. 29 The contractors would agree to abide by the specification for ced by the Company & abide by an supplementary specification / which the Staff Officer(E&M)(B&K) may issue with the work order subsequently. 30 No work is to be commenced any where till the work order has been signed by the competent authority & till a copy of it has been given to the contractors. 31 The contractor is not permitted to subject work mentioned in the work order to any other contractors unless he had first obtained the permission of the Chief General Manager(B&K)to .So any infnngement of this of this condition will result in the work order being entertained at all. 32 The contractors in addition to any indemnity provided by law will indemnity the company against all liability what-so-ever to any compensation under the workmen compensation act, 1923 or any amending Act in respect of any accident to any workmen employee by or under the contractor or to pay compensation in respect of any accident any claim arising out of or in the course of the work completed by this contract, what –so-ever materials or preferred by or on behalf of workmen of the company of the contractors or any other company firm or person company of the contractors or any other company firm or person what-so- ever against all costs charge & expenses incurred or suffered by company in or about any such matter. 33 Cement pole , conductor required for the work subject to availability of the same in the Company’s Stores of the Area and of /Possession for the company to spare the same will be supplied by the department at issue rates and cost there of shall be deducted from the contractor’s bill. 34 Progressive payment of all approved work will be made upto 90% of the awarded value based upon the progress & completion of the work.. Accordance with the rates specified & agreed to in the work order , but a deduction of 10% on the total of each bill will be retained as security for the due performance of the contract .This security deposit will absolutely be for feted if the contractor falls to act in accordance with the terms & Conditions .This 10% amount so deducted under this clause shall be released & paid to the contractor after satisfaction completion of the guaranteed period one year. 35 The contractors shall indemnity the company against all claim for compensation under the provision of the workmen compensation Act-1923(VII of 1923) by or in respect of any work employed by the contr5actors in carrying out this contract & against all cost & expenses incurred by the company in connection by the contractors the company shall be entitled to deduct from any money due or to become due to the contractor without prejudice to an any other mean of recovery the company shall be entitled to deduct from any money due or to become due to the contractor (Whether under this contract or under any other contract ) all money paid of payable by the compensation /company by way or compensation aforesaid or cost or expenses in connection with any claim there to of the Chief General Manager(B&K),CCL, as to the sum payable by the contractor under the provision of this clause shall be final & conclusive. 36 Other terms and conditions , if any may be indicated in the work to be issued to the successful tenderer /contractor. 37 The contractor will be liable to have registration of his establishment with the Registering (Assistant Labour Commissioner), Hazaribag , as per provision of Central Labour Contract and Regularization ) Act 1997. he shall also maintain the statutory Register & pay wages as per minimum wages Act. 38 It the above work /job will not be completed in time, penalty will be imposed as per company’s norms & it will be deducted on A/c. or final bill . 39. A penalty @ 0.5% per week of award value will be imposed if the work is not being completed in time and the same will be limited to maximum of 10% of the awarded value.

S.O(E&M)/B&K/KG.