central coalfields limited mines resque station civil ... · mines resque station civil engineering...

18
CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 No.: GM(RS)/MRS/Quotation/18-19/3090 Date:- 20.12.2018 QUOTATION NOTICE NO. 02 OF 2018-19 1 Sealed Quotation in single part are invited from reputed and experienced contractors for the works detailed as below:- Sl. No. Name of work Estimated Cost (Rs.) Earnest Money (Rs.) Period of completion I. Repair and maintenance of Old type A-1 to A-6 of sewerage line and drain at MRS, Ramgarh. 156999.40 1962.00 30( Thirty) days 2. Earnest Money is to be deposited in the form of DD / Certified cheque (from nationalized bank / Scheduled bank). Certified Cheques or demand drafts submitted as earnest money / bid security should be drawn in favour of CCL (CWS/CS) Area, Barkakana on any Nationalized bank / schedule bank payable at Ramgarh Cantt. and its date of issuance should be on or after the date of NIQ. The Earnest Money / Bid Security of the unsuccessful bidder shall be refundable as promptly as possible and shall bear no interest. No Bid will be accepted unless accompanied by requisite earnest money deposit as stated above. 3. Eligibility Criteria to qualify for the award of contract :- a) The intending quotation must have in its name as a prime contractor experience of having successfully completed similar works during last 7 (Seven) years ending last day of month previous to the one in which bid applications are invited (i.e.; eligibility period) should be either of the following:- Three similar completed works each costing not less than the amount equal to 40% of the estimated cost. OR Two similar completed works each costing not less than the amount equal to 50% of the estimated cost. OR One similar competed work costing not less than the amount equal to 80% of the estimated cost. In all the above cases, while considering the value of completed works, the full value of completed works, the full value of completed work be considered whether or not the date of commencement is within the said seven years period. In case the bidder is not a prime contractor but a sub-contractor, the bidder’s experience as sub-contractor will be taken into account if the contract in support of qualification is a sub-contract in compliance with the provision of such sub-contract in the original contract awarded to prime contractor. The intending quotationer must submit documentary evidence in support of above in the form of (i) Certified copy of work order, (ii) completion certificate including value and period of work. TDS certificate / Bill of Quantity be submitted during clarification, if any, (iii) in Case of Sub- contractor, suitable documents as per provision above. Similar nature of work shall mean: Any Civil Engineering works. –”. b) Average Annual Financial turnover of civil work during the last 3 (Three) years, ending 31 st March of the previous year should at least 30% of the estimated cost. The intending quotationer must submit documentary evidence in support of the above in the form of certificate from Charted Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed works of previous works shall be given a weightage of 5% per year (average annual rate of inflation) to bring them at current price level, while evaluating the qualification requirement and bid assessment of the bidder. 4. Availability of Bid document:- Quotation documents including terms and conditions of work, is available in the office and may be obtained from the office of Staff Officer (Civil), MRS, Ramgarh from 23.12.2018 to 27.12.2018 upto 11:00 AM. There is no application fee. Quotation document can also be downloaded directly from the CCL website (www.centralcoalfields.in) & also visit website www.tenders.gov.in during above mentioned period. Any tenderers who desires to download the tender documents from website and submit the tender on due date and time, may do so within the issue period of quotation document as above subject to the condition that he / she / they will deposit an UNDERTAKING that he / she / they will accept the tender document as available in the web site and his / her / their quotation shall be rejected if any tempering in the quotation document is found at the time of opening of tender (Annexure-E). The undertaking of the quotationer is to be submitted in separate envelope marked “The undertaking” and not with Part- I / EMD. 5. Validity period of offer:- The rate offered in price bid should be valid for 150 days from the last date of submission of bid. 6. General Instruction for submission of bid (i) The technical bid shall be put in one envelope super scribing as “Technical Bid” (ii) the price bid (Financial bid) shall be put in another envelop super scribing as “Price Bid” and (iii) Demand Draft of ‘EMD” shall be put in a third envelop super scribing as EMD. The envelopes shall clearly contain the name of work, Quotation notice no. and the address of the Party/ quotationer and should be duly authenticated with signature and stamp of party / quotationer.

Upload: others

Post on 06-Aug-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

CENTRAL COALFIELDS LIMITED MINES RESQUE STATION

CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT.,

DISTT.:- RAMGARH (JHARKHAND)- 829122

No.: GM(RS)/MRS/Quotation/18-19/3090 Date:- 20.12.2018

QUOTATION NOTICE NO. 02 OF 2018-19

1 Sealed Quotation in single part are invited from reputed and experienced contractors for the works detailed as below:-

Sl.

No. Name of work

Estimated Cost

(Rs.)

Earnest Money (Rs.)

Period of completion

I. Repair and maintenance of Old type A-1 to A-6 of

sewerage line and drain at MRS, Ramgarh.

156999.40 1962.00 30( Thirty) days

2. Earnest Money is to be deposited in the form of DD / Certified cheque (from nationalized bank / Scheduled bank). Certified Cheques or demand drafts submitted as earnest money / bid security should be drawn in favour of CCL (CWS/CS) Area, Barkakana on any Nationalized bank / schedule bank payable at Ramgarh Cantt. and its date of issuance should be on or after the date of NIQ. The Earnest Money / Bid Security of the unsuccessful bidder shall be refundable as promptly as possible and shall bear no interest. No Bid will be accepted unless accompanied by requisite earnest money deposit as stated above.

3. Eligibility Criteria to qualify for the award of contract :- a) The intending quotation must have in its name as a prime contractor experience of having successfully completed similar works

during last 7 (Seven) years ending last day of month previous to the one in which bid applications are invited ( i.e.; eligibility period) should be either of the following:-

Three similar completed works each costing not less than the amount equal to 40% of the estimated cost. OR

Two similar completed works each costing not less than the amount equal to 50% of the estimated cost.

OR One similar competed work costing not less than the amount equal to 80% of the estimated cost.

In all the above cases, while considering the value of completed works, the full value of completed works, the full value of completed work be considered whether or not the date of commencement is within the said seven years period. In case the bidder is not a prime contractor but a sub-contractor, the bidder’s experience as sub-contractor will be taken into account if the contract in support of qualification is a sub-contract in compliance with the provision of such sub-contract in the original contract awarded to prime contractor. The intending quotationer must submit documentary evidence in support of above in the form of (i) Certified copy of work order, (ii) completion certificate including value and period of work. TDS certificate / Bill of Quantity be submitted during clarification, if any, (iii) in Case of Sub- contractor, suitable documents as per provision above.

Similar nature of work shall mean: Any Civil Engineering works. –”.

b) Average Annual Financial turnover of civil work during the last 3 (Three) years, ending 31st March of the previous year should at

least 30% of the estimated cost.

The intending quotationer must submit documentary evidence in support of the above in the form of certificate from Charted

Accountant or audited balance sheet or suitable acceptable documents.

Financial turn over and cost of completed works of previous works shall be given a weightage of 5% per year (average annual rate of inflation) to bring them at current price level, while evaluating the qualification requirement and bid assessment of the bidder.

4. Availability of Bid document:- Quotation documents including terms and conditions of work, is available in the office and may be

obtained from the office of Staff Officer (Civil), MRS, Ramgarh from 23.12.2018 to 27.12.2018 upto 11:00 AM. There is no application

fee. Quotation document can also be downloaded directly from the CCL website (www.centralcoalfields.in) & also visit website

www.tenders.gov.in during above mentioned period. Any tenderers who desires to download the tender documents from website

and submit the tender on due date and time, may do so within the issue period of quotation document as above subject to the condition

that he / she / they will deposit an UNDERTAKING that he / she / they will accept the tender document as available in the web site and

his / her / their quotation shall be rejected if any tempering in the quotation document is found at the time of opening of tender

(Annexure-E). The undertaking of the quotationer is to be submitted in separate envelope marked “The undertaking” and not with Part-

I / EMD.

5. Validity period of offer:- The rate offered in price bid should be valid for 150 days from the last date of submission of bid.

6. General Instruction for submission of bid

(i) The technical bid shall be put in one envelope super scribing as “Technical Bid” (ii) the price bid (Financial bid) shall be put in another envelop super scribing as “Price Bid” and (iii) Demand Draft of ‘EMD” shall be put in a third envelop super scribing as EMD. The envelopes shall clearly contain the name of work, Quotation notice no. and the address of the Party/ quotationer and shou ld be duly authenticated with signature and stamp of party / quotationer.

Page 2: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

Page-2

7. Following documents are required to be submitted with the technical bid of quotation:-

a. Firm registration details / any other documents of the firm. b. Power of Attorney in the case the tender is signed by an authorized representative of tenderer. c. Photocopy of PAN card either of the firm or of the individual as the case may be PAN. d. Credentials of satisfactory performance of contracts completed with full details of clients location of work, cost & time taken

for completion during the period as indicated at sl. No.-3. e. Turnover certificate from chartered accountant or audited balance sheet or suitable acceptable documents. f. An undertaking in the format enclosed (ON BIDDERS’ LETTER HEAD) with quotation documents. g. Performa for contractor’s Bid and Acceptance of Bid condition (ON BIDDER’S LETTER HEAD) as per format enclosed. h. Mandate Form / Authorization of all payment through electronic fund transfer system / RTGS / CBS / intra bank transfer as

per format enclosed with quotation document. i. Particulars of GST Registration Certificate (i.e. GST identification Number) issued by appropriate authority for GST

registered 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 for GST unregistered bidder.

8. PRICE BID: This will contain bill of quantity (Financial bid).

All the pages of BOQ, documents credentials should be signed by the bidder and stamp of the bidder including cutting/ overwriting if any.

9. Receipt of Quotations:- Quotation are to be received in sealed cover in the Tender Box kept in Civil Department, Mines Rescue Station, Ramgarh upto 11:00 AM on 28.12.2018.

In the event of specified date of submission is declared a Holiday by employer, the quotation will be received up to the appointed time on the next working days.

10. Opening of Quotations:- 1 Quotation will be opened at 11:30 AM on 28.12.2018 in the Office of Staff Officer (Civil), MRS, Ramgarh.

11. The company is not under any obligation to accept the lowest bid / bids and reserve the right to reject any or all the bids without assigning any reason whatsoever, and also to distribute / split up the work and allot the work / works to more than one bidder or accept the quotation in part and not in its entirety, as its sole discretion.

12. All the pages of tender documents, credentials should be signed by the bidder including cutting / overwriting if any. 13. The company reserves the right to extend the date of submission and opening of bid or to cancel the bid without assigning any reason

whatsoever. 14. No subletting of work by the contractor is permissible; subletting of work in piece rate jobs is permissible with the prior approval of the

department.

. 15. The decision of CCL in awarding the work shall be final and cannot be subject to arbitration.

16. Incomplete bid shall be out rightly rejected.

17. All the terms & condition of current Civil Engineering Manual will be applicable.

18. All charges of account of GST or any other applicable taxes, duties or levies on materials obtained for the works from any source

(excluding material supplied by the company) shall be borne by the contractor.

Sd.20/12/2018 Staff Officer (Civil)

MRS, Ramgarh

Distribution: 1. The G.M. (Civil), CCL, Ranchi. 2. The C.G.M. / G.M. / S.O.(C), N.K. / Piparwar / Argada / Kuju / Charhi / Rajrappa / Barka-Sayal / Dhori / MRS, Ramgarh / Rajhara / B&K /

Magadh & Amarpali. 3. The G.M.(RS), MRS, Ramgarh. 4. The A.F.M., CWS/CS, Barkakana 5. Superintendent, MRS, Ramgarh 6. Manager(M), MRS, Ramgarh 7. The Dy. Manager (Civil), MRS, Ramgarh.

8. The Dy. Manager (Pers.), MRS, Ramgarh. 9. The Asst.. Manager (Fin.), MRS, Ramgarh. 10. The Overseer (Civil), MRS, Ramgarh. 11. Notice Board, MRS, Ramgarh.

Page 3: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

CENTRAL COALFIELD LIMITED

MINES RESCUE STATION

CIVIL ENGINEERING DEPARTMENT

RAMGARH

QUOTATION

DOCUMENT

Contents: -

Quotation Notice.

Details of EMD. Detailed Quotation Notice.

Contractors bid and acceptance of bid conditions. Declaration form E-Mandate Format

Annexure-E (format undertaking in case of downloaded quotation document

from website) Price bid format. Bill of Quantities (To be detached & submitted in Price bid envelope)

Page 4: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

DETAIL OF EARNEST MONEY

I/We hereby submitting Earnest Money of Rs……………………………….

Vide DD. No……………………………………dated……………………….

(Signature of Bidder)

Note: - Demand draft as earnest money/bid security should be drawn in favour of “C.C.L (CWS/CS) Area, Barkakana” Payable at Ramgarh Cantt. Branch issued by any Nationalized bank and its date of issuance should be on or after the date of issue of NIQ.

Page 5: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

DETAILED QUOTATION NOTICE

1. Sealed Tender / Quotation for the work “…………………………………………………………………………………………….

…………………………………………………………………………………………………………………………………………….” are invited from bonafied and experienced contractors and will be received up to 11:00 A.M. on ……………… and all the received quotation will be opened at the office of the Staff Officer (Civil), MRS, RAMGARH at 11:30 A.M. on ..……………… in the presence of the tenderers or their authorised representatives.

2. The Bill of Quantity of the work along with terms and conditions will be obtained from the office of the Staff Officer (Civil),

Central Hospital, Naisarai on the payment of the requisite cost (Non refundable).

3. 1.25% (One point two five percent) earnest money of the estimated value of the work i.e. Rs…………. (Rupees …………...

……………………………………) only should be deposited by the quotationers in shape of Bank Draft of any Nationalised Bank in favor of CCL (CWS/CS) Area, Barkakana has to be enclosed with Envelope-III superscribing EMD.

4. No Tender / Quotation will be considered unless accompanied by the said earnest money deposited receipt number. No adjustment of earnest money from any dues will be allowed.

5. The earnest money will retained in the case of successful tenderers and will not carry any interest. It will be dealt with as provided in the tender.

Security Deposit: Security Deposit shall consist of two parts;

a) Performance Security to be submitted at award of work and b) Retention Money to be recovered from running bills.

The security deposit shall bear no interest.

Performance Security should be 5% of contract amount and should be submitted within 28 days of issuance of LOA by the successful bidder in any of the form given below :

a Bank Guarantee in the form given in the bid document from any Scheduled bank. The BG issued by outstation bank shall be operative at its local branch at …….. or branch at………………………………………………………………………………..... Bank Guarantee against Performance Security shall be applicable if the amount of Performance Security exceeds Rs. 5.0 lakhs.

Govt. Securities, FDR or any other form of deposit stipulated by the owner and duly pledged in favour of owner.

Demand Draft drawn in favour of CCL (CWS/CS) Area, Barkakana on any Scheduled Bank payable at its branch at Ramgarh Cantt.

The bid security deposited online may be adjusted against the Performance security (1st part of security deposit) at bidder’s

option.

If performance security is provided by the successful bidder in the form of bank guarantee it shall be issued either –

(a) at Bidder’s option by a Scheduled Bank , or (b) by a foreign bank located in India and acceptable to the employer.

The validity of the Bank Guarantee shall be for a period of one year or ninety days beyond the period of contract /extended contract period (if any), whichever is more.

Failure of the successful bidder to comply with the requirement as above shall constitute sufficient ground for cancellation of the award of work and forfeiture of the bid security/ earnest money. In addition to the above penal measures, the bidder will not be allowed to participate in the re-tendering process. The bidder may also be debarred from participating in future tenders in the subsidiary for a minimum period of 12 Months.

5% Performance Security should be refunded within 14 days of the issue of defect liability certificate

(Taking over certificate with a list of defects).

All running on account bills shall be paid at 95% (ninety five percent) of work value. The balance 5% shall be treated as

retention money and will be second part of security deposit.

Page 6: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

Retention Money may be refunded against equivalent Bank Guarantee, on written request of the contractor, on its

accumulation to a minimum amount of Rs 5 lakhs subject to the condition that amount of any Bank Guarantee except last

one, shall not be less Rs. 5 lakhs.

However, Bank Guarantee against retention money shall be with suitable validity based on nature of work which shall be

90 days beyond the defect liability period, but in no case less than the period of one year.

Retention Money should be refunded after issue of No Defect Certificate.

The Company shall be at liberty to deduct/appropriate from the security deposit such sums as are due and payable by the

contractor to the company as may be determined in terms of the contract, and the amount appropriated from the security

deposit shall have to be restored by further deduction from the contractors subsequent on account running bills, if any.

4.7 REFUND OF SECURITY DEPOSIT: The refund of security deposit shall be subject to company's right to deduct/

appropriate its due against the contractor under this contract or under any other contract.

On completion of the entire work and issue of defect liability certificate (taking over certificate with a list

of defects) by the Engineer-in-charge, one half of the security deposit remaining with the company Performance Security)

shall be refunded.

The other half (Retention Money) shall be refunded to the contractor after issue of No Defect Certificate by the Engineer-in-

Charge on the expiry of Defect Liability Period of six months , subject to the following conditions:

a) Any defect/defects in the work, if detected after issue of defect liability certificate (Taking over certificate with list of defects)

is/are rectified to the satisfaction of the Engineer-in-Charge within the said defect liability period of six months or on its due

extension till completion of the rectification works as required.

b) In the case of building work or other work of similar nature, the refund shall be made on the expiry of the said six months

period or at the end of one full monsoon period i.e. June to September, whichever is later in point of time and any defects

such as leakages in roof, effloresces in walls, dampness, defects in drainage etc. should be rectified to the satisfaction of

Engineer-in-Charge.

NB: In case of Maintenance contracts, that ends with successful completion of work, where question of Defect Liability Period does

not arise (e.g. sweeping / cleaning, horticulture, tank cleaning, jungle cutting, grass cutting, surface dressing etc.), the performance

security and retention money (second part of bid security) can be released simultaneously after completion of work and taking

over by department.

4.8 Additional performance security: (applicable for item rate as well as percentage rate tenders): Additional performance security shall be applicable if the bid price is below 15% of the justified price, finalized by the owner. The amount of such additional performance security shall be the difference between 85% of the owner's justified price and quoted price. Justified price shall be finalized by the owner on the basis of prevalent market rate of materials and labour analyzed as per standard analysis of rate of CPWD/ NBO, and shall be binding on the bidder.

Additional performance security shall be furnished by bidder along with normal performance security. Failure to submit such additional performance security may result into termination of the contract.

This additional performance security will not carry any interest and shall be released in the following manner:

i) 30% of Additional performance security will be released after 60% of the total work is completed. ii) 50% of Additional performance security will be released after 80% of the total work is completed. iii) 100% of Additional performance security will be released after total work is completed.

Additional performance security may be furnished in the shape of BG or any of the forms as applicable for performance

security.

All running on A/c Bill shall be paid up to 95% of the work value. The balance 5% will be paid along with the final bill of the work.

Every quotationer are expected before quoting his rates to inspect the site of proposed work. BOQ of the work is enclosed with

Tender / Quotation Notice. The tender should quote percentage above or below the estimated rates for finished item of work

inclusive of all incidentals overhead lead lift, carriage etc. as may be attendant upon execution and completion of the items.

9. The validity of the Quotations shall be 150 days from the date of opening of the quotation if any. 10. After ascertaining the justified rate the variation in award of work should generally be ± 10% of the justified rate. 11. Corrections were unavoidable shall be made by crossing out initial dating and rewriting every page of the tender document

shall be signed by the tenderer. 12. Proof of latest JST / TIN should accompanied in the Tenders / Quotations.

Page 7: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

13. The work shall be completed within …….(…………………..) Days from 10 days after issue of letter of intent or handing over the site whichever is earlier / later.

14. On completion of the work all rubbish debris bricks bat etc. shall be removed by the contractor at his / their own expense and

the site cleaned and banded over the company.

15. The company reserves the right of accepting or rejecting any tender wholly partly or distributed the work amongst more than

one tenderer without assigning any reason whatsoever.

16. The tender will give adequate evidence of his experience doing similar works and financial capacity to complete the work in

time.

17. 1% of total cost of work will be recovered from the contractor’s bill being water charges if water is made available by the

department.

18. Canvassing in connection with the tenderers in any shape or form, is strictly prohibited and tenders submitted by such

tenderers who resort to canvassing shall be liable to rejection.

19. The company does not bind itself to accept the lowest tender reserves the right to reject any on all the tenders without

assigning any reason.

20. Contractor shall procure all minor miner minerals required for the work from valid lease holder / approved supplier of the

State Government.

21. The tenderer to quote schedule wise overall percentage rates i.e. on building items and sanitary items separately.

22. Any deviation from the same will make the offer liable for rejection.

23. The management reserves the rights to split the work in two parts namely building and sanitary works depending n the rate

quoted.

24. Final for the work will processed and passed only after verifications and clearance affidavit from M & M., Transport challans

of minor minerals from the respective District Mining Officer.

25. The contractor shall also be responsible for obtaining clearance by mining department. No claim of contractor on account of

delay in clearance from mining department whatsoever shall be entertained. 26. Authorization of all payment through electronic fund transfer system / RTGS / intra bank transfer. 27. All duties, taxes (excluding Goods and Services Tax (GST) & GST Compensation Cess (if applicable) only) and other

levies, royalty, building and construction workers cess (as applicable in States) payable by the bidder/Contractor under the 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.

28. All investments, operating expenses, incidentals, overheads, leads, 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.

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. 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 there under and after online filing of valid return on GST portal. Payment of GST & GST Compensation Cess is responsibility of the service provider/contractor. 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 the bill/invoice. In such case, applicable GST will be deposited by CIL/Subsidiary directly to concerned authorities. Input tax credit is to be availed by CIL/Subsidiary as per rule.

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.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.

Page 8: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

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.

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.

29. The following documents depending upon the status with respect to GST as declared by Bidder in the BOQ.

a) Status : GST registered Bidder/Dealer

Document: GST Registration Certificate (i.e GST identification number) issued by appropriate authority.

b) Status : GST Unregistered Bidder/Dealer

Document: 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 in compliance with the relevant GST

rules.

(In case of JV a Certificate from a practicing Chartered Accountant having membership number with Institute of

Chartered Accountants of India confirming the status of JV w.r.t GST in compliance with the relevant GST rules or GST

Registration Certificate of JV)

NOTE: In case the work/ service is awarded to a Joint Venture participating in the tender, they have to submit PAN, GST

registration (as applicable in the tender and for the bidder status) etc. in the name of the Joint Venture after Award of Work/

Service at the time of execution of agreement/ before payment of first running on account bill.

30. All investments, operating expenses, incidentals, overheads, leads, 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. 31. All charges on account of GST or any other applicable taxes, duties or levies on materials obtained for the works from any source (excluding materials supplied by the company) shall be borne by the contractor.

31. 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. 32. Income tax deduction @ 2% (Two percent) of the gross value (excluding GST) of each bill or at the rate as amended from

time to time, shall be made unless exempted by the competent authority of the Income Tax Department.

Building and Construction Workers Cess (as applicable in States) shall be payable by the contractor. If, however, the company is asked to make deduction from the contractor's bills, the same shall be done and a certificate to this effect shall be issued to the contractor for dealing with the State Govt. and the company does not take any responsibility to do anything further in this regard.

33. TAXES, PERMITS & LICENCES - The contractor shall be liable and pay all- Indian taxes, (other than Goods and Services tax and GST Compensation Cess, if applicable) duties, levies, royalties, whether local, municipal, provincial or central lawfully assessed against the owner or the contractor in pursuance of the contract. In addition, the contractor shall be responsible for payment of all Indian duties, levies and taxes lawfully assessed against the contractor for his personal income and property only.

The contractor, along with his bills, shall submit proper documents in the name of the Company to enable the

Company to claim Input Tax Credit under the applicable laws. The invoice shall be in compliance with the relevant rules.

CIL/Subsidiary is entitled to avail Input Tax Credit on account of: CGST, SGST/UTGST, IGST and GST Compensation Cess, as applicable for indigenous product/imported products. Hence set off allowed against CGST, SGST/UTGST, IGST and GST Compensation Cess as per relevant rules/act. Contractor shall submit relevant document as desired by CIL/Subsidiary at the time of supply, along with the bills/invoice as per relevant rules for enabling subsidiary to claim Input tax credit benefit.

Page 9: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

PROFORMA FOR CONTRACTOR’S BID AND ACCEPTANACE OF BID CONDITION

(ON CONTRACTORS LETTER HEAD) To,

The Tender Committee

Central Coalfields Limited

Sub. : Letter of Bid for the work “………………………………………………………………………...................

………………………………………………………………………………………………………………………….”

Ref.: 1. NIQ No.:

2. Ref. Quotation Notice No. & dt.:

Dear Sir,

This has reference to above referred bid. I/we have read and examined the conditions of contract, Scope of

Work, technical specifications, BOQ and other documents carefully.

I /We am/are pleased to submit our bid for the above work. I/We hereby unconditionally accept the bid

conditions and bid documents in its entirety for the above work and agree to abide by and fulfill all terms and

conditions and specifications as contained in the bid document.

I/we here by submit all the documents as required to meet the eligibility criteria as per provision of the bid

notice/document.

I/We hereby confirm that this bid complies with the Bid validity, Bid security and other documents as required

by the Bidding documents.

If any information furnished by me/us towards eligibility criteria of this bid is found to be incorrect at any time,

penal action as deemed fit may be taken against me/us for which I/We shall have no claim against

CIL/Subsidiary.

Until a formal agreement is prepared and executed, this bid and your subsequent Letter of Acceptance / Work

Order shall constitute a binding contract between us and Central Coalfields Ltd.

Should this bid be accepted, we agree to furnish Performance Security within 28 days of issue of letter of

acceptance and commence the work within 10 days of issue of letter of acceptance. In case of our failure to

abide by the said provision Central Coalfields Ltd. shall, without prejudice to any other right or remedy, be at

liberty to cancel the letter of acceptance/ award and to forfeit the Earnest Money and also debar us from

participating in future tenders for a minimum period 12 months.

Yours Faithfully Signature of the Bidder with seal & date

Page 10: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

Undertaking on contractors Letter head

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/ Quotation 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 us in respect of fulfillment of eligibility criteria and qualification information

of this Bid is complete, correct and true.

4. All copy of documents, credentials and documents submitted along with this Bid are genuine, authentic,

true and valid.

5. I/ We hereby authorize department to seek references / clarifications from our Bankers.

6. 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.

7. *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.

8. *I/We have not been banned or delisted by any Govt., or Quasi Govt. Agencies or PSUs (In case of JV, all

partners are covered).

Or

*I / We ………………..have been banned by the organization named “_____________” for a period

of………………… year/s, effective from ………………. to……………………..…..(in case of JV, name(s)

of the JV Partner(s)).

9. 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.

* Delete whichever is not applicable.

DATED......................

Signature of the Bidder with seal & date

Page 11: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

DECLARATION

I / We shall declare that there is no condition in Price Bid.

Signature of bidder with seal & dated

Page 12: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

DECLARATION

We have read the tender document and the enclosed NIQ and understood all provisions and specifications in totality. All terms and conditions are acceptable to us. We do not have any terms and conditions of our own.

Seal:

Signature of bidder

Date:-

Page 13: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

MANDATE FORM FOR ELECTRONIC FUND TRANSFER /INTERNET BANKING PAYMENT 1. Name of the Bidder:………………………………………………………………………

2. Address of the Bidder :…………………………………………………………………..

…………………………………………………………..

City……………………..Pin code………………………

E-mail Id………………………………………………..

Permanent Account Number …………………………..

3. Particulars of Bank:

Bank Name Branch Name

Branch Place Branch City

Pin Code Branch Code

MICR No.

(Digital Code number appearing on the MICR Band of the cheque supplied by the Bank,. Please attach Xerox copy of a cheque of your Bank for ensuring accuracy of the Bank Name, Branch Name and Code Number. RTGS CODE

Account Type Saving Current Cash Credit Account

Number (as

appearing in the

Cheque Book.

4. Date from which the mandate should be effective.

I hereby declare that the particulars given above are correct and complete. If any transaction is delayed or not effected for reasons of incomplete or incorrect information .I shall not hold Company responsible. I also undertake to advise any change in the particulars of my account to facilitate updation of records for purpose of credit of amount through SBI Net/RTGS transfer/NEFT. I agree to discharge responsibility expected of me as

a participant under the scheme. Any bank charges levied by the bank for such e-transfer shall be borne by us.

Place:

Date: Signature of the Party/Authorized Signatory …………………………………………………………………………………………..

Certified that particulars finished above are correct as per our records.

Banker’s Stamp Date

(Signature of the Authorized official from the Bank)

Page 14: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

ANNEXURE-E

FORMAT OF UNDERTAKING

(Contractor on his letter head submitted in a separate envelope marked undertaking in case of quotation documents downloaded from website)

I / We Shall / will accept the tender document as available in the web site and my / our quotation shall be rejected if any tempering in the quotation document is found at the time of opening of quotation.

Date:-

Signature of contractor with seal

Page 15: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

PRICE BID (FINANCIAL BID) To, The Tender Committee (Civil), Mines Rescue Station,

Ramgarh, Jharkhand.

Sub: - Quotation for the work of “................................................................................................”.

Quotation Notice No.- 01 of 2018-19, Ref. No. GM(RS)/MRS//Quotation/18-19/……..... Dated-

…………………

Dear Sir,

With reference to your above quotation, we are quoting our lowest rate, excluding GST for the subject work, after inspection of site and thorough study of the terms & condition of contract as below:---

Particulars Amount

Estimated cost of the work :

Quoted Rate of the work (in figures) : (Excluding GST)

Quoted Rate of the work (in words) : (Excluding GST)

Quoted Amount of the work : (Excluding GST)

Select Bidder’s Category for the GST

Select one of the following regarding category for GST:--

SI. Category Yes / No

NO.

1. GST registered bidder

2. GST unregistered bidder

Signature of the Bidder With Seal

Bidder Name:

Page 16: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

BILL OF QUANTITY

Name of Work:-Repair and maintenance of Old Type A-1 to A-6 of sewerage line and drain at MRS, Ramgarh.

Sl.No Particulars Quantity Units Rate Amount

1

Providing ,laying and jointing glazed stoneware pipes

class SP-1 with stiff mixture of cement mortar in the

proportion of 1:1 ( 1cement: 1 fine sand) including

testing of joints etc. compete: 150 mm diameter

41.00 mtr 314.35 12888.35

2

Earth work in excavation by mechanical means

(Hydraulic excavator) / manual means over areas

(exceeding 30 cm in depth, 1.5 m in width as well as 10

sqm on plan) including disposal of excavated earth, lead

up to 50 m and lift up to 1.5 m, disposed earth to be

levelled and neatly dressed. 2.6.1 All kinds of soil

65.25 cum 157.50 10276.88

3

Constructing masonry chamber 60x60x75cm inside , in

brick work in cement mortar 1:4 ( 1cement: 4 coarse sand

) for sluice valve, with C.I. surface box 100 mm top

diameter 160mm bottom diameter and 180mm deep

(inside) with chained lid and RCC top slab 1:2:4 mix (

1cement: 2 coarse sand: 4 graded stone aggregate 20mm

nominal size) , i/c necessary excavation , foundation

concrete 1:5:10 ( 1cement: 5 find sand: 10 graded stone

aggregate 40 mm nominal size) and inside plastering

with cement mortar 1:3 ( 1cement: 3 coarse sand) 12mm

thick, finished with a floating coat of neat cement

complete as per standard design: with common burnt clay

F.P.S. ( non-modular) bricks of class designation 7.5

06 each 6754.30 40525.80

4

Making soak pit 2.5 m diameter 3.0 metre deep with 45 x

45 cm dry brick honey comb shaft with bricks

and S.W. drain pipe 100 mm diameter, 1.8 m long

complete as per standard design With common burnt clay

F.P.S.(non-modular) bricks of class designation 7.5

01 each 18309.50 18309.50

5

Dry brick on edge flooring in required pattern with bricks

of class designation 7.5 on a bed of 12 mm

mud mortar, including filling joints with Jamuna sand,

with common burnt clay non modular bricks

26.25 Sq.m. 498.95 13097.44

6

Supplying and filling in plinth with Jamuna sand under

floors, including watering, ramming consolidating

and dressing complete

1.31 cum 910.25 1192.428

7

Providing and laying in position cement concrete of

specified grade excluding the cost of centering

and shuttering - All work up to plinth level: 1:2:4 (1

cement : 2 coarse sand : 4 graded stone aggregate 40 mm

nominal size)

1.96 cum 5335.25 10457.09

8

Brick work with common burnt clay modular bricks of

class designation 7.5 in foundation and plinth

in : Cement mortar 1:4 (1 cement : 4 coarse sand)

5.25 cum 4753.45 24955.61

Page 17: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion

9 12 mm cement plaster of mix: 1:4 (1 cement : 4 fine

sand) 64.75 Sq.m. 163.35 10576.91

10 Neat Cement Punning 73.50 Sq.m. 41.40 3042.90

11

Providing, hoisting and fixing up to floor five level

precast reinforced cement 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).

0.48 cum 6447.95 3095.016

12

Steel reinforcement for R.C.C. work including

straightening, cutting, bending, placing in position and

binding all complete upto plinth level .Thermo-

Mechanically Treated bars

38.40 Kg 68.10 2615.04

13 Carriage of materials by mechanical transport including

loading , unloading and stacking lead of 1 km earh. 60.00 cum 99.44 5966.40

Total:- 156999.40

Signature of the Bidder

With Seal

Bidder Name:

Page 18: CENTRAL COALFIELDS LIMITED MINES RESQUE STATION CIVIL ... · MINES RESQUE STATION CIVIL ENGINEERING DEPARTMENT, P.O.:-RAMGARH CANTT., DISTT.:- RAMGARH (JHARKHAND)- 829122 ... completion