TENDER REF. NO : CRS / MM / Qtn / /67 Dt. 04/02/2016

Similar documents
TENDER REF. NO : CRS / MM / Qtn / 15-16/70 Dated: 20/02/2016 BRIEF DESCRIPTION OF ITEM(s): Procurement of Special Electrodes.

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018

Ref.no. BCCL/SIJUA/PUR/ /134 Date:

CENTRAL COALFIELDS LIMITED

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below:

BURN STANDARD CO. LTD.

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

OF THE GENERAL MANAGER CHANCH/VICTORIA AREA

BHARAT COKING COAL LIMITED OFFICE OF THE GENERAL MANAGER Redg. Off.: SIJUA AREA OFFICE, SIJUA,TETULMARI DHANBAD GST NO 20AAACB7934MFZB

PURCHASE ENQUIRY HINDUSTAN COPPER LIMITED. Enq. No Date : Indent No. PR-5557 dated

GST NO: 36AAACT8873F1Z1

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

LIMITED TENDER. No. PUR/HMB/15/968373/IS Dated: ENQUIRY SCHEDULE

DUE DATE & TIME OF SUBMISSION OF TENDER: 07/02/2019 at 02:00 PM Date & Time of opening of Tenders: 07/02/2019 at 04:00 PM

Registered Office, CMPDI HQ, Gondwana Place, Kanke Road,Ranchi CORPORATE IDENTITY NUMBER - U14292JH1975GOI TENDER NOTICE

BHARAT COKING COAL LIMITED

cmpdi A Mini Ratna and ISO 9001 Company

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi)

Central University of Orissa

OF THE GENERAL MANAGER CHANCH/VICTORIA AREA

BURN STANDARD COMPANY LIMITED

BHARAT COKING COAL LIMITED OFFICE OF THE GENERAL MANAGER Redg. Off.: SIJUA AREA OFFICE, SIJUA, DHANBAD GST NO 20AAACB7934MFZB

Special Instructions:- To,

Manaitand, Near Bank Colony,

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

UNDER THE JURISDICTION OF DHANBAD ONLY REGD. POST Notice Inviting Open Tender through BCCL Website.

Enq. No. CCL/SM(P)/AK/SYKES/13 14/ opened on

The scope of third party inspection shall be as under:

ICSI HOUSE, C-36, Sector-62, Noida

NOTICE INVITING QUOTATIONS. File No. NITT/F.NO.005/CAP.EXP.35/ /PHY Date: 08/01/2019

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Balmer Lawrie & Co Ltd, SBU : Grease and Lubricants P-43, Hide Road extension, Kolkata Tender Enquiry

cmpdi A Mini Ratna and ISO 9001 Company

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees

cmpdi A Mini Ratna and ISO 9001 Company

REQUEST FOR QUOTATION

Washed & Dried Silica Sand

INSTRUCTIONS TO BIDDERS

INTELLIGENT COMMUNICATION SYSTEMS INDIA LTD. (ISO 9001:2008 CERTIFIED)

ICSI HOUSE, C-36, Sector-62, Noida

COCHIN SHIPYARD LTD. (A GOVERNMENT OF INDIA ENTERPRISE) KOCHI , INDIA

Item Category Firm Category Vendor Code Tender Category Medical Equipment Trader 1/12/D/T/027 Open Global

DATE & TIME OF OPENING OF TENDER HOURS

ICSI HOUSE, C-36, Sector-62, Noida

Ref No: NITP/Proc/16-17/13 Date:

INSTRUCTIONS TO BIDDERS

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.

BHARAT HEAVY ELECTRICALS LTD., RC.PURAM, HYDERABAD INSTRUCTIONS TO BIDDER (ITB)

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

Tender No. BCCL/BA-IX/PUR/ WEB-SITE/17-18/90 Dated: 23/10/2017 NOTICE INVITING OPEN TENDER (Web-site) (

Ref. No / Dated: Sub: Supply of Shaft Pinion for 10/70 Dragline.

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

Tender document is also available for viewing on the website of Employees State Insurance Corporation i.e., & DEAN.

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

Ref. SNB/ENQ/SKP/Freezer/17-18/ 441(WP) 11 th July 2017

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Jalandhar Division Jalandhar

Annexure - C to TENDER STANDARD COMMERCIAL TERMS & CONDITIONS [FORMAT TO BE FILLED-UP BY THE SUPPLIER]

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

INSTRUCTIONS TO BIDDERS

Ref. No. P&S/F.2/OR/198/ Date:

SECTION- I INSTRUCTION TO BIDDERS

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

ICSI HOUSE, C-36, Sector-62, Noida

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

EXTENSION NOTICE (व स त र स चन )

BHARAT SANCHAR NIGAM LIMITED. (A Govt. of India Enterprise) OFFICE OF THE PRINCIPAL REGIONAL TELECOM TRAINING CENTRE THIRUVANANTHAPURAM

Bharat Heavy Electricals Limited

Government Hospital,Daman Administration of Daman and Diu, 0/0 Medical Superintendent,

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

TENDER DOCUMENT PART I (TECHNICAL BID) 01. Limited Tender No. & date : ECL/RJML/GM/E&T/18-19/16 dt

SARDAR PATEL UNIVERSITY UNIVERSITY PRESS. University Road, Vallabh Vidyanagar , Gujarat Annexure -I

TECHNICAL OFFER (ENVELOPE I)

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

LIMITED TENDER. No. PUR/HMB/17/968442/IS Dated:

MALABAR CEMENTS LIMITED (A Govt. of Kerala Undertaking) WALAYAR, PALAKKAD DISTRICT, KERALA Ph: /73/74 Fax:

TENDER FORM. (To be submitted along with technical bid)

cmpdi A Mini Ratna and ISO 9001 Company

TELEPHONE: (5 LINES) FAX: TENDER NO : T-14/14-15

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur

Tender No 18 / GM / CARD / ENVT / LTE / Dt

Quotation for Supply & Installation of Head Light wit Loupes against enquiry no. AIIMS/Pat/Dental/HeadLight/Q/F625 due on 14/08/ :00 noon

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

NOTICE INVITING TENDER

Phone No

Hkk-d`-vuq-i-&jk"Vªh; yhph vuqla/kku dsunz

TELECOMMUNICATIONS CONSULTANTS INDIA LTD KUWAIT

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

TENDER. Supply of Wrestling Mats & Cover. Standard Terms & Condition Of Tender Documents For

M/s TENDER FORM NO TENDER FORM FOR THE SUPPLY OF

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED

Transcription:

Central Coalfields Limited (A Subsidiary of Coal India Limited) Office of the General Manager Central Repair Shop(An ISO 9001 Workshop) P.O.Barkakana,NTS Distt:Ramgarh:829103(Jharkhand),INDIA Ph:GM (06553)255028(O),254776(R) Website:www.ccl.gov.in Online Bidding Website: www.coalindiatenders.gov.in TIN No.20621905509 This is a case of Open Tender Enquiry for Procurement of Foundry Materials. Eligible for participation by any prospective bidder. The tender documents can be downloaded from website http://www.ccl.gov.in and http://www.tenders.gov.in by the intending tenderer. The last date for downloading/sale of the tender paper from the website/cash receipt (CWS, Barkakana) is up to 10 a.m. i.e. one day prior to the last date of receipt of tender. The bid submitted against the application form downloaded shall be considered valid only when accompanied by a Bank draft drawn in favour of CCL towards the cost of the tender document indicated on the NIT. [CVC No 98/ORD/1 Dtd 18/12/2003] NB:- (i) Please note that there is no provisions to take out the list of firms downloading the tender document from the above referred website.as such, tenderers are requested to see the website once again before due date of opening to ensure that they have not missed any corrigendum uploaded against the said tender after downloading the tender document. The responsibility of downloading the related corrigenda, if any, will be that of the downloading firms. (ii) No separate intimation in respect of corrigendum will be sent to tenderers who down loaded the documents from website as information regarding this respect will be available on website i.e. http://www.ccl.gov.in and http://www.tenders.gov.in TENDER REF. NO : CRS / MM / Qtn / 15-16 /67 Dt. 04/02/2016 BRIEF DESCRIPTION OF ITEM(s): Procurement of Foundry Materials. ESTIMATED COST TENDERED FOR = Rs 1,04,326.00 EARNEST MONEY DEPOSIT (EMD) = 2,087.00 Sealed tenders are invited, complete in all respect as per Schedule of requirement, Annexure- A. Sole Agents / Distributors / Authorized dealers must enclose with the tender, their Principal s valid Authority letter (from Principals Head office/registered office by competent authority) for participating in this tender on their behalf. Authority letter should be addressed to Staff Officer (MM), CRS, Barkakana, CCL, specifying the Tender No and due date, in absence of which the offer is liable for rejection. TERMS & CONDITIONS OF TENDER: 1. Quotations are invited in Two Bids ( Part-I Techno-Commercial Bid ; Part -II Price Bid only). PART- I of the tender (Techno-Commercial Bid) : Shall consist of : a) Tender Fee / Proof of payment of Tender fee and Earnest Money Deposit / Documentary Evidence issued by Govt. authorities for according exemption towards submission of EMD. Note: Bids without Earnest money or documentary evidence (attested by Notary Public) issued by Govt. authorities for according exemption towards submission of EMD will be ignored. b) Item-wise offer & commercial points such as delivery period, validity of your offer, prices on F.O.R. destination basis, Payment term, Sales Tax Registration, Guarantee/Warranty and required copy of the documents as per NIT eligibility criteria, Make/Brand/Leaflets and other related terms. c) Tenderers should quote their price on FOR destination basis with break-up of prices e.g. (i) Ex-work price and (ii) Freight, Insurance, Packing & Forwarding charges on lump-sum basis. Excise Duty if applicable, will be payable extra on exworks price only. Sales Tax will be payable extra as applicable. Safe arrival of stores at destination shall be the responsibility of the supplier. Note : Envelope containing the above shall be properly sealed and must be super scribed with the Tender No and date and time of opening & Part-I (Techno-commercial bid) on the left hand corner side. PART- II of the tender (Price Bid) : Shall consist of : (a) Prices must be quoted in Price Bid Format Annexure- A enclosed with the NIT. Details of any discount & taxes are to be indicated in Annexure- A separately. (b) Envelope containing the price bid shall be properly sealed and must be super scribed with the Tender No and date and time of opening & Part-II (Price bid) on the left hand corner side. (c) Part-I & II must be in separate envelops and both envelops should be kept in another envelop which shall be properly - 1 -

sealed only by Sealing Wax, embossed with the Logo or Monogram of the tenderer. Envelops sealed only by gum or stapled shall not be acceptable. If the tender is not submitted in accordance to as stated above will be rejected and will not be considered for further action. (d) The price bids of only those tenderers will be opened, whose offer in Part-I is found to be techno-commercially acceptable. SUBMISSION OF TENDERS: 1.(i) All envelopes containing the tenders shall be properly sealed and envelopes stapled shall not be accepted. (ii) Part I & Part-II must be separate envelopes and both envelops should be kept in another envelop which will be properly sealed with Sealing Wax only, embossed with monogram /emblem of the firm. Envelopes sealed by gum or stapled will not be acceptable. (iii) The envelopes containing the tenders (PART-I, PART-II ) must be super scribed with the Tender No and date and time of opening on the left hand corner side as per instructions above. The envelope may be put in the Tender Box provided for this purpose or may be handed over to the authorized company official against receipt of tender submitted. Tenders may also be sent by post wherein receipts will not be issued. (iv) Tenders not submitted in the above manner will not be accepted. 2. The tender is due for submission: up to 10.00 AM on 02/03/2016. 3. Tender will be opened before the attending tenderers at 10.30 AM on the same day i.e. on 02/03/2016. (Note: If the tender is not opened on the same date due to unforeseen circumstances, then it will be opened on the next working day). 4. The rate shall be quoted on FOR-destination basis. The quotations should indicate rate per unit, discount, if any, total price and delivery terms. The rates of taxes and duties applicable should be quoted. 5. The prices quoted must be FIRM till delivery, otherwise; the offer will be rejected, 6. Validity of offers must be SIX MONTHS (180 Days) from the due date of opening of the tender (withdrawal of offers within original validity of six months is not allowed). 7. Printed terms and conditions of the vendor shall not be considered. Tenderers are requested to submit their offer complete in all respects along with all supporting documents failing which offer may not be considered & no further clarification on technical commercial aspects may be entertained. 8. DELIVERY PERIOD : Firm delivery period should be specified. The required delivery schedule for completion of supplies is within 60 (Sixty) days from the date of receipt of demand/supply order copy. However, early delivery would be appreciated. 9. EARNEST MONEY/SECURITY MONEY: a) The value of Earnest Money to be deposited by the tenderer should be 2% of the value of the estimated cost tendered for or Rs.10,00,000/-, whichever is lower. EMD should be in the form of Demand Draft drawn in favour of Central Coalfields Ltd., CRS, Barkakana payable at Ramgarh Cantt. and must accompany the quotation i.e. Cover-I of the bid. For unsuccessful tenderer EMD shall be refunded immediately after finalization of the tender with the approval of the HOD of MM dep t. or Head of Area. EMD shall be forfeited if any tenderer withdraw their offer before finalization of the tender or fails to submit order acceptance within 15 days from the date of order. b) Two weeks time (15 days) shall be given in the order to the successful tenderer to furnish the security deposit. In case the firm fails to deposit the security money, the order shall be cancelled and the case shall be processed to order elsewhere and the firm s performance is to be kept recorded for future dealings with them. The value of Security Money to be deposited by the successful tenderer in the form of Bank Draft /Bank Guarantee of any Scheduled Bank shall be 10% of the value of the awarded contract without having any ceiling For successful tenderer, EMD & SD will be refunded to the firm within 30 days of satisfactory execution of the contract with the approval of the HOD of MM dep t./head of the Area. For unsatisfactory performance and/or contractual failure, the EMD & Security Money shall be forfeited. For unsatisfactory performance and/or contractual failure, the security money shall be forfeited. c) For procurement value less than Rs.1,00,000/-, no earnest money/security deposit will be required. d) If any State/Central Govt. Organization/PSU & valid DGS&D/NSIC registered (for the tendered items), or Ancilliary to CIL/Subsidiaries, firm can produce documentary evidence issued by Govt./concerned authorities for according exemption towards submission of EMD/SD (in Part-I / Cover-I of the bid), they may be considered for exemption from submission of EMD/Security Deposit. No exemption from depositing of Security money will be granted in case of trial orders. e) As per decision in the 2012:21 st FDs. Meeting held on 10/08/2012, OEM/OES/OM/OPM or their authorized dealers/distributors and sole selling agents are exempted from submission of EMD/SD. f) Security Money may be converted into Performance Bank Guarantee (PBG) wherever PBG is required. At the time of conversion of security money into PBG, it should be ensured that the amount of PBG should not be less than 10% of landed value of order. g) Wherever Security Money shall be treated as Performance coverage of the contract, the operation of Security Money/ Performance BG shall be guided by clause 20 (A), (B), (C) and (D) of the special terms & conditions. 10. SUBMISSION OF BILLS: For claiming payment, following documents are to be submitted along with original bills as per terms of the supply order to the consignee. a. In case of indigenously manufactured goods. i. Pre-receipted and stamped Invoice (Original Buyer s copy of invoice) In the event CENVAT credit is required to be claimed by CCLPre-receipted and stamped Excise cum Tax Invoice showing the amount of excise duty at applicable rates,2% education cess and 1% secondary & higher education cess separately.the excise cum Tax Invoice must contain all the following information as required under rule 11 of Central Excise Rule 2002: a. Registration no. of the Supplier. b. Address of the concerned Central Excise Division. c. Name of the consignee. d. Description of goods supplied. - 2 -

e. Tariff heading and sub headings. f. Time & date of removal. g. Mode of Transport. h. Vehicle Registration number. i. Rate of duty. j. Quantity and value of goods, and duty payable thereon. (For CENVAT credit will be availed by CCL in respect of the tendered items,if any). ii. Packing list in original list in original giving details of bill of materials. iii. Consignment note / RR/ PWB in original. iv. Warranty / Guarantee certificate. v. Manfuacturers test certificate as per supply order terms. vi. DGMS / BIS / Pre dispatch inspection certificates / any other document, if required as per the contract. vii.certficate from the auditor of the supplier certifying that excise duty has been paid as per prevailing excise rule, and Refund / Credit, if any obtained shall be passed on to the buyer (wherever excise duty is applicable). b. In case Supply is to be arranged after importing ordered items in Original Packing. Original packing would not be applicable for items which are shipped in open condition in containers etc. i) The following import documents are required to be submitted with each supply for acceptance of supplies to CCL: a. Self attested copy with original Principal invoice / packing list. b. Self attested copy with Bill Lading / Airway bill. c. Self attested copy with original Bill of entry. d. As per contractual requirement (if any) warranty / guarantee certificate. e. Certificate of origin. f. Certificate from their Auditor of the supplier certifying that they have paid Customs Duty as per prevailing Customs Rates and refund if any shall be passed on to buyer. (The supplier shall provide clear linkage of items as per order with documents furnished under clause (a), (b) and (c) for acceptance by CCL). The original documents under (a) and (c) shall be returned after verification with attested photocopy and making endorsements on original relating to transaction made. 11. CENVAT CREDIT( If Applicable in case of Tendered items): CCL will avail CENVAT credit on purchase of these tendered items. For this it is necessary that the amount of excise duty at applicable rates, 2% education cess and 1% secondary & higher education cess are shown separately in all the Excise cum Tax Invoice raised by the suppliers. The Excise cum Tax Invoice must contain all the following information as required under rule 11 of Central Excise Rule 2002: a. Registration no. of the Supplier. b. Address of the concerned Central Excise Division. c. Name of the consignee. d. Description of goods supplied. e. Tariff heading and sub headings. f. Time & date of removal. g. Mode of Transport. h. Vehicle Registration number. i. Rate of duty. j. Quantity and value of goods, and duty payable thereon. The set-off value (equal to ED amount) of CENVAT credit will be offset from the landed price for ascertaining the L-1 status of the firms. 12. TAXES AND DUTIES APPLICABLE : i. Whenever the bidders mention that taxes and duties are payable extra, the current rate of taxes and duties as applicable will be added. Excise duty if applicable will be payable extra as per prevailing excise rules. Refund / Credit, if any, obtained shall be passed on to the buyer which shall be certified by the auditor of the supplier. In case of imported stores other than direct import by CCL the firm shall give a confirmation along with their offer that a certificate from their Auditor certifying that they have paid Customs Duty as per prevailing Customs Rates and refund if any shall be passed on to buyer, shall be submitted along with supplies/bills. ii. In case the price is stated to be inclusive of Excise Duty, the current rate included in the price must be indicated. If bidder is exempted from paying Excise Duty, the same must also be confirmed with valid documentary evidence, self attested copy of which should be submitted with offer. Notification number should be indicated. In case the rate of Excise Duty varies with the turnover of the company, and the price is exclusive of Excise Duty, and the bidder fails to specify the exact rate applicable, the maximum rate currently leviable will be loaded on the price during evaluation. In case the Excise duty is presently NIL / EXEMPTED and becomes applicable at a later date during the execution of the contract, the applicable ED will be borne by the Vendor. CCL will avail CENVAT credit on purchases of various admissible inputs and capital goods. iii. SALES TAX: a. VALUE ADDED TAX (VAT):In case of supplies where VAT is applicable, bidder should indicate the rate of VAT applicable. The vendor should submit the Tax Invoice along with the supplies and CCL will avail Input Tax credit (ITC) as per the VAT rules. The set- off of ITC will be considered while evaluation of bids for comparison and ascertaining the L1 status of the firms. b. An amount equivalent to VAT charged in the bill shall be withheld at the time of bill passing. The supplier shall be liable to submit the Form JVAT 404 within three months from the end of the relevant financial year. The amount withheld shall be refunded within 15 days from the date of submission of Form JVAT 404 by the supplier. The amount withheld shall bear no interest. In case of default by the supplier in submitting Form JVAT 404 within the time period, as specified above, the amount withheld shall be forfeited and the same shall be utilized by the concerned Area for paying the additional tax demanded by Commercial Tax Authorities due to non-submission of Form JVAT 404. c. For the supplies of order value Rs. 1.00 Lakh and above, where the deposition of security deposit is mandatory as per NIT, in those cases, the security deposit shall be refunded only after satisfactory execution of the contract as well as confirmation of submission of Form JVAT 404 from the AFM - 3 -

(CWS/CS), Barkakana. d. For the Firms covered under OEM, OPM, OES and the firms registered with NSIC, DGS&D, Ancillary Units, An undertaking is required to be submitted at the time of tender by the suppliers to the effect that the required Form JVAT 404 will be submitted within the time specified as above (clause No. 13 iii, b.), failing which the amount shall be recovered from any dues pending with CCL. e. CENTRAL SALES TAX: In case of supplies where Central Sales Tax is applicable. Central Sales tax as applicable for tendered item should be quoted. If the bidder is exempted from paying CST or paying CST at a lower rate than the national rate, notarized copy of valid documentary evidence is to be submitted. iv. If any other levy is applicable, the type of such levy and the rate (%) should be indicated. 13. LIQUIDATED DAMAGES: The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be of the essence of the contract and delivery of the stores must be completed by the date specified. In the event of failure to delivery or dispatch the stores within the stipulated date/period and in the event of breach of any of the terms and conditions mentioned in the supply order, Central Coalfields Ltd. have the right : (a) To recover from the successful tenderer as agreed liquidated damages, a sum not less than 0.5% (half percent) of the price of any stores which the successful tenderer has not been able to supply as aforesaid for each week or part of a week during which the delivery of such stores may be in arrears limited to 10%. Where felt necessary the limit of 10% can be increased to 15% at the discretion of Head of the Materials Management Division. (b) To purchase elsewhere, after due notice to the successful tenderer on the account and at the risk of the defaulting supplier the stores not supplied (c) To cancel the supply order or a portion thereof, (d) To extend the period of delivery with or without penalty as may be considered fit and proper, the penalty, if imposed shall not be more than the agreed Liquidated Damages referred to in clause (a) above. (e) To forfeit the security deposit full or in part. 14. FORCE MAJEURE CLAUSE : If the execution of the contract/supply order is delayed beyond the period stipulated in the contract/supply order as a result of outbreak or hostilities, declaration of an embargo or blockade, or fire, flood, acts of nature or any other contingency beyond the supplier's control due to act of God then Central Coalfields Limited may allow such additional time by extending the delivery period, as it considers to be justified by the circumstances of the case and its decision shall be final. If and when additional time is granted by Central Coalfields Limited, the contract/supply order shall be read and understood as if it had contained from its inception the delivery date as extended. (a) The successful bidder will advise, in the event of his having to resort to this clause by a registered letter duly certified by the Local Chamber of Commerce or Statutory authorities, the beginning and end of the causes of the delay, within fifteen days of the occurrence and cessation of such force majeure conditions. In the event of delay lasting out of force majeure CCL will reserve the right to cancel the contract and provisions governing termination of contract, as stated in the bid documents will apply. (b) For delays arising out of force majeure, the bidder will not claim extension in completion date for a period exceeding the period of delay attributable to the causes of force majeure and neither CCL nor the bidder shall be liable to pay extra costs provided it is mutually established that force majeure conditions did actually exist. 15. PAYMENT TERMS : 100% payment will be made within 21 days from the date of receipt and acceptance of materials at destination or from the date of receipt of bill whichever is later. Where e-payment systems are available, the payment will be made through Electronic System only. Any other payment term will not be considered. Format for authorization and particulars required for e-payment is prescribed with this NIT, which is to be returned after furnishing the particular details therein. 16. GUARANTEE/WARRANTY : The suppliers shall be fully responsible for the manufacturer s warranty in respect of proper design, quality, workmanship and proper fitment of the materials supplied and will fit and discharge the duties for which the same are ordered for a period of 18 (eighteen) months from the date of supply or 12 (twelve) months from the date of use at consignee s end, whichever is earlier. Any defect that may develop under the conditions provided for by the contract and under proper use, arising from faulty materials, design or workmanship and the suppliers shall remedy such defects at their own cost when called upon to do so. If it becomes necessary for the supplier to replace or renew any defective portion of the goods, such replacement or renewal should be made by the supplier without any extra cost to CCL. The guarantee certificate should also be furnished along with the bill on placement of supply order. 17. INSPECTION OF STORES : Final Inspection shall be carried out by the General Manager (CRS), CCL, Barkakana or his authorized representative on receipt of materials at the consignee s end. Notice for inspection shall be given by the consignee immediately on receipt of the materials 18. The Packing of all the materials quoted shall conform to the requirements of the carriers. 19. The tenderers shall quote to the specifications given (As per Annexure-A). They are, however, at liberty to quote for any other alternatives, which, in their opinion, will serve the purpose. 20. Eligibility Criteria for Proven Suppliers (Other than equipment) : A. Basic Eligibility: The bidder should be either of the following: a. Indian Manufacturer of the tendered ite OR b. Indian Selling Agent/Dealer/Distributor authorized by the Indian Manufacturer of the tendered items, if the manufacturer does not quote directly as a matter of policy, OR c. Indian /Selling agent/dealer/distributor authorized by the Foreign Manufacturer of the tendered items. Note :i. In a tender, either the authorized Selling Agent/Dealer/Distributor on behalf of the Principal/ OEM or Principal/OEM it self can bid but both cannot bid simultaneously for the same item /Product in the same tender. ii. One manufacturer can authorize only one selling agent/dealer /Distributor against the same item in one tender. iii. If an authorized Selling Agent/Dealer/Distributor submits bid on be half of the Principal / OEM, the same agent shall not submit a bid on behalf of another Principal / OEM in the Same tender for the same item /product. B. ProvennessCriteria: The tenderer should be a proven source.the criteria for proven-ness will be as follows: - 4 -

(i) Original Equipment Manufacturer (OEM) (ii) Manufacturers whose products are used by OEM or (iii) Manufacturers whose products are already in use successfully at CIL or CIL Subsidiaries/Area of Subsidiaries or PSU or Government / Semi Government Organizations. Tenderers falling under (ii) shall have to furnish relevant documentary proof like Trade Agreement with OEM for the tendered item or Purchase order copy from OEM. Tenderers falling under (iii) shall have to furnish relevant documentary poof like copies of Rate contract or firm order for the tendered items or similar items of HIGHER SPECIFICATIONS. The copies of Rate Contract or Firm Order shall not be less than 25% of the tendered quantity in respect of offered item of the bid issued by CIL or CIL Subsidiaries/Area of Subsidiaries or PSU or Government / Semi Government Organizations. The order copy shall not be less than 06(SIX) months old or more than 07 (Seven) years old uniformly for all tenderer on the date of opening of tender. In case the tenderer submit order copy/copies of similar item of higher specification then the tendered shall have to submit copy/copies of Rate contract or Firm Order to the extent of minimum 25% of the total tendered quantity of the bid. The tenderers shall have to submit and undertaking under affidavits that The items covered under supply order, enclosed with their offer, have been fully executed. However, Tenderers who are Ancillary Unit of CCL falling under(iii) shall have to furnish relevant documentary proof for successfully executed & accepted CCL s Trial Order or Firm Order for their Ancillarised items for consideration of Eligibility Criteria. Note: (a) Tenderers claiming authorization of foreign principal shall have to give specific authorization for CCL in original, clearly specifying the nature and period of authorization / agreement. (b) Copies of Purchase Orders submitted beyond and below the above specified period will not be considered. (c) Firms will have to submit Notarized & authenticated copies of all the relevant documents as indicated above. C. Excise Registration Certificate: - The Indian bidder must possesexcise Registration Certificate issued by Central Excise and Customs Department or possess the required document for exemption to this effect as per relevant provision of Excise Rule.The Indian bidder possessing the Excise Registration Certificate must fill up their CENTRAL EXCISE REGISTRATION NUMBER in CELL-N4 in Sheet for Domestic Bidder of BOQ. D.VAT/Sales Tax Registration for Indian Bidders: The Indian bidder should posses a VAT/Sales Tax Registration issued by Sales Tax department of any Indian State /Union Territory. E. Permanent Account Number(PAN)for Indian Bidders: The Indian bidder should possess Permanent Account Number(PAN) issued by Income Tax department, Govt. of India. 21. BANNED OR DELISTED SUPPLlERS : The bidders would give a declaration that they have not been banned or de-listed by any Government or quasi-government agencies or PSUs. If a bidder has been banned by any Government or quasi-government agencies or PSUs, this fact must be clearly stated and it may not necessarily be a cause for disqualifying him. If this declaration is not given, the bid will be rejected as non-responsive. 22. PRICE CERTIFICATE : The bidders would give declaration that Prices charges are the lowest and the same are applicable to other subsidiaries of CIL/State/Central Govt. organization/p.s.u. and is to be submitted with the offer. 23. CHILD LABOUR CERTIFICATE : The tenderers will give an undertaking that they are not engaged any child labour in any of the activities for which they are participating in the tender. If it is reported and proved that child labour is engaged by the party/tenderer, the party/tenderer will be penalized 10% of the contract value and will be black listed. 24. Consignee Particulars: Depot Officer, Central Stores, At & P.O. - Barkakana NTS, Dist. Ramgarh (Jharkhand) Pin: 829103. 25. VAT / TIN number should be indicated in the offer. 26. P.F. Registration No. of the Indenting Tenderers should be indicated in the offer. 27. ESI Registration No. of the Indenting Tenderers (wherever applicable) should be indicated in the offer. 28. Registration No. under MSMED Act, 2006 & proof of Registration duly self attested should be enclosed/submitted with the offer. GENERAL TERMS AND CONDITIONS FOR SUBMISSION OF OFFERS: (a) The complete offer should be typed in the letter head of the tenderers. (b) ALL PAGES OF TENDER DOCUMENTS & ANNEXURE A /OFFER INCLUDING ALL ENCLOSURES SUBMITTED WITH THE TENDER SHOULD BE SIGNED WITH NAME & DESIGNATION AND HAVE COMPANY'S SEAL EXCEPT PRINTED LEAFLETS/CATALOGUES. THIS IS A MUST. (c) Quotations, erased and over written, will be summarily rejected unless corrections are authenticated with the tenderer's signature. (d) CCL is entitled to increase or decrease the quantities against any/all the items of the tender by not more than 20% (twenty per cent) before opening of price bid. The latitude of 20% of tender quantity will be applied by exception only. (e) CCL reserves the right to reject or accept or withdraw the tender in full or part as the case may be without assigning reason thereof. Tenderers are advised to carefully note that deviation in these terms will not be entertained. (f) Checklist and page No.1 to 5 of tender enquiry (NIT) should also be returned along with your offer, duly signed and stamped with the seal of your firm, as a token of acceptance all terms and conditions of this NIT. (g) It is incumbent on the supplier to transport the contracted material/supplies through registered common carriers only and documentation should be done as per provisions of the carriage by Road Act, 2007. Any transportation of goods through unregistered common carriers is illegal and shall not be acceptable. ALL OTHER TERMS & CONDITIONS NOT MENTIONED ABOVE SHALL BE GOVRENED BY CCL GENERAL TERMS & CONDITIONS FOR SUPPLY OF STORES. - 5 -

For & on behalf of CENTRAL COALFIELDS LTD., Central Repair Shop, Barkakana. Staff Officer (MM) CRS, Barkakana CHECKLIST Tender No. : CRS / MM / Qtn/ 15-16 /67 Dated : 04/02/2016 Tender Due for opening on 02/03/2016 at 10.30 AM Please specify the following by striking out YES or NO which ever is not applicable Q.No 1. List of questions Have you carefully prepared and signed with name & designation and have stamped the company s seal on all pages of tender documents/offer along with enclosures and submitted the bids? Indicate in below 2. Have you quoted firm price? 3. Is your offer valid for 180 days from the date of opening of tender? 4. Have you specified firm delivery period and your terms of delivery? 5. Have you accepted payment term? 6. Have you accepted e-payment, if yes, have you enclosed filled-up format duly signed & sealed in duplicate? 7. Have you accepted Liquidated Damages & Force majeure clause? 8. Have you submitted the Price Certificate? 9. Have you submitted the Child Labour Certificate? 10. Have you accepted Jurisdiction? 11. Have you accepted Guarantee/Warranty? 12. Have you submitted declaration that you have not been banned or de-listed by any Government or quasi-government agencies or PSUs? 13. Have you indicated your VAT / TIN no.? 14. Have you enclosed checklist & page No. 1 to 5 of NIT duly signed and stamped? 15. Do you fulfill Eligibility Criteria? 16. Have you indicated P.F. Reg.No. in line of clause 26 of terms & conditions? 17. 18. Have you indicated ESI Reg.No. (wherever applicable) in line of clause 27 of terms & conditions? Have you indicated Regn. No. under MSMED Act, 2006 & enclosed duly self attested proof Registration in line with clause 28 of terms & conditions? 19. Indicate the List of enclosures with the Offer Signature of the tenderer With Seal - 6 -

PRICE BID FORMAT TO BE SUBMITTED IN PART-II ONLY SCOPE OF SUPPLY / SCHEDULE OF REQUIREMENTS 1.Consignee Particulars: Depot Officer, CENTRAL STORES, At & P.O.Barkakana NTS- 829 103, Dist.: Ramgarh (Jharkhand) Near Railway Station, Barkakana Jn. (One copy is to be returned duly filled in and signed without price) Annexure- A Sl. No. Material Code Description Qnty. Reqd. 1. 92020270206 Ferro Manganese, IS (1171/88, Medium- Carbon) 50 Kgs. 2. 91060650104 Phosphorus Copper, IS (10% Grade) 42 Kgs. 3. 92021990682 Ferro Chrome, IS (1170/92GradeA) 42 Kgs. 4. 92021771132 Ferro Molybdenum, IS(1469/93) 20 Kgs. Unit Price (Rs) Extended Price (Rs) TERMS & CONDITIONS: 1. FOR : 2. Sales Tax: 3. Excise Duty : 4. Make / Brand: 5. Discount if any : 6. Delivery Period : 7. Mode of dispatch: 8. Payment Terms: 9. VAT / TIN No: 10. Regn. No. with DGS&D/NSIC : 11. Validity of Offer : 12. P.F. Reg.No.: 13. ESI Reg.No. 14. Regn. No. under MSMED Act, 2006 : 15. Guarantee / Warranty : 16. Others terms & conditions, if any : - 7 -

Staff Officer (MM) CRS, Barkakana Signature of Tenderer With Seal (Note : One copy of Annexure A duly authenticated without price should be enclosed in PART-I of the bid). - 8 -

e- Payment FORMAT (TO BE RETURNED TO THE COMPANY) To, The Area Finance Manager (CWS-CS), Central Coalfields Limited, P.O. : Barkakana NTS 829 103, Dist.: Ramgarh (Jharkhand). Dear Sir, REF: AUTHORISATION OF ALL OUR PAYMENTS THROUOGH ELECTRONIC FUND TRANSFER SYSTEM /RTGS/CBS/INTRA BANK TRANSFER. We, hereby authorize Central Coalfields Limited to make all our payments against our bills, Refund of Earnest Money Deposit and security deposit, through Electronic fund Transfer system /RTGS/CBS/Intra Bank Transfer. The details for facilitating the payments are given below. (TO BE FILLED IN CAPITAL LETTERS) 1. NAME OF THE BENEFICIARY 2. ADDRESS ( WITH PIN CODE) 3. TELEPHONE NO. ( WITH STD CODE) 4. BANK PARTICULARS (A) BANK NAME (B) BANK TELEPHONE NO. (WITH STD CODE) (C) BRANCH NAME (D) BANK BRANCH CODE (E) BRNACH ADDRESS ( WITH PIN CODE) (F) (G) (H) (I) (J) BANK FAX NO. ( WITH STD CODE) 9 DIGIT MICR CODE OF THE BANK BRNACH (ENCLOSE COPY OF A CANCELLED CHEQUE) 11 DIGIT IFSC CODE OF BENEFICIARY BRANCH BANK ACCOUNT NUMBER BANKACCOUNT TYPE ( TICK ONE) SAVING CURRENT LOAN CASH CREDIT OTHERS IF OTHERS, SPECIFY 5. PERMANENT ACCOUNT NUMBER (PAN) 6. E-MAIL ADDRESS FOR INTIMATION REGARDING RELEASE OF PAYMENTS 7. CCL VENDOR CODE I/We herby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect information, I/We would not hold the Company responsible. We also agree to bear the bank charges, if any for enabling such transfer. Date: (AUTHORISED SIGNATORY) Name: Official Stamp BANK CERTIFICATION It is certified that above mentioned beneficiary holds a bank account No------------------------------with our branch and the Bank particulars mentioned above are correct. Date: (AUTHORESED SIGNATORY) Authorisation No.: Name: Official Stamp - 9 -