CENTRAL COALFIELDS LTD OFFICE OF THE PROJECT OFFICER PUNDI PROJECT, UNDER KUJU AREA

Similar documents
CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL MANAGER BARKA-SAYAL AREA

chemical earthing for EPABX exchange, AC s & computer installed at E&T section under GM(NK),Unit.

CENTRAL MINE PLANNING & DESIGN INSTITUE LTD. REGIONAL INSTITUTE-VI, P.O. JAYANT DISTT. SINGRAULI (M.P.) TENDER DOCUMENT FOR

CENTRAL COALFIELDS LIMITED OFFICE OF THE PROJECT ENGINEER(X),SELECTED DHORI P.O.-MAKOLI,DISTT.-BOKARO

Open Short Tender Notice : Hiring two (2) no. of Jeeps for CMPDI, RI-6 (HQ), Jayant, Singrauli with driver having driving license.

QUOTATION NOTICE.10 of.18-19

Office of the General Manager P.B. Area, P.O.- Kusunda, PIN , Dist. Dhanbad, (Jharkhand).

DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO : SR NO :- 1 P R No: RFQ No:

ISO 9001:2008 Certified WEB TENDER NOTICE NO: DGVCL/Civil/2015/Steel Cupboards/41. Website:

Tender No: CMPDI/RI-VI/Geomatics/JeepHiring/ /139 दन क:

Office of the General Manager P.B. Area, P.O.- Kusunda, PIN , Dist. Dhanbad, (Jharkhand).

6 Date & Time Of Opening Of Tender Dt At Pm (If Possible) 7 Tender Fee (Non Refundable) Rs 1000/- 8 Time Limit One Year

OFFICE OF THE CHIEF GENERAL MANAGER D I P K A A R E A P.O. Dipka, Distt. Korba (CG)

NOTICE INVITING TENDERS

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

Notice Inviting Tender.

ADVERTISED TENDER NOTICE NO.: PLN-CO-36 /

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

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

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

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

SJVN LIMITED. (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company)

The work of Replacement of Suspension / Tension Insulators by Rubberize polymer Insulator on 220KV & 66 kv Lines

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

Persons to clean the institute including washrooms

NOTICE FOR INVITING TENDER Sealed tenders are invited from reputed /reliable/experienced contractors for the work given below:-

TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR (w.e.f. 1/08/2017 to 31/03/2018)

BHARAT COKING COAL LIMITED

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

SECTION- I INSTRUCTION TO BIDDERS

Notice for empanelment of Firms/Printers/Suppliers

Last date of receipt of tender at Date : On Hrs Date of opening the tender at Date : On Hrs.

DATED: DUE ON

Tender Schedule for the Work

ANNEXURE- A1 SAMPLE MANDATE E-PAYMENT FORM FOR ELECTRONIC FUND TRANSFER/ INTERNET BANKING PAYMENT To, The General Manager, Dudhichua Project, PO-Khadi

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

OF THE GENERAL MANAGER CHANCH/VICTORIA AREA

TENDER DOCUMENT TENDER FOR THE SUPPLY AND INSTALLTION OF GLOW SIGNAGE BOARDS FOR TACTV S CONTROL ROOMS/DISTRICT OFFICES ALL OVER TAMIL NADU.

Invitation for Pre-Qualification of Bidders for 1X600 MT Mounded Pressurized Storage Vessel at Lucknow LPG Plant.

TENDER NO: BLC/CFS/PIPE LINE PAINTING WORK /28 Dt Tender Document for. Carrying out painting of fire water pipe line work

TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION.

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-6/15-16/BBMC-O

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL

UNIVERSITY OF ALLAHABAD

NOTICE INVITING QUOTATION

NOTICE INVITING TENDER QUOTATION FOR SUPPLY OF PAITHANI /SEMI PAITHANI BEAUTIFUL SAREE FOR COMPETITION PRIZE TENDER NO.

TENDER DOCUMENT TENDER ID : BAN

TENDER. No. TDD/TECH/TENDER/2011/20/5418. Construction of RCC 5000 ltr. Capacity underground SUMP at 66kV Gadhada S/S under Dhasa TR. Division.

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY)

NOTICE Dated:-05/09/2016 Open Tender for the Purchase of Printer Cartridge, Ribbon, toner,printer Head etc.

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

PROVIDING SUPPORT SERVICE FOR DOCUMENTATION, FILING & ALLIED SERVICES IN OFFICE AT CFS -KOLKATA

Yours Faithfully, Sd./- HOD (Geomatics) CMPDI, RI-VI, Jayant स न ट रल म ईन प ल नन ग एण ड डडज़ इन इ स ट च य ट लललमट ड

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

Sports Authority of India, Sports Training Centre, Dharamshala.

BANK OF INDIA, AHMEDABAD ZONE

E-Tender for Providing & labour charge for underground work by laying 11 KV XLPE cable of approved work under Mehsana Division

F. No. 22(7)/NBB/Security/2019 Dated :

र ष ट र य प र द य ग क स स थ न प द च च र क र क क ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Karaikal Union Territory of Puducherry

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M.

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

BANK OF BARODA GREATER MUMBAI ZONE MUMBAI

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

BALMER LAWRIE & CO. LTD.

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

TENDER DOCUMENT FOR SECURITY SERVICES INSTITUTE OF HOTEL MANAGEMENT, CATERING & NUTRITION LIBRARY AVENUE, PUSA, NEW DELHI

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

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

NATIONAL INSURANCE ACADEMY BALEWADI, PUNE

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

: /1/2/2013/05 : 6/4/2015 No. 32-W-11/1/2/2013/05 Dated : 6/4/2015 / TENDER NOTICE

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

Notice Inviting Application (NIA)

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

THE HANDICRAFTS AND HANDLOOMS EXPORTS CORPORATION OF INDIA LIMITED., CHENNAI

APPAREL EXPORT PROMOTION COUNCIL

OF THE GENERAL MANAGER CHANCH/VICTORIA AREA

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

NATIONAL INSTITUTE OF FASHION TECHNOLOGY, BENGALURU.

Ref. No: NIEPMD/ESTATE 6(9)/

KERALA TOURISM DEVELOPMENT CORPORATION LIMITED THIRUVANANTHAPURAM KTDC/CM/UF/10 18/06/2010 TENDER NOTICE FOR THE SUPPLY OF UNIFORM CLOTHS

Tender Notice for security services

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

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

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

MAULANA AZAD NATIONAL URDU UNIVERSITY (A Central University established by an Act of Parliament in 1998 POLYTECHNIC BANGALORE TENDER DOCUMENT (B)

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

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

BALMER LAWRIE & CO. LTD ASSOCIATE SERVICES, 32, SATTANGADU VILLAGE MANALI, CHENNAI PHONE: / 542 FAX:

AUCTION NOTICE. The sealed offer should be submitted in the office of SBTE. No offer will be accepted beyond the date and time mentioned as below.

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

INDIAN INSTITUTE OF SCIENCE BENGALURU

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

Bharat Heavy Electricals Limited

Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.) TENDER DOCUMENT FOR

TENDER NOTICE NO.01/2016. Sub: Providing Security Services on Contract basis

Transcription:

CENTRAL COALFIELDS LTD OFFICE OF THE PROJECT OFFICER PUNDI PROJECT, UNDER KUJU AREA No. PE (E&M)/Pundi/T.N/17-18/22 Dated: -25-04-2017 TENDER NOTICE Wax sealed tender are invited from reputed and experienced contractor s for undertaking the below mentioned Work in Pundi Project, Kuju Area Central Coalfields Limited 1. Detail of Tender Sl.No Description Estimated Value 01 Renovation and heightening of 11KV O.H. line at near coal stock yard feeding power to Pundi substation of Pundi Project under Kuju Area. 1,90,447.00( Including service tax ) EMD 01% of Estd. Cost Completion Period Cost of tender paper.(non refundable) 1904.00 15 days Rs.115.00 per set. 2. Time Schedule of tender:- Date of selling of tender Paper: 08-05-2017 to 15-05-2017 Date of submission and time tender 16-05-2017 (12.30 PM) Date of opening of tender 16-05-2017 at 03.30 PM Place of opening of tender: P.E. (E&M) Office CCL Pundi Project Tender documents can be had from the office of the PO, Pundi Project CCL, Kuju Area from cash office on any working day on payment of Rs.115.00 only which is not refundable. No postal order/cheque will be accepted. Tender documents can also be downloaded from the CCL Website www.centralcoalfields.in & cost of the Tender documents and earnest money may be deposited in shape of demand draft in favor of Central Coalfields Limited, Kuju Area. Cost of tender paper to be deposited with Sr. Cashier Pundi Project on any working day during office hours from 08-05-2017 to 15-05-2017 3. Payment of EMD:- The Requisite Earnest Money indicated against the work shall be deposited in shape of Bank draft drawn in favors of Central Coalfields Limited, Kuju Area payable at STATE BANK OF INDIA, Kuju Branch, documents any for exemption of EMD is to be enclosed. 4. Eligibility Criteria:- A) Financial turnover Average annual financial turnover giving the last 03(Three) years ending 31 st march of previous year shall be at least 30% of the estimate value of the tender. B)Work expedience Experience of having successfully completed similar works as a prime contractor during last 07(seven) years ending last and day of the month previous to the one in which bids are invited, should be any of the following :- a) Three similar complete works costing of not less than amount equal to 40% of estimate cost OR b) Two similar complete works costing of not less than the amount equal to 50% of the estimate cost OR c) The one similar complete works costing not less than the amount equal to 80% of the estimate cost Definition of Similar works shall be: - O/H Line works. C) PAN The bidder should posses a Permanent Account Number (PAN) issued by income tax department. D) Sales tax / VAT/TIN registration The bidder should posses a certificate of registration issued by VAT/TIN/Sales tax authority. E) Service Tax Registration /exemption The bidder should posses a certificate of registration issued by service

tax deptt. A copy of the same is to be enclosed. Small service providers exempted from registration and /or exempted from payment of service tax should enclose a certificate from practicing Chartered Accountant having a membership. Such certificate a should be not be more than 01 (one) year old on last date of submission of bid. F) Acceptance of terms and conditions - The bidders are to accept all the terms and condition of the NIT in particular and general terms and condition of CCL in general. G) Electrical License (for Electrical Work) The bidder should posses electrical license for performing Electrical contractual work, 5) Submission of Bid: Part -1/ cover-1/envelop-1 ii) Contractor s letter of bid duly signed by the bidder or an authorized person of bidder in the latter head of bidder firm. II) Earnest money in the form of demand draft as detailed in clause no.3 or document in support of exemption of EMD. III) Copy of documents, self certified as below; a)financial Turnover as per Cl. 4 (A) b) Works Experience as per Cl. 4 (B) c) PAN as per Cl. 4 (C ) d) Sales Tax/VAT/TIN as per Cl. 4 (D) e) Service Tax Registration / Exemption as per Cl. 4 (E) f) Declaration in respect of acceptance of terms & condition as per Cl. 4 (F) g) Electrical contractor license as per Cl.4 (G) h) NSIC/MSME IV) An affidavit duly notarized an per annexure A Part -2/ cover-2/envelop-2 Price bid rate should be quoted item wise duly typed/printed/written in BOQ/OR on letter of bid in the bidder s letter head and duly signed. Rate quoted by the bidder shall be inclusive of all taxes but excluding service tax. 6) If the tenders are not accompanied with above documents in part I, they may be out rightly rejected and the 2nd envelope, i.e. Part-II containing their commercial bids will be not be opened. Tender accompanied with all the above documents in part-i shall only be considered as valid for opening of part-ii, which will be opened on the other day after scrutiny of part-i. 7) The tender should be valid for six months from the date of opening. 8) Tendered shall submit their tender strictly as per our terms & conditions. 9) Were issue of tender documents to the intending bidders will not mean that they have fulfilled the requisite qualifications. The eligibility & other qualification criteria will be examined at the time of evaluation of part-i of tender. 10) Other details may be obtained from the detailed tender documents. 11) Documents once submitted shall be final and no correspondence with regard to lacking documents shall b e made with the renderers. 12) The CCL reserves the right to accept or reject any or all tenders and to distribute the work among more than one tendered without assigning any reason whatsoever. 13) Not withstanding anything stated above, the CCL reserves the right to access the capacity and capability of the bidders and to relax the minimum eligibility criteria of the bidders, if the bidders and to relax the minimum eligibility criteria of the bidders, if the situation so warrants. 14) The decision of the CCL in awarding the work shall be final and cannot be subjected to arbitration. Project Engineer (E&M) Pundi Project Distribution: 1) G.M. (E&M), CCL, RANCHI 2) G.M (K) Kuju Area 3) G.M.(System) CCL Ranchi 4) AFM (K) Kuju Area 5) S.O. (E&M) Rajrappa Area, Barka-Sayal, Argada, Hazaribag, Dhori, N.K, Kathara, B&K, Rajhara & Piparwar for displaying the same in notice board 6) All PO s Kuju Area. 7) All P.E. (E&M) Kuju Area. 8) Cashier, Pundi Project 9) NOTICE BOARD OF Pundi Project

TERMS AND CONDITION Ref. - Tender Notice No. PE (E&M)/Pundi/T.N/17-18/22 Date.25-04-2017 01 Item wise quantities required are giver in the bill of quantity (Part-II) Tenders are required to quote their Offer as against each of the item/ quantity 02 The work has to be completed in all respect within 21(Twenty one) days time form the date of receipt of Agreement / work Order or from the date of handing over of site to start the work. 03 100% payment after deduction of security money shall be within 15(Fifteen) days time on submission of bill by the contractor after completion of work. 04 Paying Authority: Area finances Manager (K) Kuju Area. 05 Payment shall be made on the basis of work executed and as per the entries records in the Measurement book 06 Running bill (s) for the work executed shall be submitted by the contractor and payment will be made by crossed check from the office of the Area finance Manager, Kuju area, after due verification of bill (S). 07 Income tax /VAT shall be deducted from the bills (s) of the contractor as applicable from time. 08 Contractor having service tax registration certificate would be liable to pay 50% amount of service tax and rest 50% will be paid by the company. 09 Penalty shall be imposed after the due date of completion of work, if not completed in time @0.5% per week, maximum up to 5% of awarded value. 10 The security money will be 10% of the total value of work and after making adjustment of Earnest money already deposited by the successful tenderer, the balance amount of security money will be recovered from their bill (s). 11 The contractor has to give a written guarantee for the work done by them and materials supplied by them for a period of six months after completion of work and the security money will be refunded to him after successful completion of Guarantee period. 12 In case of failure on the part of contractor in complying any instructions as laid down in work order/terms and conditions and issued by the concerned Project/Area Management of CCL, the security money shall be forfeited claim for refund of security money shall be considered. 13 The work shall be carried out under the supervision of the contractor and under the guidance of Project Engr. (E&M) Pundi 14 Inspection will be carried out by the P.E (E&M) Pundi Project 15 The materials which are to be supplied by the contractor should be got approved by the Engr.In charge of the site. All materials should be of tested quality. 16 The contractor will have to arrange for his own cutting set, welding set etc. However Electricity if required, will be provided and charges for the same will be borne by the contractor at the4 approved rate. 17 Tools and tackles and necessary manpower for the job have to be provided by the contractor. 18 Workmen shall be deployed directly by the contractor, who shall be responsible for paying all dues to the Workmen employed by him and the administration will stand indemnified all claims and liabilities arising out of such employment whatsoever. 19 The contractor shall pay to his workmen according to NCWA accepted by the Government or any other Law as applicable from time The wages shall be paid on the of the representative Management. 20 The contractor shall familiarize himself and fully comply with the provisions of the Acts /Regulations/Laws & Orders of the Local Authority/Municipality/State Government /Central Government applicable to the work, e.g. payment of wages Act. Workmen compensation Act. Contractor Labour (Regulation & Abolition) Act. or any other Rules/Acts which will come in force be the Government during contract period and shall be fully responsible liable for the due observance of the CCL shall have no responsibility/liability whatsoever on these accounts and the contractor shall fully indemnify the CCL Management against any claim/dispute/reference/award etc. arising out of the same. 21 A register shall be maintained by the contractor for the workmen engaged. 22 The CCL shall not be responsible in any way for the injury sustained to the contractor s workmen Staff and Others, minor or fatal, in the course of execution of work. 23 In the event of any dispute arising out during execution of work, the decision of the General Manager, Kuju Area shall be final and binding. ADDITIONAL SAFETY PRECAUTIONS TO BE TAKEN UP BY THE PARTY:-

01 For electricity works, the job should be done as per Indian electricity Rules with safety Accessories like, using ladders, insulated hand gloves, safety belts, discharging rod and Earthling devices etc. 02 Proper shut down should be taken from the concerned Engineer/supervisor before working on power line 03 The supervisor/electrical Supervisor deployed by the contractor must instruct and guide their workers before starting the job and he should supervise the job under the control of engineer In charge of CCL. 04 Wherever power supply is used by the contractor for welding or any other equipment/appliances, proper permission should be obtained from the concerned project engineer and safety precautions should be taken while use of electricity as per the Indian electricity rules. 05 While working on heights safely belts should be used by the persons, scaffolding should be used for protection of the workers working below the job while working on heights. 06 Wherever necessary, fencing should be used and instruction should be displayed for do or don t. OTHER TERMS & CONDITIONS:- 01 The work is to be carried with diligence all work executed is to be done in a workman like manners subject to the approval of Project Eng. GM unit for the time being whose decision as to rate of progress and quality of work or material shall be final and binding. 02 The quantity of work executed shall be measured and payment made at least once in a month andon the completion of work or termination of the Agreement final measurement will be made and the account adjusted accordingly. 03. The project Engr (E&M) may put an end to this agreement at his option at any time, and in the case of bad work or material, the PE (E&M) may remove the same and have it replaced, deducting the value of work rejected or material of the cost of material of the cost of replacing k the same, as he may think proper from any due, or that may become due to the contractor. 04 In case of stoppage of work through fault of contractor, the contractor agree to remove all material from site of work, and that no material or plant or erections (such as sheds, kilns, mills etc) are to be paid for. The corporation shall not be required to take over any material whatever except what is included in the finished work. 05 The contractor agree to abide by the specification which the PE(E&M) Pundi may issue with this work order. 06 No work is to be commenced anywhere till the work order has been signed by the competent authority and till a company of it has been given to the contractor 07 The contractor is not permitted to sublet the subject work mentioned in the work order to any other contractor, unless he has first obtained the permission of the PE (E&M) Pundi to do so. Any information of this condition will result in the work order being cancelled and the claim of as sub contractor will not be recognized. 08 The work is subject to stoppage at a week s notice and the company will under no circumstances refund to the contractor signing the work order, any loss incurred from 09 advances made to coolies or any other labour or temporary hutting. Material actually delivered at site of work will only be paid for. 10 The contractor in addition to any indemnity provided by law shall indemnify the company against all liabilities whatsoever to any compensation under the workman s compensation Act 1923 or any amending act in respect of any accident to any workmen employed by or under the contractor or to pay compensation in respect of any claim arising out of the course of work contemplated by this contract whether made or preferred by or on behalf of workmen of the company or of the contractor or of any other contactor o0f the corporation or any other company, firm or person whatsoever against all costs, charges and expenses incurred or suffered by the company in or about any such matter. 11 All approved work will be paid for on a/c in accordance with the rates specified and agreed to this 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 be absolutely forfeited if the con tractor fail to act in accordance with the terms and conditions of the specification. a. The contractor shall indemnify the company against all claims for compensation under the provision of the workmen s compensation Act 1923 (VIII of 1923) by or in respect of an workman employed by the contractor in carrying out this contract against all cost s and expenses incurred by the company in connection there with an (without prejudiced to any other means of recovery ) the corporation shall be entitled to deduct any money due or to become due to corporation ( whether under this contract or under any other contract) all money paid or payable by the corporation by way of compensation aforesaid or cost of expenses in connection with any claim thereto and the contractor agreed that the decision of GM(Kuju) as to sum payable by the contract or under the provision of this clause shall be final and conclusive. 12 The bidder may visit the concerned Project and inspect the site or the equipment after taking due permission of PE(E&M) Pundi Project.

Bill of Quantity Renovation and heightening of 11KV O.H. line at near coal stock yard feeding power to Pundi sub-station of Pundi Project under Kuju Area. S.N. Description Qty Rate Amount 01 Erection of pole of following length in cement concrete 1:3:6 (1 cement: 3 coarse sand: 6 graded stone aggregate 40mm nominal size) foundation including excavation and refilling etc. as required. Above 10.00 meter and up to 12.00 metre 02 Supplying and erection of bow stay set complete (galvanized)with 19/20 mm dia X 1.8 meters long stay rod, anchor plate of size 45 cm X 45 cm X 7.5 mm, thimble, stay clamps, turn buckle( 20 mm X 60 cm ), 7/ 4.00 mm dia G.I. stay wire and strain insulator etc in cement concrete 1:3:6 (1 cement : 3 coarse sand: 6 graded stone aggregate 40 mm nominal size ) foundation including excavation and refilling and also with 0.6 m long brace of size 50 mm X 50 mm X 6 mm angle iron with 50 mm dia pulley fixed at one end of the brace as required. 03 Supplying and erection of 11 KV pin insulator complete with large steel head G.I. pin, nuts, washers etc. as required. 4 Nos 11 Set 6 Nos 04 Supplying and erection of 11 KV disc insulators for 11 KV overhead 12 Nos lines with galvanized insulator fittings, ball and socket typeand complete with galvanized strain clamps, bolts, nuts, washers etc. as required. 05 Supply of G.I. wire 60 Kgs 06 Erection of G.I. Wire No. 8 SWG including binding etc. as required 60 Kgs 07 Erection of ACSR conductor of 7/3.35 mm to 7/4.00 diameter and above including binding etc. as required. 190 Kgs 08 Supplying of two lengths of channel iron 75 mm X 40 mm X 6 mm(7.14 8 Nos kg per meter) double pole cross arm for three wire 11KVover head line conductors complete with through bolts and nuts for clamping to the poles, 50 mm X 6 mm M.S. flats welded on one side to the channel iron and with bolts and nuts on the other side for tying the cross arms together, including drilling holes for insulator pins/ fittings, bolts, nuts and washers etc (as per drawing)and painting with primer and finish paint as required 09 Supplying and erection of a set of cross bracing FRL Same work for 11 8 Nos KV over head line double pole structure having four members fabricated out of 50 mm X 50 mm X 6 mm angle iron to form a rectangle of minimum size 1400 mm width X 2500 mm height, complete with 50 mm X 6mm M.S. flat iron clamps, bolts and nuts including drilling holes for insulator pins, bolts and nuts etc (as per drawing) and painting with primer and finish paint as required. 10 Dismantling of pole/ street light standard/ strut embedded in cement 2 Nos concrete foundation etc. as required. 11 Cost of painting of poles 10 Mtr 8 Nos Total Service Tax on 70% of Total Value @15% Grand Total Grand total in words Signature with seal of tenderer PE (E&M) Pundi Project

Annexure-A AFFIDAVIT FOR UNDERTAKING (To be submitted by the Bidder duly notarized during submission of bid ) 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 Bid Notice 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 Limited. * (If so, furnish the name, designation & place of posting of employee of CCL and name of the Bidder/partners/directors, who are relative of the employee of CCL) 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. *I/We have submitted particulars of existing Sales Tax / VAT registration. We also undertake that Certificate of Registration with appropriate Sales Tax / VAT Authority where the work will be executed shall be arranged before any payment is made to us. 7. 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. 8. *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. * Delete whichever is not applicable. 9. ** 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)] ** Delete whichever is not applicable. 10. If any information and document submitted is found to be false/ incorrect at any time, department maycancel 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. 11. (a). I/We are not engaging and will not engage any child labour in any of the activities for which I/We are participating in the tender. (b). If it is reported and proved that child labour is engaged by me/us, then I/We will be penalized 10% of the contract value and will be blacklisted. Signature of the Bidder Dated... (In case of JV signature of all partners of JV)