cmpdi A Mini Ratna and ISO 9001 Company

Similar documents
cmpdi A Mini Ratna and ISO 9001 Company

cmpdi A Mini Ratna and ISO 9001 Company

cmpdi A Mini Ratna and ISO 9001 Company

Tender Notice/Quotation Enquiry NOTICE INVITING TENDER FOR SUPPLY OF WOODEN SLEEPERS AT CMPDI, RI V, BILASPUR (CG)

Tender Notice/Quotation Enquiry

EXTENSION NOTICE (व स त र स चन )

Tender Notice/Quotation Enquiry NOTICE INVITING TENDER FOR PROCUREMENT OF BATTERIES AT CMPDI, RI V, BILASPUR (CG)

Central Mine Planning & Design Institute Limited

HOD (PMS) RI-V, CMPDI, Bilaspur.

EXTENSION NOTICE (व स त र स चन )

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

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

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

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

BHARAT COKING COAL LIMITED

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

Signature of Authorized Signatory with Company Seal द न क:21/08/2014. स ख य :REC/IT/COMPUR(laptop)/93/06

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

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

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

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

भ. क. अन. प. - र ष ट र य म थ न अन स ध न क द र

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

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

न गम त स व ए ववभ ग. ENQUIRY.No.BOM/CSD/STN/ 05 / NOTICE INVITING TENDER (NIT)

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

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

Special Instructions:- To,

एन.एल.स इ डय ल मट ड NLC India Limited (Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

NOTICE INVITING e-tender Contract for providing 02 no. Telephone Operator at JNCH.

एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

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

OF THE GENERAL MANAGER CHANCH/VICTORIA AREA

र ष ट र य फ शन ट क न ल ज स स थ न, क लक त क न द र

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

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

ग र घ स द स व श व द य लय, ब ल सप र (छ.ग.)

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

भ रत य कप स न गम ल लमट ड

BURN STANDARD CO. LTD.

BURN STANDARD COMPANY LIMITED

INDIAN INSTITUTE OF SCIENCE BENGALURU

न वद क द त व ज TENDER DOCUMENTS

ग र घ स द स व श व द य लय, ब ल सप र (छ.ग.)

NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase - III Near Govindpuri Metro Station New Delhi

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

SECTION- I INSTRUCTION TO BIDDERS

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

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

भ रत य व न श एव अन स ध न स स थ न भ प ल

ग व शपय डर ल मट ड. Sub: Bi-Annual Rate contract for Empanelment Of Chemist and Druggist

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

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

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

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

Central University of Orissa

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

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

No. CUK/Tender/ /FW Renewal/4 Date: TENDER NOTICE FOR RENEWAL LICENSE OF CYBEROAM CR750IA UTM FIREWALL THROUGH E-PROCUREMENT MODE

INVITATION OF QUOTATION FOR INSTALLATION OF TELEVISION SETS IN THE CONFERENCE HALL

Bank Note Paper Mill India Private Limited, Mysore

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

National Bank for Agriculture and Rural Development

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

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

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

भ रत य व ज ञ न श क ष ए अन स ध न स स थ न भ ऩ ऱ

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

OF THE GENERAL MANAGER CHANCH/VICTORIA AREA

Tender enquiry for supply of seeds of Taiwan Red- Lady-786 Gyno-dioecious variety of papaya.

F. No / Date: Notice Inviting E-Tender

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

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

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER FOR DISPATCH OF AGM NOTICE AND ANNUAL REPORT TO SHAREHOLDERS THROUGH COURIER SERVICES. Tender invited by

Tender Document. T e n d e r N o.: 253-ITPO (9)/ST/ TENDER. for

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

कममच र र ज य ब म न गम (क ष त र य क य मऱय) Employees State Insurance Corporation (Regional Office)

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

ENQUIRY NO: MISC/2361/PT/2016/NIOH Dt:

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR.

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

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT Assam Regional Office G.S. Road, Sarumotoria Dispur, Guwahati

NIT NO: NIWE/PUR/17/93/17 DATE:

ग घ स द स व व व य लय, बल सपर (छ.ग.)

TECH / 120 Days from the date of opening of the enquiry Contract Period

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

Ref. No. e-tender Notice - NITJ/PUR/Furniture/34/18/e-Tender No. 19/2018. Please find enclosed herewith the following:

र य फ शन ट न ल ज स थ न, क लक त क

(ISO 9001:2008 CERTIFIED)

ESTATE DEPARTMENT. E-Tender for Supply of Electrical Material for YASHADA

र ष ट र य ब ज न गम न नमट ड क ष त र य क य य : प ण अमर वत पर उप ब ध गभग 148 प ड़ क कड़ड़य एव 574 ब स क बबक र ह त न बवद

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

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

CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) for the

Quotation document for supply, installation and commissioning of Different Hardware and/or Software

faona Phone: , , (fax) Website:

BHARAT SANCHAR NIGAM LIMITED (A

Transcription:

cmpdi A Mini Ratna and ISO 9001 Company स न ट रल म ईन प ल न नए ड ज इन इन ट ट ट य टट.ल क ल इ ड य ललल ट क अन ष ग क म पन भ त रतक त क कक ल क पप क ष त र य र स थ न-5,करईर कल क म पल र, र प त, लल रप त 95500 Central Mine Planning & Design Institute Limited A Subsidiary of Coal India Ltd/ A Govt. of India Public sector Undertaking CIN:U14292JH1975GO1001223 RI-V, SECL Complex, Seepat Road, Bilaspur (CG)- 495006 ई- ल / e-mail: rdri5.cmpdi@coalindia.in Tender Notice/Quotation Enquiry NOTICE INVITING TENDER FOR PROCUREMENT OF SMOKE DETECTOR AT CMPDI, RI-V, BILASPUR (CG) Tender Enquiry No: RV/PMS/NIT/55/16-17/366 Dated: 03.01.2017 1. Name of the work: Sealed tenders in two parts are invited from eligible bidders for Supply of Smoke Detector at CMPDI, RI-V, Bilaspur (C.G). 2. Issue of tender forms: 11am to 4.00 pm on all working days and from 11.00 am to 1.00 pm on Saturday from 04.01.2017 to 21.01.2017 at the office of HOD (PMS), RI-V, CMPDI, Seepat Road, Old SECL Building, Bilaspur, (C.G.) on payment of the prescribed cost of tender document. 3. Last date of submission of offers: Up to 3.00 pm on 23.01.2017 4. Place of Submission of offers: Office of the HOD (PMS) RI-V, CMPDI, Bilaspur. 5. Due date of opening of part I offer: At 3.30 pm on 23.01.2017 6. Place of opening of tender : Office of the HOD (PMS),RI-V, CMPDI, Bilaspur. 7. Down loading from website: The tender document can be down loaded from our web site www.cmpdi.co.in. In case the document is down loaded from Website, the tender document cost shall be paid through a demand draft in favour of CMPDI, Regional Institute, Bilaspur payable at any schedule bank at Bilaspur. This shall be kept in separate envelope super scribing Cost of Tender Document and to be submitted with ANNEXURE VII, of the NIT along with Part I of the offer. छ.ग Tel: 07752-246481-492 Fax: 07752-246481 Yours faithfully, Copy to: HOD (PMS) RI-V, CMPDI, Bilaspur. 1.Notice Boards at RI-V, CMPDI, Bilaspur, 2. HOD (Fin)/ Cash Section, 3. HOD (Env), 4. HOD (UG), RI V 5.MM Wing SECL, Bilaspur 6. RDs RI-I/II/III/IV/VI/VIII,7. CVO, CMPDI, Ranchi : For kind information 1

Central Mine Planning & Design Institute Limited A Subsidiary of Coal India Ltd/ A Govt. of India Public sector Undertaking CIN:U14292JH1975GO1001223 RI-V, SECL Complex, Seepat Road, Bilaspur (CG)- 495006 TENDER DOCUMENT Sealed tenders in two parts are invited from eligible bidders for procurements of items as mentioned below at RI-V, CMPDI, Bilaspur (C.G) Technical Specifications: SL Description of Item Technical Specifications No 1 SMOKE DETECTOR Enclosed in Annexure -1 1. Earnest Money Rs. 2,800.00 (Rupees Two thousand and eight hundred only)as Earnest Money is to be deposited in the form of A/c Payee Bank Demand Draft of any scheduled Bank in favour of CMPDI, Regional Institute- V, Bilaspur (CG). A/C payee Demand Draft should be submitted along with Part-I of the offer. The EMD of all bidders will be refunded as promptly as possible after opening of price bid and finalization of the tender. The bidders shall submit the mandate for E-payment as under Annexure V along with the Part-1 of the tender to enable the refund of EMD of unsuccessful bidders. EMD shall bear no interest. 2. Mode & Method of Submission of Tenders Tender must be submitted in sealed main envelope cover containing two separate sealed covers, Part- I and Part- II. The main envelope cover must be super scribed with the Tender name, Tender enquiry number and the date of opening at top of envelope and tenderer name & address at bottom left of envelope. All envelopes containing the tenders shall be properly sealed. Stapled envelopes are not accepted. The Tender is to be submitted in two parts viz. Part I and Part II in separate sealed envelope super scribed by part I and Part II Part- I: Envelope for Part-I of the bid shall consists the following i. Commercial and technical bid as per Annexure I of NIT. ii. iii. An affidavit as per Annexure III of NIT. Duly sealed and signed copy of NIT (on all pages) as a token of acceptance of terms and conditions of NIT along with the authorization to sign the tender documents in case the same are signed by a person other than owner / proprietor of the firm. iv. Copy of self attested PAN Card issued by Income Tax Department, Govt of India. v. Copy of self attested VAT/Sales Tax registration indicating TIN number or documentary evidence in case of exemption / short levi or concessional rate. vi. Self attested copies of eligibility / qualification criteria as per clause 6.e of NIT. vii. Duly filled up check list as per Annexure VI of NIT. viii. Demand draft for Rs.. towards EMD or documentary evidence for EMD exemption as per clause 8.l of NIT. ix. Demand draft for Rs 1000.00 towards cost of tender document along with annexure VII of NIT or documentary evidence for EMD exemption as per clause 8.l of NIT, in case of down loading from website. Note: Bids without Earnest Money & tender cost or documentary evidences issued by Govt. authorities according exemption towards submission of EMD/ tender cost will be out rightly rejected. Part- II: The second part of the tender shall consist of details of prices only as per annexure II of NIT. The price bids of only those tenderers whose offer in Part I is found to be techno commercially acceptable will be opened. 2

3. Validity Period of Tenders: The rates, terms and conditions offered shall be valid for a period of 120 days from the date of opening of the tender. 4. Submission of Tenders: Tenders will be submitted in tender box in sealed covers at the address:- Office of the HOD (PMS) CMPDI, RI-V, SECL Office Complex, Seepat Road, Bilaspur 495 006 (C.G) 5. Opening of Tender: The tender shall be opened at the office of HOD(PMS),CMPDI, RI-V, SECL Office Complex, Seepat Road, Bilaspur 495 006, at the time and date as given in the NIT. (If the tender is not opened on the above date due to unforeseen circumstances, then it will be opened on the next working date.) 6. SPECIAL TERMS AND CONDITIONS a. The prices quoted must be firm till delivery. The prices offered should be given preferably both in words and figures. b. Printed terms and conditions of the vendor shall not be considered. Tenderers are requested to submit their offer complete in all respects maintaining serial number of items, terms and conditions as per the tender documents along with all supporting documents failing which offer may not be considered and no further clarification on technical commercial aspects may be entertained. c. Payment terms are as per general conditions of contract and are enclosed with this tender notice. CMPDI has the provision of making e- payment of supplier s bills through Electronic Fund Transfer (EFT), If bidders want to get this payment through EFT mode, they requested to submit their mandate as per Annexure V in original Signature and stamp a long with Part -I of the offer. d. Normally no deviation is acceptable to our tender document & terms and conditions. Tenders which have deviations are liable for rejection without making any back reference to the tenderers. Submitted tenders must be complete in all respects. e. Basic Qualification: The bidder should be any of the following 1. Manufacturer of the tendered items (Proof of being a Manufacturer, duly self-attested is required to be submitted along with the quotation in the Part-I bid) 2. Authorized agent /Stockiest of the manufacturer (Documentary evidence of being the same along with the proof of Principle manufacturer being a Manufacturer duly self-attested is required to be submitted along with the quotation in the Part I bid) 3. Only those bidders who have successfully supplied the tender items or items of higher specifications in the recent past to any Central/ State Govt organization, Semi Govt, PSU, and reputed private organizations are eligible to participate. Self-attested copies of order received from such organizations for the quoted items or items of higher specifications should be submitted along with the quotation in the Part-I bid. Also an undertaking on the Letter Head of the bidder that the supply order(s) have been successfully executed is required to be submitted. 4. The tendered items to be offered by the bidder should be ISI marked 5. The bidder should currently hold Rate Contract with CIL or its Subsidiaries for supply of the tendered items to be offered by the bidder. 6. The bidder should currently hold Rate Contract with DGS&D for supply of the tendered items to be offered by the bidder. 7. The bidder should have valid DGMS approval for the tendered items to be offered by the bidder. In case DGMS approval is indicated elsewhere in the NIT, then in such case DGMS approval shall be considered as a mandatory document. 3

OR 8. The bidder should be the Proven Ancillary unit of CMPDIL for the tendered items to be offered by the bidder. Note: i. In a tender, either the authorized Selling Agent/ Dealer/ Distributor on behalf of the Principal/ OEM or Principal/OEM itself 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 behalf 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. f All disputes are subject to Bilaspur (C.G.) Court Jurisdiction only. 7. GENERAL TERM AND CONDITIONS FOR SUBMISSION OF OFFERS a. The complete offer should be typed/hand written on the letter head of the tenderers. If firm s letter heads are not sufficient to accommodate technical and pricing details, preferably bigger papers should be used, such sheets along with other pages of the offer should be signed and stamped by company s authorized representative/official. b. Quotations, erased and over written, will be summarily rejected unless corrections are authenticated with the tenderer s signature. c. CMPDI reserves the right to reject or accept or withdraw or cancel the tender in full or part as the case may be without assigning any reason thereof at any point of time. Tenderers are advised to carefully note that the deviation in these terms will not be entertained. d. Bid evaluation:- Parties are required to submit their offers for all the items or for some of the items as per Price Bid format (Annexure-II). However bids shall be evaluated on individual item wise /overall lowest (L-1) rate basis. e. Bidders are required to submit the notarized affidavit as per annexure III with part I of the offer. 8. OTHER TERMS AND CONDITIONS a. Prices: - Rates shall include all taxes, duties, levies, insurance, packing and forwarding, transport, and delivery at, CMPDI, RI-V, Bilaspur (CG). If specifically not included in the offer, it will be assumed that these are included in the offer. b. Payment:- 100% payment will be made within 21 days after supply of materials & submission of bill and acceptance of materials by the consignee. c. Delivery Schedule: - The delivery schedule shall be 30 days from the date of supply order. d. Guarantee / Warranty: - Warranty period shall be as per manufacturer s norms or at least 01 year minimum whichever is higher. The supplier should be responsible for any defects that they develop under the conditions provided for by the contract and under proper use, arising from faulty materials, design or workmanship and 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 equipment, such replacement or renewal should be made by the supplier without extra cost to RI-V, CMPDI, Bilaspur. A certificate in this regard will be submitted along with the bill. e. Installation / Performance: - The supplier shall deliver the instrument at RI-V, CMPDI, Bilaspur. The installation shall be carried out at Environment Lab. Kusmunda, CMPDI by the supplier at their cost, including any material required for installation and demonstration with in a period of 15 days from the date of delivery at RI-V, CMPDI, Bilaspur. The satisfactory performance of the equipment and analysis shall have to be demonstrated by the supplier before final acceptance of the equipment. 4

f. Inspection:- Inspection of material will be carried out at our Store after supply of materials. If materials are not as per our specifications the same will be rejected and supplier shall replace material at their own cost. g. Paying authority: The HOD (Finance), Regional Institute-V, Bilaspur (CG) h. Consignee: Regional Director, RI-V, CMPDI, Bilaspur. i. Place of Delivery: CMPDI Store, Shed No: 3 RI_V, CMPDI, SECL Complex, Seepat Road, Bilaspur -495006 (C.G). j. Demonstration and Training: The demonstration and training shall be carried out by the supplier representative at their cost, including all materials required for demonstration within a period of one month from the date of delivery. The satisfactory performance of the system shall have to be demonstrated by the supplier before final acceptance of the equipment. (Optional) k. Security Deposit:- In case the ordered value is more than Rs.1,00,000/- a security deposit of 10% of the ordered value after adjustment of EMD deposited shall be given. The value of Security Money to be deposited by the successful tenderer in the form of Bank Draft / Bank Guarantee of any scheduled Bank in favour of CMPDI, Regional Institute -V, Bilaspur (CG) within 15 days after receipt of supply order. The security deposit will be returned after successful supply of the material and on application. Security deposit will not carry any interest. l. EXEMPTION FROM EMD/SECURITY DEPOSIT: Submission of EMD, Security Deposit and Cost of tender documents is exempted in case of the following: Central / State Government ganization / PSU. i. Firms registered with NSIC / DGS&D for tendered item(s) against submission of valid registration certificate. Copies of DGS&D / NSIC Registration submitted by the Bidders should be self-attested and duly notarized. ii. Firms registered under MSME Development Act 2006 as Micro or Small Enterprise for the tendered item(s) are exempted from submission of EMD only. Copy of MSME registration submitted by the Bidders should be self-attested and duly notarized. NOTE: However, NSIC Registered firms shall be exempted from Security Deposit only up to their monetary limit, if any, indicated in the NSIC registration certificate. In case value of order placed is above such monetary limit indicated in the registration certificate, the successful Bidder shall have to furnish the Security Deposit over and above such monetary limit. m LIQUIDATED DAMAGES CLAUSE: In the event of failure to deliver/dispatch the equipment/stores within the stipulated date/period in accordance with the terms and conditions and the specifications mentioned in the supply order and in the event of breach of any of the terms and conditions mentioned in the supply order, CMPDI, shall be entitled at its option to enforce the following: i. To recover from the successful Bidder as agreed Liquidated Damages, a sum not less than 0.5%(Half Percent) of the price of any stores which the successful Bidder 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% (TEN Percent). Where felt necessary the limit of 10% can be increased to 15% at the discretion of Head of the Materials Management Division. ii. To cancel the supply order or a portion thereof, and if so desired to purchase the stores at the risk and expenses of the defaulting supplier and also/or iii. To purchase elsewhere after notice to the successful Bidder on the account and at the risk of the defaulting supplier, the equipment/stores not supplied or others of similar description without cancelling the supply order in respect of the consignment not yet due for supply/or iv. Whenever under this contract any sum of money is recoverable from and payable by the supplier, CMPDI Ltd., shall be entitled to recover such sum by appropriating in part or in whole by deducting any sum or which at any time thereafter may become due to the successful Bidder in this or any other contracts. Should this sum be not sufficient to recover the full amount recoverable, the successful Bidder shall pay on demand to CMPDI the balance amount. The supplier shall not be entitled to any gain on any such purchase. 5

v. To extend the period of delivery with or without Liquidated Damages as may be considered fit and proper. The Liquidated Damages, if imposed, shall not be more than the agreed Liquidated Damages referred to in para (i) above. vi. To forfeit the security deposit fully or in part. n. Full CST will be applicable for the tendered items and C-from will not be issued by RI-V, CMPDI, Bilaspur to the supplier as it is not available with RI V, CMPDI. o. The tender should be submitted strictly in line with the check list as in Annexure VI of NIT. Any shortcoming or non-compliance may result rejection of the bid summarily. Signed copy of Annexure VI shall be enclosed in Part I of the bid. HOD (PMS) RI-V, CMPDI, Bilaspur 6

Sl. No. Part I Commercial & Technical Bid (To be submitted on the letter head of the bidder along with Part I) TECHNICAL PARAMETERS / SCHEDULE OF REQUIREMENTS Specification / Description Qty. Required ANNEXURE I Make /Model Offer by the party 1 SMOKE DETECTOR 05 Nos. i) Type: Dual Chamber Ionization & Photoelectric ii) Connectivity: Standalone iii) Alarm Sound Level: 85dB or Higher iv) Low Battery Warning System Note: Catalogue containing detailed technical specification of quoted model should be enclosed. Place: Person: Date: Full Signature & Seal of the Authorized 7

Part -II FORMAT OF PRICE BID (To be submitted by the bidder in his own letter head) Sl. No. 1 Description SMOKE DETECTOR Basic Price Ex-Works Packing & Forwarding *Excise Duty **VAT/CST Other Charges ( if any) Total Unit Cost (FOR Destination) Quantity 05 Nos. Total Cost ( ) *Applicable in case of manufacturer / 1 st and 2 nd stage dealer. Bidders are required to enclose registration document with price bid. ** Full CST will be applicable for the tendered items and C form will not be issued by RI V, CMPDI, Bilaspur to the supplier as it is not available with RI V, CMPDI. Place: Date:- Full Signature & Seal of the Authorized person: 8

ANNEXURE- III PROFORMA FOR AFFIDAVIT TO BE SUBMITTED BY BIDDER WITH PART-I On Non Judicial Stamp Paper (minimum value of Rs.10). AFFIDAVIT I/We, ---------------------------------------------------- ------*(Partner/Legal Attorney/ Accredited Representative) of M/s -----------------------------------------------------, solemnly declare that: 1. I/We am/are submitting Tender for the Work for supply of Smoke Detector at CMPDI, RI-V, Bilaspur against Tender No RV/PMS/NIT/55/16-17/366, Dated 03.01.2017 2. All information furnished by me/us in respect of fulfilments of eligibility criteria and qualification information of this Tender is complete, correct and true. 3. None of the partners of our firm is relative of employee of Central Mine Planning & Design Institute. 4. If any information furnished by me/us in support of the information furnished by me/us is found to be false/incorrect at any time, the department may cancel my Tender and action as deemed fit may be taken against me/us, including termination of the contract, forfeiture of Earnest Money and banning/ delisting of our firm and all partners of the firm for a minimum period of 01 (one) year. 5. I/We have never been banned or delisted by any Govt. or Quasi Govt. Agency or any Public Sector Undertaking. 6. All documents / credentials submitted along with this tender are genuine, authentic, true and valid. *Strike out whichever is not required Signature & Seal of Notary Full Signature of the Authorized person Dated---------- Note: - This affidavit is to be given in non-judicial stamp paper of Rs. 10/- only 9

ANNEXURE- IV (To be filled and submitted with the tender in the letter head of the bidder) Ref.:- Dated: - /../ To, The HOD (PMS) CMPDI, RI-V, SECL Complex, Seepat Road, Bilaspur (CG) Ref.:- Your NIT No.:- RV/PMS/NIT/55/16-17/366, Dated 03.01.2017 Dear Sir, With reference to the above referred NIT we are pleased to offer you our lowest quotation with the following details. 1. Name and Full Address of the firm 2. Type/Status of the firm: (Indicate whether Company / Partnership firm/ Proprietorship firm, etc) 3. Name & designation of the person authorized to sign the tender documents: (Please submit the copy of authorization with signature duly attested in case the tender is signed by person other than the proprietor / owner of the firm) 4. We have submitted schedule of requirement & technical Bid as per Annexure-I 5. We have submitted signed and stamped copy of all the pages of NIT terms and conditions as token of acceptance of commercial & general terms and conditions of NIT. 6. Our TIN No. is (Photo copy proof attached) 7. Our PAN No is.(photocopy of PAN card enclosed) 8. We have submitted Price Bid as per format mentioned under Annexure-II. 9. We have submitted e-payment as per Format- Annexure-V. 10. We have submitted Affidavit as per Annexure-III. 11. Our Registered E-mail ID (Please indicate your firms registered E-mail ID) 12. Our Contact Number: Full signature & Seal of the authorized person Name: 10

To The Regional Director, Regional Institute, CMPDI Seepat Road, SECL Complex Bilaspur (CG) Format for e-payment Ref: - Authorization of all our payment through electronic fund transfer system/rtgs/cbs/intra Bank Transfer. ANNEXURE V We, hereby authorize CMPDI 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 detail for facilitating the payments are given below. (TO BE FILLED IN CAPITAL LETTERS) 1. Name of the Beneficiary: 2, Address:.. City PIN CODE e-mail ID.. Telephone No. (with STD Code) 3. Bank Particulars:- Bank Name :- Branch Name Bank Branch Code Branch Address..PIN CODE.. Telephone No. (With STD Code) FAX No. (With STD Code).. 4. 9 Digit MICR Code of the Bank Branch (Enclosed copy of a cancelled cheque): 5. 11 Digit IFSC Code of beneficiary Branch: 6. Bank Account Number: 7. Bank Account Type (Tick One): SAVING /CURRENT/ LOAN/ CASH CREDIT/ OTHERS (If Other, Specify) 8. Permanent Account Number (PAN): 9. CMPDI Vendor Code: I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not effected 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. SIGNATURE (AUTHORISED SIGNATORY) Name Date.. (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. SIGNATURE (AUTHORISED SIGNATORY) Name Date (Official Stamp) 11

Annexure VI CHECK-LIST Type of Document Details Yes/No 1) EMD DD No. Dated Amount Rs. NSIC/MSME Certificate No: Date.. (attached) 2) PAN Card Attach self-attested Copy of PAN Card issued by income tax department. 3) VAT/Sales Tax Registration Attach self-attested Copy of VAT/ Sales Tax registration or CST registration as the case may be. 4) Commercial and Technical Bid Attach Commercial & Technical bid as per Annexure- I of NIT. 5) Affidavit Attach an Affidavit as per Annexure III of NIT. 6) Signed copy of NIT Attach duly sealed & signed copy of NIT (on all pages) as a token of acceptance of Terms & Conditions of NIT. 7) Authorization Attach authorization to sign tender documents. 8) Eligibility/Provenness Criteria Self-attested copies of Eligibility / Qualification criteria as per clause 6(e) of NIT 9) Other Annexures Annexure-I, Annexure-II, Annexure-IV have been submitted in company s letter head. 10) Acceptance of terms & conditions of NIT Certify that we accept the terms & conditions of NIT. (Signature of authorized person with Seal & date) 12

ANNEXURE VII CERTIFICATE FROM THE TENDERER THOSE WHO DOWN LOADED TENDER DOCUMENTFROM WEBSITE This is to certify that I/We have downloaded this tender document from CMPDIL website and is being submitted without tempering at any page. Further we understand that in the event of such tempering being detected at any stage or time, CMPDIL has the right to terminate this work, forfeit the EMD / Security Deposit submitted by us and our firm can be black listed. The cost of tender document in the form of Demand Draft along with downloading certificate is to be submitted with Part-I of offer. Amount: DD no. and date Issuing bank & branch (Signature of authorized person with Seal & Date) 13