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

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

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

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

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

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

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

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

Supply of Tree Guards QUOTATION NOTICE

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

Tender Schedule for the Work

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

NOTICE INVITING TENDERS

Notice Inviting Tender.

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

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.

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

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

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

BANK OF BARODA GREATER MUMBAI ZONE MUMBAI

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

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

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

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

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

OFFICE OF THE UNIVERSITY ENGINEER PATNA UNIVERSITY, PATNA

ALLAHABAD BANK (HO: 2, N.S.Road, Kolkata) NOTICE INVITING TENDER

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.

Sports Authority of India, Sports Training Centre, Dharamshala.

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

APHMEL/PUR/FMT/1:A Phones: , , TIN: Fax : E Mail : INVITATION FOR TENDER

PR.NO : / RFQ.NO: Tender Notice No MSN CO : 123/2017

Supply of Earthing Kit for the special type earthing of Distribution transformer centres Under Patan City-1 S/Dn, Division Office Patan, UGVCL.

BANK OF INDIA, AHMEDABAD ZONE

Estt- 79 / 2018 BASIS. Firms for. Registration. produced. Return.

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

Bharat Heavy Electricals Limited

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER

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)

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

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

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

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

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

Central University of Orissa

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

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: NIEPMD/ESTATE 6(9)/

NOTICE INVITING TENDER

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

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

TENDER NOTICE. The bidder may inspect the site on any working days during working hours before submission of their offers.

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR

Design, Fabrication & Installation of 30 meter Tower for Large Aperture Scintillometer under FRI

* * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR DIFFERENT PROJECTS

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

Persons to clean the institute including washrooms

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

TENDER DOCUMENT FOR ANNUAL CONTRACT FOR FABRICATION AND REPAIR OF METAL HANDLING EQUIPMENTS

NOTICE INVITING TENDER

TENDER FOR TESTING, OVERHAULING, REPAIRING INCLUDING REPLACEMENT OF PARTS OF ELECTRICAL SUBSTATION

FORM A (TECHNICAL) _ 1. NAME & ADDRESS OF THE FIRM : 2. REGISTRATION NO. : 3. PAN NO (COPY TO BE ENCLOSED) : 4. G S T REGISTRATION NO.

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

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

QUOTATION NOTICE.10 of.18-19

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

MMTC LIMITED NEW DELHI. No. MMTC/A 278/2001 2/CT Dated : NOTICE INVITING TENDER

NOTICE INVITING AUCTION FOR SALE OF SCRAP

TENDER DOCUMENT TENDER ID : BAN

BALMER LAWRIE & CO. LTD.

APPAREL EXPORT PROMOTION COUNCIL

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION TECHNICAL / COMMERCIAL BID REPAIR & REFURBISING OF REEFER POINT AT CFS

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

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

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

Kamla Nehru Institute of Technology

TENDER FOR HIRING OF VEHICLES

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

GLUCONATE HEALTH LIMITED (A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, Durga Charan Doctor Lane, Kolkata

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

ICAR-NRRI-CENTRAL RAINFED UPLAND RICE RESEARCH STATION (ICAR-NATIONAL RICE RESEARCH INSTITUTE) HAZARIBAG , (JHARKHAND), INDIA

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

NATIONAL INSURANCE ACADEMY BALEWADI, PUNE

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

QUOTATION ENQUIRY HOSTEL FURNITURE

TENDER. Enq. No. IIITMK/ 0641 /18 Date: 21/06/18 Due on : 27/06/2018 3PM

SATYAJIT RAY FILM & TELEVISION INSTITUTE E. M. Bypass Road Panchasayar Kolkata TENDER NOTIFICATON

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

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

SPORTS AUTHORITY OF INDIA NETAJI SUBHAS EASTERN CENTRE SALT LAKE CITY, KOLKATA Cost of Tender Form Rs.250/-(Two Hundred fifty only)

TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF AIR CONDITIONERS AND WATER COOLERS IN THE DEPARTMENT OF BIOTECHNOLOGY

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

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE.

BHARAT HEAVY ELECTRICALS LIMTIED 15TH FLOOR CENTRE - I, W.T.C. CUFFE PARADE, MUMBAI

NIT No: Civil/IMSc/11/2015

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

Split Air Conditioner and Stabilizer At

Transcription:

CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL MANAGER BARKA-SAYAL AREA TENDER DOCUMENT FOR ERECTION /EXTENSION OF 3.3KV H.T OVERHEAD LINES IN QUARRY NO.3 MINE A OF BHURKUNDA PROJECT. 01. Tender Notice No. & Date : S.O.(E&M)/B-S/Tender/Erection-3.3KV Overhead Line/Bhurkunda/17-18/1130 Dated- 22 nd /23 rd May 2017. 02. Date & time for sale of : From 27-05-2017 to 31-05-2017 Tender Documents during office working hours. 03. Date & time for submission : On 01-06-2017, 11.00A.M up to 02-06-2017 of Tender 1.00 P.M. 04. Date & time for opening of Tender : On 02-06-2017 at 3.00 P.M. 05. Cost of Tender Paper/ : Rs. 125/= only each set document (Not refundable) 06. Approved for sale to : Sri/M/s against Cash Receipt No. Dated for Rs.125/=only. STAFF OFFICER(E&M) BARKA-SAYAL AREA.

CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL MANAGER BARKA-SAYAL AREA Ref. No.- S.O.(E&M)/B-S/Tender/Erection-3.3KV Overhead Line/Bhurkunda/17-18/1130 Dated-22 nd /23 rd May 2017. NOTICE INVITING TENDER Sealed tenders are invited from the reputed, experienced and Electrical Licence Holders Contractors to undertake the below mentioned work in the Project/Unit of Barka-Sayal Area, Central Coalfields Limited:- 01. Name of Department : Office of the Staff Officer(E&M), Barka-Sayal Area 02. Details of work: Description of work Estimated Earnest Completion Cost of Tender Value(Rs.) Money(Rs.) Period Paper(Rs.) Erection/Extension of 3.3KV H.T Overhead Line in Quarry No.-3 Mine A 01,77,313=00 01,773=00 20(twenty) 125/= each set Of Bhurkunda Project. Days (Not refundable) 03. Tender Document can be had on any working day from 27-05-2017 to 31-05-2017 during office working hours. 04. Cost of Tender document to be deposited to the Cashier, G.M.Office, Barka-Sayal, on any working day up to 1.00 P.M. during the above period of sale of tender document, which is not refundable. 05. Earnest Money should be deposited in the shape of Bank Draft from any Indian Nationalized Bank drawn in favour of Central Coalfields Limited, Barka-Sayal Area, payable at State Bank of India, Saunda Branch or in cash with the Cashier, GM Office, Barka-Sayal. No adjustment of Earnest Money will be made against any dues with the Company and no interest shall be payable in any case. 06. Date & time of receiving Tender : On 01-06-2017, 11.00A.M up to 02-06-2017, 1.00 P.M 07. Date & time of opening of Tender : On 02-06-2017 at 3.00 P.M. 08. Place of sale & opening of Tender : Office of the S.O.(E&M), Barka-Sayal. 09. Tenders to be dropped in the Tender Box kept at the Office of the Area Security Officer, Barka-Sayal Area. 10. Eligibility Criteria:- (a) Average annual financial turnover during the last three years ending 31 st March of the previous Financial Years (31-03-2017) should be at least 30% of the estimated cost. (b) Experience of having successfully completed similar works during last 07 (seven) years ending last day of month previous to one in which tenders are invited ( i.e. 31-04-2017) should be either of the following:- (i) Three similar completed works, costing of each work should be not less than the amount equal to 40% of the Estimated Cost. OR (ii) Two similar completed works, costing of each work should be not less than the amount equal to 50% of the Estimated Cost. OR (iii) One similar completed work, costing not less than the amount equal to 80% of the Estimated Cost. Defination of similar work: Particularly in the field of Erection of Overhead Line. 11. The tenderers are required to submit their tenders in wax sealed covers in two parts, which should be clearly super-scribed as Part-I and Part-II and these Part-I & Part-II envelopes should be in one wax sealed cover mentioning the job, tender notice no. & date on the envelopes. Contd P/2..

- : 02 : - 12. In Part-I Envelope, Tenderers are required to submit the followings:- (a) Earnest Money deposit proof (Demand Draft/Cash Receipt). (b) Original affidavit in non-judicial stamp paper of Rs.05/= only mentioning the following:- (i) Declaration of Sole Proprietorship or Partnership Firm with photocopy of Deed. (ii) Tender Notice No. & Date and Description of work for which, tender is being submitted. (iii) Bidder is not involved in any criminal cases and that he/they is/are not related to any employee of CCL (iv) Exemption from Service Tax Registration & Labour Licence, if any. (c) Photocopy of Experience Certificate for execution of similar work(s) in the last seven years in any Government/Public Sector Undertaking as per eligibility criteria given on Sl.No.11 above. (d) Photocopy of valid Electrical Contractor Licence. (e) Photocopy of Service Tax Registration Certificate. (f) Photocopy of PAN Card. (g) Photocopy of Certificate of VAT Registration/TIN No. (h) Photocopy of Labour Licence as per Contract Labour(R & A) Act, 1970. (i) Photocopy of Banker s Certificate of financial soundness (issued within last one year from the date of issue of Tender Notice) (j) Every cuts & overwriting must be signed by the Tenderer. (j) All documents should be self attested, signed & stamped by the Tenderer. 13. In PART-II Envelope, the Tenderers are required to submit the following:- This will contain only price bid, Itemwise estimated rates & value are given in the Bill of Quantity (Part-II). Tenderers are required to quote their offer as % above or % below or at par the estimate 14. If the tenders are not accompanied with the above documents in Part-I, they may be outrightly rejected and the 2 nd envelope, i.e. Part-II containing their commercial bids will not be opened. Tenders 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. 15. The tender should be valid for six months from the date of opening. 16. Tenderers shall submit their tenders strictly as per our terms & conditions. 17. Mere 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. 18. Other details may be obtained from the detailed Tender Documents. 19. Documents once submitted shall be final and no correspondence with regard to lacking documents shall be made with the Tenderers. 20. The CCL reserves the right to accept or reject any or all tenders and to distribute the work among more than one tenderer without assigning any reason whatsoever. 21. Not withstanding any thing 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 situation so warrants. 22. The decision of the CCL in awarding the work shall be final and can not be subjected to arbitration Sd/= STAFF OFFICER(E&M) Distributions:- BARKA-SAYAL AREA. 01. GM, Barka-Sayal Area. 02. GM(E&M), CCL, Ranchi. 03. CGM/GM, Argada, Kuju, Hazaribagh, Rajrappa, NK, Piparwar, Kathara, B&K, Dhori, Rajhara. 04. Area Finance Manager, Barka-Sayal Area. 05. Project Officer, Urimari, Birsa, Sayal, Bhurkunda, Saunda-D, C.Saunda. 06. Area Security Officer, Barka-Sayal Area 07.Cashier, G.M. Office, Barka-Sayal. 09.Notice Board.

TERMS AND CONDITION FOR THE WORK OF ERECTION /EXTENSION OF 3.3KV H.T OVERHEAD LINES IN QUARRY NO.3 MINE A OF BHURKUNDA PROJECT. Ref.- Tender Notice No. SO(E&M)/B-S/ Tender/Erection-3.3KV Overhead Line/Bhurkunda/17-18/1130 Dated-22 nd /23 rd May 2017. 01. Item-wise estimated rates and value are given in the Bill of Quantity(Part-II). Tenderers are required to quote their offer as % above or % below or at par the estimate only. 02. The work has to be completed in all respect within 20(Twenty) days time from 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 made within 21(twenty-one) days time on submission of bill by the Contractor after completion of work. 04. Paying Authority : Area Finance Manager, Barka-Sayal Area. 05. Payment shall be made on the basis of work executed and as per the entries recorded 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 Cheque from the office of the Area Finance Manager, Barka-Sayal Area, after due verification of bill(s). 07. Income Tax / VAT shall be deducted from the bill(s) of the Contractor as applicable from time to 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 and no 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 Engineer (E&M), Bhurkunda Project. 14. Inspection will be carried out by the Project Engineer (E&M), Bhurkunda Project. 15. The materials which are to be supplied by the Contractor should be got approved by the Engineer 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 the approved rate. 17. Tools and tackles and necessary manpower for the job have to be provided by the Contractor. Contd P/2

- : 02 : - 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 against 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 to time. The wages shall be paid on the notified date and time and in presence of the representative of Management. 20. The Contractor shall familiarize himself and fully comply with the provisions of the Acts/Rules/Regulations/Laws & Orders of the Local Authority/Municipality/State Government/Central Government applicable to the work, e.g. Payment of Wages Act, Motor Vehicle Act, Workmen Compensation Act, Contractor Labour (Regulation & Abolition) Act, or any other Rules/Acts which will come in force by the Government during contract period and shall be fully responsible and liable for the due observance of the same. 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 workers, 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, Barka-Sayal 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 earthing devices etc. 02. Proper shut-down should be taken from the concerned Engineer/ Supervisor before working on power line. 03. The Supervisor/Electrical Supervisor deployment by the Contractor must instruct and guide their workers before starting the job and he should supervise the job under the control of Engineer Incharge of CCL. 04. Wherever power supply is used by the Contractor for welding or any other equipment/appliances, proper connection 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, safety 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 Engineer(E&M) for the time being whose decision as to the 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 and on the completion of work or termination of the Agreement final measurement will be made and the account adjusted accordingly. 03. The Project Engineer(E&M) may put and end to this agreement at his option at any time, and in the case of bad work or material, the Project Engineer(E&M) may remove the same and have it replaced, deducting the value of work rejected or material of the cost of replacing 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 in force on the Company and by any supplementary specification which the Project Engineer(E&M) may issue with this Work Order. 06. No work is to be commenced any where till the work order has been signed by the competent authority and till a copy 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 Project Engineer(E&M) to do so. Any information of this condition will result in the work order being cancelled and the claim of as subcontractor 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 advance made to Coolies or any other labour or temporary hutting. Material actually delivered at site of work will only be paid for. 09. The Contractor in addition to any indemnity provided by law shall indemnify the company against all liabilities whatsoever to pay compensation under the Workmen 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 contractor of the Corporation or of 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. 10. 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 contractor fail to act in accordance with the terms and conditions of the specification. 11. 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 any workman employed by the contractor in carrying out this contract against all costs and expenses incurred by the company in connection therewith and (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 agrees that the

decision of GM(B-S) as to sum payable by the contract or under the provision of this clause shall be final and conclusive. P A R T II BILL OF QUANTITY FOR THE WORK OF ERECTION /EXTENSION OF 3.3KV H.T OVERHEAD LINES IN QUARRY NO.3 MINE A OF BHURKUNDA PROJECT. Ref.- Tender Notice No. SO(E&M)/B-S/ Tender/Erection-3.3KV Overhead Line/Bhurkunda/17-18/1130 Dated-22 nd 23 rd May 2017. Sl. No. I t e m s Quantity Rate(Rs.) Amount(Rs.) 01. Erection of metallic pole of following Length in cement concrete 1:3:6 : 08 Nos. 04,270=00 34,160 = 00 (1 cement: 3 course sand : 6 graded stone aggregate 40mm nominal size) foundation including excavation and refilling etc. as reqd. (Above 10.00Mtr and up to 12.00 mtr.) 02. Erection of all aluminium Conductor of 7/3.40mm to 7/4.00mm diameter and : 361.20Kg. 89=00 32,146 = 82 Above 3 including binding etc as required. (140meterx03wire x 0.344Kg./m=144.48Kg 03. Supplying of channel irons 75mmX40mm : 07 Nos. 339=00 02,373 = 00 X6mm(7.14kg per meter) pole top bracket /cross arm for single 11KV over head line conductor complete with 50mm x 6mm flat, iron clamps bolts and nuts including drilling holes for insulator pins, bolts and nuts, washers etc and painting with primer and finish paint as required. 04. Supplying of channel iron 75 x 40mm x : 07Nos. 1540=00 10,780 = 00 7.14Kg/ mtrs cross arm for two 11KV O/H Line conductors complete with 50 x 50mm X 6mm angle iron bracket welded to the Channel Iron & complete with 50mm x 6mm M.S flate Iron clams, bolts & nuts including Drilling holes for insulator pins, bolts & nuts Etc & painting with primer & finish paint as Required. 05. Erection of pole top/straight tow wire/v : 14 Nos. 243=00 03,402 = 00 shape two wire, angle iron/channel iron, cross arm on steel tubular /PCC pole for 11/22/33KV as required. Contd.P/2..

-: 02 :- Sl. No. I t e m s Quantity Rate(Rs.) Amount(Rs.) 06. Supplying of two lengths channel iron 75mm : 01 Sets. 03,275=00 03,275 = 00 x 40mm x 6mm(7.14Kg/per mtrs) double pole cross arm for three wire 11KV O/H Line conductors complete with through bolts and nuts for clamping to the poles 50mm x 6mm M.S flats welded on one side to the channel iron and with, bolts & nuts on the other side for tying the cross arms together, including drilling holes for insulator pins/fittings bolts & nuts etc (as per drawing)& painting with primer & finish paint as required 07. Erection of double pole 3 wire cross arm : 01Nos. 558=00 558 = 00 for 11KV /22KV/33KV over head lines as required. 08 Supply and erection of a set of cross : 01 Nos. 04,612=00 04,612 = 00 bracing FRL Same work for 11KV over head line double pole structure having four members fabricated out of 50mm X50mm X 6mm angle iron to form a rectangle of minimum size 1400mm width X 2500mm height, complete with 50mm 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. 09. Supply and erection of galvanized stay : 06 Nos. 03,673=00 22,038 = 00 set for 11 KV over head lines complete with 19/20mm dia X 1.8metres long stay rod, anchor plate of size 45cm X 45cm X 7.5mm thick, thimble, stay clamps, turn buckle (20mm X 600mm), 7/4.00mm dia G.I stay wire and 11kv strain insulator etc in cement concrete 1:3:6 (1cement : 3coarse sand : 6 graded stone aggregate 40mm nominal size) foundation including excavation and refilling etc. as required. 10. Supplying & Erection of 11KV Disc Insulator for 11KV OH Lines with : 12 Sets 1138=00 13,656 = 00 (Galvanised)insolater fitting, ball & Socket Type & complete Galvsnised strain clamps, bolts, nuts, washer etc. as required.. Contd.P/3..

-: 03 :- Sl. No. I t e m s Quantity Rate(Rs.) Amount(Rs.) 11. Supplying & Erection of 11KV Pin Insulator complete with large steel head G.I. Pin, nuts, : 18 Nos. 382=00 06,876 = 00 washers etc. as required. 12. Supplying of G.I. wire 8SWG for continuous : 45.85Kg 56=00 02,567 = 60 Earthing. (350mtrx 0.131kg/m=45.85Kg) 13. Erection of G.I. wire 8SWG including : 45.85Kg 18=00 825 = 30 Binding etc as required. 14. Dismantling of Pole/Street light standred strut : 08 Nos. 01,158=00 09,264 = 00 Embedded in cement concrete foundation etc. as required. 15 Dismantling of overhead line comprising Of Copper/aluminum overhead conductor, : 316 Kg. 38=00 12,008 = 00 GI wire, Crosse arm, Insulator etc. as required. 16. Transporting of Pole : 08Nos. 236=50 01,892 = 00 Total : Rs. 01,60,433 = 70 Add : Service Tax @ 9.8% (Rs.01,60,433=70) : Rs.15,723 = 00 Add : SB. Tax 0.36% : Rs.578 = 00 Add : Krishi Cess 0.36% : Rs.578 = 00 T O T A L E S T I M A T E D V A L U E O F W O R K : Rs.01,77,312 = 70 Say : Rs.01,77,313 = 00 In words : Rupees one lakh seventy-seven thousand three hundred thirteen) only.