Bharat Coking Coal Limited (A Subsidiary of Coal India Limited) Office of the General Manager Block-II Area, P.O: Nawagarh Dhanbad

Similar documents
Bharat Coking Coal Limited (A Subsidiary of Coal India Limited) Office of the General Manager Bastacolla Area -IX, P.O: Jharia Dhanbad

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

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

BHARAT COKING COAL LIMITED

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

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

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

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

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

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

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

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

Special Instructions:- To,

OF THE GENERAL MANAGER CHANCH/VICTORIA AREA

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

GST NO: 36AAACT8873F1Z1

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

BHARAT SANCHAR NIGAM LIMITED (A

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

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

at 13:30 hrs

INDIAN INSTITUTE OF SCIENCE BENGALURU

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

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

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

TECHNICAL OFFER (ENVELOPE I)

NOTICE OF INVITATION TO TENDER. 5. Regional Office, Coimbatore.

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

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

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)

Notice Inviting Application (NIA)

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

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

TENDER DOCUMENT TENDER ID : BAN

NOTICE INVITING TENDERS

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

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

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

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

Phone No

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

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

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

BHARAT HEAVY ELECTRICALS LIMITED

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

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

(A statutory body of Govt of Kerala)

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED:

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

Procurement of Licences of Business Objects BI Platform

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY)

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

CRFQ No E - TENDER No. : 16507

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

Persons to clean the institute including washrooms

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

SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

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.

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

Sub : Tender for sale of Furniture, Computers, UPS and Racks as scrap on As is where is Basis.

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

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

* * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR MAHANADI BARRAGE PROJECT

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER NOTICE INVITATION OF BIDS FOR HIRING OF TAXI/MOTOR VEHICLES AT AO, AGRA

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

Notice Inviting Tender.

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

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

/ :55 P.M :00 A.M.

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

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

* * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE

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

TENDER FOR. DEVELOPING, UPLOADING, HOSTING AND RUNNING WEB PORTAL OF KERALA AGRO MACHINERY CORPORATION LIMITED (KC/TDR/76/3 dated

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

Office of the Sutahata Panchayat Samiti

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68.

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

Ref. No.NOGA/DIV/ 2015/ Date: - 26/05/2015 E-TENDER NOTICE. Sub: Tender for supply of Pineapple Fruits

Bharat Heavy Electricals Limited

NATIONAL INSURANCE ACADEMY BALEWADI, PUNE

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

File No.ITDPDR-HOR0HORT(CFE)/24/2017-SA(CF)-ITDAPDR TRIBAL WELFARE DEPARTMENT :: I.T.D.A. PADERU VISAKHAPATNAM DISTRICT :: ANDHRA PRADESH

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

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

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

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

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.

NOTICE INVITING TENDER/एन आई ट. Lac (Rs.)

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

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

Tender Enquiry No: BCL/PUR/ 400 T Hyd. M/c.- P.No.183/ VW/18 Dated:

र य फ शन ट न ल ज स थ न, क लक त क

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

Transcription:

Bharat Coking Coal Limited (A Subsidiary of Coal India Limited) Office of the General Manager Block-II Area, P.O: Nawagarh Dhanbad-828306 Ref. No: GM/BII/EX/REP/17-18/34/701 Date:09-11-2017 -------------------------------------------------------------------------------------------------------------------------------------------------- NOTICE INVITING TENDER Sealed tenders in 2 bid system (Techno-Commercial & price bid) are invited from experienced contractor/repairer for undertaking the following of Block II- Area, BCCL. Sl no Description of job. 1 Repairing of Boom Head Pulley and its Bearing Housing of Dragline of ABOCP Block-II Area. Estimated value of tender in ` Earnest money (1.25% of estimated value) in ` Last date & time for submission of tender 197320=00 2466=00 24-11-17 1.30 PM Date & time of opening of tender 24-11-17 3.30 PM Work completio n period 12 days from the date of issue of work order or handing over the m/c or jobs for repairing, whichever is latter Minimum warranty/ Guarantee 6(six) month from the date of completion & handing over of the repaired job Copy of NIT & Tender document will be issued to the intending tenderers from 10-11-17 to 23-11-17 during office hours from the Office of the General Manager, Block II- Area, Excvn. Deptt., BCCL upon submission of DD of ` 112/- (Rupees One hundred twelve only including GST @12% ) in favour of Bharat Coking Coal Limited payable at Dhanbad or by deposition of cash at cash section of Block II- Area. In case the tenderer wants to download from BCCL website(www.bccl.gov.in), he should submit a DD of `112/- in favour of BHARAT COKING COAL LIMITED payable at Dhanbad or by submission of a copy of receipt of deposition of cash at cash section of Block II- Area in a seperately sealed envelope along with their bids. The rest of the details like terms & conditions & Scope of Work are in the tender document. The tenders are to be submitted in the tender box placed in the Office of the General Manager, Block II- Area, Excvn. Deptt. The sale of tenders shall be stopped one day prior to the last day of submission of tender. C.C to:- 1. General Manager (Excvn), BCCL. 2. General Manager, Block II- Area. 3. Area Manager (Excvn), Block II- Area. 4. Notice boards of All Area Manager Excavation Offices of BCCL. 5. Notice board: Block II- Area. 6. Area Manager(Finance), Block II- Area Nodal Officer /TC Block-II Area

-:: Page 1 ::- TENDER DOCUMENT 1. ELIGIBILITY CRITERIA:- A) Work Experience: The intending tenderer must have in its name as a prime contractor experience of having successfully completed similar works during last 7 (seven) years ending last day of month previous to the one in which bid applications are invited (i.e. eligibility period) should be either of the following :- Three similar completed works each costing not less than the amount equal to 40% of the estimated cost OR Two similar completed works each costing not less than the amount equal to 50% of the estimated cost OR One similar completed work costing not less than the amount equal to 80% of the estimated cost. The work experience of the bidder for those works only shall be considered for evaluation purposes, which are completed on or before the last day of month previous to one in which Tender has been invited. The experience of incomplete/ongoing works as on the last date of eligibility period will not be considered for evaluation. While considering the value of completed works, the full value of completed works will be considered whether or not the date of commencement is within the said 7 (seven) years period. The cost of completed works shall be given a weightage to bring them at current price level by adding 5% for each completed year (total number of days/365) after the end date of experience (date of completion of work) till one year before the last day of month previous to one in which Tender has been invited Similar work means: Any such labour oriented works of cleaning / maintenance of HEMM or machinery, etc whichever is applicable. In respect of the above eligibility criteria the bidders are required to submit the following documents Satisfactory Work Completion Certificate issued by the employer against the experience of similar work containing all the information furnished by bidder on-line. Additionally, bidder should also submit Work Order along with proof of actual date of completion or any other document to substantiate similar nature of work, if the similar nature of work is not mentioned in the work completion certificate. If the experience issuing authority is private body, scan copy of TDS should be provided in support of the said certificate. B) Financial Turnover : Average annual financial turnover during the last 3 (three) years ending 31 st March of the previous financial year should be at least 30% of the estimated cost. (The Previous Financial Year shall be computed with respect to the Publication date of NIT). If any bidder does not furnish the turnover value for any financial year out of the last 3 financial years, the turnover for that financial year shall be taken as Zero and the average annual financial turnover shall be calculated accordingly. Financial turnover shall be given a weightage to bring them at current price level by adding 5% in the financial turnover for the 2 nd year and 10% for the 3 rd year. No weightage will be given in the turnover for the 1 st year. In respect of the above eligibility criteria the bidders are required to furnish the following documents i). Annual financial turnover of each of the last 3 years ending 31 st March of the previous financial year. ii). Name of the Chartered Accountant issuing the Profit and Loss A/c or the Turnover certificate iii). Membership Number of the Chartered Accountant iv). Date of issue of financial turnover certificate by CA OR Form 16A issued by the employer certifying the payments made against the works carried out.

-:: Page 2 ::- C) Permanent Account Number (PAN) : The bidder should submit Copy of Permanent Account Number (PAN) issued by Income Tax department, Govt. of India in respect of the firm or propreitor. D) NSIC/SSI Registration number The bidder must submit copy of NSIC/SSI Registration Certificate/Memorandum number. E.). TAX CLAUSE : Goods and Services Tax (Not Applicable for Exempted Goods/Services) The bidder should be either GST Registered Bidder/Dealer OR GST unregistered Bidder/Dealer Copy of documents to be submitted by bidder against Eligibility Criteria The following documents depending upon the status w.r.to GST as declared by Bidder. a) Status: GST registered Bidder/Dealer: Document: GST Registration Certificate (i.e. GST identification Number) issued by appropriate authority. b) Status: GST unregistered bidder/dealer: Document: A Certificate from a practicing Chartered Accountant having membership number with Institute of Chartered Accountants of India certifying that the bidder is GST unregistered bidder/dealer in compliance with the relevant GST rules. [In case of JV a Certificate from a practicing Chartered Accountant having membership number with Institute of Chartered Accountants of India confirming the status of JV w.r.to GST in compliance with relevant GST rules or GST Registration Certificate of JV] Note: In case the work/service is awarded to a Joint Venture participating in the tender they have to submit PAN, GST registration ( as applicable in the tender and for the bidder status) etc. in the name of the Joint Venture after Award of Work/Service at the time of execution of agreement/ before the payment of first running on account bill. All duties, taxes (excluding Goods and Services Tax (GST) & GST Compensation Cess (if applicable) only and other levies, royalty, building and construction workers cess (as applicable in States) payable by the bidder/contractor under the Contract, or for any other cause as applicable on the last date of submission of Bid, shall be included in the rates, prices and the total Bid Price submitted by the Bidder. All investments, operating expenses, incidentals, overheads, leads, lifts, carriages, tools and plants etc. as may be attendant upon execution and completion of works shall also be included in the rates, prices and total Bid price submitted by the bidder. However, such duties, taxes, levies etc. which is notified after the last date of submission of Bid and/or any increase over the rate existing on the last date of submission of Bid shall be reimbursed by the company on production of documentary evidence in support of payment actually made to the concerned authorities. The company reserves the right to deduct/withhold any amount towards taxes, levies, etc. and to deal with such amount in terms of the provisions of the Statute or in terms of the direction of any statutory authority and the company shall only provide with certificate towards such deduction and shall not be responsible for any reason whatsoever.

-:: Page 3 ::- Similarly if there is any decrease in such duties, taxes and levies the same shall become recoverable from the contractor. The details of such duties, taxes and other levies along with rates shall be declared by the bidder. The item wise rate quoted by bidder shall be inclusive of all taxes, duties & levies but excluding GST & GST Compensation Cess, if applicable. The payment of GST and GST Compensation Cess by service availer (i.e. BCCL) to bidder/contractor (if GST payable by bidder/contractor) would be made only on the latter submitting a Bill/invoice in accordance with the provision of relevant GST Act and the rules made there under and after online filing of valid return on GST portal. Payment of GST & GST Compensation Cess is responsibility of the service provider/contractor. However, in case bidder/contractor is GST unregistered bidder/dealer in compliance with GST rules, the bidder/dealer shall not charge any GST and/or GST Compensation Cess on the bill/invoice. In such case, applicable GST will be deposited by BCCL directly to concerned authorities. F) Input tax credit is to be availed by paying authority as per rule. If BCCL fails to claim Input Tax Credit(ITC) on eligible Inputs, input services and Capital Goods or the ITC claimed is disallowed due to failure on the part of supplier/vendor of goods and services in incorporating the tax invoice issued to BCCL in its relevant returns under GST, payment of CGST & SGST or IGST, GST (Compensation to State ) Cess shown in tax invoice to the tax authorities, issue of proper tax invoice or any other reason whatsoever, the applicable taxes &cess paid based on such Tax invoice shall be recovered from the current bills or any other dues of the supplier/vendor along with interest, if any. NOTE:- Bid evaluation shall be done after taking into consideration overall quoted price by the bidder and effect of Goods and Services tax (GST), GST Compensation Cess etc. as applicable. L1 will be decided based on cost to the company. G) AFFIDAVIT: An Affidavit on a non-judicial stamp paper of minimum value of Rs.10 regarding genuineness of the information furnished by him on-line and authenticity of the scanned copy of documents uploaded by him on-line in support of his eligibility, as per the format given in the bid document (as per Annexure B). H) DECLARATION: Declaration to be submitted in original letter head of the firm as per format in the Annexure C I) LEGAL STATUS DOCUMENT : Any one of the following document to be submitted i) Affidavit to prove proprietorship/individual status of the bidder. ii) Partnership deed containing name of partners iii) Memorandum & Article of Association with certificate of incorporation containing name of bidder NOTE: All the submitted documents if not submitted original must be self-attested, stamped with Company Seal & Notarized The tenderer shall be barred from taking part in future tender if any document/information submitted is found to be incorrect/false. 2. LETTER OF BID: The letter of bid as per format given in the NIT as ANNEXURE- A has to be submitted by the bidder duly signed & stamped. This will be the covering letter of the bidder for his submitted bid. If there is any change in the contents of Letter of Bid submitted by bidder as compared to the format of Letter of Bid in the NIT document, then the bid will be rejected.

-:: Page 4 ::- 3. EARNEST MONEY: EMD should be deposited by the Tenderers in the form of DD/Banker s Cheque on scheduled Bank in favour of Bharat Coking Coal Limited Payable at Dhanbad. No tender shall be considered unless accompanied by the said earnest money deposit. 3. a) Exemption From EMD : The bidder claiming for exemption will have to upload the scanned copy of document (attested by notary public) in support of exemption as per NIT. However, Micro and Small Enterprises (MSEs) registered with National Small Industries Corporation Limited (NSIC), a Public Sector Undertaking under the administrative control of the Ministry of Micro, Small and Medium Enterprises will be considered for availing exemption of EMD. 4. SCOPE OF WORK : As per ANNEXURE- E. The tenderer is required to agree to the Scope of work. No deviation will be accepted 5. WARRANTY: If any item repaired against the work order fails because of poor workmanship or quality, the same shall be replaced/repaired free of cost within 15 days failing which the LD clause as in Sl. No 6. will be applicable & the company shall have the power to recover the total repairing cost of the failed items from any of the pending bills of the repairer. If any assy is repaired departmentally during the warranty period the total cost of repair including spares, manpower & other overhaul cost, will be recovered from the contractor. 6. L.D. CLAUSE Liquidity Damages will be charged @ ½% per week or part thereof subject to maximum of 10% of the total awarded value for delay in completion of work. The same LD clause will apply to the delay in repair / replacement in case of failure under warranty / guarantee. 7. SECURITY DEPOSIT : Security Deposit shall consist of two parts; a) Performance security to be submitted at award of work and b) Retention Money to be recovered from running bills. The security deposit shall bear no interest Performance Security should be 5% of contract amount and should be submitted within 15 days of receipt of LoA/Work-Order by the successful bidders in the form of Demand Draft drawn in favour of Bharat Coking Coal Limited on any Scheduled Bank payable at its Branch at Dhanbad. However, State/Central Govt. Organisation /PSU & Valid DGS&D/NSIC registered (for tendered job), firm may be considered for exemption from submission of Security money, if they submit these documents duly signed by Notary Public and self-attested with seal of the Company / Firm. The Earnest money deposited shall be adjusted against the security deposit. Failure of the successful bidder to comply with the requirement as above shall constitute sufficient ground for cancellation of the award of work and forfeiture of the Earnest money. The Company shall be at liberty to deduct/appropriate from the security deposit such sums as are due and payable by the contractor to the company as may be determined in terms of the contract, and the amount appropriated from the security deposit shall have to be restored by further deduction from the contractors subsequent on account running bills, if any. The refund of security deposit shall be subject to company's right to deduct/ appropriate its due against the contractor under this contract or under any other contract. On completion of the entire work, one half of the security deposit remaining with the company shall be refunded. The other half shall be refunded to the contractor after completion of the Guarantee period. 8. PAYMENT 95% payment will be made within 30 days of submission of bill after successful completion and acceptance of job. The firms will be required to submit the bank details in the prescribed format along with tender document (See ANNEXURE - D) The balance retained 5% payment will be made after completion of warranty period The bank details may be submitted in

the original copy or through a photocopy attested by bank. -:: Page 5 ::- 9. SAFETY: Precaution should be taken by the tenderer in case of jobs undertaken at our site. Name of persons Engaged in work at site will be maintained in the register & signed by Engr I/C[X] of the project. In case of any Injury/accident it will be responsibility of the contractor to pay all legal dues to their workers. 10.Every tenderer is expected, before quoting his rates, to go through the requirements of materials/workmanship under specification/requirements and conditions of contract and to inspect the site/area of the proposed work at his own cost. It shall be deemed that the tenderer has visited the site/area and got fully acquainted with the working conditions and other prevalent conditions and fluctuations thereto whether they actually visited the site/area or not and have taken all the above factors into account while quoting his rates. 11.All materials, equipment, tools & tackles along with the manpower required for the work will be required to be arranged b y the tenderer at his own cost. The BRAND/MAKE of the electrodes u s ed if any along with their PRODUCT NAME & QUANTITY will have to be mentioned in the techno-commercial bids. Only crane & electricity will be provided whenever needed for work at site, free of cost. The requirement must be for a specific period & in advance by one day in case of crane. 12.All the required documents are to be submitted along with techno-commercial bid. The price bid should contain the price only along with the price breakup. Rates must be written in figures & words. If there is a variation, the rates written in words shall be considered only. The rate quoted by the bidder payable under the contract shall be exclusive of all taxes & duties as applicable on the last date of submission of tender. All incidentals, overheads etc. as may be attendant upon execution and completion of works shall also be included in the rates, prices and total bid price submitted by the bidder. The quoted offer should be exclusive of GST. GST will be paid as extra on submission of GST registration. ITC is to be availed by the paying authority as per rule on the basis of ITC Invoice disclosing the GST component separately. For calculation of Total Bid Value, component of GST required to be paid by the Bidder or to be paid by the Company i.e. the ranking of the Bidders will be decided based on rates quoted by the bidders (excluding GST) only, i.e. Cost to the Company. However GST to be deposited by the Bidder will be added to the Total Bid Value to arrive at the Award Value in case of GST Registered bidder. But, in case of Unregistered Bidder, GST will be added to the Total Value required for the work and will be paid by the company and will get ITC against the same. The rate of GST will be as per guidelines of Central Government for works contract. 13. Currencies of Bid and Payment: The unit rates and prices shall be quoted by the Bidder entirely in Indian Rupees only. 14. No subletting of work as a whole by the contractor is permissible. Subletting of work in piece rated jobs is permissible with the prior approval of the department. The Contract Agreement will specify major items of supply or services for which the contractor proposes to engage sub-contractor/subvendor. The contractor may from time to time propose any addition or deletion from any such list and will submit proposals in this regard to the Engineer-in -Charge/Designated Officer-in-charge for approval well in advance so as not to impede the progress of work. Such approval of the Engineer-in- Charge/Designated Officer-in-Charge will not relieve the contractor from any of his obligations, duties and responsibilities under the contract. 15. The tenderer must clearly indicate the nature & details of work in the tender submitted by them. All submitted documents must be signed by the tenderer. The tenderers are advised to do their own page numbering & also enclose a list of enclosure. All envelops must be super scribed with the tender Notice No. Name of work & type of bid and the bids should be sealed.

-:: Page 6 ::- The tenderer or their authorised representative may be present at the scheduled time of opening of tenderers & their presence shall be noted. 16.Tenders may be rejected if the required documents are not enclosed. Right to accept or reject any or all the tenders is reserved without assigning any reason thereof. 17.The firms will be required to mention the name of their authorized person with the contact number to whom the contact can be made in case failure under warranty. The information thus given shall be followed by information in writing. However, the time of failure shall start from the time of information is given over telephone. 18.Tenderers will be required to engage minimum 20% of required un-skilled workers from Local Project Affected People (PAP) of nearby villages for jobs of unskilled nature to be done at site. The list of such PAPs recommended by the concerned Mukhia & obtained by Area General Manager has been displayed in the Notice Board. Any further addition will be duly certified by the Mukhia. Labour payment certificate will only be issued by the concerned department based on certification by the authorized representative of the Contractual agency regarding engagement of at least 20% of un-skilled workers from amongst the PAPs 19. OFFER VALIDITY: Minimum validity of 120 days from the date of opening of the technocommercial bids of the tender. 20. Shortfall Document: The Contractee may ask for shortfall documents during the evaluation of the bids. These documents shall not be relating to submission of EMD. Request for documents and the response shall be in writing and no changes in the prices of the bid shall be sought, offered or permitted. No modification of the bid and any form of communication with BCCL or submission of any additional documents, not specifically asked for by BCCL, will be allowed and even if submitted they will not be considered by the Contractee. These documents will be allowed to be submitted within the specified time period of 10 (ten) days and no additional time will be allowed. 21.Tenderers will be required to comply to all the provisions of the various prevalent Labour Laws at the time of execution of the job. The tenderer shall have to ensure implementation of CMPF/EPF, if applicable, in respect of the workers deployed by him. 22.The Company reserves the right to postpone the date of receipt and opening of tenders or to cancel the tenders without assigning any reason whatsoever. 23.On completion of the work all rubbish, debris, brick bats etc. shall be removed by the contractor(s) at his/their own expense and the site cleaned and handed over to the company and he/they shall intimate officially of having completed the work as per contract. 24.Change in Constitution of the Contracting Agency : Prior approval in writing of the company shall be obtained before any change is made in the constitution of the contracting agency, otherwise it will be treated as a breach of Contract. 25. Canvassing in connection with the tenders in any shape or form is strictly prohibited and tenders submitted by such tenderers who resort to canvassing shall be liable for rejection.

-:: Page7 ::- 26. The Company does not bind itself to accept the lowest tender and reserves the right to reject any or all the tenders without assigning any reasons whatsoever and to split up the work between two or more tenderers or accept the tender in part and not in its entirety. 27. Matters relating to any dispute or difference arising out of this tender and subsequent contract awarded based on this tender shall be subject to the jurisdiction of District Court, where the subject work is to be executed. Nodal Officer/TC Block II- Area

-:: Page 8 ::- ANNEXURE - A Format of Letter of Bid LETTER HEAD OF BIDDER To, The Tender Committee Excavation Department Block-II Area, P.O. Nawagarh Dhanbad 828306 Subject: Letter of Bid for the work of..... Ref. NIT No.:.dated. Dear Sir, We offer to execute the work as per in accordance with the conditions of the NIT document. The details of the EMD being submitted by us is as follows. 1. Document type Amount 2. Document Ref and date This Bid and your subsequent Letter of Acceptance/ Work Order shall constitute a binding contract between us. We hereby confirm our acceptance of all the terms and conditions & Scope of work of the NIT document unconditionally. Yours faithfully, Tenderer

-:: Page 9 ::- ANNEXURE- B Affidavit (For genuineness and authenticity of the documents produced before Tender Committee for verification in support of his eligibility) I,-----------------------------------------------------------------------,Partner / Legal Attorney / Accredited Representative of M/S-----------------------------------------------, solemnly declare that: 1. We are submitting Tender for the Work------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------------------------- against Tender Notice No.-------------------------------------------------------------------dt -------------- 2. None of the Partners of our firm is relative of employee of ------------------------------------------- --------------------------- ( Name of the Company ) 3. All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this Tender is complete, correct and true. 4. All documents/ credentials submitted along with this Tender are genuine, authentic, true and valid. 5. If any information and document submitted is found to be false/ incorrect any time, department may cancel my Tender and action as deemed fit may be taken against 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. Signature of the Tenderer Dated--------------------

-:: Page 10 ::- ANNEXURE- C D E C L A R A T I O N I hereby declare that my / our firm has not been banned or delisted by any Government or Quasi Government agencies or PSU s. I/ We accept the tender document as available and my/ our tender shall be rejected if any tampering is there in the tender document thus submitted. Signature of the Tenderer

-:: Page11 ::- FOR PAYMENT TO CONTRACTORS ANNEXURE - D PROFORMA FOR COLLECTING PAYMENT THROUGH ELECTRONIC MODE INCLUDING ELECTRONIC FUND TRANSFER (EFT) & ELECTRONIC CLEARING SYSTEM (ECS) 1 Vendor/ supplier/ contractor/ customer s name & address (with telephone number & Fax number) 2 Particulars of Bank Account a) Bank Name b) Branch Name (Including RTGS Code) Address Telephone No. & Fax No. c) 9 Digit Code Number of the Bank & Branch(Appearing on the MICR Cheque issued on the bank) or 5 digit code number of SBI d) Account Type (S.B. Account/ Current Account or Cash Credit with code 10/11/13) e) Ledger No./ Ledger Folio No. f) Account Number (Core Banking) & Style of Account (As appearing on the cheque Book) 3. DATE OF EFFECT: I hereby declare that the particulars given above are correct & complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge responsibility expected of me as a participant under the scheme. Any bank charges levied by the bank of such e- transfer shall be borne by us. Date:- ( ) Signature of customer/ vendor/supplier/ contractor Certified that the particulars furnished above are correct as per our records. ( ) Signature of the authorized officials from the Bank

-:: Page 12 ::- ANNEXURE- E Scope of work Repairing of Boom head Pulley and its bearing housing of 24/96 Dragline of ABOCP of Block-II Area : 1.Fabrication of platform to perform this job. 2.Cutting of damaged portion of pulley by gas set. 3.Alignment of plate which will be welded (approx.. 30ft). 4.Gauging of plates and pulley collar by gauging electrode (40kg). 5.Grinding of welding portion. 6.Welding electrode required for welding about 30 feet - 46 kgs. 7.Gauging of bearing housing 20 feet (30mm x 40mm) by gauging electrode (40 kgs.). 8.Grinding of welding portion. 9.Welding electrode required- 37 kgs. 10.Charge of welding m/c and its accessories for 9 days. 11.Labour charge etc. Nodal Officer/TC Block-II Area