24
Office of the Chief General Manager Barka-Sayal Area Central coalfields limited e-Tender Notice No- CGM(BS)/GM(M)(BS)/CT/Qry.No.3-BHK.CHP/2013/07 Dated. 17.07.13 Name of work - Transportation of Coal from Quarry No.3 coal stock yard to Bhurkunda CHP for a period of One Year. Period of completion- 365 days (Three hundred and sixtyfive days). Quantity - Coal :- 1.0 lakh Te. Estimated Cost of work – Rs.19,78,000/-(Rs.Nineteen lakh seventy eight thousand only) Earnest Money - Rs.19,780 /- (Rs. Nineteen thousand seven hundred eighty only) Application Fee – Rs. 1500/- (Rs. One thousand and five hundred Only) Time schedule of tender Sl.No. Particulars Date Time 1. Tender e Publication 05.08.13 18.00 Hrs. 2. Bid Submission start date (on line only) 07.08.13 10.00 Hrs. 3. Bid Submission end date 29.08.13 18.00 Hrs. 4. Start date for seeking clarification on line 07.08.13 10.00 Hrs. 5. Last date for seeking clarification on line from the service provider (C 1 India Pvt. Ltd.) 29.08.13 18.00 Hrs. 6. Last date of submission of Application fee,EMD and Annexures (Hard copy) 03.09.13 15.00 Hrs. For detailed NIT and on line submission visit https: // ccl.eproc.in General Manager(M) Barka-sayal Area Copy to: 1. C.G.M.,Barka-Sayal Area 2. All CGMs/GMs in the fields 3. G.M.(CMC),CCL,Ranchi. 4. Public Relation Manager,CCL,Ranchi : for Publication of above NIT in news paper on or before 05.08.13 on urgent basis. 5. G.M.(System),CCL,Ranchi : For i)uploading of the above NIT in CCL website on or before 05.08.13. complete NIT in soft copy and tender detail entry in prescribed format in enclosed in hard and soft copy and ii)arranging publication of NIT on Central Public Procurement Portal (URL: eprocure.gov.in in compliance with the directive of deptt. of Public Enterprises dated 20.12.11 6. A.F.M.Barka-Sayal Area 7. P.O.,Sayal-D/Urimari OCP 8. Sri N.R.Bfanerjee,Retd.IAS,Flat No.121,Sriniketan,CGHS,Plot no.1,Sector-7,Dwarika, New Delhi. 9. A)Sri Tirtha Das,CCl,Darbhanga House Ranchi,Mob.No.08986678058 e-mail:-tritha.das @ c1 india.com B)Sri Ritabrata Chakraborty,C1 India Pvt.Ltd.,C-104,Sector -2 Noida UP Mob.No.09748708094, e-mail:-ritabrata.chakraborty@c1india com

Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

  • Upload
    others

  • View
    10

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

Office of the Chief General Manager Barka-Sayal Area

Central coalfields limited e-Tender Notice No- CGM(BS)/GM(M)(BS)/CT/Qry.No.3-BHK.CHP/2013/07 Dated. 17.07.13 Name of work - Transportation of Coal from Quarry No.3 coal stock yard to Bhurkunda CHP for a period of One Year.

Period of completion- 365 days (Three hundred and sixtyfive days).

Quantity - Coal :- 1.0 lakh Te. Estimated Cost of work – Rs.19,78,000/-(Rs.Nineteen lakh seventy eight thousand only) Earnest Money - Rs.19,780 /- (Rs. Nineteen thousand seven hundred eighty only) Application Fee – Rs. 1500/- (Rs. One thousand and five hundred Only)

Time schedule of tender

Sl.No. Particulars Date Time 1. Tender e –Publication 05.08.13 18.00 Hrs. 2. Bid Submission start date (on line only) 07.08.13 10.00 Hrs. 3. Bid Submission end date 29.08.13 18.00 Hrs. 4. Start date for seeking clarification on line 07.08.13 10.00 Hrs. 5. Last date for seeking clarification on line from the service provider

(C 1 India Pvt. Ltd.) 29.08.13 18.00 Hrs.

6. Last date of submission of Application fee,EMD and Annexures (Hard copy)

03.09.13 15.00 Hrs.

For detailed NIT and on line submission visit https: // ccl.eproc.in

General Manager(M) Barka-sayal Area

Copy to:

1. C.G.M.,Barka-Sayal Area 2. All CGMs/GMs in the fields 3. G.M.(CMC),CCL,Ranchi. 4. Public Relation Manager,CCL,Ranchi : for Publication of above NIT in news paper on or before

05.08.13 on urgent basis. 5. G.M.(System),CCL,Ranchi : For

i)uploading of the above NIT in CCL website on or before 05.08.13. complete NIT in soft copy and tender detail entry in prescribed format in enclosed in hard and soft copy and ii)arranging publication of NIT on Central Public Procurement Portal (URL: eprocure.gov.in in compliance with the directive of deptt. of Public Enterprises dated 20.12.11

6. A.F.M.Barka-Sayal Area 7. P.O.,Sayal-D/Urimari OCP 8. Sri N.R.Bfanerjee,Retd.IAS,Flat No.121,Sriniketan,CGHS,Plot no.1,Sector-7,Dwarika, New Delhi. 9. A)Sri Tirtha Das,CCl,Darbhanga House Ranchi,Mob.No.08986678058

e-mail:-tritha.das @ c1 india.com B)Sri Ritabrata Chakraborty,C1 India Pvt.Ltd.,C-104,Sector -2 Noida UP Mob.No.09748708094, e-mail:-ritabrata.chakraborty@c1india com

Page 2: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

OFFICE OF THE CHIEF GENERAL MANAGER (BS) CENTRAL COALFIELDS LIMITED BARKA-SAYAL AREA Ph:No-06553-258319 Fax : 06553-258313.

NIT.No.CGM(BS)/GM(M)(BS)/CT/Qry.No.3-BHK.CHP/2013/07 Dated.17.07.13 e-TENDER NOTICE

1. Tenders are invited on – line on the website https:// ccl.eproc.in from the experienced Contractors having Digital Signature Certificate (DSC) issued from any agency authorized by controller of Certifying Authority (CCA), Govt. of India, for the work of transportation of Coal from Quarry No.3 coal stock yard to Bhurkunda CHP for a period of One Year.

Description of work Dist. (KM)

Qnty. (Te.)

Estimated cost of work (in RS.)

Earnest Money (in Rs)

Application Fee (in Rs.)

Period (in days)

1.Transportation of coal from Quarry No.3 coal stock yard to Bhurkunda CHP by contractor’s tipping truck and unloading automatically after weighment

0.60

1,00,000

19,78,000/ (Rs. Nineteen lakh seventy eight thousand only)

19,780/

(Rs. Nineteen thousand seven hundred eighty only)

Rs.1500/ (Rs.One thousand five hundred Only)

365 days (Three hundred sixty five days)

Loading of coal into contractor’s tipping trucks by contractor’s pay loader.

1,00,000

2. Time schedule of tender

Sl.No. Particulars Date Time 1. Tender e –Publication date 05.08.13 18.00 Hrs. 2. Bid Submission start date (on line only) 07.08.13 10.00 Hrs. 3. Bid Submission end date 29.08.13 18.00 Hrs. 4. Start date for seeking clarification on line 07.08.13 10.00 Hrs. 5. Last date for seeking clarification on line from the service

provider (C 1 India Pvt. Ltd.)

29.08.13 18.00 Hrs.

6. Last date of submission of Application fee,EMD and Annexures (Hard copy)

03.09.13 15.00 Hrs.

Page-1

Page 3: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

3.Deposit of Application fee and EMD Application fee and Earnest Money can be deposited in the form of Demand Draft (DD)/Banker’s Cheque (BC) from any scheduled Bank drawn in favour of “Central Coalfields Limited” payable at S.B.I.,Saunda EMD can also be deposited in the form of irrevocable Bank Guarantee (BG) from any scheduled Bank in format given in the bid document. The vailidity of such BG should be minimum 28 days beyond the validity of the bid.No BG shall be accepted against Application fee. The bider has to furnish the DD/BC Number,date of issue,expiry date,amount and name of issuing bank, wihle submitting the tender on line.Also the bidder has to upload the scanned copy of DD/BC for “Application fee” & DD/BC/BG against “EMD” during submission of bid on line. The bidder has to deposit the orginalDD/BC against Appliction feeand DD/BC/BG against EMD in person which must be submitted after putting the documents in sealed cover in the tender box placed in the office of G.M.(M)(BS),Barka-Sayal Area,Sayal, on any working day after e-publication of NIT and up to three working days after the last date of submission of bid. The bidders are also required to submit two numbers of affidavits (as per Annexure I & II) as mentioned in clause no. 9 of NIT and Mandate form for e- payment (as per Annexuree III) alongwith the aforesaid DD/BC/BGs in the sealed cover superscribing the NIT No.,Name of work and name and address of the bidders including contact number and Fax number. The company shall not be responsible for any delay in receipt of “Application fee” , “EMD” and “Annexures”. In case the “Application fee” , “EMD” and “Annexures” are not received within the aforesaid period,the bid will be outrightly rejected and bidder will be debarred from participating in the tender. The bidders should submit A MANDATE FORM for e-payment alongwith EMD, as per the format given in the bid document at Annexure-III. 4.Calarification of Bid : The bidder may seek clarification on – line from the Service Provider C 1 India Pvt. Ltd.within the specified period at the following contact details:- Address : C-104,Sector-2,NOIDA,UP,INDIA FAX : +91-120-4746810 Phone No. : +91-120-4746800(30 Lines) Contact person : A) Sri Tirtha Das,CCL,Darbhanga House,Ranchi Mob.No.08986678058 e-Mail :- tritha.das @ c1 india.com. B)Sri Rita brata chakraborty, Mob.No:-09748708094, e-mail:- ritabrata.chakraborty @ c1 india. com 5.The bidders have to accept on – line the user portal agreement which contains the acceptance of all the Terms and Conditions of NIT and tenders document, undertakings and the e-Procurement and Reverse Auction systems procedure through https://ccl.eproc.in in order to become an eligible bidder.These will be a part of the agreement. Page-2

Page 4: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

6.Eligible Bidders:- The invitation for bid is open to all bidders including an individual,proprietorship firm, partnership firm,company or a Joint Venture having eligibility to participate as per eligibility criteria stipulated in Clause No. 7 of this NIT and having Digital Signature Certificate (DSC) issued from any agency authorized by Controller of Certifying Authority (CCA),Gov.of India . Note: Joint Venture : Two or three companies/contractors may participate in the tender as Joint Venture (JV).Joint Ventures must comply the requirements of JV mentioned in detail in NIT/GTC document displayed on above mentioned e-tender Portal. 7.Eligibility Criteria A. Work Experience: The intending tenderer must have in its name of having successfully executed works of similar nature(Such as transportation /removal of coal/Overburden/shale/Extraneous materials/sand etc.) valuing 65% of the “Annualized value” of the work or estimated value of work ,whichever is less put to tender in any year (a ‘year’ in this context is a continuous period of 365 days starting at any date of the year) during last 7 (Seven) years ending last day of month previous to the one in which bid applications are invited. “Annualized Value” of the work shall be calculated as the “(Estimated Cost/Period of completion in days)x365” The cost of executed 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 till the last day of month previous to one in which e-tender has been invited. In respect of the above eligibility criteria the bidders are required to furnish the required information on –line in the specified format available on e-tender website.

i)Agreement Number/Work Order Number of each work /experience of similar nature,to be considered for eligibility. ii)Name of Works of similar nature, to be considered for eligibility. iii)Name of Employer/Work Order issuing authority of each work/experience iv)Work experience certificate number & date v)Period of work/experience of bidder to be considered for eligibility. vi)Executed Value of work against each experience. vii) Percentage (%) share of each experience (100% in case of an individual/proprietary firm or a partner in a partnership firm and the actual % of share in case of a Joint Venture) Note: In case the bidder is a joint Venture, the work experience of any or all of the individual partners of JV may be furnished as the work experience of the bidder. B.Working Capital: The bidder must produce Evidence of adequacy of working capital (at least either 20% of the “Annualized Value” of this work or the estimated value of the work, whichever is less) for this contract. In case of obtaining credit, the certificate from the scheduled bank should be produced. In respect of the eligibility criteria the bidders are required to furnish the following information on line:

i) Source of working Capital (Banker’s certificate or Audited Balance Sheet for the latest financial year.)

ii) Amount of available working capital.

Page 5: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

Page-3 iii) Name of the Branch of Bank, issuing working capital certificate or Chartered

Accountant(CA),auditing Balance sheet. iv) PAN numbers of all the members/partners in case of Joint Venture.

Note: In case the bidder is a Joint Venture, the above information in respect of each individual partner of JV shall be furnished and the working capital of all partners will be added by the system to calculate the working capital of the bidder .

C) Fleet Requiretment: Minimum fleet requirement for the tendered work are as below: Name of Equipment Capacity No.Required Tipping Truck Minimum 10 te.Carrying

capacity each. 2 Nos. or Equivalent No. as per capacity

Payloader 1(One) In respect of the above eligibility criteria, the bidders are required to furnish the affidavit as per annexure-II. The scanned copy of the affidavit should be up loaded on line and the original affidavit should be deposited in the Office of GM(M)(BS),Barka-Sayal Area in the sealed cover along with EMD & tender as mentioned in Clause 3 above of the NIT. D)Permanent Account Number(PAN): The bidder should possess permanent Account Number(PAN)issued by the income tax Department,Govt.of India. Note: In case the bidder is a Joint Venture, the PAN Number of each Individual partner of JV shall be furnished. 8.Sub-Contractors experience and resources will not be taken into account for determining the bidder’s compliance with qualifying criteria. 9.In submission of tender on-line, the bidders will upload: (i)The scanned copy of DD/BC against “Application fee”,DD/BC/BG against EMD and scanned copy each of affidavits as mentioned (ii)and (iii)below “EMD”.No other document shall be uploaded by the bidder on –line in the technical – bid. The bidder will be required to quote their rate and amount in the price Bid in the format provided on the website. (ii)Affidavit as per Annexure-I. (iii)Affidavit for deployment of fleet and equipment as per Annexure-II 10.All bids are to be submitted on-line on the website https://ccl eproc.in. No bid shall be accepted off – line. 11.It is the bidder’s responsibility to comply with the system requirement i.e. hardware,software and internet connectivity at bidder’s premises to access the e-tender portal. Under any circumstances CCL shall not be liable to the bidders for any direct/indirect loss or damages incurred by them arising out of incorrect use of the e-tender system or internet connectivity failures. 12.After receipt of DD/BC pertaining to “Application fee”,DD/BC/BG pertaining to “EMD” and the affidavits in original as stated in clause No.9 of NIT,the documents/instruments shall be verified offline by CCL from the issuing banks/authorities. Similarly the affidavit will also be checked and verified for its acceptability. 13.As soon as the above step of offline checking and verification process is completed CCL will inform the status on above points with respect to each participating bidders to the Service provider(C 1 India Pvt. Ltd.).Service provider will feed in the above status w.r.t each of the participating bidders in the system. As soon as the above information is entered on – line by the Service provider the tender will be decrypted in the system and following action will be completed on-line automatically.

Page 6: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

Page-4 i) A comparative statement of technical bid will be generated showing qualified /disqualified status against each bidder. ii) Price of the technically qualified bidders only will be decrypted by the system on line . iii) The overall quoted lowest price along with the details of rate and amount of each item will be displayed by the system without disclosing the name of the bidder. iv) A system generated e-mail shall be sent to all participating bidders who can be able to view the comparative statement and the lowest bid offered at the stage of e-tendering process. 14.After evaluation of Technical Bid and discovery of lowest rate and price quoted (overall) in the tender, on-line reverse bidding will be carried out only amongst the bidders declared qualified by the system . The date and time and detailed clarification on reverse bidding process will be communicated by the Service provider to all qualified bidders by e-mail as well as through Telephone in advance. Bidders declared disqualified by the system will not be able to participate in reverse bidding process. 15.By default 11.00 hrs. of the scheduled date of reverse bidding will be the start time of Reverse Bidding .The reverse bidding will remain open for 4 hours i.e. from11.00 hrs. to 15.00 hrs. on the scheduled date. However, the bidding time will go on extending automatically after 15.00 hrs. in the slab of 30 minutes each from latest bid time, if the latest response in the bidding is submitted within last 30 minutes of scheduled extended closing time of bidding . The reverse bidding will again be continued on the 2nd day from 11.00 hrs. as per the norms followed after 15.00 hrs. on the first day of the reverse bidding. The process of reverse bidding will finally stop sharp at 18.00 hrs on the 2nd day. The bidding will also stop in case the particular bid remains un –responded for continuous 30 minutes time between 15.00 hrs. to 18.00 hrs. in the 1st day and 11.00 hrs. to 18.00 hrs. In the 2nd day. 16. The rate and price shown after opening of tender (vide Clause 13(ii)& (iii) above) will be the base rate/price for start of the Reverse Bidding. System will not accept price higher than the base price in Reverse bidding. Only the tender s declared qualified by the system for this tender shall be eligible for participation in Reverse Bidding process. 17. The participating bidders will be given option to reduce their rates in the Reverse Bidding below the base price. However, any reduction less than the following in overall quoted price of the work will not be accepted by the system: a) For the tendered work value up to Rs. 5.0 Crore : Rs.10,000/- b) For the tendered work value exceeding Rs. 5.0 Crore : Rs.20.000/- c) For the tendered work value exceeding Rs. 50.00 Crore : Rs.50.000/- An amount equal to or exceeding the above shall only be accepted by the system. Also the system will not accept the rate/amount higher than the base price and system will not accept same overall amounts for two or more bidders in the Reverse Bidding. The Service provider (C 1 India Pvt. Ltd.) will take all necessary steps to ensure smooth and uninterrupted functioning of system at their end. Bidder are advised to ensure stable connectivity at their end. Service provider of CCL will not be responsible for any disruption of connectivity or any failure at bidders end. Manual extension of bidding time will not be allowed at the request of bidder. In case there is any technological or system failure at service provider’s end the bidding will be paused and it will get extended for the period, the system remained down.

Page 7: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

Page-5 18. After closure of Reverse Bidding the bidding report will be available on-line for reference of authorized users/bidders/CCL officials on log on and a separate hard copy of comprehensive report duly stamped and signed by the service provider agency (C 1 India Pvt. Ltd.) will be made available to G.M.(M)(BS),Barka-Sayal within three working days. 19. After completion of reverse bidding on line, the L-1 bidder emerged out of reverse bidding process will have to produce the original documents in support of the information furnished by him on-line, for verification by the Tender Committee, along with one set of self certified copy of documents as specified by them in website in support of their eligibility pertaining to 1,2,3,4,5,& 6 on any working day within seven days after the date of closing of reverse bidding. However, in case of PAN card and Memorandum & Article of Association with certificate of incorporation containing name of bidder, the submission of original for verification is not required; self certified copy of these documents is sufficient.

Sl.No. Eligibility Criteria Self certified copy of supporting Document to be submitted and Original to be produced by L-1 bidder for verification by Tender Committee

1. Work Experience (Ref.Clause No.7(A) of NIT)

Satisfactory Work execution certificate/s,workorder/s, issued by the employer against the experience of similar work containing all the information furnished by bidder on line and TDS certificate

2. Working Capital (Ref.Clause No.7(B) of NIT)

Certificate of Working Capital issued by Scheduled bank/Audited Balance Sheet of the latest Financial year containing all the information furnished by bidder on line. (in case of JV, working capital certificate for each individual partner of JV)

3. Permanent Account Number(Ref.Clouse No. 7(D) of NIT

Pan Card issued by Income Tax Department, Govt. of India (incase of JV,PAN card for each individual partner of JV).

4. Legal Status of the bidder Any one of the following document: 1.Affidavit of any other document to prove proprietorship. 2. Partnership deed containing name of partners and details of assets. 3.Memorandum & Article of Association with certificate of incorporation containing name of bidder. 4.Joint Venture agreement containing name of partners and lead partner. Power of Attorney to the Lead Partner and share of each Partner.

5. Digital Signature Certificate(DSC)

If the bidder himself is the DSC holder bidding on- line then no document is required. However, if the DSC holder is bidder on line on behalf of the bidder then the power of Attorney or any sort of legally acceptable document for the authority to bid on behalf of the bidder .

6. Any other document to support the qualification information as submitted by bidder on-line. In case the L-1 bidder fails to produce the original documents as stated above within the specified period of seven days after the date of Reverse Bidding or if any of the information furnished by L-1 bidder on-line /off line is found to be false by the Tender Committee during verification of original document, which changes the eligibility status of the bidder, then the tender will be cancelled and

Page 8: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

Page-6 re-tendering will be done with forfeiture of EMD and banning of L-1 bidder for one year from participating in future tenders. The original documents as stated above will ne returned to L-1 bidder after verification by Tender Committee and the self certified copy submitted by him shall be retained by the department. 20. One Bid per Bidder: Each Bidder shall submit only one Bid, either individually, or as a partner in a partnership firm or a partner in a joint Venture or a public limited firm. A Bidder who submits or participates in more than one Bid (other than as a Sub-Contractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Bidder’s participation to be disqualified. 21.Refund of EMD: The Earnest money will be retained in the case of successful tenderer and refunded to the unsuccessful tenderer in due course and will not carry any interest. The Unsuccessful bidder for this purpose means the bidders who have not qualified for opening of Reverse Bidding and those who have not emerged as L-1 tenderer after participation of reverse bidding. The Earnest Money deposited by the L-1 bidder in the form of DD/BC shall be adjusted against Performance Security Deposit(PSD).The EMD deposited by the L-1 bidder in the form of Bank Guarantee (BG) will be discharged when the bidder has furnished the required PSD and signed the agreement. 22. Site Visit: The bidder, at the bidder’s own responsibility, cost and risk,is encouraged to visit and examine the Site of works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for execution of the works.The cost of visiting the site shall be at the bidder’s own expense. 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 he actually visit the site/area or not and has taken all the factors in account while quoting his rates. 23. Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission of his bid and the Employer will in no case be responsible and liable for this cost. 24. Modification and Withdrawal of Bid: Modification of the submitted bid shall be allowed on-line only before the dead line of submission of tender and bidder may modify and resubmit the bid on line as many times as he may wish. System is designed to accept only the latest revision submitted by the tenderer as their valid offer. No bid may be modified after the dead line for submission of bids. The above clause of withdrawal supersedes corresponding/relevant clause of the NIT document/GTC clause -9 displayed on the e-tender portal . Withdrawal of a bid after the deadline for submission of bids and before expiration of the period of bid validity specified in the Bidding Data or as extended pursuant to sub-Clause 14.2 may result in the forfeiture of the bid security and blacklisting of bidder for one year period. 25. Bid Prices: The Bidders shall offer for the whole work based on the Bill of Quantities. However, the employer reserves the right to allot part of the work at their discretion and no claims, whatsoever, shall be entertained in this regard. The Bidder shall fill in online rates and prices for all items of the work described in the Bill of Quantities. The rates and prices quoted by the Bidder shall be fixed for the

Page-7

Page 9: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

duration of the contract and shall not be subject to variations on any account except to the extent variations allowed as per the conditions of the contract of the bidding document. 26. All duties, taxes and other levies payable by the Contractor except the service tax under the Contract, or for any other cause as applicable on the last date of submission of tender,shall be included in the rates,prices and total Bid price submitted by the bidder.All incidentals, overheads etc as may be attendant upon execution and completion of work 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 tender and /or any increase over the rate existing on the last date of submission of tender shall be reimbursed by the company on production of documentary evidence in support of payment actually made to the concerned authorities . Any decrease in duties,taxes ,levies etc. as above shall be recovered by the company. Service Tax will be extra, if payable Contractor /Service provider will have to submit duly notorised affidavit on non judicial stamp paper to the effect that the contractor has made payment of Service Tax in accordance with law, such notorised affidavit with regard to payment /deposit of Service Tax of the proceeding month should be produced by the contractor every time while making claim for payment. 27. Currencies of Bid and payment: The unit rates and prices shall be quoted by the bidder entirely in Indian Rupees only. 28.The company reserves the right to postpone the date of on-line submission and opening of tender or to cancel the tenders without assigning any reason whatsoever. 29. Bid Validity: The Bid shall remain valid for a period of four calendar months after the end date for bid submission. In exceptional circumstances, prior to expiry of the original time limit,the employer may request the bidders to extend period of validity for a specified additional period .The employer’s request and bidder’s response shall be made in writing. A bidder may refuse the request without forfeiting his EMD/Bid Security. A bidder agreeing to the request will not be required or permitted to modify his bid but will be required to extend the validity of his EMD/Bid Security (If submitted in the form of BG) for a period of 28 days beyond the extended validity of bid. 30.Single Tender:- If the number of tenders received up to the deadline of closure of tender are less than two, the bid submission end date and time and also the last day of submission of original application fee,EMD and hard copy of annexure (as stipulated in cl.3above) shall be extended by two days. If on expiry of aforesaid two days time number of tenders received on line remains less than two the date of receiving tenders and hard copies of documents will be extended by one month. In this extended period any new bidder having requisite eligibility can submit his on line tender . However, the existing single bidder shall not be allowed to revise his price/rates already submitted earlier. On expiry of extended date in above manner, if no fresh e-tender is received ,the single tender received earlier shall be opened after the extended date after verification of application fee, EMD and affidavit as stipulated in the process of normal e-tender’s.

Page-8

Page 10: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

Reverse bidding shall also be carried out as per normal process and the single bidder will have option either to accept the base bid price or reduce the price further. 31.Employer’s Right to Accept or Reject the Bids: The Employer reserves the right to accept or reject any Bid and to cancel the bidding process and reject all Bids, at any time prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders or the grounds for the Employer’s action 32. Award Criteria : The Employer will award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid price after on –line reverse bidding,provided that such Bidder has been determined to be eligible in accordance with the provision of Clouse No.6 (eligible bidders) and Clouse No.7 (eligibility criteria) 33. This Tender Notice shall be deemed to be part of the Contract Agreement and its stipulation supersedes corresponding clauses mentioned anywhere else in the NIT document displayed on e-tender website. 34. 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 tenders or accept the tender in part and not in its entirety. Tendered quantity may be reduced along with timeframe. 35. 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. 36. Initial Medial examination of all contractual mining workers is mandatory and an amount of Rs.950/- only shall be charged towards conducting IME for each Contractor’s worker, which shall be recovered from the bills of the contractors. 37. The payment to the contractors after award of work will be made through Electronic Mode . 38.Tenderers are advised to visit the work site before offering the rates for the above transportation work and if the work is awarded in their favour , future dispute regarding the route distances will not be entertained by the Management. 39.The Bidders are required to sign the Integrity Pact as per format given in Part-1 of tender document along with witness. 40. The Contractor has to pay to their employees, wages and other benefits as per office order no. CIL/C-5B/JBCCI/HPC/566 dated : 18.02.13 issued by Coal India on the basis of recommendation of high power committee, which is enclosed as Annexure-A.

Page-9

Page 11: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

Name & address of the Independent Monitor:

Sl.No. Name Address 1. Sri N.R.Banerjee ,IAS(Retd.) Flat no.121,Sriniketan,CGHS,Plot no.1,

Sector-7 Dwarka,New Delhi

General Manager(M)(BS) Barka-Sayal Area Copy to:-

1. C.G.M.(BS),Barka-Sayal Area 2. G.M.(CMC),CCL,Ranchi 3. Sri N.R.Banerjee,Flat No.121,Sri niiketan ,CGHS,Plot no.1, Sector 7,Dwarka,New

Delhi 4. A) Sri Tirtha Das,CCl,Darbhanga House,Ranchi Mob.No.08986678058

e-Mail :- tritha.das @ c1 india.com. B) Sri Rita brata chakraborty,C 1 India Pvt.Ltd.C-104,Sector-2,Noida UP Mob.No:-09748708094, e-mail:- ritabrata.chakraborty @ c1 india com

Page-10

Page 12: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

ANNEXURE -1 Bidder has to submit the original in physical form and upload a scanned copy of duly Notarized affidavit on non-judicial stamp paper of Rs.50/-(Rs. Fifty only) stating each of the following during on - line bid submission: Format for Affidavit AFFIDAVIT I _____________________________________________partner / Owners / Directors / Legal Attorney / Accredited representative of M/s _____________________________ , solemnly declare that, a. None of the partners/Owners/Directors or our firm is relative of employee of CCL.

b. That the financial instruments, statements of facts, data and documents being submitted by me/us in support of our eligibility in the tender vide NIT no._________________dated_____________are true, genuine and correct. c. I/We will submit Xerox copy of documents duly attested by signing on each page with company seal to the GM(M)(BS),Barka-Sayal Area within One week of completion of Reverse Bidding process if our quotation is found lowest. I/we will also produce before GM(M)(BS),Barka-Sayal Area the original documents referred in Part-I bid submission within 7(Seven) days time on demand. d. In case I/we fail to comply any of the aforesaid condition or the documents submitted by us is found false/forged, my/our tender will be cancelled forfeiting the EMD amount and debarring me/us from participation in future tender of CCL,for one year period. Deponent _______________________________________ Dated ________________________________________ Place _________________________________________ Seal of Notary

Page 13: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

Page 11 ANNEXURE-II Bidder has to submit the original in physical form and upload a scanned copy of duly Notarized Affidavit for Equipment/Fleet on non-judicial stamp paper of Rs.50/-(Rs. Fifty only) stating each of the following during on - line bid submission: Format for Affidavit AFFIDAVIT

I _____________________________________________partner / Owners / Directors / Legal Attorney /

Accredited representative of M/s _____________________________ , solemnly declare that,

a I/We are submitting tender for the work _____________________________________against NIT no. ___________________________________dated____________________________

b. I /we undertake that the equipments matching with the requirement of the tendered work c. shallbe deployed in the work by us either owned or hired, if the work is awarded to us

Deponent _______________________________________ Dated ________________________________________ Place _________________________________________ Seal of Notary Page 12

Page 14: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

ANNEXURE –III e-Payment (TO BE RETURNED TO THE COMPANY) To, Chief General Manager Barka-Sayal Area P.O.Sayal,Distt.Ramgarh Jharkhand Dear Sir, REF: AUTHORISATION OF ALL PAYMENTS THROUGH ELECTRONIC FUND TRANSFER SYSTEM/RTGS/CBS/INTRA BANK TRANSFER. We, hereby authorize CGM,(BS),Barka-Sayal Area to make all our payments against our bills, Refund of Earnest Money Deposit and security deposit, through Electronic Fund Transfer System/RTGS/CBS/ Intra Bank Transfer. The details for facilitating the payments are given below. 1. NOF THE BENEFICIARY

2. ADDERSS (WITH PIN CODE)

3. TELEPHONE NO.(WITH STD CODE)

4. BANK PARTICULARS

(A) BANK NAME

(B) BANK TELEPHONE NO.(WITH STD CODE)

(C) BRANCH NAME

(D) BANK BRANCH CODE

(E)

BRANCH ADDRESS (WITH PIN CODE)

(F) BANK FAX NO.(WITH STD CODE)

(G) 9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED CHEQUE)

(H) 11 DIGIT IFSC CODE OF BENEFICIARY BRANCH

Page 13

Page 15: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

(I) BANK ACCOUNT NO.

(J) BANK ACCOUNT TYPE (TICK ONE) SAVING CURRENT LOAN CASH CREDIT OTHERS IF OTHER,SPECIFY 5. PERMANENT ACCOUNT

NUMBER (PAN)

6. E-MAIL ADDRESS FOR INTIMATION REGARDING RELEASE OF PAYMENTS

7. CCL VENDOR CODE

(TO BE FILLED IN CAPITAL LETTERS) I/we hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect information, I/We would not hold the Company responsible. We also agree to bear the bank charge, 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)

Authorisation No. Name: Date:

Official Stamp

Page 14

Page 16: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

ANNEXURE – A

No. CIL/C-5B/JBCCI/HPC/566 Dated : 18th February,2013

Sub : Approval of Recommendation of High Power Committee.

The Board of Directors in its 294th meeting held on 13th February 2013 at CIL (HQ) Kolkata approved the recommendation of the High Power Committee on the wage of Contractors Workers engaged in Mining activities w.e.f. 01/01/2013. The basic rate of wages of different categories of contractors workers are as under :-

Categories of employee Basic rate (Per Day) Unskilled Rs.464.00 Semi-Skilled/ Unskilled Supervisory Rs.494.00 Skilled Rs.524.00 Highly Skilled Rs.554.00

Other terms and conditions mentioned in the recommendation of the High Power Committee shall be applicable. Copy of the recommendation duly signed by the representatives of Management and Central Trade Unions is enclosed herewith.

You are requested to take necessary action to implement the same.

(Bhagwan Pandey) General Manager (MP&IR) Distribution :-

1. Director (Personnel),ECL/BCCL/CCL/WCL/SECL/NCL/MCL. 2. Director (F),ECL/BCCL/CCL/WCL/SECL/NCL/MCL. 3. Director (RD&T),CMPDIL, Ranchi. 4. Director (Personnel)/Director(Finance)/Director(Tech.)/Director (Marketing),CIL, Kolkata. 5. CGM/TS to Chairman,CIl, Kolkata. 6. Chief General Manager ,NEC. 7. General Manager (F),CIl, Kolkata. 8. Chief Manager (IR),CIl, Kolkata.

Page 15

Page 17: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

Recommendation of High Power Committee

In terms of meeting with the Hon’ble MOS (I/C) for Coal and SPI with five Central Trade Unions operating in Coal Industry held on 16.04.2010. The meeting was held pursuant to their letter dated : 28.03.2010. Beside the other agenda the issue of recovery of perquisite tax on allotment of company’s residential quarters as well as payment of contractor’s workers and their social security measures were discussed. After detailed deliberation, Hon’ble MOS (I/C) suggested that a High Power Committee it to be constituted to deal with the followings.

(1) To formulate a mechanism / scheme for exemption on perquisite tax on houses allotted in the coalfields areas or suggest measures to compensate the workers for additional financial out-go.

(2) To examine and recommended the wages and social security measures for contractor’s workers engaged in mining activities.

Accordingly, a High Power Committee was constituted consisting of the representatives of management and Central Ttrade Unions vide CIL/C-5B/JBCCI/High Power Committee / 269 dated : 12/13 August’2010. Seven meetings of the committee have been held. The last meeting was held on 23.08.2012. The Committee has already decided in regard to (1) above the by formulating a scheme in regard to compensate the workers for additional financial out-go towards perquisites tax on house allotment. As regard (2) above, in the last meeting held on 2308.2012 both the parties came close on the followings. The same was apprised during the third meeting of standardization committee in presence of the Chairman, CIL :-

a) The minimum wage of the contractor’s workers engaged in mining activities (as defined under section 2(h)/(j)and (k) of mines act1952 including Washery, CHP and Railway Siding Annexure-I) shall be on the mid-way between the wages prescribed by the Central Government under Minimum Wages Act’1948 for the workers employed in scheduled employment for non-coal mines in the wages payable to the lowest category of regular workers i.e. ,Cat-I of National Coal Wage Agreement –IX. (Basic +DA+SDA+Att. Bonus as on 01.11.2012). Illustration given in Annexure-II.

b) V.D.A for industrial worker shall be NIL as on 01.11.2012 and the revised rate of VDA shall be paid over the Consumer Price Index 202.83 (Base 2011 = 100) from 1st April and 1st October in every year as notified by Ministry of Labour and employment, Govt. of India for the workers employed in scheduled employment for non-coal mines.

c) Contractor’s workers who will work in underground mine shall get 10% of the Basic as Underground Allowance.

d) CMPF deduction shall be made as per CMPF Act’1948 and CMPS 1998. e) Payment of Bonus shall be paid as per the Payment of Bonus Act. f) All statutory Acts/Rules applicable to the contractor’s workers shall be complied with. g) Medical facility – OPD and Indoor treatment medical facilities to the contractor workers in

the company’s hospital / dispensary shall be applicable as per order of CIL vide CIL/C-5B/JBCCI/OPD/486 dated : 10/09.2012…. Annexure-III.

Page-16

Page 18: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

h) Categorization of workers into Unskilled, Semiskilled, Skilled and Highly Skilled shall be as per the norms adopted by the Ministry of Labour & Employment, Government of India for non-coal mines, mentioned in Annexure-IV.

i) Where the existing rates of wages of any employee based on contract or agreement or otherwise are higher than the rates, the higher rates shall be protected and treated as the Minimum rates of wages for contractor’s workers.

j) The above minimum wage shall be applicable w.e.f 01.01.13 prospectively. In view of the above, the minimum wages of the contractor’s workers of different categories shall be as under prospectively. Basic rate of wages set out as under w.e.f 01/01/2013.

Categories of employees Basic rate Unskilled Rs.464.00 Semi-skilled/ Unskilled Supervisory Rs.494.00 Skilled Rs.524.00 Highly Skilled Rs.554.00

Management Representatives Trade Union Representatives R.Mohan Das, Director (P&IR),CIL-

Chairman Rajendra Prasad Singh, INMF(INTUC)

A Chatterjee, Director (F),CIL S.Q.Zama, INMF(INTUC) T.K.Lahiry, CMD, BCCL. Ramedra Kumar, IMWF(AITUC) PE Kachhap, Director (P),BCCL. Nathulal Pandey, HMS SK Srivastava, Director (P)ECL. Shri Surendra Kumar Pandey, ABKMS(BMS) AR Komwar, Director (F),SECL Shri Mithilesh Kumar Singh, AICWF(CITU) Bhagwan Pandey, GM(MP&IR),CIL-Convener.

Page-17

Page 19: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

ANNEXURE-I

Section 2(h) of the The Mines Act’1952

2(h) A person is said to be “employed” in a mine who works as the manger or who works under appointment by the owner, agent or manger of the mine or with the knowledge of the manger, whether for wages or not.

(i) In any mining operation (including the concomitant operations of handling and transport of materials up to the point of dispatch and of gathering sand and transport thereof to the mine.

(ii) In operations or services relating to the development of the mine including construction of plant therein but excluding construction of building, roads, wells, and any building work not to directly connected with any existing or future mining operations.

(iii) In operating, servicing, maintaining or repairing any part of any machinery used in or about the mine.

(iv) In operations, within the premises of the mine, or loading for dispatch of minerals. (v) In any office of the mine . (vi) In any welfare, health sanitary or conservancy, services required to be provided

under this Act, or watch and ward, within the premises of the mine excluding residential area, or.

(vii) In any kind of work whatsoever which is preparatory or incidental to or connected with mining operations.

Page-18

Page 20: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

ANNEXURE-II The wages of Cat-I workers as per NCWA-IX is as under :-

Basic Rs. 604.33 DA (10.9% of basic) Rs.65.87 SDA(1.795% of basic) Rs.10.85 Att. Bonus(10% of basic) 60.43 Total Rs.741.48

*DA calculated for the month of November’2012 The Minimum wages of Central Government notified for non-coal mining of unskilled workers is

Basic RS.120.00 DA Rs.66.00 Total Rs.186.00

. *DA calculated for the month of November’2012. The mid-way wages shall be (Rs.741.48 +Rs.186.00)/2 = Rs.483.74/day. The Minimum basic wage shall be round off to next Rupee one i.e. Rs.484.00/day.

Page-19

Page 21: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

ANNEXURE-III

COAL INDIA LIMITED

“COAL BHAWAN” 10, NETAJI SUBHAS ROAD,

KOLKATA-700001 No. CIL/C-5B/JBCCI/OPD/486 dated : 10th Sept.,2012 The Chairman –cum-Managing Director ECL, Sanctoria. The Chairman –cum-Managing Director BCCL, Dhanbad The Chairman –cum-Managing Director CCL, Ranchi The Chairman –cum-Managing Director WCL, Nagpur The Chairman –cum-Managing Director SECL, Bilaspur The Chairman –cum-Managing Director NCL, Singrauli The Chairman –cum-Managing Director MCL, Sambhalpur The Chairman –cum-Managing Director CMPDIL,Ranchi Sub : OPD and Indoor medical treatment facility to contractor’s workers in company’s Hospital / Dispensary The Board of Director of Coal India Limited in its 287th meeting held on 13th Aug’2012 approved for offering OPD and Indoor treatment facility to contractor’s workers in company’s hospital and dispensary free of cost (excluding spouse or any dependant) to the extent of availability of medicines, pathological examination and other surgical treatment. Contractor’s workers will not be allowed to get treatment other than company’s hospital / dispensary (no referral cases). Contractor’s engaged by Coal India Limited and its subsidiary companies should issue Identity card to their workmen deployed. You are requested to take necessary action to implement the above decision of CIL Board. This issues with the approval of competent authority. Sd. (Bhagwan Pandey) General Manager(MP&IR)

Page-20

Page 22: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

ANNEXURE-IV

Categorization of Contractor’s workers.

Ministry of Labour and Employment notified on 20th May’2009 fixing the maximum rate of wages payable to the employees employed in the non coal mining. On the basis of aforesaid notification, the definition of work is as under :-

a) “Unskilled Work” means work which involves simple operations requiring little or no skill or experience on the job.

b) “Semi-skilled Work” means work which involves some degree of skill or competence acquired through experience on the job which is capable of being performed under the supervision or guidance of a skilled employee and includes supervisory works.

c) “Skilled Work” means work which involves skill or competence acquired through experience on the job or through training as an apprentice in a technical or vocational institute and the performance of which calls for initiative and judgment.

d) “Highly Skilled Work” means work which calls for a high degree of perfection and full competence in the performance of certain task acquired through intensive technical or profession training or practical work experience for long years and also required for a worker to assume full responsibility for his judgment or decision involves in the execution of these tasks.

Page-21

Page 23: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

Section 2 (j) in The Mines Act,1952

i) “Mine” means excavation where any operation for, the purpose of searching for or obtaining minerals has been or is being carried on and includes.

ii) All borings bore holes, oil wells and necessary crude conditioning plants including the pipe conveying mineral oil within the oilfields.

iii) All shafts, in or adjacent to and belonging to mine, whether in the course of sunk or not; iv) All levels and inclined planes in the course of being driven. v) All open cast workings; vi) All conveyors or aerial ropeway provided for the brining in to or removal from a mine or

minerals or other articles or for the removal of refuse therefrom. vii) All edits, levels, planes, machinery, works, railways, tramways and sidings in or adjacent

to and belonging to a mine; viii) All protective works being carried out in or adjacent to a mine. ix) All workshops and stores situated within the precincts of a mine and under the same

management and the use primarily for the purposes connected with that mine or a number of mine under the same management.

x) All the power station, transformers sub-station, convertor station, rectifier station and accumulator storage stations for supplying electricity solely or mainly for the purpose of working the mine or a number of mines under the same management.

xi) Any premises for the time being used for a depositing sand or other material for use in a mine or for depositing refuse from a mine or in which any operation in connection with the such sand, refuse or other material is being carried on, being premises exclusively occupied by the owner of the mine;

xii) Any premises in or adjacent to and belonging to a mine on which any process ancillary to the getting dressing or preparation for sale of minerals or of coke is being carried on ; Section 2(k) in The Mines Act,1952 (k) “office of the mine” means an office at the surface of the mine concerned ;(kk) { “Opencast working means a Quarry, that is to say, an excavation where any operation for the purpose of searching for or obtaining minerals has been or is being carried on, not being a shaft or an excavation which extends below superjacent ground}.

Page-22

Page 24: Office of the Chief General Manager - 3.imimg.com3.imimg.com/data3/XR/SE/HTT-344/344_2013-07-23-13... · 1,00,000 2. Time schedule of tender Sl.No. Particulars Date Time 1. Tender

PRICE BID FORMAT

Name of work : Transportation of Coal from Quarry No.3 coal stock yard to Bhurkunda CHP for a period of One Year. Description of work Distance

(KM) Qnty. (te.)

Rate Rs./Te. (To be quoted by bidders)

Amount Rs.

1. Transportation of coal from Quarry No.3 coal stock yard to Bhurkunda CHP by contractor’s tipping trucks and unloading automatically after weighment .

0.60

1,00,000

2. Loading of coal into contractor’s tipping truck by contractor’s pay loader.

1,00,000

Page 23