Office of the General Manager WESTERN COALFIELDS

Office of the General Manager
WESTERN COALFIELDS LIMITED
(A Miniratna – Cat. I Government of India Undertaking)
PENCH AREA
PO:Parasia, Distt.Chhindwara (M.P.) 480 441
Tel - 07161-220008
Fax- 07161-220065
No.WCL/Pench/GM(Opr.)/2014/154
WCL Website www.westerncoal.gov.in
Government website http://tenders.gov.in
Date 22.01.2014
To
The Dy. General Manager (System),
Western Coalfields Limited
Pench Area
Sub: Posting of Tender Documents on WCL http://www.westerncoal.gov.in / Government
Website http://tenders.gov.in & ePorcurement Website http://www.eprocure.gov.in
Name of Area
Name of Sub Area
Tender Title
Pench Area
Shivpuri Sub Area
Transporting of Transformer at Vishnupuri
UG Mine No. II
Quotation Ref. No.
pe3350-min-q-0009-2013-14
{WCL/Pench/GM(Opr.)/2014/153
Date 22.01.2014}
Product Category
Mining
Tender Value
Rs. 95,622.60
EMD
Rs. 1,000/Document Cost
Rs. 100/Tender Type
Open
First Announcement Date & Time
25.01.2014 – 10.00 AM
Last Date & Time of Document Collection 01.02.2014 – 09.00 AM to 1.00 PM
Last Date & Time for Submission
03.02.2014 – 12.00 Noon
Date and time of Opening of Part – I
03.02.2014 – 12.45 PM
Tender Description (Maximum 200
Transporting of Transformer manually from
Chars)
IVA Seam (4L/16 Dip) to surface by the
contractual means including unloading at
Vishnupuri UG Mine No. II of Pench Area.
Contact Person Name
L.K.D. Vaishnav
Designation
General Manager (Opr.)
Telephone Number with STD Code
07161 – 220008
Prequalification (If any)
Nil
GENERAL MANAGER (OPR.)
PENCH AREA
Encl: 1 CD
WESTERN COALFIELDS LIMITED
(A Miniratna – Cat. I Government of India Undertaking)
OFFICE OF THE GENERAL MANAGER,
PENCH AREA, PO: PARASIA,
DISTT: CHHINDWARA (M.P.) 480 441
QUOTATION DOCUMENT (PART-I)
QUOTATION NOTICE NO.
NAME OF WORK
pe3350-min-q-0009-2013-14
Date 22.01.2014
Transporting of Transformer manually from IVA
Seam (4L/16 Dip) to surface by the contractual
means including unloading at Vishnupuri UG Mine
No. II of Pench Area.
PLACE OF WORK
Pench Area
DATE & TIME OF SUBMISSION On 03.02.2014 Upto 12.00 Noon
DATE & TIME OF OPENING
On 03.02.2014 at 12.45 PM
COST OF DOCUMENT
Rs. 100/- (Non Refundable)
DD/M.R. NO & DATE
Approved for sale to:
M/s. ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------Contains (19) Nineteen Pages
GENERAL MANAGER (OPR.)
PENCH AREA
1
Quotation No.pe3350-min-q-0009-2013-14
Office of the General Manager
WESTERN COALFIELDS LIMITED
(A Miniratna – Cat. I Government of India Undertaking)
PENCH AREA
PO:Parasia, Distt.Chhindwara (M.P.) 480 441
Contact Person’s Name
Contact Person’s Designation
Tel - 07161-220008
Fax- 07161-220065
No.WCL/Pench/GM(Opr.)/2014/153
L.K.D. Vaishnav
General Manager (Opr.)
WCL website www.westerncoal.gov.in
Government website http://tenders.gov.in
Date 22.01.2014
QUOTATION NOTICE No. pe3350-min-q-0009-2013-14
Sealed tenders are invited for the following work of Transporting of Transformer
manually from IVA Seam (4L/16 Dip) to surface by the contractual means at Vishnupuri UG
Mine No. II of Pench Area from the experienced and reputed contractors who has (have) in
its name as a prime contractor experience of having successfully executed works of similar
nature in underground.
Particulars of Job
Time of
Completion
Approximate
Value
Transporting of Transformer manually from IVA Seam (4L/16
Dip) to surface by the contractual means including unloading
at Vishnupuri UG Mine No. II of Pench Area.
15 (Fifteen)
Days
Rs. 95,622.60
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.
In case the bidder is not a prime contractor but a sub-contractor, the bidder
experience as sub-contractor will be taken into account if:The contract in support of qualification is a sub-contract in compliance with the
provision of such sub-contract in the original contract awarded to prime contractor.
Average annual financial turnover of civil work during the last 3 (Three) years, ending
31st March of the previous financial year should be at least 30% of the estimated cost.”
2
Quotation No.pe3350-min-q-0009-2013-14
The intending tenderer must submit documentary evidence in support of above in the
form of certified copy of work order, completion certificate, payment certificates/vouchers
indicating the period of work for which the payment has been made.
(i)
(ii)
(iii)
(iv)
In addition, the intending tenderer has to submit the following:
Permanent Income Tax Account Number
Particulars of Registration with appropriate Sales Tax Authorities (In relation with
‘Works Contract Tax’) if applicable (**)
Particulars of Registration/clearance from the appropriate Provident Fund authorities,
if applicable.
Particulars of Registration with appropriate Service Tax No.
Copies of all the certificates submitted, duly authenticated by the bidder, will have to
be verified with the originals by the department. However, provisions under (ii) and (iii)
above may be relaxed at the discretion of the Tender issuing authority for the purpose of
sale of Tender Documents only. These certificates will have to be submitted along with the
tender in such cases.
**The Sales Tax Act is a state subject. Therefore it’s application in it’s entirety will be
as per the respective legislation in force at the place of work.
2.
Validity period of Rates Quoted/Tender :- The rates offered in Part-II should be
valid for four Calendar months from the date of opening of Part-I of the tender.
3.
PRICE OF TENDER DOCUMENT :Price of Tender Document is Rs.100/- (Rupees One Hundred only) per set, which is
non-refundable.
4.
AVAILABILITY OF TENDER DOCUMENTS :- Tender documents including terms &
conditions of work, shall be available on payment, from Office of the General Manager
(Opr.), Pench Area from 28.01.2014 to 01.02.2014.
The money may be deposited either in cash with Chief Cashier, W.C.L. Office of the
General Manager, Pench Area from 10.30 AM to 04.00 PM and 9.30 AM to 12 Noon on
Saturdays except on Holidays and Sundays, or by Bank Demand Draft drawn in favour of
Western Coalfields Limited, Pench Area Account payable at local banks i.e. State Bank of
India Barkuhi, Central Bank of India Parasia, Bank of Maharashtra Parasia, Union Bank of
India Parasia & State Bank of India Parasia.
OR
The tender document can be downloaded at directly from website of WCL http://
www.westerncoal.gov.in/Government web site http://tenders.gov.in & ePorcurement
Website http://www.eprocure.gov.in. The cost of tender Document of Rs. 100/- must be
deposited in the form of Bank Draft (which should be after the date of issue of Tender
Notice) drawn in favour of ‘WESTERN COALFIELDS LIMITED, PENCH AREA ACCOUNT’
payable at local banks i.e. State Bank of India Barkuhi, Central Bank of India Parasia, Bank
of Maharashtra Parasia, Union Bank of India Parasia & State Bank of India Parasia during
submission of tender document in separate envelope in Part-I but not along with EMD.
For details please refer website of WCL http://www/westerncoal.gov.in /Government
web site http://tenders.gov.in & ePorcurement Website http://www.eprocure.gov.in.
Downloading of all related corrigenda, if any, which may be posted subsequently in
the web site, is mandatory on the part of all downloading parties. The responsibility of
downloading the related corrigenda, if any, will be that of the downloading parties.
3
Quotation No.pe3350-min-q-0009-2013-14
5.
BID SECURITY/EARNEST MONEY DEPOSIT
A.
Rs. 1,000/- (Rupees One Thousand only) i.e. (1% of the estimated cost rounded of
to nearest hundred rupees) as Earnest Money/Bid Security is to be deposited in the form of
irrevocable Bank Guarantee (from Scheduled Bank/Branch acceptable to the owner) with
validity 28 days beyond the validity of the Bid in the format given in the Bid Document.
Certified Cheques and Demand Drafts will also be acceptable (which should be after the
date of issue of Tender Notice) as Earnest Money/Bid Security drawn in favour of
‘WESTERN COALFIELDS LIMITED, PENCH AREA ACCOUNT’ payable at local banks i.e.
State Bank of India Barkuhi, Central Bank of India Parasia, Bank of Maharashtra Parasia,
Union Bank of India Parasia & State Bank of India Parasia. Earnest Money/Bid Security of
the unsuccessful tenderer/bidder shall be refundable as promptly as possible after opening
of Price Bid and finalisation of the tender and shall bear no interest.
No tender will be accepted unless accompanied by requisite Earnest Money Deposit.
B.
Any Bid not accompanied by an acceptable Bid Security/EMD shall be rejected by
the Employer as non-responsive.
C.
The Bid Security/EMD of the unsuccessful bidder shall be refundable as promptly as
possible after finalisation of the Tender.
D.
The Bid Security/EMD of the successful Bidder will be discharged when the Bidder
has signed the Agreement and furnished the required Performance Security/Security
Deposit.
E.
The Bid Security/Earnest Money may be forfeited;
(a)
If the Bidder withdraws the Bid after opening during the period of Bid validity
(b)
in the case of a successful Bidder if the Bidder fails within the specified time limit to:
(i)
sign the Agreement; or
(ii)
furnish the required Performance Security/Security Deposit.
(c)
If the bidder does not accept the correction of the bid.
F.
The Bid Security/EMD deposited with the Employer will not carry any interest.
Refund of EMD: Send advice to corporate finance to refund earnest money deposits to the
unsuccessful tenderers forthwith after finalisation of the tender.
6.
A.
(a)
(b)
Performance Security/Security Deposit
Security Deposit shall consist of two parts;
Performance Security to be submitted at award of work and
Retention Money to be recovered from running bills.
The security deposit shall bear no interest.
B.
Performance Security should be 5% of annualized value of contract amount and
should be submitted within 28 days of receipt of LOA by the successful bidders in any of the
form given below.
A Bank Guarantee in the form given in the bid document
Govt. Securities, FDR or any other form of deposit stipulated by the owner
Demand Draft drawn in favour of “WESTERN COALFIELDS LIMITED, PENCH
AREA ACCOUNT” payable at local banks i.e. State Bank of India, Barkuhi, Central
Bank of India Parasia, Bank of Maharashtra, Parasia, Union Bank of India, Parasia &
State Bank of India, Parasia.
The bid security deposited in the form of Bank Guarantee shall be duly discharged
and returned to the contractor. The bid security deposited in the form of Demand Draft
shall be adjusted against the security deposit.
If performance security is provided by the successful bidders in the form of bank
guarantee it shall be issued either(a)
at Bidder’s option by a nationalized/Scheduled Indian Bank or
(b)
by a foreign bank located in India and acceptable to the employer
4
Quotation No.pe3350-min-q-0009-2013-14
(c)
the validity of the Bank Guarantee shall be for a period of one year or ninety days
beyond the period of contract, whichever is more.
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 bid
security.
C.
Retention Money should be deducted at 5% from running bills. Total of performance
security and Retention Money should not exceed 10% of annualized value of contract
amount or lesser sum indicated in the bid document.
D.
5% Performance Security should be refunded within 14 days of the issue of defect
liability certificate (taking over certificate with a list of defects). Retention Money should be
refunded after issue of No Defect Certificate.
7.
CONTRACT LABOUR (REGULATION & ABOLITION) ACT: Contractor(s) to whom
the work will be allotted (a) should follow all statutory Rules, Regulations applicable Laws
etc., and statutory requirement related to Govt. License, Workmen Compensation,
Insurance etc., including Minimum Wages Act, for their personnel/workers, (b)should follow
rules, if any imposed by Local/State/Central authorities should also be complied with by the
contractor(s), including working the tippers with Audio Visual Alarms, Machine Operators
and other using safety shoes and helmets etc., at their cost, (c)execution of the work with
Contract Labour is prohibited vide Notification U/s 10(1)Contract Labour (Regulation &
Abolition) Act, S.O.2063 DT.21.6.1988. So the successful tenderer(s) should execute the
work by using machines with his employees/workmen only, (d)during the course of
execution of the work, if any accident occurs whether major or minor, the successful
tenderer(s) or his supervisory staff should inform the same immediately without any delay to
the Mine Manager/Project Officer/Agent/General Manager concerned to take steps in
accordance with the Mines Act and other relevant laws, otherwise, the successful
tenderer(s) or his supervisory staff will be prosecuted for violation of the Mines Act and
other relevant laws, (e)should identify the company (WCL) from any liability be falling on
WCL due to any commission/commission by himself or by his representative or by his
employee or by any third party in execution of contract including but limited to any violation
of Contract Labour (Regulation & Abolition) Act. If the company (WCL) is made liable for
such claims by the court or authority, the same should be reimbursed to the company
(WCL) by the contractor(s), as if the company (WCL) has paid on their behalf.
ADDITIONAL CLAUSE:
8.
Removal of equipment by the contractor from the work site shall be with the
permission of the Sub Area Manager.
9.
No mobilization advance, whatsoever, will be paid by the management.
10.
You should not engage any person/workman less than 18 years of age.
11.
Your all Operators/Drivers must have valid license.
12.
Your all employees must be trained at our respective VTCs & possess a Photo
Identity Card and fit medically from a medical practitioner of State Government, Central
Government, Public Sector Undertaking.
13.
Without complete required information regarding possession of proof of ownership of
equipments capacity for the tendered work and other details of experience etc., as per
tender, the tender offers is liable for rejection.
5
Quotation No.pe3350-min-q-0009-2013-14
14.
Due to exigency of circumstances if required, site may be changed at the discretion
of the management for similar work.
15.
The quantity of work awarded may be decreased/increased/diverted at the discretion
of the management without assigning any reasons thereof. However the management may
increase the work up to 10% of the awarded value.
16.
The work shall be carried out as per discretion of the SAM/Manager or the
representative duly authorized by the respective SAM/Manager.
17.
If any injury takes place to any of the workman of the contractor during the execution
of the work, Compensation to the workman will be the liability of the contractor as per
provisions of the Workmen's Compensation Act.
18.
It should be noted that CMPF will be applicable for the workers engaged by the
contractor and shall arrange to deposit the same to CMPF Office failing which deductions
shall be made from the running bills of the contractor on this account.
19.
The contractor shall be responsible for good behavior of the persons engaged by
him for execution of the awarded contract.
20.
The contractor should not engage casual contractual workers, that is to say that they
will employ their regular workers against whom PF and other statutory deductions are made
as a proof of being on their roll. The tenderer will certify on the list that particulars of
workers presented by him are correct.
21.
You will be required to submit a list of workers engaged by you for above work, if at
any time during the period of contract, it is required to be engaged more than 19 persons,
you will be required to obtain licence under Contract Labour (R&A) Act, from the ALC©,
Chhindwara which will be produced to the undersigned and SAM, along with photocopy of
the licence. You should also certify that the list submitted by you is correct.
22.
GENERAL INSTRUCTIONS FOR SUBMISSION OF TENDER :
(1)
Tenderer is required to submit his offers in sealed covers giving reference to this
Tender Notice No. and date. (Name of the work shall be super scribed on the left hand side
of the covers). The envelope will comprise of Bid Security/Earnest Money Deposit, letter of
Bidder qualification information, original bid.
(2)
Intending tenderers are advised to inspect the site before quoting rates.
No dispute regarding lead & lift would be admitted.
(3)
Conditional offers will not be entertained from the tenderers.
23.
RECEIPT OF TENDERS : The tenders may be deposited in the Tender Box located
at the office of the General Manager (Opr.),Western Coalfields Limited, Pench Area.
Tenders will be received only up to 12.00 Noon on 03.02.2014.
24.
OPENING OF TENDERS:- Tenders will be opened at 12.45 PM on 03.02.2014 at
the Office of the General Manager (Opr.), WCL, Pench Area.
25.
The company is not under any obligation to accept the lowest tender/tenders and
reserves the right to reject any or all the tenders without assigning any reason whatsoever,
and also to distribute the work and allot the work/works to more than one tenderer, at its
sole discretion.
6
Quotation No.pe3350-min-q-0009-2013-14
26.
WCL shall not be responsible for any consequences due to misprinting or any wrong
translation by the newspaper concerned. The tenderer should contact the tendering
authority and verify facts in case of confusion.
27.
A certificate should be enclosed that the bidder has not been Blacklisted by WCL,
any PSU, any Govt.Organisation.
28.
The rates quoted should be exclusive of Service Tax. The Service Tax will be
reimbursed subject to production of documentary evidence of payment of service tax
against this job as per prevailing provisions of Service Tax.
29.
Submission of Mandate form for payment through Electronic Fund Transfer/RTGS
Transfer duly completed in all respects along with Part I.
30.
The contractors shall ensure that the insurance policy/policies are kept alive till full
expiry of the contract by timely payment of premiums and shall not be cancelled without the
approval of the company and a provision is made to this effect in all the policies, and similar
insurance policies are also taken by his subcontractors, if any. The cost of premiums shall
be borne by the contractor and it shall be deemed to have been included in the tendered
rate.
31.
All workers engaged shall be paid wages as per High Power Committee
Recommendations circulated vide office order No.CIL/C-5B/JBCCI/HPC/566 dated 18.02.2013 &
No.CIL/C-5B/JBCCI/HPC/602 dated 10.06.2013 of the General Manager (MP&IR), Coal India
Limited, Kolkatta.
(a)
The basic rate of wages of different categories of contractors' workers will be as
under:
Sl.No.
Categories of Employee
Basic Rate Per Day
1
Unskilled
Rs. 464.00
2
Semi Skilled / Unskilled Supervisory
Rs. 494.00
3
Skilled
Rs. 524.00
4
Highly Skilled
Rs. 554.00
(b)
V.D.A. For industrial workers shall be NIL as on 01.11.2012 and the revised rate of
V.D.A. Shall be paid over the Consumer Price Index – 202.83 (Base 2001=100) from 1st
April and 1st October in every year, as notified by Ministry of Labour & Employment, Govt.
Of India for the workers employed in scheduled employment for non-coal mines.
V.D.A. for Industrial Workers w.e.f. 01.04.2013 will be as under;
Categories of Employee
V.D.A. (Rs.) Per Day
Unskilled
Rs. 08.00
Semi Skilled / Unskilled Supervisory
Rs. 10.00
Skilled
Rs. 12.00
Highly Skilled
Rs. 14.00
7
Quotation No.pe3350-min-q-0009-2013-14
(c)
Contractor's workers who will work in underground mine shall get 10% of the Basic
as Underground Allowance.
(d)
CMPF deductions shall be made as per CMPF ACT 1948 and CMPF 1998.
(e)
Payment of Bonus shall be paid as per The Payment of Bonus Act.
(f)
All statutory acts/rules applicable to contractors' workers shall be complied with.
(g)
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
Minimum rates of wages for contractor workers.
32.
The Payment of wages to Contractor’s workers shall be made through Account
Payee Cheque or deposit their wages in their respective bank accounts and record the
cheque number and date in their wages bills.
33.
The contractor shall make necessary payment of the Provident Fund for the
workmen engaged by him for the work as per the laws prevailing under provisions of
CMPF.
GENERAL MANAGER (OPR.)
PENCH AREA
NOTE: (1) The documents can be downloaded from WCL Website. The tenderers has to
certify that, the documents submitted by them are as downloaded from WCL Website and
no tampering has been done. In case it is found that the documents have been tampered
with, the offer of the bidder will be summarily rejected.
(2) The tenderers who downloaded the tender documents and submits their offer must write
on the body of the envelope that the documents have been “Downloaded from the Website”
Copy to:
AGM, Pench Area/AFM,Pench Area/Sr. Officer (Finance)/
Concerned SAM/Manager/Dy. General Manager(System), Pench Area
Notice Board/All working/known contractors, Pench Area
8
Quotation No.pe3350-min-q-0009-2013-14
WESTERN COALFIELDS LIMITED,
OFFICE OF THE GENERAL MANAGER, PENCH AREA,
POST ;-PARASIA,DISTT.CHHINDWARA (M.P.)
DETAILED TENDER NOTICE
1. Sealed tenders in prescribed forms and in two parts with the name of work super
scribed as for Transporting of Transformer manually from IVA Seam (4L/16 Dip) to surface
by the contractual means at Vishnupuri UG Mine No. II of Pench Area (Description of work,
place, Tender Notice No. & date) on each of the envelopes are invited from bonafide and
experienced contractors and will be received at the office of General Manager (Opr.),
Pench Area upto 12.00 Noon on 03.02.2014. All tenders will be opened at 12.45 PM on
03.02.2014 in the presence of the attending tenderers or their authorised representatives.
2(a). Tenders should be submitted in the prescribed form in time. These forms together
with the proposed contract document with details may be obtained from the above office
during normal working hours on payment of Rs.100/- (Non-refundable) (Rupees One
Hundred only) for each set. The payment may be made either in cash or by Bank draft
drawn in favour of Western Coalfields Limited, Pench Area Account payable at local banks
i.e. State Bank of India Barkuhi, Central Bank of India Parasia, Bank of Maharashtra
Parasia, Union Bank of India Parasia & State Bank of India Parasia, payable at Parasia or
cash deposited with Chief Cashier W.C.L., Pench Area.
2(b). Tenders not received in time are liable for rejection. However, in the case of tenders
sent by registered post sufficiently before the last date of receiving the tenders, but received
late due to postal delay, the accepting authority reserves the right to consider such tenders
on merit at its sole discretion.
2(c). The tender thus submitted shall consist of the following :(i)
Complete set giving all the information required in Part-I & Part-II,which are enclosed
with Tender Notice. Part-I & II should also be in sealed covers clearly superscribing as PartI & Part-II on the respective envelopes giving reference of tender notice etc. Tenders will
liable to be rejected, if all columns are not filled up with proper information called. Part-II
envelopes will be opened only in respect of such tenders as found valid after scrutiny of
Part-I.
(ii)
Xerox copy (Photo copy) of latest Income-Tax clearance certificate, or copy attested
by a Gazetted Officer of the Govt. (Central or State), valid on the date of opening of tender.
(iii)
Earnest money deposit, as specified in para 3.
(iv)
Power of Attorney, in case the tender is signed by an authorised representative of
the tenderer.
(v)
Full name and address of the tenderer and the authorised agent delivering the
tender shall be written on the bottom left hand corner of the sealed cover.
3.
Earnest Money : (1% of the estimated cost rounded of to nearest hundred rupees) as
Earnest Money/Bid Security is to be deposited in the form of irrevocable Bank Guarantee
(from Scheduled Bank/Branch acceptable to the owner) with validity 28 days beyond the
validity of the Bid in the format given in the Bid Document. Certified Cheques and Demand
Drafts will also be acceptable as Earnest Money/Bid Security drawn in favour of
‘WESTERN COALFIELDS LIMITED, PENCH AREA ACCOUNT’ payable at local banks i.e.
State Bank of India Barkuhi, Central Bank of India Parasia, Bank of Maharashtra Parasia,
Union Bank of India Parasia & State Bank of India Parasia. Earnest Money/Bid Security of
the unsuccessful tenderer/bidder shall be refundable as promptly as possible after opening
of Price Bid and finalisation of the tender and shall bear no interest.
4.
No tender shall be considered unless accompanied by the said earnest money.
9
Quotation No.pe3350-min-q-0009-2013-14
5. (i) 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 earnest
money deposited by the successful tenderer will be dealt with as provided in the tender
document.
6.(i) Every tenderer is expected, before quoting his rates, to peruse the conditions of
contract and to inspect the site/area of the proposed work, and also verify the distances
between the places of transportation. A schedule of quantities to be transported is enclosed
with this tender. He should quote specific rate for each item in the schedule and the rate
shall be in rupees and paise. The rates shall be written both in words and figures and the
unit in words and the amount totalled. However the figure written in words will be
considered as final one. The rates for the work should be inclusive of all incidentals, overheads, leads, lifts, carriage, Bridge Toll, Zilla Parishad Cess, any other Cess or Tax by
local or Government Authority, etc. as may be applicable at the time of tendering/
negotiation for execution and completion of each of the items of work. 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 there to whether he actually visits
the site/area or not and have taken all the factors into account while quoting his rates.
6.(ii) The rates quoted should be exclusive of Service Tax. The Service Tax will be
reimbursed subject to production of documentary evidence of payment of service tax
against this job as per prevailing provisions of Service Tax.
7(a). Corrections where unavoidable, shall be made by crossing out and rewritten attested
with full signatures and date by the tenderer. Erasing or overwriting in the tender
documents may disqualify the tenderer.
(b)
The tender shall be submitted in English and the signature of the tenderer should be
attested by at least one witness. The names, occupation and addresses of the witnesses
shall be stated. When a tenderer signs a tender in a language other than English, the total
amount of the tendered value should also be written in the same language.
8.
The tenderer shall closely peruse all specifications clauses which govern the rates
for which he is tendering.
9.
The work should be completed within 15(Fifteen) Days from expiry of ten days from
the issue of letter of intent/work order or actual date of start of work, whichever is earlier.
10.
"Parties are advised to meet following requirements :i)
All payments for purchase of POL to be made by A/c Payee Cheques.
ii)
A statement furnishing the details of the cheques issued for POL purchase alongwith
receipts etc. be furnished with each bill for audit and payment.
11.
Canvassing in connection with the tenders in any shape or form is strictly prohibited
and tenders submitted by tenderers who resort to canvassing shall be liable to rejection.
12.
An intending tenderer, after obtaining tender documents on payment, having doubts
as to the meaning of any part of the tender documents may submit to the official inviting
tender a written request for interpretation or clarification thereof. Any interpretation or
clarification of the tender documents by formal addendums if issued by the official inviting
tender, shall only be final and valid and binding on the company and the tenderers.
13.
On receipt of Letter of Intent/Work Order issued by the Company for acceptance of
the tender, the successful tenderer shall sign the agreement issued by the Company in the
proper departmental form for the due fulfilment of the contract.
14.
Failure to start the work within the specified period from the date of Letter of
Intent/work Order shall entail forfeiture of the earnest money.
15. The tender shall remain valid for a period of 120 days from the date of opening of
tender. The tenderer shall not be entitled during the said or within the period extended by
mutual agreement, without the consent in writing of the Company to revoke or cancel his
tender or to vary the tender submitted or any terms thereof.
10
Quotation No.pe3350-min-q-0009-2013-14
16.
The contractors who do not start the work inspite of receiving LOI, punitive action
such as debarring participation in tenders for a period of two years and disqualifying offers
received against others tenders, will be taken against him/them.
17.
The NIT, detailed tender notice, Instruction to Bidders, General Terms & Conditions,
Special Terms & Conditions are formed a part of the tender documents shall be binding on
the tenderers.
18.
Schedules for completion of time should be strictly adhered to. In any case
maximum period of extension of contract should be confined to period not more than
original tender period.
19.
However, if delay occurs more than afore mentioned limit, in case of exigencies only,
prior approval of competent authority/Director concerned should be taken for extension of
time limit of work.
GENERAL MANAGER (OPR.)
WESTERN COALFIELDS LIMITED
PENCH AREA
11
Quotation No.pe3350-min-q-0009-2013-14
WESTERN COALFIELDS LIMITED
(A Miniratna – Cat. I Government of India Undertaking)
OFFICE OF THE GENERAL MANAGER,
PENCH AREA
TENDER FOR WORK
I/We, hereby tender for the execution for the Western Coal fields Ltd., of the work
specified in the under written memorandum at rates specified therein, within a period of 15
(Fifteen) Days, in accordance, in all respects, with the specification, design, drawings and
other documents attached to this and subject to the annexed conditions of contract and with
such materials as are provided for by, and in all other respects in accordance with such
conditions so for as applicable.
MEMORANDUM
Name of the work:- “Transporting of Transformer manually from IVA Seam (4L/16 Dip) to
surface by the contractual means including unloading at Vishnupuri UG
Mine No. II of Pench Area.”
1)
If Several sub work are included they should be detailed in a separate list.
2)
Approximate Value : Rs. 95,622.60 (Rupees Ninety Five Thousand Six Hundred
Twenty Two and Paise Sixty only)
3)
Earnest Money : Rs. 1,000/- (Rupees One Thousand only) i.e. (1% of the estimated
cost rounded of to nearest hundred rupees) as Earnest Money/Bid Security is to be
deposited in the form of irrevocable Bank Guarantee (from Scheduled Bank/Branch
acceptable to the owner) with validity 28 days beyond the validity of the Bid in the format
given in the Bid Document. Certified Cheques and Demand Drafts will also be acceptable
as Earnest Money/Bid Security drawn in favour of ‘WESTERN COALFIELDS LIMITED,
PENCH AREA ACCOUNT’ payable at local banks i.e. State Bank of India Barkuhi, Central
Bank of India Parasia, Bank of Maharashtra Parasia, Union Bank of India Parasia & State
Bank of India Parasia. Earnest Money/Bid Security of the unsuccessful tenderer/bidder
shall be refundable as promptly as possible after opening of Price Bid and finalisation of the
tender and shall bear no interest.
4)
Performance Security should be 5% of annualized value of contract amount and
should be submitted within 28 days of receipt of LOA by the successful bidders in any of the
form given below.
A Bank Guarantee in the form given in the bid document
Govt. Securities, FDR or any other form of deposit stipulated by the owner
Demand Draft drawn in favour of “WESTERN COALFIELDS LIMITED, PENCH
AREA ACCOUNT” payable at local banks i.e. State Bank of India, Barkuhi, Central
Bank of India Parasia, Bank of Maharashtra, Parasia, Union Bank of India, Parasia &
State Bank of India, Parasia.
The bid security deposited in the form of Bank Guarantee shall be duly discharged
and returned to the contractor. The bid security deposited in the form of Demand Draft
shall be adjusted against the security deposit.
12
Quotation No.pe3350-min-q-0009-2013-14
If performance security is provided by the successful bidders in the form of bank
guarantee it shall be issued either(a)
at Bidder’s option by a nationalized/Scheduled Indian Bank or
(b)
by a foreign bank located in India and acceptable to the employer
(c)
the validity of the Bank Guarantee shall be for a period of one year or ninety days
beyond the period of contract, whichever is more.
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 bid
security.
Retention Money should be deducted at 5% from running bills. Total of performance
security and Retention Money should not exceed 10% of annualized value of contract
amount or lesser sum indicated in the bid document.
5% Performance Security should be refunded within 14 days of the issue of defect
liability certificate (taking over certificate with a list of defects). Retention Money should be
refunded after issue of No Defect Certificate.
5)
Date of Commencement : Within 10 days of the award of work/issue of letter of
Intent which ever is earlier.
6)
Time of Completion
: ______________________________________
SIGNATURE OF THE TENDERER
13
Quotation No.pe3350-min-q-0009-2013-14
Annexure – A1
(Ref.Clause 3.2/3.3 of ITB)
FORMAT FOR SELF DECLARATION
SELF DECLARATION
I,
…………………………………………………………………………Partner/Legal
Attorney/Accredited
Representative
of
M/s………………………………………………..,
solemnly delcare that :
1.
We are submitting Tender for the Work … … … … … … … … … … … … … … …
………………………………………………………
against Tender Notice No.
……………………. Dated …………………….
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 documents submitted is found to be false/incorrect at any
time, department may cancel my Tender and action as deemed fit may be taken against us,
including termination of the contract , forefeiture of all dues including Earnest Money and
banning/delisting of our firm and all partners of the firm etc.
Signature of the Tenderer,
Dated ……………………….
14
Quotation No.pe3350-min-q-0009-2013-14
DECLARATION
I
HEREBY
DECLARE
THAT
THE
FIRM
SHRI/M/s.
……………………………………………………….. (Name of the firm)
HAS NOT BEEN DEBARRED OR DELISTED BY ANY GOVT. OR
QUASI GOVT. AGENCIES OR PSUs.
Signature of the Proprietor/
Partner/Director/Tenderer
with Stamp of the firm
15
Quotation No.pe3350-min-q-0009-2013-14
CERTIFICATE
“This
is
to
certify
that
I/We ... ...... ...... ....... ....... ....... .... ........................, have downloaded
the subject Tender No.......................... from WCL web site under the
user I.D............... and that I/We am/are submitting the tender
documents including Drawing (if any) as have been made available
on web site. I am aware that if at any time, it is found that my/our
tender document do not tally in to with the tender copy of the
department, my/our tender shall be rejected out rightly and I/We
shall have no claim whatsoever. And if at all, it is detected during
pendency of the contract, I Shall/We will abide by the terms
conditions etc. of the original tender document of the company and
in such case department shall be free to take appropriate action as it
deems fit. I also agree that I/We shall sign the Agreement, prepared
by WCL on the original terms and conditions etc. as per practice in
vogue, as token of acceptance of the same.”
Signature of the proprietor/
Partner/Director/Tenderer with
Stamp of the firm
*****
16
Quotation No.pe3350-min-q-0009-2013-14
MANDATE FORM FOR ELECTRONIC FUND TRANSFER / RTGS TRANSFER
To,
The Pench Area
WCL, Parasia
Pin -480 441
Dear Sir,
Sub: Authorization for release of Payment due from Western Coalfields
Limited through Electronic Fund transfer/RTGS transfer.
Ref: Order No. ……………Date ………… and/or Tender/Enquiry/Letter
No…………..Date ……………..
(Please fill in the information in CAPITAL LETTERS , Please TICK wherever it
is applicable)
1.
Name of the Party
……………………………………….
2.
Address of the Party
…………………………………………
………………………………………….
City ……………….Pin Code ………….
E-Mail Id …………………………………..
Permanent Account Number …………………………….
3.
Particulars of Bank.
Bank Name
Branch Name
Branch Place
Branch City
Pin Code
Branch Code
MICR No.
( 9 Digit code number appearing on the MICR Band of the cheque supplied by the
Bank.Please attach Xerox copy of a cheque of your bank for ensuring accuracy of the
bank name,branch name and code number)
RTGS CODE
Account Type
Saving
Current
Cash Credit
Account Nubmer
(As appearing in
the Cheque Book)
4. Date from which the mandate should be effective.
I hereby declare that the particulars given above are correct and complete. If any
transaction is delayed or not effected for reason of incomplete or incorrect information. I
shall not hold Western Coalfields Limited responsible. I also undertake to advise any
change in the particulars of my account to facilitate updation of records for purpose of credit
of amount through SBI Net./RTGS Transfer. Charges levied by bank, if any, for this purpose
will be borne by me.
Place :
Date :
Signature of the Party/Authorized Signatory.
Certified that particulars furnished above are correct as per our records.
Banker’s Stamp
Date :
( Signature of the Authorised official from the Banks)
17
Quotation No.pe3350-min-q-0009-2013-14
WESTERN COALFIELDS LIMITED
(A Miniratna – Cat. I Government of India Undertaking)
OFFICE OF THE GENERAL MANAGER,
PENCH AREA, PO: PARASIA,
DISTT: CHHINDWARA (M.P.) 480 441
TENDER DOCUMENT
(PART-II)
QUOTATION NOTICE NO.
NAME OF WORK
PLACE OF WORK
DATE & TIME OF SUBMISSION
DATE & TIME OF OPENING
COST OF DOCUMENT
pe3350-min-q-0009-2013-14
Date 22.01.2014
Transporting of Transformer manually from IVA
Seam (4L/16 Dip) to surface by the contractual
means including unloading at Vishnupuri UG Mine
No. II of Pench Area.
Pench Area
On 03.02.2014 Upto 12.00 Noon
On 03.02.2014 at 12.45 PM
Rs. 100/- (Non Refundable)
GENERAL MANAGER (OPR.)
WCL, PENCH AREA
18
Quotation No.pe3350-min-q-0009-2013-14
PART II
PRICE BID
(In Sealed Cover)
1. NAME OF TENDERER
2. ADDRESS OF THE TENDERER
3. OWNERSHIP STATUS OF TENDERER
4. NAME OF PERSON/OFFICIAL
(with designation) authorised to submit price bid
5. AMOUNT OF EARNEST MONEY DEPOSITED
(@ 1% of Estimated Value)
6. DATE OF OPENING OF TENDER
(As per Quotation Notice)
7. BILL OF QUANTITY/SCHUDULE OF RATES FOR
(Description of work) Transporting of Transformer manually from IVA Seam (4L/16 Dip)
to surface by the contractual means including unloading at Vishnupuri UG Mine No. II of
Pench Area.
Rate/Unit
Unit
Quantity (to be filled
Amount
Sl.
Description (to be filled in by
(to be
(to be
i.e. both in (to be filled in
No.
Company)
filled in by filled in by figures and
by
company) company) words by
Tenderer)
Tendered)
Transporting
of
Transformer
manually from IVA Seam (4L/16
Dip) to surface by the contractual
1.
Rs.
Rs.
means including unloading at
Vishnupuri UG Mine No. II of
Pench Area.
Total
_________________________
Signature of the Tenderer
Note: The rates quoted should be exclusive of Service Tax. The Service Tax will be
reimbursed subject to production of documentary evidence of payment of service tax
against this job as per prevailing provisions of Service Tax.
19
Quotation No.pe3350-min-q-0009-2013-14