Sie sind auf Seite 1von 20

(A) - BASIC DETAILS :1

Tender Reference No. (Tender No.) *

wn4650-enm-0003-2014-15 Ref. No.


dated 07.04.2014

Tender Type *

Open Tender (Only Through Electronic


Tendering)

Form of Contract *

No. of Covers (1 / 2 / 3 / 4) *

Tender Category *

Works

Account Type Head *

Fabrication / Repairing works

No of Bid Openers

Name of Bid Openers

Payment Mode *

Item rate

2 of 4
1. Shri A. K. Chourasia, Dy. G.M. (E&M)/SO,
WNA
2. Shri P. K. Mishra, Dy. G.M. (Mining), WNA
3. Shri R. N. Jain, Sr. Manager (Fin/Fund),
WNA
4. Shri M Elumalai, Sr. Manager (E&M), WNA
Offline

10 (a) If Offline :

DD-Demand Draft

(B) COVER DETAILS :1

Single Cover

Fee/Technical

Two Covers

Financial

3 Covers

---

4 Covers

---

(C ) NIT DOCUMENTS (ONLY JPG& PDF FILES ARE SUPPORTED :S.No.

File Name

Type

wn4650-enm-0003-2014-15

PDF

(D) WORK ITEM DETAILS :


1
Work / Item Title *

Size.

Fabrication of Top and Bottom Rollers for 800mm and


1000mm belt conveyors at Kumbharkhani UG Mine,
Wani North Area, WCL.
Fabrication of Top and Bottom Rollers for 800mm and
1000mm belt conveyors at Kumbharkhani UG Mine,
Wani North Area, WCL.

Work/Item Description *

3
4

Fabrication / Repairing works.


Pre-qual. Details
Product Category * (If any other, specify) Works.

Product Sub Category

Fabrication / Repairing works.

Contract Type *

Tender

Tender Value *
Bid Validity Days (120/90/60/30) *
(If any other, specify)

Rs. 4,45,469/-

8
9

Completion Period in Days

180 days
30 (Thirty) Days

10

Location (Work/services/items) *
Pin code

Kumbharkhani UG Mine, WNA, WCL


445304

11

12

Pre Bid Meeting (Yes / No ) *

No

If Pre Bid Meeting is Yes then 12a & 12 b are mandatory


12a
(a)
12b
(b)
13

Pre Bid Meeting Place *

-----

Pre Bid Meeting Address *

-----

Bid Opening Place *

14

Tenderer Class *

15

Inviting Officer (Name) *

AGM Office, Wani North Area E&M Dept. AHQ,


Bhallar Township.
As per tender document
SHRI. A.K. CHOURASIA

16

Inviting Officer Designation, Address


Phone/email: *

DY. GENERAL MANAGER (E&M),


Phone No. 07239 241343, 241341, 211823,
241769,

(E) FEE DETAILS :1


Tender Charges:
Nil

1 (a)

Tender Fee (If more than zero, then 1(e) & 1(f) are mandatory)

1 (b)

Processing Fee

----

1 (c)

Surcharges

----

1 (d)

Other Charges

----

1 (e)

Tender Charges Payable To *

WCL, WANI NORTH AREA

1 (f)

Tender Charges Payable At *

WANI

2
2 (a)
2 (b)

EMD FEE DETAILS:EMD Fee (Fixed / Percentage)


IF EMD Fee is Fixed
EMD Amount: INR

2 (c )

EMD Exemption Allowed (Yes / No)

2 (d)

If EMD Exemption Allowed is Partial,


EMD Exemption Percentage %
EMD Fee Payable To *
EMD Fee Payable At *

2 (e)
2 (F)

Fixed
1 % (round off)
Rs. 4,460/-

Yes
---WCL, WANI NORTH AREA.
WANI

(F) Critical Dates: (Hrs in 24 Hour format, Mins in multiple of 5)


DD
MM
Tender e-Publication date
1
13
04
Document download start date
2
14
04
Document
download
end
date
3
24
04
Bid Submission start date
4
14
04
Bid submission end date
5
24
04
Start date for seeking Clarification
6
14
04
7

on-line
Last date for seeking Clarification
on-line

20

04

YAER
2014
2014
2014
2014
2014
2014

Hrs
18
10
18
10
18
10

Mins
00
00
00
00
00
00

2014

18

00

8
9

Date of Pre-bid Meeting


Last date of submission of EMD on

10

Technical Bid Opening date

----25, 26 &
27
28

----04

----2014

----18

----00

04

2014

16

00

(G) Uploading the Tender Documents : (Only PDF, JPG, XLS & RAR Files Allowed)
Sl.

File Name

Tender Notice No. wn4650enm-0003-2013-14

Description

Type

Fabrication of Top and Bottom Rollers for


800mm and 1000mm belt conveyors at
Kumbharkhani UG Mine, Wani North
Area, WCL.

Size

PDF

Approved by :Prepared by

Name / Designation

Name / Designation

Shri. A.K. CHOURASIA

Shri. M. Elumalai

DY.GENERAL MANAGER (E&M) / SO

Sr. Manager (E&M)

WANI NORTH AREA

Wani North Area

TENDER ABSTRACT
1
2
3

Name of Area
Name of Sub Area
Tender Title

4
5
6
7
8
9
10
11
12
13
14

Tender Ref. No.


Product Category
Tender Value
EMD
Document Cost
Tender Type
First Announcement Date & Time
Last Date & Time of Document collection
Last Date & Time of Submission
Date & Time of opening of Part I
Tender Description

15
16
17
18
19

Contact Person Name


Designation
Telephone Number with STD Code.
Pre-qualification (if any)
Posting Date on website

Wani North Area


Ghonsa/Kumbharkhani Sub Area
Fabrication of Top and Bottom Rollers for 800mm and
1000mm belt conveyors at Kumbharkhani UG Mine, Wani
North Area, WCL.
wn4650-enm-e-0003-2014-15

Fabrication / Repairing works


Rs.4,45,469/Rs.4,460/Nil
Work Contract
14.04.2014
24.04.2014 up to 6=00 P.M.
24.04.2014 up to 6=00 P.M.
28.04.2014 at 4=00 P.M.
Fabrication of Top and Bottom Rollers for 800mm and
1000mm belt conveyors at Kumbharkhani UG Mine, Wani
North Area, WCL.

A.K. CHOURASIA
Dy. General Manager (E&M) / S.O.
07239-241341 / 241823
As per Tender Notice
13.04.2014 up to 6=00 P.M.

Western Coalfields Limited


OFFICE OF THE AREA GENERAL MANAGER
WANI NORTH AREA: PO. BHALLAR
TAH. WANI DIST YAVATMAL (MS)
PIN 445 304
Tel. Nos : 07239 241341, 241343 : Fax No : 241357

website: http:// coalindiatenders.gov.in

REF:NO:WCL:WNA:AGM:E&M:2014-15:

DATE :- 07.04.2014

Tender Reference No. (Tender No.) * wn4650-enm-0003-2014-15

Dated 07.04.2014

E-TENDER NOTICE

(Only Through Electronic Tendering)


(NIT for Fabrication of Rollers)
1. Tenders are invited on-line on the website https://www. coalindiatenders.gov.in from the
eligible bidders having Digital Signature Certificate (DSC) issued from any agency authorized
by Controller of Certifying Authority (CCA), Govt. of India and which can be traced up to the
chain of trust to the Root Certificate of CCA, for the following work:
Description of Work
Estimated Cost Earnest
Application Period of
of Work (Rs)
Money (Rs)
Fee (Rs)
Completion
(Year)
Fabrication of Top and Bottom Rollers Rs.4,45,469/Rs.4,460/0.00/30 (Thirty)
for 800mm and 1000mm belt conveyors
Days
at Kumbharkhani UG Mine, Wani North
Area, WCL.

2. Time Schedule of Tender:


S.N.
1
2
3
4
5
6
7
8
9
10

Particulars Date Time


Tender e-Publication date
Document download start date
Document download end date
Bid Submission start date
Bid submission end date
Start date for seeking Clarification on-line
Last date for seeking Clarification on-line
Date of Pre-bid Meeting
Last date of submission of EMD on
Technical Bid Opening date

Date

Time

13.04.2014
14.04.2014
24.04.2014
14.04.2014
24.04.2014
14.04.2014
20.04.2014
------------25,26&27/04/2014
28.04.2014

18:00
10:00
18:00
10:00
18:00
10:00
18:00
-----------18:00
16:00

3. Deposit of EMD:
Earnest money as per NIT can be deposited to Dy. General Manager(E&M)/SO of Area
General Manager Office (E&M) Department, Wani North Area, WCL in form of demand
draft of any nationalized / scheduled bank drawn in favour of Western Coalfields
Limited, Wani North Area payable at WANI on any working day / time (except
Wednesday and any National Holidays). A scan copy of demand draft should be

uploaded in cover-I documents. In case of exemption scan copy of Documents related to


exemption of EMD / Cost of tender document should be uploaded in cover-I documents.
4. Pre-bid Meeting / Clarification : As such no Pre-bid Meeting is arranged for this tender.
However any query can be clarified from the office of the Tender Inviting Authority
[Dy. General Manager (E&M)], Wani North Area by the following means.
Telephone: 07239 - 241033 or 241045 (Direct)
07239 241341 / 241343 Extn: 8004 or 8005
Mobile:
9689946490 or 9552501497
Email :
wnaeandm@gmail.com
The purpose of the Query is to clarify the issues and to answer the questions on any matter that
may be raised at that stage. Non-receipt of any query and subsequent clarification will not be a
cause for disqualification of bidder and it shall be presumed that the bidder does not require any
clarification.
5. Clarification of Bid: The bidder may seek clarification on-line within the specified period i.e.
from Dtd 14.04.2014 to 20.04.2014. The management will clarify all the relevant quarries as far
as possible.
6. The bidders have to accept the on-line user portal agreement, which contains the acceptance
of all the Terms and Conditions of NIT and tender document, undertakings and the eProcurement system through https:// coalindiatenders.gov.in in order to become an eligible
bidder. This will be a part of the agreement.
7. 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.8 of NIT and having Digital Signature Certificate
(DSC) issued from any agency authorized by Controller of Certifying Authority (CCA), Govt. of
India and which can be traced up to the chain of trust to the Root Certificate of CCA.
(a)
Validity: - The validity of quoted rates shall be 180 days from date of submission of
tender.
(b)
Refund of EMD: - EMD shall be refunded to unsuccessful bidders after opening of price
bid & finalization of the tender.
(c)
Evaluation of tenders (weightage): - Financial turnover and cost of completed works of
previous years shall be given a weightage of 5 % per year (average annual rate of inflation) to
bring them at current price level while evaluating the qualification requirement and bid
assessment of tenders.
(d) Exemption of EMD: - Tenders without EMD shall be rejected outright. However, Bidders
shall be considered for EMD / cost of tender document exemption if the firm is an Ancillary to
WCL, for the tendered repair / fabrication work specifically mentioned in the certificate or if the
bidder is a valid MSME/SSI/NSIC/DGS&D registered firm for the same repair / fabrication work.
Bidder should produce documentary evidence duly notarized issued by WCL / Govt. authorities
for claiming exemption towards submission of EMD / cost of tender document Otherwise EMD
and Cost of tender documents shall not be exempted.
8. Submission of Bid:
a. In order to submit the Bid, the bidders have to get themselves registered online on the eProcurement portal of Coal India (https:// coalindiatenders.gov.in) with valid Digital Signature
Certificate (DSC) issued from any agency authorized by Controller of Certifying Authority (CCA),
Govt. of India and which can be traced up to the chain of trust to the Root Certificate of CCA.
The online Registration of the Bidders on the portal will be free of cost and one time activity only.
If the bidder is an individual person then he should register himself under Individual category

and if the bidder is a partnership firm/Joint venture/ Company then registration should be under
Corporate category. The registration should be in the name of bidder, whereas DSC holder
may be either bidder himself or his duly authorized person.
b. The bidders have to accept unconditionally the online user portal agreement which contains
the acceptance of all the Terms and Conditions of NIT including General and Special Terms &
Conditions and other conditions, if any, along with on-line undertaking in support of the
authenticity of the declarations regarding the facts, figures, information and documents furnished
by the Bidder on-line in order to become an eligible bidder. No conditional bid shall be accepted.
c. Letter of Bid: The format of Letter of Bid (as given in the NIT) will be downloaded by the
bidder and will be printed on Bidders letter head and the scanned copy of the same will be
uploaded during bid submission in cover-I.
This will be the covering letter of the bidder for
his submitted bid. The content of the Letter of Bid uploaded by the bidder must be the same as
per the format downloaded from website and it should not contain any other information. The
Letter of bid will be digitally signed by DSC holder submitting bid online and it does not require
any physical signature. However, if the Letter of Bid (LOB) bears the physical signature in
addition to the digital signature of DSC holder, it will be accepted without questioning the identity
of person signing the Letter of Bid. If there is any change in the contents of Letter of Bid
uploaded by bidder as compared to the format of Letter of Bid uploaded by the department with
NIT document, then the bid will be rejected.
d. Price bid: The Price bid containing the Bill of Quantity will be in Excel format and will be
downloaded by the bidder and he will quote the rates for all items on this Excel file. Prior to
quoting the rates in the BOQ file, the bidder will select the appropriate status from the following
list given in the BOQ: I). Small Service Provider and exempted for Service Tax Registration and/or payment of Service
Tax.
II). A Body Corporate
III). Other than above two categories The rates quoted by the bidder will be excluding Service
Tax and service tax component ( to be paid by WCL and the bidder ) will appear as a separate
entity. The component of service tax will be taken by the system based on the status of bidder
selected by the bidder during bid submission and with the pre defined business logic given in the
BOQ file by the department. This file will be digitally signed and uploaded by the bidder.
Thereafter, the bidder will upload the same Excel file during bid submission in cover-Il. The Price
bid (excluding Service Tax) will be in Item Rate or Percentage Rate BOQ format and the bidder
will have to quote for all the tendered items. For calculation of overall Bid value, share of Service
Tax required to be paid by the Bidder as well as by the WCL (as per reverse charge mechanism
& status of the Bidder effective from 01.07.2012), taken by the system will be added to decide
the L1 i.e the ranking of the Bidders will be decided based on rates quoted by the bidders plus
Service Tax. Then share of Service Tax to be deposited by WCL will be deducted to arrive at the
Contract value. The Price-bids of the tenderers will have no condition. The Price Bid which is
incomplete and not submitted as per instruction given above will be rejected. The applicable
share of Service Tax (under reverse charge mechanism w.e.f. 01.07.2012) is given below:

(IF LABOUR CHARGES NOT SPECIFIED)


Type of Works Contract
%
STATUS OF THE BIDDER
value of Small Service
Body
Other than Body
work on Provider availing Corporate
Corporate
which
exemption from
including a small
service paying Service
service provider
tax is
Tax.
not availing
payable
exemption from
by both
paying Service
the
Tax.
bidder
Share of Service Share of
Share of Service
&
Tax (%) of X
Service
Tax (%)of X
WCL.
Tax (%)of X
(X)
Bidder
WCL
Bidder
WCL Bidder
WCL
(Agency)
(Agency)
(Agency)
a) For new construction,
addition/alteration of existing
structures and
40%
Nil
6.18% 12.36%
Nil
6.18%
6.18%
erection/commissioning/instal
lation of new P&M etc.
b)Repair/maintenance/recondi
tioning/restoration/servicing
70%
Nil
6.18% 12.36%
Nil
6.18%
6.18%
of any goods.
c) Works contract other than
60%
Nil
6.18% 12.36%
Nil
6.18%
6.18%
above (a) & (b).
NOTE:
(i). A Small Service Provider is one whose aggregate value of taxable service rendered by a
provider of taxable service from one or more premises, does not exceed Ten Lakhs Rupees in
the preceding financial year.
(ii). Body Corporate i.e. a Company registered under Companies Act, 1956.
(iii) Other than Body Corporate and Small Service Provider not availing exemption of Service
Tax i.e. Individual, Proprietorship, Partnership and Joint Venture.
(iv) When L-1 bidder has been awarded the work on the basis of being a Small Service Provider
getting exemption from payment of Service Tax (as per status chosen by the bidder), no Service
Tax will be reimbursed to them in the event of bidders total turnover of taxable services from
all sources exceeding the threshold limit of exemption during the tenure of this contract.
9. All bids are to be submitted on-line on the website https:// coalindiatenders.gov.in, No bid
shall be accepted off-line.
10. It is the bidders responsibility to comply with the system requirement i.e. hardware, software
and internet connectivity at bidders premises to access the e-tender website. Under any
circumstances, WCL 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.
11. After receipt of EMD as stated in clause No.3, the Technical-bid will be decrypted and
opened online, on the scheduled date and after the pre-scheduled time by the Bid Openers with
their Digital Signature Certificate (DSC). The bidder can view bid opening remotely on their
personalized dash board under Bid Opening (Live) link. Thereafter, the Technical-bid shall be
evaluated by the system on-line based on the information furnished by bidders on-line. This online evaluation will be validated by WCL.

12. After evaluation of Technical-bid, all the bidders will get the information regarding their
eligibility on website. Thereafter, a system generated e-mail confirmation will be sent to all
successful bidders communicating the date and time of opening of Price-bid.
13. The Price-bid of the successful bidders (qualified in Technical-bid) will be decrypted and
opened on-line, on the scheduled date and after the pre-scheduled time by the Bid Openers with
their Digital Signature Certificate (DSC). The bidder can view bid opening remotely on their
personalized dash board under Bid Opening (Live) link. The bidders will get the information
regarding the status of their financial bid and ranking of bidders on website.
14. After opening of Price-bid, the list of documents required to be submitted by L-1 bidder as
enlisted in the NIT will be specified on-line by Evaluator indicating the start date and end date
allowing 7 days (7 x 24 hours) time for on-line submission by bidder. The L-1 bidder will get this
information on their personalized dashboard under Upload confirmatory document link.
Additionally, information shall also be sent by system generated e-mail and SMS, but it will be
the bidders responsibility to check the updated status/information on their personalized dash
board at least once daily after opening of Price-bid. No separate communication will be required
in this regard. Non-receipt of e-mail and SMS will not be accepted as a reason of nonsubmission of documents within prescribed time. The bidder will upload the scanned copy of self
certified and attested by notary public of all the specified documents in support of the
information/declarations furnished by them on-line within the specified period of 7 days.

Eligibility Criteria
Sl.
No.
1

3
4

5
6

Eligibility Criteria

Scanned copy of documents (self certified and duly


notarized by public notary) to be uploaded by bidders
in support of Information/ declaration furnished online
by the bidder against Eligibility Criteria
Work Experience
Satisfactory Work Completion Certificate issued by the
employer against the experience of similar work containing
all the information.
Financial Turnover
Financial Turnover certificate for last 3 (three) financial
OR
years issued Practicing Chartered Accountant having a
Bankers Certificate
membership number Institute of Chartered Accountants of
India. (In case of JV, turnover certificate for each individual
partner of JV)
OR
The Bankers Certificate of financial soundness from any of
the Nationalized Bank or from any scheduled commercial
Banks for 30 % of the estimated cost (OR) Annual Average
Turnover for 30 % of the estimated cost for the last three
years ending 31st March.
Permanent Account
PAN card issued by Income Tax department, Govt.of India
Number
(In case of JV, PAN card for each individual partner of JV)
VAT/Sales Tax
VAT/Sales Tax Registration Certificate on works contract
Registration on Works
and Service tax registration (if applicable) from any Indian
Contract and Service tax State (In case of JV, VAT/S.T. Registration certificate for
registration (if applicable)
each individual partner of JV)
Self declaration certificate Self declaration certificate of non banning / black listed from
any PSU / Central / State Govt. etc.
Exemption of EMD
Documents related to exemption of EMD / Cost of tender
certificate
document.

Proof of experience

Legal Status of the bidder

Service Tax Status of


Bidder

10

Digital Signature
Certificate (DSC)

Experience: - The intending tenderer must have in its name as a


prime contractor experience of having successfully completed
similar nature of works (including on going works) during last 7
years in CIL and its subsidiaries, Public Sector Undertaking, and
other Govt. Department on last day of previous month of this NIT.
(i) Three similar completed works each costing not less than the
amount equal to 40 % of the estimated cost
OR
(ii) Two similar completed works each costing not less than the
amount equal to 50 % of the estimated cost
OR
(iii) One similar completed work costing not less than the amount
equal to 80% of the estimated cost.
The proof of experience should be supported by selfauthenticated copy of work orders and work completion
certificates / certified copy of bill.

Similar nature of work means Fabrication / Repairing of top


and bottom rollers suitable for 800 mm size and above for
belt conveyors.
Any one of the following document:
1.Affidavit or any other document to prove proprietorship /
Individual status of the bidder and Power of Attorney to the
Lead Partner and share of each partner as applicable.
2. Partnership deed containing name of partners and Power
of Attorney to the Lead Partner and share of each partner
as applicable.
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 as applicable.
The bidder should posses any one of the following
documents depending upon the status opted by him in the
BOQ sheet:
If the bidder has opted:
I). Small Service Provider and exempted for Service Tax
Registration and/or payment of Service Tax:
A Certificate from a practicing Chartered Accountant that
the bidder is exempted for Service Tax Registration and/or
payment of Service Tax.
II). A Body Corporate:
The Service Tax Registration Certificate issued by Central
Excise and Custom Department, Govt. of India.
III). Other than above two categories:
The Service Tax Registration Certificate issued by Central
Excise and Custom Department, Govt. of India.
If the bidder himself is the DSC holder bidding on-line then
no document is required.
However, if the DSC holder is bidding online 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

Note: Only pdf format can be uploaded against eligibility criteria. Any additional/ other
relevant document(s) to support the information/declaration furnished by bidder online
against eligibility criteria may also be attached by the bidder in the same file to be
uploaded against respective eligibility criteria.
The Tender Committee will examine the uploaded documents against information/declarations
furnished by the L1 bidder online. If it confirms to all of the information / declarations furnished
by the bidder online and does not change the eligibility status of the bidder then the bidder will
be considered eligible for award of contract. In case the Tender Committee finds that there is
some deficiency in uploaded documents or L1 bidder has not uploaded documents within the
stipulated period then Evaluator clearly indicating the omissions/shortcomings in the uploaded
will specify the same online documents and indicating start date and end date allowing 7 days (7
X 24 hours) time for online re-submission by L1 bidder. The L-1 bidder will get this information
on their personalized dashboard under Upload confirmatory document link. Additionally,
information shall also be sent by system generated email and SMS, but it will be the bidders
responsibility to check the updated status/information on their personalized dash board at least
once daily after opening of Price-bid. No separate communication will be required in this regard.
Non-receipt of email and SMS will not be accepted as a reason of non-submission of documents
within prescribed time. The bidder will upload the scanned copy of self certified and attested by
notary public of those specified documents within the specified period of 7 days. No additional
time will be allowed to the bidder for on-line submission of documents. The tender will be
evaluated only on the basis of documents uploaded by L-1 bidder online. The L-1 bidder is not
required to submit hard copy of any document through offline mode. Any document submitted
offline will not be given any cognizance in the evaluation of tender.
a. In case the L-1 bidder submits requisite documents online as per NIT, then the bidder will be
considered eligible for award of contract.
b. In case the L-1 bidder fails to submit requisite documents online as per NIT or if any of the
information/declaration furnished by L-1 bidder online is found to be wrong by Tender
Committee during evaluation of scanned documents uploaded by bidder, which changes the
eligibility status of the bidder(for the first time), then the EMD of L-1 bidder will be forfeited and
re-tender will be
done. (With the same or different quantity, as per the instant requirement). In this retender, offer
from this bidder will not be accepted. The Penal action of debarring the bidder in Retender will
be restricted to first Retender only. If the first Retender is not finalized and there is second time
Retender, then this penal action will not be applicable.
c. If the L-1 bidder fails to submit the requisite documents online as per NIT or if any of the
information/declaration furnished by L-1 bidder online is found to be wrong by Tender
Committee during evaluation of scanned documents uploaded by bidder, which changes the
eligibility status of the bidder, in two tenders, floated by the same tender inviting authority, within
a span of one year (to be counted with respect to date of e-publication of NIT), then the EMD of
L-1 bidder will be forfeited and this bidder will be debarred for one year from participating in
tenders in WCL and re-tender will be done.
d. It is responsibility of L-1 Bidder to upload legible/clearly readable scanned copy of all the
required documents as mentioned above.
{The Penal action against clause (b) and (c) above will be enforced from the date of issue
of such order}
15. In respect of the above eligibility criteria the bidders are required to submit scan copy of
documents as required as per Sl. No.1 and Sl. No. 6 (as applicable) of the eligibility criteria of
annexure II i.e. Work order and Work completion certificate in Cover I (Part I) documents. Also

furnish the information in the form of Yes/No regarding submission of confirmatory documents
as per Annexure II.
16. 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 Bidders
participation to be disqualified.
17. Refund of EMD:
(a). EMD shall be refunded to unsuccessful bidders after opening of price bid & finalization of the
tender (except the bidder whos EMD is to be forfeited).
(b). In case the tender is cancelled then EMD of all the participating bidders will be refunded
unless the department forfeits it.
(c). If the bidder withdraws his/her bid online (that is before the end date of submission of
tender) then the EMD will be refunded after the opening of part1 tender.
(d). EMD of successful bidders (on Award of contract) will be retained by WCL and will be
adjusted to performance security deposit.
18. Every tenderer is expected, before quoting his rates, to go through the requirements of
materials/workmanship under specification/requirements and conditions of contract and to
inspect the site/area of the proposed work at his own cost. It shall be deemed that the tenderer
has visited the site/area and got fully acquainted with the working conditions and other prevalent
conditions and fluctuations thereto whether they actually visited the site/area or not and have
taken all the above factors into account while quoting his rates.
19. All Duties, taxes (excluding Service Tax) and other levies, payable by the contractor 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 the total bid price submitted by the bidder. All incidentals,
overheads etc. as may be attendant upon execution and completion of works shall also be
included in the rates, prices and total bid price submitted by the bidder.
(IF LABOUR CHARGES NOT SPECIFIED)
Applicable Service Tax on the works will be computed automatically in the BOQ sheet
based on prefix business logic and the option selected by the bidder with regard to his
Service Tax status.
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.
The company reserves the right to deduct/withhold any amount towards taxes, levies, etc. and to
deal with such amount in terms of the provisions of the Statute or in terms of the direction of any
Statutory authority and the company shall only provide with certificate towards such deduction
and shall not be responsible for any reason whatsoever.
Share of Service Tax (to be deposited by the Bidder), if any is not to be paid in on account bill
but to be reimbursed to the bidder on submission of separate Invoice having therein Name of
Bidder, Address, Agreement/W.O. reference, on account bill-wise value, Service Tax
Registration No. and Amount of Service Tax deposited(along with a copy of deposit receipt) to
avail CENVAT credit by WCL as per Rule.
The reimbursement of Service Tax to the bidder will be made on the basis of actual executed
value of work and actual Service Tax paid by the bidder on the basis of assessment made by
the Service Tax Authority, if any.
20. 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 those costs.

21. The tenderer shall closely study all specifications in detail, which govern the rates for which
he is tendering.
22. Currencies of Bid and Payment: The unit rates and prices shall be quoted by the Bidder
entirely in Indian Rupees only.
23. The work should be completed within the stipulated period. For the awarded work, the
date of commencement shall be reckoned from the 7th day of issue of letter of
intent/work whichever is earlier.
24. On completion of the work all rubbish, debris, brickbats etc. shall be removed by the
contractor(s) at his/their own expense and the site cleaned and handed over to the company
and he/they shall intimate officially of having completed the work as per contract.
25. The tenderer(s) will deploy sufficient number and size of equipments/machineries/vehicles
and the technical/ supervisory personnel required for execution of the work.
26. The Bidder, whose Bid has been accepted, will be notified of the award on-line and also by
registered post by the employer prior to expiration of the bid validity period. The successful
bidder/s will get the information regarding award of work on their personalized dashboard online. On receipt of Letter for intent (LOI)/Work Order of the tender issued by the Company, the
successful tenderer shall execute the work. Performance Security Deposit (PSD) if any must
be submitted by the contractor after receipt of letter of intent, failing which work will be
cancelled with forfeiture of EMD. The Performance security deposit should be submitted in the
form of Bank Guaranty (BG), FDR and Demand Draft of any nationalized / scheduled bank
drawn in favour of Western Coalfields Limited, Wani North Area payable at WANI . The
work order/agreement (Agreement shall be executed for works valuing more than Rupees Five
Lakh) should be executed within 7 days of receipt of PSD from the contractor. In case the PSD
is submitted in the form of bank Guarantee (BG) and needs verification from the issuing bank,
then agreement should be executed within 10 days of receipt of PSD. The written contract to be
entered into between the contractor and the company, shall be the foundation of the rights of
both the parties and the contract shall not be deemed to be executed until the contract is signed
by both the parties i.e. Contractor and the Company. The amount so retained will be refunded
on successful completion of work.
27. Bid Validity: The validity period of the tenders shall be 180 (One Hundred Eighty) days from
the end date of bid submission.
In exceptional circumstances, prior to expiry of the original time limit, the Employer may request
the bidders to extend the period of validity for a specified additional period. The employers
request and the bidders responses shall be made in writing. A bidder may refuse the request
without forfeiting his 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 bid security/EMD (if
submitted in the form of BG) for a period of 28 days beyond the extended validity of the bid.
28. Modifications and Withdrawal of Bid:
Modification of the submitted bid shall be allowed on-line only before the deadline of submission
of tender and the bidder may modify and resubmit the bid on-line as many times as he may
wish. Bidders may withdraw their bids online within the end date of bid submission and their
EMD will be refunded. However, if the bidder once withdraws his bid, he will not be able to
resubmit the bid in this tender. For withdrawal of bid after the end date of bid submission, the
bidder will have to make a request in writing to the Tender Inviting Authority. Withdrawal of bid
may be allowed till issue of work order/LOA with the following provision of penal action:
a. If the request of withdrawal is received before online notification for opening of price bid, the
EMD will be forfeited and bidder will be debarred for 6 months from participating in tenders in
WCL. The Price-bid of remaining bidders will be opened and the tender process shall go on.
b. If the request of withdrawal is received after online notification for opening of price bid, the
EMD will be forfeited and the bidder will be debarred for 1 year from participating in tenders in

WCL. The Price-bid of all eligible bidders including this bidder will be opened and action will
follow as under
i). If the bidder withdrawing his bid is other than L 1, the tender process shall go on.
ii). If the bidder withdrawing his bid is L-1, then re-tender will be done.
(The penal action against clause (a) & (b) above will be enforced from the date of issue of such
order.)
29. The Company reserves the right to postpone the date of receipt and opening of tenders or to
cancel the tenders without assigning any reason whatsoever.
30. The Company reserves its right to allow Public Enterprises purchase preference facility as
admissible under prevailing policy.
31. This Tender Notice shall be deemed to be part of the Contract Agreement. The General
Terms & Conditions, Additional Terms & Conditions, Special Terms & Conditions (if any),
Technical Specifications, drawings (if any) and any other document uploaded on portal as NIT
document forms an integral part of this NIT and shall also form a part of the contract agreement.
32. No subletting of work as a whole by the contractor is permissible. Subletting of work in piece
rated jobs is permissible with the prior approval of the department. The Contract Agreement will
specify major items of supply or services for which the contractor proposes to engage sub
contractor/sub-vendor. The contractor may from time to time propose any addition or deletion
from any such list and will submit proposals in this regard to the Engineer-in Charge/Designated Officer-in-charge for approval well in advance so as not to impede the
progress of work. Such approval of the Engineer-in- Charge/Designated Officer-in-Charge will
not relieve the contractor from any of his obligations, duties and responsibilities under the
contract.
33. The tenderer shall have to ensure implementation of CMPF/EPF, if applicable, in respect of
the workers deployed by him as detailed in the tender document.
34. The facilities / preferences for repairing works from the Ancillary units will be as per WCLs
Ancillary policy.
35. Abnormally High Rate (AHR) and Abnormally Low Rate (ALR) Items:Abnormally high rates and abnormally low rate tenders shall be regularized and dealt as per
details given below:
For identification of AHR & ALR items the ceiling of +/- 20% respectively when compared
with the updated estimated rate is considered as reasonable. Updating shall be done
after adding percentage calculated as per system laid down earlier on the estimated rate.
For identified abnormally low rate (ALR) items, the contractor will be required to deposit
(Performance Security Deposit) with the company the difference in amount calculated
between the departmental justified rate multiplied by the quantity of a particular ALR items
and the ALR rate quoted by the contractor multiplied by the quantity of the same item.
The total amount to be deposited will be the sum total of all the identified ALR items
calculated as per the method outlined above. The amount so retained will be refunded on
successful completion of individual ALR items of work.
36. 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 Nagpur District
Court, where the subject work is to be executed.
Dy. General Manager (E&M),
Wani North Area, WCL.

GENERAL TERMS AND CONDITIONS :1. Inspection: - will be done at our site on delivery by Sr. Manager (E&M), Kumbharkhani UG Mine, Wani
North Area after completion of work.
2. The tenderer is advised to see the quantum of work / site condition before submission of tender to
avoid further complications.
3. Completion Period: - 30 (Thirty) days from the date of handing over of conveyor roller MS Black Pipe
114.3 mm OD.
4. The tenderer cannot transfer / sub let any part of work.
5. The rates once awarded will remain firm for the entire period of contract / agreement.

6. The rates shall be quoted inclusive of service tax. Service tax will be reimbursed against
documentary evidence of payment of the service tax to the government exchequer, service
provider has to give separate challan for the tax paid on service rendered to WCL or the service
provider has to certify on the copy of challan as to the amount of service tax related to WCL.
7. Transportation: To and fro will be borne by the contractor.
8. Guarantee: - The fabricated top and bottom rollers should be guaranteed for a period of 06(Six)
months from the date of installation or 09 (Nine) months after date of delivery. In case of pre-mature
failure of the job within the guarantee period, the same will be repaired free of cost by the party within 15
days from date of joint inspection.
9. Payment: - 90 % Payment will be made within 21 days after submission of bill and balance 10 % will
be paid after satisfactory performance for 09 months from the date of delivery.
10. Paying Authority: - Area Finance Manager, WCL, Wani North Area.
11. Bill should be submitted through Sr. Manager (E&M), Kumbharkhani UG Mine / SAM,
Ghonsa/Kumbharkhani UG Mine, Wani North Area to Dy.G.M.(E&M)/SO(E&M), Wani North Area with
necessary certification of satisfactory completion of work.
12. Liquidated Damages Clause: - If the contractor fails to maintain the required progress in terms of
the agreed time & progress chart or to complete the work on or before the scheduled date or extended
date of completion, he shall, without prejudice to any other right or remedy available under the law to the
company on account of such breach, pay as compensation (Liquidated Damages) @half percent (1/2 %)
of the contract price per week of delay. The aggregate of such compensation/compensating shall not
exceed 10% (Ten) percent of the total value as shown in the contract.
13. Scope of work: - Pipe (114.3 mm OD) for the repairing work shall be provided by WCL. Providing of
items like Roller shaft of required size, repair kits with bearings , circlips etc with labour charges shall be
the responsibility of the repairer / contractor,
Complete scrap if any is to be returned by the bidder to Kumbharkhani UG Mine, Wani North Area,
WCL.
14. Force Majeure clause: - If the execution of the work by the tenderer / bidders is delayed beyond the
period stipulated in the contract work order as a result of outbreak of hostilities, declaration of an
embargo or blockade or fire, flood, acts of nature or any other contingency beyond the tenderer / bidders
control due to Act of God , then Western Coalfields Limited may allow such additional time by extending
the delivery period, as it considers to be justified by the circumstances of the case and its decision shall
be final.
15. Tender submitted in any other forms except as indicated in the tender notice, wrongly filled,
incomplete and conditional tenders etc. shall lead to outright rejection of the tender.
16. Late / Delayed offer :- (a) A tender which has not been received on the due date and time will not be
considered. (a) No relaxation in this respect will be entertained. (b) Tender sent through Telegram,
Telex, Fax or E-mail will not be considered.
17. If any tenderer declines to execute the and carry out the work after acceptance of their tender,
without prejudice, WCL., shall have right to terminate the work order after forfeiting the EMD and taking
any other action deemed fit without assigning any reason whatsoever.
18. The management reserves the right to accept / reject any or all tenders, split the work amongst more
that one tenderers without assigning any reason whatsoever.

19. All the corrigendum and amendments issued on website or otherwise from this office regarding this
NIT. Shall be responsibility of the tenderers to comply with.
20.Extension of Completion period :- If the execution of work by the tenderer is delayed beyond the
stipulated period due to delay in providing of pipes as mentioned, WCL, may allow such additional time
by extending the delivery period.
21. Termination of Contract:- The company shall, in addition to other remedial steps to be taken as
provide in the conditions of contract be entitled to cancel the contract in full or in part, if the contractor :
(a) Makes default in proceeding with the works with due diligence and continues to do so even after a
notice in writing from Engineer-In-charge, then on the expiry of the period as specified in the
notice.
Or
(b) Commits default/ breach in complying with any of the terms and conditions of the contract and
does not remedy it or fails to take effective steps for the remedy to the satisfaction of the
Engineer-In-charge, then on the expiry of the period as may be specified by the Engineer-Incharge in a notice in writing.

Dy. General Manager (E&M)


Wani North Area.
Distribution :1. General Manger (E&M), WCL, Nagpur.
2. All CGMs/GMs, WCL Wani (N) / Wani / Majri / CHA / Bpur / NAG / Umrer / Pench / KAN / PKD.
3. G.M.(Mining), WNA.
4. Dy.G.M.(F), WNA.
5. SAM, Ghonsa / Kumbharkhani.
6. All SO(E&M) of WCL Wani/Majri/CHA/Bpur/NAG/Umrer/Pench/KAN/PKD
7. Sr. Manager (E&M), Kumbharkhani.
8. Chief Cashier, WNA
9. Notice Boards, WNA.

ANNEXURE-I
Format of Letter of Bid
LETTER HEAD OF BIDDER
(AS ENROLLED ONLINE ON e-PROCUREMENT PORTAL OF CIL (WCL)
-------------------------------------------------------------------------------------------------------------------------------To,
The Tender Committee
E&M Department,
Wani North Area, WCL.

Sub: Letter of Bid for-----------------------Ref: 1. NIT No: ------------------------------2. Tender Id No: ------------------------Dear Sir,
I/We offer to execute the work as per our offered bill of quantity in accordance with the
conditions of the NIT document as available in the website.
The Bid and your subsequent Letter of Acceptance/ Work Order shall constitute a binding
contract between us.
I/We hereby confirm our acceptance of all the terms and conditions of the NIT document
unconditionally.
If any information furnished by me/us online towards eligibility in this tender is found to be
incorrect at any time, penal action as deemed fit may be taken against me/us for which I/We
shall have no claim against WCL. This document is digitally signed by the DSC holder
authorized by the bidder and therefore no physical signature is required.)
Yours faithfully
Signature of Bidder: OR authorized person of bidder:
OR DSC Holder bidding online with authorization from
bidder)
1. Name of the Signatory:
2. Status of Signatory:
(Whether he is the Bidder himself OR authorized person of bidder OR DSC Holder bidding
online with authorization from bidder)
3. Address:
4. e-mail Address:
5. Mobile Number:
6. FAX Number:
7. Telephone Number.

ANNEXURE-II
LETTER HEAD OF BIDDER
(AS ENROLLED ONLINE ON e-PROCUREMENT PORTAL OF CIL (WCL)
-------------------------------------------------------------------------------------------------------------------------------To,
The Tender Committee
E&M Department,
Wani North Area, WCL.

Sub: Confirmation of Yes/No regarding submission of confirmatory


Documents after becoming L-1.

Ref: 1. NIT No: ------------------------------2. Tender Id No: ------------------------Dear Sir,


I/We accept the submission of below furnished documents with the conditions of the NIT
available in the website.
If any information furnished by me/us online towards eligibility in this tender is found to be
incorrect at any time, penal action as deemed fit may be taken against me/us for which I/We
shall have no claim against WCL.

Eligibility Criteria:Confirmation of Yes/No regarding submission of confirmatory documents after becoming L-1

SN

Description
Eligibility Criteria

Work Experience

Financial Turnover
OR
Bankers Certificate

Yes/No
Work order copy and Satisfactory Work
Completion Certificate issued by the employer
against the experience of similar work
containing all the information.
Financial Turnover certificate for last 3 (three)
financial years issued Practicing Chartered
Accountant having a membership number
Institute of Chartered Accountants of India. (In
case of JV, turnover certificate for each
individual partner of JV)
OR
The Bankers Certificate of financial soundness
from any of the Nationalized Bank or from any
scheduled commercial Banks for 30 % of the
estimated cost (OR) Annual Average Turnover
for 30 % of the estimated cost for the last three

Scan copy to be
uploaded in Part I
(Cover I)

5
6
7

years ending 31st March.


Permanent Account PAN card issued by Income Tax department,
Number
Govt.of India
(In case of JV, PAN card for each individual
partner of JV)
VAT/Sales Tax
VAT/Sales Tax Registration Certificate on
Registration on
works contract and Service tax registration (if
Works
applicable) from any Indian State (In case of
Contract
and JV, VAT/S.T. Registration certificate for each
Service
tax individual partner of JV) (Please mentioned
registration
(if Exempted in case it is not applicable).
applicable)
Self declaration
Self declaration certificate of non banning /
certificate
black listed from any PSU / Central / State
Govt. etc.
Exemption of EMD Documents related to exemption of EMD / Cost Scan copy to be
certificate
of tender document.
uploaded in Part I
(Cover I)
Legal Status of the Any one of the following document:
bidder
1.Affidavit or any other document to prove
proprietorship / Individual status of the bidder
and Power of Attorney to the Lead Partner and
share of each partner as applicable.
2. Partnership deed containing name of partners and Power of Attorney to the Lead Partner and share of each partner as applicable.
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 as
applicable. (Please mentioned type of Firm)
Service Tax Status The bidder should possess any one of the
of
following documents depending upon the
Bidder
status opted by him in the BOQ sheet:
If the bidder has opted:
I). Small Service Provider and exempted for
Service Tax Registration and/or payment of
Service Tax:
A Certificate from a practicing Chartered
Accountant that the bidder is exempted for
Service Tax Registration and/or payment of
Service Tax.
II). A Body Corporate:
The Service Tax Registration Certificate issued
by Central Excise and Custom Department,
Govt. of India.
III). Other than above two categories:
The Service Tax Registration Certificate issued
by Central Excise and Custom Department,

Digital Signature
Certificate (DSC)

Govt. of India. (Please mentioned


Yes/No/Exempted)
If the bidder himself is the DSC holder bidding
on-line then no document is required.
However, if the DSC holder is bidding online
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

Yours faithfully
Signature of Bidder: OR authorized person of bidder:

Das könnte Ihnen auch gefallen