You are on page 1of 11

WESTERN COALFIELDS LIMITED,

MAJRI AREA
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Government e-Procurement system
Tender Input Form CPPP (for publishing)
TENDER INPUT FORM
Web No. www.eprocure.gov.in.
(A) BASIC DETAILS
1 Tender reference No. (Tender no.) Ma4450-enm0047/2018-19 dt 14./02/2019
2 Tender type Open tender / quotations
3 Form of Contract Lum sump
4 No of cover (1/2/3/4) (2) Two
5 Tender Category Work
6 Account type Head Other
7 No of Bid openers 2 of 2
8 Payment Off line
8(a) If offline: ..
(B) NIT DOCUMENTS (ONLY PDF FILES ARE SUPPORTED)
1 File Name Type
2 PDF

(C) WORK ITEM DETAILS


1 Work / Item Title Repairing of muffle furnace moisture oven
and humidity Chamber /Incubator of Coal
Testing Lab, Majri.
2 Work / item Description Repairing of muffle furnace moisture oven
and humidity Chamber /Incubator of Coal
Testing Lab, Majri.
3 Pre qual details
4 Product Category Electrical
5 Product Sub Category --
6 Contract Type Open Tender
7 Value Rs. 45430.00
8 Bid validity in Day’ 180 days
9 Completion period in months / years 15 days
10 Location (Work / Services / Item) AHQ
11 Pin code 442 503
12 Pre Bid Meeting ( Yes / No.) --
If Pre Bid Meeting is yes then 12a & 12b are
mandatory.
12(a) Pre Bid Meeting places
12(b) Pre Bid meeting Address
13 Bid opening places Staff Officer(E&M), Office, Majri Area
14 Tender Class As per tender documents (Electrical)
15 Inviting officer (Name) Sri. Sanjiv Chawla
16 Inviting officer Designation, Address, Staff officer (ENM, GM Office, kuchana PH
phone/email 07175 285086/87
(D) DETAIL FEE
1 TENDER CHARGES --
1(a) Tender fee (If more than zero then (e) & 1(f) Not applicable
are mandatory)
1(b) Processing fee --
1(c) Surcharge --
1(d) Other charges --
1(e) Tender Charges payable to Western Coalfields Limited, Majri Area.
1(f) Tender Charges payable at SBI, Warora
2 EMD FEE
2(a) EMF Fee (Fixed / Percentage @ 1.25 %) Rs.570/- (Fixed)
2(b) If EMD fee is Fixed EMD amount INR Rs.570/- (Fixed)
2(c) If EMD Exemption Allowed (Yes / No) Yes
2(d) EMD Fee payable to Western Coalfields Limited, Majri Area.
2(e) EMD Fee payable at SBI, Warora
(E) Critical Dates: (Hrs in 24 Hour format, Mins in multiple of 5)

DD MM YYYY Hrs Minutes


1 Publication date * 19 02 2019 17 0
2 Document Download / Sale Start Date * 20 02 2019 11 30
3 Document Download / Sale End Date * 01 03 2019 13 00
4 Seek Clarification Start Date 22 02 2019 11 30
5 Seek Clarification End Date 28 02 2019 16 00
6 Pre Bid Meeting Date -- -- -- -- --
7 Bid Submission Start Date * 02 03 2019 11 30
8 Bid Submission End Date * 02 03 2019 15 30
9 Bid Opening Date * 02 03 2019 16 00

Prepared by:
(Sanjiv Chawla)

Staff Officer(E&M),
Majri Area
:
Under urt only
WESTERN COALFIELDS LIMITED,
OFFICE OF THE AREA GENERAL MANAGER,
MAJRI AREA : PO- KUCHANA, TH-BHADRAATI,
DISTT- CHANDAPUR 442 503.
PH- 07175 285086,87/ FAX 07175-285088

Ref No. WCL/MA/GM/E&M/2018-19/ DATED :- 14./02/2019

QUOTATION NOTICE NO. ma4450–enm–0047–2018-19

Sealed offers on item rate basis (in two parts) are invited from reputed and eligible
bidders for the following works:
Sr. Description of work Estimated cost EMD Period of
No. including GST completion
1 Repairing of muffle furnace Rs.45430.00 Rs.570 15 days
moisture oven and humidity
Chamber /Incubator of Coal
Testing Lab, Majri.

(1) DETAILS OF QUOTATIONS :-


(a) Begins on :- 20.02.2019 at 11.30 AM.
(b) Closes on :- 01.03.2019 up to 1.00 PM.
(c) Last date & time of receipt of quotation :- 02.03.2019 up to 3.30 PM
(d) Date & Time of opening of quotation :- 02.03.2019 at 4.00 PM.
Earnest money can be deposited in form of demand draft of any nationalized / scheduled bank drawn
in favour of “ Western Coalfields Limited”, Majri Area account payable at Warora. The earnest money
of the unsuccessful bidder shall be refundable and shall not bear any interest. No body will be
accepted unless accompanied by requisite EMD as stated above.
(2) QUALIFICATION OF THE BIDDER.
All bidders shall include the following information and documents with their bids (copies of all
documentary evidences are to be duly authenticated by the Bidders / Constituted attorney of the
Bidders with full signature and seal. All signed declarations are to be made in the bidder’s letter head.
(a) Copy of Permanent Income Tax Account Number (PAN).
(b) Following documents depending upon the status w.r. GST are to be submitted

(i)GST registered bidder. dealer - GST registration certificate (GST identification number)
issued by the appropriate authority.

(ii)GST unregistered bidders /dealer :- A certificate from practicing Chartered Accountant


having membership number with institute of Chartered Accountants of India certifying
that the bidder is GST unregistered bidder / dealer in compliance with the relevant GST
rules.
(In cast of JV a Certificate from a practicing chartered accountant having membership number
with institute of Chartered Accountants of India confirming the status of JV w.r. to GST in
compliance wit relevant GST rules of GST registered certificate of JV.)
Note:- In case the work /service is awarded to a joint venture participating in the tender they
have to submit PAN, GST registration (As applicable in the tender and for the bidder status) etc
in the name of the joint venture after award of work / service at the time of execution of
agreement / before the payment of first running on account bill.

(c) Mandate form for Electronic fund transfer / internet banking payment as per the format
provided in the bid document.
(d) Experience :- The intending tender must have in its name as a prime contractor
experience of having successfully completed similar nature of work (Including ongoing
work) 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 work each costing not less than the amount equal to
40% of the estimated cost (OR)
(ii) Two similar completed work each costing not less than the amount of equal to
50% of the estimated cost (OR).
(iii) One similar completed work each costing not less than the amount of equal to
80% of the estimated cost.

(3) AVAILABILITY OF BID DOCUMENT.


The bid documents, including terms and conditions of work, is available on our website from the web
site : http://westerncoal.gov.in or from GOVT. website : http://tenders.gov. in or from CPP portal
http://www.eprocurement.vov in and can be downloaded from the website. The bidders are
requested to download the same and submit in accordance with instructions related to submission of
bid under NIQ. There is no application fee.

The company shall not be responsible for any delay / difficulties / in accessibility of the downloading
facility for any reason whatsoever.

The bidder who downloaded the documents from website, will be required to submit an undertaking
that they will accept the tender documents as available in the website and their tender shall be rejected
if any tampering in the quotation document is found to be done at the time of opening of quotation.

In case of any discrepancy between the quotation documents downloaded from the web site and
the master copy available in the office, the latter shall prevail and will be binding on the
quotationers. No claim on this account will be entertained.

(4) GENERAL INSTRUCTIONS OF SUBMISSION OF BID:

(I ST) First Envelope shall contain the following :-


(a) Bid document duly signed.
(b) The Earnest Money.
(c) PAN details.
(d) Copy of GST registration certificate, as applicable.
(e) Undertaking
(f) Mandate form for EFT.
(g) Self – authenticated copy of work orders and work completion certificate / certified copy of bill.
Similar nature of work means Repairing of equipment used for coal testing lab.
(II nd) SECOND ENVELOPE CONTAIN THE FOLLOWING. :-
(a) Bills of Quantity (Price Bid) duly filled in.

These two envelopes shall be placed in another Envelope and submitted by the bidder. The cover
envelope shall indicate the name of the work, name of the bidder along with the address, reference
quotation notice number.
(5) SPECIAL NOTE :-
(a) Hand written offers (Both Part-I and Part-II) are not be accepted by tendering authorities. Only
typed offers are to be accepted.
(b) In Part-II (Price Bid) prices quoted by the bidders should be both in figures and words.

(6) PRICE BID : Part-II should contain the price bid only. The rate should be offered in the
prescribed Price proforma (Bill of Qty) attached with the tender document(Price bid). The rate
shall be typed / Printed by firm in the proforma provided with this tender only. Rate offered in
the other than prescribed price proforma shall be out rightly rejected. Part-II(Price bid) shall be
opened only of those tender/ bidders who qualify part-I.
(7) VALIDITY PERIOD OF OFFER. The rates offered by bidders should be valid for 180 days from
the last date of submission of Bid.
(8) EXEMPTION OF EMD: Tenders without EMD shall be rejected outright. However, bidders shall
be considered for EMD exemption, if the firm is an Ancillary to WCL WCL for the tendered
repair / fabrication work specifically mentioned in the certificate or if the bidder is valid
SSI/NSIC/DGS&D registered firm for the same repair / fabrication work. Bidder should
produced documentary evidence duly notarized issued by WCL/ issued by WCL / Govt of
authorities for claiming exemption towards submission of EMD of tender, otherwise EMD of
tender shall not be exempted.
(9) REFUND OF EMD : EMD shall be refunded to the unsuccessful bidders after opening of price
bid and finalization of the tender.

(10) EVALUATION OF TENDER (WEIGHTAE) : Cost of completed work of previous year shall be given
a weight-age 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 tender.
(11) OPENING OF OFFERS :-
(a) Quotations will be opened in the office of the undersigned at 16.00 Hrs. on 02/03/2019.
(b) The company reserves the right to extend the date of submission and opening of bid or to cancel
the bid without assigning any reason whatsoever.
(12). Any addendum/corrigendum/date of extension etc. in respect of above quotation shall be
issued on our web site http://westerncoal.gov.in or from GOVT. Website http://tenders.gov.in
or from CPP Portal http://www.eprocure.gov.in only. No separate notification shall be issued in
the press. Bidders are therefore requested to visit our website regularly to keep themselves
updated.
(13) Quotation shall finalized on the basis of Civil Engineering Manual which is available on our
web site : http://www.coalindia.gov.in.. This is applicable for contractual works at site.
(14) General Terms & conditions: For all other terms and conditions refer tender documents.

STAFF OFFICER(E&M)
WCL, MAJRI AREA.
Distribution :-
01. Area General Manager, Majri Area.
02. General Manager (Vigilance), WCL, Nagpur.
03. General Manager(Operation), Majri Area. .
04. Area Finance Manager, Majri Area….Kindly depute your authorized executive for tender opening on date
& time mentioned above,
05. Sub Area Managers, concerned . / Incharge, Coal Testing Lab, Majri
06. Sr.Manager(System), Majri Area.. With request to display the NIT and tender documents on our Web site.
07. Notice board of AGM Office, Majri Area.
TENDER DOCUMENTS
GENERAL TERMS AND CONDITIONS

(1) INSPECTION: Inspection will be done at our site on delivery by Officer Incharge, CTL, Majri af-
ter completion of work.

(2) The tenderer is advised to see the quantum of work / site condition before submission of tender
to avoid further complication.

(3) COMPLETION PERIOD :- The work shall be started within 10 days of issue of work order /
handing over of vehicle which ever is later and it shall be completed within 15 days

(4) The tender cannot transfer / sublet any part of work.

(5) The rate once awarded will remain firm for the entire period of contract / agreement.

(6) GUARANTEE:- Guarantee should be for a period of 06(Six) month. In case of premature fail-
ure of the job within the guarantee period, the same will be repaired free of cost by the party
within 15 days from the ate of joint inspection.

(7) PAYMENT:-90 % payment will be made within 21 days after satisfactory completion of work and
submission of bill & balance 10% payment will be treated as Security Deposit & it will be re -
leased after satisfactory performance for 06 month guarantee / warranty period from the date of
delivery.

(8) PAYING AUTHORITY: Area Finance Manager, Majri Area.

(9) BILL :- Bill should be submitted to Staff Officer, Majr I Area through officer inchage, CTL, Majri
with necessary certification of satisfactory completion of work.

(10) LIQUIDATED DAMAGE 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 sched-
uled 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 compen-
sation (Liquidated Damages) @ half percent (1/2 % ) of the contract price per week of
delay. The aggregate of such compensation should not exceed 10% (ten) percent of
the total value of shown in the contract.

(11) FORCE MAJEURE CLAUSE: If the execution of the work by the tender / 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, act of nature or any other contingency
beyond the tenderer/bidder control due to Act of God, then Western Coalfields Limited may
allow such additional time by extending the delivery period, as it considers to e justified by
the circumstances of the case and its decision shall be final.

(12) Tender submitted in any other forms except as indicated in the tender notice, wrongly
sealed, incomplete and conditional tenders etc. shall lead to outright rejection of the ten-
der.
(13) LATE/DELAY OFFER : (a)A tender which has not been received on the due date and time
will not be considered (b) No relaxation in this respect will be entertained (c) Tender sent
through telegram, Telex, Fax or E-mail will not be considered.

(14) If any tenderer declines to execute & carryout 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.

(15) Management reserves the right to accept / reject any or all tender, split the work amongst
more than one tendered without assigning any reason whatsoever.

(16) All the corrigendum and amendments issued on website or other wise from this office re -
garding this NIT shall be responsibility of the tenderer to comply with.

(17) EXTENSION OF COMPLETION PERIOD: If the execution of work by the tenderer is de-
layed beyond the stipulated period due to delay in handing over the works as mentioned,
WCL may allow such additional time by extending the completion period.

(18) 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 con-
tract and does not remedy it or fails to take effective steps for the remedy to the sat-
isfaction of the Engineer –In –Charge, then on the expiry of the period as may be
specified by the Engineer-In- Charge in a notice in writing.

(19) ADDITIONAL PERFORMANCE SECURITY DEPOSIT: Additional Performance Security


Deposit for the amount is to be deposited equal to the difference between departmental
estimated value (Material+ Labour cost) and quoted amount by L-1 bidder (Material +
Labour cost), if L-1 quoted rate is less than 20% of departmental estimated cost. This
amount should be deposited before issuance of work order and will not carry any interest,
which will be released after completion of work and submission of bill.

(20) GST : All duties, taxes (Excluding Goods & Service tax (GST) & GST Compensation Cess (if
applicable only) and other levies, royalty, building and construction workers cess (as
applicable in States) payable by the bidder/ contractor under the contract, or for any other
cause as applicable on the last date of submission of Bid, shall be included in the rates,
prices and the total Bid Price submitted by the Bidder. All investments, operating expenses,
incidentals, overheads, leads, lifts, carriages, tools and plants etc as may be attendant upon
execution and completion of works shall also be included in the rates, prices and total bid
price submitted by the bidder.

However, such duties, taxes, levies etc, which is notified after the last date of submission of Bid
and / or any increase over the rate existing on the last date of submission of Bid shall be
reimbursed by the company on production of documentary evidence in support of payment
actually made to the concerned authorities.
Similarly if there is any decrease in such duties, taxes and levies the same shall become
recoverable from the contractor. The details of such duties, taxes and other levies along with
rates shall be declared by the bidder.

The item wise rate quoted by bidder shall be inclusive of all taxes, duties & levies but excluding
GST & GST compensation Cess, if applicable. The payment of GST & GST compensation cess
by service availed (i.e. CIL/ Subsidiary) to bidder / contractor (if GST payable by bidder /
Contractor ) would be made only on the latter submitting a Bill / Invoice in accordance with the
provision of relevant GST Act and the rules made there under and after online filling of valid
return on GST portal. Payment of GST & GST compensation cess is responsibility of the
service provide/contractor.

However, in case bidder /contractor is GST unregistered bidder/dealer in compliance with GST
rules, the bidder/dealer shall not charge any GST and /or GST compensation Cess on the
bill/invoice. In such case, applicable GST will be deposited by CIL/Subsidiary directly concerned
authorities, input tax credit is to e availed by paying authority as per rule:

If CIL/ Subsidiary fails to claim input tax credit (ITC) on eligible inputs, input services and Capital
Goods or the ITC claimed is disallowed due to failure on the part of supplier/vendor of goods
and services in incorporating the tax invoice issued to CIL/Subsidiary in its relevant returns
under GST, payment of CGST & SGST or IGST, GST (Compensation to State) cess shown in
tax invoice to the tax authorities, issue of proper tax invoice or any other reason whatsoever, the
applicable taxes and cess paid based on such tax invoice shall be recovered from the current
bills or any other dues of the supplier/vendor along with interest, if any.
The bidder shall incorporate GSTIN of contractor/suppliers and HSN / SAC of
goods of service in bill.

(a) The bidder shall incorporate GSTIN of WCL, Maharashtra (i.e.) 27AAACW1578L1ZW in
tax invoice issued under GST law by contractor/supplier.

(b) Any other information as deemed fit as per extended rules of company shall be clarified
from the bidder time to time.

The company reserves the right to deduct/withhold any amount towards taxes, levies, etc and to
deal with such amount in terms of the provision of the Status 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 what so ever.

In case of collection of minor minerals in area (both virgin and non virgin) acquired by the
Company under the Coal Act, the contractor will have to produce a royalty clearance certificate
from the District Authorities before full and final payment.

(22) SCOPE OF WORK : As specified in the bill of quantity. All materials, consumable with labour
covered in the BOQ will be provided by the repairer / contractor for successful completion of
work / job and old material if any is to be retained by the repairer.

Staff Officer(E&M),
Majri Area
Signature of contractor/repairer
UNDERTAKING

I/We will accept the quotation documents as available in the web


site and my/our quotation shall be rejected if any tempering in the
quotation document is found to be done at the time of opening of
quotation.

(---------------------------)
Quotationers

DECLARATION

I/WE, SHRI/M/S
------------------------------------------------------------------HEREBY
DECLARE THAT, I/WE HAVE NOT ENGAGING ANY
PERMANENT LABOUR(S) WHILE EXECUTION OF WORK. HENCE ,
NOT ELIGIBLE FOR P.F. REGISTRATION.

(---------------------------)
Quotationers

SELF DECLARATION

I/WE, SHRI/M/S
------------------------------------------------------------------HEREBY
DECLARE THAT, I/WE HAVE NOT BEEN DEBARRED OR
BLACK LISTED BY ANY GOVERNMENT OR SEMI
GOVERNMENT OR PUBLIC SECTOR UNDERTAKING.

(---------------------------)
Quotationers
MANDATE FORM FOR ELECTRONIC FUND TRANSFER / INTERNET BANKING PAYMENT

1. Name of the Bidder :-

2. Address of the Bidder:-

Email ID.

Permanent A/c No.

3. Particulars of Bank

Bank Name Branch Name


Branch Place Branch City
Pin Code Branch Code
MICR No.
(Digital 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 and Code Number)
RTGS CODE
Account Type Savings Current Cash Credit
Account number (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 are not effected for reasons of incomplete or incorrect
information. I shall not hold company 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 / NEFT. I agree to
discharge responsibility expected of me as a participant under the scheme. Any
bank charges levied by the bank for such e-transfer shall be borne by us.

Place :

Date :

Signature of the Party / Authorized Signatory


BILL OF QTY
NIT No. ma4450-enm0047/2018-19

Name of work : Repairing of muffle furnace moisture oven and humidity


Chamber /Incubator of Coal Testing Lab, Majri.

Name of party :………………………………………

Sr. Details of work Qty/ Rate Amount


No.
1 Repairing, maintenance, servicing & rewinding of muffle furnace. 1 No
2 Repairs, maintenance, servicing of oven with new digital temperature 1No
controller.
3 On side testing of muffle furnace, incubator and oven including visiting 1 No
charges.
4 Repair, maintenance, servicing of incubator with replacement of 1 No
temperature controller and temperature sensor.
5 Sub total of above work
6 GST @ ……
7 Total including GST@ …%

NOTES :-

1. Quotationers are requested to quote their rates on ITEM RATE basis. Hand written offers are
not to be accepted. Only typed offers are to be accepted.
2. Scope of work is as mentioned in the NIT
3. L-1 will be evaluated on total cost
4. Rate is to be quoted for above items 1 to 7
5. Rate of GST chargeable shall be specified in % ( percentage).

Staff Officer(E&M),
Majri Area

(---------------------------)
Signature of offered
Name of the Quotationer:-…………………………………………

You might also like