You are on page 1of 49

नाद न कोलफ़

ड लमेटेड NORTHERN COALFIELDS LIMITED


-1-
(एक मनी रन कपनी) (A Mini Ratna Company)
सामाी बधक वभाग MATERIAL MANAGEMENT WING
अमलोर" प#रयोजना AMLORI PROJECT.
पो०: अमलोर",िजला: संगरौल"(म००)४८६८८७ P.O: AMLORI, DISTT: SINGRAULI (M.P.) -486884
FAX NO. 07805 256185
फै3स न०. 07805 256185

Ref. No AML/P.Cell/2984/17-18/079 Dated: 13/11/2017

NOTICE INVITING TENDER (THROUGH E-PROCUREMENT CHANNEL)


OPEN TENDER NOTICE

Procurement of Solid State Voltage Relay for CHP.


Tenders are invited through on-line bidding process on the website https://coalindiatenders.gov.infrom the
eligible bidders. For bidding online, the bidders must possess Class-2 or Class-3 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 tender document is also
available on website https://eprocure.gov.in and NCL website www.ncl.gov.infor download by the
prospective bidders free of cost. There will be no sale/ distribution of Hard Copy of the Tender Document.

Eligibility and Proven-ness Criteria is applicable for this Tender as per Tender
Document clause No. 1(A) & 1(F).

Brief details of the Tender are as under:


Estimated Value of Tender Earnest Money Deposit
Item Description Delivery Period
(~ In INR) (~ In INR)
Procurement of Solid State Voltage
Rs. 3,31,359.50 Rs. 7,827.00 45 Days
Relay for CHP

All bids are to be submitted on-line on E Procurement portal of Coal India Ltd website
https://coalindiatenders.gov.in. No Offline-Bids will be accepted. ‘Earnest Money Deposit’ is to be submitted
online through payment gateway provided at NIC Portal during online submission of bid.
Before starting the bidding process, bidders are advised to carefully read ‘Instructions to the
Contractors/Bidders for the e-submission of the bids online through this e-Procurement Portal’ i.e.
https://coalindiatenders.gov.in available under the link ‘Help for Bidders’ and any other guidelines available
at bidding portal https://coalindiatenders.gov.in.

Time Schedule of Tender:

Sl. No. Particulars Date Time


a. Tender Publishing date 13.11.2017 15:00 Hr.
b. Document download start date 13.11.2017 16:00 Hr.
c. Seek Clarification start date 13.11.2017 16:00 Hr.
d. Seek Clarification end date 25.11.2017 18.00 Hr.
e. Bid Submission start date 13.11.2017 16:00 Hr.
f. Bid submission closing date 04.12.2017 11.30 Hr.
g. Submission of EMD Same as(f) above
h. Bid Opening date 05.12.2017 12:00 Hr.
-2-

1. Extension of tender submission date in case of number of bids received are less than three, initially by 02 days and
thereafter by 05 days will be done automatically by the system.
2. Even after granting two extensions, less than 3 Bids are received, tender shall be considered for opening.
3. If due to unavoidable / unforeseen circumstances and also if bid opening date falls on a holiday, the online bid will be
opened on the next working day at the same time.
4. All bids are to be submitted on-line on the website https://coalindiatenders.gov.in. No bid shall be accepted off-line.
‘Earnest Money Deposit’ is to be submitted online through payment gateway provided at NIC portal during online
submission of Bid. Overseas Bidder have the option to submit the EMD through direct remittance as detailed under the
EMD clause of NIT.

Yours Faithfully,

Copy to :-
(1) G.M (MM), HQ NCL SIngrauli
(2) G.M. Amlohri Project (I.P.Singh)
(3) GM (Excv), Amlohri Project Staff Officer (MM)
(4) AFM, Amlohri Project Email- amlohri.mm@gmail.com
(5) Notice Board Mobile No.- 09406711709
(6) Cc: The SO (MM):Block B/Bina/CWS/KHD/ For & on Behalf of Northern Coalfield Limited, Aml
Dudhichua/Jayant/KKR/NGH/Krishnshila/JRD.
-3-

Tender Document
(A) 1. SUBMISSION OF BID
a. In order to submit the Bid, the bidders have to get themselves registered online on the e-Procurement
portal (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. 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 on-line user portal agreement which contains the
acceptance of all the Terms and Conditions of NIT including Commercial & General Terms & Conditions
and other terms, 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 allowed/ accepted.
c. Letter of Bid: The format of Letter of Bid (as given in the NIT at Annexure -A) will be downloaded by
the bidder and will be printed on Bidder’s letter head and duly ‘Signed & Sealed’ 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.
It may be noted that if the information/declaration/Credentials/ scanned documents furnished in
support of the claims made in the Bid or same in respect of Eligibility Criteria are found to be
wrong or misleading at any stage, such bidder will be liable to punitive action.
The physical signature in the Letter of Bid (LOB) will be accepted without questioning the identity of
person signing the Letter of Bid as it contains digital signature of DSC holder.
Note:
1. In case the bidder who has signed the LOB is the DSC holder, no additional documents are required.
2. In case the bidder who has signed LOB is not the DSC holder, then the authorization on non - judicial
stamp paper duly notarized as per format (given in Annexure - A) by the person signing the LOB i.e. the
bidder, in favour of person bidding online i.e. DSC holder, is required to be uploaded along with this
Letter of Bid.
d. 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.

e. Technical Parameter Sheet with Commercial Parameter Sheet: This will be downloaded by the
bidder and he will furnish all the required information on this Excel file. Thereafter, the bidder must
upload the same Excel file during Bid submission. The Technical Parameter cum Commercial Parameter
Excel file shall contain the following Two sheets:
(i) Commercial Parameter Sheet(CPS)- The Commercial Parameter Sheet containing the commercial
parameters should be uploaded after filling the required details and selecting the parameters. Bidders
must fill and select the relevant information before uploading the same.

Note: Bidders should fill Commercial parameter sheet(CPS) first then Technical Parameter Sheet
(TPS-BoQ1 ) thereafter.
(ii) Technical Parameter Sheet (TPS-BoQ1) - The Technical Parameter Sheet containing the technical
specification parameters for each tendered item is in Excel format. Non-compliance of any of the
parameter of specification for any of the item will disqualify the bidder for that item.

The Technical Parameter Sheet (TPS-BoQ1) & Commercial Parameter Sheet (CPS) which is incomplete
and not submitted as per instruction given will be rejected by the system. In case of non-compliance of
any of the parameter/ terms in these sheets shall result in rejection of the bid during the process of
automatic evaluation by the system and such bids shall not be considered for opening of Price Bids.
f. PRICE BID/BOQ: The Price Bid containing the Bill of Quantity (BOQ) is in Excel Format will be
uploaded during tender creation. The Price Bid/ BOQ comprises of following Sheets:
I. BoQ1: This is single Sheet of the Price Bid. Bidders are required to fill up the relevant details only.
Submission of information/Price in ‘BoQ1’: The Price bid/BOQ containing the above Sheet in Excel File
will be downloaded by the bidder and they will quote the rates, taxes & duties etc. for the offered items in
the same Excel file. Prices should be quoted in INR only.
-4-

Thereafter, the bidder must upload the same Excel file without changing the file name given by the system
during bid submission in Cover-II.

NOTE: 1. The price for determining status of the bidders shall be automatically calculated by the
system based on the inputs values provided by respective bidder in their price bid.
2. Bidder must indicate all the price elements of Cost which are applicable in their case, as provided
in the relevant Price Bid Format.
3. In case any of the Cell in Price Bid Format pertaining to any cost element is left blank or shown
as 0.00, then that Element shall be treated as Included in Basic Price/NIL and in case such cost is
applicable/payable extra over the Basic Price the same shall be borne by the seller in the event of
placement of order. NCL will not entertain any claim whatsoever for additional payment on account
of any of such price elements for which value is indicated Nil or Corresponding Cell is left Blank.
OTHER INFORMATION REGARDING BOQ/ PRICE BID:
The Price-bid will be in item-wise unit Rate BOQ format and the bidder may quote for any or all the
tendered items. The Price bid of the tenderers will have no condition. The Price Bid which is
incomplete and not submitted as per instruction given above will be rejected.

In case of Taxes and Duties like CGST, SGST/UT-GST or IGST the applicable rate of these duties
in terms of %age is to be entered in the relevant fields.

Bidder(s) shall have to quote the applicable rate of CGST, SGST or IGST exclusive of Basic Rate.

The rate of CGST, SGST or IGST entered by the bidder in BOQ sheet should be legally applicable
rate of GST at the time of submission of bid. If bidder is eligible for Exemption of GST or lower
than the normal rate is applicable (where Bidder has opted Composition Scheme),then bidder has
to upload the authenticated document towards such exemption online & furnish the authentic
documents along with certificate of practicing CA/CMA/CS clearly mentioning that Bidder is eligible
to opt the scheme and fulfilled all the condition as mentioned in notification in this regard.
However, if the estimated value of tender is more than Rs. 75 Lakh, the bidder is not eligible on
composition scheme.

In case the tendered item is eligible for Input Tax credit then the L-1 status shall be decided by
deducting the Input tax Credit (CGST, SGST or IGST as the case may be) Amount from the Total
Rate by the system.

However, if Bidder has opted composition scheme under Section 10 of GST Act, 2017, they
cannot levy GST, hence the CGST/SGST/IGST will not be deducted while determining the L-1
status.

In case of Bidder is exempted from Registration under GST ACT and submitted the required
documents as mentioned above, NCL is liable to deposit the CGST, SGST/IGST as per the
Provision of GST Act, and the same will be included in cost while computing the landed price.
However if the tendered items is eligible for Input Tax credit, the same will be deducted while
computing the L-1 status.
In case of Successful bidder(s),if at the time of supply it is found that Input Tax Credit available to
NCL on this account is less than ‘Input Tax Credit Amount per Unit’ declared in BOQ/Price Bid, the
differential amount between the two shall be deducted from the bill of Supplier while making
payment to them.
Statutory Variation: If there is any statutory change in IGST/CGST/SGST within contractual
delivery period, the same shall be admissible and will be paid at actual based on
documentary evidence. However, no upward revision in the same beyond original delivery
period shall be admissible.

In case of prices quoted in INR by Indian agent of Indigenous manufacturers and in case of INR
Offer quoted by Indian Agent of Foreign manufacturers, they have to indicate the Input Tax Credit
-5-

on GST amount in the “Input Tax Credit Amount‟ field in Price Bid Format. If the bidder does not
fill the Input Tax Credit amount in Price Bid Format, then the offset of Input Tax Credit amount will
not be considered for evaluation purpose

In case of successful bidder(s), if at the time of supply, it is found that Input Tax Credit Invoice
(Credit available to NCL on this account) is less than the “Input Tax Credit Amount‟ declared in the
Price Bid, the differential amount between the two shall be deducted from the Supplier’s bills while
making payment to them. It will be the responsibility of the supplier to provide all documents to
NCL required to claim Input Tax Credit as per the GST Rules.

g. It is the bidder’s responsibility to comply with the system requirement i.e. hardware, software
and internet connectivity at bidder’s premises to access the e-Procurement website. Under any
circumstances, NCL 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-Procurement system or internet connectivity
failures.
2. Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission of his
bid and NCL will in no case be responsible and liable for those costs.
3. Clarification of Bid: The bidder may seek clarification online within the specified period. The identity of
the Bidder will not be disclosed by the system. The department will clarify as far as possible the relevant
queries of bidders. The clarifications given by department will be visible to all the bidders intending to
participate in that tender. The clarifications may be asked from the day of e-Publication of NIT. The last
date for seeking clarification by bidder and the last date of giving clarification on-line will be as per TIME
SCHEDULE given above.
4. Modification / Withdrawal of Bid:
Modification of the submitted bid shall be allowed online 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 submission.
5. a) Evaluation of Bid:
i. The bidder will have to upload scanned copies of various documents as specified in NIT for the
evaluation process, document in support of exemption of EMD (if applicable) and Technical Parameter
Sheet (TPS) Cum Commercial parameter Sheet in excel format for techno-commercial evaluation.
ii. The online bids will be opened on the pre-scheduled date and time of tender opening. The bids will be
decrypted on-line and will be opened by the “Bid Opener” with their Digital Signature Certificates and
upon opening of the tender by the bid openers, system automatically evaluates particulars as
contained in GTE, TPS and Commercial Parameter Sheet (combined with TPS).
iii. Upon opening of the bids, GTE, TPS, BOQ and all other documents uploaded by the eligible bidders
get opened and comparative statement of prices is generated by the system.
iv. The L-1 price in INR will be declared by the system, based on the comparative statement so
generated.
b)
i. Shortfall Documents / Confirmatory Documents: After evaluation shortfall documents/ Confirmatory
Documents, if required, shall be sought from the L1 bidder. These documents shall not be relating to
submission of EMD. Request for documents and the response shall be in writing. No modification of
the bid and any form of communication with NCL or submission of any additional documents, not
specifically asked for by NCL, will be allowed and even submitted they will not be considered by the
purchaser.

For this purposed, maximum 02 chances, each of 7x24 hours duration shall be given. The above
documents will be specified on-line under the link ‘Confirmatory Documents, by evaluator, indicating
the start date and end date giving 07 days’ time for online submission by bidder. The bidders will get
this information on their personalized dashboard under “Upload Confirmatory Documents /Information”
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 dashboard at least
once daily after opening of 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 bidders will upload/re-upload the requested documents within the specified period.NCL
reserves the right to verify any of the documents uploaded by the bidder at any stage.
-6-

ii. If the techno-commercial acceptability of L1 bidder is established upon verification of uploaded


documents and shortfall documents/ Confirmatory Documents if any, the case shall be considered for
further evaluation.
If the L1 bidder happens to be defaulter upon verification, the documents of the next lowest bidder shall
be downloaded for evaluation and shortfall documents/ Confirmatory Documents obtained if required.
This process shall continue sequentially till techno-commercially acceptable L1 is established.
iii. The following penalties shall be imposed on the defaulting bidders:
Sl. Situation Penal Provisions
1. L1 bidder is a defaulter for part of 50% of EMD amount or Rs. 1.00 Lakh or whichever, is lower,
items for which he is L1 is forfeited. In case the defaulter is an EMD exempted bidder,
he will be asked to deposit the equivalent amount within 7
days of notice otherwise he will be disqualified in the
subsequent tender for the item he participates.
2. L1 bidder is a defaulter for all the 100% of EMD amount or Rs. 1.00 Lakh or whichever, is
items for which he is L1 lower, is forfeited. In case the defaulter is an EMD exempted
bidder, he will be asked to deposit the equivalent amount
within 7 days of notice otherwise he will be disqualified in the
subsequent tender for the item he participates.
3. L1 bidder happens to be a defaulter 100% of EMD amount of 2nd tender, is forfeited. In case the
in 2 tenders issued by the same defaulter is an EMD exempted bidder, he will be asked to
procurement entity within a span of deposit the equivalent amount within 7 days of notice
01 year otherwise he will be disqualified in any of the tenders he
participates for a period of 1 year.
Note:
1. The penal provisions will be squarely applicable to all those defaulter firms whose documents are
examined on account of treating them as L1 successively.
2. The submission of forged document, if any, by the bidder(s), shall be dealt as per extant guideline of
the Purchase Manual.
iii. All the details of Techno Commercial bid and Price bid will be kept preserved in the archives for
auditing purposes and the same can be accessed with special authorization. The IP address of all the
bidders who has participated in the bid along with timing and date will also be kept preserved in the
system.
6. Placement of Order: After the procurement is finalised, scanned copy of the Purchase order will be
uploaded on the e-procurement portal and the original copy will be sent to the bidder/s through
registered/speed post. Any amendments to the Purchase Order shall also be uploaded in the Portal.

On receipt of supply order, the successful tenderer shall submit his acceptance of supply order within 15
days from the date of order.
7. Language of Bid
All correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be
written in English language. Supporting documents and printed literature furnished by the Bidder may be
written in another language provided they are accompanied by a certified true translation of the relevant
passages in English language in which case, for purposes of interpretation of the bid, the translation shall
govern. All such translated documents should bear the signature and stamp of the authorised signatory of
the bidder signing the document, as a token of authentication of the same.
8. Submission of Forged/Tampered Documents: Based on undertaking furnished by the bidder in its
Letter of Bid, certifying the authenticity and statement made in the bid as well as documentary support of
such statement submitted with online bid against the tender, NCL, while carrying out evaluation of the offer,
shall consider the scanned copies of the documents without any verification with the original. However,
NCL reserves the right to verify such documents with the original, if necessary at a later stage for which the
bidder shall have to submit the original documents to NCL on demand. If at any point of time during
procurement process or subsequently, any information or document submitted by the bidder, is found to be
false/incorrect /forged/tampered in any way, the total responsibility shall lie with the bidder and NCL
reserves the full right to take penal action as may be deemed fit including rejection of the offer and / or
banning the bidder in NCL for future tenders. The penal action may include termination of contract /
forfeiture of all dues including EMD/ Security Deposit / banning of the firm along with all partners of the firm
as per provisions of law. Further, suitable action may be taken for claiming damages from the bidder.
-7-

TERMS & CONDITIONS:


PART-A
1. (A) 1. ELIGIBILITY CRITERIA:

1. Only the proven manufacturers or their sole selling agents/ Authorized Dealers/ Distributors
(whenever manufacturer is not quoting directly as a matter of policy) are entitled to quote.

2. Manufacturers will have to submit a copy of their Manufacturing License/Certificate/ complete


photocopy of registration with NSIC/DGS&D/SSI/DIC/ Registrar of Companies etc. With the list of
items attached along with the offer.

3. Sole Selling Agent/ Authorized Dealers/Distributors will submit specific authorization from the
manufacturer to quote against the tender (giving tender No. In authorization letter) along with copy
of principal’s manufacturing license/Certificate/ complete photocopy of registration with NSIC/
DGS&D/ SSI/DIC/ Registrar of Companies etc. With the list of items attached.

4. In case, offer submitted by MSME firms should be quoted directly to avail facility provided to
MSME firms. In case of diverting by MSME to their dealer/ sole sealing agent/ distributor the
facility of MSME will not be provided.

Photocopy of complete and valid BIS License/DGMS approval, wherever required, with the list of items
attached should be enclosed.

Indian Agent of a Foreign Principal could bid in the Tender in Indian Rupees (INR).
In case any Sole selling Agent/ authorized Dealer/ Distributor/ Indian Agent participating in a tender on
behalf of one manufacturer, he is not allowed to quote on behalf of another manufacturer along with the
First manufacturer in a subsequent/ parallel tender for the same items/products.

For HEMM SPARE PARTS/CHP SPARE PARTS/OTHER SPARE PARTS

The conditions at i) & ii) above are not applicable to OEM,OES & OPM(OM) who are otherwise
eligible to quote on the strength of their being Original Equipment Manufacturer/ Original
Equipment Supplier/ Original Parts Manufacturer.
In case of offer submitted by Indian Agent enclosing the offer of their Foreign principal , the
following is required to be submitted.
1. Foreign / principals offer indicating the commission payable to the Indian Agent, nature of after
Sales Service to be rendered by the Indian Agent.
2. Copy of the Agency agreement with the foreign principal and the precise relationship between
them and their mutual interest in the business.
3. Copy of the enlistment of the Indian agent with DGS& D under the Compulsory Registration
Scheme of Ministry of Finance (required for Restricted Category of items).
A domestic manufacturer shall be considered as an indigenous manufacturer, if the equipment
manufactured and offered by them against tender has indigenous material content cost plus labor
content cost in excess of 30% (Thirty percent) of ex-works value of the equipment including all taxes
and duties. This is to be certified by the auditor of the manufacturer.
NOTE:
1. In a tender, either the authorized selling Agent/ dealer/ Distributor on behalf of the principal/
OEM or Principal /OEM itself can bid but both cannot bid simultaneously for the same item/
product in the same tender.
-8-

2. If an authorized selling agent/ dealer/ Distributor submits bid on behalf of the Principal/ OEM, the
same agent shall not submit a bid on behalf of another principal/ OEM in the same tender for the
same item/ product.
Firms other than identified OEM / OES / OPM, who are participating as Proven Source or claiming
themselves as OPM, are also required to submit duly self attested and notarized Proof of
Manufacturer for the tendered / quoted items.

Note :All Documents related with eligibility criteria are to be submitted in a single PDF file in
“ELIGIBILITY DOCUMENTS” of Cover-I on e-Procurement portal.

Failure to submit the above Documents may render a Tenderer “UNACCEPTABLE” without any
further correspondence.
1.(B) PROVENNESS CRITERIA: - Equipment/P&M (Other than HEMM and Fabrication
Items):
The tenderer shall be considered as PROVEN if they satisfy any one of the following conditions:-
(i) The tenderer shall be considered proven provided the TYPE & MODEL of the Equipment
offered or Equipment of TENDERED SPECIFICATION or Equipment of HIGHER SPECIFICATIONS
either directly supplied by them or through any Prime Contractor are successfully in regular use
in NCL and considered/declared proven by Head of the concerned Technical Department on the
basis of its satisfactory performance for a period of not less than ONE year from the date of
Commissioning.
OR
(ii) The tenderer shall be considered proven provided the TYPE & MODEL of the Equipment
offered or Equipment of TENDERED SPECIFICATION or Equipment of HIGHER SPECIFICATIONS
must have been supplied in the past to the Mining Industry and/or to the other Industries
(Private or Government/Public Sector Undertaking - Indigenous or Global) and performed
satisfactorily for a period of not less than ONE year from the date of Commissioning.
OR
(iii) Tenderer currently holding Valid Rate Contract(s) for supply of tendered item(s) with
DGS&D/Coal India Limited/ Any Subsidiary of Coal India Limited.

For all the above purposes, tenderer shall have to furnish relevant documentary proof like list of
supplies made alongwith relevant legible and complete self attested Supply Order /Rate
Contract(s) copies & performance report(s) thereof, if any, duly Notarized by Notary Public.
In addition to the above, the tenderer should also submit Self-Certificate in the following
prescribed format as given below:-

“The items covered in the Purchase Order(s)/Rate Contract(s) copies enclosed with our offer
have been fully executed and have performed satisfactorily as per the provisions of respective
Purchase Order(s)/ Rate Contract(s) and all complaints/ claims(s) lodged by the purchaser, if
any, have been attended to and no complaints / claims(s) are pending”.
In case, any specific Purchase Order(s) has/have not been fully executed and any complaints/
claims are pending, then details of such cases to be categorically submitted with the reasons
thereof.

The authenticity of the self-certificate as well as other documents submitted/uploaded by the


bidder will solely be their responsibility and appropriate action can be taken by NCL if it is
found to be misleading / false later on.

In case the performance of two consecutive supplies made by the Proven Source is not found
satisfactory, the said source will not be considered proven.
-9-

1.(C) Provenness Criteria: Other supporting Equipment (Fabricated on Chassis)


used in Mining Operations:
The tenderer shall be considered as PROVEN if they satisfy any one of the following conditions:-

(i) The tenderer shall be considered proven provided the TYPE & MODEL of the Equipment
offered or Equipment of TENDERED SPECIFICATION or Equipment of HIGHER SPECIFICATIONS or
SIMILAR ITEMS supplied by them are successfully in regular use in NCL and considered/declared
proven by Head of the concerned Technical Department on the basis of its satisfactory
performance for a period of not less than ONE year from the date of Commissioning.
OR
(ii) The tenderer shall be considered proven provided the TYPE & MODEL of the Equipment
offered or Equipment of TENDERED SPECIFICATION or Equipment of HIGHER SPECIFICATIONS or
SIMILAR ITEMS must have been supplied in the past to the Mining Industry and/or to the other
Industries (Private or Government/Public Sector Undertaking - Indigenous or Global) and
performed satisfactorily for a period of not less than ONE year from the date of Commissioning.
OR
(iii) Tenderer currently holding Valid Rate Contract(s) for supply of tendered item(s) with
DGS&D/Coal India Limited/ Any Subsidiary of Coal India Limited.

For all the above purposes, tenderer shall have to furnish relevant documentary proof like list of
supplies made alongwith relevant legible and complete self attested Supply Order /Rate
Contract(s) copies & performance report(s) thereof, if any, duly Notarized by Notary Public.
In addition to the above, the tenderer should also submit Self-Certificate in the following
prescribed format as given below:-

“The items covered in the Purchase Order(s)/Rate Contract(s) copies enclosed with our offer
have been fully executed and have performed satisfactorily as per the provisions of respective
Purchase Order(s)/ Rate Contract(s) and all complaints/ claims(s) lodged by the purchaser, if
any, have been attended to and no complaints / claims(s) are pending”.

In case, any specific Purchase Order(s) has/have not been fully executed and any complaints/
claims are pending, then details of such cases to be categorically submitted with the reasons
thereof.
The authenticity of the self-certificate as well as other documents submitted/uploaded by the
bidder will solely be their responsibility and appropriate action can be taken by NCL if it is
found to be misleading / false later on.

In case the performance of two consecutive supplies made by the Proven Source is not found
satisfactory, the said source will not be considered proven.
1.(D) Provenness Criteria: Consumables & Spares (Other than Spare Parts/Sub-
Assemblies of CHP):
The tenderer shall be considered as PROVEN if they satisfy any one of the following conditions:-
(i) The tenderer shall be considered proven provided the offered product or product of
TENDERED SPECIFICATION or product of HIGHER SPECIFICATIONS supplied by them are
successfully in regular use in NCL and considered/declared proven by Head of the concerned
Technical Department on the basis of its satisfactory performance for a period of not less than
ONE YEAR from the date of its fitment/use.

OR
(ii) The tenderer shall be considered proven provided the offered product or product of
TENDERED SPECIFICATION or product of HIGHER SPECIFICATIONS must have been supplied in the
past to the Mining Industry and/or to the other Industries (Government/Public Sector
- 10 -

Undertaking - Indigenous only) and performed satisfactorily for a period of not less than ONE
YEAR from the date of its fitment/use.
OR
(iii) Tenderer currently holding Valid Rate Contract(s) for supply of tendered item(s) with
DGS&D/Coal India Limited/ Any Subsidiary of Coal India Limited.
For all the above purposes, tenderer shall have to furnish relevant documentary proof like list of
supplies made along with relevant legible and complete self-attested and Notarized
Supply Order copies for at least 30% of the tendered quantity within a span of not more than 7
years from the due date of instant tender opening received by them from Mining Industry and/or
to the other industries (Government/ Public Sector Under Taking-Indigenous only) for the
offered product or product of tendered specification or product of higher specification and
performance report(s) thereof, if any.
OR
Rate Contract(s) copies (valid as on the due date of instant tender opening) received by them
from Mining Industry and/or to the other industries (Government/ Public Sector Under Taking-
Indigenous only) for supply of the tendered item(s) & performance report(s) thereof, if any.
In addition to the above, the tenderer should also submit Self-Certificate in the following
prescribed format as given below:-
“The items covered in the Purchase Order(s)/Rate Contract(s)/ copies enclosed with our offer
have been fully executed and have performed satisfactorily as per the provisions of respective
Purchase Order(s)/ Rate Contract(s) and all complaints/ claims(s) lodged by the purchaser, if
any, have been attended to and no complaints / claims(s) are pending”.

In case, any specific Purchase Order(s) has/have not been fully executed and any complaints/
claims are pending, then details of such cases to be categorically submitted with the reasons
thereof.
The authenticity of the self-certificate as well as other documents submitted/uploaded by the
bidder will solely be their responsibility and appropriate action can be taken by NCL if it is
found to be misleading / false later on.

In case the performance of two consecutive supplies made by the Proven Source is not found
satisfactory, the said source will not be considered proven.
1.(E) Other Fabricated Items:

The tenderer shall be considered as PROVEN if they satisfy any one of the following conditions:-
(i) The tenderer shall be considered proven provided the offered product or product of
TENDERED SPECIFICATION or product of HIGHER SPECIFICATIONS or Similar Product supplied by
them are successfully in regular use in NCL and considered/declared proven by Head of the
concerned Technical Department on the basis of its satisfactory performance for a period of not
less than ONE YEAR from the date of its fitment/use.
OR
(ii) The tenderer shall be considered proven provided the offered product or product of
TENDERED SPECIFICATION or product of HIGHER SPECIFICATIONS or Similar Product must have
been supplied in the past to the Mining Industry and/or to the other Industries
(Government/Public Sector Undertaking - Indigenous only) and performed satisfactorily for a
period of not less than ONE YEAR from the date of its fitment/use.
OR
(iii) Tenderer currently holding Valid Rate Contract(s) for supply of tendered item(s) with
DGS&D/Coal India Limited/ Any Subsidiary of Coal India Limited.
For all the above purposes, tenderer shall have to furnish relevant documentary proof like list of
supplies made along with relevant legible and complete self-attested and Notarized
Supply Order copies for at least 30% of the tendered quantity within a span of not more than 7
years from the due date of instant tender opening received by them from Mining Industry and/or
- 11 -

to the other industries (Government/ Public Sector Under Taking-Indigenous only) for the
offered product or product of tendered specification or product of higher specification or
similar product and performance report(s) thereof, if any.
OR
Rate Contract(s) copies (valid as on the due date of instant tender opening) received by them
from Mining Industry and/or to the other industries (Government/ Public Sector Under Taking-
Indigenous only) for supply of the tendered item(s) & performance report(s) thereof, if any.
In addition to the above, the tenderer should also submit Self-Certificate in the following
prescribed format as given below:-
“The items covered in the Purchase Order(s)/Rate Contract(s) copies enclosed with our offer
have been fully executed and have performed satisfactorily as per the provisions of respective
Purchase Order(s)/ Rate Contract(s) and all complaints/ claims(s) lodged by the purchaser, if
any, have been attended to and no complaints / claims(s) are pending”.
In case, any specific Purchase Order(s) has/have not been fully executed and any complaints/
claims are pending, then details of such cases to be categorically submitted with the reasons
thereof.
The authenticity of the self-certificate as well as other documents submitted/uploaded by the
bidder will solely be their responsibility and appropriate action can be taken by NCL if it is
found to be misleading / false later on.
In case the performance of two consecutive supplies made by the Proven Source is not found
satisfactory, the said source will not be considered proven.
1. (F) Spares Parts/Sub-Assemblies of CHP
Bidders qualifying in any one of the following criteria shall be considered as Proven Source:--

1. OEM:- Means Original Equipment Manufacturer of the equipment for which tendered items are
applicable to.
2. OES: Means authorized supplier of Original Equipment Manufacturer of the equipment for which
tendered items are applicable to. Only those firms who have the current authorization and/ or
technical collaboration of OEM for supply of their equipment and giving technical services would be
treated as OES.

The OES who may not have current authorization / collaboration of OEM, but have already developed
and indigenized fully or partly the spares for the equipments supplied by them may also be considered
to have OES status to such an extent of developed/indigenized spares.

N.B: In either case, the OES has to furnish the relevant documentary proof in support of their OES
status.
3. OPM:- Original Parts Manufacturers falling under the following categories:-
i) The original manufacturers of assemblies, sub – assemblies or components of the original
equipment.
ii) The original manufacturers of spare parts/items of assemblies, sub-assemblies or components of
the original equipment.
Against this tender, following manufacturers will have the status of OPM (Here, name of OPM/ OPMs
to be mentioned explicitly on the basis of name of OPM already identified by NCL)

M/s ………………………………

M/s ………………………………

However, other Manufacturers shall also qualify as OPM on fulfilling any one of the following
criteria:-
(I) On submission of the following documents by OPM:-

a) Self Certificate, duly notarized, of being manufacturer of the tendered Assemblies/


subassemblies/ Components.
- 12 -

b) Copies of Purchase Order (not trial orders) duly self attested in support of proof of having
supplied to OEM or notarized copy of Trade Agreement of the OEM with OPM for the tendered &
quoted items.

In case OPM is not in a position to submit Purchase Order copy of OEM or Trade Agreement with OEM due
to confidentiality law of a particular country, a copy of such law should be enclosed by the OPM for
claiming the status as OPM alongwith a certificate to the effect that they are OPM and have supplied /
have been supplying the items to OEM (indicating name of OEM)
However, in case of participations in the tender by firms, who have already been identified as OPM and
where name appears in the NIT, no further documentary evidence regarding they being the OPM is
required.

Provenness credibility of the OPM will also be assessed based on the following criteria:-

“Assemblies /Sub–assemblies/components and their spares offered by the OPM must have been supplied
in the past to CIL and its subsidiaries and performed satisfactorily for a period of not less than one year
from the date of fitment / commissioning”. For this, the bidder has to submit notarized copy of relevant
purchase orders and notarized copy of satisfactory performance, if any.

If the above mentioned declaration / information / documents submitted by the OPM are subsequently
found false or forged /tampered in any way ,the total responsibility shall lie with the OPM and subsidiary
companies shall reserve the full right to take suitable penal action as may be deemed fit including
banning of business, apart from forfeiture of EMD, Security Deposit etc.

In case the performance of two consecutive supplies made by the OPM is not found satisfactory, the said
OPM will not be considered for further issuance of enquiry and its name will be deleted from the list
accordingly.
OR
The manufacturer whose supplied assemblies / sub – assemblies / components to the OEM, have been
declared fitted on the equipment by the OEM, In such cases, documents mentioned under I(b) above are
not required for declaring them as OPM. The bidder has to submit notorized copy of such declaration of
OEM.
OR
The manufacturer whose supplied assemblies / sub-assemblies/ components were found fitted on the
equipment at the time of physical verification by the committee. In such cases, documents mentioned
under I (b) above are not required for declaring them as OPM.

(4) Proven Source – Means who have manufactured and supplied spare parts, assemblies, sub-assemblies
or components to the Subsidiary Companies in the past and found to be proven as per proven criteria
followed by Subsidiary Companies based on satisfactory performance in the field in respect of quality
and reliability.

Bidders under this category qualifying in any one of the following criteria shall be considered as Proven
Source:

(I) The Tenderers who have manufactured and supplied the Tendered Items in the past to NCL against HQ
and / or Area Purchase Orders and found to be proven by NCL based on satisfactory performance in the
field in respect of quality and reliability. The tenderer should submit notarized copy of Purchase Order(s)
received from HQ and / or Areas of NCL including latest one together with Performance Report issued by
NCL HQ, if any. Submission of latest order copy will be the responsibility of the tenderer. At any point of
time, if it is found that the tenderer has not submitted latest order copy of NCL Projects or HQ, it will be
treated as deliberate suppression of fact and their offer shall be rejected without any reference to
tenderer. Local Purchase orders will not be taken into consideration.

N.B: If a tenderer has supplied the Tendered Items in past in NCL as well as other Subsidiary of CIL, the
tenderer has to submit latest copy of Supply Order(s) of NCL as well as other Subsidiary of CIL but
Proven Status of the tenderer will be considered solely on the basis of Overall Satisfactory Performance
- 13 -

in NCL irrespective of the fact that the performance of the product supplied to other Subsidiary has
been declared satisfactory.
(II) The Tenderers who have manufactured and supplied the Tendered Items in Past in any other
Subsidiary of CIL against HQ and/or Area Purchase Orders and found to be proven by respective
Subsidiary of CIL based on satisfactory performance in the field in respect of quality and reliability. The
tenderer should submit notarized copy of Purchase Order(s) received from HQ and / or Areas of CIL
Subsidiaries including latest one together with Performance Report issued by the respective Subsidiary
HQ, if any. Local Purchase orders will not be taken into consideration.

N.B: Above clause will be applicable only in case the subject tendered item(s) has not been supplied
anywhere in NCL

(III) Tenderer currently holding valid Depot Agreement / Rate Contract for the supply of Tendered Items
with any Subsidiary of CIL. This should be supported by duly notarized copies of relevant Depot
Agreement / Rate Contract.
(IV) The Tenderer on whom Trial Order was placed by HQ of any Subsidiary of CIL for the Tendered
Items in past and have performed Satisfactorily as per the Terms of the Trial Order, as certified by Head
of the Technical department of HQ of the concerned Subsidiary. Such Tenderer has to submit notarized
copy of Trial Order, Proof of Supply and Satisfactory Performance Report issued by Subsidiary HQ.
(V) Tenderers who are short listed / approved by CIL for the Supply of Tendered Items and such list is
currently valid. This should be supported by notarized copies of relevant documents.

N.B: (i) The status of the authorized Agents/Dealers/Distributors shall also be considered Proven
provided the product under reference (tendered items) of their principal is considered proven under any
of the above Proven Criteria i.e. 1 to 4. However, for such cases, the tenderer has to submit Tender
Specific Authorization from their Principal. The Principal should stand Warranty / Guarantee of the
offered items supplied by their authorized Agents/Dealers/ Distributors.
(ii) Tenderers who are participating in the tender in the capacity of OPM / Proven Source should also
submit Self Certificate in the prescribed format as given below.

“The items covered in the Purchase Order(s) / Rate Contract(s) copies enclosed with our offer have
been fully executed and have performed satisfactorily as per the Provisions of respective Purchase
Order(s) / Rate Contract(s) and all complaints / claim(s) lodged by the purchaser, if any, have been
attended to and no complaints / claims(s) are pending”.

In case, any specific Purchase Order(s) has/have not been fully executed and any complaints / claims are
pending, then details of such cases to be categorically submitted with the reasons thereof.

The authenticity of the self-certificate as well as other documents submitted/uploaded by the bidder
will solely be their responsibility and appropriate action can be taken by NCL if it is found to be
misleading / false later on.
(iii) In case the performance of two consecutive supplies made by the proven source is not found
satisfactory, the said source will not be considered proven.
1. (G) Spares Parts/Sub-Assemblies of HEMM.
Bidders qualifying in any one of the following criteria shall be considered as Proven Source:--

4. OEM:- Means Original Equipment Manufacturer of the equipment for which tendered items are
applicable to.
5. OES: Means authorized supplier of Original Equipment Manufacturer of the equipment for which
tendered items are applicable to. Only those firms who have the current authorization and/ or
technical collaboration of OEM for supply of their equipment and giving technical services would be
treated as OES.

The OES who may not have current authorization / collaboration of OEM, but have already developed
and indigenized fully or partly the spares for the equipments supplied by them may also be considered
to have OES status to such an extent of developed/indigenized spares.
- 14 -

N.B: In either case, the OES has to furnish the relevant documentary proof in support of their OES
status.
6. OPM:- Original Parts Manufacturers falling under the following categories:-
ii) The original manufacturers of assemblies, sub – assemblies or components of the original
equipment.
ii) The original manufacturers of spare parts/items of assemblies, sub-assemblies or components of
the original equipment.
Against this tender, following manufacturers will have the status of OPM (Here, name of OPM/ OPMs
to be mentioned explicitly on the basis of name of OPM already identified by NCL)

M/s ………………………………

M/s ………………………………

However, other Manufacturers shall also qualify as OPM on fulfilling any one of the following
criteria:-
(II) On submission of the following documents by OPM:-

c) Self Certificate, duly notarized, of being manufacturer of the tendered Assemblies/


subassemblies/ Components.

d) Copies of Purchase Order (not trial orders) duly self attested in support of proof of having
supplied to OEM or notarized copy of Trade Agreement of the OEM with OPM for the tendered &
quoted items.

In case OPM is not in a position to submit Purchase Order copy of OEM or Trade Agreement with OEM due
to confidentiality law of a particular country, a copy of such law should be enclosed by the OPM for
claiming the status as OPM alongwith a certificate to the effect that they are OPM and have supplied /
have been supplying the items to OEM (indicating name of OEM)
However, in case of participations in the tender by firms, who have already been identified as OPM and
where name appears in the NIT, no further documentary evidence regarding they being the OPM is
required.

Provenness credibility of the OPM will also be assessed based on the following criteria:-

“Assemblies /Sub–assemblies/components and their spares offered by the OPM must have been supplied
in the past to CIL and its subsidiaries and performed satisfactorily for a period of not less than one year
from the date of fitment / commissioning”. For this, the bidder has to submit notarized copy of relevant
purchase orders and notarized copy of satisfactory performance, if any.

If the above mentioned declaration / information / documents submitted by the OPM are subsequently
found false or forged /tampered in any way ,the total responsibility shall lie with the OPM and subsidiary
companies shall reserve the full right to take suitable penal action as may be deemed fit including
banning of business, apart from forfeiture of EMD, Security Deposit etc.

In case the performance of two consecutive supplies made by the OPM is not found satisfactory, the said
OPM will not be considered for further issuance of enquiry and its name will be deleted from the list
accordingly.
OR
The manufacturer whose supplied assemblies / sub – assemblies / components to the OEM, have been
declared fitted on the equipment by the OEM, In such cases, documents mentioned under I(b) above are
not required for declaring them as OPM. The bidder has to submit notorized copy of such declaration of
OEM.
OR
The manufacturer whose supplied assemblies / sub-assemblies/ components were found fitted on the
equipment at the time of physical verification by the committee. In such cases, documents mentioned
under I (b) above are not required for declaring them as OPM.
- 15 -

(4) Proven Source – Means who have manufactured and supplied spare parts, assemblies, sub-assemblies
or components to the Subsidiary Companies in the past and found to be proven as per proven criteria
followed by Subsidiary Companies based on satisfactory performance in the field in respect of quality
and reliability.

Bidders under this category qualifying in any one of the following criteria shall be considered as Proven
Source:

(I) The Tenderers who have manufactured and supplied the Tendered Items in the past to NCL against HQ
and / or Area Purchase Orders and found to be proven by NCL based on satisfactory performance in the
field in respect of quality and reliability. The tenderer should submit notarized copy of Purchase Order(s)
received from HQ and / or Areas of NCL including latest one together with Performance Report issued by
NCL HQ, if any. Submission of latest order copy will be the responsibility of the tenderer. At any point of
time, if it is found that the tenderer has not submitted latest order copy of NCL Projects or HQ, it will be
treated as deliberate suppression of fact and their offer shall be rejected without any reference to
tenderer. Local Purchase orders will not be taken into consideration.

N.B: If a tenderer has supplied the Tendered Items in past in NCL as well as other Subsidiary of CIL, the
tenderer has to submit latest copy of Supply Order(s) of NCL as well as other Subsidiary of CIL but
Proven Status of the tenderer will be considered solely on the basis of Overall Satisfactory Performance
in NCL irrespective of the fact that the performance of the product supplied to other Subsidiary has
been declared satisfactory.
(II) The Tenderers who have manufactured and supplied the Tendered Items in Past in any other
Subsidiary of CIL against HQ and/or Area Purchase Orders and found to be proven by respective
Subsidiary of CIL based on satisfactory performance in the field in respect of quality and reliability. The
tenderer should submit notarized copy of Purchase Order(s) received from HQ and / or Areas of CIL
Subsidiaries including latest one together with Performance Report issued by the respective Subsidiary
HQ, if any. Local Purchase orders will not be taken into consideration.

N.B: Above clause will be applicable only in case the subject tendered item(s) has not been supplied
anywhere in NCL

(III) Tenderer currently holding valid Depot Agreement / Rate Contract for the supply of Tendered Items
with any Subsidiary of CIL. This should be supported by duly notarized copies of relevant Depot
Agreement / Rate Contract.
(IV) The Tenderer on whom Trial Order was placed by HQ of any Subsidiary of CIL for the Tendered
Items in past and have performed Satisfactorily as per the Terms of the Trial Order, as certified by Head
of the Technical department of HQ of the concerned Subsidiary. Such Tenderer has to submit notarized
copy of Trial Order, Proof of Supply and Satisfactory Performance Report issued by Subsidiary HQ.
(V) Tenderers who are short listed / approved by CIL for the Supply of Tendered Items and such list is
currently valid. This should be supported by notarized copies of relevant documents.

N.B: (i) The status of the authorized Agents/Dealers/Distributors shall also be considered Proven
provided the product under reference (tendered items) of their principal is considered proven under any
of the above Proven Criteria i.e. 1 to 4. However, for such cases, the tenderer has to submit Tender
Specific Authorization from their Principal. The Principal should stand Warranty / Guarantee of the
offered items supplied by their authorized Agents/Dealers/ Distributors.
(ii) Tenderers who are participating in the tender in the capacity of OPM / Proven Source should also
submit Self Certificate in the prescribed format as given below.

“The items covered in the Purchase Order(s) / Rate Contract(s) copies enclosed with our offer have
been fully executed and have performed satisfactorily as per the Provisions of respective Purchase
Order(s) / Rate Contract(s) and all complaints / claim(s) lodged by the purchaser, if any, have been
attended to and no complaints / claims(s) are pending”.

In case, any specific Purchase Order(s) has/have not been fully executed and any complaints / claims are
pending, then details of such cases to be categorically submitted with the reasons thereof.
- 16 -

The authenticity of the self-certificate as well as other documents submitted/uploaded by the bidder
will solely be their responsibility and appropriate action can be taken by NCL if it is found to be
misleading / false later on.
(iii) In case the performance of two consecutive supplies made by the proven source is not found
satisfactory, the said source will not be considered proven.
2.CONSIGNEE: The Depot Officer, Regional Stores, AMLORI, Northern Coalfields Limited, P.O.
AMLORI, Dist. Singrauli – 486 887 (MP).
3.DELIVERY: Delivery period as mentioned on tender notice which is from the date of issue of
supply order plus 07 days postal delay.
4. GUARANTEE/WARRANTY –
Tenderer shall give a warranty for satisfactory performance of supplied materials for a period of 12
months from the date of fitment/use or 18 months from the date of receipt & acceptance of
materials at consignee’s end whichever is earlier with fitment guarantee. Supplier shall be
responsible for any defect that may, under the condition provided for by the contract and under
proper use, arise due to faulty materials, design or workmanship and shall remedy such defect at
his own cost. If it becomes so necessary for the supplier to replace or to renew any defective part,
such replacement or renewal shall be made by the supplier 100% free of cost without any extra
cost to NCL. The new goods should be supplied on FOR destination basis free of cost. Foreign
supplier will bear all costs connected to replacement of spares from & up to ultimate Consignee in
case any replacement is required on receipt of spares and within Warranty period. Warranty
replacement should be completed within a reasonable period maximum within one month from the
date of claim for Indigenous goods and within three months from the date of claim for imported
goods free of cost up to ultimate Consignee’s end. All cases of warranty replacements will be
decided on the basis of joint inspection of the failed goods held between the user's representative
and the supplier's representative. Tenderers are also requested to certify that their products are
exact replacement of/fully interchangeable to the original parts and will fit and function on the
equipment for which these are intended for and conform to performance guarantee as per OEM
standards.
5. PERFORMANCE BANK GUARANTEE: Not applicable.
6. FITMENT CERTIFICATE:
Tenderers are required to certify that their products are exact replacement of /fully interchangeable
to the original parts and will fit and function on the equipment for which these are intended for
without any modification and conform to performance guarantee as per OEM standards.
7. TECHNICAL SUPPORT & SERVICE:
In addition to normal after sales service, the supplier will render technical support and services to
ensure fitment, proper usage, maintenance and satisfactory performance of the supplied spares.
Further, the supplier needs to ensure quarterly visit of their service personnel for smooth
functioning of the supplied items.
8. INSPECTION:
Materials under supply shall be of the best quality and workmanship and shall be in accordance
with the specification laid down in the supply order.
Final inspection will be carried out at the consignee’s end.
9. PAYMENT TERMS:
100% payment shall be released within 21 days of receipt and acceptance of materials at site by
the consignee or submission of bills complete in all respects, whichever is later. The payment shall
be made by “Electronic Fund Transfer” (EFT) or e-payment. You are therefore requested to
indicate EFT No. and other relevant details in your offer/ bill(s). All payments (in Indian Rupees)
will be made by concerned Paying Authority of NCL. The tenderer must give their Banker’s name,
Branch, address, Type of Account, Account No. and IFSC Code.

NO OTHER PAYMENT TERMS SHALL BE ACCEPTED.


- 17 -

TERMS & CONDITIONS:


PART-B
1. EARNEST MONEY DEPOSIT / SECURITY DEPOSIT:

A. EARNEST MONEY DEPOSIT (EMD):


The value of Earnest Money to be deposited by the tenderer is specified in the NIT. Specified amount of EMD
shall be submitted online through payment gateway provided at NIC Portal during online submission of bid.
In case of exemption of EMD, the scanned copy of documents in support of exemption will have to be uploaded
by the bidder during bid submission.
The EMD of unsuccessful bidders will be refunded immediately after bidder is declared unsuccessful. EMD shall
be forfeited, if any tenderer withdraws their offer before finalization of the Tender or fails to submit order
acceptance within 15 (fifteen) days from the date of order. For successful bidders, EMD shall be refunded after
deposition of Security Deposit.
B. EXEMPTION FROM SUBMISSION OF EMD
a) State / Central Govt. Organizations / PSU & valid DGS&D/NSIC registered firms (registered for the tendered
items) are exempted from submission of EMD. For this purpose, DGS&D/NSIC registered firms will have to
upload the scanned copy attested (Attested by Notary Public) photocopies of complete valid registration
certificate with DGS&D / NSIC for tendered items.(valid on the date of opening of tender). The list of items to
be attached.
b) Ancillary units of Northern Coalfields Limited are also exempted from submission of EMD only for the items for
which they have been accorded proven/provisional ancillary status by NCL.
c) OEM/OES/OPM or their authorized dealer / distributor or sole selling agents are also exempted from submission
of EMD.
d) The MSE firms are also exempted for submission of EMD. The registration Certificate of MSE duly notarized
shall be submitted along with the offer for availing exemption of EMD. (This is as per offer order no.
NCL/SGR/MMD/2017-18/242 dt. 25.04.2017 issued by GM (MM) Pur/HOD, NCL, Singrauli)
C. SECURITY DEPOSIT: The successful tenderer shall have to deposit Security Money for 10% (ten percent) of
the value of the awarded contract/order (Landed value) in the form of Bank Draft drawn in favour of Northern
Coalfields Ltd. Amlori Project payable at SBI, Amlori Branch (Code : 7938) Singrauli (MP) or at any
scheduled bank located at Amlori, Singrauli (MP), or in the form of Bank Guarantee of any Scheduled Bank /
Nationalized Bank in the prescribed format of NCL (Annexure I).
Two weeks time (15 days) shall be given from the date of the order to the successful tenderer to furnish the
Security Deposit. In case the firm fails to deposit the security money, the order shall be cancelled and the case
shall be processed to order elsewhere and the firm’s performance is to be kept recorded for future dealings with
them.
For successful Tenderer, Security Money shall be refunded within 30 (Thirty days) of satisfactory execution of
the Supply order/contract.
Security Money may be converted into Performance Bank Guarantee (PBG) wherever PBG is required in the
NIT. Wherever Security Money shall be treated as performance coverage of the supply order/contract, the
operation of Security Money BG/PBG shall be guided by the stipulated Performance Bank Guarantee clause of
the NIT.
In case, Security Deposit is submitted in the form of Bank Guarantee, the bidders may please note
the following:

i. The Bank Guarantees should be issued through Structured Financial Messaging System
(SFMS)
ii. Beneficiary bank / branch IFSC Code: ICICI0003529 should be mentioned.
iii. Beneficiary Bank / Branch Name & address should be mentioned as ICICI Bank Ltd.,
Singrauli Branch, Plot No. 86, Opp. Post Office, Ward No. 3, Morwa, Tehsil Singrauli,
Madhya Pradesh – 486889.
iv. If the BG is issued by ICICI Bank Branches, the following text should be incorporated in
BG:
“We shall be liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only if you serve upon us a written claim or demand on or before ……………..
- 18 -

at ICICI Bank Ltd., Plot No.86, Opp. Post-Office, Ward No. 3, Morwa, Tehsil Singrauli,
Madhya Pradesh-486889.”
D. EXEMPTION FROM SUBMISSION OF SECURITY DEPOSIT
1) State/Central Govt. Organizations / PSU & valid DGS&D registered firms (registered for the tendered items)
are exempted from submission of Security Deposit. For this purpose, DGS&D registered firms will have to
upload the scanned copy of the documents, attested (Attested by Notary Public) photocopies of complete
valid registration certificate with DGS&D for tendered items (valid on the date of online opening of tenderI).
The list of items to be attached.
2 Ancillary units of NCL are exempted from submission of EMD/Security Deposit only for the items for which
they have been accorded proven/provisional ancillary status by NCL.
3 Original Equipment Manufacturers, Original Equipment Suppliers, Original Manufacturers, Original Part
Manufacturers or their Authorized Dealers / Distributors and Sole Selling Agents are exempted from submission
of Security Deposit.
Note: However, NSIC/ MSE Registered firms shall not be exempted from submission of Security Deposit.

2. Bid Validity: Offer of the firm must remain valid for a period of 180 (One hundred Eighty) days or Six
Months from the date of opening of the PART-I (Techno-commercial Bid). Once the order is placed on the
tenderer within the validity period/extended validity period of the offer, the price(s) quoted in their offer shall
remain FIRM throughout the entire period of operation of the contract.
3. PRICES
i) Prices quoted must be FIRM till delivery and on F.O.R. Destination basis, with the break
up as per BOQ / Price Bid. Delivery is to be effected on door delivery basis. Safe arrival of
stores at destination shall be the responsibility of the supplier. The prices must be quoted in
the following manner:-
Prices quoted should be given in figures only (To be indicated in BOQ/Price Bid only).
1. The rate should be quoted by the bidders from India in Indian Rupee on FOR Destination
basis which may be any Regional / Central Stores of NCL. The offer should indicate rate
per unit, etc. in the Price Bid format BOQ1.
The bidder should indicate all the relevant cost elements applicable in their case in BOQ1
at the specified space.
For taxes / duties (% age) and amount both should be clearly indicated as applicable on the
date of offer. The prices quoted should be net of Input Tax Credit of bidder..
Safe arrival of materials up to destination shall be the responsibility of the supplier. Thus E-
Way bill, if any required will be arrange by Bidder.
. II) FOR INDIRECT IMPORT (where supplier is to arrange import & pay customs duty etc) :- Indian
Agents/Dealer/Distributors of overseas suppliers should also submit their offer in above Price Bid Format
Bid_INR in case they are submitting the offer in Indian Rupee on FOR Destination basis. In case of
imported items, offer may be submitted in the following manner :--

(a) Price quoted will be on FOR destination basis and the safe arrival of the consignment from the country
of origin dispatched to the ultimate destination will be suppliers’ responsibility.
(b) The tenderer shall give a confirmation along with their offer that a certificate from their Auditor certifying
that they have paid Custom Duty as per prevailing Custom Rates and refund if any shall be passed on to
NCL, shall be submitted along with supplies/bills.

(c) Import Documents:- The following import documents are required to be submitted with each supply for
acceptance of supplies to NCL:
(i) Self attested copy with original Principal’s Invoice / packing list.
(ii) Self attested copy of Bill of Lading / Airway Bill.
(iii) Self attested copy with original Bill of Entry.
(iv) As per contractual requirement (if any) warranty / guarantee certificate.
(v) Certificate of Origin
The supplier shall provide clear linkage of items as per order with documents furnished under clause (i), (ii)
and (iii) for acceptance by NCL.
- 19 -

The original documents under (i) and (iii) shall be returned after verification with attested photocopy and
making endorsements on original relating to transaction made.

Conditional discounts shall not be considered for comparison purpose. Cash discount or
prompt payment discount will also not be considered for comparison purpose. However, the
discount offered for NCL normal payment terms (without any condition or deviation) given in
this tender will not be considered as conditional discount.
4, EVALUATION OF TENDERS:
Evaluation of Tenders shall be done on total cost basis i.e. Total Landed Cost (inclusive of
taxes and duties, after availing Input Tax (CGST, SGST or IGST if any).

Total Landed Cost (PER UNIT OF ITEM) shall be calculated as detailed below:
For Indian Manufacturers/Sole Selling Indian Agent:
a) Net Ex-works (Basic Price) For Indian Manufacturers or Net Indian Port/Warehouse Price
(For Sole Selling Indian Agent).
b) Packing and Forwarding Charges
c) Freight charges - as indicated by the bidder
d) Insurance charges - as indicated by the bidder.
e) Any other taxes / duties as legally leviable and spelt out clearly by the bidder
f) Any other charges submitted by the bidder in the price bid.
g) CGST, SGST or IGST (as per prevailing GST ACT, 2017 and rule thereon) on the date of
offer
h) Total Landed Cost (total of price elements a tog above).
In case of NCL is eligible to avail the benefit of Input Tax credit of tendered items, the value of
CGST, SGST or IGST will be deducted/ reduced to the extent of setoff allowed to NCL (depending
upon the nature/category of item) for arriving at the landed price.

Thus Net Landed Price for deciding L1 shall be = [(Landed Price) Less (Input Tax Credit on
CGST/SGST/IGST)].

Bidders are required to provide documentary evidence for claiming concessional rate of Taxes &
Duties, if any. If the bidder fails to provide documentary evidence for claiming concessional
taxes/duties, for evaluation purpose, the maximum applicable rate of taxes & duties will be taken
into account by the Purchaser.
5,INPUT TAX CREDIT: NCL IS ENTITLED TO AVAIL INPUT TAX CREDIT ON ACCOUNT
OF CGST, SGST, IGST FOR INDIGENOUS PRODUCTS, IGST FOR IMPORTED
PRODUCTS. HENCE, SET OFF ALLOWED AGAINST CGST, SGST, IGST AS PER
RELEVANT TAX ACT SHALL BE CONSIDERED FOR DETERMINING TENDER STATUS
FOR WHICH BIDDERS SHALL AGREE TO SUBMIT FOLLOWING DOCUMENTS, AT THE
TIME OF SUPPLY, ALONG WITH THEIR BILLS FOR ENABLING NCL TO INPUT TAX
CREDIT.

i. Invoice issued by the supplier should contain following elements as per Section 31 of CGST
ACT, 2017 and CGST Rules, 2017 and should be strictly as per the format given in GST
Portal
• name, address and GSTIN of the supplier;
• a serial number of Invoice(should not be hand-written)
• date of its issue;
• name, address and GSTIN or UIN, if registered, of the recipient;
• name and address of the recipient and the address of delivery, along with the name of
State and its code;
• HSN code of goods or Accounting Code of services;
- 20 -

• Description total value of supply of goods or servicesand quantity of goods or services;


or both;
• taxable value of supply of goods or services or both taking into account discount or
abatement, if any;
• rate of tax as well as amount of tax; (central tax, State tax, integrated tax, Union territory tax
or cess)
• place of supply along with the name of State, in case of a supply in the course of inter-State
trade or commerce;
• address of delivery where the same is different from the place of supply;
• whether the tax is payable on reverse charge basis; and
• signature or digital signature of the supplier or his authorized representative.
ii. Vendors / service providers should show CGST, SGST or IGST element separately in their
offer and invoice should be raised as per CGST Rule, 2017.
iii. Bidder has to submit a declaration on invoice or as a separate Annexure that CGST, SGST
or IGST as mentioned in Invoice has been deposited / will be deposited within due date and
Prescribed return has been / will be uploaded on GST Portal as per the provision of GST
Act and rules thereon.
iv. GST Registration Number of NCL in case of supply for MP is 23AABCN4884H1ZE and in
case of supply of UP is 09AABCN4884H1Z4. Kindly note that the above mentioned IDs are
provisional ID and when GST authority issues final registration certificate, the same shall be
indicates. In case Supply Contract is concluded on you, your bills (cenvatable) should bear
this number to enable NCL to claim INPUT TAX CREDIT.
v. Amount of Statutory levies like CGST, SGST or IGST will be released when the same will
appear in GSTR-2A of NCL in the common portal of GST.
6. Anti-Profiteering Clause: As per the provision of Section 171 of CGST Act 2017 “Any reduction
in rate of tax on any supply of goods of services or the benefit of input tax credit shall be passed on to
the recipient by way of commensurate reduction in prices”.

Bidders are required to submit the certificate from practicing CA/CMA/CS that he has passed/will pass
the benefit, if any arise in his input tax credit due to implementation of GST.
7.TAXES & DUTIES:
Mandatory registration of bidder with statutory authorities like Income Tax, GST (if applicable), is
required, unless they are specifically exempt from registration under specific notification/circular/
section/rule issued by statutory authorities. The bidder claiming exemption in this respect shall
submit supporting documents as well as certificate from Practicing CA/CMA/CS that Bidder is
fulfilling all the conditions prescribed

For Example:

If bidder is exempted from Registration under CGST ACT, 2017 due to his aggregate turnover is
less than Rs. 20 lakh then bidder has to submit the copy of Notification along with Certificate from
Practicing CA/CMA/CS that “Aggregate turnover from all business is less than 20 Lakh, hence he is
exempted from Registration under GST Act, 2017.

Percentage / Specified amount of Taxes and duties should be clearly mentioned otherwise, NCL
reserves the right to reject such offers. Taxes and duties applicable on the date of Price-bid
opening will be considered for calculating landed price for comparison /status purpose against this
tender.
a. CGST and SGST: If bidder is having local office/warehouses in the state of supply and is having
valid GSTIN number in that state, then CGST and SGST if applicable will be payable extra as per
prevailing GST Act and Rules only in case of Intra state supply. Refund, credit, if any, obtained of
CGST and SGST shall be passed on to NCL which shall be certified by the Auditor of the supplier at
the time of supply.
- 21 -

b. IGST: If the location of bidder is other than the state of supply and not having any office/warehouses
in the state of supply then IGST if applicable will be payable extra as per prevailing GST Act and
Rules only in case of Interstate supply. Refund, credit, if any, obtained of IGST shall be passed on to
NCL which shall be certified by the Auditor of the supplier at the time of supply.
c. The legally applicable rate of TAX should be clearly mentioned in the commercial bid and the rate in
the price bid.
d. Delivery is to be effected on door delivery basis thus bidder will have to arrange the prescribe E-
Way bill at their end

8. SUBMISSION OF BILLS:

A. Following documents required to be submitted to the Consignee:


i) Consignment Note.
ii) Delivery Challan in original.
iii) One copy of the bill.
i) CGST/SGST/IGST duty paying documentary evidence, wherever mentioned
iv) Warranty/Guarantee Certificate/Inspection Report wherever required.
v) Manufacturers test certificate
vi) Lowest Price Certificate.
vii) Any other documents specified in the Supply order.
B. Following documents should be submitted to the Paying Authority:
i)100% bill in triplicate duly stamped and pre-receipted.
ii) CGST/SGST/IGST Duty paying documentary evidence, wherever mentioned
iii) Copy of the consignment Note
iv) Warranty/Guarantee Certificate/Copy of the Inspection Note wherever required.
v) Lowest Price Certificate.
Any other documents specified in the Supply order.
9. LIQUIDATED DAMAGES:
In the event of failure to deliver or dispatch the stores within the stipulated date/period in accordance with
the samples and / or specifications mentioned in the supply order and in the event of breach of any of the
terms and conditions mentioned in the supply order, NCL should have the right:-
a) To recover from the successful tenderer as agreed liquidated damages, a sum of 0.5 % (half percent) of
the price of any stores which the successful tenderer has not been able to supply as aforesaid for each
week or part of a week during which the delivery of such stores may be in arrears limited to 10% (Ten
percent). Wherever felt necessary, the limit of 10% can be increased to 15% at the discretion of Head of
the Materials management Division of NCL.
b) or to purchase elsewhere, after due notice to the successful tenderer on the account and at the risk of
the defaulting supplier the stores not supplied or others of similar description without canceling the supply
order in respect of the consignment not yet due for supply or,
c) To cancel the supply order or a portion thereof and if so desired to purchase the stores at the risk and
cost of the defaulting supplier and also,
d) To extend the period of delivery with or without penalty as may be considered fit and proper, the
penalty, if imposed shall not be more than the agreed liquidated damages referred to in clause (a) above.
e) To forfeit the security deposit fully or partly.
f) Whenever, under this contract, a sum of money is recoverable from and payable by the supplier, NCL
shall be entitled to recover such sum by appropriating in part or in whole by deducting any sum or which at
any time thereafter may become due to the successful tenderer in this or any contract should this sum be
not sufficient to cover the full amount recoverable, the successful tenderer shall pay NCL on demand the
remaining balance. The supplier shall not be entitled to any gain on any such purchase.
10. RISK PURCHASE:
In the event of failure of the supplier to deliver or dispatch the stores within the stipulated date / period of
the supply order, or in the event of breach of any of the terms and conditions mentioned in the supply order,
Coal India Ltd., or its subsidiary Companies have the right to purchase the stores from elsewhere after due
notice to the defaulting supplier at the risk and cost of the defaulting supplier. It is clearly mentioned that in
the event of failure of the supplier as detailed above, the cost as per risk purchase exercise may be
- 22 -

recovered from the bills against any other supplies pending in the same Subsidiary Co. and also in any
other Subsidiary Companies / Coal India Limited.
11. FORCE MAJEURE:
If the execution of the contract/supply order is delayed beyond the period stipulated in the contract/supply
order as a result of outbreak of hostilities, declaration of an embargo or blockage or fire, flood, acts of
nature or any other contingency beyond the supplier’s control due to act of God, then the NCL may allow
such additional time by extending the delivery period as he considers to be justified by the circumstances of
the case and its decision in this regard shall be final. If and when additional time is granted by the
purchaser, the contract/supply order shall be read and understood as if it had contained from its inception
the delivery date as extended. Power failure will not be considered as a force majeure conditions.
(a) The successful bidder will advise, in the event of his having to resort to this clause, by a registered
letter, duly certified by the local chamber of commerce, or statutory authorities, the beginning and end of
the causes of the delay, within 15 days of the occurrence and cession of such force majeure conditions. In
the event of delay last out of force majeure, NCL will reserve the right to cancel the contract, and provisions
governing termination of contract as stated in the bid documents will apply.
(b) For delay arising out of Force majeure, the bidder will not claim any extension in completion date for a
period exceeding the period of delay attributable to the causes of force majeure and neither NCL nor the
bidder shall be liable to pay extra cost provided it is mutually established that the force majeure conditions
did actually exist.
12. PRICE FALL CLAUSE:
The Bidder undertakes that it has not supplied / is not supplying similar product/systems or subsystems at a
price lower than that offered in the present Bid in respect of any other Ministry / Department of the
Government of India or PSU and if it is found at any stage that similar product / Systems or Subsystems
was supplied by the Bidder to any other Ministry / Department of the Government of India or a PSU at a
lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case
and the difference in the cost would be refunded by the Bidder to the Buyer, if the contract has already
been concluded.
13. BANNED OR DELISTED SUPPLIERS:-
The bidder(s) would give a declaration that they have not been suspended, banned or de-listed by any
Government or Quasi-Government agencies or PSU’s. If a bidder has been suspended banned by
Government or Quasi-Government agencies, PSU’s, this fact must be clearly stated and it may not
necessarily be a cause for disqualification. If this declaration is not given, the bid will be rejected as non-
responsive. Annexure G.
14. MSM Enterprise:
As per provision of Micro, Small and Medium Enterprises Development Act, 2006, the vendors should
confirm their Registration Number along with the name of their Registering Authority. They should also
attach a duly self-certified notarized copy (certified by the Chief Executive of the Enterprise) of the valid
registration certificate with each invoice against each dispatch of all purchase orders.
“20% of the tendered quantity shall be reserved for procurement from participating Micro & Small Industries
subject to their quoting price within the band of L-1 +15% and bringing down their price to L-1 price in a
situation L-1 price is from someone other than a Micro and Small Enterprises. In case of more than one
such Micro and Small Enterprise, the supply shall be shared proportionately (tendered quantity).

Out of 20% of this quantity, 4% shall be procured from Micro and Small Enterprises owned by SC/ST
entrepreneurs provided they meet the tender requirement and L-1 price. In event of failure of such Micro
and Small Enterprises to participate in tender process or meet tender requirement and L-1 price this 4%
requirement earmarked for Micro and Small Enterprises owned by SC/ST shall be met from other Micro
and Small Enterprises.

The firm has to submit a notarized copy of Entrepreneurs memorandum certificate i.e. EM-Part-2 issued by
District Industries Centre to claim their status as “MICRO” & “SMALL” Entrepreneurs. “SC” & “ST”
Entrepreneurs has to submit necessary cast certificate issued by State Authorities.

In case, offer submitted by MSME firms should be quoted directly to avail facility provided to MSME firms.
In case of diverting by MSME to their dealer/ sole sealing agent/ distributor the facility of MSME will not be
provided.
- 23 -

15. LOWEST PRICE CERTIFICATE:


That, the price quoted by you against this tender is the lowest and is the same as applicable to other
Government Departments/ Undertakings/ Other Organizations.
They should also certify that the quoted rates are not higher than rates quoted / prices charged by them for
same items to other Customers. – (Annexure-D)
16. QUALITY CERTIFICATE:
The tenderer will certify that, there has not been any complaint against the quality of their products supplied
to Government Departments or Public Sector Undertakings/Other organizations. Annexure E.
17. GUIDELINES FOR ANCILLARY UNITS OF NCL:
a. The Ancillary units should indicate their assessed capacity along with the total pending order available
with them on the date of tender opening. The difference between the two will be taken as their
available balance capacity for the tender and distribution of order quantity will be decided based on the
same.
b. Grant of Ancillary status will not automatically declare the firm as a proven bidder. The ancillary unit
has to fulfill the eligibility and provenness criteria specified in the tender.
c. If the L1 tenderer is an ancillary unit and there is only one ancillary unit participating in the tender, the
entire order shall be booked on them, subject to their capacity. If they are not having sufficient capacity,
the balance quantity shall be ordered on L2 bidder subject to their matching L1 price.
d. If more than one ancillary unit has participated in the tender and one of them quotes the L1 price, 60%
of the tender quantity or up to their capacity (whichever is lower) will be ordered on L1 party.
Balance quantity will be offered to L2 amongst the ancillary bidder at L1 price. If the capacity of the L2
party amongst the ancillary bidder falls short of the balance quantity, then leftover quantity will be
offered to L3 and so on amongst the ancillaries at L1 rate.
Only if the total capacity of all the ancillary units taken together falls short of the requirement will be
non-ancillary bidders be considered for placement of order. In such case, the balance quantity shall be
ordered on the lowest non-ancillary bidder subject to their matching L1 price.
e) If a non-ancillary unit quotes the L1 price and there is one or more ancillary units participating in the
tender, 60% of the tender quantity shall be booked on the L1 bidder, balance 40% or up to their
capacity (whichever is lower) shall be ordered on ancillary bidder who has quoted the lowest price
among the ancillaries subject to their matching L1 rates. Leftover quantity, if any, shall be distributed as
per serial no. (d) above.
18. IDENTIFICATION MARK:-
(a) The manufacturer’s distinctive identification mark / symbol as also Serial No. size, type, product
designation etc. if any, must be clearly embossed / engraved / punched on each and every item, as far as
practicable and wherever possible, at a visible place which is not subjected to normal wear and tear. Apart
from this a tag may be attached to each part / item giving identification mark, part no., description, year and
month of manufacture etc.
(b) The Spares supplied to NCL should bear NCL identification mark. The word “NCL” must be embossed/
engraved/ punched. However, for high precision items where embossing / engraving /punching is not
possible shall be packed separately & packing cover / box / case shall be tagged with the Identical Mark or
Identification Mark be put by Metal Marker. OEM/OES of Equipment, OM of any tendered items or their
authorized distributors are exempted from putting “NCL” Identification Mark.

19. DEVIATION:
Normally no deviation is acceptable to our Tender Documents. Terms and conditions which are in deviation
are liable for rejection. No document presented by the bidder after due date and time of submission of the
bid, shall be taken in to consideration unless specifically asked by NCL. If a bidder offers a rebate
unilaterally after due date and time of submission of bid , it will not be considered for evaluation purpose
but the rebate offered shall be availed while awarding the contract , if the bidder emerges as lowest
evaluated bidder. (Annexure-F)
20. WITHDRAWAL, SUBMISSION AND MODIFICATION OF TENDER:
NCL expects Tenderers to read and understand all the provisions of the Tender documents carefully prior
to submission of their Tender and accordingly tender once submitted shall be judged on the basis of their
contents and as per provisions of the tender documents and shall not be allowed to be withdrawn, modified
or amended within the validity period of the tender.
21. PACKING: Packing of all the materials shall conform to the requirements of the carriers
- 24 -

22. Supply order if placed will also be governed by the “General Terms and Conditions of supply of stores”
enclosed herewith at Annex.-GTC, unless stated otherwise in this bid document or in the supply
order.
23. ALL PROVISIONS OF COAL INDIA PURCHASE MANUAL - 2004 SHALL BE APPLICABLE TO THIS
TENDER.
24 . DISPUTES ARE SUBJECT TO THE JURISDICTION OF “SINGRAULI COURT” ONLY

25 . SOCIAL ACCOUNTABILITY CLAUSE- As per Annexure-H.

26. ANTI CARTELIZATION: Associated companies of the bidders would be ineligible to participate
in the same tender. An affidavit (on a requisite amount of Stamp Paper) to this effect shall be
submitted by the bidder as mentioned below.

“We hereby certify and confirm that no cartelization has been formed in the current
tender. It is also certified that no associated companies / sister concerns /
partnership firms/ subsidiaries or any other firm related to our firm has participated in
this tender”
27. Special Conditions:
i) To follow the guidelines issued or to be issued by Govt. of India from time to time for giving
purchase preference for production and services to PSUs and / or
ii) Not withstanding anything said above Northern Coalfields reserve the right to follow any
guideline or instructions received from the government or any statutory body from time to time.
iii) NCL reserves the right to increase the quantities against any or all the items of the tender by not
more than 20% (Twenty Percent) before opening of Price Bid.
28. Other Commercial Information Sheet: Other Commercial Information Sheet in Excel File (named as
COMMERCIAL.xls) is to be downloaded from bidding portal and uploaded after fulfilling the required
details. This Excel File shall contain a single sheet and bidders must fill the relevant information in the said
sheet before uploading the same (to be submitted in Cover-I)
Note: The applicable certificates which are to be submitted / uploaded after signature are enclosed as
Annexures in the NIT. These documents need to be downloaded from Annexures as enclosed in NIT.

While submitted the Bid on e-Procurement portal, relevant point of GTE template is to be filled up in the
form of YES/NO as confirmation of acceptance for commercial evaluation.

PLEASE GO THROUGH THE TENDER DOCUMENT CAREFULLY AND UPLOAD YOUR OFFER
ACCORDINGLY COMPLETE IN ALL RESPECTS WITH SUPPORTING DOCUMENTS WHEREEVER
ASKED FOR.
Yours faithfully,
For & On Behalf of Northern Coalfields Limited, AMLORI PROJECT.

(Prabodh Rai) (I.P.Singh)


Sr.Manager(MM) Staff Officer (MM)
AMLORI PROJECT Amlori Project
- 25 -

Encl.
1. Annexure – B: Technical Specifications of the tendered items intended to be
procured are detailed in Annexure-B under the heading “TECHNICAL SPECIFICATION”.
(Technical Parameter Sheet in EXCEL File is to be downloaded from bidding portal and uploaded
after fulfilling the required details/ accepting the parameters.)

2. Certificates/ documents are to be downloaded and printed (Letter of BID to be


printed on the letter Head of the firm), signed with seal of Company and to be
uploaded online as .pdf document along with other documents as per requirement of
NIT in the specified folders. Wherever specified in the NIT scanned copy of original
notarized document is to be uploaded. Bidders are suggested to scan the documents
in 100 DPI for maintaining clarity & easy upload. The space / File names where
respective files are to be uploaded is specified below:

To be submitted in “LETTER
1 Annexure -A Letter of Bid OF BID” in Cover I as a .pdf
file.
2 Annexure-B Technical Specification & Item Schedule
3 Annexure-C Self-Certificate for Proven-ness
4 Annexure-D Lowest Price Certificate
5 Annexure-E Quality Certificate
6 Annexure-F No-Deviation Certificate
7 Annexure-G Non Banning-Delisting Certificate To be submitted in
8 Annexure-H Social Accountability Certificate “CERTIFICATES” attached in
9 Annexure-I Fitment Certificate single PDF file in Cover I
10 Annexure-J General Terms & Conditions of Supply of Stores
11 Annexure-K Mandate form
12 Annexure-L Vendor registration Format (If necessary)
13 Annexure-M Format for Bank Guarantee for Security Deposit
As per clause Anti Cartelization Affidavit
25 of NIT
As per Clause Anti Profiteering Certificate
Annexure-N Other Commercial Information (OCI) To be downloaded, filled &
14 uploaded in “OCI.xls” file in
Cover I
Commercial Commercial Parameter Sheet (contained in TPS To be downloaded, filled &
Parameter as Sheet 2) upload the same file without
15 Sheet changing the file name given
by the system in “Item wise
details” .
Documents related with Eligibility Criteria Clause 1 (Part-A of To be Submitted in Single pdf
16 Terms & Conditions) file in ELIGIBILITY
DOCUMENTS in Cover I
Documents as given in Technical Specification (Annexure-B) To be Submitted in Single pdf
17 file in TECHNICAL
DOCUMENTS in Cover I
18 EM Part II Certificate in support of MSME, if applicable
19 Any other document/certificate as per requirement of NIT.

PLEASE GO THROUGH THE TENDER DOCUMENT CAREFULLY AND UPLOAD YOUR OFFER
ACCORDINGLY COMPLETE IN ALL RESPECTS WITH SUPPORTING DOCUMENTS
WHEREEVER ASKED FOR.
- 26 -

ANNEXURE-A

Letter of Bid (LOB)

LETTER HEAD OF BIDDER

To,
The Sr. Manager (MM/P),
Area Purchase Cell, Amlori Project.
NCL, Amlori Project,
PO : Amlori,Dist. Singrauli, MP -486887.

Tender ID : 2017_NCL_84276_1
Dear Sirs,

1. Having examined the Bid Documents including Addenda/Corrigenda, if any, I / We, the
undersigned, offer to supply and deliver the material as per our offer submitted in conformity with
the said Bid Documents.
2. We confirm to accept all terms and conditions contained in the tender document unconditionally.
3. We confirm that until a formal contract is prepared and executed, this bid together with your
written acceptance thereof and your notification of award, shall constitute a binding Contract
between us.
4. We understand that you are not bound to accept the lowest or any bid you may receive.
5. We confirm that the contents of the offer are given after fully understanding and all information
furnished by us are correct and true and complete in every respect.
6. We confirm that all information/ documents / credentials submitted alongwith the tender are
genuine, authentic, true and valid.
7. We confirm that if any information or document submitted is found to be false / incorrect, the said
offer shall be considered absolutely null & void and action as deemed fit may be taken against us
including termination of the contract, forfeiture of all dues including EMD / Security Deposit and
Banning of our firm and all partners of the firm as per provisions of law.

Yours faithfully,
(Signature of the Bidder)

Name:
Designation:
Date:

Note:
1. This letter should be on the letterhead of the Bidder and should be signed by the bidder .
2. In case the bidder who has signed the LOB is the DSC holder, no additional documents are required.
3. In case the bidder who has signed LOB is not the DSC holder, then the authorization on non - judicial
stamp paper duly notarized as per format mentioned on next page by the person signing the LOB i.e. the
bidder, in favour of person bidding online i.e. DSC holder, is required to be uploaded along with this Letter
of Bid.
- 27 -

Format for Authorisation to DSC holder bidding online on behalf of bidder.

NON JUDICIAL STAMP PAPER OF Rs 10/-

I/We do hereby authorise M/s/Mr/………………………………… Address


………………………………….. for online bidding on behalf of me/us for the e-tenders invited by
Northern Coalfields Limited, Singrauli on www.coalindiatenders.gov.in.

Signature/Seal of the DSC Signature & Seal of the


Holder Authorised for online bidder Authorising the
bidding on behalf of the DSC Holder for online
bidder. bidding.

Signature & Seal of the


NOTARY
- 28 -

ANNEXURE – B
Details Technical specification & Requirement:-

Details Technical Specification:-As per Technical Parameter Sheet.

Schedule of Requirement: As Per BOQ/ Price Bid.

Documents to be uploaded by the bidder

1. TECH DOCUMENT
Following documents (authenticated and scanned) are to be uploaded in folder “TECH
DOCUMENT” as single .pdf file in Cover – I. For ease in searching and identifying, a scanned
indexed content indicating documents as detailed below is to be submitted in same folder. In
case any document contains more than one information out of the below listed items, then
the same is to be mentioned very clearly.

1 Warranty / Guarantee Certificate as per NIT Clause.


.
2 Fitment Guarantee Certificate as per NIT Clause.
.
3 Technical Support & Service Certificate as per NIT
. Clause.
4 Acceptance of Delivery Clause as per NIT.
.
5 Make/ Brand /Model name, Detailed specification of
the offered items, technical leaflets, if any along with
the name address of the manufacturer to be indicated
in the Technical Document Sheet.
6 HSN Code for each of the tendered items must be
mentioned in the technical document sheet.

2. PROVEN NESS DOCUMENT


Note:
(a) Tendered items will be procured from the sources as per eligibility & provency criteria
given at Terms & Conditions Part – A Clause 1(a) and (b) of NIT.

(b) Technical Parameter Sheet – To be down loaded from e-Procurement portal and to be
submitted as part of Bid.

(c) The status of Overall Compliance or Non-Compliance of the eligibility under Technical
Specification, on the basis of information submitted by the bidder for individual items, shall be
shown in the Technical Parameter Sheet of TPS.XLS file down loaded from e-Procurement
portal.

(d) Offer submitted with irrelevant, abnormal, unusual, inconsistent value(s), against any
clause of TPS may reflect the bidder as ‘COMPLIED’ by the system but the same may be
rejected if necessary after due evaluation of the information provided.
- 29 -

ANNEXURE – C

Self Certificate for Proven-ness Source

“The items covered in the Purchase Order(s) / Rate Contract(s) copies enclosed with our offer
have been fully executed and have performed satisfactorily as per the Provisions of respective
Purchase Order(s) / Rate Contract(s) and all complaints / claim(s) lodged by the purchaser, if
any, have been attended to and no complaints / claims(s) are pending”

Date Signature of Tenderer

Seal of the Firm

ANNEXURE – D

LOWEST PRICE CERTIFICATE

I/We do hereby certify that prices quoted by us against this tender is the lowest and is the same
as applicable to other Government Departments/ Undertakings/ Other Organisations.

We also certify that the quoted rates are not higher than rates quoted / prices charged by us for
same items to other Customers.

Date Signature of the Tenderer


Seal of the Firm

ANNEXURE – E

QUALITY CERTIFICATE

I/We certify that there has not been any complaint against the quality of our products supplied to
Government Departments or Public Sector Undertakings/Other organizations.

Date Signature of the Tenderer

Seal of the Firm


- 30 -

ANNEXURE – F

No Deviation Certificate

“We declare that there is no deviation from the NIT terms and conditions in the offer submitted
by us.”

Date Signature of the Tenderer

Seal of the Firm

ANNEXURE – G

NON-BANNING OR DELISTING CERTIFICATE:

Our firm has not been suspended banned or de-listed by any Government or Quasi-Government
agencies or PSU’s.

Date Signature of Tenderer

Seal of the Firm


- 31 -

ANNEXURE – H
“Measures / Parameters towards Social Accountability”

We, M/s____________________________(name of the firm) hereby certify that the following


parameters pertaining to aspects of Social Accountability are being observed by our firm.
1 Child Labor & Young Workers.
A No Child Labor has been engaged
B No Young Worker has been engaged which was avoidable
C If engaged, there is no violation of NCL’s Young Workers policy
D No work-activity of own operations is hazardous / unsafe to the health & development
of children & Young persons.
2 Forced Labor
A No unwilling person has been engaged through any force.
B No deposits or personal documents have been kept in lieu of employment
C No wage, benefit, or personal documents have been withheld to force an employee to
continue his/her employment
D Right of employees has not been restricted to leave workplace after duty hours, and
to leave employment with due notice.
3 Safe and healthy work environment.
A Workplaces under own control are safe and healthy as per applicable norms
B Required health & safety instructions are regularly given to employees
C Suitable systems are in place to detect, avoid or respond to potential threats to health
& safety in work places under own control.
D Written records of all occurred accidents in places under own control are maintained
E Contractually required PPE are provided to employees.
F Contractually required first-aid and follow up medical treatment provided to injured
employees.
G Female workers are not exposed to risk their childbearing capabilities?
H Clean toilets, potable water, and hygienic food storage facility are available for
employees
I Dormitory or equivalent facility, if provided, are clean, safe and meet basic needs of
occupants
J Right of employees is not restricted to leave work place without seeking permission
from any other if they see imminent serious danger
4 Freedom of union / association activities
A Right of employees to form union / association as per law is honoured, and no one is
discriminated or penalized for this
B Employees / workers are free to elect their representative as per law
C Right of elected workers’ representatives is not restricted for free access to their
members as per law, and they are not subjected to discrimination, harassment or
retaliation for this.
5 Social and personal equality of employees
a No one is discriminated for employment, remuneration, and service facilities – based
on his/her ethnics/social origin, cast, birth, religion, disability, gender, sexual
orientation, family responsibilities, marital status, union/association membership,
political opinion, age, etc – if otherwise fit and/or suitable.
B No employees is interfered to observe his/her tenets/practices, or obligations of
his/her ethnic/social origin, religion, disability, gender, sexual orientation, family
responsibilities, union/association membership, political opinion etc.
C Employees are not allowed of any behaviour (including gestures, language and
physical contact)that is threatening, abusive, exploitive, or sexually coercive – at work
place and provided residential facility like dormitory etc.
- 32 -

d Employees are not subjected to pregnancy test or virginity test

6 Dignity of employees
A All employees are treated with due dignity and respect
B No employee is subjected to corporal punishment, mental or physical coercion, verbal
abuse, or harsh or inhuman treatment.
7 Reasonable working hours
A Declared working hours of employees (including weekly offs and holidays) are in
compliance with the applicable rules.
B All overtime work is either voluntary by the concerned employee, or through an
agreement with workers’ union / association / representative

8. Proper Remuneration
A All employees are paid their legal wages / pays as per payment protocol set by NCL
B Wage/pay of any employee is not deducted for disciplinary purpose, unless permitted
by law and agreed by employee unions/association
C All earnings and deductions of employees are clearly detailed under salary/wage
sheets, and payments are made to employees as per scheduled arrangement;
D All overtime work is paid at a premium rate as per the applicable law
E All applicable labor and social security obligations (e.g. PF) are fulfilled for all
employees
F Applicable obligations for labor and social security are not circumvented in any
manner

Date Signature of the Tenderer

Seal of the Firm

ANNEXURE – I

FITMENT CERTIFICATE

We certify that offered products (either with tendered Part Number or Superseded Part Number)
are Exact Replacement / fully interchangeable to the original parts and will fit and function on the
equipment for which these are intended for on one – to – one basis against replacement of the
respective items without any modifications to the existing system of equipment.

Date Signature of Tenderer

Seal of the Firm


- 33 -

ANNEXURE - J

GENERAL TERMS AND CONDITIONS OF SUPPLY OF STORES

1. Definition:
In the interpretation of the Contract and the general and special conditions governing it unless the
context otherwise requires:
i. “CONTRACT” means the invitation of tender, instructions to tenderers, acceptance of tender,
particulars and the general and special conditions specified in the acceptance of tender and includes
a repeat order which has been accepted and acted upon by the supplier.
ii. The term “SUPPLIER” shall mean the person, firm or company with whom the contract is placed and
shall be deemed to include the supplier in successors (approved by the Purchaser) representatives,
heirs, executors, administrators and permitted assignee as the case may be.
iii. “CONTRACT PRICE’ shall mean the sum accepted or the sum calculated in accordance with the
price and / or terms accepted by or on behalf of the purchaser.
iv. The Chairman – cum Managing Director means Chairman – cum Managing Director of Northern
Coalfields Limited, Singrauli.
v. The term DRAWING shall mean the drawings, the plans specified in or annexed to the schedule of
specification.
vi. The term “PURCHASE EXECUTIVE” shall mean the purchaser or purchaser named in the schedule
to the tender, his or their successors or assignees.
vii. The term "INSPECTOR" shall mean any person nominated by or on behalf of the purchaser to inspect
supplies, Stores or works under the contract or his duly authorized agent.
viii. The term "PROGRESS OFFICER" shall mean any person nominated by or on behalf of the purchaser
to visit supplier’s works to ascertain the position of deliveries of stores purchased.
ix. The term "MATERIALS" shall mean anything used in the manufacture or fabrication of the stores.
x. The term "PARTICULARS" shall mean the following:
a. Specification
b. Drawing
c. Sealed pattern denoting a pattern sealed and signed by the inspector
d. Certified or sealed sample denoting a copy of the sealed pattern or sample sealed by the
purchaser for guidance of the Inspector.
e. Trade pattern denoting a standard of the ISI or other standardizing authority of Northern
Coalfields Limited and / or a general standard of the Industry and obtainable in the open market.
f. Proprietary make denoting the product of an individual manufacturer
g. Any other details governing the construction, manufacturer and or supply as existing in the
contract.
xi. "STORES" means the goods specified in the supply order or schedule, which the contractor has
agreed to supply under contract.
xii. The term "TEST" shall mean such test or tests as are prescribed by the specification or considered
necessary by the Inspector or any agency acting under direction of the Inspector.
xiii. The term "SITE" shall mean the place or places named in the "SUPPLY ORDER" or such other place
or places at which any work has to be carried out as may be approved by the purchaser.
xiv. Works denoting the persons shall include any company or association or body of individuals whether
incorporated or not.
xv. "WRITING" shall include any manuscript, typewritten or printed statement under or over signature or
seal as the case may be.
xvi. "UNIT & QUALITY" means the unit and quantity specified in the schedule.
xvii. "SUPPLY ORDER" or "PURCHASE ORDER" means an order for supply of stores and includes an
order for performance.
2. The delivery of stores shall be deemed to take place on delivery of the stores in accordance with the
terms of the contract after approval of stores by the Inspector to:
i. The consignee at his premises or
ii. Where so provided the interim consignee at his premises or
iii. A carrier or other persons named in the contract an interim consignee for the purpose of
transmission to the consignee.
iv. The consignee at the destination station in case of contracts stipulated for delivery stores at
destination station.
- 34 -

3. Words in the singular include the plural and vice-versa.


4. Words denoting the masculine gender shall be taken to include the famine gender and work persons,
shall include any company or association or body of individuals, whether incorporated or not.
5. Terms and expressions not herein defined shall have the meanings assigned to them in the India Sale
of Goods Act 1930 or the Indian Contract, 1872 or the General Clauses Act 1897 and as amended in
respect of all the Acts as the case may be.
6 (a) Parties:-
The Parties to the contract are the supplier and the purchaser named in the schedule or any other
specifically mentioned in the contract.
(b) Address to which communications are to be sent- For all purposes of the contract, including arbitration
hereunder, the address of the supplier mentioned in the tender shall be the address to which all
communications addressed to the supplier shall be sent, unless the supplier has notified a change by a
change by a separate letter containing no other communication and sent by registered post
acknowledgment due to the head of the office placing the supply order. The supplier shall be solely
responsible for the consequence of an omission to notify a change of address in the manner aforesaid.
Any communication or notice on behalf of the purchaser in relation to the contract may be issued to the
supplier by Purchase Executive and all such communications and notices may be served on the supplier
either by registered post or under certificate of posting or by ordinary post or by hand delivery at the option
of such executive.
7. (i). The price quoted shall be either FOR place or Railway station of dispatch, FOR destination. Delivery
free to the consignee, FOB or CIF as specified in the invitation to the tender. All offers from countries other
than Purchaser’s country shall quote on FOB and CIF basis.
(ii). In all cases the prices quoted must be net per unit shown in the enquiry and must include all packing
and delivery where applicable. Refunds on account of returnable packages (if any) are to be separately
specified. The price should show separately the Foreign Exchange element and the Rupee element for
stores to be imported. Sales Tax shall be shown separately and whether it is State Sales Tax or Central
Sales Tax. If no mention is made about Sales Tax, it will be assumed to be included in the price quoted.
The prices should be included of Excise, or excise duty should be separately mentioned. In case where
price is quoted inclusive of excise duty, the rate of quantum of the same should be separately indicated. In
case of contracts providing for free delivery to the consignee, octroi charges shall be included where
leviable.
(iii). The price must be stated separately for each item on unit basis.
(iv). When quotations are made for units other than those specified in the enquiry, the relationships should
be stated.
(v). The prices quoted must be firm and the offers made must remain open for at least four months from the
date of submitting quotations unless otherwise specified.
(vi). Tender must invariably be submitted along with illustrated literature giving complete and detailed
specifications, particulars etc. of the main unit and of the standard accessories to be supplied with the
stores.
(vii). Tenderer must clearly specify their recommended spare parts that will be supplied along with the main
unit and item wise prices of the spares parts, also what are fast moving, medium moving, slow moving and
insurance spares and the period up to which they are likely to last.
(viii). Printed terms and conditions of the tendering firms shall not be considered as forming part of their
tender. In case the terms and conditions of contract applicable to this invitation to tender are not acceptable
to the tendering firms, they should clearly specify deviations there from in their tender.
(ix). Typed quotations should be submitted. Those containing erasures and over-writings are liable to be
rejected. Any corrections made in the tenders must be initialed by the tenderers, failing which their tenders
will not be considered.
(x). Insurance arrangement will be made as per instructions being issued from time to time by the Materials
Management Division of Coal India Limited and / or its subsidiary companies.
8. (i) Samples of each item, if considered necessary, should be submitted simultaneously by the contractor
for inspection by Inspector / Inspectors unless the articles under tender are of considerable bulk in which
case separate arrangement will be made for inspection of the articles offered while considering the
quotation.
(ii). All samples required for inspection or test shall be supplied by the successful tenderer free of cost.
(iii). All samples must be clearly labeled with the tenderer’s name, this offer enquiry number and the last
date of opening of tender.
9. a) Subletting and Assignment
- 35 -

The supplier shall not save with the previous consent in writing of the purchaser, sublet, transfer, assign the
contract or any part thereof or interest therein or benefit or advantage thereof in any manner whatsoever.
Provided nevertheless that any such consent shall not relieve the supplier from any obligation, duty or
responsibility under the contract.
b) Change in a Firm
(i) Where the supplier is a partnership firm, a new partner shall not be introduced in the firm except with the
previous consent in writing of the purchaser (which may be granted only as an exception) of a written
undertaking by the new partner to perform the contract and accept as liabilities incurred by the firm under
the contract prior to the date of such undertaking.
(ii) On the death or retirement of any partner of the supplier firm before complete performance of the
contract the purchaser may at his option cancel the contract in such case the supplier shall have no claim
whatsoever for compensation against the purchase.
(iii) If the contract is not determined as provided in the sub-clause (ii) above notwithstanding the retirement
of a partner from the firm, he shall continue to be liable under the contract for acts of the firm until a copy of
the public notice given by him under Section 32 of the Partnership Act has been sent by him to the
purchaser by registered post acknowledgment due.
10. (a) Consequence of Breach
Should the supplier or a partner in the supplier firm commit breach of either of the conditions mentioned at
Clause 20 (a) or (b) (i) of this sub-clause, it shall be lawful of the purchaser to cancel the contract and
purchase or authorize the purchaser of the stores at the risk and cost of the supplier and in that event the
provisions of clause 20 shall as far as applicable shall apply.
(a) The decision of Coal India Ltd. and/or its subsidiary companies as to any matter or thing concerning
or arising out of this sub-clause or any question whether the supplier or any partner of the supplier firm has
committed a breach of any of the conditions in this sub-clause contained shall be final and binding on the
supplier.
11. The tenderers in case of imported items, shall clearly mention in the quotation that in the event of the
supply order being placed with them, they shall arrange for supply within a reasonable period of all
necessary maintenance tools and spares parts that may be required from time to time during the normal life
of the machines, on a continuous basis and at a price not in excess of the landed cost at their premises
plus a stated percentage differential (such a differential should be indicated) and proper servicing of the
main unit supplied by them as and when required. In case there is a Rate Contract with the DGS&D supply
be made at the RC rates.
12. The tenderers shall give a warranty of satisfactory performance of the unit offered by them for a period
of 12 months from the date of commissioning or 18 months from the date of receipt and acceptance by CIL
and / or its subsidiary companies. The supplier shall be responsible for any defects that they develop under
the conditions provided for by the contract and under proper use, arising from faulty materials, design or
workmanship and shall remedy such defects at his own cost when called upon to do so. If it becomes
necessary for the supplier to replace or renew any defective portion of the goods, such replacement or
renewal should be made by the supplier without any extra cost to Coal India Limited and / or its subsidiary
company.
13. For orders placed directly on overseas suppliers, the tenderers should separately indicate whether their
prices quoted include any commission for the manufacturer’s agents in India and the amount of
remuneration for the agent included in the quoted price. Price shall include:
a. The service that will be rendered by them as manufacturer’s agent
b. The name and address of agents, if any, in India, and
c. The agency commission or remuneration or freight in case FOR prices are accepted will be paid in
Rupees in India
14. On acceptance of the tender, a formal acceptance of tender or supply order will invariably be issued.
Advance intimation in writing of acceptance of the tender will be given whenever considered necessary by
the said authority. In case an advance intimation has been given, the formal acceptance of tender of supply
order shall follow in due course, but immediate action towards execution of supply order shall be taken on
receipt of the advance intimation.
15. Earnest Money/ Security Money:
A. EARNEST MONEY DEPOSIT (EMD):
The value of Earnest Money to be deposited by the tenderer is specified in the NIT. Specified amount of EMD
shall be submitted online through payment gateway provided at NIC Portal during online submission of bid.
In case of exemption of EMD, the scanned copy of documents in support of exemption will have to be
uploaded by the bidder during bid submission.
- 36 -

The EMD of unsuccessful bidders will be refunded immediately after bidder is declared unsuccessful. EMD shall
be forfeited, if any tenderer withdraws their offer before finalization of the Tender or fails to submit order
acceptance within 15 (fifteen) days from the date of order. For successful bidders, EMD shall be refunded after
deposition of Security Deposit.
B. EXEMPTION FROM SUBMISSION OF EMD
a) State / Central Govt. Organizations / PSU & valid DGS&D/NSIC registered firms (registered for the tendered
items) are exempted from submission of EMD. For this purpose, DGS&D/NSIC registered firms will have to
upload the scanned copy attested (Attested by Notary Public) photocopies of complete valid registration
certificate with DGS&D / NSIC for tendered items.(valid on the date of opening of Cover-I). The list of items to
be attached.
b) Ancillary units of Northern Coalfields Limited are also exempted from submission of EMD only for the items for
which they have been accorded proven/provisional ancillary status by NCL.
c) OEM/OES/OPM or their authorized dealer / distributor or sole selling agents are also exempted from submission
of EMD.
C. SECURITY DEPOSIT: The successful tenderer shall have to deposit Security Money for 10% (ten percent) of
the value of the awarded contract/order (Landed value) in the form of Bank Draft drawn in favour of Northern
Coalfields Ltd. Nigahi Project payable at SBI Amlori BRANCH (CODE : 7938) & Northern Coalfields Ltd.
payable at SBI Amlori BRANCH (CODE : 7938)Singrauli (MP) or at any scheduled bank located at Amlori,
Singrauli (MP), or in the form of Bank Guarantee of any Scheduled Bank / Nationalized Bank in the prescribed
format of NCL (Annexure I).
Two weeks time (15 days) shall be given from the date of the order to the successful tenderer to furnish the
Security Deposit. In case the firm fails to deposit the security money, the order shall be cancelled and the case
shall be processed to order elsewhere and the firm’s performance is to be kept recorded for future dealings with
them.
For successful Tenderer, Security Money shall be refunded within 30 (Thirty days) of satisfactory execution of
the Supply order/contract.
Security Money may be converted into Performance Bank Guarantee (PBG) wherever PBG is required in the
NIT. Wherever Security Money shall be treated as performance coverage of the supply order/contract, the
operation of Security Money BG/PBG shall be guided by the stipulated Performance Bank Guarantee clause of
the NIT.
D. EXEMPTION FROM SUBMISSION OF SECURITY DEPOSIT
1. State/Central Govt. Organizations / PSU & valid DGS&D registered firms (registered for the tendered items) are
exempted from submission of Security Deposit. For this purpose, DGS&D registered firms will have to upload
the scanned copy of the documents, attested (Attested by Notary Public) photocopies of complete valid
registration certificate with DGS&D for tendered items (valid on the date of online opening of Cover-I & II). The
list of items to be attached.
2. Ancillary units of NCL are exempted from submission of EMD/Security Deposit only for the items for which they
have been accorded proven/provisional ancillary status by NCL.
3. Original Equipment Manufacturers, Original Equipment Suppliers, Original Manufacturers, Original Part
Manufacturers or their Authorized Dealers / Distributors and Sole Selling Agents are exempted from submission
of Security Deposit.
Note: However, NSIC Registered firms shall not be exempted from submission of Security Deposit.
16. Inspection and Rejection
Generally the stores shall be of the best quality and workmanship and comply with the contract or supply
order in all respect. The stores supplied shall be in accordance with specification unless any deviation is
authorized and specified and specified in the contract or supply order or any amendment thereof.
a) Facilities for Test and Examination
The supplier shall, at his own expenses, afford to the Inspector all responsible facilities and such
accommodation as may be necessary for satisfying himself, that the stores are being and/or have been
manufactured in accordance with particulars. The Inspector shall have full and free access at any time
during the execution of the contract to the suppliers work for the purpose aforesaid, and he may require the
supplier to make arrangement for inspection of the stores or any part thereof or any material at his
premises or at any other place specified by the inspector and if the supplier has been permitted to employer
the services of a sub-supplier, he shall in his contract with the sub-supplier reserve to the inspector a
similar right.
- 37 -

b) Cost of Test
The supplier shall provide without any extra charge, all materials, tools, labour and assistance of every kind
which the inspector may demand from him for any test, and examination, other than special or independent
test, which he shall require to be made on the supplier’s premises and the supplier shall bear and pay all
costs attendant thereon. If the supplier fails to comply with the conditions aforesaid, the Inspector shall in
consultation with the purchaser, be entitled to remove for test and examination all or any of the stores
manufactured by the supplier to any premises other than his (suppliers) and in all such cases the supplier
bear the cost of transport and/or carrying out such tests elsewhere. A certificate in writing of the Inspector
that the supplier has failed to provide the facilities and the means, for test and examination shall be final.
c) Delivery of Stores for Test
The supplier shall also provide and delivery for test free of charge, at such place other than his premises as
the Inspector may specify, such materials or stores as he may require.
d) Liability for Costs of Laboratory Test
In the event of rejection of stores or any part thereof by the Inspector in consequence of the sample
thereof, which removed to the laboratory or other place of test, being found on test to be not in conformity
with the contract or in the event of the failure of the supplier for any reason to delivery the stores passed on
test within the stipulated period, the supplier shall, on demand pay to the purchaser all costs incurred in the
Inspection and/or test cost of the test shall be assessed at the rate charged by the laboratory to private
persons for similar work.
e) Method of Testing
The Inspector shall have the right to put all the stores or materials forming part of the same or any part
thereof to such tests as he may think fit and proper. The supplier shall not be entitled to object on any
ground whatsoever to the method of testing adopted by the Inspector.
f) Stores Expended in Test
Unless otherwise provided for in the contract, all stores/materials expended in test will be to suppliers
account.
g) Inspector – Final Authority and to Certify Performance
(i) The Inspector shall have the power
Before any stores or part thereof are submitted for inspection to certify that they can not be in accordance
with the contract owing to the adoption of any unsatisfactory method of manufacturer.
(ii) To reject any stores submitted as not being in accordance with the particulars.
(iii) To reject the whole of the installment tendered for inspection, if after inspection of such portion thereof
as he may in his discretion think fit, he satisfied that the same is unsatisfactory; and
(iv) To mark the rejected stores with a rejection mark so that they may be easily identified if re-submitted.
(h) Consequence of Rejection
If on the stores being rejected by the Inspector or consignee at the destination, the supplier fails to make
satisfactory supplies within the stipulated period of delivery, the purchaser shall be at liberty to :
(i) Allow the supplier to resubmit the stores, in replacement of those rejected, within a specified time, the
suppliers bearing the cost of freight, if any, on such replacement without being entitled to any extra
payment on the account; or
(ii) Purchase or authorize the purchase of quantity of the stores rejected or so others of a similar description
(when stores exactly complying with particulars opinion of the purchase executive which shall be final,
readily available) without notice to the supplier’s liability as regards the supply of any further installment due
under the contract; or
(iii) Cancel the contract and purchase or authorize the purchase of the stores or others of a similar
description (when stores exactly complying with particulars are not in the opinion of the purchaser, which
shall be final readily available) at the risk and cost of the supplier. In the event of action being taken under
sub-clause (ii) above or this sub-clause in the provisions of clause 20 shall apply as far as applicable.
(I) Inspector’s Decision as to Rejection Final
The Inspector’s decision as regards the rejection shall be final and binding on the supplier.

(j) Where under a contract, the price payable is fixed on FOR station of dispatch basis, the supplier shall, if
the stores are rejected at destination by the consignee, be liable in addition to other liabilities to reimburse
to the purchaser the freight paid by the purchaser.
(k) Notification of Result of Inspection
Unless otherwise provided in the specification or schedule, the examination of the stores will be made as
soon as practicable after the same have been submitted for inspection and the result of the examination will
be notified to the supplier.
- 38 -

(l) Marking of Stores


The supplier shall if so required, at his own expense mark or permit the Inspector to mark all the approved
stores with a recognized Government or purchaser’s mark. The stores which can not be so marked shall, if
so required by the Inspector, be packed in suitable package or cases each of which shall be sealed and
marked with such mark.
(m) Removal of Rejection
I. Any stores submitted for inspection at a place other than the premises of the supplier and rejected shall
be removed by the supplier subject as hereinafter provided within 14 days of the date of receipt of
intimation of such rejection. If it is proved that letter containing such intimation is addressed and posted to
him at the address mentioned in the schedule, it will be deemed to have been served on the supplier at the
time when such letter would in the course of ordinary post reach the supplier. It shall be competent for the
Inspector to call upon the supplier to remove what he considers to be dangerous, infected or perishable
stores within 48 hours of the receipt of such intimation.
ii. Such rejected stores shall under all circumstances lie at the risk of the supplier for the moment such
rejection and if such stores are not removed by the supplier within the period aforementioned, the
Inspector/Purchaser may either return the same to the supplier at his risk and cost a public tariff rate by
such mode of transport as the purchaser or Inspector may select, or dispose of such stores at the supplier’s
risk on his account and retain in such portion of the proceeds as may be necessary to cover any expense
incurred in connection with such disposal. The purchaser shall also be entitled to recover handling and
storage charges for the period during which the rejected stores are not removed.
(n) Inspection Notes
On the stores being found acceptable by the Inspector, he shall furnish the supplier with necessary copies
of inspection note duly completed, for being attached to the supplier’s bill in support there of.
17. Packing and Transport
(a) It shall be the responsibility of the successful tenderers to arrange for the stores being sufficiently and
properly packed for transport by Rail, Road or Sea as the case may be so as to their being free from loss or
injury on arrival at destination.
The packing of the stores shall be done at the expense of the successful tenderer.
(b) The successful tenderer is responsible for obtaining a clear receipt from the transport authorities
specifying the goods dispatched. He will not book any consignment on a “said to contain” basis. If he does
so, he does it on his own responsibility. Northern Coalfields Limited shall pay for only such stores as are
actually received by them in accordance with the contract.
(c) All packing cases, containers, packing and other similar materials shall be supplied free
!~contract/supply order.
(d) Packages must be so marked that identification is made easy. Packages will be stamped with
identification marks both outside the packages as well as on the contents inside.
Packages containing articles liable to be broken by rough handling like glass or machinery made of cast
iron will be marked with cautionary works like ‘Fragile’ , ‘Handle with care’. Weight of each packages will be
marked on the package.
(e) A complete list of contents in each package called the packing list will be prepared and one copy will be
packed in the package itself and another copy will be forwarded to the consignee in advance.
18. Delivery:
The time for and the date of delivery of the stores stipulated in the ‘Purchase Order’ shall be deemed to be
the essence of the contract and delivery of the stores must be completed by the date specified.
19. In the event of failure to deliver or dispatch the stores within the stipulated date / period in accordance
with the samples and / or specifications mentioned in the supply order and in the event of breach of any of
the terms and conditions mentioned in the supply order, Coal India Limited and / or its subsidiary
Companies should have the right:-
a. To recover from successful tenderer, as agreed liquidated damages, a sum not less than 0.5% of the
price of the any store which successful tenderer has not been able to supply as aforesaid for each week or
part of a week during which the delivery of such stores may be in arrears limited to 10 %. Where felt
necessary the limit of 10% can be increased to 15% at the discretion of Head of the Materials Management
Division
b. To purchase from elsewhere, after due notice to the successful tenderer, on the account and at the risk
of the defaulting supplier the stores not supplied or others of a similar description without canceling the
supply order in respect of consignment not yet due for supply or
c. To cancel the supply order or a portion thereof, and if so desired, to purchase the store at the risk and
cost of the defaulting supplier and also
- 39 -

d. To extend the delivery period with or without penalty as may be considered fit and proper. The penalty if
imposed shall not be more than the agreed liquidated damages referred to clause (a) above.
e. To forfeit security deposit in full or part.
f. Whenever under this contract a sum of money is recoverable from and payable by the supplier, Northern
Coalfields Limited, shall be entitled to recover such sum by appropriating, in part or in whole by deducting
any sum or which at any time thereafter, may become due to the successful tenderer in this or any other
contract, with Northern Coalfields Limited. Should this sum be not sufficient to cover the full amount
recoverable, the successful tenderer shall pay to Northern Coalfields Limited, on demand the remaining
balance. The supplier shall not be entitled to any gain on any such purchase.
20. If the execution of the contract / supply order is delayed beyond the period stipulated in the contract /
supply order as a result of outbreak of hostilities, declaration of any embargo or blockage, or fire, flood, acts
of nature or any other contingency beyond the suppliers’ control due to act of God then CIL or its subsidiary
Companies 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. If and when additional time is granted by
the CIL and its subsidiary companies, the contract / supply order shall be read and understood as if it had
contained from its inception the delivery date as extended.
21. The supplier shall allow reasonable facilities and free access to his works and records to the Inspector,
Progress Officer or such other Officer nominated for the purpose. Inspector of stores, i.e. supplies made by
the successful tenderer against the supply order mentioned at (15) above, shall be carried out by the
Inspector / Consignee at the Colliery site/ stores or by the Inspecting Wing (inclusive of all its branch
officer) of the DGS&D, New Delhi or any other agency as may be specified in the supply order. Where
necessary, inspection may be carried out at the supplier’s premises.
22. Coal India Ltd and / or its subsidiary companies do not bind itself to accept the lowest or any tender and
reserves to itself the right of accepting the whole or any part of the tender or portion of the quantity offered
and the tenderer shall supply the same at the rate quoted.
23. The supplier shall at all times indemnify CIL and its subsidiary companies against all claims which may
be made in respect of the supplies for infringement of any right protected by patent, Registration of Design,
or Trade Mark, provided that in the event of any claim in respect of alleged breach of Letter Patent,
Registered Design, or Trade Mark being made against CIL and / or its subsidiary companies, the said
authority shall notify the supplier of the same and the supplier shall be at liberty at his own expense to
settle any dispute or to conduct any litigation that may rise therefrom.
24. Carrying vessels for Imported Items
In case of machinery imported from abroad, it is preferable that shipment should be affected in Indian
Vessels, wherever possible. Supplies will however not be delayed on this account.
25. Freight
The stores shall be dispatched at Public tariff rates in the case of FOR station of dispatch contract and the
stores shall be booked at full wagon rates whenever available and by the most economical route or by the
most economical tariff available at the time of dispatch as the case may be. Failure to do so will render the
supplier liable for any avoidable expenditure causes to the purchaser.
Where alternative routes exist, CIL and or its subsidiary companies shall, if called upon also to do indicate
the most economical route available or name the authority whose advice in the matter should be taken and
acted upon. If any advice of any such authority is sought his decision or advice in the matter shall be final
and binding on the supplier.
26. Passing of Property
Property in the stores shall not pass to the purchaser unless and until the stores have been delivered to the
consignee or interim consignee as the case may be in terms of the contract.
27. Laws Governing the Contract
(a) This contract shall be governed by the Laws of India for the time being in force.
(b) Irrespective of the place of delivery, the place of performance of place of payment under the contract,
the contract shall be deemed to have been made at the place from which the acceptance of tender or
supply order has been issued.
(c) Jurisdiction of Courts
The courts of the place from the acceptance of tender has been issued shall alone have jurisdiction to
decide any dispute arising out of or in respect of the contract.
(d) Marking of Stores
The marking of the stores must comply with the requirement of the law relating to merchandise marks for
the time being in force in India.
28. Corrupt Practices
- 40 -

(a) The supplier shall not offer or give or agree to give to any person in the employment of the purchaser or
working under the orders of Coal India Ltd. and/or its subsidiary companies any gift or consideration of any
kind as an inducement or reward for going or forbearing to do or for having done or forborne to do any act
in relating to the obtaining or execution of the contract or any other contract with the purchaser or for
showing or forbearing to show favour or disfavour to any person in relation to the contract or any other
contract with the Purchaser. Any breach of the aforesaid condition by the supplier or any one employed by
him or acting on his behalf (whether with or without the knowledge of the supplier) or the Commission of
any offence by the supplier or by any one employed by him or acting on the behalf under Chapter IX of the
Indian Panel Code, 1860 or the Prevention of Corruption Act, 1947 and any amendments thereto or any
other Act enacted for the prevention of corruption by Public Servants shall entitle Coal India Limited and or
its subsidiary companies to cancel the contract and all or any other contract with the supplier and to recover
from the supplier the amount of any loss arising from such cancellation in accordance with the provisions of
Clause 20.
(b) Any dispute or difference in respect of either the interpretation effect or application of the above
condition or of the amount recoverable, the re-under by the purchaser from the supplier shall be decided by
Coal India Limited and its subsidiary companies whose decision shall be final and binding on the supplier.
29. Insolvency and Breach of Contract
a) Coal India Limited and or its subsidiary companies may at any time by notice in writing, similarly
determine the contract without compensation to the supplier in any of the following events that is to say –
If the supplier being an individual or if a firm any partner thereof shall at any time be adjudged insolvent or
shall have a receiving order or order of administration of his estate made against him or shall take any
proceeding for composition under any Insolvency Act for the time being in force or make any conveyance
or assignment of his effects or enter into any arrangements or composition with his creditors or suspend
payment or if the firm be dissolved under the Partnership Act.
b) If the supplier being a company is wound up voluntarily by the order of a court or a receiver, Liquidating
Manager on behalf of the Debenture-Holders is appointed or circumstances shall have arisen which entitles
the court or Debenture-Holders to appoint a Receiver, Liquidator or Manager.
c) If the supplier commits any breach of the contract not herein specifically provided for – Provided always
that such determination shall not prejudice any right of action or remedy which shall have accrued or shall
accrue thereafter to the purchaser and provided also the supplier shall be liable to pay to the purchaser for
any extra expenditure he is thereby put to and the supplier shall under no circumstances be entitled to any
gain on repurchase.
30. Terms of Payment:
100% payment shall be released within 21 days of receipt and acceptance of materials at site by the
consignee or submission of bills complete in all respects, whichever is later. The payment shall be made by
“Electronic Fund Transfer” (EFT) or e-payment. You are therefore requested to indicate EFT No. and other
relevant details in your offer/ bill(s). All payments (in Indian Rupees) will be made by concerned Paying
Authority of NCL. The tenderer must give their Banker’s name, Branch, address, Type of Account, Account
No. and IFSC Code.
31. Progress Report
a) The supplier shall from time to time render such reports concerning the progress of the contract and or
supply of the stores in such form as may be required.
b) The submission, receipt and acceptance of such reports shall not prejudice the right of the purchaser
under the contract, nor shall operate an estoppel against the purchaser merely by reason of the fact that he
has not taken notice of or objected to any information contained in such report.
32. All disputes arising out of this contract shall be under the jurisdiction of Singrauli court only and as
per the “law of the land".

Date Signature of the Tenderer

Seal of the Firm


- 41 -

ANNEXURE – K

MANDATE FORM FOR ELECTRONIC FUND TRANSFER/INTERNET BANKING PAYMENT

To,
The Northern Coalfields Limited,
Singrauli,

Dear Sir,
Sub: Authorisation for release of payment due from Northern Coalfields Limited, Singrauli through
Electronic Fund Transfer/Internet Banking
Ref.: Order No.___________________ Date_______________ and/or Tender/Enquiry/ Letter
No. _______________ Date _______________________.
(Please fill in the information in CAPITAL LETTER & TICK wherever it is applicable)
1. Name of the Party
_________________________________________________________
2. Address of the Party
_________________________________________________________
a. City________________________PIN
CODE____________
b. E-Mail ID
________________________________________
c. Permanent Account Number
_________________________
3. Particulars of Bank.
4. Date from which the mandate should be effective.
Bank Name Branch Name
Branch Place Branch City
Branch Code
PIN Code
(IFSC)
MICR No.
(9 Digits code number appearing on the MICR Band of the cheque supplied by the Bank.
Please upload Xerox copy of a cheque of your bank for ensuring accuracy of the bank
name, branch name & Account number)
RTGS CODE
Account Type Saving Current Cash Credit
Account Number (as
appearing in Cheque
Book)

I hereby declare that the particulars given above are correct and complete. If any transaction is
delayed or not effected for reasons of incomplete or incorrect information. I shall not hold Northern
Coalfields Limited, Singrauli 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 Internet
banking.
Place:
Date : Signature of the party/Authorised Signatory

Certified that particulars furnished above are correct as per our records
Banker’s Stamp
Date (Signature of Authorised official from the Banks)
- 42 -

ANNEXURE – L

VENDOR REGISTRATION FORMAT


(Applicable in NCL only)
(APPLICABLE FOR BIDDERS WHO HAVE NOT BEEN ALLOTED VENDOR CODE IN NCL
PREVIOUSLY)
TENDOR REF NO. DATE:

01.VENDOR TYPE : PURCHASE VENDOR

02.VENDOR CATEGORY : PRIVATE/ GOVERNMENT/ ANCILLARY (SPECIFY)

03.VENDOR NAME :
M/s

04.ADDRESS:

05.CITY:

06.PIN:

07.STATE:

08. COUNTRY

09. FAX NO:

10. TELEPHONE NO.

11. E-MAIL ID :

12. REPRESENTATIVE/CONTACT PERSON(TELEPHONE /MOBILE )

13. TYPE OF SUPPLIER /MANUFACTURER (TICK ONLY ONE TYPE)


1. Trader 6.Indegenious Vendor (Private) supplying imported material
2. Small scale industry (Public) 7.Public sector (Indigenous) other than 2, 4, 6
3. Small scale industry (Private) 8.Private sector (Indigenous) other than 2, 4, 6
4. Ancillary Industry 9.Vendor does not belong to any of the above category
Supplying imported
5. Indigenous Vendor (Public) material

14. SGST REGISTRATION NO:


- 43 -

15. SGST REGISTRATION DATE (EFFECTIVE FORM):

16. CGST REGISTRATION NO:

17. CGST REGISTRATION DATE (EFFECTIVE FORM):

18. PAN NO:

19. BANK NAME:

20. BRANCH NAME OF BANK:

21. BANK ACCOUNT NO:

22. ITEM(S) FOR WHICH VENDOR CODE IS TO BE GIVEN:

I agree to submit following documents duly notarized for allotment of new vendor code in NCL.
Proof of Documents

1. SALES tax registration no.(CGST/SGST)


2. PAN no.
3. Bank details (either first page of passbook or letter from bank mentioning all details)

SIGNATURE OF AUTHORISED BIDDER


- 44 -

ANNEXURE - M

FORMAT OF BANK GUARANTEE FOR SECURITY

In consideration of M/s. Northern Coalfields Limited ( a subsidiary of Coal India Limited ) Singrauli
PO- Singrauli Colliery , Dist.- Singruali (MP) (hereinafter called the Company ) having agreed to
exempt M/s. ____________________________ from the demand, under terms and conditions
of an agreement/order No.________________________ date
_________________________made between the company and the said contractor(s) for
_____________________________ ( Hereinafter called “ the said description of the
agreement/order”) of security deposit for the due fulfilment by the said contractor(s) of the terms
and conditions contained in the said agreement , on production of a Bank Guarantee for
Rs……………………… ( Rupees…………………………………………. Only).

1. We _________________________________ ( indicate the name of the Bank with address)


( Hereinafter referred to as “ the Bank”) at the request of the contractor(s) do hereby
undertake to pay to the company an amount not exceeding Rs.
___________________against any loss or damage caused to or would be caused to or
suffered by the company by reason of any breach by the said contractor(s) of any of the
terms or conditions contained in the said agreement.

2. We __________________________________ ( indicate the name of the Bank ) do hereby


undertake to pay the amounts due and payable under this guarantee without any demur,
merely on a demand from the Company stating that the amount claimed is due by way of
loss or damage caused to or would be caused to or suffered by the company , by reason of
breach by the said contractor ( of any of the terms and conditions contained in the said
agreement or by reason of the said contractor (s) failure to perform the said agreement .
Any such demand made on the Bank shall be conclusive as regards the amount due and
payable by the Bank under this guarantee. However, our liability under this guarantee shall
be restricted to an amount not exceeding Rs___________________

3. We undertake to pay to the company any money so demanded notwithstanding any


dispute or disputes raised by the said contractor (s) in any suit or proceeding pending
before any court or Tribunal relating there to our liability under this present being absolute
and unequivocal. The payment so made by us under this bond shall be a valid discharge of
our liability for payment there under and the said contractor (s) shall have no claim against
us for making such payment.

4. We_________________________( indicate the name of the Bank ) further agree that the
Guarantee herein contained shall remain in full force and effect during the period that would
be taken for the performance of the said agreement and that it shall continued to be
enforceable till all the dues of the company under or by virtue of the said agreement have
been fully paid and its claim satisfied or discharged or till the company certifies that the
terms and conditions of the said agreement have been fully and properly carried out by the
said contractor (s) and accordingly discharges this guarantee. Unless a demand or claim
under this Guarantee is made on us in writing on or before the ________________
(Date).we shall be discharged from all liability under this Guarantee thereafter.

5. We_____________________________( indicate the name of the Bank ) further agree with


the company __________________________o the company shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary
- 45 -

any of the terms and conditions of the said agreement or to extend time of performance by
the said contractor (s) from time to time or to postpone for any time or from time to time
any of the powers exercisable by the company against the said contractor (s) and to
forbear on enforce any of the terms and conditions relating to the said agreement and we
shall not be relieved from our liability by reason of any such variation , or extension being
granted to the said contractor (s) or for any forbearance, act or omission on the part of the
company or any indulgence by the company to the said contractor (s) or by any such
matter or thing whatsoever which under the law relating to sureties would, but for would ,
but for this provision have effect of so relieving us all . The Bank further agrees that in case
this guarantee is required for a longer period and it is not extended by the Bank beyond the
period specified above, the bank shall pay to the company the said sum of Rs.
_____________________ or such lesser sum as may then due to the company and the
company may demand.

6. This Guarantee will not be discharged due to the change in the constitution of the Bank or
the said contractor (s) .
7. The Bank has under its constitution power to give this guarantee and Mr.
______________________ who has signed it on behalf of the Bank have authority to do
so.

8. We, _________________________ lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the company in writing.

Dated the ………………….day of ……………………………………

Signature of the authorized person


for and on behalf of the Bank
SEAL of the BANK
- 46 -

ANNEXURE - SD

FORMAT OF BANK GUARANTEE FOR SECURITY

In consideration of M/s. Northern Coalfields Limited ( a subsidiary of Coal India Limited ) Singrauli
PO- Singrauli Colliery , Dist.- Singruali (MP) (hereinafter called the Company ) having agreed to
exempt M/s. ____________________________ from the demand, under terms and conditions
of an agreement/order No.________________________ date
_________________________made between the company and the said contractor(s) for
_____________________________ ( Hereinafter called “ the said description of the
agreement/order”) of security deposit for the due fulfilment by the said contractor(s) of the terms
and conditions contained in the said agreement , on production of a Bank Guarantee for
Rs……………………… ( Rupees…………………………………………. Only).

1. We _________________________________ ( indicate the name of the Bank with address)


( Hereinafter referred to as “ the Bank”) at the request of the contractor(s) do hereby
undertake to pay to the company an amount not exceeding Rs.
___________________against any loss or damage caused to or would be caused to or
suffered by the company by reason of any breach by the said contractor(s) of any of the
terms or conditions contained in the said agreement.
2. We __________________________________ ( indicate the name of the Bank ) do hereby
undertake to pay the amounts due and payable under this guarantee without any demur,
merely on a demand from the Company stating that the amount claimed is due by way of
loss or damage caused to or would be caused to or suffered by the company , by reason of
breach by the said contractor ( of any of the terms and conditions contained in the said
agreement or by reason of the said contractor (s) failure to perform the said agreement .
Any such demand made on the Bank shall be conclusive as regards the amount due and
payable by the Bank under this guarantee. However, our liability under this guarantee shall
be restricted to an amount not exceeding Rs___________________
3. We undertake to pay to the company any money so demanded notwithstanding any
dispute or disputes raised by the said contractor (s) in any suit or proceeding pending
before any court or Tribunal relating there to our liability under this present being absolute
and unequivocal. The payment so made by us under this bond shall be a valid discharge of
our liability for payment there under and the said contractor (s) shall have no claim against
us for making such payment.
4. We_________________________( indicate the name of the Bank ) further agree that the
Guarantee herein contained shall remain in full force and effect during the period that would
be taken for the performance of the said agreement and that it shall continued to be
enforceable till all the dues of the company under or by virtue of the said agreement have
been fully paid and its claim satisfied or discharged or till the company certifies that the
terms and conditions of the said agreement have been fully and properly carried out by the
said contractor (s) and accordingly discharges this guarantee. Unless a demand or claim
under this Guarantee is made on us in writing on or before the ________________
(Date).we shall be discharged from all liability under this Guarantee thereafter.
5. We_____________________________( indicate the name of the Bank ) further agree with
the company __________________________o the company shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary
any of the terms and conditions of the said agreement or to extend time of performance by
the said contractor (s) from time to time or to postpone for any time or from time to time
any of the powers exercisable by the company against the said contractor (s) and to
forbear on enforce any of the terms and conditions relating to the said agreement and we
shall not be relieved from our liability by reason of any such variation , or extension being
- 47 -

granted to the said contractor (s) or for any forbearance, act or omission on the part of the
company or any indulgence by the company to the said contractor (s) or by any such
matter or thing whatsoever which under the law relating to sureties would, but for would ,
but for this provision have effect of so relieving us all . The Bank further agrees that in case
this guarantee is required for a longer period and it is not extended by the Bank beyond the
period specified above, the bank shall pay to the company the said sum of Rs.
_____________________ or such lesser sum as may then due to the company and the
company may demand.
6. This Guarantee will not be discharged due to the change in the constitution of the Bank or
the said contractor (s).
7. The Bank has under its constitution power to give this guarantee and Mr.
______________________ who has signed it on behalf of the Bank have authority to do
so.
8. We, _________________________ lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the company in writing.

Dated the ………………….day of ……………………………………

Signature of the authorized person


for and on behalf of the Bank
SEAL of the BANK
- 48 -

ANNEXURE – PBG

PERFORMANCE BANK GUARANTEE FORMAT

M/s. ___________________________________, a company having its office at


________________________ (hereinafter, called the seller) has entered into a contract No.
_________________ dated. _______________ (hereinafter called the said contract) with
Northern Coalfields Limited (hereinafter called the purchaser) to supply stores/materials on
the term and conditions contained in the said Contract.

1. It has been agreed that hundred percent (100%) payment of the value of the order will be
made to the Sellers in terms of the said contract on the Seller furnishing to the purchaser a
Bank Guarantee for the sum of Rs. _________________ equivalent to 10% value of the
stores/materials supplied by the seller as security for the due and faithful performance of the
terms of the said contract and against any loss or damage caused to or would be caused to or
suffered by Purchaser by reason of any breach by the said seller of any of the terms and
conditions contained in the said contract.
The __________________ Bank having its office at __________________________ has at
the request of Seller agreed to give the guarantee hereinafter contained.
2. We ________________________________ Bank Ltd., do hereby undertake to pay the
amounts due and payable under this guarantee without any demur, merely on a demand from
the purchaser stating that the amount claimed is due by way of loss or damage caused to or
would be caused to or suffered by the Purchaser by reason of any breach by the said Seller of
any of the terms and conditions contained in the said contract or by reason of the Seller’s
failure to perform the said contract. Any such demand made on the Bank shall be conclusive
as regards the amount due and payable by the Bank under this guarantee. We shall not
withhold the payment on the ground that the Seller has disputed its liability to pay or has
disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is
pending between the Purchaser and the Seller regarding the claim. However, our liability
under this guarantee shall be restricted to an amount not exceeding ____________________
.
3. We, _____________________________ Bank Ltd., further agree that the guarantee herein
contained shall come into force from the date hereof and shall remain in full force and effect,
during the period that would be taken for the performance of the said contract and it shall
continue to be enforceable till all the dues of the purchaser under or by virtue of the said
contract have been fully paid and its claims satisfied or purchaser certifies that the terms and
conditions of the said contract have been fully and properly carried out by the said seller and
accordingly discharges the guarantee. Unless a demand or claim under this guarantee is
made on us in writing on or before the ________ (date to be given) __________ and unless
the guarantee is renewed or a claim is preferred against the Bank within ________ (months
from the date of the Bank Guarantee) we shall be discharged from all liability under this
guarantee thereafter.
4. We, ___________________________ Bank Limited, further agree with the purchaser, that
the purchaser, shall have the fullest liberty, without our consent and without affecting in
any manner out obligations hereunder to vary any of the terms and conditions of the said
contract or to extend the time of performance of the said contract from time to time or to
postpone for any time or from time to time any of the powers exercisable by the purchaser
against the seller and to forbear on enforce any of the terms and conditions relating to the
said contract and we shall not be relieved from our liability by reason of any such variation or
extension being granted to the said seller or for any forbearance, act or omission on the part
of the purchaser, or any forbearance, act or omission on the part of the purchaser, or any
indulgence by the purchaser, to the seller or by any such matter or thing whatsoever which
under the law relating to sureties would but for this provision have effect of so relieving us.
- 49 -

The Bank further agrees that in case this guarantee is required for a longer period and it is not
extended by the Bank beyond then period specified above, the Bank shall pay to the
purchaser the said sum of Rs. ________________ (specify the amount) or such lesser sum
as may then be due to the purchaser and as the purchaser may demand.

5. We, _________________________ Bank Limited, lastly undertake not to revoke this


guarantee during its currency except with the previous consent of the purchaser, in writing.

6. The bank has under its constitution, power to give this guarantee and Mr.
______________________ Manager, who has signed it on behalf of the Bank has authority to
do so.

This Bank Guarantee will not be discharged due to the change in the constitution of the Bank
or the contractor.
Dated ________________________ day of ________________________ for ____________
___________________________________ Bank Limited

Signature of the authorized person


For and on behalf of the Bank.
SEAL of the BANK

Signature Not Verified


Digitally signed by INDUSHEKHAR
PRASAD SINGH
Date: 2017.11.13 12:35:24 IST
Location: Coal India Limited

You might also like