central coalfields limited office of the general … · from chartered accountant or audited...

10
CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL MANAGER (KTA), Kathara Po-Kathara, Distt:-Bokaro. REF NO: GM(KTA)SO(C)/QUOTATION/2018-19/01 DATED:-14.04.18 NOTICE INVITING QUOTATION QUOTATION NOTICE NO- 01 of 2018-19 Sealed quotations in two parts are invited from reputed, experienced & eligible contractors for the following works:- Sl. Name of Work Estimated Cost Earnest Completion No . Money Period 1 Repair and maintenance of conference room, P.O. Chamber and entry point of bath room at Project Office at Kathara Washery Rs. 152942.79 Rs. 2000/- 25 Days. 1. Earnest money: The Earnest Money should be deposited in shape of Bank Draft and drawn in favour of “ CCLEBC, Kathara”, payable at SBI, Kathara issued by any nationalized Bank and its date of issuance should be on or after the date of issue of NIQ. The earnest money of the unsuccessful bidder shall be refundable as promptly as possible and shall bear no interest. No Bid will be accepted unless accompanied by requites earnest money deposit as stated above. 2. Eligibility Criteria to qualify for the award of contract:- (a) The intending bidder must have in its name as a prime contractor experience of having successfully completed similar works during last 7 (seven) years ending last day of month previous to the one in which bid applications are invited (i.e. eligibility period) should be either of the following :- Three similar completed works each costing not less than the amount equal to 40% of the estimated cost. OR Two similar completed works each costing not less than the amount equal to 50% of the estimated cost. OR One similar completed works costing not less than the amount equal to 80% of the estimated cost. In all the above cases while considering the value of completed works, the full value of completed work be considered whether or not the date of commencement is within the said seven years period. In case the bidder is not a prime contractor but a sub-contractor, the bidder’s experience as sub- contractor will be taken into account if the contract in support of qualification is a sub-contract in compliance with the provision of such sub-contract in the original contract awarded to prime contractor. The intending bidder must submit documentary evidence in support of above in the form of Completion certificate including value and period of work, Work order/TDS certificate/Bill of quantity be submitted during clarification, if any, (iii) In case of sub-contractor, suitable document as per provision above.

Upload: others

Post on 10-Mar-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL … · from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed

CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL MANAGER (KTA), Kathara

Po-Kathara, Distt:-Bokaro.

REF NO: GM(KTA)SO(C)/QUOTATION/2018-19/01 DATED:-14.04.18

NOTICE INVITING QUOTATION

QUOTATION NOTICE NO- 01 of 2018-19 Sealed quotations in two parts are invited from reputed, experienced & eligible contractors for the following works:-

Sl.

Name of Work Estimated Cost

Earnest Completion

No. Money Period

1

Repair and maintenance of conference room, P.O. Chamber and entry point of bath room at Project Office at Kathara Washery Rs. 152942.79 Rs. 2000/- 25 Days.

1. Earnest money: The Earnest Money should be deposited in shape of Bank Draft and drawn in favour of “CCLEBC, Kathara”, payable at SBI, Kathara issued by any nationalized Bank and its date of issuance should be on or after the date of issue of NIQ. The earnest money of the unsuccessful bidder shall be refundable as promptly as possible and shall bear no interest. No Bid will be accepted unless accompanied by requites earnest money deposit as stated above.

2. Eligibility Criteria to qualify for the award of contract:-

(a) The intending bidder must have in its name as a prime contractor experience of having successfully completed similar works during last 7 (seven) years ending last day of month previous to the one in which bid applications are invited (i.e. eligibility period) should be either of the following :-

Three similar completed works each costing not less than the amount equal to 40% of the estimated cost. OR

Two similar completed works each costing not less than the amount equal to 50% of the estimated cost. OR

One similar completed works costing not less than the amount equal to 80% of the estimated cost.

In all the above cases while considering the value of completed works, the full value of completed work be considered whether or not the date of commencement is within the said seven years period. In case the bidder is not a prime contractor but a sub-contractor, the bidder’s experience as sub-contractor will be taken into account if the contract in support of qualification is a sub-contract in compliance with the provision of such sub-contract in the original contract awarded to prime contractor.

The intending bidder must submit documentary evidence in support of above in the form of Completion certificate including value and period of work, Work order/TDS certificate/Bill of quantity be submitted during clarification, if any, (iii) In case of sub-contractor, suitable document as per provision above.

Page 2: CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL … · from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed

Similar nature of work shall mean: Civil Construction/Maintenance Works for Sl. No. 1

Working experience of only Govt. / Govt. owned organization would be reckoned. (b) Average annual financial turnover during the last 3 (three) years, ending 31st march financial year should be least 30% of the estimated cost. The intending bidder must submit documentary evidence in support of above in the form of certificate from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed works of previous shall be given a weightage of 5% per year (average annual rate of inflation) to bring them at current price level, while evaluating the qualification requirement and bid assessment of the bidder.

3. Availability of the Bid document: BOQ including terms and conditions of work, will be available in

our office and can be collected from 16/4/2018, 10.00 AM to 27/04/2018, 3.00 PM during office hours

and Bid Documents can also be Downloaded from company website www.centralcoalfields.in.During

above mentioned time. There is no application fee.

1 Validity Period of Offer: - The rate offered in Part-2 should be valid for 150 days from the last date of submission of Bid. 2 General Instruction for Submission of Bid: The technical bid (i.e. Pre-qualification bid) shall form

Part-I of the quotation and shall be put in one envelope super scribing as ‘Technical bid’ , the price bid

shall be form Part-II of the quotation & shall be put in another envelope super scribing as ‘price-bid’ and

the cash receipt of ‘EMD’ shall be put in a third envelope super scribing as ‘EMD’ . All these three

envelopes shall then be put in a big envelop and all the envelopes shall be sealed before dropping the completed envelope in the tender box. The envelopes shall clearly contain the name of work, NIQ No. and address of the bidder and shall be duly authenticated. 6. Following documents are required to be submitted with the quotation:-

a. Constitution/Legal status of bidder including place of registration and principle place of business e.g. Partnership deed containing name of partners and Memorandum & Articles of association with certificate of incorporation containing name of the bidder, affidavit in case of proprietary firm

b. Power of Attorney in the case the tender is signed by an authorized representative of the tenderer.

c. Photocopy of PAN card either of the firm or of the individual as the case may be/ PAN. d. Credentials of satisfactory performance of contracts completed with full details of clients location

of work, cost & time taken for completion during the period as indicated at sl. No. 2. e. Turnover certificate from Chartered Accountant or audited balance sheet or suitable acceptable

documents. f. An undertaking in the format enclosed with quotation documents. g. Particulars of G.S.T.Registration. h. Contractor’s bid as per enclosed pro-forma.

i. Authorization of all payment through fund transfer system / RTGS / CBS / interbank transfer as

per format enclosed with quotation document. 7. All the pages of BOQ, documents, credentials should be signed by the bidder including cutting /

overwriting if any. 8.Receipt of Bid: Bids are to be received in sealed covers on 30/04/2018, upto 3.30 PM at the office of

Staff Officer (Civil), Kathara Area, CCL. In the event of specified date of submission is declared a Holiday

by employer, the bid will be received up to the appointed time on the next working day.

9.Opening of Bids: Bid will be opened on 30/4/2018, 4.30 PM at the office of Staff Officer (Civil),

Page 3: CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL … · from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed

Kathara Area, CCL in presence of intending bidders/representatives.

Envelope No. II (i.e. Part-II: PRICE BID):-This will contain only the Price Bid in term of percentage above/below the estimated cost.

10.The company is not under any obligation to accept the lowest Bid/Bids and reserves the right to reject any or all the Bids without assigning any reason whatever, and also to distribute / split up the work and allot the work/works to more than one bidder or accept the tender in part and not in entirely, as it sole discretion. 11.The company reserves the right to extend the date of submission and opening of bid without assigning any reason whatsoever. 12.No, subletting of work in piece rated jobs is permissible. Subletting of work in piece rated jobs is permissible with the prior approval of the department. 13.The decision of CCL in awarding the work shall be final and cannot be subject to any arbitration. 14.Incomplete bid shall be out rightly rejected.

Staff Officer (Civil)(KTA)

Kathara Area, CCL

Distribution:

1. The Director (Tech.)(P&P), Dir.(T/O), Dir. (Fin.), Dir.(Pers.), CCL, Ranchi. 2. The C.V.O., CCL, Ranchi. 3. All CGMs / GMs _____________________ Area of CCL. 4. The GM(Civil)-I / GM(Civil)- II 5. GM (System), Corporate Nodal Officer, CCL, Ranchi. - With the request to upload in the

website. 6. The Chief Manager (Civil), CCL, Ranchi. 7. All P.O. of Kathara Area__________________________ 8. All Staff Officer (Civil) _________________’_____ Area of CCL. 9. The Staff Officer (P&A), Kathara Area. 10. The Area Finance Officer, Kathara. 11. The S.O.(Min.), Kathara. 12. The Dy. Manager, Finance, GM Unit. 13. All PE (Civil) of Area________________________________ 14. NOTICE BOARD. 15. ASO (KTA), Kathara arrange proper security on the date of receipt of Tender.

Page 4: CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL … · from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed

DETAIL OF EARNEST MONEY

I/We hereby submitting Earnest Money of Rs …………………………………………………………

Vide ……………… no……………………… dated………………………………….

(Signature of Bidder)

Note: - Demand draft submitted as earnest money/bid security should be drawn in favour of Central Coalfields Ltd. Kathara Area on any nationalized bank/ scheduled bank payable at SBI, Kathara/SBI BTPS. and its date of issuance should be on or after the date of issue off NIQ.

Page 5: CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL … · from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed

To The SO (Civil)/KTA, Kathara Area. Central Coalfields Limited, Ranchi Sub: BID for the Work “…………………………………………………………………

NIQ No

Dear Sir,

This has reference to above referred bid. I/we have read and examined the conditions of contract, Scope

of work, technical specifications, BOQ and other documents carefully.

I/We am/are pleased to submit our bid for the above work. I/We hereby unconditionally accept the bid conditions and bid documents in its entirety for the above work and agree to abide by and fulfill all terms and conditions and specifications of the contract document as in force & available in the office of the SO(C)(KTA),Kathara.

I/we here by submit all the documents as required to meet the eligibility criteria as per provision of the bid notice/document.

I/we hereby confirm that this bid complies with the Bid validity, Bid security and other documents as required by the Bidding documents.

If any information furnished by me/us towards eligibility criteria of this bid is found to be incorrect at any time, penal action as deemed fit may be taken against me/us for which I/We shall have no claim against CIL/Subsidiary.

Until a formal agreement is prepared and executed, this bid and your subsequent letter of Acceptance/work order shall constitute a binding contract between us and Central Coalfields Ltd.

Should this bid be accepted, we agree to furnish Performance Security within 28 days of issue of letter of acceptance and commence the work within 10 days of issue of letter of acceptance. In case of our failure to abide by the said provision Central Coalfields Ltd. Shall, without prejudice to any other right or remedy, be at liberty to cancel the letter of acceptance/ award and to forfeit the earnest money and also debar us from participating in future tenders for a minimum period 12 months.

Yours Faithfully,

Signature of the Bidder with seal & date

Page 6: CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL … · from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed

UNDERTAKING

I / We, ..................................................................................., Proprietor/Partner/Legal Attorney/Director/ Accredited Representative of M/S. ......................., solemnly declare that:

1. I/We am/are submitting Bid for the work …………………………………………………………... …………………………………………………………………………………………………………. …………………………………………………………………………………………………….. …………………………………………………………………against Bid Notice No. ......................... Dated………………… and I/we offer to execute the work in accordance with all the terms, conditions and provisions of the bid.

2. Myself/Our Partners/Directors don’t has/have any relative as employee of........................………………………………………………………... (Name of the Company) 3.All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this Bid is complete, correct and true.

4.All copy of documents, credentials and documents submitted along with this Bid are genuine, authentic, true and valid. 5.I/ We hereby authorize department to seek references / clarifications from our Bankers. 6.*I/We have submitted particulars of existing Sales Tax / VAT registration. We also undertake that Certificate of Registration with appropriate Sales Tax / VAT Authority where the work will be executed shall be arranged before any payment is made to us. 7.We hereby undertake that we shall register and obtain license from the competent authority under the contract labour (Regulation & Abolition Act) as relevant, if applicable. 8.*I/We hereby confirm that we have registration with CMPF / EPF Authorities. We shall make necessary payments as required under law.

Or *I/We hereby undertake that we shall take appropriate steps for registration as relevant under CMPF / EPF authorities, if applicable.We shall make necessary payments as required under law.

* Delete whichever is not applicable. 9.** I/We have not been banned or delisted by any Govt., or Quasi Govt. Agencies or PSUs.

(In case of JV, all partners are covered) Or

**I / WE ………………..have been banned by the organization named “_____________” for a period of………………… year/s, effective from ………………. to……………………..…..

[ in case of JV, name(s) of the JV Partner(s) ] ** Delete whichever is not applicable. 10. If any information and document submitted is found to be false/ incorrect at any time, department may cancel my/our Bid and action as deemed fit may be taken against me/us, including termination of the contract, forfeiture of all dues including Earnest Money and banning/ delisting of our firm and all partners of the firm etc.

Signature of the Bidder with seal & date

Page 7: CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL … · from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed

MANDATE FORM FOR ELECTRONIC FUND TRANSFER / INTERNET BANKING PAYMENT

1. Name of the Bidder : …………………………………………………………………………………

2. Address of the Bidder : ………………………………………………………………………………….

……………………………………………………………………………………………………………….

City …………………………. Pin Code………………………………

E-mail Id: ……………………………………………………………..

Permanent Account Number …………………………………………….

3. Particulars of Bank :

Bank Name Branch Name

Branch Place Branch City

Pin Code Branch Code

MICR No.

(Digital Code number appearing on the MICR Band of the cheque supplied by the Bank. Please

attach Xerox copy of a cheque of your Bank for ensuring accuracy of the Bank Name, Branch

Name and Code Number.

RTGS CODE

Account Type Saving Current Cash Credit

Account Number (as appearing in

the Cheque Book.

6. Date from which the mandate should be effective. 1

2 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 company

responsible. I also undertake to advise any change in the particulars of my account to facilitate

updation of records for purpose of credit of amount through SBI Net / RTGS transfer/NEFT. I agree to

discharge responsibility expected of me as a participant under the scheme. Any bank charges levied

by the bank for such e-transfer shall be borne by us.

Place: Signature of the Party/Authorized Signatory Date:

------------------------------------------------------------------------------------------------------------------------------------ Certified that particulars furnished above are correct as per our records. Banker’s stamp Date (Signature of the Authorized official from the Bank)

Page 8: CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL … · from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed

8

PRICE BID-(PART-2)

To,

The Tender Committee (Civil),

Kathara Area, CCL

Sub: -

………………………………………………………………………………………………………

………………………………………………………………………………………………………

Ref. No……………………………….………. .………………………..Dt.……………………

Dear Sir,

With reference to your above quotation, we are quoting our lowest rate, excluding Service Tax for the subject work, after inspection of site and thorough study of the terms & condition of contract as below:---

Particulars Amount

Estimated cost of the work :

Quoted Rate of the work (in figures) :

(Excluding GST Tax)

Quoted Rate of the work (in words) :

(Excluding GST Tax)

Quoted Amount of the work :

(Excluding GST Tax)

Bidder;s Category for the GST Tax :

Signature of the Bidder With Seal

Bidder Name:

Page 9: CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL … · from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed

9

Bill of quantity for the work Repair and maintenance of conference room, P.O. Chamber and entry point of bath room at Project Office at Kathara Washery.

Sl.No Description Quanity Rate Unit Amount SOR No.

1 Providing and applying plaster of paris putty of 2 mm thickness over plastered surface to prepare the surface even and smooth complete

509.21 110.95 sqm 56496.85 13.26

2 Applying one coat of cement primer of approved brand and manufacture on wall surface : Cement primer.(CPWD 2014 SOR No. 13.43.1)

509.21 35.85 sqm 18255.18 13.43.1

3 Wall painting with plastic emulsion paint of approved brand andmanufacture to give an even shade:13.60.1 Two or more coats on new work (CPWD 2014 SOR No.13.60.1)

104.50 80.50 sqm 8412.25 13.60.1

4 Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade New work (two or more coats) over and including priming coat with cement primer.(CPWD 2014SOR No.13.41.1)

475.13 89.70 sqm 42619.16 13.41.1

5 Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 10 litre low level white P.V.C. flushing cistern with manually controlled device (handle ever),conforming to IS : 7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required : W.C. pan with ISI marked white solid plastic seat and lid (CPWD 2014 SOR No.17.2.1)

1.00 3317.30 nos 3317.30 17.2.1

6 Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps,32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require :White Vitreous China Flat back wash basin size 550x400 mm with single 15 mm C.P. brass pillar tap.(CPWD 2007 SOR No.17.7.4)

1.00 3326.10 nos 3326.10 17.4.2

7 Providing and fixing wash basin with C.I. brackets, pillar taps, 32 mm C.P. brass waste of standard pattern, including painting15 mm C.P. brass of fittings and brackets, cutting and making good the walls wherever require:White Vitreous China Wash basin size 550x400 mm with a pair of 15 mm C.P. brass pillar taps

1.00 2127.90 nos 2127.90 17.7.3

8 Providing and fixing soil, waste and vent pipes :Sand cast iron S&S pipe as per IS: 1729.(CPWD 2014 SOR No.17.35.1.1)

10.00 859.00 mt 8590.00 17.35.1.1

Page 10: CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL … · from Chartered Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed

10

9 Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes SDR 7.4, U V stabilized & anti - microbial fusion welded, having thermal stability for hot & cold water supply, including all PP - R plain & brass threaded polypropylene random fittings, i/c fixing the pipe with clamps at 1.00 m spacing. This includes testing of joints complete as per direction of Engineer in Charge.

12.00 166.55 mt 1998.60 18.4.2

10 Providing and fixing plain bend of required degree.Sand cast iron S&S as per IS - 1729

1.00 434.50 ech 434.50 17.39.1.1

11 Constructing masonry Chamber 60x60x75 cm, inside with 75 class designation brick work in cement mortar 1:4 (1 cement : 4 coarse sand) for sluice valve, with C.I. surface box 100mm. top diameter, 160 mm bottom diameter and 180 mm deep ( inside) with chained lid and RCC top slab 1:2:4 mix (1 cement :2 coarse sand : 4 graded stone aggregate 20mm nominal size ) necessary excavation foundation concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick finished with a floating coat of neat cement complete as per standard design : With F.P.S. bricks(CPWD 2007 SOR No. 18.33.1)

1.00 6754.30 ech 6754.30 18.33.1

12 Providing and fixing C.P. brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms.15 mm nominal bore(CPWD 2014 SOR No.18.51.1)

1.00 610.65 ech 610.65 18.51.1

Rs. 152942.79

Contractor Staff Officer(Civil)(KTA) Kathara