सलकोलफ डस ल मटेड Central Coalfields Limited · units of 33KV/1250A,...
Transcript of सलकोलफ डस ल मटेड Central Coalfields Limited · units of 33KV/1250A,...
स��लकोल�फडस�ल�मटेड
(कोलइं्�डया�ल�मटेडक�एकसहायकक�पनी)
दरूभाष:, फै"स :
ई -मेल:
Central Coalfields Limited
(A Subsidiary of Coal India Limited)
Hazaribag Area, Charhi
Jharkhand-825336
TEL: FAX:
e-mail:
office website: centralcoalfields.in
E&M Department
No. GM (H)/E&M/17-18/1060 Dated: 31/01/2018
Tender Notice
Sealed tenders are invited from reputed and experienced Contractors for undertaking the below mentioned works at
Hazaribag Area, Central Coalfields Limited, Hazaribag, Dist.,Jharkhand:-
Sl.
No.
Description of work/item Estimated
Value
Earnest
Money
Time of
completion/
Duration of
work
Cost of
tender
paper.
01 Electrical Wiring and providing and fixing of light
fittings including repairing of ceiling fans at DAV
school , Prem Nagar Colony of Tapin North OCP under
Hazaribagh Area.
Rs.106166.00 Rs.1400.00 Within15
days.
Rs.115.00
per set.
02 Electrical Service connection with provision of main
Switch, ICDP in LCH quarters (24 no.s of quarters) at
Kedla Underground Project under Hazaribagh Area.
Rs.160776.00 Rs.2100.00 Within 21
days.
Rs.115.00
per set.
03 Electrical Wiring of Condition Monitoring Cell office
at Reginal Repair Shop, Tapin under Hazaribagh Area.
Rs.121232.00 Rs.1600.00 Within 15
days.
Rs.115.00
per set.
04 Providing power supply arrangement with earth pits
and internal electrical wiring for installation of portable
weigh bridge at Tapin north OCP under Hazaribagh
Area.
Rs.118228.00 Rs.1500.00 Within 15
days.
Rs.115.00
per set.
05 Installation of Chemical Earth Pits at Weighbridges of
KedlaWashery and Chainpur siding of KedlaWashery
under Hazaribagh Area.
Rs.179074.00 Rs.2300.00 Within 21
days.
Rs.115.00
per set.
06 Installation of Chemical Earth Pits and lightning
arrestors at 03 no.s weighbridges of Jharkhand OCP
under Hazaribagh Area.
Rs.171532.00 Rs.2200.00 Within 21
days.
Rs.115.00
per set.
07 Dismantling, installation and commissioning of Power
transformer, 1.5MVA, 6.6 KV/440V atKedlaWashery
under Hazaribagh Area.
Rs.164503.50 Rs.2100.00 Within 21
days.
Rs.115.00
per set.
08 Repairing of 20 numbers 400W HPSV light fittings of
Tapin North OCP under Hazaribagh Area.
Rs.123280.00 Rs.1600.00 Within 15
days.
Rs.115.00
per set.
09 Renovation and re-arrangement of Overhead line by
providing safety device and making of Bus-bar and
structure for 630KVA transformer at 42 no. colony by
providing GOAB and earthing arrangement at Tapin
North OCP under Hazaribagh Area.
Rs.187444.21 Rs.2400.00 Within 21
days.
Rs.115.00
per set.
10 Dismantling and extension of 3.3 KV Overhead line for
feeding power to shovel no 590 and for working in
coal face mines of Parej East OCP under Hazaribagh
Area.
Rs.144125.00 Rs.1900.00 Within 15
days.
Rs.115.00
per set.
11 Renovation of 440V overhead line, cradling and
grouting of poles , changing of stays, pin insulators
ofof feeder no.-02 power supply at Parej East OCP
under Hazaribagh Area.
Rs.162810.00 Rs.2100.00 Within 21
days.
Rs.115.00
per set.
12 Renovation and re-arrangement of power by providing
pole mounted cable jointing kits and GOAB DO Fuse
at 11KV/3.3KV Main Sub-station of Tapin South OCP
under Hazaribagh Area.
Rs.135883.00 Rs.1700.00 Within15
days.
Rs.115.00
per set.
13 Repairing of 3.3KV, 400A, ‘Transgeitz’ make, VCB
switch of Parej East OCP under Hazaribagh Area.
Rs.110227.00 Rs.1400.00 Within 15
days.
Rs.115.00
per set.
14 Repairing and reconditioning of 3.3KV, 400A, ‘PCE’
make, VCB , Sl. No.- 05/HMV/109 of Tapin North
OCP under Hazaribagh Area.
Rs.130485.75 Rs.1700.00 Within 15
days.
Rs.115.00
per set.
15 Repairing and reconditioning of 02 no.s mechanical
units of 33KV/1250A, ‘Allind’ make MOCBof Central
Substation, Basantpur under Hazaribagh Area.
Rs.147008.00 Rs.1900.00 Within 15
days.
Rs.115.00
per set.
16 Repairing and reconditioning of 1250Amp, 33KV,
‘Allind’ make MOCB controlling 10MVA Power
transformer of kedla feeder at Central Substation,
Basantpur under Hazaribagh Area.
Rs.156653.00 Rs.2000.00 Within 15
days.
Rs.115.00
per set.
17 Repairing of 03 no.s secondary control switches of
power transformers installed at main sub-station of
Parej East OCP under Hazaribagh Area.
Rs.125747.00 Rs.1600.00 Within 15
days.
Rs.115.00
per set.
18 Repairing of 3CHR, RKB Type, 150/34K pump,
500GPM capacity, 150 Mtr head, ‘M&P’ make
installed at 8th level of mine no.-01 at Kedla
Underground Project under Hazaribagh Area.
Rs.155721.05 Rs.2000.00 Within 15
days.
Rs.115.00
per set.
19 Repairing of gun-metal bush of direct haulage,
‘MAMC’ make,65 KW, 550V of mine no.-01 at zero
level of Kedla Underground Project under Hazaribagh
Area.
Rs.117703.30 Rs.1500.00 Within 15
days.
Rs.115.00
per set.
Earnest Money is to be deposited in form of cash receipt issued by cash department, CCL, Hazaribag Area or online
(documentary proof is to be enclosed) only. Offers not accompanied with earnest money proof shall be summarily
rejected. Details of online payment of earnest money is as below:-
1. Title of the account Central Coalfields Ltd, Kedla Group
2. Name of Bank and Branch United Bank of India, Charhi Branch
3. Payee’s Account No 1160050010001
4. IFSC code UTBI0CHIJ99
Date of selling of Tender : From 09.02.18 to 17.02.18 on working days
Date of submission of Tender : 19.02 .2018 up to 01.00 P.M.
Date & Time of opening of tender : 19.02.2018 at 04.00 P.M.
Tenders will be submitted at Security Dept. of G.M.(H) Office, Charhi & tenders will be opened in the office of the
S.O.(E&M)/H,GM(H) Office, Charhi on the date & time mentioned above.
Tender documents can be obtained from the office of the General Manager (H), CCL, Charhi on any working day as
mentioned above on payment of Rs.115.00 only in each case, which is not refundable. No postal order/cheque will
be accepted. Tender documents can also be downloaded from the CCL Website www.centralcoalfields.in& cost of
the Tender documents and earnest money may be deposited in form of cash receipt issued by cash department, CCL,
Hazaribag Area or online (documentary proof is to be enclosed) only.
Payment will be made by the Area Finance Manager (H), CCL, Charhi within 30 days from the date of receipt of
pre-receipted bill in triplicate duly accepted by the competent authority. Payment will be made through E-
banking/RTGS/CBS/Intra bank Transfer etc.
The tenderers are required to submit their offers in sealed cover in two parts in two different envelopes & envelopes
should be clearly superscribed as Part-I and Part-II along with name of the work and tender notice No./date.
In Part-I, tenderers are required to submit:
01. Earnest Money deposit Proof.
02. PAN NO (along with authenticated copy of PAN card)
03. In case of firm, detail of Regn. of firm, partnership deed, Power of Attorney etc.
04.GST Registration :
GST has come into effect from 01.07.2017. GST as per company rules will be applicable. The bidder should
accept the terms & conditions of company rules w.r.t GST unconditionally. Any one of the following documents is required to be submitted in Part-I depending upon the GST status of
the Bidder:
a)Status : The bidder not being exempted from GST registration:
Document : GST Registration Certificate (with GSTN) issued by Central Excise & Customs Department,
Government of India.
b) Status: The bidder exempted from GST registration :
Document 1: A certificate from a practicing Chartered Accountant having a membership number that the bidder is
exempted from GST registration.
AND
Document 2: The annual turnover certificate in support of the same issued by a practicing Chartered Accountant
having a membership number. Membership number of the practicing chartered Accountant is also to be quoted.
Note:- GST applicable rates on the date of invoice/billing shall be applicable.
05. Affidavit in original certifying that bidder is not involved in any criminal case & that he is not related to any
employee of CCL/CIL.
06. Current banker’s certificate of financial soundness (Issued within one year from the date of issue of NIT).
07. Full address, phone no. Bank Account No. with name of bank & Branch/E-banking details.
08. List of equipment available with the tenderer.
09. Affidavit in original certifying that no child labour shall be engaged in the supply chain/ work execution.
10. Self-attested and stamped photocopy of valid Electrical Contractor’s license issued by Electrical Licensing
board/ authority of any Indian state/UTin accordance with IE rule-45 Except forSlno -18 of the works mentioned on
the pre-page.Self-attested and stamped photocopy of electrical license of linemen/supervisors/electrician involved in
the work should also be submitted.
11. Bidders should quote only basic rates of items. They are required to submit an undertaking that the rate quoted
by them is exclusive of all type of taxes.
ELIGIBILITY CRITERIA:
A. Avg. annual financial turn over during the last 03(three) years ending
31st. March of previous year should be at least 30% of the estimated cost.
B. Experience of having successfully completed similar works during last 07(Seven) years
ending on last day of the month previous to the one in which tenders are invited should be either of the
following:-
I Three similar completed works each costing not less than or equal to 40% of the estimated cost.
OR
II Two similar completed works each costing not less than or equal to 50% of the estimated cost.
OR
III One similar completed work costing not less than or equal to 80% of the estimated cost.
Definition of similar nature of works:-
forSl.No. 1 to4:-Elecrical wiring works .
forSl.No. 5to 6 :- Earth pit works
for Sl.No.7 and Sl.no.13to17:-Repair/ maintenance of Electrical Equipments such as motor/
starter/VCB/OCB/Transformer etc
SL NO , 8 : Electrical fittings repair works .
Sl no – 09 to 12 – Electrical overhead line works .
SL NO : 19 :- Haulage repairing works.
If tenders are not accompanied with the above documents in Part-I, they will be out rightly rejected & 2nd
. envelope
of such tenderers containing commercial bids will not be opened. Tenders accompanied with all above documents in
part-I will ` be considered valid & Second envelope of only such tenderers containing their commercial bids (Part-II)
will be opened.
In 2nd
. Envelope (part- II of tender) ONLY RATES ARE TO BE QUOTED.
NB: - Tenderers will submit their tenders strictly as per our Terms &Conditions.No other terms and conditions
attached to the tender shall be accepted. Conditional tenders maybe out rightly rejected.
The company reserves the right to accept or reject any tender wholly or partly without assigning any reasons what so
ever or can distribute the works amongst more than one tenderers. The offers should be valid for at least 120 days
from the date of opening of Part-II (Price Bid) of the tender.
Staff Officer (E&M)/H
Distribution: Charhi
1. GM (H), Charhi for kind information.
2. AFM (H), Charhi.
3. S.O.(Mining)/H,Charhi.
4. All CGM/GM of the AREA, CCL.
5. All SO (E&M) of the Area, CCL.
6. All Project Officers, H’bag Area.
7. All Project Engineer, H’bag Area.
8. Cashier, GM (H) Office, Charhi.
9. Area Security Officer (H), Charhi
10. GM(System) CCL Ranchi
11. President Chamber of Commerce & Industries, Ramgarh/H’bag.
12. Notice Board, GM (H) Office, Charhi
Job Sl no 1 :-Bill of Quantity forElectricalWiring and providing and fixing of light fittings including repairing of
ceiling fans at DAV school , Prem Nagar Colonyof Tapin North OCP under Hazaribagh Area.
Sl.N
o.
Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
1
Providing and fixing following capacity TP&N disconnector fuse
switch unit inside the existing panel board with ISI marked HRC
fuses including drilling holes in cubicle panel, making connections,
etc. as required. :-63 Amp TP&N
01 no
2
Supplying and fixing following way, single pole and neutral, sheet steel, MCB
distribution board, 240 volts, on surface/ recess,complete with tinned copper
bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted
including earthing etc.as required. (But without MCB/RCCB/Isolator) :-
2 + 6 way/ 8 way , Double door
01 no
3
Supplying and fixing 5 amps to 32 amps rating, 240/415 volts, "C" curve,single
pole miniature circuit breaker suitable for inductive load in the existing
MCB DB complete with connections,testing and commissioning etc. as
required.
4 no.s
4
Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm thick including
accessories, and providing masonry enclosure with cover plate having locking
arrangement and watering pipe of 2.7 metre long etc. with charcoal/ coke and
salt as required.
1 set
5
Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5
sq.mm FRLS PVC insulated copper conductor single core cable in surface /
recessed medium class PVC conduit, with piano type switch, phenolic
laminated sheet, suitable size M.S. box and earthing the point with 1.5 sq.mm.
FRLS PVC insulated copper conductor single core cable etc. as required
93 no.s
6
Supplying and fixing following piano type switch/ socket on the existing switch
box/ cover including connections etc. as required :-
A) 5/6 amps switch
12 no.s
B) 3 pin 5/6 amp socket outlet 12 no.s
C) 15/16 amp switch 10 no.s
D) 6 pin 15/16 amp socket outlet 10 no.s
7 Supply and fitting of 3mm thick phenolic laminated sheet
10000
Sq.cm
8
Wiring for circuit/ submain wiring alongwith earth wire with the following sizes
of FRLS PVC insulated copper conductor, single core cable in surface/ recessed
PVC conduit as required :- 2 X 4 sq. mm + 1 X 4 sq. mm earth wire
160 Mtrs
9 Supply and fixing of tubelight set, 40W/36W (complete with fitting) 22 No.s
10
Installation, testing and commissioning of pre-wired, fluorescent fitting /
compact fluorescent fitting of all types, complete with all accessories and tube
etc. directly on ceiling/ wall, including connection with 1.5 sq. mm FRLS PVC
insulated, copper conductor, single core cable and earthing etc. as required.
22 No.s
11
Wiring for circuit/ submain wiring alongwith earth wire with the following sizes
of FRLS PVC insulated copper conductor, single core cable in surface/ recessed
PVC conduitas required :- 2 X 6 sq. mm + 1 X 6 sq. mm earth wire
55 Mtrs
Total
Amount (in
Rs.)
Staff Officer (E&M)H
Job Sl no 2 :-Bill of quantity for Electrical Service connection with provision of main Switch, ICDP in LCH
quarters (24 no.s of quarters) at Kedla Underground Project under Hazaribagh Area.
Sl.N
o.
Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
1
Wiring for circuit/ submain wiring alongwith earth wire with the following
sizes of FRLS PVC insulated copper conductor, single core cable in surface/
recessed PVC conduit as required :- 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth
wire
1080 Mtrs
2
Supplying and fixing DP sheet steel enclosure on surface/ recess along
with 25/32amps 240 volts "C" curve DP MCB complete with connections,
testing and commissioning etc. as required.
24nos
3
Supplying and fixing metal box of following sizes (nominal size) on surface
or in recess with suitable size of phenolic laminated sheet cover in front
including painting etc as required. :- 200 mm X 150 mm X 60 mm deep
24nos
Total
Amount
(in Rs.)
Staff Officer (E&M)H
Job sl no3 :- Bill of Quantity forElectricalWiring of Condition Monitoring Cell office at Reginal Repair Shop,
Tapin under Hazaribagh Area.
Sl.N
o.
Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
1
Wiring for light point/ fan point/ exhaust fan point/ call bell point with
1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface /
recessed medium class PVC conduit, with piano type switch, phenolic laminated
sheet, suitable size M.S. box and earthing the point with 1.5 sq.mm. FRLS PVC
insulated copper conductor single core cable etc. as required. :- Group A Wiring
13 nos
2
Supplying and fixing stepped type electronic fan regulator on the existing
modular plate switch box including connections but excluding modular plate etc. as
required.
3nos
3
Supplying and fixing following piano type switch/ socket on the existing switch box/
cover including connections etc. as required. (3 to 6) :-
5/6 amps switch
8 no.s
4 3 pin 5/6 amp socket outlet 8 no.s
5 15/16 amp switch 10 no.s
6 6 pin 15/16 amp socket outlet 10 no.s
7
Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of
FRLS PVC insulated copper conductor, single core cable in surface/ recessed steel
conduit as required :- 2 X 4 sq. mm + 1 X 4 sq. mm earth wire
40 Mtrs
8
Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of
FRLS PVC insulated copper conductor, single core cable in surface/ recessed steel
conduit as required :- 2 X 6 sq. mm + 1 X 6 sq. mm earth wire
100 Mtrs
9
Supplying and fixing 5 amps to 32 amps rating, 240/415 volts, "C" curve, miniature
circuit breaker suitable for inductive load offollowing poles in the existing MCB
DB complete with connections,testing and commissioning etc. as required.
08 No.s
10 Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of
FRLS PVC insulated copper conductor, single core cable in surface/ recessed
medium class Steel conduit as required :- 2 X 16 sq. mm + 1 X 16 sq. mm earth wire
40 Mtrs
11
Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of
FRLS PVC insulated copper conductor, single core cable in surface/ recessed
medium class Steel conduit as required :- 2 X 10 sq. mm + 1 X 10 sq. mm earth wire
40 Mtrs
12 Fixing of two no.s 63A, ICTP (ICTP to be supplied departmentally) 02 No.s
13 Supplying and fixing following piano type switch/ socket on the existing switch box/
cover including connections etc. as required.:- Bell Push
02 No.s
14 Supplying and fixing following modular switch/ socket on the existing
modular plate & switch box including connections but excluding modular
plate etc. as required. :- Bell Push
02 No.s
15 Supply of tubelight set, 40W/36W (complete with fitting) 08 No.s
16
Installation, testing and commissioning of pre-wired, fluorescent fitting / compact
fluorescent fitting of all types, complete with all accessories and tube etc. directly
on ceiling/ wall, including connection with 1.5 sq. mm FRLS PVC insulated, copper
conductor, single core cable and earthing etc. as required.
08 No.s
17 Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of
FRLS PVC insulated copper conductor, single core cable in surface/ recessed steel
conduit as required:- 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire
150 mtrs
18 Supply of CFL Lamp set, 85W, 230V (complete with fitting) 06 No.s
Total
Amount
(in Rs.)
Staff Officer (E&M)H
Job sl no 4 :- Bill of Quantity for Providing power supply arrangement with earth pits and, internal electrical
wiring for installation of portable weigh bridge at Tapin north OCP under Hazaribagh Area.
Sl.N
o.
Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
1
Supplying and erecting earth pit of minimum bore dia. 150mm size, approved make safe earthing
electrode consisting Pipe-in-pipe technology as per IS 3043-1987 made of corrosion free G.I Pipes with
constant ohmic value surronded by highly conductive compound with high charge dissipation suitable
for effective and maintenance free earthing as with 3mtrs G.I. Pipes having outer pipe dia of 50mm
having 80-200 micron galvanizing, Inner pipe dia. of 25mm having 200-250 micron galvanizing,
connection terminal dia.of 12mm in nominal soil with 50kg back filling compound.
6nos
2 Supplying and laying 25 mm X 6 mm G.I strip at 0.50 metre below ground as strip earth electrode,
including soldering etc. as required. 90 Mtr
3 Providing and laying G.I. tape 32 mm X 6 mm from earth electrode directly in ground as required. 45 Mtr
4
Providing and fixing of lightning conductor finial, made of 25 mm dia 300 mm long, copper tube, having
single prong at top, with 85 mm dia 3 mm thick copper base plate including holes etc. complete as
required.
2nos
5
Erection of metallic pole of following length in cement concrete 1:3:6 (1 cement : 3 coarse sand : 6
graded stone aggregate 40 mm nominal size) foundation including excavation and refilling etc. as
required. :- Above 10.00 metre and upto 12.00 metre
3nos
6 Providing and fixing testing joint, made of 20 mm X 3 mm thick G.I. strip, 125 mm long, with 4 nos. of G.I.
bolts, nuts, chuck nuts and spring washers etc. complete as required. 10 No.s
7 Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop earthing as required. 100 Mtr
8 Erection of all aluminium conductor of 7/1.96 mm to 7/3.10 mm diameter including binding etc. as
required. 50 Kg
9 Erection of LV/MV shackle/pin insulator etc. as required. 06 No.s
10 Erection of angle iron/ channel iron cross arm on wood/ RCC/ PCC/ steel tubular/ rail pole etc. as
required. 05 No.s
11 Erection of cradle guard as required. 01 No
12 Supply of 50 mm X 6 mm flat iron 9 No.s
13 Supply of 16 mm X 150 mm bolts and nuts with washers 18 No.s
14 Supply of Aluminium Paint 4 Ltr
15 Supply of Red Oxide Paint 4 Ltr
16 Supply of GI wire, 6 SWG size 50 Kg
17
Wiring for light point/ fan point/ exhaust fan point/ call bell point with
1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class
PVC conduit, with piano type switch, phenolic laminated sheet, suitable size M.S. box and earthing the
point with 1.5 sq.mm. FRLS PVC insulated copper conductor single core cable etc. as required. :- Group B
04 No.s
18
Wiring for light/ power plug with 2X4 sq. mm FRLS PVC insulated copper conductor single core cable in
surface/ recessed medium class PVC conduit alongwith 1 No 4 sq. mm FRLS PVC insulated copper
conductor single core cable for loop earthing as required.
30 Mtr
19 Supplying and drawing following sizes of FRLS PVC insulated copper conductor, single core cable in the
existing surface/ recessed steel/ PVC conduit as required. :- 2 x 6 sq. mm 30 Mtr
20 Supplying and fixing following piano type switch/ socket on the existing switch box/ cover including
connections etc. as required. (A to D) :- A) 5/6 amps switch 04 No.s
21 B) 3 pin 5/6 amp socket outlet 04 No.s
22 C) 15/16 amp switch 02 No.s
23 D) 6 pin 15/16 amp socket outlet 02 No.s
24 Supplying and fixing of stepped type electronic fan regulator on the existing modular plate switch box
including connections but excluding modular plate etc. as required. 01 No.
25 Supplying and fixing 3 pin, 5 amp ceiling rose on the existing junction box/ wooden block including
connection etc as required. 02 No.s
26 Supplying and fixing brass batten/ angle holder including connection etc. as required. 02 No.s
Total
Amount
(in Rs.)
Staff Officer (E&M)H
Job Sl no 5 :-Bill of quantity forInstallationof Chemical Earth Pits at Weighbridges of KedlaWashery and
Chainpur siding of KedlaWashery under Hazaribagh Area.
Sl.N
o.
Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supplying and erecting earth pit of minimum bore dia. 150mm size,
approved make safe earthing electrode consisting Pipe-in-pipe technology
as per IS 3043-1987 made of corrosion free G.I Pipes with constant ohmic
value surronded by highly conductive compound with high charge
dissipation suitable for effective and maintenance free earthing as with
3mtrs G.I. Pipes having outer pipe dia of 50mm having 80-200 micron
galvanizing, Inner pipe dia. of 25mm having 200-250 micron galvanizing,
connection terminal dia.of 12mm in nominal soil with 50kg back filling
compound.
12 Nos
02 Supplying and laying 25 mm X 6 mm G.I strip at 0.50 metre below ground
as strip earth electrode, including connection/ terminating with G.I. nut,
bolt, spring, washer etc. as required. (Jointing shall be done by overlapping
and with 2 sets of G.I. nut bolt & spring washer spaced at 50mm)
280 Mtr
03 Supply of Lightning conductor (made of copper), 1mtr length Tripod on
top.
03 No.s
04 Providing and fixing testing joint, made of 20 mm X 3 mm thick G.I. strip,
125 mm long, with 4 nos. of G.I. bolts, nuts, chuck nuts and spring washers
etc. complete as required.
42 No.s
Total
Amount (in
Rs)
Staff Officer (E&M)H
Job sl no 6 :- Bill of Quantity for Installation of Chemical Earth Pits and lightning arrestors at 03 no.s
weighbridges of Jharkhand OCP under Hazaribagh Area.
Sl.N
o.
Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supplying and erecting earth pit of minimum bore dia. 150mm
size, approved make safe earthing electrode consisting Pipe-in-
pipe technology as per IS 3043-1987 made of corrosion free
G.I Pipes with constant ohmic value surronded by highly
conductive compound with high charge dissipation suitable for
effective and maintenance free earthing as with 3mtrs G.I.
Pipes having outer pipe dia of 50mm having 80-200 micron
galvanizing, Inner pipe dia. of 25mm having 200-250 micron
galvanizing, connection terminal dia.of 12mm in nominal soil
with 50kg back filling compound. 11 No.s
02. Supplying and laying 25 mm X 5 mm G.I strip at 0.50 metre below
ground as strip earth electrode, including connection/ terminating
with G.I. nut, bolt, spring, washer etc. as required. (Jointing shall be
done by overlapping and with 2 sets of G.I. nut bolt & spring washer
spaced at 50mm) 150 mtr
03. Providing and fixing G.I. tape 20 mm X 3 mm thick on
parapet or surface of wall for lightning conductor complete
as required. (For horizontal run) 24 Mtr
04. Providing and fixing G.I. tape 20 mm X 3 mm thick on parapet
or surface of wall for lightning conductor complete as
required. (For vertical run) 36 Mtr
05. Dry brick on edge flooring in required pattern with bricks of
class designation 7.5 on a bed of 12 mm mud mortar, including
filling joints with Jamunasand, with common burnt clay non
modular bricks. (1m x 1m x 0.3m x 11no.s = 3.3 CUM) 3.3 CUM
06. Supply of Lightning conductor (made of copper), 1mtr length Tripod
on top. 03 No.s
07. Erection of metallic pole of following length in cement
concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc. as required. :- Above 10.00 metre
and upto 12.00 metre 03 No.s
Total
Amount (in
Rs.)
Staff Officer (E&M)H
Job Sl no 7 :-Bill of quantity for Dismantling, installation and commissioning of Power transformer,
1.5MVA,6.6KV/440V at KedlaWashery under Hazaribagh Area.
Sl.N
o.
Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Structural steel work riveted, bolted or welded in built up sections, trusses
and framed work, including cutting, hoisting, fixing in position and
applying a priming coat of approved steel primer all complete.
0.5 MT
Dismantling and shifting of power transformer :- (Sl. No.-2 to 8)
02. Engagement of Skilled manpower 38 Mandays
03. Engagement of Highly Skilled manpower (supervisor) 09 Mandays
04. Engagement of Semi-Skilled manpower 14 Mandays
05 Supply of DA Gas 10 CUM
06 Supply of Oxygen Gas 35 CUM
07 Rent for tools & tackles like rope, pulley, chain blocks, welding torch, Gas
cutter set, cables etc.
1 Set
08 Supply of GI nuts & bolts 10 Kg
09 Supply of Copper flat, 11 SWG 12 Kg
10 Supply of Transformer HV bushing with studs
03 No.s
11 Cleaning and painting of transformer
01 No.
12 Contractor’s Profit (on Sl.no. 2 to 11)
L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 8 :-Bill of quantity for Repairing of 20 Nos 400W HPSV light fittings of Tapin North OCP under
Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supply of Choke (for 400W HPSV/HPMV light set) 20 Nos
02. Supply of Igniter (for 400W HPSV/HPMV light set) 20 Nos
03. Supply of Capacitor42 MFD (for 400W HPSV/HPMV light set) 20 Nos
04. Supply of HPSV Lamp (for 400W HPSV/HPMV light set) 20 Nos
05 Labour Charge (on Sl no.- 1 to 4) L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 9 :-Bill of quantity for Renovation and re-arrangement of Overhead line by providing safety device and
making of Bus-bar and structure for 630KVA transformer at 42 no. colony by providing GOAB and earthing
arrangement at Tapin North OCP under Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supplying and erecting earth pit of minimum bore dia. 150mm size,
approved make safe earthing electrode consisting Pipe-in-pipe
technology as per IS 3043-1987 made of corrosion free G.I Pipes with
constant ohmic value surronded by highly conductive compound with
high charge dissipation suitable for effective and maintenance free
earthing as with 3mtrs G.I. Pipes having outer pipe dia of 50mm having
80-200 micron galvanizing, Inner pipe dia. of 25mm having 200-250
micron galvanizing, connection terminal dia.of 12mm in nominal soil
with 50kg back filling compound.
8 Nos
02. Supplying erection of two lengths of channel iron 75 mm X 40 mm X 6
mm (7.14 kg per metre) double pole cross arm for three wire 11KV over
headline conductors complete with trough bolts and nuts for clamping to
the poles, 50 mm X 6 mm M.S. flats welded on one side to the channel
iron and with bolts and nuts on the other side for tying the cross arms
together, including drilling holes for insulator pins/ fittings, bolts, nuts
and washers etc (as per drawing) and painting with primer and finish
paint as required.
2 Nos
03. Supplying and erection of a set of cross bracing FRLSame work for 11
KV over head line double pole structure having four members fabricated
out of 50 mm X 50 mm X 6 mm angle iron to form a rectangle of
minimum size 1400 mm width X 2500 mm height, complete with 50
mm X 6mm M.S. flat iron clamps, bolts and nuts including drilling
holes for insulator pins, bolts and nuts etc (as per drawing) and painting
with primer and finish paint as required.
2 sets
04. Supplying and laying 25 mm X 6 mm G.I strip at 0.50 metre below ground as
strip earth electrode, including soldering etc as required
120 Mtr
05 Structural steel work riveted, bolted or welded in built up sections,
trusses and framed work, including cutting, hoisting, fixing in position
and applying a priming coat of approved steel primer all complete
0.31 MT
06 Supply of GI nuts & bolts
2 Kg
07 Supply of Glass Tape
6 Roll
08 Supply of Aluminium Flat ,65 mm x 12 mm size
18Kg
09 Supply of GOAB Switch, 11KV grade, Horizontal Type.
01 no.
10 Labour Cost (on Sl. No.-6 to 9)
L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 10 :-Bill of quantity for Dismantling and extension of 3.3 KV Overhead line for feeding power to shovel
No 590 and working in coal face mines of Parej East OCP under Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Erection of metallic pole of following length in cement concrete 1:3:6 (1
cement : 3 coarse sand : 6 graded stone aggregate 40 mm nominal size)
foundation including excavation and refilling etc. as required. :- Above
10.00 metre and upto 12.00 metre
8 No
02. Supplying and erection of galvanised stay set for 11 KV over head lines
complete with 19/ 20 mm dia X 1.8 metres long stay rod, anchor plate of
size 45 cm X 45 cm X 7.5 mm thick, thimble, stay clamps, turn buckle (
20 mm X 600 mm ), 7/ 4.00 mm dia G.I. stay wire and 11 KV strain
insulator etc in cement concrete 1:3:6 (1 cement : 3 coarse sand : 6
graded stone aggregate 40 mm nominal size ) foundation including
excavation and refilling etc. as required.
8 No
03. Erection of pole top/ straight two wire/ V shape two wire, angle iron/
channel iron, cross arm on steel tubular/ rail/ PCC pole for 11/22/ 33 KV
as required.
5 Sets
04. Erection of double pole 3 wire cross arm for 11KV/ 22KV/ 33 KV over
head lines as required.
4 Sets
05 Supplying and erection of 11 KV pin insulator complete with large steel
head G.I. pin, nuts, washers etc. as required.
9 Sets
06 Supplying and erection of 11 KV disc insulator for 11 KV over head
lines with galvanised insulator fittings, ball and socket type and
complete with galvanised strain clamps, bolts, nuts, washers etc. as
required.
15 Sets
07 Erection of all aluminium conductor of 7/3.40 mm to 7/4.00 mm
diameter and above including binding etc. as required.
380 Kg
08 Supply of GI Wire, 6 SWG
47 Kg
09 Erection of GI wire including binding etc. as required.
47 Kg
10 Supply of clamps, bolts, nuts etc.
4 Sets
11 Dismantling of pole/ street light standard/ strut embedded in cement
concrete foundation etc. as required.
6 No.s
12 Dismantling of over head lines comprising of copper/ aluminium
over head conductor, G.I. wire, cross arms, insulators etc. as required.
316 Kg
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 11 :-Bill of quantity for Renovation of 440V overhead line, cradling and grouting of pole, changing of
stays, pin insulators of feeder no.-02 Power supply at Parej East OCP under Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Erection of steel tubular pole of following length in cement concrete
1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 40 mm
nominal size) foundation including excavation and refilling etc. as
required. :- Above 10.00 metre and upto 12.00 metre
6 Nos
02. Erection of ACSR conductor of 7/3.35 mm to 7/4.00 mm diameter and
above including binding etc. as required.
415 Kg
03. Supplying of channel iron 75 mm X 40 mm X 6 mm (7.14 kg per metre)
cross arm for two 11 KV over head line conductors complete with 50
mm X 50 mm X 6 mm (angle iron bracket welded to the channel iron
and complete with 50 mm X 6mm M.S. flat iron clamps, bolts and nuts
including drilling holes for insulator pins, bolts, nuts and washers etc (as
per drawing) and painting with primer and finish paint as required.
4 Sets
04. Supplying and erection of stay set complete (galvanised) with 19/ 20
mm dia X 1.8 metres long stay rod, anchor plate of size 45 cm X 45 cm
X 7.5 mm, thimble, stay clamps, turn buckle ( 20 mm X 60 cm ), 7/ 3.15
mm dia G.I. stay wire and strain insulator etc in cement concrete 1:3:6
(1 cement : 3 coarse sand : 6 graded stone aggregate 40 mm nominal
size ) foundation including excavation and refilling etc. as required.
10 No.s
05 Dismantling of pole/ street light standard/ strut embedded in cement
concrete foundation etc. as required.
06 No.s
06 Supply of GI Wire, 6 SWG (for earthing& cradling)
200 Kg
07 Erection of GI wire including binding etc. as required.
200 Kg
08 Supplying and erection of 100 mm X 80 mm pin insulator complete with
G. I. Spindle and nuts etc. as required .
06 No.s
09 Supplying and erection of 100 mm X 110 mm shackle insulator with
G. I. Bolt, nuts and straps etc. as required .
18 No.s
10 Dismantling of over head lines comprising of copper/ aluminium
over head conductor, G.I. wire, cross arms, insulators etc. as required.
595 Kg
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 12 :-Bill of quantity for Renovation and re-arrangement of power by providing pole mounted cable
jointing kits and GOAB DO Fuse at 11KV/3.3KV Main Sub-station of Tapin South OCP under Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supplying and making straight through cable jointing with heat
shrinkable jointing kit complete with all accessories including ferrules
suitable for following size of 3 core, XLPE aluminium conductor cable
of 11 KV grade as required. :- 70 Sq.mm
2 Nos
02. Supply of GOAB Switch, 11KV grade, 630 Amp, Horizontal Type. 1 No.
03. Supply of DO Fuse (with lightning arrestor), 11KV grade 1 No.
04. Laying of one number PVC insulated and PVC sheathed / XLPE power
cable of 11 KV grade of following size direct in ground including
excavation, sand cushioning. :- Upto 120 Sq.mm
50 Mtr
05 Labour Cost (on Sl. No.2 to 3) L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 13 :- Bill of quantity for Repairing of 3.3KV, 400A, ‘Transgeitz’ make, VCB switch of Parej East OCP
under Hazaribagh Area.
Sl.N
o.
Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supply of Shunt Tripping Coil, 110V, DC 1 No
02. Supply of Vacuum Interrupter 1 No
03. Supply of Rectifier Capacitor Unit, 110V AC to DC 1 No
04 Labour Cost (on Sl No-1 to 3)
L/s
05 Contractor’s Profit ( on Sl. No.1 to 4)
L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 14 :- Bill of quantity for Repairing and reconditioning of 3.3KV, 400A, ‘PCE’ make, VCB , Sl. No.-
05/HMV/109 of Tapin North OCP under Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supply of Shunt Tripping Coil, 110V, DC 1 No
02. Supply of Rectifer Capacitor Unit, 1 phase, 16A, 110V, AC/ DC 1 No
03. Supply of Auxilary Switch assembly, 4NO + 4NC 1 No
04. Supply of Push Button with element 2 Nos
05 Supply of Copper Flat 15 Kg
06 Supply of ‘ JVS’ Make, IDMT2 O/C + 1 E/F relay, Aux. supply-
110V,5A
1 No
07 Supply of ‘ JVS ‘ make, Earth Leakage Relay,110V DC
1 No
08 Supply of indicating lamp with holder
3 Nos
09 Supply of Ammeter / Voltmeter
2 Nos
10 Supply of Ammeter / Voltmeter selector Switch
2 Nos
11 Supply of Fuse Base Barrier
6 No
12 Supply of CBT
1 No
13 Wiring with ferrul, lugs as required
L/s
14 Denting & painting of door locks, front door, joint box etc.with supply
of missing nuts & bolts
L/s
15 Labour Cost (from Sl No-1 to 12)
L/s
16 Contractor’s Profit (Sl. No.1 to 15) L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 15 :- Bill of quantity for Repairing and reconditioning of 02 no.s mechanical units of 33KV/1250A, ,
‘Allind’ make MOCB of Central Substation, Basantpur under Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supply of Mechanical Spares:- ( Unit rate against individual items also
to be mentioned )
a) Operating Shaft Complete- 01 No.
b) Pin Guide-04 no.s
c) Plate base for breaker mechanism- 01 no.
d) Multi trip lock bar -01 no.
e) Multi trip Rod-01 no.
f) Hand Trip Lever Assembly (complete)-01 no.
g) Spindle OPTG/MS/W Bush-01 no.
h) Spring multi trip lever return HT-01 no.
i) Multi trip lock bar plunger – 01 no.
j) Shocket insulator -01 no.
k) Plate front Stress cover RH -01 no.
l) Plate front Stress cover LH -01 no.
m) Pin Mechanism fixing small-02 no.s
n) Washer lug (brass) -04 no.s
o) Terminal Inter-connecting -01 no.
p) Pin copper Contact-01 no.
q) Mechanism spring charge assembly – 01 no.
r) Catch mechanism -01 no.
02 Sets
02. Supply of Spring Charge motor 1 No
03. Supply of Auxilary Switch assembly, 4NO + 4NC 2 Nos
04. Supply of TNC Switch 2 Nos
05. Labour Cost (from Sl No-1 to 4)
L/s
06. Contractor’s Profit (Sl. No.1 to5) L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 16 :- Bill of quantity for Repairing and reconditioning of 1250Amp, 33KV, ‘Allind’ make MOCB
controlling of 10MVA Power transformer of kedla feeder at Central Substation, Basantpur under Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supply of Intermediate Case 02 No.s
02. Supply of Gasket (complete Set) 3 Sets
03. Supply of Explosion Pot 1 No
04. Supply of Oil level indicating glass 2 Nos
05 Supply of Moving contact with arching tip and Rod assembly 1 No
06 Supply of Upper contact Finger Assembly 1 No
07 Supply of lower contact Finger Assembly 1 No
08 Supply of Insulation Cylinder 1 No
09 Supply of Closing Coil, 110V DC 1 No
10. Labour Cost (from Sl No-1 to 09)
L/s
11. Contractor’s Profit (Sl. No.1 to 10) L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 17 :- Bill of quantity for Repairing of 03 no.s secondary control switches of power transformers installed
at main sub-station of Parej East OCP under Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supply of Shunt Tripping Coil, 110V, DC 02 No.s
02. Supply of Closing Coil, 110V , DC 4 Nos
03. Supply of Rectifier Capacitor Unit, 1Phase, 16Amp, 110V, AC/DC 2 Nos
04. Supply of Auxilary Switch assembly, 4NO + 4NC 4 Nos
05 Supply of Push Button switch with element 2 Nos
06 Supply ofindicating lamp Assembly with holder 9 Nos
07 Supply of Amp meter/ volt meter selector switch 2 Nos
08 Supply of Amp meter/ volt meter 2 Nos
09 Supply of Fuse Base barrier 6 Nos
10. Supply of Operating Mechanism spares :- ( Unit rate against individual
items also to be mentioned )
(a) Spring charge indicator - 1 No
(b) Window frame - 1 No
(C) Gear box assly for drawout VCB - 1 No
(d) Catch mechanism - 1 No
(e) Contact spring for VCB - 1 No
(f) Spring for Operating mechanism - 2 Nos
(g) Pin for Operating mechanism - 2Nos
2 Sets
11. wiring with ferrul& lugs as required L/s
12 Labour Cost (from Sl No-1 to 10)
L/s
13 Contractor’s Profit (Sl. No.1 to 12)
L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 18 :- Bill of quantity for Repairing of 3CHR, RKB Type, 150/34K pump, 500GPM capacity, 150 Mtr
head, ‘M&P’ make installed at 8th
level of mine no.-01 at Kedla Underground Project under Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supply of Neck bush with screw 2 No.s
02. Supply of Neck ring with screw 3 Nos
03. Supply of set of two bearing bushes
3 Nos
04.
Supply of Shaft
1 No
05
Supply of set of 4 sleeves nut
1 No
06 Supply of pair of Sleeves 1 No
07 Labour Charge (on Sl.no.-1 to 6) L/s
08 Less Gun-metal scrap value of bush bearing, neck ring, neck bushes,
shaft sleeves, impeller (-)
71 Kg
09 Less CS scrap value of Pump Shaft (-) 80 Kg
10. Contractor’s Profit
L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Job Sl no 19 :- Bill of quantity for Repairing of gun-metal bush of direct haulage, , ‘MAMC’ make, 65 KW,550V
of mine no.-01 at zero level of Kedla Underground Project under Hazaribagh Area.
Sl.No. Description of Item Quantity Rate
(in Rs)
Amount
( in Rs)
01. Supply of Gun metal for Bush 140 Kg
02. Furnishing and moulding work including, Casting and machining(Unit rate
against individual items also to be mentioned )
1) Skilled manpower – 12 Shift
2) Semi-skilled manpower- 4 Shift
3) Supervisor – 2 shift
4) Rent for tools & tackles like rope, pulley, chain blocks, welding
torch, gas cutter set etc.
5) Machining charges for balancing, checking by dynamic balancing
(64 Hrs)
6) Cost of Pattern.
1 Job
03. Less Scrap Value (on Sl. No.-01)
L/s
04. Small pinion teeth welding and turning, furnishing and key making:-
(Unit rate against individual items also to be mentioned )
1) Skilled manpower – 5 Shift
2) Welding Electrode Castern (1.9 Kg)
3) Machining charges for balancing, checking by dynamic balancing
(28 Hrs)
1 Set
05 Cost of Misc. nuts & bolts:-
(Unit rate against individual items also to be mentioned )
1) Bolts & nuts 6mm dia and , 25 mm long – 40 no.s
2) Bright finished or black enameled mild steel bolts & nuts, 50 mm
x 6mm – 38 no.s
3) Bolts & nuts, 24 mm dia, 85 mm long – 45 no.s
4) Bolts & nuts, 20 mm dia, 75 mm long – 45 no.s
1 No
06 Opening & fitting of bush & other materials at site of direct haulage:-
(Unit rate against individual items also to be mentioned )
1) Skilled manpower – 6 Shift
2) Semi-skilled manpower- 4 Shift
3) Supervisor – 2 shift
4) Rent for tools & tackles like rope, pulley, chain blocks, welding
torch, gas cutter set etc.
1 No
07
Contractor’s Profit
L/s
Total
Amount
(in Rs)
Staff Officer (E&M)H
Central Coalfields Limited
Office of the General Manager (H)
At & PO: Charhi, Dist.Hazaribag
Jharkhand.
Terms & Conditions
01. The tender/quotations must be submitted in a sealed cover superscripted on the envelope indicating the
subject for which the tender is/are being submitted and the address of the party/firm submitting tender must
be indicated on the Envelope. On the envelope the address of the General Manager/Chief General
Manager/Staff Officer(E&M),CCL,Hazaribag Area must be indicated.
02. Tender quotation should be indicated item wise rate/price of materials and item wise construction/ erection
cost labor charges, separately or as advised or shown in the Bill of Quantity for material and Bill of
Quantity for labour charges whatsoever may be attached with this document.
03. Item to be supplied by the CCL free of cost are indicated in the Annexure_________.
04. All items of materials should confirm to ISS and wherever certificate of any item/items are required to be
produced, the same have to be furnished by the tenderers.
05. Any addition to the work will be paid for on the recommendation of the Engineer-In-Charge/Staff
Officer(E&M),Charhi and with the approval and sanction by the competent authority.
06. A Guarantee Period of 01 year after completion of the work will be part of the contract and the contractor
shall provide commissioning of the entire project and trial run being fully the responsibility of the
contract/executive agent.
07. In the event of any dispute arising out of the contract during the execution, the decision of the General
Manager/Chief General Manager(H),Charhi will be final and binding. This will also cover the Guarantee
Period.
08. The amount of Security money ( performance security and retention money) equivalent of 10% of the work
shall be deducted from the bill/running bill and accordingly progressive payment be made up to 90% of the
completion of work against running bills and balance 10% of the billed amount shall be paid to the
contractor after satisfactory completion of Guarantee Period.
09. The successful tenderers will have to execute an agreement above award value of Rs.5.00lakhin the
prescribed form and deposit Security money (performance security and retention money) within ten days’
time or as applicable under clause-8above on receipt of letter from the Staff Officer(E&M)/H,Charhi.
10. The work allotted has to be completed under specific time mentioned in the award of work.
11. The contractor shall observe the rules and take all safety precautions and the work shall be carried out in
accordance with the Indian Electricity Rules and Acts and in case of any defect observed in course of
construction after construction work is over, the contractor shall have to rectify or remove the defects at his
own cost. The contractor will be responsible for the safety and safe keep of the materials arranged by
him/them or issued by the company or any stores of the company of CCL for the construction work and the
contractor should return the excess after the completion of the work to the company’s stores. Payment will
be made through E-Banking system if available.
12. The arrangement of water etc. shall have to be arranged by the contractor/tenderers at his/their own cost.
The tenderers must engage skilled hand supervisors for the work. The tenderers will have to give detail of
their experience along with the tender.
13. The company of CCL is not responsible to provide any tools and tackles, equipment for the construction
work.
14. The tenderers shall not get material payment supplied for the work until the same is/are utilized on
construction/erection work/s.
15. The bill of the work will be verified by the Engineer-In-Charge of the work.
16. All the works have to be carried out as per approved design, specification and instruction of Engineer-In-
Charge. The design, specification if any may be collected from the office to be specified from the Office of
the Staff Officer(E&M)/H as may be required necessary.
17. Any material if issued by the department of CCL,subject to availability in the existing stores and subject to
its spear ability for the subject work will be supplied on Sale Account at issue rate, the cost of which will
be recovered from the bill of the contractors or from any other bill may be due to the contractor or the cost
should be deposited by the contractor.Materialstobe supplied by the department shall be supplied either at
colliery stores or at Regional/Group Regional Stores etc.of the Area.
18. The rate quoted shall be valid for all the Group under Hazaribag Area of the CCL and no extra claim
beyond the tenders will be entertained for the Area. No claim of the contractor is entertained by the
company for any loss or damage or compensation or any expenditure incurred or to be incurred by
him/them in regard to his/their establishment of workman so engaged or deployed by him/them for any
reason either for the period during execution of the work or suspension of the work etc.whatsoever.
19. Tenderer/s shall not get any payment towards the transportation charges for transport of material
whatsoever.
20. All materials to be used for construction/erection work should be confirmed to ISS specification/Indian
Electricity Rules,1956 and 2003.
21. All works are to be carried out with diligence and all works to be executed are to be domain the workman
like manner subject to the approval of the Staff Officer(E&M)/Hazaribag Area for the time being whose
decision as to be rate of progress and quality of work or materials used/being used shall be final and
binding.
22. The Quality of work executed shall be measured and progress made thereafter and on the completion of
work or the termination of the agreement final measurement will be made and the amount adjusted
accordingly.
23. The General Manager/Chief General Manager(Hazaribag Area,CCL) may put an end to any agreement at
his option any time and in case of bad materials the Staff Officer (E&M)/H may remove the same and have
to replace deducting the value of the work rejected or materials removed or the cost replacing the same as
may think proper from any amount due or that may be come due to the contractor/s.
24. In case of stoppage of work through fault of contractor, the contractor will have to remove all materials
from the site of work and that no materials from the of work and that no materials from the site of work and
that no materials or plant or erection such as sheds, kilns etc. are to be paid for. The company shall not be
required to take over any materials whatsoever except what included in the finished book.
25. The contractor/s would agree to abide by the specification enforced by the company and by any
supplementary specification which the Staff Officer (E&M)/H may issue with the work order subsequently
any change in the specification/design or work or value of work for quality of work etc. is required
necessary as deemed fit and necessary either by the Engineer In-Charge of the concerned unit/Project
authority may be made and shall be binding on the contractor or to do the work accordingly.
26. No work is to be commenced any where till the work order has been signed by the competent authority and
till a copy of its has been given to the Contractor/s.
27. The contractor is not permitted to sublet the work mentioned in the work order to any other contractor
unless he has first obtained the permission of the same from the General Manager(H)/Chief General
Manager(H)to do so. Any infringement to this consideration will result the work order being cancelled and
the claim of sub. Contractor will not be considered.
28. The work is subject to stoppage at week’s notice and the company will under no circumstances refund to
the contractor signing the order any loss incurred from contractor or any other labors or colliery temporary
hitting materials actually delivered at the site of work will only be paid for when the same are used for
construction/erecting work.
29 The contractor/s in addition to any indemnity provided by law shall indemnify the company against the
company against all liability whatsoever to many compensation under the Work Compensation Act, 1923
or any Amending Act in respect of any amendment to any workman employed by or under the contractor or
in the course of the work completed but this Contract whether made or preferred by or on behalf of
workman of the Company or if the contractor of any other company, firm or person what So ever against
cost charges and expenses incurred or suffered by the company in or about by such matter.
30. All approved work shall be paid for an account in accordance with the rates specified and agreed in this
work order. But a deduction of 10%on the total of each bill will be retained as Security Deposit for the due
performance of Contractor, but this security deposit will be required only when the contractor is allowed at
the first instance to execute the work without deposition of the Security deposit in amount partly or fully,
whatsoever. However, this security deposit will absolutely be forfeited if he fail to act in accordance with
the Terms & Conditions of the specification.
31. The contractor shall indemnify the company against all claims for compensation under the provision of the
Workmen’s Compensation Act,1923(VIIIPt.1023) of by or in respect of any workman employed by the
contractor/s in carrying out this contract and against all costs and expenses incurred by the company in
connection with(Without prejudice to any other means orRecovery) the company shall be entitled to deduct
from any money due or Become due to the contractor/s(Whether under this contract or under any(Other
contract) all money paid or payable by the company by way ofCompensation aforesaid or costs or expenses
in connection with any claim Thereto of the General Manager (H)/Chief General Manager (H),Central
Coalfields Limited, Hazaribag Area as to the sum payable by the contractor under the provision of this
clause shall be final and conclusive.
32. The contractor/s should complete the work in time as laid down in the Tender Notice complying with the
instruction of the Engineer-In-Charge, failing which the company will be free to impose penalty @2% per
week up to maximum of 10%.
33. The full tender paper/document should be submitted in a sealed cover and All pages should be
signed/sealed by the contractor/s in token of acceptance of the Terms & Conditions etc.
34. The Earnest Money 1.25%(rounded off to next 100) of the total estimated cost should bedeposited in
form of cash receipt issued by cash department, CCL Hazaribag Area or online (documentary
proof is to be enclosed) only.
35. The tender should be addressed to the Staff Officer (E&M), CCL, Hazaribag Area,AT & PO
Charhi,Dist.Hazaribag,Jharkhand.
36. The Management reserves the right of accepting or rejecting any tender wholly or partly without assigning
any reasons whatsoever or cab distribute the work among more than one bidders.
Encl: 1. Tender Notice
2. Bill of quantity of materialAnd item of labour.
SPECIAL TERMS & CONDITIONS.
01. The validity of any offer is subject to total and un conditional acceptance overrules, Terms and conditions
and other basic information laid down contained in this document.
02. Before submitting tenders, every prospective tenderers is expected to acquaint himself with the site,
working conditions and working environment as well as nature and complexion of work in question by
actual visit to site and necessary investigation wherever classification should be obtained as well as in
advance of opening of tender.Dispute will not be entertained on these account
03. CCL will have the right to accept or reject any or all tenders wholly or partly without assigning any
reasons.
04. CCL will also have full right to distribute the work amongst more than one party and proportionately
reduce the time of completion of the work by each party.
05. No coal will be issued to the contractor engaged for construction work for the brick manufacturing. It will
be contractor’s responsibility to arrange by themselves.
06. The work should be completed ___________ months from 10th
.day after the issue of Letter of Intent or
handing over the site whichever is later.
07. On completion of the work all rubbish, brickbats etc. should be removed by the contractor/s at his/their own
expenses and the site cleaned and handed over to the company.
08. Tenderer/s should note that CCL will not give guarantee for electrical power supply and water supply.
However, if possible sensible these will be made available to the tenderer/s on usual rates and practice of
CCL.Approach to the Site is Contractor’s responsibility.
09. Removal of slush if any formed during execution of work shall be carried out by the contractor for which
no extra claim shall be entertained.
10. Pumping/boiling out of water after accumulated in the excavated area is the responsibility of the contractor.
The contractor will be responsible for handing over the completed boiling work in vacant position to the
Management.
11. Approach to the Site is Contractor’s own responsibility.
12. Pumping/boiling out of water after accumulated in the excavated area is the responsibility of the contractor.
13. The contractor will be responsible for handing over the completed boiling work in vacant position to the
Management.
14. No condition other than those stipulated in the tender document will be accepted.
SECURITY DEPOSIT
15. The tenderer shall permit the Company at the time of making any payment to them/him for the work done
under the contract to deduct such sums as will be along with the amount of the earnest money already
deposited amounts to 10% of the contract value subject to maximum of 1.00Lakh in each case.
The Security deposit/amount less the amount of earnest money deposited will be recovered in four equal
installments from the first four running bills of the work.
On receipt of the acceptance of the tender the successful tenderers shall sign an agreement in the Stamp Paper
above award value of Rs.5.00 lakhsfor the due fulfillment of the contract. The written agreement to be entered
into between the contractor and the company shall be the foundation of the right of both the parties and the
contract shall not be deemed to be completed until the Agreement has first been signed by the contractor and
then by the company authorities.
16. Tenders will be received in two distinct Part-I and II and each part will be properly sealed. Part-I will be
opened first and Part-II only such tenderers will be opened there after who qualify for further completion
on basis of evaluation of Part-I.
17. Sealed Envelope of Part-I of the tender will contain the following :-
18. a) Undertaking in the form of letter duly signed.
B) Earnest Money will be to the tune of 1.25% (rounded off to next 100) of the estimated value of the work subject
to Maximum of 1.00lakhRupees One lakh)only This has to be deposited in form of cash receipt issued by cash
department, CCL Hazaribag Area or online (documentary proof is to be enclosed) only.No other mode of
earnest money will be accepted.
c). Details of construction of the firm/Agency.
e) Date &place of registration.
f).Name of Directors/Partners.
g). Partnership Deed.
h) PAN No.
i).Name of Bankers.
j). Certificate from them regarding financial soundness.
k) All information furnished should be supported by a acceptable documents.
l) Affidavit certifying that no child labour will be engaged in the supply chain
m) Valid Electrical contractor licence along with electrical licence of superviser / Electrician / workmen
invoved in the work .
ELIGIBILITY CRITERIA:
a) Average annual financial turn over during the last03(Three) years ending 31st. March of previous
financial year should be at least 30% of the estimated cost.
b) Experience of having successful completed similar works during last 7(Seven) years ending last day
of months previous to one in which applications are invited 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 eachcosting 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
GSTN no. or document as applicable. (ReferClause-4,page 3 of NIT)
List of equipment they are having
List of managerial technical personnel with their Bio Data proposed on the contract question. A step by step activity
logical and dequentional work program for the completion of the allotted time frame right from the date of
acceptance of tender to the date of completion should be enunciated .Dependence of the activities on CCL’s
decisions/activities may also be brought out in details.
In the event of the part work, allotted proportionate reduction in time duration shall be indicated by every tenderer.
The entire prescribed documents as sold to the tenderers with every page & every corrections duly signed by the
tenderers with firm seal affixed on every page.
Unsigned documents would be liable to rejection.
Sealed envelope for part –II will contain the bill of quantities,which spells out specification of various items of work
approximate quantities .
Central Coalfields Limited
Office of the General Manager (H),
At &PO. Charhi, Dist.H, bag, Jharkhand
PIN CODE- 825336
(Hazaribag Area)
Declaration of the Contractor
_______________________________________________________________
Contractor hereby undertake that I shall pay the Labor Charges for the work of
As per Minimum Wages Act of Govt. of India/Govt. of Jharkhand and as per amendments there to applicable to
zone in which the work lies and act accordingly. I/We also undertake to abide by the various laws enforce and
extend necessary facilities and amenities to the staff and workers employed by me /us.
I/We hereby declare that I/We have made myself/Ourselves thoroughly conversant with the local conditions
regarding material and labor on which I/We have based my/our rates for this work. the specifications/conditions of
this work have been carefully studied and understood by me/us before submitting this tender.
I /We hereby promise to get myself/ourselves registered with the Labour Department as per provisions of Laws
before commencement of this work.
Signature of the Tenderer
\