Professional Documents
Culture Documents
Tendernotice 1
Tendernotice 1
E-TENDER NOTICE
(Only Through Electronic Tendering)
Page 1
Wcl-Pe3350-enm-0108-LHD-2018-19
3 . EMD: - Earnest Money Deposit (EMD) amount as indicated at page 01 of this NIT
the should be furnished through ONLINE mode only. For online payment of EMD bidder
has to select the option “Axis Aggregator Bank Net Banking. Bidder will be allowed
by the system to submit the bid only when the EMD is successfully received in
WCL’s account and the information flows from Bank’s Server to e-procurement
portal.
There are two options for bidder.
Option 1: Payment through Net banking
Option 2: Payment through NEFT / RTGS.
In case of Payment through Net Banking, payment option through any of the
selected set of banks is available and the payment is made instantaneously.
In case of Payment through NEFT / RTGS, a payment slip is generated and the
bidder has to take the printout of the Challan and make the payment through
his desired bank. After successfully NEFT / RTGS, bidder has to wait for 1 to
2 hours for reflection of payment through bank.
Bidders have to check at Payment Verification option to ensure that the
payment is reflected properly and then select the “Freeze bid submission”
In case of any exemption of EMD claimed by the bidders, the notary attested
copies of the relevant documents (as per the details indicated below) shall
be uploaded along with the techno commercial bid (Part- I).
The EMD of unsuccessful bidders will be refunded immediately once the bidder
status is made “Rejected” (except for defaulting bidders). EMD amount of
the Bidder shall be transferred automatically from Axis Bank Pool A/C to
bidders account (from where it was debited) on the next calendar day. In
case of successful bidders, after uploading of the Award of Contract, EMD of
the Successful bidder will be transferred from Axis Bank Pool A/C to WCL A/C
Page 2
Wcl-Pe3350-enm-0108-LHD-2018-19
Mobile no 06260565103
Email: jalal171961@gmail.com
In case of any clarification please contact M/S NIC, well before the
schedule time for submission of bids.
Contact Person
SHRI SAMIRAN GHOSH: 9175201151, CIVIL LINES, NAGPUR 440001
Nic Toll Free telephone no 1800-233-7312
Local Help Desk 0712-2511381-extn-5609
To obtain the class II digital signature certificate or further details
please visit our website:http://coalindiatenders.gov.in or
http://nicca.nic.in you may also contact: Mr. VIVEK NIMJE: 09561075399,
CIVIL LINES, NAGPUR 440001
6. The bidder have to accept the on line user portal agreement which
contains the acceptance of all the Terms and conditions of NIT and
tender document , undertaking and the e procurement system through
https://www.coalindiatenders.gov.in order to become an eligible bidder
. This will be a part of the agreement.
7. Eligible Bidders: The invitation for bid is open to all bidders
including an individual proprietorship firm, partnership firm, company
or a Joint Venture having eligibility to participate as per eligibility
criteria stipulated in clause No.14 of NIT and having Digital Signature
Certificate (DSC) issued from any agency authorized by Controller of
Certifying Authority (CCA) Govt. of India and which can be traced up to
the chain of trust to the Root Certificate of CCA.
8. Validity: - The validity of quoted rates shall be 90 days from the
end date of submission of bid
Page 3
Wcl-Pe3350-enm-0108-LHD-2018-19
9. EMD Refund:
a. If EMD is paid by the bidder in online mode (Direct Debit/NEFT/RTGS) then
the EMD of rejected bidders will be refunded at any stage directly to the
account from where it had been received (except the cases where EMD is to be
forfeited).
b. No claim from the bidders will be entertained for non-receipt of the
refund in any account other than the one from where the money is received.
c. If the refund of EMD is not received by the bidder in the account from
which the EMD has been made due to any technical reason then it will be paid
through conventional system of e-payment. For this purpose, if required,
Tender Inviting Authority will obtain the Mandate Form from the Bidder.
d. In case the tender is cancelled then EMD of all the participating bidders
will be refunded unless it is forfeited by the department.
e. If the bidder withdraws his/her bid online (i.e. before the end date of
submission of tender) then his/her EMD will be refunded automatically after
the opening of tender.
f. The EMD of successful bidder (on Award of Contract) will be retained by
CIL/Subsidiary and will be adjusted to Performance Security Deposit. However,
EMD deposited by the L-1 bidder in the form of BG will be discharged when the
bidder furnishes the required Performance Security Deposit (PSD) and sign the
agreement.
10: Evaluation of tenders (weight age): Financial turnover and cost of
completed works of previous current price level while evaluating the
qualification requirement and bid assessment of tenders.
11. Exemption of EMD : Bidder shall be consider for EMD exemption if
the firm is a Ancillary to WCL for the tendered repair/fabrication work
specifically mentioned in the certificate or if the bidder is valid
MSME/SSI/NSIC/DGS&D registered firm for the same repair/fabrication
work. Bidder should produce documentary evidence duly notarized issued
by WCL/Govt authorities for claiming exemption towards submission of
EMD Otherwise EMD shall not be exempted.
12. Submission of Bid:
12.a. In order to submit the Bid the bidders have to get themselves
registered online on the e-Procurement portal of Coal India
(https://www.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 Certificates of CCA. The online
Page 4
Wcl-Pe3350-enm-0108-LHD-2018-19
Registration of the Bidders on the portal will be free of cost and one
time activity only. If the bidder is an individual person then he
should register himself under “Individual “category and if the bidder
is a partnership firm/joint venture/company then registration should be
under Corporate Category. The registration should be in the name of
bidder whereas DSC holder may be either bidder himself or his duly
authorized person.
12.b. The bidders have to accept unconditionally the online user portal
agreement which contains the acceptance of all the Terms and Conditions
of NIT including General and Special Terms &Conditions and other
conditions if any along with on-line undertaking in support of the
authenticity of the declarations regarding the facts figures
information and documents furnishes by the Bidder on-line in order to
become an eligible bidder. No conditional bid shall be accepted
12.c. Letter of bid: The format of letter of Bid as given in the NIT
will be downloaded by the bidder and will be printed on Bidder‟s
letters head and the scanned copy of the same will be uploaded during
bid submission in cover-I This will be the covering letter of the
bidder for his submitted bid, The content of the „„Letter of Bid”
uploaded by the bidder must be the same as per format downloaded from
website and it should not contain any other information. The letter of
bid will be digitally signed by DSC holder submitting bid online and it
does not require any physical signature .However, if the Letter of Bid
(LOB)bears the physical signature in addition to the digital signature
of DSC holder, it will be accepted without questioning the identify of
person signing the Letter of Bid. If there is any change in the
contents of Letter of Bid uploaded by bidder as compared to the format
of Letter of Bid uploaded by the department with NIT document, then the
bid will be rejected.
12.d.The bidder shall upload their bids along with all the supporting
documents in the e-procurement Portal within the stipulated date of tender
submission. EMDs are to be paid by the bidders in on line mode, available in
the system. However offline mode of EMD payment will be allowed for those
Subsidiaries, who are yet to provide their Bank accounts or mapping of the
Axis Bank accounts are completed by NIC/Axis Bank. EMD exemption documents
will be uploaded as provided in the system, to be verified along with bid
documents.
Page 5
Wcl-Pe3350-enm-0108-LHD-2018-19
Page 6
Wcl-Pe3350-enm-0108-LHD-2018-19
Page 7
Wcl-Pe3350-enm-0108-LHD-2018-19
Page 8
Wcl-Pe3350-enm-0108-LHD-2018-19
hours) may be given to the L-1 bidder for re-submission, indicating start
date and end date for resubmission of such document/s.
(iii). The tender will be evaluated on the basis of documents uploaded by L-1
bidder online. The L-1 bidder is not required to submit hard copy of any
document through offline mode. Any document submitted offline will not be
given any cognizance in the evaluation of tender.
(iv). In case the L-1 bidder submits requisite documents online as per NIT,
then the bidder will be considered eligible for award of Contract.
(v). In case the L-1 bidder fails to submit requisite documents online as per
NIT or if any of the information/declaration furnished by L-1 bidder online
is found to be wrong by Tender Committee during evaluation of scanned
documents uploaded by bidder, which changes the eligibility status of the
bidder (for the first time), then his bid shall be rejected and EMD or Rs.
1.00 lakh, whichever is lower, of L-1 bidder will be forfeited.
(vi). In case of submission of EMD in the form of BG, if L-1 bidder fails to
submit the original BG within 10 (Ten) working days indicated online under
“Upload shortfall documents”/”Confirmative documents”/”e-mail inbox” link,
his bid will be rejected and he shall be debarred for a period of 1 (one)
year for participating in the future tenders of WCL.
(vii). In case the L-1 bidder is technically eligible but rejection is due to
high rate quoted by him then the tender shall be cancelled and retendered.
(viii). In case the L-1 bidder is rejected due to non-compliance of
confirmatory documents (including non-submission of original BG) then the L-2
bidder will become L-1 bidder and confirmatory documents of L-2 bidder shall
be evaluated by Tender Committee and the process shall be followed as
mentioned in clause No. (i) to (vi) above.
(ix). The process as mentioned at Clause No.(viii) shall be repeated till the
work is either awarded or all the eligible bidders are exhausted.
(x). In case none of the bidders complies the technical requirement, then re-
tender will be done.
(xi). The L-1 bidder/s (either L-1 or subsequently declared L-1) fails to
submit the requisite documents online as per NIT or if any of the
information/declaration furnished by L-1 bidder/s online is found to be wrong
by Tender Committee during evaluation of scanned documents uploaded by
bidder, which changes the eligibility status of the bidder, in two tenders,
floated by the same Tender Inviting Authority, within a span of one year (to
be counted with respect to date of e-publication of NIT), then his bid shall
be rejected and the EMD of L-1 bidder will be forfeited.
Page 9
Wcl-Pe3350-enm-0108-LHD-2018-19
16. Every tender is expected before quoting his rates to go through the
requirements of materials/workmanship under specification/requirements and
conditions of contract and to inspect the site./area of the proposed work at
his own cost . It shall be deemed that the tenderer has visited the site/area
and got fully acquainted with the working conditions and other prevalent
conditions and fluctuations thereto weather they actually visited the
site/area or not and have taken all the above factors into account while
quoting his rates.
17. All Duties, GST and other levies, payable by the contractor under the
contract or for any other cause as applicable on the last date of submission
of tender shall be included in the rates, Prices and the total bid price
submitted by the bidder. All incidentals overheads etc. as may be attendant
upon execution and completion of works shall also be included in the rates,
prices and total bid price submitted by the bidder.
However duties taxes levies etc. Which is notified after the last date
of submission of tender and /or any increase over the rate existing on the
last date of submission of tender shall be reimbursed by the company on
production of documentary evidence in support of payment actually made to the
concerned authorities.
The company reserves the right to deduct/withhold any amount towards
taxes, levies, etc and to deal with such amount in terms of the provisions of
the statute of in terms of the direction of any statutory authority and the
company shall only provide with certificate towards such deduction and shall
not be responsible for any reason whatsoever.
18. Cost of bidding:-The bidder shall bear all costs associated with the
preparation and submission of his bid and the Employer will in no case be
responsible and liable for those costs.
19. The tenderer shall closely study all specifications in detail which
govern the rates for which he is tendering.
20. Currencies of bid and Payment: The unit rates and prices shall be quoted
by the Bidder entirely in Indian Rupees only.
21. The work should be completed within the stipulated period. For the
th
awarded work the date of commencement shall be reckoned from the 10 day of
issue of letter of intent/work whichever is Earlier.
22. On completion of the work all rubbish, debris, brickbats etc, shall be
removed by the contractor(s) at his/her their own expense and the site
Page 10
Wcl-Pe3350-enm-0108-LHD-2018-19
cleaned and handed over to the company and he/they shall intimate officially
of having completed the work as per contract.
23. The tenderer(s) will deploy sufficient number and size of
equipment’s/machineries/vehicles and the technical/supervisory personnel
required for execution of the work.
24. The bidder whose Bid has been accepted, will be notified of the award on-
line and also by registered post by the employer prior to expiration of the
bid validity period. The successful bidder/s will get the information
regarding award of work on their personalized dashboard on line. On receipt
of letter for intent (LO1) Work Order of the tender issued by the Company,
the successful tenderer shall execute the work Performance Security Deposit
(PSD) if any must be submitted by the contractor after receipt of letter of
intent. Failing which work will be cancelled with forfeiture of EMD. The
performance security deposit should be submitted in the form of Bank Guaranty
(BG), FDR and Demand Draft of any nationalized/scheduled bank drawn in favour
of Western Coalfields Limited, Pench Area payable at Parasia. The work
order/agreement (Agreement shall be executed for works valuing more than
Rupees Five Lakh) should be executed within 7days of PSD from the contractor
.In case the PSD is submitting in the form of bank Guarantee (BG) and needs
verification from the issuing bank then agreement should be executed within
10 days of receipt of PSD. The written contract to be entered into between
the contractor and the company shall be the foundation of the rights of both
the parties and the contract shall not be deemed to be executed until the
contract is signed by the parties i.e. Contractor and the Company. The amount
so retained will be refunded on successful completion of work
25. Bid Validity: The validity period of the tenders shall be 120 (One
Hundred Eight) days from the end date of bid submission.
In exceptional circumstances, prior to expiry of the original time
limit, the Employer may request the bidders to extend the period of validity
for a specified additional period , The employer’s request and the bidder’s
responses shall be made in writing. A bidder may refuse the request without
forfeiting his bid security. A bidder agreeing to the request will not be
required or permitted to modify his bid but will be required to extent the
validity of his bid security/EMD (if submitted in the form of BG) for a
period of 28 days beyond the extended validity of the bid.
26. Modification and Withdrawal of Bid:
Modification of the submitted bid shall be allowed on line only before the
deadline of submission of tender and the bidder may modify and resubmit the
Page 11
Wcl-Pe3350-enm-0108-LHD-2018-19
bid on-line as many as he may wish. Bidders may withdraw their bids online
within the end date of bid submission and their EMD will be refunded. However
if the bidder once withdraws his bid, he will not able to resubmit the bid in
this tender. For withdrawal of bid after the end date of bid submission, the
bidder will have to make a request in writing to the Tender inviting
Authority. Withdrawal of bid may be allowed till issue of work order /LOA
with the following provision of penal action.
a. If the request of withdrawal is received before online notification
for opening of price bid, the EMD will be forfeited and bidder will
be debarred for 6 months from participating in tenders in WCL. The
price-bid of remaining bidders will be opened and the tender process
shall go on.
b. If the request of withdrawal is received after online notification
for opening of price bid, the EMD will be forfeited and the bidder
will be debarred for one year from participating in tenders in WCL.
The Price-bid of all eligible bidders including this bidder will be
opened and action will follow as under.
I: If the bidder withdrawing his bid is other than L1 the tender
process shall go on
II: If the bidder withdrawing his bid is L-1, then re-tender will be
done.
(The penal action against clause (a) & (b) above will be enforced
from the date of issue of such order)
27. The company reserves the right to post pond the date of receipt and
opening of tender or to cancel the tenders without assigning any reason
whatsoever.
28. The Company reserves its right to allow Public Enterprises purchase
preference facility as admissible under prevailing policy. Notice shall be
deemed to be part of the Contract Agreement The General Terms & Conditions
Additional Terms & Conditions, Special Terms & Conditions (if any) ,Technical
Specifications drawing (if any) and any other documents uploaded on portal as
NIT documents forms an integral part of this NIT and shall also form a part
of the contract agreement.
30. No subletting of work as a whole by the contractor is permissible.
Subletting of work in piece rated jobs is permissible with the prior approval
of the department. The Contract Agreement will specify major items of supply
or services for which the contractor proposes to engage sub-contractor/sub-
vendor. The contractor may from time propose any addition or deletion from
Page 12
Wcl-Pe3350-enm-0108-LHD-2018-19
any such list and will submit proposals in this regard to the Engineer-in-
charge/Designated Officer-in-charge for approval well in advance so as not to
impede the progress of work. Such approval of the Engineer-in-
charge/Designated Officer-in-Charge will not relieve the contractor from any
of his obligations duties and responsibilities under the contract.
31. The tenderer shall have to ensure implementation of CMPF/EPF, if
applicable in respect of the workers deployed by him as detailed in the tender
document.
32. The facilities /preferences for repairing works from the Ancillary units
will be as per WCL’s Ancillary policy.
33. Abnormally High Rate (AHR) and Abnormally Low Rate (ALR) Items:
Abnormally high rates and abnormally low rate tenders shall be regularized
and dealt as per details given below:
1. For identification of AHR & ALR items the ceiling of +/- 20% respectively
when compared with the updated estimated rate is considered as reasonable.
Updating shall be done after adding percentage calculated as per system laid
down earlier on the estimated rate.
2. For identified abnormally low rate (ALR) items the contractor will be
required to deposit (Performance Security Deposit) with the company the
difference in amount calculated between the departmental justified rate
multiplied by the quantity of a particular ALR items’ and ALR rate quoted by
the contractor multiplied by the quantity of the same item. The total amount
to be deposited will be the sum total of all the identified ALR items
calculated as per the method outlined above. The amount so retained will be
refunded on successful completion of individual ALR items of work.
34. Matters relating to any dispute or difference arising out of this tender
and subsequent contract awarded based on this tender shall be subjected to
the jurisdiction of Nagpur District Court, where the subject is to be execute
Page 13
Wcl-Pe3350-enm-0108-LHD-2018-19
Annexure “A”
GENERAL TERMS AND CONDITIONS
1. The tenderer is advised to consult Colliery Engineer (E&M) VP-II UGM
for the quantum of works before submission of tender to avoid
further complications.
2. Completion Period: 60 days.
3. The tenderer cannot transfer/sublet any part of work.
4. The rates once awarded will remain firm.
5. Transportation: To and fro will be borne by the contractor.
6. Guarantee/ Warrantee: The repairing of transmission assembly as per
scope of work should be guaranteed /warranted for a period of 09
months from the date of fitment of same with LHD. In case of
premature failure of any of the repaired transmission assembly of
LHD within the guarantee period, the same will be repaired free of
cost by you within 15 days from the date of failure.
7. Payment: 90% payment will be made after satisfactory completion of
job for repairing of transmission assembly as per scope of work &
10% after satisfactory performance for 09 months.
8. Consignee: VP-II UGM.
9. Inspection Authority: Colliery Engineer (E&M), VP-II UGM.
10. Paying Authority: Area Finance Manager, WCL Pench Area.
11. Bills should be submitted through Colliery Engineer (E&M), VP-II
UGM to S.O. (E&M), Pench Area with necessary certification of
satisfactory completion of work on body of the bill by the
inspecting authority.
12. Liquidate Damages Clause: If the contractor fails to maintain the
required progress in terms of the agreed time & progress chart or
to complete the work on or before the scheduled date or extended
date of completion he shall without prejudice to any other right or
remedy available under the law to the company on account of such
breach pay as compensation (Liquidated Damages) @half percent
(1/2%) of the contract price per week of delay. The aggregate of
such compensation/compensating shall not exceed 15% (Fifteen)
percent of the total value as shown in the contract.
13. Scope of work: As a specified in the bill of quantities (BOQ), all
material and consumable with labour charges as covered in BOQ will
be provided by the contractor.
Page 14
Wcl-Pe3350-enm-0108-LHD-2018-19
Page 15
Wcl-Pe3350-enm-0108-LHD-2018-19
22. Old materials have to be deposited at unit store of Naheriya UGM & a
Certificate up to the extent that old materials have been deposited
at Unit Store of Naheriya UGM has to be certified on the body of the
bill by Inspecting authority.
23. All the corrigendum and amendments up loaded on the website regarding
this NIT shall be the responsibility of the tenderers to comply with.
24. The company is not under any obligation to accept the lowest tenders
and reserve the right to reject any or all the tenderer without
assigning any reason what so ever and also to distribute the work and
allot the work/works to more than one tenderer at its sole
discretion.
25. The bidder shall be responsible for payment of compensation in case
of accidents while carrying the works as per scope of work of this
referred NIT. The WCL is no way responsible for any of the accidents.
26. Conditional offer shall not be considered.
27. Tenderer will govern by all the prevailing terms & conditions
of the company.
Page 16
Wcl-Pe3350-enm-0108-LHD-2018-19
of WCL. If yes, the name & other details are given below:
2(A) Shri/Smt……………………………………………..
2(B) Designation…………………………………………………
From ……….(Date………………)
2(E) Relation……………………………
3. All information furnished by us in respect of fulfillment of
eligibility criteria and qualification information of this Tender is
complete, correct and true.
Page 17
Wcl-Pe3350-enm-0108-LHD-2018-19
FORM-2
DECLARATION
Page 18
Wcl-Pe3350-enm-0108-LHD-2018-19
Form-3
FORMAT OF LETTER OF BID
LETTER HEAD OF BIDDER (AS ENROLLED ONLINE ON e-PROCUREMENT
PORTAL OF WCL)
To
The tender Committee
Contract Management Cell,
WCL, Pench Area,Parasia