Sei sulla pagina 1di 19

( )

..
- , (.!.) - 231 220

nwjHkkk % 05446- 267297, Mob. 08004945729


QSDl % 05446- 276274, 07805- 256105

Northern Coalfields Limited


(A Mini Ratna Company)
Bina Project, PO: Bina Project
Dist.- Sonebhadra, (UP) - 231 220
Tel. : 05446- 267297, Mob. 08004945729
Fax. : 05446- 276274, 07805- 256105

Website : www.ncl.nic.in

Website

e-mail : cgm_bina@yahoo.com

: www.ncl.nic.in

e-mail : cgm_bina@yahoo.com

Tender Notice No. B/Mining/Tender/Safety/16-17/374


Name of Work

Date & Time of Closing of Tender

Date: 05.09.2016

Repainting & rewriting of wall paintings (safety


slogans / instructions) of CHP area from receiving
pit to loading point at Bina Project
23.09.2016 up to 04.00 P.M.

Date & Time of Opening of Tender :

23.09.2016 at 04.30 P.M.

Cost of Tender Document


(Non- refundable)

Rs.115.00 (incl. of UP VAT)

Approved for sale to

M/s..............................................................
....................................................................
...................................................................

Total Pages

:-

Part - I - 18 Pages
Part - II - 01 Pages
Dy. General Manager (Mines)
Bina Project

-2-

( )

..
- , (.!.) - 231 220

nwjHkkk % 05446- 267297, Mob. 08004945729


QSDl % 05446- 276274, 07805- 256105
Website : www.ncl.nic.in
e-mail : cgm_bina@yahoo.com

Northern Coalfields Limited


(A Mini Ratna Company)
Bina Project, PO: Bina Project
Dist.- Sonebhadra, (UP) - 231 220
Tel. : 05446- 267297, Mob. 08004945729
Fax. : 05446- 276274, 07805- 256105
Website

: www.ncl.nic.in

e-mail : cgm_bina@yahoo.com

Notice Inviting Tender

No. B/Mining/Tender/Safety/16-17/374

Date: 05.09.2016

Northern Coalfields Limited, Bina Project invites sealed tenders from reputed & experienced
contractor(s) for the works detailed as under:
Name of work
Estimated Earnest Cost of tender
Time of
Sl
Cost
Money
documents
Completion
No.
(Rs.)
(Rs.)
(Rs.)
01. Repainting & rewriting of wall paintings 74170.34 745.00
115.00
01 Month
(incl. UP
(safety slogans / instructions) of CHP
area from receiving pit to loading point
VAT) (Non
Refundable)
at Bina Project
02.

Tender documents may be purchased from the Office of the Dy. General Manager (Mines),
Bina Project from 15.09.2016 to 22.09.2016 on deposit of the cost of tender documents in
cash (non refundable) with the Chief Cashier, Bina Project up to 1.00 PM on all working
days or can be downloaded from web site as described at point No. 13.
03.
Tenders must be submitted in 02 (Two) parts as specified in tender document in the Office of
the Dy. General Manager (Mines), Bina Project up to 4.00 PM on 23.09.2016 Part-I of the
Tenders will be opened on the same day in the office of the Dy. General Manager
(Mines)/Bina Project at 04.30 PM. If, due to any unavoidable / unforeseen circumstances
and also if, due date falls on a Holiday / Sunday, the tender will be received / opened
on the next working day at the same time.
04.
The minimum eligibility criteria for consideration of award of the contract shall include the
following:
(A)(i) Average annual financial turnover during last three years, ending 31st March of previous
financial year should be at least 30% of the estimated cost.
(ii) Tenderer should give documentary evidence in respect of their past experience for similar
work during last 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
a. Three similar completed works each costing not less than the amount equal to 40% of the
estimated cost
OR
b. Two similar completed works each costing not less than the amount equal to 50% of the
estimated cost
OR
c. One similar completed works costing not less than the amount equal to 80% of the estimated
cost
(Similar work Firms should have experience of Painting / Writing / Drawing on walls,
boards or clothes)

-3-

Only completion certificate / passed copy of the bills giving details of work order /
agreement reference, date of actual completion, value of work executed and
supported by detailed work order along with BOQ shall be considered for deciding
eligibility criteria.
(B)
Parties must submit the following along with their Tenders (Part-I)
(i) Earnest money in the form of Demand Draft / Bankers Cheque in favour of Northern
Coalfields Limited Bina Project payable at SBI, Bina Project (code 3441) along with
Bankers certificate. Earnest money may also be submitted through Demand Draft in favour
of Northern Coalfields Limited, Bina Project, payable at any other branch of Nationalized
Bank functioning within Singrauli area with an additional realization and service charges to
the extent of Rs.200/- per Demand Draft upto Rs.20000.00
(ii) Copy of PAN (Permanent Account Number).
(iii) Copy of Sales Tax Registration / TIN (VAT) registration certificate for UP. If tenderer submit
CST along with their offer, then Sales Tax Registration / TIN (VAT) registration certificate for
UP will be required before payment and they should submit necessary undertaking to
this effect.
(iv) Proof of status of the party, i.e. whether the firm is proprietary or partnership / company
(Copy of affidavit to be submitted)
(v) Affidavit regarding genuineness of documents submitted & declaration that no Kith & Kin is
working in NCL as per format in tender document
(vi) Tenderer will have to submit copy of PAN based Service Tax Registration Certificate of
Central Excise & Service Tax Department (who will claim for reimbursement of service tax).
OR
The tenderer should submit an affidavit regarding declaration of turnover falling within the
Service Tax Exemption Limit.
(vii) CMPF and other relevant miscellaneous Provision Acts :- The Act provides for monthly
contributions by the employer and workers @ 10% or 8.33% or as applicable. The benefits
payable under the Act are :
(a)
Pension or family pension on retirement or death as the case may be.
(b)
Deposit Linked Insurance on the death in harness of the worker.
(c)
Payment of PF accumulated on retirement / death etc.
(C)
The intending tenderer must have in its name as a prime contractor in Central Govt./ State
Govt./ Semi Govt. / PSUs experience of having successfully completed similar work along
with completion certificate/final bill copy.
05.
Subletting of work as a whole by the contractor is not permissible.
06.
Offer shall be valid for 06 months from date of opening of price bid or revised offer if any.
07.
Tenderers should have NCL vendor code and should quote in part I of the tender. If tenderer
not having NCL vendor code, they have to obtain it before placement of work order if they
become L1 and they should submit necessary undertaking to this effect.
08.
Every tenderer should inspect the site with Engineer Incharge (Area Safety Officer) before
submitting his offer. Other criteria and details require to be submitted with tender will be
available in Tender Document.
09.
(a) Payment of workmen as per Minimum Wages Act is to be made by the Tenderer for the
period of contract and no escalation in rate offered by the tender shall be allowed, if the
Minimum Wages payable is increased during the contractual period.
(b) Wherever applicable, the workers engaged by the contractors must be enrolled as
members of CMPF as per the provisions of the Coal Mines Provident Fund & other relevant
Misc. Provisions Acts and CMPF contributions should regularly be deducted from the
salaries / wages of those workers for depositing the same to the CMPF department along
with the matching contributions & administrative charges to be given by the contractor.
10.
Any cutting / over writing in the tender document, particularly in the price bid shall be
countersigned and stamped by the tenderer. In case any failure to do so, on the part of the
tenderer, offer will be rejected.

-4-

11.

12.
13.

Submission of Tender
The tender documents shall be submitted in two separate sealed envelope/package:
Part I
->
Earnest money with technical and commercial Bid.
Part II
->
Price Bid shall be submitted without any condition
Each envelop/package shall be clearly marked with the content, address and tender number
and date of submission. Non compliance of this is liable for rejection of Bid. The technical
and commercial bid will be opened on the date as mentioned in the tender notice. Moreover
undertaking is to be furnished by the tenderer(s) who have downloaded the tender from the
website on the following lines:I/We accept the tender document as available in the website and my/our tender may
be rejected if any tempering is found in them. I/we also undertake that I/We can not
raise any dispute in this regard
Price bid will be opened for only those firms who qualify in technical and commercial bid. All
the pages of bid documents shall be paged and signed by authorized person of the company
(contractor)
The Company (NCL) is not under any obligation to accept the lowest rate & reserves the
right to reject or accept any or all the tenders wholly or partly without assigning any reasons
whatsoever and also to award the work to more than one tenderer at its sole discretion.
For further details, please log on NCL website http://www.nclcil.in & http//www.tenders.gov.in.
Any tenderer who desires to download the tender document from Web Site and submit the
tender on due date and time may also do, subject to the condition that they will deposit the
cost of tender document fee and earnest money including bankers certificate as laid down at
point No. 2 & 3 of Special Additional Terms & Conditions.

Dy. General Manager (Mines)


Bina Project
Distribution:The CVO, NCL, Singrauli
The GM(S&R), NCL, Singrauli
The CGM / GMs of All Projects
The PRM, NCL, Singrauli
The ASO/Bina
The AFM / Bina
The Manager (Systems), Bina
The Chief Cashier / Bina
Notice Boards / Bina

-5-

Tender Form
(TO BE FILLED IN BY THE TENDERERS)

Name of work

Name of Contractor (in block letter)

Permanent Address

Local Address

Bank A/c No

Amount of Earnest Money

Receipt/DD/BC No & date under


which earnest money deposited

NCL Vendor Code

Repainting & rewriting of wall paintings (safety


slogans / instructions) of CHP area from receiving
pit to loading point at Bina Project

------------ --------------------------------------------------------

-6-

NORTHERN COALFIELDS LIMITED


BINA PROJECT

I/We hereby tender for the execution for NORTHERN COALFIELDS LIMITED Bina
Project of the work specified in the under written memorandum at the rate specified therein
within a period of 01 month after the issue of work order or from the date of handing over the
site whichever is later in accordance in all respect with the specifications, designs, drawing and
other documents attached to this and subject to the annexed conditions of the contract and with
such materials as are provided for by and in all other respect in accordance with such
conditions as far as applicable.
MEMORANDUM
(A)

Name of the Work

(B)

(I)

Rs.74170.34

(II) Agreement Value

Rs.....................................................................

Earnest Money

Rs.745.00

(C)

Estimated Cost

Repainting & rewriting of wall paintings (safety


slogans / instructions) of CHP area from receiving
pit to loading point at Bina Project

Dy. General Manager (Mines)


Bina Project

-7-

NORTHERN COALFIELDS LIMITED


Bina Project
SPECIAL ADDITIONAL TERMS & CONDITIONS
01.
Sealed tenders with the name of work subscribed repainting & rewriting of wall
paintings (safety slogans / instructions) of CHP area from receiving pit to loading point at
Bina Project are invited from reputed & experienced contractor(s) and will be submitted
only in the tender box at the office of the Dy. General Manager (Mines),Bina up to 04.00
PM on 23.09.2016 All the tenders (1st part) will be opened at 04.30 PM on 23.09.2016
in the presence of the tenderers or their authorised representatives.
02.
Tenders should be submitted in the tender Box kept at the office of Dy. General Manager
(Mines) Bina Project in the prescribed form(tender document). These forms together
with the proposed contract document may be obtained from the said office on payment
of Rs.115.00 (Non refundable) (including UP VAT) for each set or can be downloaded
from NCL website as described in NIT. No refund will be made.
03.
Earnest money Rs.745.00 in the form of Demand Draft/Bankers Cheque in favour of
Northern Coalfields Limited, Bina Project payable at SBI, Bina Project (code 3441)
along with Bankers certificate. Earnest money may also be submitted through
Demand Draft in favour of Northern Coalfields Limited, Bina Project, payable at any
other branch of Nationalized Bank functioning within Singrauli area with an additional
realization and service charges to the extent of Rs.200/- per Demand Draft up to
Rs.20000.00. Any earnest money or security deposit by the tenderers for any other work
or any dues of the contractor/s cannot be considered for the purpose of the earnest
money. This earnest money will be forfeited if the tenderer withdraws or resigns from his
offer submitted in the tender for any reason whatsoever apart from other section that
may be decided to be taken against him for damages or delay. No tender will be
considered unless accompanied by the said earnest money deposit receipt
04.
The earnest money will be retained in the case of successful tender and will not carry
interest. It will be dealt with as provided in the tender.
05.
The tenderer has to follow Mines Acts / Mines Rules / Coal Mines Regulations and
circulars there under and other rules applicable to Coal Mines.
06.
All workmen deployed by the contractor has to undergo Vocational Training at VTC of
the Project as per Mines Act. They have to maintain Form-B register, I card, attendance
at Time Office and they have to provide all the safety gadgets to their workmen. In case
of deficiency found in maintaining the safety standards as per rules, they will be
punished for their fault. They have to pay compensation to their workmen as per
Compensation Act and provide all the medical assistance in case of any accident to their
workmen.
07.
The tenderers attention is invited to the requirement for the materials under specification
and conditions of contract.
08.
Every tenderer is expected before quoting his rate to inspect the site of the proposed
work.
09.
Corrections, where unavoidable shall be made by crossing out initialing, dating and
rewriting every page of the tender document shall be signed by the tenderer.
10.
The tenderer shall please pursue all specification and clauses
11.
In respect of interpretation of any clause or item/specification herein incorporates, the
interpretation of the General Manager, Bina Project will be final & binding
12.
The work shall be completed within 01 month from the date of receipt of the work order
or handing over the site / job as per the requirement of annual operation plan or any
change thereof whichever is later.

-8-

13.

14.
15.
16.
17.
18.

19.

20.

21.

22.
23.

Inspection Final inspection of the job will be made by us at our site and site will be
handed over by Area Safety Officer, Bina or his authorized representative. The work
shall be executed as per general terms and conditions of contract prevailing in NCL, the
description and specifications of items in BOQ and the instructions of Area Safety
Officer, Bina or his authorized representative.
The tenderer will indicate the equipment he is going to use on this job and also give
adequate evidence of his experience in doing this job and financial capacity to complete
the work in time.
The labourers should be made available even after their normal duty hours whenever
required.
The contractors/their representative should be camped at Bina or nearby so that they
can be contacted any time.
Canvassing in connection with tender in any shape or form is strictly prohibited and
tenders by the contractors who insist for canvassing will be liable for rejection.
Warranty / Guarantee:
The work shall be guaranteed for successful performance for a period of 06 (six)
months from the date of final acceptance of the work by the department. Guarantee
period will be treated as free maintenance period. Any defect found during this period
shall be rectified by the tenderer free of cost. The rectification should be completed
immediately within 7 days on receipt of information. In the case of failure of contractor of
this part the owner reserves the right to get it done from outside agency at the cost and
risk of the contractor
Payment:
Payment will be made to the contractor within 21 days after satisfactory completion and
inspection of the work or submission of the bill whichever is later after deduction of 10%
of bill as security deposit which will include the earnest money of successful tenderer.
The security deposit will be refunded to the contractor after expiry of 06 (six) months
after satisfactory performance of completed job.
Additional Performance Security:
If the quoted price by the Contractor is unworkable in comparison to justified/estimated
amount prepared by the department, the difference in cost between the two will be
deposited by the contractor in advance as Guarantee against Performance and this will
be called as Additional Performance Security.
Penalty:
In the even of contractor's failure to comply with the rate of progress as per agreed time
the progress chart, the contractor shall be liable to pay as compensation @ 01.00%(One
percent) of the contract value of the said part of the work per week that the balance
quantity of the said part remains incomplete. The aggregate of such compensations shall
not exceed 10% (ten percent) of the total value of the work as shown in the contract.
If the progress of the work or of any portion of the work is unsatisfactory, the officer Incharge shall be entitled after giving the contractor 15 days notice in writing, to employ
another agency for executing the job or to carry out the work departmentally either
wholly or partly debiting the contractor with the cost involved in executing the work
departmentally or contractually, as the case may be issued by the officer In-charge for
the cost of the work so done shall be final and conclusive and the extra cost, if any, shall
be borne by the contractor.
The contractor will be wholly responsible for the safe storage/custody of the store
materials issued by the company. Any loss/damage to such store materials will be the
contractor's account.
Each bidder shall submit only one bid for one package. A bidder who submits or
participates in more than one bid (other than as sub-contractor or in case of alternatives
that have been permitted or requested) will cause all the proposals with the bidders
participation to be disqualified.

-9-

24.

25.

26.

27.

28.

29.

30.
31.

If a Tenderer deliberately provides wrong information or submits false credentials in


support of his qualifications, the Company reserves the right to terminate / rescind the
contract, forfeit the EMD and other dues of the contractor and to take any other action as
may be deemed fit.
An intending tenderer, after obtaining tender documents on payment of Application Fee,
having doubts as to the meaning of any part of the tender documents may submit to the
official inviting tender a written request for interpretation or clarification thereof. Any
interpretation or clarification of the tender documents by formal addendum if issued by
the official inviting tender, shall be final and valid and binding on the company and the
tenderers.
Banker's certificate pertaining to earnest money / cost of tender document certifying
that the Demand Draft / Bankers Cheque has been prepared from the account of the
tenderer.
Tenderer must submit Certificate from the Bank issuing Demand Draft / Bankers
Cheque in the following format:
Certified that the Demand Draft / Banker's Cheque No. . . . . . .. .. . . dtd. . . . . .
amounting to Rs. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . .. . . . . . . . . . . . . . . . .
has been issued by . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (Name of the Bank
& Branch) after debiting the amount from A/c. No. ..
held by . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . being operated by
Sri . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . .. . . . . . ... . . . . . .
Sealed & Signed on behalf of the Bank.
The Price Bids are opened at the time and place fixed for the same in presence of the
attending tenderers or their authorized representatives & committee members and due
information for opening of Price Bid is to be given to all concerned. In case where the
tenderers are given opportunity to revise their Price Bids, only the revised price bids are
opened and the original Price Bids are to be kept in tact in the custody of the company.
The Price Bids of the tenderers will have no condition. The Price Bids which are
incomplete & not submitted as per instructions given in the Tender Document will be
rejected.
Acceptance of Offer :
Letter of Acceptance is an acceptance of offer by the company and it need not be
accepted by the tenderer. But the tenderer should acknowledge the receipt of the order
within 15 days of mailing of work order and any delay in acknowledging the receipt will
be treated as a breach of contract and compensation for the loss caused by such breach
will be declared by the company by forfeiting EMD/Bid bond.
Banned or de-listed Contractors:
The bidders would give a declaration that they have not been banned or delisted
by any Govt. or Quasi Govt. agencies or PSUs. If a bidder has been banned or
delisted by any Govt. or Quasi Govt. agencies or PSUs this fact must be clearly stated
and it may not necessarily be a cause for disqualification. If the declaration is not
given, the bid will be rejected as non-responsive.
Infrastructure facility :- Firms must have minimum necessary infrastructure facility with
them to take up the tendered work. Hence, participating tenderer have to submit a
decrlaration in this respect on their letter pad.
Any error in description, quantity or rate in Bill of Quantities or any omission there from,
shall not vitiate the contract or release the contractor from discharging his obligations
under the contract including execution of work according to the Drawings and
Specifications forming part of the particular contract document.

- 10 -

32.

33.

34.

35.

36.

37.

38.

Any difference detected in the tender / tenders submitted resulting from :


a) Discrepancy between description in words and figures, the rate which corresponds to
the amount worked out by the contractor shall be taken as correct.
b) Discrepancy in the amount quoted by the contractor due to calculation mistake of the
unit rate and quantity, the unit rate shall be regarded as firm and amount corrected.
c) Discrepancy in totaling or carry forward in the amount quoted by the contractor shall
be corrected.
d)
When the amount of an item is not worked out by the contractor or it does not
correspond with the rates written either in figures or words, then the rates quoted by the
Contractor in words shall be taken as correct.
The tendered sum so corrected and altered shall be substituted for the sum originally
tendered and considered for acceptance instead of the original sum quoted by the
tenderer along with other tender / tenders. Rounding off to the nearest rupee should be
done in the final summary of the amount instead of in totals of various sections of the
offer.
The company through its Engineer In Charge or his representative, on behalf of the
company, shall have power to omit any part of the work in case of non-availability of a
portion of the site or for any other reason and the contractor shall be bound to carry out
the rest of the work in accordance with the instructions given by the Engineer In Charge.
No claim from the Contractor shall be entertained/ accepted on these grounds.
If the contractor, without reasonable cause or valid reasons, commits default in
commencing the work within the aforesaid time limit, the company shall without prejudice
to any other right or remedy, be at liberty, by giving 15 days notice in writing to the
contractor to commence the work, to forfeit the Earnest Money deposited by him and to
rescind the Letter of Acceptance of Tender/Work Order.
Additionally, the Company will reserve the right to debar such defaulting Contractors
from participating in future tenders for a minimum period of 01 (one) year.
Settlement of Disputes
:
It is incumbent upon the contractor to avoid litigation and disputes during the
course of execution. However, if such disputes take place between the contractor and
the department, effort shall be made first to settle the disputes at the company level.
The contractor should make request in writing to the Engineer - in charge for
settlement of such disputes / claims within 30 (thirty) days of arising of the cause of
dispute / claim falling which no disputes / claims of the contractor shall be entertained by
the company
If differences still persist, the settlement of the dispute with Govt. Agencies shall
be dealt with as per guidelines issued by the Ministry of Finance, Govt. of India in this
regard. In case of parties other than Govt. Agencies, the redressal of the dispute may be
sought in the Court of Law.
Adjustment of the Dues:
If any sum found due from and payable to the company by the contractor in connection
with any other contracts, the company shall have right and liberty to adjust the same out
of the due under other contracts.
Tenders shall be rejected outright without any reference if the documents submitted by
the tenderers along with their tender fail to prove eligibility in terms of above criteria.
Documents submitted along with the tenders shall be final and no supplementary
document shall be accepted unless asked by the Company.
The Company (NCL) reserves the right to reject any or all the tenders or to postpone the
date of receipt and opening of tenders or to cancel the tenders or to spilt up and
distribute the work among the tenderer/s without assigning any reason whatsoever.

- 11 -

ANNEXURE `A'
(GENERAL TERMS AND CONDITION)
AS ON PRINTED & OR APPROVED FORM OF NORTHERN COALFIELDS LIMITED WHICH
CAN BE INSPECTED IN THE OFFICE OF THE DY.GENERAL MANAGER (MINES), BINA ON
ANY WORKING DAY WITHIN WORKING HOURS.
SAFETY CODE
AS ON PRINTED & OR APPROVED FORM OF NORTHERN COALFIELDS LIMITED WHICH
CAN BE INSPECTED IN THE OFFICE OF THE DY. GENERAL MANAGER (MINES), BINA
PROJECT ON ANY WORKING DAY WITH IN WORKING HOURS.

AUTHENTICITY OF DOCUMENTS:
The tenderers are advised to submit genuine and authentic documents in support of their
eligibility. The tenderers are further advised to furnish affidavit in the regard duly countersigned
by the Notary. While carrying verification by department either at the time of completion of the
information or deliberation by the tender committee or approval of the award of the work of
during execution or finalisation of contract any of the information furnished by the tenderers
found incorrect a penalty of 10% of the contract value shall be levied in addition to provisions
made elsewhere in the contract and the tenderers along with his partner will be black listed
permanently from doing any business transactions in future in the company for ever and no
consideration will be made on this account.

- 12 -

Northern Calfields Limited


Bina Project,
Safety Code for Contractor Workers
CODE : COMMON TO ALL CONTRACTORS
1.0
RESPONSIBILITY OF CONTRACTORS: It shall be the responsibility of the contractor to
ensure that:
1.1
Work is carried out as per General conditions of the contract and Safety Code of
Contractors. Workers he shall make all officials, supervisors & workmen conversant
about their duties.
1.2
Arrangements for adequate & effective supervision is made and actually exercised for
this purpose every shift has to be placed under the charge of a shift incharge. This is
without prejudice to the requirement of statutory provisions of adequate supervision by
company supervisors.
1.3
Personal protective equipments like safety shoes, safety belts, helmets, goggles; gloves
etc. shall be provided to at specified interval and used by the workmen employment
directly or indirectly by him. Records about issue and receipt shall be maintained in a
register and entries shall be supported by signature/thumb impression of the workmen.
The register shall be put up to the site incharge/safety officer for his scrutiny and counter
signature.
1.4
Sufficient materials of good quality shall be made available for making scaffolding,
ladders etc.
1.5
Adequate arrangements of lighting, shall be made for safe working conditions.
1.6
Provisions made in the statute such as Mine Act 1956, Mines Vocational Training Rules,
Mine Creche Rules, Mine Maternity Benefit Act & Rules '66 etc. are complied with copies
of all such rules shall be provided to the shift in charges/supervisors.
1.7
No worker shall be taken on work unless his particulars including their name and
address of the nominee are recorded in a separate Form-B register, the entries of which
shall be got countersigned from a specified representative of the management and this
register shall be kept in custody of Training Officer of the Mine.
1.8
Attendance of all workmen shall be recorded in the prescribed register by specially
authorized persons. This register shall be presented to the site incharge for his scrutiny
& signature.
1.9
Workmen shall be trained by NCL as per schedule to be drawn up separately for skilled,
semi-skilled, unskilled persons. Records of such training shall be maintained in the
prescribed manner.
1.10 In case of any incident/accident, immediate rescue operations and removal of injured to
Company's hospital/dispensary is done. Immediate report to Management official is
sent.
1.11 No persons below 18 years of age is employed. No child on any pretext is allowed near
the site of work. No female workmen shall be employed and kept except between the
hours of 6AM & 7PM.
1.12 Proper rest shelter facilities shall be provided if the number of workers exceeds 50.
2.0

DUTIES OF WORKMEN & SUPERVISORS:

2.1
DUTIES OF WORKMEN:
2.1.1 Carry out the work as per the instructions of supervisors / superiors.
2.1.2 Get his attendance marked at the commencement and at the end of the shift/work at the
Time Office.
2.1.3 Use personal protective equipments issued to him
2.1.4 Not leave the place of work without the permission of his superiors.

- 13 -

2.1.5 Not come on duty in drunken state or under the influence of any narcotic drugs.
2.1.6 Shall not depute any person to do his work nor undertake to do any work for which he is
not authorises.
2.2.0 DUTIES OF SUPERVISORY PERSONNEL:
Every Supervisor shall ensure:
2.2.1

That he thoroughly understand the procedure and safety precautions for all the jobs
being done / to be done under his supervision.

2.2.2

Personnel effective supervision of all activities within his jurisdiction, he shall visit every
place once in every 2 hours.
Whenever works involving risk such as works in bunkers, erection of columns, works at
high place are in progress shall ensure constant supervision of the same.
That the workmen working under him use personnel protective equipments
That the work is carried out as per the guidelines laid down in that respect.
That in case of any accident/incident, he shall take immediate steps for safe rescue and
removal of the injured to dispensary/hospital of the management or designated by the
management,. He shall also immediately report to his superior about the same and to
the Management.
In case of transport work, he shall ensure that only such vehicles which are having
safety devices like brakes, lights, steering, audio-visual alarms etc in proper working
conditions are allowed. He shall also ensure that only such persons who hold valid
driving licence to operate the vehicle.

2.2.3
2.2.4
2.2.5
2.2.6

2.2.7

3.0
1

ENFORCEMENT:
This code will come into force with effect from 01.04.1989
Construction & Erection Works:

1.0

GENERAL PRECAUTIONS:

1.1
WORK PLACE:
1.1.1 Every place shall have adequate and safe means of ingress and engross, the same
should be used by the workmen.
1.1.2 Where natural lighting is inadequate, arrangement of artificial lighting free from glare etc.
and as per the stipulations shall be provided at every place.
1.1.3 Where air is likely to get contaminated due to dust, from crushing, cleaning, grinding etc.
arrangements of spraying ventilations etc should be made to get the same within safe
limit.
1.1.4 Equipments, tools & other objects which are not required for immediate use shall not be
left so as to cause obstruction at work place and in passage ways.
1.1.5

Equipments, tools & small objects shall not be left unattended at any place from where it
could fall and hurt someone resulting in injury.
1.1.6 Places which become slippery due to oil shall be properly cleaned and ensure
1.1.7 Arrangements of portable drinking water shall be made near the work place.
2.0
2.1
2.2
2.3

SCAFOLDING PLATFORM ETC.


All scaffolding platforms & ladders shall be of sound construction and properly fabricated
and fixed to the satisfaction of site Engineer.
Arrangements for fencing, guards shall be made to prevent accidental fall. Suitable and
sufficient scaffolding and platforms shall be provided for workers where work cannot be
done at a height from ladder.
Scaffolds shall be designed with at least a safety factor of four.

- 14 -

3.0
3.1
3.2
3.3

BUNKERS, CHUTES ETC


No person shall be allowed to enter a bunker unless
Not bears a safety belt, the other end of which is securely attached to a fixed object of
adequate strength.
The discharge opening is closed and secure against accidental opening.
The worker is under constant surveillances of another person.

- 15 -

NON JUDICIAL STAMP PAPER OF RS.10/AFFIDAVIT

1.

I, ..................................................................... Partner / Legal Attorney / Proprietor /


Accredited Representative of M/s ..........................................................................................
................................................................................................. solemnly declare that :

2.

I/We are submitting tender for the work .................................................................................


................................................................................................................................................
against Tender Notice No. .....................................................................................................
dtd: ......................................................................

3.

My self or our partners do not have any relative working in NCL

4.

All information furnished by me/us in respect of fulfillment of eligibility criteria and


information given in this tender is complete, correct and true.

5.

All documents / credentials submitted along with this tender are genuine, authentic, true
and valid.

6.

If any information or document submitted is found to be false/incorrect, department may


cancel my/our Tender and action as deemed fit may be taken against me/us including
termination of the contract, forfeiture of all dues including Earnest Money and blacklisting
of our firm and all Partners of the firm etc.

Seal of Notary
Signature of the Tenderer
Date

- 16 -

NON JUDICIAL STAMP PAPER OF RS.10/AFFIDAVIT

1.

I, ................................................................ Partner / Legal Attorney / Proprietor /


Accredited Representative of M/s ..........................................................................................
............................................................................................... solemnly declare that :

2.

I/We are submitting tender for the work ................................................................................


................................................................................................................................................
against Tender Notice No ......................................................................................................

3.

4.

dtd: ......................................................................
I/We shall abide by CMPF Clause of Tender Document and ensure implementation of
CMPF and Misc. Provision Act 1948 and allied scheme framed thereunder in respect of
the workers deployed by me/us.
Payment to workmen will be made as per Minimum Wages Act and no escalation in rate
offered by us shall not be claimed, if the Minimum Wages payable is increased during the
contractual period.

Seal of Notary
Signature of the Tenderer
Date

- 17 -

Tender Form

DECLARATION

(TO BE FILLED IN BY THE TENDERER)


Name of the Work

Tender Notice No.& Date :

I/We, hereby declare that I / We have not given any condition in Envelop No. II.
I/We have read the tender document and understood all provisions and specifications in totality.
All terms and conditions are acceptable to us. We do not have any terms and conditions of our
own.

- 18 -

CHECK-LIST
(Submission of documents/information will be strictly as per requirement of NIT)
Put Yes or for the documents submitted and No / X if not submitted. Put NA if
document is not required as per NIT.
Tender No.: ...
Dated: ....
Sl.
No.
1
2
3

4
5
6
7
8
9
10

11
12
13

14
15
16
17
18
19
20
21
22
23

Details of Submission

Status

Page No.

Requisite EMD
Requisite Cost of Tender Document (for downloaded
offers only)
Complete set of tender documents as sold or dow
nloaded
from website, duly filled in, signed and stamped on all pag
es
Copy of PAN
Copy of Registration with CMPF authority, if already
registered
Copy of Service Tax Registration as per latest format
Copy of Appropriate Sales Tax Registration / TIN
Copy of Partnership deed / Proprietorship/Articles of
Association / Registration of firm, as applicable.
Copy of Power of Attorney, if applicable
Copy of Credentials in support of his /
their qualification as laid
down in Eligibility Criteria including average financial turnove
r as applicable
Copy of Bonafide proof for exemption of EMD & TD cost
Details of Bank A/c. number, name of the Bank, Address
of the Bank and Branch code
Affidavit on non
judicial stamp paper showing that all the Documents
/ information submitted by the tenderer is genuine
and correct.
Affidavit regarding non
applicability of Service Tax Registration (if required to submit)
Affidavit on non-judicial stamp paper to abide by CMPF
clause of NIT
Declaration regarding banning or delisting
Declaration regarding Price Bid Unconditional
Declaration / undertaking regarding requisite infrastructure
Deviation, if any, in the separate sheet
Copy of Dealership certificate, if applicable
Copy of DGMS approval / ISI Cerificate , if applicable
Any other documents (Give details separately)
Complete set of offer is page numbered

Signature of the Tenderer

- 19 -

NIT No. B/Mining/Tender/Safety/16-17/374

Date: 05.09.2016

PART-II
(Price-bid)
Bill of quantity for the work painting & rewriting of wall paintings (safety slogans / instructions) of
CHP area from receiving pit to loading point at Bina Project.
Sl.
No.

Description

Qty.

1.(A)

Repainting & rewriting of wall paintings (safety


slogans / instructions) of CHP area from
receiving pit to loading point after smoothening
/ finishing the surfaces
Size of Boards :(a) 10mtr. x 2mtr - 2 Nos. 40.00 sqm
(b) 3mtr. x 1mtr. - 20 Nos. 60.00 sqm
(c) 2.5mtr. x 0.9mtr. - 35 Nos. - 78.75 sqm
(d) 1.5mtr. x 0.9mtr. - 50 Nos. - 67.50 sqm
(e) 1mtr. x 0.5mtr - 20 Nos. 10.00 sqm
Total area - 256.25 sqm

Rate /
(Rs./unit)

Amount
(Rs.)

256.25
sqm

(Painting with synthetic enamel paint of approved


brand and manufacture of required colour to give
an even shade :- One or more coats on old work)

(B)

Area for rewriting :Sl.


No.

Height

(i)
(ii)
(iii)
(iv)
(v)

06 cm
12 cm
12 cm
10 cm
13 cm
Total

Nos. of
letter

Nos. of
board

Total
CM

113
38
35
20
20

02
20
35
50
20
127

1356
9120
14700
10000
5200
40376

40376
cm

(Re-lettering with black Japan paint of approved


brand and manufacture :- Per letter per cm height)

Sub Total :Service tax :Total :-

(Rupees ... only)

Dy. General Manager (Mines)


Bina Project

Potrebbero piacerti anche