CEMENT CORPORATION OF INDIA LIMITED TANDUR CEMENT … · From 15/09/2016 (10.00 hrs.) Till...
Transcript of CEMENT CORPORATION OF INDIA LIMITED TANDUR CEMENT … · From 15/09/2016 (10.00 hrs.) Till...
1
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
P.O. CCI TANDUR - 501 158, R.R.Dt.,( TELANGANA).)
CIN No. U74899DLI965PLC004322
Ph: 08411-247218 E-Mail: [email protected]
Fax: 08411-247243 Website: www.cementcorporation.co.in
NIT NO.: TCF/MINING/LS-4/2016 Dated:12/09/2016
NOTICE INVITING E-TENDER (NIT)
(Only through e-tender )
1.0 Online electronic bids through Electronic Tendering System (ETS) are invited from contractors/agencies having
adequate experience for Hiring , Leasing of Heavy earthmoving equipments for drilling, excavation, with loading and
transportation of limestone and shale at CCI Ltd, Tandur Cement Factory, Karankote.
The complete set of tender documents is available on websites www.cementcorporation.co.in,
www.eprocure.gov.in and www.mstcecommerce.com/eprochome/cci of MSTC Ltd.
E-TENDER NO. CCI/TANDUR/9/16-17/ET/18
MODE OF TENDER e-tender System
(Online Part A - Techno-Commercial Bid and
Part B - Price Bid) through
www.mstcecommerce.com/eprochome/cci of MSTC Ltd.
Date of NIT available to parties to download From 15/09/2016 (10.00 hrs.) Till 17/10/2016 (15.00 hrs.)
i) Earnest Money Deposit
ii) Tender Fees
iii) Transaction Fee
Rs. 200000/- in the form of Demand Draft/FDR/BG in
favour of Cement Corporation of India Limited payable at
State Bank of Hyderabad, Karankote Branch(IFSC-
SBHY0020446) as per Clause no.,1.0 of Part-II General terms
& conditions(Annexure-IV).
SSI units registered with NSIC, MSME and Public Sector
Undertakings are exempted from furnishing EMD.
-Nil-
Rs 17250/-(Including Service Tax & other charges) Payment
of Transaction fee by NEFT in favour of MSTC LIMITED (refer
clause. No. 4 of Annexure -I). Access to bid shall be provided
to bidder only after realization of correct transaction fee at
MSTC end.
Last date of submission of EMD, valid SSI/NSIC/MSME
certificate and other documents required as per
tender terms & conditions under covering
letter(Annexure-II) in Hard Copy(ies)
(Offline Submission)
Last date of submission of Transaction fee through
RTGS in favour of MSTC Limited, Kolkata.
10/10/2016 (17.00 hrs.)
10/10/2016 (17.00 hrs.)
2
Date of Starting of e-Tender for submission of on line
Techno-Commercial Bid and Price Bid at
www.mstcecommerce.com/eprochome/cci
From 15/09/2016 (10.00 hrs.) Till 17/10/2016 (15.00 hrs.)
Date & time of opening of Part-A
(i.e. Techno-Commercial Bid)
Part-B Price Bid: Date of opening of Part-B i.e. price
bid shall be informed separately
17/10/2016 at 16.00 hrs.
To be communicated separately.
Validity of bids 120 days from the date of the techno- commercial bid
opening.
Offer is invited for the Hiring , Leasing of Heavy earthmoving equipments for drilling, excavation, with loading
and transportation of limestone and shale at CCI Ltd, Tandur Cement Factory, Karankote.
SCHEDULE OF MATERIAL: -
NIT No. Name of the item
TCF/MINING/LS-
4/2016
Hiring , Leasing of Heavy earthmoving equipments for drilling,
excavation, with loading and transportation of limestone and
shale at CCI Ltd, Tandur Cement Factory, Karankote.
1) Only those tenders will be considered who fulfill the terms & conditions mentioned in the tender documents.
2) Only those tenders shall be considered who deposit the earnest money, and transaction fee by due date.
3) The price- bid should be only as per CCI’s price - bid format otherwise the tender is liable for rejection.
List of Annexure
The tender documents comprise of following:-
Annexure-I Important Instructions to Bidders
Annexure-II Covering letter which must be submitted by tenderer duly
filled in.
Annexure-III Part-I - Instruction to tenderers
Annexure-IV Part-II- General terms & conditions
Annexure-V Part-III- Special terms & conditions
Annexure-VI Part-IV- Technical specifications
Annexure-VII Price Bid Proforma (Price schedule) to be submitted duly
filled in on-line as Part-B. Cost break up rates quoted may
also be furnished.
3
Annexure-I
Important instructions for E-procurement
This is an e-procurement event of CEMENT CORPORATION OF INDIA LTD. The e-procurement service provider is
MSTC Ltd., 225C, A.J.C. Bose Road, Kolkata-700 020.
You are requested to read the tender terms & conditions (Annexure- II, III, IV, V, VI & VII) of this tender before
submitting your online tender. Tenderers who do not comply with the conditions with documentary proof
(wherever required) will not qualify in the Tender for opening of price bid.
1. Process of E-tender :
A) Registration: The process involves vendor’s registration with MSTC e-procurement portal
which is free of cost. Only after registration, the vendor(s) can submit his/their bids
electronically. Electronic Bidding for submission of Techno-Commercial Bid as well as Price Bid
over the internet will be done. The Vendor should posses Class III signing type digital
certificate. Vendors are to make their own arrangement for bidding from a P.C. connected
with Internet. MSTC is not responsible for making such arrangement. (Bids will not be
recorded without Digital Signature).
SPECIAL NOTE: THE PRICE BID AND THE TECHNO-COMMERCIAL BID HAS TO BE SUBMITTED
ON-LINE AT www.mstcecommerce.com/eprochome/cci
1).Vendors are required to register themselves online with www.mstcecommerce.com→ e-
Procurement →PSU/Govt Depts →Register as Vendor under CCI-- Filling up details and
creating own user id and password→ Submit.
2). Vendors will receive a system generated mail confirming their registration in their email
which has been provided during filling the registration form.
In case of any clarification, please contact CCI/MSTC, (before the scheduled time of the e-
tender).
Contact person (Cement Corporation of India):
1. Senior Manager(MM), 2. Civil Engineer(MM),
Landline: 08411-247221, Landline : 08411 - 247221,
Mobile: 07799938023, Mobile:07799938099,
Email : [email protected]
4
Contact person (MSTC Ltd):
1. Mr Umesh Chandra,
Deputy. Manager (NRO)
Mobile: 09971668889
Landline : 01132068276
Email: umesh@ mstcindia.co.in
2. Mr. Arindam Bhattacharjee 3) Mr. Sabyasachi Mukherjee
Deputy. Manager (E-commerce) Junior Manager (E-commerce)
MobileNo:09330102643 Mobile- 07278030407
[email protected] Email: [email protected]
Landline:03322901004
B) System Requirement:
i) Windows 98 /XP-SP3 & above/Windows 7 Operating System
ii) IE-7 and above Internet browser.
iii) Signing type digital signature
iv) JRE 7 latest updated software to be downloaded and installed in the system. Security level
should be medium.
To enable ALL active X controls and disable ‘use pop up blocker’ under Tools→Internet
Options→ custom level
2. (A) Part-A Techno-Commercial bid will be opened electronically on specified date and time as
given in the NIT. Bidder(s) can witness electronic opening of bid.
(B) Part-B Price bid will be opened electronically of only those bidder(s) who’s Part-A Techno-
Commercial Bid is found to be Techno-Commercially acceptable by CCI. Such bidder(s) will be
intimated date of opening of Part-B Price bid, through valid email confirmed by them.
Note:
The tenderers are advised to offer their lowest possible rates taking into account the
prevailing market conditions. There would generally be no negotiations hence please submit
your most competitive prices while submitting the price bid. However, if the rate is still
considered high, action as per prevailing instruction/guideline shall be taken.
3. All entries in the tender should be entered in online Technical & Commercial Formats without
any ambiguity.
4. Special Note towards Transaction fee: PAYMENT OF Transaction fee BY NEFT in favour of
MSTC Limited .The Bank details, format etc for sending Transaction fee by NEFT to MSTC is
detailed below
Bank Details : Axis Bank ,Shakespeare Sarani Branch
Account Details : Axis Bank A/c.No.005010200057840
IFSC Code No. : UTIB0000005.
“The vendors shall enter the transaction fee details by using the “Transaction Fee Entry” Link
under “My Menu” in the vendor login. The vendors have to select the particular tender in
which they want to participate against the transaction fee by clicking on the tick box at the
right and then Clicking on the “Submit” Button at the bottom of the page. Then the page
appears where the vendors are required to
fill up the transaction details, namely the UTR No, Date Of Transaction, and the Remitting
Bank in the given fields and then click on the “Confirm” Button“.
5
NOTE : The bidders should submit the transaction fee well in advance before the last date of
submission of tender as they will be activated for bid submission only after receipt of
transaction fee by MSTC.
Contact Details :
Fax No. : 033- 22831002
Email ids: [email protected], [email protected],
[email protected], [email protected].
Bidders may please note that the transaction fee should be deposited by debiting the account
of the bidder only; transaction fee deposited from or by debiting any other party’s account
will not be accepted. Transaction fee is nonrefundable.
In case of failure to access the payment towards Transaction fee for any reason, the vendor,
in term, will not have the access to online e-tender.
5. In case of failure to access the payment towards EMD for any reason, the vender, in term,
will not have the access to on line e-tender and no correspondence in this respect will be
entertained and CCI will not be responsible for any such lapses on this account. Bidder(s) are
advised to make remittance of EMD through separate DD/FDR well in advance and verify
completion of transaction in respect of EMD.
Vendors are instructed to use Upload Documents link in My menu to upload documents in
document library. Multiple documents can be uploaded. Maximum size of single document
for upload is 5 MB.
Once documents are uploaded in the library, vendors can attach documents through Attach
Document link against the particular tender. For further assistance please follow instructions
of vendor guide.
6. All notices./corrigendums and correspondence to the bidder(s) shall be sent by email only
during the process till finalization of tender by CCI. Hence the bidders are required to ensure
that their corporate email I.D. provided is valid and updated at the stage of registration of
vendor with MSTC (i.e. Service Provider). Bidders are also requested to ensure validity of
their DSC (Digital Signature Certificate).
7. The responsibility of downloading the related corrigenda, if any, will be that of the
downloading parties.
8 E-tender cannot be accessed after the due date and time mentioned in NIT.
9. Bidding in e-tender:
a. Bidder(s) need to submit necessary EMD and Transaction fees to be eligible to bid
online in the e-tender. Transaction fees are non-refundable. No interest will be paid
on EMD. EMD of the unsuccessful bidder(s) will be refunded by CCI.
b. The process involves Electronic Bidding for submission of Techno Commercial Bid as
well as Price Bid.
c. The bidder(s) who have submitted the above fees can only submit their Techno
Commercial Bids and Price Bid through internet in MSTC website
www.mstcecommerce.com → e-procurement →PSU/Govt Depts→ Login under
6
CCI→My menu→ AucNon Floor Manager→ live event →SelecNon of the live event
d. The bidder should allow to run an application namely enApple by accepting the risk
and clicking on run. This exercise has to be done twice immediately after opening of
Bid floor. Then they have to fill up Common terms/Commercial specification and save
the same .After that clicking on the Techno-Commercial bid. If this application is not
run then the bidder will not be able to save/submit his Techno-commercial bid.
e. After filling the Techno-Commercial Bid, bidder should click ‘save’ for recording their
Techno-Commercial bid. Once the same is done, the Price Bid link becomes active and
the same has to filled up and then bidder should click on “save” to record their price
bid. Then once both the Techno-Commercial bid & price bid has been saved, the
bidder can click on the “Submit” button to register their bid
NOTE: - The Techno-Commercial Bid & price bid cannot be revised once the
submit button has been clicked by the bidder.
a. In all cases, bidder should use their own ID and Password along with Digital Signature
at the time of submission of their bid.
b. During the entire e-tender process, the bidders will remain completely anonymous to
one another and also to everybody else.
c. The e-tender floor shall remain open from the pre-announced date & time and for as
much duration as mentioned above.
d. All electronic bids submitted during the e-tender process shall be legally binding on
the bidder. Any bid will be considered as the valid bid offered by that bidder and
acceptance of the same by the Buyer will form a binding contract between Buyer and
the Bidder for execution of supply. Such successful tenderer shall be called hereafter
SUPPLIER.
e. It is mandatory that all the bids are submitted with digital signature certificate
otherwise the same will not be accepted by the system.
f. Buyer reserves the right to cancel or reject or accept or withdraw or extend the tender
in full or part as the case may be without assigning any reason thereof.
g. No deviation of the terms and conditions of the tender document is acceptable.
Submission of bid in the e-tender floor by any bidder confirms his acceptance of
terms & conditions for the tender.
h. Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted should be
in Indian Rupee as per UOM indicated in the e-tender floor/tender document.
10. Any order resulting from this open e-tender shall be governed by the terms and conditions
mentioned therein.
11. No deviation to the technical and commercial terms & conditions are allowed.
12. After submitting online bid, the bidder cannot access the tender, once it has been submitted
with digital signature
13. CCI has the right to cancel this e-tender or extend the due date of receipt of bid(s) without
assigning any reason thereof.
14 The online tender should be submitted strictly as per the terms and conditions and
procedures laid down in the website www.mstcecommerce.com/eprochome/mstc of MSTC
7
Ltd.
15. The bidders must upload all the documents required as per terms of NIT. Any other
document uploaded which is not required as per the terms of the NIT shall not be considered.
16 The bid will be evaluated based on the filled-in technical & commercial formats.
17. The documents uploaded by bidder(s) will be scrutinized. In case any of the information
furnished by the bidder is found to be false during scrutiny, EMD of defaulting bidder(s) will
be forfeited. Punitive action including suspension and banning of business can also be taken
against defaulting bidders.
18 Bidders are requested to read the vendor guide and see the video in the page
www.mstcecommerce.com/eprochome to familiarize themselves with the system before
bidding.
For and on behalf of CCI Ltd.
Authorized Signatory
8
Annexure-II
COVERING LETTER WHICH MUST BE SUBMITTED BY THE TENDERER DULY FILLED IN, SIGNED AND STAMPED IN
SEALED ENVELOPE SUPERSCRIBED WITH NIT NO. TCF/MINING/LS-4/2016 SO AS TO REACH US BY 10/10/2016 AND
ALSO SCANNED COPY TO BE UPLOADED ON-LINE.
Ref: TCF/MINING/LS-4/2016 Date: …………..
SPEED POST/COURIER
To
The HOD (MINING)
Cement Corporation of India Ltd.,
CCI Tandur, Rangareddy Dist, TS, 501158
SUB: Submission of On-Line Tender for Hiring , Leasing of Heavy earthmoving equipments for drilling, excavation,
with loading and transportation of limestone and shale at CCI Ltd, Tandur Cement Factory, Karankote.
REF: Your NIT No. TCF/MINING/LS-4/2016
Dear Sir,
With reference to your tender for the above , We/I hereby submit our / my tender on-line in two Parts i.e.;
Part-A Techno- commercial bid and Part-B Price-bid as per NIT and instructions in the tender documents.
Part-A: Techno-Commercial Bid:
(a). On-Line Submission (Soft Copy)
The following documents duly filled in, signed digitally and stamped are up-loaded On-Line through
www.mstcecommerce.com/eprochome/cci of MSTC Ltd.
1) General conditions
2) No relation Certificate regarding any of Employee of in CCI Ltd is/are related to me/us
as per annexure-A
3) List of present contract/orders/in hand as per annexure-B.
4) List of equipments owned/hired with registration number as per annexure-C1 and C2
5) Details of experience past three years as per annexure – D
6) Format for determining technical suitability / capability of the party as per annexure-E
7) Details of equipments as per annexure- F
8) Details of statutory Foreman Certificate holders(R) as per annexure - G
9) Format for additional information as per Annexure-H.
(b). Off-Line submission(Hard Copy)
The following documents duly signed and stamped are enclosed here with.
1. Earnest money of Rs. 200000/- (Rupees Two lacs only) in the form of FDR/Bank Draft /BG No………………
dated …………. in favour of Cement Corporation of India Ltd. payable at State Bank of Hyderabad, Karankote
Branch(IFSC- SBHY0020446)
2. Tender Fees - Nil.
3. A copy of our/my Latest Income Tax Return and PAN card.
9
4. Partnership Deed/Memorandum of Articles of Association by partnership firms/companies duly attested. In
case of partnership deed, the same is registered/not registered.
5. Copies of last three years audited Balance sheets with Profit & Loss A/cs.
6. Copies of Performance Reports from the Customers if any.
7. Copies of orders/contracts under execution and executed including CCI during last three years.
Part-B: Price bid: submitted on-line as per “PRICE BID” format.
We/I hereby declare that We/I have not been debarred from tendering for contracts in any of the departments of
Govt./Semi Govt./Public Sector Undertaking and Local Bodies.
We/I certify that the information given by us/me in the tender documents is correct and if at any stage the same is
found to be incorrect, the contract will be liable to be terminated/rescinded and action may be taken against us/me
by the Corporation for damages.
We are/I am duly authorized/empowered to sign all the tender documents.
a) Name of the Tenderer…………………….
b) Full Postal Address:………………………
………………………
……………………….
c) Telegraphic Address/Telex/Fax………………
d) Phone: Office………………Residence…………….
e) E-mail ………………………………………………
Yours faithfully,
(SIGNATURE OF THE TENDERER WITH SEAL)
WITNESS (NAME & ADDRESS)
1-------------------------------
-------------------------------
-------------------------------
2-------------------------------
-------------------------------
---------------------------------
10
Annexure - III
CEMENT CORPORATION OF INDIA LTD.
(A GOVT.OF INDIA ENTERPRISE)
PART-I: INSTRUCTIONS TO TENDERER:
1. GENERAL:
a) The tender should be addressed to the officer who has invited the tenders.
b) Any offer made in response to this tender, when accepted by the Cement Corporation of India Ltd., will constitute
a contract between the parties.
2. SUBMISSION OF TENDER:
2.1 Two-Part Bid procedure in electronic form shall be adopted for preparation, submission and evaluation
of the bids. The bid submitted should be digitally signed by the bidder. Soft copy of the bids (Techno-Commercial
Bid and Price Bid) shall be uploaded through the portal www.mstcecommerce.com/eprochome/cci on or
before the submission time and date as stipulated in the bidding document. The bidder shall prepare the bid and
submit the bid online on “Electronic Tendering System” in following manner.
Part-A: Techno-Commercial Bid:
(a). On-Line Submission (Soft Copy)
The following documents duly filled in, signed digitally and stamped are up-loaded On-Line through
www.mstcecommerce.com/eprochome/cci of MSTC Ltd.
1) General conditions
2) No relation Certificate regarding any of Employee of in CCI Ltd is/are related to me/us
as per annexure-A
3) List of present contract/orders/in hand as per annexure-B.
4) List of equipments owned/hired with registration number as per annexure-C1 and C2
5) Details of experience past three years as per annexure – D
6) Format for determining technical suitability / capability of the party as per annexure-E
7) Details of equipments as per annexure- F
8) Details of statutory Foreman Certificate holders(R) as per annexure - G
9) Format for additional information as per Annexure-H.
(b). Off-Line submission(Hard Copy)
The following documents duly signed and stamped are enclosed here with.
1. Earnest money of Rs. 200000/- (Rupees Two lacs only) in the form of FDR/Bank Draft /BG No………………
dated …………. in favour of Cement Corporation of India Ltd. payable at State Bank of Hyderabad, Karankote
Branch(IFSC- SBHY0020446)
8. Tender Fees - Nil.
9. A copy of our/my Latest Income Tax Return and PAN card.
10. Partnership Deed/Memorandum of Articles of Association by partnership firms/companies duly attested. In
case of partnership deed, the same is registered/not registered.
11
11. Copies of last three years audited Balance sheets with Profit & Loss A/cs.
12. Copies of Performance Reports from the Customers if any.
13. Copies of orders/contracts under execution and executed including CCI during last three years.
Part-B: Price bid: submitted on-line as per “PRICE BID” format.
2.2 Other conditions:
i) The tenderer has/have to declare that he/they have not been debarred from tendering for contracts in any of
the departments of Govt./Semi Govt./Public Sector Undertaking and Local Bodies.
ii) The tenderer has to certify that the information given by him/them in the tender documents is correct and if
at any stage the same is found to be incorrect, the contract will be liable to be terminated/rescinded and action
may be taken against him/them by the Corporation for damages.
iii) In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof. In
the event of the absence of any partner, it must be signed on his behalf by a partner holding power of attorney
authorizing to do so.
iv) In the case of a company, the tender should be signed in the manner as laid down in the said Company’s
Article of Association.
v) A true copy of the partnership deed (and Articles and Memorandum of Company) duly attested
should be furnished.
vi) Tenders received after the specified time & date are liable for rejection.
vii) Tenders not submitted in the prescribed formats and not completed in all respect are
likely to be rejected.
viii) The tender documents are non-transferable. Only those firms can participate in whose name the tender
has been sold.
ix) Tenderers shall not be entitled to claim any costs, charges, expenses or incidentals for
or in connection with the preparation and submission of their tenders even though the Corporation may
decide to withdraw the “Invitation of Tender” or reject any/all
tender(s) without assigning any reasons thereof.
x) Tenderer must submit copy of his Latest Income Tax Return and PAN card.
3. OPENING OF TENDER:
Part-A Techno-Commercial bid will be opened electronically on specified date and time as given in the NIT.
Bidder(s) can witness electronic opening of bid.
Part-B Price bid will be opened electronically of only those bidder(s) whose Part-A Techno- Commercial Bid is found
to be Techno-Commercially acceptable by CCI. Such bidder(s) will be intimated date of opening of Part-B Price bid,
through valid email confirmed by them.
12
4. CLEAR UNDERSTANDING :
When a tenderer submits his tender in response to this tender documents, he will be deemed to have
understood fully about the requirement, terms and conditions. No extra payment will be made or any other
claim whatsoever entertained on the pretext that the tenderer did not have a clear idea of any particular
point(s)
5. VALIDITY OF OFFER:
Tender shall remain open for acceptance for 120 days or as may be specified from the date of opening of
commercial bid. No revision/modification in the tendered rate will be allowed during the period of original
validity of tender or the extended period except for any reduction/ revision as may be asked for specifically
by CCI during negotiations.
6. REFERENCE LIST:
The tenderer(s) should submit along with their tender(s) the list of unexecuted orders in hand, if any, for
same/similar jobs and period by which jobs are proposed to be completed (Proforma enclosed Annexure ‘C’)
7) AWARD OF CONTRACT:
a) The Corporation reserves the right: to accept in its sole and unfettered discretion any tender for
whole or part quantities/part work or to reject any or all tenders without assigning any reasons
there of and without, entitling the tender to any claims whatsoever.
b) Firms which have failed to fulfill earlier contractual obligations may not be considered.
c) If no separate agreement has been signed by the parties to the contract, the LOI/Order resulting
from this tender including all negotiations and detailed order to be issued subsequently, with items
and conditions and stipulations as agreed to by the tenderer and to the extent modified during
negotiations, constitutes the contract agreement relating to the work between the successful
tender and the Corporation and the parties shall be bound by the terms and conditions and all
provisions of this contract.
d) The Corporation does not bind itself to accept the lowest or any tender to assign any reason for
non-acceptance of the same.
e) The Corporation shall mean and include the administrative and executive officers of its Corporate
Office at New Delhi as well as of factories/projects as the case may be who are identified to deal
with matter relating to this contract on its behalf.
f) The Corporation reserves the right to split the quantities against the tender between L1 and L2
tenderes in the ration of 70:30. If L2 tenderer match the L1 rates. In case L2 tenderer do not match
the L1 rates option will be given to other tenderes starting from L3, L4, L5 ……. etc to match L1
rates and accordingly quantities will be split in the ration of 70:30 between L1 tenderer and the
tenderer who matchs with L1 rates. If L2, L3, L4, L5 etc tenders do not match the L1 rates full
quantity will be awarded to L1 tenderer.
08) EXPERIENCE: The tenderer should be well experienced in the line of work under consideration. In
proof of the same, the tenderer should furnish documentary evidence such as Xerox copies of WOs
executed by him for the past 2 years in Public Sector/reputed private sector units for the work of similar
13
nature. Certificates for satisfactory performance of the works issued by them also can be considered. The
tenderer should have required personnel, machinery, financial soundness so as to be competent and
capable for the job under consideration.
09) The rates accepted shall remain firm during the tenure of this contract and no increase will be
allowed on this account whatsoever it may be. However if any rates received are lower than the
existing rate for the similar work, the same rate/s are applicable to this contract also, the same may
kindly be noted by the contractor.
10) The work will be awarded on over all L-1 basis.
-----------------------------------------------------
14
GENERAL
01) Payment : As per Clause No.8 of Part –III B (Special Terms & Conditions)
02) Please indicate your Sales Tax Registration number, Service Tax Registration number and
Pan Card number.
03) Firm registration number and copy.
03) EARNEST MONEY DEPOSIT : Rs.2,00,000=00 as per Clause No.10.5 of Part –III B (Special
Terms & Conditions).
04) SECURITY DEPOSIT: As per Clause No.11 of Part –III B (Special Terms & Conditions)
05) DELAYED IN EXECUTION OF WORK - CLAUSE : In case of any delay in execution of work:
(a) You will be charged with the Liquidated damages at the rate of ½% of the value of the
unexecuted portion of work or part thereof subject to maximum of 5% .
(b) Also we may resort to risk and cost clause No.10. 06) ARBITRATION : In the event of failure in execution of total contract/part of contract or any dispute
for the value exceeds Rs.50,000/- case will be referred to Arbitration as per Indian Arbitration Act.
Arbitrator to be appointed by C & M D of CCI. 07) JURISDICTION : Ranga Reddy District (TS) Civil Courts. 08) Our Corporation reserves the right to cancel or accept or reject any offer or tender the same
without giving any reason or justification.
09) Our Corporation reserves the right to split the order and more parties.
10) The tenderers do not have any claim on the award of work order supply order.
11) Individual offer should be given for each enquiry. Clubbing of offers against more than ONE
(01) enquiry is not allowed such offers will be rejected.
12) The rates accepted shall remain firm during the tenure of this contract and no increase will be
allowed on this account whatsoever it may be. However if any rates received are lower than the
existing rate for the similar nature of work, the same rate/s are applicable to this contract also,
the same may kindly be noted by the contractor.
13) In case if the L-1 party is backed out one or other reasons during tenure of the contract then the
other parties will be given chance in order of merit with L-1 finalized rate for leftover quantum
of work only.
13) The work will be awarded on over all L-1 basis.
14) Copy of Service tax registration and Pan card should be enclosed with tender documents.
--------------------------------
15
CEMENT CORPORATION OF INDIA LIMITED
CCI TANDUR- 501 158, R.R.Dist. (TS)
CHECK LIST FOR SUBMITTING THE OFFER
01) Techno commercial bid (consisting Part I , II and III A & B).
02) The price Bid for Limestone and Shale.
03) Annexures with enclosures.
04) EMD Rupees two Laks to be submitted by way of DD drawn in favour of CCI Limited
payable at SBH at Karankote Branch code NO:20446.
05) In case tender willing to transfer EMD Rupees two lacks by way of RTGS. RTGS transfer
may be made to the following account:
Name of the firm : Cement Corporation of India
Banker : State Bank of Hyderabad
Branch : Karankote 20446
Bank account no : 62017406489
IFSC no : SBHY0020446
05) Duly signed all documents in each page with seal.
06) Registration of transporters under service tax rules.
07) Pan Number and Service tax number and Registration number of firm etc.
08) No Payment terms and conditions in offer should be quoted/indicated. Being government
company no advance payment is possible hence payment terms without any advance payment.
09) Confirm action of Bank Guarantee/warranty clause of the tender /enquiry and annexures itself.
10) No conditions should be written and/or indicated in the conditions
11) Offers should be submitted duly signed in all respects with seal and EMD in a seal sealed
cover.
16
ANNEXURE- ‘A’
NO RELATION CERTIFICATE
I declare that the following officers of the Corporation are related to me/no officer of the Corporation is
related to me.
___________________________________________________________________________________
Sl.No. Name of the Officer Post held Place of post
__________________________________________________________________________________
Date :
Place: Signature of the tenderer (Name and address with seal )
17
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
ANNEXURE- ‘B’
PRESENT CONTRACTS/JOBS IN HAND
___________________________________________________________________________________
Sl. Name of the Client Nature Quantity Approximate Date of Stipulated
no. of work (MTs) value of start date of
Contract work completion
___________________________________________________________________________________
__________________________________________________________________________________
Date :
Place: Signature of the tenderer (Name and address with seal )
Note: Please enclose Xerox copies of orders
18
ANNEXURE- ‘C1’
Sl. List of equipments OWNED Size/Make Year of General
No. with Registration Number capacity manufacture Condition
i) List of Trucks/ tippers of capacity 25 MT.
ii)List of Loading Machine PC-300, Hitach- 300
or equivalent.
iii)List of Drill Machine and Comp. 4 dia / 100mm
and equivalent Cap.
iv)Light duty dozer / tractor dozer.
v)Truck mounted water tanker 6 KL or of more
Capacity.
vi)Weighbridge 50 MT Capacity with operator
plus computer weighment with automatic
printer machine.
Date :
Place: Signature of the tenderer (Name and address with seal )
19
ANNEXURE- ‘C2’
Sl. List of equipments HIRED Size/Make Year of General
No. with Registration Number capacity manufacture Condition
i) List of Trucks/ tippers of capacity 25 MT.
ii)List of Loading Machine PC-300, Hitach- 300
or equivalent.
iii)List of Drill Machine and Comp. 4 dia / 100mm
and equivalent Cap.
iv)Light duty dozer / tractor dozer.
v)Truck mounted water tanker 6 KL or of more
Capacity.
vi)Weighbridge 50 MT Capacity with operator
plus computer weighment with automatic
printer machine.
Date :
Place: Signature of the tenderer (Name and address with seal )
20
DETAILS OF ORDERS EXECUTED
INCLUDING CCI DURING THE LAST THREE YEARS
ANNEXURE- ‘D’
Name of Firm :
_________________________________________________________________________________
Type of items Name of the party Value Date of Delivery Date of actual
(give details) to whom supplied order date
completion
___________________________________________________________________________________
Date :
Place: Signature of the tenderer (Name and address with seal )
21
ANNEXURE- ‘E’
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
FORMAT FOR DETERMINING TECHNICAL SUITABILITY / CAPABILITY OF THE PARTY.
PART-I:: DETAILS OF EXPERIENCE OF THE CONTRACTOR OF PAST TWO YEARS:
1. Name of Mines :
2. Mineral worked :
3. Type of Mines : Rock mining with Blasting / Boulder mining/clay or each work mining.
4. Deployed equipment with
Specifications.
5. Work Order No. & Date :
6. Quantity handled :
7. Duration of contract :
Date :
Place: Signature of the tenderer (Name and address with seal )
22
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
ANNEXURE- ‘F’
TECHNICAL SUITABILITY PART – II DETAILS OF MINING EQUIPMENT TO BE DEPLOYED BY THE
CONTRACTOR AT CCI SITE.
Sl.No. Equipments Type Make Capacity
01) Drilling machine
No-1
No-2
Crawler / tyre mounted
______________________
IR, WDS, KRD,
Atlas, Capco etc.
____________
Hole dia & Max.
depth.
100 MM & 9 Mts.
02)
Air Compressor
No-1
No-02
Truck/tractor/Crawler
ounted
_______________________
IR,Khosla,
CPT, KPC
_______________
Air pressure &
AirDischarge
7 to 10 Kg/Cm2
365 –
410 Cfm
________Kg/Cm2
________ Cfm
03)
Loading
equipment
No-01
No-02
No-03
Back-hoe bucket / heavy
duty
__________ __________
__________ __________
PC- 300,Hitachi-
300
L&T – 300 CK
Komatsu – 300 or
equivalent.
Bucket Capacity
1.9 or above m3
________ m3/MT
04) Tippers
/Dumpers
Own / hired Regn. No. Make Body Capacity
No.1 25 – 30 MT
No.2 MT
No.3 MT
No.4 MT
No.5 MT
No.6 MT
No.7 MT
No.8 MT
No.9 MT
No.10 MT
No.11 MT
No.12 MT
No.13 MT
No.14 MT
No.15 MT
05) DOZER
06) WATER TANKER
Date :
Place: Signature of the tenderer (Name and address with seal )
23
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
ANNEXURE- ‘G’
Name of the Statutory Foreman Certificate holders (Restricted) being attend shift duties
Sl.
no.
Name of the person Nature of Statutory
Foreman Certificate
(Restricted)
Certificate no and
its validity
Date :
Place: Signature of the tenderer (Name and address with seal )
Note: Please enclose copies of certificates
24
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
ANNEXURE- ‘H’
FORMAT FOR ADDITIONAL INFORMATION TO BE FURNISHED BY THE TENDERERS (REFER SPECIAL.
INSTRUCTIONS PART-III SPECIAL TERMS & CONDITIONS)
1. Name of the Firm
2. Complete Postal address/Gram/email/Phone etc.
a) Head Office / Corporate Office.
b) Other branches (incl. Delhi office, if any)
3. Whether Public Sector/Private Sector/Joint Sector etc.
4. Type of Organisation Proprietary/Partnership/ Limited/any other type
A. In case of Proprietors/Partnership
i) Name of the Proprietor/Partners.
ii) Whether business/Partnership is registered.
iii) Date of Commencement of business.
iv) Status of Income Tax assessment
B. In case of Limited Liability Company
or Company Limited by Guarantees.
i) Amount of paid-up Capital.
ii) Name of Directors
iii) Date of Registration of Company
iv) Name & address of the Bankers
(Please attach reference letter from your Banker).
6. Annual turnover for last 3 years of the
category/item for which tender is being Amount Rs. in lakhs
submitted (Photo copies to be attached).
7. Details of orders executed/completed
including CCI’s, if any, during last 3 years
3 (details to be furnished as per
Annexure-‘D’). (Photo copies of
orders/contracts alongwith performance
certificates from buyers to be enclosed).
8. Present order in hand (Details to be furni-
shed as per Annexure-‘B’) (Photo copies
of orders/contracts to be attached).
9. Details of Foreign collaboration, if any
(Please attach photo copies of collaboration
agreement if it is there).
10. FINANCIAL:
a) Investment on fixed assets of building, fitting & fixtures.
b) Investment on Plant & Machinery tools and tackles etc.
25
11. Are you on the approved list with any
of the following supply of items quoted
-- Any Public Sector Undertakings.
-- Cement Plants.
-- Other reputed agency.
(Enclose photocopies of Registration Certificates).
12. LIST OF ENCLOSURES ATTACHED BY VENDORS TO BE INDICATED: Enclosed Not Enclosed
a) Partnership Deed, if applicable _________ ___________
b) List of Machinery Owned Ann-C1 _________ ___________
c) List of achinery Hired Ann-C2 _________ ___________
d) Photo copies orders executed _________ ___________
f) Articles & Memorandum of Association of the Company
if applicable. _____________________
g) Details of present orders in hand (As per Annexure – B) ____________________
It is hereby solemnly declared that the above information and the date furnished in the enclosed Annexure
is true to the best of our knowledge.
Date :
Place: Signature of the tenderer (Name and address with seal )
26
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
Part – II : GENERAL TERMS AND CONDITIONS
1.0 EARNEST MONEY DEPOSIT: Rs.2,00,000=00 (Rupees Two Lacs only)
1.1 All tenderers including those registered with the Corporation should furnish earnest money, as
specified, by way of Bank Draft in favour of Cement Corporation of India Limited, payable at CCI
Karankote / BG. Tenders received without the Earnest Money Deposit, as specified in the tender,
will be liable for rejection, Any other money held by or pending with the Corporation against any
other contracts will not be generally adjusted/treated as EMD for this tender.
1.2 Earnest Money will be forfeited if the rates are revised or modified upward during the validity
period or extended period. Earnest money will also be forfeited if the security deposit is not
furnished or work not started after acceptance of the tenderer`s offer by CCI.
1.3 The Earnest Money Deposit will not bear any interest.
1.4 The Earnest Money Deposit of successful tenderers would be adjusted towards the security deposit
and that of others will be refunded, except in the cases mentioned in 1.2 above, and mentioned in
clause 2.3 below.
1.5 Public Sector Undertakings (Central/State) and SSI Units registered with NSIC are exempted from
submission of Earnest Money Deposit. The SSI Units shall furnish a documentary proof to the
effect that they are registered with NSIC along with the tender documents.
2.0 SECURITY DEPOSIT: Security Deposit @ 10% for the first Rs. 1.00 Lac of the R.A. Bill, 7 1/2% on
the next Rs.1.00 Lac of the R.A.Bill will be recovered , and 5% of the balance order value will be
recovered. S.D. will be refunded after successful completion of the order subject to maximum of
Rs.5.00 Lacs.
2.1 The amount of Security Deposit as specified in the terms and conditions of the tender shall be
deposited by the successful tenderers within 15 days of acceptance of offer or as per advice of the
Corporation.
2.2 Failure to furnish Security Deposit in accordance with the conditions of the tender within 15 days of
the award of the contract or as advised alternatively will be considered to be breach of contract,
which would give the Corporation the right to terminate the contract and forfeit the EMD also will
be entitled to take any other course of action against the successful tenderer as it may deem fit like
stoppage of business dealings/debarring from tendering etc.
2.3 The Security deposit may be made either by bank draft or bank guarantee in favour of Cement
Corporation of India Limited from a schedule Bank in the prescribed form as given in Annexure-II
valid for a period of 6 months beyond the date of completion of contract. The Earnest Money
Deposit in the form of Bank Draft will be adjusted towards portion of Security Deposit, in the case
of successful bidder.
2.4 If work is not started after acceptance of Tenderer’s offer, EMD/SD will be forfeited.
27
2.5 In the event of any approved upward revision in the value of the contract, the successful tenderer
will on receiving intimation from the Corporation, make further deposit as specified by the
Corporation towards the increased value of the contract.
2.6 The Security deposit will not bear any interest, the Corporation reserves the right to adjust security
deposit towards any amount due to it from the successful tenderer against this contract or against
any other contract with this corporation and on such an event the successful tenderer on receipt of
notice from the Corporation shall make further deposit to restore the security deposit to the full
amount.
2.7 The Security deposit shall be liable to be forfeited wholly or partly at the sole discretion of the
Corporation, should the successful tenderer either fail to complete the jobs assigned to him/them as
per agreed time schedule or to fulfil his/their contractual obligations or to settle in full his/their dues
to the Corporation.
2.8 The Corporation is empowered to deduct from the Security Deposit or any other outstanding
amount any sum that may be fixed by the Corporation as being the amount of loss or losses or
damages suffered by it due to delay in performance or non-performance of any of the conditions of
the tender/contract. The Corporation will, however, not be bound to prove any demonstrable loss
or damage suffered.
2.9 The Corporation shall have a lien over any money that may become due and payable to the Contractor
under this contract or any other contract or transaction of any other nature either all alone or jointly
with others and unless the contractor pays and clears the claim of the Corporation immediately on
demand, the Corporation shall be entitled at all times to deduct the said sum due from the
contractor from any money/security deposit with which may have become payable to the contractor
or may become due at any future date under this contract or any other contract transaction
whatsoever between the contractor and the Corporation without prejudice and in addition to the
other rights of the Corporation to recover the amount of any such claim by other remedies legally
available.
2.10 Bank Guarantee as required under this contract or agreed to against any advance made by the
Corporation/Contract performance/equipment performance/guarantee etc, shall be extended by the
Contractor whenever so required by the Corporation and without any question for recovering the
period of completion and finalization of work, performance etc., Failure to do so, shall entitle the
Corporation to encash the bank Guarantee against it towards any dues, recoveries, L.D. etc.
3.0 MEMBER OF THE CORPORATION NOT INDIVIDUALLY LIABLE;No Director or official or employee of
the Corporation shall in any way be personally bound or liable for acts or obligations of the Corporation
under the contract or answerable for any default or omission in observance or performance of any of the
acts, matters or things which are herein contained.
4.0 CORPORATION NOT BOUND BY PERSONAL REPRESENTATION: The Contractor shall not be entitled
to any increase in the rates or any other right or claim whatsoever by reason of any representation,
explanation or statement or alleged representation, promise or assurance given or alleged to have been
given to him by any employee of the Corporation.
28
5.0 NON-PERFORMANCE OF CONTRACT/CANCELLATION OF CONTRACT/RIGHT OF THE CORPORATION:
5.1 The Corporation reserves the right to cancel the contract if the contractor fails to carry out the jobs
assigned to him as per contract and as per the instruction given by authorized representative of the
Corporation. In addition, Corporation may also take any other remedial measures in such as event as
described hereunder.
5.2 Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the tenderers
, their partners, agents or servants to any officer, servant or representative of the Corporation for
obtaining or for execution of this or any other contract or for receiving payments under the contract
shall, in addition to the criminal liability he may incur, will subject the tenderer to cancellation of this
or any other contracts and also to payment or any loss resulting entitled to deduct the amount so
payable from any money otherwise due to the tender under this or any other contract, Any question
or dispute as to whether the tenderers have incurred any liability under the clause shall be settled by
the Corporation in such manner and on such evidence or information as it may deem fit and
sufficient and the Corporation decision in this regard shall be final and conclusive.
5.3 In case of any compelling circumstances or for any other reasons and in the opinion of the
Corporation, the contract needs to be determined and terminated at any stage during the execution,
the Corporation shall be entitled to do so, giving one month’s notice in writing. In such as
eventuality, no compensation, whatsoever, for any arrangement is made by the contractor or for any
liabilities incurred by him or any consequential loss will be payable by the Corporation except the
payment for work actually done at contacted rates, after making good all dues recoveries, L.D. if any
etc. CCI also reserves its right to suspend the contract for any compelling reasons if in the opinion of
the Corporation it is so required. In such an eventuality, the time or completion will be extend to
the extent of suspension period but no claim whatsoever for any damages, increase in rates, idle
wages machinery etc., will be payable to the contractor.
5.4 The Corporation also reserves the right to get the job done from the open market by tender or by
any other mode at the risk and cost of supplier in respect of such quantities that the supplier fails to
deliver in accordance with the schedule of delivery agreed to, after giving due notice to the supplier.
6.0 SUB-LETTING OF CONTRACT:
The Contractor shall not sub-let or assign this contract or any part thereof without obtaining, prior
written permission of the Corporation. In the event of the Contractors Sub-letting or assigning the
contract or any part there of without such permission, the Corporation shall have the right to
rescind the contract and the Contractor shall be liable to the Corporation for any loss or damage
which the Corporation may sustain in consequence or arising out of such cancellation, Even in case
sub-letting is permitted by the Corporation, the party to whom sub-letting is proposed, will be
subject to approval of the corporation. However, the Corporation will not recognize any
contractual obligations with the persons or party to whom the contract has been sub-let including
compensation under workmen’s compensation Act and the contractor will be held responsible for
the satisfactory due and proper fulfillment of the contract.
29
6.1 The contractor observe all the rules/regulations of the Central and State Govt. and the local
authorities as relating to transportation of material by road and shall pay all taxes (road taxes,
passenger, goods tax etc.) as levied by the authorities, if any breach of the said
rules/regulations/orders committed by him, he shall be solely responsible for the same.
6.2 All persons employed by the contractor including the drivers and cleaners of the trucks tailors,
machinery operators etc., shall be instructed by the contractor to observe strictly all the road
safety regulations prescribed, either generally or by CCI whilest they are in the premises of the
factory of the colony or on road and if any person commits breach of any of the regulations, it shall
be open to the Corporation to disqualify that person from entering the premises of the factory or
the Corporation to disqualify that person from entering the premises of the factory or the colony.
The contractor shall be bound to comply with such instruction forthwith.
6.3 The contractor shall abide by the contract labour (Regulation and abolition) Act,
1970
6.4 If any damage is caused to any property or any injury is caused to or the death occurs of any person
in the premises of the factory or the colony or any where also due to any act or any person
employed by the contractor or through his machinery or activities, the contractor will be liable for
damage/compensation is respect thereofand shall indemnify the Corporation and keep the
Corporation indemnified against all loses, damages, costs, charges, expenses and all liability of
whatsoever nature and kind which the Corporation may incur, sustain, suffer or be put to in
consequence or by any reason of such damage, injury or loss of life.
6.5 If any damages are caused to any of the contractors Vehicle/belongings/equipment/
machinery/materials/ establishments etc. or any injury is caused to or death occurs of any person
employed by him in connection with the performance of this contract, due to negligence of any
person employed by him or otherwise, the Corporation shall not be liable for damages or
compensation in respect thereof under the workmen’s Compensation Act or otherwise.
6.6 Income-tax will be deducted from R.A. Bill as per rule in force.
7.0 CHANGES IN CONSTITUTION:
7.1 Where the contractor is a partnership firm, a new partner shall not be introduced in the firm
except with the previous consent in writing of the Corporation which may be granted only upon
furnishing of a written undertaking by the partner to perform the contract and accept all liabilities
incurred by the firm under the contract prior to the date of such undertaking.
7.2 On the death or retirement of any partner of the contractor’s firm before complete execution and
performance of the contract, the Corporation, may, at its option, rescind the contract and in such
case the contractor shall have no claim, whatsoever, to compensation of any kind, consequential
loss etc., against the Corporation.
30
7.3 Without prejudice to any of the rights or remedies under this contract, if the contractor is a
proprietorship concern and the proprietor dies during the subsistence of the contract, the
Corporation shall have the option to terminate the contract without paying compensation of any
kind consequential loss etc., to any claimant i.e., legal heirs and successors.
8.0 FORCE MAJEURE CONDITIONS:
8.1 If at any time during the continuance of the agreement/contract it becomes impossible by reasons
of war, or war like operations, strikes, lock-outs, riots, civil commotion, epidemical sickness,
pestilence, earthquake, fire, storm, or floods, the contractor shall, during the continuance of such
contingencies not be bound to execute the contract during this period as per agreement/contract
time schedule. The work shall be resumed immediately the contingency (ies) has/have ceased or
otherwise determined and Contractor’s obligations shall continue to be inforce for correspondingly
extended period after the resumption of execution. The contractor shall however, inform the
Corporation by registered post about such acts at the beginning and end of the above causes of
delay within ten days of occurrence and cessation of such force majeure conditions.
8.2 In the event of delay in performance of Corporation work if arising out of causes of force majeure.
The Corporation reserves the right to cancel the order/contract without any compensation,
whatsoever, and/or any consequential loss etc.
8.3 Only events of force majeure which effect the work at the time of its occurrence shall be taken into
cognizance. The Corporation shall not be liable to pay any extra costs or increased rates due to
delay under force majeure conditions. Only appropriate extension of time will be granted.
8.4 Liquidated damages
a) Liquidated damages for delay in supply shall be levied @ ½ % per fortnight or part thereof for
the value of quantity late executed. The liquidated damages.
b) however, shall be subject to a ceiling of 5 % of the late executed value. The corporation will,
however not be bound to prove that it has suffered also to the extent of liquidated damages
claimed.
c) If the contractor fails to carry out the job during the pendency of the contract period ,
corporation at its description entitle to take any alternative action at the risk and cost of the
Contractor.
9.0 NOTICE : Any notice hereunder may be served on the contractor by registered post/speed post at
his last known address. Proof of issue of any such notice at this address shall be conclusive proof of having
received the notice by the contractor. Hence it is the total responsibility on the part of the contractor to
provide the correct correspondence postal address. If the contractor is changing their office premises due
to their personal reasons an intimation to be sent well in advance by registered post/speed post to the
Corporation to make a note of the same and make necessary correction in the relevant records and sent
communication by registered post/speed post/ordinary post as and when required. It is prime
responsibility of the contractor to keep the office for the address which is provided/intimated and also
receive all the communication which will be sent by the Corporation without refusing.
31
10.0 DISPUTE UNDER THIS CONTRACT AND ARBITRATION:
10.1 In the event of any question/dispute, breach of or difference arising in respect of the meaning and
scope of terms and conditions herein or in connection with any matter under this agreement
(except for those matter which are to be decided as per provisions made in these terms and
conditions) the same shall be referred to the sole arbitration by an officer of the Cement
Corporation of India Limited, New Delhi appointed by its C& MD. There will be no objection if the
arbitrator is an employee of the Corporation and he had at anytime in discharge of his duties as an
employee of the Corporation has expressed views on all or any of the matters in dispute or
difference. In case the employee of the Corporation who has been so appointed as an Arbitrator
ceases to be in the employment of the Corporation because of his superannuation or otherwise in
any manner, shall no longer remain as an Arbitrator from that day and C&MD of the Corporation
shall appoint another employee of the Corporation as sole arbitrator in his place who shall proceed
in the matters from the stage where the previous arbitrator had left the proceedings. Except
where the award is an arbitral award on agreement terms under section 30 of the Arbitration and
Conciliation Ordinance, 1996, the arbitrator shall give award with reasons in respect of each claim,
dispute or a difference referred to him. The award of the arbitrator shall be final and okay and
binding on the parties to this contract and persons claiming under them respectively.
10.2 Subject to aforesaid the Arbitration and Conciliation Ordinance, 1996 and the rules made there
under and any statutory modifications thereof for the time being in force shall apply to the
arbitration proceedings under this clause.
10.3 The work under the contract shall be continued uninterrupted during the pendency of the
arbitration proceedings and no payment due from one to the other parties therein shall be with
held on account of pendency of such proceedings unless such payment related to the matter under
arbitration.
10.4 The venue of the arbitration shall be New Delhi or such other place as the arbitral tribunal at his
discretion may determine.
11.0 JURISDICTION: It is hereby agreed by the parties here to that only Courts Tandur/Hyderabad shall
have jurisdiction to decide or adjudicate upon any dispute, which may arise out of or be in connection with
this agreement.
12.0 LAWS GOVERING THE CONTRACT: This contract shall be governed by the laws of Union of India in
force.
32
13.0 WAIVER NOT TO IMPAIR THE RIGHT OF THE CORPORATION: Any delay in exercising or omission to
exercise any right power or remedy accruing to the Corporation upon any default under this contract shall
not impair any such right, power or remedy or shall be construed to be an in action of the Corporation in
respect of any such default or any acquiescence by the Corporation effect or impair any right, power of
remedy of the Corporation under this contract.
14.0 CONDITIONS GIVEN BY THE TENDERERS: With the acceptance of the terms and conditions
described in this tender, any terms and conditions given by the tenderers contrary to those conditions
shall be reated as withdrawn by the tenderer(s).
15.0 Contractor is required to engage minimum 3 statutory foreman certificate holders and 1 statutory
holder (Restricted).
16.0 Shift supervisors/incharges should be Statutory Foreman certificate holders (Restricted)..
17.0 In case, if any accident took place during operation/execution of contract at our premises neither
with HEMM nor with manpower of contractor, all the relevant expenditure ie Survey, Compensation, TA,
transportation charges, insurance liaison with concerned authorities etc will be on contractors account
only, meaning thereby totally expenditure/responsible lies on the part of the contractor.
18.0 The rates accepted shall remain firm during the tenure of this contract and no increase ll be
allowed on this count whatsoever it may be. However if any rates received are lower than the
existing rate for the similar nature of work, the same rate/s are applicable to this contract also,
the same may kindly be noted by the contractor.
16.0 The work will be awarded on over all L-1 basis.
--------------------
33
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
PART- III (A)
SPECIAL TERMS AND CONDITIONS FOR HIRING, LEASING OF HEMM FOR DRILLING, EXCAVATIION WITH
LOADING AND TRANSPORTATION OF LIMESTONE AND SHALE AT TANDUR CEMENT FACTORY.
___________________________________________________________________________________
1) AREA ALLOTED: The contractor will have to carry out the work under this contract at the area(s)
allotted to him by the Corporation from time to time. The Contractor will have no right of choice in the
matter or to change the area allotted to him nor will he have a right to demand a change of the allotted
area.
2) CONSTRUCTION OF ROADS ETC: The Contractor has to maintain the road in workable condition by
filling the pot holes with morum from the loading point to the quarry weighbridge and crusher by engaging
DOZER.
Where ever required height of the berm to be maintained. The area/s required be made with maximum
height with berm will be shown by the CCI personnel.
However the height of berm at maximum places is to required be made more than the height of
diameter of tyre of tipper/dumper being used for execution of the contract.
3) SUPPLY OF ELECTRICITY: The Corporation does not guarantee supply of electricity to the contractor
required either for the work or for any other purpose. If, however, the electricity is supplied by the
Corporation at its discretion, the same will be charged at the rates as may be determined by the
Corporation from time to time. The decision of the Corporation in this regard shall be final and binding on
the Contractor. The electricity in such cases shall supplied at one fixed point as may be decided by the
Corporation.
4) EMPLOYMENT OF PERSONS BY THE CONTRACTOR:
a) The Contractor shall employ adequate number of persons in order to maintain progress
commensurate with the magnitude of the work and complete the same in the stipulated
period and as per schedule of work specified.
b) The Contractor shall not employ any female employee without prior written permission from the
Corporation.
c) The persons engaged should be local preferably from the surrounding villages.
d) The persons employed by the contractor shall be the employees of the contractor for all
purposes and they shall not be deemed to be in the employment of the Corporation for any
purpose, whatsoever.
5) CONTRACTOR TO BE LIABLE FOR ALL PAYMENT TO HIS EMPLOYEES:
a) The Contractor shall be liable for payment of all wages and other benefits such as leave with wages,
wages for paid holidays, contributory provident fund, insurances, free medical aid etc., to his employees
and labour as per statutory requirement as may be or may become applicable from time to time to
34
limestone mines. The contractor shall also comply with the provisions of wage board and arbitration
Award applicable to the Cement industry as may be existing or modified during the currency of the
contract for all the work covered by this contract, if at any time made applicable.
b) The Contractor shall bear all liabilities for the staff and workers employed by him as regards any
compensation any litigation and any other action arising out of operation of this contract. c) Before,
settlement of the Contractor’s final payment by the Corporation, the Contractor shall deposit in respect of
the entire period of contract, all statutory records, registers, pay sheets including pay sheets in respect of
leave with wages, payment of compensation for injuries, payment of compensation towards final payment
of the labourers and any other records that may be deemed necessary by the corporation within 7 days of
the completion / termination of the contract.
c) The Contractor shall submit the payment register for the previous month at the time of submission of
bills.
6) PROVISION OF ACCOMMODATION ETC., BY CONTRACTOR TO HIS EMPLOYEES: The contractor shall
make his own arrangements for accommodation, supply of drinking water, first aid, conveyance in case of
accidents, free medical treatment etc., for his employees.
7) HOURS OF WORK ETC. The contractor will be required to work only during the hours as may be
directed by the Corporation. The contractor shall not work on weekly day of rest or national, paid, festival
holidays except with the prior written permission/instructions from the Corporation. The working time will
be in two shifts i.e., 6.00 AM to 2.00 PM and 2.00 PM to 10.00 PM.
8) COMPLIANCE WITH STATUTORY PROVISIONS:
a) All the laws, rules and regulations made there under or any orders or directives of any local authority in
regard to the operation of mines will have to be followed by the contractor and he shall be liable to pay
and indemnify the Corporation against any fee, penalty or charges paid by the Corporation under any laws,
rules, regulations etc. In their own interest, tenderers are advised to be fully conversant with the
following;
i) Metalliferous Mines Regulations 1961.
ii) Mines Act, 1952.
iii) Mines Rules, 1955.
iv) Mineral conservation and Development Rules, 1988.
v) Motor Vehicle Act.
vi) Workmen compensation Act, 1933 and rules made there under.
Required all statutory records to be maintained properly as per procedure. Also required medical
check ups to be made and its related statutory records and norms be followed/adhered strictly.
Contractor is required to engage sufficient Statutory Foreman Certificate Holders (Restricted).
Shift supervisors/incharges should be Statutory Foreman certificate holders. Related certificate
copies to be submitted.
Periodical monthly, quarterly, half yearly annually and/or any other required reports/returns to be
sent to statutory authorities as per statutory norms and procedure under intimation to Mines manager.
35
In case, if any accident took place during operation/execution of contract at our premises neither
with HEMM nor with manpower of contractor, all the relevant expenditure ie Survey, Compensation, TA,
transportation charges, insurance liaison with concerned authorities etc will be on contractors account
only, meaning thereby totally expenditure/responsible lies on the part of the contractor.
In case of non-fulfillment of any of such obligations, the contract will be liable for termination at
fifteen days notice given by the Corporation without prejudice to any of the other rights of the Corporation
under this contract.
b) The contractor will comply with the provisions of payment of wages Act, 1956, Employees Liability
Act, 1938, Apprentice Act, 1961, Employees Provident Fund Act, Bonus Act and Gratuity Act, Workmen
compensation Act or any other Act or enactment relating to the work and also the rules framed there
under from time to time. If at any time the Corporation is required to make any payment / claims /
compensation by virtue of any of the above acts etc., such payment shall be deemed to have been made
on contractor’s behalf and therefore the same shall be recovered by the Corporation from the contractor
from his running bills or from any sum due to the contractor on any account from the Corporation.
c) Safety equipments as per provisions of Metalliferrus Mines Regulations 1961 and orders issued there
under including various circulars issued by the Director General of Mines Safety shall be provided by the
Contractor to his employees. Contractor should provide safety show etc., ;to his employees. If the
contractor fails to provide the safety equipments, the Corporation may be provided the same on his behalf
and the cost of the same shall be recovered by the Corporation from time the contractor from his running
bills or otherwise.
d) The contractor will abide by all the provisions of the contract labour (Regulation & Abolition) Act and
Rules made there under and indemnify the Corporation against any penal provisions under the aforesaid
act etc. He shall also get himself registered with the competent authority and obtain a license for such
work.
a) Service Tax: Any statutory tax or duties as applicable being enforced by the authority during the
contract period shall be borne by the Contractor. However, Service tax as applicable by the existing
rules shall be paid to the authority by the contractor and the same may be reimbursed to the
contractor by the Corporation on production of original documents/receipts of service tax paid.
9) PROVISION OF ADEQUATE EQUIPMENT, MATERIALS ETC:
a) The contractor shall employ adequate number of equipment in proper working order in order to
maintain progress commensurate with the magnitude of the work and complete the same in the stipulated
period and as per schedule of work specified.
b) During the execution of work, the contractor shall at his own cost provide adequate materials for
proper execution of the work and ensure the stability and safety of all structures, excavations and works
and further ensure that no physical injury or harm is caused or is likely to be caused to any person and no
damage or loss is caused or is likely to be caused to any property.
36
10) RATE:
a) The contractor shall be presumed to have satisfied himself is must and careful examination before
submitting his tender as to the nature of ground, the form and nature of the work and materials necessary
for the completion of the work and means of access to the site, the accommodation he may require and all
other matters incidental thereto and ancillary thereof, affecting the execution and completion of work.
He shall also be presumed to have satisfied himself, before tendering, regarding the correctness and
sufficiency of the tender for the work as quoted by him in the tender schedule and that his rates and prices
cover all his obligations under the contract and all matters and things necessary for the proper completion
of work. It is understood and agreed that no extra payments other than for the work actually executed
and at the rates agreed, shall be admissible to the contractor on any account and for any reasons
whatsoever.
b) The rates entered in the accepted schedule of rates of the contract are rates intended to provide
payments for the work duly and properly completed in conformity with the contract together with such
extensions, dimensions, reductions, alternation, or additions in the work as may from time to time be
ordered by the Corporation or its authorized representatives. Such rates shall also be deemed to include
and cover superintendence, labour and supply of materials, stores, machinery, tools and all apparatus and
plants required in the work, all watching, lighting, bailing, pumping and draining, all preventions of or
compensation for trespass, all barriers and arrangements for the safety of the Public or of the employees
during the execution of work, all sanitary and medical arrangements for Labour camps, the setting of all
work and construction, repair and upkeep of all center lines, bench marks and level peos thereon, site
clearance, all fees, duties, rent and compensation to owners for surface damages or taxes and imposition
payable to appropriate authorities in respect of land, structures and all materials supplied for the work and
expenses or statutory levies or duties for which the contractor may become liable under any provision of
law for the purpose of or in connection with the execution of contract and all such other incidental charges
or contingencies that may arise in connection with the execution of the contract.
c) Rates quoted and accepted will be exclusive of royalty and any cess on limestone imposed by the Govt.
Royalty and Cess payable will be to the account of the Corporation and will be paid by the Corporation
direct to the Government.
d) The rates accepted shall remain firm during the tenure of this contract and no increase will be allowed
on account of increase in wages etc., to the workers or any other account.
e) The contractor shall not be entitled to any extra payment for removing any trees, trunks etc., that may
be met with while working in the area and also he shall have no claim on material obtained. The material
so obtained will be the property of the Corporation.
11) SCHEDULE OF QUANTITIES: The quantities set out in the schedule of quantities against each item of
work are the approximate estimated quantities required to be executed and shall not to taken as actual
and contracted quantities of the work to be executed by the contractor under this contract the
Corporation may as its discretion increase or decrease the quantities upto 20% of the quantities set out in
the schedule of quantities. In case the contracted quantities are reduced / deleted by the Corporation no
compensation whatsoever will be payable by the Corporation for such reduction.
12) TERMINATIION OF CONTRACT: The Corporation may terminate the contract at any time within their
discretion, without assigning any reason therefore by giving 15 days notice in writing and without any
liability to pay any compensation.
37
13) CONTRACTOR TO BE FULLY RESPONSIBLE IN CASE OF ACCIDENTS: The entire responsibility on
account of any accident/damage or personal injury which may occur to any of the Contractor’s vehicle,
equipments / to his employees or any out side party shall be exclusively that of the contractor and no
claim whatsoever be entertained by the Corporation on his accounts.
14) INSPECTION: The Contractor shall provide the authorized representative of the corporation every
facility for entering in and upon any portion of the work area at all hours for the purpose of inspection of
the work or any other purpose and shall provide all assistance which may include labour, materials, tools
and tackles, ladders, pumps, appliance of every kind required for the purpose aforesaid, free of cost and
the Corporation’s representative shall at all times have access to every part of the work area and to all
places at which material for work are stored or are being prepared.
15) CONTRACTOR NOT TO SELL ANY MATERIAL:
a) The Contractor shall not sell or otherwise dispose off or remove clandestinely any stone, clay, ballast,
earth or rock or other materials or substances which may be obtained from any excavation made in or
upon the site and all such substances, materials, or produce shall be and shall continue to the property of
the Corporation.
b) All Gold, Silver, Oil and other materials or any description and all precious stones, coins, treasures,
relics, antiques and all other similar things which may be found in or upon the site shall not be removed or
appropriated by the contractor in any way and it shall be his duty upon finding any such thing or things to
inform forthwith the Corporation about it and duly preserve the same to the satisfaction of the
Corporation and shall from time to time deliver the same to such person or persons as the Corporation
may appoint to receive the same.
16) CLAIMS FOR COMPENSATION: Under no circumstances, whatsoever, shall the contractor be entitled
to any compensation from the Corporation or any account nor will the Corporation entertained any claim
for compensation except for the work done under this contract.
17) EXTENSION OF PERIOD OF COMPLETION: When there is a written request of the Contractor for
extension of the period of completion and if in the opinion of the Corporation, the work is delayed by
reason of extra or additional work of any kind which fairly entitled the contractor to an extension of time,
the Corporation in its absolute discretion may consider the grant of extension of time for completion of
the work, but no compensation will be paid to the Contractor on this account.
18) COMPLETION OF WORK AND LIQUIDATED DAMAGES:
a) Time is the essence of the contract, the entire work as stipulated will have to be completed within the
stipulated period mentioned in the tender notice. In case the quantity of work is increased by the
Corporation as stipulated in clause (11) the time of completion shall be proportionately extended by the
Corporation.
b) The monthly quantities to be executed by the contractor against each item of work of the contract
have been mentioned in the Special terms and conditions (Part-III) and if these monthly quantities are not
fulfilled penalty as specified therein shall be paid by the contractor.
38
c) The work shall be completed by the contractor within the time stipulated in the tender and to the
satisfaction of the Mines Manager or his representative of the Cement Factory / Project failing which the
contractor shall pay damage to the Corporation equivalent to the amount of 10% of the value of the
unexecuted portion of the work on the date of abandonment if he abandons the work at any time or fails
to complete the works within the stipulated time. While calculating the damages for failure of the
contractor to complete the work in stipulated time the penalty imposed under sub-para (b) above, on
account of shortfall in achieving monthly targets shall be taken into account and the contractor shall be
required to pay either the penalty imposed according to sub-para (b) above or the damages as per this
sub-para whichever of the two is higher. If the contractor ultimately completes the work within the
stipulated time as stated in the contract, all penalties on account of shortfall in quantity may be condoned
at the discretion of the Corporation provided the Contractor has atleast supplied 75% of the quantity
scheduled for each month.
d) The Contractor may, however, complete the work after the stipulated period with the consent of the
Corporation and subject to the condition that he shall pay to the Corporation by way of further damages at
the rate of 1% of the value of work remaining unexecuted at the beginning of each week. This will be in
addition to the penalty laid down in sub-para ( c) above.
e) In case the contractor fails to complete any of the items as stipulated in the schedule of quantities a
portion of the payment may be decided by the Corporation shall be withheld from his running bills which
shall be paid after completion of that specific item of the work.
19.0 The rates accepted shall remain firm during the tenure of this contract and no increase will be allowed
on this account whatsoever it may be. However if any rates received are lower than the existing rate for
the similar nature of work, the same rate/s are applicable to this contract also, the same may kindly be
noted by the contractor.
20.0 ACCOMMODATION: Accommodation may be provided on chargeable basis as per the discretion of the
Corporation.
21.0 In case if the L-1 party is backed out one or other reasons during tenure of the contract then the other
parties will be given chance in order of merit with L-1 finalized rate for leftover quantum of work only.
22.0 The Corporation reserves the right to split the quantities against the tender between L1 and L2 tenderes
in the ration of 70:30. If L2 tenderer match the L1 rates. In case L2 tenderer do not match the L1 rates option
will be given to other tenderes starting from L3, L4, L5 ……. etc to match L1 rates and accordingly quantities
will be split in the ration of 70:30 between L1 tenderer and the tenderer who matchs with L1 rates. If L2, L3,
L4, L5 etc tenders do not match the L1 rates full quantity will be awarded to L1 tenderer.
23.0 The work will be awarded on over all L-1 basis.
---------------------
39
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
PART- III (B)
SPECIAL TERMS AND CONDITIONS FOR HIRING, LEASING OF HEAVY EARTH MOTING EQUIPMENTS FOR
DRILLING/EXCAVATIION WITH LOADING AND TRANSPORTATION OF LIMESTONE AND SHALE AT CEMENT
CORPORATION OF INDIA LIMITED, TANDUR CEMENT FACTORY AFTER WEIGHMENT ON THE CONTRACTOR
WEIGHBRIDGE ON THE WAY TO CRUSHER HOPPER.
In addition to the General Terms and Conditions of the contract under Part- I , II and III (A), the
following additional Special conditions will also apply to the contract. Special conditions given below, if
contradictory to any conditions given in Part- I, II and III (A) shall prevail upon such conditions given in Part-
I, II and Part-III (A).
1) SCOPE OF WORK:
a) The work involves Hiring/Leasing of Heavy Earth Moving Machinery for drilling/ Excavation with
Loading and transportation of blasted Limestone and Shale from Limestone Mine and Karankote Shale
Mine lead with average 1.5 to 2.5 KM upto unloading in Crusher hopper.
b) The Contractor and his men will work under technical supervision of Corporation officials i.e.,
Mines Manager and his representatives thereof.
c) The Contractor is bound to follow the Mines Act and Mines Rules and regulations and other
statutes and circulars issued there under applicable from time to time during the period of contract as
already stipulated in Para 8 of terms and conditions of Part-III (A). Any statutory tax or duties being
enforced during contract period by the concerned Authority shall be borne by the contractor.
d) The work involves major operation of drilling, loading and transportation of Limestone. The drilling
operations are required to be done by Contractor engaging his own machinery, manpower. The area for
drilling, operations, drilling, parameter, selection of bench for drilling shall be decided by the Mines
Manager or his representative as per the quality requirement of Limestone for the Plant. Contractor shall
have no right of choice for change of the Bench or the drilling area on the bench and drilling parameter
Drilling operation shall be done by complete wet drilling system as per DGMS circular. Every time
contractor shall have one drilling face ready in advance drilled. If there is any generation of boulders after
primary blasting, secondary drilling will also to be carried-out by Contractor only.
e) Blasting will be done by CCI at their own cost.
3) QUANTITY:
i) LIMESTONE 15,00,000 (Fifteen Lakhs) Metric Tonnes ± 20%.
ii) SHALE 1,50,000 (One Lakh fifty thousand) Metric Tonnes ± 20%
4) PERIOD OF CONTRACT:
a) The period of contract is 12 months from the date of issue LOI/WO. 15 days of mobilization time,
from issue of Letter of Intent / Work Order and the contract is extendable for a further period of three
months on the same rate, terms and conditions at the discretion of CCI. Monthly schedule will be given
by Mines Manager or his representative.
40
b) A period of 15 days after issue of Letter of Intent / Work Order shall be allowed as mobilization
time for shifting of equipments to our site.
c) 15 days time shall be allowed for erection and commissioning of Weighbridge at Mines (Stamping
of Weighbridge to be carried out by the Contractor from Weights and Measures Deptt.).
d) After mobilization of equipments, the contractor shall commence the work immediately and as
stated weighment will be carried out at Factory weighbridge as per Clause No.6 (iii), (iv) and (vi) to (xii),
Part – III (B) Special terms and conditions, till completion of erection and commissioning of Weighbridge at
mines by the Contractor. On chargeable basis @ Rs.25/- per trip or the rate prevailing in the market
whichever is higher.
e) In case the Contractor is not able to complete the quantity which may be part of 15.00 lakh tones
limestone and 1.50 lakh tones Shale in 12 months, then CCI, at its discretion, may extend the contract
period for three month by levying the penalty. However, in case the Contractor is not able to complete
the quantity in 12 months, for the reasons beyond his control the Contract period may be extended for
completion of contracted quantity without levying any penalty for three months.
f) CCI can amend the quantity as ± 20%. In case CCI desires to enforce + 20% the Contractor will be
given proportionate additional time.
g) In case of sale/disinvestments of CCI takes place during the contractual period, the contract shall
be short closed by giving one month notice.
h) Lead means the distance covered one side i.e., Mines face to Crusher hopper. No payment will be
made for return empty trip i.e. from crusher hopper to mines face.
i) No idling charges will be paid to the contractor in case non-utilization of machinery.
5) MINING OPERATION:
a) The drilling, loading and transportation of the material is to be done mechanically only. No manual
loading / un- loading will be permitted.
b) The Contractor has to necessarily bring the drilling equipments to our site first before mobilization
of other equipments so that after the completion of drilling, blasting is done for loading and transportation
of blasted material.
c) Weighbridge installation and its commissioning shall be taken up by contractor immediately after
issue of Letter of Intent / Work Order. The mobilization of equipment shall also be done simultaneously.
d) The limestone shall be un-loaded into the Crusher hopper only. The tipper driver shall move the
tipper from the Crusher hopper only after it has been completely unloaded and the body of the tipper is
completely brought down in its normal position to avoid dumping of material outside the Hopper which
will affect the further placement and unloading of loaded tippers leading to idling of tipper at the crusher
hopper top adversely affecting the progress of transportation of material.
e) This will be the sole responsibility of the Contractor to clean clear and release the jamming of
Crusher hopper and its surroundings either mechanically or manually as and when required.
41
f) The Contractor shall maintain roads, faces, benches and clean workable conditions. Any spillage
material shall be cleaned by the contractor mechanically by engaging dozer.
g) Dust suppression to be carried out by engaging Water Tanker (truck mounted)
h) If the contractor fails to do any of the above work which will be done by CCI by engaging its
equipments / manpower and the charges will be deducted from the Contractor’s running bills at the rate
decided by CCI.
i) The Contractor’s operation shall be under supervision of Site-incharge duly authorized by the
Contractor in writing. The Site-incharge shall remain always available at the site during the progress of
work which will be carried out in two shifts i.e., from 6.00 AM to 2.00 PM and 2.00 PM to 10.00 PM.
The Site-incharge at the beginning of each shift shall take tippers, any other mobile equipments and
manpower inside the mine after such entry has been duly authorized by CCI Shift incharge. The
Site-in-charge shall ensure that all its equipments are registered at the Main gate Security at the time
of starting of work and at the time of leaving of equipment after completion of work.
j) Contractor shall have separate crew of operation for different shift for each equipment.
6) HEMM EQUIPMENTS:
a) Loading equipment are to be Crawler mounted only with back-hoe attachment it should have
heavy duty bucket,capacity of 1.9 m3 or above, like Hitachi- 300, PC- 300, etc.
b) The deployment of equipment such as drilling machine, loading machine, dumper/tipper etc., will
commensurate with the quantity of work indicated to be completed on daily two shift basis working.
c) The equipment supplied by the Contractor should be in good working condition and safe in
operation. In case of breakdown of drill and compressor, Corporation may provide drilling machine and
compressor and no payment will be made to the Contractor towards this operation.
d) The Contractor should have their own maintenance facilities. Space outside the Mines shall be
provided by Corporation free of cost.
f) The following statutory requirements laid by the DGMS shall be fulfilled/complied.
(i) All equipments/ Machineries engaged in the mine shall be audited/inspected by a team
consisting of Mine officials and Contractor’s technical personnel for their suitability before engaging in the
mine
(ii) The Contractor shall produce its tippers at Mine site office fortnightly for checking/inspection by
Competent person (Incharge HEMM) for brake, steering and lights. Other equipments shall be checked at
Mines face and entries will be made in bound page book.
(iii) As per ‘Code of Traffic Rules’, the Contractor tippers shall not indulge in over speeding and
shall not over- take any vehicle moving in front of it and shall maintain a minimum distance of 25 meters
from the vehicle moving ahead of it.
f) A copy of the ‘Code of Traffic Rules’ shall be provided to the contractor before starting the work.
g) Operators of machineries must posses valid driving /operating licences.
7) MEASUREMENT OF WORK:
(i) Measurement of work/quantity on basis of which payment will be released shall be as
per weighment.
42
(ii) Capacity of Weighbridge to be installed by the Contractor shall not be less than 50 MT.
(iii) 100% weighment is to be carried out on Contractors weighbridge for loaded trip and the tare
weight of particular tippers shall be recorded once in a day, preferably the Ist trip will be
considered for the day for tare weight.
(iv)Weighbridge should have automatic printing of weighment slip, in case of Contractors
weighbridge is under breakdown the number of tippers of the contractor carrying the load will be
ounted and weight will be fixed by taking average weight on the basis of random sample
weighment to be done at our weighbridge for 20% of the trips for the day. In such
situation weighment of the loaded tippers is to be carried out at weighbridge located inside
the factory premises which is 1 KM away from the site of the mines on chargeable basis @
Rs.25/- per trip or the prevailing rate in market whichever is higher.
(v) Weighbridge to be operated by Contractor or his representative in presence of Mining
representative of CCI.
(vi) Before starting the loading operation in Ist shift tare weight is to be taken for all the vehicles
which will be applicable for the day.
(vii) The Contractor will print the trip slips as per Proforma fixed by CCI (copy enclosed) with serial
number. They will be sent in triplicate through the driver of the tipper in each trip of Limestone.
Before the tipper reaches Limestone crusher hopper, the trip slip will be produced the Mining
representatives who will sign on all the copies (in triplicate) of trip slip and also make entry of
each tri in a register to be maintained by him. Thereafter, the tipper driver will go to Limestone
hopper for unloading after weighment through weighbridge and tipper driver handover the all
copies of slips to the Security guard of CCI at the Hopper. The Security guard will sign all the three
copies of slips, retain two copies with him for CCI records and give back one slip to the tipper driver
for contractors records. The Security department will handover all the trip slips so collected from
tipper driver after unloading of the material to Mining department by end of each Shift daily.
The trip slips signed duly both the Mining representatives and Security guard shall form the basis
for passing of Contractor’s bill. Trip slips printing will be through printed provided along with
computer at weighbridge installed by the contractor. For 20% slips will be printed separately by
the contractor.
(viii) In order to ascertain the performance of weigh bridge and its accuracy of weighment ,the
contractor has to submit periodical test certificates by statutory authorities or Annual
Maintenance Contract etc.
(ix)CCI will have the right to do surprise check of weighment whenever necessary with respect to the
weighment of CCI weighbridge or of private Weighbridge at Tandur.
In case of breakdown of Contractor’s Weighbridge at Mines:
(x) Regarding weighment of the tippers on random sample basis Mining deptt., will send the
tippers to the weighbridge inside the factory for the weighment at random. These tippers
meant for weighment should be passed in immediately on their reaching the main gate, weighed
immediately on reaching at the weighbridge and sent back immediately to limestone hopper for
unloading.
43
(xi) The Contractor shall submit the random sample weighment slips/cards issued by CCI weighbridge
attendant to the Mining representative immediately after return from weighbridge.
(xii) No extra payment will be made for movement of tippers to the weighbridge and back for this
20% weighment @ Rs.25/- per trip will be charged or prevailing in the market whichever is
higher.
(xi) In case of breakdown of our weighbridge, as well as Contractor’s weighbridge volumetric
measurement will be considered for deciding the weight.
8) PENALTY: The shortfall in month wise schedule of quantities shall be calculated quarterly. The
contractor will pay penalty of Rs.1/- per MT (Rupees One only) of shortfall from quarterly
quantity. If there is delay due to breakdown etc., of CCI machines or reasons due to CCI, the
contractor will not be penalized to that extent.
9) PAYMENT: Bills should be submitted to HOD (MINING), CCI- Tandur Cement Factory once in 15
days (Fifteen days). Payment will be made normally within 30 days from the date of
submission of bill.
10.1 EQUIPMENTS TO BE DEPLOYED
Contractor shall bring all equipments comprising set of equipments on the day of starting the
work. Set of minimum equipment to be deployed by each Contractor shall be as under:
a) Loading equipments i.e., Excavator with back hoe attachment
Bucket Capacity 1.9 M3 or above (type of equipment like PC-300, … 03 Nos
L&T-300, Hitachi-300, Komatsu- 300 etc., or of bigger capacity).
b) Transport equipments with 25 to 30 MT capacity (Dumpers) … 15 Nos.
c) Drill Machine 4” – 4 ½% dia Crawler mounted with wet drilling system … 02 Nos.
d) Matching compressor for above drill machine … 02 Nos
e) Dozer for face / road cleaning … 01 Nos
f) Water Tanker mounted on truck … 01 Nos
10.2 The HEMM being deployed by the contractor should be good conditioned and not to be aged/out
dated.
10.3 The HEMM being deployed for execution of the contractor should be maintained
properly/thoroughly and daily checks as per norms/procedure to be made invariably.
10.4 Daily check register be maintained for the HEMM deployed by the Contractor and qualified
Engineer (HEMM) be signed on day to day basis positively.
10.5 Periodical check report for the HEMM being deployed for execution of the contract be made
from authorized service center/OEM and its report be submitted.
10.6 Employees working with Contractor should have the basic training on Mines Safety norms. They
should also be required training from time to time as per statutory norms.
10.7 Employees working with contract should have required medical check up as per form “O” from
Medical Officer as per statutory norms.
44
10.8 Operators engaged/appointed by the Contractor should have valid HMV licence holder and also
required relevant valid insurance also. These are to be submitted before starting the work.
10.9 Contractor must issue identity card to his employees engaged for the execution of the contract.
If they are not having the identify card they will not be allowed into the mines and treated as
unauthorized persons. The same should be made under the supervision of Mines Manager or
his authorized representatives.
11.0 Mine Faces allotted to the contractor shall be cleared by engaging dozer by him.
12.0 OTHER COMMERCIAL TERMS AND CONDITIONS
12.1 CCI reserves the right to divide the work between two Contractors for speedy execution and the
quantum of work to be allotted will be 70:30 ratio. Each contractor has to deployed separate set of
equipments with separate weighbridge with system and operator.
12.2 In case existing contractor fails to perform to the satisfaction of the Corporation, the Corporation
place adhoc order simultaneously or at any time during the period of the contract with one or more
tenderer(s) for such quantity and for such jobs as the Corporation deem fit at the risk and cost of
the existing Contractor / Contractors.
12.3 Normally no price negotiation will be conducted. Tenderers are advised to quote most competitive
rates. However, Corporation reserves the right to negotiation when quoted rate received on the higher side.
12.5 The rates accepted shall remain firm during the tenure of this contract and no increase will be
allowed on this account whatsoever it may be. However if any rates received are lower than the existing
rate for the similar nature of work, the lesser rate/s are applicable to this contract also, the same may
kindly be noted by the contractor.
12.6 In case of the due date of sale/submission/opening of tender falling on Government holiday(s), the
succeeding working day / date will be treated as due day / date automatically. However, the time will
remain unchanged.
12.7 In case, if any accident takes place during operation/execution of contract at our premises
either with HEMM or with manpower of contractor, all the relevant expenditure ie Survey,
Compensation, TA, transportation charges, insurance liaison with concerned authorities etc will be on
contractors account only, meaning thereby totally expenditure/responsible lies on the part of the contract.
12.8 Contractor is required to engage Foreman Certificate Holders (Restricted) invariably.
12.9 Shift supervisors/incharges should be Statutory Foreman certificate holders (Restricted). Related
certificate copies to be submitted.
13.1 EARNEST MONEY DEPOSIT: For this contract EMD is Rs..2,00,000/- (Rupes Two lacs only) to be
submitted as per clause No.1.1 to 1.4. of Part-II General Terms and Conditions.
13.2 All the tenderers including those registered with the Corporation should furnish earnest money
deposit, as specified, by way of DD/Fixed Deposit(FDR) in favour of Cement Corporation of India
Limited, payable at State Bank of Hyderabad, Karankote Branch Code No.20446 or Bank Guarantee from
any Scheduled Bank for the equivalent amount as per CCI’s format. Tenders received without the Earnest
45
Money Deposit, as specified in the tender, will be liable for rejection. Any other money held by or
pending with the Corporation against any other contracts will not be generally adjusted/treated as EMD
for this tender.
14.1 SECURITY DEPOSIT:
14.2 Successful tenderer(s) shall have to furnish a Security Deposit in terms of Clause No. 2.0 ,2.4 to
2.9 of Part- II general terms and conditions of the tender documents for satisfactory completion /
performance of the contract.
15.0 ACCOMMODATION:
Accommodation may be provided on chargeable basis as per the discretion of the Corporation.
16.0 In the event of negotiations, only downward revision of rates will be allowed. Any change in techno
commercial terms as agreed earlier, will not be permitted at this stage. Hence any qualifying
remarks in the price bid revised/negotiated offer will not be entertained.
15.0 In case if the L-1 party is backed out one or other reasons during tenure of the contract then the
other parties will be given chance in order of merit with L-1 finalized rate for leftover quantum of work
only.
16.0 The work will be awarded on over all L-1 basis.
17.0 The tenderer should confirm whether the rates offered are inclusive/exclusive of Service Tax and
other statutory taxes and its rates clearly in their offer. Copy of Service tax registration and Pan card
should be enclosed with tender documents.
-----------------------------
46
ANNEXURE- ‘i’
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT: ANNEXURE – A
WHERE AS M/s.------------------------------------(Name & address of the Party) a Company incorporated
under the Companies Act, 1956, having its Registered Office at --------------------------------------(hereinafter
call the ‘TENDERER’) wish to participate in tender enquiry No.---------------------------------dated-------------------
---------of the Cement Corporation of India Ltd., a Company incorporated under the companies Act, 1956,
having its registered office at Core-5, Scope Complex, 7 Lodhi Road, NEW DELHI – 110 003 (hereinafter
called the ‘CORPORATION’) for **supply/execution of----------------------------(name of the supply item/work)
for---------------------------------------(name of CCI’s Project/Factory)
AND WHEREAS in terms of the tender conditions the tenderer is required to furnish to the
CORPORATION a Bank Guarantee for the sum of Rs.---------------(Rupees-----------------------------------------------
----------------(in words) as ‘Earnest Money against the TENDERER’S offer aforesaid.
AND WHEREAS we-------------------------------(Name and address of the Bank) have at the request of the
tenderer agreed to give to the CORPORATION this Guarantee as hereinafter contained.
We-----------------------------------(Name of the Bank) hereby under take and guarantee to pay
immediately to the CORPORATION on demand in writing by the CORPORATION the amount of Rs.------------
-------(Rupees--------------------------------------------------(in words), without any reservations and recourse, if
the tenderer shall for any reason backout, whether expressely or impliedly, from their said tender during
the period of its validity of any extension thereof or the tenderer fails to execute the order/work awarded
to them by the Corporation against the said tender.
We--------------------------------------(Name of the Bank) further agree that our liability to pay the
aforesaid is not dependent or conditional on the Corporation proceeding against the tenderer and we shall
be liable to pay the amount, without any demur, merely on a claim being raised by the Corporation.
The guarantee herein contained shall not be determined or afore affected by the liquidation or
winding up dissolution or change of constitution or insolvency of the said Tenderer but shall in all respects
and for all purpose be binding and operative until payment of all moneys due to Corporation in respect of
such liability or liabilities are paid.
NOTWITHSTANDING anything to the contrary in aforesaid paragraphs our liability under the
guarantee is restricted to Rs.---------------------------------(Rupees------------------------------------------------------------
-----------------------(in words). Our guarantee shall remain inforce till------------------------(date). (To be given
for four months from the date of opening of Techno-commercial bid). Unless a suit or action enforce a
claim under the guarantee is filled on us within two months from the aforesaid date Viz.-------------------------
----we shall be relieved and discharged from all liability thereunder.
We----------------------------------------------------------(Name of the Bank) lastly under take not to revoke
this guarantee during its currency except with the previous consent of the Corporation in writing.
For: -------------------------------------------
Date:----------------------------
Delete if not applicable./ ** Delete whichever not applicable.
47
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
PRICE BID FOR LIMESTONE
Sub: Tender for Hiring, Leasing of Heavy Earth Moving Equipments for Drilling, Excavation
with Loading and transportation of LIMESTONE and weighment on Contractor’s
weighbridge at Mines of Tandur Cement Factory
Ref: Tender No: TCF/MINING/LS-4/2016
A) Description of work:
Hiring/ leasing of heavy earth moving equipments for drilling, excavation with loading
and transportation of LIMESTONE after weighment as stipulated in Tender No.TCF/
MINING/LS-4/2016.
B) Unit: M.T
C) Quantity: 15,00,000 ± 20% MTs *
D) Rate for drilling per MT in : Rs.___________
E) Rate for excavation with loading per MT : Rs.___________
F) Rate for transportation per MT average
lead distance above 1.5 to 2.5 Kms : Rs.____________
Total : Rs.____________
G) Service tax ____ % : Rs.____________
H) Other statutory taxes _____ % : Rs.____________
Grand Total : Rs._____________
In words: Rupees
*The quantity is subject to variation of (+)or(-)20%.
Note:
1) The work will be awarded on over all L-1 basis
2) The tenderer should confirm whether the rates offered are inclusive/exclusive of Service Tax and other
statutory taxes and its rates clearly in their offer. Copy of Service tax registration and Pan card should be
enclosed with tender documents.
Place:
Date : Signature of the tenderer with Official Seal, full address
48
CEMENT CORPORATION OF INDIA LIMITED
TANDUR CEMENT FACTORY
PRICE BID FOR SHALE
Sub: Tender for Hiring, Leasing of Heavy Earth Moving Equipments for Drilling, Excavation
with Loading and transportation of SHALE and weighment on Contractor’s
weighbridge at Mines of Tandur Cement Factory
Ref: Tender No: TCF/MINING/LS-4/2016
A) Description of work:
Hiring/ leasing of heavy earth moving equipments for drilling, excavation with loading
and transportation of SHALE after weighment as stipulated in Tender No.TCF/
MINING/LS-4/2016.
B) Unit: M.T
C) Quantity: 1,50,000 ± 20% MTs *
D) Rate for drilling per MT in : Rs.___________
E) Rate for excavation with loading per MT : Rs.___________
F) Rate for transportation per MT average
lead distance above 1.5 to 2.5 Kms : Rs.____________
Total : Rs.____________
G) Service tax ____ % : Rs.____________
H) Other statutory taxes _____ % : Rs.____________
Grand Total : Rs._____________
In words: Rupees
In words: Rupees
*The quantity is subject to variation of (+)or(-)20%.
Note:
1)The work will be awarded on over all L-1 basis
2) The tenderer should confirm whether the rates offered are inclusive/exclusive of Service Tax and other
statutory taxes and its rates clearly in their offer. Copy of Service tax registration and Pan card should be
enclosed with tender documents.
Place:
Date : Signature of the tenderer with Official Seal, full address