35

BHARAT SANCHAR NIGAM LIMITED

(A Govt. of India Enterprise)

KHEDA TELECOM DISTRICT

O/o GENERAL MANAGER TELECOM DISTRICT, NADIAD

TENDER DOCUMENT

Providing the multi utility commercial vehicles on hiring basis with licensed drivers

For

Transportation of man with material / store items in the jurisdiction of Nadiad SSA

Tender NO: KTD/MM/T- 06 /Hiring of Vehicle/2014-2015

PART – A

TECHNICAL BID

Tender Form fee: Rs. 500/- (Non-refundable)

NAME & ADDRESS OF THE TENDERER: ______

______

______

Phone (O) ______

Mobile No ______

TABLE OF CONTENTS

INDEX

Part – A Technical Bid Page No 1-31

Section contents Page No

I Notice Inviting Tender (NIT) 3-5

II BID FORM 6

III TENDER’S PROFILE 7

IV Eligibility & Documents required 8

V General Terms & Conditions of Tender 9-14

VI Scope of work 15-16

VII General (Commercial) Conditions of Contract 17-20

VIII Special Terms & Conditions of Contract 21-22

IX Declaration regarding near relatives 23

X Undertaking regarding Service Tax & EPF 24

XI Checklist for Bidder 25

XII Details regarding offered vehicles 26

Annexure - A Draft for Agreement 27-28

Annexure – B Draft for Performance Security Bond 29-30

Appendix – I Undertaking 31

Part – B Financial Bid Page No 32 & 35

Section contents Page No

XIII Rate Sheet 33-35

BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)

KHEDA TELECOM DISTRICT

OFFICE OF THE GENERAL MANAGER TELECOM, NADIAD

Tender No: KTD/MM/T-06/Hiring of Vehicle/2014-15 Dated @ NAD the 22/01/2015.

NOTICE INVITING TENDER

For and On behalf of BSNL, Properly Sealed (by PVC tape/ Sealing wax) Tenders are invited from eligible bidders as per the eligibility condition of this NIT by General Manager Telecom District, Nadiad for hiring of multi utility commercial vehicles with licensed drivers for transportation of man with material/store items for Nadiad SSA. Details are as under.

Sl. No. / Zone. No. / Name of Unit / Station / Type of vehicle required / Fixed monthly Km. / Bid Security (In Rs) / Estimated cost (In Rs) per annum
1 / I / D.G.M (CFA), Anand / Indica/Wagan-R/Santro / 1200 / 4350.00 / 174000.00
2 / II / AGM (EB), Anand / Maruti Van / 2000 / 9240.00 / 369600.00
3 / D.E (R ), VV Nagar / Maruti Van / 1200
4 / III / SDE (CMTS - I) Anand / Maruti Van / 2000 / 10200.00 / 408000.00
5 / SDE (CMTS-II), Anand / Maruti Van / 2000
6 / IV / SDOT – Sarsa / Maruti Van / 1200 / 4140.00 / 165600.00
7 / V / SDOT-Borsad / Maruti Van / 1200 / 4140.00 / 165600.00
8 / VI / SDOT- Petlad / Maruti Van / 1200 / 4140.00 / 165600.00
9 / VII / SDOP – Cambay / Maruti Van / 1200 / 4140.00 / 165600.00
10 / VIII / DGM (CM /CFA), Nadiad / Indica/Wagan-R/Santro / 1200 / 13050.00 / 522000.00
11 / DGM (Fin.), Nadiad / Indica/Wagan-R/Santro / 1200
12 / D.E (Vig.), Nadiad / Indica/Wagan-R/Santro / 1200
13 / IX / A.G.M (Mktg.), Nadiad / Maruti Van / 2000 / 9240.00 / 369600.00
14 / SDOT – Nadiad / Maruti Van / 1200
15 / X / SDOT – Kheda / Maruti Van / 2000 / 5100.00 / 204000.00
16 / XI / SDOT – Kapadwan / Maruti Van / 2000 / 5100.00 / 204000.00
17 / XII / SDOT – Balasinor / Maruti Van / 1200 / 4140.00 / 165600.00
18 / XIII / SDOT - Dakor / Maruti Van / 1200 / 4140.00 / 165600.00
19 / XIV / SDE (CMTS), Nadiad / Maruti Van / 2000 / 5100.00 / 204000.00
20 / XV / SDE (Trans.), Nadiad / Maruti Eeco / 2000 / 5430.00 / 217200.00

Date & Time for submission of bid document: - Up to 14:00 Hours on 16/02/2015

Date & time of opening of Tender: - AT 15:00 Hours on 16/02/2015

1.  Eligibility for Bidding: -

(a)  The bidder should have at least one year (before the date of NIT) experience certificate of satisfactory performance in similar services with Central/State Government/PSU or reputed Private Limited Companies/Firms.

(b)  The bidder should have minimum 16.67% vehicles at his own or on lease of the total quantity of vehicles of the zone or zones for which the bidders has applied. The bidder can apply for any number of zones. The vehicles should have commercial passing from RTOs in the name of proprietor/ company/partnership firm/director and should be not older than three years from the date of NIT. The full details of the vehicles proposed to be supplied and a clear declaration that the firm will be able to supply commercial vehicles shall be provided.

(c)  Bidder should have his office and business established in Nadiad SSA.

2.  Duration of contract: Normally contract will be awarded for a period of one year with an option of extension for a further period of first three months unilaterally by BSNL at the same rates, terms & conditions and another period of further three months with mutual consent of both sides at the same rates, terms and condition.

3.  Minimum validity of tender offer: - 180 days from the date of tender opening. The BSNL reserves the right to request the lowest 3 bidders as per read out list on the opening day to extend the bid validity for a period of further 120 days and the bidder has to necessarily extend the bid validity. Refusal to extend the bid validity will result in forfeiture of the bid security. A bidder accepting the request and extending the bid validity will not be permitted to modify his bid.

4.  Intending bidder may obtain bid document from SDE (MM) ,1st floor, Door Sanchar Bhavan, Pij Road Nadiad on payment of tender Form fee (by cash only) of Rs. 500/- (non refundable) on all working days up to 13:30 hours of 14/02/2015.

5.  Tender form can also be downloaded from our website: www.gujarat.bsnl.co.in. or www.bsnl.co.in duly filled and submitted along with the DD of Rs.500/- in favor of AO (cash) BSNL, Nadiad ,payable at Nadiad, towards form fee (not refundable) in addition to EMD. Non receipt of bid form fee in prescribed mode of payment will disqualify the bidder and bid submitted will be summarily rejected. The bidder who want to use the downloaded tender form are requested to inform the name, address and telephone number of firm to this office for further correspondence if any.

6.  BSNL does not own any responsibility for any discrepancies or alteration/omission in the contents of tender document while downloading from the website or otherwise. Contract documents will be prepared based on the master copy of Tender document available in the office and the same will be binding on the contractor. If any change found in tender document submitted by the tenderer at any stage, will be treated as fraud done to the BSNL and will be subject to the cancellation of agreement done (if any) and appropriate action will be taken against the tenderer.

7.  GMTD Nadiad reserves the right to cancel the tender at any stage without assigning any reason.

8.  The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL.

9.  Type of Vehicle Required:

·  Group-A: - Tata Indica/Maruti Wagon R/Hyundai Centro/Tata Indigo

·  Gropup B: - Maruti Van

·  Group C: - Maruti Ecco

(a) The hired vehicles supplied to the BSNL should not be older than three years from the date of NIT and with a valid current fitness certificate issued by transport authority

(b) Hired vehicles should be registered commercial vehicles having taxi/maxi passing.

(c) Fuel used by the hired vehicles may be of Diesel/CNG/Petrol with proper entry in the concerned RC books issued by transport authority

(d) No AC unit is required in the hired vehicles and hence no extra charge for AC units will be paid by BSNL

(e) Category-I: when approved rates are available for all zones.

The bidder may be asked to provide one or more additional vehicle at the same rates, terms & conditions in the zone/zones in which his tender has been approved. Similarly a bidder can also be asked to supply one or more than one vehicles in the other zone/zones also at the approved rates of the respective zone/zones (i.e at the approved rates of zone / zones in which vehicle is required). If more than one contractor is willing to work at other zone / zones then BSNL will decide whom the work is to be given. The decision of BSNL will be final and binding.

Category-II: when approved rates are not available for some zone/zones

It may be possible that there may not be any bidder for a zone / zones. In this case the approved contractors can be asked to give vehicle in these zone / zones. The contractor having lowest rate among all approved zone/ zones will be asked to give vehicle at his lowest approved rate. If he denied than 2nd lowest contractor will be given option to work at lowest the rates of all zones and so on.

Similarly if nobody is willing to work at lowest approved rate of all zones then option will be asked from the contractors to work at 2nd lowest rates of all zones and so on. On this basis work will be given maximum for 3 – months period.

SECTION – II

BID FORM

To,

The General Manager

BSNL,Nadiad

Sir,

With reference to tender notice number KTD/MM/T- 06/ Hiring of Vehicle/14-15 dated 22.01.2015.

1.  I/we have read and understood all the terms and conditions mentioned in the tender form and agree to abide by all conditions laid down therein.

2.  Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.

3.  We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening (Qualifying Bid) and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

4.  I/we have not bid for this tender under any other name

5.  I/we understand that GMTD Nadiad can reject the tender without assigning any reason thereon. The decision of the GMTD Nadiad will be the final in all cases.

6.  I/We undertake, if my/our Bid is accepted, I/We will execute the work in accordance with specifications, time limits and terms and conditions stipulated in Bid document.

7.  I/we undertake, if my/our Bid is accepted, I/we will take the vehicles on lease from the other vehicle owners before execution of agreement for the BSNL and will submit the relevant documents of all leased vehicles viz (i) copy of RC book, (ii) insurance copy of vehicle, (iii) fitness certificate of vehicle (iv) lease document specifying the puerpose of lease i.e. supplying to BSNL & mode and type of payment of rent to leaser

8.  I have submitted the Bid Security (EMD) of Rs ______in the 1st envelop and details are as under.

Demand Draft No ______Dated ______

Name of Bank ______

9.  Rates offered by me/us are given in the separate envelope for financial bid.

10. If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.

11. Until a format Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us.

12. I/we hereby declare that my firm is not Black Listed by any SSA / Circle of BSNL

13. I/we under take that if my bid is accepted, I will take BSNL Connection.

Signature of Party with rubber stamp & date

Full Name (In block letters) ______

Capacity in which signed ______

SECTION – III

TENDERER’S PROFILE

Passport size
Photograph of the
Tenderer / authorized
Signatory holding
Power of Attorney

1.  Name of the tenderer/firm : ______

2.  Name of the person submitting the tender : ______

(In case of proprietary/partnership firms, the tender has to be signed by Proprietor/Partner only, as the case may be)

3.  Address of the firm : ______

4.  Tel. No. (With STD code) :

a)  (O) ……………………………….

b)  (Fax) ……………………………….

c)  (Res) ……………………………….

d)  Mob No ……………………………..

5.  Registration & incorporation particulars of the firm: (please Tick as applicable)

i)  Individual Name

ii)  Proprietorship

iii)  Partnership

iv)  Private Limited Co.

v)  Public Limited Co.

vi)  Recognized by Govt. of India/Gujarat as Tourist Transport operator

(Please attach attested copies of documents of registration/incorporation of your firm with the competent authority as required by business law).

6.  Name of Proprietor/Partners/Directors: ______

7.  Income tax PAN Number of the party/Firm : ______

Income Tax circle : ______

((NB:- If not available, must be applied for and documentary proof regarding the application made should be furnished)

8.  My Service Tax registration number (if available) : ______

(NB:-If not available, must be provided with in three months from the date of Issue of FAT if it is required as per Service Tax Rules and an undertaking to the effect must be furnished)

9.  My EPF registration number (if available) : ______

10. My ESI registration number (if available) : ______

11. Any other social security scheme for workers (If Available):