Tender No: GDS/TE/208/14-15 Tender: Transportation Contract

Tender No: GDS/TE/208/14-15 Tender: Transportation Contract

Owner: SBU: G&L, Silvassa

Tender No: GDS/TE/208/14-15 Tender: Transportation Contract

TENDER DOCUMENT

FOR

TRANSPORTATION OF GOODS

FROM

SILVASSA FACTORY

OF

BALMER LAWRIE & CO. LTD

(SBU:GREASES & LUBRICANTS)

TENDER NO: GDS/TE/208/14-15 DATED 26/03/15

DUE DATE 07.04.2015

PART-I (UN-PRICED BID)

Issued By:

Balmer Lawrie & Co. Ltd.

PurchaseDepartment

Survey No. 201/1, Sayali

Silvassa – 396230

Notice Inviting Tender

NOTICE INVITING TENDER

TENDER NOTICE NO: GDS/TE/208/14-15

M/s. Balmer Lawrie & Co. Ltd. (BL) a PublicSectorCompanyunderMOP&NG Govt. ofIndia,invitessealedtendersunderTwo-Bid system,from competent and experienced transporters with sound technical back ground and financial capabilities & resources to provide transport services for a periodof Six Months [May’15 to Dec’15] for transportation of goods and products from Greases & Lubricants Plant atSurvey No. 201/1, Sayali, Silvassa-396230, UT of D& NH to various locations in and around Silvassa , Vapi and Daman.

1.00 SITE OF WORK

The entire Scope of work is mentioned in the Tender Documentsand Schedule of Rate of this tender.

2.00 PLANT VISIT

The intending bidders shall visit the plantand familiarize themselves thoroughly with the working condition before submitting the tender. Non-familiarity with the working conditions will not be considered as reason either for extra-claim or for not carrying out the job in strict conformity with the contract requirement.Mr. S.Kadam (Cell No. 9558818876) may be contacted for fixing the date & time of plant visit.

3.00 CONTRACT PERIOD

Duration of contract is six months [May’15 to Dec’15] or trips exhausted, this contract may be extended for another six months at same terms and conditionsatthediscretionof Company.

4.00 TENDER DOCUMENTS

Tender Documents comprise two parts viz. Part-I (Un-priced Bid) covering Notice Inviting Tender, Prequalification documents and scope of work.

The Priced Bid, Part Part-II consists of Price Schedule.

5.00 VALIDITY OF OFFER

Tenderers shall keep their offer valid for a period of 60 Days from the date of opening of unpriced bid.

6.00 PRE-QUALIFICATION CRITERIA

Refer appendix –B

7.00 EARNEST MONEY DEPOSIT

Part -I (Unpriced Part) should be accompanied by a Bank Draft or Bank Guarantee of Rs.5,000.00 (Rupees five thousand only) towards Earnest Money Deposit executed by any Scheduled Bank drawn in favour of “Balmer Lawrie & Co. Ltd” , payable at Silvassa.Bid document without EMD will not be considered.

8.00SECURITY DEPOSIT

On acceptance of the Bid, Contractor shall within fifteen (15) days, deposit with Owner an initial Security Deposit of the value as specified in the tender. The same shall be in form of Bank Draft Rs.10,000/- (Rupees Ten Thousand only) drawn on a SILVASSA Branch of any Scheduled Bank in favour of M/s Balmer Lawrie & Co. Ltd.

9.00PAYMENT PROCEDURE

The Contractor awarded the transportation contract, shall submit the bills on monthly basis along with the copies of Receipted copy of Challans / Invoice. Income Tax, as applicable, would be deducted from each bill of the Contractor towards tax deducted at source for which necessary TDS certificate will be issued.

Payment will be released within 30 days from the date of receipt of certified bills.

10.00 RISK PURCHASE

Ifthesuccessfultenderer failstoadhere to anytimeor commitsany default or violation of any of the contractual obligationsor causes any delay in the performanceofanyofhisobligations,BLreservestheright,withoutbeingboundtodoso togettheworkcoveredbyContractconditionsbyanyalternativeAgencyorAgenciesatthe riskandcostofthesuccessfultendererandanyextraexpenditure, damages thatBalmer Lawrie & Co. Ltd. (BL)maybeputtoorsufferorsustainwillberecoveredbyBL fromthe successful tendererbyadjustingthesameagainstanyofthependingbillpayabletothe successfultendererand/orsecuritydepositamountand/orotherwisehowsoever. Insuch an eventBLshallwithoutbeingboundtodoso,alsobeentitledtoterminate thecontract withoutanyfurthernoticetothesuccessfultenderer.

11.00 SUB-LETTING OF WORK

No part of the Contract nor any share or interest therein shall in any manner or degree be transferred, assigned or sublet by the contractor directly or indirectly to any person, firm, or corporation whatsoever except as provided for in the succeeding sub-clause, without the consent in writing, of the Owner.

12.00 TENDER SUBMISSION (IN HARD COPIES)

“TECHNICAL COMMERCIAL BID” and “PRICE BID’ in two separate small envelope and then both these two envelopes should be put in one big sealed envelope super scribing the above tender enquiry, and the Sealed Quotation should reach to BL latest by 18.00 Hr within the due date[ 07.04.2015] at the following address:-

SHOBHIT SRIVASTAVA

Dy. Manager (Purchase)

Balmer Lawrie & Co. Ltd.

SBU: Greases & Lubricants,

Survey No 201/1, Sayali, Silvassa- 396230

(UT OF D& NH)

Tender to be submitted complete in all respect inTwo separate sealed covers (Un-priced Bid, Part-I and Priced Bid, Part-II) super scribed with Tender Number and Name of the Work and due date.

13.00 I.T.RETURN, PROFIT & LOSS ACCOUNT & BALANCE SHEET

Bidders are requested to submit Income Tax Return Certificate and balance sheet with Profit and Loss Accountduly certified by a Chartered Accountant along with of their offer, failing which their offer may be liable to be rejected.

14.00 NON-CONFORMANCE

Tenderer to note that no deviation from BL tender terms, conditions, specification & requirement is acceptable. Tenderer not conforming of the above mentioned requirements are liable to be rejected.

15.00 ARBITRATION

Any dispute or difference in any nature whatsoever, any claim, cross claim, counter claim or set off or regarding any right, liability act, commission or omission of any of the parties hereto arising out of or any relation to this agreement shall be referred to the sole arbitration of Director (Manufacturing Businesses), of Company, who may either himself act as the Arbitrator or nominate some other officer of Company to act as a Arbitrator.

The award of the Arbitrator so appointed shall be final and conclusive and binding on all parties to the agreement subject to the provisions of the Indian Arbitration Act, 1996 and the rules thereunder and any statutory modifications or re-enactment’s thereof deemed to apply to the Arbitration proceeding under this clause.

Notwithstanding anything as mentioned above, if violation of any provision of this contract is made by either of the party which may be outside the premises of Indian Arbitration and Conciliation Act, 1996, the same shall be referred to the Appropriate Court of Law having ambit of Silvassa jurisdiction over the owner’s premises, i.e. from where the contract is given.

16.00 GOVERNING LANGUAGE

The contract shall be written in English language which shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the parties, shall be written in the English language only.

17.00 APPLICABLE LAW

The Contract shall be interpreted in accordance with the laws of the Union of India and all disputes shall be subject to place of jurisdiction of UT of Dadra & Nagar Haveli.

18.00 LATE BIDS

All tenders received after the notification and time of closing (i.e Due Date & Time) will not be considered. BL will not be responsible for loss of tender documents or delayed delivery for any reason whatsoever.

19.00 CONFLICT OF INTEREST

Any Tender/Contract may be rejected if a conflict of interest between the bidder and the company is detected at any stage.

20.00 RIGHT OF ACCEPTANCE / REJECTION

Mere issue of tender document and submission of bids does not necessarily qualify for consideration of bids. M/s. Balmer Lawrie & Co. Ltd. reserves the right to accept or reject any or the lowest tender either in part or in full without assigning any reason whatsoever.

21.00 LOWEST BID

The selection of the bidder will be done on the basis of the lowest total bid amount quoted for all the destinations taken together. It is, therefore, necessary that the transporters have to quote for all the destinations failing which their price offer will not be considered.

22.00PRICE BASIS

a)The nos. of the trips mentioned in the “Price Schedules” are indicative only and in actual operation it may increase / decrease to any limit and the transporter is bound to execute the same.

b)The transporter may have to make upto 3 deliveries at different points on the same route for which no extra charges will be paid;the transporter has to quote their rate/delivery for deliveries beyond three points.

c)The rates shall remain firm during the contractual period and no increase in the rates will be given even on hike in Diesel Price by the Government.

d)The loading at our Factory will be done by BL and consignee or the transporter will arrange the unloading at their Godown. The bidder has to quote their rate / trip excluding loading & unloading.

23.00OBSERVANCE OF RULES/ ACTS IN FORCE

a)The successful tenderer and his man shall abide by all rules/regulations in force at a location and the laws, by-laws and statutes of Government / Semi-Government and other local authorities such as requirements / liability under enactment, Contract Labour Act etc. and the Company shall stand indemnified against by claims on these scores.

b)The Contractor shall conform to the provisions of Acts, rules, orders or notifications of any Governments, Municipal or local authority for the time being in force affecting the work undertaken by him and will give all necessary notices to and obtain requisite sanction and permits of and from the Municipal and any other authority in respect of the said work or the materials to be used there at and generally will comply with the building and other regulations of such authorities and will keep the Owner indemnified against all claims, penalties and losses that may be incurred by it by reason of any breach by the Contractor of any statues by-laws, rules, regulations, notifications etc.

For clarifications required, if any, please contact– Shobhit Srivastava (Dy, Manager (Purchase) on 09898896501 during office hrs.

Please acknowledge receipt and confirm your participation in this tender.

Thanking you,

Yours faithfully,

forBalmer Lawrie & Co. Ltd.

[Shobhit Srivastava]

Dy.Manager (Purchase)

Encl : as above.

APPENDIX-A

DETAILS OF BIDDER

Sl No / Particulars
1 / Name
2 / Address of the Registered office
Phone No
Fax No
Email
3 / Address to which communication are to be sent
Phone No
Fax No
Email
4 / State whether proprietary / Partnership / Pvt. / Public Ltd. Company
6 / Name, Address and Details of Bankers
7 / Registration No & Date of Registration
8 / Whether any legal cases are pending against the bidder in any Court of Law, If so, please give the details.
9 / EMD Details – DD No Date, Amount
And Name of the bank
Company Seal / Signature
Name
Designation
Company
Date

APPENDIX-B

PRE-QUALIFICATION CRITERIA
Pre-qualification / Eligibility criteria for Contract
Name and address of the company -
Sl. No. / PRE-QUALIFICATION CRITERIA / DOCUMENTS REQUIRED / Submitted –
Yes/ No
1 / Transporters should have minimum three trucks [ at least one of them should be LPT] registered in their name on the date of tender. / Proof - Documentary evidence such as The photocopies of the Registration Certificates to be attached with the offer
2 / Transporter should have minimum 3 years similar type of experience with PSU Oil Companies or other Companies of repute / Necessary copies of the contract / PO to be attached
3 / Minimum Annual Turnover of Rs.5 Lacs in anyone year of the last three years (2011-12, 2012-13 and 2013-14). / Chartered Accountant Certified Profit & Loss & Balance Sheet copies.
4 / IT Registration No. / Copy of registration no.
5 / Permanent Account No.(PAN No.) / Copy of Pan card
6 / Vehicle valid PUC Certificate / Copy of certificate to be attached
7 / Contractor shall insure their vehicle against all loss or damage / Copy of certificate to be attached

The Price Bid of only those bidders who full-fills the above stated Pre-qualification criteria will be considered for final evaluation and the offers of those transporters who are not able to meet all the above stated criteria will be rejected & EMD will be returned to the bidders.

OTHER TERMS & CONDITIONS OF THE TENDER

1.00SPECIAL CONDITIONS

1.1The selection of the bidder will be done on the basis of the lowest total bid amount quoted for all the destinations taken together. It is, therefore, necessary that the transporters have to quote for all the destinations failing which their price offer will not be considered.

1.2The nos. of the trips mentioned in the “Price Schedules” is indicative only and in actual operation it may increase / decrease to any limit and the transporter is bound to execute the same.

2.00RESPONSIBILITY

  1. Care must be taken while executing the contract to ensure that no structure and installation, fittings, fixtures, material, productsof plant pertaining to Company are damaged.
  1. Any damage done to any property and products of plant will have to be repaired/replaced / compensated by the Contractor at his cost failing which the same will be got done and the amount incurred on repairs/replacement shall be recovered from the bills payable to the Contractor.
  1. The decision of Officer-in-Charge on the propriety or adequacy of any replacement and or work done by the Contractor or any costs recoverable from the Contractor under this head shall be final and binding on the Contractor.
  1. The Contractor will ensure that all his activities shall be executed in a disciplined manner and the Contractor shall take all responsibility for the antecedents and character of him.
  1. The Contractor shall arrange to obtain necessary entry permits from Officer-in-charge
  1. The Contractor or his personnel would not tamper with any property of the Company. In case of any default, damage as assessed by the Officer-in-Charge, whose assessment shall be final and binding on the Contractor, shall be payable by the Contractor.

3.00 SAFETY AND WELFARE

The Contractor shall be responsible for providing and maintaining various safety and welfare amenities in respect for self and personnel engaged by him as per the provisions of Factories Act, 1948.

4.00RECORDS & CERTIFICATE OF COMPLIANCE

  1. The Contractor shall keep and maintain all records as are required to be maintained by him under Motor Vehicle Act applicable in the UT.
  1. The Contractor shall furnish to the concerned offices/authorities in this behalf any and all information, report (s) and return (s) as are required to be furnished by him under any such act/laws, rules or regulations.

5.00 WORKING HOURS

Working hours for the vehicle will generally be from 9.00AM to 7.30PM on all working days

6.00TRANSIT LOSS

Transit loss of material will be deducted from transportation contractor’s current bills. LR to be submitted on next day of delivery of material.

TENDER DOCUMENT

FOR

TRANSPORTATION OF GOODS

FROM SILVASSA FACTORY

OF

BALMER LAWRIE & CO. LTD (SBU:GREASES & LUBRICANTS)

TENDER NO: GDS/TE/208/14-15 DATED 26/04/15

DUE DATE &TIME: 07/04/15

PART-II (PRICED BID)

Issued By:

Balmer Lawrie & Co. Ltd.

Materials Department

Survey No. 201/1, Sayli

Silvassa – 396230

SCHEDULE OF JOBS & RATES

NOTES:

1.Details of the items under this Schedule shall be read in conjunction with the corresponding Tender Specifications & Requirement and other parts of Tender Documents.

2. The work shall be carried out as per Specifications and the description of the jobs and instructions of Officer-In-Charge.

3. Items of work provided in this Schedule but not covered in the Specifications or vice versa shall be executed strictly as per instructions of the Officer-In-Charge.

4.Tenderer shall quote the value of the work as mentioned in this Price Schedule. No over writing is allowed. All scoring and cancellations should be countersigned by the Tenderer. In case of illegibility, the interpretation of Balmer Lawrie & Co. Ltd. shall be final. All entries shall be in English language.

5. Any deviations from this format of Price Schedule shall make the offer liable for rejection.

6.Balmer Lawrie & Co. Ltd's decision shall be final and binding on the Contractor regarding clarification of items in this Schedule with respect to the other sections of the Contract.

PRICE SCHEDULE

(To besubmitted in Envelope‘ Priced Bid Part-II)

Allinclusive rateforscope of work specified in the NIT & Tender Document.

SL.NO. / DESTIANATION / ESTIMATED NO. OF TRIPS FOR 12 MONTHS / RATE[Rs.] /TRIP / AMOUNT [Rs.]
[A] / [B] / C= [A] X [B]
1 / Vapi Direct / 50
2 / Silvassa & Vapi / 100
3 / Silvassa / 75
4 / Khadoli / 8
5 / Khanvel / 3
6 / Daman / 3
7 / Morkhal / 8
8 / Plant to Vasona return to Plant / 7
Total bid value
Rate/Delivery Point beyond three points deliveries

BIDDER TO NOTE THAT FOR OPERATIONAL REQUIREMENT QUANTITY FROMONEDESTINATIONTO OTHER DESTINATIONS WITHIN 20% TOLERANCE OF TOTAL P.O. VALUE MAY BE RE- ALLOCATED.. TRIPS CAN BE REALLOCATED/INTERCHANGED AS PER OUR REQUIREMENT.

Date:

Signature:

Name of person signing:

Tenderer’s name:

Address withseal:

Page 1 of 16 STAMPED & SIGNED BY BIDDER