भारत सरकार Government of India
अ तर वभाग Department of Space
सतीश धवन अंतर के
Satish Dhawan Space Centreशार
SHARीहरकोटा डा.घ.524124 आं.". भारत SRIHARIKOTA P.O. 524124, AP, INDIA
टे#लफोन:+91 8623 225023 Telephone: +91 8623 225023
फे-स: +91 8623 225170 Fax: +91 8623 225170 GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)
TENDER NOTICE NO. SDSC SHAR/HPS/PT/
09
/2015-16On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following:
Sl No
Ref. No. Description Qty. Tender
Fee 01
SHAR SC 2015 00 3060
e-procurement [Two Part basis]
Providing Security Services for 3 Housing colonies of SDSC SHAR at Sullurupeta for the period of TWO years.
24 Months No Tender fee shall be applicable for tenders submitted through EGPS 02 SHAR VAST 2015 00 3098 e-procurement [Single part basis]
Supply of Polyurethane Finish Paints 1 LS
03 SHAR SC 2015 00 3177
e-procurement [TWO part basis]
Rate Contract for Hiring of Vehicles at SDSC SHAR, Sriharikota & Transit Guest Houses at Chennai for a period of TWO years.
1 Lot
Last Date for downloading of tender documents : 14.12.2015 at 16:00 hrs. Due Date for submission of bids online : 14.12.2015 at 16:00 hrs.
Due Date for Bid Sealing on : 14.12.2015 at 16:01 hrs. to 14.12.2015 at 17.30 hrs.
Due Date for Open Authorization : 14.12.2015 at 17.31 hrs. to 16.12.2015 at 17:00 hrs.
Due Date for opening of tenders : 17.12.2015 at 14:30 hrs.
Instructions to Tenderers:
01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures.
02. Interested tenderers can download the e-tender from ISRO e-procurement website
https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered.
03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement
website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The
same can be down loaded and offer submitted on line in the e-procurement portal. 04. Quotations received after the due date/time will not be considered.
05. The tender documents are available for download upto 14.12.2015 at 1600 hrs and last date for
submission of tenders on line 14.12.2015 at 1600 hrs. and Tender Opening on 17.12.2015 at 14:30 hrs.
06. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations.
SATISH DHAWAN SPACE CENTRE SHAR
INDIAN SPACE RESEARCH ORGANISATION
GOVERNMENT OF INDIA
Request for Proposal (RFP)
Rate contract for hiring of vehicles
at SDSC SHAR Transit Guest Houses
At Chennai
SATISH DHAWAN SPACE CENTRE SHAR ( SDSC SHAR ) IS ONE OF THE MAJOR CENTRES OF INDIAN SPACE RESEARCH ORGANISATION, UNDER DEPARTMENT OF SPACE, GOVERNMENT OF INDIA, LOCATED IN
SRIHARIKOTA ISLAND IN NELLORE DIST, ANDHRA PRADESH. SDSC SHAR IS HAVING TWO TRANSIT GUEST HOUSES AT ADYAR AND PALLAVARAM, CHENNAI. THE CENTRE HAS PROPOSED TO ENTER INTO A NEW CONTRACT FOR HIRING OF TAXIES FOR CHENNAI LOCAL AND OUTSTATION TRIPS FOR A PERIOD OF TWO YEARS THROUGH PUBLIC TENDER (TWO PART BID BASIS). ALL PRICE BID FORMATS SHOULD BE
SUBMITTED IN PART-II AS ATTACHMET PRICE BID ONLY I.E. ANNEXURE
III TO V
SDSC SHAR REQUIRES RATE CONTRACT FOR HIRING OF TAXIES ON NEED BASIS AND ONE NUMBER OF INNOVA TYPE VEHICLE OR ITS EQUIVALENT ON ROUND-THE-CLOCK SHIFT BASIS OPERATE AT CHENNAI AND SURROUNDING AREAS.
THE NEED BASIS VEHICLES ARE FOR THE USAGE OF THE OFFICIALS FOR LOCAL AND OUTSTATION TRIPS SUCH AS SRIHARIKOTA AS DIRECTED BY ADMN. OFFICER, CHENNAI LIAISON OFFICE OR HIS REPRESENTATIVE. THE CONTRACTOR SHOULD SUPPLY THE VEHICLES AS SPECIFIED DURING BOOKING SUCH AS INDICA, INNOVA, TEMPO ETC. THE INNOVA CLASS OF VEHICLE HIRED ON MONTHLY BASIS WILL BE OPERATED MAINLY BETWEEN TWO GUEST HOUSES, DROPPING AT CHENNAI AIRPORT, RAILWAY STATION AND OTHER INTERNAL DUTIES AS PER THE DIRECTIONS OF ADMN.OFFICER, BY TWO DRIVERS ON ALL DAYS IN A MONTH. IN CASE, ANY BREAK DOWNS OR MAINTENANCE REPAIRS WORK HAS TO BE UNDERTAKEN, THE CONTRACTOR HAS TO
REPLACE A SUITABLE VEHICLE AT GUEST HOUSE.
THE SERVICE PROVIDERS WHO ARE MEETING THE FOLLOWING ELIGIBILITY CONDITIONS MAY ONLY SUBMIT THEIR QUOTATION IN TWO PART FORMAT.
ELEGIBILITY CONDITIONS:
1. THE SERVICE PROVIDER SHOULD HAVE REGISTRATION
CERTIFICATE ( FOR CARRYING OUT BUSINESS AS TRAVEL SERVICE / TOURIST OPERATOR )
2. THE SERVICE PROVIDER SHALL HAVE THREE YEARS EXPERIENCE
OF PROVIDING COMMERCIAL VEHICLES TO GOVERNMENT ORGANISATIONS /PSUs /REPUTED COMPANIES/INSTITUTIONS.
3. THE SERVICE PROVIDER SHALL HAVE TURN OVER OF RS.25
LAKHS (TWENTY FIVE LAKHS) PER ANNUM FOR THE LAST THREE YEARS.
4. SHALL HAVE THE SOLVENCY OF 25 LAKHS (SOLVENCY
CONTRACTOR SHOULD SUBMIT COPIES OF IT RETURNS FOR LAST 3 YEARS.
5. THE BIDDER SHALL BE REGISTERED WITH SERVICE TAX AND
INCOME TAX AUTHORITIES.
6. THE CONTRACTOR SHOULD POSSESS MINIMUM 10 NOS. OF LIGHT
VEHICLES WHICH ARE REGISTERED ON OR AFTER 2014, ON FIRM NAME/PROPRIETOR/ PROPRIETRIX/FIRM PARTNERS NAME LIKE CARS, SUMOS, VANS, LUXURY/EXECUTIVE CARS ETC., WITH TOURIST PERMIT. CONTRACTOR SHOULD PROVIDE, MINIMUM FIVE VEHICLES WITH VALID PERMIT AND TAXATION TO ENTER ANDHRA PRADESH (AFTER AWARDING THE CONTRACT).
7. IF THE FIRM OR AGENCY IS HAVING MULTIPLE PARTNERS LIST OF
PATNERS AND PARTNERSHIP DEED SHALL BE ENCLOSED.
NOTE :
SELF ATTESTED DOCUMENTARY EVIDENCE SHALL BE SUBMITTED FOR THE ABOVE
CHECK LIST
1. Have the experience of running such
taxi contracts with Govt. Departments for at least 3 years.
YES / NO
2. Have the turn over of 25 lakhs (Twenty
five lakhs ) per annum for last three years
YES / NO
3. Have the solvency of 25 lakhs YES / NO
4. Have the Travel Agency Registration YES / NO
5. Submitted IT returns for the last 3
years
YES / NO
6. Details of vehicles with vehicle
registration documents
YES / NO
7. Self attested documentary evidence
submitted
for the above purpose
YES / NO
8 PARTNER SHIP DEED COPY
SUBMITTTED
YES / NO
I GENERAL TERMS AND CONDITIONS:
1. The contactor shall have to comply with relevant laws and rules
issued from time to time relating to business and pay due taxes to concerned Government agencies. SDSC SHAR will not be responsible for any lapse on the part of the contractor during or after the expiry of the contract.
2. Contractor should make necessary arrangement to get permit to
enter Andhra Pradesh without any inconvenience to
occupants/officials.
3. The contractor should have minimum experience of 3 years in
supplying of vehicles as a travel agency for which necessary proof should be submitted along with the tender document failing which tender is liable to be rejected.
4. The agency must be accessible 24 x 7. Contractor should be able
to arrange vehicles at short notice also.
5. The contractor should have a proper office in Chennai, Tamilnadu
State with a necessary telephone connection in the office as well as at Residence in order to communicate the regular and emergency taxi requirement of this Center.
6. The firm should be registered with service tax authorities. For this
purpose necessary proof shall be enclosed along with the tender.
7. In case of the vehicles on need basis, kilometer reading will be
counted from shed to shed subject to restriction of 10 kms. In case of vehicle for monthly basis, the kilometer reading and time will be counted from Chennai guest house to Chennai Guest House only.
8. The vehicle shall be available at Guest House on round the clock
basis. Two drivers may be provided ( one in General shift and second driver in night shift ). Beyond this prescribed duty hours, the services of drivers may be utilized suitable OT hrs payment.
9. For outstation trips, the no. of hours will be counted from the time
of reporting the vehicle at ISRO Guest House or the place as identified by us for the work and releasing the vehicle by ISRO Guest House.
a) If the vehicle is used for and upto 24 hours, the payment will be made as per the kms. quoted.
b) If the vehicle is used beyond 24 hours, payment will be made as follows:
i) If the vehicle is used beyond 24 hours and less than 30 hours, the payment will be made considering the extra hour rate for the excess of 24 hours.
ii) If the vehicle is used beyond 30 hours, the payment will be made for two days considering the rate quoted for 24 hours.
10. In case of price revision takes place for fuel i.e., either increase
or decrease (minimum Rs.0.50 per litre) the same will be revised proportionately for fuel component on the basis of KMPL of the vehicles. For the purpose, the KMPL for the vehicles is fixed and given below:
SL NO Vehicle Type ( All AC ) KMPL 1 INDICA 15
2 MARUTHI SWIFT DESIRE 18
3 FORD FIESTA /
MAHINDRA LOGAN / TOYATA ETIOS
18
4 INNOVA / TAVERA 10
5 HONDA CITY / VOLK
WAGAN / NISSAN OR RENIVALUT 13 6 COROLLA 13 7 TEMPO 8 8 MINI BUS 6
Formula:
Difference of Cost Per KM (+/-)(X): Base price of fuel (-) ( New Price) / KMPL of vehicle.
The revised price is applicable to the fuel component of actual
Km. run only. Other items will remains un-altered. The fuel
rate at Chennai will be considered
11. No departmental canteen facility will be extended to the vehicle
(taxi) drivers at ISRO Guest Houses / outstation.
12. The hired vehicle on monthly basis will be used exclusively for
Chennai internal trips only.
13. All costs and liabilities arising out of any accident are solely the
responsibility of the taxi contractor. ISRO/SDSC SHAR officials will not be a party to any dispute arising out of accidents.
14. ISRO/SDSC SHAR will not bear any cost towards operation,
repair, maintenance, fuel and oil replenishment, servicing, wages of the drivers, garage fee, insurance; road tax etc. The complete liability in such case will be that of the taxi contractor.
15. The validity of the contract is for a period of 24 months and
extendable by one more year on mutual agreement basis if the service is found satisfactory for the same terms and conditions. However, Dept. is having the right to cancel or terminate the contract at any time without any notice.
16. At the time of keeping the taxi for Dept. usage, Administrative
Officer or his representative will carry out mechanical check-up and road worthy condition of the taxi. In case, the vehicle is not in road worthy condition and does not satisfy the Motor Vehicle Rules, the Dept. is having right to reject the vehicle. For such vehicles, no KM claims will be allowed. The contractor has to arrange alternate suitable vehicle immediately.
17. The contractor shall comply with all statutory requirements
relation to the vehicles and the driver of the vehicles. Any loss sustained by the Department or its officials or any member of public on account of the vehicle or driver shall be compensated by the contractor and the department will not make any extra payment or compensation for any loss sustained by the contractor when the vehicles was hired by the department.
18. In case of any breakdown during the course of duty, contractor shall immediately without causing any vehicles and no additional payment will be replace the vehicles and no additional payment will be made for the substituted vehicle for the same.
19. The parking of hired vehicles is the responsibility of the
contractor for safe parking of their vehicles during waiting time or operation time.
20. For out station/ local trip vehicles, the toll gate expenses,
parking charges, permit & entry tax charges will be paid at actuals on production of proof along with the bill.
21. For out station trip i.e., to Sriharikota, the vehicle(s) driver(s)
identified by the contractor should have photo identity pass issued by the PR section, SDSC SHAR or Admin Officer, Chennai Liaison Office while on duty. In case any person other than the identified driver is found to be driving the vehicle, the contract is liable to be terminated. The vehicle hired for out station trip may also perform duty of internal city trips as directed by the user.
22. Department is having right to enter in to parallel contracts with
other firms too. Department reserves the right to split the order/modify the apportionment from time to time on the eligible participating portion based on the approved L1 rates.
23. On any occasion, the contractor does not have right to lease or
engage subcontractor for the contract works awarded to him.
24. Valid power of attorney shall be there for the person who deals
with department if the firm is not managed by
proprietor/partners.
25. The proprietor/Manager of the firm shall necessarily have cell
phone in order to communicate the taxi requirement.
26. Contractors shall be able to supply the type of vehicles as given
in Annexure. However, in case of non-availability of above type of vehicles, they can supply suitable or equivalent type of vehicles at the same rate, terms and conditions.
27. Mere awarding the contract does not entitle the contractor to
claim for vehicle bookings from single agency. SDSC SHAR reserves the right to hire taxies from other sources also in the
exigencies of work not withstanding the existence of the contract.
28. For outstation trip vehicles, the Permit charges will be paid at
actuals on production of proof along with the bill.
29. The tampering of meter reading, vehicle usage timings,
overwriting of log sheet and misbehavior of driver shall be viewed seriously, leading to even cancellation of contract.
30. Head, PGA / Sr. Admn. Officer / Admn. Officers, CLO of this
centre or any other person identified by the above personnel are authorized to communicate the requirement of vehicles as and when required for official usage.
31. SDSC SHAR will deal with the company directly and or with the
authorized person of the company. All the internal disputes if any among the employees, partners and management shall be settled among themselves or through legal process. SDSC SHAR will not interfere in the disputes of the company. If any disputes are brought to the notice, the department reserves the right to cancel the contract and hold the payment till the settlement of the disputes among the parties.
II VEHICLES :
1. During the contract period, if the vehicle is seized / detained /
impounded by the Police / Transport Authority for any reason whatsoever, it would be the sole risk / expenditure / responsibility of the contractor
2. All vehicles should have valid registration certificate, permit, tax paid
certificate, valid pollution certificate, complete comprehensive insurance certificate etc. and other such documents ready required by the Government authority for checking.
3. The vehicles supplied by the contractor should be authorized by RTO
to run on hire basis with all necessary documents as per statutory rules of Tamil Nadu Motor Vehicle Act. For out station trips, necessary state Motor Vehicle act should be satisfied.
4. All vehicles supplied by the Contractor should not be of the models
prior to 2014. Vehicles should be in good running condition, good upholstery, elegant look, mechanically in good running condition etc.
The condition should be maintained in perfect throughout the contract period.
5. In case of non-availability of requisitioned car, it will be the
responsibility of the contractor to provide upgraded model at the same rates with the prior permission of Admn.Officer, CLO.
III. DRIVERS :
1. The drivers should hold a valid driving licence for driving transport
vehicles for the type of vehicle, well experienced and should have knowledge of Chennai roads, and should wear a neat and clean uniform as prescribed and recommended by Tamilnadu Motor Vehicle Act. Driver’s must have mobile/cell phone so as to receive message from the users at both Tamil nadu and Andhra Pradesh with sufficient balance.
2. The driver provided should be educated enough to maintain
logbook entries showing the starting kilometer, end kilometer, distance covered, time consumed for journey, places visited etc. for each occasion of journey signed by the officer traveling in the prescribed format.
3. The contractor will have to get the police verification, medical
fitness of all the drivers at their own cost and submit to SDSC SHAR.
4. The driver deputed with the vehicle should bear good moral
character and should be well behaved.
5. The drivers of vehicles should have minimum 5 years experience in
the line with valid driving license to drive transport vehicles. The driver should be able to fill the log/ trip sheet of the vehicle as given by us and should have courteous behavior with officials.
6. The taxi driver should hold the placards given by the department at
receiving terminals at Chennai Airport, Railway Station/Bus stand for easy identification of the guests/VIPs.
7. Driver should allow the officials to get inside the vehicle and later
only he should enter into vehicles.
8. The driver himself should open and close the doors for all officials
9. The driver shall not smoke / be drunken while on duty.
10. All the driver details like name, date of birth, driving license,
experience certificate, medical fitness, police verification etc. are to be submitted to SDSC SHAR along with proof.
11. The driver shall abide by all the traffic rules and regulations in
force, any penalties/disciplinary actions by authorities will be at the cost of the service provider only.
12. On any account, payment of salary to the drivers by the agency
should not be stopped or linked to the clearance or passing of bills submitted to SDSC SHAR.
IV. PENALITY :
1. In case, the vehicle provided by the contractor is found not to
be in good condition or without proper documents, the vehicle may be rejected and sent back. No payment shall be made on account of vehicle so rejected.
2. If the interior of the vehicle is not in good condition, 5%
deduction from the bill shall be done
3. The contractor should ensure & take all the precautions that
the vehicles will not break down while in use. If it happens, the contractor has to press in to service with a substitute vehicle within 4 hours time. If the contractor fails to provide the alternative vehicle within a stipulated time for each occasion an amount of Rs.500/- per occasion shall be recovered.
4. If the contractor fails to provide a vehicle on specified time
and date, an amount of Rs.500/- for each occasion will be deducted from the amount due to him and if the contractor repeats the same more than 3 times in a month, the contract is liable to be terminated.
5. In case of driver reports for duty for more than 15 minutes
beyond the schedule time, a penalty of Rs.100/- ( Rupees one hundred only ) would be levied which will be deducted from the bills
6. Additional penalty as the department feels appropriate can also be imposed if the contractor violates any terms and conditions of contract.
7. When the driver fails to hold the placard at Airport / Railway
Station / Bus Stand an amount of Rs.200/- on each occasion shall be imposed to the contractor.
8. Any Temporary registration vehicles or white board vehicles
are sent, an amount of Rs.1000/- will be deducted in the monthly bill.
V. PAYMENT :
1. Payment shall be made within 30 working days from the date of
receipt of the bill.
2. Service tax will be payable against submission of proof only.
3. The bill should be ensured that there is no overwriting in the duty
slips. In no case, duty slip without signature will be accepted for payment and if it is found so, the claim will be disallowed.
4. After due certification by the concerned users in log sheet, the
contractor should raise the bills along with trip/log sheet and submit at Chennai Guest House as per the rates and the payment will be made within 30 days from the date of receipt of bills at ISRO Guest House, Chennai with proper documentation.
5. Bills should be approved by the Admn. Officer, CLO and should be
supported by the log/trip sheet with full details for each trip duly signed by the user(s) of the vehicle(s) get the log sheet filled by the user(s). If full details are not covered in the log sheets for the Kms claimed, the bills will not be processed further for payment.
6. The bill in duplicate along with duty slip duly signed by the user of
the vehicle should be sent to SDSC SHAR for payment by the 5th of
the following month. In case, the bills are not submitted to SDSC SHAR as per the above schedule, SDSC SHAR will not take any responsibility for delay in payment. Applicable income tax will duly be deducted from the bills.
VI. EARNEST MONEY DEPOSIT :
1. A sum of Rs. 1,00,000/- ( Rupees one lakh) shall be deposited to
in favour of Accounts Officer, SDSC SHAR payable at Sriharikota – 524124 before the due date for opening of techno commercial bid.
2. Earnest Money Deposit will be returned to unsuccessful bidders.
Earnest Money Deposit of the successful bidders shall be converted and adjusted against the Security Deposit.
3. Earnest Money Deposit shall not carry any interest.
VII. SECURITY DEPOSIT :
Successful tenderer will have to submit security deposit for the value of 10% of total order value for the period of contract within 10 days of the issue of purchase order. Failure to pay the security deposit shall be treated as failure to discharge the duties under the contract and shall result in cancellation of the contract. The Security deposit will be forfeited, if the firm found violating any of the terms and conditions or the contractor’s service is found unsatisfactory.
VII TERMINATION OF THE CONTRACT :
1. If the contractor’s service is not found satisfactory, or the
contractor violates any of the terms and conditions of the contract, SDSC SHAR shall have the right to terminate the
contract by giving 10 days notice to the contractor in writing.
2. For any reason, if the contractor wishes to withdraw the
vehicles or terminate the contract, he will have to give at least 30 days notice in writing to the SDSC SHAR before doing so. In case of violation of the same the SDSC SHAR shall recover the 10% amount of the contractor’s bill or any dues pending with SDSC SHAR in addition to forfeiture of security deposit.
ARBITRATION :
If any disputes, disagreement, questions arising out of or relating to or in consequences of the contract or to its fulfillment or validity of the enforcement thereof could not be settled mutually, then such disputes shall be referred to Director, SDSC SHAR, Sriharikota in line with the Arbitration and Conciliation Act 1996 with alterations/modifications thereof, whose decision shall be final and binding on both the parties. The contractor should be in compliance of labour laws from time to time.
Annexure-I 1. COMPANY PROFILE:
Sl.No. DESCRIPTION OF ITEM TO BE FILLED BY THE
CONTRACTOR
01 NAME OF THE FIRM
02 OFFICE ADDRESS
03 PROPRITER/PROPRIETRIX OF THE
FIRM
04 INCASE THE FIRM IS HAVING
PARTNERS LIST THE NAME OF PARTNERS AND ENCLOSE COPY OF PARTNERSHIP DEED
05 VALID POWER OF ATTORNEY IN THE
NAME OF PERSON WHO IS SIGNING AND OPERATING THE CONTRACT IF THE FIRM IS OPERATED OTHER THAN BY PROPRIETOR OR PARTNERS OF THE FIRM
06 RESIDENTIAL ADDRESS OF THE
OWNER
07 OFFICE PHONE NUMBER
08 COMPANY REGISTRATION NUMBER
OF THE FIRM WITH YEAR
09 SERVICE TAX NO
10 PAN NUMBER (FIRM)
11 IT RETURNS FOR THE YEARS
2011-2012, 2012-2013, 2013-2014 (Xerox copies should be enclosed)
12 EXPERIENCE IN THE FIELD
13 LIST OF ORGANIZATIONS TO WHOM
THEY HAVE SUPPLIED VEHICLES
NOTE: The documentary proof for Sl.No.05, 09, 10,11,12,13 to be submitted along with tender
SIGNATURE OF THE PROPRIETOR (WITH OFFICE SEAL)
Annexure-II
SL NO REGD. NUMBER MODEL NAME OF REGD. OWNER TYPE OF VEHICL E DATE I/C VALID DATE F/C VALID DATE OF TAX VALID PERMIT VALID UP TO
SIGNATURE OF THE PROPRITER OF THE FIRM (WITH OFFICE SEAL)
NOTE: All the above vehicle valid documents Xerox copies to be enclosed. The contractor should clearly mark all the above details with marker pen in the xerox copies of RC books. The contractor should be able to produce the vehicles along with original documents when called for verification.
ANNEXURE – III PRICE BID FORMAT ( for monthly basis )- 24 hrs operation
SL NO.
DESCRIPTION OF SERVICE INNOVA
A Hire charges for supply of vehicle on monthly basis on 24 Hours basis (all the days in a calendar month) including driver batta, fuel charges and other incidental charges. The hired vehicle shall be operated with two drivers as explained
I For a run up to 1500 Kms. in a month
(24 Hrs basis)
II For a run up to 2500 Kms in a month
(24 Hrs basis)
III Beyond for every Kms run extra charge
IV OT Charges per hour
Service Tax
Diesel Price per litre (Base Price) : Rs.
Date:
ANNEXURE – IV PRICE BID FORMAT FOR LOCAL ( ON NEED BASIS-INCLUSIVE OF FUEL,DRIVER BATA AND INCIDENTAL CHARGES IF ANY)
SL NO Vehicle Type ( All AC ) For and up to 40 Km and 4 hrs. For and upto 80 Km and 8 hrs. usage 120 km / 12 hrs Extra Charges per additional Km Extra Charges per additional hour 1 INDICA 2 MARUTHI SWIFT DESIRE OR EQUIVALENT 3 FORD FIESTA / MAHINDRA LOGAN / VERTIO TAYOTA ETIOS OR EQUIVALENT 4 INNOVA / TAVERA OR EQUIVALENT 5 HONDA CITY VOLTA VAGAN VENTO / NISSON OR EQUIVALENT 6 COROLLA 7 TEMPO 8 MINI BUS
Service Tax extra.
Diesel Price per litre (Base Price) : Rs.
Date:
ANNEXURE – V PRICE BID FORMAT FOR OUTSTATION TRIP ( ON NEED BASIS-INCLUSIVE OF FUEL,DRIVER BATA AND INCIDENTAL CHARGES IF ANY)
Sl. No. Vehicle Type (All AC) Rate per kilometer including hire,fuel and handling charges for a run upto 250 kms. and 24 hours basis Night halt charges Extra charge for additional each km .run Extra charge for additional each hour usage 1 INDICA 2 MARUTHI SWIFT DESIRE 3 FORD FIESTA 4 INNOVA 5 HONDA CITY 6 COROLLA 7 TEMPO 8 MINI BUS
Service Tax extra.
Diesel Price per litre (Base Price) : Rs.
Date:
S a t i s h D h a w a n S p a c e C e n t e r S H A R S a t i s h D h a w a n S p a c e C e n t e r S H A R S a t i s h D h a w a n S p a c e C e n t e r S H A R S a t i s h D h a w a n S p a c e C e n t e r S H A R
Page Destination: Tender Header Format Type : Normal
. :
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTRE
PURCHASE DIVISION
Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028
e-Mail ID : [email protected], [email protected], [email protected]
STANDARD TERMS & CONDITIONS
1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.
2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE.
In case of two-part tenders, parties shall submit their offers as follows:- 1) Part-I – Techno-commercial Bid
(No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid
In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected.
3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent.
4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation.
5.Excise Duty - SDSC-SHAR is eligible for Excise Duty Exemption under Notification No. 64/95 dated 16.03.1995 as amended by Notification No. 15/2007 dated 01.03.2007 and as amended by Notification No. 07/2008 dated 01.03.2008 and necessary Exemption Certificate will be provided. No claim, whatsoever, for payment of Excise Duty or Cenvat reversal will be allowed later. The suppliers have to take this into account while submitting quotations.
Excise Duty Exemption Certificte will be issued only to finished product as per the PO/Contract. EDEC shall not be issued in favour of third parties for raw materials, other components that go in to the manufacture of the end product.
Excise Duty Exemption Certificate will be issued in favour of original equipment manufacturer provided (i) the tender has been received from the sole selling agent of OEM concerned (for which documentary proof shall be produced) and (ii) a request for issue of Excise Duty Exemption Certificate was made in the original offer itself.
6.CST - With effect from 01.04.2007, Form-D has been withdrawn for Inter-State purchases by Government Departments. Now the percentage of CST on the Inter-State sales to Government Departments shall be the percentage of VAT/State Sales Tax as applicable in the State of the Seller/Dealer. Accordingly, the suppliers have to indicate clearly the % (full rate of tax) of CST applicable against each item in their offers.
7.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 12/2012 dated 17.03.2012. This may be taken into account while quoting for import items, if any.
In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto.
8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest.
Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.
9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value.
shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till completion of the contract period plus sixty days towards claim period for faithful execution of the contract.
12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.
13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive.
14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.
15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders.
16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification.
17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and commissioning.
18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.
19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party.
20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS
The Tenderer should submit the following documents/information while quoting:-
a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent.
b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual interest in the business.
c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.
e)Compliance of the tax laws by the Indian Agent.
21. High Sea Sales- Against High Sea Sale transactions:
a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.
b.100% payment will be made within 30 days after receipt and acceptance of the items at our site.
c.Sales Tax is not applicable
d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.
e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR.
22.The following information/ documents are to be submitted wherever applicable.
1.Product Literature
2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices
4.Excise Duty, VAT, Service Tax Registration details.
5.In case of MSME, registration details / documents from Competent Authority.
23.EXCLUSION OF TENDERS
The following tenders shall be summarily rejected from the procurement process
a.Tenders received from vendors who have not qualified in terms of their registration.
b.Tenders received against publishing of a limited tender in the CPP portal.
c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings.
d.Unsolicited tenders from vendors.
e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.
f.The tenders which are not accompanied by the prescribed Earnest Money Deposit.
g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages.
h.The validity of the tenders is shorter than the period specified in the tender enquiry.
i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.
k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).