CENTRAL GST & CENTRAL EXCISE, HALDIA COMMISSIONERATE …
Transcript of CENTRAL GST & CENTRAL EXCISE, HALDIA COMMISSIONERATE …
E-QUOTATION DOCUMENT
FOR
HIRING OF VEHICLE
FOR
CENTRAL GST & CENTRAL EXCISE, HALDIA
COMMISSIONERATE
7TH FLOOR, M. S. BUIDLIGN, CUSTOM HOUSE,
15/1, STRAND ROAD, KOLKATA
KOLKATA- 700 001
Phone No. (033) 2243 – 6486
e-mail : [email protected]
Hkkjr ljdkj
GOVERNMENT OF INDIA CENTRAL GST &CENTRAL EXCISE : KOLKATA - NORTH COMMISSIONERATE
7TH FLOOR, M. S. BUILDING, CUSTOM HOUSE, 15/1, STRAND ROAD, KOLKATA-700 001
C. No. I(II)03/Tender for Vehicle/CGST/HAL/HQ/2019 Dated :
N OTICE INVITING TENDER NO. 01/HAL/2019
Subject: TENDER FOR “HIRING OF VEHICLE PURELY ON CONTRACTUAL TERM” FOR FINANCIAL YEAR 2019-20 DURING THE PERIOD FROM 01.04.2019 TO 31.03.2020 FOR USE IN CGST AND CENTRAL EXCISE, HALDIA COMMISSIONERATE.
1. The office of the Commissioner of Central GST & Central Excise, Haldia
Commissionerate invites online quotation under Two Bid Systems i.e., ‘Technical
Bid’ and ‘Financial Bid’ for supply of vehicles on hired basis for official use in
different categories, as follows, in the Office of the Commissioner of Central GST &
Central Excise, Haldia Commissionerate, 7th Floor, M. S. Building, Custom House,
15/1, Strand Road, Kolkata – 700 001 from the interested parties/ agencies with
experience of at least 3 (three) years with Central & State Govt. Offices/
P.S.Us/Reputed or Listed Companies and also willing to comply with the general
terms and conditions annexed to this notice:
Sl. No.
Type of Vehicles
No. of vehicles required
Monthly need
1
A.C. Maruti Suzuki SX4/ Honda City/Logan/Verna/Ciaz or comparable cars of the same segment and the date of manufacture of the vehicle provided should not be prior to 01.01.2017. (Mid-sized vehicle)
1
(One)
Maximum limit 2500 km. and 30-31 days in a month Cost Ceiling Rs.50,000/- (for petrol/Diesel)/Rs.45,000/- (for CNG vehicle) plus Tax as applicable
2
A.C. Maruti Suzuki SX4/ Honda City/Logan/Verna/Ciaz or comparable cars of the same segment and the date of manufacture of the vehicle provided should not be prior to 01.01.2017. (Mid-sized vehicle)
1
(One)
Maximum limit 25/26 days and 2000 km. in a month. Cost Ceiling Rs.50,000/- (for petrol/Diesel)/Rs.45,000/- (for CNG vehicle) plus Tax
as applicable
2
Swift Dzire, Amaze or comparable cars of the same segment. The date of manufacture of the vehicle provided should not be prior to 01.01.2017. (Small-sized vehicle)
6
(Six)
Maximum limit 2000 km. and 25/26 days in a month Cost Ceiling Rs.40,000/-(for Petrol/Diesel)/Rs.35,000/- (for CNG vehicle) plus Tax
as applicable
The vehicle provided should have Commercial Registration (Yellow Number Plate) as per Motor Vehicles Act.
2. . e-Tendering Process
The tender is invited in two parts/folders i.e. (1) Technical Bid and (2) Financial Bid. The e-tender for technical bid as prescribed in Annexure-B and e-tender for the Financial bid in Annexure-C duly complete in all respects shall be submitted on w ww.eprocure.gov.in in two separate files addressed to the Assistant Commissioner, Central GST and Central Excise, Haldia Comm’te, 7th Floor, M. S. Building, Custom House, 15/1, Strand Road, Kolkata-700 001. The Technical Bid shall be opened by the e-tender Committee. Incomplete bid documents shall be rejected. The valid bids shall be scrutinized by the e-tender Committee to shortlist the eligible bidders. Thereafter, the financial bids of the short listed bidders shall be opened by the e-Tender Committee. Bidders shall submit the Technical as well as Financial bids through www.eprocurement.gov.in portal only. Scanned copies of all relevant documents should be attached with the bid. Bids submitted any other form viz. Couriers/Post/in person shall not be accepted in the tender.
T he scope of work is to provide vehicles on hiring basis in CGST and Central Excise, Haldia
Commissionerate for the period from 1stApril, 2019 to 31stMarch, 2020 under categories 1
to 3 mentioned in the table.
General Terms and Conditions of the Vehicles Services in CGST and Central Excise, Haldia
Commissionerate: As detailed in Annexure ‘A’ enclosed herewith.
T echnical Bid: As detailed in Annexure ‘B’ (along with Enclosure-1 and Enclo-13).
F inancial Bid: As detailed in Annexure ‘C’ enclosed herewith
C heck List: As detailed in Annexure ‘D’ enclosed herewith
Important dates and information in Annexure ‘E’
Bio-data format in Enclo -‘1’
Details of vehicles to be deployed in Enclo – ‘13’
Intended Service Providers must have the following eligibility criteria and will
enclose the following scanned documents along with the bid as evidence:
I. Photocopy of GST Registration Certificate.
II. Photocopy of Permanent Account Number Card.
III. Photocopy of last 3 years Income Tax Returns.
IV. Photocopy of Bank Statement of F.Y. 2018-19 (Up to February, 2019)
V. Photocopy of Partnership Deed, in case of the application being made by a
Partnership Firm.
VI. Photocopy of the Certificate of Incorporation from the Registrar of Companies,
Memorandum and Articles of Association of the Companies, in case the
application is being made by a Private Limited Company.
VII. Photocopy of valid Trade License.
VIII. Details of registered office (Address) with Telephone No./Fax/Mobile No.
IX. Details of Address for Communication along with phone No./Fax/Mobile No.
X. Certificate to the effect that the bidder would absolve Commissioner of Central
Excise, Haldia Commissionerate of any liability which may accrue/arise during
the contract period.
XI. Experience Certificate from Central or State Govt. Offices/P.S.U./Listed
Companies for at least 3 (three) years..
XII. Photocopy of Registration Certificate (Blue Book) of the Vehicles to be offered for
bid.
XIII. Details of the vehicles to be deployed in Enclo : 13
While evaluating bids, documents required against above eligibility criteria shall be
provided as per this tender and Annexure. Bidders should sign (with stamp) each
page of the tender document in token of his/their understanding/acceptance.
3. . General guidance for e-Tendering
Instructions/Guidelines for tenders for electronic submission of the tenders online
(w ww.eprocure.gov.in) have been given below for assisting the contractors to participate in
e-Tendering.
4. . Registration of Contractor
Any contractor/agency/firm willing to take part in the process of e-Tendering will have to be
enrolled & registered with the Government e-Procurement system, through logging on to
(www.eprocure.gov.in). The contractor is to click on the link for e-Tendering site as given on
the web portal.
5. . Digital Signature certificate (DSC)
Each contractor having valid Digital Signature Certificate (DSC) for submission of tenders
can have the necessary details after log-in to (www.eprocure.gov.in) .
Bidders willing to take part in the process of e-Tendering are required to obtain Digital
Signature Certificate (DSC) from any authorized Certifying Authority (CA) under CCA,
Govt. of India. (Viz. nCode Solution, Safescrypt, e-Mudhra, TCS, MTNL, IDRBT) or as
mentioned in e-tendering portal of GOI(https://eprocure.gov.in). DSC is given as a USB e-
Token. After obtaining the Class 2/3 Digital Signature Certificate (DSC) from the approved
CA they are required to register the Digital Signature Certificates through the registration
system available in the website.
6. . Eligibility for Participation
Registered Firms, Partnership and Individual firms registered with the State Government and
contractors of equivalent Grade / Class registered with Central Government are eligible to
participate. Joint venture firms are not eligible to participate.
7. . Collection of Tender Documents
The contractor can search & download NIT & Tender Documents electronically from
computer once he logs on to the website given in clause 1 above, directly
(www.eprocure.gov.in) using the Digital Signature Certificate (DSC) provided. This is the
only mode of collection of tender documents.
8. Participation of work
A prospective bidder shall be allowed to participate in the job either in the capacity of
individual or as a partner of a firm. If a prospective bidder is found to have applied severally
in a single job in different capacity, all his applications will be rejected for that job.
9. . Submission of Tenders
General Process of submission
Tenders are to be submitted online through the website stated in Clause 1. All the documents
uploaded by the Tender Inviting Authority form an integral part of the contract. Bidders are
required to upload all the tender documents along with the other documents, as asked for in
the tender, through the above website within the stipulated date and time as given in the
Tender. Tenders are to be submitted in two folders at a time for each work, one is Technical
Proposal and the other is Financial Proposal. The bidder shall carefully go through the
documents and prepare the required documents and upload the scanned documents in
Portable Document Format (PDF) to the portal in the designated locations of Technical Bid.
The agency/contractors/firms needs to fill up the rates of items/percentage in the BOQ,
downloaded for the work, in the designated Cell and upload the same in designated location
of Financial Bid. The documents uploaded are virus scanned and digitally signed using the
Digital Signature Certificate (DSC). Bidders should specially take note of all the
addendum/corrigendum related to the tender and upload the latest documents as part of the
tender. The Last Date of Bid Submission is 25.03.2019 at 12.30 hrs.
Technical proposal
The Technical proposal should contain scanned copies and/or declarations in the following
standardized formats in covers (folders).
a) Annexure – 1 : Bio-data of the bidders in the format attached(Enclo-1)
b) Annexure – 2 : Photocopy of GST Registration Certificate.
c) Annexure – 3 : Photocopy of Permanent Account Number Card
d) Annexure – 4 : Photocopy of last 3 years Income Tax Returns
e) Annexure – 5 : Photocopy of Bank Statement of F.Y. 2018-19 (up to
February, 2019)
f) Annexure – 6 : Photocopy of Partnership Deed, in case of the application
being made by a Partnership Firm.
g) Annexure –7: Photocopy of the Certificate of Incorporation from the
Registrar of Companies, Memorandum and Articles of
Association of the Companies, in case of the application
being name by a Private Limited Company.
h) Annexure – 8: Photocopy of valid Trade License.
i) Annexure - 9 : Details of registered office (Address) with Telephone
No./Fax/Mobile No.
j) Annexure– 10 : Details of Address for communication along with phone
No./Fax/Mobile No.
k) Annexure – 11: Certificate to the effect that the bidder would absolve
Principal Commissioner of CGST and Central Excise Office,
Kolkata – North Commissionerate of any liability which
may accrue/may arises during the contract period.
l) Annexure – 12: Experience Certificate for providing of vehicles to Central
or State Govt. Offices/ P.S.U./ Listed Companies for at least
3 (three) years.
m) Annexure – 13: Photocopy of Registration Certificate (Blue Book) of the
Vehicles to be offered for bid.
n) Annexure-14 : Details of the vehicles to be deployed in the format
attached.(Enclo-13)
The "FINANCIAL BID” of only those bidders will be opened / taken into c
onsideration whose "TECHNICAL BID" is found to be in order.
10. 0. Addenda/Corrigenda: if published
Note: - Contractors are to keep track of all the Addendum/Corrigendum issued with a
particular NIT and upload the download copies of the above documents and merge the
Addenda/Corrigenda with respective NIT in the NIT folder. Tenders submitted without the
Addendum /Corrigendum may be rejected.
11. 1. Financial proposal
The rate will be quoted in the B.O.Q. along with the name of the agency in a particular space
provided in the B.O.Q. Quoted rate will be encrypted in the B.O.Q. under financial bid. Rate
must be quoted strictly as per format in the BOQ and no space as provided in the BOQ shall
be left blank otherwise the bid will be treated as incomplete and unresponsive and hence
liable to be rejected.
Note: -
Failure of submission of any of the above-mentioned documents will render the tender
liable to be summarily rejected. All the forms as mentioned in the statutory cover are
required to be furnished exactly in the prescribe format.
12. 2. Bid opening
The office of the Commissioner of CGST and Central Excise, Haldia Commissionerate shall
open bids in presence of the bidders or their authorized representative who wish to be present
at the time of opening of bids on due date. Authorization letter to this effect shall be
submitted by the bidder before they are allowed to participate in bid opening.
13. 3. Evaluation
Bidders who have submitted the valid security, i.e., EMD as per requirement shall be
considered for further evaluation. Absence of bid security may lead to summary rejection of
the bid.
14. 4. Technical Evaluation
The Bid Evaluator of CGST and Central Excise, Haldia Commissionerate will evaluate if the
bidder comply with all the eligibility conditions as provided in the tender document. If the
bidder ensures compliance to all eligibility conditions and furnish all documentary proofs of
the same as considered necessary, they would be considered for participation in the financial
bid.
Financial bids shall be opened of those bidders whose technical bids are found eligible.
15. 5. Penalty for suppression / distortion of facts
If any bidder fails to produce the original hard copies of the documents (especially
Completion Certificates and audited balance sheets), or any other documents on demand of
‘Sub-nodal officer’ of CGST and Central Excise, Haldia Commissionerate within a specified
time frame or if any deviation is detected in the hard copies from the uploaded soft copies or
if there is any suppression, the bidder will be suspended from participating in the quotations
on e-Quotation platform for a period of 3 (Three) years. In addition, his user ID will be
deactivated and Earnest Money Deposit will stand forfeited. The ‘Sub-nodal officer’ of
CGST and Central Excise, Haldia Commissionerate may take appropriate legal action against
such defaulting bidder.
The ‘Sub-nodal officer’ of CGST and Central Excise, Haldia Commissionerate, reserves the
right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any
time the prior to the award of Contract without thereby incurring any liability to the affected
Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground
for the said ‘Sub-nodal officer’s action.
16. 6. Award of contract
The Bidder who’s Bid has been accepted will be notified by the Quotation Inviting &
Accepting Authority through acceptance letter. The notification of award will constitute the
formation of the Contract.
The Agreement will incorporate all necessary documents e.g. NIQ, all addenda corrigenda,
special terms & conditions, specification of work, different filled-up forms and in the same
will be constituted between the Quotation Accepting Authority and the successful Bidder.
17. 7. Right to vary quantities
The ‘Sub-nodal officer’ reserves the right at the time of award of contract to increase or
decrease the required quantity of services as specified in the schedule of requirements
without any change in rate of the offered quantity or other terms and conditions.
18. 8. Signing of contract
Signing of Agreement shall constitute the award of hiring contract on the bidder.
19. 9. Annulment of Award
Failure of successful bidder to comply with requirement regarding signing of Agreement
shall constitute sufficient ground for the annulment of the award and forfeiture of the EMD in
which the ‘Sub-nodal’ officer may make the award to any other bidder at the discretion of the
GST BHAWAN, Kolkata or call for new bids.
20. 0. Period of validity of bids
The bids shall remain valid for a period of 180 days from the date of opening of the bids. A
bid valid for a shorter period shall be rejected by the ‘Sub-nodal’ officer as non-responsive.
All pages of the tender documents must be duly signed by the firm, as a token of
having understood & accepted all the terms and conditions as
mentioned in the tender notice.
The Department reserves its full right to relax any of the aforesaid conditions for
any bidder/ bidder, at its sole discretion.
Enclosures — 1. Annexure ‘A’ as General Terms and Conditions of the Hiring of Vehicles.
2. Annexure ‘B’ (along with Enclo – 1 and Enclo - 13) as Technical Bid. 3. Annexure ‘C’ as Financial Bid. 4. Annexure ‘D’ as Check list. 5. Annexure ‘E’ as important dates and information. 6. Duly signed tender documents with terms & conditions.
(SUJIT KUMAR SAHA)
Assistant Commissioner CGST and Central Excise H aldia Commissionerate
To The Additional Commissioner, CGST and Central Excise, Haldia Commissionerate, 7th Floor, M. S. Building, Custom House, 15/1, Strand Road, K olkata-700 001.
Sub: Submission of Technical Bid / Financial Bid for hiring of vehicle services.
Sir,
With reference to your tender enquiry no._01/HAL/2019 dated ............................. ,
our registered office is located at detailed address and contact details are as under:
Telephone No. Fax No.
for vehicles to be provided to the Commissioner, CGST and Central Excise, Haldia
Commissionerate, M. S. Building, 7th Floor, Custom House, 15/1, Strand Road, Kolkata-
700001, we have garage/parking place at the address (with telephone No.) given below:
I submit herewith my Technical Bid and Financial Bid for your kind
consideration please: I have read the terms and conditions and enclosed documents as
indicated against Annexure ‘B’(alongwith Enclo – 1 and Enclo - 13) as part of Technical
Bid and Annexure ‘C’ as part of financial bid strictly as per instructions given in the
tender document.
Yours faithfully,
Place:
Date:
Signature of the bidder with full name & Office Seal
Enclosures — 1. Annexure ‘A’ as General Terms and Conditions of the Hiring of Vehicles.
2. Annexure ‘B’ (along with Enclo - 1 and Enclo - 13) as Technical Bid. 3. Annexure ‘C’ as Financial Bid. 4. Annexure ‘D’ as Check list. 5. Duly signed tender documents with terms & conditions.
A nnexure ‘A’
G eneral Terms and Conditions:-
1. The vehicle provided should have Commercial Registration (Yellow Number Plate) as per Motor Vehicles Act.
2. The Service Provider should have their office in the K.M.C. area, preferably
within a radius of 5-10 km. of this office and should have all the necessary licenses & permissions.
3. The parking place/ garage of vehicles should not be more than 10 km from
this office.
4. There should be a first aid box and air freshener spray in the vehicle.
5. The driver should be well conversant about the local languages and Hindi languages as well as know the routes of Kolkata and must carry a mobile phone with him.
6. The Service Providers should abide by all statutory requirements for running the
vehicle on contract and office of the Commissioner of CGST and Central Excise, Haldia Commissionerate will in no way be liable towards taxes, fee, penalties, cost of fuel, and salary to drivers, maintenance or any other charges payable except the contract price.
7. The vehicle on hire shall have to be available at all time including
Saturdays, Sundays and public holidays.
8. All legal obligations which include insurance, pollution control, road tax other compliances shall be complied with by the Service Provider& this office does not own any responsibility whatsoever in this regard.
9. The driver should not be normally changed unless requested by the officer using
the vehicle or due to weekly rest to the driver.
10. The Service Provider shall not engage any sub-contractor or transfer the contract to any other person.
11. The Service Provider shall maintain log book as per prescribed format of the
Regional Transport Authority, Kolkata.
12. This office will deduct Income Tax at Source under section 194-C of the Income Tax
Act, 1961, from the Contractor.
13. The office keeps the right to terminate the accepted tender during the period of
the contract without giving any reason and without consulting the bidder. The
bidder will have no right to demand any compensation in this respect. The office
also reserves its right to relax any of the conditions above. In case of any dispute
of any kind and in any respect whatsoever, the decision of the Commissioner of
CGST and Central Excise, Haldia Commissionerate shall be final and binding.
14. The contract will be for a maximum period of one year. The contract may be
extended by the Commissioner of Central GST and Central Excise, Haldia
Commissionerate on mutual understanding for a period of one more year or
part thereof subject to satisfaction of the service provided during the contract
period.
15. Rates/quotations should be submitted and signed by the proprietor/partner/ authorized
signatory of the firm with its current business address.
16. The Successful Bidders shall make an Agreement with the CGST and Central Excise,
Haldia Commissionerate as per the terms and conditions ensuring that any legal issues
in respect of payments of employees arising out of this contract will be their
responsibility and they will bear all expenses related to it.
17. The Commissioner of Central GST and Central Excise, Haldia Comm’te reserves the
right to accept/ reject any or all tenders received without assigning any reasons
thereof. Quotations received later than the stipulated date will not be entertained
under any circumstances.
18. Tenders shall be valid for a period of ninety days from the date of opening of the
tenders and the bidder shall not withdraw his tender prior to the expiry of the validity
period.
19. The final billing shall be subject to levy of GST as per applicability.
20. For any clarification, bidders may contact the Superintendent (Hq) of CGST and
Central Excise, Haldia Commissionerate at 7th Floor, M. S. Building, Custom House,,
Kolkata-700001 on any working day between 10:00 A.M. to 5:00 P.M. or the Bidder
can contact through phone number 033-2243-6486.
21. In normal course, the contract can be terminated by this Office by giving one month’s
notice & by contractor by giving three months’ notice. In case the services of the
contractor are not found satisfactory, the contract can be terminated without giving
any notice.
22. Any dispute regarding the contract shall be resolved through arbitrator to be
nominated by the Commissioner of CGST and Central Excise, Haldia
Commissionerate. The contract shall be subject to the Indian Law and the jurisdiction
of the courts located in Kolkata.
23. The rejection of the technical bid would automatically lead to the outright
rejection of the financial bid and no representation In this regard would be
entertained.
24. No inquiry, verbal or written, shall be entertained in respect of acceptance/rejection of
the tender.
25. The e-tender will be rejected outright if any of the requisite documents is not
attached with the tender form submitted by the bidder. The tender is also
liable to be rejected if any of the conditions as mentioned in the tender form is
not fulfilled by the bidder.
P ENAL PROVISIONS
Sl. No. Causes of Penalties Amount(Rs.)
1 Not reporting at all for duty Rs.2,000/- per day & no payment
for the day. 2 For late reporting per occasion Rs. 100/- per hr or part thereof.
3 Unclean or non-road-worthiness of vehicle
deployed Rs.200/- per incident
4 For not providing mobile phone to driver Rs.50/- per day 5 Driver reporting without uniform Rs.100/- per day
In case of any dispute, the decision of the Commissioner of CGST and Central
Excise, Haldia Commissionerate on all types of penalties, shall he final and binding on
the Service Provider.
(SUJIT KUMAR SAHA)
ASSISTANT COMMISSIONER
CGST & CENTRAL EXCISE, HALDIA COMM’TE
D ECLERATION
This is to certify that I/we have read the document carefully and
understood all the above terms and conditions of the tender and declare that each
and every clause is acceptable to me/us and will be binding on me/us during the
term of the agreement i.e. from 1stApril 2019 to 31st March 2020. I/we completely
agree to that.
Place:-
Date:
Signature of the bidder with name
Office Seal
A nnexure ‘ B’
TENDER FORM FOR HIRING OF VEHICLE ON PURELY CONTRACTUAL TERM FOR A PERIOD FROM 1st APRIL, 2019 TO 31stMARCH 2020 FOR THE PURPOSE OF
OFFICIAL USE IN CGST & CENTRAL EXCISE, HALDIA COMMISSIONERATE
T ECHNICAL BID DOCUMENTS
a) Form – 1 : Bio-data of the bidders in the format attached (Enclo - 1)
b) Form – 2 : Photocopy of GST Registration Certificate.
c) Form – 3 : Photocopy of Permanent Account Number Card
d) Form– 4: Photocopy of last 3 years Income Tax Returns
e) Form – 5 : Bank Statement of the F.Y. 2018-19 (Upto February, 2019)
f) Form – 6 : Photocopy of Partnership Deed, in case of the application being made
by a Partnership Firm.
g) Form–7: Photocopy of the Certificate of Incorporation from the Register of
Companies, Memorandum and Articles of Association of the
Companies, in case of the application being name by a Private
Limited Company.
h) Form – 8: Photocopy of valid Trade License.
i) Form – 9: Details of registered office (Address) with Telephone No./Fax/Mobile
No.
j) Form–10: Details of Address for communication along with phone No./Fax/Mobile
No.
k) Form-11: Certificate to the effect that the bidder would absolve Principal Commissioner of CGST and Central Excise Office, Haldia Commissionerate of any liability which may accrue/may arise during the contract period.
l) Form–12 : Experience Certificate for providing of vehicles to Central or State
Govt. Offices/P.S.U./Listed Companies for at least 3 (three) years.
m) Form-13 : Photocopy of Registration Certificate (Blue Book) of the Vehicles to
be offered for bid.
n) Form –14: Details of the vehicles to be deployed in the format attached (Enclo-13)
All pages of the tender document must be signed by the firm, in token of
his/their understanding acceptance.
A nnexure ‘C’ F INANCIAL BID
Details of Financial Bid for Vehicles service in CGST and Central Excise, Haldia
Commissionerate during the period from 01st April, 2019 to 31st March, 2020
Name of the party:………………………………………………………………………..
Price schedule for monthly rate contract vehicle:-
Sl. No.
Type of Vehicles
No. of vehicles required
Monthly need
01
A.C. Maruti Suzuki SX4/ Honda
City/Logan/Verna/Ciaz/SUVs or comparable cars of the
same segment and the date of manufacture of the vehicle
provided should not be prior to 01.01.2017. (Mid-
sized vehicle) – Staff Car
01 (One)
Maximum limit 2500 km. and 30-31 days in a month Cost Ceiling Rs.50,000/- (for petrol/Diesel)/Rs.45,000/- (for CNG vehicle) plus Tax as applicable
02
A.C. Maruti Suzuki SX4/ Honda
City/Logan/Verna/Ciaz/SUVs or comparable cars of the
same segment and the date of manufacture of the vehicle
provided should not be prior to 01.01.2017. (Mid-
sized vehicle) – Operational Vehicle
01 (One)
Maximum limit 25/26 days and 2000 km. in a month. Cost Ceiling Rs.50,000/- (for petrol/Diesel)/Rs.45,000/- (for CNG vehicle) plus Tax as applicable
03
Swift Dzire, Amaze or comparable cars of the same
segment. The date of manufacture of the vehicle
provided should not be prior to 01.01.2017 (Small-
sized vehicles) – Operational vehicle
06 (Six)
Maximum limit 2000 km. and 25/26 days in a month Cost Ceiling Rs.40,000/-(for Petrol/Diesel)/Rs.35,000/- (for CNG vehicle) plus Tax as applicable
B) For evaluation of bids:- Sl. No.
As above
Type of Vehicles
No. of vehicles required
Rate per month per vehicle(Excluding GST)
01 A.C. Maruti Suzuki SX4/ Honda City/Logan/Verna/Ciaz/SUVs or
comparable cars of the same segment and the date of manufacture
of the vehicle provided should not be prior to 01.01.2017. (Mid-
sized vehicle)
01 (One)
02 A.C. Maruti Suzuki SX4/ Honda City/Logan/Verna/Ciaz/SUVs or
comparable cars of the same segment and the date of manufacture
of the vehicle provided should not be prior to 01.01.2017. (Mid-
sized vehicle)
01
03 Swift Dzire or comparable cars of the same segment. The date of
manufacture of the vehicle provided should not be prior to
01.01.2017. (Small-sized vehicles)
06
(Six)
Date : (Signature of the Applicant)
Seal of the Organization
: A nnexure ‘D’
C HECK LIST FOR THE BIDDER
1. Have you read the tender document in full and understood? Yes/ No
2. Whether you have signed in all the pages of the tender document? Yes/ No
3. Whether you have written the rates in figures and words with pen? Yes/ No
4. Whether the original full tender document is being submitted as offer? Yes/ No
5. Whether separate envelops have been used for the Technical Bid and
the Financial Bid ? Yes/ No
6. Whether Annexure namely ‘A’, ‘B’, ‘C’ , ‘D’,‘Enclo-1’ and ‘Enclo-13’
have been duly signed by the bidder on each page? Yes/ No
7. Whether all the relevant supporting documents
have been submitted / enclosed. Yes/No
Place:
Date: (Signature of the Applicant)
Seal of the Organization
A nnexure ‘E’
I mportant Dates and Information
Sl.No. Particulars Date & Time
01
Date of uploading of NIT Documents (online)
13.03.2019
02
Documents download start date (Online)
13.03.2019
03
Bid submission start date (online)
13.03.2019
04
Bid submission closing (online)
25.03.2019
05
Bid opening date for Technical Proposal (Online)
26.03.2019
06
Date of uploading list of Technically qualified bidders (online)
To be notified accordingly
07
Date and place for opening financial proposal
(online)
To be notified accordingly
E nclo -1
B IO-DATA FORMAT
1. Nature of business : Private/Partnership/Company
2. Name of the Concern :
3. Address of the Concern :
4. Phone/Fax/Mobile No. of the
Owners/Partners/Director :
5. Date of Incorporation :
6. Registration No. :
(under Companies Act, if applicable)
7. GST Registration No. & Date :
8. Permanent Account No. :
9. Places where vehicles are already deployed:
Sl. No. Places of Deployment Address Phone
Number Number of Vehicles
(1)
E nclo – 13
D etails of the vehicles to be deployed
Sl. No.
Registration No. of the vehicles Date of manufacturing/ registration of vehicles
No. of km run so far
01
02
03
04
05
06
07
08
Total number of employees: (a) Drivers :
(b) Other Staffs :
(Signature of the Applicant)
Seal of the Organization Date: