GOVERNMNET OF ANDHRA PRADESH COMMISSIONERATE OF …

23
GOVERNMNET OF ANDHRA PRADESH COMMISSIONERATE OF HEALTH AND FAMILY WELFARE INVITATION OF THE TENDER FOR PURCHASE OF BASE AMBULANCES E-PROCUREMENT NOTICE Tender number : 4027/PPP/EMRI/2013/2015-1 Pre-bid meeting (Ambulances) : 12.01.2015 from 11:00 hours onwards Venue of Pre bid meeting : CHFW Office, Koti, Opp. Women’s college, Hyderabad. Last date for Submission of Tender Document : 19.01.2015 up to 5.00P.M. Time and date of opening of tender : 19.01.2015 at 5.00 P.M. Venue of Tender opening : O/o CHFW, Govt. of AP, Koti, Opp. Women’s college, Hyderabad. Bids are invited by CHFW, Govt. of AP, for providing emergency response services in the state of ANDHRAPRADESH from reputed vehicle manufacturers for supply of ambulances as per standard specifications. The specification/guidelines are as below: 1. Annexure-1: Technical specification of bare vehicles 2. Annexure-2 : Tender terms and conditions 1

Transcript of GOVERNMNET OF ANDHRA PRADESH COMMISSIONERATE OF …

1 2 3 4 5 6 7

GOVERNMNET OF ANDHRA PRADESH 8

COMMISSIONERATE OF HEALTH AND FAMILY WELFARE 9

INVITATION OF THE TENDER FOR PURCHASE OF BASE AMBULANCES 10

E-PROCUREMENT NOTICE 11 12

13 14

Tender number : 4027/PPP/EMRI/2013/2015-1 15

16

Pre-bid meeting (Ambulances) : 12.01.2015 from 11:00 hours onwards 17

18 Venue of Pre bid meeting : CHFW Office, Koti, Opp. Women’s college, 19

Hyderabad. 20 21

Last date for Submission of Tender Document : 19.01.2015 up to 5.00P.M. 22 23

Time and date of opening of tender : 19.01.2015 at 5.00 P.M. 24 25 Venue of Tender opening : O/o CHFW, Govt. of AP, Koti, Opp. Women’s college, 26

Hyderabad. 27

28 29 30 31

Bids are invited by CHFW, Govt. of AP, 32 for providing emergency response services in the state of ANDHRAPRADESH from 33 reputed vehicle manufacturers for supply of ambulances as per standard specifications. 34

35 36

The specification/guidelines are as below: 37

1. Annexure-1: Technical specification of bare vehicles 38

2. Annexure-2 : Tender terms and conditions 39

40 41 42 43 44

1 45

ANNEXURE - 1

BASIC REQUIREMENTS OF AN LCV AMBULANCE

CRITERIA RANGE

ENGINE

Engine Diesel engine

Air intake Turbocharged with intercooler

No of cylinders 4 inline engine

Emission norms BS iii ior BS iv

Displacement 1900 to 3500 cc

Max. Net engine output Engine output to be between 45 to 70 KW or 60 to 90 BHP

Max.Net torque 170 to 300 NM at 1700 to 3000 rpm

Fuel Injection Pump BOSCH/ MICO/DELPHI

Fire retardant Engine Hood insulated with fire retardant material from inside and dampening liner to be properly locked and sealed

Air conditioning system 1.5 ton capacity in built

Effective cooling for volume of 10 cub meters after fabrication to bring down the temparature from 40 degree selcius to 20 degrees within 20 minutes.

Fuel tank capacity for filling of minimum 60 litrs 60 to 90 ltrs

Fuel efficiency ( minimum required ) 10.50 kmpl minimum

OVERALL BODY DIMENSIONS

Type of body required for stream line strutcure and, easy communication to patient cabin and driver compartment

Monocoque / chasis

overall length required to fit the length of collapsible stretcher of 2000 mm length, medical racks of minimum 500 mm length alongwith drivers cabin

4300 to 5500 mm

overall width to accommodate the stretcher of 600mm width, leaving free space to the patient attandants to walk about 500mm, and to accommodate the other medical equipments to the walls along with the oxygen supply system

1650 to 2100

overall height for comfortable standing of 6' personnel without any obstruction to the head

2400 to 2800

ground clearance (laden) to have a clear height not to touch the speed brakers and stones underneath axles and suspension

160 to 220mm

gross vehicle weight to carry the payload and the equipment

GVW -2750 kg above

Wheel base to have a good length of vehicle 3200 to 3500

BASIC REQUIREMENTS OF AN LCV AMBULANCE

CRITERIA RANGE

Pay load Minimum 3.5 ton capacity to carry the equipment as well the passenger load

Seating & carrying capacity to carry minimum 5 passengers apart from the driver and the medical person

Minimum 7 passenger carrying capacity such as 600kg passenger load to be able to accommodate

Provision for Oxygen cylinders to accommodate 'D' type cylinders which are bigger in size and to avoid frequent filling

space for keeping D type cylinders , one for oxygen and one for air cylinder(46.7lts capacity)

REAR CABIN DIMENSIONS

volume to accommodate medical equipment and the medical racks

9.5 TO 10.5 Cubic meters

length 2750 to 3500 mm

height 1700 to 1900 mm

Floor area 5.5 meters

Windows for good ventilation in the rear cabin

Two quarter window type on both sides of the rear cabin with opening towards front. The front widows need to be closed on both sides

Rear doors easy entry of the victim in emergency without any obstruction

Dual hinged with 270 degrees opening

Foot step for easy getting in to the cabin wiout much effort

Foot step of min. 200 mm width, 380-400 mm height from the ground and length equivalent to the width of the rear body

floor loading height for easy entry of collapsible stretcher in to the cabin

Max 700mm

comfortable movable area for occupants Free space to be available for occupajnts to move

Space for portable Medical equipment Space for keeping auto loader,scoop stretcher,spine board to be available

comfordable space for keeping non portable medical equipment

Comfortable space for fitting defibilator, ventilator, and suction operatus. Reinforcement to the front right window with a steel plate of 3mm thich and 24"X24" (LxW)to hold the medical

Space for keeping medicine Provision of rack with lock mechanism for storing the medicine

DRIVER CABIN

Drivers cabin fire wall for not to catch fire due to heat

Fire Wall with Complete Fire retardant Insulation of the Cabin (protection from fire & heat )

Floor mat for not to catch fire due to heat Fire retardant Floor mat

Drivers Seat with back rest Adjustable and sliding seat with stroke 140mm or as per ARAI

Co driver seat with back rest Comfortable seat with Back Rest

BASIC REQUIREMENTS OF AN LCV AMBULANCE

CRITERIA RANGE

Top cover of the cabin To be covered with fire retardant sheet not easily inflamable

OTHERS

Suspension Semi elliptic leaf springs at rear and semielliptic or independent suspension in the front

steering powet steering system only

Tyres Radial tyres of 15 inches with tubes.

Battries Two nos.12V 80 to 100 Ampere Hour Battery, maintenance free.

Alternator One 90 amps and second one with 60 amps. Second battery is optional

Turning circle radius LESS THAN 7 METERS

Body & Chassis Painting

Anti rust coating before external painting has to be given for the body as well as under the chassis. The manifacturer hazs to specify the treatment given

Place for keeping tools Extra space for keeping driver belongings along with other tools

Spare wheel Spare wheel provision has to be made under the body in between long members

Front and Rear Bumpers Metalic one only to avoid major damages

ABS System to ensure better safety purpose,

ANNEXURE-II (Tender terms and conditions)

Tender Guidelines

1. Definitions

PO - Purchase Order

CHFWI - Commissioner of Health and Family welfare

EMD - Earnest Money Deposit

DD - Demand Draft

BG - Bank Guarantee

BC Banker’s Cheque

Purchaser - CHFW, Government of Andhra Pradesh

Tenderer - Bidders who have submitted Valid Tender Document

Supplier - Successful Bidder(s), to whom, the tender quantity is Distributed

OEM - Original Equipment Manufacturer

Bidder - OEM vehicle manufacturer who submit their bid

2. GENERAL INSTRUCTIONS TO BE FOLLOWED BY BIDDERS

ARTICLE - 1: COST OF BIDDING

The bidder shall bear all costs associated with the preparation and submission of the bid and CHFW, Govt. of AP will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. ARTICLE - 2: LANGUAGE OF BID

English language only. ARTICLE - 3: PHYSICAL SUBMISSION OF DOCUMENTS COMPRISING THE BIDS

The Bid should in a sealed cover super-scribed “Tender for Supply of 278 Nos. Base ambulance Vehicles”. This sealed cover shall consist of two separate sealed covers -

1. Prequalification Bid 2. Commercial/Price bid

Prequalification documents: Sealed prequalification cover should contains below documents:

1) Tender fees,

2) EMD 5% of the total bid value,

3) Signed and Stamped tender document on all pages (Except

vehicle specifications),

4) IT returns and financial statements for last three years,

5) ARAI /VRDE Certificate for the vehicle offered,

6) Excise Duty/Sales Tax/VAT registration and clearance certificate,

7) Copy of PAN/TIN, and

8) Satisfactory certificates for the quoted vehicle models from existing

reputed customers as per format attached.

9) List of service centers in each district of Andhra Pradesh State

10) Technical specifications. Technical Specifications as per

Annexure-I (as per the Pre-bid meeting and Deviations if any), this

document is to be signed and stamped as a token of acceptance. It is the

sole discretion of the Procurement committee to accept or reject any

deviations.

II. Commercial Bid: The financial bid of the bidders who qualify in the

prequalification bid will only be opened. Price bids of bidders who fail to

qualify in the Preliminary evaluation will be returned unopened after release of

PO on successful bidder.

Note: Please mention on each cover the name of bid documents included.

CHFW will not be responsible if price bid is opened inadvertently because of

either documents kept in one cover or each cover not mentioned separately.

ARTICLE - 4: BID PRICE (Firm Price)

a. Prices shall be written in both words and figures. In the event of difference,

the price in words shall be valid and binding. Unit prices shall be considered

correct in the event of any discrepancy with regard to total price.

b. Price Basis:

The price offered in the tender should be inclusive of all costs and

taxes, including TR registration and transit insurance for delivery at

fabricators place anywhere in India as specified by CHFW, Govt. of AP.

c. Vehicle Manufacturers are requested to quote on the following:

• Price of Ambulance vehicle with AC d. CHFW, Govt. of AP HAS THE RIGHT TO SPLIT THE QUANTITY OF

ORDER DEPENDING URGENCY OF DELIVERY AND SUPPLIER’S

ABILITY TO MEET THE DELIVERY DEADLINES.

e. CHFW, Govt. of AP reserves the right to renegotiate the L-1 prices in case

the prices are not in line with either recent Procurement prices in any other

state or market prices or any other reason.

ARTICLE - 5: PERIOD OF VALIDITY OF BIDS

a. Bids shall be kept valid for six months from the opening of commercial

bid. A bid valid for a shorter period may be rejected by CHFW, GOVT. oF AP as non - responsive. The period can be extended mutually.

b. In exceptional circumstances, CHFW, GOVT. OF AP may solicit the bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing or through E mail. A bidder granting the request will not be required nor permitted to modify substance of his bid or change the price.

c. The Earnest Money deposited by successful bidder shall be forfeited if

the bidder does not accept the order with agreed terms and conditions or does not execute the order after acceptance thereof within the completion schedule mentioned in the tender. Earnest Money deposited by the successful bidder shall be returned on submission of Contract Performance Guarantee.

d. The Earnest Money of the unsuccessful bidders will be refunded after the

finalization of tender.

3. General Terms and Conditions for supply of 278 numbers of Ambulance

Vehicles Only OEM vehicle Manufacturers are eligible to participate in the tender. Those who have filled all the tender documents duly signed on each page along with EMD.

4. Submission of tenders:

a. The bidder should submit the EMD and supporting document like mandatory licenses, manufacturers experience, relevant satisfactory performance certificates, and financial statements and IT returns for the past three years.

b. Tenders without physical submission of Tender Fees, EMD and Supporting Documents duly signed on each page will not be considered and will be summarily rejected.

c. Tenderer should quote their prices in the scheduled format supplied in tender (Commercial bid) form. Bidder may quote Price prior to ED refund and post ED refund.

d. ARAI / VRDE Approval certificate of the offered model needs to be submitted.

e. Last date and time for submission of tender documents shall be within dates as per schedule given above.

f. Tenderer should submit the spare parts price list and parts catalogue (exploded view) for which the model was quoted Spare parts price list and partscatalogue submitted in CD would be acceptable.

g. Tendered should also submit the previous PO and satisfaction letter’s from the customers for which supplied earlier

5. Validity of the tender:

The tenders quoted shall remain valid for a period of SIX MONTHS from the date of opening of tenders.

6. EMD Amount:

i) EMD amount 5% of bid value in the form of a Demand Draft in favor of “GVK Emergency Management and Research Institute, Andhra Pradesh” payable at Secunderabad, to be submitted in the pre qualification cover.

Bank Guarantee in favour of GVK EMRI, Secunderabad-78 can also be submitted in lieu of Demand Draft for EMD amount which would be valid for a period of 6 months as per format provided below in this tender document.

ii) Successful bidder will have to submit PBG as per Point no. 21 and once PBG is submitted the EMD would be returned immediately.

iii) Successful bidder who fails to submit PBG within stipulated time would not be eligible to refund and EMD would be forfeited.

iv) For unsuccessful Tenderer the EMD will be returned after completion of Tender process.

7. Price:

i) The price offered in the tender should be inclusive of all costs and taxes, including TR registration and transit insurance for delivery at fabricators place any where in India as specified by CHFW, Govt. of AP.

ii) The name of the purchaser and the name of the consignee along with the quantity to be delivered will be given on the PO for the purpose of invoicing the consignment.

ii) The invoicing of vehicle should be as Ambulance.

iv) All cost & tax components should be shown separately in the Invoice. CHFW, GOVT. OF AP may claim back the taxes & duties, through supplier, wherever permissible. Any changes in taxes due to changes in Government Taxes prevailing at the time of delivery would be paid at actual. The successful bidder would get excise refund as applicable. For Excise refund necessary documents would be given to successful bidder by CHFW, GOVT. OF AP.

8. Technical evaluation

i) Tenders submitted with technical specifications mentioned in this tender and it is the sole discretion of the Procurement committee to accept or reject any deviations.

9. Servicing Facilities:

Tenderer should have at least one service centre in each district for attending to breakdowns, repairs, etc across ANDHRAPRADESH State with sufficient spare part stocks.

10. Warranty:

a. A minimum of 3 lakh kilometers or 3 years warranty (whichever is earlier) for the vehicles and free service policy for vehicle inclusive of Air Conditioning system.

b. Service support including AC system for warranty period as mentioned above is a must.

11. Delivery / Supply schedule: The successful Tenderer after obtaining Temporary registration in ANDHRAPRADESH state, the vehicles to be sent to DESTINATION/FABRICATOR’S PLANT as advised by CHFW, GOVT. OF AP as per the following schedule without fail. The actual quantity may vary up to 25% according to the requirement at the time of releasing of purchase order.

Place of delivery / Destination: TO BE INFORMED BY CHFW, Govt. of AP.

Ambulance vehicle- 278 vehicles to be supplied as per schedule given below:

Batch no No of Vehicles

Delivery Schedule

1 1(prototype) With in 30 days from the date of release of order

2 70 With in 30days to destination from the date of approval of prototype vehicle

3 70 Within 60 days to destination from the date of prototype vehicle approving

4 70 Within 90 days to destination from the date of prototype vehicle approving

5 67 Within 120 days to destination from the date of prototype vehicle approving

Vehicles are to be supplied and insured for during transit at suppliers cost to the destinations/fabricators place. Actual quantity and delivery schedule will be mentioned in PO as per above.

12. Re-Allocation / Cancellation of tender: In case of failure on the part of the successful Tenderer to supply the vehicles by the stipulated date mentioned in the tender, the CHFW, GOVT. OF AP may at its sole discretion cancel the purchase order in full, or part, and re-allot the same to next lowest Tenderer who otherwise fulfills all conditions.

13. Penalty for late delivery: Not withstanding clause 12, the CHFW, GOVT. OF AP may levy for delayed supply of ambulance vehicles including prototype vehicle.

A. Penalty of Rs.500 per unit value per day Up to 7 days from the Delivery due date .

B. Penalty of Rs. 1000 per unit value per day from 8 days to 15 days

C. Penalty of Rs. 2000 per unit value per day from 16 days to 22nd days

D. Penalty of Rs. 3000 per unit value per day above 23rd days

If the successful bidder cannot supply these vehicles even after 30 days, CHFW, GOVT. OF AP will have every right to take a decision to cancel the order.

PBG will be forfeited at the sole discretion of CHFW. The maximum penalty in any case cannot cross 20 % of PO value for undelivered portion of each vehicle.

14.Pre-delivery Inspection: All vehicles supplied in a batch will be made available for pre-delivery inspection. A committee constituted by CHFW, GOVT. OF AP will inspect the vehicles as per the technical specification and quality. The committee may decide to send representative to successful bidders’ plant/RSO for PDI. Vehicles shall be inspected at plant, at bidders cost, for two members. CHFW, GOVT. OF AP may at its sole discretion inspect the vehicles at Destination / Fabricator’s place.

15. Ethics: Any attempt by a Tenderer to obtain confidential information, enter into unlawful agreements with competitors or influence the committee or the Contracting Authority during the process of examining, clarifying, evaluating and comparing tenders shall make the tender submitted by that Tenderer liable for rejection.

16. Jurisdiction: All disputes arising out of or in connection with this tender shall be referred to law courts with Hyderabad only.

17. Power of Cancellation: The CHFW, GOVT. OF AP reserves the right to cancel the tender notification and reject any or all the tender(s), at any time during the process of receipt, evaluation and finalization of tenders, without assigning any reason what-so-ever.

18. Ownership of tenders: All designs, drawing submitted remain property of CHFW, Govt. of AP.

19. Payment terms: 100% payment will be made within 60 days of delivery, inspection, acceptance of the vehicles and submission of the invoice. As given in point no. 21 the PBG of 5% of order value needs to be submitted by the successful bidder. The bidder should submit the bills with delivery challans and order copy with satisfactory inspection report of the designated Committee after Delivery duly signed and accepted at GVK EMRI Office in original. Three copies of each document should be made and one copy handed over to the authority at delivery site. Manufacturer has to submit the acknowledge receipt of the fabricators for the vehicles delivered at fabricators place along with original invoices

20. Performance Security Deposit:

The successful bidder, within 15 days of receipt of Purchase Order, shall be required to submit Performance Security Deposit of 5% of the order value in the form of Performance Bank Guarantee in favor of “GVK Emergency Management Research Institute, Secunderabad”, payable at Secunderabad valid initially for a period of 1 year. The Bank Guarantee shall be returned on completion of the warranty period of the goods supplied and will be extended as per need to cover the warranty period. Warranty period shall be 3 years or 3 lakh kilometers whichever is earlier

However, if the supplier fails to execute the order or fails to perform the services as per contract, in addition to other penal actions, the Bank Guarantee shall be encashed and the amount will be forfeited.

21. Fraud & Corruption:

The bidders, suppliers and contractors shall observe the highest standard of ethics during bidding and during performance of the contract. For the purposes of this provision, the following acts shall be considered as corrupt and / or fraudulent practices.

A. “Corrupt Practice” means offering, giving, receiving, or soliciting directly or indirectly, of anything of value to influence the action of an official in the procurement process or in contract execution.

B. “Fraudulent Practice” means misrepresentation or omission of facts in order to execution of contract. C. “Collusive practice” means a scheme or arrangement between two or more bidders, with or without the knowledge of the purchaser, designed to establish bid prices at artificial, non-competitive level.

D. “Coercive Practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process or in execution of a contract.

E. During the process of evaluation of a bid or proposal for award of a contract, if it is detected that a bidder directly or through agent has engaged in corrupt, fraudulent, collusive or coercive practice in competing for the contract in question, then a) the bid shall be rejected and b) declare the firm ineligible for a specific period or indefinitely to participate in a bidding process.

F. In the bid document itself, an undertaking from the bidders may be obtained in the format at Annexure III.

22. Force Majeure

If at any time during the validity of the Contract, the performance in whole or in part by either party of any obligation under this Contract shall be prevented or delayed by reasons of War, Hostility, Acts of Public Enemy, Civil Commotion(s), Sabotage, Fire(s), Flood(s), Explosion(s), Epidemic, Quarantine Restrictions, Acts of State or Acts of God, hereinafter referred to as eventualities, then the Contract period will get extended for the period of Force Majeure, provided Notice of the happenings of any such eventualities is given, supported by a certificate of appropriate authority or Chamber of Commerce by either party to the other within 15 days from the date of occurrence thereof. Neither party shall by reason of such eventualities be entitled to terminate this contract nor

shall either party have any claim for damages against the other in respect of such non performance or delay in performance. Work under this contract shall resume as soon as practicable after such eventualities have come to an end or ceased to exist and the decision of the Company as to whether the work has to be resumed shall be final and conclusive. Should one or both parties be prevented from fulfilling their contractual obligations by state of Force Majeure lasting continuously for a period of at least three months, the parties shall consult each other regarding further continuation of the Contract.

23. Saving Clause

No suit, prosecution or any legal proceedings shall lie against Tender Inviting Authority or any person for anything that is done in good faith or intended to be done in pursuance of tender.

24. Arbitration Clause: In case of any dispute, the decision of Committee formed by CHFW, GOVT. OF AP would be final.

COMMISSIONER OF HEALTH FAMILY WELLFARE,

GOVERNMENT OF ANDHRA PRADESH STATE

TENDER FORM

(For the supply of 278 Nos. Ambulance Vehicles)

1. Name of the Vehicle Manufacturer (Organization):

2. Name of the Chief Officer & Address:

3. Address of the registered office of the manufacture 4. Address of the Factory / Plant:

5. Name & Details of the Model being offered:

6. Warranties offered: (i) Vehicle : ______________ Years: (ii) Distance: _____________ Kms

(Min 3 years and distance 300,000 km)

7. Number of operational service centers in ANDHRAPRADESH.

8. Names & Addresses of Service centers (list to be enclosed)

9. EMD/BG details Rs. ___________, DD/BG No.__________,

Dt:_______________, Name of the Bank & Branch____________________

10. Declaration by the tender: I have gone through all the tender

conditions and I agree to abide by the same.

SIGNATURE OF THE TENDERER WITH DESIGNATION & OFFICE SEAL

Enclosures: Annexure II to VI duly signed

ANNEXURE- III

UNDERTAKING ON FRAUD AND CORRUPTION

We M/s ………………………………………………………. Do hereby

undertake

that, in competing for (and, if the award is made to us, in executing)

the subject contract for supply of …………………………………

under tender reference no. ………………. Dt …………………. We shall

strictly observe the laws against fraud and corruption in force in

the country.

Sd/- Signature of proprietor/Partner/Director Designation:

Seal:

ANNEXURE- IV

DECLARATION On

Manufacturing facilities / after Sales Service

Tender enquiry No.______________

For the supply of ____________________________ 1. Name of the tenderer :

2. Full Postal Address : 3. Telephone No. /Fax No. :

4. Email address :

5. Date of inception of business : 6. Registration no. & Date : 7. Issued by :

8. Valid till : 9. Details of manufacturing activity :

& item wise capacity 10. Detail of After Sales Service & AMC facilities available locally

Name of the Agency:

Full Postal Address

Phone / Fax / E Mail:

11. Name of person responsible for 10 above

Sl. No. Name Designation Age Residential Address

12. Name of Govt. Departments/ Pvt. Institutions As per enclosure to which the Tenderer already supplied theitems with quantity value and supply period

13. Has the Tenderer ever been black listed by any govt. agency? If yes, give details.

14. Are any cases pending in the court related to any supplies? If yes, give details

15. Does the firm have the adequate facilities for inspection and quality control? Please give details I,___________________________________________Prop./partner/Director of M/s________________________________________________________ , Hereby declare that the information given in this form is true and correct to the best of my knowledge & belief.

I/we agree to the tender Inviting Authority forfeiting the Earnest

Money

Deposit and/or Performance Security Deposit and blacklisting us

for a

period of 5 years, if any information furnished by us proved to be

false

at the time of inspection and non -compliance with terms and

conditions

of the contract

I offer to supply the items mentioned in the schedule (enclosed in price

bid) at the rates quoted therein. I agree to hold this offer for six

months after finalization of rate contract.

Dated: Signature _____________________________

Name of Tenderer _____________________________

Address _____________________________

_____________________________

ANNEXURE-V

PROFORMA FOR PERFORMANCE STATEMENT

(FOR A PERIOD OF LAST 3 YEARS) Name of firm ---------------------------------------------------------------------------- Sl. No. Name of the Year Quantity Value Name & full address

products supplied of the purchaser 1 2 3 4 5

1

2

3

Note: Customer satisfaction letters should be enclosed along with the Tender document

Signature and seal of the Tenderer

ANNEXURE- VI

ANNUAL TURN OVER STATEMENT

The Annual Turnover of

M/.s__________________________________ for the past three years and

concurrent commitment for the current financial year are given below and

certified that the statement is true and correct.

_____________________________________________________________

Sl.No. Year Turnover in Lakhs (Rs) _____________________________________________________________

1. 2011-2012 -

2. 2012-2013 -

3. 2013-2014 -

_____________________________________________________________

Total - Rs. _________________ Lakhs.

________________________________________________________________

Average turnover per annum - Rs._________________ Lakhs.

Concurrent Commitment

Sl. No.

Contract Ref:

Purchaser Total Contract Value

Outstanding Value

Estimated delay in

completion date

1 2 3

Signature and seal of the Tenderer -----------------------------------

Annexure I-A

DEVIATION FORM

Name of Bidder: -

Notes: -

1) BIDDER may give here a consolidated list of deviations/ clarifications/comments for all sections of the Bid documents which for an appropriate offer are considered unavoidable by him.

2) Deviations/ clarifications mentioned elsewhere in the offer shall not be binding on the CHFW, GOVT. OF AP and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected.

3) BIDDER shall state the reason for the deviations in the Remark column.

4) Only the deviations listed herein, in conjunction with the original tender, shall constitute the contract document for the award of the job to the BIDDER.

Section Clause No. Requirement Deviation Clarification/ Remarks No. as per by bidder comments tender

The Bidder confirms that all clauses of the Bidding document as are not listed above are fully complied by the BIDDER.

(Signature of Bidder & seal)

Note: CHFW reserves the right to accept or reject the bid at the time of evaluation in view of any deviations proposed by the bidder

Satisfaction Certificate of the ambulances supplied

Certified that, M/s.________________________________, supplied _______ no of Ambulances vide

Purchase Orders No: _______________________________, Dated: _______________

to__________ in the state of ___________________and the rating of the product and

services are as follows:

Product rating

Sl.

No.

Description Very

Good

Good Poor Very Poor

1 Adherence to delivery

schedules as per the Purchase

Order

2 Quality parameters - quality of

unit aggregates, body

Finishing Electricals, tyre

performance, mileage, A/C and

Painting

3 After Sales Service and

Warranty Services

4 Availability of the service

centres and technicians in the

respective State / Locations

5 24 Hours on road Services help

line facility

Sign of the customer /owner of

the fleet

Name:

Date:

(COMMERCIAL BID - Separate form enclosed in a separate sealed envelope)

Price Quoted per vehicle : Rs__________________________________

(Inclusive of excise for ambulance, all taxes, duties, insurance, rates etc at the point of delivery. Please mention the breakup of the price quoted as mentioned below.)

Basic Price Rs.

Excise Duty Rs.

Sales Tax Rs.

Other charges Rs.

Total Rs.

Total In Words

____________________________________________

____________________________________________

_____

SIGNATURE OF THE BIDDER

WITH DESIGNATION & OFFICE SEAL

Note: Bids will be opened in the presence of Bidders'

representatives who choose to attend on the specified date and time.

Earnest Money Deposit (EMD) Bank Guarantee

Bank (Insert: Bank’s Name and Address of Issuing Branch or Office)

Beneficiary: GVKEMRI, Devar Yamzal, Medchal Road Secundrabad - 500 078 (Insert: name and Address of Purchaser) Date:

GUARANTEEE No: ……………………………..

We have been informed that M/s. Vendors name and address) is participating tender With you,

for the supply of Base Ambulances/ Fabrication and Refurbishment Works (insert: description of

goods).

Furthermore, we understand that, according to the conditions of the tender, EMD may be

submitted in the form of un conditional Bank Guarantee.

At the request of the Supplier, we (insert: name of bank) hereby irrevocably undertake to pay

you a sum or sums not exceeding in total an amount of (insert: amount in figures) (………..) (

insert: amount in words) upon receipt by us of your first demand in writing accompanied by a

written statement stating that the supplier is in breach of its obligation(s) under the Contract,

without your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire no later than the ………. Day of ………., 2…….. , **and any

demand for payment under it must be received by us at this office on or before that date.

** The guarantor agrees to extension of this guarantee for a further period in response to the purchaser’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.

This guarantee shall expire no later than the … Day of Month and year,