• Tidak ada hasil yang ditemukan

Department of Agriculture, Cooperation and Farmers Welfare Directorate of Extension

N/A
N/A
Protected

Academic year: 2023

Membagikan "Department of Agriculture, Cooperation and Farmers Welfare Directorate of Extension "

Copied!
24
0
0

Teks penuh

(1)

1

Government of India

Ministry of Agriculture and Farmers Welfare

Department of Agriculture, Cooperation and Farmers Welfare Directorate of Extension

Krishi Vistar Bhawan, New Delhi-110012.

e-Tender for hiring of Taxis for use in Directorate of Extension, DAC&FW

Tender No. 13(5)/2014-Genl.

(May, 2016)

(Visit us at http://agricoop.nic.in)

(2)

2

F.No.13(5)/2014-Genl.

Government of India

Ministry of Agriculture & Farmers Welfare Department of Agriculture, Cooperation & FW.

DIRECTORATE OF EXTENSION

NOTICE FOR INVITING QUOTATION FOR HIRING OF TAXIS FOR USE IN DIRECTORATE OF EXTENSION, DEPARTMENT OF AGRICULTURE, COOPERATION & FARMERS’ WELFARE, PUSA, NEW DELHI.

The Department of Agriculture, Cooperation & Farmers’ Welfare invites Technical and Financial bids through e-procurement (www.eprocure.gov.in) to hire an agency / firm for Taxis use in Directorate of Extension, Pusa, New Delhi-12 during 2016-17. The details of eligibility along with terms & conditions may be seen in CPP portal besides www.vistar.nic.in and www.agricoop.nic.in.

The agencies / firm fulfilling the conditions may fill/upload their Technical and Financial Bids online through e-procurement (www.eprocure.gov.in) by 3.30 PM of 23- May-2016. The interested agencies / firm are required to have Digital Signature Certificate for submission of the bid through e-procurement (www.eprocure.gov.in)

(Dr. R.G. Hatwar)

Joint Director(Extension)

Tel No. 011-25849359

(3)

3

TABLE OF CONTENTS

Title Page No.

Notice Inviting Tender 01

General Aspects of Tender 02

Instructions to bidders 03-04

Instructions for online bid submission 04-07

Terms &Conditions of the Contract 08-12

Tender Acceptance Letter 13

Proforma for Technical Bid 14-15

Proforma for Financial Bid

Rates on Monthly basis 16

Rates on daily/need basis 17

(4)

1

NOTICE INVITING TENDER

MINISTRY Of AGRICULTURE AND FARMERS WELFARE DEPARTMENT OF AGRICULTURE, COOPERATION AND

FARMERS WELFARE DIRECTORATE OF EXTENSION KRISHI VISTAR BHAWAN,PUSA

NEW DELHI-110012

NOTICE INVITING TENDER (For publishing in the Website) Tender No. 13(5)/2014-Genl.

DIRECTORATE OF EXTENSION Office of issue

KRISHI VISTAR

BHAWAN,PUSA,Room no 105 New Delhi-110012.

Tender No. 13(5)/2014-Genl.

http://agricoop.nic.in

Tender forms available at Website

http://eprocure.gov.in/eprocure/a pp/

Date and Time of Issue/Publishing 5

th

May,2016 12:00 Document download start date and time 5

th

May, 2016 12:30 Bid submission start date and time 6

th

May,2016 10:00 Bid submission last date and time 23

rd

May,2016 14:00 Date and time of opening of Technical bid 23

rd

May, 2016 15:30

Place of opening of technical bid

Room No. 203 , Krishi Vistar Sadan, Pusa New Delhi- 110012

Date of opening of financial bid To be intimated later

Bid document can be downloaded from DAC & FW website www.agricoop.nic.in& CPP Portal Website http://eprocure.gov.in/eprocure/app/

sd/-

(Dr. R.G. Hatwar)

Joint Director(Extension)

Tel No. 011-25849359

(5)

2

By Registered/Speed Post Tender document

F.No.13(5)/2014-Genl.

Government of India

Ministry of Agriculture and Farmers Welfare Department, Agri. Co-operation & Farmers Welfare

DIRECTORATE OF EXTENSION

Krishi Vistar Bhawan IASRI Compus Pusa, New Delhi – 110012.

Dated the 5th May, 2016

To M/s

Subject: Invitation of tender for hiring of Taxis for use in Directorate of Extension, DAC&FW, Pusa, New Delhi.

Dear Sir,

The tenders are invited from interested firms for providing for hiring of Taxis for use in Directorate of Extension, DAC&FW Pusa, New Delhi -110012 during the year 2016-17.

Interested Agency / firm, which are in a position to undertake the above work on the terms & conditions given hereunder, may submit their minimum rate in two bid system (Technical & Financial).

The contract, if any, which may eventuate from this tender shall be governed by the Terms &

Conditions as contained in the invitation/instructions to the Tenderer given in the Annexure-I to

the Form of this Tender.

(6)

3

INSTRUCTIONS TO BIDDERS

1. BID DOCUMENTS

The services required, bidding procedures and contract terms are prescribed in Bid Documents.

The bid Documents include:

a) Notice Inviting Tender b) General Aspects of Tender c) Instructions to Bidders

d) Instructions for online Bid Submission e) Terms and Conditions of the Contract f) Format of Tender acceptance letter.

g) Format of Price Bid

The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bid Documents

Failure to furnish any of the information required as per the Bid Documents or not substantially responsive to the Bid Documents in every respect will be at submission of bids the bidders’s risk and may result in rejection of the bid.

2. CLARIFICATION OF BID DOCUMENTS

2.1 Prospective bidder, requiring any clarification of the Bid Documents shall notify this Department online. The Department shall respond online to any request for clarification of the Bid Documents in given specific Date & Time and clarification by the Department shall be sent to the prospective bidders online.

2.2 Any clarification issued by DAC & FW in response to query raised by prospective bidders shall form an integral part of bid documents and it may amount to an amendment of relevant clauses of bid document.

3. AMENDMENT OF BID DOCUMENTS

3.1 At any time, prior to the date of submission of bids, DAC & FW may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bid documents by amendments.

3.1 The amendments shall be notified online only through corrigenda, if any.

(7)

4

3.2 In order to provide prospective bidders reasonable time in which to take the amendments into account in preparing their bids, the DAC & FW may, at its discretion, extend the deadline for the submission of bids suitably.

4 Mode of bid submission

4.1 Bids shall be submitted under two envelope/cover system only through online e-tendering procurement portal. No offline bid, inany case, will be accepted. System requirements and procedure for online bid submission is outlined in detail in ‘Instructions for online bid submission’ section of this bid document. Bidders are advised to go through these details thoroughly before bid submission as neither this Department nor NIC will be responsible for rejection of bids due to incorrect/faulty online bid submission.

5 BID/EMD SECURITY

5.1 Bidders shall have to furnish, as part of bid, and EMD/BID security for an amount of Rs. 25,000/- (Rupees Twenty Five Thousand only)in the form of an account payee Demand Draft, Fixed Deposit receipt, Banker’s Cheque or Bank Guarantee from any Public Sector Bank in favour of “Drawing & Disbursing Officer, Directorate of Extension, New Delhi, valid for a period of 60 days from the last date of financial bid submission or till the completion of process and awarding the job to a suitable agency whichever is earlier, and shall be delivered physically to Assistant Administrative Officer, General Section Room 105, Krishi Vistar Bhawan, Pusa, New Delhi, before two days of the last date and time fixed for bid submission. Photocopy of the DD/BC may be uploaded with technical bid submission. A bid not accompanied by EMD/bid security shall be rejected being non-responsive at the bid opening stage and returned to the bidder unopened.

5.2 The bid security of the unsuccessful bidder will be discharged /returned to the bidder at the earliest after evaluation of the bid and latest on or before the 30th day after the award of the contract.

5.3 The successful bidder's bid security will be discharged upon the bidder's acceptance of the award of contract and furnishing the performance security.

5.4 The bid security may be forfeited:

a) If a bidder withdraws his bid during the period of bid validity specified above.

b) In the event of the bidders failure, after the acceptance of his tender, to furnish the

requisite Security Deposit mentioned in clause 3 of this document by the due date without

prejudice to any other rights and remedies of Directorate under the contract and law.

(8)

5 6. Performance Security deposit:

6.1 The successful bidder shall furnish Performance security deposit Rs. 60,000/- (Rupees Sixty Thousand only) in the form of Fixed Deposit Receipt of a Nationalized Bank drawn in favour of Drawing & Disbursing Officer, Directorate of Extension payable at New Delhi valid at least two months beyond the contract period.

6.2 The Directorate will not be liable for payment of any depreciation thereof.

6.3 No interest is payable on Security Amount.

7 Technical Bid

7.1 The technical bid (Schedule-I) shall contain the signed with stamp and scanned copy of the following documents:-

a) The firm should be registered with relevant authorities (Certificate of incorporation, Registration with Service Tax, PAN No.); (Self attested copies of Registrations to be enclosed).

b) The annual turnover of the firm should be more than 30 lakh during the previous three financial years; (self attested copies to be enclosed)

c) The service providers should have its own Bank Account. Certified copy of the account maintained for the last two years issued by the Bank, shall be enclosed.

d) The firm should have at least 10 numbers of taxis of model not before 2014 registered in the name of firm (self attested copies of Registration Certificates to be enclosed).

e) The firm should have an experience of providing taxis to the Government Sector/PSU, etc. during the last three financial years (Self attested copies of award letters of contract and satisfactory services to be enclosed).

f) Bid shall be valid for a period of 60 days.

g) The tenderer would have a well established office, located within Municipal Limits of Delhi.

h) Self-Certificates that the firm has not been blacklisted ever by any Central Government Department/Ministries/PSUs/Banks/Corporate Sector, etc. should be enclosed.

i) The Directorate of Extension, DAC&FW reserves the right to reject all or any of the tender and decision of Head of the Department in the matter shall be final/binding.

j) Conditional bids shall not be considered and will be out rightly rejected.

k) Each page of the tender document as well as annexure should be signed by the bidder, the authorized signatory with seal of the service provider.

l) Bid security (EMD)of Rs. 25,000/- as described above

7.2 Documents listed above must be properly scanned such that they are clearly readable /legible. Documents properly scanned may render the bid unresponsive at technical stage.

8 BID PRICE/FINANCIAL BID

8.1 The financial bid shall contain the price schedule (Bill of quantity/price bid) to be submitted

online in pdf format (bid price template) in the proforma given at (Schedule-II) of this

Tender Document. Firstly, bidders will have to download the template on their system, fill in

the bid prices and, then upload the filled template on CPP portal. Bid price in any other

format is not acceptable and will result in disqualification of tender at financial bid stage. Any

attempt by bidders to modify/temper the price bid template may lead to rejection of their bid.

(9)

6

8.2 The bidder shall give the monthly rate per Taxi in respect of proposed work inclusive of all charges/benefits and taxes.

8.3 Service charges quoted in the bid price should not be ‘Nil’ otherwise the bid shall be treated unresponsive. Service charge mentioned in price bid must be in whole numbers. This is, in fact, also automatically ensured by the price bid as it will not accept service charge in fraction.

8.4 Agency should provide all bank account details to this office for any verification purpose etc. No cash payment will be permissible under the contract.

9 OPENING OF BIDS

9.1 Technical bids will be opened by the Bid Opening Committee constituted for this purpose by the Department. Bids will be opened online through CPP portal. Also the bidders can participate online during the bid opening process from their remote end thru their dashboard.

In case the bidder, or his/her representative, wants to attend the bid opening meeting, they must bring the copy of ‘Bid Submission ID’ generated after successful submission of bid and also intimate the department beforehand about their desire to attend the meeting.

9.2 A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening process physically.

9.3 The date fixed for opening of bids, if subsequently declared as holiday by the Govt., the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened in the next working day, time and venue remaining unaltered.

9.4 Financial bids of the technically qualified bidders will be opened by the Bid Opening Committee, date, time and venue of which will be intimated to them through CPP portal.

10. EVALUATION CRITERIA

10.1Evaluation of Technical Bids

Eligibility mentioned in clause 2 above in conjunction with documents listed in clause 7 make the criteria for evaluation of technical bids. Tender Evaluation Committee will evaluate the technical bids to determine whether they are complete, required securities/

sureties have been furnished, the documents have been properly signed and the bids are generally in order and would upload the result of Technical Evaluation online on CPP Portal.

10.2Evaluation of Financial Bids

Financial bid/bid price made only in price bid proforma available with the tender

document will be accepted. Price bid of a firm quoting NIL service charge will not be

considered.

(10)

7 11. CONTACTING THE DEPARTMENT

11.1No bidder shall try to influence the DAC&FW/Directorate of Extension(concerned officers dealing with the tender) on any matter relating to its bid, from the time of bid opening till the time the contract is awarded.

11.2Any effort by a bidder to influence the Purchaser in the Purchaser's bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid.

12 AWARD OF CONTRACT 12.1PLACEMENT OF ORDER

The DAC&FW/Directorate of Extension will consider placement of orders for supply of services on those bidders whose offers have been found technically and financially acceptable.

13. DEPARTMENT'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALLBIDS

This Directorate reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the Purchaser's action.

14. SIGNING OF CONTRACT

The issue of Award Letter and Signing of Contract shall constitute the award of contract on the bidder. A contract under Indian Contract Act, 1872 shall be executed between the Department/Directorate and the bidder to whom contract has been awarded. Upon the successful bidder furnishing the performance security, the DoE shall discharge its bid security.

15. ANNULMENT OF AWARD

Failure of the successful bidder to comply with the requirement of the tender document shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the Purchaser may make the award to any other bidder at the discretion of Purchaser or call for new bids.

sd/-

(Dr. R.G. Hatwar)

Joint Director(Extension)

Tel No. 011-25849359

(11)

8

ANNEXURE – I

TERMS AND CONDITIONS

I. The car/taxis should be in very good working condition and well maintained during the contract period. The taxis to be deployed should be in excellent condition mechanically as well as get up wise i.e. outer body/upholstery, etc. should have a decent look.

II. Each of the vehicles thus hired shall always carry first aid box and mandatory spares;

viz. toilet kits, fuses, spark plugs, belts, fire extinguishers, torch, etc.

III. The vehicles will have to be fitted/provided with the following mandatory additional accessories/utilities :

a) Clean seat covers

b) Quality radio/music system c) Reading lamp

d) Tissue paper box e) Car perfume f) Mobile charger

g) Seat belts (Front/Rear) h) Umbrella during monsoon

IV. The Taxis deployed with the Directorate should be of model not before 2014.

V. The firm will ensure that the fuel tank of vehicle provided is fully filled up before sending the vehicle for duty.

VI. The firm should be in a position to supply car/taxies on short notice as and when needed. The firm would also be required to provide additional taxis (in addition to three) at the quoted rates on demand.

VII. All expenses will have to be borne by the firm in case of breakdown of the Taxis deployed. Immediate replacement of the breakdown vehicle will have to be provided. The owner/firm shall provide standby vehicle in case of any breakdown immediately.

VIII. The owner/senior representative of the firm should be available round the clock (24x7) on his own direct telephone (office/residence) and on mobile so as to respond to the call for vehicles in emergent cases. The mobile number should also be given.

IX. No night charges will be payable.

X. All the charges towards repair/servicing, salary of the driver, petrol expenses or any other incidental expenses on operation and maintenance of the hired car would be borne by the firm.

(12)

9

XI. The vehicles deployed by the firm may be required to ply in NCR areas, such as NOIDA, Ghaziabad, Gurgaon, and Faridabad. Therefore, vehicles deployed should have valid permit to run in all such areas. A details map book of NCR area should be kept in every car.

XII. The vehicles hired on regular basis are expected to normally remain with the Directorate for official use during 9.00 AM to 6.30 PM on all working days i.e. Monday to Friday and may be required for longer hours and also on Saturday/Sunday/ Closed Holidays.

XIII. Actual parking charges/toll taxes/entry taxes/inter-state taxes for journeys/service taxes will be reimbursed along with the hiring charges bill. The bills raised by the firm should have all tax registration numbers printed on the bills.

XIV. The vehicle should be insured in all respects by the firm. All liabilities arising out of any legal dispute, accidents, etc. shall be borne/paid by the firm and Directorate of Extension shall not be a party or liable in any matter whatsoever.

XV. Legal disputes, if any, arising during the contract period, shall be jurisdiction of Delhi only.

XVI. The vehicles with the drivers should be placed at the disposal of Directorate of Extension, DAC&FW, as and when required. Directorate of Extension, DAC&FW would be free to use the hired vehicle in any manner for carrying officials, material, etc. as per its requirement and the firm will not have any objection to it.

XVII. The successful firm/Agency shall not deploy any of the taxi provided/attached to the Directorate for any commercial purpose after duty hours or on holidays.

XVIII. The firm should have a provision to take bookings 24x7.

XIX. No advance payment, in any case, would be made to the firm.

XX. The bills for hiring of taxis may be submitted after the completion of the month. Bills for deployment of taxis for any month along with signed duty slips/photocopy of log books by the user(s) or concerned authorized officers/officials of this Directorate shall be preferred in the first week of the following month for payment.

XXI. A declaration on the printed letter-head of the firm, stating inter-alia that the character antecedents of drivers to be deployed are properly verified by the Delhi Police from security angle and their details (names, addresses, telephone numbers, photograph, copy of driving license, etc.) will have to be provided to this Directorate.

XXII. The drivers of the taxis should be fully conversant with the routes of NCR of Delhi and should possess valid driving license in their name. The drivers must be dressed in uniform, proficient in speaking local language, well mannered, courteous with proven integrity, healthy personal habits and should always carry a mobile phone with him.

XXIII. The drivers deployed by the firm should be paid as per prevailing Minimum Wages Act of NCT of Delhi. The Directorate shall not be a party in any disputes whatsoever regarding wages and allowance of drivers.

(13)

10

XXIV. No compromise will be made by this Directorate towards punctuality, cleanliness, obedience, promptness, behavior, etc. of the driver. If the firm, at any point of time, fails to provide services, as directed by DOE, the Security Deposit will be forfeited and contract will be terminated forthwith in full or part without assigning any reason by the Competent Authority.

XXV. The vehicle and driver deployed with the Directorate shall not be changed except under compelling circumstances without prior consent of the Directorate.

XXVI. Directorate will not be responsible for any challan, loss, damage or accident to the vehicle or to any other vehicle or injury to drivers/other persons.

XXVII. In the event of the firm backing out of the contract midstream, without any explicit consent of this Directorate, will be liable to the recovery of the higher rates vis-à-vis those contracted rates, which may have to be incurred by this Directorate on transportation of officer for the remaining period of contract through alternative means. The bill amount of the month would also be forfeited.

XXVIII. The Department may initially hire three (AC / Non AC) Indica/Grand i10/Wagon-R Cars, subject to requirement. The actual requirement may differ at the time of awarding contract or later as per the requirement. The hired vehicles are likely to run some extra kilometers than the ceiling of 2000 km/month and extra hours than the ceiling of 250 hours/month prescribed in the tender notice. Accordingly, rates may also be quoted for extra kilometer and hours. L-1 will be decided on the basis of the lowest bids received.

XXIX. The firm may discontinue the contract by giving a prior notice of 60 days in writing.

XXX. Penalty Clauses would be as under :

PENAL AMOUNT PER MONTH PER CAR S.No. Violations First

Instance Second

Instance Third Instance

Amount deducted

per day per car

Remarks 1. Non-functioning

of AC in a Car --- --- --- 1000/- ---

2.

Failure to provide alternative

arrangement within one hour of vehicle break down

1000/- 1500/- 2000/- --- Rental charges

for the day will not be paid

3. Tampering of

meters of vehicle 1000/- 2000/- 3000/- ---

Competent authority has the discretion to terminate

the contract along with the

forfeiture of performance security/

blacklisting of firm

(14)

11

4.

Irregularities such as over-writing, forged entries, etc. in log book (to be maintained in the prescribed format)

2000/- 2500/- 3000/- ---

Competent authority has the discretion to terminate

the contract along with the

forfeiture performance

security/

blacklisting of firm

5.

Usage of attached for private/

commercial propose in contravention terms &

conditions

4000/- --- --- --- For each such

contravention

6.

Changes of driver without prior intimation of the Directorate and officers to whom vehicle attached

2000/- --- --- --- On each

occasion

7.

Delay (more than 30 minutes) in reporting for duty by driver/vehicle

1000/- 1500/- 2000/- ---

Rental charges for the day will also not be paid

8.

Non-compliance of any other terms &

conditions

1500/- 3000/- 5000/- --- For each

violation per vehicle

9. Non-submission of log book on

weekly basis 1000/- 1500/- --- --- For each

violation per vehicle

XXXI. The tender has to be accompanied by an Earnest Money Deposit payable at New Delhi of Rs.25,000/-(Rupees twenty five thousand only) in the form of Demand Draft/

Pay Order in favour of Drawing & Disbursing Officer, Directorate of Extension, New Delhi from any scheduled commercial bank. If the successful tenderer declines to act on the offer made by the Directorate and/or withdraw/amend their quotations after opening of tenders, the EMD shall stand forfeited without any notice to the tenderer and no claim on this account shall be entertained. The EMD of unsuccessful Tenderer shall be returned / refunded after finalization of the contract.

XXXII. The duty point would be Krishi Vistar Bhawan, Krishi Vistar Sadan, Krishi Bhawan, Shastri Bhawan or any other place intimated by the Directorate from time to time and the kilometer/mileage may be calculated for the purpose of ‘vehicle run’ and

‘hours of duty’ shall be reckoned from the point of reporting for duty by the Directorate and release of vehicle at the last drops of officers/officials of the Directorate in the evening/night and not from garage to garage or last point to Krishi Vistar Bhawan or Krishi Vistar Sadan.

(15)

12

XXXIII. A performance security of Rs.60,000/- (Rupees Sixty Thousand only) shall have to be deposited by the successful tenderer in the form of FDR from any scheduled commercial bank in favour of PAO (Extn.), Directorate of Extension, Department of Agriculture, Cooperation and Farmers’ Welfare payable at New Delhi for the period of contract i.e. upto 31/05/2017. The performance security will be forfeited for breach of any of the terms/conditions of the tender or if it is found at any time during the contract period that the services provided by the firm are poor/

defective/unsatisfactory. The decision of the Directorate in this regard shall be final and binding on the firm.

XXXIV. The daily record (indicating time and mileage), duly signed by the user, shall be maintained separately for each vehicle and required to the submitted on weekly basis to the Transport Officer for scrutiny, failing which penalty will be imposed as per para (XXX).

XXXV. The tenderer shall enclose a signed copy of the terms and conditions, as stipulated for award of the contract, conveying his acceptance of the same.

XXXVI. The authorized officers of the Directorate may conduct a surprise checking of odometer of the car supplied from any workshop and cost thereof, will be borne by the agency.

XXXVII. The successful bidder will also be required to submit (within five days) copies of Registration of Certificate, Insurance papers, PUC, Permit, etc. for the vehicles proposed to be deployed in this Directorate, failing which his earnest money deposit will be forfeited. However, if the successful bidder proposed to purchase new vehicles, he will be given adequate time but not exceeding 15 days to do so.

XXXVIII. The Directorate reserves all right to reject any or all the bid in full or part without assigning any reasons thereof. Decision of Director (Admn.) shall be final in this regard.

XXXIX. Bids incomplete in any respect shall be liable to be rejected.

XL. In case, during the contract period, there is a change in prices of petrol, diesel, CNG, etc., the above Terms and Conditions will remain the same including the rate(s) quoted by the Tenderers.

XLI. The firm/owner shall ensure proper conduct of its drivers, while on duty and enforce prohibition of consumption of alcoholic drinks/drug, chewing of paan/gutka/smoking/

playing cards/listening to music including any indecent language/gesture etc.

XLII. The Directorate of Extension reserves the right to lodge a complaint with Police / or initiate any legal action in the court of law in case of any accident or misconduct warranting such an action under intimation to the firm.

(16)

13

ANNEXURE II

Full Name & Address of the tenderer in

Addition to Address & other relevant information needed for the complete Address:-

Telephone No.

Telegraphic Address

____________________________________________________________________

From:- To

The Director (Admn.) Directorate of Extension, Krishi Vistar Bhawan, Pusa, New Delhi-12 Sir/Madam

I/we have read all the particulars regarding the general information & other terms &

Conditions of the contract for the annual hiring of Taxis for Directorate of Extension, DAC&FW of Krishi Vistar Bhawan, Pusa, New Delhi -12 and agree to provide the services as detailed in schedule herein or to such portion thereof as you may specify in the acceptance of the tender at the rates given in schedule attacted I & II to this tender and I/we agree to hold this offer open till 60 days. I/we shall be bound by a communication acceptance dispatched within the prescribed time.

2. I/we have understood the terms and conditions for the contract and shall provide the best services strictly in accordance with these requirements.

3. The following pages have been added to and form a part of this Tender ________________. The schedules I & II to accompany this tender are at page Nos. 14-15 &

16-17.

4. Every page so attached with this tender bears my signature and the official seal.

5. Demand Draft No._______________ of Rs.____________________drawn in favour of Drawing & Disbursing Officer, Directorate of Extension, Krishi Vistar Bhawan, Pusa, New Delhi is enclosed as earnest money as required.

Signature & Seal of Tenderer with date___________

Address____________________________________

____________________________________

____________________________________

Name & Signature of Witness___________________

Address_____________________________________

____________________________________________

(17)

14

SCHEDULE – I

TECHNICAL BIDS

PART – I

1. Name of the Firm/Company/Agency 2. Address of Firm/Company/Agency 3. Telephone No.

4. Certificate of Registration of the firm to be enclosed

5. Number of Employees as on January 01, 2016

6. Annual Turnover (along with proof) 2013-14 2014-15 2015-16 7. Service Tax code No. & PAN No.

(Proof to be attached)

8. Whether EMD of Rs.25,000/- enclosed in the form of Bank Draft/Pay Order (No. & Date)

9. Name & Address of the Department/

Ministries and other organizations where, at present, vehicles are engaged on regular/monthly basis (copies of the work order to be enclosed)

10. Name, Designation and Address of the person to whom all references shall be made regarding this tender

11. Telephone No. Office :

Residence : 12. Mobile/Telephone No.

13. Total number of Taxis registered with the agency

14. Name, Address & Telephone No. of the proprietor

Yours faithfully, Date :

Place :

(Signature of the Authorized person) Name________________________

Designation ___________________

Business Address_______________

Seal _________________________

(18)

15

SCHEDULE – I

Part – II

1. Detail of the Earnest Money Deposited:-

a) Demand Draft number with date &

Bank drawn on Part - III

1. Name & address of the firm’s representatives and whether the firm would be represented at the time of opening of the tenders.

DATED:- ______________________

Place:- _______________________

Authorized Signatory

Please add supplementary pages & number them wherever needed

(19)

16

SCHEDULE – II FINANCIAL BID

The financial bid to be enclosed in a separate sealed envelope.

To

Dr. R.G. Hatwar,

Joint Director (Extension), Directorate of Extension,

Ministry of Agriculture & Farmers’ Welfare

D/o Agriculture, Cooperation & Farmers’ Welfare, R.No.208, Krishi Vistar Bhawan,

IASRI Campus, Pusa, New Delhi – 110012.

Sub : Hiring of Taxis for use of the Directorate of Extension – Invitation of Tenders – Regarding

Sir,

I/We intend to submit the tender on the subject captioned above and hereby consent to agree/accept all the terms and conditions as stipulated in Directorate of Extension’s letter No……….. Dated ………….. The information desired and the rates quoted are as detailed below :

PROFORMA FOR RATE ON MONTHLY BASIS

S.No. Description Rate Indica/ Wagon-R/ Grand i10 Swift Dezire

Non AC AC AC

1. 2000 Kms – 250 hours

2. Charges for every additional Km beyond 2000 kms.

3. Charges for every additional hour beyond 250 hours

4. Rate per km for journey/ tour outside NCR of Delhi

Note : Lowest bid shall be decided as per para XXVIII of Terms & Conditions

(20)

17

PROFORMA FOR RATES OF DAILY/NEED BASIS HIRING FOR – INDICA/WAGOR-R/SWIFT DEZIRE/GRAND-i10

S.No. Description

Rates (Figures and Words) Indica/ Wagon-R/Grand i10 Swift Dezire

Non AC AC Non AC AC

1. 80 kms – 10 hours 2. 40 kms – 5 hours 3. Charges for every

additional km beyond 40 kms/80 kms

4. Charges for every additional hour beyond 5 hours/10 hours

DECLARATION

(i) We fully accept & agree to abide by all Terms & Conditions of the Contract as specified from I to XLII of the tender document.

(ii) We are not involved in any major litigation that may have an impact of affection or compromising the delivery of the services, as required under this tender.

(iii) We are not black-listed by any Central/State Government/Public Sector Undertaking of India.

(Signature of Authorized Signatory)

Address (Works), if any contact No., if any Name of the Bidder :

Complete Address :

(21)

18

ANNEXURE - III

DRAFT OF AGREEMENT TO BE ENTERED BY THE CONTRACTING AGENCY (PART – I)

(i) The firm should be registered with relevant authorities (Certificate of incorporation, Registration with Service Tax, PAN No.); (Self attested copies of Registrations to be enclosed).

(ii) The annual turnover of the firm should be more than 30 lakh during the previous three financial years; (self attested copies to be enclosed)

(iii) The service providers should have its own Bank Account. Certified copy of the account maintained for the last two years issued by the Bank, shall be enclosed.

(iv) The firm should have at least 10 numbers of taxis of model not before 2014 registered in the name of firm (self attested copies of Registration Certificates to be enclosed).

(v) The firm should have an experience of providing taxis to the Government Sector/PSU, etc. during the last three financial years (Self attested copies of award letters of contract and satisfactory services to be enclosed).

(vi) Bid shall be valid for a period of 60 days.

(vii) The tenderer would have a well established office, located within Municipal Limits of Delhi.

(viii) Self-Certificates that the firm has not been blacklisted ever by any Central Government Department/Ministries/PSUs/Banks/Corporate Sector, etc. should be enclosed.

(ix) The Directorate of Extension, DAC&FW reserves the right to reject all or any of the tender and decision of Head of the Department in the matter shall be final/binding.

(x) Conditional bids shall not be considered and will be out rightly rejected.

(xi) Each page of the tender document as well as annexure should be signed by the bidder, the authorized signatory with seal of the service provider

Penalty Clause

Penalty Clauses would be as under :

PENAL AMOUNT PER MONTH PER CAR S.No. Violations First

Instance

Second Instance

Third Instance

Amount deducted

per day per car

Remarks

1. Non-functioning

of AC in a Car --- --- --- 1000/- ---

2.

Failure to provide alternative

arrangement within one hour of vehicle break down

1000/- 1500/- 2000/- --- Rental charges

for the day will not be paid

(22)

19

3. Tampering of

meters of vehicle 1000/- 2000/- 3000/- ---

Competent authority has the discretion to terminate

the contract along with the

forfeiture of performance security/

blacklisting of firm

4.

Irregularities such as over-writing, forged entries, etc. in log book (to be maintained in the prescribed format)

2000/- 2500/- 3000/- ---

Competent authority has the discretion to terminate

the contract along with the

forfeiture performance

security/

blacklisting of firm

5.

Usage of attached for private/

commercial propose in contravention terms &

conditions

4000/- --- --- --- For each such

contravention

6.

Changes of driver without prior intimation of the Directorate and officers to whom vehicle attached

2000/- --- --- --- On each

occasion

7.

Delay (more than 30 minutes) in reporting for duty by driver/vehicle

1000/- 1500/- 2000/- --- Rental charges

for the day will also not be paid

8.

Non-compliance of any other terms &

conditions

1500/- 3000/- 5000/- ---

For each violation per

vehicle

9. Non-submission of log book on

weekly basis 1000/- 1500/- --- --- For each

violation per vehicle

(23)

20

THE TERMS & CONDITIONS FOR THE DRIVERS (Part – II)

I. The car/taxis should be in very good working condition and well maintained during the contract period. The taxis to be deployed should be in excellent condition mechanically as well as get up wise i.e. outer body/upholstery, etc. should have a decent look.

II. Each of the vehicles thus hired shall always carry first aid box and mandatory spares; viz. toilet kits, fuses, spark plugs, belts, fire extinguishers, torch, etc.

III. The vehicles will have to be fitted/provided with the following mandatory additional accessories/utilities :

i) Clean seat covers

j) Quality radio/music system k) Reading lamp

l) Tissue paper box m) Car perfume n) Mobile charger

o) Seat belts (Front/Rear) p) Umbrella during monsoon

IV. The Taxis deployed with the Directorate should be of model not before 2014.

V. The firm will ensure that the fuel tank of vehicle provided is fully filled up before sending the vehicle for duty.

VI. The firm should be in a position to supply car/taxies on short notice as and when needed. The firm would also be required to provide additional taxis (in addition to three) at the quoted rates on demand.

VII. All expenses will have to be borne by the firm in case of breakdown of the Taxis deployed. Immediate replacement of the breakdown vehicle will have to be provided. The owner/firm shall provide standby vehicle in case of any breakdown immediately.

VIII. The owner/senior representative of the firm should be available round the clock (24x7) on his own direct telephone (office/residence) and on mobile so as to respond to the call for vehicles in emergent cases. The mobile number should also be given.

(24)

21

ANNEXURE – IV

CHECK LIST

The following documents have to be attached by the firm:-

1. Certificate of incorporation, Registration with Service Tax, PAN No. (Self attested copies of Registrations to be enclosed).

2. Self attested copy of Annual turnover of the firm previous three financial years.

3. Certified copy of the account maintained for the last two years issued by the Bank.

4. Copy of Registration certificate of at least 10 numbers of Taxis in the name of the Firm, model not before 2014.

5. Self attested copies of award letters of contract & satisfactory services by the Government/PSU etc during the last 3 financial years.

6. Self-Certificates that the firm has not been blacklisted ever by any Central Government Department/Ministries/PSUs/Banks/Corporate Sector, etc.

Important:-

The Contractor has to be attached the supporting documents with proper referencing. No extra

documents need to be attached with the tender form

Referensi

Dokumen terkait

of India, Minisny of Health & FamilY Welfare, Nirrnan Bhawan, New Delhi-110011 Sub: Encl.: Aq3bgyg I t, Sir/ Madam,

Government of India Directorate of Extension Ministry of Agriculture Department of Agriculture & Cooperation Krishi Vistar Bhavan IASRI Campus, Pusa, New Delhi -110012.. Sub: Supply