Signature of Tenderer with seal
Page 1 of 41
BHARAT SANCHAR NIGAM LIMITED
(A Govt. of India Enterprise)
RAJKOT TELECOM DISTRICT
OFFICE OF THE GENERAL MANAGER TELECOM DISTRICT, RAJKOT
2nd Floor, Bhaktinagar TE Building, Lohanagar, Rajkot - 360 002.
TENDER DOCUMENT
Providing the multi utility commercial vehicles on hiring basis with
licensed drivers For
Transportation of man with material / store items in the jurisdiction of
Rajkot SSA
Tender No: MM/e-Tender/Hiring of Vehicle/2016-17/02 dated 27-06-2016
PART-A
Tender Form fee: Rs. 500/- (Non-refundable) per each vehicle/zone
Tender submitted for Zone No. /s: ___________________________________________
___________________________________________ (Refer note below)
(Note: The bidder must write in above space all the tender zone nos. for which he is participating, e. g. T1, T2,
T3, etc. as the case may be. His financial bids will be evaluated for above mentioned tenders/zones only. The
financial bids are to be submitted for each tender/zone in a separately sealed envelope.)
Name & Address of the Tenderer:
Phone (O):
Mobile No:
TECHNICAL BID
Assistant General Manager (MM)
2nd
Floor, Bhaktinagar Telephone Exchange Building,
Lohanagar, RAJKOT-360002
Phone: 0281-2378816 Fax: 0281-2381911
Signature of Tenderer with seal
Page 2 of 41
INDEX
:: TABLE OF CONTENTS ::
Part – A Technical Bid Page No 1-38
Section Contents Page No.
I Notice Inviting Tender (NIT) 3-4
II Bid Form 5
III Tenderer’s Profile 6
IV Eligibility & Documents required 7
V General Terms & Conditions of Tender 8-12
VI Scope of work 13-15
VII General (Commercial) Conditions of Contract 16-20
VIII Special Terms & Conditions of Contract 21
IX Declaration regarding near relatives 22
X Part-A Undertaking regarding Service Tax, EPF/ESI &
Labour Licence
23
X Part-B Declaration regarding non-applicability of EPF/ESI
& Labour Licence
24
XI Check List for the Bidders 25-26
XII E-Tendering Instructions to bidders 27-30
XIII Statement of Vehicles proposed by the Bidder 31
Annexure-A Draft for Agreement 32-33
Annexure-B Draft for Performance Security Bond 34-35
Annexure-C Format of Duty Slip 36
Annexure-D Letter of Authorisation for attending Bid Opening 37
Appendix-I Undertaking 38
Part – B Financial Bid Page No 39 - 41
Section Contents Page No.
XIV Part-A Financial Bid Form 40
XIV Part-B Rate Sheet 41
Signature of Tenderer with seal
Page 3 of 41
BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)
RAJKOT TELECOM DISTRICT
OFFICE OF THE GENERAL MANAGER TELECOM DISTRICT, RAJKOT
2nd
Floor, Bhaktinagar TE Building, Lohanagar, Rajkot - 360 002.
Tender No: MM/e-Tender/Hiring of Vehicle/2016-17/02 dated 27-06-2016
SECTION-I
NOTICE INVITING e-TENDER
For and On behalf of BSNL, e-tenders are invited from eligible bidders as per the eligibility condition of this NIT
by General Manager Telecom District, Rajkot for hiring of multi utility commercial vehicles not older than 2013
model with licensed drivers for transportation of man with material/store items for Rajkot SSA. Details are as
under.
Tender Zone No.
Name of Unit / Station
Unit Cat-A Tata Indica (Non-AC) 2000 km per month
Cat-B Maruti Van (Non-AC) 1500 km per month
Cat-B1 Maruti EECO (Non-AC) 2000 km per month
Cat-C Jeep, Sumo Bolero, Mahindra, Marshal, Tavera, etc. (Non-AC) 2000 km per month
Total Reqd. Qty.
Tender Fee (In Rs.) Per Tender Zone
EMD (Bid Security) (Category wise) per vehicle (In Rupees)
Estimated Cost (in Rs.) Per annum
T-2 Rajkot DGM (A) 01 01 500 4506 225324
T-3 Rajkot DGM (CM) 01 01 500 5706 285324
T-8 Rajkot DE (E/M) JB 01 01 500 3600 180000
T-12 Rajkot AO (Claim) 01 01 500 4320 216000
T-13 Rajkot AGM (CM) Sales
01 01 500 5706 285324
T-15 Rajkot SDE BSS 01 01 500 5706 285324
T-16 Rajkot SDE (Infra) 01 01 500 4320 216000
T-23 Shapar SDE (Grp) Shapar (Shapar-Padadhari)
01 01 500 5706 285324
T-24 Jetpur SDE Trans Jetpur (SDE Grp JTP)
01 01 500 5706 285324
Total 01 01 02 05 ------- ------- 2263944
Note: (a) A bidder can participate for minimum 1 (One) and maximum 5 (Five) vehicles.
(b) In case the bidder intends to participate for more than one vehicle, amount of tender Fee and EMD is to be
submitted separately for each vehicle / tender. Combined Tender fee / EMD / Bid security will not be accepted.
Tender document download date & Time: From: 10:30 hrs of 30-06-2016 to 14:25 hrs of 21-07-2016
(i.e. up to 05 minutes before the last time for submission
of tender)
Date & Time for online bid submission: Up to 14:30 hours on 21-07-2016 (Tender Closing Date).
Date & time of on line bid opening: 21-07-2016 from 15:00 hours onwards.
1. Eligibility for Bidding:
(a) The bidder should have at least one year (before the date of NIT) experience certificate of satisfactory
performance in similar services with PSU / Central or State Government Department / Organisation. In
case sufficient bids are not received from the experienced bidders, GMTD, Rajkot reserves right to
award the work to educational bidders
(b) The bidder should own at least one vehicle of respective category of the zone/s applied by the bidder.
The bidder can apply for minimum one (one) and maximum 5 (Five) vehicles. The vehicles should have
commercial passing from RTOs in the name of proprietor/partnership firm/ company/partner/director and
should be not older than 2013 model. The complete documents of the vehicles proposed to be supplied
shall be provided [e. g. self-attested copy of R.C Book, valid insurance policy certificate, Lease deed and
taxi/maxi passing permit from the RTO. (If taxi/maxi passing permit not available then it is to be
submitted within 15 days of issue of the Letter of intent) and a clear declaration that the firm will be able
to supply commercial vehicles.
Signature of Tenderer with seal
Page 4 of 41
(c) In case any vehicle owned by the bidder is presently working in BSNL Rajkot, then it will be treated as
fulfilling the condition of owned vehicle for that category. However the bidder will have to submit copy
of such owned vehicle RC book along with this tender.
2. Duration of contract: Normally contract will be awarded for a period of one year with an option of
extension for a further period of one year or part thereof unilaterally by BSNL as per requirement of
GMTD, Rajkot at the same rates, terms & conditions and thereafter another period of further three
months with mutual consent of both sides at the same rates, terms and conditions.
3. Minimum validity of tender offer: 150 days from the date of tender opening. The BSNL reserves the
right to request the lowest 3 bidders as per read out list on the opening day to extend the bid validity for a
period of further 120 days and the bidder has to necessarily extend the bid validity. Refusal to extend the
bid validity will result in forfeiture of the bid security. A bidder accepting the request and extending the
bid validity will not be permitted to modify his bid.
4. Tender document should be downloaded from the website: www.gujarat.bsnl.co.in or www.bsnl.co.in.
The bidder can participate in the e-tender by downloading e-tender from
https://gujaratbsnl.abcprocure.com on or before the date and time specified in this NIT.
5. Tender Fee: The bidders are required to submit the tender fee Rs 500.00 (Non refundable) per zone
separately thorough demand draft from any nationalized /scheduled bank in favour of "Accounts
Officer (Cash) BSNL, GMTD, Rajkot" payable at Rajkot. Non receipt of bid form fee in prescribed
mode of payment will disqualify the bidder and bid uploaded online will be summarily rejected.
6. EMD / Bid Security (Non-Interest bearing): The bidders are required to submit the EMD as per NIT
for each zone applied thorough separate demand draft from any nationalized /scheduled bank in favour
of "Accounts Officer (Cash) BSNL, GMTD, Rajkot" payable at Rajkot. Non receipt of EMD in
prescribed mode of payment will disqualify the bidder and bid uploaded online will be summarily
rejected. In case of SSI, proof regarding valid registration with NSIC / body specified by ministry of
MSME for the tendered items to be submitted for exemption from submission of EMD.
7. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the
tender would not be sold.
NOTE: The Tender Document shall not be available for download after its closing date & time as
mentioned in NIT.
8. BSNL does not own any responsibility for any discrepancies or alteration/omission in the contents of
tender document while downloading from the website or otherwise. Contract documents will be prepared
based on the master copy of Tender document available in the office and the same will be binding on the
contractor. If any change found in tender document submitted by the tenderer at any stage, will be treated
as fraud done to the BSNL and will be subject to the cancellation of agreement done (if any) and
appropriate action will be taken against the tenderer.
9. GMTD Rajkot reserves the right to cancel the tender at any stage without assigning any reason.
10. The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual
obligations against earlier contracts entered into with the BSNL.
11. Type of Vehicle Required: As detailed as category-A,B,B1 and C above.
(a) The hired vehicles supplied to the BSNL should not be older than 2013 model and with a valid current
fitness certificate issued by transport authority
(b) Hired vehicles should be registered commercial vehicles having taxi/maxi passing.
(c) Fuel used by the hired vehicles may be of Diesel/CNG/Petrol/LPG with proper entry in the concerned RC
books issued by transport authority.
(d) No AC unit is required in the hired vehicles and hence no extra charge for AC units will be paid by BSNL.
Assistant General Manager (MM)
Rajkot Telecom District.
Phone: 0281-2378816 Fax: 0281-2381911
Signature of Tenderer with seal
Page 5 of 41
SECTION-II
BID FORM
To,
The General Manager BSNL,
Rajkot
Sir,
With reference to Tender No: MM/e-Tender/Hiring of Vehicle/2016-17/02 dated 27-06-2016.
1. I/we have read and understood all the terms and conditions mentioned in the tender form and agree to
abide by all conditions laid down therein.
2. Bid submitted by us online as per conditions.
3. We agree to abide by this Bid for a period of 150 days from the date fixed for Bid opening
(Qualifying Bid) and it shall remain binding upon us and may be accepted at any time before the
expiry of that period.
4. I/we have not bid for this tender under any other name.
5. I/we understand that GMTD Rajkot can reject the tender without assigning any reason thereon. The
decision of the GMTD Rajkot will be the final in all cases.
6. I/We undertake, if my/our online Bid is accepted, I/We will execute the work in accordance with
specifications, time limits and terms and conditions stipulated in Bid document.
7. I/we undertake, if my/our Bid is accepted, I/we will take the vehicles on lease from the other vehicle
owners before execution of agreement for the BSNL and will submit the relevant documents of all
leased vehicles viz (i) copy of RC book, (ii) insurance copy of vehicle, (iii) fitness certificate of
vehicle (iv) lease document specifying the purpose of lease.
8. I have submitted the Bid Security (EMD) of Rs in the form of Demand Draft No
Dated to AGM (MM) O/o GMTD Rajkot in
properly sealed (wax/PVC Tape) cover & its scanned copy is attached with online technical bid.
9. Rates offered by me/us are given online in the financial bid.
10. If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.
11. Until a format Agreement is prepared and executed, this Bid together with your written acceptance
thereof in your notification of award shall constitute a binding contract between us.
12. I/we hereby declare that my firm is not Black Listed by any SSA / Circle of BSNL
Signature of Party with rubber stamp &
date Full Name (In block letters)
Capacity in which signed
Signature of Tenderer with seal
Page 6 of 41
SECTION-III
TENDERER’S PROFILE
1. Name of the tenderer/firm: __________________________________
2. Name of the person submitting the tender: __________________________________
(In case of proprietary/partnership firms, the tender has to be signed by Proprietor/Partner
only, as the case may be)
Passport size Photograph of the tenderer / authorized Signatory holding Power of Attorney (who is signing this bid)
duly self attested should be affixed in the appropriate box.
In case of Sole Proprietorship the bidder himself/herself should sign the tender. Power of attorney is required in case
where bidder himself/herself has not submitted the bid but done through Power of Attorney holder.
In case of Partnership firms, the tender has to be signed by all Partners or power of attorney holder.
In case of Limited Company Director /Officer authorized by Company or Power of attorney holder on behalf of
company should sign.
3. Address of the bidder / firm: ______________________________________________
______________________________________________
______________________________________________
4. Telephone No. (With STD Code): (Office) ………................................................................................. (Fax) ………..................................................................................... (Residence) ………........................................................................... E-mail ………...........................................................................
5. Registration & incorporation particulars of the firm: (please Tick as applicable):
a) Individual Name
b) Proprietorship
c) Partnership
d) Private Limited Co.
e) Public Limited Co.
f) Recognized by Govt. of India/ Gujarat as Tourist Transport operator
(Please attach self attested copies of documents of registration/incorporation of your firm with the competent authority
as required by business law).
6. Name of Proprietor/Partners/Directors: ________________________________
7. Income tax PAN Number of the bidder / Firm: ________________________________
Income Tax circle:
(NB: If not available, must be applied for and documentary proof regarding the application made should be furnished)
8. Service Tax registration number (if applicable): ________________________________
9. EPF registration number (if applicable) : ________________________________
10. ESI registration number (if applicable) : ________________________________
11. Any other social security scheme for workers (If applicable): ________________________________
(Like group insurance / personal accident insurance / pension etc. for Drivers) (Give details)
Place: Signature of tenderer / authorized signatory with rubber stamp
Date:
Name of the tenderer
Passport size
Photograph of the
Tenderer/authorized
Signatory holding
Power of Attorney
Signature of Tenderer with seal
Page 7 of 41
SECTION-IV
Documents to be submitted along with the bid for eligibility
Bidder has to submit online all the scanned copies of the following Documents / Certificates along
with the online technical bid.
1. Tender fee as per Section-I (Notice Inviting Tender).
2. Bid Security (Earnest Money Deposit) as per Section-I (Notice Inviting Tender).
3. Tender document to be uploaded duly filled in and digitally signed by bidder or his authorized
representative.
4. The documentary proof for ownership of at least one vehicle of respective category of the zone/s
applied by the bidder (i.e. self attested copy of R C Book, Insurance & fitness certificate issued by
Transport Authority) in his own name as mentioned in NIT (i.e. at least one vehicle of respective
category- of the total quantity of vehicles of the zone / zones for which the bidder has applied.).
5. Registration particulars of applicant:
For Individual – self attested copy of PAN
For the Proprietorship firm - self attested copy of Registration of firm OR shop act licence OR
service tax registration OR sale tax registration OR registration as Tourist Transport operator by
Government of India / Gujarat OR any registration with government department.
For the partnership firm - self attested copy of Registration of firm, partnership deed & no objection
certificate from other partners.
For the Limited company – self attested copy of Memorandum & Articles of Association and
certificate of incorporation.
6. For tourist transport operator: self attested copy of registration as Tourist Transport operator by
Government of India / Gujarat.
7. Bid Form duly filled in (Performa given in Section-II).
8. Tenderer’s profile duly filled in (Performa given in Section-III).
9. Declaration regarding any near relative not working in BSNL (Performa given in Section-IX).
10. Self attested copy of
A) Service Tax Registration (if applicable and available)
B) EPF Registration (if applicable and available)
C) ESI Registration (if applicable and available)
D) Any other social security scheme for workers (if applicable and available)
It is desirable to have the Registration with EPF, ESI Code, Service Tax, Labour Licence etc. as
applicable to contractor. However, if the bidder does not possess any or all the above, they should
obtain the same if required by law to execute this service, within two months from the date of issue
of FAT and an undertaking to this effect should be submitted (As given in Section-X Part-A ). The
passing of bill will be made on submission of proof of payment of EPF to the concerned EPF
authority, if applicable.
OR
In case of non-applicability of Service Tax, EPF, ESI Code, Labour Licence registration to the
bidder; the declaration should be submitted by the bidder (As given in Section-X Part-B).
11. Self attested copy of certificate for experience of at least one year (Before the date of NIT) for
satisfactory performance in similar services with PSU / Central or State Government Department /
Organization.
12. Self attested copy of PAN card if available .If not available then bidder has to submit it within two
months.
13. The bidder has to submit the list of own/leased vehicles along with vehicle’s documents viz. self-
attested copy of R.C Book, valid insurance policy certificate, Lease deed and taxi/maxi passing
permit from the RTO. (If taxi/maxi passing permit not available then it is to be submitted within 15
days of issue of the Letter of intent)
14. The bidder shall furnish self attested copy of a latest & valid NSIC / MSME certificate (if
applicable) as a part of his bid documents for establishing the bidder’s eligibility.
Note: - The original documents may be called for as & when required for verification.
Signature of Tenderer with seal
Page 8 of 41
SECTION-V
GENERAL TERMS AND CONDITIONS OF TENDER
1. Sub-contracting will amount to breach of contract.
2. The Contractor must read carefully all the Instructions, General Terms & Conditions of tender, Scope of Work General (commercial) conditions of contract, Special Terms & Conditions of
contract given in the tender document before filling up the Bid. Failure to furnish all information
required as per the Bid Documents and submission of bids not substantially responsive to the Bid
Documents in every respect will be at the bidder’s risk and shall result in rejection of the bid.
3. Putting of any condition other than those specified in the tender document will not be accepted and that conditional tender is liable to be summarily rejected. No modification by the contractor in any
of the conditions will be permitted after the tender is opened.
4. Regarding participation of near relatives of BSNL employees in the Tender / Execution of
works in BSNL Units:- It has been decided that the near relatives of BSNL employees either directly recruited or on
deputation are prohibited from participation in tender and execution of works in the different units
of BSNL. The detailed guidelines in this regard are given in the following paragraphs
(a) The near relatives for this purpose are defined as
i. Members of a Hindu Undivided family,
ii. They are husband and wife,
iii. The one is related to the other in the manner as father, mother, son(s) & son’s wife (daughter in law), daughter (s) & daughter’s husband (son in law), brother (s) & brother’s wife, sister (s) & sister’s husband (brother in law)
(b) As per Government of India’s CCS Conduct rule, no Government servant shall in the discharge of his official duties deal with any matter or sanction any contract to any company or for any other
person if any member of his family is employed in that company or firm or under that person or if
he or Any member of his family is interested in such matter or contract in any other manner and the
Govt. Servant shall refer every such matter or contract to his official superior.
(c) The company/or firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative(s) is (are) posted. The unit is defined as SSA / Circle/Chief Engineer/Chief
Archt./ Corporate office for non-executive employees and executive employees (including those
called as Gazetted officers at present).Therefore, it has been decided by the competent authority
that the tenderer should give a certificate that none of his/her such near relative is working in the
units as defined above where he is going to apply for tender/work. Any branch of these conditions
by the company or firm or any other person, the tender work will be cancelled and earnest money /
security deposit will be forfeited at any stage whenever it is so noticed. The department will not
pay any damage to the company or firm or the concerned person. The company or firm the person
will also be debarred for further participation in the concerned unit.
5. The firm/party BLACK LISTED by Central Government/State Government or any unit of BSNL shall not be eligible for bid and the tenderer black listed by Central Government/State Government
or any unit of BSNL suppression of this information at the time of filling of tender and
subsequently will amount to automatic rejection and forfeiture of all deposits at any stage.
6. Any attempt to negotiate directly or indirectly by tenderer with the authority to whom the tender is
submitted to or with the authority who is competent to accept the tender or endeavors to secure
interest for actual or prospective tender or influence by any means will disqualify the tender and
same will be rejected and action to black list the tenderer will be taken by competent authority.
7. GMTD Rajkot has full discretion to award the entire or part of the work in any part of the zone /
zones to one or more contractors at any time or to carry out departmentally or through any other
agency.
8. The purchaser reserves the right for the placement of order of entire tendered quantity on the bidder
with the lowest evaluated price.
9. GMTD Rajkot is not bound to accept the lowest tender and reserves the right to accept or reject any
or all tenders without assigning any reasons what so ever.
Signature of Tenderer with seal
Page 9 of 41
10. BID DOCUMENTS:
This tender document consists of two parts
viz. Part – A: Technical Bid
Part – B: Financial Bid
11. Queries on bid documents:
a) A prospective bidder, requiring any clarification on the Bid Documents shall notify the BSNL in
writing or by FAX and by email of the BSNL’s mailing address mentioned in the tender document. The BSNL shall respond in writing to any request for clarification of the Bid Documents, which it
received not later than 7 days prior to the date for the opening of the tenders. This date shall prevail
over the corresponding date for submission of queries appearing on e-tender portal at any time.
Copies of the query (without identifying the source) and the clarifications by the BSNL shall be
uploaded on BSNL website as clarifications. On e- procurement portal of Gujarat Circle portal, clarification shall be available as “Addendum”, for all the prospective bidders who have
downloaded the official copy of tender document from e-procurement portal of Gujarat Circle. .
b) Any clarification issued by BSNL, in response to query raised by prospective bidders shall form an
integral part of bid documents and it shall amount to amendment of relevant clauses of the bid
documents.
12. Amendment of bid document:
a) At any time, prior to the date for submission of bids, the BSNL may, for any reason whether sue
motto or in response to a clarification request by a prospective bidder, modify the bid documents
by amendments with due notification to prospective bidders.
b) The amendments shall be notified in writing by post or by FAX or Email or by addendum through
e- tendering portal (for tenders invited through e-tendering process) to all prospective bidders on
the address intimated at the time of submitting the e-tender and these amendments will be binding
on them.
c) In order to afford prospective bidders reasonable time to take the amendments into account in
preparing their bids, the BSNL may, at its discretion, extend the deadline for the
submission/opening of bids suitably.
13. Cost of Bidding:
The bidder shall bear all costs associated with the preparation and submission of the bid. The BSNL, will in no case, be responsible or liable for these costs, regardless of the conduct or outcome
of the bidding process.
14. Bid Security (Earnest Money Deposit):
a) Earnest Money Deposit for applied zone/ zones individually as mentioned in NIT is to be deposited to AGM (MM), O/o GMTD Rajkot, 2nd Floor, Bhaktinagar Telephone Exchange Building, Rajkot-
360002 in sealed cover (by packing PVC Tape/Wax) in the form of Demand Draft drawn of any
Nationalized/Scheduled Banks (payable at Rajkot only) in favour of “Accounts Officer (Cash)
BSNL, GMTD, Rajkot". Also the said sealed cover to be marked as “Bid Security (EMD) + Bid Cost”.
b) The scanned copy of Demand Draft for payment of EMD should invariably be attached with the technical bid. Bid without EMD payment will be rejected at the opening stage itself. However,
the NSIC / MSME bidders are exempted from payment of bid security with following condition.
i) A proof regarding valid registration with NSIC / body specified by ministry of MSME for
the tendered items will have to be attached along with the bid.
ii) The enlistment certificate issued by MSME should be valid on the date of opening of tender.
iii) MSME unit is required to submit its monthly delivery schedule.
c) The earnest money deposit of successful bidders will be discharged upon bidder’s acceptance of the
award of contract satisfactorily and furnishing the performance security as per clause-6 (a) of
Section-VII
d) The bid security (EMD ) shall be forfeited:
i. If a bidder withdraws his bid during the period of bid validity specified in the bid document.
ii. If the bidder makes any modifications in the terms and conditions of the tender before acceptance
of the tender, which are not acceptable to the BSNL.
Signature of Tenderer with seal
Page 10 of 41
iii. If a bidder fails to accept the tender offer, if his/ their tender is accepted. EMD for only that
particular zone / zones will be forfeited in which bidder failed to accept the offer.
iv. In case of a successful bidder, the bid security (EMD) shall be forfeited if the bidder fails;
To deposit the Security Deposit.
To sign the agreement.
v. In both the above cases, the bidder will not be eligible to participate in the tender for same item for
one / more years from the date of issue of APO / LOI. The bidder will not approach the court against
the decision of BSNL in this regard.
e) The Earnest Money Deposit of unsuccessful bidders will be refunded without any interest after
finalization of the tenders and submission of Security Deposit by the successful bidders.
f) No interest shall be paid by the BSNL on the bid security for any period, what so ever.
15. Method of submitting following documents in original:
Following Documents are to be submitted in hard copy, in properly wax/packing PVC tape
sealed envelope marked “Form fee (+) EMD for Tender
No…….………….................................. dated ….…….. ” and forwarded to AGM (MM), O/o
GMTD Rajkot, 2nd Floor, Bhaktinagar Telephone Exchange Building, Rajkot-360002, which
should reach on or before the date & time of submission of bids specified in the NIT of this
tender document.
1. Demand Draft of Tender form Fee Rs 500.00 (non refundable) [Write Zone No. Overleaf of
each DD per Zone applied]
2. Demand Draft of EMD as mentioned in NIT (Write Zone No. Overleaf of each DD per Zone
applied)
OR
Self attested copy of a proof regarding valid registration with body specified by MSME for the
tendered the item in case of SSI for exemption from submission of Bid Security.
3. Power of Attorney if applicable.
Note: The Bidder has to upload the Scanned copy of all above said original documents as Bid-
Annexure during Online Bid-Submission also.
16. BID PRICE:-
a) The supplier shall quote price for all types of Vehicles given in the schedule of requirement
Section-VI. The composite price should include all the type of Taxes, etc, as applicable from time to
time but excluding service Tax.
Service tax shall be paid extra by BSNL as per actual wherever applicable.
b) “DISCOUNT” if any, offered by the bidders shall not be considered unless specifically indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offers suitably
while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc.
into account".
c) Conditional tender will stand disqualified and will not be accepted.
d) A Bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.
17. SUBMISSION OF BIDS:-
a) The person(s) signing the tenders shall state in what capacity they are signing the tender. In case the
tender is not signed by sole proprietor or all the partners of the company; the person(s) should
enclose a certificate to the effect that he/they is/are authorized to sign the tender and the terms and
conditions signed by him/them will be binding on the firms. The tenderer should also sign
wherever cutting/ over writing is there in the tender document.
b) Tender should be uploaded on https://gujaratbsnl.abcprocure.com on or before the date & time of
submission of bids specified in the NIT of this tender document.
18. Opening of Bids by the BSNL:
a) Tender shall be opened online on due date and time in the chamber of AGM (MM), O/o GMTD
Rajkot, 2nd Floor, Bhaktinagar Telephone Exchange Building, Rajkot-360002 in the presence of
tenderers or their authorized representatives who choose to attend at due time on due date.
b) If the tender opening date will be declared as holiday, the tender will be opened on next working
day, time and venue will remain unaltered.
c) The bidder’s representative, who is present, shall sign an attendance register. The bidder shall submit authority letter before they are allowed to participate in the bid opening. Maximum two
Signature of Tenderer with seal
Page 11 of 41
representatives for any bidder shall be authorized and permitted to attend the bid opening.
d) Whenever it is considered necessary to postpone the opening date of tender, quick decision shall be
taken and communicated to the tenderers who have purchased the tender documents and shall be at
least one day before the original date of opening. Such notice of extension of date of opening shall
also be published in the newspapers in which original NIT have been published.
e) First the envelopes marked “Form fee (+) EMD” shall be opened and examined. The bidders who have submitted proper form fee, EMD as per bid document, their technical bid shall be opened
online on the date of tender opening given in NIT.
The financial bid of those bidders whose technical bids are approved by competent authority will be opened by TOC in front of techno-commercially eligible bidders / authorized representative by
sending them suitable notice.
19. Any clarification on details of the work can be obtained from AGM (MM) / JTO (MM) before One
week from the date specified for opening of the tender.
20. Modification and Withdrawal of bid:
The bidder may modify or withdraw his bid online after submission prior to deadline prescribed for
submission of bid. If a bid is withdrawn, the same shall be archived unopened in the e-procurement
portal of Gujarat circle.
The bidder can make modification or withdraw his bid physically but bidder has to send withdrawal notice by FAX, followed by a signed confirmation copy post marked not later than the
deadline for submission of bid.
No bid shall be allowed for modification subsequent to the deadline for submission of bid.
21. Clarification of bids by the BSNL:
To assist in examination, evaluation and comparison bids, the BSNL may, at its discretion ask the
bidder for clarification of its bid. The request for its clarification and its response shall be in
writing. However, no post bid clarification at the initiative of the bidder shall be entertained. Any
clarification issued by BSNL, in response to query raised by prospective bidders shall form an
integral part of bid documents and it may amount to amendment of relevant clauses of the bid
documents.
22. Period of validity of bid: Bid shall remain valid for 150 days from date of opening of the bid (Qualifying Bid). Bid for a
shorter period shall be rejected as non responsive. The BSNL reserves the right to request the
lowest 3 bidders as per read out list on the opening day to extend the bid validity for a period of
further 120 days and the bidder has to necessarily extend the bid validity. Refusal to extend the bid validity will result in forfeiture of the bid security. A bidder accepting the request and extending
the bid validity will not be permitted to modify his bid.
23. PRELIMINARY EVALUATION: -
a) BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have
been properly signed and whether the bids are generally in order.
b) Prior to the detailed evaluation, the BSNL will determine the substantial responsiveness of each bid
to the bid document. A substantially responsive bid is one, which conforms to all the terms and
conditions of the bid documents without deviations. The BSNL’s determination of bids
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
c) A bid, determined as substantially non responsive, will be rejected and shall not subsequent to the
bid opening be made responsive by the bidder by correction of the non-conformity.
d) The BSNL may waive any minor infirmity or no-conformity or irregularity in a bid, which does not
constitute a material deviation, provide such waiver does not prejudice or affect the relative ranking
of the bidder.
e) If any of the documents, required to be submitted along with the technical bid, is found wanting, the offer is liable to be rejected at that stage. However the purchaser at it’s discretion may call for any clarification regarding the document. The purchaser at it’s discretion may also ask for the submission of any additional/missing documents (s) within a stipulated time period. In such case
(s) the bidder shall have to comply the purchaser’s requirement within the specified time. In case of non-compliance to such queries, the bid will be out rightly rejected without entertaining further
Signature of Tenderer with seal
Page 12 of 41
correspondence in this regard.
f) The BSNL reserves the right to disqualify such bidders who have a record of not meeting
contractual obligations against earlier contracts entered into with the BSNL.
24. Evaluation and Comparison of substantially responsive bids: a) For Technical Bid: - The BSNL shall evaluate in detail and compare the bids previously
determined to be substantially responsive and the bidder who had fulfills all initial terms and conditions of the tender will be considered as eligible bidder. Financial bid of eligible bidders only
will be considered for opening. Date of financial bid opening will be intimated to all eligible
bidders. The BSNL reserves the right to disqualify such bidders who have a record of not meeting
contractual obligations against earlier contracts entered into with the BSNL.
b) For Financial Bid: - The evaluation will be made Category wise separately as per the rate quoted
online by the bidder in financial bid. The bidder with the lowest evaluated price will be considered
category wise.
25. Contacting the BSNL: Any effort by the bidder to modify his bid or influence the BSNL in the
BSNL’s bid evaluation, bid comparison or the contract award decisions shall result in the rejection
of the bid.
26. Issue of Letter of Intent (LOI):
a. The issue of letter of intent shall constitute the intention of the BSNL to enter in to the contract
with the successful bidder. Letter of intent will be issued as an offer to the successful bidder.
b. The bidder shall within 15 days of issue of letter of intent, give his acceptance along with Security
Deposit as mentioned in Para 6 of Section-VII.
27. Award of contract:
a) The BSNL shall consider award of contract zone wise only to those eligible bidders whose offers have been found technically, commercially and financially acceptable for respective zone / zones.
Normally the bid of the tenderer who quoted lowest rate (as mentioned in financial bid) will be
accepted.
A successful bidder will be awarded maximum five vehicles only, even if he has participated for
more than five vehicles
b) However the BSNL 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.
c) The BSNL reserves the right to disqualify such bidders who have a record of not meeting
contractual obligations against earlier contracts entered into with the BSNL.
d) The BSNL reserves the right to counter offer price(s) against price(s) quoted by any bidder.
e) The BSNL reserves the right to award the work in any zone / zones to a single contractor or split
the work among two or more contractors as per requirement of BSNL. The assessment of GMTD
Rajkot in this regard shall be Final and binding.
f) If the work in one zone / zones is awarded to more than one contractor, the demarcation of the
work among the various contractors shall be decided by GMTD Rajkot and the demarcation will
be communicated in writing to the concerned tenderer. In such cases the quantity of work will be
awarded as per procurement policy.
g) Normally the amount of SD will remain unaltered in all cases mentioned above.
28. Signing of Agreement:
a) The successful tenderer will have to execute an agreement on a non judicial stamp paper of Rs.
100/-( the cost of the stamp to be borne by the tenderer) in the prescribed form to effect that the
tenderer is bound by the terms and conditions of the agreement
b) The signing of agreement shall constitute the award of contract on the bidder. The agreement with
the successful bidder shall be signed by the BSNL within a week of submission of Security
Deposit
29. Annulment of award:
Failure of the successful bidder to deposit performance Security Deposit and Signing of
Agreement shall constitute sufficient ground for the annulment of the award and forfeiture of the
bid security in which event the BSNL may make the award to any other bidder at the discretion of
BSNL or call for new bids.
Signature of Tenderer with seal
Page 13 of 41
SECTION-VI
SCOPE OF WORK
1. Service to be provided:- During the entire period of contract, the contractor has to provide the multi utility commercial
vehicles on hiring basis with licensed drivers for transportation of man with material/store items in
the jurisdiction of respective zone / zones of Rajkot SSA and within Gujarat Circle in case of
occasional need. The essence of the contract is to provide Prompt, Punctual, Efficient, Safe,
Courteous and Quality Service.
2. Quantity of Vehicles:- The quantity of vehicles, fixed monthly kilometers and estimated cost mentioned in the tender is
tentative and it may be increase or decrease up to 25% in each zone at the approved rate of
concerned zone as per actual requirement at the sole discretion of GMTD, Rajkot. GMTD, Rajkot
can approve any amount of extra Kms beyond 25 % of monthly limit for any vehicle as per field
requirement. Also, it should be clearly noted that BSNL shall place the order to provide vehicle for
any unit of Rajkot SSA, as and when required.
The Monthly KM hire slab on which vehicles are required and the estimated number of such hiring
per Month are tentatively indicated below:
Monthly
KM Hire
slab / Duty
hours per
day
Quantity of
Tata Indica
Petrol/CNG/
LPG
(Non AC)
(Approx.
vehicles)
Quantity of
Maruti OMNI
VAN
Petrol/CNG/LPG
(Non AC)
(Approx.
vehicles)
Quantity of
Maruti EECO
Petrol/CNG/LPG
(Non AC)
(Approx. vehicles)
Quantity of Jeep,
Mahindra, Marshal,
Rhino, Tempo,
Sumo,
Qualis,Tavera,Tempo
Traveller, etc.
Diesel (Non AC)
(Approx. vehicles)
Cat-A Cat-B Cat-B1 Cat-C
Up to 1500
KMs /
10 hours
NIL 01 NIL NIL
Up to 2000
KMs /
10 hours
01 NIL 02 05
a) The hired vehicles supplied to the BSNL should not be older than 2013 model and with a valid
current fitness certificate issued by the Transport Authority.
b) Hired vehicles should be registered commercial vehicles having Taxi/Maxi passing
c) Fuel used by the Hired vehicles may be of Diesel/Petrol/CNG/LPG with proper entry in the
concerned RC Books issued by Transport Authority.
d) No AC unit is required in the hired vehicles and hence no extra charge for AC units will be paid by
BSNL
3. Duty Hours:- Duty Hours of vehicles are normally for ten hours per day on all days of month except Sundays and
National Holidays i.e. 26th January, 15
th August and 2
nd October. The duty hours shall start from
reporting time however actual duty hours shall be specified by actual users of the vehicle. The user
of the vehicle can call the vehicle on urgent requirement on Sundays and National Holidays also for
any time for which per hour extra charges will be paid at the rate of detention charges approved in
this tender.
4. Notice period for supply of vehicles::-
Shall be one day in advance for Regular requirements. One hour in advance for additional
requirement during office hours. Telephonic intimation shall be considered as notice for such
requirement.
5. Reporting place:-
Signature of Tenderer with seal
Page 14 of 41
Any place within the jurisdiction of Rajkot SSA. Actual place of reporting shall be specified by
actual users of vehicles
6. Counting of distance:- From starting point of the user and closing at the point wherever user completes his travel the
distance covered in each way between user delivery address and the garage/ normal parking place will be allowed on actual basis or 5 KMs whichever is less. The contractor shall have to provide the
address / location of the garage / normal parking place of the hired vehicles to actual users of
vehicles.
7. Accuracy of meters:-
The meter reading should tally the actual distance of run at any instant and authorized officer shall
have full power the check up the meter for its correctness and in the event of any error/fault in the
meter being noticed, the bill for the journey undertaken (including those undertaken earlier) would
be adjusted, besides any other penal action as decided by BSNL, which may even lead to
termination of Contract. The contractor may do regular checking of meter by the designated
transport authority and requisite certificate may be shown to BSNL as and when demanded.
8. Miscellaneous Conditions: Service Provider should comply with the following:-
(i) Permanent Telephones- Telephones, where requisition of vehicles can be conveyed round the clock.
Telephone Numbers must be specified in the bid.
(ii) Identity Cards- Proper Identity Cards after verifying the antecedents of his drivers’ thro’ Local Govt. offices.
(iii) Documents of vehicles- The attested copy of R/C Book, Taxi Permit and the Insurance policy of
vehicles under this contract should be submitted to the authorised person of BSNL Rajkot and will
be subject to scrutiny with original documents.
(iv) Statutory Requirements- It is desirable to have the Registration with EPF, ESI, Service Tax, PAN
etc. However, if the Service Provider does not possess any or all the above, they should obtain the
same, if required, by law to execute this service, within one month of commencement of Contract.
(v) Govt.Tax / Levy / Duty other than Service Tax for plying the vehicles will be borne by the Service
Provider.
(vi) Parking / Toll Charges, if any, may be claimed by Producing valid parking / Toll slips along with
the monthly bill.
(vii) Attested copy of valid driving license Taxi passing should be submitted during the contractual
period.
(viii) Consumables like lubricants, tyres, battery, maintenance, any sort of taxes leviable on vehicles,
insurance, etc. will be borne by the Service Provider’s. (ix) Assign driving to only qualified experienced licensed drivers and also assume full responsibility for
the safety and security of the officers/officials and store items.
(x) Duty Slips in duplicate copy to be printed and serially numbered by the Service Provider as per
prescribed format of BSNL (Annexure-C) and should ensure that at the end of duty; the duty slips
are completed and signed by the users.
(xi) Vehicles Up keep shall be in good condition along with good and clean Seat covers & curtains.
Vehicles so hired may be inspected by a pre-designated committee of BSNL officers with reference
to good/properly maintained vehicle including cabin, upholstery, seats etc.
(xii) Unused KMs, if any, during a particular month in any category/ Plan (monthly KM slabs) will be
carried over to the subsequent two months and will be adjusted against any extra KMs if performed
over and above the agreed slab for the hired vehicle. Unused KMs in a particular unit can be utilized
in any other unit of Rajkot SSA. A Certificate to this effect is given on the body of bill while
submitting claim for payment.
(xiii) Service provider is responsible for transportation of petty store items.
9. Regarding leased Vehicles from other vehicle owners:-
a) If the contractor take the vehicles on lease from the other owners of vehicle for the BSNL, the
contractor should make a lease deed (Agreement) with the owner of the vehicle on Rs.100/- (Rs.
One hundred only) stamp paper and a copy of this lease deed (Agreement) to be submitted to the
BSNL
Signature of Tenderer with seal
Page 15 of 41
b) In case of any complain by the owner of the vehicle regarding non-compliance of terms & conditions of lease deed (Agreement), the same will be treated as violence of terms & conditions of
the agreement executed between the contractor & BSNL and action as deemed fit will be taken by
GMTD, Rajkot.
10. Special Requirements:-
(I) Intending bidder must have a telephone where requisition of vehicles can be conveyed all
the 24 hrs. Telephone No. must be specified in the bid.
(ii) No vehicle should be supplied having registration in the name of employee of BSNL staff
or close relative and a certificate to this effect be given on the body of bill while submitting
the claim.
(iii) Payment of any Govt. tax or duty for the vehicles in Rajkot Telecom District/ anywhere in
Gujarat state will be liability of contractor.
(iv) All the drivers of hired vehicles must be contactable by Mobile and the vehicles must be
made available to the requisitioned officer as and when required within 30 minutes.
11. BSNL will not have obligation:- (i) No liability whatsoever for payment of wages/salaries other benefits and allowances to
his personnel that might become applicable under any Act or Order of the Government in this
regard and the Service Provider shall indemnify BSNL against any/all claims which may
arise under the provisions of various Acts, Government Orders etc. and any breach of such
laws or regulations shall be deemed to be breach of this contract.
(ii) No direct or indirect liability arising out of such negligent, rash and impetuous driving
which is an offence under section 29 of IPC and any loss caused to BSNL have to be suitably
compensated by Service Provider.
(iii) Not be responsible for theft, burglary, fire or any mischievous deeds by his staff.
(iv) Service Provider shall be the employer for his workers and BSNL will not be held responsible
fully or partially for any dispute that may arise between the service provider and his workers.
(v) No liability whosoever for payment towards claim raised by any third party before Motor Accident claim tribunal and decree if passed against BSNL, it shall be exclusively
satisfied by the service provider .
Signature of Tenderer with seal
Page 16 of 41
SECTION-VII
GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT
1. PERIOD OF VALIDITY OF CONTRACT: a) The contract should be firm and valid for a period of one year with an option of extension for a
further period of one year or part thereof unilaterally by BSNL at the same rates, terms & conditions
and thereafter another period of further three months with mutual consent of both sides at the same
rates, terms and conditions. b) The General Manager Telecom District, Rajkot reserves the right to terminate the contract at any
time during its currency without assigning any reason by giving thirty days notice to the contractor
at their last known place of business/residence and the contractor shall not be entitled to any
compensation by reason of such termination.
2. STANDARDS:
The works to be executed under the contract shall conform to the standards prescribed in the
Section-VI
3. SUBCONTRACTS:
a) The contractor shall not assign, sub contract or subject the whole or any part of the works covered
by the contract, under any circumstances.
b) The successful bidder shall be solely responsible for the providing the hired vehicles as per terms &
conditions of tender and BSNL shall not be liable to interact with the partners/collaborators or sub-
contractors of the contractor.
4. PRICES: a) The rates should be on monthly basis as well as daily basis. The KM slabs for monthly hire and
Time-KM slabs for daily hire are shown in Scope of Work in Section-VI.
b) Rates charged by the Service Provider for the services given under the contract shall not be higher
than the rates agreed by the Service Provider in his bid and further approved by GMTD, Rajkot.
c) In case of any reduction of taxes and statutory levies (if any) during the contractual period, BSNL
shall take the benefit of decrease in such taxes/duties for the services to be availed from the date of
enactment of revised duties/ taxes.
d) In case of increase in taxes/ duties during the contractual period, BSNL shall be liable to revise the
rates as per new taxes/ duties for the services to be availed for the remaining period of the contract.
5. PRICE REVISION: a) No escalation is admissible on any account whatsoever during the first three months of the
contract. After three months of contract increase or decrease in hire charges due to variation in Fuel
rates will be worked out and paid only when the variation to base rate is above 10%. Such increase
or decrease in the hire charges due to these variations shall be worked out from the base rate on the
following formula.
Increase or decrease in Petrol/Diesel/CNG during the month =
Agreed KMs of the vehicle X (Revised rate per liter - Base rate per liter)
Average KM per liter of Diesel / Petrol / CNG consumption (KMPL)
(Note: The Base Rate of Petrol/Diesel/CNG is the prevailing rate on the date of Commencement of
work / contract. The Average KMPL is to be assumed as 20 kms for CNG vehicles, 18 kms for
Petrol vehicles, 15 kms for Diesel vehicles of Category-C and 20 kms for Diesel vehicles of
Category-A
If there is decrease in Fuel Price, formula will indicate negative figure which means the deduction
shall be done from the bill)
b) The review for change in hire charges due to change in fuel rates shall be affected at the end of
quarter, irrespective of start of contract i.e. on 31st March, 30th June, 30 Sept, and 31st December.
The change in hire charges, if any, shall be applicable from the 1st day of next quarter. Base Rate of
fuel would be fuel prices as on date of award of contract.
Signature of Tenderer with seal
Page 17 of 41
c) The service provider shall submit supplementary bill for reimbursement towards increase in Fuel
price on monthly basis without accumulation. This supplementary bill is to be supported with proof
of fuel price prevailing on 1st of the month.
6. PERFORMANCE SECURITY DEPOSIT: a) The successful bidder (including MSME) shall be required to deposit an amount equal to 10% of the
awarded value in separate DD/BG one each for Performance security per zone/vehicle within 15
days of conveying BSNL’s intention for accepting the bid as Performance Security. b) Performance Security deposit shall be submitted in the form of Bank Guarantee issued by a
scheduled /Nationalized Bank and the Performa provided in Annexure-B of the bid document valid
for a period of 18 (Eighteen) / 30 (Thirty) months.
c) Performance Security will be discharged after completion of Service Provider’s performance obligations under the contract or after 3 month of completion of work whichever is later.
d) Forfeit of Security Deposit:
i) Performance Security deposit in any form shall be liable for appropriation/adjustment against any
liquidated damages for delayed or against carry forward loss to BSNL to which the contractor does
not meet otherwise. ii) If the contractor fails or neglects to perform any of his obligation under the contract, it shall be
lawful for the BSNL to forfeit either whole or any part of the Performance Security Deposit
furnished by the contractor, which does not amount to imposing of penalty, after issuing “SHOW-
CAUSE NOTICE” which will be dully examined for final decision by the competent authority and
the decision conveyed to the contractor in writing.
iii) In the event of the contractor failing to observe or perform any of the condition of the contract as
set out herein the Performance Security Deposit referred to above will be forfeited by B.S.N.L.
without prejudice to any other rights.
iv) In the event of the contractor being adjudged insolvent or going voluntarily into liquidation are
having receiving order or other under Insolvency Act made against or in the case of company of the
passing of any resolution or making of any order, for winding up whether voluntarily or otherwise
or in the event the contractor failing to comply with any of the conditions herein specified, General
Manager Telecom District Rajkot shall have the power to terminate the contract without any notice
with forfeiting of his Performance Security Deposit.
v) In the event of security deposit being insufficient or if the security deposit has been forfeited, the
balance of the total sum recoverable (as the case may be) shall be deducted from any sum then or at
any time there- after becomes due to the contractors under this or any other contract with Rajkot
SSA should that sum also be not sufficient to cover the full amount recoverable, the contractor shall pay to Rajkot SSA on demand the remaining balance due failing which the contractor will be
black listed.
e) Refund of Security Deposit:
i. If the contractor duly performs and completes the contracts in all respects, the Performance Security Deposit shall be refunded after Three months on expiry of the contract period provided
there are no any dues, recoveries, penalties or any quarries regarding the terms & conditions as
stipulated in the bid document are pending against the contractor and after full and final settlement
of the final bill for the works under the contract.
ii. No interest will be paid to the contractor on any Security Deposit.
f) Any unclaimed Security Deposit(s) as due for refund to contractor and remain unclaimed for three
years after its/their refund become(s) admissible (for instance after the contractor /supplier fulfills
his contract) shall be dealt with the provisions contained in the rules of the B.S.N.L.
7. PAYMENT:
a) Submission of bills:
i. The contractor shall prepare the bills (Month wise) in triplicate and submit to concerned In-charge
of vehicle.
ii. Concerned In-charge of vehicle will accept only those bills which are completed in all respect.
iii. Penalty if any will be deducted by the concerned in-charge and the net amount may be passed for
payment.
iv. The bill duly certified by the concerned In-charge, make necessary entry in ERP and duly
countersigned by next higher authority and submitted to Accounts Officer (Claim.), O/O GMTD,
Signature of Tenderer with seal
Page 18 of 41
Rajkot.
v. Accounts Officer (Claim), O/O GMTD, Rajkot will verify the bill in all respect, recorded the Km
run & amount of bill and make process for its payment.
vi. The submitted bills should contain the following details
Certificate stating the performance of the contractor.
Copy of Logbook
Details of recoveries/penalties (If any) as per provisions of the contract. In case no
recoveries/penalties are to be made, NIL report needs to be submitted.
Copies of authenticated documents of payments of contribution to EPF authorities, if EPF is
applicable.
b) Payment will be processed by the Accounts Officer (Cash) O/o GMTD, Rajkot on approval of the
competent authority.
c) Any tax eligible & levied by State or Central Government applicable to contract shall be deducted
at the time of payment from each bill.
d) For claiming Service Tax
i. Contractor has to submit Service Tax Registration Number printed on the bill submitted for payment
ii. Contractor has to submit proof of Service Tax payment.
e) In case of delay payment due to administrative reasons, GMTD, Rajkot shall not be liable for
payment of any interest on any bill outstanding for payment.
8. PENALTY CLAUSE:
a) In case of break down, after it’s reporting for duty, the vehicles will have to be replaced by same type immediately or not more than one hour. In case of non-availability of suitable vehicle a
penalty of Rs 100/- per hour not exceeding Rs 200/- per day may be imposed in addition to
deduction on pro-rata basis for that period. If the number of break down exceeds three times in a
month, a penalty of Rs.300/- per break down of that month shall be imposed in addition to
deduction on pro-rata basis for that period.
b) In case of non-availability of vehicles for any particular day, penalty of Rs.400/- per day shall be
imposed in addition to deduction of hire charges on pro-rata basis for that day.
c) In case of non-availability of vehicles during extra hours penalty of Rs 100/- per occasion shall be
imposed
& for Temporary absence during duty hours without valid permission shall be Rs.75/- per hour of
absence.
d) If the vehicle provided by the Service Provider is found to be not in good condition or without
proper document; the vehicle may be rejected and sent back. No payment shall be made on account
of such rejection. However in case of dispute the decision of GMTD, BSNL, Rajkot shall be final.
e) Contractor should not refuse to provide vehicles against BSNL’s requirement and on each refusal a penalty as given at item (b) above shall be imposed from the running bills besides any other action
which may even lead to termination of contract.
f) In case, contractor fails to provide the suitable vehicles within stipulated time given and as per the
specification and quality laid down in the tender, the BSNL may take the service from other service
provider at the current market rate and extra expenditure if any incurred will be recovered from the
contractor’s pending bills, S/D or any other payments that may be due or become due in future. The balance amount if any will have to be paid by the contractor in cash. The contractor shall have no
claim for compensation for any loss sustained by him due to such failure to comply with the
conditions of tender.
g) No vehicle below specified model will be accepted except in case of any unavoidable
circumstances for which below specified model may be accepted for which payment will be
regulated at the accepted rate for 2013 models less 10%, 15% and 20% deductions for such
vehicles so supplied by the Service Provider. Such deduction will be 10% for one year older model,
15% for two years older model and 20% for three years older model. The maximum period for such
vehicles should not exceed 2 months during the entire period of contract. However, in case of use
of such vehicle in excess of above limit, it will be at the discretion of the GMTD, Rajkot. Also such
vehicle shall not be rotated again in the other units. Prior approval of GMTD, Rajkot should
invariably be taken through vehicle user/ BSNL In-charge before providing such bellow specified
vehicles. GMTD, Rajkot reserve right to increase the maximum allowable usage period of such
Signature of Tenderer with seal
Page 19 of 41
vehicles, i.e. 2(two) month in case so desired without assigning any reasons.
h) Any Penalty imposed to the contractor shall be recoverable from the bills of the contractor and/or by adjustment from the security deposit or from the bills of any other contract. However,
adjustment from security deposit will be made only when the contract has been terminated or at the
time of final settlement of bills on completion of work.
9. Change of vehicle: -
In case of change of vehicle, the contactor has to provide same category of Vehicles & same model
of the vehicle to concerned unit officer with all required documents like R.C. Book, Ownership
proof, Taxi permit, insurance etc.
The concerned unit officer will forward the same with date of acceptance of vehicle to AGM(MM)
for issue of order for the same.
For any change of vehicle more than Two changes during one year from the date of hiring, Rs.
2000/- per change shall be deducted from the running bill.
10. Recovery of penalty / recoverable amount from the contractor: -
The penalty / recoverable amount shall be deducted from the running bill of the concerned month. If
penalty / recoverable amount is more than billed amount the same will be adjusted from the bill of
the next month / s.
11. Diversion of vehicle: -
The hired vehicle can be diverted to any unit in same station as per requirement of BSNL. In this
regard decision of GMTD Rajkot shall be final.
12. Termination clause: -
a) If the contractor fails to fulfill the contract or violates any of the terms and conditions of the
contract, the GMTD Rajkot reserves the right to terminate the contract after giving 30 days notice
to the contractor at their last known place of business/residence and the contractor shall not be
entitled to any compensation by reason of such termination. The amount of EMD/SD will be
forfeited and the firm will be black listed.
b) BSNL reserves the right to blacklist a bidder for a suitable period in case he fails to honor his bid
without sufficient ground.
13. FORCE MAJEURE:
a) If any time, during the continuance of this contract, the performance in whole or in part by either party or any obligation under this contract shall be prevented or delayed by reason of any war, or
hostility, acts of the public enemy, civil commotion sabotage, fires floods, explosions, epidemics,
quarantine restrictions, strikes, lockouts or act of God (Herein after referred to as events) provided
notice of happenings, of any such eventuality is given by either party to the other within 21 days
from the date of occurrence thereof, neither party shall by reason of such event be entitled to
terminate this contract nor shall either party have any such claim for damages against the other in
respect of such non-performance and work under the contract shall be resumed as soon as
practicable after such event a may come to an end or cease to exist, and the decision of the BSNL
as to whether the work have seen so resumed or not shall be final and conclusive, provided further
that if the performance, in whole or part of any obligation under this contract is prevented or
delayed by reason of any such event for a period exceeding 60 days either party may, at his option
terminate the contract.
b) Provided also that if the contract is terminated under this clause, the BSNL shall be at liberty to
take over from the contractor at a price to be fixed by the BSNL, which shall be final, all unused,
undamaged and acceptable materials, bought out components and stores in the course of execution
of the contract, in possession of the contractor at the time of such termination of such portions
thereof as the BSNL may deem fit excepting such materials bought out components and stores as
the contracts may with the concurrence of the BSNL elect to retain.
14. DISPUTE AND ARBITRATION:
a) In the event of any question, dispute or difference arising under this agreement or in connection therewith except as to matter the decision of which is specifically provided under this agreement,
the same shall be referred to sole arbitration of the Chief General Manager, Gujarat Telecom Circle
Ahmedabad or in case his designation is changed or his office is abolished then in such case to the
Signature of Tenderer with seal
Page 20 of 41
sole arbitration of the officer for the time being entrusted whether in additional to the function of
the Chief General Manager, Gujarat Telecom Circle, Ahmedabad. or by whatever designation such
officers may be called (herein after referred to as the said officer) and if the Chief General Manager
or the said officer is unable or unwilling to act as such the sole arbitration or some other person
appointed by the Chief General Manager or the said office. The agreement to appoint an arbitrator
will be in accordance with the Arbitration and conciliation Act, 1996.
b) There will be no objection to any such appointment that the arbitrator is Government Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties
as Government servant he has expressed views on all or any of the matter under dispute. The award
of the arbitrator shall be final and binding on the parties. In the event of such arbitrator to whom the
matter is originally referred, being transferred or vacating his office or being unable to act for any
reason whatsoever such Chief General Manager or the said office shall appoint another person to
act as arbitrator in accordance with terms of the agreement and the person so appointed shall be
entitled to proceed from the stage at which it was left out by his predecessors.
c) The arbitrator may from time to time with the consent of parties enlarge the time for making and
publishing the award. Subject to aforesaid Arbitration and Conciliation Act, 1996 and the Rules
made thereunder, any modification thereof for the time being in force shall be deemed to apply to
the arbitration proceeding under this clause.
d) The venue of the Arbitration proceeding shall be the office of the Chief General Manager, Gujarat
Telecom Circle at Ahmedabad or such other places as the arbitrator may decide. All disputes
involving litigation arising with regard to this agreement/contract shall be subject to jurisdiction of
the competent court at Rajkot only.
e) The award of the sole Arbitrator shall be final and binding on all the parties to the dispute.
15. SET OFF: Any sum of money due and payable to the contractor (including security deposit refundable to him)
under the contract may be appropriated by the BSNL or the govt. or any other person or persons
contracting through the “Govt. of India and set off the same against any claim of the BSNL or Govt. or such other person or persons of payment of a sum of money arising out of this contract
made by the Contractor with BSNL or Govt. or such other person or persons contraction through
govt. of India.
16. Court Jurisdiction:
i) Any dispute arising out of tender/bid document/evaluation of bids/issue of APO shall be
subject to the jurisdiction of the competent court at the place from where the NIT/tender has
been issued.
ii) Where a contractor has not agreed to arbitration, the disputes/claims arising out of the
Contract/PO entered with him shall be subject to the jurisdiction of the competent Court at
the place from where Contract/PO has been issued. Accordingly, a stipulation shall be made
in the contract as under.
“This Contract/PO is subject to jurisdiction of Court at Rajkot only.”
Signature of Tenderer with seal
Page 21 of 41
SECTION-VIII
SPECIAL TERMS & CONDITIONS OF CONTRACT
1. No vehicle should be supplied having registration in the name of employee of BSNL staff or close
relative and certificate to this effect be given on the body of bill while submitting claim.
2. If the vehicle provided by the Service Provider is found to be not in good condition or without proper document; the vehicle may be rejected and sent back. No payment shall be made on account
of such rejection. However in case of dispute the decision of GMTD Rajkot would be final.
3. Service Provider should not refuse to provide vehicles against BSNL’s requirement and on each refusal a penalty as given in penalty clause will be deducted from the running bills besides any
other action which may even lead to termination of contract.
4. Service Provider shall be the employer for his workers and BSNL will not be held responsible fully or partially for any dispute that may arise between the service provider and his workers. The
engagement and employment of drivers and payment of wages/salaries, other benefits and
allowances to them is the sole responsibility of the contractor.
5. BSNL shall have no direct or indirect liability arising out of such negligent, rash and impetuous
driving which is an offence under section 29 of IPC and any loss caused to BSNL have to be
suitably compensated by contractor.
6. Service Provider shall not engage any person below 18 years of age.
7. The tampering of meter reading, vehicle usage timings, overwriting of Summary / log book sheet
and misbehavior of driver while on duty shall be viewed seriously leading to even cancellation of
contract.
8. COMPLIANCE WITH LAWS AND REGULATION: During the performance of the works the Service Provider shall at his own cost and initiative fully
comply with all applicable Laws, B- Laws, Rules, Regulations and Orders and any other Provisions
having the force of Law made or promulgated or deemed to be made or promulgated by any Government, Governmental agency or Department, Municipal Board, other regulatory or
Authorized Body of persons and shall provide all certificates of compliance there with as may be
required by such applicable Law, B-Laws, Rules, Regulations, Orders and/or Provision. The
contractor shall assume full responsibility for the payment of all contributions and taxes.
9. STATUTORY REQUIREMENT AND COMPLIANCE WITH LABOUR LAWS:
a) It shall be the duty of the Service Provider to comply with all the mandatory provision of labour
laws and Employer Provident Scheme in respect of Labours / Employees engaged by him for
performing the work under the contract.
b) The Service Provider shall comply with all the Rules/Regulations/Laws/Government instructions/status etc. that are applicable/will be made applicable, and/or are aimed to protect the
interest of the works/employees engaged by him in the past and during the course of performance
of the contract with BSNL
c) It is desirable to have the Registration with EPF, ESI Code, Service Tax, labour licence, etc.
However, if the Service Provider does not possess any or all the above, they should obtain the
same, if required by law to execute this service.
d) Payment of EPF contribution (if applicable) to concerned authority & submission of proof thereof
to this office as per existing provisions of various labour laws and regulations is the sole
responsibility of the Service Provider and any breach of such laws or regulations shall be deemed
to be breach of this contract.
e) Amendments: The Central Government may from time to time add to or amend the regulations
and on any question as to the application / interpretation or effect of those regulations.
f) The regulations aforesaid shall be deemed to be a part of this contract and any breach thereof shall
be deemed to be a breach of this contract.
g) Service Provider has to submit the undertaking at the time of signing of agreement as per the
format given in appendix-I.
Signature of Tenderer with seal
Page 22 of 41
SECTION-IX
DECLARATION REGARDING NEAR RELATIVES (In accordance to the Clause-4 of Section-V)
This is to declare that I, Shri son of
Shri Proprietor / Partner(s) of
the / firm / company
having residence at not having
any near relative employed in BSNL. No person related to above mentioned firm / company is employed in
BSNL. In case at any stage, it is found that the information given by me is false / incorrect, BSNL shall
have the absolute right to take any action as deemed fit without any prior intimation to me.
Signature of Tenderer with
seal
NOTE:-
1. In case of proprietorship firm, declaration will be given by the proprietor
2. In case of partnership firm, declaration will be given by all the partners
3. In case of limited company, declaration will be given by all the Directors of the company
Signature of Tenderer with seal
Page 23 of 41
SECTION-X (Part-A)
Undertaking regarding EPF & ESI registration
I, Shri son of
Shri Proprietor/ Partner(s)
of the firm / company
having residence at undertake
that if my/our Bid is accepted, I / We will obtain the EPF & ESI registration, if required by law to execute
this service and will be submitted within two months from the date of Issue of FAT.
Signature of Tenderer with seal
Undertaking regarding Service tax registration
I, Shri son of
Shri Proprietor / Partner(s)
of the firm / company
having residence at undertake
that if my/our Bid is accepted, I/ We will obtain the Service tax registration, if required by law to execute
this service and will be submitted within two months from the date of Issue of FAT.
Signature of Tenderer with seal
Undertaking regarding Labour Licence
I, Shri son of
Shri Proprietor / Partner(s)
of the firm / company
having residence at undertake
that if my/our Bid is accepted, I/We will obtain the Labour Licence, if required by law to execute this
service and will be submitted within two months from the date of Issue of FAT.
Signature of Tenderer with seal
Signature of Tenderer with seal
Page 24 of 41
SECTION-X (Part-B)
Declaration regarding non-applicability of EPF & ESI registration
I, Shri son of
Shri Proprietor/ Partner(s)
of the firm / company
having residence at declare that
I / we are not coming under purview of the EPF & ESI registration presently. As and when required by
law to execute this service, I / We will obtain the EPF & ESI registration and will be submitted within
two months from the date of its applicability to me / us.
Date: Signature of Tenderer with seal
Declaration regarding non-applicability of Service tax registration
I, Shri son of
Shri Proprietor / Partner(s)
of the firm / company
having residence at declare that
I / we are not coming under purview of the Service tax registration presently. As and when required by
law to execute this service, I / We will obtain the Service tax registration and will be submitted within
two months from the date of its applicability to me / us.
Date: Signature of Tenderer with seal
Declaration regarding non-applicability of Labour Licence
I, Shri son of
Shri Proprietor / Partner(s)
of the firm / company
having residence at declare that
I / we are not coming under purview of the Labour Licence presently, As and when required by law to
execute this service, I / We will obtain the Labour Licence and will be submitted within two months from
the date of its applicability to me / us.
Date: Signature of Tenderer with seal
Signature of Tenderer with seal
Page 25 of 41
SECTION-XI
CHECK LIST FOR THE BIDDERS
Have you ensured uploading of scanned copy of following documents?
Sr No PARTICULARS YES / NO
1 Have you study the complete tender document and agree with all conditions of
tender document?
2 Have you gone through the scope of work? (Section-VI)
3 Have you submitted a DD of Rs 500/- against the tender form fee along with the
EMD for each applied zone separately as mentioned in NIT and written Zone
Number on its overleaf. Also upload Details of Tender Fee in proforma given
below Check List in the Tender Document.
4 Have you enclosed the DD of E.M.D for each applied zone separately as mentioned in
NIT and written Zone Number on its overleaf. Also upload Details of EMD in
proforma given below Check List in the Tender Document.
5 Have you filed the tender document duly signed by you or your authorized
representative
6 Have you submitted the documentary proof for ownership in his own name of at
least one vehicle of respective category- of the total quantity of vehicles of the
zone / zones for which the bidder has applied (i.e. self attested copy of R C
Book, Insurance & fitness certificate issued by Transport Authority)
7-A Have you submitted copy of registration of applicant
For Individual – self attested copy of PAN
7-B For the Proprietorship firm - self attested copy of Registration of firm OR shop act
licence OR service tax registration OR sale tax registration OR registration as
Tourist Transport operator by Government of India / Gujarat OR any registration
with government department.
7-C For the partnership firm - self attested copy of Registration of firm, partnership deed
& no objection certificate from other partners.
7-D For the Limited company – self attested copy of Memorandum & Articles of
Association and certificate of incorporation.
8 For tourist transport operator: self attested copy of registration as Tourist Transport
operator by Government of India / Gujarat.
9 Have you submitted bid form duly filled in as per section-II
10 Have you submitted Tenderer’s profile duly filled in Proforma given in section–III
11 Have you enclosed declaration that any of your near relative not working in
BSNL? (As per Performa given in Section-IX)
12-A Have you enclosed the self attested copy of Service tax registration, EPF registration
and ESI registration OR
12-B have you submitted the undertaking regarding Service tax registration, EPF
registration and ESI registration (As given in Section-X Part-A) OR
12-C have you submitted the declaration regarding non-applicability of the Service tax
registration, EPF registration and ESI registration (As given in Section-X Part-B)
13 have you submitted Self attested copy of certificate for experience of at least one
year (Before the date of NIT) for satisfactory performance in similar services with
PSU / Central or State Government Department / Organisation.
14 Have you submitted the self attested copy of PAN card ?
15 Have you submitted the Details Regarding offered Vehicles along with vehicle’s documents viz self attested copy of R.C Book, copy of taxi/maxi passing permit,
valid insurance policy certificate & Lease deed? (Section-XII)
16 Have you submitted self attested copy of a latest and valid NSIC/MSME certificate (if
applicable)
Write N.A. where Not Applicable.
Signature of Tenderer with seal
Page 26 of 41
DETAILS OF EARNEST MONEY DEPOSIT
I have submitted the Bid Security (EMD) in sealed envelope as under:
Tender Zone
No.
(for example
T-1)
EMD Amount
Rs.
DD Number DD Date Name of Bank
DETAILS OF TENDER FEE
I have submitted the Tender Fee in sealed envelope as under:
Tender Zone
No.
(for example
T-1)
Tender Fee
Amount
Rs.
DD Number DD Date Name of Bank
Signature of Tenderer with seal
Page 27 of 41
SECTION-XII
E-TENDERING INSTRUCTIONS TO BIDDERS
General:
The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as enclosed in Section-IV (Part-
A) of the tender document. Submission of Bids only through online process is mandatory for this Tender.
E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured
manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For
conducting electronic tendering, BSNL, Rajkot Telecom District has decided to use the portal
https://eprocurement.synise.com/bsnl1/gujarat
Benefits to Suppliers are outlined on the Home-page of the portal.
1. Tender Bidding Methodology:
Sealed Bid System - ‘Single Stage - Two Envelopes’, followed by ‘e-Reverse Auction’ if applicable after opening of Financial-part (Financial & Technical bid shall be submitted by the
bidder at the same time).
2. Broad outline of activities from Bidders prospective:
1) Procure a Digital Signing Certificate (DSC)
2) Register on Electronic Tendering System on e-procurement portal of Gujarat Circle
3) View Notice Inviting Tender (NIT) on e-procurement portal of Gujarat Circle
4) Download Official Copy of Tender Documents from e-procurement portal of Gujarat Circle
5) Clarification to Tender Documents on e-procurement portal of Gujarat Circle
-- Query to BSNL (Optional)
-- View response to queries posted by BSNL, as addenda.
6) Bid-Submission on e-procurement portal of Gujarat Circle
7) Attend Public Online Tender Opening Event (TOE) on e-procurement portal of Gujarat Circle
for opening of Technical-Part
8) View /Post-TOE Clarification on e-procurement portal of Gujarat Circle (Optional)
respond to BSNL’s Post-TOE queries
9) Attend Public Online Tender Opening Event (TOE) on e-procurement portal of Gujarat Circle
on opening of Financial-Part (Only for Technical Responsive Bidders)
10) Participate in e-Reverse Auction if applicable on e-procurement portal of Gujarat Circle.
11) Submission of offline documents in sealed envelope at AGM (MM) O/o GMTD, BSNL,
2nd
Floor, Bhaktinagar Telephone Exchange Building, Lohanagar, Rajkot-360002 on or
before the date & time of submission of bids specified in the NIT.
For participating in this tender online, the following instructions are to be read
carefully. These instructions are supplemented with more detailed guidelines on the
relevant screens of the e-procurement portal of Gujarat Circle.
3. Digital Certificates: For integrity of data and its authenticity/ non-repudiation of electronic records, and be
compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC)
also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a
Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer
http://www.cca.gov.in].
4. Registration: To use the Electronic Tender
portal https://eprocurement.synise.com/bsnl1/gujarat
Vendor need to register on the portal ( if not registered earlier). Registration of each
organization is to be done by one of its senior persons who will be the main person
Signature of Tenderer with seal
Page 28 of 41
coordinating for the e-tendering activities. In E-procurement terminology, this person
will be referred to as the Super User (SU) of that organization. For further details, please
visit the website/portal https://eprocurement.synise.com/bsnl1/gujarat (on the Home
Page), and follow further instructions as given on the site.
Note: After successful submission of Registration details and Annual Registration Fee (as
applicable). Please contact e-Procurement Technologies Ltd. Helpdesk (as given below),
to get your registration accepted/activated.
Help-desk:
M/s Synise Technologies Limited Help desk Contact details
Telephone Nos.: 020-30277517 , 522, 516
[between 10:00 hrs to 18:00 hrs on working days]
Mobile Nos. : +91 7774013247, 7774013248
E-mail ID: [email protected]
BSNL’s Contact Person: Shri R.P. Kalaria, AGM (MM)
Telephone: 0281-2378816
Mobile: +91 94277 27027
[between 10:30 hrs to 17:00 hrs on working days]
E-mail ID: [email protected]
BSNL’s Contact Person: Shri P. B.Vyas, JTO (MM)
Telephone: 0281-2378819
Mobile: +91 94260 06455
[between 10:30 hrs to 17:00 hrs on working days]
E-mail ID: [email protected]
5. Bid related Information for this Tender (Sealed Bid):
The entire bid-submission would be online on e-procurement portal of Gujarat Circle .
Broad outline of submissions are as follows:
o Submission of Bid Security/ Earnest Money Deposit (EMD)
o Submission of digitally signed copy of Tender Documents/ Addendum
o Two Envelopes
o Techno-commercial-Part
o Financial-Part
Each of the above electronic envelopes consists of Main bid and Electronic form (both mandatory)
and bid Annexure (Optional).
NOTE: Bidder must ensure that after following above the status of bid submission must
become- “Complete”.
6. Offline Submissions: The bidder is requested to submit the following documents offline to AGM (MM) O/o GMTD,
BSNL, 2nd
Floor, Bhaktinagar Telephone Exchange Building, Lohanagar, Rajkot-360002 on or
before the date & time of submission of bids specified in the NIT of this tender document, in a
Sealed Envelope. This envelope should be superscribed as “BID SECURITYAND ELIGIBLE DOCUMENTS FOR Tender No……....………………………………………...dated ….…….. ”.
Signature of Tenderer with seal
Page 29 of 41
The envelope shall bear the words ‘DO NOT OPEN BEFORE’ (due date &time). This envelope
shall also indicate the name and complete postal address of the bidder to enable the User to return
the bid unopened in case it is declared to be received 'late’.
1. Bid Security (EMD) in the form of Demand Draft/ Banker’s cheque drawn in favour of
“Accounts Officer (Cash) BSNL, GMTD, Rajkot" payable at Rajkot.
OR
Self attested copy of a proof regarding valid registration with NSIC / body specified by
MSME for the tendered the item in case of SSI for exemption from submission of Bid
Security.
2. DD of Rs. 500/- drawn in favour of “Accounts Officer (Cash), BSNL, O/o
GMTD, Rajkot” payable at Rajkot against payment of tender fee.
3. Power of attorney if applicable.
Note: The Bidder has to upload the Scanned copy of all above said original documents
during e-format Bid Submission.
7. Special Note on Security of Bids: Security related functionality has been rigorously implemented in e-procurement portal of
Gujarat Circle in a multidimensional manner. Starting with 'Acceptance of Registration by the
Service Provider', provision for security has been made at various stages in
Electronic Tender's software. Specifically for Bid Submission, some security related aspects are
outlined below:
As part of the Electronic Encrypter™ functionality, the contents of both the ‘Electronic Forms’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidder
himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between
words (e.g. I love this World). A Pass-Phrase is easier to remember, and more difficult to break. It is
recommended that a separate Pass-Phrase be created for each Bid-Part. This method of bid-
encryption does not have the security and data-integrity related vulnerabilities which are inherent
in e-tendering systems which use Public-Key of the specified officer of a Buyer
organization for bid-encryption. Bid-encryption in e-procurement portal of Gujarat Circle is such that
the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE), even if there
is connivance between the concerned tender-opening officers of the Buyer organization and the
personnel of e-tendering service provider.
Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Public Online Tender
Opening Event (TOE) is furnished online by each bidder during the TOE itself, when demanded by
the concerned Tender Opening Officer.
There is an additional protection with SSL Encryption during transit from the client end computer
of a Supplier organization to the e-tendering server/ portal.
8. Public Online Tender Opening Event (TOE): e-procurement portal of Gujarat Circle offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can
attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this
purpose, representatives of bidders (i.e. Supplier organization) duly authorized are requested to carry
a Laptop and Wireless Connectivity to Internet.
Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on e-procurement portal of Gujarat Circle.
As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the
bidder himself (during the TOE itself), salient points of the Bids are simultaneously made
available for downloading by all participating bidders. The tedium of taking notes during a
manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of
‘Public Online Tender Opening Event (TOE)’.
Signature of Tenderer with seal
Page 30 of 41
e-procurement portal of Gujarat Circle has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs
provided by the Buyer for each Tender. The information in the Comparison Chart is based on the
data submitted by the Bidders. A detailed Technical and/ or Financial Comparison Chart enhances
Transparency. Detailed instructions are given on relevant screens.
e-procurement portal of Gujarat Circle has a unique facility of a detailed report titled
‘Minutes of Online Tender Opening Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to all participating bidders for ‘Viewing/ Downloading’.
There are many more facilities and features on e-procurement portal of Gujarat Circle. For a
particular tender, the screens viewed by a Supplier will depend upon the options selected
by the concerned Buyer.
NOTE: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a
short period before bid-submission deadline, during online public tender opening event, during e-
auction, it is the bidder’s responsibility to have backup internet connections. In case there is a problem at the e-procurement/ e-auction service-provider’s end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of
BSNL by the bidders in time, then BSNL will promptly re-schedule the affected event(s).
9. Other Instructions;
For further instructions, the vendor should visit the home-page of the portal
https://eprocurement.synise.com/bsnl1/gujarat and go to the User-Guidance Center.
The help information provided through ‘e-procurement portal of Gujarat Circle User-Guidance
Center’ is available in three categories - Users intending to Register / First-Time Users, Logged-in
users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are
provided under each of the three categories.
Important Note: It is strongly recommended that all authorized users of Supplier organizations
should thoroughly peruse the information provided under the relevant links, and take appropriate
action. This will prevent hiccups, and minimize teething problems in the use of e-procurement portal
of Gujarat Circle
The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:
1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first
tender submission deadline on e-procurement portal of Gujarat Circle
2. Register your organization on e-procurement portal of Gujarat Circle well in advance of your
first tender submission deadline on e-procurement portal of Gujarat Circle
3. Get your organization’s concerned executives trained on e-procurement portal of Gujarat
Circle well in advance of your first tender submission deadline on e-procurement portal of Gujarat
Circle
4. Submit your bids well in advance of tender submission deadline on e-procurement portal
of Gujarat Circle (There could be last minute problems due to internet timeout, breakdown, etc.).
While the first three instructions mentioned above are especially relevant to first-time users of e-
procurement portal of Gujarat Circle, the fourth instruction is relevant at all times.
10. Minimum Requirements at Bidders end:
Computer System with good configuration - the users have to ensure that they have
Computer System with good configuration (Min P IV, 1 GB RAM, Windows
XP) / Windows Vista / Windows 7 installed in their respective PC / Laptop
Broadband connectivity.
Microsoft Internet Explorer 8.0 or above
Digital Certificate(s) for users Class- 2 and above
Signature of Tenderer with seal
Page 31 of 41
SECTION-XIII
Statement of Vehicles proposed by the Bidder
BIDDER’S NAME: _________________________
COMPANY’S NAME: __________________________
Details of Proposed Vehicles not older than 2013 model:
SL.
NO.
Registration
Number
Model
(Year)
Owned /
Leased
Vehicle Owner’s / Name
Vehicle Type Indigo
/ Tavera/ Sumo/ etc.
Please specify)
Validity Details
(Write valid up to date)
Permit Fitness Road
Tax Insurance
1
2
3
4
5
Declaration:
The details as above furnished are correct and true. I undertake to produce original Documents of the above
said vehicles for verification as and when called for.
DATE BIDDERS’S SIGNATURE OFFICE SEAL
Signature of Tenderer with seal
Page 32 of 41
Annexure-A
DRAFT FOR AGREEMENT
This agreement is made on this _____________ day of Month, Two Thousand Sixteen between _________________________________________________________________________________________, _________, Mobile No. ___________ hereinafter called “The Contractor” (Which expression shall unless excluded by or repugnant to the context, include its successors, heir, executors, administrative representative and assignee) of the one part
AND
BHARAT SANCHAR NIGAM LIMITED hereinafter called “BSNL” (which expression shall unless excluded by or repugnant to the context includes his successors and assignees) of other part.
Whereas the contractor has offered to enter into contract with the said BSNL for the supply of commercial vehicles on monthly hired basis in Rajkot SSA on the terms and conditions herein contained vide Tender No: MM/e-Tender/Hiring of Vehicle/2016-17/02 dated 27-06-2016 and the rates approved by the BSNL (as per para-5) have been duly accepted and where as the necessary security deposit of Rs. FIGURES/- (Rupees WORDS Only) vide Bank Guarantee No. ________ dated __________ of _________ Bank, Rajkot Main Branch, Rajkot for the period of ____ months valid up to __________ has been furnished in accordance with the provisions of the tender document and whereas no interest will be claimed on the security deposit.
Now these presents witness and it is hereby agreed and declared by and between the parties to these presents as follows.
1) The contractor shall, during the period of this contract for the period of One year that is to say from __________ to __________ with an option of extension for 1 (One) more Year as per requirement of GMTD, Rajkot or until this contract shall be determined by such notice as is hereinafter mentioned, safely carryout, by means of labours employed at his own expenses described in tender document for supply of commercial vehicle on hire basis in Rajkot SSA. (annexed to the agreement), when the BSNL or GMTD Rajkot or any other persons authorized by GMTD Rajkot in that behalf require. It is understood by the contractor that the supply of work mentioned in the scope of work is likely to change as per actual requirements as demanded by exigencies of service.
2) The NIT (Notice Inviting Tender), Bid documents (Qualifying and Financial), letter of intent,
approved rates, annexed here to and such other additional particulars, instructions, work orders as may be found requisite to be given during supply of commercial vehicle on hire basis shall be deemed and taken to be an integral part of the contract and shall also be deemed to be included in the expression “The Agreement” or “The Contract” wherever herein used.
3) The contractor hereby declares that nobody connected with or in the employment of the
Department of Telecommunications/DTS/BSNL/MTNL is not/shall not ever be admitted as partner in the contract.
4) The contractor shall abide by the terms and conditions, rules, guidelines etc. stipulated in the
tender document vide No. Tender No: MM/e-Tender/Hiring of Vehicle/2016-17/02 dated 27-06-2016 including any correspondence between the contractor and the BSNL having bearing on supply of vehicles and payments to be done under the contract terms & conditions as per Section III & IV of the tender document.
5) The approved rate for supply of commercial vehicle on hire basis in Rajkot SSA are as under:
T.
Zone No.
Station (Area/ Zone)
Type of Vehicle Model 2013 &
onwards
No. of Vehicles
Lump sum amount per month(Rate per
vehicle) In Rs.
Rate per Extra Km.
In Rs.
Rate per Extra Hour In Rs.
Night halt charge Rs./halt In Rs.
Signature of Tenderer with seal
Page 33 of 41
In witness whereof the parties presents have here into set their respective hands and seal
the __________ day of Month, Two Thousand Sixteen. Signed sealed & Delivered by Signed & Delivered on behalf the above named Contractor of the GMTD,BSNL,RJ by the
In presence of Witness:
Signature of Tenderer with seal
Page 34 of 41
Annexure-B
DRAFT FOR PERFORMANCE SECURITY BOND
(To be typed on Rs.100/- non-judicial stamp paper)
Dated:…………….. Sub: Performance guarantee.
Whereas the General Manager Telecom District, Rajkot Telecom District, Rajkot (hereafter referred
to as “BSNL RTD”) has issued an APO no. _____________________________________________________
awarding the work of ____________________________________________________________________ to
M/s __________________________________________________________________________________
Resident of ____________________________________________ (hereinafter referred to as Bidder) and
BSNL has asked him to submit a performance guarantee in favour of General Manager Telecom District,
Rajkot Telecom District, Rajkot of Rs. …………..……/- (hereinafter referred to as “P.G. Amount”) valid up
to ……/……/20………(hereafter referred to as “Validity Date”).
Now at the request of the Bidder, We ________________________________________ Bank
______________________________Branch having _______________________________________
_________________________________________________ (address) and Registered Office address as
_______________________________________________________ (hereinafter called “the Bank”) agrees to give
this guarantee as hereinafter contained:
2. We, “the Bank” do hereby undertake and assure to the BSNL RTD that if in the opinion of the BSNL RTD,
the Bidder has in any way failed to observe or perform the terms and conditions of the said agreement or has
committed any breach of its obligations there-under, the Bank shall on demand and without any objection or
demur pay to the BSNL RTD the said sum limited to P.G. Amount or such lesser amount as BSNL RTD may
demand without requiring BSNL RTD to have recourse to any legal remedy that may be available to it to compel
the Bank to pay the same.
3. Any such demand from the BSNL RTD shall be conclusive as regards the liability of Bidder to pay to BSNL
RTD or as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to
withhold payment on the ground that the Bidder had disputed its liability to pay or has disputed the quantum of the
amount or that any arbitration proceeding or legal proceeding is pending between Bidder and BSNL RTD
regarding the claim.
4. We, the Bank further agree that the guarantee shall come into force from the date of its issue and shall remain
in full force and effect up to its Validity date.
5. The Bank further agrees that the BSNL RTD shall have the fullest liberty without the consent of the Bank and
without affecting in any way the obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend the time for performance of the said agreement from any of the powers exercisable by
BSNL RTD against the Bidder and to forebear to enforce any of the terms and conditions relating to the said
Signature of Tenderer with seal
Page 35 of 41
agreement and the Bank shall not be relieved from its liability by reason of such failure or extension being granted
to Bidder or through any forbearance, act or omission on the part of BSNL RTD or any indulgence by BSNL RTD
to Bidder or any other matter or thing whatsoever which under the law relating to sureties would but for this
provision have the effect of relieving or discharging the guarantor.
6. Notwithstanding anything herein contained;
(a) The liability of the Bank under this guarantee is restricted to the P.G. Amount and it will remain in force up to
its Validity date.
(b) The guarantee shall stand completely discharged and all rights of the BSNL RTD under this Guarantee shall be
extinguished if no claim or demand is made on us in writing on or before its validity date.
7. In case BSNL RTD demands for any money under this bank guarantee, the same shall be paid through
banker’s Cheque in favour of “Accounts Officer (Cash) BSNL, O/o GMTD Rajkot”, payable at Rajkot.
8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have
authority to give this guarantee under its delegated power.
Place: ……………………………
Date: ………………………….. (Signature of the Bank Officer) Rubber stamp of the bank
Authorized Power of Attorney Number: ……………….......
Name of the Bank officer: ……………………………........
Designation: …………………………………….................
Complete Postal address of Bank: ……………………........
………………………………………………………………
………………………………………………………………
Telephone Numbers …………………………….. .................
Fax numbers ………………………………
Signature of Tenderer with seal
Page 36 of 41
Annexure-C
FORMAT OF DUTY SLIP
(Print Name of the company & address)
Sl. No……………………… Date…………………
(To be filled by contractor)
1. Regn. No of Vehicle:………………………………………………
2. A/C or Non-A/C ……, Model & Year ….......................,
petrol/Diesel/CNG……………
3. Name, Designation & address of user
…………………………………………………….
……………………………………………………………………………………………………
………………………………………………………………………………………………
(To be filled by user)
4. Purpose of Journey (detail)
………………………………………………………………….
5. Places visited ………………………………………………………………………………..
6. Meter Reading at Starting Point ……………… at closing Point ………………………..
7. Total KMs Run …………………………………
8. Time at Starting Point ……………… …. at closing Point …………………………..
9. Extra Detention Hours (beyond duty Hrs.) ………………………..
10. Charges for Parking/Toll Tax etc…………………………………………………….
11. Number of Night Halts ( for outstation journey only) ……………………………….
Driver’s Name & Signature Signature of User
Signature of Tenderer with seal
Page 37 of 41
Annexure-D
LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
Tender No: MM/e-Tender/Hiring of Vehicle/2016-17/02 dated 27-06-2016
To,
AGM (MM), BSNL
O/o GMTD Rajkot,
2nd Floor, Bhaktinagar Telephone Exchange Building,
Rajkot-360002
Subject: Authorisation for attending bid opening on __________________________(date).
Following persons are hereby Authorised to attend the bid opening for the Bid mentioned above on
behalf of (Bidder) in order of preference given below.
Order of
Preference Name Specimen Signature
I
II
Alternate Representatives
I
II
Signatures of bidder or Officer authorized to sign the bid Documents on behalf of the bidder.
Note:
1. Maximum two representatives will be permitted to attend bid opening. In cases where it is restricted to
one, first preference will be allowed. Alternate representative/s will be permitted when regular
representative/s are not able to attend.
2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed
above is not recovered.
Signature of Tenderer with seal
Page 38 of 41
Appendix-I
U N D E R T A K I N G
This deed of undertaking executed on this ____ day of Two thousand _____ and by (Name of sole
proprietor/partner/Director/authorised representative of the firm, Company, Trust, Society etc.)
_________________________________________________________________________S/o
___________________________________________________________________________
residing at _________________________________________________________________on
behalf of the said M/s _________________________________________________________
(Name of firm, Company, Trust, Society etc) having its office at ___________________
___________________________________________________________________________ and duly
authorised to sign, file and verify present undertaking by the said _________________________
_________________________________________________________ (Name of firm, Company,
Trust, Society etc) in favour of BHARAT SANCHAR NIGAM LIMITED, a Government of India
Undertaking having its Registered Office at Statesman House, B-148, Barakhambha Road, New Delhi
and local office at Rajkot hereinafter called BSNL which terms shall mean and include its successors,
administrators, heirs and assigns. Whereas M/s BSNL invited bid for Hiring of Vehicles , I/We
participated in the bidding process and emerged as successful bidder with respect to Tender No.
MM/e-Tender/Hiring of Vehicle/2016-17/02 dated 27-06-2016.
I/We acknowledge that I/We have fully understood and
are aware of the terms and conditions of the Tender/contract and do hereby unequivocally and
unconditionally undertake and declare that:
(1) I/We _________________________________________________________ shall comply with all the Rules/Regulations/ Laws/Government instructions/status etc. that are applicable / will be made
applicable and or are aimed to protect the interest of the works/employees engaged by me/us in the
past and during the course of performance of the contract with BSNL
(2) I/We shall fully protect, indemnify and hold harmless BSNL and its employees, officers, agents or
representatives from and against any and all liabilities, losses, actions, judgments, damages, fines,
penalties and costs (including legal costs and disbursement) arising from or relating to…
Any breach/violation of any direction, order from any government authority any provisions of the labour laws or any other laws, stature or regulation that are “or” will be aimed to protect the interest of the workers/labours engaged by the contractor in past and during the course of this contract.
O
R
Any other payments, claims “or” liability that may arise ensuring compliance of the provisions of
any of the labour laws or any other laws etc.
O
R
Any other claim made by third party in connection with any violation of any of the laws, guidelines,
instructions etc.
In witness whereof this undertaking has caused on the Day Month of Year
Date : Signature of the contractor with seal
Place : Name
Signature of Tenderer with seal
Page 39 of 41
FINANCIAL BID
BHARAT SANCHAR NIGAM LIMITED
(A Govt. of India Enterprise)
RAJKOT TELECOM DISTRICT
OFFICE OF THE GENERAL MANAGER TELECOM DISTRICT, RAJKOT
2nd Floor, Bhaktinagar TE Building, Lohanagar, Rajkot - 360 002.
Providing the multi utility commercial vehicles on hiring basis with
licensed drivers For
Transportation of man with material / store items in the jurisdiction of
Rajkot SSA
Tender No: MM/e-Tender/Hiring of Vehicle/2016-17/02 dated 27-06-2016
PART-B
Tender submitted for Zone No. /s: ___________________________________________
___________________________________________ (Refer note below)
(Note: The bidder must write in above space all the tender zone nos. for which he is participating, e. g. T1, T2,
T3, etc. as the case may be. His financial bids will be evaluated for above mentioned tenders/zones only. The
financial bids are to be submitted for each tender/zone in a separately sealed envelope.)
Name & Address of the Tenderer:
Phone (O):
Mobile No:
Assistant General Manager (MM)
2nd
Floor, Bhaktinagar Telephone Exchange Building,
Lohanagar, RAJKOT-360002
Phone: 0281-2378816 Fax: 0281-2381911
Signature of Tenderer with seal
Page 40 of 41
SECTION-XIV Part-A
FINANCIAL BID FORM
Tender No: MM/e-Tender/Hiring of Vehicle/2016-17/02 dated 27-06-2016
To,
AGM (MM), BSNL
O/o GMTD Rajkot,
2nd Floor, Bhaktinagar Telephone Exchange Building,
Rajkot-360002
Dear sir,
1. Having the conditions of contract and services to be provided including addenda Nos. …….. the receipt of which is hereby duly acknowledged, We, undersigned, offer to provide commercial vehicles in
conformity with the condition of contract and specification for the sum shown in the schedule of prices
attached herewith and made part of this Bid.
2. We undertake, to enter into agreement within one week of being called upon to do so and bear all
expenses including charges for stamps etc and agreement will be binding on us.
3. If our Bid is accepted, we will obtain the guarantees or DD of a scheduled Bank for a sum not
exceeding 10 % of the contract sum of the due performance of the contract.
4. We agree to abide by this Bid for a period of 150 days from the date fixed for Bid opening and it shall
remain binding upon us and may be accepted of any time before the expiration of that period.
5. Until an agreement is signed and executed, this Bid together with your written acceptance thereof in
your notification of award shall constitute a binding contract between us.
6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent replacement.
7. We understand that you are not bound to accept the lowest or any bid, you may receive.
Dated this…………………………… Day of……………….201
Signature of…………………………
In capacity of……………………….
Duly authorized to sign the bid for and on behalf of ……………
Witness………………………
Address………………………
Signature…………………….
Signature of Tenderer with seal
Page 41 of 41
SECTION-XIV Part-B
RATE SHEET
Tender No: MM/e-Tender/Hiring of Vehicle/2016-17/02 dated 27-06-2016
Tender submitted for Zone No. /s: (e. g. T2, T3, T8, etc. ……) _______________________________
Category of vehicle
Type of Vehicle/ Model (Model not older than 2013)
Job Description Km Slab per month / Duty hours per day
Unit price per vehicle per month in Rs. Inclusive of all taxes and charges (insurance etc.) except Service Tax in Indian Rupees
In figure In words
‘A’
Tata Indica (Non-AC)
For 2000 kms / 10 hours
Rs. Rupees____________________________________
‘B’
Maruti Van (Non-AC)
For 1500 kms / 10 hours
Rs. Rupees____________________________________
‘B1’
Maruti EECO (Non-AC)
For 2000 kms / 10 hours
Rs. Rupees____________________________________
‘C’
Jeep, Sumo, Bolero, Mahindra, Marshal, Tavera, etc. (Non-AC)
For 2000 kms / 10 hours
Rs. Rupees____________________________________
(a) For Extra Km. (Rs./ KM) :-
Category : ‘A’ Rs. _____________ Category : ‘B’ (Maruti Van) Rs. _____________ Category : ‘B1’ (Maruti EECO) Rs. _____________ Category : ‘C’ Rs. _____________
(b) Detention charges beyond duty (Rs./ Hr.) :- ________________ (C). Night halt charges (Rs/Halt) :- ________________ Notes: 1. Evaluation of lowest bidder shall be done on the basis of lowest price offered as above. 2. All vehicles are Non-AC. 3. Above rates are inclusive of all levies and taxes i.e. sales tax/excise and insurance etc but excluding service tax which will be paid extra by BSNL as per actual wherever applicable. Taxes should not be mentioned separately in the rate sheet. 4. Service tax will be paid by BSNL as per actual on submission of service tax registration number from central excise department and paid copy of challan. 5. The bidder with the lowest evaluated price will be considered, category wise. 6. The bidder should quote the rate for the category mentioned in Tender/zone invariably and mention
only “Not Applicable” against the other category of vehicles for which bidder has not quoted rates. 7. Duration for which night halt charges are claimed, detention charges will not be applicable. 8. The tenderer shall quote the rates in English in figures as well as words. In case of any
difference in rates written in words and figures, the rates written in words will be taken as rate quoted. If the bidder does not accept the correction of the errors, his bid shall be rejected.