1
No. PROJ/15 Date: 19.04.2019
NOTICE INVITING TENDER
KIOCL Limited, Panambur, Mangaluru invites sealed tenders from the experienced Contractors who
have carried out similar type of work for the below mentioned work. Tender papers can be had from the
office of the undersigned on all working days during the office hours till 3:00 PM on 17.05.2019 on
payment of `. 112.00 (including GST @ 12%) per set in the form of Demand Draft/Pay Order/Banker’s
Cheque or equivalent instrument drawn in favour of KIOCL Limited, Panambur, Mangaluru – 10 or
payment in cash at KIOCL Limited, Mangaluru cash counter or through RTGS. If the tender documents
are downloaded from website www.kioclltd.in, the Demand Draft/Pay Order/Banker’s Cheque or
equivalent instrument or through RTGS towards cost of tender document should be furnished along
with technical bid. No cash shall be deposited to our Bank Account for payment of Cost of tender
documents and EMD. The last date for submission of tender is till 3:00 PM on 18.05.2019
Tender
No.
Name of the work
EMD (`)
6967
Annual contract for hiring of Taxies on as and when required
basis for Administration Department of Pellet Plant Unit, KIOCL
Limited, Panambur, Mangaluru.
10,000.00
(Arun Bhat. U. C)
Joint General Manager (T&S, Projects & I&C)
�ಐಓ�ಎ� ��
(�ಾರತ ಸ�ಾ�ರದ ಉದ�ಮ)
ಪಣ೦ಬೂರು, ಮ೦ಗಳ�ರು – 575 010
�ೕಜ"ಾ $�ಾಗ
ದೂರ%ಾ&:೨೪೦೭೩೦೪, ೨೪೦೩೨೯೪
ಈ .ೖ�: [email protected]
0ಾ�12: ೦೮೨೪ ೨೪೦೭೪೨೨
%4 5ೖ6: www.kioclltd.in
कअइओसीएल लमटड
(भारत सरकार का एक उ�यम)
पणबर , म�लर – ५७५ ०१०
प रयोजनाऐ %वभाग
टलफोन: २४०७३०४, २४०३२९४
ईमल: [email protected]
फ0स: ०८२४ २४०७४२२
वबसाइट: www.kioclltd.in
KIOCL LIMITED (A Government of India Enterprise)
Panambur,
Mangalore – 575 010
PROJECTS DEPARTMENT
Telephone: 2407304, 2403294
Email: [email protected]
Fax: 0824 2407422
Website: www.kioclltd.in
क�मख
KUDREMUKH
ಐಏ�ಓ 9001, 14001 ಮತು�
ಓ�ಎ�ಏಎ� 18001 ಸ೦� �
अई एस ओ 9001, 14001 तथा
ओएचएसएएस 18001 क�पनी ISO 9001, 14001 & OHSAS
18001 COMPANY
2
KIOCL Limited (A Govt. of India Enterprise)
Panambur, Mangaluru-575010
No. PROJ./TC/6967 Date: 19.04.2019
Dear Sir,
Sub: Annual contract for hiring of Taxies on as and when required basis for administration
Department of Pellet Plant Unit, KIOCL Limited, Panambur, Mangaluru.
------
Please find enclosed herewith the tender documents for (A) Technical Bid - comprising of Invitation for
tender, instructions to tenderers & terms & conditions, Special conditions of contract, Annexure I,
Business rule and terms & conditions of online price bidding cum reverse auction, schedule of work
(unpriced) and (B) documents for Price bid comprising of – Schedule of work.
The Technical bid along with other documents shall also contain Annexure I, which shall be duly
filled. The price bids of only technically qualified bidders shall be opened and others shall be
rejected.
KIOCL Ltd’s decision on Technical evaluation shall be final and no correspondence shall be entertained
in this regard.
Thanking you,
Yours faithfully,
for KIOCL LIMITED
(Arun Bhat. U. C)
Joint General Manager (T&S, Projects & I&C)
Encl: As above.
3
TECHNICAL BID INDEX
Sl.No.
Particulars
Page No.
1.
Invitation to tenderer & Instruction to tenderers & terms and
conditions - KIOCL/MR/TC/QF-01
06 to 08
2.
Special conditions of contract
09 to 11
4.
Business rule and terms & conditions of online price bidding
cum reverse auction
12 to 21
5.
Annexure I
22
6.
Annexure II
23
7.
Part - I (Unpriced)
24
8.
Part – II (Unpriced)
25 to 26
9.
Form of Bid (Unpriced)
27
PRICE BID INDEX
Sl.No.
Particulars
Page No.
1.
Part - I
28
2.
Part - II
29 to 30
3.
Form of Bid
31
4
KIOCL Limited (A Govt. of India Enterprise)
PANAMBUR, MANGALURU – 10
No. PROJ/TC/6967 Date: 19.04.2019
Sub: Annual contract for hiring of Taxies on as and when required basis for Administration
Department of Pellet Plant Unit, KIOCL Limited, Panambur, Mangaluru.
-----
1. Bid documents for the above work are enclosed herewith.
2. Sealed bids will be received upto 15.00 Hrs. on 18.05.2019 at the office of to Joint General
Manager (T&S, Projects & I&C), KIOCL Limited, Panambur, Mangaluru – 10. Bids received
late are liable for rejection. The technical bids shall be opened at 3.30 PM on 18.05.2019. The
price bids of techno commercially accepted offers would be opened on a specified date, which
will be communicated to the bidders for participation to witness the same.
3. Bidders shall abide by all the details of “Instruction to Bidders” enclosed with the tender
documents. The sealed bids shall be submitted in separate sealed covers – (1) Technical bid and
(2) Price Bid - Schedule of work. Each sealed bids shall be superscribed with the respective
subjects and shall be addressed to Joint General Manager (T&S, Projects & I&C), KIOCL
Limited, Panambur, Mangaluru – 575 010.
4. The technical bid shall be accompanied by an Earnest Money Deposit of ` 10,000.00 (Rupees
ten thousand only) in the form of;
i. Demand Draft/Banker’s Cheque/Pay Order or any other equivalent instrument drawn from a
Scheduled Bank, drawn in favour of KIOCL Ltd., Panambur, Mangaluru, Payable at
Mangaluru.
ii. Through RTGS to:
STATE BANK OF INDIA, PANAMBUR, MANGALURU – 575 010.
CURRENT ACCOUNT NO. 32893315596, IFSC CODE: SBIN0002249
In case of payment through RTGS, transaction details are to be furnished. No other form of
EMD will be accepted.
State/Central Govt. Organization, PSU and valid DGS&D/NSIC registered (for the tendered
item) firm can produce documentary evidence issued by Govt. Authorities for exemption
towards submission of Tender Document Fee, Tender Processing Fee and EMD. In case of SSIs
/MSEs Firms need to submit the relevant, valid registration certificates for claiming exemption
(In case of those firms who have already submitted the documentary evidence may ignore this).
Note: No cash shall be deposited to our bank Account for payment of EMD.
5. EMD shall be adjusted to the Security Deposit in the case of successful bidder. However, the
same shall be returned to the unsuccessful bidders immediately after the award of work to
successful bidder.
5
6. Acceptance of the bid will be intimated to successful bidder through a letter enclosing the copies
of the Letter of Intent (LOI) and this letter will be treated as authorisation for award of work.
The bidder shall sign the said copies of LOI and send to the owner within seven days from the
date of receipt for formal signature and issue of the same. In the event of failure on the part of
the bidder to sign and return the LOI within the specified time, the EMD shall be liable to be
forfeited at the sole discretion of the owner.
7. The duration of the contract shall be ONE YEAR. The effective date would be specified in of
LOI/Work Order.
8. The successful bidder shall be required to execute an agreement within the time specified in the
Letter of Intent.
9. The Company reserves the right to reject any or all the tenders without assigning any reason.
Thanking you,
Yours faithfully,
for KIOCL LIMITED
(Arun Bhat. U. C)
Joint General Manager (T&S, Projects & I&C)
Encl: Bid documents.
6
KIOCL/MR/TC/QF-
TECHNICAL BID
KIOCL LIMITED (A Govt. of India Enterprise)
PANAMBUR, MANGALURU - 10
No.: PROJ/TC/6967 Date:19.04.2019
TENDER FOR ANNUAL CONTRACT FOR HIRING OF TAXIES ON AS AND WHEN
REQUIRED BASIS FOR ADMINISTRATION DEPARTMENT OF PELLET PLANT UNIT,
KIOCL LIMITED, PANAMBUR, MANGALURU.
A. INVITATION TO TENDERERS
1. The technical bid shall be accompanied by an Earnest Money Deposit of ` 10,000.00 (Rupees ten
thousand only) in the form of;
i. Demand Draft/Banker’s Cheque/Pay Order or any other equivalent instrument drawn from a Scheduled
Bank, drawn in favour of KIOCL Ltd., Panambur, Mangaluru, Payable at Mangaluru.
ii. Through RTGS to:
STATE BANK OF INDIA, PANAMBUR, MANGALURU – 575 010.
CURRENT ACCOUNT NO. 32893315596, IFSC CODE: SBIN0002249
In case of payment through RTGS, transaction details are to be furnished. No other form of
EMD will be accepted.
State/Central Govt. Organization, PSU and valid DGS&D/NSIC registered (for the tendered
item) firm can produce documentary evidence issued by Govt. Authorities for exemption
towards submission of Tender Document Fee, Tender Processing Fee and EMD. In case of SSIs
/MSEs Firms need to submit the relevant, valid registration certificates for claiming exemption
(In case of those firms who have already submitted the documentary evidence may ignore this).
Note: No cash shall be deposited to our bank Account for payment of EMD.
2. Tender will be received up to 3:00 P.M. on 18.05.2019
3. Tenderers have to acquaint themselves with the conditions prevailing at site/Office, at KIOCL Ltd,
Panambur, before submitting the tenders.
4. Tenderers shall furnish their quotation in the schedules enclosed to the bid documents. Quotations should
be written in both words and figures.
5. Tenders received late are liable for rejection.
6. The successful tenderer should produce the vehicle with all valid documents for our inspection within 7
days from the date of opening of tender.
7. The tender documents and cost of tender documents are not transferable and also the cost of tender
document is non refundable.
8. EMD will be forfeited, if the tenderer withdraws or alter/modify the tender terms in any respect within
the period of validity specified in the tender document after the due date of submission of bids. Tenders
submitted without EMD will not be considered.
B. INSTRUCTION TO TENDERERS
9. Tenderers have to acquaint themselves with the conditions prevailing at site/Office, at KIOCL
Ltd, Panambur, before submitting the tenders.
10. Based on the rates indicated in the Schedule of Work, the total estimated amount for one year is
`. 4,50,000.00 (Rupees four lakh fifty thousand only) with further bifurcation of 60 % for Part –
I and 40% for Part - II. The price bid for this schedule of work will be evaluated by multiplying
the percentage quoted by the bidders in ‘Form of Bid’ to the value mentioned above and adding
service tax as quoted. Only overall lowest bidder would be considered for award of work.
7
11. Tenderers shall furnish their quotation in the schedules enclosed to the bid documents.
Quotations should be written in both words and figures.
12. Tenders received late are liable for rejection.
13. Tenders submitted without EMD will not be considered.
14. The successful tenderer should produce the vehicle with all valid documents for our inspection
within 7 days from the date of opening of tender.
15. The tender documents and cost of tender documents are not transferable and also the cost of
tender documents are non refundable.
B. TERMS AND CONDITIONS
1. The work shall generally be governed by KIOCL Ltd’s General Conditions of Contract
(TS/B/KIOCL/QF-31/REV-1) which is available for reference in Projects Office on all working
days.
2. Scope of work in this contract will be as per schedule of work.
3. Initial Security Deposit of 3% of the value of work shall be adjusted immediately after the
placement of order. EMD shall be adjusted against the initial Security Deposit. The balance 7%
shall be recovered from each running bill. The Security Deposit will be refunded after successful
completion of the contract.
4. Any damage to the company's property caused by the contractor during the
execution/maintenance of work shall be charged to the contractor and the amount of damage
shall be left to the sole discretion of the Engineer.
5. Statutory deduction towards all applicable taxes shall be made as per rules.
6. The contractor shall abide with all the provisions contained in Factories Act and
Rules/Regulations/Bylaws/Orders made thereunder.
7. The contractor should obtain Insurance Policy to cover the risk of the labourers under Workmen
Compensation Act and the policy should be produced before starting the work.
8. The driver may avail the facilities provided in the canteen set up for the contract labour, they
will not be allowed to avail the facilities set up for KIOCL Ltd. employees.
9. Our Company comes under the statue of Factories Act, Rules, Regulations, byelaws and orders
made thereunder. Hence the Contractors must abide by the same.
(i) Persons employed for the work shall undergo Initial Training on Safety at our Training &
Safety Department before engaging on actual work, as per vocational Training Rules.
(ii) Contractor must immediately after deploying the Contract Workers, get their Initial
Medical Examination done at Company Hospital on free of charges.
10. The Contractor shall be responsible for all the safety measures as per the rules in the interest of
safety of all the labourers working under him. Necessary safety appliances shall be provided to
all the labourers at Contractor's cost.
Wherever it is observed that the contractor has not provided safety appliances to the workers
engaged by him, the Management reserves the right to issue the necessary safety appliances to
his workers on cost recoverable basis.
8
11. OBLIGATIONS OF THE AGECNY/CONTRACTOR WITH REGARD TO STATUTES:
The Agency shall be solely responsible as regards salary, wages and service conditions and
terms extended by the Agency to his employees/workmen and shall in that connection maintain
requisite records and comply with all laws, enactment, rules and regulations and orders dealing
with employment of contract labour, payment of workmen’s compensation, contribution under
ESI Act, 1948, if applicable, and PF/EPF Act 1952, payment of minimum wages, payment of
bonus, fire and safety regulations, regulations relating to employment of female workforce,
security requirements and such other and regulations as may be applicable at present made
applicable hereafter. The wages prescribed by the appropriate Government under the Minimum
Wages Act, 1948 and all provisions of the Contract Labour Regulation Act and Factories Act
shall be complied with by the Agency. Agency shall insure all employees for accidents and third
party losses and produce the policy before commencement of Contract. All employees of the
Agency shall be covered under Workmen Compensation Insurance and Group Accident
Insurance cover, by the Agency.
12. INDEMNIFICATION:
The Agency shall indemnify and keep indemnified the Company from and against all actions,
claims, demands and/or liabilities whatsoever arising out of this agreement or consequent upon
breach of any of provisions of this agreement and/or against any claim, action or demand by any
of the Agency’s Employees, person(s), firms, institutions under any law, rule or regulation
having the force of law, including but not limited to, claims against the Company under
Workmen’s Compensation Act, 1923. The Employees State Insurance Act, the Employees
Provident Fund Act, 1952, The Contract Labour (Abolition & Regulation) Act, 1970 and the
Minimum Wages Act, 1948 and any amendments thereto.
13. Fraud prevention policy of KIOCL Limited:
Every one may take note that a “Fraud Prevention Policy” is being followed at KIOCL, which
provides a system for prevention / detection / reporting of any fraud. It also forbids everyone
from involvement in any fraudulent activity and that where any fraudulent activity is suspected
by anyone, the matter must be reported to the ‘Nodal Officer’ (Chief Vigilance Officer) as soon
as he / she comes to know of any fraud or suspected fraud.
14. The bids shall be valid for a period of three months from the due date of submission of the bid.
_____________ _______
CONTRACTOR OWNER
9
SPECIAL CONDITIONS OF CONTRACT
1. The duration of the contract shall be ONE YEAR from the date of issue of Work Order. This
contract may be extended for further period of one year on mutual consent.
2. The options for further renewal shall be exercised one month before expiry of the contract, i.e.,
within eleven month from the date of commencement of the contract.
3. The rates offered shall be inclusive of all expenses of fuel, oil, lubricants, salary, overtime and
other allowances payable to the drivers, vehicle taxes, repair and maintenance charges excluding
services taxes. The stepney tyre and other accessories shall be kept at the vehicle at all the times.
4. It shall be contractor’s responsibility to ensure that the vehicle provided to KIOCL Ltd. is in
good running condition and duly insured for comprehensive insurance giving coverage for the
vehicle as well as the traveling persons and pay the taxes as per Law and of Model 2016 or
above. The RC, insurance policy and other documents must be made available to us whenever,
it is required by us.
5. The contractor shall be responsible for all accidents/injuries to persons deployed by him which
may arise from the operation of the contract due to negligence of himself or any of his
representatives, whether such injuries or damages arise from carelessness, accident or any other
cause whatsoever in any connected with the performance of his contract.
6. Any damage to KIOCL Ltd’s property caused by the contractor or his employees or his
representative during the period of this contract shall be recovered from the contractor at the
discretion of the Officer-in-charge of KIOCL Ltd, which shall be final and binding on the
contractor.
7. The agency shall ensure that taxi shall be made available to KIOCL Ltd., as and when required,
at the place and time informed by Officer-in-charge. Wherever, possible advance intimation will
be given by Officer-in-charge informing the type of vehicle required, the time and place where
the vehicle has to report. However, in case of urgency, contractor shall provide the requisitioned
vehicle within a short intimation period of 30 minutes. The intimation would normally be sent
either through telephone or SMS. In case of breakdown of any of the hired vehicles, apart from
arranging immediate repair of the vehicle, relief vehicle along with a driver shall be provided
immediately. It shall be ensured that the relief vehicle provided shall also fulfill the
specifications given by KIOCL Ltd. In the event of breakdown/failure beyond one hour, KIOCL
Ltd. reserves the right to engage outside vehicle at the risk and cost of the contractor.
8. Drivers should wear neat and clean uniform and they should be well behaved. The contractor
shall be responsible for the discipline of the driver deployed by him and contractor shall not
employ any person of bad character. Any person deployed by the contractor is objected to, by or
on behalf of the company, will have to be removed from the services by the Contractor. Driver
should possess valid driving license and should be able to read and write the Log book. An
umbrella should be available in all the vehicles provided under this contractor at any time. The
driver/s should possess the mobile phone no/s. and number/s should be intimated to KIOCL’s
Officer-in-charge for smooth communications.
9. The contractor shall submit the bills in duplicate to the authorised officer for the month by 1st of
the following month along with the Log book.
10. The log book shall be maintained by the agency for the trips made and the log sheets shall be got
signed by the Officers concerned and submitted to Officer in charge of respective departments
for counter signature every day. The distance considered - for one way, from contractor’s garage
to place of duty shall be actual or 5 KMs. whichever is less.
11. The steps shall be taken by contractor to cover the drivers under all statutory provisions in force
from time to time and shall make all payments required under the various labour legislations.
12. The vehicles are required for the purpose of carrying men and materials.
10
13. The vehicle provided for hire shall be of model 2016 and above only.
14. Escalation in hire charges due to variation in POL rates (increase or decrease) 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:
Actual KMs run by the vehicle Increase or decrease in Diesel
during the month X rate per litre to base rate
KM per litre of Diesel consumption ( i.e.15 KMs/ltr for TATA Indica vehicles & 10 KMs/ltr for
other vehicles)
The base rate of Diesel/Petrol is the prevailing rate on due date of submission of tender.
No escalation is admissible for any other reason during the currency of the contract.
15. As per rules and regulations of R.T.O., Mangalore, the taxi should have valid Tourist permit,
fitness certificate and valid road permits and all other documents as required under Motor
Vehicle Act and Rules to ply on all scheduled routes.
16. In any other matter not covered in this contract, the decision of the Company shall be final and
binding on the bidders.
17. The vehicles shall be requisitioned by Officer in Charge, HR & Admn. Department, KIOCL
Ltd., Panambur or his authorised representatives on behalf of KIOCL Ltd. for the journey of
their Officers/consultants/guests etc. The vehicles should be deployed promptly at place, time
and date with required material and tools. The agency shall ensure that taxi shall be made
available to KIOCL Ltd., as and when required, at the place and time informed by Officer-in-
charge. Wherever, possible advance intimation will be given by Officer-in-charge informing the
type of vehicle required, the time and place where the vehicle has to report. However, in case of
urgency, contractor shall provide the requisitioned vehicle within a short intimation period of 30
minutes. The intimation would normally be sent either through telephone or SMS. In case of
breakdown of any of the hired vehicles, apart from arranging immediate repair of the vehicle,
relief vehicle along with a driver shall be provided immediately. It shall be ensured that the
relief vehicle provided shall also fulfill the specifications given by KIOCL Ltd. In the event of
breakdown/failure beyond one hour, KIOCL Ltd. reserves the right to engage outside vehicle at
the risk and cost of the contractor.
18. During the outstation duties to Kudremukh/Bangalore, the drivers shall be instructed to report to
the Officer in charge, HR & Admn. Department, at respective locations for taking further
instructions before returning to Mangalore.
19. Whenever the taxies are engaged for duties outside Karnataka State, it is the responsibility of the
contractor to pay the statutory taxes as applicable in respective states. KIOCL Ltd. shall
reimburse the same on production of proof of payment.
20. The night shift allowance as per item no. 4 (b) of Schedule of Work shall be payable if the
vehicle is engaged either before 6:00 AM or after 12:00 mid night.
21. If AC vehicle is engaged for any trip, the AC charges shall be paid for the actual usage by
KIOCL Ltd. officials. In case, the vehicle has to be returned without passengers, non AC
charges will only be considered for payment. This is applicable for Indica vehicles only.
22. The rate quoted shall be exclusive of GST. GST shall be paid based on tax invoice.
Tax Deducted at Source (TDS) under GST shall be considered as per provision of GST Act for
making payment. The Security Deposit shall be refunded after successful completion of
maintenance period, and on submission copies of GST remittance challans/return.
11
23. Evaluation of tender: Tenders will be evaluated based on the rate/s quoted by the bidders
excluding service tax. Only lowest bidder would be considered for award of work.
24. Payments shall be made on electronic mode. Contractor shall furnish the required bank details to
affect the electronic mode of payment
Name of the Bank :
Branch :
Type of Account (Current/Savings) :
Account No. : MICR Number :
IFSC Code :
\
____________ _______
CONTRACTOR OWNER
12
ANNEXURE - V
BUSINESS RULES AND TERMS & CONDITIONS OF ONLINE BIDDING CUM REVERSE
AUCTION
Tender Enquiry No: PROJ/6967 dated 19.04.2019.
Annual contract for hiring of taxies on as and when required basis for Administration Department of
Pellet Plant Unit, KIOCL Limited, Panambur, Mangaluru
Note :
The bidders are requested to note that they should have a valid digital Certificate issued by any of the
valid certifying authorities to participate in the online bidding or as specified by KIOCL Ltd’s
authorized service provider. Those vendors who are not in possession of a valid digital certificate are
requested to apply for the same well in advance to avoid any last minute hassles. The bidders may
contact the service provider/KIOCL Ltd., if they are not in possession of a valid digital certificate.
_____________ _______
CONTRACTOR OWNER
BUYER NAME KIOCL Limited,
Projects Department,
Panambur,
Mangaluru – 575 010
Karnataka State
AUCTION TO BE
CONDUCTED BY
M/s Bob eProcure Solutions Pvt. Ltd
#3/4, 3rd Floor,
Maruthi Towers,
Hosur Main Road,
Madiwala, Bangalore - 560068
Ms. Marita Ravi, Mob: 9739490066
E-mail: [email protected]
Ph. No. : 080 4900213
Fax Nos. : 080 49000211 / 42001251
DATE OF AUCTION
Online bidding cum e-reverse auction Date:
(will be specified at later)
(** Auto extension as applicable)
DOCUMENTS
ATTACHED
Business rule for online bidding e-reverse auction (Annexure-V(A))
Terms & conditions of online bidding cum e-reverse auction
(Annexure-V(B))
Process Compliance form (Annexure-V(C))
Price Confirmation (Annexure-V(D))
13
ANNEXURE – V(A)
BUSINESS RULES FOR ONLINE BIDDING CUM e-REVERSE AUCTION
GENERAL TERMS AND CONDITIONS
1) Against this Enquiry for the subject item/system with detailed scope of supply as per our
specification, KIOCL Limited, hereinafter referred to as KIOCL, may resort to “REVERSE
AUCTION PROCEDURE” i.e. ON LINE BIDDING CUM e-REVERSE AUCTION on
INTERNET.
2) For the proposed reverse auction, technically and commercially acceptable bidders only shall
be eligible to participate.
3) KIOCL will engage the services of a service provider who will provide all necessary training
and assistance before commencement of on line bidding on Internet.
4) Business rules like event date, time, bid decrement etc. also will be communicated through
service provider.
5) Vendors have to fax the process compliance form in the prescribed format provide by KIOCL,
before start of online bidding cum e-Reverse auction. Without this the vendor will not be
eligible to participate in the event.
6) Online bidding cum e-Reverse auction will be conducted on schedule date & time.
7) At the end of reverse auction event, the lowest bidder value will be known on the network.
8) The lowest bidder has to fax the duly signed filled-in offered price in the prescribed format as
provided on case-to-case basis to KIOCL through service provider within 24 hours of action
without fail.
BUSINESS RULE FOR FINALIZATION OF THE PROCUREMENT:
KIOCL shall finalize the procurement of the item against this Tender through reverse auction
mode. KIOCL has made arrangement with M/s Bob eProcure Solutions Pvt. Ltd (hereinafter
referred to as M/s Bob eProcure Solutions Pvt. Ltd) who shall be KIOCL’s authorized service
provider for the same. Please go through the guidelines given below and submit your acceptance
to the same along with your Techno Commercial Bid.
1. Computerized Online bidding cum e-reverse auction shall be conducted by KIOCL, on pre-
specified date, while the vendors shall be quoting from their own offices/ place of their choice.
Internet connectivity shall have to be ensured by vendors themselves. In extreme case of
failure of Internet connectivity, (due to any reason whatsoever may be) it is the bidders’
responsibility / decision to send fax communication immediately to M/s Bob eProcure
Solutions Pvt. Ltd Furnishing the price the bidder wants to bid online with a request to the
service provider to upload the faxed price on line so that the service provider will up load that
price on line on behalf of the Bidder. It shall be noted clearly that the concerned bidder
communicating this price to service provider has to solely ensure that the fax message is
received by the service provider in a readable / legible form and also the Bidder should
simultaneously check up with service provider about the clear receipt of the price faxed. It
shall also be clearly understood that the bidder shall be at liberty to send such fax
communications of prices to be up loaded by the service provider only within the closure of
Bid time and under no circumstance it shall be allowed beyond the closure of Bid time /
reverse auction.
14
It shall also be noted that the service provider should be given a reasonable required time by
the bidders, to upload such prices online and if such required time is not available at the
disposal of the Service provider at the time of receipt of the fax message from the bidders, the
service provider will not be uploading the prices and either KIOCL or the service provider are
not responsible for this unforeseen circumstances. In order to ward-off such contingent
situation bidders are requested to make all the necessary arrangements/ alternatives whatever
required so that they are able to circumvent such situation and still be able to participate in the
reverse auction successfully. Failure of power at the premises of vendors during the Reverse
auction cannot be the cause for not participating in the reverse auction. On account of this, the
time for the auction cannot be extended and neither KIOCL nor M/s Bob eProcure Solutions
Pvt. Ltd is responsible for such eventualities.
2. M/s Bob eProcure Solutions Pvt. Ltd shall arrange to train your nominated person(s), without
any cost to you. They shall also explain you, all the Rules related to the online bidding cum e-
reverse auction to be adopted along with tender. You are required to give your compliance on
it before start of bid process.
3. BIDDING CURRENCY in Rs.
4. BID PRICE: Service contract
5. The technical & commercial terms are as per KIOCL Tender No. PROJ/6924 dtd. 19.04.2019.
6. VALIDITY OF BIDS: The Bid price shall be firm specified in the tender document and shall
not be subjected any change whatsoever.
7. The detailed process for online bidding cum e-reverse auction is explained below:
The online bidding cum e-reverse auction event will be conducted in three stages :-
STAGE -I : Online Bidding At scheduled time, the screen for On-line bidding will be launched wherein the techno-
commercially qualified bidders will be allowed to submit their price through online.
The bidders would be required to quote price only on the basis of price terms indicated in their
sealed price bid submitted along with techno-commercial bid.
STAGE –II : Start Bid Price for e- Reverse auction
After the expiry of the time for submission of Online bidding, the lowest Price will be frozen
by the system as the Start Bid Price (SBP) for Stage – III on line bidding.
Stage – III : e-Reverse Auction
a. In Stage III, computer screen will display Start Bid Price and which shall be visible to the
all vendors participated in the initial online bidding. You will be required to start bidding
after announcement of Start Bid Price and decrement amount. Also, please note that the
start price of an item in e-reverse auction is open to all the participating bidders. Any
bidder can start bidding, in the e-reverse auction, from the start bid price itself. If the start
bid price is your own price, you still need to bid in the e- reverse auction. Also, please note
that the first online bid that comes in the system during the e-reverse auction should be
lesser than the auction's start bid price by one decrement or should be lesser than the
auction's start bid price by multiples of decrement and so on.
Those vendors who have participated in the Stage –I Online Bidding will only be
eligible to participate in the subsequent e- Reverse Auction.
15
b. Stage –I online bidding will be for 30 minutes and Online e-Reverse (no ties) Auction shall
be for a period of one hour. If a bidder places a bid in the last 10 minutes of closing of the
e-Reverse Auction and if that bid gets accepted, then the auction’s duration shall get
extended automatically for 10 minutes, for the particular Event/Lot. Please note that the
auto-extension will take place only if a bid comes in those last 10 minutes and if that bid
gets accepted. If the bid does not get accepted, the auto-extension will not take place even
if that bid might have come in the last 10 minutes. In case, there is no bid in the last 10
minutes of closing of e-Reverse Auction, the auction shall get closed automatically without
any extension. However, the bidders are advised not to wait till the last minute or last few
seconds to enter their bid during the auto-extension period to avoid complications related
with internet connectivity, network problems, system crash down, power failure, etc.
c. The weightage factor (multiplication factor), bid decrement amount shall be specified by
KIOCL before start of online bidding. The bidder can bid lower than the start bid price in
e-reverse auction by a bid decrement or multiple of Bid decrement.
d. Any commercial loading shall be intimated to bidders in advance and it shall be added to
price during Stage –I online bidding. Only for price evaluation & Comparison of bids
purpose, commercial loading if any, shall be added to the quoted price of respective bidder.
However, while ordering these commercial loadings will not be considered.
e. Bidder will be able to view the following on your screen along with the necessary fields in
the English Reverse (no ties) {Reverse Auction}:
a) Leading Bid in the Auction (only total price)
b) Bid Placed by you
c) Your Own Rank
d) Start Bid Price & Bid Decrement value.
f. After the completion of e- Reverse (no ties), the Closing Price (CP) shall be available.
g. At the end of the e-Reverse Auction, Service Provider will evaluate all the bids (final
price) submitted and final price comparative statement will be forwarded to KIOCL for
further processing.
h. The bidders who have participated in the event, shall be required to submit the final prices,
quoted during the e-Reverse (no ties) in Annexure II & III Format after the completion of
Auction to Service Provider / KIOCL duly signed and stamped as token of acceptance
without any new condition other than those already agreed to before start of auction.
i. Final price received from bidder will be taken as an offer to supply as per terms and
conditions of tender document. Bids once made by the bidders, cannot be cancelled /
withdrawn.
16
j. During the Online bidding cum e-reverse auction, if no bid is received in the auction
system/website within the specified time duration, then KIOCL, at its discretion, may scrap
the online price bidding cum e-reverse auction process and open only sealed price bids of
all technically and commercially acceptable bidders submitted earlier along with techno-
commercial bids.
k. KIOCL shall be at liberty to cancel the reverse auction process / tender at any time, before
ordering, without assigning any reason.
KIOCL’s decision on award of Contract shall be final and binding on all the Bidders.
KIOCL shall be at liberty to cancel the reverse auction process / tender at any time, before
ordering, without assigning any reason. KIOCL shall not have any liability to bidders for
any interruption or delay in access to the site irrespective of the cause. Other terms and
conditions shall be as per your techno-commercial offers and other correspondences till
date.
Bidders are required to submit their acceptance to the terms/ conditions/ modality given
above before participating in the reverse auction.
_____________ _______
CONTRACTOR OWNER
17
ANNEXURE- V(B)
TERMS & CONDITIONS OF ONLINE BIDDING CUM e-REVERSE AUCTION
1) LOGIN NAME & PASSWORD: Each Bidder is assigned a Unique User Name & Password by
M/s Bob eProcure Solutions Pvt. Ltd The Bidders are requested to change the Password after the
receipt of initial Password from M/s Bob eProcure Solutions Pvt. Ltd All bids made from the
Login ID given to the bidder will be deemed to have been made by the bidder.
2) BIDS PLACED BY BIDDER: The bid of the bidder will be taken to be an offer to execute the
work. Bids once made by the bidder cannot be cancelled. The bidder is bound to execute the
work the as mentioned above at the price that they bid. Should any bidder back out and not
make the supplies at per the rates quoted, KIOCL and / or M/s Bob eProcure Solutions Pvt.
Ltd shall take action as appropriate.
3) LOWEST BID OF A BIDDER: In case the bidder submits more than one bid, the lowest bid
will be considered as the bidder’s final offer to execute the work
4) AUCTION TYPE: 1). English Reverse No Ties
5) DURATION OF AUCTION: The duration of Reverse Auction will be for one hour. If a bidder
places a bid in the last 10 minutes of closing of the e-Reverse Auction and if that bid gets
accepted, then the auction’s duration shall get extended automatically for 10 minutes, for the
particular Event/Lot. Please note that the auto-extension will take place only if a bid comes in
those last 10 minutes and if that bid gets accepted. If the bid does not get accepted, the auto-
extension will not take place even if that bid might have come in the last 10 minutes. In case,
there is no bid in the last 10 minutes of closing of e-Reverse Auction, the auction shall get
closed automatically without any extension. However, the bidders are advised not to wait till
the last minute or last few seconds to enter their bid during the auto-extension period to avoid
complications related with internet connectivity, network problems, system crash down, power
failure, etc. (THIS SCHEDULE IS TENTATIVE. IF ANY CHANGE IN SCHEDULE, THE
SAME SHALL BE COMMUNICATED TO YOU)
6) BID DECREMENT: The minimum Bid decrement shall be available to the Bidders at the start
of the auction. The bidder can view the same by clicking on the Item details at the start of the
auction. The bidder can bid lower than the Lowest Bid in the auction by a decrement or
multiple of the Bid decrement.
7) VISIBLITY TO BIDDER: The Bidder shall be able to view the following on his screen along
with the necessary fields during English Reverse – No ties Auction:
Leading Bid in the Auction
Bid Placed by him
Your rank
8) PROXY BIDS: Proxy bidding feature is a pro-supplier feature to safe guard the supplier’s
interest of any Internet failure or to avoid last minute rush. The Proxy feature allows Bidders
to place an automated bid against other Bidders in an auction and bid without having to enter a
new amount each time a competing Bidder submits a new offer.
The bid amount that a Bidder enters is the minimum that the Bidder is willing to offer. Here
the software bids on behalf of the supplier.
18
The proxy amount is the minimum amount that the Bidder is willing to offer. During the
course of bidding, the Bidder cannot delete or change the amount of a Proxy Bid.
Bids are submitted in decrements (decreasing bid amounts). The application automates proxy
bidding by processing proxy bids automatically, according to the decrement that the auction
originator originally established when creating the auction, submitting offers to the next bid
decrement each time a competing Bidder bids, regardless if competing bids are submitted as
proxy or standard bids.
This feature can be used only once during a particular Reverse Auction and only after the L1
rate is equal to or less than the minimum bid amount that the bidder has put in the system will
he get the option to manually bid for the same. In no case during the bidding till the L1 rate or
less is not reached as equivalent to the minimum bid amount offered by the bidder, will the
bidder get the option to manually bid for the same.
GENERAL TERMS & CONDITIONS: Bidders are required to read the “Terms and
Conditions” section of the auction website (https://kioclltd.in) using the Login IDs and
passwords given to them.
OTHER TERMS & CONDITIONS:
1) The Bidder shall not involve himself or any of his representatives in Price manipulation of
any kind directly or indirectly by communicating with other suppliers / bidders.
2) The Bidder shall not divulge either his Bids or any other exclusive details of KIOCL to
any other party.
3) KIOCL’s decision on award of Contract shall be final and binding on all the Bidders.
4) KIOCL along with M/s Bob eProcure Solutions Pvt. Ltd can decide to extend, reschedule
or cancel any Auction. Any changes made by KIOCL and / or M/s Bob eProcure
Solutions Pvt. Ltd after the first posting will have to be accepted if the Bidder continues to
access the site after that time.
5) M/s Bob eProcure Solutions Pvt. Ltd shall not have any liability to Bidders for any
interruption or delay in access to the site irrespective of the cause.
6) M/s Bob eProcure Solutions Pvt. Ltd is not responsible for any damages, including
damages that result from, but are not limited to negligence. M/s Bob eProcure Solutions
Pvt. Ltd will not be held responsible for consequential damages, including but not limited
to systems problems, inability to use the system, loss of electronic information etc.
Note
All the Bidders are required to submit the Process Compliance Form duly signed to M/s Bob eProcure
Solutions Pvt. Ltd before start of online bidding cum e-reverse auction. After the receipt of the
Process Compliance form, our authorized service provider will provide the modalities to conduct
online bidding cum e-reverse auction and Log in ID & Password.
_____________ _______
CONTRACTOR OWNER
19
ANNEXURE – V(C)
Process Compliance Form
(The bidders are required to print this on their company’s letter head and sign, stamp before
faxing)
To
M/s Bob eProcure Solutions Pvt. Ltd
#3/4, 3rd Floor, Maruthi Towers,
Hosur Main Road,
Madiwala, Bangalore - 560068
Sub: Agreement to the Process related Terms and Conditions for the Reverse Auction
Dear Sir,
This has reference to the Terms & Conditions for the Reverse Auction mentioned in the Open
tender Enquiry No. PROJ/6967 dated 19.04.2019 for Annual contract for hiring of Taxies on as and
when required basis for Administration Department of Pellet Plant Unit, KIOCL Limited, Panambur,
Mangaluru.
This letter is to confirm that:
1) The undersigned is authorized representative of the company.
2) We have studied the Commercial Terms and the Business rules governing the online bidding
cum e-Reverse Auction as mentioned in your letter and confirm our agreement to them.
3) We also confirm that we have a valid digital certificate which will be valid for the subject tender
whenever we sign on the bid submission or as specified by KIOCL’s authorized service
provider.
4) We also confirm that we have taken the training on the auction tool and have understood the
functionality of the same thoroughly.
5) We also confirm that we will fax the price confirmation & break up of our quoted price as per
Annexure- V(D) & the price bid format in the tender document.
6) We, hereby confirm that we will honour the Bids placed by us during the auction process.
7) We hereby confirm that we have neither informed nor mentioned any price in this form and also
not attached any price bid along with this form.
With regards
Signature with company seal
Name –
Company / Organization –
Designation within Company / Organization –
Address of Company / Organization –
Scan & email this document to----------.
_____________ _______
CONTRACTOR OWNER
20
ANNEXURE – V(C)
Date: M/s. BoB
To,
eProcure Solutions pvt. Ltd.
Sub: Final price quoted during online price biding cum reverse auction and price break up for
Annual contract for hiring of Taxies on as and when required basis for Administration Department of Pellet
Plant Unit, KIOCL Limited, Panambur, Mangaluru.
Ref:
i) Purchase Enquiry No PROJ/6967 dt……...
ii) e-auction date. ……
iii) Our Offer No.
Dear Sir,
We confirm that we have quaoted our final prices during the Reverse Auction conducted today and price
break-up is as under:
I/We agree to perform such services and execute such works upon the terms and conditions contained or
referred to in the aforesaid documents and upon the terms and conditions hereinafter contained as may be
amended during the contract period of 12 months from the date of acceptance of this tender submitted by
me/us at the rates contained in the aforesaid Schedule of Works and rates enclosed subject to the percentage
quoted by me/us herein after: -
To the Schedule of Work - Part – I and rates, which is enclosed -
On `. 3,24,000.00 (*) Add QUOTED %( ) thereto
or
On `. 3,24,000.00 (*) Deduct QUOTED % ( ) thereto
IGST @..........% : `
CGST @.........% : `
SGST @.........% : `
To the Schedule of Work - Part – II and rates, which is enclosed –
On `. 2,07,000.00 (*) Add QUOTED %( ) thereto
or
On `. 2,07,000.00 (*) Deduct QUOTED % ( ) thereto
IGST @..........% : `
CGST @..........% : `
SGST @..........% : `
(*) Contractor to insert here rate percent both in figures and words. If no percent over/below schedule of
rates offered ‘NIL’ should be inserted.
I/We hereby distinctly and expressly declare and acknowledge that before the submission of my tender, I
have carefully followed the General Instructions and clearly understood all the conditions of contract. I have
also seen the locations where the said works are to be carried out and made such investigations of the works
carried out, in regard to the materials required to be furnished, as to enable me to complete the work
successfully.
I/We enclose herewith Demand Draft No. dt. for ` (Rupees
) duly certified as good for payment as earnest money not to bear interest. Should this tender be accepted, I
hereby agree to abide by and fulfill all the terms and conditions annexured hereto. If I/We fail to commence
the work specified in the above Memorandum, I/We agree with that my earnest money shall stand forfeited
absolutely to the Owner, otherwise, the earnest money shall be retained in the above Memorandum. I/We
also agree to the balance retention money being deducted from my bills in accordance with the conditions of
contract.
I agree to keep the offer open for three months from the date of opening of tender. I/We am/are, Sir,
Date: Yours faithfully,
Address:
Signature:
21
IMPORTANT: Please quote UNIT PRICE at the time of PRICE BIDDING
Thanking you and looking forward to the valuable order from KIOCL.
Yours sincerely,
For _________________ Signature and Name & Company Seal
CONTACT INFORMATION
M/s BOB eProcure Solutions Pvt. Ltd.
Address : #3/4, 3rd Floor, Maruthi
Towers,
Hosur Main Road, Madiwala,
Bengaluru - 560068
M/s Bob eProcure Solutions Pvt. Ltd
#3/4, 3rd Floor, Maruthi Towers,
Hosur Main Road, Madiwala,
Bengaluru - 560068
Mr. Marita Ravi : 080 4900213
E mail : [email protected]
Fax Nos : 080 49000211 / 42001251
KIOCL Limited,
Projects Department,
Panambur,
Mangaluru – 575 010
Karnataka State
(Arun Bhat. U. C)
Joint General Manager (T&S, Projects & I&C)
P&T: 0824- 2403294, 2403292
Fax : (0824) – 2407422
E-Mail : [email protected]
_____________ _______
CONTRACTOR OWNER
22
ANNEXURE - I
Note: - Following information shall be duly filled and the documents requisitioned hereunder
shall be furnished without fail while submitting the tender.
1. Name of the Tenderer :
2. Address (a) Present :
(b) Permanent Address :
3. Contract person & Telephone No. :
i) Office :
ii) Residence :
iii) Mobile No. :
4. Income tax PAN. No. :
5 Whether sole proprietorship/
Partnership/Company :
(In case of partnership or company, the details of partnership/company along with
agreement copies and the authorised signatory on behalf of the firm should be furnished).
6. List of Tourist vehicles/Taxies owned by you:
THE BIDDER SHOULD SUBMIT THE DOCUMENTS OF MINIMUM FOUR
TOURIST VEHICLES/ TAXIES OF MODEL 2016 & ABOVE, OUT OF WHICH
DOCUMENT OF ONE VEHICLE SHOULD BE IN THE NAME OF THE BIDDER.
FOR OTHER VEHICLES, THE DOCUMENTS OF ATTACHED VEHICLES CAN BE
SUBMITTED ALONG WITH AFIDAVIT IN THE PRESCRIBED FORMAT
(ANNEXURE II).
Note:
(i) In order to qualify, bidders should furnish the vehicle documents (RC, Insurance,
Permit, Road tax copies) for the minimum number of vehicle & of model specified
above.
(ii) The details of the vehicles furnished while submitting the tender is for the purpose of
pre-qualification only. However, contractor can provide any other vehicle suiting to
the terms and conditions stipulated in the respective schedule of works, while
executing the contract.
Certified that the information furnished above is complete and true
___________ _______
CONTRACTOR OWNER
23
ANNEXURE – II
The concerned owner of the vehicle should submit affidavit on Rs. 20/- Non Judicial
Stamp Paper as per proforma attached confirming their agreement in offering their
vehicles duly notorised.
FORMAT OF AFFIDAVIT
(ON A NON-JUDICIAL STAMP PAPER OF RS.20/-)
I/We _____________________________ S/o Shri._____________________ resident of
_____________________________ do hereby solemnly affirm and declare as under:
1. That I/We are the owner/s of vehicles details of which are as under; Sr. No Vehicle
No. Engine No. Chasis No. Model
2. That I/We understand that pursuant to the tender notice no._________, floated by KIOCL Ltd,
one M/s ______________________ submitted their offer for KIOCL Ltd’s acceptance and
I/we confirm that in the event the offer submitted by the said party is accepted, I will give the
aforesaid vehicle to the said party M/s________________ on such terms and conditions as may
be agreed by and between the said ________________ and me for using such vehicle with
respect to tender terms mentioned in the said tender of KIOCL Limited.
3. That I further confirm that during pendency of the agreement which may be signed between
KIOCL Ltd and the said M/s__________________ for the said purpose, I/we will not allow
my aforesaid vehicles to be used for any purpose other than the said M/s ________________
and I/we will not withdraw the said vehicles without prior intimation to KIOCL Limited in
writing.
4. That I/we hereby confirm that in case of breach of the agreement or undertaking given by me in
the aforesaid manner, if KIOCL Limited suffers any loss or damage, irrespective of any other
right and liberty that KIOCL Limited may have to proceed against any other person(s), KIOCL
Limited will have the right to claim such damage from me/us and I/we will be liable to make
good such loss or damage suffered by KIOCL Limited for committing any breach of the
aforesaid undertaking.
DEPONENT
Verified at ______________________ on ________________________
Notary Public
24
KIOCL/MR/TC/QF-05 SCHEDULE OF WORK (UN-PRICED)
PART – I ( FOR TATA INDICA VEHICLES ONLY)
Sl.
No
.
Details of Journeys Indica Non AC
(`)
IndicaAC
(`)
1.
a)
b)
Base Rate
Rate per KM
Rate per Hour
8.50
110.88
10.90
182.16
2.
a)
b)
c)
Airport Trips
Airport Drop
Airport Pickup
Airport to & fro
(Max. 45 Kms & 2½ Hrs.)
431.50
469.90
551.9
507.10
582.70
626.30
3.
a)
b)
c)
Local Trips
Short Trip
(2½ Hrs. & 25 Kms)
Half day
(5 Hrs. & 50Kms.)
Full day
(10 Hrs. & 100 Kms.)
325.50
637.80
1229.75
506.70
1014.50
1952.15
4.
a)
b)
Out Station Trip
Up to 12 hours of duty per day.
Night halt per halt
(applicable if vehicle is engaged
on or before 6:00 AM or on or
after 12:00 night)
1709.52
200.00
2471.52
200.00
Note: The vehicle/s provided under this contract shall be of model 2016 or above.
25
PART – II (FOR OTHER VEHICLES EXCEPT TATA INDICA)
Sl.
No.
Details of
Journeys
Ford.
Ikon/
Ford
Fiesta
AC
(`)
Esteem/ Maruti
Suzuki Dezire/
Mahindra
Logan
AC
(`)
Lancer
AC
(`)
Tavera/
Qualis
Non
AC
(`)
Tavera/
Qualis
AC
(`)
TATA
Sumo
Non AC
(`)
TATA
Sumo
AC
(`)
Tempo
Travele
r
Non
AC
(`)
Tempo
Traveler
AC
(`)
TATA 407/
MAZDA/
Mini Bus
(`)
INNOVA
AC
(`)
INDIGO
AC
(`)
1.
a)
b)
Base Rate
Rate per KM
Rate per Hour
17.40
303.60
14.41
227.70
21.20
379.50
11.08
189.75
12.34
253.00
10.50
177.10
11.77
253.00
13.61
253.00
22.23
506.00
17.75
347.88
14.76
316.25
11.42
195.50
2.
a)
b)
c)
Airport Trips
Airport Drop
Airport Pickup
Airport to & fro
(Max. 45 Kms
& 2½ Hrs.)
943.78
1067.98
1133.70
574.63
697.68
764.55
1191.03
1314.08
1380.95
820.73
943.78
----
943.78
1005.88
----
697.68
820.73
----
943.78
1005.88
----
820.73
943.78
----
1869.53
2115.63
----
1253.13
1437.13
-----
1191.03
1253.13
----
574.63
697.68
----
3.
a)
b)
c)
Local Trips
Short Trip
(2½ Hrs. & 25
Kms)
Half day
(5 Hrs. &
50Kms.)
Full day
(10 Hrs. & 100
Kms.)
821.73
1644.61
3288.07
575.63
1274.31
2548.62
1006.88
2013.76
4028.67
----
----
----
----
----
-----
----
----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
3277.72
-----
-----
2269.17
26
Sl.
No.
Details of
Journeys
Ford.
Ikon/
Ford
Fiesta
AC
(`)
Esteem/ Maruti
Suzuki Dezire/
Mahindra Logan
AC
(`)
Lancer
AC
(`)
Tavera/
Qualis
Non AC
(`)
Tavera/
Qualis
AC
(`)
TATA
Sumo
Non AC
(`)
TATA
Sumo
AC
(`)
Tempo
Traveler
Non AC
(`)
Tempo
Traveler
AC
(`)
TATA
407/
MAZDA/
Mini Bus
(`)
INNOVA
AC
(`)
INDIGO
AC
(`)
4.
a)
b)
c)
Local Trips
Short Trip
(2 Hrs. & 20
Kms)
Half day
(4 Hrs. &
40Kms.)
Full day
(8 Hrs. & 80
Kms.)
-----
-----
-----
-----
-----
-----
-----
-----
-----
605.22
964.23
1681.26
667.32
1087.28
2174.61
543.12
964.23
1681.26
605.22
1087.28
2174.61
728.27
1087.28
2420.71
1529.82
2567.33
5134.71
1283.72
1580.63
3161.31
------
1580.63
3003.76
498.27
997.58
1770.96
5.
a)
b)
Out Station
Trip
Up to 12 hours
of duty per day.
Night halt per
halt
(applicable if
vehicle is
engaged on or
before 6:00
AM or on or
after 12:00
night)
3961.75
158.13
3191.25
158.13
4887.50
158.13
2574.85
158.13
2883.05
158.13
2420.75
158.13
2728.95
158.13
3746.70
189.75
6336.50
189.75
4909.81
189.75
3499.45
172.50
2658.80
172.50
Note: (i) Minimum Kms per days shall be 250 KM for Indica, Ford Ikon, Lancer, Travera, Qualis , TATA Sumo & Innova.
(ii) Minimum Kms. per day for TATA 407, Mazda & Mini Bus shall be 300 KM.
(iii) The vehicle/s provided under this contract shall be of model 2016 or above.
27
FORM OF BID (To be filled in by the Tenderer)
To,
The Dy. Gen. Manager (Contracts)
KIOCL Limited
Panambur, Mangalore – 10
Dear Sir,
Having examined and perused -
i) KIOCL Ltd's General Conditions of Contract.
ii) Instructions for tenderers.
iii) Pre-priced Schedule of Work (Part I & Part II)
I/We agree to perform such services and execute such works upon the terms and conditions contained or
referred to in the aforesaid documents and upon the terms and conditions hereinafter contained as may be
amended during the contract period of 12 months from the date of acceptance of this tender submitted by
me/us at the rates contained in the aforesaid Schedule of Works and rates enclosed subject to the percentage
quoted by me/us herein after: -
To the Schedule of Work - Part – I and rates, which is enclosed -
On `. 3,24,000.00 (*) Add QUOTED %( ) thereto
or
On `. 3,24,000.00 (*) Deduct QUOTED % ( ) thereto
IGST @..........% : `
CGST @.........% : `
SGST @.........% : `
To the Schedule of Work - Part – II and rates, which is enclosed –
On `. 2,07,000.00 (*) Add QUOTED %( ) thereto
or
On `. 2,07,000.00 (*) Deduct QUOTED % ( ) thereto
IGST @..........% : `
CGST @..........% : `
SGST @..........% : `
(*) Contractor to insert here rate percent both in figures and words. If no percent over/below schedule of
rates offered ‘NIL’ should be inserted.
I/We hereby distinctly and expressly declare and acknowledge that before the submission of my tender, I
have carefully followed the General Instructions and clearly understood all the conditions of contract. I have
also seen the locations where the said works are to be carried out and made such investigations of the works
carried out, in regard to the materials required to be furnished, as to enable me to complete the work
successfully.
I/We enclose herewith Demand Draft No. dt. for ` (Rupees
) duly certified as good for payment as earnest money not to bear interest. Should this tender be accepted, I
hereby agree to abide by and fulfill all the terms and conditions annexured hereto. If I/We fail to commence
the work specified in the above Memorandum, I/We agree with that my earnest money shall stand forfeited
absolutely to the Owner, otherwise, the earnest money shall be retained in the above Memorandum. I/We
also agree to the balance retention money being deducted from my bills in accordance with the conditions of
contract.
I agree to keep the offer open for three months from the date of opening of tender. I/We am/are, Sir,
Date: Yours faithfully,
Address:
Signature: ___________ _______
CONTRACTOR OWNER
28
KIOCL/MR/TC/QF-05
PRICE BID
SCHEDULE OF WORK
PART – I ( FOR TATA INDICA VEHICLES ONLY)
Sl.
No
.
Details of Journeys Indica Non AC
(`)
IndicaAC
(``)
1.
a)
b)
Base Rate
Rate per KM
Rate per Hour
8.50
110.88
10.90
182.16
2.
a)
b)
c)
Airport Trips
Airport Drop
Airport Pickup
Airport to & fro
(Max. 45 Kms & 2½ Hrs.)
431.50
469.90
551.9
507.10
582.70
626.30
3.
a)
b)
c)
Local Trips
Short Trip
(2½ Hrs. & 25 Kms)
Half day
(5 Hrs. & 50Kms.)
Full day
(10 Hrs. & 100 Kms.)
325.50
637.80
1229.75
506.70
1014.50
1952.15
4.
a)
b)
Out Station Trip
Up to 12 hours of duty per day.
Night halt per halt
(applicable if vehicle is engaged
on or before 6:00 AM or on or
after 12:00 night)
1709.52
200.00
2471.52
200.00
Note: The vehicle/s provided under this contract shall be of model 2016 or above.
29
PART – II (FOR OTHER VEHICLES EXCEPT TATA INDICA)
Sl.
No.
Details of
Journeys
Ford.
Ikon/
Ford
Fiesta
AC
(`)
Esteem/ Maruti
Suzuki Dezire/
Mahindra
Logan
AC
(`)
Lancer
AC
(`)
Tavera/
Qualis
Non
AC
(`)
Tavera/
Qualis
AC
(`)
TATA
Sumo
Non AC
(`)
TATA
Sumo
AC
(`)
Tempo
Travele
r
Non
AC
(`)
Tempo
Traveler
AC
(`)
TATA 407/
MAZDA/
Mini Bus
(`)
INNOVA
AC
(`)
INDIGO
AC
(`)
1.
a)
b)
Base Rate
Rate per KM
Rate per Hour
17.40
303.60
14.41
227.70
21.20
379.50
11.08
189.75
12.34
253.00
10.50
177.10
11.77
253.00
13.61
253.00
22.23
506.00
17.75
347.88
14.76
316.25
11.42
195.50
2.
a)
b)
c)
Airport Trips
Airport Drop
Airport Pickup
Airport to & fro
(Max. 45 Kms
& 2½ Hrs.)
943.78
1067.98
1133.70
574.63
697.68
764.55
1191.03
1314.08
1380.95
820.73
943.78
----
943.78
1005.88
----
697.68
820.73
----
943.78
1005.88
----
820.73
943.78
----
1869.53
2115.63
----
1253.13
1437.13
-----
1191.03
1253.13
----
574.63
697.68
----
3.
a)
b)
c)
Local Trips
Short Trip
(2½ Hrs. & 25
Kms)
Half day
(5 Hrs. &
50Kms.)
Full day
(10 Hrs. & 100
Kms.)
821.73
1644.61
3288.07
575.63
1274.31
2548.62
1006.88
2013.76
4028.67
----
----
----
----
----
-----
----
----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
-----
3277.72
-----
-----
2269.17
30
Sl.
No.
Details of
Journeys
Ford.
Ikon/
Ford
Fiesta
AC
(`)
Esteem/ Maruti
Suzuki Dezire/
Mahindra Logan
AC
(`)
Lancer
AC
(`)
Tavera/
Qualis
Non AC
(`)
Tavera/
Qualis
AC
(`)
TATA
Sumo
Non AC
(`)
TATA
Sumo
AC
(`)
Tempo
Traveler
Non AC
(`)
Tempo
Traveler
AC
(`)
TATA
407/
MAZDA/
Mini Bus
(`)
INNOVA
AC
(`)
INDIGO
AC
(`)
4.
a)
b)
c)
Local Trips
Short Trip
(2 Hrs. & 20
Kms)
Half day
(4 Hrs. &
40Kms.)
Full day
(8 Hrs. & 80
Kms.)
-----
-----
-----
-----
-----
-----
-----
-----
-----
605.22
964.23
1681.26
667.32
1087.28
2174.61
543.12
964.23
1681.26
605.22
1087.28
2174.61
728.27
1087.28
2420.71
1529.82
2567.33
5134.71
1283.72
1580.63
3161.31
------
1580.63
3003.76
498.27
997.58
1770.96
5.
a)
b)
Out Station
Trip
Up to 12 hours
of duty per day.
Night halt per
halt
(applicable if
vehicle is
engaged on or
before 6:00
AM or on or
after 12:00
night)
3961.75
158.13
3191.25
158.13
4887.50
158.13
2574.85
158.13
2883.05
158.13
2420.75
158.13
2728.95
158.13
3746.70
189.75
6336.50
189.75
4909.81
189.75
3499.45
172.50
2658.80
172.50
Note: (i) Minimum Kms per days shall be 250 KM for Indica, Ford Ikon, Lancer, Travera, Qualis , TATA Sumo & Innova.
(ii) Minimum Kms. per day for TATA 407, Mazda & Mini Bus shall be 300 KM.
(iii) The vehicle/s provided under this contract shall be of model 2016 or above.
31
FORM OF BID (To be filled in by the Tenderer)
To,
The Dy. Gen. Manager (Contracts)
KIOCL Limited
Panambur, Mangalore – 10
Dear Sir,
.Having examined and perused -
i) KIOCL Ltd's General Conditions of Contract.
ii) Instructions for tenderers.
iii) Pre-priced Schedule of Work (Part I & Part II)
I/We agree to perform such services and execute such works upon the terms and conditions contained or
referred to in the aforesaid documents and upon the terms and conditions hereinafter contained as may be
amended during the contract period of 12 months from the date of acceptance of this tender submitted by
me/us at the rates contained in the aforesaid Schedule of Works and rates enclosed subject to the percentage
quoted by me/us herein after: -
To the Schedule of Work - Part – I and rates, which is enclosed -
On `. 3,24,000.00 (*) Add QUOTED %( ) thereto
or
On `. 3,24,000.00 (*) Deduct QUOTED % ( ) thereto
IGST @..........% : `
CGST @.........% : `
SGST @.........% : `
To the Schedule of Work - Part – II and rates, which is enclosed –
On `. 2,07,000.00 (*) Add QUOTED %( ) thereto
or
On `. 2,07,000.00 (*) Deduct QUOTED % ( ) thereto
IGST @..........% : `
CGST @..........% : `
SGST @..........% : `
(*) Contractor to insert here rate percent both in figures and words. If no percent over/below schedule of
rates offered ‘NIL’ should be inserted.
I/We hereby distinctly and expressly declare and acknowledge that before the submission of my tender, I
have carefully followed the General Instructions and clearly understood all the conditions of contract. I have
also seen the locations where the said works are to be carried out and made such investigations of the works
carried out, in regard to the materials required to be furnished, as to enable me to complete the work
successfully.
I/We enclose herewith Demand Draft No. dt. for ` (Rupees
) duly certified as good for payment as earnest money not to bear interest. Should this tender be accepted, I
hereby agree to abide by and fulfill all the terms and conditions annexured hereto. If I/We fail to commence
the work specified in the above Memorandum, I/We agree with that my earnest money shall stand forfeited
absolutely to the Owner, otherwise, the earnest money shall be retained in the above Memorandum. I/We
also agree to the balance retention money being deducted from my bills in accordance with the conditions of
contract.
I agree to keep the offer open for three months from the date of opening of tender. I/We am/are, Sir,
Date: Yours faithfully,
Address:
Signature: ___________ _______
CONTRACTOR OWNER