+ All Categories
Home > Documents > (A Government of Tripura Enterprise) · 2018. 12. 28. · (A Government of Tripura Enterprise)...

(A Government of Tripura Enterprise) · 2018. 12. 28. · (A Government of Tripura Enterprise)...

Date post: 03-Feb-2021
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
20
(A Government of Tripura Enterprise) Signature of bidder Page 1 Office of the Deputy General Manager, Electrical Division No-II, Bordowali, Agartala, 799003 Ph: 03812374595, email:[email protected] TENDER DOCUMENT FOR Hiring of Commercial Vehicles (TATA MAGIC/ACE) along with Driver having valid commercial license from the Transport authority, Tripura for Office of the Sr. Manager, Electrical Sub-Division, Jogendra Nagar, Agartala for operation & maintenance of HT/LT Line & Sub-Station for a period of 1(One) year. NIT No.: DGM/ED-II/TSECL/2018-19/05 Dated. 19.12.2018 Not transferable (Visit us at www.tsecl.in) Price of Bid Document: Rs. 500.00 only (Non-refundable)
Transcript
  • (A Government of Tripura Enterprise)

    Signature of bidder Page 1

    Office of the Deputy General Manager,

    Electrical Division No-II, Bordowali,

    Agartala, 799003

    Ph: 03812374595, email:[email protected]

    TENDER DOCUMENT

    FOR

    Hiring of Commercial Vehicles (TATA MAGIC/ACE) along with Driver having valid commercial license from the Transport authority, Tripura for Office of the Sr. Manager, Electrical Sub-Division, Jogendra Nagar, Agartala for operation & maintenance of HT/LT Line & Sub-Station for a period of 1(One) year.

    NIT No.: DGM/ED-II/TSECL/2018-19/05 Dated. 19.12.2018

    Not transferable

    (Visit us at www.tsecl.in)

    Price of Bid Document: Rs. 500.00 only (Non-refundable)

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 2

    SECTION - I

    NOTICE INVITING TENDER

    On behalf of TSECL, The Dy. General Manager, Electrical Division No-II, Bordowali hereby invited in Two bid system i.e. Qualifying &Technical bid and Financial bid for Hiring of Commercial Vehicles (TATA MAGIC/ACE) along with Driver having valid commercial license from the Transport authority, Tripura for Office of the Sr. Manager, Electrical Sub-Division, Jogendra Nagar, Agartala for operation & maintenance of HT/LT Line & Sub-Station for a period of 1(One) year. The vehicle should not older than January’2016 model or onwards.

    Schedule of Tender

    S No. Activity

    Description

    Schedule

    1 Tender No NIT No.: DGM/ED-II/TSECL/2018-19/05 Dated. 19.12.2018

    2 Availability of bid document in the website

    From 30.12.2018. The tender document is available only at the website www.tsecl.inwhich may be downloaded by intending bidder. No document can be sold from tendering authority office.

    3 Time and last date of submitting bid 19.01.2019 at 13:00 hrs.

    Place of dropping Office of the Dy. General Manager, Electrical Division No-II, Bordowali, Agartala

    4 Time and Date of Opening of qualifying Bid& Technical Bid

    21.01.2019 at 11:30 hrs. if possible

    5 Time and Date of Opening of Financial Bid

    21.01.2019 at 03:30 hrs. if possible

    6 Validity of tender offer 90 days from the date of opening

    7 Estimated cost of tender Rs. 2,37,433.00

    8 Amount of EMD to be deposited Rs. 4750.00

    9 Cost of Bid Document Rs 500.00(Non-refundable)

    10 Likely date for commencement of contract 01.02.2019

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 3

    The contract will be initially for a period of one year. However, the contract may be extended subsequently, on mutual consent, and on same terms and conditions for a period of not more 1(one)year at a time on review of performance, depending upon the requirements and administrative conveniences of the office.

    Criteria:

    i. The tender documents can be downloaded from the website of www.tsecl.infrom 30.12.2018 to 18.01.2019. No document can be sold from the tendering authority office.

    ii. The intending bidders may submit the tenders in the tender box available at office of the tendering authority office in two bids systems {i.e. (i) Qualifying &Technical Bid and (ii) Financial Bid} in the prescribed manner.

    iii. Interested bidders may submit their tender as per the tender document in the tender box at the office of the tendering authority office. Bidders are requested to follow the instructions carefully as per the tender document and the instructions given in the above said website. All the documents in support of eligibility criteria etc. are also to be xerox and submit along with the Tender Documents. Tender documents sent by any other mode will not be accepted. No tender documents will be accepted after the expiry of stipulated date and time for the purpose under any circumstances what so ever. Any corrigendum/addendum regarding this tender will be available on the above said website only.

    iv. Demand Draft for an amount of Rs. 500.00 (Rupees: Five Hundred only/-)(non-refundable) from Nationalized/scheduled bank drawn in favour of TSECL, has to be submitted along with bid document towards tender document fee, failing which the bid will be rejected. Bidders are requested to write their name and full address at the back of the Demand Draft.

    v. The applicant has to deposit Earnest Money (EMD) of Rs. 4750.00 (Four Thousand Seven Hundred Fifty) in the form of a Demand Draft from Scheduled / Nationalized Bank drawn in favour of TSECL and it has to besubmitted along with bid document towards EMD, failing which the bid will be rejected. Bidders are requested to write their name and full address at the back of Demand Draft.

    vi. The duly filled-in tender documents shall not be accepted if they are not accompanied by the Demand Draft towards the Tender fee and the requisite bid security (EMD).

    vii. The Qualifying &Technical Bids will be opened at the office of the tendering authority office in presence of bidders or their representative. Only one representative will be allowed. At the first stage the Qualifying &technical bids shall be evaluated by the tendering authority. At the second stage, the Financial

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 4

    Bids of only those bidders who qualify first stage will be opened. After evaluation of the Financial Bids, will give its specific recommendation(s) regarding the lowest responsive bid, which is to be selected along with a comparative statement duly signed by the TSECL representative.

    viii. TSECL reserves the right to amend or withdraw any of the terms and conditions contained in the Tender Document or to reject any or all tenders without giving any notice or assigning any reason. The decision of the Tendering authority (DGM, ED-II) in this regard shall be final and binding on all.

    ix. The Bidder is expected to examine all instructions, forms, specifications, terms and conditions in the Bid Documents. Failure to furnish all information and documents required as per the Bid Documents or 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

    -Sd-Dy. General Manager

    Electrical Division No-II,Bordowali, Agartala

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 5

    SECTION - II

    INSTRUCTIONS FOR BIDDERS

    Instructions to the Bidders to submit the bids in the tender box at the tendering authority office(Office of the Dy. General Manager, Electrical Division No-II, Bordowali, Agartala):

    The bidders must carefully follow the instructions:

    1 Bidder may go through the tenders published on the site and download the required tender documents/ Annexures for the tenders he/she is interested.

    2 After downloading /getting the tender document/ Annexures/ Appendices, the Bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected.

    3 If there are any clarifications, this may be obtained through the contact details. Bidder should take into account the corrigendum / Addendum published/issued, if any, before submitting the bids.

    4 It is construed that the bidder has read and agreed all the terms and conditions before submitting their offer. Bidder should go through the tender Annexure and appendices carefully and submit the documents as called for; otherwise, the bid will be rejected.

    5 Bidder should take into account the corrigendum / Addendum published/issued from time to time before submitting the bids.

    6 The Bidders can update, well in advance, the documents such as certificates, annual report details etc., and then submit along with bid documents during bid submission.

    7 Bidder should submit the Tender document cost/ EMD as specified in the schedule of tender (Section-I) along with the bid document.

    8 While submitting the bids, the bidder reads the terms & conditions and accepts the same to proceed further to submit the bid packets.

    9 All the communications from the tendering authority office to the bidders regarding every stage of tender processing activity will be sent through email of the bidder. Therefore, the bidders are requested to regularly check their email.

    10 For any queries regarding tendering process, the bidders are requested to contact as provided in the tender document. Simultaneously for any further queries, the bidders are asked to contact over phone.

    11 The bidder shall bear all cost and expenses associated with purchase and submission of its bid document and TSECL will not be responsible or liable in any case for those cost, regardless of the conduct or outcome of the bidding process.

    12 The Bid prepared by the Bidders and all correspondence and documents relating thereto, exchanged by the Bidder and TSECL, shall be written in English language, provided that any printed literature furnished by the bidder may be written in another language so long as accompanied by an English translation of its pertinent passages. Failure to comply with this may disqualify a bid. For purposes of interpretation of the bid, the English translation shall govern.

    13 TAXES AND DUTIES

    All CGST, SGST shall be extra and other levies shall be payable by the bidders. The bid price shall also be including other levies in bid price no claim on this behalf shall be entertained by TSECL under the Contract.

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 6

    SECTION - III

    GENERAL TERMS AND CONDITIONS

    1. Parties: The parties to the Contract are the Contractor (the tenderer to whom the work is awarded) and the DGM, ED-II for and on behalf of the TSECL.

    2. Addresses: For all purposes of the contract including arbitration there under, the address of the Contractor mentioned in the tender shall be final unless the Contractor notifies a change of address by a separate letter sent by registered post to the TSECL. The contractor shall be solely responsible for the consequences of any omission or error to notify change of address in the aforesaid manner.

    3. Earnest Money Deposit (EMD):

    a) Earnest Money of Rs.4750.00 (Four Thousand Seven Hundred Fifty) shall be paid by Demand draft, drawn on any Nationalized or Scheduled Bank in favour of TSECL, payable at Agartala as mentioned in the notice inviting tender. Earnest Money in cash or in the form of cheque or in any other form will not be accepted.

    b) The Earnest Money of the tenderer will be refunded without interest within reasonable time after final decision of the tender, normally within six months from the date of opening of tenders.

    c) Request for transfer of any previous deposits such as previous earnest money or security deposit or payment of any pending bill for transfer towards earnest money shall not be entertained.

    d) Tenderer shall not be permitted to withdraw his offer or modify the terms and conditions thereof. In case the tenderer fails to observe and comply with the stipulations made herein or backs out after quoting the rates the aforesaid amount of earnest money will be forfeited.

    e) The tenders without Earnest Money Deposit will be summarily rejected.

    f) No claim shall lie against the Government/ TSECL in respect of erosion in the value or interest on the amount of earnest money deposit or security deposit.

    g) The earnest money shall be forfeited:

    a. If a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the bid form; or

    b. In case of a successful Bidder fails:

    i) to sign the contract; or

    ii) to furnish the ‘Contract Performance Guarantee’.

    4. Period of validity of Bid: Bid shall be valid for 90 days after the date of opening of bids.

    5. Period of Contract/Duration: The contract will be initially for a period of one year. However, the contract may be extended subsequently, on mutual consent, and on same terms and conditions for a period of not more than one year at a time on review of performance, depending upon the requirements and administrative conveniences of the office

    6. Preparation and Submission of Tender:

    The Bid shall be submitted in 2(two) parts in separate sealed envelopes properly super scribing tender no., name of work and bid opening date as follows:

    The necessary documents should be submit along with bid documents

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 7

    Below are the documents to be submitted by bidder at the time of submitting bid.

    Cover-1: Qualifying bid & Technical Bid (The list of the documents to be attach)

    i. Declarations as in Annexure-I.

    ii. Self-Attested copy of Registration of firm/company.

    iii. Self-Attested copy of PAN card of firm/company/individual.

    iv. Self-Attested Copy of the IT return filed for the last financial year.

    v. Self-Attested Copy of Goods Service Tax (GST) registration certificate.

    vi. Self-Attested copy of document showing current insurance of the vehicle

    vii. Self-Attested Copy of Registration Certificate of vehicle

    viii. Self-Attested Copy of pollution clearance Certificate of vehicle

    ix. Self-Attested Copy Road Tax clearance certificate

    x. DD of EMD as stipulated schedule of tender.

    xi. DD for the cost of bid document as stipulated schedule of tender.

    All the documents mentioned above are for establishing the eligibility and non-submission of these documents will result in rejection of the tender. Original of all such documents shall be liable to be produced for verification, failing which such documents shall be rejected.

    Cover-2: Financial bid

    The quotation should be filled in the financial bid document downloaded from website (BOQ sheet) and the same should be to submit.

    Signing of Tender:

    Individual signing the tender or other documents connected with contract must specify whether he signs as

    a) A “sole proprietor‟” of the concern or constituted attorney of such sole proprietor.

    b) A partner of the firm, if it be a partnership firm, in which case he must have authority to execute contracts on behalf of the firm and to refer to arbitration disputes concerning the business of the partnership either by virtue of the partnership agreement or by a power ofattorney duly executed by the partners of the firm.

    c) Director or a principal officer duly authorized by the Board of Directors of the Company, if it is a Company.

    Note:

    (1) In case of partnership firms, a copy of the partnership agreement, or general power of attorney duly attested by a Notary Public, should be furnished on stamped paper duly sworn or affirmed by all the partners admitting execution of the partnership agreement or the general power of attorney.

    (2) In the case of partnership firms, where no authority to refer disputes concerning the business of partnership firm has been conferred on any parties, the tender and all other related documents must be signed by all partners of the firm.

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 8

    (3) A person signing the tender form or any documents forming part of the tender on behalf of another person should have an authority to bid on behalf of such other person and if, on enquiry it appears that the persons so signing had no authority to do so, the TSECL may, without prejudice cancel the contract and hold the signatory liable for all costs, consequences and damages under the civil and criminal remedies available.

    (4) All the pages of tender should be serial numbered, signed by the bidder and affix his firm’s stamp at each page of the tender document and all its Annexures as the acceptance of the offer made by the tenderer will be deemed as a contract . NO PAGE SHOULD BE REMOVED/ DETACHED FROM THIS NOTICE INVITING TENDER.

    8. Technical/Qualifying Bid:

    a) The Technical bid should be submitted in Cover-1 mentioned above.

    b) All documents asked must be submit as part of Technical/Qualifying bid.

    9. Financial Bid:

    a) The Financial Bid should be submitted in Cover-2 mentioned above. The Financial Bids of those bidders who are found qualified, will be opened on a specified date and time mentioned in schedule of tender.

    b) The rates quoted shall be firm and final for the entire period of contract.

    c) Terms of payment shall be as per the prevailing norms of TSECL.

    d) At the time of payment of bills, the income tax and other taxes, if any, shall be deducted at source as per Government rules and guidelines as may be prevailing at the time of payment. However applicable GST will be paid extra on production of deposit challan.

    10. Amendment to tender document:

    a) At any time, prior to the date of submission of bid, purchaser may, for any reason whether at its own initiative or in response to a clarification required by a prospective bidder, modify the bid documents by amendments.

    b) The amendments shall be notified in writing to all prospective bidders and these amendments will be binding on them. A prospective bidder, requiring any clarification on the Bid document shall notify the purchaser or hirer in writing. The purchaser shall respond in writing to any request for the clarification of bid document which it receives not later than 7 days prior to the date of opening of Tender.

    11. Opening of Tender:

    The bidder is at liberty either to be present himself or authorize not more than one representative to be present at the opening of the tender. The representative attending the opening of the tender on behalf of the bidder should bring with him a letter of authority from the bidder as per the format at Annexure-III and proof of identification. Also, the tender shall be opened at office of the Dy, General Manager, Electrical Division No-II, Bordowali, Agartala. In case the Government of Tripura/India subsequently declares the date fixed the opening of the bid is holiday, the bid shall be opened on next working day.

    12. Criteria for Evaluation of Tenders:

    The evaluation of the tenders will be made first on the basis of qualification &technical information furnished in form given in Cover-1 and then on the basis of Financial information furnished in form given in Cover-II. The Financial bid of such firms found short listed based on as per Cover-I will be opened on the date, time and venue to be announced after evaluation of the Technical Bid. It must be kept in view that no decision will be given by the Tender Evaluation Committee or any

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 9

    inference drawn during the meeting of this Committee by the tenderers or their representatives will be their own view and the TSECL will not be responsible and abide by the same. The reasons for selection or rejection of a particular tender will not be disclosed. The award of work will be further subject to terms and conditions of tender.

    a) Bid shall be evaluated to determine whether it is complete, whether documents have been properly signed and are generally in order.

    b) The tendering authority 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 bid documents without material deviation. A bid determined as substantially non-responsive may be rejected.

    c) The tendering authority shall evaluate and compare the substantially responsive bids andcomparison of bids shall be on the rate quoted (inclusive all levies and taxes except GST) asindicated in the rate schedule of the bid document.

    d) Financial Bids shall be evaluated based on the prevailing norms of TSECL.

    The successful bidder is required to submit tender document, duly signed on all pages for having read, understood and accepted all the terms & conditions associated with the bid and the resultant contractual obligations.

    13. Right of Acceptance:

    a) The Dy. General Manager, Electrical Division No-II, TSECL reserves all rights to reject any tender including of those tenderers who fail to comply with the instructions without assigning any reasonwhatsoever and does not bind itself to accept the lowest or any specific tender. The decision of the Dy. General Manager, Electrical Division No-II, TSECL in this regard is final and binding.

    b) Any failure on the part of the tenderer to observe the prescribed procedure and any attempt to canvass for the work will prejudice the tenderers quotation.

    14. Communication of Acceptance:

    Successful Bidder will be informed of the acceptance of his tender in writing.

    15. Security Deposit:

    The successful tenderer will have to deposit a contract performance security (security deposit) for an amount of 10% (Ten percent) of the value of the contract in the form of a Bank Guarantee for the validity period of 15 months. The Security Deposit will not be adjusted against any payment due to the firm from the TSECL, TSECL or the Central Government.

    a) The Security Deposit can be forfeited wholly in the event of any breach or negligence or non–observance of any condition of contract or for unsatisfactory performance. On expiry of the contract, such portion of the said security deposit as may be considered by the TSECL sufficient to cover any incorrect or excess payments made on the bills to the firm, shall be retained until the finalaudit report on the account of firm’s bill has been received and examined.

    b) A letter of award will be issued to the successful bidder. Successful bidder shall have to submit a performance security bond within 14 (fourteen) days from the issue of the letter of award, from scheduled bank as per the format given in Annexure-II.

    c) The final acceptance will be only after the production of the performance security bond and EMD of successful bidder shall be refunded within a week of the receipt of the performance security bond.

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 10

    16. Penalties:

    a) Vehicles should be made available at 8.0am at the reporting office.

    b) The vehicle should report at the specified reporting time. In case of delay in reporting, acceptance of the vehicle will be at the discretion of the controlling officer subject to following conditions:

    i. If vehicle is accepted after delayed reporting, a penalty of Rs.100/= will be imposed for that day.

    ii. In case of breakdown, if the vehicle is not replaced within one & half hour, penalty of Rs.800/= per occasion will be imposed and deduction from the monthly bill.

    iii. TSECL reserves the right to call the vehicles before stipulated duty hour and beyond duty hour. Vehicles should be made available on call basis beyond the office hours in the all days, failing which the penalty of Rs. 500/= will be imposed on each occasion.

    17. Subletting of Work:

    The firm shall not assign or sublet the work or any part of it to any other person or party without having first obtained permission inwriting from the competent authority, which the authority will be at liberty to refuse if he thinks fit.

    18. Terms of payment:

    a) No payment shall be made in advance nor any loan from any bank or financial institution shall be recommended on the basis of the order of award of work.

    b) The contractor shall submit the monthly bill in the first week of following month in respect of previous month (in case of monthly payments) for sanction of the amount of bill and passing the bill for payment.

    c) All payments shall be made by Banker Cheque Only.

    d) The competent authority shall be at liberty to withhold any of thepayments in fullor inpart subject to recovery of penalties mentioned in this tender.

    e) The term “payment” mentioned in this para includes all types of payment due to the contractor arising on account of this contract excluding Earnest Money and Security Deposit governed by the separate clauses of the contract.

    f) Wherever applicable all payments will be made as per rate schedule of payments as submitted Commercial bid of the successful bidder.

    19. Termination of Contract:

    Competent authority, without prejudice to any other remedy, for breach of contract, may terminate the contract in whole or in parts.

    a) If the contractor fails to arrange the supply of the vehicles within the period(s) specified in the contract or any extension thereof granted by competent authority.

    b) If the contractor fails to perform any other obligation (s) under the General & special conditions of the contract and all clauses of this tender which are integral part of this tender.

    c) Competent authority may without prejudice, to other rights under law or the contract provided get the hiring of vehicles done at the risk and cost of the contractor, in above circumstances.

    d) Termination for Insolvency: The competent authority may at any time terminate the Contract by giving written notice to the contractor, without compensation to the contractor. If the contractor becomes bankrupt or otherwise insolvent as declared by the competent court provided that such

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 11

    termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the TSECL.

    20. Agreement:

    The successful bidder will have to enter an agreement initially for a period of one year, further extendable subject to clause 5 of section-III. In the TSECL form.

    21. Arbitration:

    If any difference arises concerning this Agreement, its interpretation on the payment to be made there under, the same shall be settled by mutual consultations and negotiations. In the event of any question, dispute or difference arising under the agreement or in connection there with (except as to matter the decision to which is specifically provided under this agreement), the same shall be referred to sole arbitration TSECL. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996. The arbitration proceedings shall take place at Agartala and shall be conducted in English. The provisions of Arbitration and Conciliation Act, 1996 and the rules framed there under and in force shall be applicable to such proceedings.

    22. Set Off:

    Any sum of money due and payable to the contractor (including security deposit refundable to him) under this contract may be appropriated by purchaser and set off the same against any claim of the purchaser for payment of a sum of money arising out of this contract or under any other contractmade by contractor with purchaser.

    23. Force Majeure:

    If any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is 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 (hereinafter 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 events be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such on performance or delay in performance under the contract shall be resumed as soon as practicable after such an event may come to an end or cease to exist, and the decision of the purchaser as to whether the supplies/services have been so resumed or not shall be final and conducive, 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.

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 12

    SECTION – IV

    (SPECIFIC TERMS & CONDITIONS)

    1. The manufacturing date of the vehicle must be on or after 1st January’’2016 onwards and also having valid registered as commercial vehicles. The category of vehicle should be TATA MAGIC/ACE having sitting arrangement for atleast 5 (five) persons.

    2. Eligibility/ qualifying of bidder:

    Documentary evidence for the under mentioned items should be submitted along with the bid for:

    a Declarations as in Annexure-I.

    b Self-Attested copy of Registration of firm / company.

    c Self-Attested copy of PAN card of firm/company/individual.

    d Self-Attested Copy of the IT return filed for the last financial year.

    e Self-Attested Copy of Goods Service Tax (GST) registration certificate.

    f Self-Attested copy of document showing current insurance of the vehicle.

    g Self-Attested Copy of Registration Certificate of vehicle.

    h Self-Attested Copy of pollution clearance Certificate of vehicle.

    i Self-Attested Copy Road Tax clearance certificate.

    j DD of EMD as stipulated schedule of tender.

    k DD for the cost of bid document as stipulated schedule of tender.

    3. The bidder should own or have on lease minimum of 2 vehicles of model not older than 1st January’’2016 registered as commercial vehicles in their names or firm’s name for use as commercial vehicles. The proof of ownership or lease holding should be produced along with the qualifying bid documents.

    4. The vehicle should be registered as a commercial vehicle and the model not older than 1st January’’2016. The lowest bidder shall make available the vehicle at the place, to be decided by the TSECL, for inspection. If the TSECL is satisfied with the condition of the vehicles, only then work order shall be awarded to the lowest bidder. If the lowest bidder is not able to provide vehicle(s) in good condition resulting in non-issue of work order, the earnest money of such bidder shall be forfeited.

    5. The bidder shall submit the proof of ownership in case of own vehicle or in case of leased/ hold vehicles a power of attorney/affidavit, authorizing the bidder to use the vehicle for hiring, on stamp paper from Notary.

    6. All costs towards the running of the vehicle i.e. cost of fuel, oil, lubricants, repairing charges etc., i/c pay and allowances of driver and handyman will have to be borne by the owner of the vehicle.

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 13

    7. Self-starter, Kilometre Recorder and Speedometer must be in operative.

    8. Normal Duty Hrs: 14(Fourteen) hours per day on all days of month but the vehicle may be used beyond 14(Fourteen) hours for which no extra payment for making of OT allowances to the driver and no extra detention charge shall be considered & only mileage charge will be given.

    9. Any breakdown/defect/accident of the vehicle will have to be attended by the owner at his own risk and cost of substitute vehicle shall have to be provided by the owner in case, the engaged vehicle breaks down, otherwise, the same shall be engaged by the authority for the period of breakdown at the risk and cost of the owner @ Rs. 1000 per day.

    10. The contractor/ bidder will have full liability under sections of Motor vehicles Act 1968 and IPC causing death or permanent disability developed by the vehicle supplied by the Contractor. The hiring authority shall have no responsibility and will not entertain any claim in this regard in any circumstances. The contractor/bidder shall indemnify the purchaser from such incidences.

    11. In case of change of vehicle by the contractor during the currency of the contract, the proof of ownership in case of own vehicle or in case of leased/ hold vehicles a copy of power of attorney/affidavit should be submitted within 7 (seven) days of such change for such changed vehicles.

    12. The vehicle can run in any place of Tripura in the interest of works of TSECL. On that account no extra benefit will be given for out-station duty.

    13. The vehicle shall have to work under any Section/Cell/Sub-station/Sub-Division/Division as and when required.

    14. The day-to-day journey shall be recorded in the Log Book duly signed by the Engineer-in-charge/ traveller. Without signature of the traveller, Log Book should not be entertained.

    15. The rates shall be inclusive of all taxes and duties including local tax. GST will be paid extra.

    16. The contract will be initially for a period of one year. However, the contract may be extended subsequently, on mutual consent, and on same terms and conditions for a period of not more 1(one)year at a time on review of performance, depending upon the requirements and administrative conveniences of the office.

    17. Demand Draft for an amount of Rs. 500.00 (Rupees: Five Hundred only/-) (non-refundable) from Nationalized/scheduled bank drawn in favour of TSECL, has to be submitted along with bid document towards tender document fee, failing which the bid will be rejected. Bidders are requested to write their name and full address at the back of the Demand Draft.

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 14

    18. The applicant has to deposit Earnest Money (EMD) of Rs. 4750.00 (Four Thousand Seven Hundred Fifty) in the form of a Demand Draft from Scheduled / Nationalized Bank drawn in favour of TSECL and it has to be submitted along with bid document towards

    19. EMD, failing which the bid will be rejected. Bidders are requested to write their name and full address at the back of Demand Draft.

    20. The successful tenderer will have to deposit a Contract performance security (security deposit) for an amount of 10% (Ten percent) of the value of the contract in the form of a Bank Guarantee for the validity period of 15 months as per Annexure-II. The Security Deposit will not be adjusted against any payment due to the firm from the TSECL or the Central Government. No interest will be allowed on security deposit money. The earnest money will be released after received of the security deposit.

    21. The Contract performance Security Deposit can be forfeited wholly in the event of any breach or negligence or non–observance of any condition of contract or for unsatisfactory performance. On expiry of the contract, such portion of the said security deposit as may be considered by the TSECL sufficient to cover any incorrect or excess payments made on the bills to the firm, shall be retained until the final audit report on the account of firm’s bill has been received and examined.

    22. Successful bidder shall have to submit a performance security bond within 14 (fourteen) days from the issue of the Letter of Award, from scheduled bank as per the format given in Annexure-II.

    23. Driver and vehicle should not be changed frequently. If in most unavoidable circumstances the change of driver/vehicle is required, prior intimation should be given to the user concerned.

    24. Period of contracts: Under normal circumstances the contract shall be valid for a period of one year from the date of issue of work order. The TSECL may cancel the contract during the contract period without assigning any reason. However, the period of contract can be extended for a further period of one year at the discretion of the TSECL. The contract so extended by the TSECL, will be on the same rate and terms & conditions. After expiry of the extended period the contract will automatically come to an end and no separate notice will be given.

    25. If the successful bidder fails to deploy vehicle in duty within 10 (ten) days from the date of issuance of order to carry out the work within the prescribed period, the earnest money as well as CPG will be forfeited.

    26. Item(s) for which no rate or price has been entered by the contractor / agency. Shall not be paid for and shall be deemed covered by the other rates / prices in the contract.

    27. When there is a difference between the rates in figure and words, the rates which correspond to the amount worked out by the contractor shall be taken as correct. If the rate quoted by the contractor in figures and words tallies but the amount is not worked out correctly, the rate quoted by the contractor shall be taken as correct.

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 15

    28. The bidder should put his initials on all corrections to rates and items in the bids.

    29. The bidder shall sign on every page of the Schedule Price bidding in full.

    30. If the driver is found to delay in reporting to work as desired by the engaging authority, Rs.100.00per hour shall be deducted in each case from the monthly bill value.

    31. The vehicle should be capable to carrying out the bamboo Ladder. Ladder carrying facility should be arranged by the owner of the vehicle at his own cost and risk. The length of the ladder shall be minimum 10m and above.

    32. Payment shall be as per TSECL norms. Payment will be made by way of Banker Cheque against the submission of monthly bills (in triplicate) with Log Book duly signed by the designated user(s). The monthly bill shall be paid only after-tax deduction at source (TDS) as applicable from time to time. However, Goods & Service Tax (GST) will be paid extra as per Govt. rates applicable from time to time. Proof of deposit of Goods & Service Tax (GST) to appropriate authority should be submitted quarterly to respective TSECL for the vehicles under their respective control.

    33. Rate if firm. No hike in rate will be allowed if there is a hike in the price of diesel and or spare parts of vehicle.

    34. The successful bidder must have a telephone number (Landline & Mobile) and the driver of the vehicle must be provided with mobile telephone so that he may be contacted at any point of time.

    35. The vehicle should have valid commercial Registration and updated Road tax clearance, Insurance, PUC, Fitness.

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 16

    Annexure-I

    DECLARATION

    FOR NON-TAMEPRING OF TENDER DOCUMENT FROM

    “I/We………………………………………. (authorized signatory) hereby declare that the tender

    document submitted has been read the terms & conditions of the above-mentioned tenderand no

    addition / deletion / correction has been made in the document. I also declare that I have enclosed

    a DD for Rs………………………………. towards the cost of tender document & DD for

    Rs………………………………. towards the cost of EMD.

    1. Having read the terms & conditions of the above-mentioned tender and services to be provided, I/we undersigned, offer to provide light commercial vehicle in conformity with the conditions of contract and specifications for the sum shown in the schedule of prices attached herewith in separate sealed cover and made part of this Bid.

    2. I/We undertake, to enter into agreement within 15days 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 bank guarantees from a Scheduled Bank for a sum as mentioned in this tender document for due performance of the Contract.

    4. We agree to abide by this Bid for a period of 90 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiry 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 are properly sealed and prepared so as to prevent any subsequent alteration and/or replacement.

    7. We understand that you are not bound to accept the lowest or any bid, you may receive.

    8. DGM, ED-II on behalf of TSECL reserves the right to cancel the tender without assigning any reason.

    9. DGM, ED-II on behalf of TSECL reserves the right to reject any or all tenders without assigning any reasons whatsoever.

    Place : Signature of tenderer

    Date:

    Name of the Tenderer

    Seal of the Tenderer

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 17

    Annexure-II

    PROFORMA OF BANK GUARANTEE FOR

    CONTRACT PERFORMANCE

    (To be stamped in accordance with stamp Act)

    Ref. …………………………. Bank Guarantee No. ……………………………

    Date ……………………………

    ToTripura State Electricity Corporation LimitedBidyut Bhavan, North Banamalipur,Agartala – 799001,West Tripura.

    Dear Sir,

    In consideration of Tripura State Electricity Corporation Limited (hereinafter referred to as the ‘Owner’, which expression shall unless repugnant to the contest or meaning thereof include its successors, administrators and assigns) having awarded to M/s ……………………….. with its registered / Head office at …………………………….(hereinafter referred to as ‘Contractor’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issued of Owner’s Letter of Award No……………………..dated………………….and the same having been acknowledged by the Contractor, resulting in a Contract bearing No. ………………dated ………………….valued at ……………for …………………(scope of contract) and the Contactor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to …………………………being .(%) per cent) of the said value of the Contract to the Owner.

    We, ……………………………………………………………………… (Name & Address) having its Head Office at…………………………….(hereinafter referred to as the ‘Bank’, which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators , executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any or all monies payable by the Contractor to the extent of …………………………………………………………………..as aforesaid at any time up to ………………………… ** (see in note below) ………………………….. (days/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor.

    Any such demand made by the Owner on the bank shall be conclusive and binding notwithstanding any difference between the Owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Owner and further agrees that the guarantee herein contained shall continue to be enforceable till the Owner discharges this guarantee.

    The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under the guarantee, from time to time to extend the time for performance or the Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this guarantee, to

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 18

    postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to for bear to enforce any covenants, contained or implied, in the Contact between the Owner and the Contractor or any other course or remedy or security available to the Owner. The Bank shall not be released to its obligations under these presents by any exercise by the Owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act of omission or commission on the part of the Owner or any other indulgences shown by the Owner or by any other matter or thing what so ever which under law would, but for this provision have the effect of relieving the Bank.

    The bank also agrees that the Owner at its option shall be entitled to enforce this guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and not withstanding any security or other guarantee the Owner may have in relation to the Contactor’s liabilities.

    Notwithstanding anything contained herein above our liability under this guarantee is restricted to ………..and it shall remain in force upto and including ……………..and shall be extended from time to time for such period (not exceeding one year), as may be desired M/s …………….on whose behalf this guarantee has been given.

    Dated this ………………. day of …………………200…………………. At ……………

    WITNESS

    …………………………………… ……………………………………

    (Signature) (Signature)

    …………………………………… ……………………………………

    (Name) (Name)

    …………………………………… ……………………………………

    (Official Address) (Official Address)

    Attorney as per Power

    Of Attorney No. …………………………….

    Date ……………………………………….

    NOTES:

    This sum shall be ‘ten per cent (10 %)’ of the Contact Price.

    ** The date will be ninety (90) days after the end of date of ‘Warranty Period’ as specified in the Contract.

  • (A Government of Tripura Enterprise)

    Signature of bidder Page 19

    BOQ

    Name of work: - Hiring of Commercial Vehicles (TATA MAGIC/ACE) along with Driver having valid commercial license from the Transport authority, Tripura for Office of the Sr. Manager, Electrical Sub-Division, Jogendra Nagar, Agartala for operation & maintenance of HT/LT Line & Sub-Station for a period of 1(One) year.

    Sl. Particulars Unit QuantityRate (Rs.)In word

    Amount (Rs.)

    a Detention Charge Days 365

    bRunning kilometre Charges 365days

    Km 20075

    TotalSay Rs.

    (Rupees __________________________________________________________) only.

  • Office of the Deputy General Manager,

    Electrical Division No-II, Bordowali,

    Agartala, 799003

    Ph: 03812374595, email:[email protected]

    TENDER DOCUMENT

    FOR

    Hiring of Commercial Vehicles (TATA MAGIC/ACE) along with Driver having valid commercial license from the Transport authority, Tripura for Office of the Sr. Manager, Electrical Sub-Division, Jogendra Nagar, Agartala for operation & maintenance of HT/LT Line & Sub-Station for a period of 1(One) year.

    NIT No.: DGM/ED-II/TSECL/2018-19/05 Dated. 19.12.2018

    Not transferable

    (Visit us at www.tsecl.in)

    Price of Bid Document: Rs. 500.00 only (Non-refundable)

    SECTION - I

    NOTICE INVITING TENDER

    On behalf of TSECL, The Dy. General Manager, Electrical Division No-II, Bordowali hereby invited in Two bid system i.e. Qualifying &Technical bid and Financial bid for Hiring of Commercial Vehicles (TATA MAGIC/ACE) along with Driver having valid commercial license from the Transport authority, Tripura for Office of the Sr. Manager, Electrical Sub-Division, Jogendra Nagar, Agartala for operation & maintenance of HT/LT Line & Sub-Station for a period of 1(One) year. The vehicle should not older than January’2016 model or onwards.

    Schedule of Tender

    S No.

    Activity

    Description

    Schedule

    1

    Tender No

    NIT No.: DGM/ED-II/TSECL/2018-19/05 Dated. 19.12.2018

    2

    Availability of bid document in the website

    From 30.12.2018. The tender document is available only at the website www.tsecl.inwhich may be downloaded by intending bidder. No document can be sold from tendering authority office.

    3

    Time and last date of submitting bid

    19.01.2019 at 13:00 hrs.

    Place of dropping

    Office of the Dy. General Manager, Electrical Division No-II, Bordowali, Agartala

    4

    Time and Date of Opening of qualifying Bid& Technical Bid

    21.01.2019 at 11:30 hrs. if possible

    5

    Time and Date of Opening of Financial Bid

    21.01.2019 at 03:30 hrs. if possible

    6

    Validity of tender offer

    90 days from the date of opening

    7

    Estimated cost of tender

    Rs. 2,37,433.00

    8

    Amount of EMD to be deposited

    Rs. 4750.00

    9

    Cost of Bid Document

    Rs 500.00(Non-refundable)

    10

    Likely date for commencement of contract

    01.02.2019

    The contract will be initially for a period of one year. However, the contract may be extended subsequently, on mutual consent, and on same terms and conditions for a period of not more 1(one)year at a time on review of performance, depending upon the requirements and administrative conveniences of the office.

    Criteria:

    i. The tender documents can be downloaded from the website of www.tsecl.infrom 30.12.2018 to 18.01.2019. No document can be sold from the tendering authority office.

    ii. The intending bidders may submit the tenders in the tender box available at office of the tendering authority office in two bids systems {i.e. (i) Qualifying &Technical Bid and (ii) Financial Bid} in the prescribed manner.

    iii. Interested bidders may submit their tender as per the tender document in the tender box at the office of the tendering authority office. Bidders are requested to follow the instructions carefully as per the tender document and the instructions given in the above said website. All the documents in support of eligibility criteria etc. are also to be xerox and submit along with the Tender Documents. Tender documents sent by any other mode will not be accepted. No tender documents will be accepted after the expiry of stipulated date and time for the purpose under any circumstances what so ever. Any corrigendum/addendum regarding this tender will be available on the above said website only.

    iv. Demand Draft for an amount of Rs. 500.00 (Rupees: Five Hundred only/-) (non-refundable) from Nationalized/scheduled bank drawn in favour of TSECL, has to be submitted along with bid document towards tender document fee, failing which the bid will be rejected. Bidders are requested to write their name and full address at the back of the Demand Draft.

    v. The applicant has to deposit Earnest Money (EMD) of Rs. 4750.00 (Four Thousand Seven Hundred Fifty) in the form of a Demand Draft from Scheduled / Nationalized Bank drawn in favour of TSECL and it has to be submitted along with bid document towards EMD, failing which the bid will be rejected. Bidders are requested to write their name and full address at the back of Demand Draft.

    vi. The duly filled-in tender documents shall not be accepted if they are not accompanied by the Demand Draft towards the Tender fee and the requisite bid security (EMD).

    vii. The Qualifying &Technical Bids will be opened at the office of the tendering authority office in presence of bidders or their representative. Only one representative will be allowed. At the first stage the Qualifying &technical bids shall be evaluated by the tendering authority. At the second stage, the Financial

    Bids of only those bidders who qualify first stage will be opened. After evaluation of the Financial Bids, will give its specific recommendation(s) regarding the lowest responsive bid, which is to be selected along with a comparative statement duly signed by the TSECL representative.

    viii. TSECL reserves the right to amend or withdraw any of the terms and conditions contained in the Tender Document or to reject any or all tenders without giving any notice or assigning any reason. The decision of the Tendering authority (DGM, ED-II) in this regard shall be final and binding on all.

    ix. The Bidder is expected to examine all instructions, forms, specifications, terms and conditions in the Bid Documents. Failure to furnish all information and documents required as per the Bid Documents or 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

    -Sd-

    Dy. General Manager

    Electrical Division No-II,

    Bordowali, Agartala

    SECTION - II

    INSTRUCTIONS FOR BIDDERS

    Instructions to the Bidders to submit the bids in the tender box at the tendering authority office(Office of the Dy. General Manager, Electrical Division No-II, Bordowali, Agartala):

    The bidders must carefully follow the instructions:

    1 Bidder may go through the tenders published on the site and download the required tender documents/ Annexures for the tenders he/she is interested.

    2 After downloading /getting the tender document/ Annexures/ Appendices, the Bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected.

    3 If there are any clarifications, this may be obtained through the contact details. Bidder should take into account the corrigendum / Addendum published/issued, if any, before submitting the bids.

    4 It is construed that the bidder has read and agreed all the terms and conditions before submitting their offer. Bidder should go through the tender Annexure and appendices carefully and submit the documents as called for; otherwise, the bid will be rejected.

    5 Bidder should take into account the corrigendum / Addendum published/issued from time to time before submitting the bids.

    6 The Bidders can update, well in advance, the documents such as certificates, annual report details etc., and then submit along with bid documents during bid submission.

    7 Bidder should submit the Tender document cost/ EMD as specified in the schedule of tender (Section-I) along with the bid document.

    8 While submitting the bids, the bidder reads the terms & conditions and accepts the same to proceed further to submit the bid packets.

    9 All the communications from the tendering authority office to the bidders regarding every stage of tender processing activity will be sent through email of the bidder. Therefore, the bidders are requested to regularly check their email.

    10 For any queries regarding tendering process, the bidders are requested to contact as provided in the tender document. Simultaneously for any further queries, the bidders are asked to contact over phone.

    11 The bidder shall bear all cost and expenses associated with purchase and submission of its bid document and TSECL will not be responsible or liable in any case for those cost, regardless of the conduct or outcome of the bidding process.

    12 The Bid prepared by the Bidders and all correspondence and documents relating thereto, exchanged by the Bidder and TSECL, shall be written in English language, provided that any printed literature furnished by the bidder may be written in another language so long as accompanied by an English translation of its pertinent passages. Failure to comply with this may disqualify a bid. For purposes of interpretation of the bid, the English translation shall govern.

    13 TAXES AND DUTIES

    All CGST, SGST shall be extra and other levies shall be payable by the bidders. The bid price shall also be including other levies in bid price no claim on this behalf shall be entertained by TSECL under the Contract.

    SECTION - III

    GENERAL TERMS AND CONDITIONS

    1. Parties: The parties to the Contract are the Contractor (the tenderer to whom the work is awarded) and the DGM, ED-II for and on behalf of the TSECL.

    2. Addresses: For all purposes of the contract including arbitration there under, the address of the Contractor mentioned in the tender shall be final unless the Contractor notifies a change of address by a separate letter sent by registered post to the TSECL. The contractor shall be solely responsible for the consequences of any omission or error to notify change of address in the aforesaid manner.

    3. Earnest Money Deposit (EMD):

    a) Earnest Money of Rs.4750.00 (Four Thousand Seven Hundred Fifty) shall be paid by Demand draft, drawn on any Nationalized or Scheduled Bank in favour of TSECL, payable at Agartala as mentioned in the notice inviting tender. Earnest Money in cash or in the form of cheque or in any other form will not be accepted.

    b) The Earnest Money of the tenderer will be refunded without interest within reasonable time after final decision of the tender, normally within six months from the date of opening of tenders.

    c) Request for transfer of any previous deposits such as previous earnest money or security deposit or payment of any pending bill for transfer towards earnest money shall not be entertained.

    d) Tenderer shall not be permitted to withdraw his offer or modify the terms and conditions thereof. In case the tenderer fails to observe and comply with the stipulations made herein or backs out after quoting the rates the aforesaid amount of earnest money will be forfeited.

    e) The tenders without Earnest Money Deposit will be summarily rejected.

    f) No claim shall lie against the Government/ TSECL in respect of erosion in the value or interest on the amount of earnest money deposit or security deposit.

    g) The earnest money shall be forfeited:

    a. If a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the bid form; or

    b. In case of a successful Bidder fails:

    i) to sign the contract; or

    ii) to furnish the ‘Contract Performance Guarantee’.

    4. Period of validity of Bid: Bid shall be valid for 90 days after the date of opening of bids.

    5. Period of Contract/Duration: The contract will be initially for a period of one year. However, the contract may be extended subsequently, on mutual consent, and on same terms and conditions for a period of not more than one year at a time on review of performance, depending upon the requirements and administrative conveniences of the office

    6. Preparation and Submission of Tender:

    The Bid shall be submitted in 2(two) parts in separate sealed envelopes properly super scribing tender no., name of work and bid opening date as follows:

    The necessary documents should be submit along with bid documents

    Below are the documents to be submitted by bidder at the time of submitting bid.

    Cover-1: Qualifying bid & Technical Bid (The list of the documents to be attach)

    i. Declarations as in Annexure-I.

    ii. Self-Attested copy of Registration of firm/company.

    iii. Self-Attested copy of PAN card of firm/company/individual.

    iv. Self-Attested Copy of the IT return filed for the last financial year.

    v. Self-Attested Copy of Goods Service Tax (GST) registration certificate.

    vi. Self-Attested copy of document showing current insurance of the vehicle

    vii. Self-Attested Copy of Registration Certificate of vehicle

    viii. Self-Attested Copy of pollution clearance Certificate of vehicle

    ix. Self-Attested Copy Road Tax clearance certificate

    x. DD of EMD as stipulated schedule of tender.

    xi. DD for the cost of bid document as stipulated schedule of tender.

    All the documents mentioned above are for establishing the eligibility and non-submission of these documents will result in rejection of the tender. Original of all such documents shall be liable to be produced for verification, failing which such documents shall be rejected.

    Cover-2: Financial bid

    The quotation should be filled in the financial bid document downloaded from website (BOQ sheet) and the same should be to submit.

    Signing of Tender:

    Individual signing the tender or other documents connected with contract must specify whether he signs as

    a) A “sole proprietor‟” of the concern or constituted attorney of such sole proprietor.

    b) A partner of the firm, if it be a partnership firm, in which case he must have authority to execute contracts on behalf of the firm and to refer to arbitration disputes concerning the business of the partnership either by virtue of the partnership agreement or by a power of attorney duly executed by the partners of the firm.

    c) Director or a principal officer duly authorized by the Board of Directors of the Company, if it is a Company.

    Note:

    (1) In case of partnership firms, a copy of the partnership agreement, or general power of attorney duly attested by a Notary Public, should be furnished on stamped paper duly sworn or affirmed by all the partners admitting execution of the partnership agreement or the general power of attorney.

    (2) In the case of partnership firms, where no authority to refer disputes concerning the business of partnership firm has been conferred on any parties, the tender and all other related documents must be signed by all partners of the firm.

    (3) A person signing the tender form or any documents forming part of the tender on behalf of another person should have an authority to bid on behalf of such other person and if, on enquiry it appears that the persons so signing had no authority to do so, the TSECL may, without prejudice cancel the contract and hold the signatory liable for all costs, consequences and damages under the civil and criminal remedies available.

    (4) All the pages of tender should be serial numbered, signed by the bidder and affix his firm’s stamp at each page of the tender document and all its Annexures as the acceptance of the offer made by the tenderer will be deemed as a contract . NO PAGE SHOULD BE REMOVED/ DETACHED FROM THIS NOTICE INVITING TENDER.

    8. Technical/Qualifying Bid:

    a) The Technical bid should be submitted in Cover-1 mentioned above.

    b) All documents asked must be submit as part of Technical/Qualifying bid.

    9. Financial Bid:

    a) The Financial Bid should be submitted in Cover-2 mentioned above. The Financial Bids of those bidders who are found qualified, will be opened on a specified date and time mentioned in schedule of tender.

    b) The rates quoted shall be firm and final for the entire period of contract.

    c) Terms of payment shall be as per the prevailing norms of TSECL.

    d) At the time of payment of bills, the income tax and other taxes, if any, shall be deducted at source as per Government rules and guidelines as may be prevailing at the time of payment. However applicable GST will be paid extra on production of deposit challan.

    10. Amendment to tender document:

    a) At any time, prior to the date of submission of bid, purchaser may, for any reason whether at its own initiative or in response to a clarification required by a prospective bidder, modify the bid documents by amendments.

    b) The amendments shall be notified in writing to all prospective bidders and these amendments will be binding on them. A prospective bidder, requiring any clarification on the Bid document shall notify the purchaser or hirer in writing. The purchaser shall respond in writing to any request for the clarification of bid document which it receives not later than 7 days prior to the date of opening of Tender.

    11. Opening of Tender:

    The bidder is at liberty either to be present himself or authorize not more than one representative to be present at the opening of the tender. The representative attending the opening of the tender on behalf of the bidder should bring with him a letter of authority from the bidder as per the format at Annexure-III and proof of identification. Also, the tender shall be opened at office of the Dy, General Manager, Electrical Division No-II, Bordowali, Agartala. In case the Government of Tripura/India subsequently declares the date fixed the opening of the bid is holiday, the bid shall be opened on next working day.

    12. Criteria for Evaluation of Tenders:

    The evaluation of the tenders will be made first on the basis of qualification &technical information furnished in form given in Cover-1 and then on the basis of Financial information furnished in form given in Cover-II. The Financial bid of such firms found short listed based on as per Cover-I will be opened on the date, time and venue to be announced after evaluation of the Technical Bid. It must be kept in view that no decision will be given by the Tender Evaluation Committee or any

    inference drawn during the meeting of this Committee by the tenderers or their representatives will be their own view and the TSECL will not be responsible and abide by the same. The reasons for selection or rejection of a particular tender will not be disclosed. The award of work will be further subject to terms and conditions of tender.

    a) Bid shall be evaluated to determine whether it is complete, whether documents have been properly signed and are generally in order.

    b) The tendering authority 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 bid documents without material deviation. A bid determined as substantially non-responsive may be rejected.

    c) The tendering authority shall evaluate and compare the substantially responsive bids and comparison of bids shall be on the rate quoted (inclusive all levies and taxes except GST) as indicated in the rate schedule of the bid document.

    d) Financial Bids shall be evaluated based on the prevailing norms of TSECL.

    The successful bidder is required to submit tender document, duly signed on all pages for having read, understood and accepted all the terms & conditions associated with the bid and the resultant contractual obligations.

    13. Right of Acceptance:

    a) The Dy. General Manager, Electrical Division No-II, TSECL reserves all rights to reject any tender including of those tenderers who fail to comply with the instructions without assigning any reason whatsoever and does not bind itself to accept the lowest or any specific tender. The decision of the Dy. General Manager, Electrical Division No-II, TSECL in this regard is final and binding.

    b) Any failure on the part of the tenderer to observe the prescribed procedure and any attempt to canvass for the work will prejudice the tenderers quotation.

    14. Communication of Acceptance:

    Successful Bidder will be informed of the acceptance of his tender in writing.

    15. Security Deposit:

    The successful tenderer will have to deposit a contract performance security (security deposit) for an amount of 10% (Ten percent) of the value of the contract in the form of a Bank Guarantee for the validity period of 15 months. The Security Deposit will not be adjusted against any payment due to the firm from the TSECL, TSECL or the Central Government.

    a) The Security Deposit can be forfeited wholly in the event of any breach or negligence or non–observance of any condition of contract or for unsatisfactory performance. On expiry of the contract, such portion of the said security deposit as may be considered by the TSECL sufficient to cover any incorrect or excess payments made on the bills to the firm, shall be retained until the final audit report on the account of firm’s bill has been received and examined.

    b) A letter of award will be issued to the successful bidder. Successful bidder shall have to submit a performance security bond within 14 (fourteen) days from the issue of the letter of award, from scheduled bank as per the format given in Annexure-II.

    c) The final acceptance will be only after the production of the performance security bond and EMD of successful bidder shall be refunded within a week of the receipt of the performance security bond.

    16. Penalties:

    a) Vehicles should be made available at 8.0am at the reporting office.

    b) The vehicle should report at the specified reporting time. In case of delay in reporting, acceptance of the vehicle will be at the discretion of the controlling officer subject to following conditions:

    i. If vehicle is accepted after delayed reporting, a penalty of Rs.100/= will be imposed for that day.

    ii. In case of breakdown, if the vehicle is not replaced within one & half hour, penalty of Rs.800/= per occasion will be imposed and deduction from the monthly bill.

    iii. TSECL reserves the right to call the vehicles before stipulated duty hour and beyond duty hour. Vehicles should be made available on call basis beyond the office hours in the all days, failing which the penalty of Rs. 500/= will be imposed on each occasion.

    17. Subletting of Work:

    The firm shall not assign or sublet the work or any part of it to any other person or party without having first obtained permission inwriting from the competent authority, which the authority will be at liberty to refuse if he thinks fit.

    18. Terms of payment:

    a) No payment shall be made in advance nor any loan from any bank or financial institution shall be recommended on the basis of the order of award of work.

    b) The contractor shall submit the monthly bill in the first week of following month in respect of previous month (in case of monthly payments) for sanction of the amount of bill and passing the bill for payment.

    c) All payments shall be made by Banker Cheque Only.

    d) The competent authority shall be at liberty to withhold any of thepayments in fullor inpart subject to recovery of penalties mentioned in this tender.

    e) The term “payment” mentioned in this para includes all types of payment due to the contractor arising on account of this contract excluding Earnest Money and Security Deposit governed by the separate clauses of the contract.

    f) Wherever applicable all payments will be made as per rate schedule of payments as submitted Commercial bid of the successful bidder.

    19. Termination of Contract:

    Competent authority, without prejudice to any other remedy, for breach of contract, may terminate the contract in whole or in parts.

    a) If the contractor fails to arrange the supply of the vehicles within the period(s) specified in the contract or any extension thereof granted by competent authority.

    b) If the contractor fails to perform any other obligation (s) under the General & special conditions of the contract and all clauses of this tender which are integral part of this tender.

    c) Competent authority may without prejudice, to other rights under law or the contract provided get the hiring of vehicles done at the risk and cost of the contractor, in above circumstances.

    d) Termination for Insolvency: The competent authority may at any time terminate the Contract by giving written notice to the contractor, without compensation to the contractor. If the contractor becomes bankrupt or otherwise insolvent as declared by the competent court provided that such

    termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the TSECL.

    20. Agreement:

    The successful bidder will have to enter an agreement initially for a period of one year, further extendable subject to clause 5 of section-III. In the TSECL form.

    21. Arbitration:

    If any difference arises concerning this Agreement, its interpretation on the payment to be made there under, the same shall be settled by mutual consultations and negotiations. In the event of any question, dispute or difference arising under the agreement or in connection there with (except as to matter the decision to which is specifically provided under this agreement), the same shall be referred to sole arbitration TSECL. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996. The arbitration proceedings shall take place at Agartala and shall be conducted in English. The provisions of Arbitration and Conciliation Act, 1996 and the rules framed there under and in force shall be applicable to such proceedings.

    22. Set Off:

    Any sum of money due and payable to the contractor (including security deposit refundable to him) under this contract may be appropriated by purchaser and set off the same against any claim of the purchaser for payment of a sum of money arising out of this contract or under any other contract made by contractor with purchaser.

    23. Force Majeure:

    If any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is 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 (hereinafter 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 events be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such on performance or delay in performance under the contract shall be resumed as soon as practicable after such an event may come to an end or cease to exist, and the decision of the purchaser as to whether the supplies/services have been so resumed or not shall be final and conducive, 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.

    SECTION – IV

    (SPECIFIC TERMS & CONDITIONS)

    1. The manufacturing date of the vehicle must be on or after 1st January’’2016 onwards and also having valid registered as commercial vehicles. The category of vehicle should be TATA MAGIC/ACE having sitting arrangement for atleast 5 (five) persons.

    2. Eligibility/ qualifying of bidder:

    Documentary evidence for the under mentioned items should be submitted along with the bid for:

    a Declarations as in Annexure-I.

    b Self-Attested copy of Registration of firm / company.

    c Self-Attested copy of PAN card of firm/company/individual.

    d Self-Attested Copy of the IT return filed for the last financial year.

    e Self-Attested Copy of Goods Service Tax (GST) registration certificate.

    f Self-Attested copy of document showing current insurance of the vehicle.

    g Self-Attested Copy of Registration Certificate of vehicle.

    h Self-Attested Copy of pollution clearance Certificate of vehicle.

    i Self-Attested Copy Road Tax clearance certificate.

    j DD of EMD as stipulated schedule of tender.

    k DD for the cost of bid document as stipulated schedule of tender.

    3. The bidder should own or have on lease minimum of 2 vehicles of model not older than 1st January’’2016 registered as commercial vehicles in their names or firm’s name for use as commercial vehicles. The proof of ownership or lease holding should be produced along with the qualifying bid documents.

    4. The vehicle should be registered as a commercial vehicle and the model not older than 1st January’’2016. The lowest bidder shall make available the vehicle at the place, to be decided by the TSECL, for inspection. If the TSECL is satisfied with the condition of the vehicles, only then work order shall be awarded to the lowest bidder. If the lowest bidder is not able to provide vehicle(s) in good condition resulting in non-issue of work order, the earnest money of such bidder shall be forfeited.

    5. The bidder shall submit the proof of ownership in case of own vehicle or in case of leased/ hold vehicles a power of attorney/affidavit, authorizing the bidder to use the vehicle for hiring, on stamp paper from Notary.

    6. All costs towards the running of the vehicle i.e. cost of fuel, oil, lubricants, repairing charges etc., i/c pay and allowances of driver and handyman will have to be borne by the owner of the vehicle.

    7. Self-starter, Kilometre Recorder and Speedometer must be in operative.

    8. Normal Duty Hrs: 14(Fourteen) hours per day on all days of month but the vehicle may be used beyond 14(Fourteen) hours for which no extra payment for making of OT allowances to the driver and no extra detention charge shall be considered & only mileage charge will be given.

    9. Any breakdown/defect/accident of the vehicle will have to be attended by the owner at his own risk and cost of substitute vehicle shall have to be provided by the owner in case, the engaged vehicle breaks down, otherwise, the same shall be engaged by the authority for the period of breakdown at the risk and cost of the owner @ Rs. 1000 per day.

    10. The contractor/ bidder will have full liability under sections of Motor vehicles Act 1968 and IPC causing death or permanent disability developed by the vehicle supplied by the Contractor. The hiring authority shall have no responsibility and will not entertain any claim in this regard in any circumstances. The contractor/bidder shall indemnify the purchaser from such incidences.

    11. In case of change of vehicle by the contractor during the currency of the contract, the proof of ownership in case of own vehicle or in case of leased/ hold vehicles a copy of power of attorney/affidavit should be submitted within 7 (seven) days of such change for such changed vehicles.

    12. The vehicle can run in any place of Tripura in the interest of works of TSECL. On that account no extra benefit will be given for out-station duty.

    13. The vehicle shall have to work under any Section/Cell/Sub-station/Sub-Division/Division as and when required.

    14. The day-to-day journey shall be recorded in the Log Book duly signed by the Engineer-in-charge/ traveller. Without signature of the traveller, Log Book should not be entertained.

    15. The rates shall be inclusive of all taxes and duties including local tax. GST will be paid extra.

    16. The contract will be initially for a period of one year. However, the contract may be extended subsequently, on mutual consent, and on same terms and conditions for a period of not more 1(one)year at a time on review of performance, depending upon the requirements and administrative conveniences of the office.

    17. Demand Draft for an amount of Rs. 500.00 (Rupees: Five Hundred only/-) (non-refundable) from Nationalized/scheduled bank drawn in favour of TSECL, has to be submitted along with bid document towards tender document fee, failing which the bid will be rejected. Bidders are requested to write their name and full address at the back of the Demand Draft.

    18. The applicant has to deposit Earnest Money (EMD) of Rs. 4750.00 (Four Thousand Seven Hundred Fifty) in the form of a Demand Draft from Scheduled / Nationalized Bank drawn in favour of TSECL and it has to be submitted along with bid document towards

    19. EMD, failing which the bid will be rejected. Bidders are requested to write their name and full address at the back of Demand Draft.

    20. The successful tenderer will have to deposit a Contract performance security (security deposit) for an amount of 10% (Ten percent) of the value of the contract in the form of a Bank Guarantee for the validity period of 15 months as per Annexure-II. The Security Deposit will not be adjusted against any payment due to the firm from the TSECL or the Central Government. No interest will be allowed on security deposit money. The earnest money will be released after received of the security deposit.

    21. The Contract performance Security Deposit can be forfeited wholly in the event of any breach or negligence or non–observance of any condition of contract or for unsatisfactory performance. On expiry of the contract, such portion of the said security deposit as may be considered by the TSECL sufficient to cover any incorrect or excess payments made on the bills to the firm, shall be retained until the final audit report on the account of firm’s bill has been received and examined.

    22. Successful bidder shall have to submit a performance security bond within 14 (fourteen) days from the issue of the Letter of Award, from scheduled bank as per the format given in Annexure-II.

    23. Driver and vehicle should not be changed frequently. If in most unavoidable circumstances the change of driver/vehicle is required, prior intimation should be given to the user concerned.

    24. Period of contracts: Under normal circumstances the contract shall be valid for a period of one year from the date of issue of work order. The TSECL may cancel the contract during the contract period without assigning any reason. However, the period of contract can be extended for a further period of one year at the discretion of the TSECL. The contract so extended by the TSECL, will be on the same rate and terms & conditions. After expiry of the extended period the contract will automatically come to an end and no separate notice will be given.

    25. If the successful bidder fails to deploy vehicle in duty within 10 (ten) days from the date of issuance of order to carry out the work within the prescribed period, the earnest money as well as CPG will be forfeited.

    26. Item(s) for which no rate or price has been entered by the contractor / agency. Shall not be paid for and shall be deemed covered by the other rates / prices in the contract.

    27. When there is a difference between the rates in figure and words, the rates which correspond to the amount worked out by the contractor shall be taken as correct. If the rate quoted by the contractor in figures and words tallies but the amount is not worked out correctly, the rate quoted by the contractor shall be taken as correct.

    28. The bidder should put his initials on all corrections to rates and items in the bids.

    29. The bidder shall sign on every page of the Schedule Price bidding in full.

    30. If the driver is found to delay in reporting to work as desired by the engaging authority, Rs.100.00per hour shall be deducted in each case from the monthly bill value.

    31. The vehicle should be capable to carrying out the bamboo Ladder. Ladder carrying facility should be arranged by the owner of the vehicle at his own cost and risk. The length of the ladder shall be minimum 10m and above.

    32. Payment shall be as per TSECL norms. Payment will be made by way of Banker Cheque against the submission of monthly bills (in triplicate) with Log Book duly signed by the designated user(s). The monthly bill shall be paid only after-tax deduction at source (TDS) as applicable from time to time. However, Goods & Service Tax (GST) will be paid extra as per Govt. rates applicable from time to time. Proof of deposit of Goods & Service Tax (GST) to appropriate authority should be submitted quarterly to respective TSECL for the vehicles under their respective control.

    33. Rate if firm. No hike in rate will be allowed if there is a hike in the price of diesel and or spare parts of vehicle.

    34. The successful bidder must have a telephone number (Landline & Mobile) and the driver of the vehicle must be provided with mobile telephone so that he may be contacted at any point of time.

    35. The vehicle should have valid commercial Registration and updated Road tax clearance, Insurance, PUC, Fitness.

    Annexure-I

    DECLARATION

    FOR NON-TAMEPRING OF TENDER DOCUMENT FROM

    “I/We………………………………………. (authorized signatory) hereby declare that the tender document submitted has been read the terms & conditions of the above-mentioned tenderand no addition / deletion / correction has been made in the document. I also declare that I have enclosed a DD for Rs………………………………. towards the cost of tender document & DD for Rs………………………………. towards the cost of EMD.

    1. Having read the terms & conditions of the above-mentioned tender and services to be provided, I/we undersigned, offer to provide light commercial vehicle in conformity with the conditions of contract and specifications for the sum shown in the schedule of prices attached herewith in separate sealed cover and made part of this Bid.

    2. I/We undertake, to enter into agreement within 15days 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 bank guarantees from a Scheduled Bank for a sum as mentioned in this tender document for due performance of the Contract.

    4. We agree to abide by this Bid for a period of 90 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiry 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 are properly sealed and prepared so as to prevent any subsequent alteration and/or replacement.

    7. We understand that you are not bound to accept the lowest or any bid, you may receive.

    8. DGM, ED-II on behalf of TSECL reserves the right to cancel the tender without assigning any reason.

    9. DGM, ED-II on behalf of TSECL reserves the right to reject any or all tenders without assigning any reasons whatsoever.

    Place :Signature of tenderer

    Date:

    Name of the Tenderer

    Seal of the Tenderer

    Annexure-II

    PROFORMA OF BANK GUARANTEE FOR

    CONTRACT PERFORMANCE

    (To be stamped in accordance with stamp Act)

    Ref. …………………………. Bank Guarantee No. ……………………………

    Date ……………………………

    To

    Tripura State Electricity Corporation Limited

    Bidyut Bhavan, North Banamalipur,

    Agartala – 799001,

    West Tripura.

    Dear Sir,

    In consideration of Tripura State Electricity Corporation Limited (hereinafter referred to as the ‘Owner’, which expression shall unless repugnant to the contest or meaning thereof include its successors, administrators and assigns) having awarded to M/s ……………………….. with its registered / Head office at …………………………….(hereinafter referred to as ‘Contractor’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issued of Owner’s Letter of Award No……………………..dated………………….and the same having been acknowledged by the Contractor, resulting in a Contract bearing No. ………………dated ………………….valued at ……………for …………………(scope of contract) and the Contactor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to …………………………being .(%) per cent) of the said value of the Contract to the Owner.

    We, ……………………………………………………………………… (Name & Address) having its Head Office at…………………………….(hereinafter referred to as the ‘Bank’, which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators , executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any or all monies payable by the Contractor to the extent


Recommended