- Rashtriya Chemicals and Fertilizers Limited

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED
( A GOVERNMENT OF INDIA UNDERTAKING )
“Jai Babari Bhavan, Goyal House, Jafarji Jin, Old Cotton
Market, Amravati – 444601”(M.S.)
PHONE – 0721 2560832, FAX NO.2560833
EMAIL – [email protected]
NOTICE INVITING TENDER
CONTRACT FOR HIRING OF TAXI (A/C OR NON A/C)
ON AS AND WHEN REQUIRED
ALL TENDERERS ARE REQUESTED TO READ & NOTE THE INSTRUCTIONS FOR
SUBMISSION OF TENDER DOCUMENTS WITH NECESSARY ATTACHMENTS
SPECIFIED IN N.I.T.
LAST DATE OF SUBMISSION OF
02.03.2017 by 3.00 pm
TENDER
Date and time of opening of tender
02.03.2017 at 3.30 pm.
Page 1 of 26
PLEASE READ THE INSTRUCTIONS GIVEN BELOW CAREFULLY BEFORE
FILLING THE TENDER
(A)
1.
PLACE OF SUBMISSION
RCF Area office Amravati
2.
LAST DATE OF SUBMISSION
02.03.2017 By 3.00 pm
OF TENDER
3.
Date and time of opening of tender
02.03.2017 at 3.30 pm.
4.
SIGNATURE OF ACCEPTANCE
KINDLY SIGN ALL THE PAGES
IN TOKEN OF YOUR
ACCEPTANCE OF ALL THE
TERMS AND CONDITIONS AND
RETURN ONE COPY FOR OUR
RECORD
(B)
DOCUMENTS TO BE SUBMITTED IN UNCOMMERCIAL PRICE BID
1.
COMPANY PROFILE
ALL INFORMATIONS AS PER
PROFORMA AT ANNEXURE – I
2.
DECLARATION/ UNDERTAKING
ANNEXURE – 2,4 & 5
(C)
DOCUMENTS OT BE SUBMITTED TIN PRICE BID
1.
PRICE BIDS
ANNEXURE – 3
(Tenderer has to quote for vehicle
mentioned in the price bid)
Page 2 of 26
Pre qualification Criteria:
1. A work Experience of having successfully completed similar works Copies regarding work
experience to be enclosed.
2. Copy of PAN card.
3. Copy of PAN based service tax registration number (form ST-2) or
Indemnity on Rs. 500 stamp paper as per Annexure -4
If any one of the above criteria not fulfilled then the tenderer will be disqualified.
Page 3 of 26
RASHTRIYA CHEMICALS & FERTILIZERS LTD.
(Government of India Undertaking)
Jai Babari Bhavan , Goyal house, Jafaji Jin, Old Cotton Market, Amravati 444601.
REF: RCF/AMT/HIRED TAXI/1116/20
Date:15.02.2017
NOTICE OF INVITING TENDER
Sealed Tenders in duplicate are invited for RCF Amravati area office to ENGAGE "T”
Mark hired cars, from the parties having experience in the execution of the work of
similar nature and magnitude for A/C Or NON A/C "T" mark vehicle having "T" taxi
permit and registered in the name of hire Taxi Operator / Contractor. Please quote your
most competitive rates exclusive of all taxes, for a period of one year. The contract will
be for the period of one year.
It may please be noted that successful tenderer will have to deploy the "T" taxi which is
registered on or after 01.04.2012. However fifteen days time from the date of issue of
LOI for providing new brand "T" vehicle will be given to successful bidder if he doesn't
have such vehicle presently available with him. The tenderer shall have to be able to
provide vehicle on short notice of one hour on as and when required basis (1)Tata Indica
(non a/c) (2)Tata Indica A/C vehicle will be required. The hire taxi contractor will
provide hire taxies of his ownership and for additional requirement for more than one "T"
vehicle he can provide a "T" mark taxi / vehicle of different ownership.
1.0
INTRODUCTION
Rashtriya Chemicals & Fertilizers
Ltd. (A Govt. of India Undertaking) having its
regional office at Amravati. The "T" mark cars are to be provided to RCF Ltd. for
Amravati office.
Page 4 of 26
DEFINATIONS
1.1
The following expression shall have the meaning specified against the
respective items wherever used in the document, unless repugnant to the
context and meaning thereof.
1.2
The terms "RCF" of Company shall mean Rashtriya Chemicals &
Fertilizers Limited, having its Office the administrative and executive
officers authorized to deal with all matter relating to the contractor.
1.3
"Vehicle" shall mean Cars and registered with the Regional Transport
Authority Maharashtra under category of Tourist Car with "T" permit.
1.4
"Tenderer” shall mean person firm or company submitting the offer against
the NIT shall include his legal representative heirs.
1.5
"NIT" shall mean and include the present document i.e. Notice inciting
Tender for engaging "T" vehicles at their at their area office and such other
supplements and addenda which may be issued in connection with it
1.6
"Driver" shall mean paid driver of the contractor provide for particular
vehicle in possession of valid driving license and batch issued by RTO and
permitted to drive “T" car /van Jeep etc.
1.7
" hour" shall mean one hour of 60 minutes for purpose of calculation any
part of hour will be paid at actual rates fixed for an hour
2.0
INSTRUCTIONS FOR SUBMISSION OF TENDER:
All amounts shall be indicated by tenderer in figures. Tenders should be free from
overwriting. All corrections should be duly attested by the tenderers. Tender should be
signed by tenderes manually in long hand or by persons who are legally authorized to
sign on behalf of the person or firm or company submitting tender and incase of firm
/company tender should bear its scales or stamp .the legal instruments of authority either
in original or a certified copy there of empowering the person signing the tender should
Page 5 of 26
accompany the tender No oral telephonic or telegraphic tender to modifications in the
tenders shall be considered under any circumstances.
3.0
SUBMISSION OF TENDER:
Tender should be submitted in sealed covers as follows
i)
Envelop A
Super scribed as "Un Priced Commercial Bid” should contain
signed NIT accepting terms and conditions along with annexure 1 and
Annexure 1,2,4,5 & 6.
ii)
Envelope B should contain priced bid as per format enclosed with NIT
(Annexure3) on this envelop contractor should sub scribe as “PRICED
BID"
All these two envelops should be put in to an outer envelope duly sealed and
properly subscribed as "Tender of Providing" "T" mark taxi on as and when
required basis at RCF Area Office , Amravati and brief description such as name
of contractor with detailed address proper identification.
It may please be noted that “Un priced commercial bids" and Priced Bid " will be
invited at the same time and the price bids of those parties will be opened who will
be fulfilling all prequalifying criteria and terms and conditions mentioned in NIT.
4.0
AMENDMENT TO NIT
At any time prior to the deadline for submission of bids RCF may for any reason
whether at its own imitative or otherwise or in response to a clarification requested
by prospective tenderer modify the NIT by amendment & same will be put up on
RCF website
5.0
SCOPE OF WORK
It may please be noted that the parties those who are having ownership or
minimum one "T" mark vehicle in their own name be considered eligible for
participation.
Page 6 of 26
The hire taxi contractor will be permitted to provide hire taxies of his own
ownership and for additional requirement for more than one car he can provide a
"T" mark taxi of different ownership on attachment agreement.
Preference will be given to experienced " T" Mark Taxi contractors with latest
vehicle. It will be binding on the contractors to replace defective vehicle as and
when required.
All contractors should provide vehicles with experienced drivers wearing uniforms
as per rules regulations of RTO and ready to go for outstation duty on instruction
from Controlling Officer at short notice. For all outstation duty, in case there is a
requirement to halt, contractor has to make arrangement if drivers stay at the place
of halt.
The fuel (Petrol / Diesel) and oil will have to be supplied by the Transport
Contractors before reporting of the vehicles on duty. The contractor should ensure
that the tank of the vehicles is full to its capacity with petrol / diesel before
sending the vehicles on duty, as and when the vehicles are under repair the repair
will be at expense /cost of the Transport Contractors. Contractors will make
necessary arrangements to provide alternate "T" mark vehicles of the same of later
model after giving a letter in advance and getting the alternate vehicles approved
by the controlling officer .Repairs should be completed at the earliest maximum
within a 15 days time as granted for such maintenance. In case the contractor is
not in a position to provide same or later make / model of same "T" vehicle
permission may be given to provide "T" car model with same of higher CC of
same fuel category at same rate applicable for type of vehicle provide by the
agencies to the RCF Area Office. However this will not be binding on RCF.
Page 7 of 26
All vehicles should be provided seat covers which should be neat and clean.
Replacement of seat covers should be done at least in a fortnight or as per the
requirement.
Following attachment should be fitted to the vehicle.
a)
Rear curtains
f)
Hand rest for back seat
b)
Portable fire extinguisher
g)
Two nos. small pillows
c)
Water container
h)
Car fan for back seat
d)
Muffler to exhaust
I)
Good quality mats at back
e)
C D player
f)
Mobile charger
Side window glass / rear glass shall be fixed with sun protection film of approved
pattern.
Contractor should ensure through their drivers that all the assigned duties to the
drivers are entered into logbook /duty slips and also signed by respective users
immediately on completion of duty. Non compliance of the logbook in time will
be liable for levy of penalty if users are not co- operating for certifying the case
the same should be reported to controlling officer immediately Description of duty
should be given in detailed point & KMS. Should be entered immediate on closing
of duty.
For the use of passengers, contractor shall provide one water container of one liter
capacity, which will be filled with cool drinking water before commencement of
duty. Necessary instructions will be given by the contractors to the driver to fill
fresh drinking water every day / night while reporting on duty.
Contractor will handover minimum Rs. 1000/- (Rupees One Thousand Only) to
the driver before reporting on duty every day/ night to meet any unforeseen
emergency repairs or purchase of fuel/oil etc.
Page 8 of 26
The contractor shall have to provide "T" mark cars to RCF on the basis as and
when required. Outstation duty will be considered beyond the boundary limit of
City / Town where RCF Area Office is situated.
6.0
RATES
The contractor has to quote the rates accordingly in the format as per Annexure –
3 attached. Tenderer has to quote for all the five vehicle type and for each
component of Price bid.
The rates quoted by the tenderer shall be inclusive of all cost not limited to fuel,
oil lubricant servicing but also inclusive of all taxes, (Service Tax extra), duties
insurance repairs payment to the driver etc. The rates quoted shall be firm and
availed for acceptance for 120 day from the date of submission of quotation.
The rates quoted shall be firm and subject to no escalation whatsoever during the
entire contract period i.e. for one year except for revision of Central / State levies
on petrol / diesel as per variation clause indicted in NIT. Any further increase/
decrease in the petrol / diesel price levied by the Government beyond limit of Rs.
1.0 ( Rupees one Only) will be reimbursed / reduced at actual increase decrease
against documentary proof @ 16 kilometer per liter. The increase in the rate \will
be considered prospectively from first day of next month. Rate of diesel on last
date of submission of tender will be considered as base rates. The contract will be
awarded for one year subject to satisfactory performance.
7.0
CONTRACTOR'S OBLIGATIONS :
7.1
"T" mark vehicles engaged at RCF Area Office will be for all kinds of work
including carrying staff/ officers, visitors & other authorities personnel at
and around Area Offices. The vehicles also will be required to carry various
Page 9 of 26
items from the Area Officers to various places as per the instruction of
controlling officers.
7.2
Control of vehicles at site will be as per the allotment \made by controlling
officer from time to time.
7.3
In case the vehicle does not report on duty due to some problem contractor
should
make
temporary
case vehicle does not report
alternative
arrangement
In
as per the scheduled time then the
management will be free to hire the vehicle from local market at the risk
and cost of the contractor and recover the cost difference from the monthly
bill of the contractor with penalty of Rs. 500/- In case vehicle is not hired,
RCF management will levy major penalty of Rs. 500/- per incidence for
failure to provide "T" mark vehicle with nonpayment for the absent day.
7.4
It will be contractor's duty to see that the vehicles are maintained and run
without any interruption. In case, any of the vehicles become off road, the
contractor should make immediate arrangement to provide substitute
vehicle so that RCF's employees and officers, visitors & authorized
personnel are not put to any inconvenience.
7.5
Contractor shall have to ensure that his drivers attached to the vehicles
abide by the security rules and regulations of the office and the contractor
will be responsible for any act of omission on the part of his employees.
The contractor shall also ensure that his employees i.e. drivers behave
properly with RCF employees, visitors & authorized persons. In case of
misbehavior on the part of the driver, the contractor should arrange for
replacement of such drivers as and when instructed.
Page 10 of 26
7.6
No vehicle shall be away from the Area office for whatsoever reason
without written permission of controlling officer. In case of default the
controlling officer will levy minor penalty of Rs. 500/- per incidence.
7.7
Contractor will be responsible for completion of all entries before
submission in log book. Contractors should ensure that their drivers report
on duty with white uniform.
7.8
For general minor maintenance of the vehicle one day off in a week will be
given and it will be contractor's responsibility to attend the minor repair
jobs and provide the vehicle in good and sound condition.
7.9
The contractor shall comply with the provisions of minimum wages Act
and with all statutory requirements laid down by State Government and
also comply with changes if any during the tenure of the contract.
7.10
In case of any default contractors will be charges penalty as per the
following rates:

Major penalty of Rs. 500/- per incidence with nonpayment for the
absent day.

As per 7.3 above.
Type of penalty will be decided by the controlling officer.
Major penalty includes following incidences:a)
Non-providing of vehicles on duty.
b)
Break down of vehicle while on duty
c)
Improper maintenance of the vehicle
d)
Misbehavior of driver.
Page 11 of 26
Minor penalty includes following incidences:a)
Overwriting entries in log-book.
b)
Non completion of log-book immediately after completion on duty.
c)
Logbook entries without details of the journey.
d)
Non submission of log-book on due date to Controlling officer.
e)
Faulty kilometer cable if not replaced within one day
f)
Driver not reporting for duty in uniform more than six times in a
month.
g)
Non attendance of phone of controlling officer by the driver and
contractor.
7.11
Toll tax and parking charges will be reimbursed only after submission of
original receipt along with the bill. The toll tax and parking charges bills
should be attached with the respective monthly bills. Old receipts will not
be entertained.
7.12
Drivers should be medically fit and their fitness certificate should be
forwarded to controlling officer before starting of the contract.
7.13
Drivers should bring their lunch/dinner while coming on duty or they can
take lunch/dinner in the nearly hotels if available and he is not supposed to
go to his home or leave the place for lunch or dinner etc. After completion
of duty, drivers should report to Controlling officer and get the time and
Kilometers covered during the day, entered in to the register physically and
take instruction regarding next day duty.
7.14
The driver should not leave vehicle during duty hours without the
permission of Controlling / user officer. He should also not halt the vehicle
Page 12 of 26
while on duty at other than authorized places indicated by the Controlling
officer.
7.15
Contractor shall obtain all licenses / permits required for execution of this
contract work, under relevant laws and shall maintain all such registers /
record as required by such laws in force and will be coming into force from
time to time and display such information and notices as and when
required. Any information required by RCF for discharges of obligations
under such laws shall be promptly furnished by the contractor.
7.16
The contractor will be responsible for an damage to the hire taxi, any injury
to driver or any other person in the employment of contractor or RCF’s
authorized personnel traveling in hire taxi or other person(s) or damage to
any property by contractors hire taxi while on duty of RCF Ltd. Contractor
has to submit copy of necessary comprehensive Insurance policy of the
vehicle of Area Office immediately from the date of commencement of
contract. The vehicle will be parked near RCF area office after completion
of the duty hours as per the instructions of the Controlling officer on the
risk of the contractor.
7.17
The contractor will be liable for all claims of damages compensation or
expenses payable as a result of any accident or injury or death sustained by
workmen employed by him or third party or damage to any property which
he is liable to pay by rules, laws or orders of the Govt. The expenses if any,
incurred by RCF on above will be adjusted from any amount due from RCF
to the contractor. If any accident or injury or death is sustained by any
worker, the contractor should immediately lodge FIR in nearest Policy
Station and inform to RCF the same in writing giving full particulars of the
incidence for further necessary action. The contractor will ensure that
Page 13 of 26
incase of accident the report is given to nearest Police Station, immediately
after the accident & injured persons are given medical treatment in nearby
hospital.
The contractor will absolve RCF Ltd. from any claims of damages,
compensation and will be solely responsible for settlement of the same.
7.18
The Contractor shall ensure that, at all times person appointed by him are
physically fit and are free from any decease injury, or illness, contagious or
otherwise in order to ensure that healthy hygienic and clean services are
maintained.
7.19
The contractor shall ensure that the person appointed or to be appointed by
those for service do not suffer from any legal disqualification for service by
reason of his age or any law statute in force from time to time or any other
reason whatsoever.
7.20
If the Company is not satisfied with the services or conduct of any of the
employees of the contractor he will be responsible to remove such
employee from the Company's premises.
7.21
Employee of the contractor should not be allowed to stay at
RCF area
Office premises beyond the authorized working hours.
7.22
The contractor shall comply with all the Central, State rules & laws and
shall be solely responsible complying with the provisions of the payment of
wages Act, 1935, Provident fund Act. The minimum Wages Act 1948,
Factories Act 1948, Workmen Compensation Act, 1923, Bonus Act 1965,
Gratuity Act 1972 and any other statutory rules and regulation whatsoever
in force, so far these are applicable, any obligation, financial otherwise
Page 14 of 26
imposed under any statutory enactment rules and regulations their under
shall be the sole responsibility of the contractor.
7.23
All staff employed by the contractor shall be the contractor's employees for
all intents and purposes.
7.24
If applicable, the contractor should registered with the Provident Fund
Commissioner & obtain Provident Fund number and deposit PF
contribution with the PF commissioner. For every calendar month the
contractor should give a complete list of employees and the recovery of PF
from them as also employer's contribution. The bills submitted will be
certified and passed for payment only after the contractor produces the
documents of PF
8.0 SECURITY DEPOSIT:
Contractor shall submit a Security Deposit in the form of demand draft Bank
Guarantee or demand draft of Rs, 10,000/- (Rs. Ten thousand only) per vehicle
towards Security Deposit cum performance Bank Guarantee in prescribed format.
The Bank Guarantee shall be valid for the period of contract and lodgment of
claim for further period of six months. The bank guarantee shall be submitted by
the Contractor within 15 days from the date of acceptance of work order. The
contract is liable for termination in case the bank guarantee is not submitted in
stipulated time. The contractor shall extend the Bank guarantee for one year with
claim period six months if the contract is extended for one more year. The bank
guarantee will be enchased on breach of contract terms & conditions. List of
approved Bank for issuing Bank Guarantee is attached at Annexure-6.
Bank Guarantee against Security Deposit so retained by RCF will be released after
six months of completion of contract period subject to the satisfactory
performance of the contract as per the terms and conditions of NIT.
Page 15 of 26
Security deposit amount will not carry any interest.
Income Tax and all applicable Govt. levies will be recovered at applicable rates
from the payment made to the contractor. Necessary Tax deduction Certificates
will be issued to the Contractor.
9.0
PAYMENT TERMS
9.1
The rates quoted by the Tenderer shall be inclusive of all costs not limited
to oil, lubricant, servicing but also inclusive all taxes (except Service Tax),
duties, insurance, repairs and payment to the drivers, installments towards
financial loans if drawn from financial institutions etc.
9.2
Increase / Decrease in fuel rates:
The increase / decrease in fuel (Petrol / Diesel) i.e. variation in fuel rates
upto Rs. 1 (Rs. one only) per liter will be absorbed by Bidder / RCF, area
office respectively. Any variation above / below Rs. 1/- (Rs. One only) per
liter will result in reimbursement/ deduction of rates on the basis of formula
as specified below :
Variation in rate per Kilometer = P2-P1
A
P1 = Present rate of Petrol / Diesel
The rate of diesel on last date of submission will be considered as a
base rate.
P2
= Revised rate of Petrol / Diesel
Page 16 of 26
A = For the purpose of calculation it will be assumed that, the Average
Kilometer per liter "A" 16 Kilometers.
The increase / decrease in fuel rate will be considered prospectively from
first day of next month.
9.3
Toll tax and parking charges will be reimbursed only submission of original
receipt along with the bill. Toll tax and parking charges receipts should be
attached with the respective monthly bills.
Old receipts will not be
entertained.
9.4
No escalation will be payable on any other account during the entire
contract period except increase and decrease in fuel as stated.
9.5
The contractor shall submit bills in respect of services rendered by him in
duplicate within 7 days of vehicle used. The bills will be supported by
statement showing date wise hours / kilometers utilized. ( photocopy of log
book) Payment shall be released within 15 days from the date of receipt of
bills by the controlling officer.
10
Evaluation Criteria:
For the purpose of evaluating the bidders for deciding lowest rate quoted,
following evaluation procedure will be adopted:
Tenderer has to quote for all the vehicle type & each component of price
bid. Overall L-1 value will be considered for evaluation.
11.
TERMINATION OF CONTRACT:
If it is noticed that the performance of contractor is not satisfactory, RCF will
terminate the contract by giving only one notice and no any compensation will be
paid to the contractor.
Page 17 of 26
RCF will also by express order notice, terminate the contract in whole or in part at
any time for their convenience. Notice of job termination will specify that,
termination is for RCF convenience, the extent to which performance of work
under the contract is terminated and date upon which such termination become
effective, the payment shall be made to the contractor for the services provided.
Default on the part of contractor shall be treated as breach of contract and in that
case RCF reserve the right to terminate the contract and forthwith forfeit Security
deposit OR en-cash Bank Guarantee. RCF also reserves the option of debarring
the contractor form participating in future tender for any period.
12.
RCF'S LIEN ON ALL MONEY DUE:
RCF shall have full right to adjust / recover the amount due or payable under this
contract or any other contract of this firm or its partner.
13.
ARBITRATION:
In the event of any question, dispute or difference of opinion arising under this
contract, the same shall be referred to the sole arbitration of a person appointed to
be the arbitrator by GM (Marketing) RCF. It will be no objection that the
arbitrator is in service of RCF that the he had to deal with the matter to which the
contract relates or that in the course of his duties as an employee of RCF he had
expressed views on all or any of the mater in dispute or difference the arbitrator
shall give a reasoned or speaking award. All disputes arising out of this contract
will be subject to Bombay High Court Jurisdiction.
14.
The tenderer who do not fulfill any of the conditions mentioned herein or are
incomplete in any respect are liable to be summarily rejected. The acceptance of
tender will rest with RCF that does not bind itself to accept the lowest tender and
reserves to the right to reject any or all tenders or
a. To split the work among two or more tenders.
Page 18 of 26
b. To accept and operate any option given in the NIT for this work and not in it’s
entirely, without assigning any reason thereof. Decision of RCF in regards to
all matter related this tender shall be final.
15.
The following tenders will be liable to summarily rejected.
a.
Tenders submitted by tenders who resort to canvassing.
b.
Tenders which contain uncalled remarks or conditional tender.
RCF reserves the right to accept at their sole & unfettered discretion any tender in
whole or part quantities or to reject any or all tenders without assigning any reason
thereof. No claim for compensation etc. whatsoever will be entertained by RCF
from unsuccessful Tenderer.
The Tenders shall have to deposit their tender in tender box placed in Amravati on
or before 02.03.2017 by 3 p.m. positively as per directives given overleaf.
Kindly stamp & sign all the pages as token of acceptance of terms and conditions
of NIT.
Sr. Marketing Manager Amravati
Page 19 of 26
ANNEXURE – 1
COMPANY PROFILE
1.
Name of firm.
2.
Address
Email/ Telephone / fax No. and Mobile Phone No.
3.
Whether Sole Proprietor /private / public company partnership
firm. If partnership name and address of the partner. Please
enclose copies of partnership deed registration certificate, if
any in case of Public or Private Company, copies of Articles
of Association & Memorandum of Association & certificate of
registration.
4.
Experience certificate during last seven years indicating value
Attached / Not attached
in .(copies to be enclosed)
5.
Present contracts, work order copies with Govt. /Semi Govt.
undertaking. (Copies to be enclosed)
6.
Income Tax clearance certificate for last two years. Proof of
submission of Income Tax Returns for the years 2013-14,
Proof of submission of IT returns for the year 2014-15.
7.
Number of cars can be provided by the tenderer on as on
basis
8.
Copy of 'T' mark passing certificate of all the vehicles
9.
Copy of Pan number
Attached / Not attached
10.
Copy of PAN based Service Tax Number (form ST-2) or
Attached / Not attached
indemnity Bond on Rs 200 bond paper as per format enclosed
Annexure 4
11.
Service tax abatement declaration Annexure 5
Attached / Not attached
We have read all the terms and conditions of the tender documents and hereby agree to
abide with all terms and conditions contained in the tender documents in toto.
Place & date
(Signature with rubber Stamp)
Page 20 of 26
ANNEXURE – 2
DETAILS OF TAXI (Diesel) VEHICLES
Sr.
No.
1
OWNER’S NAME
MODEL MONTH & YEAR
REGN.NO.
2
3
4
5
6
7
8
9
10
Kindly attach the copies of R.C./T.C.book under Tourist/commercial category, which are in the
name of owner/partner/agency only.
(Signature with Rubber Stamp of the Tenderer)
Place :
Date :
Page 21 of 26
ANNEXURE – 3
(I) PROFORMA FOR PRICE BID FOR TATA INDICA A/c /NON A/C AS &
WHEN REQUIRED
Vehicle Class – Tata Indica (AC / Non-A/C)
Sr. Description
No.
A
Non-AC
1
Local Trip
(a) For minimium 50 K.M. running
(b)
2
(a)
(b)
B
3
(a)
(b)
4
(a)
(b)
Per K.M. rate for running after 50 Km.
(In addition to 1 (a) above)
Outside Tour
Long travel
(250 kms) per day
Additional for extra kms.
After 250 kms
(in addition to item 2 (a), )
With-AC
Local Trip
For minimium 50 K.M. running
Per K.M. rate for running after 50 Km
(In addition to 3 (a) above)
Outside Tour
Long travel
(250 kms) per day
Additional for extra kms.
After 250 kms
(in addition to item 4 (a), )
Unit
Estimated usage
in a year
For one day
2500 Kms.
Per K.M.
500 Kms.
Per K.M.
18000 Kms.
Per K.M.
3000 Kms.
For one day
2000 Kms.
Per K.M.
500 Kms.
Per K.M.
8000 Kms.
Per K.M.
Rate Rs.
3000 Kms.
The rates are inclusive of all taxes (except Service Tax), levies and service charges as applicable but
Parking Charges, Toll Charges and service tax will be paid extra as applicable. Service Tax Abatement
declaration is enclosed.
Evaluation will be based on overall L-1 value. Party has to quote for all the rates for each type of vehicle.
This offer shall remain open for acceptance for the period of 120 days from the date of opening of this
tender and the contract will be valid for the period of one year. Should this tender be accepted, I/We
hereby agree to abide by and fulfill and the terms and conditions in the tender documents which has been
received by me/us (read and explained to me/ us). All other terms and conditions of Notice Inviting
Tender are acceptable to me/us in Toto.
(Signature with rubber stamp of the Tenderer)
Place :
Date :
Page 22 of 26
Annexure- 4
On Rs.500/- stamp paper
INDEMNITY BOND
THE DEED OF INDEMNITY is made on __________ day of ____________
2015 between M/s._______________________(hereinafter referred to as party of
first part) and M/s. Rashtriya Chemicals And Fertilizers Limited, a Public Sector
Undertaking having its Registered Office at Mumbai (hereinafter referred to as
PSU of other part).
WHEREAS
1. The party of First part has participated in Tender for providing hire vehicle floated by
PSU of Other part.
2. The party of First part has claimed that aggregate value of services in preceding
financial year has not crossed the threshold limit of Rs.10 lakhs during the preceding
financial year and therefore they are not liable to pay Service Tax on the activity
undertaken by them.
3. The party of First part hereby undertakes to indemnity party of second part from any
liability or any penal action or financial loss occurring on account of the said
declaration shall be made good by the party of First part.
4. The party of First part also undertake and indemnify part of Second part for the cost
of litigation if any on account of such declaration which is found to be incorrect
subsequently.
IN WITNESS WHEREOF THE PARTY OF First part has put his hand Dated the day
and year first mentioned hereinabove.
Signed and delivered by the
Within named party of First part
1.
In the presence of …………..
1.
2.
Within named party of second part
1.
In the presence of
1.
2.
Page 23 of 26
Annexure-5
About abatement
A) If Service provider is Body Corporate
1)
I will avail the Cenvat Credit ……
2)
I will not avail the Cenvat Credit ………… If
Service provider is not Body Corporate
3)
I will avail the ABATEMENT …
4)
I will avail not the ABATEMENT…
B) Service Tax directly payable will be as below for 1
By Service
to 4
Provider
1) If service provider is Body Corporate and
Avail the Cenvat Credit then …
2) If service provider is Body Corporate and Not
avail the Cenvat Credit then………..
3) If service provider is not Body Corporate and
Avail the abatement then …………………..
4) If service provider is not Body Corporate and
Not avail the abatement then ………..
5) Indemnity bond declaring that I am not liable
For Service Tax
100%
By
RCF
NIL
50%
NIL
NIL
50%
50%
50%
NIL
40%
Accordingly loading for evaluation will be …
1) If service provider is Body Corporate and avail
the Cenvat credit then
…
2) If service provider is Body Corporate and Not
avail the Cenvat Credit then ……
3) If service provider is not Body corporate and
avail the abatement then ……
4) If service provider is not Body Corporate and
Not avail the abatement then ……
Loading will be 100%
Loading will be 50%
Loading will be 50%
Loading will be 100%
We have read all the terms and conditions of the tender documents and hereby agree to abide
with all terms and conditions contained in the tender documents in toto.
Place:
Date :
(Signature with stamp)
Page 24 of 26
Annexure -6
LIST OF RCF APPROVED BANKERS FOR BANK GUARANTEES
A) STATE BANK OF INDIA AND IT’S ASSOCIATE BANKS:
1. State Bank of India,
2. State Bank of Bikanar & Jaipur,
3. State Bank of Hyderabad,
4. State Bank of Mysore,
5. State Bank of Patiala,
6. State Bank of Travancore.
B) NATIONALISED BANKS:
1. Allahabad Bank,
2. Andhra Bank,
3. Bank of Baroda,
4. Bank of India,
5. Bank of Maharashtra,
6. Canara Bank,
7. Central Bank of India,
8. Corporation Bank,
9. Dena Bank,
10. Indian Bank,
11. Indian Overseas Bank,
12. Oriental Bank of Commerce,
13. Punjab & Sind Bank,
14. Punjab National Bank,
15. Syndicate Bank,
16. UCO Bank,
17. Union Bank of India,
18. United Bank of India,
19. Vijaya Bank.
C) OTHER BANKS:
1. Catholic Syrian Bank Ltd
2. City Union Bank Ltd
3. Kotak Mahindra bank Ltd.,
4. South Indian Bank Ltd.,
5. Tamilnad Merchantile Bank Ltd.,
6. The Federal Bank Ltd.,
7. The Jammu & Kashmir bank Ltd,
8. The Karnataka Bank Ltd,
9. The Karur Vyaya Bank Ltd,
Page 25 of 26
D) FOREIGN BANKS:
1. American Express Bank Ltd,
2. Bank of American National Trust & Saving Association,
3. Bank of Tokyo – Mitsubishi UFJ Ltd,
4. Barclays Bank PLC
5. BNP Paribas
6. Calyon Bank
7. Citibank N.A.,
8. Deutsche Bank,
9. Development Bank of Singapore (DBS)
10. Hong Kong & Shanghai Banking Corporation Ltd,
11. JP Morgan Chase Bank,
12. Royal Bank of Scotland
13. Standard Chartered Bank,
F) PRIVATE SECTOR BANKS :
1. Axis bank Ltd
2. HDFC Bank Ltd
3. ICICI Bank Ltd
4. IDBI Bank Ltd
5. ING Vysya Bank Ltd
6. Yes Bank Ltd
Page 26 of 26