tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the...

26
BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) Office of the Telecom District Engineer, Phulbani – 762 001 TENDER DOCUMENT No. V-14/Transport/11-12/01 Dt. 04.11.2011. TENDER FOR TRANSPORTATION OF TELECOM MATERIALS. Price Rs. 525.00 Signature of bidder 1

Transcript of tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the...

Page 1: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

BHARAT SANCHAR NIGAM LIMITED(A Govt. of India Enterprise)

Office of the Telecom District Engineer, Phulbani – 762 001

TENDER DOCUMENT

No. V-14/Transport/11-12/01 Dt. 04.11.2011.

TENDER FOR TRANSPORTATION OF TELECOM MATERIALS.

Price Rs. 525.00

Signature of bidder1

Page 2: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

BHARAT SANCHAR NIGAM LIMITED. (A Govt. of India Enterprises)

O/O the TDE, Phulbani - 760001.

No. V-14/Transport /11-12/01 Dated at Phulbani the: 04.11.2011

NOTICE INVITING TENDER

Sealed tenders in the prescribed form are invited on behalf of Bharat Sanchar Nigam

Limited by the TDE, Phulbani from the bonafide Truck Owners / Transporters for Transportation

of Telecom Goods from the Telecom Store Depot, Bhubaneswar to Phulbani and to different

Sub – Divisions under this Telecom Dist.

1. (a) Cost of Tender Document - Rs.525/- ( Including ST)

(b) EMD - Rs.5,000/-

2. Tender document available with - SDE (HRD), O/O TDE, Phulbani – 762001.

3. Date & Time for Sale of Tender Documents.

- On all working days. w.e.f. 05.11.2011 to 29.11.2011

4. Last Date & Time for submission of Tender Documents.

- 30.11.2011. Up to 13.00 hrs.

5. Date & Time for Opening of the Tender. - 30.11.2011 at 16.00 hrs

6. Tender drop box available - In Chamber of the Telecom District Engineer,O/O TDE, 1st Floor, Telephone Bhawan, Phulbani – 760001.

7. Eligibility of Bidders:

(i) Experience in Transportation of Stores, preferably sophisticated equipment in Engineering Organization of the Govt. of India, State Governments & Public Sector undertakings or reputed Private Organizations.

(ii) Owning at least one truck of minimum 10 MT capacity and at least one Mini truck.

(iii) Approximate quantum of Stores to be transported = 100 Truck Loads during one year of time.

8. Other terms & conditions are available in the Tender Document.

Telecom District Engineer, Phulbani.

Signature of bidder2

Page 3: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

SECTION – II(Instructions to the bidder)

1. Introduction:( I ) Eligibility of Bidder:- The bidders should have experience in transportation of

stores preferably sophisticated equipments in the Engineering Organizations of the Govt. of India / State Government / Public sector Undertakings or reputed private organizations. Weightage will be given to the bidders submitting documentary evidence of their turnover of at least Rs.1 lakh in respect of transportation work for the last two years.

(II) The bidders should have 01(One) truck of minimum 10MTs capacity and one minitruck in his own name / in the name of the firm with up-to-date Tax clearance , valid Insurance, valid Road permit for the state of Orissa good experienced drivers holding valid heavy vehicle license etc.

2. Preparation of bids:The Bid prepared by the bidder shall comprise of the following documents.a) Documentary evidence established in accordance with clause –1 that the

bidder is eligible to bid and qualified to perform the contract if his bid is accepted.

b) Valid ITCCc) A clause by clause compliance of original Bid form.d) Price schedule completed in all respects.

3. Submission of Bid :3.1. The bidder shall place the bid in a Wax sealed envelope super scribed with

“TENDER FOR TRANSPORTATION OF TELECOM. MATERIALS” containing:i) Documentary evidence for eligibility of the bidders.ii) Valid ITCC / PAN Card.iii) Original Tender form duly filled in.iv) A clause by clause compliance to the commercial conditions of

the bid should be furnished. In case of deviation, a statement of deviation and exception to the provision shall be given by the bidder. A bid without clause to clause compliance shall not be considered.

v) Registration Certificate and relevant documents in case of Company/Firm.

vi) Documents regarding ownership of one truck of 10 MT capacities and one minitruck in the name of the bidder / firm name.

vii) Up-to-date Road Tax clearance certificate.viii) Up-to-date Valid Road Permit in Orissa.ix) Up-to-date Valid Insurance of Trucks / Lorries. x) R.C. Book of the Trucks / Lorries.xi) Service Tax Registration if the annual turnover of the bidder is

more than Rs. 8, 00,000 /-. If not, an undertaking to that effect must be submitted by the bidder.

Signature of bidder3

Page 4: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

4. Envelope :(i) The envelope should be addressed to the TDE (Phulbani), 1st floor, Telephone

Bhawan, Phulbani – 762001.(ii) Should bear the Tender no. and superscribed as “Tender for transportation of

Telecom. Materials Do not open before due date.”(iii) The envelope should indicate the name & address of the Bidder.(iv) Tenders shall either be sent by Registered post / Speed Post or delivered in

person. The responsibility for ensuring that Tenders are delivered in time would vest with the bidder.

(v) Bid shall be delivered to the above indicated address on or before the scheduled time & date.

4.1 The Bids must be received at the address specified under Para 4(i) above, not later than the time as specified in the NIT.

5. CLARIFICATION OF BID DOCUMENTA prospective bidder, requiring any clarification on the Bid document shall notify

the TDE, Phulbani in writing or by FAX at the TDE’s mailing address. The TDE shall respond in writing to any request for clarification of the Bid Document, which is received not later than 7 days prior to the date for the opening of the bids. Copies of the query (without identifying the source) and the clarification by the TDE shall be sent to all the prospective bidders who have purchased the bid documents and all such clarification issued by the TDE will form part of the bid document.

6. Amendment of Bid Documents6.1 At any time, prior to the date of submission of bids, the department may, for any reason

whether suo motto or in response to a clarification requested by a prospective bidder, modify the bid documents by amendments.

6.2 The amendment shall be notified in writing or by FAX to all prospective bidders on the address intimated at the time of purchase of bid document from the department and these amendments will be binding on them.

6.3 In order to afford prospective bidders reasonable time to take the amendments into account in preparing their bids, the department may, at its discretion, extend the deadline for the submission of bids.

7. Late Bid :

Bid received after the deadline for submission of bid prescribed under clause – 4 shall be rejected and returned unopened to the Bidder.

8. Bid opening and evaluation:

(i) The bids received as per clauses 3 and 4 above only will be opened.(ii) The bid of the bidder whose bids are not technically and commercially responsive

shall not be opened.

Signature of bidder4

Page 5: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

9. Preliminary evaluation:a) Bids are to be evaluated to determine whether they are complete in all respects.b) If there is discrepancy between words and figures, the amount in the word shall

prevail. If the bidder does not accept the correction of the errors, his bid shall be rejected.

c) A bid determined as substantially non-responsive, will be rejected and shall not be opened subsequently.

10. Evaluation of substantially responsive bids and award of contract:

(i) Evaluation in detail with comparison of the bids previously determined to be substantially responsive pursuant to clause –9 shall be made.

(ii) The authority, if so desired, can make counter offer against the price quoted by any bidder.

11. Quantum of stores to be transported as mentioned in the NIT may vary. The authority may transport the materials to the field units by any other means, if felt necessary.

12. Before the award of contract to the successful bidders, an agreement is to be signed.

Signature of bidder5

Page 6: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

SECTION III

GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT

1. The tender must be submitted in original price schedule (Section VI) enclosed and in the manner indicated herein after. Any tender not in the prescribed form or not in the manner indicated herein, will be summarily rejected.

2. Tender in the prescribed form along with the requisite documents as specified in Para 3.1 of Section II must be enclosed in a sealed cover superscribed “TENDER FOR TRANSPORTATION OF TELECOM. MATERIALS” and addressed to the TDE, Phulbani, 1st floor, O/O the TDE, Phulbani -762001. Tender should be submitted on or before 13.00 hrs. of 30.11.2011 positively.

3. Tenders may be sent by Registered Post with acknowledgement due or may be dropped by the tenderer in the Tender Box provided in the office Chamber of TDE, Phulbani. No separate acknowledgement will be made.

4. Any tender not super-scribed or addressed in the aforesaid manner or not received by the date & time as specified above, shall be rejected.

5. Rates must be quoted in figures as well as in words. Ambiguity in rates or any insertion in the tender not specified, shall render the tender invalid.

6. The contract shall ordinarily be valid for ONE YEAR .However, TDE, Phulbani reserves the right to increase / decrease the period of contract.

7. The tenderer should quote the rates as percentage of the standard schedule of rates and will have to deposit EMD for Rs. 5,000/-(Rupees five Thousand only). The EMD should be submitted in the form of Bank Draft drawn in favour of Sr. Accounts Officer (Cash), BSNL, O/O TDE, Phulbani. The earnest money will be refunded to the unsuccessful tenderers after finalisation of the tender. Tenders not accompanied by Bank Draft as Earnest Money, shall be liable for rejection .The EMD of the successful bidder will be converted to Security Deposit.

8. No interest will accrue on the EMD Money.

9. The EMD will be forfeited if the contractor fails to carry out the work when called upon, according to condition of the tender.

10. The Telecom. District Engineer, Phulbani on behalf of the BSNL does not bind himself to accept the lowest or any tender or whole or part of any tender and reserves the right to cancel a part or the whole tender without assigning any reason thereof.

11. Incomplete and incorrectly filled tenders are liable to be summarily rejected.

12. The whole consignment is to be transported under the entire risk and responsibility of the contractor.

13. The contractor shall be required to carry the stores from and to places determined by the Department at the rates agreed upon.

14. In case of default, the Department will have the right to get stores transported by any other agency at the risk and cost of the tenderer.

Signature of bidder6

Page 7: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

15. The contractor may also be required to carry the stores between the places as and when determined by the Department.

16. The contractor will have to sign the agreement as prescribed by the BSNL before execution of the contract.

17. The tenderer must have one truck of minimum 10MTs capacity and one minitruck in his own name .The relevant papers for the trucks should be up-to-date and should be submitted along with the tender .In event of non-submission of documents in support of the above fact, the tender will be cancelled.

18. PAYMENT OF BILLS:-

(i) Payment will be through Account Payee Cheques only on SBI, Phulbani .The Telecom. Department will not bear any collection charges, if required.

(ii) 2.27% towards Income Tax will be deducted from each bill amount .In addition other statutory taxes required from time to time will be deducted from the bills.

19. The bills should be submitted in duplicate along with copy of the work order and required certificates from field officers on the body of the bill within one month of completion of work for effecting payment. The certificate should clearly indicate.

(i) The distance covered for transportation,

(ii) Type of vehicle used for transportation,

iii) Whether the truck was fully or partially loaded.

Also the bill should contain all documents relating to issue & receipt of the stores at both stations.

NOTE: - Engagement of any vehicle other than the type of vehicle specified in the tender may lead to non-payment of bills for transportation and will be entirely at the risk of the contractor and discretion of the District Authority.

20. Material Security/EMDi) The successful bidder has to deposit Rs. 15,000/- as Part-Performance guarantee in shape of Bank Guarantee and in the material security bond form provided in the bid document at Annexure III, by signing an agreement.ii) The material security shall be released within a fortnight from the date of payment of the final bill under the contract on production of no due certificate from the competent authority.

iii) EMD of the unsuccessful bidders will be refunded after finalization of tender without interest.

Signature of bidder7

Page 8: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

iv) The proceeds of the said Bank Guarantee shall be payable to the BSNL as a compensation for any loss resulting from the contractors failure to handle properly the works under the contract.

v) The Performance security deposit in the form of Bank guarantee shall be released after six months from the date of closure of contract period provided there are no recoveries to be made arising out of poor quality of work, incomplete work and/or violation of any terms and conditions of the contract as stipulated in the bid document.

vi) No interest will be paid to the contractor on the above performance security deposit.

21. ARBITRATION:-

In the event of any question of difference arising under this Agreement or in connection therewith except as to matter the decision of which is specifically provided under the Agreement. The same shall be referred to sole arbitration of the Telecom. District Engineer, Phulbani or in case of his designation is changed or his office is abolished. Then in such case. to the sole arbitration of the office for the time being entrusted whether in addition to the functions of the Telecom District Engineer, Phulbani or by whatever designation such officers may called (hereinafter referred to as the said officer) and if the TDE or the said office is unable or unwilling to act as such the sole arbitration or some other person appointed by the TDE or the said officer. The Agreement to appoint an arbitrator will be in accordance with the Arbitration & Conciliation Act 1996. There will be no objection to any such appointment that the arbitrator is Government Servant or that he has to deal with the matter to which the Agreement relates or that is the course of his duties as Government Servant, he has expressed views on all or any of the matter under dispute .The award of the arbitrator will be final and binding on the parties. In the event of such arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever, TDE or the said officer shall appoint another person to act as arbitrator in accordance with the terms of the Agreement and the person so appointed shall be certified to proceed from the stage at which it was left out by his predecessors.

Signature of bidder8

Page 9: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

SECTION - IV

TERMS & CONDITIONS OF THE CONTRACT

1. The rates agreed upon will remain valid through out the contract period and the handling charges are inclusive of the charges for loading / unloading, weighment of stores at Railway sheds, their distribution, counting, storing etc. at both ends.

2. The stores are required to be transported through the shortest motorable route, the distance of which shall be determined by the Department.

3. The contractor shall be responsible for all damages by fire, collusion or accident and for all damages to property, persons or animals caused by his negligence or default of any of his agent(s), employee(s) or nominee(s).

4. The contractor’s Security Deposit or any balance thereof remaining at the end of the contract shall not be returned to him until the contractor has executed the usual “NO DEMAND”.

5. The terms & conditions of the tender shall also form part of the contract agreement.6. The contractor should call at the Divisional Telecom. Store Depot, Phulbani or depute his

representative daily to receive the orders of the Sub –Divisional Engineer / Sub – Divisional Officers of Telecom. District, Phulbani for the transport required in the next day for the carriage of the stores, although the TDE, Phulbani is not bound to utilize any or all the motor vehicles as demanded or load them to their full capacity .

7. The contractor shall, when called upon to do so, place at the disposal of TDE, Phulbani such number of motor vehicles as may be required by him although the no. of vehicles so demanded may be more than the no. of vehicles required to own for the purpose of transport of the stores.

8. The contractor shall not demand any revision of the rates accepted as matter of right although the TDE. is at liberty to modify them at any stage with reference to the scheduled rate of labour etc . Personally approved for B.S.N.L., provided he is fully satisfied that such revision is absolutely necessary.

9. The contractor shall not demand undue charges which are not stipulated in the contract or mentioned in the conditions of the tender.

10. If, at any time, due to urgency the transporter is required to carry materials less than 10 MT / full truck load ( as the case may be ), the stores should be carried by Minitrucks for which separate rate should be claimed.

11. The Telecom District Engineer, Phulbani has full discretion to reject temporarily or permanently any motor lorry which he considers unsafe for transportation of the stores and any such rejection by him shall be final.

12. The TDE, Phulbani is at liberty to terminate the contract forthwith and also order the forfeiture of the security deposit if in his opinion the performance of the work contracted is found to be unsatisfactory .

13. The type of vehicle supplied by the contractor should be as per specification in the tender condition.

14. The contractor has to supply the vehicle within 24 hrs. from the time of intimation either on Phone or in writing. In case the contractor fails to supply the vehicle in schedule time

Signature of bidder9

Page 10: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

a penalty of Rs.1000/- per week subject to maximum of 3 weeks will be imposed for such delay.

15. On any date the penalty payable as above reaches Rs.3000/- (i.e. 3 weeks @Rs.1000/-), the contractor can proceed with the work only after obtaining written permission from the competent authority that he is allowed to proceed further with the work.

16. Penalty for delay in completion of the work shall be recoverable from the bills of the contractor or by adjustment from the security deposit.

17. The TDE, Phulbani reserves the right to cancel the contract and forfeit the security deposit if the contractor fails to commence the work within 3 weeks after issue of the work order.

18. TDE, Phulbani reserves the right to extend the contract period beyond period of agreement i.e. 1 year and the work has to be carried out at the approved rate during the extended period.

19. The near relative of employees of BSNL are prohibited from participation in this tender (either directly recruited or on deputation) .The near relatives for this purpose are defined as ( a) Members of Hindu undivided family (b) They are husband & wife( c)The one related to other in the manner as father, mother, son(s)& son’s wife (daughter in law), daughter(s)& daughter’s husband (son in law),brother(s) & brother’s wife, sister(s) & sister’s husband (brother-in law).

20. Bid Prices:

(i) The bidder shall give the total composite price inclusive of all levies and taxes for works to be executed.

(ii) Prices shall be quoted by the bidder as percentage below / above / at par with the schedule of rates given in the Financial Bid. Prices quoted at any other place shall not be considered.

(iii) The Price quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non – responsive and rejected.

(iv) The bidder should analyse properly all the rates provided in standard schedule of rates & the rate quoted by him. Any complain after submission of bid / opening of tender will not be entertained & will lead to forfeiture of EMD.

Signature of bidder10

Page 11: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

SECTION – V

TENDER FORM

Ref. No. Tender enquiry no.

Demand draft receipt no.

Amount

From ToSri / Smt. The Telecom District Engineer,

Phulbani - 762001.

Sir.

Having examined the conditions of contract bid document . the receipt of which is hereby acknowledged , we , the undersigned enclose herewith our rates in respect of carriage of Telecom. Stores for the office of the TDE, Phulbani, for a period of ONE YEAR from the date of agreement.I / We also accept unconditionally the terms and conditions laid down in the bid document.

I / We undertake, if our bid is accepted, to abide by and fulfill all the terms and conditions of contract. If default thereof , the EMD so submitted by us may be forfeited and the sum of money as fixed in the said conditions paid to the TDE, Phulbani without any prejudice.

A sum of Rs. ----------------------------/- (Rupees ----------------------------------------------------------) has been deposited vide Bank Draft no. -------------------------- dated ---------------------------------- of ------------------------------ Bank as earnest money which is attached herewith . The whole of the money may be forfeited should we fail to carry out the works entrusted to us as per the schedule.

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

I / We furnish the following documents duly attested, the originals of which will be produced for verification at the time of agreement / as & when demanded by TDE, Phulbani .The tender may be rejected out right and earnest money forfeited if the tender is not completed in all respects .List of Documents:

i. Income Tax Clearance Certificate / PAN Card.ii. Permission for Transportation in both Orissa & A.P. states.

iii. Documents regarding possession of two lorries / trucks of 10 Ton capacity. & one minitruck.

iv. Experience Certificate of Transport operation .v. Up-to-date Valid Insurance of the Trucks / Lorries.

vi. Up-to-date Road – Tax Clearance Certificate.vii. R.C. Book of Trucks / Lorries.

viii. Service tax registration (if applicable) Created by HRD.

Yours faithfully.

Date: Signature with date:

Signature of bidder11

Page 12: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

FINANCIAL BID(PRICE SCHEDULE)

SECTION – VI(Price Schedule)

(A)(i) Truck with 10MT capacity

Distance of Place from Loading Point

Standard Rate per Km. Rate Quoted as % of Standard Rate Schedule

Above At Par Below

(i) Local Trips upto 20 Kms. (00 – 20 Kms.)

Maximum Rs.750/- per Truck Load (Consolidated)

(ii) Beyond 20 Kms. Rs.36.00

(ii) Mini truck / partially loaded truck

Distance of Place from Loading Point

Standard Rate per Km. Rate Quoted as % of Standard Rate Schedule

Above At Par Below

(i) Local Trips upto 20 Kms. (00 – 20 Kms.)

Maximum Rs.450/- per load

(ii) Beyond 20 Kms. Rs. 24.00

(iii)TATA ACE/107 up to 1 T Capacity Distance of Place from

Loading PointStandard Rate per Km. Rate Quoted as % of

Standard Rate ScheduleAbove At Par Below

Local Trips upto 20 Kms. (00 – 20 Kms.)

Maximum Rs.300/- per load

(i) Beyond 20 Kms. Rs. 10.00

Signature of bidder12

Page 13: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

EXAMPLE:-The calculation of rate for transportation should be made as follows:(i) For a distance upto 20 km., the rate is Rs750/- for truck with 10MT capacity & Rs. 450/- for mini truck / partially loaded truck.(ii) For a distance beyond 20kms (say) 50kms, the rate of transportation for 10 MT capacity truck is Rs.36/- x 50 = Rs. 1800/-.

& For mini truck / partially loaded truck the rate is Rs. 24/- x 50 = Rs. 1200/-.

(B) Handling Charges:(i) Mini truck / partially loaded truck(Loading / Unloading)

Sl. No.

Particulars Scheduled rate Rate Quoted as % of Standard rate Schedule

Above At Par Below1. Loading Rs.300/-2. Unloading Rs.300/-

(ii) Truck with 10MT capacity

(Loading / Unloading)

Sl. No. Particulars Scheduled rate

Rate Quoted as % of Standard rate Schedule

Above At Par Below

1. Loading Rs.600/-

2. Unloading Rs.600/-

(iii)TATA ACE/107 up to 1 T Capacity (Loading / Unloading)

Sl. No.

Particulars Scheduled rate Rate Quoted as % of Standard rate Schedule

Above At Par Below1. Loading Rs.150/-2. Unloading Rs.150/-

Note:- (i) Rate must be quoted in figures and words .(ii) The Tender will be finalized taking into Account of rate quoted per Km.(iii) Transportation done by any means other than the vehicles prescribed above will not be considered strictly.

Signature of bidder13

Page 14: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

Signature of bidder with date :

ANNEXURE I

SCHEDULE OF APPROXIMATE DISTANCE BETWEEN PLACES WHERE STORES ARE TO BE TRANSPORTED OFTEN

From To Approximate Distance

PHULBANI

Boudh 70 Kms.

G. Udayagiri 65 Kms.

Baliguda 90 Kms.

Kantamal 150 Kms.

Kotagarh 140 Kms.

Brahmanigaon 170 Kms.

BHUBANESWAR 220 Kms.

Raikia 85 Kms.

Harabhanga 60 Kms.

Ambagaon 180 Kms.

Gochhapada 40 Kms.

Adenigarh 50 Kms.

Signature of bidder14

Page 15: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

ANNEXURE II

DECLARATION

I --------------------------son of Sri ---------------------------- here by declare that none of my near relative (as mentioned in the tender document) is / are employed in BSNL unit. In case at any stage, it is found that the information given by me is false/ incorrect, BSNL shall have the absolute right to take any action as deemed fit without any prior information to me.

Signature of Tenderer

Signature of bidder15

Page 16: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

SECTION-VII

AGREEMENT FOR TRANSPORTATION OF TELECOM STORES IN PHULBANI TELECOM. DISTRICT.

Agreement No.____________ Dated: -------------

An agreement made between the Chairman, BSNL (Which expression shall unless exclude by or repugnant to the context include his successors and assignees) on one part, ------------------------- recalled the “Contractor” (Which terms shall include their heirs executors, successors and assignees) on another part.

Where as the corporation is desirous of getting executed work of Transportation of Telecom Stores.

Now through this agreement, it is hereby agreed and declared as follows.

1. The Tender document containing instruction to tenderer, condition of contract annexed vide this office tender no. V-14/Transport Tender/11-12/01 Dated: 04.11.2011 and such other additional particulars, instruction as may be found requisite to be given during execution of the contract and shall also be deemed to be included in the expression “Contract” to “Contract Document” wherever here in use.

2. In consideration of the payment to be made to the contractor for the works to be executed by him, the Contractor hereby declares to be conversant with the contract documents duly provided & agrees to execute and complete the said works and to perform all other acts, deeds, matter and things in the contract mentioned or described or which are to be implied there from time to time or may be reasonably necessary for the completion of the said works and at the same time, in the manner and subject to the terms and conditions of stipulations mentioned in the contract.

3. In consideration of the provision, execution and completion of the said works, BSNL hereby agree with the contractor to pay the respective amounts for the works done by the contractor and such other sum (s) that may become payable to the Contractor under the provisions of contract.

Signature of bidder16

Page 17: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

4. --------------------------- also under take to carryout the works at the following rates as per Annexure and according to the laid down standards and up to the satisfaction of the General Manager Telecom District, Phulbani.

5. The transport contractor agrees to carryout the transportation work at the approved rate if the tender is extended beyond the contract period due to any technical / administrative reason.

6. The transport contractor agrees to supply the vehicle within 24hrs from the time of intimation either over phone / in writing.

7. The transport contractor also agrees to pay penalty of Rs. 1000/- per week delay in execution of the work order.

8. The transport contractor agrees upon the condition that in case of default, the Dept. will get the stores transported by any other agency at the risk & cost of the tenderer.

9. The contractor hereby declares that nobody connected with or in the employment of the BSNL / DTS is not / shall not ever be admitted as partner in the contract.

10. Also, ----------------------------- undertakes that if he fails to complete the said work in specified time and as per Departmental standards and specification laid down in the Tender Notice No. V-14-/Transport Tender/11-12/01 Dated: 04.11.2011. The District Authority will have the right to award the work to any other alternative contractor. The Security Deposit and E.M.D. of the defaulter contractor will be forfeited. However, the same may be considered at the discretion of the Telecom District Engineer, Phulbani deserving cases on merit

Telecom District Engineer,O/O TDE, PHULBANI- 760 001.

Signature of the Contractor.Name:Address:

Witness:1 Witness:2Name: Name:Address: Address:

Signature of bidder17

Page 18: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

ANNEXURE III

Material Security Bond FormWhere as …………….. …………… …………………………………………..

( herein after called the contractor) has been awarded the contract of transportation of tele-materials under TDE, Phulbani as per tender number V-14/Transport Tender/11-12/01 Dated: 04.11.2011 know all men by these presents that we the contractor having registered office at …………………………………………………………………………..

are bound unto at …………………………………………………………………………….

(herein after called BSNL) in the sum of Rs….. …

(Rupees…………………………………..) for which payment will and truly to be made of BSNL, the bank binds itself its successors and assigns by these presents.

The conditions of the obligations are :-

i. If the contractor is unable to transport the stores properly, that is, the stores transported by the contractor are damaged or

ii.The stores during transportation by the contractor are stolen or

iii.The contractor is not able to provide proper account of the stores transported by him/her/them for BSNL

We undertake to pay to BSNL upto the above amount upon receipt of its first written demand with out BSNL having to substantiate its demands provided that in its demands BSNL will note that the amount clamed by it is due to it owing to the occurance of one or two or all of the three conditions specifying the occured condition or conditions.

Signature of bidder18

Page 19: tender 11 …  · Web viewIf there is discrepancy between words and figures, the amount in the word shall prevail. If the bidder does not accept the correction of the errors, his

This guarantee will remain in force up to and including one hundred and eighty (180) days after the period of contract validity and any demand thereof should reach the Bank not later than the above date.

Signature of the Bank

Signature of witness

Name of witness

Address of witness

Signature of bidder19