kpc gas power corporation limited (subsidiary of …

32
YCCPP Project -Vehicle Tender 2020 Page 1 of 32 KPC GAS POWER CORPORATION LIMITED (SUBSIDIARY OF KPCL) SHORT-TERM TENDER NOTIFICATION NO. KPCL/2020-21/PS/WORK_INDENT10048 PART – I TENDER DOCUMENT Hiring of GPS fitted vehicles on hire basis to YCCPP Project for a period of Two years. (Extendable by one more year on the performance of the agency and condition of the vehicle (Through e-procurement portal only) Executive Engineer(MSP)Y KPC Gas Power Corporation Limited Yelahanka Combined Cycle Power Plant, Doddaballapura Main road, Yelahanka, BANGALORE – 560 064

Upload: others

Post on 23-Nov-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

YCCPP Project -Vehicle Tender 2020 Page 1 of 32

KPC GAS POWER CORPORATION LIMITED

(SUBSIDIARY OF KPCL)

SHORT-TERM TENDER NOTIFICATION NO. KPCL/2020-21/PS/WORK_INDENT10048 PART – I

TENDER DOCUMENT

Hiring of GPS fitted vehicles on hire basis to YCCPP Project for a period of Two years. (Extendable by one more year on the performance of the

agency and condition of the vehicle

(Through e-procurement portal only)

Executive Engineer(MSP)Y KPC Gas Power Corporation Limited

Yelahanka Combined Cycle Power Plant, Doddaballapura Main road,

Yelahanka, BANGALORE – 560 064

YCCPP Project -Vehicle Tender 2020 Page 2 of 32

KPC GAS POWER CORPORATION LIMITED

(Subsidiary of KPCL)

Notice Inviting Tender

(Through e-Procurement Portal only)

(Two cover system)

SHORT-TERM TENDER NOTIFICATION NO. KPCL/2020-21/PS/WORK_INDENT10048 Tenders are invited from reputed transport agencies, fleet owners and service providers for providing GPS fitted vehicles on hire basis to YCCPP project

Further details can be had from

for a period of two years (Extendable by one more year on the performance of the agency and condition of the vehicle). The last date for receipt of the completed bids is 11.00 hrs . 12.06.2020 The tender document can be downloaded from the website https://www.eproc.karnataka.gov.in.

Executive Engineer (MSP)Y, KPC Gas Power Corporation Limited, Yelahanka Combined Cycle Power Plant, Doddaballapura Main Road, Yelahanka, Bangalore – 560064. Mobile No. 9480682807 e-mail: [email protected] website:www.karnatakapower.com

e-portal helpdesk / Hp help desk: +91-8046010000, +91-8022631200

YCCPP Project -Vehicle Tender 2020 Page 3 of 32

CONTENTS

Clause No. Contents Page No.

A DEFINITION OF TERMS 04

1.0 GENERAL TERMS & CONDITIONS OF TENDER 05

2.0 PRE QUALIFICATION REQUIREMENTS 07

3.0 INSTRUCTIONS TO BIDDERS 07

4.0 STATUTORY AND OTHER REQUIREMENTS 07

5.0 EARNEST MONEY DEPOSIT (EMD) 08

6.0 SUBMISSION OF TENDERS 16

7.0 VALIDITY OF TENDERS 18

8.0 RIGHTS OF YCCPP/KPC-GPCL 18

9.0 SCOPE OF WORK & SPECIAL TERMS AND CONDITIONS 19

10.0 PRICE 21

11.0 PERIOD OF CONTRACT 21

12.0 QUANTITY TO BE PROVIDED 22

13.0 TERMINATION OF CONTRACT 22

14.0 BILLING & PAYMENT 22

15.0 PAYMENT TERMS 22

16.0 ADVANCE PAYMENT 23

17.0 PAYING AUTHORITY 23

18.0 RATE AND PRICE VARIATION 23

19.0 PENALTY 23

20.0 SECURITY DEPOSIT 24

21.0 INSTITUTE OF SUITS 24

22.0 SUB-LETTING OF WORKS 24

23.0 FORCE MAJEURE 24

24.0 GST / GST CLEARANCE CERTIFICATE 25

25.0 EFFECTIVE DATE OF CONTRACT 25

26.0 EVALUATION CRITERIA 25

I DECLARATION FORMAT –ANNEXURE-I 26

II ANNEXURE - II 27

III PRICE SCHUDULE FORMAT - ANNEXURE-III 28

IV AFFIDAVIT FORMAT- ANNEXURE-IV 29

V AFFIDAVIT FORMAT- ANNEXURE-V 30

VI COMPLIANCE SHEET - ANNEXURE-VI 31

VI PROFORMA OF PRE BID QUERIES- ANNEXURE-VII 32

YCCPP Project -Vehicle Tender 2020 Page 4 of 32

KPC GAS POWER CORPORATION LIMITED

NOTICE INVITING TENDER

SHORT-TERM TENDER NOTIFICATION NO. KPCL/2020-21/PS/WORK_INDENT10048 Name of Work: Hiring of GPS fitted vehicles on hire basis to YCCPP Project for a period of two

years (Extendable by one more year on the performance of the agency and condition of the vehicle).

A. DEFINITIONS OF TERMS:

The following words and expressions shall have the meaning assigned herein below unless it be repugnant to the context or meaning thereof. a) The expression “Work”, “Job” or “Duty” where used in these conditions shall unless there be

something either in the subject or context represent to such arrangements in.

b) The “Company” means KPC GAS POWER CORPORATION LIMITED (KPC-GPCL).

c) CE(O&M)YCCPP means Chief Engineer (Operation & Maintenance) of KPCL.

d) "YCCPP" Means Yelahanka Combined Cycle power Plant located at Yelahanka.

e) The “Agency / Contractor” means the Transport Agency to whom this work is awarded on successful bidding.

f) “Notice in Writing” or “Writing Notice” shall mean a notice written, typed or printed characters sent (unless delivered personally or otherwise proved to have been received) by registered post to the last known private or business address or registered office of the ordinary course of post it would have been delivered..

g) “Premises of company” means, YCCPP / KPC-KGPCL project locations.

h) Whenever in this contract the words “Directed”, “Required”, “Ordered”, “Desired” “Considered” “Necessary”, or like words are used, it shall be understood that the directions, requirements, permissions, orders, desiring, etc., of the EE(MSP)Y or other authorised Officers. Words “Approved”, “Acceptable”, satisfactory to the EE(MSP)Y or by his / her authorized officers approved by or acceptable or satisfactory to the EE(MSP)Y unless any other meaning is otherwise intended.

i) CAR SEGMENTS AS PER SOCIETY OF INDIAN AUTOMOBILE MANUFACTURERS (SIAM)

a) A3 Segment Sedan class A/C cars 3+1 seater (Engine-1190 CC to 1290 CC)

b)

: like Maruthi-Swift Dzire,Fiat-punto EVO ,Tata- Manza,Tata Zest,Hyuandi-Xcent,Honda-Amaze,Chevorlet -Sail,Toyota –Etios.

B2 Segment MUV/MPV/SUV class A/C vehicles 6+1 seater(Engine-1800CC to 3000 CC)

j) “EE(MSP)Y” means Executive Engineer (Machinery Stores & Purchase) Yelahanka

: like Toyota-Innova, Mahindra XUV500/Fortuner,Tavera, Tata sumo, CRV, Safari,Grand Vitara.

k) “EMD" shall mean Earnest Money Deposit.

l) “KPC-GPCL" shall mean KPC GAS Power Corporation Limited

YCCPP Project -Vehicle Tender 2020 Page 5 of 32

m) “Letter of Award” (LOA) means the letter issued by KPC-GPCL to Contractor accepting the offer.

n) “Month” shall mean a calendar month

o) “Supplier” means the successful bidder to whom the Letter of Award is issued.

p) “Tender Accepting Authority” shall mean the CE(GSW) of KPC-GPCL.

q) “Tenderer” or “Agency” shall mean the companies/ person/s who submits the tender.

r) “Tender Inviting Authority “shall mean EE(MSP)Y, YCCPP/ KPC-GPCL, Bangalore.

s) “Year” means the financial year commencing on 1st April and ending on the following 31st

t) “Section 14 (A) of the KTPP Act.” – reads as below

March and “Quarter” means the respective three monthly periods, namely April to June, July to September, and so on.

14 A. Debarment of tenderers –

(1) The procurement entity may debar tenderers, for a period not exceeding three years, from participation in its tenders, following such procedure as may be prescribed on the ground that tenderer is engaged in corrupt or fraudulent practices in competing or executing the contract including misleading the procuring entity at any stage of procurement activity with a fraudulent intention.

Provided that, no tenderer shall be debarred without giving opportunity of being heard.

(2) The State Government may debar tenderers for a period not exceeding three years, from participating in any procurement activity within State, following such procedure as may be prescribed, on grounds of, but not restricted to, criminal offence, corruption, integrity, honesty and work ethics:

Provided that, no tenderer shall be debarred without giving opportunity of being heard.

3) The State Government shall publish the list of so debarred tenderers under sub-section (2) from participating in any procurement activity on the Karnataka Public Procurement portal.

(4) The tenderer so debarred under sub-section (2) shall not be entitled to apply to participate in tenders called by any procurement entity under this Act during the period so debarred.

1.0 GENERAL TERMS AND CONDITIONS OF TENDER:

1.01 Tenders are invited from reputed transport agencies, fleet owners and service providers for providing GPS fitted vehicles on hire basis to YCCPP/KPC-GPCL project location for a period of two years (Extendable by one more year on the performance of the agency and condition of the vehicle).

Bid shall be electronically submitted (on-line through internet) within the due date and time published in e-procurement portal https:www.eproc.karnataka.gov.in. Bid Cover-1 (Part-I) will be opened at prescribed time and date in the e-procurement portal, in the presence of the tenderers who wish to be present at the office of the EE(MSP)Y, KPC Gas Power Corporation Limited, Yelahanka Combined Cycle Power Plant, Doddaballapura Main Road, Yelahanka, Bangalore – 560064. Opening of Cover-2 (Part-II) will be intimated to the qualified bidders.

1.02 It shall be the sole responsibility of the tenderer to furnish all particulars which are necessary for due consideration of the tenders though not mentioned in the specification.

1.03 The tender will be rejected, if the tender is:

YCCPP Project -Vehicle Tender 2020 Page 6 of 32

a) not in the prescribed form

b) from any black-listed firm or Agency.

c) from a tenderer who is directly or indirectly connected with Government Service or KPCL or a local authority.

d) not in conformity with KPC-GPCL’s requirement as per tender terms and conditions

e) one whose validity period is less than that specified in the tender document

f) Incomplete and or incorrectly submitted.

g) Conditional.

h) from any firm or Agency debarred in terms of Section 14(A) of KTPP Act. as defined under (A) (aq).

i) On any other ground/s or reason/s not covered above but detrimental to the interest of KPC-GPCL/KPCL and comes to the knowledge / notice of KPC-GPCL/KPCL at any stage during tender process, without assigning any reason for the same to the Tenderer

Note: 1) With reference to 1.03 (b) above, the tender will be rejected, if the tenderer has not uploaded in the e-portal, an undertaking in the form of a notarized affidavit (as per ANEXURE-IV enclosed).

2) With reference to 1.03 (h) above, as per the latest amendment in the KTPP Act., the tender will be rejected, if the tenderer has not uploaded in the e-portal an undertaking in the form of a notarized affidavit (as per ANNEXURE-V enclosed)

1.04 Tenderer is advised to peruse all the clauses in the tender document and the instructions before quoting.

1.05 Calendar of Events:

Date of issue of NIT through e-Portal/ down loading of bid documents.

18.05.2020

Last date for seeking clarifications by the tenderers through e-portal / e-mail 17:00 hrs on 21.05.2020

Date of Pre -bid meeting (If necessary) 23.05.2020 Uploading of KPC-GPCL clarifications to tenderers through e-portal 26.05.2020

Last date of receipt of completed -Tender documents (Cover-I & Cover-II)

11:00 hrs on 12.06.2020

Date of opening of Cover-1 (Part - I) 16:00 hrs on 15.06.2020

Opening of Cover-2 (Part-II) Will be intimated later to all technically qualified bidders.

Tenderer may seek clarifications on the general conditions or any of the clauses in the scope of work and the terms and conditions of the tender before the due date, in the pro-forma of bid queries (Annexure-VI) through e-portal or [email protected] only.

A pre-bid meeting will be held only if required, at Office of EE(MSP)Y/ YCCPP. In case no query is received with in stipulated time from any of the bidders, pre-bid meeting will not be held.

Clarifications, if any, will be furnished before the due date through e-portal by an “addendum”.

Any clarifications sought after the pre-bid meeting will not be entertained.

YCCPP Project -Vehicle Tender 2020 Page 7 of 32

All the clarifications given by KPCL/KPC-GPCL by suo-motto or in response to the tenderer’s queries shall be part of Tender document.

1.06 No commercial and technical deviation will be accepted and that conditional tenderers will be summarily rejected.

2.0 PRE QUALIFICATION REQUIREMENTS: a. The Bidder should be a regular Contractor / agency and shall have proven experience in

providing similar vehicles to Govt., Organizations / Public Sector Undertakings / Institutions/ MNCs.

b. The bidder should have provided vehicles. & should have executed the contract successfully in the last 3 years to the satisfaction of the order placing party without any default.

c. Each tenderer in his name should have in the last five years i.e., 2015-16, 2016-17, 2017-18, 2018-19 & 2019-20, achieved in at least two financial years an average annual turnover of Rs.58.2 Lakhs. Note:- 1) Experience as sub-contractor / Consortium member / Joint Venture shall not be

considered for qualifying the experience criteria specified in PQR 2) KPCL also reserves the right to seek such additional information as it may deem fit to

satisfy itself of the eligibility of the Bidder. 3) The Bidder cannot submit multiple bids for each tender.

3.0 INSTRUCTION TO BIDDERS:

a. The bidder shall provide vehicles of 2017 or above model fitted with GPS & PF, ESI

facilities and insurance for divers. b. In case of failure to provide vehicles as per the tender condition after the award of contract,

EMD will be forfeited. c. Bidder should quote Rate/km for fixed km per month, as per vehicle (for 12/24 Hrs. duty

per day) including Sunday and Holiday. Including driver salary, PF, IT, road tax, comprehensive insurance, registration, FC, spare, repair / maintenance cost and any other Statutory & other charges for the segment of vehicles he is participating.

d. Rate per Extra km beyond the fixed monthly km will be 50% of the rate quoted for rate/km by the bidder.

e. Rate per Extra hrs beyond 12hr duty will be paid @ Rs100/- hour. f. The bidder has to quote his rates for all the items of the tender. Partially / partly quoted

price bids will not be considered for evaluation.

4.0 STATUTORY AND OTHER REQUIREMENTS: DECLARATION TO BE uploaded along with the bid

a. Declaration as per Annexure - I b. Declaration as per Annexure - II c. Affidavit as per Annexure-IV d. Affidavit as per Annexure-V e. Compliance Sheet as per Annexure-VI f. TAN and PAN Number self attested copy g. The documents for ownership of vehicles and/or the under taking from the vehicles owner

to let-out the vehicles to the bidder for the whole contract period.

YCCPP Project -Vehicle Tender 2020 Page 8 of 32

h. The declaration regarding providing vehicle of 2017 or above model in event of award of work within TWO months.

5.0 EARNEST MONEY DEPOSIT (EMD):

The tenderer should pay the Earnest Money Deposit (EMD) of Rs.1,08,000/- (Rupees One lakh eight thousand only) through e-procurement portal only.

The entire EMD amount for a particular tender has to be paid in a single transaction. No interest is payable to the bidders for the EMD amount.

5.01 E-payment modes for Tender Processing Fee & Earnest Money Deposit: The tenderer should pay the Earnest Money Deposit (EMD) of Rs1,08,000/- & Tender Fee in the e-Procurement portal using any of the following payment modes:

• Instant Payments

(i) Credit Card

(ii) Debit Card

(iii) Net banking

• Deferred Payments

(iv) National Electronic Fund Transfer (NEFT)

(v) Remittance at the bank counter (ICICI bank only)

(i) & (ii) Credit/ Debit Card option

The supplier/contractor can use a credit/debit card for making payments using Master/Visa facility The following steps need to be taken into account for making a credit card payment:

Step 1: Log into the e-Proc portal and select Credit Card/ Debit Card as a mode of payment

Step 2: On confirmation of payment details in the e-Proc portal you will be linked to the Master Card Gateway as illustrated below

YCCPP Project -Vehicle Tender 2020 Page 9 of 32

Enter the name as registered in the card and select the mode of payment as ‘Credit Card/Debit Card’. Click on

‘Pay’.

Step 3: Enter the Master/Visa Credit Card details and make the requisite payment

Step 4: The supplier will be directed to the 3D secure PIN page.

YCCPP Project -Vehicle Tender 2020 Page 10 of 32

Step 5: The supplier will be re-directed to the e-Proc portal which will display the status of the payment (Success/Failure) as illustrated below:

(iii) Net Banking option

The Net Banking option can be used for making a payment by the supplier who has internet banking/net banking facility. The following steps needs to be taken into account for making a Direct debit payment:

Step 1: Log into the e-Proc portal and select Net Banking as a mode of payment Step 2: They will be linked to the net banking payment details page.

YCCPP Project -Vehicle Tender 2020 Page 11 of 32

Step 3: Select the bank account details and continue to make the payment.

Step 4: Access their Bank account details by entering the internet banking user ID and password and make the requisite payment

YCCPP Project -Vehicle Tender 2020 Page 12 of 32

Step 5: The supplier will be re-directed to the e-Proc portal which will display the status of the payment instantaneously (Success/Failure)

(iv) NEFT option

The National Electronic Fund Transfer (NEFT) option can be used by the supplier through any of his Bank accounts. The following steps need to be taken for making a NEFT payment: Step 1: The supplier needs to log into the e-Proc portal and select the NEFT payment option Step 2: The supplier needs to furnish all his payment details and take a print out of the NEFT challan as illustrated below:

YCCPP Project -Vehicle Tender 2020 Page 13 of 32

Step 3: The supplier needs to visit his respective Bank and make the requisite payment to the GoK’s pool a/c using NEFT.

Step 4: The supplier should obtain the NEFT reference number from the Bank and log into the e-Proc portal and furnish these details as illustrated below:

Step 5: The supplier will be allowed to submit his payment on the e-Proc portal only when he enters the NEFT Reference number and the date payment was made

As NEFT is a deferred payment option only on reconciliation of the payment with ICICI Bank through MIS/scroll the status of the payment will be updated as successful.

(v) Remittance at the bank counter option

YCCPP Project -Vehicle Tender 2020 Page 14 of 32

The Remittance at the bank counter option can be used by the supplier/contractor when he wants to make a payment using the Cash/DD facility. The supplier can visit any of the designated branches of ICICI Bank (Ref - List of Designated Branches of ICICI Bank available in the contractor’s home page) to make the requisite payment. The procedure for making OTC payment is as follows:

Step 1: The supplier needs to log into the e-Proc portal and select the OTC payment option

Step 2: The supplier needs to furnish all his payment details and take a print out of the OTC challan

Step 3: The supplier will have to visit the nearest designated ICICI Bank Branch to make the requisite payment using the Cash/DD option

Step 4: The supplier will need to obtain the OTC Transaction Reference number from the Bank along with the receipt of payment.

Step 5: The supplier will need to log into the e-Procurement portal and input the Bank Transaction Reference number and Date payment was made in order to submit his payment:

YCCPP Project -Vehicle Tender 2020 Page 15 of 32

As OTC is a deferred payment option only on reconciliation of the payment with ICICI Bank through MIS/scroll the status of the payment will be updated as successful

The Sr. No. field provides the Bank Transaction Reference number i.e. a 16 digit number. The supplier needs to input the Date of Deposit and the Bank Transaction Reference number in the e-Procurement portal in order to submit his payment.

The tenderer’s bid will be evaluated only on confirmation of receipt of the payment (EMD) in the Government of Karnataka central pooling a/c held at ICICI Bank.

For details on e-Payment services refer to e-procurement portal for more details on the process

YCCPP Project -Vehicle Tender 2020 Page 16 of 32

Note:

1) In e-Procurement Portal, Contractor has the option of withdrawing the Bid by digitally signing to withdraw / cancel bid before the bid submission time / Date

2) The EMD of the tenderer is liable to be forfeited: i) If tenderer withdraws or backs out after acceptance of the tender or fails to remit the

Security Deposit. ii) If any of the terms and conditions are changed / modified by tenderer during the

validity period of the tender. 3) EMDs of unsuccessful bidders shall be automatically refunded by the e-procurement portal,

subsequent to issue of LOI on successful bidder in the e-portal. The EMD will not carry any interest.

4) In respect of the successful tenderer, refund of EMD will be initiated in e-portal after executing the agreement.

5) In order that the tender may receive full consideration, the complete information asked for in the accompanying schedule and elsewhere must be supplied by the tenderer.

6) Tenderers may note the fact that their registration with “e market platform” (GeM) / DGS&D or any other authority do not entitle them for exemption from payment of EMD specified above.

7) If the tenderer has not furnished the requisite EMD in e-portal, the said tender will be rejected by e-portal itself & will not be considered for opening of Cover-1 (Part-I),

8) The tenderer has to indicate the rates only in the form of Rs. / Km in the relevant window / screen of the e-portal as per price schedule.

6.0 SUBMISSION OF TENDERS:

6.01 Tenderer should upload the offers in two parts viz., COVER-1 (Part-I) in soft (scanned) copies through e-portal and COVER - 2 (Part-II).

YCCPP Project -Vehicle Tender 2020 Page 17 of 32

6.02 The Cover-1 (Part-I) & Cover-2 (Part-II) of the tenders shall be submitted in the following manner: Cover-1 (PART-I) shall contain the following documents:

a) Signed original copy of the pre-bid clarifications, if any

b) An undertaking regarding acceptance of all terms and conditions of the tender (Annexure-1).

c) EMD for Rs.1,08,000/- to pay through e-procurement portal modes only.

d) Pre-qualification documents as stipulated in the tender document.

e) Notarized affidavits (As per format enclosed) - Annexure-IV & Annexure-V

Note: 1. The Bidder should upload scanned copies of all the above documents duly signed on each page.

2. The original documents should be produced for verification at any stage of tender process as and when sought for, failing which the bids are liable for disqualification.

6.03 The above documents Cover-1 (PART-I) shall be submitted through e-procurement portal.

6.04 The Cover-2 /Price bid shall be submitted through e-procurement portal only Note: As per Government of Karnataka order vides FD/165/EXP-12/2017 dtd. 21.03.2017 and

FD/539/EXP-12/2017 dtd. 02.06.2017, option of uploading the documents in financial bid section is disabled.

a. Hence, the price shall be indicated in the e-portal only and no documents / scanned copies shall be submitted for Cover-2 (Part-II). It may please be noted that the price quoted in the e-portal will only be considered for bid evaluation.

b. The price quoted in the e-portal will be considered on the total rate quoted for providing all the vehicles on monthly hire basis (i.e. Rs. per Km rate) for evaluation of L1 bidder.

c. Bidder should quote Rate/km for fixed monthly hire Kms as per the detailed list per vehicle (for 12/24 Hrs. duty per day) including Sunday and Holiday, including driver salary, PF, IT, GST, road tax, comprehensive insurance, registration, FC, spare, repair / maintenance cost and any other Statutory & other charges for the segment of vehicles he is participating.

d. Further, the breakup of basic price, applicable taxes and duties / GST (indicate HSN/SAC codes for GST) considered with both percentage and value in INR (i.e. Rs. per km) are also to be indicated in the relevant window / screen of the e-portal.

e. Bidders while entering the price bid details in the e-portal, against each of all the Item Codes, upon clicking the ‘Action’ icon, specify the rate of GST in INR separately in the fields provided for furnishing break-up component details and the rate of GST in % in the respective ‘Remarks’ field

f. The assistance of e-procurement cell helpdesk may be obtained for any of the tasks.

6.05 a) It is advisable to submit the digitally signed offer sufficiently in advance of due date & time so as to avoid last minute trafficking at server. Offer received after the due date and time of submission shall not be accepted. In case, the due date of opening of tender happens to be a holiday, the offer shall be opened on the next working day at the same time.

b) Only whose tenders are eligible, will only be considered for opening of Price Bid (Part-II) through e-procurement portal.

c) Bidders who have not obtained the user ID and Password for participating in e-procurement in Karnataka Power Corporation Limited may get registered online from the website (https://www.eproc.karnataka.gov.in )

YCCPP Project -Vehicle Tender 2020 Page 18 of 32

d) The bidder may modify or withdraw his bids after the bid submission, provided that such modification or withdrawal is uploaded to e-portal prior to the deadline prescribed for the submission of bids.

e) Pre bid clarifications if any issued by suo-moto would be uploaded through e-portal by an addendum. As part of submission of tender documents, the bidder shall upload the scanned copies of pre-bid clarifications if any. f) Corrigendum /modification/corrections, if any, will be published in the website only. For

any clarification on e-procurement or request for e-procurement training, bidder can contact Helpdesk Nos. +91-8046010000, +91-8022631200

6.06 OPENING OF COVERS: a) Cover-1 (Part-I) of tenders will be opened at Office of the Executive Engineer (MSP)Y,

KPC Gas Power Corporation Limited, Yelahanka Combined Cycle Power Plant, Doddaballapura Main Road, Yelahanka,Bangalore–560064 in the presence of such tenderers / their authorised representatives who are present at the time of opening of the tenders.

b) As per Rule 19 (e) of the Karnataka Transparency in Public Procurement Rules, 1999, verification of the submission of the requisite Earnest Money Deposit and other documents will be considered as merely an examination of the documents and not an evaluation. Tenderers shall sign the proceedings of the tender opening.

c) After scrutiny of Cover-1 (Part-I) of tenders, the opening of Cover-2 (Part-II) would be informed to the tenderers who meet the pre-qualification criteria stipulated in clause 2.0 only.

d) Cover-2 (Part-II) (Price bid) of tenders will be opened at the office of the Executive Engineer (MSP)Y, KPC Gas Power Corporation Limited, Yelahanka Combined Cycle Power Plant, Doddaballapura Main Road, Yelahanka, Bangalore – 560064. The date of opening of Cover- 2 (Part-II) will be intimated separately.

7.0 VALIDITY OF TENDER: The tender shall be valid for acceptance initially for a period of 180 days from the scheduled date of opening of Cover–1 (Part - I). The tenderer shall give commitment in the covering letter that the offer given is valid for a period of 180 days from the date of opening of Cover–1 (Part - I). Further, it shall also contain an undertaking regarding acceptance of all terms and conditions of the tender as required as per Annexure-I.

8.0 RIGHTS OF YCCPP/KPC-GPCL:

8.01 YCCPP/KPC-GPCL reserves the right: a) To reject any or all the tenders without assigning any reasons. b) To revise the quantities given in the specification. c) To delete any portion of the work covered by any of the sections of the specifications. d) To accept the lowest among the pre-qualified and responsive tenderers. e) To reject / cancel any or all of the tender(s)/offer(s) at any stage during the process, without

assigning any reasons. f) To seek for any additional details / documents required at any point of time during and after

the process of bidding. If the agency fails to furnish such details, their offer is liable for rejection.

g) To modify, change, cancel any or all the tenders without giving any reason thereof. 8.02 The Schedule of works is liable to alteration by way of deletions or additions at the discretion of

the company.

YCCPP Project -Vehicle Tender 2020 Page 19 of 32

8.03 The EE(MSP)Y or his / her authorized officers of the company shall have the power, from time to time, in the execution of the work, to issue notice in writing and to instruct / direct the contractor to make alterations / variations the scope of work.

8.04 If the agency fails to carry out the assigned works satisfactorily during the period of the contract, the company shall have the power to enter upon and take possession of the works and to engage any other person, firm or agency to complete the work. Any extra cost incurred by the company due to such failure on the part of the contractor shall be recovered from the contract.

8.05 To prevent disputes and litigations, it shall be accepted as an inseparable part of this contract that in matters regarding work, interpretation of contract, mode of procedure and carrying out the work, the decision of EE(MSP)Y shall be final and binding on the Contractor.

8.06 The company reserves the right to extend or short close the contract depending upon the satisfactory execution of the work or otherwise by the Contractor, as the case may be, and the Contractor shall carry out works on the same terms and conditions of the contract during the extended period in the event of any extension given.

9.0 SCOPE OF WORK AND SPECIAL TERMS & CONDITIONS.

9.01 The successful tenderer has to provide the GPS fitted vehicle to YCCPP/KPC-GPCL projects mentioned on hire basis along with suitably qualified and experienced drivers with valid transport driving license.

9.02 The YCCPP/KPC-GPCL shall only pay the hire charges as agreed as per the contract and contractor has to bear all costs such as Airport toll, parking fee, cost of HSD, Oil & Lubricants, repairs, replacement of spare parts, tyres, tubes, batteries, driver’s wages / allowances etc. The contractor is also responsible for the safety, watch and ward of the vehicle.

9.03 Fixed charges shall however remain firm throughout the contract period or the extended contract period thereof and no additional claim/variation will be admitted in this regard except Compensation/recovery clause.

9.04 The agency shall furnish the following Registration Certificate. (a) Independent PF registration certificate issued by the Regional Provident Fund

Commissioner. (b) IT-PAN No. (c) GST Registration certificates.

9.05 Vehicle should be kept neat and tidy by washing / servicing regularly. Driver should have good knowledge of local language both for conversation as well as for writing, required for reporting purpose. Vehicle shall be made available on all 365 days of the year (including Sundays & General Holidays).

9.06 The contractor shall ensure that driver engaged by him to drive the vehicle shall fulfil and comply with the requirement of Motor Vehicle Act, and other statutory provisions. If driver of the vehicle is found unfit to drive the vehicle, KPC-GPCL authorized officer will have the full power to refuse the services of the driver and the agency shall provide alternate driver immediately.

9.07 The successful bidder shall provide the communication facility (i.e. Mobile phone) to their driver during the contract period at their cost.

9.08 The Driver engaged shall not be less than 18 years of age and should have a verified report obtained by the Police in respect of their character and antecedents. The drivers should wear the uniform with agency label including shoes etc. provided by the travel agency at their cost. The agency shall provide replacement for driver, in event of his sickness absence or availing leave, National holidays, Weekly off and this provision is provided in the scope of contract.

9.09 This contract shall not grant any claims to the labour engaged by the contractor for any appointment in KPCL/KPC-GPCL either during the contract period or any time at a future date. The successful bidder shall furnish a letter of undertaking before entering into agreement, that the crew deployed for operating of vehicle are aware that they are employees of the agency only and they have nothing to do with YCCPP/KPC-GPCL as far as appointment is concerned.

9.10 The agency should make their own arrangements as required for providing accommodation & conveyance for their drivers. No quarters will be provided for drivers in the project locations.

YCCPP Project -Vehicle Tender 2020 Page 20 of 32

9.11 The agency shall also be responsible and fulfil all statutory obligations like ESI / PF etc. in respect of their personnel engaged under this contract.

9.12 The agency shall make payment for contribution towards PF & ESI (both employees and employer) to the concerned authorities at the notified rates from time to time.

9.13 The safety & security of the Hired vehicle parked is the responsibility of the contractor and YCCPP/KPC-GPCL will not take any responsibility for the same.

9.14 The contractor shall comply with all relevant acts, rules by-laws, regulations and all other statutory requirements of local or other authorities, having jurisdiction over the areas and shall be responsible for the payment of all fees and other charges and giving and receiving of all necessary notices and keep the YCCPP/KPC-GPCL informed of the said compliance with such acts, rules, by-laws, regulations, statutory requirements, payments made, notice issued and received.

9.15 During the contract, vehicle shall be covered with COMPREHENSIVE INSURANCE. 9.16 Tenderer shall abide by the provisions of "Employees Provident Fund Act & rules" thereon,

enrol eligible employees working with them, remit the PF contribution to the authorities regularly, and submit the proof of remittance.

9.17 The agency shall remain liable for the payment of all wages or other money due to his employees or labourers under the Payment of Wages Act 1936, Workmen’s Compensation Act 1923.

9.18 Tenderer shall pay compensation to workers working under him for any injury caused during the execution of work as per “Workmen’s Compensation Act” in force, failing which the amount will be deducted from his bills and paid to the concerned authority.

9.19 Vehicle shall not be diverted to any works outside YCCPP/KPC-GPCL jurisdiction during idle time of the vehicle. Thus, all vehicles provided under this contract shall be for the exclusive use of YCCPP/KPC-GPCL during the entire period of the contract.

9.20 The agency has to note that the vehicles provided will be under the overall control of EE(MSP)Y will deploy / re-deploy the vehicle to any division / works as per the requirement and inspect the condition of vehicles periodically, if required may insist for substitute vehicle if the vehicle is not in good condition. The agency shall not divert the vehicles for any other purpose, even if the vehicles are idle or free during the contract period.

9.21 Not obeying the orders of EE(MSP)Y will be considered as misbehaviour. 9.22 Any negligence in sending the vehicle will be treated as misbehaviour/ penalized. 9.23 YCCPP/KPC-GPCL is not responsible or liable to compensate for any damage to vehicle or

injury / loss of life of the crew / third party in the event of any accident to vehicle. 9.24 YCCPP/KPC-GPCL will not be responsible for any of the unauthorized acts and or liable for any

damage / injury sustained by agency or any other person in the course of their work / duty in and around the office premises.

9.25 Cases of ambiguity or any doubts, clarifications should be sought, in writing, before commencement of the work, failing which the decision of EE(MSP)Y in all such matters shall be final and binding on the Contractor.

9.26 In case any dispute or difference arises between the company or its representative and the contractor on any matter within the scope of this contract, then either party shall forthwith give to the other side written notice of such dispute or difference and such dispute or difference shall be referred to the EE(MSP), whose decision will be final.

9.27 Rates per km quoted shall be inclusive of all applicable taxes and duties like GST, Income Tax, Road tax, PF and POL. etc.

9.28 The work order will be issued as and when required during the tender validity period. 9.29 The successful tenderer should obtain at his own cost, all required permits, licenses pollution,

Tax & Insurance Comprehensive and its renewals for running his vehicle without break or any type of difficulty during the entire contract period. Failure to maintain these requirements will entail YCCPP/KPC-GPCL for cancellation of the contract and forfeit the Security Deposit.

9.30 Vehicle shall have RTO yellow board permit (All India or State), Comprehensive Insurance coverage etc.

9.31 Contractor is solely responsible for payment of Wages / Salaries / Bonus and allowances to his personnel. YCCPP/KPC-GPCL will have no liability whatsoever in this regards.

YCCPP Project -Vehicle Tender 2020 Page 21 of 32

9.32 This contract shall not grant any claims to the labour engaged by the contractor for any appointment in YCCPP/ KPC-GPCL, either during the current contract or at any future date.

9.33 The successful bidder shall give an under taking that he would abide by the provisions of “Employees Provident Fund and Miscellaneous act 1952” and amendments thereof.

9.34 The contractor shall adhere to minimum wages act and other government rules and statutory requirements in respect of the driver deputed to the vehicle.

9.35 The contractor has to note that the vehicle provided to YCCPP/KPC-GPCL will be under the overall control of EE(MSP)Y. He/she will inspect the vehicle condition periodically, if required he may insist for substitute vehicle if the vehicle is not in good condition.

9.36 The corporation will provide logbook and it is the responsibility of driver to get it filled / log the readings and to obtain the signature of the concerned KPCL/KPC-GPCL officer at the end of each day for the Kilometres covered and time taken. The KM and the time Starts and Ends at the Officials Residence to whom the vehicle is allotted. (Not applicable for 24 hrs. duty vehicle)

9.37 Payment will be made after submitting the bill (in four copies) by the agency during each month with ESI PF paid details.

9.38 In case particular officer goes on leave, the vehicle should report to the officer designated by EE(MSP)Y who may deploy for other duties.

9.39 The successful bidder should execute an agreement on Rs.200/- stamp paper purchased in Karnataka State strictly as per the pro-forma prescribed by the corporation for the satisfactory execution of work within 20 days from the date of letter of award. The agreement will be signed in one original. Contractor will provide with one copy of the agreement and the original will be retained by the Corporation. Subsequent to signing of the contract, the contractor at his own cost shall provide the Corporation with at least 04 (four) copies of the agreement within 10 days of the signing of the contract.

9.40 If the contractor neglects to execute the contract work with due diligence and expedition or does not comply with the instruction given or fails to fulfil the terms and conditions of the contract, KPC-GPCL reserves the right to terminate the contract by giving one-month notice. Upon termination, the security deposit shall be forfeited.

9.41 Misbehaviours, rash & negligent driving by the drivers shall be viewed very seriously and the contract will be terminated if it is continued. Upon termination, the security deposit shall be forfeited.

9.42 Any dispute / suite of proceedings arising towards this contract shall be subject to Jurisdiction in Law courts at Bangalore only.

9.43 The original documents should be produced for verification at any stage of tender process as and when sought for, failing which, the bids are liable for disqualification.

9.44 Price bid of tenderers who have furnished all the documents to meet the qualification criteria, technically and commercially responsive will only be opened.

9.45 YCCPP/KPC-GPCL reserves the right to verify any information/documents furnished by the bidder should their circumstances so warrant. In case the information or the documents furnished are found to be incorrect/false or invalid then the EMD furnished by such bidder shall be forfeited. The registration of such tender shall also be cancelled.

10.0 PRICE: Tenders must be electronically submitted (online through internet) within the date and time published in e-procurement portal. The prices quoted by the bidders shall include all the costs / risks what-so-ever and all the taxes, levies, duties etc., of Government of Karnataka & Government of India, prevailing as on the date of NIT / enquiry and all other incidentals. Please furnish break up details of quoted prices. Please note that the vehicle has to be deployed for all the days in a month including all Sundays and general holidays.

YCCPP Project -Vehicle Tender 2020 Page 22 of 32

11.0 PERIOD OF CONTRACT: The tenure of the contract will be for a period of two years subject to quarterly review of performance of the agency. In case of unsatisfactory performance during any quarter, the performance will be reviewed during next quarter & if unsatisfactory performance is continued then the contract is liable to be terminated and YCCPP/KPC-GPCL is entitled to call for fresh tenders.

12.0 QUANTITY TO BE PROVIDED:

The number of vehicles mentioned is tentative. It may vary as per the requirement. If additional vehicles are required during the period of contract, the agency has to provide the required number of vehicle at the rates accepted, according to the terms and conditions of the same contract.

Quantity of vehicles to be provided on monthly hire basis at YCCCP-YELAHANKA is as under:

SL NO TYPE OF VEHICLES WITH GPS MONTHLY

HIRE KMs QTY (Nos.)

1 A3 Segment Sedan class A/C cars 3+1 seater (Engine- 1190 CC to 1290CC) for CE and SE duty on 12 hours basis

2500 3

2 B2 Segment MUV/MPV/SUV class A/C vehicles 6+1 seater (Engine-1800CC to 3000 CC) for SHIFT Duty on 24 Hrs. BASIS.

2500 1

TOTAL 4

13.0 TERMINATION OF CONTRACT: KPCL reserves the right to terminate the contract by giving one month advance notice on the following grounds.

i) The performance of the Agency is not satisfactory. ii) The work being carried out not meeting the requirement of KPCL iii) Without assigning any reasons. iv) For any condition due to force majeure.

14.0 BILLING AND PAYMENT: Payment shall be made within 60 days after submitting the bills by the agency to EE(MSP)Y after each calendar month and as certified by the division. In case the vehicle is hired for a part of the month, pro-rata payment will be made. Statutory levies such as Income Tax etc., as applicable at the prevailing rates will be recovered from the bills.

15.0 PAYMENT TERMS: Payment for providing Vehicles will be made on satisfactory performance upon completion of a calendar month on agreed price basis of the accepted bid price on submission of Bill/Invoice by successful bidder. It will be mandatory for the Successful Bidder to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheque, wherever feasible. The payment will be made as per the following terms, on production of the requisite documents:

YCCPP Project -Vehicle Tender 2020 Page 23 of 32

a)

b)

The payment to the service provider shall be made as per actual and not exceeding quoted price (supported by ECS statement duly verified by bank official).

c)

The Firm/Agency (successful bidder) shall raise bill for the services provided for a calendar month within seven working days of succeeding month of such services. Disputed amount or amount on which clarification is required may be held up till the time matter is sorted out. However, balance amount shall be released by due date.

d) Bill should be submitted to the EE(MSP)Y

e)

Payment from YCCPP/KPC-GPCL shall be made by electronic fund transfer to the Firm /Agency’s account by NEFT or RTGS for which purpose Firm/Agency is required to submit their complete bank details.

f)

Penalty would be in terms of part of the payment, which would be deducted and reflected in the respective month’s payment.

A certificate should be submitted regarding payment of all the taxes to the concerned authorities.

16.0 ADVANCE PAYMENT:

17.0

No advance payment(s) will be made in any case whatsoever.

PAYING AUTHORITY ASSISTANT GENERAL MANAGER (F)Y: The payment of bills will be made on submission of the following documents, whichever applicable, by the Firm/Agency (successful bidder) to the Paying Authority along with the bill:

:

i) Ink-signed copy of Commercial invoice/bill of Agency. ii) Details for electronic payment viz Account holder’s name, Bank name, Branch name and

address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in contract).

iii) Certified Log book extract (abstract) by the Officer / Division to which the particular vehicle is allotted.

18.0 RATE AND PRICE VARIATION: a) No escalation is admissible on any account whatsoever during the first three months of the

contract. b) After three months of contract increase or decrease in hire charges due to variation in fuel

rates will be worked out and paid only when the variation to base rate is above 10%. c) Such increase or decrease in the hire charges due to these variations shall be worked

out from the base rate on the following formula:

d) The service provider shall submit supplementary bill for reimbursement towards increase in Fuel price on monthly basis without accumulation. This supplementary bill is to be supported with proof of fuel price prevailing on 1

Actual KMs run by the vehicle*[Revised rate of fuel price per litre-Base rate per litre] Average of the vehicle KMPL (As per manufactures claim)

Note: 1) The base rate of fuel is the prevailing rate on the date of commencement of work

contract. 2) The average KMPL is as per claimed by the manufacture of the vehicle/model. 3) If there is decrease in Fuel Price, Formula will indicate negative figure which means the

deduction shall be done from the bill.

st of the month.

YCCPP Project -Vehicle Tender 2020 Page 24 of 32

19.0 PENALTY:

The work assigned to the successful bidder shall be attended immediately without any delay in attending the work. a) If there are three successive delays in reporting for duty / misbehaviour / non compliance of

regularities specified in the tender, will attract penalty equal to one day hire charges. b) In the event of breakdown of the vehicle, the agency has to arrange a suitable alternative

vehicle as the case may be. Failing which an amount equal to two times the quoted rate per day on pro rata basis will be deducted out of the bill amount or any amount available with YCCPP/KPC-GPCL as a penalty.

c) The Air conditioner vehicles should have functional AC and in case the same is not in working condition, for more than a week in a month the hire charges shall be reduced by 20 percent for the month of non-performance.

d) The bidder must report to EE(MSP)Y division during Sundays and general Holidays and must depute the vehicles as per the instructions of EE(MSP)Y. Failing which an amount equal to two times the quoted rate per day on pro rata basis will be deducted out of the bill amount or any amount available with YCCPP/KPC-GPCL as a penalty.

20.0 SECURITY DEPOSIT: 5% of monthly hire charges of successful bidder will be deducted towards security deposit throughout the contract period and the same will be refunded after completion of the contract period duly adjusting the dues if any.

OR Alternatively, the successful tenderer shall upon intimation being given to him by the YCCPP/KPC-GPCL of acceptance of his tender to furnish a security Deposit for 5% of the “value of contract" in the form of Bank Guarantee as per YCCPP/KPC-GPCL pro-forma from any nationalized / scheduled bank for proper fulfillment of the Contract. The Bank guarantee shall be initially valid for twelve months and to be renewed for equal period thereafter till the closure of contract period plus four months. No interest is payable on the Security Deposit.

21.0 INSTITUTION OF SUITS: Any suit or any proceedings arising in any respect under this contract shall be subject to jurisdiction in law courts at Bangalore, Karnataka only. It is agreed that no other court shall have jurisdiction to entertain any suit or proceedings even though part of the clause of action might arise within the jurisdiction of any such courts.

22.0 SUB-LETTING OF WORKS:

No part of the contract shall be sublet without written permission of the YCCPP/KPC-GPCL nor shall transfer be made by power of attorney authorising others to receive payment on CTA’s behalf.

23.0 FORCE MAJEURE

23.01 At any time during the continuance of this contract, if the performance in whole or in part of any obligation under this contract shall be prevented or delayed by reasons of any war, hostility, acts of public enemy, acts of civil commotion, strikes, lockouts, sabotages, fires, floods, explosions, epidemics, quarantine restrictions or other acts of God (hereinafter referred to as eventualities)

YCCPP Project -Vehicle Tender 2020 Page 25 of 32

then, provided notices of the happening of any such eventuality is given by the Agency to the Corporation within 15 days from the date of occurrence thereof, neither party shall, by reasons of such eventuality, be entitled to terminate this contract, nor shall have any claim for damages against the other in respect of such non performance or delay in performance, and deliveries under this contract shall be resumed as soon as practicable after such eventuality has come to an end or ceased to exist.

23.02 Provided that if the performance in whole or part by Agency or any obligation under this contract is prevented or delayed by reasons of any eventuality for a period exceeding 60 days, YCCPP/KPC-GPCL may at its option terminate this contract by notice in writing.

24. GST / GST CLEARANCE CERTIFICATE:

The tenderer shall produce GST registration certificate from the concerned Government and shall indicate HSN code as per GST act for providing services by the tenderer. The tenderer shall furnish monthly Form GST R-1 duly indicating transaction of YCCPP/KPC-GPCL

25. EFFECTIVE DATE OF CONTRACT:

a) After evaluation of the tender, LOI will be placed on the successful bidder. b) The prospective bidder/Agency shall arrange the required vehicles as per the tender &

submit the relevant documents to EE(MSP)Y within TWO months. c) After verification of documents, detailed LOA/work order will be placed on the agency

indicating the actual date of commencement of the contract. d) Agency shall execute the contract agreement as per the tender conditions.

26. EVALUATION CRITERIA: a) The Bids which are found substantially responsive and accepted will be evaluated by

Corporation to ascertain the lowest technically acceptable bid. b) Evaluation of Bids

i) Commercial bid of the bidder who has quoted for all the items will only be considered for financial evaluation.Partially/Partly quoted price bid will not be considered for evaluation.

: (Refer Annexure-III)

ii) Prices quoted in the e-portal shall only be considered. iii) The tenderer shall indicate / enter rate in the form of Rs. per Km in the e-portal

(inclusive of all). iv) The rate quoted per KM shall be multiplied by the Total hire KMs for 24 months of

respective segment of vehicle.(Total hire KMs = monthly hire KMs X No. of vehicles X 24) This shall be the total quoted price for respective segment of vehicle.

v) The sum of total quoted price of all segment of vehicles shall be Total Evaluated Cost. vi) The tenderer with the Lowest Evaluated Cost shall be the Lowest Tenderer (L1)

YCCPP Project -Vehicle Tender 2020 Page 26 of 32

Annexure-1

1) I / We have studied the site condition/project location, Labour condition, and read the tender documents and related documents carefully and diligently and that I / We submitted the tender having studied, understood and accepted the full implications of the agreement.

DECLARATION FORMAT (To be furnished in the letter head of the agency along with Cover-1)

NAME OF THE WORK : Hiring of GPS Fitted vehicles on hire basis to YCCPP Project for a period of

two years (Extendable by one more year on the performance of the agency and condition of the vehicle)

2) I / We will fulfil the requirements of the tender agreement stated above to the satisfaction of the EE(MSP)Y

3) I have quoted for all the items put to the tender.

4) I / We have agreed to provide the vehicles within TWO months from the date of letter of award from YCCPP/KPC-GPCL.

5) After successfully completing 2 years of contract if further KPCL extend our contract for one more year, I/We agree to provide all the vehicles at same prices, terms and condition of the contract.

6) The intending bidder shall not have been subject to forfeiture of EMD / foreclosure / termination of their Contract in KPCL or Government or any other utility or shall not have been blacklisted for participating in tender by YCCPP/KPC-GPCL or Government or any other utility in India. Bidder shall furnish the notarized declaration in this regard as specified.

Bidder (Sign & Seal)

YCCPP Project -Vehicle Tender 2020 Page 27 of 32

Annexure-II

DECLARATION FORMAT

i. Registration certificate of the travel agency.

(To be furnished in the letter head of the agency along with Cover-1) I/We have studied the site condition/project location, Labour condition, and read the tender documents and related documents carefully and diligently & uploading the following Documents.

ii. GST registration certificate.

iii. Work-order copy & work completion certificate to fulfil the Pre Qualification Requirement.

iv. The proof for having done average annual turnover for Rs. 58.2 lakh and above in at least two financial years during the last five years (2014-15 to 2018-19) along with Trading balance sheet/ P & L A/c certified by registered charted accountant.

v. TAN and PAN numbers.

vi. Declaration form as per Annexure-I.

vii. Notarized Affidavit as per Annexure-IV.

viii. I/We are already in possession of vehicles of 2017 or above model with _____________fuel and uploading following documents:

a) R.C book of copies vehicles of 2017 onwards model.

b) Valid insurance copies of vehicles 2017 onwards model.

OR

I/We propose to purchase the vehicles after placing the LOI & agree to produce the relevant documents indicating above details within TWO months/ before placing the LOA/ detailed work order.

Agency Sign with Seal

YCCPP Project -Vehicle Tender 2020 Page 28 of 32

Annexure-III

SL NO

PRICE SCHEDULE FORMAT

(only for information not to be uploaded)

ITEM

TOTAL HIRE KMs

for 24 MONTHS

RATE PER KM

(Inclusive of all)

TOTAL QUOTED

PRICE

GST (%) included in RATE PER

KM A B C D E F

1 A3 Segment Sedan class A/C cars 3+1 seater (Engine- 1190 CC to 1290CC) for CE and SE duty on 12 hours basis. Hire charges per vehicle for running 2500 Kms per month (Quantity 03vehicle, Rate per Km to be quoted) Total Hire KMs for 24 Months = 2500KM*3*24 =180000 KMs

180000 X 180000 * X ****

2 B2 Segment MUV/MPV/SUV class A/C vehicles 6+1 seater (Engine-1800CC to 3000 CC) for SHIFT Duty on 24 Hrs. BASIS. Hire charges per vehicle for running 2500 Kms per month (Quantity 01 vehicle, Rate per Km to be quoted) Total Hire KMs for 24 Months = 2500KM*1*24 =60000KMs

60000 Y 60000 * Z ****

TOTAL EVALUATED COST (1+2 of Column E)

Note: * Commercial bid of the bidder who has quoted for all the items will only be considered for financial

evaluation. * For the evaluation of tender, TOTAL EVALUATED COST shall be the Criteria and not the rates for

individual segment of vehicles. * After evaluating L-1 bidder, the RATE PER KM (Inclusive of all) quoted by the successful bidder will be

multiplied to respective segment of required vehicles and same will be mentioned in the work order/LOA.

* Bidder should quote Rate/km for fixed monthly hire Kms as per the detailed list per vehicle (for 12/24 Hrs. duty per day) including Sunday and Holiday, including driver salary, PF, IT, GST, road tax, comprehensive insurance, registration, FC, spare, repair / maintenance cost and any other Statutory & other charges.

* Further, the breakup of basic price, applicable taxes and duties / GST (indicate HSN/SAC codes for GST) considered with both percentage and value in INR (i.e. Rs. per km) are also to be indicated in the relevant window / screen of the e-portal. This will be used for billing purpose only.

* Rate per km beyond monthly stipulated km is fixed @ 50% of quoted rate by the bidder. * Rate per hour beyond 12 hrs duty Fixed @ Rs.100/- per hour (not for shift duty vehicles)

YCCPP Project -Vehicle Tender 2020 Page 29 of 32

Annexure-IV

AFIDAVIT FORMAT (Notarized on Rs.100/- stamp paper) (To be submitted along with Cover-1)

Executive Engineer (MSP)Y, KPC Gas Power Corporation Limited, Yelahanka Combined Cycle Power Plant, Doddaballapura Main Road, Yelahanka, Bangalore – 560064 Dear sir NAME OF THE WORK: Hiring of GPS Fitted vehicles on hire basis to YCCPP Project for a period of

two years (Extendable by one more year on the performance of the agency and condition of the vehicle)

We hereby declare that , as required under clause 1.03-(b) of the above cited tender in respect of tender/contract with YCCPP/KPC-GPCL/KPCL/ Government or other utility in INDIA during the past five years i,e, 2016-17, 2017-18,2018-19 & 2019-20 and the period up to date to the submission of the bid:-

i. Our EMD has not been forfeited

ii. None of our contracts have been terminated/or foreclosed on the account of their default in KPC-GPCL/ KPCL or else ware.

iii. We have not been any time blacklisted/subject to procedure initiated for blacklisting for participating in the tenders issued by KPC-GPCL/KPCL or government or central, state PSUs or any other utility in India.

Yours faithfully Authorized Signatory (Seal and Signature)

YCCPP Project -Vehicle Tender 2020 Page 30 of 32

Annexure-V

AFFIDAVIT FORMAT (Notarized on Rs.100/- stamp paper ) (To be submitted along with Cover-1)

(Required under clause 1.03-(h) of the tender)

Executive Engineer (MSP)Y, KPC Gas Power Corporation Limited, Yelahanka Combined Cycle Power Plant, Doddaballapura Main Road, Yelahanka, Bangalore – 560064. Dear sir NAME OF THE WORK : Hiring of GPS Fitted vehicles on hire basis to YCCPP Project for a period of

two years (Extendable by one more year on the performance of the agency and condition of the vehicle)

**********

As on the date of submission of bid, we have not been debarred/subject to procedure initiated for debarment in tender issued by YCCPP/KPC-GPCL/ KPCL or Government or Central/State PSUs or any other utility in India. Yours faithfully Authorized Signatory (Seal and Signature)

YCCPP Project -Vehicle Tender 2020 Page 31 of 32

Annexure- VI

COMPLIANCE SHEET (To be uploaded by the bidder along with Technical bid)

Hiring of GPS Fitted vehicles on hire basis to YCCPP Project for a period of two years (Extendable by one more year on the performance of the agency and condition of the vehicle) SHORT-TERM TENDER NOTIFICATION NO. KPCL/2020-21/PS/WORK_INDENT10048

SL. NO ITEM DESCRIPTION UNIT QTY

COMPLIANCE BY THE BIDDER

Compliance HSN Code

Applicable GST (%)

considered in quoted price

1 A3 Segment Sedan class A/C cars 3+1 seater (Engine- 1190 CC to 1290CC) for CE and SE duty on 12 hours basis. Hire charges per vehicle for running 2500 Kms per month (Quantity 03vehicle, Rate per Km to be quoted) Total Hire KMs for 24 Months = 2500KM*3*24 =180000 KMs

No. 3

2 B2 Segment MUV/MPV/SUV class A/C vehicles 6+1 seater (Engine-1800CC to 3000 CC) for SHIFT Duty on 24 Hrs. BASIS. Hire charges per vehicle for running 2500 Kms per month (Quantity 01 vehicle, Rate per Km to be quoted) Total Hire KMs for 24 Months = 2500KM*1*24 =60000KMs

No. 1

Note:

1. The bidder shall not mention any rate / value in this compliance sheet. 2. Any other information provided here (other than the information called for ) will

not be considered for evaluation.

SIGNATURE OF THE BIDDER WITH SEAL

YCCPP Project -Vehicle Tender 2020 Page 32 of 32

Annexure-VII

PROFORMA OF PRE BID QUERIES

NAME OF THE WORK : Hiring of GPS Fitted vehicles on hire basis to YCCPP Project for a period of two years (Extendable by one more year on the performance of the agency and condition of the vehicle)

Tenderer may seek clarifications on the general conditions or any of the clauses in the scope of work and the terms and conditions of the tender before the due date, through e-portal or [email protected] only.

Agency Sign with Seal

Sl. No Clause Ref.

Tender Description Bidder’s Query