· web viewthe bidder shall bear all costs associated with the preparation and submission of the...

38
Dr.YSR HORTICULTURAL UNIVERSITY Venkataramannagudem 534 101 WEST GODAVARI DISTRICT, ANDHRA PRADESH R C . N o . 3 3 4 7 / R e s I I I / 2 0 1 7 - 1 8 D a t e . 07 . 10 . 2 0 1 7 N O TI F IC A T I O N FOR PURCHASE OF N E W VEHILCES ( T A TA Su m o G o l d G X - B S - I V ) Sealed tenders are invited from vehicle manufacturer/Authorized Dealers for supply of 14 (Fourteen) Nos. of New TATA Sumo Gold GX-BS-IV 8+1 seater capacity vehicles for various Research Stations located all over the state as per the standard specifications of Dr.YSR Horticultural University. The tender document and terms and conditions can be downloaded from the University website w w w . d r ysrhu.edu . i n . The sealed tenders along with prescribed fees are to be submitted to “The REGISTRAR, Dr.YSR HORTICULTURAL UNIVERSITY, Administrative Office, Venkataramannagudem – 534 101, West Godavari District, Andhra Pradesh on or before 30.10.2017 by 04.00 PM. The tender cover can be super scribed as “T e n d er f o r pu r c h a s e o f T A T A S U M O G O L D G X -B S -I V M O D E L V E H ILC E S . Dr.B. SRINIVASULU REGISTRAR

Upload: others

Post on 17-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

Dr.YSR HORTICULTURAL UNIVERSITYVenkataramannagudem – 534 101

WEST GODAVARI DISTRICT, ANDHRA PRADESH

R C .N o .3 3 47 / Re s I II / 20 1 7 -1 8 D a t e . 07.10 .20 1 7

N O TI F IC A T I O N FOR PURCHASE OF N E W VEHILCES ( T A TA Su m o G o l d G X - B S - I V )

Sealed tenders are invited from vehicle manufacturer/Authorized Dealers for supply of 1 4 (Fourteen) Nos. of New TATA Sumo Gold GX-BS-IV 8+1 seater capacity vehicles for various Research Stations located all over the state as per the standard specifications of Dr.YSR Horticultural University. The tender document and terms and conditions can be downloaded from the University website www.dr ysrhu.edu.in .The sealed tenders along with prescribed fees are to be submitted to “The REGISTRAR, Dr.YSR HORTICULTURAL UNIVERSITY, Administrative Office, Venkataramannagudem – 534 101, West Godavari District, Andhra Pradesh on or before 30.10.2017 by 04.00 PM. The tender cover can be super scribed as“T en d er f o r pu r ch as e o f T AT A S U M O G OL D G X -B S -I V M O DE L VE HILC E S ” .

Dr.B. SRINIVASULU REGISTRAR

Page 2:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

TENDER FEE Rs.5 0 0 0/ -

Dr.YSR HORTICULTURAL UNIVERSITY ADMN.OFFICE, VENKATARAMANNAGUDEM WEST GODAVARI DISTRICT,

ANDHRA PRADESH

Invitation of sealed tenders for purchase of TATA Sumo Gold GX-BS-IV Vehicles to various Research Stations of Dr.YSR Horticultural

University.

NON T RANSFERABLE

Tender number : No.3347/ResIII/2017-18

Last date for submission ofTender Document

:4.00 P.M on 30.10.2017

Time and date of opening ofTender (Technical bid)

: 2.00 P.M on 31.10.2017

Venue of Tender opening(Technical bid)

: Administrative office, Dr.YSR Horticultural University,

Venkataramannagudem, West GodavariDistrict, Andhra Pradesh

Tenders are invited by Dr.YSR Horticultural University, Venkataramannagudem for supply of 14 (Fourteen) Nos. 8+1 Seater Capacity new Vehicles for various Research Stations located all over the state from vehicle manufacturer/Authorized Dealers as per the standard specifications of Dr.YSR Horticultural University.

The specification/guidelines are as below.

1. Annexure – I : Technical specification of base vehicles.2. Annexure – II : List of Research Stations (places) to be supplied

vehicles & Registration at concerned districts.

Page 3:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

Tender G uideli nes

1. Definitions

PO - Purchase OrderDr.YSRHU Dr.YSRHorticultural University, V.R.GudemEMD Earnest Money DepositDD Demand Draft BG Bank Guarantee BC Banker’s Cheque Purchaser Dr.YSRHUTenderer Bidders who have submitted Valid Tender

Document

Supplier Successful Bidder (s), to whom, the tender quantity i distributed

OEM Original Equipment ManufacturerBidder OEM vehicle manufacturer who submit their bid

2. GENERAL INSTRUCTIONS TO BE FOLLOWED BY BIDDERS

ARTICLE -1 COST OF BIDDING

The bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

ARTICLE – 2 : LANGUAGE OF BID

English language only.

ARTICLE – 3 PHYSICAL SUBMISSION OF DOCUMENTS

COMPRISING THE BIDS

The Bidder should submit separate sealed covers for each Item, clearly mentioning on the top of covers as.

A. Supply of 14 Nos. TATA Sumo Gold Gx-BS-IV Vehicles - Big cover1. Prequalification bid - Inside small covers

Page 4:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

2. Technical bid - Inside small covers3. Price bid - Inside small covers

Page 5:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

I) Pr e qu a li f i ca tion doc um e n ts : Sealed prequalification cover should contains below documents: 1) Tender fees, 2) EMD, 3) Signed and Stamped tender document on all pages (Except vehicle specification), 4) IT returns and financial statements for last three years , 5) ARAI / VRDE Certificate for the vehicle offered , 6) Excise Duty / Sales Tax / VAT registration and clearance certificate, 7) Copy of PAN/TIN, and 8) satisfactory certificates should be less than 2 years old from the date of issue of certificates for the quoted vehicle models from existing reputed customers as per format attached. Bids of only those bidders who qualify in the preliminary evaluation will be considered for technical evaluation.

II) Technical Bid: This cover should contain two documents namely Technical specifications (as per Annexure – I) Mutually agreed pre bid meeting minutes and Deviations if any, (as per revised Annexure – IA). Both the documents are to be signed and stamped as a token of acceptance. It is the sole discretion of the procurement committee to accept or reject any deviations and Photographs of the vehicles.

III) Price Bid: The price bid of the bidders who qualify in the technical bid will only be opened. Price bids of bidders who fail to qualify either in the Preliminary or technical evaluation will be returned unopened after release of Purchase Order on successful bidder.

Note: Please mention on each cover the name of bid documents included. Dr.YSRHU will not be responsible if price bid is opened inadvertently because of either documents kept in one cover or each cover not mentioned separately.

ARTICLE – 4 PRICE BID(Firm Price)

a. Prices should be written in both words and figures. In the event of difference, the price in words shall be valid and binding. Unit prices shall be considered correct in the event of any discrepancy with regard to total price.

Page 6:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

b. Price Basis: PRICES SHALL BE QUOTED INCLUSIVE OF ALL DUTIES AND TAXES (TO BE SHOWN SEPERATLY). DETAILED PRICE BREAK UP TO BE PROVIDED BY SHOWING THE EXWORKS PRICE

c. Vehicle Manufacturers are requested to quote on the following

Price of 8+1 Seater Capacity Vehicled. Dr.YSRHU HAS THE RIGHT TO SPLIT THE QUANTITY OF ORDER DEPENDING URGENCY OF DELIVERY AND SUPPLIER’S ABILITY TO MEET THE DELIVERY DEADLINES.

e. Dr.YSRHU reserves the right to renegotiate the L-1 prices in case the prices are not in line with either recent procurement prices in any other state or market prices or any other reason.

ARTICLE – 5: PERIOD OF VALIDITY OF BIDS

a. Bids shall be kept valid for six months from the opening of commercial bid.

A bid valid for a shorter period may be rejected by Dr.YSRHU as non responsive. The period can be extended mutually.

b. In exceptional circumstances Dr.YSRHU may solicit the bidder’s consent to an extension of the period of validity. The request and the responses there to shall be made in writing or by cable or Telex/Fax. A bidder granting the request will not be required nor permitted to modify substance of his bid or change the price.

c. The Earnest Money deposited by successful bidder shall be forfeited if the bidder violates any of the tender terms and conditions or either refuse to accept the purchase order or does not execute the deliveries after acceptance of purchase order within the completion schedule mentioned in the tender or purchase order. Earnest Money deposited by the

successful bidder shall be returned on submission of Bank Guarantee. (21/2 % of Bid value) before placing work order.

d. The Earnest Money of the unsuccessful bidders will be refunded after the

finalization of tender.

Page 7:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

3. General Terms and Conditions for supply of above mentioned vehicles. Original vehicle Manufacturers/ Authorized Dealers are eligible to participate in the tender.

Those who have filled all the tender documents duly signed on each page and also with physical submission of tender fee of Rs. 5,000/- along with EMD of Rs.1,50,000/- (1% of work value)

4. Submission of tenders:

a. The bidder should submit the EMD and supporting document like mandatory licenses, manufacturers experience, relevant satisfactory performance certificates, and financial statements and IT returns for the past three years.

b. Tenders without physical submission of Tender Fees, EMD and Supporting Documents duly signed on each page will not be considered and will be summarily rejected.

c. Tender should quote their prices in the scheduled format supplied in tender(commercial bid) form.d. Automotive Research Association of India/Vehicle Research and Development Establishment approval certificate of the offered model needs to be submitted.

e. Last date and time for submission of tender documents shall be within dates as per schedule given above.

f. Tenderer should submit the spare parts price list and parts catalogue (exploded view) for which the model was quoted spare parts price list and parts catalogue submitted in Compact Disk would be acceptable.

g. Tenderer should also submit the previous Purchase Order and satisfactionletter’s from the customers for which supplied earlier.

5. Validity of the tender

Page 8:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

The tenders quoted shall remain valid for a period of S I X MO N THS from the date of opening of tenders.

Page 9:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

6. EMD Amount:

i) EMD in the form of a Demand Draft for an amount total Rs. 1,50,000/- (Sum of Rupees one lakh fifty thousand only) in favour of Comptroller, Dr.YSRHU payable at Tadepalligudem, to be submitted in the pre qualification cover.

ii) Successful bidder will have to submit Bank Guarantee and once Bank

Guarantee is submitted the EMD would be returned immediately.7. Price :

i) The Price offered in the tender should be inclusive of all c os t s a n d ta x e s , including TR r e g istration an d tra n sit insurance for delivery at or any other location as specified by Dr.YSRHU, VR.Gudem. (Annexure – II)

ii) The name of the purchase and the name of the consignee along with the quantity to be delivered will be given on the PO for the purpose of invoicing the consignment.

iii) The invoicing of vehicles should be as 14 Nos. TATA Sumo Gold Gx-BS-IV

8+1 Seater Capacity Vehicle.

iv) All cost & tax components should be shown separately in the Invoice.

Dr.YSRHU may claim back the taxes & duties, through supplier, wherever permissible. Any changes in taxes due to changes in Government Taxes would be paid as per the actual incurred. The successful bidder would get excise refund as applicable. For excise refund necessary documents would be given to successful bidder to Dr.YSRHU.

8. Technical evaluation

i) Tenders submitted with technical specifications mentioned in this tender form will only be considered.

9. Servicing Facilities:

Tenderer should have adequate number of servicing facilities for attending to breakdowns / repairs across AP with sufficient spare

Page 10:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

part stocks preferably One minimum Authorized service center in each district

Page 11:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

10. Warranty :

a. A minimum of 3 lakh kilometers or 3 years warranty (whichever is earlier) for the vehicles and free service policy for vehicle inclusive of Air conditioning system.

b. Service support including AC system for warranty period as mentioned above is a must.

11. Delivery / Supply schedule: The successful Tenderer has to supply after the receipt of Purchase order, the vehicles as per the following supply schedule in each batch without fail TO DESTINATION (as per Annexure II )

Dr.YSRHU shall pay for transportation at Rs.8 per KM for the distance from V.R.Gudem if there is any deviation in destination, this would be payable to successful bidder by Dr.YSRHU.

Place of Delivery / Destination: Various Research Stations situated in various district of Andhra Pradesh (Annexure – II)

12. Re- Allocation / Cancellation of tender : In case of failure on the part of the successful tenderer to supply the vehicles by the stipulated date mentioned in the tender, the Dr.YSRHU may at its sole discretion cancel the purchase order in full, or part, and reallot the same to next lowest tenderer who other wise fulfills all conditions.

13 Penalty for late delivery: Not withstanding clause 12, the Dr.YSRHU may levy for delayed supply of vehicles.A. Penalty for Rs 1000/- per Vehicle per day Up to 7 delay daysB. Penalty for Rs. 2000/- per vehicle per day Between 8 to 15 delay daysC. Penalty of Rs.3000/- per vehicle per day between 15 to 30 delay days

Page 12:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

D. Beyond 30 days PO may be cancelled and PBG will be forfeited at the sole discretion of Dr.YSRHU. The maximum penalty in any case cannot cross 5 % PO value for the undelivered portion.

Page 13:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

14. Pre-delivery Inspection: All vehicles supplied in a batch will be made available for pre-delivery inspection. A committee constituted by Dr.YSRHU, will inspect the vehicles as per the technical specification and quality. The committee may decide to send representative to successful bidder’s plant / RSO for PDI. Vehicles shall be inspected at plant at bidders cost, for two members. Dr.YSRHU may at its sole discretion inspect the vehicles at Destination / Delivery point

15. Ethics: Any attempt by a Tenderer to obtain confidential information, enter into unlawful agreements with competitors or influence the committee or the contracting Authority during the process of examining clarifying evaluating and comparing tenders shall make the tender submitted by that Tenderer liable for rejection.

16. Jurisdiction: All disputes arising out of or in connection with this tender shall be referred to law courts with El uru , West G o d a v a r i D istr ic t only.

17. Power of cancellation: The Registrar, Dr.YSRHU reserves the right to cancel the tender notification and reject any or all the tender(s) at any time during the process of receipt, evaluation and finalization of tenders, without assigning any reason what –so-ever.

18. Ownership of tenders: All designs, drawing submitted remain property of

Dr.YSRHU.

19. Payment terms: 100% payment will be made within 60 days of delivery, inspection, acceptance of the vehicles and submission of the invoice. As given in point no. 21 the BG of 2.5% of order value needs to be submitted by the successful bidder. The bidder should submit the bills with delivery challans and order copy with satisfactory inspection report of the designated committee (Dr.YSRHU) after Delivery duly signed and accepted at Dr.YSRHU , AP. Three copies of each document should be made and one copy handed over to the authority at delivery site. Manufacturer has to submit the acknowledge receipt of the

Page 14:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

fabricators for the vehicles delivered at fabricators place along with original invoices.

Page 15:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

20 Performance Security Deposit:

The successful bidder, within 15 days of official communication from Dr.YSRHU shall be required to submit security deposit of 2.5% of the order value in the form of bank Guarantee in favor of Dr.YSRHU, Venkataramannagudem, payable at Venkataramannagudem valid initially for a period of 1 year and same shall be extended till completion of warranty period. The bank Guarantee shall be returned on completion of the warranty period of the goods supplied and will be extended as per need to cover the warranty period. Warranty period shall be 3 years or 3 lakh kilometers whichever is earlier. PBG to be extended accordingly by the supplier.

However if the supplier fails to execute the order or fails to perform the services as per contract, in addition to other penal actions the bank Guarantee shall be enchased and the amount will be forfeited.

21. Fraud & Corruption:

The bidders, suppliers and contractors shall observe the highest standard of ethics during bidding and during performance of the contract. For the purpose this provision, the following acts shall be considered as corrupt and / or fraudulent practices.

A.“ Corrupt practice” means offering , giving , receiving, or soliciting directly or indirectly of anything of value to influence the action of an official in the procurement process or in contract execution.

B. “Fraudulent Practice” means misrepresentation or omission of facts in order

to execution of contract.C. “Collusive practice” means a scheme or arrangement between

two or more bidders, with or without the knowledge of the purchaser, designed to establish bid prices at artificial , non-competitive level.

D.“coercive Practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence

Page 16:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

their participation in a procurement process or in execution of a contract.

Page 17:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

E.During the process of evaluation of a bid or proposal for award a contract, if it is detected that a bidder directly or through agent has engaged in corrupt, fraudulent, collusive or coercive practice in competing for the contract in question then a) the bid shall be rejected and b) declare the firm ineligible for a specific period or indefinitely to participate in a bidding process.

F.In the bid document itself, an undertakin from the bidders may be obtained in the format at Annexure III

22. Force Majeure

If at any time during the validity of the Contract the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reasons of War, Hostility, Acts of Public Enemy, Civil, Commotion(s) Sabotage, Fire(s) Flood(s), Explosion (s) Epidimic Quarantine Restrictions, Acts of State or Acts of God, hereinafter referred to as eventualities, then the Contract period will get extended for the period of Force Majeure, provided Notice of the happenings of any such eventualities is given, supported by a certificate of appropriate authority or Chamber of Commerce by either party to the other within 15 days from the date of occurrence thereof. Neither party shall by reason of such eventualities be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non performance or delay in performance. Work under this contract shall resume as soon as practicable after such eventualities have come to an end or ceased to be resumed shall be final and conclusive. Should one or both parties be pretended from fulfilling their contractual obligations by state of Force Majeure lasting continuously for a period of at least three months the parties shall consult each other regarding further continuation of the Contract.

23. Saving Clause

No suit, prosecution or any legal proceedings shall lie against Tender Inviting Authority or any person for anything that is done in good faith or intended to bedone in pursuance of tender.

Page 18:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

24. Arbitration Clause: In case of any dispute, the decision of Committee formed by Dr.YSRHU and Govt.of AP would be final.

Page 19:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

ANN EX U R E – I

TA T A S um o Gold G x - B S-I V V eh i c l e s Sp ec i f i ca tions

Engine

2956 cc 3L CR4 EngineMax

Power85PS @3000 RPM

Max Torque

250 Nm @ 1000 – 2000 RPMGear Box

G-76-5/4.1 with overdriveGround Clearance 182

mmFront Suspension Double wishbone type with coil springs &

antiroll Rear Suspension Salisbury type beam rear axles with parabolic leaf spring & antiroll barTyre 215/75 R 15 (Tubeless); Low CRR

Turning radius 5 mLxWxH (mm) 4258 x 1700 x 1925

Wheel Base

2425 mmB

rakesFront – Disc & Rear – Drum

Clutch Diameter 260 mmFuel Tank Capacity 65 liters

Page 20:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

ANNEXURE – I

List of Research Stations (places) to be supplied vehicles & Registration at concerned districts.

S.No Name of the Research Station1. Horticultural Research

Station, Chintapalle,Vishakapatnam District.

2. Horticultural Research Station, Pandirimamidi,East Godavari District

3. Horticultural Research Station, PeddapuramEast Godavari District

4. Horticultural Research Station, Venkataramannagudem,West Godavari District5. Post Harvest Technology Research Station, Venkataramannagudem,West Godavari District.

6. Horticultural Research Station, Vijayarai,West Godavari District

7. Mango Research Station, Nuzvid,Krishna District.

8. Horticultural Research Station, Lam,Guntur District.

9. Cashew Research Station, Bapatla,Guntur District.

10. Horticultural Research Station, Darsi,Prakasam District.

11. Citrus Research Station, Petlur,Nellore District

12. Horticultural Research Station, Anantharajupet,Kadapa District

13. Horticultural Research Station, Mahanandi,Kurnool District.

14. Horticultural Research Station, Anantapur,Anantapur District.

Page 21:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

Dr.Y.S.R. HORTICULTURAL UNIVERSITY VENKATARAMANNAGUDEM – 534 101

WEST GODAVARI DISTRICT, A.P.

TE NDE R FORM

(For the supply of TATA Sumo Gold Gx-BS-IV)

1. Name of the Vehicle Manufacturer (Organization)2. Name of the Chief Officer & Address3. Address of the registered office of the manufacture4. Address of the Factory / Plant5. Name & Details of the Model being offered6. Warranties offered : i) Vehicle :

years ii) Distance : Kms

(Min 3 years and distance 300,000km)

7. Number of operational service centers in AP8. Names & Addresses of Service centers (list to be enclosed)9. EMD/BG details Rs. _, DD/BG No.

Dt. _, Name of the Bank & Branch

10. Declaration by the tender : I have gone through all the tenderconditions and I agree to abide by the same.

TENDERER

SIGNATURE OF THE

Enclosures: Annexure II to VI signed

WITH DESIGNATION & OFFICE SEAL

Page 22:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

Annex ure- III

UNDE RTAKING ON FRAUD AND CORRUPTION

We M/s…………………………………………………………. do hereby undertake that, in competing for (and, if the award is made to us, in executing) the subject contract for supply of …………………………………… under tender reference no. ………………………… Dt………………… We shall strictly observe the laws against fraud and corruption in force in the country.

Sd/-

Signature of

Proprietor/ partner /Director

Designation:

Seal:

Page 23:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

A NN E XU RE – I V

DECLARATION On

Manufacturing facilities / after Sales Service

Tender enquiry No.

For the supply of 14 Nos. of 8+1 Seater Capacity TATA Sumo Gold Gx-BS-IV Vehicles

1. Name of the tenderer :

2. Full postal Address :

3. Telephone No. / Fax No. :

4. Email address :

5. Date of inception of business :

6. Registration no. & Date :

7. Issued by :

8. Valid till :

9. Details of manufacturing activity :

& item wise capacity

10. Detail of After Sales Service & AMC facilities available locally

Name of the

Agency Full Postal

Address Phone /

Fax / E Mail:

11. Name of person responsible for 10 above

Sl.No Name Designation Age ResidentialAddress

Page 24:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless
Page 25:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

Signature

Name of tenderer

Address

12. Name of Govt. Departments/Pvt. Institutions As per enclosure to which the tenderer already supplied the items with quantity value and supply period.

13. Has the tenderer ever been black listed by any govt. agency? if yes, give

details.14. Are any cases pending in the court related to any supplies? ? if

yes, give details.15. Does the firm have the adequate facilities for inspection and quality control?

Please details

I, Prop. / Partner / Director of M/s. , hereby declare that the information given in this form is true and correct to the best of my knowledge & belief.

I/We agree to the tender Inviting Authority forfeiting the Earnest Money Deposit and / or performance Security Deposit and blacklisting us for a period of 5 years, if any information furnished by us proved to be false at the time of inspection and non – compliance with terms and conditions of the contract.

I offer to supply the items mentioned in the schedule (enclosed in price bid) at the rates quoted therein. I agree to hold this offer for six months after finalization of rate contract.

Dated:

Page 26:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

ANNEXURE - V

PROFORMA FOR PERFORMANCE

STATEMENT (FOR A PERIOD OF LAST 3

YEARS)

Name of firm …………………………………………………………………………………..

Sl.No. Name of thePro

ducts

Year

2

Quantity

supplied

Value

4

Name & full address of

the purchaser

51

2

3

Note: Customer satisfaction letters should be enclosed along with the Tender document.

Signature and seal of the Tenderer

Page 27:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

A NN E XU RE – VI

ANNUAL TURN OVER STATEMENT

The Annual Turnover of M/s. for the past three days and concurrent commitment for the current financial year are given below and certified that the statement is true and correct.

S.L.No year Turnover in Lakhs(Rs)

1. 2014-15

-2. 2015-

16-

3. 2016-17

-

Total - Rs. lakhs

Average turnover per annum - Rs. _lakhs

Concurrent Commitment

S . L.No Contract

Ref.

P u r cha s e r Total c

ontract value

Outstanding value

Estimated delay in

completio

1

2

3

Page 28:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

Signature and seal of the Tenderer ----------------------------

Page 29:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

S a tisf ac tion C e rtifi c a te of t h e 8+1 s ea ter TA T A S um o Gold G x - B S-I V pass e n ger

vehicle supplied

Certified that, M/s. supplied 8+1 seater TATA Sumo Gold Gx-BS-IV vide Purchase orders No: Dated : _ to in the state of _ and the rating of theproduct and services are as follows.

Product ratingS.No Description Very good Good S

atisfactoryPoor Very poor

1 Adherence to delivery schedules as per the purchase order

2 Quality paramenters quality of unit aggregates, body, finishing, 20 lectrical, tyre performance, mileage, A/C and painting.

3 After Sales Service andWarranty Services

4 Availability of the service centers and technicians in the respective State / Locations

5 24 hours on road services help line facility

Sign of the customer / owner of the fleet

Na

me :

Date:

Page 30:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

(COMMERICAL BID – Separate form enclosed in a separate sealed envelope)

Price Quoted per vehicle : Rs

(Inclusive of excise for 8+1 seater TATA Sumo Gold Gx-BS-IV passenger vehicle, all taxes, duties insurance, rates etc at the point of delivery. Please mention the breakup of the price quoted)

Inwords

SIGNATURE OF THE BIDDER

WITH DESIGNATION & OFFICE SEAL

Note:

Bids will be opened in the presence of Bidders’ representatives who choose toattend on the specified date and time.

Page 31:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless

Form – II

PRICE BID

Cost in Rs.

1. 8+1 seater capacity TATA sumo Gold Gx-BS-IV vehicle diesel specifications as given in technical bid all inclusive (Registrations, Standard fitting and insurance (one year), life tax and private registration.

Signature : Name & Address :

Page 32:  · Web viewThe bidder shall bear all costs associated with the preparation and submission of the bid and Dr.YSRHU will, in no case, be responsible or liable for these costs, regardless