SHAR ह रक ट ड.घ.524124 आ.. भ रत



Similar documents
SHAR ह रक ट ड.घ आ.. भ रत

श र ह रक ट ड.घ आ.प र. भ रत

श र ह रक ट ड.घ आ.प र. भ रत

SHAR ह रक ट ड.घ आ.. भ रत

SHAR ह रक ट ड.घ आ.. भ रत

SHAR ह रक ट ड.घ आ.. भ रत

No: NGRI/23/Rewa field/2014-gl Date: NOTICE INVITING TENDERS

Notice Inviting Quotation for HIRING OF VEHICLES

Goutam Nagar, Bhubaneswar Telefax Phone /56 Website- Invitation of Quotation

SOFTWARE TECHNOLOGY PARKS OF INDIA

F.No. I/07-02/Adm/ Date:

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

OFFICE OF THE PRINCIPAL COMMISSIONER OF CENTRAL EXCISE & SERVICE TAX COMMISSIONERATE, FARIDABAD-I CGO COMPLEX, D BLOCK, NH-IV- FARIDABAD

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

SHAR ह रक ट ड.घ आ.. भ रत

Air Compressor (Scroll type oil free), Dryer and all tubing

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) / / Date: Tender notice

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

HIRING OF ACCOUNTANTS

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

श र ह रक ट ड.घ आ.प र. भ रत

TENDER FOR FIVE COMMERCIAL VEHICLES MONTHLY HIRING BASIS FOR GEOSPATIAL DELHI LTD. (A Govt. of Delhi Company)

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur

No / / CICT / CCTV / AMC Date:

Car hire services on a monthly basis

No. 532/D/27/12/13-14 Date : TENDER FOR HIRING OF CARS

Tender Notice No.: OIDC/07/DMN/BUS/Uniform/ /179 Dt LIMITED TENDER NOTICE

Sub.: Request for Quotation of

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT , 15:00 Hrs (Indian time) , 16:00 Hrs (Indian time)

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

Development of application Software for Election Commission

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

TENDER NOTICE NO. 01/2016 Tender Notice for inviting Tenders for hiring of vehicle for One Year i.e under 1% Incremental Revenue Scheme.

न द र य सम र म त स यय अन स ध न स यथ न

Vector Network Analyzer

- NOTICE INVITING TENDER

OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN , ASSAM NOTICE OF INVITING TENDER

NIT No. : ACS/OP /IS/B-16/11-12 To

QUOTATION CALL NOTICE Hiring of Vehicle (on a monthly rental basis)

TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:

TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI : ( upto 1500 hrs.)

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

No /1/2016-Genl. Government of India Ministry of Textiles

SHORT TERM TENDER NOTICE

Oracle Financial Services Applications

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of

NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No )

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI.

School of Open Learning University of Delhi

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

Value (Rs.) (F) P.F. Regn. No. and E.S.I. Regn. No. of the indenting tenderers wherever applicable.

Software Technology Parks of India

F.No.19011/01/2011-Admn. Government of India Ministry of Chemicals & Fertilizers Department of Pharmaceuticals (Admn.Section) TENDER NOTICE

TENDER FOR TRAVEL SERVICES

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA BIHAR (INDIA)

DETAILED OF TENDER PAPER FOR PRINTING & SUPPLY OF FLEXI BOARD UNDER FEEDING PROGRAMMES (SNP/EFP & MDM) FOR THE YEAR

OFFICE OF THE COM M ISSIONER OF CENTRAL EXCISE & SERVICE TAX, जमश दप र /JAM SHEDPUR १४३, न द य ब र द व र, स कच, जमश दप र-८३१००१

NOTICE INVITING e-tender NOTICE (3 BOT -3 Envelopes Open Tender) (Bid Invitation No )

FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"

TENDER NOTICE NO. 04/

TENDER APPLICATION FORM

Ref No: / /91/IT/Dir/ Date: 02/02/2012.

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development

क यर क न म / NAME OF THE WORK

ADMINSTRATION OF DAMAN AND DIU(U.T.)

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)

SHAR ह रक ट ड.घ आ.. भ रत

How To Sell Cement In Jamshedpur

E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM

FINANCIAL INTELLIGENCE UNIT INDIA 6 th Floor, Hotel Samrat, Kautilaya Marg, Chanakya Puri, New Delhi

Invites Offers from Consulting Actuary

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

R E Q U E S T F O R Q U O T A T I O N. ENQUIRY NO. NAL/ABP/ EAD/104/2010F January 11, 2011

TENDER FOR AMC OF LAN NODES & SWITCHES

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.


DETAILED TENDER NOTICE

Inviting Quotation for Internet Leased Line Connection

Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP

INDIAN INSTITUTE OF TECHNOLOGY, GUWAHATI

Tender No: NEDA/Comp/ RMS/ Dated: 03/11/2015

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

Modification works in Hydrazine plant (F-8) at RFF, VSSC, Thumba [Civil works]

Tender Title : LOAD TESTING OF STARTER GENERATORS

Tender Notice. Tender no. : NTSC (O)/EM/F&F/ Date: 8th June, 2015

SANITARY SECTION IIT Kharagpur

भ रत य कप स नगम ल मट ड

Tender for Comprehensive A.M.C. for Air-conditioning Systems at Sub Regional Office Employees' State Insurance Corporation, Bibvewadi, Pune.

GOVT. WOMEN S POLYTECHNIC COLLEGE Shivaji Nagar, Bhopal, Madhya Pradesh

Transcription:

भ रत सरक र अ त र वभ ग सत श धवन अ त र क श र Government of India Department of Space Satish Dhawan Space Centre SHAR ह रक ट ड.घ.524124 आ.. भ रत SRIHARIKOTA P.O. 524124, AP, INDIA ट लफ न:+91 8623 225023 Telephone: +91 8623 225023 फ स: +91 8623 225170 Fax: +91 8623 225170 GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P) TENDER NOTICE NO. SDSC SHAR/HPS/PT/09/2015-16 On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following: Sl No 01 02 Ref. No. Description Qty. Tender Fee Providing Security Services for 3 Housing colonies of SDSC SHAR at Sullurupeta for 24 Months the period of TWO years. SHAR SC 2015 00 3060 e-procurement [Two Part basis] SHAR VAST 2015 00 3098 e-procurement [Single part basis] 03 SHAR SC 2015 00 3177 e-procurement [TWO part basis] Supply of Polyurethane Finish Paints Rate Contract for Hiring of Vehicles at SDSC SHAR, Sriharikota & Transit Guest Houses at Chennai for a period of TWO years. 1 LS 1 Lot No Tender fee shall be applicable for tenders submitted through EGPS Last Date for downloading of tender documents : 14.12.2015 at 16:00 hrs. Due Date for submission of bids online : 14.12.2015 at 16:00 hrs. Due Date for Bid Sealing on : 14.12.2015 at 16:01 hrs. to 14.12.2015 at 17.30 hrs. Due Date for Open Authorization : 14.12.2015 at 17.31 hrs. to 16.12.2015 at 17:00 hrs. Due Date for opening of tenders : 17.12.2015 at 14:30 hrs. Instructions to Tenderers: 01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures. 02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered. 03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-procurement portal. 04. Quotations received after the due date/time will not be considered. 05. The tender documents are available for download upto 14.12.2015 at 1600 hrs and last date for submission of tenders on line 14.12.2015 at 1600 hrs. and Tender Opening on 17.12.2015 at 14:30 hrs. 06. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT: 26.10.2015 HEAD, PURCHASE AND STORES 1

SATISH DHAWAN SPACE CENTRE SHAR INDIAN SPACE RESEARCH ORGANISATION GOVERNMENT OF INDIA Request for Proposal (RFP) Rate contract for hiring of vehicles at SDSC SHAR Transit Guest Houses At Chennai SATISH DHAWAN SPACE CENTRE SHAR ( SDSC SHAR ) IS ONE OF THE MAJOR CENTRES OF INDIAN SPACE RESEARCH ORGANISATION, UNDER DEPARTMENT OF SPACE, GOVERNMENT OF INDIA, LOCATED IN 1

SRIHARIKOTA ISLAND IN NELLORE DIST, ANDHRA PRADESH. SDSC SHAR IS HAVING TWO TRANSIT GUEST HOUSES AT ADYAR AND PALLAVARAM, CHENNAI. THE CENTRE HAS PROPOSED TO ENTER INTO A NEW CONTRACT FOR HIRING OF TAXIES FOR CHENNAI LOCAL AND OUTSTATION TRIPS FOR A PERIOD OF TWO YEARS THROUGH PUBLIC TENDER (TWO PART BID BASIS). ALL PRICE BID FORMATS SHOULD BE SUBMITTED IN PART-II AS ATTACHMET PRICE BID ONLY I.E. ANNEXURE III TO V SDSC SHAR REQUIRES RATE CONTRACT FOR HIRING OF TAXIES ON NEED BASIS AND ONE NUMBER OF INNOVA TYPE VEHICLE OR ITS EQUIVALENT ON ROUND-THE-CLOCK SHIFT BASIS OPERATE AT CHENNAI AND SURROUNDING AREAS. THE NEED BASIS VEHICLES ARE FOR THE USAGE OF THE OFFICIALS FOR LOCAL AND OUTSTATION TRIPS SUCH AS SRIHARIKOTA AS DIRECTED BY ADMN. OFFICER, CHENNAI LIAISON OFFICE OR HIS REPRESENTATIVE. THE CONTRACTOR SHOULD SUPPLY THE VEHICLES AS SPECIFIED DURING BOOKING SUCH AS INDICA, INNOVA, TEMPO ETC. THE INNOVA CLASS OF VEHICLE HIRED ON MONTHLY BASIS WILL BE OPERATED MAINLY BETWEEN TWO GUEST HOUSES, DROPPING AT CHENNAI AIRPORT, RAILWAY STATION AND OTHER INTERNAL DUTIES AS PER THE DIRECTIONS OF ADMN.OFFICER, BY TWO DRIVERS ON ALL DAYS IN A MONTH. IN CASE, ANY BREAK DOWNS OR MAINTENANCE REPAIRS WORK HAS TO BE UNDERTAKEN, THE CONTRACTOR HAS TO REPLACE A SUITABLE VEHICLE AT GUEST HOUSE. THE SERVICE PROVIDERS WHO ARE MEETING THE FOLLOWING ELIGIBILITY CONDITIONS MAY ONLY SUBMIT THEIR QUOTATION IN TWO PART FORMAT. ELEGIBILITY CONDITIONS: 1. THE SERVICE PROVIDER SHOULD HAVE REGISTRATION CERTIFICATE ( FOR CARRYING OUT BUSINESS AS TRAVEL SERVICE / TOURIST OPERATOR ) 2. THE SERVICE PROVIDER SHALL HAVE THREE YEARS EXPERIENCE OF PROVIDING COMMERCIAL VEHICLES TO GOVERNMENT ORGANISATIONS /PSUs /REPUTED COMPANIES/INSTITUTIONS. 3. THE SERVICE PROVIDER SHALL HAVE TURN OVER OF RS.25 LAKHS (TWENTY FIVE LAKHS) PER ANNUM FOR THE LAST THREE YEARS. 4. SHALL HAVE THE SOLVENCY OF 25 LAKHS (SOLVENCY CERTIFICATE FROM THE BANKER SHOULD BE ENCLOSED). 2

CONTRACTOR SHOULD SUBMIT COPIES OF IT RETURNS FOR LAST 3 YEARS. 5. THE BIDDER SHALL BE REGISTERED WITH SERVICE TAX AND INCOME TAX AUTHORITIES. 6. THE CONTRACTOR SHOULD POSSESS MINIMUM 10 NOS. OF LIGHT VEHICLES WHICH ARE REGISTERED ON OR AFTER 2014, ON FIRM NAME/PROPRIETOR/ PROPRIETRIX/FIRM PARTNERS NAME LIKE CARS, SUMOS, VANS, LUXURY/EXECUTIVE CARS ETC., WITH TOURIST PERMIT. CONTRACTOR SHOULD PROVIDE, MINIMUM FIVE VEHICLES WITH VALID PERMIT AND TAXATION TO ENTER ANDHRA PRADESH (AFTER AWARDING THE CONTRACT). 7. IF THE FIRM OR AGENCY IS HAVING MULTIPLE PARTNERS LIST OF PATNERS AND PARTNERSHIP DEED SHALL BE ENCLOSED. NOTE : SELF ATTESTED DOCUMENTARY EVIDENCE SHALL BE SUBMITTED FOR THE ABOVE 3

CHECK LIST 1. Have the experience of running such YES / NO taxi contracts with Govt. Departments for at least 3 years. 2. Have the turn over of 25 lakhs (Twenty YES / NO five lakhs ) per annum for last three years 3. Have the solvency of 25 lakhs YES / NO 4. Have the Travel Agency Registration YES / NO 5. Submitted IT returns for the last 3 years 6. Details of vehicles with vehicle registration documents 7. Self attested documentary evidence submitted for the above purpose 8 PARTNER SHIP DEED COPY SUBMITTTED YES / NO YES / NO YES / NO YES / NO Authorized Signature 4

I GENERAL TERMS AND CONDITIONS: 1. The contactor shall have to comply with relevant laws and rules issued from time to time relating to business and pay due taxes to concerned Government agencies. SDSC SHAR will not be responsible for any lapse on the part of the contractor during or after the expiry of the contract. 2. Contractor should make necessary arrangement to get permit to enter Andhra Pradesh without any inconvenience to occupants/officials. 3. The contractor should have minimum experience of 3 years in supplying of vehicles as a travel agency for which necessary proof should be submitted along with the tender document failing which tender is liable to be rejected. 4. The agency must be accessible 24 x 7. Contractor should be able to arrange vehicles at short notice also. 5. The contractor should have a proper office in Chennai, Tamilnadu State with a necessary telephone connection in the office as well as at Residence in order to communicate the regular and emergency taxi requirement of this Center. 6. The firm should be registered with service tax authorities. For this purpose necessary proof shall be enclosed along with the tender. 7. In case of the vehicles on need basis, kilometer reading will be counted from shed to shed subject to restriction of 10 kms. In case of vehicle for monthly basis, the kilometer reading and time will be counted from Chennai guest house to Chennai Guest House only. 8. The vehicle shall be available at Guest House on round the clock basis. Two drivers may be provided ( one in General shift and second driver in night shift ). Beyond this prescribed duty hours, the services of drivers may be utilized suitable OT hrs payment. 9. For outstation trips, the no. of hours will be counted from the time of reporting the vehicle at ISRO Guest House or the place as identified by us for the work and releasing the vehicle by ISRO Guest House. 5

a) If the vehicle is used for and upto 24 hours, the payment will be made as per the kms. quoted. b) If the vehicle is used beyond 24 hours, payment will be made as follows: i) If the vehicle is used beyond 24 hours and less than 30 hours, the payment will be made considering the extra hour rate for the excess of 24 hours. ii) If the vehicle is used beyond 30 hours, the payment will be made for two days considering the rate quoted for 24 hours. 10. In case of price revision takes place for fuel i.e., either increase or decrease (minimum Rs.0.50 per litre) the same will be revised proportionately for fuel component on the basis of KMPL of the vehicles. For the purpose, the KMPL for the vehicles is fixed and given below: SL NO Vehicle Type ( All AC ) KMPL 1 INDICA 15 2 MARUTHI SWIFT DESIRE 18 3 FORD FIESTA / 18 MAHINDRA LOGAN / TOYATA ETIOS 4 INNOVA / TAVERA 10 5 HONDA CITY / VOLK WAGAN / NISSAN OR RENIVALUT 13 6 COROLLA 13 7 TEMPO 8 8 MINI BUS 6 6

Formula: Difference of Cost Per KM (+/-)(X): Base price of fuel (-) ( New Price) / KMPL of vehicle. The revised price is applicable to the fuel component of actual Km. run only. Other items will remains un-altered. The fuel rate at Chennai will be considered 11. No departmental canteen facility will be extended to the vehicle (taxi) drivers at ISRO Guest Houses / outstation. 12. The hired vehicle on monthly basis will be used exclusively for Chennai internal trips only. 13. All costs and liabilities arising out of any accident are solely the responsibility of the taxi contractor. ISRO/SDSC SHAR officials will not be a party to any dispute arising out of accidents. 14. ISRO/SDSC SHAR will not bear any cost towards operation, repair, maintenance, fuel and oil replenishment, servicing, wages of the drivers, garage fee, insurance; road tax etc. The complete liability in such case will be that of the taxi contractor. 15. The validity of the contract is for a period of 24 months and extendable by one more year on mutual agreement basis if the service is found satisfactory for the same terms and conditions. However, Dept. is having the right to cancel or terminate the contract at any time without any notice. 16. At the time of keeping the taxi for Dept. usage, Administrative Officer or his representative will carry out mechanical check-up and road worthy condition of the taxi. In case, the vehicle is not in road worthy condition and does not satisfy the Motor Vehicle Rules, the Dept. is having right to reject the vehicle. For such vehicles, no KM claims will be allowed. The contractor has to arrange alternate suitable vehicle immediately. 17. The contractor shall comply with all statutory requirements relation to the vehicles and the driver of the vehicles. Any loss sustained by the Department or its officials or any member of public on account of the vehicle or driver shall be compensated by the contractor and the department will not make any extra payment or compensation for any loss sustained by the contractor when the vehicles was hired by the department. 7

18. In case of any breakdown during the course of duty, contractor shall immediately without causing any vehicles and no additional payment will be replace the vehicles and no additional payment will be made for the substituted vehicle for the same. 19. The parking of hired vehicles is the responsibility of the contractor for safe parking of their vehicles during waiting time or operation time. 20. For out station/ local trip vehicles, the toll gate expenses, parking charges, permit & entry tax charges will be paid at actuals on production of proof along with the bill. 21. For out station trip i.e., to Sriharikota, the vehicle(s) driver(s) identified by the contractor should have photo identity pass issued by the PR section, SDSC SHAR or Admin Officer, Chennai Liaison Office while on duty. In case any person other than the identified driver is found to be driving the vehicle, the contract is liable to be terminated. The vehicle hired for out station trip may also perform duty of internal city trips as directed by the user. 22. Department is having right to enter in to parallel contracts with other firms too. Department reserves the right to split the order/modify the apportionment from time to time on the eligible participating portion based on the approved L1 rates. 23. On any occasion, the contractor does not have right to lease or engage subcontractor for the contract works awarded to him. 24. Valid power of attorney shall be there for the person who deals with department if the firm is not managed by proprietor/partners. 25. The proprietor/manager of the firm shall necessarily have cell phone in order to communicate the taxi requirement. 26. Contractors shall be able to supply the type of vehicles as given in Annexure. However, in case of non-availability of above type of vehicles, they can supply suitable or equivalent type of vehicles at the same rate, terms and conditions. 27. Mere awarding the contract does not entitle the contractor to claim for vehicle bookings from single agency. SDSC SHAR reserves the right to hire taxies from other sources also in the 8

exigencies of work not withstanding the existence of the contract. 28. For outstation trip vehicles, the Permit charges will be paid at actuals on production of proof along with the bill. 29. The tampering of meter reading, vehicle usage timings, overwriting of log sheet and misbehavior of driver shall be viewed seriously, leading to even cancellation of contract. 30. Head, PGA / Sr. Admn. Officer / Admn. Officers, CLO of this centre or any other person identified by the above personnel are authorized to communicate the requirement of vehicles as and when required for official usage. 31. SDSC SHAR will deal with the company directly and or with the authorized person of the company. All the internal disputes if any among the employees, partners and management shall be settled among themselves or through legal process. SDSC SHAR will not interfere in the disputes of the company. If any disputes are brought to the notice, the department reserves the right to cancel the contract and hold the payment till the settlement of the disputes among the parties. II VEHICLES : 1. During the contract period, if the vehicle is seized / detained / impounded by the Police / Transport Authority for any reason whatsoever, it would be the sole risk / expenditure / responsibility of the contractor 2. All vehicles should have valid registration certificate, permit, tax paid certificate, valid pollution certificate, complete comprehensive insurance certificate etc. and other such documents ready required by the Government authority for checking. 3. The vehicles supplied by the contractor should be authorized by RTO to run on hire basis with all necessary documents as per statutory rules of Tamil Nadu Motor Vehicle Act. For out station trips, necessary state Motor Vehicle act should be satisfied. 4. All vehicles supplied by the Contractor should not be of the models prior to 2014. Vehicles should be in good running condition, good upholstery, elegant look, mechanically in good running condition etc. 9

The condition should be maintained in perfect throughout the contract period. 5. In case of non-availability of requisitioned car, it will be the responsibility of the contractor to provide upgraded model at the same rates with the prior permission of Admn.Officer, CLO. III. DRIVERS : 1. The drivers should hold a valid driving licence for driving transport vehicles for the type of vehicle, well experienced and should have knowledge of Chennai roads, and should wear a neat and clean uniform as prescribed and recommended by Tamilnadu Motor Vehicle Act. Driver s must have mobile/cell phone so as to receive message from the users at both Tamil nadu and Andhra Pradesh with sufficient balance. 2. The driver provided should be educated enough to maintain logbook entries showing the starting kilometer, end kilometer, distance covered, time consumed for journey, places visited etc. for each occasion of journey signed by the officer traveling in the prescribed format. 3. The contractor will have to get the police verification, medical fitness of all the drivers at their own cost and submit to SDSC SHAR. 4. The driver deputed with the vehicle should bear good moral character and should be well behaved. 5. The drivers of vehicles should have minimum 5 years experience in the line with valid driving license to drive transport vehicles. The driver should be able to fill the log/ trip sheet of the vehicle as given by us and should have courteous behavior with officials. 6. The taxi driver should hold the placards given by the department at receiving terminals at Chennai Airport, Railway Station/Bus stand for easy identification of the guests/vips. 7. Driver should allow the officials to get inside the vehicle and later only he should enter into vehicles. 8. The driver himself should open and close the doors for all officials while getting into and getting out the vehicles. 10

9. The driver shall not smoke / be drunken while on duty. 10. All the driver details like name, date of birth, driving license, experience certificate, medical fitness, police verification etc. are to be submitted to SDSC SHAR along with proof. 11. The driver shall abide by all the traffic rules and regulations in force, any penalties/disciplinary actions by authorities will be at the cost of the service provider only. 12. On any account, payment of salary to the drivers by the agency should not be stopped or linked to the clearance or passing of bills submitted to SDSC SHAR. IV. PENALITY : 1. In case, the vehicle provided by the contractor is found not to be in good condition or without proper documents, the vehicle may be rejected and sent back. No payment shall be made on account of vehicle so rejected. 2. If the interior of the vehicle is not in good condition, 5% deduction from the bill shall be done 3. The contractor should ensure & take all the precautions that the vehicles will not break down while in use. If it happens, the contractor has to press in to service with a substitute vehicle within 4 hours time. If the contractor fails to provide the alternative vehicle within a stipulated time for each occasion an amount of Rs.500/- per occasion shall be recovered. 4. If the contractor fails to provide a vehicle on specified time and date, an amount of Rs.500/- for each occasion will be deducted from the amount due to him and if the contractor repeats the same more than 3 times in a month, the contract is liable to be terminated. 5. In case of driver reports for duty for more than 15 minutes beyond the schedule time, a penalty of Rs.100/- ( Rupees one hundred only ) would be levied which will be deducted from the bills 11

V. PAYMENT : 6. Additional penalty as the department feels appropriate can also be imposed if the contractor violates any terms and conditions of contract. 7. When the driver fails to hold the placard at Airport / Railway Station / Bus Stand an amount of Rs.200/- on each occasion shall be imposed to the contractor. 8. Any Temporary registration vehicles or white board vehicles are sent, an amount of Rs.1000/- will be deducted in the monthly bill. 1. Payment shall be made within 30 working days from the date of receipt of the bill. 2. Service tax will be payable against submission of proof only. 3. The bill should be ensured that there is no overwriting in the duty slips. In no case, duty slip without signature will be accepted for payment and if it is found so, the claim will be disallowed. 4. After due certification by the concerned users in log sheet, the contractor should raise the bills along with trip/log sheet and submit at Chennai Guest House as per the rates and the payment will be made within 30 days from the date of receipt of bills at ISRO Guest House, Chennai with proper documentation. 5. Bills should be approved by the Admn. Officer, CLO and should be supported by the log/trip sheet with full details for each trip duly signed by the user(s) of the vehicle(s) get the log sheet filled by the user(s). If full details are not covered in the log sheets for the Kms claimed, the bills will not be processed further for payment. 6. The bill in duplicate along with duty slip duly signed by the user of the vehicle should be sent to SDSC SHAR for payment by the 5 th of the following month. In case, the bills are not submitted to SDSC SHAR as per the above schedule, SDSC SHAR will not take any responsibility for delay in payment. Applicable income tax will duly be deducted from the bills. VI. EARNEST MONEY DEPOSIT : 1. A sum of Rs. 1,00,000/- ( Rupees one lakh) shall be deposited to this office towards EMD payable in the form of Crossed Demand Draft 12

in favour of Accounts Officer, SDSC SHAR payable at Sriharikota 524124 before the due date for opening of techno commercial bid. 2. Earnest Money Deposit will be returned to unsuccessful bidders. Earnest Money Deposit of the successful bidders shall be converted and adjusted against the Security Deposit. 3. Earnest Money Deposit shall not carry any interest. VII. SECURITY DEPOSIT : Successful tenderer will have to submit security deposit for the value of 10% of total order value for the period of contract within 10 days of the issue of purchase order. Failure to pay the security deposit shall be treated as failure to discharge the duties under the contract and shall result in cancellation of the contract. The Security deposit will be forfeited, if the firm found violating any of the terms and conditions or the contractor s service is found unsatisfactory. VII TERMINATION OF THE CONTRACT : 1. If the contractor s service is not found satisfactory, or the contractor violates any of the terms and conditions of the contract, SDSC SHAR shall have the right to terminate the contract by giving 10 days notice to the contractor in writing. 2. For any reason, if the contractor wishes to withdraw the vehicles or terminate the contract, he will have to give at least 30 days notice in writing to the SDSC SHAR before doing so. In case of violation of the same the SDSC SHAR shall recover the 10% amount of the contractor s bill or any dues pending with SDSC SHAR in addition to forfeiture of security deposit. ARBITRATION : If any disputes, disagreement, questions arising out of or relating to or in consequences of the contract or to its fulfillment or validity of the enforcement thereof could not be settled mutually, then such disputes shall be referred to Director, SDSC SHAR, Sriharikota in line with the Arbitration and Conciliation Act 1996 with alterations/modifications thereof, whose decision shall be final and binding on both the parties. time. The contractor should be in compliance of labour laws from time to 13

14

Annexure-I 1. COMPANY PROFILE: Sl.No. DESCRIPTION OF ITEM TO BE FILLED BY THE CONTRACTOR 01 NAME OF THE FIRM 02 OFFICE ADDRESS 03 PROPRITER/PROPRIETRIX OF THE FIRM 04 INCASE THE FIRM IS HAVING PARTNERS LIST THE NAME OF PARTNERS AND ENCLOSE COPY OF PARTNERSHIP DEED 05 VALID POWER OF ATTORNEY IN THE NAME OF PERSON WHO IS SIGNING AND OPERATING THE CONTRACT IF THE FIRM IS OPERATED OTHER THAN BY PROPRIETOR OR PARTNERS OF THE FIRM 06 RESIDENTIAL ADDRESS OF THE OWNER 07 OFFICE PHONE NUMBER 08 COMPANY REGISTRATION NUMBER OF THE FIRM WITH YEAR 09 SERVICE TAX NO 10 PAN NUMBER (FIRM) 11 IT RETURNS FOR THE YEARS 2011-2012, 2012-2013, 2013-2014 (Xerox copies should be enclosed) 12 EXPERIENCE IN THE FIELD 13 LIST OF ORGANIZATIONS TO WHOM THEY HAVE SUPPLIED VEHICLES NOTE: The documentary proof for Sl.No.05, 09, 10,11,12,13 to be submitted along with tender SIGNATURE OF THE PROPRIETOR (WITH OFFICE SEAL) DETAILS OF INFRASTRCUTURE: Annexure-II 15

SL NO REGD. NUMBER MODEL NAME OF REGD. OWNER TYPE OF VEHICL E DATE I/C VALID DATE F/C VALID DATE OF TAX VALID PERMIT VALID UP TO SIGNATURE OF THE PROPRITER OF THE FIRM (WITH OFFICE SEAL) NOTE: All the above vehicle valid documents Xerox copies to be enclosed. The contractor should clearly mark all the above details with marker pen in the xerox copies of RC books. The contractor should be able to produce the vehicles along with original documents when called for verification. PRICE BID FORMAT ( for monthly basis )- 24 hrs operation ANNEXURE III SL NO. DESCRIPTION OF SERVICE Rs. INNOVA Ps. 16

A I II III Hire charges for supply of vehicle on monthly basis on 24 Hours basis (all the days in a calendar month) including driver batta, fuel charges and other incidental charges. The hired vehicle shall be operated with two drivers as explained For a run up to 1500 Kms. in a month (24 Hrs basis) For a run up to 2500 Kms in a month (24 Hrs basis) Beyond for every Kms run extra charge IV OT Charges per hour Service Tax Diesel Price per litre (Base Price) : Rs. Date: Place: SIGNATURE OF THE CONTRACTOR 17

ANNEXURE IV PRICE BID FORMAT FOR LOCAL ( ON NEED BASIS-INCLUSIVE OF FUEL,DRIVER BATA AND INCIDENTAL CHARGES IF ANY) SL NO Vehicle Type ( All AC ) 120 km / 12 hrs 1 INDICA 2 MARUTHI SWIFT DESIRE OR EQUIVALENT 3 FORD FIESTA / MAHINDRA LOGAN / VERTIO TAYOTA ETIOS OR EQUIVALENT 4 INNOVA / TAVERA OR EQUIVALENT 5 HONDA CITY VOLTA VAGAN VENTO / NISSON OR EQUIVALENT 6 COROLLA 7 TEMPO 8 MINI BUS For and up to 40 Km and 4 hrs. For and upto 80 Km and 8 hrs. usage Extra Charges per additional Km Extra Charges per additional hour Service Tax extra. Diesel Price per litre (Base Price) : Rs. Date: Place: SIGNATURE OF THE CONTRACTOR 18

ANNEXURE V PRICE BID FORMAT FOR OUTSTATION TRIP ( ON NEED BASIS-INCLUSIVE OF FUEL,DRIVER BATA AND INCIDENTAL CHARGES IF ANY) Sl. No. Vehicle Type (All AC) 1 INDICA Rate per kilometer including hire,fuel and handling charges for a run upto 250 kms. and 24 hours basis Night halt charges Extra charge for additional each km.run Extra charge for additional each hour usage 2 MARUTHI SWIFT DESIRE 3 FORD FIESTA 4 INNOVA 5 HONDA CITY 6 COROLLA 7 TEMPO 8 MINI BUS Service Tax extra. Diesel Price per litre (Base Price) : Rs. Date: Place: SIGNATURE OF THE CONTRACTOR 19

S a t i s h D h a w a n S p a c e C e n t e r S H A R Page Destination: Tender Header Format Type : Normal. : GOVERNMENT OF INDIA DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTRE PURCHASE DIVISION Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-mail ID : hps@shar.gov.in, hasan@shar.gov.in, sselvan@shar.gov.in STANDARD TERMS & CONDITIONS 1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE. 2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:- 1) Part-I Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II Price Bid In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.Excise Duty - SDSC-SHAR is eligible for Excise Duty Exemption under Notification No. 64/95 dated 16.03.1995 as amended by Notification No. 15/2007 dated 01.03.2007 and as amended by Notification No. 07/2008 dated 01.03.2008 and necessary Exemption Certificate will be provided. No claim, whatsoever, for payment of Excise Duty or Cenvat reversal will be allowed later. The suppliers have to take this into account while submitting quotations. Excise Duty Exemption Certificte will be issued only to finished product as per the PO/Contract. EDEC shall not be issued in favour of third parties for raw materials, other components that go in to the manufacture of the end product. Excise Duty Exemption Certificate will be issued in favour of original equipment manufacturer provided (i) the tender has been received from the sole selling agent of OEM concerned (for which documentary proof shall be produced) and (ii) a request for issue of Excise Duty Exemption Certificate was made in the original offer itself. 6.CST - With effect from 01.04.2007, Form-D has been withdrawn for Inter-State purchases by Government Departments. Now the percentage of CST on the Inter-State sales to Government Departments shall be the percentage of VAT/State Sales Tax as applicable in the State of the Seller/Dealer. Accordingly, the suppliers have to indicate clearly the % (full rate of tax) of CST applicable against each item in their offers. 7.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 12/2012 dated 17.03.2012. This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers. 9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period. 11.Security Deposit Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party

shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period. 13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly. 15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself. 19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS The Tenderer should submit the following documents/information while quoting:- a)foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual interest in the business. c)registration and item empanelment of the Indian Agent. d)agency Commission will be paid only Indian Currency. e)compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk. b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c.sales Tax is not applicable d.customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided. e.high Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable. 1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices 4.Excise Duty, VAT, Service Tax Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS The following tenders shall be summarily rejected from the procurement process a.tenders received from vendors who have not qualified in terms of their registration. b.tenders received against publishing of a limited tender in the CPP portal. c.tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.unsolicited tenders from vendors. e.the tenders which materially depart from the requirements specified in the tender document or which contain false information. f.the tenders which are not accompanied by the prescribed Earnest Money Deposit. g.the tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.the validity of the tenders is shorter than the period specified in the tender enquiry. i.the tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.the tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition. k.the tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender). l.in case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.if a firm quotes NIL charges / consideration, the bid shall be treated as un-responsive and will not be considered.