Anda di halaman 1dari 26

TAMILNADU CIVIL SUPPLIES CORPORATION

( Govt. of Tamil Nadu Undertaking) 12,Thambusamy Road, Kilpauk, Chennai 600 010. Phone No.: 26426773 to 26426775

NOTICE INVITING TENDER For Transportation of Essential Commodities from

Food Corporation of India,


Depots (including Ex-wagon delivery given by FCI) to TNCSC Storage points (for the period from 01.07.2011 to 30.06.2012)

____________________Region

Date LAST DATE FOR SALE OF TENDER FORM in the Regional Office concerned. Closure of tender Box @ T.N.C.S.C., Head Office, Chennai-10 Opening of Tender Box at T.N.C.S.C., Head Office, Chennai - 10

Time 4.00 PM 11.00 AM 12.00 NOON

NOTE: 1) THE TENDER RECEIVED AFTER THE ABOVE DATE AND TIME EITHER BY HAND OR POST WILL NOT BE ACCEPTED. TNCSC IS NOT RESPONSIBLE FOR ANY TRANSIT LOSS OR POSTAL DELAY.

ISSUED TO

___________________________________ ___________________________________

Signature of Tenderer

TAMILNADU CIVIL SUPPLIES CORPORATION


( Govt. of Tamil Nadu Undertaking) 12,Thambusamy Road, Kilpauk, Chennai - 600 010. Phone No.: 26426773 to 26426775 ____________________ Region

1. 2. 3. 4.

Name & Address of the Tenderer Telephone No. Fax No. Status of the tenderer proprietor / partnership / company etc., Firm Registration Certificate enclosed Name of Proprietor / Partners / Directors with full address and Telephone No. (Attach copies of Partnership Deed / Memorandum and Articles of Association, Bylaws as applicable.)

: : :

: : Yes / No :

5. 6.

7. 8.

Certificate of experience in particular field enclosed : Yes / No Name & Address of the tenderers Bank and Branch Name under which a) Assessed for Income Tax b) PAN No. :

9.

: 10. Details of Owned : (Xerox copies of RC Books to be enclosed) original should be produced for verification.

Signature of Tenderer

S.No. 1 2 3 4 5 6 7 8 9 10

Regn.No.

Make

Capacity ( in MTs)

Owners Name

I / We hereby declare that, i) the lorries shown in this tender are not debarred earlier from Corporation movement / for seized by the enforcement authorities etc., I understand that if such adverse occurrence is suppressed by me and brought to notice at a later date the contract is liable for termination. ii) the particulars furnished above are true and correct to the best of my / our knowledge and agree to the terms and conditions of this tender. iii) I / We understand that in case of any false information furnished, the tenderer will be disqualified in the tender. I / We accept all the terms and conditions contained in this tender.

DATE: ADDRESS : (SIGNATURE WITH SEAL)

Contact Person : Phone No. Mobile No. : :

Signature of Tenderer

Check list for qualification bid (Part-I cover)


Name of the tenderer and address Sl. No. Indicate Yes or No. Page number in which documents are available.

Details

1) 2) 3)

4)

5)

6) 7)

8)

9)

10)

11)

12)

Whether the tender document is in the form prescribed by T.N.C.S.C., Whether D.D. for the requisite EMD of Rs.1.00 lakh enclosed. Whether the xerox copies of the R.C. books for owning minimum 10 lorries in the tenderers name enclosed. Whether the turnover statement duly signed by the Chartered Accountant enclosed. (Average turnover Rs. 1 Crore per annum). Whether xerox copy of the Income tax PAN card in the name of the tenderer or partner. Whether xerox copy of the firm registration certificate enclosed. Whether self certificate to that effect that the tenderer has not been black listed either by T.N.C.S.C. or by other institutions enclosed (Annexure- V) Whether Banker credit worthiness certificate for Rs.10.00 lakhs obtained from Nationalised / Scheduled Bank enclosed. Whether the experience certificate in similar type of work obtained from the State / Central Govt. / Public Ltd. companies enclosed. Whether the satisfactory certificate obtained from the concerned S.R.M./R.M. enclosed for existing Transport Contractor. Whether the certificate obtained from the SRM/ RM that the tenderer is not a Hulling Agent of this Corporation enclosed. Whether authorisation letter in the case of representative of the tenderer enclosed to take part in the tender.

Signature of Tenderer

TAMILNADU CIVIL SUPPLIES CORPORATION


(Govt. of Tamilnadu Undertaking) 12,Thambusamy Road, Kilpauk, Chennai 600 010. Phone No.: 26426773 to 26426775

FOOD CORPORATION OF INDIA MOVEMENT TERMS AND CONDITIONS


01. a) The Tender should be addressed to the Senior Regional Manager / Regional Manager Tamilnadu Civil Supplies Corporation _____________________ Region B) Any offer made in response to this tender when accepted by Tamilnadu Civil supplies Corporation will constitute a contract between the parties.

02. SUBMISSION OF TENDER a) Tender is to be submitted in the prescribed form obtained from TNCSC. Tender

should be free from overwriting. All corrections and alterations should be attested by the tenderers. Tender is to be submitted in original (BOTH PART I AND II ) in a sealed envelope in the manner prescribed below: b) The tender should be in the prescribed form receivable from the office of the concerned Senior Regional Manager / Regional Manager of the Regions on payment of Rs. 2,080/- (Rupees Two thousand and eighty only) including 4% VAT. Tenders should be sent in the prescribed form duly signed by the tenderer in each and every page. c) The tender form or can also be downloaded from TNCSC website website www.

www.tncsc.tn.gov.in

Government of Tamil Nadu

tenders.tn.gov.in at free of cost. d) Filled in tender form should be submitted in the office of the Managing Director,

TNCSC, Head office, Chennai 10.

Signature of Tenderer

Part I Qualification Bid PART I of the tender document duly filled and signed in all pages along with Earnest Money Deposit should be put in a separate sealed cover and should be superscribed on the top of the envelope as PART I QUALIFICATION BID Tender for

Transportation of Essential Commodities from FCI (including Exwagon delivery given by FCI) to TNCSC Storage Points due on .05.2011 ______________ Region.

Part I should contain the following documents / particulars.

I.

A check list must be duly filled up and enclosed with all required enclosures and page Nos.

II.

Demand Draft for Rs. 1,00,000 / - (Rupees One Lakh only) drawn in favour of TNCSC., in any Nationalized Bank / Scheduled Bank payable at Headquarters of the Regions concerned towards Earnest Money Deposit. Any request for the adjustment of Earnest Money Deposit for any other work or any amount due from Tamilnadu Civil Supplies Corporation will not be considered. There is no exemption from EMD for the Government undertaking, Co-Operative Societies and Small Scale Units etc.,

III.

Xerox copies of the RC Books to prove ownership of 10 lorries in the name of the tenderer or firm. Tipper vehicles will not be considered for qualification. Lorries must be under the registration of Tamil Nadu. Other State registration lorries should not be produced. The contractor should not change the ownership/transfer the name of the lorries during the currency of the contract period, without prior permission of T.N.C.S.C. Original R.C Books should be produced at the time of opening of Tender. Otherwise the tender will be summarily rejected.

IV.

Xerox copy of valid PAN number with the Income Tax Authority of the Firm / company / individual as applicable. If any deviation noticed the Part II cover will not be opened.

V. VI.

Certificate of Firm Registration. Registered partnership deed / Articles of Association / Memorandum of Association / Bylaws etc. as applicable.

VII.

Tenderer must have an average annual turnover Rupees One Crore for the preceeding three years i.e 2007-2008, 2008-2009 and 2009-2010 in Goods transportation business duly certified by Chartered Accountant and produce xerox 6 Signature of Tenderer

copy of Income Tax

return with I.T. Department office seal, profit & loss

statement, Balance sheet, SARAL / Form No.2/2D attested by the Chartered Accountant. (Annexure-III) VIII. Bankers credit worthiness certificate for Rs. 10 Lakhs from any Nationalized / Scheduled Banks.(as in Annexure-II). IX. Tenderer must have experience in similar type of works. Certificate to the effect issued by State / Central Government / Public Limited companies shall be enclosed. X. Existing contractor should produce satisfactory certificate from the concerned Senior Regional Manager / Regional Manager. XI. If the tenderer is black listed / debarred either by TNCSC or other Public Limited Companies / Government of Tamil Nadu / Government of India, the tenderer is not eligible for participation in the tender. XI. Certificate:A certificate from the Senior Regional Manager / Regional Manager that the tenderer is not a Hulling Agent of this Corporation should be produced( Annexure-VI). Original for item II to X should be produced for verification.

PART II Price Bid a) PART II Price bid should be put in a separate sealed cover and should be superscribed on the top of the envelope as PART II - PRICE BID Tender for Transportation of Essential Commodities from FCI (including Exwagon delivery given by FCI) To TNCSC Storage Points) due on _________________ Region. b) Both the sealed covers Part-I & II should be put in another sealed cover and submitted with mark as Tender for Transportation of Essential Commodities from FCI (including Ex-wagon delivery given by FCI) to TNCSC storage Points due on .05.2011 __________ Region. . . . . . .05.2011

c) If any of the above conditions stipulated are not complied with, the price bid Part II will not be opened. d) Tender not submitted in the appropriate departmental form and not complete in all respects are likely to be rejected. e) Tenderers shall not be entitled to claim any costs, charges expenses or incidentals 7 Signature of Tenderer

in connection with the preparation and submission of their tenders even though the corporation may opt to withdraw the Invitation of Tender or reject all tenders for reasonable cause. f) Tenderers are required to sign each and every page of the tender document. g) If any tender is made by a Statutory Corporation, Company, Society, Co-operative Society, Association of persons, it shall be signed by a duly authorized officer, who shall produce with their tender satisfactory evidence of such authorization. Such

tendering corporation, company, etc. should furnish evidence of its corporate existence before the contract is executed. h) In all FCI depots the stock will be loaded in the lorries by the FCI labourers. In Tamil Nadu Civil Supplies Corporation godowns, the unloading, operation will be undertaken by utilising the loadmen available in the godowns and the charges will be borne by Tamil Nadu Civil Supplies Corporation. Wherever such facilities are not available, payment at the rate fixed by Tamil Nadu Civil Supplies Corporation will be allowed by Tamil Nadu Civil Supplies Corporation to the Transport Contractor for unloading ( including stacking) at the places specified on production of a certificate duly countersigned by the officer of Tamil Nadu Civil Supplies Corporation, incharge of the storage points where the stocks were unloaded. i) The rates quoted should be in slab system per M.T. in the rate schedule Part-II for the transportation of stocks from FCI to TNCSC storage points. The rates should not include loading, weighment and unloading charges. J) The lumpsum rates quoted for the slabs beyond 0-5 km will be the aggregate amount arrived upto previous slab. If the slab rate is not aggregated the tender will be summarily rejected. 3. NATURE OF WORK Movement of Essential Commodities from FCI Storage Depots (including Exwagon delivery given by FCI) to any of TNCSC storage points should be by the shortest route. The list of FCI Storage points now functioning in Tamilnadu and Puducherry is enclosed in (Annexure-I). This may vary from time to time.

Signature of Tenderer

4. OPENING OF TENDER The sealed Envelope consisting of the Part-I and Part-II covers as specified in Part-II(b) will be opened at Tamil Nadu Civil Supplies Corporation, Head Office, Chennai - 600 010 by the Managing Director or the officers authorized by him in the presence of the tenderer or their authorized representatives. If in any of the sealed envelope, either Part-I or Part-II alone is available and the other part is not found, such tender will summarily be rejected. a) PART I and II of the tenders will be opened on the date and time specified in the tender (ANNEXURE-VII) at Tamil Nadu Civil Supplies Corporation, Head Office, Chennai -10 in the presence of the tenderers or their authorized representatives, who are found to be qualified in the technical bid PART - I by the tender Committee. b) Tenders received will be opened by the authorized officer(s) of TNCSC in the presence of such of those tenderers who may choose to be present on the due date and time. The representative of the tenderer will have to establish their identity to the satisfaction of TNCSC by producing introductory / authorization letter from their principals / proprietors etc. c) If the day of opening of tender is declared as a holiday by the Government, the tender will be opened on the next working day or any other date that will be communicated to the tenderers through the respective Regional Managers / Senior Regional Managers. d) The tenderer should not impose any condition in the tender. Such conditional tenders will be summarily rejected. e) The tenderer should quote the rates for the distance slab as prescribed in the tender form in PART-II and they should not split the slab and furnish different rates. Tender documents with such splitting of distance slab will be summarily rejected. 5. AWARD OF CONTRACT a) TNCSC reserves the right to accept or reject any tender in whole or in part or all tenders on reasonable cause. b) The order resulting from this tender and any amendment to be issued subsequently with its terms and conditions constitute the entire agreement relating to the tender between the successful tenderer and TNCSC and both the parties are bound by the terms and conditions. c) TNCSC reserves the right to split and award the contract to more than one tenderer depending upon the necessity.

Signature of Tenderer

d)

TNCSC also reserves the right to reject the offer of any firm which has failed to fulfill earlier contractual obligations, even if he/she/they come as L1 in 2011-2012 tender.

e)

The Managing Director, T.N.C.S.C., reserves himself the right to waive, amend and relax any of the tender conditions in the interest of the Corporation.

f)

No definite volume of work to be performed can be guaranteed during the currency of the contract.

g)

In case more than one Transport contractor is appointed to a particular Region, the Transport contractors are expected to carry out the work allotted by the Regional heads within the stipulated time.

h)

The contract shall not be awarded to a person / firm / company who / which is / are having business relationship with the Corporation as Hulling Agent. In other words the existing Hulling Agent or his / her / their spouses have shall not take part in the transport tender as prohibited by Boards resolution.

6.

EVALUATION OF TENDER a) The quantity of stocks / commodities moved from various Food Corporation of India depots to the Godowns of the concerned region (and the distance covered) from 01.04.2010 to 31.03.2011 may be obtained from the respective Regional office.

Lowest tenderer (L1) will be decided with reference to the total transport charges as per tenderers rate in the tender for 2010-2011 for the quantity moved from FCI depots to each storage points during last financial year i.e., from 01.04.2010 to 31.03.2011 and the amount of transport charges involved will be calculated at the rates quoted in the tender for 2011-2012 by the tenderers, for entire region. The tenderer whose

rates give the lowest sum of transport charges for the above quantity for the Region will be decided as the L1. b) The quantity of stocks moved for the period from 01.04.2010 to 31.03.2011 will be adopted only to decide the L1 tenderer. 2011-2012. c) For the Godowns in the hills inrespect of Vellore, Dindigul and Coimbatore regions, rates on slab basis for plain path distance should be quoted. For the distance of hill track, separate rate per K.M. per M.T. should also be quoted. d) In respect of the Nilgiris Region, all the Godowns are situated in the hill area only. Hence, the tenderer should quote the rates for Nilgiris Region on slab basis only. This quantity may vary for the year

10

Signature of Tenderer

7. SECURITY DEPOSIT a) The successful tenderer must deposit 2.5% of the total contract value by rounding off to nearest thousand out of this 50 %, shall be in the form of Demand Draft subject to a minimum of Rs.2 lakhs drawn in favour of Tamil Nadu Civil Supplies Corporation in any Nationalised / Scheduled Bank payable at Headquarters of the region concerned and balance 50 % in Bank Guarantee from Nationalized / Scheduled Bank in favour of Tamil Nadu Civil Supplies Corporation of the region concerned within 7 days from the date of order as per the proforma in (Annexure-IV) towards the

security Deposit, failing which, the Earnest Money Deposit will be forfeited without any further notice. b) The Security Deposit shall be liable to be forfeited wholly or partly at the sole discretion of Tamil Nadu Civil Supplies Corporation, if the successful tenderer either fail to transport as per the schedule specified by the corporation or to fulfill his contractual obligations or to settle in full his dues to TNCSC. This will be in addition to TNCSC a right to make alternative arrangement at the risk and cost of the successful tenderer. c) TNCSC is empowered to deduct from the Security Deposit or any other outstanding amount any sum that may be fixed by TNCSC as being the amount of loss or losses of damages suffered by it due to the delay in performance or non performance of any of the condition of the tender / contract. d) Any request for the adjustment of Security Deposit remitted for some other work or any amount due from Tamil Nadu Civil Supplies Corporation will not be entertained. But the Security Deposit remitted already for the same movement for the previous year but remaining unrefunded will be adjusted if the successful tenderer is awarded for same movement of work in the same region and same name and style of tenderer on application, provided the amount is free from any recovery duly certified by the internal audit of the Region. e) Earnest Money Deposit / Security Deposit shall bear No interest. f) The successful tenderer should submit an agreement in a non-judicial stamp paper, as per the law inforce.

11

Signature of Tenderer

8. NON PERFORMANCE OF CONTRACT / CANCELLATION OF CONTRACT / RIGHT OF TNCSC Tamil Nadu Civil Supplies Corporation reserves right to terminate the contract and black list the tenderer on reasonable cause after giving fifteen days notice to the contractor, in case of the cheating on the performance of the contractor is found poor and unsatisfactory and it shall be lawful for the corporation to get the work done by other sources and to adjust in full or part, the extra expenditure and damages, if any, suffered by the Corporation as consequences of the breach of contract, on the part of the contractor from out of the Security Deposit furnished by the contractor and other amount due to the contractor from the Corporation besides legal remedy. The decision of the Managing Director, or Senior

Regional Manager / Regional Manager in this regard, will be final and binding on the Contractor. a) In the event of failure on the part of the contractor to lift the quantity allotted in full as per the release order of the Food Corporation of India, for which advance payment is made by Tamil Nadu Civil Supplies Corporation within the stipulated time resulting in lapses of the unlifted quantity in the particular release order, if any, the contractor shall be liable to make good the loss, that may arise by way of the accrued interest till the refund is made by the Food Corporation of India against the unlifted stocks. b) It is the responsibility of the Transport Contractor to provide adequate No. of Lorries and lift the entire allotted quantity within the period allowed. If any O.T. Charge payment is

made to FCI during the allotted month due to the failure of the Transport Contractor to provide sufficient No. of lorries the O.T. payment should be borne by the T.C. If O.T. payment is made to FCI during the extended period the O.T. charges shall also be borne by the T.C. only. c) If the performance of the tenderer as approved Transport Contractor for 2010-2011 is not satisfactory, he / they would not be considered even if the party is L1 tenderer for the year 2011-2012 in the particular region. d) All the above ten lorries should be placed at the disposal of the Corporation to

commence movement daily unless there is case of accident or the vehicle sent for FC owned and leased lorries have to be deployed failing which penalty of Rs.250 per day will be levied. A sum of Rs.250 (Rupees two hundred and fifty only) will be levied as penalty per day / per lorry towards non-supply of lorries or short supply of lorries as required by the Regional Managers / Senior Regional Managers.

12

Signature of Tenderer

e) If the performance of the successful tenderer for the year 2010-2011 is very poor or deceiving the Corporation or delaying the movement in any manner, the Senior Regional Managers / Regional Managers reserves the right to take action against him / them to terminate the contract besides blacklisting the tenderer for a specified period. The Senior Regional Manager / Regional Manager reserves right to take action to recover the consequential loss incurred for the failure to perform the contract. f) As and when the Transport Contractor default in supplying the required number of Vehicles, continuously for 3 days, Senior Regional Manager / Regional Manager will arrange for departmental movement and the excess transport charges if any incurred over and above the contracted rate shall be adjusted against the Transport charges payable to the contractor or Security Deposit. g) When more than 25% of the Security Deposit remitted by the Contractor is adjusted by the Senior Regional Manager / Regional Manager due to non performance / poor performance / penalty, action will be initiated to terminate the contract. h) If the information furnished by the contractor for 2011-2012 is found to be incorrect or false at a later date, the contract will be terminated by the Managing Director, Tamil Nadu Civil Supplies Corporation without any Notice. i) The amount remitted towards the EMD is liable to be forfeited if the tenderer resiles from the offer after submitting his tender. j) The Senior Regional Manager / Regional Manager of the Corporation reserves, the right to terminate the agreement with the contractor at any time during its currency of contract whenever, it is proved that the performance of the contractor is detrimental or not satisfactory in the interest of the Corporation or the contractor is negligent or disinterested or the contractor is convicted for criminal misconduct or any of his partners or any of its directors, as the case may be is declared in solvent or an undischarged insolvent or has been detained under any law such as FERA, COFEPOSA etc., without prejudice to the rights of the Corporation to proceed against the contractor for failure to fulfill the contract apart from the right of recovery of losses and damages.
k) Documents showing the loaded and unloaded weight of the lorry shall be handed over to

the godown staff concerned then and there, so as to enable them to calculate the weight of the stocks and close their accounts daily failing which a fine of Rs.1000/- ( Rupees One thousand only ) per lorry per day of default shall be levied. l) If a successful tenderer after remittance of Security Deposit and execution of the agreement fails to discharge his contractual obligations under the contract, in full or in 13 Signature of Tenderer

part or delays to perform under the contract, the Earnest Money Deposit and Security Deposit remitted by him will be forfeited and he is liable to make good the consequential loss thereon due to departmental movement / retender. m) Events like strike by Labourers engaged by Contractor on account of any dispute between the contractor and his labourers as to wages or otherwise shall not be deemed to be a reason beyond the control of the Contractor and the contractor shall be responsible for any loss or damage which the Corporation may suffer on this account. n) If the tenderer is black listed / terminated during the currency of contract in a particular region in this corporation, then the contracts awarded to him inrespect of other regions for any movement if any will also be terminated without prior notice. 9. SUB LETTING OF CONTRACT: The successful tenderer shall not sublet or assign this contract or any part. In the event of the successful tenderer, sub-letting or assigning the contract or any part thereof TNCSC shall have the right to cancel the contract and to make alternate arrangements and successful tenderer shall be liable to make good TNCSC any loss or damage which TNCSC may sustain consequent of arising out of such arrangement. 10. For violation and non-fulfillment of any of the conditions of the contract by the

transport contractor, penalties will be imposed on the transport contractor as per the agreement. The Senior Regional Manager / Regional Manager, TNCSC, may impose

additional penalties for the non-fulfillment of the agreement in any form apart from forfeiture of Security Deposit. 11. PERIOD OF CONTRACT The above contract is valid for a period of one year from 01.07.2011 to 30.06.2012 and such reasonable extended time upto a maximum of 3 months if any specified by the Corporation or till the finalisation of tender for the next year whichever is earlier. 12. The claim on the transport charge shall be settled by the Senior Regional Manager /

Regional Manager concerned. The transport charges will be calculated at the rates that are already accepted for the acknowledged net weight of the consignments. The contractor shall report for weighment of lorries loaded as well as empty at such places or weighbridge as may be decided by the Senior Regional Manager / Regional Manager , TNCSC or any of his nominees from time to time. The decision of the Senior Regional Manager / Regional Manager, TNCSC regarding the tare weight of the package materials shall be final and binding on the contractor. Income Tax (TDS) if any will be deducted at source from the transport charges payable to the contractor as per the IT Act and Rules applicable. 14 Signature of Tenderer

13.

In respect of FCI movements, the additional distance if any covered to weighbridge

with loaded weight for weighment, the transport charge claim for the distance covered to weighbridge with loaded weight only shall be settled by the Senior Regional Manager / Regional Manager concerned. Any request for the revision of distance from the Transport Contractors will not be entertained after the finalisation of contract. The distance given by TNCSC from one point to another point before the date of opening of tender will be valid for the whole period of contract, unless there is a shifting of godown location. For any new godowns, which come up in the contract period the shortest route can be assessed by Committee of TNCSC at the first instance for movement of stocks and the same distance so certified under orders of Head office should be followed for all subsequent movements through out the contract period. The distance between one place to another as

decided by the MD / SRM / RM TNCSC shall be adopted for settlement of transport charges and no revision of distance will be allowed without valid reasons and without the consent of Managing Director. The shortest route can be assessed by accompanying a staff from TNCSC at the first instance for movement of stocks from FCI depot to various storage points and the same distance so certified should be followed for all subsequent movements. The distance between the FCI depot and TNCSC Godown as decided by the Managing Director TNCSC shall be adopted for settlement of transport charges. 14. On each day, the number of lorries required at each storage point of Food Corporation

on India, will be conveyed to the contractor over phone / in writing and the contractor is expected to place the required number of lorries at the specified time and place. He is also required to place at the disposal of TNCSC and at any one of the place referred to by the Senior Regional Manager / Regional Manager, the required number of lorries which are in good roadworthy condition. Each lorry should contain two suitable and serviceable tarpaulins. The representative of Tamil Nadu Civil Supplies Corporation reserves the right to reject any lorry which is found not road worthy. 15. The transport of rice / wheat, etc. dealt with by Tamil Nadu Civil Supplies

Corporation shall be arranged from the various FCI depots to the various TNCSC godowns and other storage points formed or to be formed in the Regions or outside the Regions as ordered by the Senior Regional Manager / Regional Manager or his nominees from time to time.

16.

The tenderer is responsible for the safety of the stocks from the time they are loaded 15 Signature of Tenderer

into their lorries from FCI Godown points, or any other place of despatch until the stocks are unloaded at the storage points of TNCSC. For this purpose, he is required to provide either closed lorries or open lorries in leak proof condition with good tarpaulins. For any stocks found damaged or altered due to inadequate protection in the lorries, it should be made good in kind on proper prior orders or at two times of the economic cost or at two times the ruling open market retail price of the essential commodities shall be recovered from the transport claims / security deposit / or in any other manner. The tenderer shall also be responsible for delivering exact weight of the stocks loaded and acknowledged, into the lorries. For this purpose, the Transport Contractor or his

authorised agent can witness the weighment at the platform scales or weighbridge as the case may be. At the weighing point, a clear acknowledgement shall be obtained on the Truck Memo and it would effect that the weight has been duly witnessed by the Transport contractor or his authorised representative. The Transport Contractor will be held responsible for the stocks found short and it should be made good in kind on proper prior orders or at 2 times of the economic cost or 2 times the ruling open market retail price of the concerned essential commodities shall be recovered from his transport claims / security deposit or any other manner. In the case of breakdown/accident of the vehicles enroute resulting in abnormal delay of the vehicles in reaching the destination godown, the transport contractor should immediately notify the nearest unit of TNCSC. He should also arrange for transshipment of the stocks wherever necessary into other lorries to be arranged by him for that purpose in the presence of an authorised representative of the Senior Regional Manager / Regional Manager. Any spillage or loss or shortage should be made good by the transport contractor in kind or at 2 times of the economic cost or 2 times ruling open market retail price of stocks, on proper prior orders. An interest of 18% pa will be charged on the value of stock not delivered in the 24 hours provided there was no malafide behind the delay. The Senior Regional Manager / Regional Managers should settle the issue themselves for the value upto Rs. 2500 /- at economic rate and to send proposals to Head Office, if the value of loss exceeds this limit. 17. The stocks from FCI Godown should normally be delivered on the same day at

TNCSC Godowns and in any case not later than 24 hours. For delay in delivering beyond the above prescribed hours, a penalty of Rs. 250 /- (Rupees Two hundred and fifty only) per lorry / per day will be charged of an interest of 18% pa on the value of stocks will be collected whichever is higher. The penalty may be waived in case transport contractor is able to satisfy the Senior Regional Manager / Regional Manager that delay in delivery was beyond his control. It is therefore necessary to note the time of delivery in the Truck Memo at FCI 16 Signature of Tenderer

Godown and in acknowledgement at TNCSC Godown. 18. REIMBURSEMENT OF TOLL FEE / OCTROI Toll Fee / Octroi paid by transport contractors to the authorised Government

nominated agencies will be reimbursed along with TC bills on production of original receipt. Any regular incidence of vehicles passing through such Toll gates incurring expenditure shall be reported to Head office and permission obtained both by the Transport Contractor and Senior Regional Manager / Regional Manager. 19. The approved tenderer shall show the Service tax on the transport charge bill

separately. Tamil Nadu Civil Supplies Corporation will deduct the service Tax and remit to Government. 20. DIESEL PRICE VARIATION The rate quoted by the tenderer should be final and any request for revision of rate during the contract period will not be entertained . However, in the event of any increase / decrease in the cost of diesel during the contract period for every 5% increase / decrease the transport rate will be increased / decreased by 1.5% for plain area and 2% for hill area. For this purpose the retail diesel price of Indian Oil Corporation Limited as on 18.05.2011 at Chennai City will be taken as the basis for working out the increase / decrease of the diesel price on subsequent dates. For variations in diesel price, less than 5% there will be no consideration for revision in transport charges. The Transport Contractor will be eligible for transport charges due to hike in diesel price from their date of undertaking movement. 21.ARBITRATION In the case of any dispute in the contract including the interpretation of any of the clauses of the tender or the agreement the matter shall be referred by the Corporation / Contractor to an Arbitrator who shall be selected by the party from the panel of the Arbitrators approved by the Board of Directors of TNCSC and communicate the same within 15days from the date of receipt of the letter from the Corporation along with a name of an arbitrator from the panel. If there is no reply from the contractor within 15days, Corporation is at liberty to choose any one of the Arbitrators from the panel of Arbitrators referred to above. The remuneration for the Arbitrator as fixed by the Board and other expenses shall be shared equally by TNCSC and the party to the Arbitration.

The Arbitration shall be held at Head Office of TNCSC, Chennai. The decision of the Arbitrator shall be final and binding on both the parties to the Arbitration. The Arbitrator may with the mutual consent of the parties extend the time for making 17 Signature of Tenderer

the award. Any dispute arising out of the Arbitration award or any civil remedy for non fulfillment of any of the terms and conditions of the tender / agreement shall be subject to the jurisdiction of the Civil Courts at Chennai city only. 22. After the contractor performs and completes the contract duly in all respects and

aspects and claims to have completed the performance of the contract and after due audit of accounts of the particular contract period, Corporation shall refund the Security Deposit to the contractor after deducting the dues if any brought out by the Audit or Regional heads including losses and damages which the corporation may have to incur and is entitled to recover from the contractor. 23. In the event of bifurcation of region, during the contract period the transport contractor

appointed for the composite region shall be liable to act as transport contractor for the bifurcated Regions also, at the rates already approved.

18

Signature of Tenderer

ANNEXURE I

LIST OF FCI DEPOTS NOW FUNCTIONING S.NO 1 2 Name of the District Chennai Coimbatore Place of F.C.I.Depots F.S.D, Egmore & F.S.D, Avadi F.S.D, Coimbatore, Peelamedu & TNWC, Mettupalayam 3 4 Cuddalore Dharmapuri F.S.D, T.V.koil & F.S.D, S.koil TNWC Dharmapuri, F.S.D, Salem & F.S.D, Coimbatore 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Dindigul Erode Kanyakumari Madurai Nagapattinam Puducherry Ramanathapuram Salem Thanjavur Tirunelveli Tiruvallur Trichy Tuticorin Vellore Villupuram Virudhunagar TNWC, Dindigul CWC, Moolapalayam & F.S.D, Coimbatore CWC, Nagarcoil CWC, Madurai & TNWC, Thirumangalam F.S.D, Sembanarkoil & CWC Thanjavur F.S.D,Tiruvandaiyar Koil, Karaikkal & Puducherry F.S.D, Ramnad (to be operated after completion of B.G. conversion by Railway). F.S.D, Salem CWC, Thanjavur & TNWC, Thanjavur TNWC, Tirunelveli, TNWC, Palayamkottai & F.S.D, Tuticorin F.S.D, Avadi & F.S.D, Egmore CWC, Trichy & TNWC, Trichy M.G.Complex, Tuticorin F.S.D, Sevoor and Arakonam TNWC, Chinnasalem & F.S.D, T.V.koil CWC, Virudhunagar

19

Signature of Tenderer

ANNEXURE - II Name of the Bank ( under Bank Letter pad) Branch Phone No. Date TO WHOM SO EVER IT MAY CONCERN

This is to certify that in the best of our knowledge and information M/s., is having very good association with us and one of our valuable customer. Their credit worthiness is more than Rs..lakhs. This certificate is issued without any binding / responsibility on the part of our Bank and any of its Officials.

Bank Seal

Authorized Signature ( Bank Manager)

20

Signature of Tenderer

A N N E X U R E - III

ANNUAL TURN OVER STATEMENT

THE ANNUAL TURNOVER OF M/s . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . FOR THE PAST THREE YEARS IN RESPECT OF TRANSPORT OF ESSENTIAL COMMODITIES ARE GIVEN BELOW AND CERTIFIED THAT THE STATEMENT IS TRUE AND CORRECT.

SL.NO. 1 2 3

YEAR 2007-2008 2008-2009 2009-2010

TURN OVER IN CRORES (RS.)

TOTAL RS.. . . . . . . . . . . . . . CRORES AVERAGE TURNOVER PER ANNUM RS.. . . . . . . . CRORES DATE: SEAL:

SIGNATURE OF THE TENDERER

SIGNATURE OF AUDITOR

NOTE : - THE ANNUAL AVERAGE TURNOVER SHOULD BE NOT LESS THAN RS. 1 CRORE

CHARTERED ACCOUNTANT NAME IN CAPITAL. WITH SEAL.

21

Signature of Tenderer

ANNEXURE-IV

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT


TO THE SENIOR REGIONAL MANAGER / REGIONAL MANAGER TAMILNADU CIVIL SUPPLIES CORPORATION,

.Region
Dear Sirs, Guarantee No. Amount of Guarantee Rs. dt.

Guarantee Cover from 01.07.2011 to 30.06.2012 Last Date of lodgement of Claim 30.09.2012
In consideration of Tamilnadu Civil Supplies Corporation, (hereinafter referred to as the Corporation which expression shall unless repugnant to the context or meaning thereof, include its successors and assigns) having awarded to .. (hereinafter referred to as the Contractor, which expression shall, unless repugnant to the context or meaning thereof, include its successors and assigns) a contract for providing transportation services for transportation of essential commodities from FCI depots (including Exwagon delivery given by FCI) to TNCSC storage points in ________________ Region and the supplier having agreed to provide a Bank Guarantee for Rs._________________ /(Rupees __________________________________ only) for the satisfactory execution of the contract. We, ______________________ (Name of Bank), (hereinafter referred to as the Bank, which expression shall unless repugnant to the context or manning thereof include its successors and assigns) hereby irrevocably Guarantee and undertake to pay you without demur or delay on your first written demand an amount Rs.______________ /- (Rupees ________________________ only) provided you confirm to us at the same time in writing that the contractor has not fulfilled all or any of his contractual obligations as stipulated in the contract. This Guarantee shall expire on 30.06.2012 unless the the Corporation

discharges the Guarantee earlier. Unless a demand or claim under this Guarantee is made on the Bank in writing within a period three months of the above said date, we shall be discharged from all liability under this Guarantee on 30.09.2012. This Guarantee shall be construed and take effects according to Indian law and must be returned to us for cancellation after expiry of its validity.

Signature of Branch Manager 22 Signature of Tenderer

ANNEXURE - V

CERTIFICATE

Certified that . . . . . . . . . . . . . . . . . . . .

/ the firm / Company / Partnership or any

other Firm / Company in which the tenderer is a Partner / Shareholder had not been black listed either by T.N.C.S.C. earlier or any other Government undertaking offices.

23

Signature of Tenderer

Annexure VI

CERTIFICATE

This is to certify that Thiru / Tmt. / M/s. . . . . . . . . . . . . . . . . . . . . who is / are participating in the tender for the Transportation of commodities under FCI / NON FCI / PTMGRNMP contractors is / are not Hulling Agent of this Corporation in . . . . . . . . . . . . . . . Region.

Signature of the SRM / RM

24

Signature of Tenderer

ANNEXURE - VII
SL. NO NAME OF THE REGION FOR WHICH TENDER IS CALLED FOR DATE & TIME UPTO WHICH TENDER FORMS WILL BE SOLD IN THE REGION CONCERNED DATE & TIME UPTO WHICH TENDER FORMS WILL BE RECEIVED AT TNCSC HEAD OFFICE DATE AND TIME AT WHICH TENDERS WILL BE OPENED AT TNCSC HEAD OFFICE

1
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33

2
Chennai (North) Chennai (South) Thiruvallur (except FCI) Krishnagiri (except FCI) Kancheepuram

3
18.5.2011 A.N 4.00 P.M F.C.I

4
19.5.2011 F.N 11.00 A.M F.C.I

5
19.05.2011 12.00 Noon Non FCI 23.5.2011 F.N 11.00 A.M F.C.I Non FCI 23.05.2011 12.00 Noon

Non FCI 20. 5.2011 A.N 4.00 P.M F.C.I

Tiruvannamalai Non FCI Vellore Villupuram F.C.I Cuddalore 23.5.2011 Trichy A.N Ariyalur 4.00 P.M Non FCI Perambalur Salem F.C.I 24.5.2011 A.N Dharmapuri 4.00 P.M Non FCI Erode 25.5.2011 Coimbatore F.C.I A.N Thiruppur 4.00 P.M Non FCI Nilgiris 26.5.2011 Namakkal F.C.I A.N Dindigul 4.00 P.M Non FCI Madurai 27.5.2011 Sivagangai F.C.I A.N Ramanathapuram 4.00 P.M Non FCI Theni 30.5.2011 Virudunagar F.C.I A.N Tirunelveli 4.00 P.M Non FCI Tuticorin Kanyakumari F.C.I 31.5.2011 A.N Karur 4.00 P.M Non FCI Pudukottai 01.06.2011 Thanjavur F.C.I A.N Thiruvarur 4.00 P.M Non FCI Nagapattinam FCI : Food Corporation of India NFCI : Non Food Corporation of India

24.5.2011 F.N 11.00 A.M 25.5.2011 F.N 11.00 A.M 26.5.2011 F.N 11.00 A.M 27.5.2011 F.N 11.00 A.M 30.5.2011 F.N 11.00 A.M 31.5.2011 F.N 11.00 A.M 01.6.2011 F.N 11.00 A.M 02.06.2011 F.N 11.00 A.M

F.C.I Non FCI F.C.I Non FCI F.C.I Non FCI F.C.I Non FCI F.C.I Non FCI F.C.I Non FCI F.C.I Non FCI F.C.I Non FCI

24.05.2011 12.00 Noon

25.05.2011 12.00 Noon 26.05.2011 12.00 Noon 27.05.2011 12.00 Noon 30.05.2011 12.00 Noon 31.05.2011 12.00 Noon 01.06.2011 12.00 Noon 02.06.2011 12.00 Noon

25

Signature of Tenderer

Part II PRICE BID Name of the Region ______________________ RATE SCHEDULE FCI MOVEMENT
The rate per metric tonne should be quoted on the slab basis as below:S.No Distance Slab in KMs 0-5 6 - 10 11 - 20 21 - 40 41 - 60 61 - 80 81 - 100 101 - 120 121 - 160 161 - 200 201 - 250 251 - 300 301 - 350 351 - 400 401 - 450 451 - 500 + + + + + + + + + + + + + + + Rate per MT Rs.P Flat rate for every 1 KM exceeding 5 KMs for every 1 KM exceeding 10 KMs for every 1 KM exceeding 20 KMs for every 1 KM exceeding 40 KMs for every 1 KM exceeding 60 KMs for every 1 KM exceeding 80 KMs for every1 Km exceeding 100 Kms for every1 Km exceeding 120 Kms for every1 Km exceeding 160 Kms for every1 Km exceeding 200 Kms for every1 Km exceeding 250 Kms for every1 Km exceeding 300 Kms for every1 Km exceeding 350 Kms for every 1 Km exceeding 400 Kms for every 1 Km exceeding 450 K.Ms

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

For Hill + per KM / per MT Track The lumpsum to be noted in the slab 6 - 10 K.Ms. will be the flat rate quoted for

distance upto 5 K.Ms. and for the other slabs the lumpsum to be noted will be the aggregate amount arrived upto previous slab. If the slab rate is not aggregated, the tender will be summarily rejected. 26 Signature of Tenderer

Anda mungkin juga menyukai