23
Tender Enquiry No. HRPU/NFC/T&C/1479 Page 1 of 23 REF:HRPU/NFC/PT/T&C/1479 Important Note Tender Fee : ` 700 in the form of Banker’s Cheque or Demand Draft Drawn in favour of ‘P&AO, NFC’ payable at Hyderabad Earnest Money Deposit : ` 4,81,878/- in the form of Banker’s Cheque or Demand Draft drawn in favour of ‘P&AO, NFC’ payable at Hyderabad Representative desirous of participating in Tender Opening must bring Company’s authorization letter. Bidders may purchase the tender documents from ‘P&AO, NFC’ by sending a formal request in writing to “Pay & Accounts Officer, Nuclear Fuel Complex, Aadhar Building, ECIL Post, Hyderabad 500062” along with the Tender Fee, or download the documents from web site http://www.nfc.gov.in/nfc-tenders.html and submit the sealed tender along with the Tender Fee. EXEMPTION Tender Fee is exempted for bidders having valid registration with NSIC (National Small Industries Corporation Ltd) ,MSME(SERVICES) and foreign bidders or their authorised Indian agents desirous of quoting in foreign currency (Authorised Indian agents of foreign suppliers quoting in Rupee is not entitled for exemption from paying Tender Fee) subject to producing a copy of such registration certificate along with the quotation. Tender Fee is mandatory for all bidders other than the above, irrespective of their registration with any other government/semi government/quasi government bodies including DPS(Directorate of Purchase & Stores, Department of Atomic Energy) . EARNEST MONEY DEPOSIT: 1. EMD where called for will have to be submitted by the participating bidder in the form and manner specified in the NIT so as to reach the purchaser at the address mentioned in the NIT on or before the due date and time mentioned in the NIT. 2. Non receipt of EMD as per Clause no. 1 above, will result in rejection of bid without any reference to the bidder, except in cases given under Clause no. 3 below. 3. The following categories of bidders are exempted from submission of EMD: 3.1. Bidders having valid registration with Directorate of Purchase and Stores, Department of Atomic Energy; 3.2. Micro and Small Enterprises having valid registration with MSME or NSIC or Udyog Aadhaar in respect of procurement of goods and services, produced and provided by MSE and startups recognized by Department of Industrial Policy &

REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 1 of 23

REF:HRPU/NFC/PT/T&C/1479

Important Note

Tender Fee : ` 700 in the form of Banker’s Cheque or Demand Draft

Drawn in favour of ‘P&AO, NFC’ payable at Hyderabad Earnest Money

Deposit : ` 4,81,878/- in the form of Banker’s Cheque or Demand

Draft drawn in favour of ‘P&AO, NFC’ payable at Hyderabad

Representative desirous of participating in Tender Opening must bring

Company’s authorization letter.

Bidders may purchase the tender documents from ‘P&AO, NFC’ by

sending a formal request in writing to “Pay & Accounts Officer, Nuclear

Fuel Complex, Aadhar Building, ECIL Post, Hyderabad 500062” along

with the Tender Fee, or download the documents from web site http://www.nfc.gov.in/nfc-tenders.html and submit the sealed tender

along with the Tender Fee.

EXEMPTION

Tender Fee is exempted for bidders having valid registration with NSIC

(National Small Industries Corporation Ltd) ,MSME(SERVICES) and foreign bidders or their authorised Indian agents desirous of quoting in

foreign currency (Authorised Indian agents of foreign suppliers quoting

in Rupee is not entitled for exemption from paying Tender Fee) subject to

producing a copy of such registration certificate along with the quotation. Tender Fee is mandatory for all bidders other than the above,

irrespective of their registration with any other government/semi

government/quasi government bodies including DPS(Directorate of

Purchase & Stores, Department of Atomic Energy) . EARNEST MONEY DEPOSIT: 1. EMD where called for will have to be submitted by the participating bidder in the form and manner specified in the NIT so as to reach the purchaser at the address mentioned in the NIT on or before the due date and time mentioned in the NIT. 2. Non receipt of EMD as per Clause no. 1 above, will result in rejection of bid without any reference to the bidder, except in cases given under Clause no. 3 below. 3. The following categories of bidders are exempted from submission of EMD: 3.1. Bidders having valid registration with Directorate of Purchase and Stores, Department of Atomic Energy; 3.2. Micro and Small Enterprises having valid registration with MSME or NSIC or Udyog Aadhaar in respect of procurement of goods and services, produced and provided by MSE and startups recognized by Department of Industrial Policy &

Page 2: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 2 of 23

Promotion (DIPP) are eligible for exemption according to government policies. 3.3. Foreign Bidder directly submitting bid (not through their Indian Agent or Indian Counterpart or Indian subsidy) in the currency other than INR. 4. Forfeiture of EMD 4.1. EMD shall be forfeited if the bidder withdraws or amends impairs or derogates from the tender in any respect within the validity of his bid. 4.2. If the successful bidder fails to furnish the required Security Deposit, the EMD furnished shall be forfeited. 5. REFUND OF EMD 5.1. EMD of unsuccessful bidders will be returned within thirty days after finalisation of the tender or after expiry of validity of their bid, whichever is later. 5.2. EMD of successful bidders will be returned within thirty days of submission of security deposit as called for in the contract.

Page 3: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 3 of 23

GOVERNMENT OF INDIA

DEPARTMENT OF ATOMIC ENERGY

DIRECTORATE OF PURCHASE & STORES

HYDERABAD REGIONAL PURCHASE UNIT

Telephone : 040-27123505,27184159 Nuclear Fuel Complex,

Fax : 040-27125562 ECIL Post,

e.mail : [email protected] Hyderabad - 500 062.

Tender No. HRPU/NFC/PT/T&C/1479 Dt. 03/06/2020

Last date for sale of Tender Set :

30/06/2020 by 11:00 Hrs.

Last date & time of receipt of tenders:

30/06/2020 at 14:00 Hrs.

Date & time for Opening of tenders :

30/06/2020 at 15:00 Hrs.

To

M/s. _____________________________

_________________________________

_________________________________

Dear Sir,

Sub: Invitation to tender for entering into Contract for Collection of Strategic Material packed in Metal/Wooden Boxes/M.S. Drums etc and Safe Transportation & Delivery to different destinations as per annexures- Reg.

*****

On behalf of the President of India the Regional Director, Department of Atomic Energy, Directorate of Purchase & Stores, Hyderabad Regional Purchase Unit, Nuclear Fuel Complex, ECIL Post, Hyderabad – 500 062, (herein after referred to as the "(Government)" invites tenders for appointment as "Contractor" for the job as detailed in Annexure "E". The terms and conditions governing the tender are as given in the Annexure.

The following instructions may also be carefully noted:

1) Information about tenders: The tenderer must furnish full and accurate details in respect of information called for in this invitation to tender and annexure attached thereto. The tenderers should submit quotations only according to the annexure attached to this tender and if, for any reason, any deviation is made in observing this stipulation, such deviation should be brought to the notice of the Government specifically, failing which his quotation is liable to be ignored. The tender set is forwarded herewith, with annexure "A" to "E". The tenderer should fill in their firm rates for different items as given in annexure "E" attached after carefully considering the services and responsibilities involved.

Page 4: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 4 of 23

2) Signing of Tenders: Persons signing the tender should state in what capacity they are signing the tender, i.e., as a sole proprietor of a firm or a secretary, Manager, Director, etc., of a private or public company. In the case of partnership firms, the names of all the partners should be disclosed and the tender should be signed by all the partners. The original or an attested copy of the partnership deed may be required to be provided before acceptance of the tender. In case of limited company, the names of the Directors be mentioned and it should be certified that the person signing the tender is empowered to do so on behalf of the company. 3) Delivery of tender: Tenders should be submitted in sealed envelope duly super scribed with the tender number and due date of opening. Tenders should be delivered at the Directorate of Purchase & Stores, Hyderabad Regional Purchase Unit, NFC, ECIL Post, Hyderabad - 50 062 on or before the stipulated due date by 2.00 P.M. The Government reserves the right to ignore any tender which fails to comply with the above instructions. 4) Last hour for receipt of tender: (a) Your tender must reach this office not later than 2.00 P.M. on the due date of the tender i.e. the tender forwarded personally should be dropped in the tender box kept at Ground floor of AADHAR BUILDING of this office not later than the due date and time. (b) In case the scheduled day of due date and tender opening date happens to be a holiday for Hyderabad Regional Purchase Unit for any reasons the immediate following working day shall be treated as the due date and the time of receipt and opening of tenders. 5) Period for which the offer will remain open: (a) Firms tendering should note that it is desired that their offers should remain open for acceptance for 120 days. (b) Quotations qualified by vague and indefinite expressions such as "subject to immediate acceptance" etc., will not be considered. 6. Acceptance of Tender: The Government does not pledge itself to accept the lowest or any tender and reserve the right of accepting the whole or any part of the tender. The Government can reject the whole or any part of the tender without assigning any reason there of. Right to conclude a parallel contract is also reserved. Late tenders will not be considered. The Government reserves the right to ignore any tender which fails to comply with the above instructions.

Page 5: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 5 of 23

ANNEXURE – “A”

Tender no. HRPU/NFC/T&C/1479

To The Regional Director, P&S Directorate of Purchase & Stores, Department of Atomic Energy, Nuclear Fuel Complex, Ist Floor, Aadhar Building, ECIL Post, Hyderabad – 500 062.

Dear Sirs,

I/We submit this sealed tender for entering into Contract for Collection of Strategic Material packed in Metal/Wooden Boxes/M.S. Drums etc and Safe Transportation & delivery to different destinations as per annexures. I/We have thoroughly examined the terms and conditions including ‘Instructions to Tenderers’ given in the invitation to Tender and its annexure, schedule and agree to abide by them. The rates at which I/We offer to carry out the contractual obligations are as stated in the annexure attached herewith and it is confirmed that no other charges would be payable to me/us. You will be at liberty to accept any part of the jobs detailed in the annexure and I/We, not withstanding that the offer in this tender has not been accepted in whole shall be bound to carry out such item or items of stores as may be specified in the acceptance of tender communicating the acceptance.

I/We agree to hold the offer valid for 120 days from the opening of the tender and shall be bound by communication of acceptance dispatched within this time. I/We further undertake that this offer shall not be retracted or withdrawn by me/us after the opening of the tender.

The following papers have been added to form part of the Tender. a) b) c)

Yours faithfully,

STAMP & SIGNATURE OF THE TENDERER WITH STATUS (State the capacity in which the signatory is signing)

भभभभ भभभभभ

भभभभभभ भभभभभ भभभभभ

भभभभ भभभ भभभभभ भभभभभभभभ

भभभभभभभभ भभभभभभभभभ भभभभ

भभभ

Government of India Department of Atomic Energy

Directorate of Purchase & Stores

Hyderabad Regional Purchase Unit

भभभभभभ, भभभभभ भभभभभभभ, भभभभभभभभ NFC,P.O. ECIL, Hyderabad 500 062 भभभ Phone 27184159, ,27123505

भभभभभ Fax 27121362 Email: [email protected]

Page 6: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 6 of 23

WITNESS (1) WITNESS (2) SIGNATURE : ____________________ ____________________ NAME IN CAPITAL: ____________________ ____________________ ____________________ ____________________ FULL ADDRESS : ____________________ __________________________ ____________________ ____________________ ____________________ ____________________ ____________________ ____________________ PLACE : DATED :

Page 7: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 7 of 23

A N N E X U R E - B

INFORMATION TO BE FURNISHED BY TENDERER 1. Name & address of the tenderer and his contact number/address. 2. Constitution of the tenderer (it should be stated whether their firm is a proprietary concern, partnership firm or a limited company and names of all partners/Directors etc., should be given. The date of establishment should be indicated. It should also be certified that there are no undisclosed partners. In case of limited companies, the authorised and paid up capital should be furnished. 3. Business in which the tenderer is employed. (The nature of all business in which the tenderer is engaged should be stated to get her with address and particulars of head office & branches, if any.) 4. Experience of working. Full particulars should be given. If the tenderer has worked as a contractor of the Central Government and State Government or State and/or Private companies, the period for which the work has been done should be clearly indicated. Certificates to support the statement may be attached. 5. Tenderer's Banks: (The names of the bank or banks and branch or branches) with which the tenderer has dealings and who can certify the tenderer's financial status, should be given. The tenderer should arrange for confidential report to be sent at least from one of their Bankers direct to the Regional Director, Directorate of Purchase & Stores, Department of Atomic Energy, so as to reach him before the date fixed for the opening of the tenders,

भभभभ भभभभभ

भभभभभभ भभभभभ भभभभभ

भभभभ भभभ भभभभभ भभभभभभभभ

भभभभभभभभ भभभभभभभभभ भभभभ

भभभ

Government of India Department of Atomic Energy

Directorate of Purchase & Stores

Hyderabad Regional Purchase Unit

भभभभभभ, भभभभभ भभभभभभभ, भभभभभभभभ NFC,P.O. ECIL, Hyderabad 500 062 भभभ Phone 27184159, ,27123505

भभभभभ Fax 27121362 Email: [email protected]

Page 8: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 8 of 23

giving reference to this tender). 6. Location of Depot and thereof. 7. Details of Lorries/Trailor/Tankers/ exclusively owned by them indicating the full name in which registered. (The tenderers must clearly mention whether they are fleet owners and if so, the number of Lorries/Trailor or Tankers owned and their tonnage etc., should be furnished . Sufficient proof of these details should be furnished if called for. 8. Number of operatives employed: --------------------------------------------------------------------------------------------------------- Prime movers/Trailor Place where Carrying Yr. of In whose name Sl.No. /Closed body trucks Registered. capacity mfg. Registered. Reg. Nos. ---------------------------------------------------------------------------------------------------------

Date : Witness:

Signature of the Tenderer with Status (State the capacity in which the

signatory is signing).

Address:

Contact No.

Page 9: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 9 of 23

A N N E X U R E - "C"

GENERAL TERMS AND CONDITIONS 1. Definitions:

1.1 The terms "GOVERNMENT" shall mean the President of India or his successors or assigns and will include any officer in the Department of Atomic Energy authorised to execute contracts on behalf of the President of India.

1.2 The terms "DIRECTOR" shall mean the Director of Directorate of Purchase & Stores, Department of Atomic Energy for the item being in the administrative charge of the Directorate of Purchase and Stores and includes Regional Director, Purchase Officer, Stores Officer, Assistant Purchase Officer and Assistant Stores Officer of the Directorate of Purchase and Stores or any other officer authorised for the time being to execute contracts on behalf of the President of India.

1.3 The term "REGIONAL DIRECTOR" shall mean the Regional Director of Purchase & Stores for the time being in the administrative charge of the Hyderabad Regional Purchase & Stores Unit of the Directorate of Purchase & Stores.

1.4 The term "CONTRACTOR" shall mean the person, firm or company with whom or with which the contract for transportation has been concluded and shall be deemed to include the contractor's successors (approved by the Government) representative, heirs, executors and administrators unless excluded by the contract.

1.5 The term "CONTRACT" shall mean, the communication signed on behalf of the President of India by an officer duly authorised intimating the acceptance on behalf of the President of India and the terms and conditions referred to in the said communication accepting the tender or offer of the contractor for transportation.

1.6 The term "CONSIGNOR" shall mean the person/persons from whom the Stores are collected for transportation.

1.7 The term "CONSIGNEE" shall mean the person/persons to whom the Stores will be delivered at the destination.

1.8 The term "STORES" shall mean all types of Stores entrusted to the contractor for transportation.

2. Period of Contract:

The proposed contract shall commence from the date of its issue and will remain in force for a period of TWO Years.

भभभभ भभभभभ

भभभभभभ भभभभभ भभभभभ

भभभभ भभभ भभभभभ भभभभभभभभ

भभभभभभभभ भभभभभभभभभ भभभभ

भभभ

Government of India Department of Atomic Energy

Directorate of Purchase & Stores

Hyderabad Regional Purchase Unit

भभभभभभ, भभभभभ भभभभभभभ, भभभभभभभभ NFC,P.O. ECIL, Hyderabad 500 062 भभभ Phone 27184159, ,27123505

भभभभभ Fax 27121362 Email: [email protected]

Page 10: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 10 of 23

3. Right to enter into parallel contract:

The Government reserves the right to enter into a parallel contract with any other persons during the currency of the proposed contract. The right of appointing any other contractors for services referred to in the schedule/contract to meet any emergency if the Regional Director, Hyderabad Regional Purchase & Stores Unit, Directorate of Purchase & Stores, Department of Atomic Energy, Nuclear Fuel Complex, ECIL Post, Hyderabad - 500 062 hereinafter called the "Regional Director (P&S)" (whose decision shall be final) is satisfied that the successful tenderer is not/would not be in a position to render the specified services within the period in which the special services are so required, is also reserved.

4. Right to Terminate the Contract:

In the event of breach of any of the terms and conditions of the proposed contract, the Regional Director, (without prejudice to other rights and remedies on behalf of the Government) shall have the right to terminate the proposed contract forthwith and/or to forfeit the entire or part of the amount of the Security Deposit towards the realisation of any sum due for any damages, losses, expenses or costs that may be suffered or incurred by the Government due to the successful tenderer’s negligence or unworkman like performance of any service under the proposed contract. The decision of the Regional Director, or his nominee in respect of such damage, losses, charges, costs or expenses shall be final and binding on the successful tenderer.

5. Earnest Money Deposit:- The tenderer EXCEPT THOSE HAVING VALID REGISTRATION WITH NSIC or DPS or MSME(SERVICES) shall submit alongwith the tender EMD of Rs. 4,81,878/- in the form of Demand Draft or Bankers Cheque from any Nationalised/Scheduled Banks drawn in favour of Pay & Accounts Officer, NFC, Hyderabad. Any offer not accompanied with the EMD shall be rejected summarily as non-responsive. The EMD of the unsuccessful bidders shall be returned within 30 days of the end of the bid validity period. The same shall be forfeited if the tenderers withdraw their offer after the tender opening during the bid validity period. The Government shall not be liable for payment of any interest on EMD or any depreciation thereof. A copy of valid NSIC or DPS or MSME(SERVICES) registration certificate if any should accompany your offer for availing exemption from submission of EMD.

6. Security Deposit and its forfeiture:

6.1 Successful tenderer shall furnish a security deposit of 10% value of the contract by way of Bank Guarantee or by a crossed demand draft, drawn on any Scheduled bank/Nationalised bank, in favour of the Accounts Officer, Nuclear Fuel Complex, Department of Atomic Energy on behalf of the Government for due performance of the contract. In case the successful tenderer fails to furnish the Security Deposit within the stipulated period, the Regional Director, on behalf of the Government shall have the right to conclude contract with other tenderers and recover the extra expenditure the Government may have to incur during the currency of the proposed contract. The Earnest Money Deposit shall also stand forfeited.

6.2 The Security Deposit as at para 6.1 above is liable to be forfeited or appropriated towards any loss that may sustain by the Government as a result of breach of any of the

Page 11: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 11 of 23

terms and conditions referred to herein. The security deposit will be returned on due and satisfactory performance of the work and on completion of all obligation by the successful tenderer under the terms of the proposed contract.

6.3 The Government will not be liable for payment of any interest on the Security Deposit or any depreciation thereof.

6.4 In the event of breach of any of the terms and conditions of the proposed contract, the Regional Director, (without prejudice to other rights and remedies on behalf of the

Government) shall have the right to terminate the proposed contract forthwith and/or to forfeit the entire or part of the amount of the Security Deposit towards the realisation of any sum due for any damages, losses, expenses or costs that may be suffered or incurred by the Government due to the successful tenderer's negligence or unworkman like performance of any service under the proposed contract. The decision of the Regional Director, or his nominee in respect of such damage, losses, charges, costs or expenses shall be final and binding on the successful tenderer.

6.5 In the event of the Security Deposit being insufficient or if the Security Deposit has been wholly forfeited, the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at anytime thereafter may become due to the successful tenderer under the proposed or any other contract with the Government. Should this sum also be not sufficient to cover the full amount recoverable, the successful tenderer shall pay to the Government on mere demand the remaining sums due.

6.6 The Security Deposit or such part thereof has not been used as aforesaid, shall be refunded on satisfactory completion of the proposed contract by the successful tenderer, on his written request.

5.7 Whenever the Security Deposit falls short of the specified amount the successful tenderer shall make good the deficit so that the total amount shall not any time be less than the specified amount.

7. Subletting of the Contract: The successful tenderer shall not sublet, transfer or assign the proposed contract or any part thereof, without the previous written approval of the Regional Director.

8. Summary Termination:

In the event of the successful tenderer going into liquidation or winding up their business or making arrangements with their creditors or failing to observe any of the provisions of the proposed contract, the Regional Director, on behalf of the Government, shall have the right to terminate the proposed contract forthwith in addition to and without prejudice to any other rights or remedies. The Regional Director, will also be entitled to claim from the successful tenderer any cost or expense or losses that the Directorate of Purchase & Stores, Hyderabad Regional Purchase & Stores Unit, ECIL Post, Hyderabad - 500 062 may incur by reasons of the breach of the proposed contract or part of the proposed contract.

9. Arbitration:

Page 12: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 12 of 23

All disputes and difference arising out or in anyway touching or concerning the contract whatsoever (except as to any matters the decision of which is specially provided for by these conditions) shall be referred to the sole arbitration of the Director, Directorate of Purchase & Stores, Department of Atomic Energy or to the sole arbitration of such other person as is nominated by the said Director. It will be no objection that the arbitrator is an officer of the Directorate of Purchase & Stores or that he has to deal with the matters to which this agreement relates and that in the course of his duties as Directorate of Purchase & Stores servant, he had expressed view of all or any of the matters in dispute or difference. The award of the Director or the arbitrator appointed by him shall be final and binding on both the parties to this agreement.

It is a term of the contract that in the event of the Director, Directorate of Purchase & Stores, Department of Atomic Energy to whom the matter originally referred to being transferred or vacating his office for any other reasons, his successor in office shall be deemed to have been appointed as the sole arbitrator in accordance with the terms of the contract. He shall be entitled to proceed with reference from the stage at which it was left by his predecessor and the provisions of this clause shall apply. In the event of the Director, Directorate of Purchase & Stores, Department of Atomic Energy or the person nominated by him as an Arbitrator being removed by an order of court, the reference shall stand exhausted.

The arbitrator may, with the consent of the parties to the dispute enlarge time to publish the award. To such arbitration proceedings the provisions of Indian Arbitration and Conciliation Act, 1996 as amended from time to time shall apply.

10. Liquidated Damages:

10.1 The vehicles shall report to Stores Officer/Asst. Stores Officer within specified time as called for by the Regional Director, or any other officer acting on his behalf, the vehicles should reach with consignments to the destination within specified period, failing which 0.5% per day shall be levied as per the DPS standard terms & conditions.

10.2 When the scheduled day of delivery falls on holiday(s) for the consignee, 9.00 a.m. on the immediately following working day shall be treated as the scheduled time of delivery.

10.3 However this clause shall not prejudice the right of the Regional Director or the remedies in the opinion of the Regional Director, as deemed fit may be taken against the successful tenderer.

10.4 Non delivery of material beyond fifteen days after collection will entail forfeiture of security deposit, apart from the cost of stores being recovered in full in addition to the other remedies.

11. Jurisdiction of Law Governing the proposed Contract:

The courts within the local limits of whose jurisdiction the place from which the proposed contract issued, is situated only shall apply subject to clause (8) hereof have jurisdiction to deal with the decide any matter arising out of the proposed contract. The proposed contract shall be governed by the Law of India for the time being in force.

A N N E X U R E 'D'

Page 13: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 13 of 23

Special terms and conditions

1) Scope/Volume of Work:

As per annexure 'E'.

2) Working Hours:

The contractor shall be responsible for performance of all or any of the services detailed

in and arising out of this contract also at night if called for without any additional

remuneration wherever so required by the Regional Director or any other officer

authorised on his behalf.

3) Submission of bills:

Bills for transportation will be submitted by the Successful tenderer in a manner prescribed from time to time by Regional Director(P&S) or any other officer acting on his behalf.

4) Payment:

Payment will be arranged within 30 days from the date of submission of the bill in triplicate together with a certificate obtainable from the consignee for having received the consignment in good condition.

ANNEXURE - III

भभभभ भभभभभ

भभभभभभ भभभभभ भभभभभ

भभभभ भभभ भभभभभ भभभभभभभभ

भभभभभभभभ भभभभभभभभभ भभभभ

भभभ

Government of India

Department of Atomic Energy

Directorate of Purchase & Stores

Hyderabad Regional Purchase Unit

भभभभभभ, भभभभभ भभभभभभभ, भभभभभभभभ NFC,P.O. ECIL, Hyderabad 500 062 भभभ Phone 27184159, ,27123505

भभभभभ Fax 27121362 Email:[email protected]

Page 14: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 14 of 23

ADDITIONAL TERMS AND CONDITIONS

As the material to be transported is of strategic nature, special conditions detailed below will

specifically apply for the transportation job.

1. The successful contractor shall be fully responsible to ensure smooth and safe transportation of the consignment from the time it is loaded and till it is safely delivered to the authorities of the concerned destination. Being a Strategic material, the contractor shall ensure that all precautions that are necessary for safe handling and transportation be taken.

2. As the Prime movers with containers/Closed body trucks are required to be absolutely road worthy, those in excellent condition only are required to be placed, so that trouble free running of Prime Movers is ensured en-route. The vehicles provided should not be more than 4 years old. While reporting at NFC, the contractor should ensure that all the relevant documents pertaining to vehicle and driver deployed, including a valid driving license of the driver, RC book, insurance policy, test certificate of the prime mover, pollution certificate etc. shall be provided for scrutiny by CISF..

3. The successful contractor shall produce a fitness certificate for Prime movers with containers/Closed body trucks whenever they are sent to NFC for loading and shipment. The fitness of the vehicles placed will be verified by our authorised engineer of NFC. After the inspection, in case the Prime Movers with Containers/Closed body trucks placed for lifting the consignment is found to be not suitable, they should be replaced with good Prime Movers with Containers/Closed body trucks immediately failing which alternative arrangement will be made for transportation of the consignment at the risk and cost of transport contractor and extra expenditure if any incurred by the Department will be recovered from the contractor. Since time is the essence of this contract, the contractors should ensure prompt placement of good and road worthy Prime Movers/with container/Closed body trucks of the required specification as intimated by Stores Officer or his authorised nominee.

4. The Prime Movers with Containers/Closed body trucks detailed for transportation should be placed under CISF at least 24 hours in advance for carrying out anti-sabotage check. After completion of the anti-sabotage checks, the vehicles would be closely guarded by CISF till it leaves the NFC site duly escorted by the CISF.

5. The Contractor shall provide experienced and good drivers whose record has been accident free and whose performance can be relied upon in avoiding accidents and for safe transportation of valuable consignments and ensure that drivers of Prime Movers with Containers/Closed body trucks should scrupulously follow the instructions of the security personnel in the pilot vehicle during the transportation up to the point of delivery as regards the safety of the material/Fuel Bundles on its way to its respective destinations.

6. The Drivers of Prime Movers with Containers/Closed body trucks should possess heavy vehicle license and Prime Movers with Containers/Closed body trucks should have valid registration and National Permit. Drivers should possess sound health, which shall be supported with documentation in the form of a valid fitness certificate issued by a qualified MBBS Doctor. The Contractor shall provide the names & addresses of drivers with certificate about their conduct/antecedents. To the extent practicable, they only are to be deployed for transportation of strategic material shipment. However, in the event of non availability of these short listed drivers, the contractors will have to issue a certificate regarding the conduct and suitability of the new drivers, being deployed for strategic material shipment. To ensure the allotment of drivers as required above, a precise date of shipment will be intimated by the Regional Director or his authorised representative to the contractor in advance. In exceptional cases where this notice / intimation may not be possible, the contractor will have to provide Prime Movers with Containers/Closed body trucks along with drivers at short notice.

7. All the Prime Movers with Containers/Closed body trucks will move in a convoy piloted by Jeep and Armed Escort by Central Industrial Security Force (CISF) and no vehicle will be allowed to move independently. The convoy will move strictly in accordance with the instructions of the convoy in-charge and also with regard to the route in which convoy moves and no guarantee is given to them to run through shortest route only.

Page 15: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 15 of 23

8. Security Escort is arranged in independent vehicles through CISF for all strategic material shipments. In the event of shipment of strategic material through only one vehicle, the escort person is sent along with the vehicle. However, at our option the contractors shall agree to accommodate 2 armed escorts in the front seat of the Prime Movers/closed body trucks.

9. The Contract shall be for a point to point movement with no transshipment. No other consignment will be allowed to be loaded along with the special consignment.

10. Maximum permissible speed limit is 40 KM per hour and convoy will move only during day time. Night running of the Prime Movers with Containers/Closed body trucks after loading the Fuel Bundle Boxes is not permitted. Convoy will have to be parked in the nearest police station enroute after evening. The contractor shall not permit any over speeding of the Prime Movers with Containers/Closed body trucks and jerking of boxes within the containers for reasons of safety.

11. With regard to packing, lacing and rule to be observed on road, decision of the Regional Director or his authorised representative and convoy incharge will be final and binding on the Contractor.

12. The antecedents of the crew deployed on the vehicles and the transport agency must be verified by the police. The successful bidder should submit the police verification certificate of the drivers deployed for transportation of shipment after placement of contract.

13. In case of the vehicle break down during the transportation, the break down should be attended immediately on receipt of the communication of the break down, so that the movement of convoy is not delayed.

14. The quantity/number of trips indicated is only approximate and the department will be at

liberty to change any quantity indicated in the tender.

15. The proposed contract is for a period of two years from the date of issue.

16. Loading and unloading of materials will be carried out by the consignor and consignee only.

17. The successful bidder shall perform the transportation strictly as per the schedule without

any deviation.

18. Taking photographs is prohibited.

19. The successful contractor must ensure that no unauthorized persons are allowed inside the

vehicle.

20. Successful transporter shall comply with the safety norms and general rules and regulations

of the department issued from time to time.

21. The transportation of strategic material shall be on door collection and door delivery basis.

22. Drunk and driving by the driver, while under influence of alcohol is strictly not permissible.

23. The successful tenderer should ensure that the prime mover with container/closed body

trucks must have necessary first aid safety equipments.

24. The contractor shall be responsible for performance of all or any of the services detailed in and arising out of this contract also at night if called for without any additional remuneration wherever so required by the Regional Director or any other officer authorised on his behalf.

25. Duties and responsibilities of the successful tenderer:

Page 16: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 16 of 23

25.1 The successful tenderer shall be completely responsible for the collection of stores from the consignor for safe transportation and delivery to the consignee. 25.2 The number of primer movers mounted with containers/Closed body trucks with particulars of carrying capacity exclusively owned by the tenderers with registration number should be furnished without fail. 25.3 It shall be the responsibility of the successful tenderer to provide sufficient number of prime mover with containers/Closed body trucks in good condition with sufficient nos. of experienced drivers and cleaners. 25.4 In case of any permission is required to be obtained from the Regional Transport Officer, Telangana or any other authority in Telangana or elsewhere in connection with the transportation of the stores, the same will have to be arranged by the successful tenderer without any additional charges to the Government. 25.5 The department shall not be responsible for payment of compensation to the successful tenderer for any injuries/death his servants/agents might suffer during the performance of the contract or for damage to vehicles under any circumstances whatsoever 25.6 The hooks to be provided in the prime mover with containers/Closed body trucks for fastening the individual boxes 25.7 The leak tightness of the roof to be ensured for all prime mover with containers / Closed body trucks. 25.8 The container mounted on the prime mover should be fixed and bolts are to be tightened properly. 25.9 Prime mover with container/ Closed body truck inside body length should be 5.9 mtr minimum.

26. Nature of work required to be performed by the successful tenderer: 26.1 As and when stores are required to be transported during the currency of the proposed contract, Regional Director, or any other officer acting on his behalf will advice the successful tenderer to transport the stores from the specified place and on receipt of advice, the successful tenderer shall arrange to lift the stores for transportation in accordance with the delivery schedule finalised for the purpose. 26.2 After loading the stores in the container as called for the same should reach the destination direct without any transhipment en-route. 26.3 If the successful tenderer fails at any time to render the services under the proposed contract satisfactorily in the opinion of the Regional Director (whose decision shall be final and binding on the Contractor) he may at his option to get the work done by other parties at the successful tenderer's risk and cost. Any extra expenditure involved in this regard shall be recoverable from the successful tenderer and the successful tenderer shall not however, be entitled to any saving on this account. 27. Liabilities of successful tenderer regarding losses, damages etc : 27.1 The successful tenderer shall abide by all the instructions that may be issued from time to time by the Regional Director, or any other officer authorised to act on his behalf. The successful tenderer shall be bound to act with due diligence and shall be responsible to pay due compensation towards any loss/damage that the consignor/consignee might suffer in consequence of the neglect want of skill or misconduct of the successful tenderer or his servants and/or agents.

Page 17: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 17 of 23

27.2 The consignment offered for transportation being very costly, the successful tenderer shall exercise extreme care during transportation and any loss incurred by the Government due to the negligence of the successful tenderer will be recovered from them. 27.3 The successful tenderer shall be responsible for any damage that may be caused to the property of the Government, consignee/consignor, as a result of movement of their prime mover mounted with container/Closed body truck sent by them within the premises of the above places and the successful tenderer shall pay any due compensation claimed by Regional Director or remedies suggested by the said Regional Director as deemed fit & shall be binding on the successful tenderer. 28. The successful contractor shall provide the service record of each vehicle that is provided for the tendered job. 29. Proper greasing to be done for all the grease points before placing the vehicle at NFC. 30. Tyre pressure to be maintained as per norms. 31. The prime movers/Closed body trucks with air suspension is preferable. 32. Acceptance criteria of offer 32.1 Overall lowest, technically suitable offer will be considered for acceptance. 32.2 Contractor should fulfill the norms in all respects. 32.3 Conditional offer will not be accepted for recommendation/placement of contract. NOTE: The bidder in their own interest may visit stores unit (HRSU) NFC, Hyderabad for better understanding of the arrangement of the boxes and their fastening requirements in Prime Movers with Containers / Closed body trucks, with prior permission of Stores Officer/ Asst. Stores Officer, NFC. Ph No: 040-27184406, 4408. E-mail: [email protected], [email protected]

(P. RAGHU KUMAR) Asst. Purchase Officer

Page 18: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 18 of 23

ANNEXURE-E

ANNEXURE TO TENDER NO: HRPU/NFC/LT/T&C/1479 Sl. No.

DESCRIPTION QUANTITY UNIT Rate in

Rupees(`)

No. of

container

trucks/trips

Per container /

Truck

A Collection of Strategic Material packed in

Metal/Wooden Boxes/ M.S. Drums etc. from NFC, Hyderabad and Safe Transportation in

14 MT capacity Prime movers with container

/ closed body truck of the following specification:

1. Length : 32 Feet.

2. Height : 8 Feet.

3. Width : 8 Feet.

With 1¼" thick wooden/metal platform in

good condition & also with provision of

required hooks in the prime mover with container for lashing the boxes, and safe

delivery to the following destinations on as

and when required basis over a period of TWO YEARS.

1) From NFC, Hyderabad to TAPS 3&4/AFFF- TARAPUR.

Approximate No. of days from reporting at NFC to unloading at destination : 5 to 6 days ROUTE:NFC,HYDERABAD-SANGAREDDY-HUMNABAD-UMARGA-SHOLAPUR*-TEMBHURNI-INDAPUR-YAWAT-PUNE*-PANVEL-KOLAMBOLI-

THANE-TAPS SITE. Total distance 900 KM(Approx)

65

Per contain

er /

Truck

2)

From NFC, Hyderabad to KGS-KAIGA Approximate No. of days from reporting at NFC to unloading at destination : 5 to 6 days ROUTE:NFC,-ZAHEERABAD-HUMANABAD-UMARGA-SHOLAPUR*BIJAPUR-BLAGALKOT-ALMATI-KERUR-NAVAGUGGUAND-BUBLI*-KALGHATAGI-YELLAPUR-ANKOLA-KARWAR-KADRA-KGS SITE Total distance 950 KM(Approx)

63

Per

contain

er /

Truck

Page 19: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 19 of 23

3)

NFC, Hyderabad to MAPS/IGCAR -KALPAKKAM. Approximate No. of days from reporting at NFC to

unloading at destination : 5 to 6 days ROUTE:NFC-CHOUTUPPAL-KODAD-NANDIGAM-IBRAHEEMPATNAM-VIJAYWADA*-GUNTUR-CHILAKALURIPETA KAVALI*-ONGOLE-NELLORE-REDHILLS-CHENNAI-MAPS SITE. KALPAKKAM Total distance 925 KM(Approx)

24

Per

contain

er /

Truck

4)

NFC, Hyderabad to KAPS-KAKRAPARA.

Approximate No. of days from reporting at NFC to unloading at destination : 6 to 7 days ROUTE:NFC,HYDERABAD-MEDCHAL-NIRMAL-NARSAPUR-BHAINSA-BHOKAR-BARAD-BHOKAR PHATA-NANDHED*-PURNA-PARBHANI (THROUGH NH-222)-MANWATH-PATHARI-DHALEGAON-GANGA MASLA-MANJLE GAON-GADI-PATHA-PADALSINGI-KOLGAON-TANDLA-TINTERWANI-KHARWANDI KASAR-PATHARDI-TISGAON-KARNAJI-AHMEDNAGAR*-KAKRAPARA SITE. Total distance 1230 KM(Approx)

69

Per contain

er /

Truck

5)

From NFC, Hyderabad to RAPS-KOTA

Approximate No. of days from reporting at NFC to unloading at destination : 7 to 8 days

ROUTE:NFC,HYDERABD-KAMAREDDY-NIRMAL-ADILABAD*-PANDRAKODA-KAORAJNI-BORI-NAGPUR*-SAONER-MULTAI-BETUL-ITARSI-HOSHANGABAD - BHOPAL*-JHALWAR-KOTA RAWATBHATTA-RAPS SITE. Total distance 1425 KM(Approx)

95

Per

container /

Truck

Page 20: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 20 of 23

6)

From NFC, Hyderabad to NAPS-NARORA Approximate No. of days from reporting at NFC to unloading at destination : 8 to 9 days

ROUTE:NFC,HYDERABD-ADILABAD*-NAGPUR*-SHIVNI-LUCKNOW - NARSINGPUR*-SAGAR-LALLITPUR-JHANSI*-DABRA-GWALIOR-MORENE-AGRA-ALIGARH-BABINA-ATHROLI-NAPS, NARORA SITE. Total distance 1650 KM(Approx)

32

Per

contain

er /

Truck

7) From NFC, Hyderabad to BARC/MUMBAI Approximate No. of days from reporting at NFC to unloading at destination : 5 to 6 days ROUTE:NFC,HYDERABAD-SANGAREDDY-HUMNABAD-UMARGA-SHOLAPUR*-TEMBHURNI-INDAPUR-YAWAT-PUNE*-PANVEL-BARC, MUMBAI. Total Distance 900 KM (Approx)

6

Per contain

er /

Truck

8) From NFC, Hyderabad to RMP/MYSURU Approximate No. of days from reporting at NFC to unloading at destination : 5 to 6 days

ROUTE:NFC,HYDERABAD-KURNOOL*-ANANTHPUR-PENUKONDA-CHIKBALLAPUR-BENGALURU*-RMP MYSURU SITE. Total Distance 950 KM (Approx)

6

Per

container /

Truck

B COLLECTION OF STRATEGIC MATERIAL PACKED IN METAL/WOODEN BOXES ETC FROM NFC, HYDERABAD AND SAFE TRANSPORTATION IN 07 MT CAPACITY FULL TOP OPEN BODY TRUCK OF 19 FEET LENGTH X 5 TO 6 FEET HEIGHT & 7 FEET WIDTH AND DELIVERY TO THE FOLLOWING DESTINATIONS ON AS AND WHEN

REQUIRED BASIS OVER A PERIOD OF TWO YEARS.

9)

From NFC, Hyderabad to TAPS 1 & 2 - TARAPUR Approximate No. of days from reporting at NFC to unloading at destination : 5 to 6 days

ROUTE:NFC,HYDERABAD-SANGAREDDY-HUMNABAD-UMARGA-SHOLAPUR*-TEMBHURNI-INDAPUR-YAWAT-PUNE*-PANVEL-KOLAMBOLI-THANE-TAPS SITE. Total Distance 900 KM (Approx)

30

Per Truck

NOTE:* INDICATES NIGHT HALTING STATIONS.

Page 21: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 21 of 23

ANNEXURE - V

VENDOR EVALUATION CRITERIA

1. The contractor shall possess minimum 10 prime movers with containers/closed body truck of 14 MT capacity 32' (Feet) length X 8'(Feet) height X 8 ' (Feet) width or shall submit a copy of Agreement/Memorandum of Understanding (MOU) towards supply/availability of 10 Nos. of Prime movers with containers/closed body truck of 14 MT capacity 32' (Feet) length X 8'(Feet) height X 8 ' (Feet) width and relevant documentary evidence should be furnished along with the offer. 2. The average annual turnover of the firm should not be less than 50 lakhs during the last three financial years period and a copy of profit and loss account and balance sheet should be furnished along with the offer. 3. The contractor shall have minimum three years experience, in transportation of materials in Government organizations/ PSU or in Private organizations. Copies of orders for the last three years period shall be submitted along with the offer.

Page 22: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 22 of 23

1) Goods and Service Tax as applicable will be paid/reimbursed subject to provision of GST Act and further notifications issued. 3) Loading & Unloading shall be done by consignee and consignor respectively.

4) Since the consignment offered for transportation being very costly the tenderer should exercise extreme care during transportation of the material. 5) All the safety norms/measures that are required to be taken while transportation of ordered goods must be complied with by the contractor to ensure safe door delivery of item.

6) If the truck is detained beyond 48 hours (two days) at our loading/unloading point detention charges will be admitted as below: a) Beyond 48 hours up to 60 hours half day and b) Beyond 60 hours up to 72 hours another half day (full day). c) Thereafter every 12 hours beyond 72 hours @ half day detention charges will be admitted. Please specify the detention charges applicable.

13. The offer with FIRM rate throughout the period of Contract will be preferred. However,

in the event of your inability to offer the rate on FIRM basis, then the revision if any (both

upward & downward) on account of Diesel hike shall be regulated by applying the following

formula:-

The increase/decrease in Total X difference in

freight charges per trip

: distance price of diesel

------------------------------------------------------

Average Mileage of prime mover with

container/ closed body truck

The distance from NFC, Hyderabad to the following destinations for the purpose of

calculation shall be

TAPS, Tarapur - (Approx. 900 Kms - 5 to 6 Days per Trip)

KGS-Kaiga - (Approx. 950 Kms - 5 to 6 Days per Trip)

MAPS, Kalpakkam - (Approx. 925 Kms - 5 to 6 Days per Trip)

KAPS, Kakrapara - (Approx. 1230 kms - 6 to 7 Days per Trip)

RAPS, Kota, Rajasthan (Approx. 1425 Kms - 7 to 8 Days per Trip)

NAPS, Narora - (Approx. 1650 Kms - 8 to 9 Days per Trip)

BARC, MUMBAI - (Approx. 900 Kms - 5 to 6 Days per Trip)

RMP, Mysore - ( Approx. 950 Kms - 5 to 6 Days per Trip)

TAPS 1 & 2, Tarapur - (Approx. 900 Kms - 5 to 6 Days per Trip)

The following information may please be provided alongwith your quotation

Page 23: REF:HRPU/NFC/PT/T&C/1479 Important Note · भभभभभभभभ भभभभभभभभभ भभभभ भभभ Government of India Department of Atomic Energy Directorate

Tender Enquiry No. HRPU/NFC/T&C/1479 Page 23 of 23

14. Average Mileage of 14 MT capacity prime mover with container / closed body truck :

________Km/ltr

15. Cost of Diesel as on the date of you offer - ________.

16. In the event of an order: Police verification reports of Drivers with details therewith shall

be submitted.

----------------------------------------------------------------------------------------------------------------

D E C L A R A T I O N We have read and understood the terms and conditions contained in the Tender No. HRPU/NFC/T&C/1479, Due: 30/06/2020 for Collection of Strategic Material packed in Metal/Wooden Boxes/M.S. Drums etc and Safe Transportation & delivery to different destinations as per annexures.

The above rates quoted are all inclusive and no other charges shall be claimed by us.

Place : Signature of the Tenderer Date : with name & office seal. GST NO.__________________