60
TENDER FORM FOR APPOINTMENT OF CONTRACTOR FOR TRANSPORTATION OF PARCELS, GOODS AND COURIER COVERS BY THE PERMITTED BUSES (PVG, EXP, DLX & SL) OF APSRTC --------------------------------------------------------------------- ------------ ---------- TENDER NOTIFICATION NO. 01/2013-14-OPD(C), DT.26.04.13 --------------------------------------------------------------------- ------------ ANDHRA PRADESH STATE ROAD TRANSPORT CORPORATION O/o THE CHIEF COMMERCIAL MANAGER BUS BHAVAN RTC X ROADS, MUSHEERABAD, HYDERABAD-500624

tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

  • Upload
    builien

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

Page 1: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

TENDER FORM FOR APPOINTMENT OF CONTRACTOR

FOR TRANSPORTATION OF PARCELS, GOODS

AND COURIER COVERS BY THE PERMITTED

BUSES (PVG, EXP, DLX & SL) OF APSRTC

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

TENDER NOTIFICATION NO. 01/2013-14-OPD(C), DT.26.04.13

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

ANDHRA PRADESH STATE ROAD TRANSPORT CORPORATION

O/o THE CHIEF COMMERCIAL MANAGER

BUS BHAVAN

RTC X ROADS, MUSHEERABAD,

HYDERABAD-500624

Website: http://www.apsrtc.gov.in

DISCLAIMER

Page 2: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

The information contained in this Tender document or subsequently provided to Tenderers, whether in document or verbal or any other form by or on behalf of Andhra Pradesh State Road Transport Corporation (APSRTC) by any of its employees or advisors, is provided to Tenderers on the terms and conditions set out in this Tender document and such other terms and conditions subject to which such information is provided.

The purpose of this Tender document is to provide interested parties with information that may be useful to them in eliciting their proposals pursuant to this Tender document. This Tender document may not be appropriate for all persons, and it is not possible for APSRTC, its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this Tender document.

This Tender document includes statements, which reflect various assumptions and assessments made by APSRTC in relation to the Contract. Such assumptions, assessments and statements do not purport to contain all the information that each Tenderer may require.

The assumptions, assessments, statements and information contained in this Tender document, may not be complete, accurate, adequate or correct. Each Tenderer should, therefore, conduct his/its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this Tender document and obtain independent advice from appropriate sources.

Information provided in this document to the Tenderer(s) is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. APSRTC accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.

APSRTC, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Applicant or Tenderer under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this Tender document or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the Tender document and any assessment, assumption, statement or information contained therein or deemed to form part of this Tender document or arising in any way in this Tender Stage.

DETAILS OF TENDER NOTICE NO 01/2013-14-OPD(C), DT.26.04.13.

The tender is for appointment of contractor for transportation of parcels, goods and courier covers by the permitted buses (PVG, EXP, DLX & SL) of APSRTC

Page 3: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

for a period of four years and extendable by one year based on satisfactory performance.

Two separate sealed Tenders in two bid system (Technical and Commercial) are invited from the reputed and experienced firms/agencies having a minimum experience of four years in the field of transportation of parcels, goods and couriers in any STU, PSU or Govt. Organization and Reputed private firms with an average annual turnover of Rs 7.5 Crores in the business of transportation of parcels, goods and couriers during the last four years.

Tender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days on submission of DD for Rs. 1145/- obtained in favor of Financial Advisor, APSRTC.

Tender documents can also be down loaded from the web site www.apsrtc.gov.in. A demand draft for Rs 1145/- shall be enclosed towards each Tender form (if down loaded), at the time of submission of tender.

Earnest Money Deposit for an amount of Rs.50,00,000/- shall be obtained in favour of Financial Advisor, APSRTC and to be submitted along with tender form.

Completed tender forms shall be submitted in the office of the Chief Commercial Manager between 11.00 AM to 2.00 PM on 01.06.13. The tenders will be opened on the same day of receipt at 3.00 PM. Tenderers or their representatives will be permitted to be present at the time of opening of tenders.

In the event of the date, specified for receipt and opening of tender, being declared as a holiday for APSRTC’s office, the due date for submission of tenders and opening of tenders will be the following working day.

Before submission of the tender, tenderers are required to make themselves fully conversant with the eligibility, terms and conditions, so that no ambiguity arises at a later date in this respect.

APSRTC reserves the right to accept any tender or reject/cancel any or all the tenders received in response to this tender notification at any stage without assigning any reasons whatsoever.

CHIEF COMMERCIAL MANAGERSignature of the tenderer.

TERMS AND CONDITIONS OF THE TENDER

Page 4: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

General

1) All the tenderers including those who have downloaded the Tender Document are requested to get in touch with Commercial Department/APSRTC for all updates on the tender such as addendums, replies to queries, postponement of tender schedules etc., or monitor the website for the same. No claims or compensation will be entertained on account of the Tenderer having not read/noticed the updates, etc.

2) Tenderer is required to read carefully the contents of this document and is expected to examine all instructions, forms, terms and conditions in the tender documents. Failure to furnish all information required as per the tender document or submission of a tender not substantially responsive to the tender documents in every respect will be at the Tenderer’s risk and may result in rejection of the tender.

3) The Tender must be submitted in the prescribed Tender Form along with requisite EMD.

4) The tender form is not transferable. The Tender form must be signed by the Tenderer (either individual or representing a firm) only.

5) The Tender once submitted shall not be permitted to be withdrawn. The Corporation shall not be responsible for the delay in finalizing the tenders - for administrative reasons or for the reasons beyond its control viz., Court directive etc.

6) Incomplete Tender form or Tender form received after the stipulated time and date, Tender form not accompanied by Demand Draft for requisite EMD (i.e. Rs.50.00 lakhs towards EMD) and Rs.1145/- towards tender document fee (if down loaded) will be rejected. Cheques in lieu of Demand Drafts will not be accepted.

7) Any person/agency/organization, who/which was contractor to the Corporation in the past and was terminated due to default in payment or for any other reason and any existing contractor who defaulted in payment of contract amount for to 6 months and above in the present contract on the date of submission of this tender, is disqualified from participating in this Tender.

Signature of the tenderer.

Page 5: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

EARNEST MONEY DEPOSIT:

8) The EMD is Rs.50 lakhs. Each Tender Form shall be accompanied by a Demand Draft obtained from any Nationalized Bank/Scheduled Bank other than Co-operative Bank for the stipulated amount towards EMD. No exemption of EMD is allowed to any Government Organization /SSIs etc. The Demand Draft should be obtained in favour of FINANCIAL ADVISER, APSRTC, MUSHIRABAD, and HYDERABAD. EMD in any other form other than Demand draft will not be accepted.

9) The EMD will not carry any interest. The EMD of the unsuccessful tenderers will be refunded only after finalization of Tenders. The Corporation shall not be responsible for any delay in refund of EMD due to any reason in finalizing Tenders i.e. Administrative reasons / Court directive etc. The EMD of the successful tenderer will be adjusted towards security deposit payable to the Corporation.

10) The EMD of the tenderer will be forfeited under the following circumstances:

When the tender form submitted by the tenderer is invalid. The Tender form is liable to be treated as invalid...

a) When the EMD is not paid or less than what is stipulated in the tender.

b) When the EMD is paid through other means i.e., in a manner other than what is stipulated in the Tender Notification.

c) When Tender form with pre-conditions or additional conditions is submitted.

d) When the tender is submitted in an unconcerned tender form.

e) When the tender is submitted for the business other than that notified in the tender Notification.

f) When the tender form is submitted by minor. However, in case the tender is submitted on behalf of a minor, necessary proof of guardianship shall be submitted, failing which tender will be rejected.

g) When the Tender form is submitted by the person as stated vide clause 7 above.

h) When the successful tenderer fails to pay the Security deposit within 30 days and / or fails to furnish Bank guarantee within 30 days from the date of issue of allotment letter for the contract.

Signature of the tenderer.

Page 6: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

i) When the successful tenderer backs out from the contract, within the minimum stipulated period, for whatsoever reason.

j) When the successful tenderer fails to enter into an agreement with the Corporation within 30 days from the date of issue of allotment letter for the contract.

ELIGIBILITY CRITERIA

11) Only those tenderers who possess the following eligibility criteria shall apply. Tenderers shall submit documentary proof of eligibility criteria. Tenders which are not meeting the eligibility criteria will be summarily rejected.

12) The eligible tenderer can be an Individual/ Partnership firm/ Firm/ Company/ Corporation and shall fulfill the following criteria:

a) Average Annual Turnover: The average annual turnover, in the business of transportation of parcels, goods and couriers, of the tenderer for the last four financial years shall be equal to or more than Rs 7.5 crores.

Proof of which shall be submitted by way of Audited Balance Sheets certified by authorized Chartered Accountant or Auditor's Certificate.

b) Experience: The tenderer shall have experience in the field of transportation of parcels, goods and courier covers and shall have carried the business in any State Transport Undertakings, Public Sector Under takings/ Govt. Organizations and Reputed private firms for a minimum period of four years.

The tenderer shall submit the proof of experience in the form of certificate (with details of period of experience and nature of work) issued by the concerned organization and shall be supported by copies of agreements.

c) Income tax: The tenderer shall submit income tax proof in the form of certified copies of Income Tax Returns filed for the last four financial years i.e. for 2009-10, 2010-11, 2011-12 and 2012-13.

Signature of the tenderer.Submission of Tender:

Page 7: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

13) Before submission of the tender, tenderers are required to make themselves fully conversant with the eligibility/qualification criteria and terms and conditions, so that no ambiguity arises at a later date in this respect.

14) If the tenderer finds discrepancies in tender document and its conditions or if he is in doubt as to their meaning he should at once intimate and obtain clarification prior to submission of the tender.

15) If the tender is submitted on behalf of a firm, name of the person representing the firm along with designation shall be mentioned in the tender form below the firm name. Also proof of authorization shall be enclosed.

16) If the tender is submitted on behalf of a firm, all documental evidences to be submitted in technical bid such as annual turnover, experience in the relevant field etc, shall be furnished only in the name of the firm with which the tender is submitted.

17) The tender shall be filled in all respects and shall be signed by the Tenderer. The Tenderer should ensure that their offer is submitted on the due date and time. Offers received after due date and time, shall not be accepted.

18) Incomplete tenders or tenders not fulfilling any of the conditions specified above are liable to be rejected without assigning any reason.

19) The Tender Documents completely filled in all respects must be dropped in the tender box kept in the Office of the Chief Commercial Manager, APSRTC, Mushirabad, Hyderabad –500 020, between 11.00 AM to 2.00 PM on 01.06.2013, or any Amendments issued thereon.

20) Tenderer shall submit the tender in two separate envelopes as below:

i) The Envelope No.1, marked on top as “TECHNICAL BID” and the name of Tenderer (with Telephone No. written on the left hand bottom side) shall contain:

a) Demand draft for Rs.1145/- towards tender document fee (if downloaded from internet)

b) Requisite DD towards the EMD.

c) Technical Bid cum Application form duly filled and signed (Annexure-I).

Signature of the tenderer.

d) All supporting documents for eligibility (i.e. Annual turnover, Experience, IT returns) as mentioned in the tender document.

Page 8: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

e) All the papers of tender document (except Commercial Bid) with terms and conditions duly signed by the Tenderer on each page as a token of acceptance of all the terms and conditions. The Commercial Bid shall be submitted in Envelope-2.

f) Self Attested copies of Tenderer’s partnership deed/ proprietorship deed /Registration Documents, as applicable.

g) Self Attested copy of PAN/TAN card of the Tenderer.

h) Power of Attorney/Authority Letter to sign the Tender Document as applicable.

i) Any other document required as per the tender conditions

ii) The Envelope No.2 marked on top as “COMMERCIAL BID” and the name of Tenderer with Telephone No. written on the left hand bottom side shall contain the Form of Commercial Bid as indicated at Annexure-II.

The tenderer shall quote the first year contract amount agreed to be paid to the Corporation.

Note: The reserve price is Rs 9.00 Crores (Rupees Nine Crores) for the first year of contract. Tender with an amount quoted less than the reserve price will be rejected duly forfeiting the EMD paid.

The contract amount will be the same for the second year and will be enhanced by 10% uniformly for the 3rd, 4th and 5th (if extended) year of contract over the previous year’s contract amount.

The contract amount shall be quoted in figures as well as in words. There shall not be any alterations in the amount quoted by the tenderer. In case of difference in the amount recorded in figures and words, the amount recorded in words will be taken into consideration.

iii) The Two envelopes marked as “TECHNICAL BID” and “COMMERCIAL BID” shall be enclosed in an outer envelope super scribed as “TENDER FOR APPOINTMENT OF CONTRACTOR FOR TRANSPORTATION OF PARCELS, GOODS AND COURIER COVERS BY THE PERMITTED BUSES OF APSRTC”, duly furnishing the name of the Tenderer along with Telephone No. on the left hand bottom side.

Signature of the tenderer

21) The Commercial Bid must be unconditional. Conditional offers will be summarily rejected. The Commercial Bid shall be quoted by the Tenderer entirely in Indian Rupees.

Opening and Evaluation of Technical Bid:

Page 9: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

22) The Tenders will be opened in the Corporate Office, APSRTC, Mushirabad, Hyderabad, at 3.00 P.M., on 01.06.13. The Tenderer or any of his/her authorized representative holding authorization letter as at Annexure III, who wish to be present at the time of opening of tenders, shall attend the tenders.

23) In the event of the date specified for receipt and opening of tender being declared as a holiday for APSRTC’s office, the due date for submission of tenders and opening of tenders will be the following working day.

24) The following procedure will be adopted for opening of the tenders.

i. The Outer Envelope will be opened first and verified for (a) Envelope of Technical Bid,(b)Envelope of Commercial Bid.

ii. Envelop of Technical Bid will be opened to verify its contents and the supporting documents to ascertain the eligibility of the tenderers. The Technical bids will be scrutinized on the basis of basic eligibility criteria.

If the documents are incomplete or not in the prescribed formats or substantially insufficient to evaluate the eligibility criteria for short listing the Tenderer on the basis of the information contained in it may render the tender invalid and Envelope of Commercial Bid will not be opened.

After evaluation, the applicants will be intimated on their qualification or disqualification. If the applicant does not qualify, the Envelope of Commercial Bid will not be opened and EMD will be refunded. The applicant may collect the same from APSRTC with due acknowledgement.

iii. Envelop of Commercial Bid of only those Tenderers, who have fulfilled the requirements stipulated in Envelope of Technical Bid, will be opened. The date of opening of the “Commercial Bid” will be intimated to the qualified Tenderers. The “Commercial Bids” of the Tenderers shall be read out to all the Tenderers or their representatives present at the time of opening the same.

Signature of the tenderer

Note: Even though the tenderers meet the above eligibility criteria, they are subject to be disqualified if they have made misleading or false representations in the forms, statements and attachments submitted in proof of the eligibility requirements.

Evaluation of Commercial Bid

Page 10: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

25) The bids will be evaluated based on the highest amount quoted in the Commercial Bid for the first year of contract amount.

26) If the amount quoted is less than the reserve price amount i.e. Rs. 9.00 Crores (for the first year of contract), the offer will be summarily rejected duly forfeiting the EMD paid.

27) The contract will be awarded to the highest offerer (based on the contract amount offered for the first year of contract) after negotiations and recommendations made by Tender Committee constituted for this purpose.

28) If two or more tenderers quote the same highest contract amount the tender will be decided on open auction system. Whoever offers the highest amount, the contract will be allotted to him.

29) The contract amount will be the same during the initial two years period. The contract amount will be enhanced by 10% during the 3 rd and 4th year of contract (over the existing contract amount of 2nd and 3rd year respectively) and again by 10% during the 5th year (over the existing contract amount of 4th year) if the contract period is extended.

Tender Evaluation Committee

30) The Tender Evaluation Committee constituted by the APSRTC shall evaluate the tenders. The decision of the Tender Evaluation Committee in the evaluation of the Technical and Commercial bids shall be final. No correspondence will be entertained outside the process of negotiation/ discussion with the Committee.

31) Any approach from the tender representative or his Contractor trying to influence the decision on the tender, officially or otherwise, shall render the tender liable to be summarily rejected. The tender committee has been empowered to take the final decision regarding the tender.

Signature of the tenderer.

Amendment of Tender Document:

32) At any time prior to the deadline for submission of proposals, APSRTC may for any reason, whether at its own initiative or in response to a clarification requested by a prospective Tenderer modify the Tender Document by issuing an addendum.

Page 11: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

33) Any Addendum thus issued shall become a part of the Tender Document and will be communicated in writing through Post / Fax / Email to all purchasers of the Tender Document and will also be posted on the website of the Corporation.

34) To provide reasonable time to the prospective Tenderers to take an addendum into account while preparing their proposals, the deadline for submission of proposals may be extended, at the discretion of the tendering authority, if required.

Allotment of contract

35) As per the recommendations of the Committee, the contract will be allotted to the successful tenderer. The successful tenderer shall enter into agreement within 30 days from the date of issue of allotment letter.

Termination of tender process

36) APSRTC may terminate the tender process at any time and without assigning any reason. APSRTC makes no commitments, express or implied, that this process will result in a business transaction with anyone.

Signature of the tenderer.

GENERAL CONDITIONS OF THE CONTRACT

1. The tender is for transportation of parcels, goods and couriers by all the

permitted buses (including all Hire buses) i.e. by Pallevelugu, Express, Deluxe and Super Luxury of APSRTC for a period of four years and the contract is extendable for one more year based on the satisfactory performance of 4 year contract by the contractor.

2. The details of Region wise permitted buses held as on date are given at Annexure-VII.

Page 12: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

NOT PERMITTED:

3. The Contractor is not permitted to transport parcels, goods and couriers by all types of AC buses i.e. Vennela, Garuda +, Garuda, Indra and also not permitted to transport parcels, goods and couriers by all types of City buses being operated in Hyderabad City Zone, Vijayawada, Visakhapatnam cities and Warangal & Hanamkonda towns.

4. The successful tenderer is not permitted to transport parcels, goods and couriers by the buses which are specifically excluded by an order of the Managing Director of the corporation during the subsisting period of agreement.

5. Corporation reserves the right to appoint separate contract / contractors for transportation of parcels, goods and couriers by all types of AC buses and the contractor appointed for transportation of parcels, goods and courier covers in the permitted buses shall not raise any objection nor shall claim any thereof.

SECURITY DEPOSIT:

6. The successful tenderer shall have to pay an amount equivalent to the six highest monthly installments of the contract amount (considering the enhancement factor) towards Security Deposit within 30 days from the date of issue of allotment letter for the contract.

7. The Security deposit shall be paid to the Chief Commercial Manager, A.P.S.R.T.C., Musheerabad, HYD., through a Demand Draft obtained from any Nationalized Bank/Scheduled Bank other than Co - operative Bank located in Andhra Pradesh in favour of Financial Adviser, A.P.S.R.T.C., Musheerabad, HYD, payable at Hyderabad.

8. The Security Deposit will not carry any interest and it will be refunded after one month from the date of completion of contract period, after adjusting the dues, if any payable by the contractor to the corporation.

Signature of the tenderer.9. The Security Deposit will not be adjusted towards monthly installments

payable by the contractor unless the situation warrants for the same.

10. In case of termination of contract due to breach of terms and conditions of contract / agreement, corporation shall have the right to adjust the security deposit paid by the contractor towards the dues payable to the corporation and to forfeit the balance security deposit.

BANK GUARANTEE:

11. The successful tenderer shall have to furnish Bank Guarantee for an amount equivalent to six monthly installments of the first year contract amount within 30 days from the date of issue of allotment letter for the contract. The Bank guarantee shall have validity for 9 months.

Page 13: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

12. The Bank Guarantee shall be furnished in addition to security deposit. The Bank Guarantee will be returned after completion of nine months period.

13. The corporation shall have the right to invoke the bank guarantee at any time and to adjust the realized amount towards the due amounts payable to the corporation, if the contractor defaults in payment of monthly installment amount or penalty or for breach of any terms and conditions of the agreement.

AGREEMENT:

14. The successful tenderer shall enter into an agreement duly paying applicable stamp duty as per Stamp duty Act, within 30 days from the date of issue of allotment letter for the contract.

15. Failure to pay Security Deposit or to furnish Bank Guarantee or to enter into agreement within the stipulated period shall render cancellation of allotment of contract and the EMD / Security deposit paid shall be liable for forfeiture.

PAYMENT OF CONTRACT AMOUNT

16. The contract amount payable by the contractor shall be paid as under:

The amount payable for each year shall be divided into 12 equal monthly installments and the contractor shall pay each installment amount in advance on or before 10th day of the month to the Chief Commercial Manager, Mushirabad, Hyderabad, through a demand draft obtained in favour of Financial Adviser, APSRTC, payable at Hyderabad.

Signature of the tenderer

The Contractor shall pay the contract amount to the Corporation, without any deductions. In other words, the amount quoted in the Tender/agreed to be paid to the Corporation towards the contract shall be paid in toto.

The Contractor shall pay license fee to the Corporation without deducting TDS and any other taxes, as APSRTC is exempted from TDS.

In the event of delay in payment of monthly installment, the Contractor is liable to pay penalty for each day of delay beyond the due date @ 36% per annum on the amount payable in addition to the installment amount. This clause shall not prevent the corporation from invoking bank guarantee and forfeiting the security deposit of the Contractor.

17. The Contractor shall pay Service Tax to the corporation, if the same is required to be paid by the corporation to the government at the rate fixed by the Government from time to time, on the contract amount payable to the corporation and also on the licence fee for

Page 14: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

accommodation provided at bus stations, in addition to payment of contract amount as agreed to be paid to the Corporation.

18. If the Contractor fails to pay the monthly installments for three consecutive months, or fails to pay the monthly installment within stipulated period thrice during the course of a calendar year, or commits breach of any conditions of the agreement, the Corporation shall have the right to take any one or all the following actions:

a) to order to stop transportation of parcels, goods and couriers by the buses of APSRTC,

b) to invoke the bank guarantee and to adjust the amount towards

due amounts payable to the Corporation,

c) to adjust the security deposit paid by the contractor towards license fee dues payable to the corporation including incidental financial losses that might arise on account of such premature termination and to forfeit the balance security deposit,

d) to terminate the contract.

19. In the event of non-payment of monthly installments or committing breach of conditions, when the corporation orders for stopping the transportation of parcels, goods and couriers by its buses, the contractor is liable to pay regular installments even for the interregnum period, as if there is no break in the transportation of goods, parcels and couriers.

Signature of the tenderer.MINIMUM PERIOD OF BUSINESS:

20. The Contractor shall carryout the business of transportation of parcels, goods and courier covers by the permitted buses of APSRTC for a minimum period of one year from the date of commencement of the contract.

21. In the event of the Contractor seeking premature termination of contract within the stipulated one year period, the Contractor is liable to pay the balance monthly installments for the left over minimum stipulated period of one year.

22. If the Contractor clears the balance contract amount for the left over minimum stipulated period of one year, the security deposit will be refunded. In case the Contractor fails to pay the amount which falls short of the amount payable for one year, Corporation has the right to adjust the security deposit paid by the Contractor towards the dues payable by the Contractor and also invoke the Bank guarantee towards due amounts. The balance amount, if any will be refunded to the Contractor.

Page 15: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

23. The Contractor shall comply with all the laws, rules and procedures laid down in the local/ within the territorial limits, in which the business is carried out and he/she shall pay all the Taxes, stamp duty, fees, or other sums payable to the local authorities for the purpose of carrying out the business for transportation of parcels, goods and courier covers by the buses of APSRTC and there shall be no dues payable to any authorities. The contractor shall obtain trade licence from the authorities concerned for running the business.

24. The Contractor shall have to obtain no-objection certificate whenever required under law, from the concerned authority to run the transportation of parcels, goods and courier business. The Contractor shall abide by all the Laws, & rules, enactments made by the govt. from time to time in connection with transportation of parcels, goods and courier business.”

25. It shall be the responsibility of the Contractor to bring all essential equipments like weighing machines etc. for booking and delivery of parcels, goods, couriers etc.

The transportation of parcels / goods / couriers accepted by the Contractor, for delivery at places where there are no Contractor’s Offices will be at the risk of the Contractor himself. Corporation will not be held responsible if such parcels / goods/ couriers are damaged / misplaced or loss.

Signature of the tenderer.OFFICE ACCOMMODATION:

26. The Corporation will provide necessary space covered/uncovered for running booking offices at its own Bus Stations / premises wherever possible depending on availability and convenience of the Corporation. Where covered space is not available, uncovered space will be provided at the bus stations. The Contractor shall not use the accommodation / space provided for any other purpose other than the transportation of parcels, goods and courier business.

27. The Contractor shall pay monthly license fee for the covered / uncovered space provided at the Bus Stations / premises by the Corporation for running booking Offices, at the following rates.

Bus stationRate per sft.

Covered area (Rs.) Uncovered area (Rs.)Major 38/- 19/-A Class 32/- 16/-B Class 20/- 10/-C Class 16/- 8/-

28. The details of bus stations with classification are at Annexure-V. The classification of bus stations is subject to revision and the Contractor

Page 16: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

shall pay revised license fee as and when the bus stations are re categorized.

29. The above license fee for the accommodation provided shall be the same during the initial two years period. The license fee will be enhanced at 10%, 10% and 10% at the commencement of III, IV and V year of license (if extended), over the license fee payable in II, III and IV year of licence respectively.

30. The monthly licence fee for the accommodation provided shall be paid through Demand draft obtained from any Nationalized / Scheduled Bank in favour of Financial Adviser, APSRTC, Mushirabad, Hyderabad, on or before 10th day of every month.

31. In the event of delay in payment of monthly licence fee within the stipulated period, the Contractor is liable to pay penalty @ 36% per annum for each day of delay.

32. The Contractor shall maintain the accommodation provided at the bus stations in clean and tidy condition at his/her cost. The Contractor shall carryout their business in a careful manner without causing any damage to the premises.

Signature of the tenderer.

Page 17: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

33. Any additions or alterations proposed to be made to the accommodation provided to the Contractor shall be recommended by the Regional manager concerned to the Chief Commercial Manager for approval. All alterations shall be at the cost of the Contractor.

34. The Contractor has to confine the activity to the area of accommodation provided. There should not be any encroachment beyond the area / space allotted.

35. If at any place, the Contractor is found encroaching beyond the area / space allotted, the Contractor is liable for payment of penalty as given here under:

Major and A Class Bus Stations: Rs.1000/- on each occasion(Rupees one thousand only)

B Class Rs.500/- on each occasion(Rupees five hundred only)

C Class Rs.200/- on each occasion(Rupees two hundred only)

If the Contractor is habituated for encroachment, the contract is liable for termination.

36. Wherever Corporation cannot provide any covered / uncovered space at any of the Bus Stations due to non-availability, the Contractor has to make his/her own arrangements and Corporation cannot be held liable for the expenditure incurred by the Contractor on this account. Further, the Contractor has to make his/her own arrangements to get accommodation at Inter – State Bus stations wherever required.

37. The Contractor is responsible to vacate the accommodation allotted in Bus Stations immediately after completion of contract period. Repairs, if any to the accommodation shall have to be carried out by the Contractor before handing over of the possession. Corporation shall have right to adjust the security deposit amount towards repair charges in case Corporation has carried out repairs to the accommodation damaged by the Contractor.

38. The Corporation shall not be accountable for any loss or damage or theft of equipment accessories etc. that the Contractor may suffer for any reason or for any other cause.

Signature of the tenderer.ELECTRICITY:

Page 18: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

39. The Corporation will provide electricity to the accommodation / space provided to the Contractor wherever possible and the Contractor shall have to install sub-meters at their cost and shall pay the electricity charges to the corporation for the power consumed as per tariff fixed by the Corporation from time to time.

40. The electricity charges shall be paid on or before 10 th day of every month, to the respective Unit Officers. Failure to pay electricity charges within the stipulated period will attract 36% of penalty for each day of delay besides disconnection of electricity supply.

41. Corporation will not assure uninterrupted supply of electricity to the accommodation provided to the Contractor in Bus Stations. In case of break down or failure of electricity supply the Contractor shall have to make his/her own arrangements.

42. The Contractor shall not accept prohibited articles and contraband goods as per the statement contained in the Annexure-IV enclosed.If the Contractor fails to adhere to the above condition, the contract is liable for termination besides imposition of penalty as deemed fit including forfeiture of Security Deposit amount.The Contractor shall ensure transportation of restricted goods with necessary permits issued by the competent authorities.In case of transshipment of parcels / goods / couriers where there is no direct service, the Contractor shall engage his/her own staff for the transshipment.

43. a) The Contractor has to follow scrupulously the packing conditions prescribed by the Corporation in Annexure-VI enclosed.b) The size of the parcel should not be more than 100 cm x 60 cm x 60 cm (lbh).c) The weight of each parcel shall not exceed 50 kilograms.d) The Contractor shall not accept any parcel / goods / couriers whose declared value is more than rupees fifty thousand. However, the Contractor is entitled to transport Film Boxes.e) The total weight of goods /parcels / couriers transported on the luggage carrier of Pallevelugu and Express buses shall not exceed 750 Kgs. of weight. The weight shall not exceed 1000 Kgs. in case of Super Luxury buses.

Signature of the tenderer.

f) The parcels / goods/ couriers that can be loaded on a bus for transportation is subject to availability of space and weight as specified above, duly taking into consideration of the passenger luggage.

Page 19: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

g) The contents of the parcels / goods / couriers booked for transportation, cost of the parcel and the weight of the parcel shall be clearly recorded in the L.R. to be handed over to the APSRTC staff under acknowledgement at the time of loading the parcel / goods / couriers in the bus for transportation. Failure to record the particulars of goods / parcels / couriers on the L.R. may entail the Contractor liable – in case of loss or damage in transit.

44. a) The Contractor shall engage his own persons for running parcel / goods / couriers’ office at various Bus Stations and the offices shall work till the departure / arrival of all buses from the Bus Stations without causing any inconvenience to the commuters.

b) The Contractor shall arrange for loading and unloading of Parcels, goods and couriers into and from the buses by engaging persons at their own cost. The Contractor may utilize the licensed porters in Bus Stations for loading / unloading of Parcels / Goods into and from buses. The persons engaged by the Contractor for loading and unloading of parcels – goods shall not indulge in any other activity in the Bus station – except for loading and unloading of Parcels / goods / couriers by the Contractor. The Contractor has to pay the loading and unloading charges to the persons engaged by him/licensed porters.

c) The Contractor shall furnish the particulars of the persons engaged in each bus station to the Corporation from time to time.

d) The Contractor shall not engage persons below the age of 18 years. Persons engaged by the Contractor for the purpose of transportation of parcels, goods and couriers and who are in the employment of the Contractor shall not have any right whatsoever for claiming employment in APSRTC in future.

45. a) The Contractor shall hand over the consignments to the Service Conductor / Driver under acknowledgement by deploying their own men and pay specified allowance, to the Conductor or the Driver in case of one man service. In case more than one crew perform duty on a service, the allowance payable would be divided among them.

Similarly, the Conductor / Driver shall hand over the consignments to the Contractor or their authorized representative at the destination under acknowledgement.

Signature of the tenderer.

b) The amount payable to the crew shall be as under or such other rates as may be fixed mutually.

SlNo Name of the article Crew Allowance

Page 20: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

1. Parcels for 50 kgs or less.

@ Rs.5/- for every 50 KgsSubject to a maximum of Rs.50/- for 750 kg (pallevelugu, express & deluxe buses) or for 1000 kg (S.Lux buses)

2. Cover / Master Cover / Packet Rs.3/-

3. Each Courier bag Rs.4/-

The payment of crew charges by the Contractor will be at the place of loading the parcels, goods and couriers.

46. a) The parcels / goods / covers which are not claimed by the Contractor or their representative shall be treated as lost property items and will be dealt with according to the rules and regulation, prescribed by the Corporation.

The Corporation and its Officials will have the right to inspect the parcels / goods and contents of any parcel / goods at any time in order to prevent the transportation of prohibited articles mentioned in the Annexure-IV.

b) The Officials of the Corporation reserves the right to inspect the premises of the Contractor and the documentation maintained at the Offices.

FORCE MAJEURE EVENTS:

47. Direct Political and/or other Force Majeure (FM) during Operation Period

Force Majeure Event shall mean occurrence in India of any or all of Non Political Event, and/or Political Events which prevent the Party claiming Force Majeure (the "Affected Party") from performing its obligations under this Agreement and which act or event is beyond the reasonable control and not arising out of the fault of the Affected Party, the Affected Party has been unable to overcome such act or event by the exercise of due diligence and reasonable efforts, skill and care, and has a Material Adverse Effect on the use of the facility for transportation.

Signature of the tenderer.48. The FM events would be classified into following categories:

a) Political FM events comprising of Act of War, invasion, armed conflict, terrorism, riots, strikes, lockouts, curfew, restraint, legislation of the Government of the Andhra Pradesh/Government of India or their agencies, etc.

Page 21: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

b) Non-political FM events comprising of floods, cyclones, earthquake or such other natural calamities and Act of God including epidemic or plague, fire or explosion, public interest litigations, stay orders of courts.

The affected party claiming FM shall make reasonable efforts to mitigate and overcome effects of FM event.

TERMINATION DUE TO FORCE MAJEURE EVENT

If the period of Force Majeure continues or is in the reasonable judgment of the parties is likely to continue beyond a period of 120 days, the parties may mutually decide to continue this Agreement or terminate this Agreement on mutually agreed revised terms. If the parties are unable to reach an agreement in this regard, the Affected Party shall after the expiry of the said period of 120 days, be entitled to terminate the Agreement with 3 months advance notice.However, under the above circumstances of Force Majeure events, either of the parties shall not claim any loss they suffered due to loss of business during the period of 120 days.

49. The Corporation shall not be responsible for any loss or damage that may be suffered by the Contractor due to withdrawal or cancellation of buses for any reason.

The Contractor shall maintain the requisite Registers and Forms essential for running the Booking Offices and transportation of parcels, goods and couriers and the same shall be informed to Chief commercial Manager, APSRTC, Mushirabad, Hyderabad.

If need be the Corporation shall suggest changes in the format of documentation for better service.

50. The Contractor shall not resort to closure of their branch / Office from any place whether it is located in bus station / premises of the Corporation or in the accommodation hired by the Contractor without prior intimation to the Chief Commercial Manager, APSRTC, Mushirabad, Hyderabad. Similarly, the Contractor shall inform the Corporation – wherever a new office / branch is opened at any place.

Signature of the tenderer.

The Contractor, after commencing the business shall furnish the list of places where he has Offices / Branches for booking of parcels – delivery of parcels. This information shall be furnished to Chief Commercial Manager, on or before 10th day – every month.

51. The Contractor shall not book parcels / goods / couriers from a place where there is no Office / Branch.

Page 22: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

In case the Contractor resorts to such unauthorized booking of parcels / goods / couriers from a place where they have Office / branch – as mentioned above, the Contractor is liable for imposition of penalty of Rs.5,000/- (Rupees five thousand only) on each occasion.

52. The Corporation reserves the right to transport their goods, dak and other departmental items by buses and the Contractor shall not have any right to demand or claim charges for transport of these items.

53. The Corporation reserves the right to transport postal mails and news papers / magazine bundles and the Contractor shall not have any right to object or claim charges for transportation of these items, but the Corporation shall not accept for transportation of other goods, parcels etc. from any other companies.

54. The Contractor shall not have any objection for carrying any luggage by the passengers in the buses and he is not entitled for the luggage charges that may be collected by the Corporation for such accompanied luggage.

55. The Contractor shall arrange tarpaulins on buses wherever necessary for the safety and protection of consignments from weather conditions.

56. EFFECTIVE FUNCTIONING:

Computerization of operations is necessary for effective functioning.

Information of dispatch of goods is to be given to the destination end Contractor through CUG network to enable them unload the goods properly.

SMS Service – To send SMS to consignor and consignee – confirming status of consignments (SMS service shall be linked to online services).

For loading and unloading consignments, adequate services like Ladder, Trolleys etc., shall be provided.

Signature of the tenderer.57. a) The Corporation is not responsible in case the parcels / goods /

couriers are lost or damaged in transit for whatsoever reason.

b) Whenever there is loss or damage to the parcels / goods / couriers due to the negligence of the employees of corporation, the Unit Officers of the Corporation will cause an enquiry and fix up responsibility on the concerned employee(s) for such loss / damage, as far as possible within 3 months from the date of such loss or damage is reported by the Contractor to the Corporation. The Contractor shall inform the loss / damage of parcels / goods / couriers to the respective Unit Officers, with details within one month from the date of loading of the parcels / goods / couriers in the bus.

Page 23: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

c) Whenever it is established after due enquiry that loss or damage to parcels / goods is due to the fault or negligence of the employees of the corporation, the claim as declared in the L.R. by the Contractor and customer shall be recovered from the employee/employees and remitted to the Contractor by the Corporation.

58. The Contractor is liable for the damages caused to the accommodation provided in bus stations or to property of the corporation or to any person in the course of transportation of parcels, goods and couriers or in the course of loading and unloading of parcels, goods and courier covers.

59. The contract can be terminated by giving three months notice on either side. This clause will be applicable to the Contractor after completion of minimum one year period of business. In such circumstances the deposits which may remain to the credit of the Contractor will be refunded after all the dues to the Corporation have been settled out of the Security deposit of the Contractor.

60. The Contractor shall furnish information that may be required by the Corporation from time to time connected with transportation of parcels, goods and couriers by the buses of APSRTC.

61. The Corporation is not liable to pay any compensation in case of death or injury (simple or grievous) caused to any person engaged, authorized or directed by the Contractor in the course of transportation of parcels, goods and couriers or in case of death or injury caused to any person/ public during the course of carrying out his business. The Contractor is liable to bear all expenses and for payment of compensation in such cases.

62. The contractor shall indemnify the Corporation for any claims made by any authority and reimburse the same in case any payments are made by the Corporation.

Signature of the tenderer.

63. The Corporation shall not be liable for any loss incurred by the Contractor to their customers, bankers, financial institutions, personnel engaged by the Contractor, or any other person connected with the business of the Contractor.

64. The Contractor shall not transfer the business / contract for transportation of goods, parcels and couriers by the buses of APSRTC to any other firm / Agency / individual.

65. The Contractor shall not employ / associate / include as business partner any person who was Contractor of the Corporation and defaulted in payment of contract amount.

66. In case, it comes to the notice of the Corporation that the Contractor has employed/associated/included such person in carrying out the

Page 24: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

business, the Corporation shall have the right to terminate the contract if the contractor does not respond to the notice given by the Corporation to delete such persons.

67. The business shall be carried out only on the name/firm, as the case may be, that was specified in the Tender Form while submitting the tender. During the course of contract, the Contractor shall not be allowed to change the name of the Agency or transfer the Agency.

68. In case of any violation of the conditions of the contract / agreement, the Corporation reserves the right to terminate the contract besides forfeiture of deposits.

69. In the event of termination of contract, any amount to be refunded to the successful tenderer will be refunded only after adjustment of dues and penalties payable to the Corporation.

70. The Managing Director of APSRTC reserves the right to modify any condition/conditions of the agreement and add any other condition/(s) during the contract period. The Contractor has to abide by the conditions modified / incorporated and has to enter into a fresh agreement with the Corporation at their cost.

71. In case of any dispute or differences arising on the terms and conditions of the tender or contract as the case may be, the decision of the Managing Director, APSRTC, shall be final and binding on both the parties.

72. If any dispute arises between the Contractor and the Andhra Pradesh State Road Transport Corporation, the Courts in Hyderabad and Secunderabad shall have jurisdiction.

CHIEF COMMERCIAL MANAGER

Page 25: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

ANDHRA PRADESH STATE ROAD TRANSPORT CORPORATION

ToThe Chief Commercial Manager, A. P. S. R. T. C. Mushirabad, H Y D E R A B A D. Sir,

Sub:-TENDERS - Submission of Tender for appointment of contractor for transportation of parcels, goods and courier covers by permitted buses of APSRTC for a period of four years (extendable for one year on the basis of satisfactory conditions) – Reg.

Ref: Tender Notification No: 01/2013-14-OPD(C), dt: 26.04.2013. I/We hereby submit Tender for appointment as contractor for transportation of parcels, goods and courier covers by permitted buses of APSRTC for a period of four years (extendable for one year on the basis of satisfactory conditions), after carefully going through the Terms and Conditions and other rules stipulated by the corporation, which are made available to me/us, along with the Tender Form. Encl: Tender form Place: Yours faithfully, Date:

(SIGNATURE OF THE TENDERER) along with seal Address:

Page 26: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

ANNEXURE-I

Technical bid cum application form(To be submitted in Envelope-1)

Affix latest passport size photo with self attestation

ToThe Chief Commercial Manager, A. P. S. R. T. C. Mushirabad, H Y D E R A B A D. Sir,

Sub:-Submission of Technical Bid cum Application form for evaluation of the eligibility of the tender submitted – Reg.

1) Name of the Tenderer : (Full name in capital letters) 2) Status (Individual/Partnership : Firm/Company/Others) 3) Address for correspondence :

Telephone No. 4) Permanent residential : address

Telephone No. :

5) Email/Website address :

Page 27: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

6) Tender document fee : (if downloaded)

a) Demand Draft No. & Date : b) Amount in Rs. : 1145/- c) Bank particulars : (Cheques will not be accepted)

7) Earnest Money Deposit : amount particulars

a) Demand Draft No. & Date : b) Amount in Rs. : Fifty lakhs c) Bank particulars : (Cheque will not be accepted)

8) Average Annual turnover for the last four years (in Lakhs): (Proof to be enclosed as prescribed)

Description Past four financial years 2009-10 2010-11 2011-12 2012-13

Annual turnover in Rs Lakhs Rs. Rs. Rs. Rs.

Avg. Annual Turnover of four years in Lakhs Rs. Rs.

9) Experience of the Tenderer : ______ years in number of years in the field of transportation of parcels, goods and courier covers, (Proof of experience to be enclosed as prescribed).

10) I/We hereby submit the certified copies of Income Tax returns filed for the last four years as Income Tax proof.

11) I/we hereby agree to be appointed as contractor for transportation of parcels, goods and courier covers by the permitted buses of APSRTC for a period of four years (extendable for one year on the basis of satisfactory performance) on payment of the above amount during 1st year and at enhanced rate as specified in the terms and conditions for subsequent years of contract (from 3rd year onwards).

12) I/We have perused the terms and conditions of the tender for appointment of contractor and hereby agree to abide by the said conditions.

13) I/we have carefully read and understood the terms and conditions of the tender and of the contract and herby confirm my/our acceptance to the

Page 28: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

Terms and Conditions stipulated. In the event of my/our failure to abide by any of the Terms and Conditions, the EMD amount paid by me/us is liable for forfeiture.

14) I/We hereby agree to pay all Taxes wherever applicable to the concerned authorities and reimburse the amount to APSRTC in case APSRTC is required to pay the same or paid.

15) I/We confirm my/our acceptance to the Terms and Conditions stipulated

by APSRTC after having read and fully understood them. In the event of my/our failure to abide by any of the Terms and Conditions, the EMD amount paid by me/us is liable for forfeiture.

Date:

(Signature of the tenderer)

along with seal/stamp

Page 29: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

ANNEXURE – II

COMMERCIAL BID

(To be submitted in Envelope-2)

ToThe Chief Commercial Manager, A. P. S. R. T. C. Mushirabad, H Y D E R A B A D.

Sir, Sub: - Submission of Commercial Bid for – Reg.

I/We have carefully read the terms and conditions of the tender document and I/We hereby submit our offer as detailed below:

CONTRACT YEAR AMOUNT OFFERED FOR FIRST YEAR

In figures In words

1ST YEAR

NOTE: The reserve price is Rs 9.00 crores for 1st year of contract. Tender with amount quoted less than the reserve price will be rejected duly forfeiting the EMD paid.

The contract amount shall be quoted in figures as well as in words. There shall not be any alterations in the amount quoted by the tenderer. In case of difference in the amount recorded in figures and words, the amount recorded in words will be taken into consideration.

I/We have carefully verified that the amount quoted for the first year of contract is not less than Rs 9.00 crores.

The contract amount will be enhanced by 10% uniformly for the 3rd, 4th and 5th (if extended) year of contract over the previous year’s contract amount.

It is hereby to confirm that I/We are entitled to act on behalf of our corporation/company/ firm/organization and empowered to sign this document as well as such other documents, which may be required in this connection.

Yours sincerely,

Date: (Signature of the tenderer) along with seal/stamp

Page 30: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

ANNEXURE - III

LETTER OF AUTHORISATION FOR ATTENDING TENDERS

Subject: Authorization for attending Tender opening on ………………. (Date) in the tender of ………………………………….

Following persons are here by authorized to attend the opening of the tender mentioned above on behalf of ……………………………….. (Tenderer) in the order of preference as given below.

Order of preference Name Specimen signature

I

II

Signature of Tenderer

Or

Officer authorized to sign the tender

Note:

Maximum of two representatives will be permitted to attend Tender opening. In case where it is restricted to one, first preference will be allowed.

Permission for entry to the hall where Tenders are opened may be refused in case authorization as prescribed above is not produced.

The persons authorized by the tenderer above shall have decision making power.

ANNEXURE – IV

Page 31: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

ITEMS PROHIBITED FROM CARRIAGE UNDER PARCEL TRANSPORT

1. Petrol 2. Diesel Oil 3. Gasoline 4. Kerosene Oil 5. Methylated spirits 6. Turpentine 7. Acids 8. Sulphur 9. Coal Tar 10. Gunpowder 11. Guns (loaded) and Cartridges 12. Un-tanned Leather, Skin, Feathers and Hides 13. Raw Fish 14. Dry Fish 15. Crackers/Explosives 16. Gas Cylinders containing Compressed Gas 17. Dead Bodies of human beings and Animals 18. Contraband Articles 19. Un authorised forest produce 20. Bones/Horns 21. Animals 22. Batteries (not crated) 23. Charcoal 24. Unpacked Cinema Films 25. Unpacked Cotton bales 26. Unpacked Dry leaves 27. Unpacked Woolen Goods 28. Opium 29. Narcotic preparations and Hemp 30. Prohibited forest produce 31. Any other item prohibited by law from time to time 32. Gutkha / Paan Masala containing tobacco / Nicotine

Page 32: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

ANNEXURE – V

LIST OF BUS STATIONS

LIST OF BUS STATIONS

S.No Region Name of the Bus Station Classification

1 WL Dist. Bus Station, Hanmakonda Major2 WG New Bus Station, Eluru Major3 VSP Dwaraka Bus Station, VSP Major4 RRD Mahatma Gandhi Bus Station Major5 RRD Jubilee Bus Station Major6 PKSM Ongole Major7 NZB Nizamabad Major8 NLR PSR Bus Station, Nellore Major9 NLR Main Bus Station, Nellore Major

10 NLG Hi-Tech Bus Station, Suryapet Major11 MBNR Mahaboobnagar Major12 KRNL Kurnool Major13 KRMR Karimnagar Major14 KRI Pandit Nehru Bus Station (VJA) Major15 KRI City Bus Station, Vijayawada Major16 KMM Khammam Major17 GNT NTR Bus Station, Guntur Major18 EG Rajahmundry Major19 CTR Srinivasa Bus Station, TPT Major20 CTR Srihari Bus Station Major21 CTR Edukondalu Bus station Major22 CTR Chittoor Major23 WL Dist. Bus Station, Warangal A24 NZB Armoor A25 NLG Nalgonda (New & Old B. Stn.s) A26 NLG Miryalaguda A27 NLG Kodad A28 NEC Vizianagaram A29 NEC Srikakulam A30 MDK Sangareddy Bus Station A31 MBNR Jedcherla A32 KRNL Nandyal A33 KRI Machilipatnam A34 KDP Kadapa A35 EG Kakinada A36 ATP Ananthapur (New B.Station) A37 ADB Adilabad A38 WL Warangal City Bus Station B39 WL Thorrur B40 WL Station Ghanpoor B

Page 33: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

41 WL Parkal B42 WL Narasampet B43 WL Mulugu B44 WL Mahabubabad B45 WL Janagoan B46 WL Hanmakonda Old B. Station B47 WL Hanmakonda City B. Station B48 WL Eutunagaram B49 WG Tanuku B50 WG Tadepalligudem B51 WG Palakol B52 WG Nidadavole B53 WG Narsapur B54 WG Kovvur B55 WG Jangareddygudem B56 WG Eluru Old Bus Sattion B57 WG Chintalapudi B58 WG Bhimavaram B59 WG Attili B60 VSP Yelamanchili B61 VSP Simhachalam B62 VSP Paderu B63 VSP Narsipatnam B64 VSP Maddilapalem B65 VSP Gajuwaka B66 VSP Chodavaram B67 VSP Anakapalli B68 SEC Rathifile B69 SEC Patancheruvu B70 RRD Vikarabad B71 RRD Tandur B72 RRD Shankarpalli B73 RRD Parigi B74 RRD Dilsukhnagar B75 RRD Chevella B76 PKSM Tangutur B77 PKSM Singarayakonda B78 PKSM Podili B79 PKSM Medarametla B80 PKSM Markapur B81 PKSM Kodangal B82 PKSM Kanigiri B83 PKSM Kandukur B84 PKSM Giddalur B85 PKSM Cumbum B86 PKSM Chirala B87 PKSM Addhanki B88 NZB Nizamsagar B89 NZB Kamareddy B90 NZB Bodhan B91 NZB Bichkunda B

Page 34: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

92 NZB Banswada B93 NLR Venkatagiri B94 NLR Vakadu B95 NLR Udayagiri B96 NLR Sullurpet B97 NLR Rapur B98 NLR Podalakur B99 NLR Naidupet B

100 NLR Kovvur B101 NLR Kota B102 NLR Kavali Main Bus Station B103 NLR Gudur B104 NLR Buchireddypalem B105 NLR Atmakur (N) B106 NLG Yadagirigutta B107 NLG Suryapet Old Bus Station B108 NLG Narketpally B109 NLG Mall B110 NLG Devarakonda B111 NLG Choutuppal B112 NLG Bhongir B113 NLG Alair B114 NEC Tekkali B115 NEC Saluru B116 NEC S.Kota B117 NEC Parvathipuram B118 NEC Palasa B119 NEC Palakonda B120 NEC Narasannapet B121 NEC Kothavalasa B122 NEC Kotabommali B123 NEC Itchapuram B124 NEC Gajapathinagaram B125 NEC Bobbili B126 MDK Zahirabad B127 MDK Toopran B128 MDK Siddipet Old Bus Station B129 MDK Siddipet New Bus Station B130 MDK Sadasivpet B131 MDK Ramayampet B132 MDK Narsapur B133 MDK Narayankhed B134 MDK Medak New Bus Station B135 MDK Medak Old Bus Sattion B136 MDK Jogipet B137 MDK Gajwel B138 MDK Dubbaka B139 MBNR Wanaparthy B140 MBNR Shadnagar B141 MBNR Pebbair B142 MBNR Palem B

Page 35: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

143 MBNR Narayanpet Old Bus station B144 MBNR Narayanpet B145 MBNR Nagarkurnool B146 MBNR Makthal B147 MBNR Kothakota B148 MBNR Kosgi B149 MBNR Kollapur B150 MBNR Kalwakurthy B151 MBNR Gadwal B152 MBNR Badepalli B153 MBNR Aieeza B154 MBNR Achampet B155 KRNL Yemiganur B156 KRNL Srisailam B157 KRNL Nandikotkur B158 KRNL Mantralayam B159 KRNL Kosigi B160 KRNL Koilakuntla B161 KRNL Kodumuru B162 KRNL Dhone B163 KRNL Banganapalli B164 KRNL Atmakur B165 KRNL Allagadda B166 KRNL Adoni B167 KRMR Vemulawada B168 KRMR Sultanabad B169 KRMR Sircilla B170 KRMR Peddapally B171 KRMR Metpally B172 KRMR Manthany B173 KRMR Korutla B174 KRMR Jammikunta B175 KRMR Jagityal B176 KRMR Huzurabad B177 KRMR Husnabad B178 KRMR Godavarikhani B179 KRMR Dharamaram B180 KRI Vuyyuru B181 KRI Vissannapeta B182 KRI Vijayawada Old Bus Station B183 KRI Tiruvur B184 KRI Pamarru B185 KRI Nuzvid B186 KRI Nandigama B187 KRI Mylavaram B188 KRI Kankipadu B189 KRI Kanchikacherla B190 KRI Jaggaiahpeta B191 KRI Hanuman Junction B192 KRI Gidivada B193 KRI Gannavaram B

Page 36: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

194 KRI Challapalli B195 KRI Avanigadda B196 KMM Yellandu B197 KMM Wyra B198 KMM Thallada B199 KMM Sattupally B200 KMM Paloncha B201 KMM Madhira B202 KMM Kothagudem B203 KMM Bhadrachalam B204 KDP Rayachoti B205 KDP Rajampet B206 KDP Pulivendula B207 KDP Proddutur B208 KDP Porumamilla B209 KDP Mydukur B210 KDP Jammalamadugu B211 KDP Badvel B212 HYD Ibrahimpatnam B213 GNT Vinukonda B214 GNT Tenali Old Bus Sattion B215 GNT Tenali New Bus Station B216 GNT Sattenapalli B217 GNT Repalle B218 GNT Ponnur B219 GNT Piduguralla B220 GNT Peddakakani B221 GNT Narasaropet B222 GNT Mangalagiri B223 GNT Macherla B224 GNT Chilakaluripeta B225 GNT Bapatla B226 EG Tuni B227 EG Samarlakota B228 EG Razole B229 EG Ravulapalem B230 EG Ramachandrapuram B231 EG Pithapuram B232 EG Peddapuram B233 EG Jaggampet B234 EG Eleswaram B235 EG Annavaram B236 EG Amalapuram B237 CTR Vayalpadu B238 CTR V.Kota B239 CTR Tirumala B240 CTR Srikalahasthi B241 CTR Satyaveedu B242 CTR Puttur B243 CTR Piler B244 CTR Palamaneru B

Page 37: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

245 CTR Madanapalli B246 CTR Kuppam B247 ATP Tadipatri B248 ATP Puttaparthy B249 ATP Penukonda B250 ATP Kalyandurg B251 ATP Kadiri B252 ATP Hindupur B253 ATP Guntakal B254 ATP Gooty B255 ATP Dharmavaram B256 ATP Atmakur B257 ADB Nirmal B258 ADB Mancheral B259 ADB Luxettipet B260 ADB Khanapur B261 ADB Bhainsa B262 ADB Asifabad B263 WL Wardhannapet C264 WL Raghunathapalli C265 WL Nallabelly C266 WL Maripeda C267 WL Girnibai C268 WL Cherial C269 WL Atmakur C270 WG Unguturu C271 WG Undi C272 WG T Narasapuram C273 WG Polavaram C274 WG Poduru C275 WG Pippara C276 WG Pentapadu C277 WG Pedavegi C278 WG Pedapadu C279 WG Marteru C280 WG Koyyalagudem C281 WG Kamavarapukota C282 WG Kalla C283 WG Iragavaram C284 WG Ganapavaram C285 WG Dwaraka Tirumala C286 WG Devarapalli C287 WG Akiveedu C288 VSP Visakhaptnam Steel City C289 VSP Sabbavaram C290 VSP Pendurthi C291 VSP Pedagantyada C292 VSP Payakaraopet C293 VSP Parawada C294 VSP Nakkapalli C295 VSP Muvvalavanipalem C

Page 38: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

296 VSP Makkavarapalem C297 VSP Devarapally C298 VSP Chintapalli C299 VSP Araku C300 SEC Shamirpet C301 SEC Sanathnagar C302 SEC Medchal C303 SEC Keesaragutta C304 SEC ECIL X Roads C305 RRD Tunkimetla C306 RRD Mominpet C307 RRD Bantaram C308 PKSM Yerragondapalem C309 PKSM Vetapalem C310 PKSM Ulavapadu C311 PKSM Thripuranthakam C312 PKSM Santhanuthalapadu C313 PKSM Pullalacheruvu C314 PKSM Parchur C315 PKSM Pamuru C316 PKSM Nagulappalapadu C317 PKSM Kondepi C318 PKSM Kadavakuduru C319 PKSM Inkollu C320 PKSM Chinaganjam C321 PKSM Cheemakurthy C322 PKSM C S Puram C323 NZB Yellareddy C324 NZB Yedapalli C325 NZB Varni C326 NZB Tadwai C327 NZB Rudrur C328 NZB Pitlam C329 NZB Perkit C330 NZB Navipet C331 NZB Nasrullabad C332 NZB Nandipet C333 NZB Morthad C334 NZB Lingampet C335 NZB Kammarpally C336 NZB Indalwai C337 NZB Gandhay C338 NZB Domakonda C339 NZB Dichpally C340 NZB Bibipet C341 NLR Vinjamur C342 NLR Totapalliguduru C343 NLR Tada C344 NLR Ozili C345 NLR Muthukur C346 NLR Kaligiri C

Page 39: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

347 NLR Jaladanki C348 NLR Dakkili C349 NLR Dagadarthi C350 NLR Chuttamuru C351 NLR Chilakuru C352 NLR Balayapally C353 NLG Ramannapet C354 NLG Nakrekal C355 NLG Nagarjunasagar C356 NLG Mothkur C357 NLG Marriguda C358 NLG M Turkapalli C359 NLG Konda Mallepally C360 NLG Huzurnagar C361 NLG Haliya C362 NLG Chityal C363 NEC Sompeta C364 NEC Seethanagaram C365 NEC Sarvakota C366 NEC Sarunujjili C367 NEC Ramabhadrapuram C368 NEC Pondhur C369 NEC Nivagam C370 NEC Melaiputti C371 NEC Kotturu C372 NEC Hiramandalam C373 NEC Gummalaxmipuram C374 NEC Gara C375 NEC Cheepurupally C376 NEC Baruva C377 NEC Balijapeta C378 MDK Tekmal C379 MDK Peddashankarampet C380 MDK Nyalkal C381 MDK Mirdoddi C382 MDK Kowdipally C383 MDK Kodapaka C384 MDK Chegunta C385 MBNR Veldanda C386 MBNR Telkapalli C387 MBNR Shabad C388 MBNR Nawabpet C389 MBNR Marikal C390 MBNR Maddur C391 MBNR Kundurg C392 MBNR Kondapaka C393 MBNR Koilkonda C394 MBNR Ganpur C395 MBNR Dindi C396 MBNR Devarakadra C397 MBNR Bijenepalli C

Page 40: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

398 MBNR Atmakur C399 MBNR Amrabad C400 MBNR Amangal C401 MBNR Alampur C402 MBNR Addakal C403 KRNL Velugodu C404 KRNL Ulindakonda C405 KRNL Peddakadubur C406 KRNL Peapally C407 KRNL Pattikonda C408 KRNL Panyam C409 KRNL Orwakal C410 KRNL Mahanandi C411 KRNL Kowthalam C412 KRNL Kolimiguntla C413 KRNL K.Nagalapuram C414 KRNL Jupadu Bungala C415 KRNL Gonegandla Bus Shelter C416 KRNL Gadivemula C417 KRNL Devanakonda C418 KRNL Chagalamarri C419 KRNL Aluru C420 KRMR Yellareddipet C421 KRMR Uppal C422 KRMR Thimmapur C423 KRMR Ramagundam C424 KRMR Pegadapally C425 KRMR Mulkanoor C426 KRMR Mahadevpur C427 KRMR Kodimyal C428 KRMR Kaleswaram C429 KRMR Illanthakunta C430 KRMR Gangadhara X Raod C431 KRMR Dharmapuri C432 KRMR Choppadandi C433 KRI Ventrapragada C434 KRI Vadlamannadu C435 KRI Rudrapaka C436 KRI Pedana C437 KRI Nagayalanka C438 KRI Mudinepalli C439 KRI Movva C440 KRI Mopidevi C441 KRI Mandavalli C442 KRI Kaikaluru C443 KRI Ibrahimpatnam C444 KRI Chigurumamidi C445 KRI Bantumilli C446 KRI Autonagar C447 KRI Agiripalli C

Page 41: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

448 KMM Venkatapuram C449 KMM V M Banjara C450 KMM Palair C451 KMM Manuguru C452 KMM Mandalapally X Raod C453 KMM Kunavaram C454 KMM Edula Bayyaram C455 KMM Dammugudem C456 KMM Cherla C457 KMM Bandarugudem (Suraksha) C458 KMM Ashwaraopet C459 KDP Yerraguntla C460 KDP Vempally C461 KDP Rajupalem C462 KDP Pullampet C463 KDP Kondapuram C464 KDP Kalasapadu C465 KDP Galiveedu C466 KDP Bestapalli C467 HYD Yacharam C468 HYD Women's College (Koti) C469 HYD Uppal C470 HYD Shamshabad C471 HYD Manchalu C472 HYD Koti Terminus C473 HYD Hayathnagar C474 HYD Ghatkesar C475 HYD CBS Hanger C476 HYD Afzalgunj C477 GNT Vellatur C478 GNT Thallur C479 GNT Tadikonda C480 GNT Tadepalli C481 GNT Prathipadu C482 GNT Pitlavanipalem C483 GNT Phirangipuram C484 GNT Peddanandipadu C485 GNT Pedakurapadu C486 GNT Nadendla C487 GNT Kollipara C488 GNT Gurajala C489 GNT Dachepalli C490 GNT Amaravathi C491 GNT Achampet C492 EG Seethanagaram C493 EG Rampachodavaram C494 EG Prathipadu C495 EG Pedapudi C496 EG Mummidivaram C497 EG Maredumilli C

Page 42: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

498 EG Mandapet C499 EG Korukonda C500 EG Kathipudi C501 EG Kadiyam C502 EG K.Gangavaram C503 EG Gollaprolu C504 EG Gokavaram C505 EG Draksharamam C506 EG Dhawaleshwaram C507 EG Attreyapuram C508 EG Amnajipeta C509 EG Addathigala C510 CTR Tambalapalli C511 CTR Rompicherla C512 CTR Rangampet C513 CTR Puthalapattu C514 CTR Pichatur C515 CTR Patur C516 CTR Pakala C517 CTR Karvetinagaram C518 CTR Kalikiri C519 CTR Kalakada C520 CTR Choapalli C521 CTR CHANDRAGIRI C522 CTR Bangarupalem Bus Shelter C523 CTR Bakrapet C524 CTR Alipiri C525 ATP Singanamala C526 ATP Rayadurg C527 ATP Peddapappur C528 ATP Madakasira C529 ATP Kundurpy C530 ATP Kanekal C531 ATP Gudibanda C532 ATP Chilamathur C533 ATP Bukkapatnam C534 ATP B K Samudram C535 ATP Amarapuram C536 ADB Utnoor C537 ADB Sarangpur C538 ADB Mudhole C539 ADB Mandamarri C540 ADB Lokeswaram C541 ADB Kowthala C542 ADB Kagaznagar C543 ADB Jannaram C544 ADB Jainath C545 ADB Gudihatnoor C546 ADB Chennur C547 ADB Boath C

Page 43: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

548 ADB Bellampalli C549 ADB Bazar Hatnoor C550 ADB Basar C

Page 44: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

ANNEXURE-VI

Parcels should be packed in good conditions either in deal wood/steel boxes, card board cases or in gunny bags depending on nature of parcel for safe transportation. The following conditions are suggested for the package of certain items.

No parcel shall weigh more than 50 kgs.

Oil, Ghee, Paints, Grease etc., should be packed either in sealed tins or cans without any leakage.

Butter should be packed in sealed tins.

Delicate articles shall be obtained if suitably packed in boxes and properly closed on all sides and marked as “HANDLE WITH CARE” “GLASS” in bold letters. Whenever medicines like Syrups, Tonics are to be transported in bottles proper packing should be made to avoid damages en-route.

Eggs and other perishables must be packed in baskets or other containers so that they may be properly protected during transit.

Straw Berry, Mangoes and similar fruits and vegetables, flowers and leaves should be packed so as to prevent damage to them during transit. Preferably they may be packed in baskets or boxes as is convenient.

Small furniture articles need not be packed if sufficiently strong, to be carried on buses.

Machinery or parts, if delicate should be crated or packed in boxes. However, certain parts, which can withstand transit handling need not have any packing. Tyres loaded on the top of the buses should be tied properly to avoid missing /losses.

Jaggery must be packed in gunny bags / baskets. Similarly cereals and other food stuffs should be packed in containers.

Costly articles such as Zari Sarees etc. should be packed carefully in metal or wooden boxes.

Page 45: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

Hardware and such other building materials which can be carried on buses should be packed in gunny bags or suitable containers. However, small wooden parts etc. may not require any special package.

Piece goods of cotton, woolen etc. should be packed in gunny bags. The size of the parcel shall not exceed 100 cm x 60 cm x 60 cms.

Page 46: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days

ANNEXURE-VII

RegionTYPE WISE NO. OF BUSES (Including Hire)

Pallevelugu Express Deluxe

Super Luxury

TOTAL BUSES

HYD 0 0 0 0 0SEC 0 0 0 0 0

MBNR 548 246 25 26 845NLG 454 173 81 19 727MDK 378 164 17 19 578RRD 234 182 23 99 538

KRMR 536 271 29 59 895NZB 351 222 33 34 640ADB 368 140 23 54 585KMM 287 236 46 57 626WL 490 247 56 44 837NLR 529 238 29 92 888

PKSM 497 162 64 120 843CTR 708 291 28 116 1143ATP 450 329 23 134 936KDP 510 235 57 129 931

KRNL 554 163 75 169 961GNT 764 234 94 114 1206KRI 391 161 100 233 885WG 408 102 30 76 616EG 495 121 83 112 811VSP 197 58 60 45 360NEC 545 239 77 20 881

CORPORATION 9694 4214 1053 1771 16732

Page 47: tendernew.doc · Web viewTender documents can be obtained from the office of the Chief Commercial Manager from 30.04.13 to 31.05.13 between 10.30 AM and 05.00 PM on all working days