Upload
truongdan
View
234
Download
1
Embed Size (px)
Citation preview
1
BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LIMITED
5th
Floor Biscouman Bhawan, Gandhi Maidan, Patna-800001
Date: 27.05.2013
NOTICE INVITING TENDER
Sealed Tenders are invited from Experienced, reputed/ Registered Transporters for
transporting Drugs, Surgical & Sutures within State of Bihar from BMSICL Warehouses
which are at Fatuha, Muzaffarpur, & Kasba (Purnia). Tender documents can be purchased
from this office on payment of Rs 2000/-(Two Thousand only) against tender fee. Tender
forms can also down loaded from BMSICL website: www.bmsicl.gov.in. and Tender fee (Rs
2000/-) can be submitted along with the tender. The Tenders will be received up to 3.00PM
on 17.06.2013 And will be opened at 3.30PM on the same day at BMSICL OFFICE.
(Managing Director)
Bihar Medical Services and Infrastructure Corporation Ltd
2
TENDER
FOR
Transport Services for Supply of Drugs, Surgical &
Sutures
Tender No: BMSICL/2013-14/TPT-001
Bihar Medical Services & Infrastructure Corporation Limited
5th Floor, Biscomaun Bhawan, Gandhi Maidan,
Patna (Bihar), India
3
Bihar Medical Services and Infrastructure Corporation, Limited, Patna.
5th Floor Biscomaun Bhawan Gandhi Maidan,
Patna (Bihar) India
Telephones: 0612-2219634/35 Fax: 0612-2219634 Email: [email protected]
INVITATION FOR BIDS
FOR
Provision of Transport Services for Supply of Drugs, Surgical & Sutures
BID REFERENCE: BMSICL/2013-14/TPT-001
DATE OF COMMENCEMENT OF
SALE OF BIDDING DOCUMENT: 27/05/2013
LAST DATE FOR SALE OF
BIDDING DOCUMENT: 17/06/2013
PRE-BID MEETING: 03/06/2013at 12.00 pm
LAST DATE AND TIME FOR
RECEIPT OF BIDS: 17/06/2013 UPTO 03.00 pm
TIME AND DATE OF OPENING: 17/06/2013AT 03.30 pm
OF BID
PLACE OF OPENING OF BIDS: Bihar Medical Services & Infrastructure Corporation
Limited, 5th Floor, Bisomaun Bhawan, Gandhi Maidan,
Patna 800001. Bihar
ADDRESS FOR COMMUNICATION: Bihar Medical Services & Infrastructure Corporation
Limited, 5th Floor, Bisomaun Bhawan, Gandhi Maidan,
Patna 800001. Bihar
4
INDEX
1. ELIGIBILITY CRITERIA------------------------------------------------------------05
2. INSTRUCTION TO TENDERERS -----------------------------------------------05
3. GENERAL TERMS AND CONDITIONS------------------------------------------06
4. DOCUMENTS TO BE SUBMITTED -----------------------------------------------07
5. SPECIAL TERMS & CONDITIONS OF TRANSPORT CONTRACT----08
6. ANNEXURE- I ---------------------------------------------------------------------------12
7. ANNEXURE – II ------------------------------------------------------------------------13
8. ANEEXURE – III -----------------------------------------------------------------------14
9. ANNEXURE – IV -----------------------------------------------------------------------16
10. CONTACT DETAIL – V --------------------------------------------------------------28
5
Tender for Transport Services for Supply of Drugs, Surgical & Sutures
MANAGING DIRECTOR BIHAR MEDICAL SERVICES AND INFRASTRUCTURE CORPORATION LTD. FOR
& ON BEHALF OF DEPARTMENT OF HEALTH, GOVERNMENT OF BIHAR (GoB), (hereinafter referred as
Tender Inviting Authority unless the context otherwise requires) invites TENDER FOR Transport
Services for Supply of Drugs, Surgical & Sutures for 2013-14, & 2014-15
I. Eligibility Criteria
1. The bidders shall own a fleet of at least 10 trucks OR having tie-up 20 trucks of
minimum capacity 1.5 Tonnes. The details of the vehicles owned or tie up shall be
furnished through authentic documents showing registration number, ownership,
capacity etc. (Attested copies of RC Books, for example).
2. Transporters should have achieved an Average Annual Turn Over of Rs. 25
lakh in the last 3 years with proof of Balance sheet / IT returns.
3. At least one office in Patna & have well equipped office in Patna with good
communication facilities like phone, fax, e-mail and PC
4. Should submit notarized affidavit that they have not been blacklisted or suspended by
any of Government agency across India.
5. Agency should have an experience with Government, Semi Government or PSU’S.
Related documents should be attached at the time of submitting the tender.
II. INSTRUCTION TO TENDERERS
1. The tender is processed in Two parts viz.
Part A: Techno Commercial bid.
Part B: Price Bid.
Part A of the tender form which is the Techno Commercial bid along with duly filled must
be submitted in one sealed envelope super scribed with tender reference and “Techno
Commercial Bid”.
Part B of the tender form which should contain only the price bid must be
submitted in another separate sealed envelope Super scribed with tender
reference and “Price bid” as per price bid format.
6
All enclosures tenderers wish to submit must be enclosed with technical bid only and Price
bid envelope must contain only rates.
2. Both separately sealed Techno commercial bid and Price bid must be put in a single
envelope super scribed with tender reference and must be dropped in the tender box
after identifying the box kept in the reception within specified date and time by the
representative of the tenderer. Late offers and quotes through e-mail / fax/ courier will
not be considered.
3. All tenderers can witness the opening of Techno-commercial bid. After evaluation of
techno-commercial bids, price bids of only those transporters who are techno
commercially found suitable will be opened on a subsequent date which will be
informed to concerned parties in advance for witnessing price bid opening.
4. All entries in a tender document should be in one ink, corrections, over writings,
cuttings, etc. are not permitted. All the columns in the tender form should be filled
without leaving blank in any page of the tender and all the pages must be duly
signed & seal by the tenderer.
5. Tender forms can be collected from the office of BMSICL on working days between
10.30 Hr and 17.30 Hr, after payment of Rs 2000/- (Rupees Two thousand only) by
way of Demand draft drawn in favour of “Managing Director, BMSICL” payable
at Patna. Tender forms can also be downloaded from the website www.bmsicl.gov.in.
However, tender form fee of Rs.2000/- in such cases to be paid along-with tender by a
separate DD (non refundable). Any amendments to the tender will be put on website
only.
III. GENERAL TERMS AND CONDITIONS
1. In quoting the rates, the tenderers are advised to take into account all the factors
including any fluctuations in the market rates, toll charges, entry charges etc. No claim
shall be entertained on this account after acceptance of the tender or during the currency
of the Contract.
2. Before tendering, the tenderers are advised to carefully go through the Terms and
Conditions of the Contract and the Tender Notice which form part of the Agreement to
be entered into.
3. The rates quoted shall remain valid for 3 MONTHS from the date of opening of tenders.
Withdrawal of tender during the above period of three months shall entail forfeiture of
the full amount of the Earnest Money Deposit.
4. In the event of the tender being submitted by a firm, the tender must be signed
separately and legibly by each partner or member of the firm or in their absence, the
person holding the power of attorney on behalf of the firm. In the later case, the power
of attorney, duly attested by a Gazetted Officer, must accompany the tender.
7
5. Every tender must be accompanied by a Demand Draft for Rs.50,000/- (Rupees Fifty
Thousand only) drawn in favour of Managing Director, BMSICL, Payable at Patna
towards Earnest Money. This money shall not carry any interest and the money will be
refunded to the unsuccessful tenderers after three months from the date of opening of
the tender or within one week from the date of finalisation of the award whichever is
later. EMD can be deposited by a DD from Scheduled Banks.
6. Tenders without Earnest Money Deposit will not be accepted. EMD is to be paid by a
DD only. Payment by any other mode except DD towards Earnest Money Deposit is not
acceptable.
7. Successful Tenderer has to submit a performance security of Rs 250000/- (Two lakh
Fifty Thousand Only) in form of Demand Draft or Bank guarantee in the format given
by BMSICL.
8. Successful tenderers have to execute an agreement on stamp paper of Rs.100/- as token
of having accepted the rates, terms and conditions of this Contract.
9. In case the Transporters whose tender is accepted fails to sign the contract Bond and
deposit the necessary Security deposit and arrange for Bank guarantee as required,
within fifteen days from the date of receipt of orders to execute the contracts, the
amount of Earnest Money already deposited by them shall be forfeited and acceptance
of his tender will be withdrawn.
10. If a Tenderer withdraws their offer after submission and before acceptance of their
tender then the Earnest Money deposited by him is liable to be forfeited.
11. BMSICL, reserves the right to accept or reject any tender in part or full at their
discretion without assigning any reason.
12. The offers should be in full conformity with the terms and condition of this tender. No
counter conditions are acceptable, and incorrect and incomplete tenders will be rejected.
13. Tenders not submitted on the prescribed forms will be rejected.
14. The Contract shall be in force for THREE YEARS from the date of award of contract
15. If a tenderer deliberately gives wrong information in his tender or creates conditions
favourable for the acceptance of his tender, BMSICL, reserves the right to reject such
tender at any stage.
16. If any unethical practices are adopted for securing the Contract, The offer of such a
tenderer shall be rejected.
IV. DOCUMENTS REQUIRED TO BE SUBMITTED
• Certificate of incorporation / registration
• Article or Memorandum of Association or partnership deed as the case
may be.
8
• Registration certificate from central excise and trade/sales tax department.
• Non-conviction certificate / an affidavit duly notarized.
• Names & Addresses of reputed firm / Government of India Undertakings /
State Government establishments with whom Contracts have been entered
into by the tenderers, during last five years.
• Printed list of the offices with full address and telephone numbers of the
tenderer.
• Registration number of the vehicles owned or Tie up by the Tenderers with
details of the coverage of Permit.
V. SPECIAL TERMS & CONDITIONS OF TRANSPORT CONTRACT
1. The Security Deposit is liable to be forfeited for any breach in the terms and conditions
of the Contract on the part of the Tenderer and in addition the Carrier shall be liable
for any loss or damage that may be caused to the materials of BMSICL.
2. Transit Insurance should be done by transporter, all charges regarding this will be paid
by transporter.
3. The Bank Guarantee is liable to be revoked at any time for any breach in the terms and
conditions of the Contract. However this Bank Guarantee shall be released only after
six months from the date of successful completion of the Contract.
4. BMSICL will make the agreement with L1 Declared Bidder.
5. The division of load is purely based on the rates quoted at the first instance and to
encourage healthy competition. However, for the sake of winning the contract if rates
are quoted and after award of the contract, if a transporter refuses to place the truck on
grounds of non remunerative route or other problems then BMSICL reserves the right
to either to get the truck from open market and deduct the charges from the concerned
transporters pending bills or to alter the division of load or to entirely disqualify such
transporters and go to the next lowest bidder out of the original evaluation. This will
be applicable throughout the contract period.
6. For this purpose the contractors will be intimated about non performance in writing
and if there is no improvement within next 15 days, a final warning will be issued. If
there is no improvement in the next one week after the issue of final warning then the
necessary action as decided by BMSICL will be taken and no appeal will be
entertained.
7. The rates agreed between BMSICL and the successful tenderer shall be inclusive of
loading at despatch point and unloading at destination point and all extra charges like
Transit Insurance, Toll tax, and collection charges etc. The working safety of all
persons of transporter like loading, unloading, driver, cleaner shall be ensured by the
transporter and BMSICL does not accept any liability on this account.
9
8. In case of any damage, accident to the articles or the trucks carrying the articles, the
Consignor should be informed immediately for taking further action at their end.
9. Prompt delivery of the consignment is of prime importance and penalty will be
levied for delay. The time applicable for transportation will be 200 km. In three Days
in case of full load by Truck and Mini Truck.
The transit time allowed for delivery of the consignments will be as under:
i. 0 - 200 Kms 03 Days
ii. 201 and above in Bihar 05 Days
Delay in delivery beyond the above period will attract penalty @ 2% per day or part thereof
subject to a maximum of 20% of the total freight against particular consignment.
Managing Director or GM (Inventory) / DGM (SC) may however review the penalty based
on the representation by the Transporter and waive off penalty if justifiable
10. In case the materials are delivered at wrong destination or short delivered it will be the
responsibility of the Contractor to collect the material and deliver to the correct
consignee at the risk and expenditure of the Contractor. Contractor will not be eligible
for any payment on account of such additional trips involved.
11. For full truck-load of BMSICL materials, No Transshipment will be allowed, as the
materials are of Essential in nature and should be carried in trucks directly to the
destination. The truck No. in which the material is originally loaded should be
recorded in the L/R and acknowledgement obtained from the Consignee for both
materials and the Truck No. In case of transshipment due to unavoidable reason, prior
permission from BMSICL authorities to be obtained in writing ( by e-mail).
12. All road permits or licenses or any other relevant authorisation from competent
authority, as required for running the vehicles shall be obtained by the Contractor at
his own cost. All road rules pertaining to different States should be followed by the
Contractor.
13. It shall be the responsibility and obligation of the Carrier to ensure safety & security of
the consignments entrusted to him for carriage and to effect the delivery to the
designated consignee in the same sound condition as received by him and within the
time schedule stipulated. Any destruction, deterioration, or damage or breakage caused
to the articles entrusted to the Carriers for carriage shall be made good by the Carriers
only.
14. Once the materials are accepted for transportation by the Contractor, they shall be
deemed to have been handed over by the Consignor in good condition and thereafter it
becomes the responsibility of the Contractor to deliver the materials in safe condition
10
to the Consignee. In case the consignee reports any breakages or shortages, the
Contractor should make good of the loss.
15. The Contractor shall not sublet or transfer the contract or any part thereof which
tantamount to termination of the contract and result in forfeiture of the Security
Deposit & revoking the Bank Guarantee.
16. If BMSICL, is dissatisfied with the performance of the Contractor, their contract is
liable to be terminated at any of the time by giving prior written notice of 30 days
subject to further action as indicated in Condition No.1.
17. Bills for payment of Transport charges shall be submitted by the Contractor separately
for each consignment in triplicate along with the original and a photocopy of the
discharged goods consignment note duly acknowledged by the Consignee / Store
Keeper or his representative with his Name, Signature, seal, Phone Number.
18. BMSICL, will arrange to pay the Contractor's bills after scrutiny within 45 days from
the date of receipt of bill by Electronic Fund Transfer (EFT).
19. a). The Contractors must be able to produce the vehicle for any of the place within
Bihar as per BMSICL requirement within one day from the time of indent for the
despatch of materials.
b) If the Carriers fails to supply the required number of vehicles in time, BMSICL
reserves the right to fix up any other Carrier who can render immediate service
and the extra freight paid over the Contract rate shall be recovered from the bills
pending to be paid to the Contractor who fails to supply such vehicles. If such
instances are repeated frequently, the matter will be viewed seriously and action
will be initiated for breach of contract.
20. Whenever diesel price reaches +/- 5% of the existing diesel price per litre on the date
of opening of financial bid, the revision in transportation rate shall be considered. The
freight rate is subject to revise at the rate of 03 paisa per Ton/Km for every 10 paisa
statutory increase/decrease in diesel price (including taxes applicable at Patna).
21. The contract shall remain in force for a period of Three Years with effect from the date
of award of Work order.
22. The Contractor shall have no right to demand at any time during the currency of the
Contract, any minimum quantity of load for the transportation.
23. While accepting the consignments for transportation, the Carriers should ensure that
necessary documents for Check-post are collected, so that the consignments are not
detained en-route for want of these documents. Any detention or expenses incurred on
this account shall be the Carrier's responsibility to get the consignment released and
11
delivered in time. In case of floods/Strikes/Riots materials should be kept in
transporter’s godown.
24. Where BMSICL, intends to depute an escort for certain important consignments, the
escort should be allowed to go in the same vehicle to such destination without any
extra charges.
25. Bills shall be submitted for payment immediately along with the consignee's
acknowledgement and there should not be delay in any case for more than One Month.
26. In case of detention of truck for 24 hours or more in the loading or unloading of
BMSICL consignment at source or destination, detention Charges of Rs.800/- per day
for full truckload shall be paid subject to production of documentary evidence.
27. The Contractors should have their OFFICE at Patna through which only all
transactions of booking the vehicles and settling all day to day transactions shall be
made. The concerned Person should have the authority to take all decisions in respect
of this contract. Offers of Contractors whose Office is not located in Patna shall be
rejected.
28. All disputes and differences arising out of the contract shall be referred to the
Managing Director, BMSICL , who is hereby constituted as the sole Arbitrator and his
decision shall be final and binding on the parties.
29. In respect of all matter arising out of or pertaining to the Contract, the cause of action
thereof shall be deemed to have arisen only at Patna where BMSICL is situated. All
legal proceedings pertaining to the above matters or disputes shall be instituted only in
Courts having territorial jurisdiction over the place where BMSICL is situated and no
other Court shall have the jurisdiction.
30. The Tenderer has accepted the terms and Conditions stated above and has signed in all
pages after understanding.
Signature & seal of the Tenderer
(Name in Block Letters)
12
ANNEXURE-I
PART- A TECHNICAL BID
To
Date:
Managing Director
Bihar Medical Services & Infrastructure Corporation Ltd,
5th
Floor Biscouman Bhawan,
Gandhi Maidan, Patna-800001
Dear Sir,
I/We hereby offer to carry out the work of transportation of small, mini, part, and full lorry
loads from BMSICL Warehouses to any other places within the Bihar as given in the scope of
work.
I/We have carefully perused the following documents connected with the above mentioned
work and agree to abide by the same.
1. Notice inviting tenders,
2. Tender Notice,
3. Terms and Conditions of contract,
4. Details of Schedule of Rates.
I/We forward herewith a Demand Draft No.................................. dt…………
for Rs.50,000/- (Rupees Fifty Thousand only) on towards Earnest Money which shall be
refunded should this tender is not accepted. I/We further agree to deposit the Security Deposit
and also Bank Guarantee as stipulated as per Tender Clause.
I/We further agree to execute all the work referred to in the said documents as per the terms
and conditions contained or referred to in tender notice and as per schedule of rates.
I/We further agree to refer all disputes in case arises to the sole arbitration of the Managing
Director, BMSICL, or his appointee for Arbitration in his sole discretion, whose decision
shall be final and binding on both parties.
Signature of the tenderer
(Signature with Address)
13
ANNEXURE-II
QUESTIONNAIRE (Forming part of the Contract to be filled in by the tenderer)
1. Name in full under which the :
Tenderer is trading
2. Address of the Official premises:
3. Telephone No. :
4. Registered as: Public limited Co / Pvt Ltd / Partnership / others specify
5. Address of the Partner/
Proprietors of the tenderer’s firm/ :
concern and in case of companies:
particulars as to Manager,
Managing director, Directors or :
Managing Agents as the case :
May be
6. Since how long you are in the : Up to 1 year / 1-5 years / 5 years and above
transport trade
7. How many vehicles you own or having Tie ups:
8. Name of your important clients: Attach Separate Sheet
9. Are you an approved Carrier in Govt. Dept : Please attach separate sheet
If so, furnish the name of the Dept.
I, we hereby certify that to the best of my / our knowledge the particulars furnished above are
true. Please treat the above information as confidential and should not be divulged to
unauthorized persons.
Signature & seal of the Tenderer
14
ANNEXURE-III
REGIONAL WAREHOUSE CONNECTIVITY LIST WITH RESPECTIVE DISTRICTS
REGIONAL WAREHOUSES
S.No Regional Warehouses Districts Distance (KM)
1 From Patna (Fatuha) To
Patna 35
Jahanabad 75
Nalanda(Bihar Shariff) 60
Gaya 140
Arwal 113
Aurangabad 175
Bhojpur 85
Rohtas 185
Buxar 165
Lakhisarai 110
Sheikhpura 117
Munger 152
Jamuai 149
Kaimur, Bhabhuwa 245
Nawada 85
2 From Muzzaffarpur To
Muzzaffarpur 7
Purbi Champaran 110
Paschimi Champaran 198
saran, Chapra 95
Gopalganj 137
Hajipur, Vaishali 65
Siwan 148
Samastipur 72
Darbangha 67
Madhubani 105
Sheohar 68
Sitamarhi 64
3 From Purnia (Kasba) To
Purnia 30
15
Supaul 145
Madhepura 110
Saharsa 185
Araria 50
Kishanganj 88
Kathiyar 51
Khagaria 167
Bhagalpur 120
Banka 167
Begulsarai 208
16
ANNEXURE-IV
PRICE- BID- I
Single Consignment
S.No Capacity Of Carriage Rates Without Tax Rates Without Tax In Words
1 Per Ton / K.M
Note
• BMSICL Will demand 1.5 Ton, 2.5 Ton, 4Ton & 9 Ton vehicle depending upon
need.
• Minimum ensured Km given to Transporters will be 25 Km.
• There will be single & Mixed consignment, In mixed consignment Bill will be paid
as per longest distance.
• Distance will strictly Calculated on the basis of Annexure III..
• All the above given rates should be without taxes.
• The above rates should be inclusive of loading at despatch point and unloading at
destination point and all extra charges like Transit Insurance, Toll tax, and collection
charges etc.
• The above rates quoted should be exclusive of taxes.
MIXED CONSIGNMENT ROUTE CHART
S.No Description
1 Fatuha To PMCH, NMCH Patna (C.S)
2 Fatuha To Jehanabad ,Gaya (C.S) & Gaya
Medical College
3 Fatuha To Nalanda & Nawada (C.S)
4 Fatuha To Sheikpura & Jamuai (C.S)
5 Fatuha To Munger & Lakhisarai (C.S)
6 Fatuha To Arwal & Aurangabad (C.S)
7 Fatuha To Bhojpur(Arrah) & Buxar (C.S)
8 Fatuha To Rohtas( Sasaram) Kaimur
(Bhabhuwa)
9 Muzaffarpur To Muzaffarpur (C.S) &
S.K.M.C.H
10 Muzaffarpur To Purbi Champaran & Paschimi
Champaran (C.S)
11 Muzaffarpur To Saran(Chapra) & Hajipur
(C.S)
12 Muzaffarpur To Siwan & Gopalganj (C.S)
17
13 Muzaffarpur To D.M.C.H, Madhubani &
Darbangha (C.S)
14 Muzaffarpur To Sheohar & Sitamarhi (C.S)
15 Kasba To Purnia & Kathiyar (C.S)
16 Kasba To Araria & Kishanganj (C.S)
17 Kasba To Supaul, Saharsha & Madhepura
(C.S)
18 Kasba To JLNMCH, Banka & Bhagalpur (C.S)
19 Kasba To Khagaria & Begulsarai (C.S)
PRICE BID-II (For Cold Chain Drugs, Temperature between 2 Deg C to 8 Deg C)
S.No Description 1.5 Ton / KM
(In Rs)
1 Fatuha To
P.M.C.H, NMCH,
Gaya Medical
College, Patna,
Jahanabad, Gaya,
Nalanda, Arwal,
Aurangabad,
Bhojpur, Rohtas,
Buxar, Hajipur,
Lakhisarai,
Munger, Jamuai,
Kaimur, Nawada
2 Muzaffarpur To S.K.M.C.H,
D.M.C.H,
Muzaffarpur, Purbi
Champaran,
Paschimi
Champaran, Saran,
Gopalganj, Siwan,
Samastipur,
Darbangha,
Madhubani,
Sheohar, Sitamarhi
3 Kasba To
J.L.N.M.C.H,
Purnia, Supaul,
18
Madhepura,
Saharsa, Araria,
Kishanganj,
Kathiyar, Khagaria,
Bhagalpur, Banka,
Begulsarai
Note
• For Cold Chain Drugs, Single consignment will be given to supply to all the places
connected to respective Warehouse. Refrigerated Vehicle should be provided by the
transporter which maintains the required temperature.
PRICE BID-III (Optional)
Sl.No Name of
Districts
Sl.
No. P.H.C.'s Name
Per Ton / KM (In Rs)
Ara
ria
1 Araria Sadar
2 Bhargama
3 Farbisganj
4 Jokihaat
5 Kursakata
6 Natpatganj
7 Palasi
8 Raniganj
9 Sikati
Arw
al
1 Arwal Sadar
2 Kaler
3 Karpi
4 Kurtha
5 Sonbhadra wanshi surajpur*
Au
ran
gab
ad
1 Aurangabad Sadar
2 Daudnagar
3 Deo
4 Goh
5 Haaspura
6 Kutumba
7 Madanpur
8 Navinagar
9 Obera
10 Rafiganj
11 Varun
19
Ban
ka
1 Amarpur
2 Banka Sadar
3 Barahat
4 Baunsi
5 Belhar
6 Chanan
7 Dhouraiya
8 Fulidumra
9 Katoriya
10 Rajoun
11 Shambhu Ganj
Beg
usara
i
1 Bachhwara
2 Bakhari
3 Balia
4 Barauni
5 Begusarai Sadar
6 Bhaganwanpur
7 Cheriabariyapur
8 Chhoradhi
9 Dandari
10 Garhpura
11 Khudabandpur
12 Mansurchak
13 Matihani
14 Nawkothi
15 Sahebpur Kamal
16 Samho Akaha-Kurha
17 Teghra
18 Veerpur
Bh
ag
alp
ur
1 Bihpur
2 Gaura Dih
3 Gopalpur
4 Ismailpur
5 Jagdishpur
6 Kahalgaon
7 Kharik
8 Narayanpur
9 Nathnagar
10 Naughachhiya
11 Peerpainti
12 Rangra Chauk
13 Sabour
14 Sanhoula
15 Shahkund
16 Sultanganj
Bh
ojp
ur
1 Agiaon
2 Ara
3 Barahra
4 Bihia
5 Charpokhari
6 Gadhani
20
7 Jagdishpur
8 Koilwar
9 Peero
10 Sahaar
11 Sandesh
12 Shahpur
13 Tarari
14 Udawant Nagar
Bu
xar
1 Buxar Sadar
2 Bramhpur
3 Chakki
4 Chausa
5 Dumrao
6 Itarhi
7 Kesath
8 Nawanagar
9 Rajpur
10 Simri
Ch
am
p -
E
1 Adapur
2 Areraj
3 Banjariya
4 Bankatwa
5 Chakia
6 Chiraiya
7 Dhaka
8 Fenhara
9 Ghorasahan
10 Harsidhi
11 Kalyanpur
12 Kesaria
13 Kotwa
14 Madhuban
15 Mehasi
16 Motihari
17 Narkattiya (Chauradano)
18 Paharpur
19 Pakridayal
20 Patahi
21 Piprakothi
22 Ramgarhawa
23 Raxaul
24 Sangrampur
25 Sugauli
26 Tetraiya
27 Turkoliya
Ch
am
p-W
1 Bagha-1
2 Bagha-2
3 Bairiya
4 Bettiah
5 Bhitha
6 Chanpatia
21
7 Gonaha
8 Jogapatti
9 Laoriya
10 Madhubani
11 Mainataand
12 Manjholia
13 Narkatiyaganj
14 Nautan
15 Piprashi
16 Ramnagar
17 Sikta
18 Thakrdaha
Darb
han
ga
1 Alinagar
2 Bahardurpur
3 Baheri
4 Benipur
5 Biraul
6 Darbhanga Sadar
7 Gaura Bauram
8 Ghanshyampur
9 Hanuman Nagar
10 Hayaghat
11 Jaley
12 Keoti
13 Kiratpur
14 Kusheshwar Asthan
15 Kusheshwar Asthan (East)
16 Manigachhi
17 Singhwara
18 Taradih
Gaya
1 Amas
2 Atri
3 Bankebazar
4 Barachatti
5 Belaganj
6 Bodh-Gaya
7 Dhobhi
8 Dumaria
9 Fathepur
10 Gaya Sadar
11 Guraru
12 Gurua
13 Imamganj
14 Khizarsarai
15 Konch
16 Maanpur
17 Mohanpur
18 Mohara
19 Nimchak Bathanahi
20 Pariya
21 Sherghatti
22
22 Tankuppa
23 Tekari
24 Wazirganj
Go
palg
an
j
1 Baikunthpur
2 Barauli
3 Bhore
4 Fulwariya
5 Gopalganj
6 Hathua
7 Kataiya
8 Kuchayakote
9 Manjha
10 Panchdewari
11 Sidhwaliya
12 Thawe
13 Uchka Gaon
14 Vijaypur
Jah
an
ab
ad
1 Ghosi
2 Hulasganj
3 Jehanabad Sadar
4 Kako
5 Modanganj
6 Mukhudumpur
7 Ratnifaridpur
Jam
ui
1 Barhat
2 Chakai
3 Gidhaur
4 Islamnagar/Aliganj
5 Jamui Sadar
6 Jhajha
7 Khaira
8 Laxmipur
9 Sikandara
10 Sono
Kaim
ur
1 Adhaura
2 Bhabhua
3 Bhagawanpur
4 Chainpur
5 Chand
6 Durgawati
7 Kudra
8 Mohania
9 Nuyaw
10 Ramgarh
11 Rampur
Kati
har
1 Amdabad
2 Azamnagar
3 Balrampur
4 Barari
5 Barsoi
6 Dandkhora
7 Hasanganj
23
8 Kadwa
9 Katihar Sadar
10 Korha
11 Kursela
12 Manihari
13 Mansahi
14 Phalka
15 Pranpur
16 Samaili
Kh
ag
ari
a
1 Alauli
2 Beldaur
3 Chautham
4 Gogri
5 Khagaria Sadar
6 Mansi
7 Parbatta
Kis
han
gan
j
1 Bahadurganj
2 Dighal Bank
3 Kishanganj Sadar
4 Kochadhaman
5 Pothiya
6 Terhagachh
7 Thakurganj
Lakh
isara
i
1 Barahia
2 Chanan
3 Halsi
4 Kaser
5 Lakhisarai Sadar
6 Piprahiya
7 Ramgarh
8 Surajgarha
Mad
hep
ura
1 Alamnagar
2 Bihariganj
3 Chausa
4 Delarh
5 Gamhariya
6 Gwalpara
7 Kumarkhand
8 Madhepura Sadar
9 Murliganj
10 Puraini
11 Shankarpur
12 Singheshar
13 Uda-Kishanganj
Mad
hu
ban
i
1 Andhrathari
2 Babubarhi
3 Basopatti
4 Benipatti
5 Bisfi
6 Ghoghardiha
7 Harilakhi
8 Jainagar
24
9 Jhanjarpur
10 Khajauli
11 Khutauna
12 Ladaniya
13 Lokahi
14 Madhepur
15 Madhwapur
16 Pandaul
17 Phulparas
18 Rahika
19 Rajnagar
Mu
ng
er
1 Asharganj
2 Bariyapur
3 Dharahra
4 Haweli Kharagpur
5 Jamalpur
6 Munger Sadar
7 Sangrampur
8 Tarapur
9 Tetiya Bampar
Mu
zaff
arp
ur
1 Aurai
2 Bandra
3 Bochaha
4 Gaighat
5 Kanti
6 Katra
7 Kurhani
8 Madhwan
9 Meenapur
10 Motipur
11 Muraul
12 Musahari
13 Paro
14 Sahebganj
15 Sakra(Dholi)
16 Saraiya
Nala
nd
a
1 Asthawa
2 Bain
3 Biharsharif (Sadar )
4 Bind
5 Chandi
6 Ekangarsarai
7 Giriyak
8 Harnaut
9 Hilsa
10 Islampur
11 Karayparsaray
12 Katrisaray
13 Nagarnausa
14 Noorsarai
15 Parwalpur
16 Rahui
25
17 Rajgir
18 Sarmera
19 Silaw
20 Tharthari
Naw
ad
a
1 Akbarpur
2 Govindpur
3 Hasua
4 Kashichak
5 Kawakole
6 Meskaur
7 Nardiganj
8 Narhat
9 Nawada Sadar
10 Pakribarwa
11 Rajauli
12 Roh
13 Sirdala
14 WarsaligaNj
Patn
a
1 Athmalgola
2 Bakhtiarpur
3 Barh
4 Belchi
5 Bihta
6 Bikram
7 Danapur
8 Daniyawa
9 Dhanarua
10 Dulhinbazar
11 Fatuha
12 Ghoswari
13 Khusrupur
14 Maner
15 Masaurhi
16 Mokama
17 Naubatpur
18 Paliganj
19 Pandarak
20 Phulwarisharif
21 Punpun
22 Sadar Prakhand
23 Sampatchak
Pu
rnia
1 Amour
2 Baisa
3 Baisi
4 Banmankhi
5 Barharakothi
6 Bhawanipur
7 Dagrua
8 Dhamdaha
9 Jalalgarh
10 Kasba
11 Krityanandnagar
26
12 Purnia East
13 Rupauli
14 Srinagar
Ro
hta
s
1 Akauradhi gola
2 Bikramganj
3 Chenari
4 Dawath
5 Dehri
6 Dinara
7 Karakat
8 Karghahar
9 Kochas
10 Nasariganj
11 Nauhatta
12 Nokha
13 Rajpur
14 Rohtas Sadar
15 Sanjhauli
16 Sasaram
17 Shivsagar
18 Suryapura
19 Tilauthu
Sah
ars
a
1 Banma Itahari
2 Kahara(Saharsa)
3 Mahisi
4 Nauhatta
5 Patraghat
6 Pachgachhiya
7 Saorbazar
8 Silkhua
9 Simri Bhaktiarpur
10 Sonbarsa
Siw
an
1 Andhar
2 Barharia
3 Basantpur
4 Bhaganwanpur Hatt
5 Darauli
6 Daraunda
7 Ghuthani
8 Goriakothi
9 Hasanpur
10 Husainganj
11 Jiradei
12 Lakri Naviganj
13 Maharajganj
14 Mairwa
15 Nautan
16 Pachrukhi
17 Raghunathpur
18 Siswan
19 Siwan Sadar
S ar a n
1 Amnour
27
2 Baniyapur
3 Chapra Sadar
4 Dariyapur
5 Dighwara
6 Ekma
7 Garkha
8 Isuwapur
9 Jalalpur
10 Lahladpur Jantabazar
11 Maker
12 Manjhi
13 Marhaura
14 Mashrakh
15 Nagra
16 Panapur
17 Parsa
18 Revailganj
19 Sonpur
20 Tairaiya
33
Sam
as
tip
ur
1 Bithan
2 Dalsinghsarai
3 Hasanpur
4 Kalyanpur
5 Khanpur
6 Mohadinagar
7 Mohanpur
8 Morwa
9 Patori
10 Pusa
11 Rosera
12 Samastipur Sadar
13 Sarai Ranjan
14 Shivaji Nagar
15 Singhia
16 Tajpur
17 Ujiayarpur
18 Vibhutipur
19 Vidyapati Nagar
20 Waris Nagar
34
Sh
eo
har 1 Dumrikathsari
2 Piprahi
3 Tariyani(Narwara)
4 Puranhia
5 Sheohar Sadar
35
Sit
am
arh
i
1 Bairgania
2 Bajpatti
3 Bathanaha
4 Belsand
5 Bokhra
6 Chaurat
7 Dumra
8 Mazorganj
28
9 Nanpur
10 Parihaar
11 Parsoni
12 Pupri
13 Rega
14 Runni Saidpur
15 Sonvarsha
16 Suppi
17 Sursand
36
Sh
eik
hp
ura
1 Ariari
2 Barbigha
3 Chwara
4 Ghatkusumbha
5 Sheikhpura Sadar
6 Shekhopursrai
37
Su
pau
l
1 Basantpur
2 Chattapur
3 Kishanpur
4 Maraona
5 Nirmali
6 Pipra
7 Pratapganj
8 Raghopur
9 Saraigarh Bhaptiyahi
10 Supaul Sadar
11 Triveniganj
38
Vais
hali
1 Bhagwarpur
2 Cheharakala
3 Desari
4 Goraul
5 Hazipur
6 Jandaha
7 Lalganj
8 Mahnaar
9 Mahua
10 Patepur
11 Petedhi Belsar
12 Premraj
13 Raghopur
14 Rajapakar
15 Sahdaiburz
16 Vaishali Sadar
17 Viddupur
Note:
• In above route chart from Warehouse to concerned district will be as per Annexure II
warehouse connected will be as per Annexure –III.
• All consignment will be of mixed nature.
Contact Details:
• For any query contact Sunil Kumar Singh , Deputy General Manager (Supply Chain),
Ph No: 9471006239, Email: [email protected]