Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Rajasthan Tourism Development Corporation Limited (A Government of Rajasthan Undertaking)
Reg. Office: Govt. Hostel Camp. M.I. Road, Jaipur-302001 Tel: 0141-5155514, 5115777, 2203353 fax: 0141-5115785, 2204065
E-mail: [email protected]. Website : www.rtdc.tourism.rajasthan.gov.in
No.: Transport Division/2356 Date: 10-08-2017
E-Tender Notice
1. E-Tender are invited from the registered transporters & travel agencies for
providing AC & Non AC taxi, cars, mini buses, deluxe buses and others vehicle
on contract basis for the package tours run by RTDC office at Bikaner House New
Delhi for the tourist for one year. (01-10-2017 to 30-09-2018)
2. E-Tender are invited from the marketing agents/tour operators for empanelment as
services provider to conduct Delhi Govt. inter state/local educational tours on
behalf of RTDC office at Bikaner House New Delhi for one year. (01-10-2017 to
30-09-2018)
Detailed terms & conditions can be seen in tender documents and on our website:
www.rtdc.tourism.rajasthan.gov.in (under tender section) and www.sppp.rajasthan.gov.in
and www.eproc.rajasthan.gov.in.
General Manager
Transport Division
Rajasthan Tourism Development Corporation Limited (A Government of Rajasthan Undertaking)
Reg. Office: Govt. Hostel Camp. M.I. Road, Jaipur-302001 Tel: 0141-5155514, 5115777, 2203353 fax: 0141-5115785, 2204065
E-mail: [email protected]. Website : www.rtdc.tourism.rajasthan.gov.in
No.: Transport Division/ Date:
Brief description of E-Tender
A. E-Tender from marketing agents/tour operators for the Delhi govt.
Educational Tours.
1. Cost of tender form Rs 1000/- (One Thousand only) (DD in favour of General
Manager,RVPN payable at New Delhi submit scan copy. .(Tender form fees is
inclusive of GST)
2. Last date & time for submission of tender 07.09.17 Up to 3.00pm.
3. Opening of technical bid on 08.09.17 at 3.00 pm.
4. Earnest money for Rs. 80,000/- (Rs. Eighty thousand only) DD in favour of
General Manager, RVPN Ltd. payable at New Delhi submit scan copy.
5. Physical DD submission last date 07.09.17 up to 3.00 pm.
B. E-Tender from transporters for providing Taxi/Buses
1. Cost of tender form Rs 1000/- (One Thousand only) (DD in favour of General
Manager,RVPN payable at New Delhi) submit scan copy.(Tender form fees is
inclusive of GST)
2. Last date & time for submission of tender 07.09.17 Up to 3.00pm.
3. Opening of technical bid on 08.09.17 at 3.00 pm.
4. Earnest money Rs. 40,000/- (Rs. Forty thousand only) DD in favour of General
Manager,RVPN payable at New Delhi submit scan copy.
5. Physical DD submission last date 07.09.2017 up to 3.00 pm.
Opening of bid
1. At first stage technical qualifying bids along with the bid conditions documents
and earnest money shall be opened.
2. Financial bid shall be opened only of those bidders who qualify the technical
qualification laid down in the bidding document by the corporation.
3. In case of tour operator for New Delhi Govt. Educational Tours only technical bid
is required as the commission/rates is already approved by Delhi Govt. Directorate
of Education
GM CRO (New Delhi)
1 .
Rajasthan Tourism Development Corporation Ltd.
No.: Date:
1. Name of firm ……………………………………………..
2. Address of the firm ……………………………………….
3. Telephone & Mobile No. ………………………………………………...
4. Fax No. …………………………Email Address………………………..
5. Income Tax - PAN No. ……………………………(Copy enclosed).
6. GST No. ---------------------------------(Copy enclosed)
7. Turnover in each financial year (audited balance sheet, auditor's report.
2012-13
(Amt. in
Rupees)
2013-14
(Amt. in
Rupees)
2014-15
(Amt. in
Rupees)
2015-16
(Amt. in
Rupees)
2016-17
(Amt. in
Rupees)
8. Number of students service provided for Local (Delhi Area) Educational Tour.
Type of
Service
2012-13
2013-14
2014-15
2015-16
2016-17
Local (Delhi area only)
9. Number of tours operated by service provider for outside Delhi Area educational tours.
Type of
Service
2012-13
2013-14
2014-15
2015-16
2016-17
Outside (Delhi area)
10. Earnest Money:
Amount (In Rupees) Details of Demand
Draft/Bankers Cheque-+
Name of Bankers
& Address
Rs. 80,000/-
(Rupees Eighty thousand only)
Authorized Signatory
With Seal(Name in Block Letters)
2
TERMS & CONDITIONS OF E-TENDER FOR SELECTION AS SERVICE PROVIDER
FOR DELHI GOVERNMENT EDUCATIONAL LOCAL TOURS AND INTERSTATE
EDUCATIONAL TOUR
1. Important Instruction:- The Law relating to procurement “The Rajasthan Transparency in
Public Procurement Act, 2012” ( hereinafter called the Act) and the “Rajasthan Transparency
in Public Procurement Rules, 2013” (hereinafter call the rules) under the said Act have come
into force and are available on the website of State Public Procurement Portal
http://sppp.rajasthan.gov.in. Therefore, the bidders are advised to acquaint themselves with
the provisions of the Act and the Rules before participating in the bidding process. This
tender is being invited in accordance with above mentioned Act. & Rules.
2. The bidders are expected to examine all instructions of tender form, terms and conditions of
the bidding document. Failure to furnish all information required in the bidding document on
submission of bids not substantially responsive to the bidding documents in every respect
will be at the bidders risk and result in rejection of bids
3. The bidders must be registered with GST Department (Attach self-attested copy).
4. The bidders must have PAN No. (Attach self-attested copy).
5. The bidders must have office in Delhi with Telephone and Fax (Attach self-attested copy).
6. Minimum turnover of bidder firm should be Rs. 40.00 lacs in every year OR total of Rs. 2.00 crore
from 01-04-2012 to 31-03-2017 from Govt. School Educational Local/Outside (Delhi) Tours.
7. 7.1 The bidder’s minimum experience for 0.40 lacs students in every year OR 2.00 lacs
students from 01-04-2012 to 31-03-2017 for Local Delhi Tours.
7.2 Outside in 30 tours per year OR 150 tours from 01-04-2012 to 31-03-2017 for outside Delhi
tours.
8. The bidder has to submit the satisfactory certificate for the work carried out in previous year
as per point No. 7.
3
9. Terms &conditions of Delhi Government for these school tours will have to be complied
with by the successful bidder. It would be part of the tender condition.
10. Rate validity: Rates of bidders shall be valid for one year from award of the contract.
11. The period of contract can be extended as per provision of RTPP rule.
12. Tender should be filled in with ink tender filled in by pencil shall be rejected. No additions
alteration should be made in the tender No overwriting should be done. Correction, if any,
should be done clearly and initialed.
13. The tender should be signed by the service provider from first page to the end in token of the
acceptance of all the term & condition of the tender.
14. Tender shall be accompanied with the proper earnest money without which it will not be
considered. The DD should be in favour of General Manager, RVPN Ltd, New Delhi. Refund
of earnest money will be made to unsuccessful bidders only after finalizing the bid.
15. Direct or indirect canvassing on the part of service provider or their representative will
disqualify their tenders.
16. Correction of Arithmetic Errors:- Provided that a financial bid is substantially responsive,
the procuring entity will correct arithmetical errors during evaluation of bids on the
following basis.
(i) If there is a discrepancy between the Rate/ price and the total price that is obtained by
multiplying the unit price and quantity, the unit price will prevail and the total price will
be corrected, unless in the opinion of the procuring entity there is an obvious
misplacement of the decimal point in the unit price, in which case the total price as
quoted will govern and the unit price will be corrected;
4
(ii) If there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals will prevail and the total will be corrected; and,
(iii) If there is a discrepancy between words and figures, the amount in words will prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures will prevail subject to clause (a) and (b) above.
If the bidder, who submitted the lowest evaluated Bid, does not accept the correction of
errors, his Bid will be disqualified and his Bid security will be forfeited or his Bid
securing declaration will be executed.
17. SUBLETTING:-The service contract awarded should be executed by the successful bidder
only and subletting any of the functions under the contract is not permitted.
18. Agreement and Security Deposit:
1. Successful service provider will have to execute an agreement in prescribed from within a
period of 7 days of receipt of order & deposit of Rs.2,00,000/- as a security deposit within
15 days from the date of dispatch on which the acceptance of the tender is communicated
to him.
2. The earnest money deposited at the time of tender will be adjusted towards security amount
and same shall be refunded after the successful expiry of the contract and satisfactory
completion of the same, and after satisfying that there are no dues outstanding against the
bidder.
19. Extension of Term :Term can be extend as per RTPP rule.
20. Forfeiture of security deposit: Security amount in full or part may be forfeited in the
following case:-
i. When any terms and conditions of the contract are breached.
ii. When the service provider fails to complete the agreement satisfactory.
iii. The decision of the Executive Director, RTDC, Jaipur in this regard shall be final.
5
21. Service provider will have to submit income tax clearance certificate from the income tax
officer of the circle concerned and a sales tax clearance certificate from the assessing
authority along with the tender without which tender may not be considered or provided
where the purchasing authority has reason is believed to be recorded in writing that the
service provider has not been able to submit clearance certificate of income tax and sales tax
on bonafide grounds, the authority may consider the tender asking the service provider to
furnish the certificate later but in any case before the execution of the agreement for the
contract.
22. The service provider should be registered with ESI department if applicable. All liabilities
regarding to ESI will be of service provider.
23. GST: Liability arise if any on the part of RTDC for GST in this business, it will be borne by
Service Provider.
24. Service provider should not be black listed and should not be in any contract/bond with any
other agency.
25. Financial Bid of tour operators for Delhi Govt. Educational tours, for local/out station is not
required as it is already fixed by Delhi Govt. educational department and it will be as per the
notification of Delhi government educational department.
Signature of Service provider with Name Designation with office Seal
AGREEMENT
This agreement is executed on___________between the Rajasthan Tourism Development
Corporation Ltd. (A company incorporated under the Indian Company Act, 1956) having
its registered office at Hotel Swagatam Campus, Near Railway Station, Jaipur after called
RTDC Ltd.
AND M/s_____________________________Address_________________________________
__________________________________called the second party.
And whereas, the RTDC Ltd. has been authorized by Delhi State Govt. to conduct local
Educational Tour.
And whereas, the RTDC Ltd. has made arrangement with the second party to conduct the
local Educational Tour to which the second party has given the consent.
And whereas, both the parties hereby mutually agreed on the following terms and
conditions for the operation of Delhi Govt. Local Educational Tours:-
1. The school local tours will be operated and run in the name of RTDC Ltd. and second
party will in no way promote his own organization/brand. Any incidence of this
nature detected during the tenure of the agreement will automatically result in
disqualification and termination of the contract with immediate effect.
2. And whereas the approved Service Provider has deposited a sum of Rs. ----------/- by
Bank Draft/Cash Rec. No. ---------- dated ---------------.
3. The contract is not transferable.
4. The second party shall contact the school for the tours and payment, as advised by
RTDC Ltd.
5. No advance payment shall be made to the second party in any case.
6. The RTDC Ltd. will be liable to make payment to the second party after completion
of each school tours within 30 days after submitting of bill and satisfactory report of
tour from the schools.
7. The second party shall make arrangements for appropriate insurance cover for each
and every tour to be conducted.
8. The second party agrees to defend, indemnify and compensate for all the
losses/damages incurred due to any negligence, breach of contract or any other
wrongful default or act during services to be provided on behalf of RTDC Ltd.
9. The second party agrees to bear all responsibilities and other costs due to negligence
or other cause during the services period and RTDC Ltd. (their respective officers,
directors and employees) will be in no way shall be responsible for such acts.
10. The earnest money of Rs.----------------- submitted by the second party during
submission of tender form shall be kept by RTDC Ltd. till the continuation of this
agreement.
11. The second party shall collect payment on behalf of RTDC Ltd. and also to obtain all
T.D.S. certificates, feedback report and other suggestive notes/guidance from schools.
12. The RTDC Ltd. can recover the T.D.S. amount from the second party if the T.D.S.
certificates issued by the concerned schools are not submitted in time.
13. The second party will be responsible to provide best of the following services
included as under in the package:
14. The second party shall explain in writing for any default/lapses committed in the
facilities/services as mentioned in para No. 12.
15. In case of any dispute arises is respect of or in pursuance of the terms and conditions
mentioned herein above or to the interpretation of this agreement. The same shall be
referred to the decision of a sole arbitrator to be appointed by the Managing Director
of RTDC Ltd and the decision of the arbitrator shall be final and binding on both the
parties. The fee of arbitrator will be given by the both parties (RTDC Ltd and Second
Party) as 50%:50% to the sole arbitrators.
16. The second party shall make immediately alternative arrangements in case of any
breakdown of transport in mid of the tour.
17. All the disputes, litigation or other misunderstanding shall be subject to Delhi
Jurisdiction only.
18. RTDC Ltd. has the right to cancel the above agreement at any time without any prior
notice.
19. All the terms and conditions as mentioned in tender documents will be part of this
agreement.
In witness whereof both the parties have subscribed their respective hands on the day,
month and year mentioned here-in-above.
Signature
1. For Rajasthan Tourism Development Corp. Ltd. 2.For M/s_____________
General Manager CRO Proprietor/Partner/Director
(RTDC Ltd., New Delhi) (Second Party)
Witness:
1. 1.
2. 2
Rajasthan Tourism Development Corporation Limited
Operational specification for Transporters/Excursion Agent
1. All drivers & their helpers should be experienced and wear neat & clean
uniform & must have valid and proper driving license.
2. All drivers must be aware of city routes.
3. All vehicles should not be having unwanted things like empty bottles, plastic
begs etc.
4. Vehicles must report half an hour before their reporting time at all
destination of each city.
5. No unauthorized persons, guide will be allowed to travel in the vehicles.
6. Advance information of Drivers is to be intimated.
7. The staff deployed in the buses should not have any criminal records.
Signature of Tenderer
Rajasthan Tourism Development Corporation Limited
TERMS & CONDITIONS OF TENDER
1. Important Instruction:- The Law relating to procurement “The Rajasthan
Transparency in Public Procurement Act, 2012” ( hereinafter called the Act)
and the “Rajasthan Transparency in Public Procurement Rules, 2012”
(hereinafter call the rules) under the said Act have come into force and are
available on the website of State Public Procurement Portal
http://sppp.raj.nic.in. Therefore, the bidders are advised to acquaint themselves
with the provisions of the Act and the Rules before participating in the bidding
process. If there is any discrepancy between the provisions of the Act and the
Rules and this bid documents, the provisions of the Act and the Rules will
prevail along with terms & conditions mentioned here under
2. The process of tender will be a two stage bid system i.e. Technical bid and
financial bid. Technical bid must be submitted separately and should be
accompanied with tender form and financial bid in a separate envelope. Both
the envelopes should clearly be marked as “Technical Bid” and “Financial
Bid”.
3. The tender must be enclosed in properly sealed envelope duly addressed to the
General Manager, Rajasthan Tourism Development Corporation Ltd., CRO,
Bikaner House, Pandara Road, New Delhi- 110003.
4. The rate quoted should be filled in figures as well as in words.
5. Tenders should be given by those firms, who are Excursion Agent/tour
operators/transporters having minimum three years experience
6. The bidder shall be deemed to have carefully examined the conditions,
specifications etc. of the vehicle to be supplied. If he shall have any doubt as to
the meaning of any portion of these conditions or of the specification, etc. he
shall before submitting the contract refer to the General Manager RTDC. CRO,
New Delhi and get clarifications.
7. The Vehicles should be comprehensively insured.
8. Toll tax, parking fee, interstate taxes, entry fee and all other state taxes / fee will
be borne by the tenderer.
9. The wages and other allowances of driver and cleaner will be borne by the
tenderer and if any dispute arises for the staff provided by the tenderer, the
RTDC will not be responsible. The tenderer should also follow the applicable
rules for EPF/GPF/ESI etc. in respect of his staff.
10. The drivers should have proper driving license under Motor Vehicle Act and
also have the experience of driving respective vehicle in the hill areas. Driver
should not have any criminal back ground.
11. If the vehicle breaks down on the way or complaint received regarding the
condition of the vehicle then alternate arrangements will be made by the
contractor at his own cost.
12. The contractor shall not assign or sublet his contract or any substantial part
thereof to any other agency.
13. All the vehicle supplied by the bidder must be of the best quality owned by
them and should strictly fulfill the enclosed specifications laid down for them.
The bidder must owns minimum 4 Buses & 10 Taxi Cars.
14. (A) In case of any of bus/buses is not up to specifications. Corporation
shall have the authority to reject them, and obtain other buses at the risk and
cost of the bidder. If, however the bus/buses with defects are utilized,
Corporation Authorities would have the powers to deduct up to 50% of the
charges quoted by bidder.
(B) If the bus/buses do not reach the appointed place at the specified time,
Corporation Authority would have the powers to engage other buses, the
Bidder would be liable for the extra charges to be paid for other Bus/buses. In
case the bidder’s bus/buses arrive late but are used by the RTDC; a deduction
up to 20% of the charges may be levied by Corporation Authorities.
15. The bidder whose tender is accepted shall arrange the vehicle as per scheduled
timing for party. The arrangement of the vehicles will be made according to the
requirement indicated by General Manager/In charge of the CRO, New Delhi.
16. Requirement for each trip would be intimated to the transporters of vehicles
before 12 hours the actual need on telephone.
17. The contract can be repudiated at any time if the services are not made to the
satisfaction of corporation.
18. Tender should be filled in with ink. Tender filled in by pencil or otherwise shall
not be considered. No additions and alterations should be made in the tender, no
overwriting should be done. Corrections, if any should be clearly and initialed.
19. The bidder should sign the tender form at each page and at the end in token of
the acceptance of all the terms and conditions of the tender and the agreement.
20. EARNEST MONEY: Tender must be accompanied by an earnest money of Rs. 40,000.00 (Rupees Forty
Thousand Only) should be deposited by cash or by demand draft without
which it will be not be considered. The Bank Draft should be in favor of the "
RPVN. Ltd. payable at Delhi. The details of deposit of earnest money must be
indicated on form or envelope without which tender will not be considered.
(a) Refund of earnest money: The earnest money of unsuccessful tenderer
shall be refunded after final acceptance of tender.
(b) The earnest money/security deposit lying with the Corporation in
respect of other tenders awaiting approval or rejection or on account of
contracts being completed will not be adjusted towards earnest
money/security money for the fresh tenders.
(c) No interest shall be payable on earnest money deposited with the
Corporation.
21. Forfeiture of earnest money: The earnest money will be forfeited in the
following cases:
(i) When tenderer withdraws or modifies the offer opening of tender but
before acceptance of tender.
(ii) When tenderer does not execute the agreement if any, prescribed
within the specified time.
(iii) When the tenderer does not deposit the security money after the work
order is given.
(iv) When he fails to commence the work within the time prescribed.
22. Agreement and Security Deposit:
(1) Successful tenderer will have to execute an agreement on a non judicial
stamp paper of Rs. 5,000.00 in prescribed form within a period of 7 days
of receipt of order and deposit security Rs. 2,00,000.00 (Rs. Two lac
only) within 15 days from the date of dispatch on which the acceptance
of the tender is communicated to him.
(2) The earnest money deposited at the time of tender will be adjusted
towards security amount and same shall be refunded after two months of
the successful and satisfactory completion of contact period and after
satisfying that there are no dues, outstanding against the tenderer.
(3) No interest shall be paid by the Corporation on the security Deposit.
23. Remittance charges on the payment made to the firm will be borne by
contractors.
24. Direct or indirect canvassing on the part of tenders or their
representatives will disqualify their tenders.
25. The Managing Director RTDC, reserves the right to accept any tender
not necessarily the lowest tender and reject any tender without assigning
any reason.
26. All legal proceedings if necessary to be initiated by any of the parties
(Corporation or contractor), shall have to be lodged in courts situated at
Delhi city and not elsewhere.
27. No other conditions except those mentioned above will be entertained in
the tender.
28. Minimum turnover of the bidder firm must be more then 20 Lacs.
29. In case of any mishappening /accident of the vehicle/persons, liabilities
of such claims shall be the responsibility of the bidder.
30. The bidder will be responsible for P.F. and other deductions as per the
Govt. Act., for its employees and all Govt. levies.
31. Financial bids of only those firms found technically qualified after
evaluating their competency would be opened.
32. The committee or its representative will inspect the coaches/workshop
before opening the financial bid.
33. The bidders must be registered with GST department (attached self
attested copy).
34. The bidder must have PAN No. ( attached self attested copy).
Signature of Tenderer
Rajasthan Tourism Development Corporation Limited
Operational specification for Transporters/Excursion Agent
1. All drivers & their helpers should be experienced and wear neat & clean
uniform & must have valid and proper driving license.
2. All drivers must be aware of city routes.
3. All vehicles should not be having unwanted things like empty bottles, plastic
begs etc.
4. Vehicles must report half an hour before their reporting time at all
destination of each city.
5. No unauthorized persons, guide will be allowed to travel in the vehicles.
6. Advance information of Drivers is to be intimated.
7. The staff deployed in the buses should not have any criminal records.
Signature of Tenderer
Rajasthan Tourism Development Corporation Limited
Specification of the Vehicles
1. Conditions of all AC/ Non AC luxury coaches should be of the best quality
and not earlier than 2015 year model & Taxi Car as per Bharat Stage/Euro
norms not earlier than 2015 Model.
2. All vehicles must be having good quality of fresh curtains, new seat covers,
comfortable seats, carpets & mats with good quality of public address
system and ice box.
3. All buses should have 2 X 2 push back seats.
4. Each vehicle must have new and intact tyres, tubes along with stepney.
5. All vehicles are to be provided with proper tool boxes.
6. All vehicles must be cleaned & proper dusting should be done before one
hour of reporting time.
7. All vehicles must have extra fan belt in case of emergency.
8. All vehicles should have valid and proper transport permit, comprehensive
insurance papers & other relevant documents as per the requirements of
Transport Department of the states covered itinerary of tours.
9. There should be fire extinguisher and first Aid box in each vehicle.
10. A/C of the bus must be adjustable as per requirement of the guest.
Signature of Tenderer
Rajasthan Tourism Development Corporation Limited (A Government of Rajasthan Undertaking)
Jaipur
TECHNICAL BID FOR PACKAGE TOURS (01-10-2017 to 30-09-2018)
Contd.
S.No. Particulars To be filled by bidder
1. Name of the Tenderer
(Whether Excursion Agents/Transporter)
2. Address of the Tenderer & Telephone Nos.
a) Registered Officer:
b) Any Other (If any)
3. Annual Turnover of the Company
4. No. of Vehicles owned by the Tenderer
1. AC/ Non AC Deluxe Luxury Buses Coach
2x2
2. AC/ Non AC Mini coach 2x2
3. AC/ Non AC Large Car/Luxury Car
4. AC/ Non AC Small Car
(Enclose a separate sheet if required)
Make
Month &
year of
Model
Registration No.
5. Details of Earnest Money Amount
(D.D. of Cash Receipt)
6. Name and Post of the authorized signatory
(2)
1. The above information is true to the best of my Knowledge.
2. The terms and conditions of the tender have been read and understood by
the undersigned and in token of acceptance the same has been signed by
me.
3. All vehicles will be as per specification given in tender terms.
4. Bidder will have to submit Tax Clearance Certificate from the Transport
Authority along with the technical bid without which tenders may not be
considered.
5. The rates quoted above are valid for 3 months.
6. All vehicles are registered in the name of the bidder.
7. We agree to abide by all the conditions mentioned in Tender
Notice………… Dated …………….issued by RTDC and also the further
conditions of the said Tender Notice given in the attached sheets ( all the
pages of which have been signed by us in token of our acceptance of the
terms mentioned therein).
Dated Signature of Authorized Signatory
Rajasthan Tourism Development Corporation Limited (A Government of Rajasthan Undertaking)
Jaipur
FINANCIAL BID for Package Tours (01-10-2017 to 30-09-2018)
Name & Address of the Tenderer:-________________________________
_____________________________________________________________
We offer our rates as under:-
S.N. Particular NO. OF
VEHICLE
MODEL RATE PER
K.M.
A.C./ Non
A.C.
NIGHT
HALT
CHARGES
1. ETIOS
2. SWIFT D ‘ZIRE
3. INNOVA
4. TEMPO
TRAVELER
5. MINI BUS 18
SEATER
6. 27 SEATER
DELUX BUS
7. 35 SEATER
DELUX BUS
8. 49 SEATER SEMI
DLX. BUS
26. The quoted rates are inclusive of all taxes which will be valid for one year.
Minimum 250 Kms. will be charged for Out Station Trip. GST Liability arise if any
on the part of RTDC for GST in this business, it will be borne by Service Provider.
Signature of Tenderer
AGREEMENT
The Agreement is made on dated………………………………..between the Rajasthan Tourism
Development Corporation Ltd. Jaipur a company incorporated under the Indian Companies Act
1956 having its registered office at Hotel Swagatam Campus, Station road, Near Railway Station
Jaipur, herewith called/referred to as the RTDC (which expression shall unless the context does
not so admit ,include the successors and assigns on the one Part).
AND
………………………………………………………………………………………here after
called/referred the firm.
Whereby M/s…………………………………………………………firm have agreed to provide
the various types of the A.C.and Non.A.C. Taxies for ………………..in Delhi for the contract
period from dated: 1.10.2017 to 30.9.2018 as per the order No……………..dated……………….
On the following terms and conditions to RTDC.
1. Distance and time shall be calculated from RTDC office, New Delhi and back to RTDC
Office, New Delhi.
2. The rates are inclusive of Passenger Tax, special road tax and Service tax, Besides this all and
any type of taxes will be borne by the firm. RTDC will not be liable for payment of any type of
taxes and fees regarding the vehicles.
3. The earnest money of Rs. 40,000/- deposit by the firm shall be adjusted in to security money,
which will be returned after submitted No Dues Certificate on successful completion of the
contract. No interest will be paid by the RTDC on security/earnest money. If the firm fails to
complete the contract period ( 1.10.2017 to 30.9.2018) and to provide the vehicles as per demand
of ………………………….and as per terms & conditions, the order given to the firm will be
cancelled and the security money/earnest money will be forfeited.
4.The vehicles will be provided by the firm as per demand of the General Manager,RTDC,New
Delhi. In case the firm fails to provide the requisite vehicles and/or model of 2014 and above, as
per the demand of ……………………….then the vehicles will be hired from the other firm,
open market and amount paid in excess on account of this will be recovered from the firm and
20% penalty will also be imposed on bill amount.
5.The vehicle will be well maintained having fresh white seat cover first aid box, fire
extinguisher etc. The liability arise due to breakdown of the vehicle or any other reason the firm
will be fully responsible to ensure the safe and timely completion of the journey of Tourism at
the own risk.
6.The vehicle should have complete comprehensive insurance.
7.All type of expenses regarding vehicles will be borne by the firm.
8.The liability of salary of Drivers and Cleaners and the proper repair and repair and
maintenance of vehicles will be of the firm and as per terms and conditions of tender
responsibilities for the payment of EPF/ESI etc. or any other payable as per law shall be
borne by the firm.
9.All the vehicles will be as per rules of all India permit/Contact carriage.
10.The Drivers should have commercial license as per motor vehicle act with the experience on
hill station.
11. The Drivers/Cleaners should be in proper uniform.
12.The Drivers /Cleaners shall maintain discipline decency and good behavior with the tourists
during the journey.
13. The firm will have to follow the itinerary of the proposed tour as fixed by RTDC, New Delhi.
14. All accidental claim if any, have to borne by the firm.
15. All the relevant papers of the vehicles should be there with the Driver during journey. Any
liability arises due to non availability of relevant papers of the vehicle or any other reason, the
firm shall be full responsible for the same.
16. The rates shall be effective for the period 1.10.2017 to 30.9.2018, the RTDC reserves the
right to amend any terms and conditions of the contract at any time without prior information.
17. The Drivers/Cleaners should not be of a criminal record and in habit of intoxication.
18. The payment shall be made to the firm on successful completion of journey.
19.The amount of TDS as applicable will be deducted as per income tax Act 1961.
20.The firm will not sublet the contract and part of the contract to any contractor/firm.
21. The terms and conditions mentioned in the tender documents and order
No…………………….. RTDC will be the part of this agreement.
22. The RTDC reserves the right to terminate this contract and order…………………………
At any time without assigning any reason.
23.All disputes arising out of the Agreement shall be subject to the jurisdiction of Delhi city
Court.
24.In case of any dispute arises in respect of or in pursuance of the terms and conditions
mentioned here in above or to the interpretation of this agreement, the same shall be referred to
the decision of a Sole Arbitrator to be appointed by the Chairman & Managing
Director/Managing Director of the RTDC and the decision of the decision of the Arbitrator shall
be final and binding on the both parties. 50% fee of Arbitrator shall be given by RTDC and rest
remaining 50% fee shall be given by the firm.
25.In witness there of the parties to this agreement have been herein to set signed this agreement
on the day first above mention.
Signed by Firm Signed
(Duly authorized and on behalf of RTDC)
Witness: General Manager