31
1 Date: 12.11.2012 FORWARDING LETTER Tender No. : CJI7965P13 Sub: Hiring of Transport Services of TATA Indigo 1.0 OIL INDIA LIMITED (Rajasthan Project) invites ON-LINE Bids under Single Stage- Composite Bid System for hiring of transport services of 02 nos Brand New TATA Indigo CS ELS CR4, Diesel AC Vehicle (Taxi Registration Only) along with driver for a period of three(03) years with a provision for extension by another one(01) year at the same rates, terms and conditions at OIL‟s option for operation in different areas within the State of Rajasthan like Jodhpur, Ajmer, Jaipur, Jaisalmer, Bikaner and Sriganganagar districts and any other surrounding state/areas of Company‟s activity as determined by the Company. For your ready reference, few salient features (Covered in details in this bid document) are highlighted below. i) OIL‟s Tender No. : CJI7965P13 dated 12.11.2012 ii) Tender Fee : ` 2000.00 (PSUs and SSI Units registered with NSIC/SME are exempted) iii) Type of Bid : Single Stage Composite Bid System iv) Bid Closing Date & Time : 11:00 hrs (IST) on 18.12.2012 v) Bid Opening Date & Time : 15:00 hrs (IST) on 18.12.2012 vi) Bid Opening Place at Jodhpur : Office of the Chief Manager (M&C) Oil India Limited, Jodhpur vii) Amount of Bid Security : ` 71,500.00 (Non-interest bearing) viii) Amount of Performance Security : 2.5 % of the Estimated Contract Value 2.0 We now look forward to receiving your most competitive offer in line with the tender terms well within the bid closing date and time. Yours faithfully OIL INDIA LIMITED (T. K. GUPTA) CHIEF MANAGER (M&C) Materials Department (Rajasthan Project) 2-A, District Shopping Centre Saraswati Nagar, Basni Jodhpur 342 005 Rajasthan, India. Tel: 0291-2438174 Fax : 0291-2727050 Email: [email protected]

Tender No. : CJI7965P13

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

1

Date: 12.11.2012

FORWARDING LETTER

Tender No. : CJI7965P13

Sub: Hiring of Transport Services of TATA Indigo

1.0 OIL INDIA LIMITED (Rajasthan Project) invites ON-LINE Bids under Single Stage-

Composite Bid System for hiring of transport services of 02 nos Brand New TATA Indigo CS

ELS CR4, Diesel AC Vehicle (Taxi Registration Only) along with driver for a period of

three(03) years with a provision for extension by another one(01) year at the same rates, terms

and conditions at OIL‟s option for operation in different areas within the State of Rajasthan

like Jodhpur, Ajmer, Jaipur, Jaisalmer, Bikaner and Sriganganagar districts and any other

surrounding state/areas of Company‟s activity as determined by the Company. For your ready

reference, few salient features (Covered in details in this bid document) are highlighted below.

i) OIL‟s Tender No. : CJI7965P13 dated 12.11.2012

ii) Tender Fee : ` 2000.00 (PSUs and SSI Units

registered with NSIC/SME are exempted)

iii) Type of Bid : Single Stage Composite Bid System

iv) Bid Closing Date & Time : 11:00 hrs (IST) on 18.12.2012

v) Bid Opening Date & Time : 15:00 hrs (IST) on 18.12.2012

vi) Bid Opening Place at Jodhpur : Office of the Chief Manager (M&C)

Oil India Limited, Jodhpur

vii) Amount of Bid Security : ` 71,500.00 (Non-interest bearing)

viii) Amount of Performance Security : 2.5 % of the Estimated Contract Value

2.0 We now look forward to receiving your most competitive offer in line with the tender terms

well within the bid closing date and time.

Yours faithfully

OIL INDIA LIMITED

(T. K. GUPTA)

CHIEF MANAGER (M&C)

Materials Department (Rajasthan Project)

12 Old Residency Road Jodhpur – 342 011

Rajasthan, India. Phone -0291-2438174

Fax : 0291-2431689

Materials Department (Rajasthan Project)

2-A, District Shopping Centre Saraswati Nagar, Basni

Jodhpur – 342 005 Rajasthan, India.

Tel: 0291-2438174 Fax : 0291-2727050

Email: [email protected]

2

FOR GENERAL MANAGER (RP)

SECTION – I

INVITATION FOR BIDS

1.0 Oil India Limited (OIL) invites domestic competitive ON-LINE Bids from experienced

indigenous Service Providers / Contractors for the following services under Single Stage

Composite Bid System for its RAJASTNAN PROJECT through its e-Procurement portal

https://etender.srm.oilindia.in/sap/bc/gui/sap/its/bbpstart/!

1.1 Tender No. : CJI7965P13 dated 12.11.2012

1.2 Bid Closing Date : 18.12.2012

& Time (11:00 Hrs. IST)

1.3 Tender Fee : ` 2,000.00

1.4 Bid Security : ` 71,500.00

2.0 Description of Services: Hiring of transport services of 02 nos Brand New TATA Indigo CS

ELS CR4, Diesel AC Vehicle (Taxi Registration Only) along with driver for a period of three

(03) years for operation in different areas within the State of Rajasthan like Jodhpur, Ajmer,

Jaipur, Jaisalmer, Bikaner and Sriganganagar districts and any other surrounding state/areas of

Company‟s activity as determined by the Company. The contract will also be having provision

for extension of the duration by another 01 year at the same rates, terms and conditions at the

option of OIL.

3.0 Tender Document will not be issued physically by the Company. The interested Bidders must

submit their applications showing full address (including e-mail ID) along with the non-

refundable Tender Fee (excepting PSUs and SSI Units registered with NSIC/SME on

submission of valid certificates) in the form of Demand Draft/Banker‟s Cheque in favour of

OIL INDIA LIMITED and payable at JODHPUR to the CHIEF MANAGER (M & C), OIL

INDIA LIMITED, 2-A, District Shopping Centre, Saraswati Nagar, Basni, JODHPUR-342 005

RAJASTHAN (INDIA) between 22.11.2012 and 11.12.2012 i.e., one week prior to the

scheduled Bid Closing date. On receipt of application and Tender Fee as above, USER-ID and

initial PASSWORD will be communicated to the bidder (through e-mail) and will be allowed

to participate in the tender through OIL‟s e-Procurement portal. Details of the NIT can be

viewed using “Guest Login” provided in the e-procurement portal. The link to e-procurement

portal has also been provided through OIL‟s website www.oil-india.com.

4.0 OIL reserves the right to refuse issuance of USER-ID and PASSWORD to such parties even on

payment of Tender Fee, about whose competence OIL is not satisfied. The Company‟s

decision in this regard shall be final.

5.0 OIL reserves the right to reject any/all bids and cancel the tender without assigning any reason

whatsoever.

-: Please visit us at www.oil-india.com:-

(END OF SECTION – I)

3

SECTION – II

INSTRUCTIONS TO BIDDERS

1.0 Bidder shall bear all costs associated with the preparation and submission of bid. Oil India

Limited, hereinafter referred to as the Company, will in no case be responsible or liable for

those costs, regardless of the conduct or outcome of the bidding process.

1.1 It is advisable that the bidder should carry out reconnaissance survey of the area for proper

understanding and appreciation/apprehension of its environmental and logistic issues before

bidding.

A. BIDDING DOCUMENT

2.0 The services required, bidding procedures and contract terms are prescribed in the Bidding

Document. This bidding document includes the following:

(a) A forwarding letter highlighting the following points:

i) Oil India Limited‟s Tender No.

ii) Tender Fee

(iii) Bid Closing date and time

(iv) Bid Opening date, time and place

(v) The amount of Bid Security

(vi) The amount of Performance Guarantee

(b) Invitation for Bids (Section - I)

(c) Instructions to Bidders (Section - II)

(d) General Terms & Conditions and Scope of Work (Section - III)

(e) Special Terms & Conditions of Contract (Section – IV)

(f) Schedule of Rates/Services (Section - V)

(g) The Bid Security Form (Section - VI)

(h) The Performance Security Form (Section - VII)

(i) Bid Evaluation Criteria/Bid Rejection Criteria (BEC/BRC)-(Section - VIII)

2.1 The bidder is expected to examine all instructions, forms, terms and specifications in the Bid

Document. Failure to furnish all information required as per the Bid Document or submission

of a bid not substantially responsive to the Bid Document in every respect will be at the

Bidder's risk & responsibility and may result in rejection of their bid.

3.0 AMENDMENT OF BIDDING DOCUMENTS:

3.1 At any time prior to the deadline for submission of bids, the Company may, for any reason,

whether at its own initiative or in response to a clarification requested by a prospective Bidder,

modify the Bid Document through an Addendum.

3.2 The Addendum will be uploaded in OIL‟s e-Portal in the C-folder under tab “Amendments to

Tender Documents”. Bidders shall also check from time to time the e-tender portal (C-folder)

for any amendments to the bid documents before submission of their bids. Prospective

Bidders, who submitted the tender fee, may also be intimated about the amendments through

e-mail/fax/courier etc. The Company may, at its discretion, extend the deadline for bid

submission, if the Bidders are expected to require additional time in which to take the

Addendum into account in preparation of their bid or for any other reason.

4

B. PREPARATION OF BIDS

4.0 LANGUAGE OF BIDS:

4.1 The bid as well as all correspondence and documents relating to the bid exchanged between

the Bidder and the Company shall be in English language, except that any printed literature

may be in another language provided it is accompanied by an English version which shall

govern for the purpose of bid interpretation.

5.0 DOCUMENTS COMPRISING THE BID:

5.1 The bid to be submitted online by the Bidder shall comprise the following components:

(i) Complete technical details of the services and vehicle specifications along with relevant

registration certifications, affidavit from the owner other than bidder, etc. as applicable.

(ii) Documentary evidence established in accordance with Para 8.0 below.

(iii) Bid Security (scanned copy) furnished in accordance with Para 9.0 below.

(iv) Statement of compliance as per Proforma – I of Section – VIII

(v) Price Bid Format as per Proforma –II of Section – VIII

(vi) All other Annexure and Proforma as required in the Tender.

5.2 Rates and prices to be quoted as per online format available in OIL‟s e-portal and completed in

accordance with Clause No. 6.0 and 7.0 herein below. Bidders are required to upload the duly

filled up Price Bid Format (Proforma – II, Section-VIII) uploaded as an attachment in OIL‟s e-

portal in addition to ONLINE price bid format.

6.0 BID PRICE:

6.1 Rates and prices to be quoted as per online format available in OIL‟s e-portal and completed in

accordance with Clause No. 7.0 herein below. In case bidders submit offers in both the formats

i.e. ONLINE Format as well as in uploaded Price Bid Format and if there is any mismatch in

offered rates, the rate quoted in ONLINE Format will prevail.

6.2 Price quoted by the Successful Bidder must remain firm during its performance of the Contract

and is not subject to variation on any account.

6.3 All duties and taxes including Service tax and other levies payable by the Contractor under the

Contract for which this Bid Document is issued, shall be included in the rates, prices and total

Bid Price submitted by the bidder, evaluation and comparison of bids shall be made

accordingly. All applicable taxes, duties and levies arising out of the profits on the contract

shall be borne by the bidder as per rules of the country.

7.0 CURRENCIES OF BID:

7.1 Rates/Prices are to be quoted strictly as per the Price Bid Format outlined vide

Proforma – II, Section-VIII of tender document and all rates/prices must be quoted in Indian

Rupees only. However, currency once quoted will not be allowed to be changed.

8.0 DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATIONS

These are listed in Bid Rejection Criteria vide Section –VIII of the Bidding document.

9.0 BID SECURITY:

9.1 The Original Bid Security for the amount as specified in the "Forwarding Letter" must reach

the Office of Chief Manager (M&C), Oil India Limited, 2-A, District Shopping Centre,

Saraswati Nagar, Basni, JODHPUR-342 005, India before the scheduled Bid Closing Date

5

and Time of the Tender, otherwise the Bid will be rejected. Tender Number (CJI7965P13)

and the Description of Services must be clearly highlighted on the envelope containing the

Original Bid Security. A scanned copy of this document should also be uploaded along

with the offer on e-portal.

9.2 Pursuant to Para 5.0 above, the Bidder during online submission of its bid shall furnish as part

of its Techno-Commercial Bid, scanned copy of Bid Security for the amount as specified in the

"Forwarding Letter".

9.3 The Bid Security is required to protect the Company against the risk of Bidder's conduct,

which would warrant forfeiture of the Bid Security, pursuant to sub-para 9.8 below.

9.4 The Bid Security shall be denominated in the currency of the Bid, and shall be in the following

forms:-

a) A Bank Guarantee by a scheduled Indian Bank as per format provided in the Bid document

(Ref. Section-VI for the format) and valid for 30 days beyond the validity of the Bid. The

Bank Guarantee should be so endorsed that it can be invoked at the issuing bank's branch

located at Jodhpur (Rajasthan) India.

b) A Banker‟s Cheque/Demand Draft or FDR drawn on “OIL INDIA LIMITED” and payable

at Jodhpur, Rajasthan (India).

9.5 Any Bid not secured in accordance with above-mentioned sub-paragraphs will be rejected by

the Company as non-responsive, except those are exempted.

9.6 Unsuccessful Bidder's Bid Security will be discharged and/or returned within 30 days of

expiry of the period of the bid validity.

9.7 Successful Bidder‟s Bid Security will be discharged upon the Bidder's signing of the contract

and furnishing the Performance Security.

9.8 In case, any such Bid Security is found to be not genuine or issued by a fake banker or issued

under the signatures of fake official of the Bank, the bid submitted by the concerned bidder

shall be rejected forthwith and the bidder shall be debarred from participating in future tenders.

9.9 The Bid Security will be forfeited:

(a) If any Bidder withdraws their bid during the period of bid validity (including any

subsequent extension) specified by the Bidder on the Bid Form, or

(b) If a Successful Bidder -

i) fails to sign the contract within reasonable time and within the period of bid

validity, and /or,

ii) fails to furnish Performance Security.

NOTE :Public Sector Undertakings and Firms registered with NSIC/Directorate of

Industries are exempted from submitting bid securities against this tender,

subject to submission of valid certificates.

10.0 PERIOD OF VALIDITY OF BIDS:

10.1 Bids shall remain valid for 90 days after the date of bid opening prescribed by the

Company.

6

10.2 In exceptional circumstances, the Company may solicit the Bidder's consent to an extension of

the period of validity. The request and the response thereto shall be made in writing (by Fax or

E-mail). A Bidder may refuse the request without forfeiting their Bid Security. A Bidder

granting the request will neither be required nor permitted to modify their bid but shall arrange

suitable validity extension of their Bid Security provided under para 9.0 above.

11.0 FORMAT AND SIGNING OF BID:

11.1 As the Bids are to be submitted ONLINE with digital signature, manual signature is not

required.

C. SUBMISSION OF BIDS:

12.0 ONLINE SUBMISSION :

12.1 The Bid should be submitted online up to 11:00 Hrs. (IST) (Server Time) on the date as

mentioned and will be opened on the same day at 15:00 Hrs. (IST) at the Office of Chief

Manager (M&C), Oil India Limited, 2-A, District Shopping Centre, Saraswati Nagar, Basni,

JODHPUR-342 005, Rajasthan, India in presence of authorized representative of the bidder(s).

12.2 The Rates/Prices should be filled online in the Techno-Commercial-Bid (Composite) Screen

along with all other techno-commercial documents to be submitted as per tender requirement

placed in the “Techno-Commercial Bid” bid folder.

12.3 The Bid and all uploaded documents must be digitally signed by duly authorized representative

of the bidding company using “Class 3” digital certificate [e-commerce application (Certificate

with personal verification and Organization name)] as per Indian IT Act obtained from the

licensed Certifying Authorities operating under the Root Certifying Authority of India (RCAI),

Controller of Certifying Authorities (CCA) of India.

12.4 The Bidder will be responsible for ensuring the validity of digital signature and its proper usage

by their employee. The authenticity of above digital signature shall be verified through

authorized CA after the bid opening. If the digital signature used for signing is not of “Class-

3” with Organization name, the bid will be rejected.

12.5 The Tender is invited under SINGLE STAGE COMPOSITE BID SYSTEM. Therefore, the

Bidder has to submit the “TECHNO-COMMERCIAL” bid through electronic form in OIL‟s e-

Tender Portal within the Bid Closing Date and Time stipulated in the e-Tender and as per the

online Bid Format.

12.6 The Bids must be digitally signed using “Class-3” digital signature certificate with

Organizations Name (e-commerce application) as per Indian IT Act obtained from the licensed

Certifying Authorities operating under the Root Certifying Authority of India (RCAI),

Controller of Certifying Authorities (CCA) of India.

12.7 Timely submission of online bids is the responsibility of the Bidder(s). The Bid along with all

annexure /proformas and copies of documents should be submitted in e-form only through

OIL‟s e-bidding engine. The Bid submitted in physical form against e-procurement tenders

shall not be given any cognizance. However, the following documents should necessarily be

submitted in physical form in sealed envelope. The Tender No. and the Date of Bid

Closing/Opening must be prominently marked on the outer cover/envelope containing these

documents and should be sent to Chief Manager (M & C), 2-A, District Shopping Centre,

Saraswati Nagar, Basni, JODHPUR-342 005 Rajasthan, India so as to reach before the

scheduled Bid Closing Date and Time of the Tender.

7

(i) The Original Bid Security (ii) Other documents required to be submitted as per tender requirement, if any.

13.0 DEADLINE FOR SUBMISSION OF BIDS:

13.1 Bidders will not be permitted by the System to make any change in their Bid after it is

uploaded. The Bidder(s) may however request CHIEF MANAGER (M & C) for returning

their Bid(s) before the due date of submission and resubmit their bid after necessary

revision/correction, if so envisaged any. But no such request will be entertained once the due

date for submission of Bid is reached and/or bids are opened.

13.2 No bid can be submitted/uploaded after the submission deadline is reached. The system time

displayed on e-procurement web page shall decide the submission deadline.

14.0 EXTENSION OF BID SUBMISSION DATE/TIME:

14.1 Normally no request for extension of Bid Closing date & Time will be entertained by

the Company. However, in case of any change in the specifications, inadequate response, or

for any other reasons, the Company may at its discretion or otherwise, extend the Bid Closing

Date and/or Time. In case of receipt of single bid within the scheduled Bid Closing Date and

Time, OIL may extend the Bid Closing/Opening Date by two (2) weeks at its option. However,

the bidder whose bid has been received within the bid closing date and time, will not be

allowed to revise their Bid/Prices. Withdrawal of such bid is also not permitted.

15.0 FORMAT OF BID SUBMISSION:

15.1 Bids to be submitted online at OIL‟s E-PORTAL. Detailed instructions are available in “HELP

DOCUMENTATION” in the E-PORTAL.

15.1 The offer should contain complete specifications, details of the services offered along with

relevant document/registration certificates of vehicles/affidavits, if any, etc. The Bid Security

(Scanned Copy) mentioned in para 9.0 above should be uploaded with the Techno-Commercial

Bid (i.e. Composite Bid).

15.3 The terms and conditions of the contract to be entered with the successful bidder are given in

various Sections of this bid document. Bidders are requested to state their compliance/non-

compliance to tender clauses as per PROFORMA-I to Section – VIII.

16.0 LATE BIDS:

16.1 Bidders are advised in their own interest to ensure that the bids are uploaded in the system well

before the closing date and time of the bid. Company will not be responsible for any failure to

upload the Bids due to last minute rush.

17.0 MODIFICATION AND WITHDRAWAL OF BIDS:

17.1 After the Bid is uploaded by the Bidder in the system, they will not be permitted by the System

to make any change in their Bid. However, for making any such subsequent

modification/correction, the Bidder must submit written modification or withdrawal notice to

CHIEF MANAGER (M&C), Oil India Limited, 2-A, District Shopping Centre, Saraswati

Nagar, Basni, JODHPUR-342 005 before the deadline for submission of bids. Bidders may

send these request letters to return their bids which they submitted earlier for modifications, if

envisaged any, prior to bid closing. The request should reach the office of Chief Manager

(M&C) at least three (3) working days prior to the scheduled bid closing date. Once the earlier

bid is returned by Company on request, Bidder can again upload their correct/revised bids

within the stipulated bid closing date and time. Maintaining sufficient time gap to withdraw

8

the earlier bids for modifications and to resubmit the bids after necessary corrections/

modifications within the scheduled bid closing date and time is the sole risk and responsibility

of Bidder. Company shall not be responsible for any delayed delivery/late receipt of such

requests/notices for whatsoever reasons.

17.2 The Bidder, after submission of bid, may withdraw its bid entirely by written notice to the

Company prior to bid closing date & time without forfeiting their Bid Security.

17.3 Bids should not be withdrawn during the interval between the deadline for submission of bids

and the expiry of the period of bid validity specified by the Bidder on the Bid Form.

Withdrawal of a bid during this interval shall result in the Bidder's forfeiture of its Bid

Security.

18.0 BID OPENING AND EVALUATION:

18.1 The Company will open the Bids, including submissions made pursuant to para 17.0, in

presence of Bidder's representatives who choose to attend at the date, time and place

mentioned in the Forwarding Letter. However, the Bidder‟s representative must produce an

authorization letter from the bidder at the time of opening of tender. The Bidders'

representatives who are allowed to attend the bid opening shall sign in a register evidencing

their attendance. Only one representative against each bid will be allowed to attend.

18.2 Bid (if any) for which an acceptable notice of withdrawal has been received pursuant to para

17.2 above shall not be opened. On opening the remaining bids, the Company will examine

them to determine whether the same are complete, requisite Bid Securities have been

furnished, documents have been properly signed and the bids are generally in order.

18.3 At bid opening, the Company will announce the Bidders' names, written notifications of bid

withdrawal, if any, and such other details including submission of requisite Bid Security etc. as

the Company may consider appropriate.

18.4 The Company shall prepare, for its own records, Minutes of Bid Opening including the

information disclosed to those present in accordance with above sub-clauses.

18.5 To facilitate examination, evaluation and comparison of bids the Company may, at its

discretion, ask the Bidders for clarifications on their bids. The request for clarification and the

response shall be in writing and no change in the price or substance of the bid shall be sought,

offered or permitted. Bidder shall mention the name, designation, address, e-mail & fax

number of the contact person authorized for providing clarifications on their bids. All the

clarifications shall be in writing and duly signed by authorized person. Clarification through e-

mail should also be signed, scanned and sent in soft (pdf) format followed by confirmation in

hard copy. Bidder must respond to clarification within the time limit as given by the Company.

18.6 Prior to detailed evaluation, the Company will determine the substantial responsiveness of

each bid to the Bidding Document. For this purpose, a substantially responsive bid is one,

which conforms to all the terms and conditions of the Bidding Document without any

deviations or reservation.

18.7 A Bid determined as not substantially responsive will be rejected by the Company and can not

subsequently be made responsive by the Bidder through corrections of the non-conformities.

18.8 The Company will examine the Prices to determine whether they are complete, any

computational errors have not been made, the documents have been properly signed, and the

bids are generally in order.

9

18.9 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between

the unit price and the total price (that is obtained by multiplying the unit price and quantity) the

unit price shall prevail and the total price shall be corrected accordingly. If any Bidder does not

accept the correction of the errors, his bid will be rejected. If there is a discrepancy between

words, and figures, the amount in words will prevail.

19.0 EVALUATION AND COMPARISON OF BIDS:

19.1 The Company will evaluate and compare the bids as per Bid Evaluation Criteria

(Section-VIII) of the tender document.

D. AWARD OF CONTRACT

20.0 AWARD CRITERIA:

20.1 The Company will award the Contract to the Bidder whose bid has been determined to be

substantially responsive and has been determined as the lowest evaluated bid, provided further

that the Bidder is determined to be qualified to perform the Contract satisfactorily.

21.0 COMPANY‟S RIGHT TO ACCEPT OR REJECT ANY BID:

21.1 The Company reserves the right to accept any bid and to reject any or all bids and/or to annul

the bidding process in entirety, at any time prior to award of contract, without thereby

incurring any liability to the affected bidders or any obligation to inform the participating

bidders of the ground for Company‟s action.

22.0 NOTIFICATION OF AWARD OF CONTRACT:

22.1 Prior to expiry of the period of bid validity or extended validity, the Company will notify the

successful Bidder in writing by registered letter or by fax/e-mail (to be confirmed in writing by

registered / courier letter) that their bid has been accepted.

22.2 The notification of award will constitute the formation of Contract.

23.0 SIGNING OF CONTRACT:

23.1 At the same time as the Company notifies the successful Bidder that their Bid has been

accepted, the Company will either invite the bidder for signing of the Contract or send the

formal Contract document. The contract document will be accompanied by the General &

Special Conditions of Contract, technical specifications, schedules of rates and all other

relevant documents.

23.2 Within two weeks of receipt of the final contract document, the successful Bidder shall sign

and date the contract and return the same to the Company.

(END OF SECTION – II)

10

SECTION – III

GENERAL TERMS & CONDITIONS AND SCOPE OF WORK

1.0 DEFINITIONS:

1.1 In this Contract, the following terms shall be interpreted in accordance to the meaning assigned

below to them respectively:

a) "Contract” means the Agreement to be entered into between Company and Contractor

including the terms and conditions as recorded therein and all formats/proformas &

attachments thereto and all documents incorporated by reference therein.

b) "The Contract Price" means the price payable to the Contractor under the full and proper

performance of its contractual obligations.

c) "Company" means OIL INDIA LIMITED and its executors, successors and assignees

e) “Company Representative” means the person or persons appointed and approved in writing

from time to time by the Company to act on its behalf for overall co-ordination and project

management at site.

f) "Contractor" means the individual or firm or body incorporated providing the services

under this contract and its executors, successors and assignees.

g) "Contractor's Items‟ means the equipment, materials and services that are to be provided by

the Contractor at the expense of the Contractor.

h) "Commencement Date" means the date on which vehicle is placed at OIL under the

Contract.

i) "Driver" means the person having valid driving license is provided by Contractor from time

to time to conduct operations hereunder.

j) “Base Office” The contractor shall have a base office at Jodhpur to be manned by

competent personnel, who shall act for the Contractor in all matters relating to Contractor's

obligations under the Contract.

m) “Gross Negligence” as used in this contract shall mean “willful and wanton disregard for

harmful, avoidable and foreseeable consequences”.

2.0 SCOPE OF WORK:

2.1 Hiring of transport services of BRAND NEW 02 Nos. TATA Indigo CS ELS CR4 Diesel AC

Vehicles (Taxi registration only) along with driver and with all standard fittings as per the

manufacturers latest leaflets and purchased after issuance of LOA for operational areas in

Rajasthan and any other surrounding states/areas of the Company‟s activities as determined by

the Company for a period of 03 years with a provision for extension by another 01 (One) year

with same Rate, Terms & Conditions. The vehicle shall have Taxi Registration and comply

with Motor Vehicle Act which includes provision of Safety Belts, First Aid Box and Fire

Extinguisher etc. The Transport Service Provider shall be responsible for all Central /State

Govt. and local taxes inclusive of service tax, fees, insurance, capital investment, operating

expenses etc. and the rates shall be inclusive of all such and similar charges. The rates shall

also be inclusive of all incidental and contingent operations which, although not specifically

11

mentioned in the service contract, are necessary for the performance of the service in a

satisfactory manner and up to the desired standard. The Transport Service Provider shall

supply and maintain the service of the vehicles in normal service EVERYDAY with drivers

thoroughout the day and night as required by Company. In case of failure to keep up the

vehicle in normal service on any day and night, the Service Provider shall be liable to pay to

the Company liquidated damage.

2.2 The transport services to be provided under the Contract shall be for different

areas within the state of Rajasthan like Jodhpur, Ajmer, Jaipur, Jaisalmer, Bikaner and

Sriganganagar districts and any other surrounding state/areas of the Company‟s activity as

determined by the Company.

3.0 PERFORMANCE SECURITY:

3.1 Within two weeks of issue of Notification of Award of the Agreement, the

successful Transport Service Provider shall furnish Performance Security to the Company in

the form of Bank Draft or Bank Guarantee from a scheduled Bank

located in India and as per format provided in Section-VII of the Bid document on non –

judicial Stamp Paper of requisite value, as per the Indian Stamp Act, purchased in the

name of the issuing banker. The amount of Performance Security shall be 2.5% (two point

five percent) of the total evaluated value of the Agreement. A Performance Bank Guarantee

should be so endorsed that it can be invoked at the issuing Bank‟s branch located

in Jodhpur (Rajasthan). The proceeds of the Performance Security shall be

payable to the Company as compensation or any loss resulting from Transport

Service Provider‟s failure to complete his/her obligations under the Agreement.

The Performance Security shall be valid till six (06) months beyond the date of expiry

of the Agreement.

3.2 The Performance Security specified above must be valid for six (06) months beyond the expiry

date of the contract to cover warranty obligations, if any and to lodge claim, if any. The same

will be discharged by Company not later than 30 days following its expiry. In the event of

extension of contract, subsequent to expiry of validity of the original contract period,

Contractor shall have to enhance the value of the performance security to cover 2.5% of the

evaluated contract value for the extended period and also to extend the validity of the

performance security accordingly.

3.3 Performance Security shall be returned to the Transport Service Provider after adjustment of

compensation/loss, if any, due to the Company for any reason. The Performance

Security shall not accrue any interest. In case of default on the part of the

Transport Service Provider, the Performance Security shall automatically stand

forfeited in full or in part and the Transport Service Provider shall have no claim

on this account whatsoever.

4.0 INVOCATION OF PERFORMANCE BANK GUARANTEE:

4.1 In the event of Contractor failing to honour any of the commitments entered into under the

contract and/or in respect of any amount due from Contractor to the Company, the Company

shall have an unconditional option under the guarantee to invoke the Performance Bank

Guarantee and claim the amount from Bank.

4.2 The Company will have the right to invoke the Performance Bank Guarantee in case the

Contractor fails to mobilize the vehicle(s) in good running condition along with Contractor‟s

Personnel(s)/Driver within the stipulated period irrespective of any reasons whatsoever.

12

5.0 BREACH OF CONTRACTUAL OBLIGATION means amongst others also the following:

(i) Carriage of unauthorized passengers by the Transport Supplier while under this

agreement with the Company.

(ii) Unauthorized use of the vehicle(s)/equipment when released to the Transport

Supplier for undertaking its deployment for any other business purpose.

(iii) Withdrawal of vehicles/equipment from the service before expiry of the term of this

agreement for any reason whatsoever without the consent/instruction of the

Company Engineer/Officer.

(iv) Failure to park the vehicle/equipment after release on close of working hours at

place designated by the company’s engineer/officer.

(v) Failure of the Transport Supplier to place the vehicles/equipment for periodic

inspection as per schedule as directed by Company’s Engineer/Officer.

(vi) The vehicle (Taxi Registered only) must be owned and registered preferably in the

name of the Firm or in the name of owner of the firm during the entire tenure of

contractual period including extension period, if any.

6.0 "LICENCE AND PERMITS" means any and all of the following which must be valid

and updated periodically by the Transport Supplier to the satisfaction of the Company:-

a. Professional driving license(s) and P.S.V. badge(s) for the driver(s)

b. Registration Book(s) with endorsement of Road Tax

c. Permits for plying the vehicle(s)/equipment for commercial purpose as may be

required.

d. Road permits

e Fitness certificate

f. Comprehensive insurance certificate(s) both for vehicle(s)/equipment as well

as driver/Crew

g. Any other as required under law in force

h. Pollution under control certificate

7.0 "STATUTORY ACTS" means all the State and Central Government statutes and

regulations effecting the operation of the services under this Agreement as may be in

force from time to time and shall particularly include but not be limited to the following;

i. The Motor Vehicle Act, 1988,

ii. The Motor Transport Worker's Act, 1961,

iii. The Contract Labour (Regulations & Abolition) Act, 1970,

iv. The Minimum Wages Act, 1948,

v. The Employees Provident Fund & Miscellaneous Act, 1952,

vi. The Oil Mines Act, 1972 and Oil Mines Regulation, 1984,

vii. The Workmen Compensation Act, 1923 &

viii. Industrial Disputes Act, 1947

8.0 Fixed Charge Per Month: Fixed charge mentioned under of Part-II hereof which will be

inclusive of depreciation, all applicable taxes & duties, insurances, wages and other

emoluments of drivers inclusive of relief drivers which the transport supplier will have to

engage and provide at all times essentially for the continuous operation of the service

envisaged under this agreement. The supplier shall have to ensure full compliance with

Motor Vehicles Act 1988 and Motor Transport Workers Act 1961 and the Rules framed

13

there under all other statutory acts as may be in force from time to time governing the

engagement of staff, their conditions of service which must include minimum wages as

per the aforesaid Acts, Statutory/Weekly offs, holiday, overtime, annual leave, uniforms

etc.. No other separate charges on such accounts will be payable by the company at any

point of time during the tenure of the contract and same, if any, shall have to be borne

entirely by the transport supplier. The fixed charges payable under this agreement shall

be deemed to be inclusive of all payments to be borne by the transport supplier on all such

accounts. Fixed charge also includes the cost of consumables and fuel as may be required

for stipulated normal hours of duty at a stationary place when there is no km run.

9.0 OBLIGATIONS OF THE TRANSPORT SEVICE PROVIDER:

9.1 The Transport Service Provider shall observe and abide by all the Statutory Acts and

shall be primarily and solely responsible for observance of the rules and regulations

stipulated hereunder.

9.2 The Transport Service Provider shall be responsible and liable for all claims, monetary or

otherwise, arising out of the use of vehicle /equipment or operations of the services

envisaged under this agreement including liability under the Statutory Act or any other

liability as may arise due to operation of this agreement and the Company shall not be

held liable or responsible for any such claim in any manner whatsoever. The Statutory

requirements and obligations to be performed under the Statutory Acts affecting the

operations of the services under this Agreement shall have to be performed by the

Transport Service Provider only and shall be his/her sole responsibility. Be it stated

particularly that the Transport Service Provider hereby undertakes to fully implement

entirely at his/her own cost all the provisions of the Motor Transport Workers Act, 1961

and other Statutory Acts as may be in force from time to time and the rules framed there

under as may be applicable to the operation of the service envisaged under this

agreement in the area of operations of the Company.

9.3 The Company shall not be liable for any dues, statutory or otherwise claimed by the

employees/workmen employed by the Transport Service Provider for the services rendered

under this agreement and all such claims, statutory or otherwise or operation of any

settlement or award in favour of the employees/workmen employed by the Transport

Service Provider will be solely against the Transport Service Provider and not against the

Company. Be it expressly stated that any demands whether present or future by the

employees deployed by the Transport Service Provider against the services envisaged

under this agreement shall have to be settled and satisfied by the Transport Service

Provider solely and in the event of any loss or inconvenience or disruption that may result

because of any non-settlement of such demands which may lead to a disruption of service

envisaged under this Agreement shall also be deemed as a default.

9.4 The Company shall neither entertain any demands from the employees of the Transport

Service Provider nor deal directly or indirectly with any recognized or un-recognized

unions of such employees. Be it expressly stated that it shall be primarily and solely the

responsibility of the Transport Service Provider to deal, interact and settle any demands

or disputes of his/her employees individually or through any unions or otherwise and the

Company shall not mediate in this matter at all.

9.5 Any unsettled disputes between the Transport Service Provider and his/her employees

leading to a legal or illegal strike by them would have to be settled by the Transport

Service Provider expeditiously. In the event of such a strike, whether legal or illegal, the

vehicle(s)/equipment shall be treated as shut down. Any failure on the part of the

Transport Service Provider to settle the disputes expeditiously or with reasonable

dispatch which results in interruption of the services envisaged under this Agreement

would be considered as a default under this agreement and the agreement would be

14

terminated at the discretion of the Company. The Transport Service Provider shall,

however, be given reasonable opportunity by the Company to explain that the cause of the

dispute was not due to delay on his/her part or due to failure to implement the statutory

obligations under the Statutory Acts as stipulated hereof. In the event if it is proved

that the Transport Service Provider was in default as mentioned here above, the

Company shall have the option to terminate the Agreement forthwith and the Transport

Service Provider shall not be entitled to any damages or compensation whatsoever on

account of such termination.

9.6 The Transport Service Provider shall ensure that the vehicle(s)/equipment deployed

under this service agreement do not cause any damage to the Company's properties. In

the event of any such damages, the cost of repair in respect thereof as determined by the

Company's Engineer shall be deducted from the Transport Service Provider outstanding

bills. The Company's decision in this regard shall be final and binding.

9.7 The Transport Service Provider shall be responsible and liable for all claims, monetary or

otherwise, arising out of the use of the equipment / vehicle or operation of the services

envisaged under this Agreement including liability under the Motor Vehicles Act,

Payment of Bonus Act, Workmen's Compensation Act, Payment of Wages Act or any other

statutory liabilities as may be in force from time to time and whatsoever. The Statutory

requirements and obligations to be performed under the above Acts or any other

enactment affecting the operation of services under this Agreement shall have to be

performed by the Transport Service Provider only and shall be his/her sole responsibility.

10.0 The transport service provided under the contract shall be for operation for different

areas within the state of Rajasthan like Jodhpur, Ajmer, Jaipur, Bikaner, Shriganganagar, Barmer and

Jaisalmer districts and any other surrounding states/areas of companies activity as determined by the

Company.

11.0 “STATUTORY OFF” means the off day per week or the compensatory off day in lieu

thereof which the Transport Supplier is required to give to his/her driver as per the Motor

Transport Workers Act, 1961 in respect of which adequate relief driver/crew shall be

provided at no extra cost.

12.0 The service shall be to the satisfaction of Company’s Officer/Engineer who shall have

powers, amongst other, to

a) Order the Transport Service Provider to remove immediately any cause of

unsatisfactory performance of the service.

b) Order the Transport Service Provider to replace, any person/driver/helper/mechanic/

supervisor engaged for the running of vehicle or for general management of the

service, if and when such person is found unsuitable for the purpose of rendering

efficient service to the Company

c) Order the Transport Service Provider from time to time such further instructions as

shall be necessary for the purpose rendering the services properly and adequately and

for keeping records which are deemed to be necessary for the Company. Non

compliance of the instructions will make the contractor liable for penalty as per the

provisions of the contract.

13.0 MAKE & MODEL OF VEHICLE: The Transport Service Provider shall be required to

provide 02 nos Brand New following vehicles along with driver and all standard fittings as per the

manufactures latest leaflets.

(i) Make : TATA

15

(ii) Model : Indigo CS ELS CR4, Diesel AC Vehicle

14.0 Vintage of Equipment/Vehicle(s): The service provider shall provide Brand New vehicle of

above make & model purchased & registered as Taxi after the date of Issue of LOA.

15.0 MOBILISATION OF VEHICLE: The Transport Service Provider shall have to place their

vehicle within 30 days from the date of issue of LOA from the Company. However,

requirement of the vehicle being very urgent, the Transport Service Provider should endeavour

to place the vehicle as early as possible.

16.0 LIQUIDATED DAMAGES: The Transport Service Provider shall provide the service of the

vehicle by placing the same within 30 days from the date of issue of Letter of Award of

Agreement, failing which liquidated damages will be levied at the rate of 0.5% of the total

evaluated value of the Agreement per week or part thereof for the delay in

placement of each vehicle subject to maximum of 7.5% of the total evaluated

value of the Agreement.

17.0 PENALTY: The Transport Service Provider shall supply and maintain the service of the

vehicle in normal service EVERYDAY (24 HOURS) with driver throughout the

day and night as required by the Company. In case of failure to keep the vehicle

in normal service on any day and night, the Transport Service Provider shall be

liable to pay to the Company penalty at the rate of 1.5 times of Fixed Charge per

vehicle per day. The total shut down hours would be converted into number of

days and for fraction of the day, the penalty would be charged proportionately.

The above penalty is in addition to proportionate deduction of Fixed Charges for

the shut down hours. Such penalty may be recovered from the Transport Service

Provider‟s outstanding bills or may be reduced or waived at the discretion of the

Company.

18.0 TERMINATION:

18.1 In the event of failure of the Transport Service Provider to place the vehicles or

replacement thereof with similar vehicle in due time or to render proper services

as per terms of the Agreement, the Company reserves the right to terminate the

Agreement with 15 (fifteen) days notice in writing and on expiry of this notice

period the Agreement shall stand terminated and the Transport Service Provider

shall not be entitled to any damages or compensation on account of such

termination or otherwise from any cause arising whatsoever.

18.2 The Company may send written notice to the Transport Service Provider, and

terminate the Agreement in whole or part at any time for its convenience. The

notice of termination shall specify that the termination is for the Company‟s

convenience, the extent to which performance service under this Agreement is

terminated and the date on which such termination becomes effective, which will

be at least 45 (forty five) days after the date of the notice of termination If the

Company exercise this right,, it shall pay the Transport Service Provider in

accordance with the provisions of this Agreement for the services satisfactorily

rendered up to the date of termination. The Transport Service Provider will not be

entitled to any damages or compensation on account of such termination.

19.0 PAYMENT : The Company shall make monthly payment, subject to adjustment/deduction as

necessary, for the service rendered in each calendar month and will endeavour to

pay before the expiry of 30 (thirty) days from the date of submission of complete monthly

statement–cum-bill for the month for every vehicle on the basis of accepted rates

16

/calculations as mentioned in the Agreement provided bills without any discrepancy (which are

to be submitted by the Transport Service Provider once a moth) are received not later than the

4th day of subsequent calendar month.

19.1 The Bill must be accompanied with the followings:

(i) Daily Log Book in original countersigned by Company‟s authorized Engineer/Officer.

20.0 DURATION OF THE AGREEMENT: The duration of the Agreement shall be for a

period of 03(three) years with a provision for extension by another 01(one) year at the same

rates, terms and conditions.

21.0 ADDRESS FOR CORRESPONDENCE:

Any notice required to be given under this service agreement including all

correspondence shall be addressed to the respective parties at their given address.

Any change in address shall be communicated by the respective parties in writing

under registered cover at least fifteen days prior to the change of address.

Address of Company :

GENERAL MANAGER (RP)

Oil India Limited

2-A, District Shopping Centre

Saraswati Nagar, Basni

JODHPUR-342 005

Address of the Transport Service Provider :

22.0 In case of any doubt or dispute arising under this Agreement the decision of the

Company‟s representative shall be final and binding on the Transport Service

Provider.

23.0 The Transport Service Provider shall undertake to fully indemnify the Company

against any and all claims which may arise under the Motor Vehicles Act, Mines

Act, Payment of Bonus Act, Workmen‟s Compensation Act, Payment of Wages

Act and / or Statutes having bearing over the service and / or engagement of

workmen directly or indirectly for performance of service hereunder agreed upon.

24.0 INSURANCE: The transport supplier shall arrange comprehensive insurance to cover all risks

in respect of their personnel, materials, equipment and vehicles belonging to the Transport

supplier or his/her contractors during the currency of the agreement and provide certificates of

such insurance.

25.0 ASSIGNMENT: The Transport Supplier shall not assign his/her rights, duties and obligations

arising under this agreement and sublet to any third person or party except in respect of

payments to be received by Transport Suppliers, if acceptable to the Company.

26.0 SUB-CONTRACT: The Transport Supplier shall not sub-contract all or any part of the work

envisaged under this Agreement.

27.0 FORCE MAJEURE :

27.1 Notwithstanding anything herein to the contrary, the Transport Service

Provider shall not be liable for forfeiture of his Performance security, payment of

penalties or termination for default, if and to the extent that, his delay in

17

performance or other failure to perform his obligation under the Agreement is the

result of any event of Force Majeure.

27.2 For the purpose of this clause, “Force Majeure” means as event beyond the

control of or and not involving The Transport Service Provider‟s fault or

negligence. Such events include, but are not restricted to act of Company either in

its sovereign or on agreement capacity, words or revolutions, fires, floods

epidemics, quarantine restrictions and freight embargoes.

27.3 If a Force Majeure situation arises the Transport Service Provider shall promptly

notify the Company in writing of such condition and the cause thereof. Unless

otherwise directed by Company in writing, the Transport Service Provider

shall continue to perform his obligations under the Agreement as far as in

reasonably practicable and shall seek all reasonable alternative means for

performance not prevented by Fore Majeure event.

27.4 In the event of Force Majeure conditions involving war hostilities, riots, civil

commotions, earthquake, strikes /lockouts, whether legal/illegal etc. prevailing

and continuing for more than 15 days, the Company shall be entitled to terminate

the Agreement by giving 15 days Notice thereof in writing after the first days of

Force Majeure.

28.0 SETTLEMENT OF DISPUTES AND ARBITRATION:

28.1 The Transport Service Provider and the Company shall make every effort to

resolve amicably by direct informal negotiation and disagreement arising between

them under or in connection with the Agreement.

28.2 In the event of any disagreement or dispute arising in connection with execution

of the Agreement which can not be settled in an amicable manner between the

Transport Service Provider and the Company, the matter shall be referred to

arbitration. Such arbitration shall be governed by the provisions of the Indian

Arbitration Act, 1940 as amended up to date by any statutory modification or re-

enactment thereof for the time being in force. Arbitration proceeding will be held

in Jodhpur.

29.0 The transport supplier should ensure that the drivers are available every day i.e. on Holiday,

Sundays, Off days or during leave of the drivers as per the requirements of the Company‟s

Engineer/Officer. In the event of failure to do so would tantamount to a default and the

vehicles/equipment shall be treated as shut down, in which case the liquidated damages shall

be deducted from the transport supplier.

30.0 SUBSEQUENTLY ENACTED LAWS: Subsequent to date of bid submission, if there is a

change in or enactment of any law or interpretation of existing law which results in an

additional cost/reduction in cost under the contract to Contractor such as but not limited to

Corporate tax, Local taxes, Octroi, Sales tax, Service tax, Levies etc., the additional

cost/reduction in cost shall be reimbursed by Company to Contractor or by Contractor to

Company as the case may be.

31.0 AMENDMENTS OF AGREEMENT: Amendments to any terms and conditions of the

Agreement, if any, shall be carried out only through an Amendment to Agreement duly signed

by authorized representative of the Company and the Transport Service Provider.

18

32.0 Oil India Limited reserves the right to cancel this tender without assigning any reason

whatsoever.

33.0 SET OFF CLAUSE : Any sum of money due to and payable to the Contractor (including

Security Deposit refundable to them) under this or any other contract may be appropriated

by the Company (OIL) and set off against any claim of the Company (OIL) (or

such other person or persons contracting through the Company) for payment of a

sum of money arising out of this contract or under any contract made by the

Contractor with the Company (OIL) (or such other person or persons contracting

through the Company).

(END OF SECTION – III)

SECTION – IV

SPECIAL TERMS AND CONDITION

CLAUSE # I:

Rates specified in Section-VIII of this tender document are deemed to have been based on the

following conditions and the Service Provider shall not be entitled to any additional payment

on any account).

1) The service to be rendered shall be on hire basis as per the rates specified in Section-VIII. The

period of hire of the vehicle under these service agreement will be 03(three) years with a

provision for extension by another 01(one) year at the same rates, terms and conditions.

2) The vehicle shall be equipped with all standard fittings, A/C, instruments etc. and conform to

the provisions of Motor Vehicle Act including Insurance cover, Fitness Certificate,

Registration Certificate etc.

3) The vehicle shall at all times be licensed (at the Service Provider‟s cost) by appropriate

government authority to ply on contract basis in different areas within the state of Rjasthan like

Jodhpur, Ajmer, Jaipur, Bikaner, Shriganganagar, Barmer and Jaisalmer districts and any other

surrounding states/areas of companies activity as determined by the Company.

CLAUSE # II:

1.0 The speedometer and kilometer record must be maintained at a high standard of accuracy. Any

defects noticed by Company‟s officer at the initial and subsequent per indicial inspection shall

have to be rectified forthwith by the Contractor at his cost. Until such rectification, the reading

of the instrument will be subject to such correction factors as determined by the Company

Officers. For purpose of monthly payments corrected reading of the various records, if such

corrections is deemed necessary will be binding on the Contractor.

19

2.0 In the event any vehicle becoming out of order, or otherwise not available, a relief equivalent

vehicle shall be placed in service immediately as substitute. In the event of failure on the part

of the Contractor, liquidated damages will be payable by the Contractor as specified in this

tender document. Also, the Company has the right to make alternative arrangement and

additional expenditure incurred by the Company in arranging alternative arrangement, if any,

will be recovered from the Contractor.

3.0 Drivers of the vehicle provided against the contract must be in possession of valid professional

driving license authorizing him to drive the particular type of vehicle in the manner required

under this contract. Name of the driver with full particulars of driving licenses shall be

furnished to the Company at the commencement of the agreement and also on every occasion

when a driver is required to be replaced for any reason.

4.0 Regarding the color & other details of the car, the contractor should contact Chief Manager

(A&ER) before purchasing the vehicle.

5.0 The driver or drivers engaged by the contractor should be of good character, discipline and in

good health. If the driver or drivers indulges in any theft, or other unlawful activities, action

will be taken as per the law of the land. If the vehicle is seized by the Police or any other law

enforcing agency for such activities, while on company's duty, it will be the responsibility of

the contractor to deal with the matter.

6.0 In company's opinion, if a driver is not attending duty properly or having bad credentials or

found involved in theft or any other unlawful activities drunken driving, he may not be issued

any entry pass. In that event, the contractor has to remove the driver on getting advice from the

company.

7.0 Drivers, when operating the vehicle, must be fit in a physical and mental condition and shall

not be under the influences of intoxication of any type.

8.0 All persons employed by the Contractor under the Service Agreement must observe all the

rules promulgated by Rajasthan State Administration from time to Time for working in

Rajasthan.

9.0 While working inside the declared prohibited areas, if any person is found to be objectionable

from security considerations, the person must be replaced by the Contractor.

10.0 The vehicle shall carry Name Plates or Markings (for purpose of identification) inscribing

#ON OIL INDIA LIMITED DUTY# and towing Hock at the rear, as directed by the Company

Representative at the cost of the Contractor.

11.0 During the currency of this Contract while on duty on call basis, the Contractor shall NOT #

withdraw the vehicle on company duty from service for any other purposes (except in

connection with repairs).

12.0 Notwithstanding with any clause of the contract, it will be terminated on account any one of

the following situation #

12.1 Deteriorated mechanical condition of the vehicle.

12.2 Frequent shutdown due to non-availability of fuel etc.

12.3 During the currency of the contract, if it is found that the contractor submitted any false

statement / document in the application / tender document

20

13.0 The vehicle (Taxi Registered only) must be owned and registered preferably in the name of the

Firm or in the name of owner of the firm during the entire tenure of contractual period

including extension period, if any. Change of ownership of vehicle at any time during the

tenure of the contract period will lead to termination of the contract.

14.0 Payment shall be made for the days / kilometerage actually logged on Company's duties as per

instructions of the Company's Engineer/officer and as reflected in the Daily Log Book.

15.0 Under no circumstances, the vehicle should carry out/involve in any unlawful activities /duties.

In the event of any such case, the contractor will be held responsible for the consequences.

16.0 On receipt of the Monthly statement-cum-kilometreage Bill the Company‟s Engineer/Officer

shall verify the same with the Daily Log Book and forward the same after making adjustment

as may be necessary to the Finance Department of the Company for Payment. The Bill must be

accompanied with the following:

16.1 Daily Log Book in original for the month.

17.0 All standard safety devices & AC fitted to the vehicles should be in working condition.

18.0 The Contractor will make all arrangement at for fuelling/servicing/repairing of the vehicle,

boarding and lodging of his staff at his cost.

19.0 The Transport Service Provider shall render trouble free services during the agreement period

without any failure. The Transport Service Provider will be allowed a shut down for maximum

of 48 hours at a stretch per month exclusively for maintenance and repair of each vehicle

preferably on Sundays. The day will be selected with the permission of the company as per

convenience of company‟s work and LD and Penalty will not be applicable for this 48 hours at

a stretch per month. However, Penalty and LD will be applicable for beyond more than 48

hours at a stretch shut down in a calendar month. However, if it is found that the vehicle was

not utilized for maintenance and repair purpose, the company will impose LD & Penalty at its

sole discretion.

20.0 The driver can be replaced even for short period, only with permission of the company

Engineer/Officer.

21.0 The rates shown in Section-VIII shall be fixed and firm for the entire tenure of the contract and

shall be binding on both the parties. No changes in these rates shall be allowed under any

circumstances during the tenure of this service agreement.

22.0 The rates Per Kilometer run shall be corresponding to the HSD arte (Rs. 49.15) prevailing at

Jodhpur as on 16.10.2012. All minor increase/Decrease of rate of fuel price within 5% shall be

absorbed by the contractor. In case of any change in rates of HSD beyond 5% compensation

for increase/Decrease in running cost will be paid to the contractor or recovered as the case

may be. For calculation of such compensation, Mileage (HSD compensation rate) for the

vehicle may be considered as 14 KM/Liter without AC and 12 KM/Liter with AC.

23.0 Parking Charges/ Toll charges/ Inter-State tax shall be reimbursed by OIL at actual against

documentary evidence of such payments.

24.0 The vehicle may be for round the clock duty basis while the duty hours of driver shall be for 12

(Twelve) Hours preferably from 9.00 AM to 9.00 PM with a provision for continuation beyond

12 (Twelve) hours on need basis. However, this timing may be changed by the company as per

the operational requirements.

21

25.0 The driver shall be in uniform with Cap preferably Grey color and penalty of Rs. 50 (Rupees

Fifty Only) per day per vehicle will be levied, in case the driver is not in uniform.

26.0 Periodic inspection/test:

a) On initial placement; and

b) Every three months thereafter or as and when considered necessary by the Company

Engineer/Officer during the tenure of agreement.

27.0 Vehicles used for Long Distance (Outstation duty) opening and closing of meter

(Kilometerage) shall be on Jodhpur to Jodhpur basis. Opening and closing of meter

(Kilometerage) shall be certified by the User/ Authorized OIL executive.

(END OF SECTION – IV)

SECTION-V

SCHEDULE OF RATES/SERVICES

PRICE BID FORMAT

Sl.

No.

Description of Service (for

Brand new TATA Indigo CS

ELS CR4 with AC diesel

vehicle)

Unit

Estimated

Quantity

Rate per

Unit

(`)

Total Amount

(`)

1.0 Fixed Charges

MON 72.00

2.0 Running Charges per KM

run with AC ON

KM 288000.00

3.0 Running Charges per KM

run with AC OFF

KM 72000.00

4.0 Driver‟s Charges beyond 12

Hrs duty

HR 6336.00

5.0 Driver‟s halting charges per

night

DAY 864.00

NOTE:

1.0 Evaluation of the offer would be on the basis of overall ranking.

2.0 The Fixed Charge includes all applicable taxes and statutory levies. The Fixed

Charge also includes wages as per the Minimum Wage Act /uniform and all other liabilities

including statutory liabilities.

3.0 The payment of monthly wage to the driver(s) must be made through A/C payee

cheque by the Transport Service Provider. The Transport Service Provider must

also submit a certificate duly signed by both the Transport Service Provider and

driver(s) along with the monthly statement–cum-kilometerage bill of each

22

subsequent month in support of payment of wages to the driver(s) as per the

contract.

4.0 The rates must be inclusive of all types of State and Central Govt.

Taxes/Duties including Service Tax.

5.0 However, bidder should indicate the rate of Service Tax included in the quoted rate.

6.0 The rates should be all inclusive which inter-alia include expenses on drivers

(including dress and cap), maintenance, fuel, lubricants, tools, spares, duties, road

tax, service tax etc.

7.0 The Bid in which the rates for any part of the service/work are not quoted shall be rejected.

However, if no charge is involved for any of the service/item, „NIL‟ should be mentioned

against such part of service.

8.0 The quantities mentioned above table are for the evaluation purpose only and the

actual may be more or less depending upon the operational requirement.

9.0 Bidders should note that payment against the proposed contract under this tender will be made

by e-payment(s) mode only. Therefore, the bidders must furnish the followings along with their

bids:

a) Beneficiaries Name

b) Bank Account Title

c) Bank Account Number

d) Bank Name

e) Bank Branch

f) Bank Branch Code

g) IFSC Code

h) MICR Code

i) Bank Address

j) Copy of PAN Card

k) Cancelled Cheque

l) Copy of the latest Bank Statement

In case any bidder does not furnish any of the above information or furnish incomplete

information, payment may be delayed for which the company will not be liable.

23

SECTION – VI

FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, (Name of Bidder)_______________________ (hereinafter called "the Bidder") has

submitted his bid dated (Date) __________ for the provision of transport services (hereinafter called

"the Bid").

WE KNOW ALL MEN by these presents that We (Name of Bank) _________________ of (Name of

Country) ____________________ having our registered office at ________ (hereinafter called "the

Bank") are bound unto Oil India Ltd (hereinafter called "Company" in the sum of

(________________________________) * for which payment well and truly to be made to Company,

the Bank binds itself, its successors and assignees by these presents. SEALED with the common seal

of the Bank this______________ day of ______________, 20…….

THE CONDITIONS of this obligation are:

(1) If the Bidder withdraws his Bid during the period of bid validity specified by the bidder

(2) If the Bidder, having been notified of the acceptance of his Bid by the Company during the period

of Bid validity:

(a) fails or refuses to execute the Form of Contract in accordance with the Instructions to

Bidders, on tender document;

or

(b) fails or refuses to furnish the Performance Security in accordance with the Instructions to

Bidders on tender documents.

We undertake to pay to the Company up to the above amount upon receipt of its first written

demand, (by way of letter/fax/e-mail) without the Company having to substantiate its demand,

provided that in its demand the Company will note that the amount claimed by it is due to it owing to

the occurrence of one or both of the two conditions specifying the occurred condition or conditions.

24

This guarantee will remain in force up-to and including the date (date of expiry of bank guarantee

should be minimum 30 days beyond the validity of the bid) any demands in respect thereof should not

reach the bank not later than the above date.

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

* The bank should insert the amount of guarantee in words and figures

Date : Signature of issuing authority of Bank with

designation seal and seal of the bank.

(END OF SECTION-VI)

SECTION – VII

FORM OF PERFORMANCE BANK GUARANTEE (UNCONDITIONAL)

To : (Name of Company__________________________________________________)

(Address of Company________________________________________________)

WHEREAS (Name and address of Contractor)________________________________

(hereinafter called as "Contractor") had undertaken, in pursuance of Contract No. _______ dated

___________ to execute (Name of Contract and Brief description of the work)

__________________________________ (hereinafter called "the Contract"),

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish

you with a bank Guarantee by a recognized bank for the sum specified therein as security for

compliance with his obligations in accordance with the contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee, NOW HEREFORE

we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a

total of (Amount of Guarantee) * _____________ (in

words)___________________________________________ such sum being payable in the types and

proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon

your first written demand and without cavil or argument, any sum or sums within the limits of the

Guarantee sum as aforesaid without your needing to prove or to show grounds or reasons for your

demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting

us with the demand.

We further agree that no change or addition to or other modifications of the terms of the contract or of

the work to be performed there-under or of any of the contract documents which may be made

between you and Contractor shall in any way release us from any liability under this guarantee, and we

hereby waive notice of any such change, addition or modification.

25

This guarantee is valid until the date (……..…. ) six months after Contract completion.

SIGNATURE & SEAL OF THE GUARANTOR

Name of Bank

Address

Date

______________________________________________________________________

* An amount is to be inserted by the Guarantor, representing the percentage of the Contract price

specified in the forwarding letter, and denominated either in the currency of the Contract or in a freely

convertible currency acceptable to the Company.

NOTE : Bidders are NOT required to complete this form while submitting the Bid.

(END OF SECTION-VII)

SECTION – VIII

BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC)

A) Bid Rejection Criteria (BRC)

The bids shall conform generally to the Scope of Work and Terms and Conditions

given in the bidding document. Bids will be rejected in case they do not conform

to the required parameters stipulated in the tender document. Notwithstanding the

general conformity of the bids to the stipulated specification, the following requirements will

have to be particularly met by the bidders without which the offers will be considered as non-

responsive and rejected.

1.0 TECHNICAL:

1.1 Model / Vintage of the Vehicle: The Bidder shall provide TATA make Brand New TATA

Indigo CS ELS CR4 with AC diesel vehicle registered as Taxi having valid license/Permits.

1.2 Ownership of the Vehicle: The Bidder shall provide good condition vehicle registered as

Taxi preferably in the name of the Firm or in the name of the owner of the firm for the vehicle

mentioned in the tender and should submit documentary evidence in support of and also

provide the same proof at any time in duration of the contract, if required.

1.3 The bidder must have a base office in Jodhpur.

1.4 The Bidder shall provide Brand New above mentioned vehicle registered as Taxi having

valid license/permits along with driver having valid driving license.

1.5 The bidder should have experience and expertise in successfully executing similar nature

of works during last 07 (Seven) years ending last day of the month previous to the one in

which bid are invited which should be either of the following and documentary evidences

to this regard must be submitted along with Bid:

i) Three similar completed works, each costing not less than ` 14.22 lakh

26

OR,

ii) Two similar completed works, each costing not less than ` 17.78 lakh

OR,

iii) One similar completed work, costing not less than ` 28.45 Lakh

Note: Similar nature of works means providing transport service with passenger vehicles.

1.6 Minimum average annual turnover as per audited Annual reports of the bidder for the

last three completed financial years should be at least ` 10.67 lakh. Documentary

evidences to this regard must be submitted along with Bid.

2.0 COMMERCIAL – BID SUBMISSION

2.1 Bids are invited under Single Stage Composite Bid System i.e. Technical Bid

and Commercial Bid together. Bidders must submit the Composite Bid in electronic form through online OIL’s e-Tender portal accordingly within the Bid Closing Date and time stipulated in the e-tender. The Bid is to be

submitted as per Scope of Work and other Terms & Conditions of the tender.

2.2 Bidder shall offer firm prices. Price quoted by the successful bidder must remain

firm during the execution of the contract and not subject to variation on any account. Bids with adjustable price terms will be rejected.

2.3 Bid Security in Original shall be furnished as a part of the Technical Bid and must

reach office of Chief Manager (M&C), OIL at Jodhpur before opening of technical bids. A scanned copy of the bid security shall however be uploaded in OIL’s E-Procurement portal along with the Technical Bid. The amount of Bid Security shall be as specified in the Forwarding Letter of the Bid Document. Bid without proper & valid Bid Security will be rejected.

2.4 Bids received after bid closing date and time will be rejected. 2.5 Any bid received in the form of Telex/Cable/Fax/e-mail will not be accepted. 2.6 Bids shall be typed or written in indelible ink and shall be digitally signed by the

bidder or his authorized representative failing which the bid may be liable for rejection.

2.7 Any physical documents submitted by bidders shall contain no interlineations,

erasures or over writing except as necessary to correct errors made by bidders, in which case such corrections shall be initialed by the person(s) who has/have

digitally signing the bid. However, white fluid should not be used for making corrections.

2.8 Bidders shall bear, within the quoted rates, the personal tax as applicable in respect

of their personnel and Sub-Contractor’s personnel, arising out of execution of the contract.

2.9 Bidders shall bear, within the quoted rates, all duties and taxes including the

corporate tax, service tax and any other State, Central Govt. statutory levies as applicable on the income under the contract. The evaluation and comparison of bids shall be made accordingly. All applicable taxes, duties and levies on the materials to

27

be supplied or arising out of the profits on the contract shall be borne by the bidder as per rule of the Govt. of India.

2.10 Any bid containing false statement will be rejected. 2.11 Bidders must quote rates in accordance with the price schedule outlined in PRICE

BID FORMAT (PROFORMA-II), otherwise the Bid will be rejected. The Bids in which the rates for any part of the work are not quoted shall be rejected. However, if no charge is involved for any of the work/item, ‘NIL’ should be mentioned against such part of work.

2.12 Tender Document will not be issued physically by Company. Initial User ID and

Password will be communicated to the bidder (through e-mail). User ID and Password are not transferable. Offers made by bidders who have not been issued USER ID and Password by the Company will be rejected.

2.13 In a tender either the Indian agent on behalf of Principal/OEM or Principal /OEM itself can bid, but both cannot bid simultaneously for the same item/product

or services in the same tender. If agent submits bid on behalf of the Principal/OEM, the same agent shall not

submit a bid on behalf of another Principal/OEM in the same tender for the same item/product or service.

2.14 Bids with shorter validity will be rejected as being non-responsive. 2.15 Bidder must accept and comply with the following clauses as given in the Tender

Document in toto failing which offer will be rejected –

(a) Performance Guarantee Bond Clause (b) Force Majeure Clause (c) Tax Liabilities Clause (d) Arbitration Clause (e) Acceptance of Jurisdiction and Applicable Law (f) Liquidated damage cum penalty clause (g) Safety & Labour Law (h) Termination Clause

3.0 GENERAL 3.1 The Statement of Compliance (enclosed PROFORMA – I) should be digitally signed

and uploaded along with the bids. In case bidder takes exception to any clause of tender document not covered under BEC/BRC, then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw/modify the deviation when/as advised by the Company. The loading so done by the Company will be final and binding on the bidders.

3.2 To ascertain the substantial responsiveness of the bid the Company reserves the right

to ask the bidder for clarification in respect of clauses covered under BEC/BRC also and such clarifications fulfilling the BEC/BRC clauses in toto must be received on or before the deadline given by the Company, failing which the offer will be summarily rejected.

3.3 Any exception or deviation to the tender requirements must be tabulated in

PROFORMA-I of this Section by the Bidder in their bids. Any additional information, terms or conditions included in the Commercial (Priced) Bid will not be considered by OIL for evaluation of the Tender.

28

4.0 The Company reserves the right to cancel/withdraw the tender or annul the bidding

process at any time prior to award of contract, without thereby incurring any liability to the bidders or any obligation to inform the bidders of the grounds of Company’s action.

5.0 If any clauses in the BRC contradict clauses elsewhere in the Bid Document, then the

clauses in the BRC shall prevail. B). BID EVALUATION CRITERIA (BEC)

The bids conforming to the Scope of Work, Terms & Conditions stipulated in the bidding document and considered to be responsive after subjecting to Bid Rejection Criteria (BRC) will be considered for further evaluation as per the Bid Evaluation Criteria described hereunder:

1.0 Bids will be opened on schedule date & time of bid opening of the tender and the same will be evaluated taking into account the sum total cost of all components quoted by the bidders as per Price Bid Format (PROFORMA – II, Section-VIII) and the contract will be awarded to the lowest bidder.

2.0 If there is any discrepancy between the unit price and total price (obtained by

multiplying Unit Rate with Quantity), the unit price will prevail and total price shall be

corrected accordingly. Similarly, if there is any discrepancy between words and figure, the amount in words shall prevail and will be adopted for evaluation.

3.0 It is however, to be clearly understood that the assumptions made in respect of the quantity of

various items in the Price Bid Format (PROFORMA-II, Section-VIII) are only for the purpose

of Evaluation of the bids. The Contractor will be paid on the basis of actual quantum of jobs

carried out during job execution. However, execution of jobs in excess of the quantity

mentioned herein requires Company‟s prior approval.

(END OF SECTION –VIII)

29

PROFORMA - I

(SECTION-VIII)

STATEMENT OF COMPLIANCE

(Only exceptions/deviations to be rendered)

SECTION NO.

(PAGE NO.)

CLAUSE NO.

SUB-CLAUSE NO.

COMPLIANCE/

NON COMPLIANCE

REMARKS

(Authorised Signatory)

Name of the bidder___________

NOTE : OIL INDIA LIMITED expects the bidders to fully accept the terms and conditions of the bid

document. However, should the bidders still envisage some exceptions/ deviations to the

terms and conditions of the bid document, the same should be highlighted as per format

provided above and to be submitted as part of their Technical Bid. If the proforma is left

blank, then it would be presumed that the bidder has not taken any exception/deviation to the

terms and conditions of the bid document.

30

PRICE BID FORMAT

Proforma-II

Section-VIII

Bidder’s Name :

Tender No. :

Sl.

No.

Description of Service (for

Brand new TATA Indigo CS

ELS CR4 with AC diesel

vehicle)

Unit

Estimated

Quantity

Rate per

Unit

(`)

Total Amount

(`)

1.0 Fixed Charges

MON 72.00

2.0 Running Charges per KM

run with AC ON

KM 288000.00

3.0 Running Charges per KM

run with AC OFF

KM 72000.00

4.0 Driver‟s Charges beyond 12

Hrs duty

HR 6336.00

5.0 Driver‟s halting charges per

night

DAY 864.00

Note: Rate of Service Tax, if any, included in the quoted rate:___________

(Authorised Signatory)

Name of the bidder_________________

31