1

TENDER NOTIFICATION NO: Log-02/2018 CM (Comm), Tender ID- 238318

APSRTC

TENDER FOR PICKUP AND DOOR DELIVERY OF PARCELS AND COURIERS FOR APSRTC LOGISTICS FOR A PERIOD OF ONE YEAR AND EXTENDABLE BY TWO MORE YEARS AT THE FOLLOWING CITIES.

1. VIJAYAWADA 2. VISAKHAPATNAM 3. AND

Signature of the tenderer 2

DISCLAIMER

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

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

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

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

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

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

Signature of the tenderer 3

TENDER DETAILS

Department 1. ANDHRA PRADESH STATE ROAD TRANSPORT CORPORATION Name 2. Circle/Division Office of the Dy CM (Logistics),Hyderabad. Tender 3. Number Log-02/2018 CM(Comm), Tender ID- 238318 .

TENDER FOR PICKUP AND DOOR DELIVERY OF PARCELS AND COURIERS FOR APSRTC LOGISTICS AT 4. Tender Subject 1. VIJAYAWADA 2. VISAKHAPATNAM 3. HYDERABAD AND SECUNDERABAD

Period Of 5. 1 year extendable for 2 more years on mutual consent Contract

6. Tender Type Open

8. EMD EMD of Rs.3,00,000/- (Rupees three Lakh only). Bidders should make payment through e-portal only. 9 S.D. The successful Tenderer should pay Security Deposit of Rs. 2,00,000/- (Rupees TwoLakh only) for each city should be paid through RTGS to APSRTC Account no: 62472413226, IFSC Code: SBHY0020169, A/c. Name: APSRTC, Bank name: SBI, Gandhi Nagar, Vijayawada 10 Tender Rs. 2360/- , should make payment through RTGS to APSRTC document Account no: 62472413226, IFSC Code SBIN0020169, Acc. in Process Fee Name: FA & CAO APSRTC, Bank name: SBI, Branch: Gandhinagar, VJA. 11 Bid Details: DETAILS Date Time

Schedule Down Loading Start Date/Time 23.11.2018 10.00 hrs Pre Bid meeting Date/Time 27.11.2018 11.00 hrs Schedule Down Loading End Date/Time 06.12.2018 14.00 hrs Bid Submission Last Date/Time 06.12.2018 17.00 hrs Technical Bid Opening Date/Time 07.12.2018 11.00 hrs Offline Auction Date/Time 07.12.2018 14.00 hrs Commercial Bid Opening Date/Time 07.12.2018 16.00 hrs

12 Officer Inviting Chief Manager(Comm.) Bids& Contact Ph:9959222746 person 13 Alternate Dy.CM (C):H.O, Vijayawada. Ph: 9100948675 Contact Person Dy CM (Logistics), Hyderabad. Ph: 9959225300 for details of HYD&SEC Dy.CM (C)/VJA. Ph:9100943744 , for details of Vijayawada. Dy.CM (C)/VZM. Ph:9100022565, for details of Visakhapatnam. ATM(C)/VJA ph:7331147264, for details of Vijayawada. ATM(C)/VSP ph:7331147261, for details of Visakhapatnam. Signature of the tenderer 4 14 Procedure to The Bidders shall submit their response through Bid submission to the tender Offer on e-Procurement platform at https://tender.apeprocurement.gov.in by Submission following the procedure given below. The Bidders would be required to register on the e-procurement portalhttps://tender.apeprocurement.gov.in and submit their bids online. Offline bids shall not be entertained by the Tender Inviting Authority for the tenders published in e-procurement platform. The Bidders shall submit the details in the online standard formats displayed in e-procurement web site. The Bidders shall attach/upload the scanned copies ofthe receipts for payment of EMD and application fee in the e-procurement web site. The Bidders shall attach all the required documents for the specific tender after uploading the same during the bid submission as per the Tender Notice and Bid Document. 1. Digital Certificate Authentication: The Bidders shall authenticate the bid with their Digital Certificates for submitting the bid electronically on e-procurement platform and the bids not authenticated by digital certificate of the Bidders will not be accepted on the e- procurement platformhttps://tender.apeprocurement.gov.in. 2. Registration with e-procurement platform: For registration and online bid submission, Bidders may contact HELP DESK of M/s Vupadhi Technologies Limited orhttps://tender.apeprocurement.gov.in. 3. Payment Of Transaction Fee: It is mandatory for all the participant Bidders from 1st January 2006 to electronically pay a Non-Refundable Transaction fee to M/s APTS(Andhra Pradesh State Technological Services), the service provider through "Payment Gateway Service on e-procurement platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any Bank and Direct Debit Facility/Net Banking of ICICI Bank, HDFC, Axis Bank to facilitate the transaction. This is in compliance to G.O. Ms. No. 13 dated 07.05.2006. A service tax of 15% + Bank Charges on the transaction amount payable to M/s APTS (Andhra Pradesh State Technological Services) shall be applicable. 4. Tender Document: The Bidders are requested to download the Tender Document and read all the terms and conditions mentioned in the Tender Document and seek clarification, if any, from the Tender Inviting Authority. Any offline bid submission clause in the tender document should be neglected. The Bidders have to keep track of any changes by viewing the Addenda / Corrigenda issued by the Tender Inviting Authority from time-to-time, in the e-procurement platform. The Department calling for Tenders shall not be held responsible for any claims / problems arising out of this. 5. Bid Submission Acknowledgement: The Bidders shall complete all the processes and steps required for Bid submission. The system will generate an acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the Bidders. Users may also note that the bids for which an acknowledgement is not generated by the e-procurement system are treated as invalid or not saved in the system. Such invalid bids are not made available to the Tender Inviting Authority for processing the bids. The Government of AP and M/s APTS (Andhra Pradesh State Technological Services) are not responsible for incomplete bid submission by users. 15 General Terms As per Tender Document & Conditions 16 Documents to PQ Stage: GST Certificate, Signed copy of tender document, EMD Payment be uploaded receipt, Tender processing fee payment receipt, Experience Certificate, Registration Certificate from Labour Department.

CM(C):H.O Signature of the tenderer 5

HOW TO APPLY

 Click athttps://tender.apeprocurement.gov.into download e-Procurement notification and Tender document  Read the complete document, carefully  Price Bid shall be submitted online only  The system will generate an acknowledgement with a unique offer submission number on successful completion of the above process.

For any help or technical support on e-Procurement, Bidders may contact M/s Vupadhi Technologies Limited over phone or in person or their helpdesk at:

e-Procurement Help Desk Vupadhi Technologies Limited 1st Floor, Ramky Grandiose, Sy. No: 136/2&4, , Hyderabad – 500032. State. Phone : +91 40-39999700, 39999701 Fax : +91 40-39999702 eMail ID: [email protected] Zippr Code: VTSL6105

Signature of the tenderer 6

Details of Tender Notification No Log-02/2018 CM (Comm), Tender ID-

INTRODUCTION:

1. Tender for arrangement of pickup and door delivery of parcels and couriers for apsrtc logistics at hyderabad and secunderabad cities for a period of 1 year extendable for 2 more years on mutual consent. 2. Details of locations where pickup and door delivery of parcels/couriers to be organized by the agent in the district are enclosed for ready reference. 3. Tender documents can also be down loaded from the web site http://www.apsrtc.ap.gov.in/T_Advertisements.aspx. 4. Tender document application fee of Rs. 2360/- shall be paid through RTGS to APSRTC Account no: 62472413226, IFSC Code SBIN0020169, Acc. in Name : FA & CAO APSRTC, Bank name: SBI, Branch: Gandhinagar, VJAand the scanned copy of the receipt shall be attached / uploaded at the time of bid submission through online. 5. Tenderer shall pay EMD of Rs 3,00,000/- (three lakh rupees) through e- portal while submitting the bid and the scanned copy of the receipt shall be attached / uploaded at the time of bid submission through online. 6. Before submission of the tender, tenderers are required to make themselves fully conversant with the eligibility, terms and conditions, so that no ambiguity arises at a later date in this respect. 7. APSRTC reserves the right to accept any tender or reject/cancel any tender or all the tenders received in response to this tender notification at any stage without assigning any reasons whatsoever. 8. Tenders must be submitted through online portal only and no other means are accepted. 9. The bidder who offer lowest rate through e-procurement / Offline Auction for each and every place will be selected separately.

Signature of the tenderer 7

TERMS AND CONDITIONS OF THE TENDER

General

1. All the tenderers who have downloaded the Tender Document are requested to get in touch with Dy CM(C):Head Office and Asst. Traffic Manager (comm) for all updates on the tender such as addendums, replies to queries, postponement of tender schedules etc., or monitor the website for the same. No claims or compensation will be entertained on account of the tenderer having not read/noticed the updates, etc.

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

3. The Tender once submitted shall not be permitted to be withdrawn. The Corporation shall not be responsible for the delay in finalizing the tenders - for administrative reasons or for the reasons beyond its control viz., Court directive etc. 4. Any person/agency/organization, who/which was an Agent to the Corporation in the past and was terminated due to default in payment or for any other reason and any existing agent who defaulted in payment of contract amount equivalent to 6 months and above in the present contract on the date of submission of this tender, is disqualified from participating in this Tender.

Earnest money Deposit

5. Tenderer shall pay EMD of Rs 3,00,000/- (three lakh rupees) through e- portal while submitting the bid. . 6. The EMD will not carry any interest. The EMD of the unsuccessful tenderers will be refunded only after finalization of Tenders. 7. The Corporation shall not be responsible for any delay in refund of EMD due to any reason in finalizing Tenders i.e. Administrative reasons / Court directive etc. The EMD of the successful tenderer will be adjusted towards security deposit payable to the Corporation. 8. The EMD of the tenderer will be forfeited under the following circumstances. a. I. When the tender form submitted by the tenderer is invalid.

Signature of the tenderer 8

The Tender form is liable to be treated as invalid...

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

(b) When the EMD is paid through other means i.e., in a manner other than what is stipulated in the Tender Notification. (c) When Tender form with pre-conditions or additional conditions is submitted. (d) When the tender is submitted in an unconcerned tender form.

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

(f) When the tender form is submitted by minor. However, in case the tender is submitted on behalf of a minor, necessary proof of guardianship shall be submitted, failing which tenderwill be rejected. (g) When the Tender form is submitted by the person who attracts clause above. II. When the tender form is rejected on the grounds at clause 2 and 4 above. III. When the successful tenderer fails to pay the Security deposit for the contract within 30 days from the date of issue of allotment letter for the contract.

IV. When the successful tenderer backs out from the contract, without carrying the business for the stipulated period, for whatsoever reason.

V. When the successful tenderer fails to enter into an agreement with the Corporation within 30 days from the date of issue of allotment letter for the contract. 9. Security Deposit:

a) The successful tenderer shall have to pay security deposit i.e., an amount of Rs.2,00,000/-(Two lakhs only) for each city allotted within 30 days from the date of issue of allotment letter for the contract. b) The Security deposit shall be paid through RTGS to APSRTC Account no:62472413226, IFSC Code: SBHY0020169,A/c. Name: APSRTC, Bank name: SBI, Gandhi Nagar, Vijayawada

c) The security deposit will not carry any interest and will be refunded to the Contractor after one month from the date of completion of contract period, after adjusting the dues, if any payable by the advertising contractor to the Corporation.

d) The security deposit will not be adjusted towards monthly installments payable by the contractor.

Signature of the tenderer 9 e) In case of termination of contract due to breach of terms and conditions of contract/ agreement, Corporation shall have the right to adjust the security deposit paid by the contractor towards the dues payable to the Corporation and to forfeit the balance security deposit.

10. KEY EVENTS & DATES

Sl. No. Event Date 1 Last date for receipt of queries 26.11.2018 2 Pre-bid meeting 27.11.2018 3 Issue of clarifications to prospective bidders 29.11.2018 4 Last day for submission of bids 06.12.2018

11. PRE-BID MEETING

APSRTC will conduct a pre-bid meeting to clarify the objectives/scope of the tender in APSRTC Conference Hall, RTC House, PNBS, Vijayawada at 11.00 hrs., on 27-11-2018 the date mentioned in “Key Events & dates” clause. Only two representatives from each firm/company/consortium will be allowed to participate in the pre-bid meeting.

All related queries should be sent through e-mail on or before last date for receipt of queries as indicated in “Key Events & dates” clause. The queries shall be sent to the mail id [email protected].

Clarifications, if any, may be obtained from the Chief Manager(C), APSRTC, RTC House, PNBS, Vijayawada.

12. Action Procedure: a) The tender committee consisting of G. VenkataRamanaRao-Dy.CAO (SPA&CE), G. Satyanarayana, Dy.CM(C); G. VaraLakhsmi-Dy.CM(C), VJA Zone will conduct open auction for the eligible firms in the PQ Stage and is considered as auction committee for all purpose. b) The auction for the lowest bidder for arranging door delivery and pickup of parcels and couriers for APSRTC logistics shall be conducted at 14.00 hrs on 07.12.2018 in the O/o Chief Manager (Comm), 1st floor, RTC House, PNBS, APSRTC, Vijayawada. c) Auction will be taken up, place wise in the same order as mentioned in the tender document. d) Firms who are uploaded the tender document in e-Procurement platform at https://tender.apeprocurement.gov.in and qualified in PQ Stage are only eligible for offline action. e) Even if the firm doesn’t participate in the Auction or unable to participate in the Auction but have submitted their offer in through e-procurement platform will be considered as contenders for arranging door delivery and pickup of parcels and couriers for APSRTC logistics. f) After completion of offline auction process the commercial bid will be opened.

Signature of the tenderer 10 g) The contractor will be finalized based on lowest bid quoted for each place through e-procurement platform and conducting of open offline auction among the eligible bidders (as per PQ Stage). h) The bidder who offer lowest rate through e-procurement / Offline Auction for each and every place will be selected separately. i) The amount quoted by the firms in the Auction or through e-procurement portal is exclusive of all Taxes. j) Only one authorized representative from each firm is allowed to announce the Amount and one “Auctioneer” from the Corporation will conduct the Auction. k) During Auction process, the Auctioneer from the Corporation will announce the offers of each firm and all the offers announced by the firms will be recorded and displayed. l) The Auctioneer will announce each offer 3 times and a BELL will be rung to indicate the Closure of Auction for that particular place. m) Any offers from the firms after announcing the Closer of Auction will not be entertained. n) The firms shall sign the sheet as recorded by the Auction Committee at the end of the auction for each place. o) After all firms have signed the tender committee shall sign the auction sheet. p) The decision of the Auction Committee will be final or issues during the process of Auction, raised if any. q) After completion of Auction for all places, the commercial bid will be open Commercial Bid place wise in presence of the firms and the amount quoted by each and every firm is read aloud by the committee. r) The process of comparison of the offers as received through e procurement platform and as per the auction conducted will be done by Tender Committee and the successful bidder will be intimated in due course of time. s) However, APSRTC reserves the right to cancel the process without assigning any reason.

Submission of Tender:

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

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

15. If the tender is submitted on behalf of a firm, name of the person representing the firm along with designation shall be mentioned in the tender form below the firm name. Also proof of authorization shall be submitted along with tender document. Signature of the tenderer 11

16. The successful bidder shall submit documentary evidence such as Aadhar card, PAN card, GST Certificate, Labor license, PF code and experience letter in the relevant field etc along with tender document while submitting the tender.

17. The tender shall be filled in all respects and shall be signed by the tenderer. The tenderers should ensure that their offer is submitted before closing date and time of tenders. Incomplete tenders or tenders not fulfilling any of the conditions specified above are liable to be rejected without assigning any reason.

18. The tenderer shall quote the pickup / delivery charges for courier upto 200 Gms and parcel pickup / delivery charges upto 5 Kgs(excluding the applicable taxes) payable by the Corporation to the agent.

19. The tender must be unconditional. Conditional offers will be summarily rejected duly forfeiting EMD. The amount quoted by the tenderer shall be entirely in Indian Rupees.

20. ELIGIBILITY CRITERIA FOR BIDDERS

a) A bidder can be an individual / firm / company/consortium (1+2). b) The individual / firm / company/consortium (1+2) should be having all the statutory approvals and licenses required for a manpower supply agency viz Registration with Labor Department for man power supply, PF & ESI registration. c) Bidders shall submit documentary evidence in proof of successful handling of the project. Preference will be given to the firm having experience only in case of same rate being quoted by two or more firms.

Opening and Evaluation:

21. The e-Tenders will be opened in the Office of Chief Manager (C), APSRTC, RTC House, PNBS, Vijayawada as per the schedule indicated in the tender document.

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

23. The Bids will be evaluated basing on the Lowest amount quoted(excluding of all taxes applicable) and tender will be awarded to the tenderer whose quoted

Signature of the tenderer 12 amount is the lowest, after negotiations and recommendations made by Tender Committee constituted for this purpose. 24. Evaluation of tenders will be done separately for couriers and parcels. In case two different firms qualified for couriers and parcels, separate agreements will be entered with the two successful tenderer. 25. The bidder who offer lowest rate through e-procurement / Offline Auction for each and every place will be selected separately. 26. If two tenderers offer the same amount in the tenders, tender will be allotted to the contractor having more experience in the cargo transport field. 27. Any approach from the tender representative or his agent trying to influence the decision on the tender, officially or otherwise, shall render the tender liable to be summarily rejected. The tender committee has been empowered to take the final decision regarding the tender.

Amendment of Tender Document:

28. At any time prior to the date of submission of proposals, APSRTC may for any reason, whether at its own initiative or in response to a clarification/request by a prospective tenderer modify the Tender Document by issuing an addendum.

Any Addendum thus issued shall become a part of the Tender Document and will be posted on the website https://tender.apeprocurement.gov.inor www.apsrtc.ap.gov.in

To provide reasonable time to the prospective Tenderers to take an addendum into account while preparing their proposals, the date of submission of proposals may be extended, at the discretion of the tender committee, if required.

29. Preference will be given to those tenderers who have two and more years experience in the field of Advertising, provided other things being equal. Necessary proof of experience shall be enclosed to the Tender Form.

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

Allotment of contract

30. As per the recommendations of the Committee, the contract will be allotted to the successful tenderer. The successful tenderer shall enter into agreement within30 days from the date of issue of allotment letter for the contract.

Signature of the tenderer 13 Termination of tender process

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

32. The Managing Director of APSRTC reserves the right to accept, reject or modify any or all tenders without assigning any reasons thereof. The tenderer shall have no cause of action or claim against APSRTC for rejection of his / her tender.

33. Period of contract: The period of contract is for 1 year initially which can be extended for 2 more years (year by year). Total contract period being 3 years, based on satisfactory performance of the Agency and also on mutual consent.

34. Minimum Period of Business:

a) The contractor shall carryout his business in the allotted Place for a minimum period of Six months from the date of commencement of the contract.

c) In the event of the contractor seeking premature termination of contract within the stipulated period of six months, Corporation shall have the right to forfeit the security deposit paid by the contractor.

d) After completion of six months, the agent can withdraw from contract duly giving 2 month advance notice. The Corporation will refund Security deposit after adjusting all dues payable by the contractor.

35. General Terms and conditions for pickup and delivery:

The agent shall take App/PC login for pickup/booking or delivery.

1. Pickup: the Agents/Persons engaged by the Agents shall Pickup parcel/courier on call, duly verifying the item whether it is prohibited item or not, prepare invoice, collect requisite amount from the customer (Home/Office/Factory/Company) and handover to the assigned logistics counter(which includes loading at pickup point and unloading at logistics counter or loading into service bus in place of bulk loading subject to availability of bus at that time). 2. Door delivery: The agent or persons engaged by the agents shall collect the parcels/couriers from APSRTC Logistics counters with delivery run sheet and shall deliver at the address duly ensuring the correct person and update in system through delivery App. In case of To-pay consignments the agent has to collect the due amount and deliver the parcels. The collected Signature of the tenderer 14 amount shall be remitted at the respective logistic centre on the same day. Door delivery includes loading of parcels at logistic counter and unloading at the consignee address. 3. The agent or persons engaged by the agents shall not collect extra amount from the customers on picking up/delivery of the parcels/couriers. 4. Contractor shall have own vehicle or leased vehicles for safe transport of parcels/couriers. 5. The contractor shall make arrangement to ensure the delivery of the parcels/ Couriers within 6 hours of the pickup of the items at APSRTC Logistics counters. Under any circumstances the delivery shall not be beyond 12 hours. 6. Undelivered parcels and acknowledgements shall be handed over to the counter after the delivering of the day is completed. 7. Total cost of transport for pickup or delivery shall be borne by the contractor. 8. Arrangements shall be made without causing inconvenience to the customers. 9. For mishandling /damage of parcels in his custody the contractor is responsible. 10. Contractor is held responsible for safe handling & transportation till it is handed over to the parcel office or to the party. 11. If any parcel miss placed or lost in his possession, the value of the parcel will be recovered from the contractor. 12. Handling charges shall be paid to the contractor on the next day on production of evidence of delivery or pickup. 13. The contractor shall follow the instructions of ATM(C) for pick up & delivery of parcels.

36. PENALTIES

a. A penalty up to an amount of Rs. 10/- for each pending item subject to a minimum of Rs.1000/- per month the first occasion for the delay / Wrong pickup/delivery of a Parcel/Courier to Customer will be levied by ATM(C)/Dy CM(Log) and Rs. 20/- for each pending item subject to a minimum of Rs.2000/- per month and Rs. 50/- for each pending item subject to a minimum of Rs.5000/- per month for the third and above occasions. Repeated delay would result in termination of contract duly forfeiting Security Deposit. However, the contractor have given one more opportunity for enter into fresh agreement for the balance period.

b. The successful tenderer shall enter into agreement within 30 days from the date of issue of allotment letter.

c. Any delay in execution of project as per the schedule specified, will result in levy of penalty of an amount of Rs. 1,000/- per week by Dy CM(Log) concerned up to maximum period of one month only. After one month the tender will automatically cancelled duly forfeiting security deposit.

Signature of the tenderer 15 d. Any failure to remit the cash in the designated RTC Depot/Account, as prescribed, by the stipulated time, results in recovery of the amount along with penal interest @ 24% per annum besides forfeiture of Security Deposit in case of repetition.

e. Any complaints from the Customer on collection of excess charge, misbehavior, fraudulent activities of staff, discourteous behavior, poor services, unnecessary delay in pickup or delivery will be viewed seriously and attracts penalty up to 10 times of fraud/excess amount for each occasion by Dy CM(Log)/CM(C). Repeated irregularities would result in forfeiture of Security Deposit besides levy of penalty as stipulated by Chief Manager (C). f. Penalties will be recovered from the bills payable to the contractor.

37. TERMINATION/WITHDRAWAL

a) At any point of time during the subsistence of the contract, the contract can be terminated by the Corporation giving one month advance notice without assigning any reason. In such a case Security Deposit is returnable, after adjusting dues. In such circumstances, the deposits which may remain to the credit of the Corporation will be refunded after all the dues payable to the corporation have been settled out of the deposits made by the Contractor (security deposit). Corporation shall not be liable to pay any damages that the Contractor may suffer on account of such termination. b) If the contractor does not full fill the terms and conditions specified by APSRTC and for any breach of terms and conditions of agreement entered with APSRTC, the contract will be terminated by APSRTC duly giving one month advance notice besides forfeiting Security Deposit. c) Malpractices such as delayed or non-remittance of revenue in time thrice during a month, misuse of Parcels/couriers amount by the contractor results in termination of the contract duly forfeiting the Security Deposit. d) The contract can be terminated by APSRTC on poor performance, repeated complaints from customers, loss or damage to the Corporation property and parcels/couriers in their possession, improper behavior of persons engaged by the contractor with customers/APSRTC officials, ineffective handling of Parcels/Couriers etc. by the contractor with one month advance notice. e) The contractor will be held responsible and the contract will be terminated for improper checking of Parcels/Couriers and for booking contraband goods, inflammable dry, explosive material etc. which are prohibited by the order of Govt. f) The contract can be terminated if Parcels/Couriers booked without proper documents, invoices, way bills etc., are booked and transported duly violating the statutory obligations of Govt. departments. g) The Contractor shall furnish information that is required by the Corporation from time to time connected with pickup and delivery of parcels/couriers otherwise the contract will be terminated. Signature of the tenderer 16 h) The Contractor shall not employ, associate or include as business partner any person who was Contractor of the Corporation and defaulted in payment of contract amount. In case, it comes to the notice of the Corporation that the Contractor has employed/associated/included such person in carrying out the business, the Corporation shall have the right to terminate the contract, duly forfeiting Security deposit.

38. General:

a) The contractor should provide safe pickup and delivery facility at all towns or cities where APSRTC logistics counters are located. List of counters is enclosed. The Corporation has right to add or delete counters. In case the contractor is not in a position to extend the operation to the new towns where counters are opened, the Corporation has right to allot the business to any other individual or firm. b) The contractor has to submit the list of persons engaged by him with ID Proofs to APSRTC and the persons engaged should not be changed without prior approval of Dy CM(Logistics) concerned. c) The contractor has to replace any of the persons engaged by him as suggested by the Corporation in case of inefficiency, improper behavior, excess collection of amount over and above tariff, improper billing or any other reason which will be affecting the performance of Logistics business, within one month of issuing notice. d) The Contractor shall comply with the provisions of all the Acts of Government relating to Labour Laws and the Rules and Regulations made there under, from time to time like payment of P.F., ESI, Minimum wages as prescribed by the Govt., and submit the proof of compliance on monthly basis. e) The Contractor/Agency shall at all times indemnify the Corporation from all claims/ damages/compensation under the provisions of all Laws and Acts pertaining to the Labour engaged by them. f) The Contractor shall indemnify the Corporation from any claims made by any authority and reimburse the same in case any payments are made by the Corporation. g) The Contractor shall obtain license/permission from the Labour Department, by paying welfare fund on all the persons engaged by it. Contractor shall not engage child labour. In case the Contractor employs contract labour, he shall comply with all the provisions of contract labour (Regulation and Abolition) Act, 1970. The Corporation is not liable for any violations of the above Act, by the Contractor. h) The contractor shall not engage persons below the age of 18 years for the purpose of manning the counters. The persons engaged by the contractor shall not have any right or claim whatsoever, for employment in APSRTC at a future date. i) The Contractor shall make his own arrangements for the safety and protection of consignments from all weather conditions. If any loss or damage with in the custody of contractor Corporation have rights to reimburse the amount to the customer from the commission payable to the contractor as per the procedure. j) The Corporation is not liable to pay any compensation in case of death or injury (simple or grievous) caused to any person engaged by the contractor in the Corporation premises or in the process of pickup or delivery of parcels/couriers. Signature of the tenderer 17 k) The Corporation is not be liable for any loss incurred by the Contractor, his/ her customers, bankers, financial institutions, personnel engaged by the Contractor, or any other person connected to the business of the Contractor. l) The Contractor shall not appoint other firms / agencies / individuals as sub-Contractors. m) The business shall be carried out only on the name/firm, as the case maybe, that was specified. During the course of contract, the Contractor/Agency shall not be allowed to change the name of the Agency or to transfer the Agency. n) The Managing Director of APSRTC reserves the right to modify any condition/conditions of the agreement, and add any other condition/conditions during the subsistence period of contract. The Contractor / Agency have to abide by the conditions modified/incorporated and has to enter into a fresh agreement with the Corporation at his/her/its own cost. o) In case of any dispute or differences arising on the terms and conditions of the tender or contract as the case may be, the decision of the Managing Director, APSRTC, shall be final and binding on both the parties. p) If any dispute arises between Contractor and the Andhra Pradesh State Road Transport Corporation, only the Courts in Andhra Pradesh shall have jurisdiction q) Addition or deletion of pickup and delivery points shall be finalized on mutual consent between Chief Manager (Comm) and the Contractor.

Signature of the tenderer 18

FINANCIAL PROPOSAL

The contractor will be paid quoted amount for arranging pickup and door delivery of the parcels/couriers booked by the customers.

The contractor will be required to quote Rate for arranging of pickup and delivery of the parcel or courier.

Activity Rate Delivery per courier Rs. ______(exclusive of all Taxes) (upto 200 Gms) (Rupees ______only) Pick-up will also be given same charges

Delivery per parcel Rs. ______(exclusive of all Taxes) (upto 5 Kgs) (Rupees ______only) Pick-up will also be given same charges

Courier of 200 gms to 1 Kg will be paid 1.50 times of quoted amount. Parcels of 5Kg to 25 Kgs will be paid 1.50 times of the quoted amount. Parcels of 25 Kgs to 50 Kgs will be paid 2 times of the quoted amount. After 50 kgs for every increment of 25 kgs, add quoted rate to the previous slab amount.

Ex: If contractor quoted an amount of Rs. 8 /- for courier and Rs.10/- for parcel delivery For couriers up to 200 gr : Rs 8.00 From 200 to 1 Kg : Rs 12.00

For parcels up to 5Kg : Rs 10.00 5 to 25 Kg : Rs 15.00 26 to 50 Kg : Rs 20.00 51 to 75 Kg : Rs 30.00 (20.00+10.00) 76 to 100 Kg : Rs 40.00 (30.00+10.00)

Number of attempts made for delivery or pickup will not be taken as criteria for payment. It will be the responsibility of the tenderer to effectively plan trips. The actual number of couriers and parcels delivered and picked up will be considered for payment.

In case of bulk (i.e., above 500 kg weight of total parcels) pickup and delivery contractor has to extend discount to the customer up to 25% pickup/delivery charges.

In case of booking done by pickup boy, 7% commission on Net revenue will be paid additionally on par with payment to the Business Facilitator apart from the pickup charges. Net revenue realized is the amount realized by booking of Parcel and Couriers at all the counters after deducting charges paid for Pick-up, door delivery,

Signature of the tenderer 19 loading, unloading, crew incentive and any statutory taxes collected from customers and transhipment charges etc.,.

Evaluation of tenders will be done separately for couriers and parcels. In case two different firms qualified for couriers and parcels, separate agreements will be entered with the two successful tender.

Signature of the tenderer 20 Tender Notification No: Log-02/2018 CM (Comm), Tender ID- 238318.

Tender application form (To be submitted through e-portal)

Affix latest passport size To photo with The Chief Manager(C), self A. P. S. R. T. C., RTC House, attestation PNBS, VIJAYAWADA.

Sir,

Sub:- APSRTC Logistics –TENDER FOR ARRANGEMENT OF PICKUP AND DOOR DELIVERY OF PARCELS AND COURIERS FOR APSRTC LOGISTICS AT VIJAYAWADA,VISAKHAPATNAM, HYDERABAD AND SECUNDERABAD CITIES for a period of 1 year extendable for 2 more years on mutual consent-Reg.

1. Name of the Tenderer : (In capital letters)

2. Status (Individual/Partnership : Firm/Company/Others)

3. Address for correspondence :

Telephone No.

4. Permanent residentialaddress :

Telephone No. :

5. Email/Website address :

6. Tender document fee:

a) RTGS receipt No. & Date : b) Amount in Rs. : Rs.2,360/- c) Bank particulars :

Signature of the tenderer 21 Tender Notification No: Log-02/2018 CM (Comm), Tender ID- 238318.

7. I/We have carefully read the terms and conditions of the tender document and I/We hereby submit our offer in the above proforma.

8. I/we have carefully read and understood the terms and conditions of the tender and of the contract and herby confirm my/our acceptance to the Terms and Conditions stipulated. In the event of my/our failure to abide by any of the Terms and Conditions, the EMD amount paid by me/us is liable for forfeiture.

Yours sincerely,

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

Signature of the tenderer 22

Proposed Pickup and delivery required points at HYD and SEC S.N o Pin code Locations S.No Pin code Locations 1 500001 161 500028 Murad Nagar 2 500001 Agapura 162 500028 Rethi Bowli 3 500001 Boggulakunta 163 500029 4 500001 Gun Foundry 164 500029 5 500001 Hindi Bhawan 165 500029 Gagan Mahal 6 500001 King Koti 166 500029 Himayat Nagar 7 500001 Koti 167 500029 8 500001 Nampally 168 500029 9 500001 Seetharampet 169 500030 Aperl 10 500002 Charkaman 170 500030 Rajendra Nagar 11 500002 171 500031 Ibrahim Bagh Lines 12 500002 Madina 172 500032 Gachibowli 13 500002 Miralam Mandi 173 500032 BHEL 14 500002 174 500033 15 500002 Pathargatti 175 500033 South 16 500002 Shamshergunj 176 500034 Banjara Hills 17 500002 Tagarikanaka 177 500034 Kamala Puri Colony 18 500002 Talabkatta 178 500035 Kothapet 19 500003 Bandimet 179 500035 Saroor Nagar 20 500003 Bansilalpet 180 500036 21 500003 Boyiguda 181 500036 Moosaram Bagh 22 500003 Dhan Bazar 182 500036 Sripuram Colony 23 500003 General Bazar 183 500037 Bala Nagar 24 500003 Kalasiguda 184 500038 25 500003 Kingsway 185 500038 Bk Guda 26 500003 M G Road 186 500038 S R Nagar 27 500003 Monda Market 187 500038 Vengal Rao Nagar 28 500003 Paradise 188 500039 29 500003 Parklane 189 500039 Pirzadi Guda 30 500003 190 500039 Survey Of 31 500003 191 500039 Uppal 32 500003 Picket 192 500040 APHB Colony Moulali 33 500003 Ramgopalpet 193 500040 Ie Moulali 34 500003 Ranigunj 194 500040 35 500003 Rasoolpura 195 500043 Bahadurpurpally 36 500003 S D Road 196 500044 37 500003 S P Road 197 500044 Andhra Mahila Sabha 38 500003 Secunderabad 198 500044 39 500004 A C Guards 199 500044 40 500004 200 500044 Ramnagar Gundu

Signature of the tenderer 23 41 500004 201 500044 42 500004 Khairatabad 202 500044 Tilak Nagar 43 500004 203 500044 44 500004 Padmavathi Nagar 204 500045 A.Gs Staff Quarters 45 500004 Red Hills 205 500045 Krishna Nagar 46 500004 206 500045 Rahmath Nagar 47 500004 Shyam Nagar 207 500045 Sri Krishna Nagar 48 500005 Balapur 208 500045 49 500005 Barkas 209 500047 Anand Bagh 50 500005 Chandrayanagutta 210 500047 51 500005 CRP Camp 211 500047 52 500005 Mamidipalli 212 500048 53 500005 Pahadi Shareef 213 500048 54 500006 214 500049 IDA Bolaram 55 500006 215 500049 Hafiz Pet 56 500006 Mangalhat 216 500049 57 500006 Purana Pul 217 500050 Chanda Nagar 58 500007 218 500050 Madina Guda 59 500007 IICT 219 500051 Charlapally 60 500007 Jama I Osmania 220 500051 Hindustan Cables Ltd 61 500007 NGRI 221 500052 Gagan Pahad 62 500007 222 500052 Shivarampally 63 500007 223 500053 Falaknuma 64 500008 Golconda 224 500053 65 500008 Hyder Shah Kote 225 500053 66 500008 226 500054 Chintal 67 500008 Langer House 227 500054 Dwarkapuri Colony 68 500008 228 500054 IDA GANDHINAGAR 69 500008 Sakkubai Nagar 229 500055 70 500008 Toli Chowki 230 500055 Quthbullapur 71 500009 Karkhana 231 500055 Shahpur Nagar 72 500009 232 500056 73 500009 Tad Bund 233 500056 Ramakrishna Puram 74 500009 234 500057 Vijay Nagar Colony 75 500010 235 500058 76 500010 Bolaram 236 500058 Kanchanbagh 77 500010 Risala Bazar 237 500059 78 500011 Bapuji Nagar 238 500059 Santosh Nagar 79 500011 239 500060 Chaitanyapuri 80 500011 Diamond Point 240 500060 81 500011 Feroz Guda 241 500060 Gaddi Annaram 82 500011 Hasmatpet 242 500060 P And T Colony 83 500011 New Bowenpally 243 500061 84 500012 Afzalgunj 244 500061

Signature of the tenderer 24 85 500012 Begum Bazar 245 500061 Warasiguda 86 500012 Chudi Bazar 246 500062 A S Roa Nagar 87 500012 Gosha Mahal 247 500062 Dr. A.S Rao Nagar 88 500012 Gowliguda 248 500062 ECIL 89 500012 Osmangunj 249 500062 90 500012 Osmania General Hospital 250 500062 Kyasaram 91 500012 Siddiamber Bazar 251 500062 Napier Lines 92 500013 252 500063 Adarsh Nagar 93 500013 Bagh Amberpet 253 500063 LIC Division 94 500013 Central Police Lines 254 500064 Bahadurpura 95 500013 255 500064 Doodh Bowli 96 500013 Srinivasapuram 256 500065 97 500014 257 500065 Qazipura 98 500015 Aliabad 258 500066 High Court 99 500015 Gajularamaram 259 500067 Kulsumpura 100 500015 Girmapur 260 500068 Bandlaguda 101 500015 Gowdavalli 261 500068 Mansoorabad 102 500015 Jaggamguda 262 500068 103 500015 Kolthur 263 500070 Auto Nagar 104 500015 264 500070 105 500015 Lal Bazar 265 500070 106 500015 Lalgadi Malakpet 266 500071 Rail Nilayam 107 500015 Lothukunta 267 500072 Bhagya Nagar Colony 108 500015 Suraram 268 500072 Hyder Nagar 109 500015 269 500072 110 500015 Trimulgherry 270 500072 Kphb 111 500016 271 500072 112 500016 Begumpet Police Lines 272 500072 Prasanth Nagar 113 500016 Dharam Karan Road 273 500073 114 500016 Green Lands 274 500073 Yellareddyguda 115 500016 Prakash Nagar 275 500074 Chintalkunta 116 500016 Rajbolaram 276 500074 L B Nagar 117 500017 Lalapet 277 500076 I.E. 118 500017 278 500076 Mallapur 119 500017 Mettu Guda 279 500076 Nacharam 120 500018 280 500076 Snehapuri Colony 121 500018 281 500076 122 500018 282 500077 Kattedan 123 500018 283 500079 124 500018 Fateh Nagar 284 500079 Champapet X Road 125 500018 285 500079 Jillellaguda 126 500018 Moti Nagar 286 500079 127 500018 Sanath Nagar 287 500080 Bholakpur 128 500019 Lingampally 288 500080 Gandhi Nagar

Signature of the tenderer 25 129 500019 289 500081 Cyberabad 130 500019 Taranagar 290 500081 Hi Tech City 131 500020 Ashok Nagar 291 500081 132 500020 292 500082 Erramanzil 133 500020 Golconda Chowrastha 293 500082 I.M.Colony 134 500020 Golconda X Roads 294 500082 Nagarjuna Hills 135 500020 295 500082 Panjagutta 136 500020 Ram Nagar 296 500082 Raj Bhavan 137 500020 RTC X Road 297 500082 138 500020 Zamistanpur 298 500084 139 500022 Secretariat 299 500084 Kothaguda 140 500023 Dabeerpura 300 500087 Jawahar Nagar 141 500023 301 500087 142 500024 Masjid 302 500088 Annojiguda 143 500024 303 500088 Korremal 144 500024 304 500089 145 500024 Darushifa 305 500089 Shaikpet 146 500024 Noor Khan Bazar 306 500090 147 500025 307 500090 148 500026 East 308 500090 149 500026 West Marredpally 309 500094 150 500027 310 500095 Jambagh 151 500027 Chappel Bazar 311 500095 Ram Koti 152 500027 Esamia Bazar 312 500095 153 500027 313 500096 154 500027 314 500097 Meerpet 155 500027 Nimboliadda 315 501218 156 500028 Dattatreya Colony 316 501401 157 500028 317 501505 Hayat Nagar 158 500028 Humayun Nagar 318 502032 Ramachandra Puram 159 500028 319 502319 160 500028

Signature of the tenderer 26 Proposed pickup and delivery points at Vijayawada Sl.no Place Pincode Sl.no Place Pincode 1 VIJAYAWADA 520002 25 Krishnalanka 520013 2 GOLLAPUDI 521225 26 Krishnanagar 520007 3 AUTONAGAR 520007 27 Lakshminagar 520011 4 CHITTINAGAR 520001 28 Machavaram 520004 5 NIDAMAANURU 521104 29 Moghalrajpuram 520010 6 A.C.Company 520003 30 Nidamanuru 521104 7 A.P.H.B.Colony 520012 31 Panditnehru Bus Station 520013 8 A.P.U.H.S 520008 32 Patamata 520010 9 Arundalpet 520002 33 Patamata Lanka 520015 10 Azitnagar 520015 34 Payakapuram. 520015 11 Besant Road 520011 35 Punnamathota 520010 12 Bhavanipuram 520012 36 Purnanandampet 520003 13 Buckinghampet 520002 37 Ramavarappadu 521108 14 Chandramoulipuram 520010 38 Satyanarayanapuram 520011 15 Chittinagar 520001 39 Suryaraopet 520002 16 Civil Coursts 520002 40 Vasanthanagar 520007 17 Durga Agraharam 520002 41 Venkateswarapuram 520010 18 Durgapuram 520003 42 Vijayawada Bus Stand 520002 19 Gandhinagaram 520003 43 Vijayawada Municipal Offi 520001 20 Gunadala 520004 44 Vj Polytechnic 520008 21 Industrial Estate 520007 45 Vja Railway Junction 520001 22 Kamakotinagar 520012 46 Vja Rly Divl Office 520001 23 Kanuru 520007 47 Wnchipet 520001 24 Kattubadipalem 521228 48 Yanamalakuduru 520007

Signature of the tenderer 27 Proposed pickup and delivery points at VSP Location Pin Location Pin S.No S.No code code 1 Visakhapatnam 530001 24 Salagramapuram 530024

2 Maharanipeta 530002 25 Gajuwaka 530026

3 kgh area 530002 26 Gopalapatnam 530027

4 fishng hardour 530002 27 Prahaladapuram 530027

5 Andhra University 530003 28 Simhachalam 530028

Waltair R S 530004 Visakhapatnam Steel 530031 6 29 plant 7 poorna market 530004 30 Ukkunagaram 530032

8 Industrial Estate 530007 31 Visakhapatnam Port 530035

9 Kancharapalem 530008 32 Arilova 530040

10 N A D 530009 33 Govt Dairy farm 530040

11 Malkapuram 530011 34 Pothinamallayapalem 530041

12 B H p v 530012 35 Dayalnagar 530043

13 Seethammadhara 530013 36 Visalakshinagar 530043

14 Naval Base 530014 37 Balacheruvu 530044

15 Akkayyapalem 530016 38 Pedagantyada 530044

16 Onetown 530016 39 Gitam Engg. college 530045

17 L B colony 530017 40 Sagar Nagar 530045

18 China Waltair 530017 41 Yendada 530045

19 mvp 530017 42 Aganampudi 530046

20 Marripalem 530018 43 Duvvada 530046

21 Dabagardens 530020 44 Vepagunta 530047

22 H B colony 530022 45 Gayatri Engg college 530048

23 maddilapalem 530022 46 Kommadi 530048

Signature of the tenderer