TELECOMMUNICATIONS CONSULTANTS LTD.,

( A GOVT. OF INDIA ENTERPRISES)

TENDER DOCUMENT

FOR

SUPPLY & OPERATION OF FOURI WITH OPERATOR ON MONTHLY RENT BASIS AT LAKHNADON-GHANSORE ROAD PROJECT IN DISTT : SEONI,

TENDER NO. TCIL/LKH/BOT/NIT/2013/20 DATED 26.08.2013

TELECOMMUNICATIONS CONSULTANTS INDIA LTD.,

MATRI CHAYA BUILDING , OPP: SARASWATI SISHU MANDIR , NEAR CIVIL HOSPITAL, NAVARI TOLA ROAD , LAKHNADON, DISTT: SEONI (MP) PIN : 480886

(FAX No. 07692-240063)

1

Telecommunications Consultants India Limited IS/ISO 9001- (A Government of India Enterprises) Matr Chaya 2000 Near Swarsati Sishu Mandir Iiddiidididahsk Building dh Navari Tola Road Lakhnadon PIN : 480886 Fax No. 07692-240063

INVITATION FOR BID (IFB)

Name of Work : Supply & operation of Fouri with operator on monthly rent basis at Lakhnadon – Ghansore Road Project in Distt: Seoni Madhya Pradesh

Tender No. : TCIL/LKH/BOT/NIT/2013/20

The bid documents can be obtained from TCIL Lakhnadon Office on payment of non refundable fees of Tender form of Rs. 1000/-. Last date of submission of tender is 16.09.2013 upto 3:00 PM at below mentioned Telecommunication Consultants India Limited Office. The bid documents can also be downloaded from TCIL Website : www.tcil- india.com. The agencies downloading documents from TCIL Website can deposit the Tender fees of Rs. 1000/- through DD in favour of Telecommunication Consultants India Limited payable at along with tender offer.

PROJECT DIRECTOR, TCIL Matri Chaya Building Opp: Saraswati Sishu Mandir Near Civil Hospital Navari Tola Road Lakhnadon, Distt: Seoni (MP) PIN : 480886 (FAX No. 07692-240063) Estimated Cost - 21.00 Lakhs

The Last date of sale of - 16.09.2013 upto 12:00 Hrs. Tender Document

Date of receipt of Tender - 16.09.2013 upto 15:00 Hrs.

Date of opening - 16.09.2013 upto 15:30 Hrs. Technical Bid

2

Earnest Money Deposit - EMD for Rs. 25,000 /- (Rs. Twenty Five Thousand Only) by DD issued by any Nationalized/Scheduled Bank in favour of Telecommunications Consultants India Ltd., payable at Lakhnadon and to be enclosed in a separate envelop.

Cost of Tender - Rs. 1000/- by DD in favour of Telecommunications Consultants India Ltd., payable at Jabalpur (Non refundable)

Period of contract - 9 months excluding rainy season from th the 10 day of date of award.

PROJECT DIRECTOR, TCIL Matri Chaya Building Opp: Saraswati Sishu Mandir Near Civil Hospital Navari Tola Road Lakhnadon, Distt: Seoni (MP) PIN : 480886 (FAX No. 07692-240063)

PROJECT DIRECTOR TCIL, LAKHNADON

3

INSTRUCTIONS TO BIDDERS AND TERMS & CONDITIONS

1 Eligibility Criteria:

Experience of having successfully completed similar works during last 3 years ending 31.03.2012 should be either of the following:-

a. Three similar works each completed and each costing not less than 40% of the estimated cost.

b. Two similar works each completed and each costing not less than 50% of the estimated cost.

c. One similar works completed and costing not less than 80% of the estimated cost.

The bidder has average annual turnover of Rs. 30 lakhs per year in the last three financial years ending 31.03.2012.

Similar work/ Supply means transportation of Bulk Bitumen/ Emulsion.

The bidder shall submit proof of ownership of vehicles available with the transporter along with technical bid.

2. Submission of offer: a) Agency shall submit his offer in two envelops marking “Envelop No. 1 (Technical Bid)”. Envelope No. 1 shall contain

(i) EMD, Tender cost and documents in support of Eligibility of the agency as per para No. 1 above.

(ii) Entire tender documents duly signed either purchased from TCIL office or downloaded from website. b) Envelope No. 2 marked “Price Bid” shall contain the Financial Offer. Financial Offers of those agencies shall be opened who meet the eligibility criteria. c) Envelops containing „Technical Bid” and “Price Bid” shall be put together in one Envelope marked “Offer for Tender No. TCIL/LKH/BOT/NIT/PLANT/13/20

3. Works mentioned in the tender shall be as per prescribed terms and conditions.

4. A person signing the tender form or any other documents forming part of the contract on behalf of the tenderer shall be deemed to warranty that he has 4

authority to bind the tenderer and if it subsequently comes to light that the person so signed had no authority to do so, TCIL may without prejudice to any other civil and criminal remedies cancel the contract or the tender and hold the tenderer liable for all costs, charges and damages.

5. Nothing extra shall be paid on account of any discrepancy in nomenclature of item. The tenderer shall seek clarifications if any before submitting the tender.

6. Any cutting, overwriting etc. in tender must be signed by the tenderer.

7. TCIL reserves the right to split the order to more than one agency and increase or decrease the quantity without assigning any reason.

8. VALIDITY OF OFFERS:

The tenderer agrees that the rates submitted shall remain valid for acceptance for a period of 120 days from the date of opening of the tenders.

9. DELIVERY SCHEDULE :

The Equipment / Vehicle / Machinery shall be delivered within 10 days from the date of award. If agency is unable to supply machinery within 10 days of date of award. TCIL will be free to deploy from any other agency.

10. CONTRACT PERIOD :

The Contract for hiring of Equipments / Vehicles / Machineries shall be initially for a period 09 months excluding Rainy Season from the date of Award. However, the contract can be extended as per requirement of TCIL for further period of six months on monthly basis which will be informed 7 days before the end of calendar month on the same Rates and Terms & conditions. Also any machine if found surplus at site can be discontinued by giving one month notice prior to the supplier.

5

11. SCOPE OF WORK:

Supply and Operation of Fouri with operator including cost of all types of maintenance minimum 270 working hours per month. The work can be award as a hole or can be split and awarded to different 3 Agencies at the L-1 Rate.

12. ACCEPTENCE OF TENDERS:

The acceptance of tender will rest with Project Director, TCIL who does not bind himself to accept the lowest tender and reserves to itself the authority to reject any or all of the tenders received, without assigning any reason. Tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

TCIL does not bind itself to accept the lowest or any tender and reserves to itself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rates quoted.

If any tenderer stipulates any conditions of his own, such conditional tender is liable to be rejected. Upon acceptance of the tender by TCIL, the tenderer shall sign an agreement with TCIL for the works awarded to him under the tender.

13. PRICES :

13.1 The price to be quoted shall be inclusive of all .

13.2 Price quoted by the agency shall remain fixed for the duration of contract or extended duration of contract as per Clause – 10 of above.

13.3 TCIL does not bind itself to hire all machineries shown in BOQ which may increase/decrease as per requirements.

13.4 The machineries shall be supplied at our camp site Village Tehsil Lakhnadon, Distt: Seoni. In the State of M.P. The Machineries supplied shall not be older than 2 years in any case.

14. WARRANTY :

The agency shall unconditionally guarantee that the Machineries supplied:-

a) Shall be in excellent condition and free from all defect including defects arising out of improper maintenance.

6

b) Be of higher quality and fit for the purpose for which they are intended.

15. INSPECTION :

The Equipments/Vehicles/Machineries shall be inspected at TCIL Camp Office at Village : Harrai before actual deployment at site and only suitable Equipment/Vehicle/Machinery in good condition shall be accepted.

16. PAYING AUTHORITY :

PROJECT DIRECTOR, TCIL Matri Chaya Building Opp: Saraswati Sishu Mandir Near Civil Hospital Navari Tola Road Lakhnadon, Distt: Seoni (MP) PIN : 480886 (FAX No. 07692-240063)

17. PAYMENT TERMS :

a) 95% shall be made against satisfactory supply and performance submission of machinery during the preceding month and on certification by TCIL Engineering staff that the Machinery has been working to the entire satisfaction of the Engineer In-charge. Invoices shall be raised by the agency on monthly basis and shall be submitted before 10th of the subsequently month. The invoice shall be paid within 8 days of receipt of invoice at TCIL Lakhnadon.

b) 5% shall be retained from the monthly bill towards Security Deposit from RA Bills.

c) TDS as applicable as per Govt. of India norms shall be recoverable on the date of payment.

d) Service Tax, if any, shall be paid by the Supplier.

18. SECURITY DEPOSIT :

5% payment retained, as per clause 16(b) withheld from RA bills shall be treated as security deposit towards performance security. If the performance of the agency is not found as per requirements of TCIL/Client, the security deposit shall be forfeited. However, on

7

successful execution and completion of the work by the agency, the security deposit shall be released.

19. DUTIES/TAXES/TOLL TAX :

Rates quoted is including all type of government taxes, like Toll Tax, duties, levies or any other tax applicable for the State of MP and no extra shall be paid on this account.

20 LIQUIDATED DAMAGES

If the agency fails to supply the machinery as per the requirement of TCIL or fails to get the breakdown machinery repaired within the allowed period then Liquidated damages shall be charged @ 2% of the Contract price, per week or part thereof up to the maximum of 10% of the Contract price. Once the maxi mum is reached, TCIL may consider termination of the contract and get the work executed at the risk of the agency

21. PERFORMANCE BANK GUARANTEE

Within 10 days of the Supplier‟s receipt of Letter of Award (LOA)/P.O., the Supplier shall furnish a Performance Bank Guarantee for the amount of 5% of the contract/P.O value valid till the tenure of the contract period.

The proceeds of the Performance Bank Guarantee shall be payable to TCIL as compensation for any loss resulting from the Supplier ‟s failure to complete its obligations under the contract.

The Performance Bank Guarantee shall be in the form of Bank Guarantee issued by a Nationalized Scheduled Bank situated in India and in the format provided by TCIL.

The Performance Bank Guarantee will be discharged by the Purchaser after completion of the Supplier‟s obligations including any warranty obligations under the contract

22. VARIATION

The quantities given in the BOQ can be increased/decreased by plus/minus 50% at the quoted/negotiated rates of the bidder.

23. CLAIMS

1. If the Machineries/Vehicle/Equipment are found to be off size and shape different than those contracted and are of specifications lower than those stipulated in this contract, TCIL shall have right to totally reject the Machineries/Vehicle/Equipment and/or to prefer a claim for compensation for the part of Machineries/Vehicle/Equipment, which is rejected. The agency shall reimburse to TCIL, the actual expenditure on such Machineries/Vehicle/Equipment by way of cost. The agency shall be rectified at his cost, if so desired by TCIL

8

2. The Agency shall also compensate for losses, if any, sustained by TCIL due to defective Machiner ies/Vehicle/Equipment supplied.

3. The Contractor shall also compensate for loss on account of shortage in Machineries supplied to the contractor i.e. actual quantity received vis-à-vis that indicated in the Delivery Note/Transporter‟s Receipt.

24 LABOUR LAWS

The contractor shall follow and implement all labour laws applicable on the date of submission of tender or any amendment during the currency ofcontract. Any compensation to labour due to any accident/injury shall be theresponsibility of the Supplier .

25. DISPUTES / ARBITRATION:

In the event of any dispute or difference arising between TCIL and the tenderer in any matter covered by this contract or arising directly or indirectly there from or connected or concer ned with the said contract in any manner of implementation of contract, in any manner of the implementation of any terms and conditions of the said contract, the matter shall be referred to the Chairman & Managing Director, TCIL, within 90 days of occurring of dispute who may himself act as sole arbitrator or may name as sole arbitrator an officer of TCIL notwithstanding the fact that such officer has been directly or indirectly associated with this contract and the provisions of the Indian Arbitration Act shall apply to such arbitration. The tenderer expressly agrees that the arbitration proceedings shall be held at New Delhi. In case the tenderer wants to take the dispute to a court of law after arbitration award as aforesaid, it is clearly understood that only courts in Delhi shall have the jurisdiction.

26. FORCE MAJEURE: a) Apart from and an addition to what is stipulated in the Civil Court of New Delhi the following occurrence may according to the circumstances constitute case of Force Majeure and absence of Force Majeure.

i) The unforeseen act of third party for which the supplier is not responsible, or ii) An official prohibition preventing the performance of the order, or iii) A natural catastrophe such as an earthquake, lightening or civil war.

b) Absence of Force Majeure;

i) A strike or lockout taking place in the undertaking of the supplier or affecting the branch of business in which he carries out its activities, or

ii) An increase or reduction in the price of r aw material necessary for the performance or the order, or the enactment or new legislation whereby the obligations of the supplier become more onerous.

9

27. CONTRACTOR’S RISK:

All risks of loss of or damage to physical property and of personal injury and death, which arise during and in consequence of the performance of the Contract other than the excepted risks which are:

(a) In so far as they directly affect the execution of the Works in the Employer‟s country, the risks of war, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder (unless restricted to the Contractor‟s employees), natural calamities and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or

(b) A cause due solely to the design of the Works, other than the Contractor‟s design, are the responsibility of the tenderer.

28. TERMINATION OF CONTRACT:

In case of failure of the tenderer to perform the contract as per the terms and conditions and to the satisfaction of TCIL, TCIL reserves the right to terminate the contract without assigning any reason. TCIL shall have a right to complete the work through any agency at the risk and cost of the contractor.

10

SPECIAL CONDITIONS OF CONTRACT

1. The bidder shall submit proof of ownership of machineries / Equipment/Vehicle along with Technical Bid.

2. The Machinery/Vehicles to be supplied shall be in good working condition.

3. On the date of engagement of Machinery/Vehicle a Log Book is to be maintained showing the hours run/Km run of vehicle daily and date of entry and exit of vehicle/Machinery.

4. In case of breakdown of Machinery/vehicle, an alternate machinery/vehicle is to be provided within two days since breakdown of machinery/vehicle if the supplier fails to do so. Proportionate recovery will be made for the period of breakdown / maintenance of vehicles/Machinery / Equipment.

5. Diesel shall be supplied as per actual run of machinery as per log book duly certified by TCIL Engineer-In-Charge. Standard mileage has to be maintained otherwise Equipment/Machiner y/Vehicle shall be replaced with suitable Equipment/Machinery/Vehicle.

S.no Name of Capacity Unit Deisel machinery consumption in litre 1 Fuiori 270 Per Hr 8

6. The operator / Driver deployed on Machinery must have valid driving License.

7. Salary / overtime / DA if any to be paid to machinery operators / vehicle driver shall be on supplier‟s account & no such payment shall be done by TCIL.

8. The bidder is free to bid for one or more than one Equipment/Machinery/Vehicle.

9. The machinery performance will be checked before deployment by TCIL project manager and if found unsatisfactory the same shall be replaced at bidder on risk and cost.

10. The machinery to supplied shall be new ornot more than two years old from the date of tender.

11. If the hour meter /km is faulty in the machinery the same shall not be deployed .

11

12. If during deployment hour meter reading/ Km become faulty the machine shall be treated as breakdown until rectify by the bidder.

13. The machinery will be working for 270hr in a month and the rate shall be coated accordingly.

14. If required the vendor shall provide night shift operators for the machinery and the hour shall be paid on prorate bases.

15. The bidder shall at all times keep valid the necessary insurance ,payment of road tax, registration charges ,fitness and other statutory requirement for machinery deployed. Bidder shall made available copy of the above to TCIL for verification and record on the date of deployment.

16. TCIL may de-hire a particular machinery not required by giving 15days notice to the bidder.

17. The supplier shall keep TCIL Free from all liabilities VIZ operator payment or any compensation etc in the event of any accident by their machine or loss to any third party property.

12

Tender No. TCIL/LKH/BOT/NIT/2013/07

PRICE BID SCHEDULE - Fuiori

Sl Item Description QTY. Unit Rate No.

In Figures In Words

1 Supply and operation of Fuiori 1 No. Each per with operator including cost of month all types of maintenance, minimum 270 working hours per month. (Diesel shall be supplied free of cost by TCIL( at a specified average)

SIGNATURE OF CONTRACTOR

SEAL

13