0% found this document useful (0 votes)
67 views40 pages

Bid Document Coasta Andhra - 25112023101101

Uploaded by

Adi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
67 views40 pages

Bid Document Coasta Andhra - 25112023101101

Uploaded by

Adi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 40

Short tender notice

2nd call

Notice Inviting Tender

Selection of an agency for transportation of carton boxes containing


Liquor & Beer Bottles from 9 whole sale IML depots located in the Coast Andhra
Region of A.P to its Retail Outlets for a period of one year

NIT No: APSBCL/38/Transportation/Coast Andhra /2023


Date: 24.11.2023

https://tender.apeprocurement.gov.in

www.apsbcl.gov.in

Office of the Managing Director


Andhra Pradesh State Beverages Corporation Limited
Excise Complex, RS No.88-2B, Sai Vihar Apartments,
Poultry Farm Road, Prasadampadu (V), Vijayawada-521108 - Andhra Pradesh
[2]

Proprietary & Confidential

No part of this document can be reproduced in any form or by any means,


disclosed or distributed to any person without the prior consent of the Managing
Director/Andhra Pradesh State Beverages Corporation Limited - Vijayawada, A.P except
to the extent required for submitting bid and no more.

Signature of the bidder


[3]

DISCLAIMER

The Commissioner of Distilleries and Breweries & Managing Director, Andhra


Pradesh State Beverages Corporation limited (APSBCL) which is an A.P. State Government
undertaking is planning to select an agency for transportation of carton boxes containing
liquor & beer bottles from 9 whole sale depots to retail outlets located in Coast Andhra
region of Andhra Pradesh for a period of one year (Details of whole sale depots and retail
outlets are mentioned in the Annexure – 5)
The information contained in this document of Invitation of bids, or subsequently
provided to the bidders, whether verbally or in documentary form, by or on behalf of the
Commissioner of Distilleries and Breweries & Managing Director, APSBCL, or any of their
employees or advisors, is provided to bidders on the terms and conditions set out in this RFP
document and any other terms and conditions subject to which such information is provided.
This bid document is not an agreement and is not an offer or invitation by the
office of the Commissioner of Distilleries and Breweries & Managing Director, APSBCL or
its representatives to any other party. The purpose of this bid document is to provide interested
parties with information to assist the formulation of their bid. This bid document does not
purport to contain all the information each bidder may require.
This bid document may not be appropriate for all persons, and it is not possible for
Office of the Commissioner of Distilleries and Breweries & Managing Director, APSBCL
their employees or advisors to consider the investment objectives, financial situation and
particular needs of each entity/bidder that reads or uses this bid document. Certain bidders
may have a better knowledge of the project than others. Each bidder should conduct its own
investigations and analysis and should check the accuracy, reliability, and completeness of
the information in this bid document and obtain independent advice from appropriate sources.
Office of the Commissioner of Distilleries and Breweries & Managing Director, APSBCL, its
employees and advisors make no representation or warranty and shall incur no liability under
any law, statute, rules, or regulations as to the accuracy, reliability, or completeness of the bid
document.

Office of the Commissioner of Distilleries and Breweries & Managing Director,


APSBCL may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information in this bid document.

Sd/-
Commissioner of Distilleries & Breweries and Managing Director
Andhra Pradesh State Beverages Corporation Limited
Vijayawada

Signature of the bidder


[4]

PREAMBLE

The Andhra Pradesh State Beverages Corporation Limited (APSBCL or the Corporation)
is a fully owned Government of Andhra Pradesh undertaking. APSBCL is engaged in the
activities of selling of Indian Made Foreign Liquor (IMFL) Indian Made Liquor (IML) and beer
bottles through its retail outlets and also through wholesale trading in the state of Andhra Pradesh.

As a part in conducting the retail outlet selling business, the Andhra Pradesh State
Beverages Corporation Limited is planning to engage transporter(s) for transporting the carton
boxes containing liquor and beer bottles. For this purpose, sealed bids under two packet tender
system (Reverse bidding) are invited by the Managing Director/Andhra Pradesh State Beverages
Corporation Limited (APSBCL) Vijayawada-AP through online (ap e procurement portal) from
the registered/licensed and experienced transport agencies/contactors for transportation of carton
boxes containing liquor & beer bottles from its 9 whole sale depots located in Coast Andhra
region to its retail outlets initially for a period of one year from the dates mentioned in the
agreement and extendable on satisfactory performance and on mutual consent on the same terms
and conditions on half year/yearly basis for another two years (maximum contract period is 3
years). The scope of work includes loading of carton boxes from whole sale depots into transport
vehicles and unloading/stacking the same at the respective retail outlets.

Signature of the bidder

Signature of the bidder


[5]
Time schedule of tender related events

1. Bid documents downloading start date & time 25.11.2023 @ 09.00 AM


2. Bid documents downloading end date & time 30.11.2023 @ 05.00 PM
3. Last date and time for submission of bids 01.12.2023 @ 05.00 PM
4. Technical bid opening date/time 01.12.2023 @ 05.05 PM
5. Price bid opening After evaluation of technical bids
6. Contact person Accounts officer/Tenders
7. Phone Number 9030517221

Note: For the assistance in the online submission issues, bidders may contact the help
desk of ap ‘e’ procurement portal:

Vupadhi Techno Services Pvt. Ltd.


Vijayawada Office:
Flat No: 510, 5th Floor,
Sreeram's Sneha Avenue,
Near Aravinda School, Kunchanapalli,
Tadepalli (M), Guntur (Dist) - 522501.
Andhra Pradesh.
Mobile Nos: 7337318402, 7337318403, 9154383633, 9154383634

Signature of the bidder

Signature of the bidder


[6]

SECTION - I
Invitation for bids

NIT No. APSBCL/39/Transportation/Coast Andhra/2023 - Dated: 24.11.2023

Sub: Notice Inviting Bids from the registered/licensed and experienced transport
agencies/agencies for transportation of carton boxes containing liquor &
beer bottles from its 9 whole sale depots located in Coast Andhra region of
A.P. to retail outlets initially for a period of one year.

1. Sealed Bids are invited under two packet system which includes reverse bidding on
the e-procurement platform from the registered/licensed and experienced transport
agencies/agency s for transportation of carton boxes containing liquor & beer bottles
from its 9 whole sale depots located in Coast Andhra region of A.P. to retail outlets
initially for a period of one year from the dates mentioned in the agreement and
extendable on satisfactory performance and on mutual consent on the same terms and
conditions on half year/yearly basis for another two years (maximum contract period is
3 years) The details of bidding conditions and other terms can be downloaded from the
‘e’ procurement platform of Government of Andhra Pradesh i.e.,
https://tender.apeprocurement.gov.in.
2. In-order to participate in the tender, bidders have to register on the e- Procurement
market place https://tender.apeprocurement.gov.in On registration with the ‘e’-
Procurement market place, bidders will be provided with a user ID and password by
the system, through which they can submit their bids online. The bidders need to scan
and upload the required documents as mentioned in this tender document.
3. A complete set of bidding documents can be downloaded from
https://tender.apeprocurement.gov.in as per the date and time provided in the Bid
Document Sheet. Bidders are required to remit non-refundable tender document fee of
INR 20,000/- (Indian Rupees Twenty Thousand Only) through online payment in the
ap e procurement portal.
a. Note: Bank transfer charges either way would be on bidder’s a/c only. No other
mode of payment including demand Draft is not accepted.

b. A scanned copy of proof of the online payment (receipt or acknowledgement) of


above Rs 20,000/- shall be uploaded towards cost of tender document along with the
technical bid, failing which the bid will be disqualified.
4. The bidder/s shall furnish, as part of the bid, the Bid security (EMD) for the amounts
specified in the Section-II of Tender Document.
5. It is mandatory for all the participant bidders from 1st January 2006 to electronically
pay a Non-refundable Transaction fee to the M.D., APTS, Vijayawada, 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 complies as per G.O.Ms.11 dated 23.07.10. GST as
applicable + Bank Charges for Credit Card Transaction of 0.03 % on the transaction
amount payable to the M.D., APTS, Vijayawada shall be applicable.

Signature of the bidder


[7]

6. APSBCL will not accept the tenders from blacklisted firms/companies/individuals.


7. It may be noted that there is no need of submission of hard copies of the tender
document. The documents which have been uploaded in the e procurement portal only
will be considered for evaluation.
Bidders are requested to read the tender document carefully and ensure compliance
with all specifications/instructions herein. Non-compliance with specifications/instructions
in this document may disqualify the bidders from the tender exercise.

For any clarification and further details on the above tender please contact
Telephone No: 9030517221 or Contact in Person during office hours and working days.
Email: [email protected].

Signature of the bidder

Signature of the bidder


[8]

SECTION-II
STATEMENT OF IMPORTANT LIMITS/VALUES RELATED TO BID

Item Description
Rs. 20,000/- (By way of on-line payment as mentioned
Bid Document fee
in section I of the bid document).
Rs. 48,00,000/- (Rupees forty eight lakhs only) to be paid by
EMD (Bid security) way of online/challan through ap ‘e’ procurement portal).
Other modes of payments are not accepted.
Bid Validity Period 90 days from the date of opening of technical bid.
EMD Validity Period 90 days from the date of opening of technical bid.
Estimated Contract value 48 crores
Contract period will initially be for one year, extendable on
Contract Agreement satisfactory performance on mutual consent on same terms
and conditions for another two years. (Total contract period
including renewals 3 years).
Period for signing the order Within 10 days from the date of receipt of work LOA.
acceptance
Amount of security Rs. 96,00,000/- (Rupees ninety-six lakhs only) @ 2% of
deposit/Performance bank ECV payable either in the form of demand draft/on line bank
guarantee (To be submitted transfer or BG and to be submitted after issuance of LOA.
after issuance of LOA)
Period for furnishing the
security deposit Within 10 days from date of receipt of award.
Payment will be arranged fortnightly within 15 days of
submission of invoices along with proof of transportation
Payment terms
certified by the depot managers concerned after deducting
the breakages/shortages/penalties if any

Signature of the bidder


[9]

SECTION-III
TENDER SCHEDULE
1. Scope of Work:
The successful bidder after entering into an agreement with the corporation shall deploy
the necessary labour (Hamalies) to get stock from the whole sale depots, to load the same
into the Lorries, unload the stock & deliver the same at retail outlets concerned as per the
delivery challans issued by the depot managers concerned. The rates quoted by the bidder
shall be inclusive of loading/unloading charges and other incidental expenditure incurred
by the transporter. The agency shall arrange transportation of IOT carton boxes also at the
same rate specified.
2. Responsibility of the agency:
1. The agency shall keep minimum 7 to 9 lorries at each depot and load the stock as per the
instructions of depot manager concerned and deliver the same at the respective retail
outlets of the corporation.
2. Agency must ensure that the transportation work shall be done between working hours of
whole sale depots and retail outlets.
3. Agency shall procure and install GPS in all the deployed vehicles (used to transport
IMFL & Beer Bottles from Depots to retail outlets) as directed by APSBCL. The Agency
shall be responsible for upkeep and maintenance of such GPS installed in the vehicles.
4. Agency shall comply with statutory requirements of all applicable acts including Child
Labour (Prohibition & Regulation) Act, 1986 as amended from time to time and all rules,
regulations and schemes framed thereunder from time to time in addition to other
applicable labour laws.
5. All the personnel engaged by the agency in connection with the performance of the work
shall be the responsibility of the agency and no claim shall lie against APSBCL in respect
of non-payment of wages or remuneration of any description due by the Agency to
his/their employees or for any failure on the part of the Agency in the discharge of his
/their obligations to his/their employee/Hamalies.
6. Agency shall issue photo identity cards to all its employees.
7. Agency shall be responsible for protecting the transporting property from any loss or
damage from whatever causes at its own expense, during the entire agreement period.
Any damage/loss, caused until the carton boxes are unloaded/handed over to the persons
concerned in retail outlets, the agency shall compensate the loss incurred at its Maximum
Retail Price (MRP) as on the date of Damage/Loss occurred. The Agency shall be
responsible for such monitoring transporting material i.e., Liquor/Beer Cases. APSBCL
will not accept any responsibility for protection of the Agency ’s Lorries.

Signature of the bidder


[10]
3. Eligibility Criteria:
Sl. Parameter Documentary proof to be attached Remarks
No
Legal entity: Bidder can be The Bidder should submit proof of registration.
1. a proprietor/HUF/Partnership Constitutional documents duly certified by the
Firm/ registered company under authorized signatory. (i.e., MOA & AOA and
Companies Act, 1956 or 2013/ Certificate of Incorporation in case of Company,
society. registered Partnership Deed in case of Partnership
Firm, Labour License in case Proprietor & Registration
Certificate of Society under society registration Mandatory
act,1860 and Memorandum of Association and Rules
& regulations in case of society.) Power of attorney
copy (if applicable) and Board resolution copy (if
applicable).
The bidder shall have AP GST
2. registration certificate or should A copy of AP GST registration or self-declaration.
give an undertaking that the Mandatory
bidder is willing to submit AP
GST registration certificate
within a month from the date of
award of the contract.
3. PAN card. Copy of PAN card Mandatory
The bidder should have at least Relevant agreement copies supported by Bills and
4. 5 years of experience in the field form 26 AS statements containing the details of Mandatory
of transportation business as on amount deducted as TDS/TCS are to be enclosed.
the date of submission of bid.
The bidder should ownCopies of Registration Certificates of all vehicles
5. minimum 75 transport vehicles. should be submitted as proof of owner ship at the time Mandatory
of bid submission. The registration should be in the
name of bidder.
Turnover of the Bidder should Copies of audited/provisional balance sheets, P&L
6. be minimum 50 crores in each statements and duly certified by CA should be
financial year during 2018- submitted in support of turnover. Mandatory
2019,2019-2020,2020-2021,
2021-2022 and 2022-2023.
7. The bidder shall have its branch Details of labour licenses for 7 districts (Prakasam,
offices at 7 districts of A.P. Guntur, Krishna NTR, Bapatla, Eluru, Palanadu
i:e Prakasam, Guntur, Bapatla, districts of A.P. A Valid Form – C Certificate of
Palanadu, Krishna NTR, Eluru, Registration of Establishment – Sec. 2(d) and 4(2) Mandatory
(Proof of having labour licenses issued by the labour Department, Government of
in all 7 districts shall be Andhra Pradesh.
enclosed at the time of
submission of technical bid.
8. The Bidder should have Details of Contract Value has to be reflected in 26 AS
executed at least one contract for the Financial Year 2022 – 23 with deduction of
value of minimum of 15% of TDS/TCS. Mandatory
ECV, i.e., minimum Rs. 7.2
crore in one single business
entity during the financial year
2022 – 23.

4. Bid Document fee and Bid security (EMD)


a. Bid Document Fee (Non-refundable): Bid document fee of Rs. 20,000/- (Rupees twenty
thousand only) shall be paid through on line as specified in the section -I of the bid
document. Proof of payment of bid document fee shall be uploaded along with the technical
documents.

Signature of the bidder


[11]
b. Bid security (EMD) amount: As per GO Rt No 117 of Finance (HR-V-TFR-A&L-EWF)
GoAP dated 17-5-2022, EMD -1% ( Rs 48,00,000/-) (Rupees forty eight lakhs only) of the
contract value shall be collected from participating bidders and it will be returned to the
participating bidders at the time of issuance of Letter of award to the successful bidder. The
EMD amount shall be paid by way of online/challan through ap e procurement portal).
Other modes of payments are not accepted. Proof of payment of EMD shall be uploaded
along with the technical documents. The EMD shall be returned on finalization of the bid
or before/after the bid validity period.
Note: No interest will be payable by the purchaser on the Earnest Money Deposit.
In the absence of bid document fee and bid security, the tender will not be
evaluated.
c. Security Deposit (SD) @ 2% of estimated contract value i:e ( Rs 96,00,000/-) (Ninety six
lakhs only) shall be collected from successful bidder at the time of concluding the
agreement and it will be returned to the vendor on the successful completion of contract
period. The Security deposit shall be submitted either in the form of demand draft or in the
form of BG.
5. Corpus fund:
As per GO MS No.4 User departments shall collect 0.04% of ECV (estimated contract
value) with a cap of Rs.10,000 (Rupees ten thousand only) for all works with ECV up to
Rs.50 crores, and Rs.25,000/- (Rupees twenty-five thousand only) for works with ECV above
Rs.50 crores, from successful bidders on e-Procurement platform before entering into
agreement/issue of purchase orders, towards e-procurement fund in favour of Managing
Director, APTS. There shall not be any charge towards e-Procurement fund in case of works,
goods, and services with ECV less than and up to Rs.10 lakhs.

6. Instructions to the bidders:


1. The tender document would be prepared in English. All the pages of the tender
document should bear the signature (in ink) of the bidder with stamp of the bidder.
2. Bidder is expected to examine all instructions, forms, terms & conditions, and
specifications in the bidding documents. Failure to furnish all information required by
the bidding documents or to submit a bid not substantially responsive to the bidding
documents in every respect will be at the bidder’s risk and may result in the rejection of
its bid.
3. Cost of bidding: The bidder shall bear all costs associated with the preparation and
submission of its bid and the APSBCL- Vijayawada will in no case be responsible for
those costs, regardless of the conduct or outcome of the bidding process.
4. 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, 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, Axis Bank to facilitate the
transaction. This complies as per G.O.Ms. 13 dated 07.05.2006. A GST of 18.00% +
Bank charges on the transaction amount payable to APTS shall be applicable. The
participating bidders will pay a transaction fee @ 0.03% of ECV (estimated contract
value) with a cap of Rs.10,000/- (Rupees ten thousand only) for all works with ECV up
to Rs.50 crores, and Rs.25,000/- (Rupees twenty-five thousand only) for works with
ECV above Rs.50 crores, at the time of bid submission electronically. For tenders
wherever ECV is not available i.e., for goods and services, the transaction fee shall be

Signature of the bidder


[12]
calculated on quoted value. GST as levied by the GOI on transaction fee, electronic
payment gateway charges shall be borne by the bidders.
5. Individual signing the tender or other documents connected with contract must specify
whether he sign as: (a) A sole proprietor of the concern or constituted attorney of such
sole proprietor; (b) A partner of the firm, if it is a partnership firm in which case he must
have authority to execute the contracts on behalf of the firm and to refer to arbitration
disputes concerning the business of the partnership either by virtue of the partnership
agreement or by a power of attorney duly executed by the partners of the firm. (c)
Director or a principal officer duly authorized by the Board of Directors of the
Company.
6. A person signing the tender form or any document forming part of the tender on behalf
of another person should have an authority to bind such other person and if, on enquiry it
appears that the person so signing had no authority to do so APSBCL - Vijayawada may
without prejudice, cancel the contract and hold the signatory liable for all costs,
consequences, and damages under the civil and criminal remedies available.
7. Amendment of bidding documents: At any time prior to the deadline for submission of
bids the APSBCL - Vijayawada, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective bidder, may modify the bidding
documents by amendment displayed in the corrigendum in the e procurement portal. In
order to allow prospective bidders reasonable time in which to take the amendment into
account in preparing their bids, the APSBCL - Vijayawada, at its discretion, may
extend the deadline for the submission of bids.
8. Bids would be rejected for award if it determines that the bidder recommended for award
has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive
practices in competing for the contract in question.
9. Not with standing anything specified in this document, the APSBCL - Vijayawada
unconditionally and without assigning any reasons, reserve the rights
(a) To accept or reject the lowest tender or any other or all the tenders, at any time prior
to the award of the contract/purchase/work order, without incurring any liability to
the affected tenderer or tenderers;
(b) To accept any tender in full or in part
(c) To reject the tender offer not conforming to the tender terms;
(d) To give preference to the agency having similar kind of experience.
The decision of APSBCL-Vijayawada-AP is final and binding.
10. No conditional offer will be accepted. Bids received with quote on variable basis shall be
rejected without assigning any reasons and no communication in this regard shall be
made. Bids qualified by such vague and indefinite expression such as “Subject to prior
confirmation” “Subject to immediate acceptance” etc. will be treated as vague offers and
rejected accordingly. Any conditional tender shall be rejected summarily.
11. Bid forms: Wherever a specific form is prescribed in the bid document, the bidder shall use the
form to provide relevant information. If the form does not provide space for any required
information, space at the end of the form or additional sheets shall be used to convey the said
information. For all other cases the bidder shall design a form to hold the required information.
12. Period of validity of bids: Bids shall remain valid for minimum 90 days from the date of
bid opening prescribed by APSBCL - Vijayawada A bid valid for a shorter period shall
be rejected as non-responsive. In exceptional circumstances, the APSBCL - Vijayawada
may solicit the bidders’ consent to an extension of the period of validity. The request

Signature of the bidder


[13]
and the responses thereto shall be made in writing. The bid security shall also be suitably
extended. A bidder granting the request will not be permitted to modify its bid.
13. Submission of the tender will signify the acceptance of all the instruction, terms, and
conditions of the contract. As a token of acceptance, the tenderer should sign and affix
his firm’s stamp on each page of the bid document and all its Annexure.
NO PAGE SHOULD BE REMOVED/ DETACHED FROM THIS BID DOCUMENT.
14. Modification and withdrawal of bids: No bid can be modified subsequent to the deadline
for submission of bids. No bid can be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of bid validity. Withdrawal of a bid
during this interval will result in the forfeiture of its bid security (EMD).
15. Clarification on bidding documents: A prospective vendor requiring any clarification of
the bidding documents may notify APSBCL Vijayawada contact person. No clarification
from any bidder shall be entertained after the close of date and time for seeking
clarification mentioned in tender call notice. It is further clarified that APSBCL
Vijayawada shall not entertain any correspondence regarding delay or non- receipt of
clarification from the APSBCL – Vijayawada.
16. Bidder shall not approach APSBCL Vijayawada officers outside of office hours and/ or
outside APSBCL Vijayawada office premises, from the time of the tender call notice to
the time the contract is awarded.
17. Late bids: Bids must be submitted on e-procurement website not later than the bid
submission date and time specified in the tender call notice. No need of submission of
hard copies.
18. Corrupt, fraudulent, and unethical practices:
a. “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of
value to influence the action of a public official in the process of contract execution
and
b. “Fraudulent practice” means a misrepresentation of facts in order to influence
evaluation process or the execution of a contract to detriment of the purchaser, and
includes collusive practice among Bidders (prior to or after bid submission) designed
to establish bid prices at artificial non-competitive levels and to deprive the
Purchaser of the benefits of free and open competition
c. “Unethical practice” means any activity on the part of bidder, which try to
circumvent tender process in any way. Unsolicited offering of discounts, reduction
in financial bid amount, upward revision etc. after opening of first bid will be treated
as unethical practice.
The APSBCL Vijayawada will reject a bid for award and also may debar the bidder for
future tenders in APSBCL Vijayawada, if it determines that the bidder has engaged in
corrupt, fraudulent, or unethical practices in competing for or in executing a contract.
7. Preparation of bid:
Tenders are invited under two bid system viz., Part-1: Technical bid and Part-2:
Financial Bid followed by reverse bidding. Bidders are requested to prepare the tender
documents according to the following instructions.
Part-1: Technical bid: It should contain the following self- attested photocopies.
1. Proof of payment of tender document fee
2. Proof of payment of EMD
3. Bidders’ details -- Annexure-I

Signature of the bidder


[14]
4. Bid acknowledgement letter -- Annexure-II
5. Qualifications and Experiences of the bidder -- Annexure -III
6. Bidders turnover certificate -- Annexure -IV
7. Technical Bid Check list -- Annexure-V
8. Self-declaration stating that “Firm has not been
debarred/blacklisted by any organization and
also, on AP GST certificate -- Annexure-VI
9. Valid Registration certification of the Agency/Firm/Incorporation certificate.
10. Valid GST Registration certificate/self-declaration.
11. Valid PAN card
12. Valid transport Licenses of vehicles – Registration certificates (RCs) of all
75 vehicles owned by the bidder.
13. Turnover certificates and certified Balance sheets, P& L statements, and cash flow
certificates for the last three financial years (2018-2019, 2019-2020, 2020-2021,
2021-2022 & 2022-2023) shall be enclosed.
14. Details of labour licenses supporting the existence of branch offices in all 7 districts
(Prakasam, Guntur, Krishna NTR, Bapatla, Eluru, Palanadu districts of A.P. A Valid Form
– C Certificate of Registration of Establishment – Sec. 2(d) and 4(2) issued by the labour
Department, Government of Andhra Pradesh.
15. Document/Papers supporting previous experience such as 26 AS statements for the
past 5 years as per eligibility criteria.
16. 26 AS statements for the financial years 2022-2023 showing 10% of estimated
contract value i:e minimum of 7.2 crores business turnover in single entity.
17. Signed bid document acceptance of all the instructions, terms and conditions
mentioned in this bid documents and conforming no deviation. As a token, tenderer
should sign and affix his firm’s stamp on each page of the bid document and all its
Annexure.
18. Any additional information, which bidder thinks is necessary in regard to its
capabilities to establish that Firm is capable in all respects to successfully complete
the envisaged work.
Note: All the above documents have to be arranged according to the mentioned order and
must be serially numbered by ink at bottom right corner.
Part-2: Financial bid: The Price bids of only the technically qualified bidders shall be
opened.
The bidders shall submit the Price Offer in the standard online format provided
(Weighted average).
I. The weighted average price i:e basic price shall be the only criteria for evaluation
and to decide the lowest bid and not the landed price.
II. The bidders shall quote the rate (exclusive of GST) and inclusive of loading &
unloading charges. This basic rate will be the sole bid parameter for commercial
evaluation.

III. TDS at the rate specified by the Govt of India will be deducted from the invoices and
remitted to government by APSBCL, Vijayawada and while submitting the financial
bids, the agency has to keep it in mind the aspect of TDS which would be recovered
from the taxable amount.
IV. The rate quoted by the bidder shall be fixed during the initial period of contract and
not subject to variation on any account unless otherwise specified in the tender call. A
bid submitted with an adjustable price quotation will be treated as non- responsive and
will be rejected.

Signature of the bidder


[15]
8. Submission of Hard copies: Not required
9. Offline Submission: There is no offline submission of bids.

10. Bid submission: online:


 The participating bidders in the tender should register themselves on e-procurement
platform in the website www.apeprocurement.gov.in and on registration with the e-
Procurement market place; bidders will be provided with a user id and password by the
system.
 Bidders can log-in to e-procurement platform in secure mode only by signing with the
digital certificates.
 The bidders who are desirous of participating in e-procurement shall submit their
technical bids, price bids as per the standard formats available at the e-market place.
 The bidders should scan and upload the respective documents in technical bid
documentation as detailed at Tender Schedule including EMD.
 The bidders shall sign on all the statements, documents and certificates uploaded by
them, owning responsibility for their correctness/authenticity.
 Financial Bid: The bidder shall quote the rate in the e procurement portal i:e
Weighted average price and shall upload the price bid form du ly indicating the
breakup prices for each slab as per the procedure shown in the illustration of price
bid.
Note: Failure to upload the financial bid duly furnishing the slab wise details of
rate claimed (Annexure -7) will be liable to cancel the offer.
11. Bid evaluation procedure:
I. The bid evaluation will be done on AP e- procurement platform as per norms.
II. Bid Document Fee and Bid Security (EMD) amount: At first stage, the technical bids
shall be opened. The bid document fee and EMD will be scrutinized first for the amount
and validity period. The bids submitted with required bid document fee and EMD
amount/validity only are considered for the evaluation. The bids submitted with
insufficient bid document fee and EMD amount/validity will be treated as disqualified
bids and those bids will not be considered for further evaluation.
III. Two stage evaluation will be taken up for identification of successful bidder
o Technical Bid Evaluation.
o Commercial Evaluation followed by reverse bidding.
IV. Bidders who fulfill the qualification criteria will be considered for technical evaluation
and all other bids will be considered as non-responsive and will be rejected. The bidder
who are technically qualified will be eligible for financial evaluation.
V. Financial bid shall consist of only the weighted average price in the online portal and
price bid form containing the slab wise rates shall be uploaded.

12. Preliminary Examination of bids:

 TIA will examine the bids to determine whether they are complete and are in order,
 TIA may waive any minor informality or non-conformity or irregularity in a bid which
does not constitute a material deviation, provided such a waiver does not prejudice or
affect the relative ranking of any bidder.

Signature of the bidder


[16]
Bid Opening:
i. The Technical bid shall be opened by the TIA on the date and time specified in BDS.
ii. The TIA, reserves -
a. The right to reject all or any of the bids without assigning any reason.
b. To split up the tender as deemed necessary
c. At any time prior to the deadline for submission of bids, the TIA, for any
reason, may modify the bidding documents by amendment.

13. Technical Evaluation Procedure:


Technical evaluation will be done by a technical committee appointed by Managing
Director, APSBCL. After opening the "Technical Bid", the technical committee would
assess the technical capability of the company and other details furnished by them, verified
in a manner as deemed fit by the committee, duly considering the following aspects:
a. The bid’s compliance to eligibility criteria mentioned in this RFP.
b. The technical committee will carry out necessary verification process for assessing
the capability as part of technical evaluation to decide the eligibility of bidder for
opening the price bid. The bidder will not restrict the technical committee from
accessing any required data, proof or may not impose any verbal restriction or any
written instruction or any other type of restriction on the committee. If any restriction
is made by the bidder concerned or observed by the committee the bid will be
summarily rejected.
c. The decision of technical committee and Managing Director, APSBCL shall be final
with respect to technical evaluation.
14. Commercial Evaluation:
a. The price bids of only those bidders who are qualified as per technical evaluation shall be
opened. For those who do not qualify in "Technical bid" the EMD shall be refunded. No
interest shall be paid by the Department on the returned EMD to the unsuccessful bidder.
15. Finalization of successful bidder:
Reverse Auction:
1. APSBCL will schedule the reverse auction on the website of e Procurement.
2. The date and time will be intimated to the qualified bidders.
3. Reverse auction will be conducted on the weighted average price (excluding GST) quoted
by the bidder in the price bid of e procurement portal.
4. The administrative charges quoted in the Bid will be considered for overall evaluation to
arrive ‘L1’ bidder.
5. The reverse auction will be conducted for the entire schedule. The bidder’s screen will
have provision for decrement of weighted average price. In the bidder's screen the
weighted average price of his bid and the total lead weighted average price at that instance
will also be displayed.
6. For the purpose of Reverse Auction, the minimum bid decrement will be notified in the
system.
7. The Bidders can modify the weighted average price of the bid based on the minimum bid
decrement or the multiples thereof, to displace a standing lowest bid and become “L1”,
and this will continue as an iterative process.
8. The reverse auction shall be conducted for 3 Hours. If any bidder submits a bid in the last
15 minutes of the auction closing time, the auction time will be automatically increased by

Signature of the bidder


[17]
15 minutes. All bidders are required to submit their online bids during this period.
9. After the completion of the online reverse auction, the Closing Bid (Final L1
administrative charge) and the successful bidder shall be finalized.
10. APSBCL will schedule only the qualified and whose financial bids are complying to the
RFP requirements only will be permitted to participate in the reverse auction.
11. After completion of both technical evaluation, financial evaluation and reverse auction,
the bidder who quotes the lowest weighted average price will be declared L1 Bidder. The
Client may award the contract to L1 bidder and declare it as the successful bidder subject
to satisfaction of the committee with regard to reasonability of slab wise prices quoted by
the bidder. The decision of the committee in this regard is final. If necessary, the
evaluating committee may seek clarification from the bidder before issuing Letter of
Intent.
12. The bidder after completion of reverse auction in the e procurement portal shall upload
the price bid (Annexure-7) duly furnishing the details of slab wise break up price quoted
and basing on which the transportation charges are calculated.
16. Bid validity period:
The bids shall remain valid for 90 days from the date of submission for acceptance and the
administrative charges quoted shall remain for duration of the agreement. A bid valid for a
shorter period may be rejected as nonresponsive. TIA will make its best effort to complete
the tender process within this period. In case of need, the TIA may request the bidders to
extend the validity period of their bids. Bidders who do not agree, shall have the right to
refuse to extend the validity of their bid and under such circumstances, TIA shall not
consider such bid for further evaluation. TIA may request for further extension as
deemed fit and the bidder will send intimation of acceptance or otherwise, of request for
extension is deemed approved within 3 (three) days of issue of such request.
17. Minimum number of Bids:
In case if only a one bid is qualified in the technical round against this RFP, TIA reserves
the right to cancel the tender process and to float a fresh tender or can go ahead with the
further evaluation keeping in view of other exigencies.
18. Number of bids:
A bidder is eligible to submit only one bid.
19. Cost of bid:
The bidders shall be responsible for all costs associated with preparation of their bids and
their participation in the selection process. The TIA will neither be responsible, nor in any
way liable for such costs, regardless of the conduct or outcome of the selection process.
20. Acknowledgement by bidder:
I. It shall be deemed that by submitting the bid, the bidder has:
II. Made a complete and careful examination of the RFP;
III. Acknowledged that it does not have a conflict of interest; and
IV. Agreed to be bound by the undertaking provided by it under and in terms hereof.

21. Conflict of interest:

I. A bidder shall not have a conflict of interest. Any bidder found to have a conflict of interest
shall be disqualified.
II. A bidder may be considered to have a conflict of interest for the purpose of this

Signature of the bidder


[18]
bidding process, if the bidder:
a. directly or indirectly controls, is controlled by or is under common control with another
bidder; or
b. receives or has received any direct or indirect subsidy from another bidder; or
c. has the same legal representative as another bidder; or
d. a relationship with another bidder, directly or through common third parties, that puts it
in a position to influence the bid of another bidder, or influence the decisions of the TIA
regarding this bidding process; or
e. any of its affiliates participated as a consultant in the preparation of the design or
technical specifications of the works that are the subject of the bid; or
f. has a close business or family relationship with a professional staff of the Department
who:
g. are directly or indirectly involved in the preparation of the bidding documents or
specifications of the contract, and/or the bid evaluation process of such contract; or
h. would be involved in the implementation or supervision of such contract unless the
conflict stemming from such relationship has been resolved in a manner acceptable to
the Department throughout the procurement process and execution of the contract.
22. Contents of the RFP
This RFP comprises the disclaimer set forth hereinabove and will additionally include
any modification / addendum / amendment / corrigendum issued.

23. Amendments/Modifications
I. At any time prior to the deadline for submission of bid, the TIA may, for any reason, at
its own initiative may extend the bid submission date.
II. All such amendments/modified RFP will be posted only on the website and shall not be
published in any newspaper and will be binding on all bidders.
24. Preparation & submission of bid
I. Language of the bid
The bid with all accompanying documents (the “Documents”) and all
communications in relation to or concerning the selection process shall be in English
language, and strictly submitted based on forms provided in this RFP. No supporting
document or printed literature shall be submitted with the bid unless specifically asked
for. In case any of these documents is in another language, it must be accompanied by an
accurate translation of the relevant passages in English, in which case, for all purposes of
interpretation of the bid, the translation in English shall prevail.
II. Format and signing of bid:
The bidder shall provide all information sought under this RFP. The TIA would
evaluate only those bids that are received in the specified forms and complete in all
respects. Strict adherence to formats, wherever specified, is required. Non-adherence to
formats may be a ground for declaring the bid non- responsive.

The bid shall be typed and signed by the authorized signatory of the bidder who
shall initial each page. All the alterations, omissions, additions, or any other amendments
made to the bid shall be initialed by the person(s) signing the bid. The bids must be
properly signed by a duly authorized person holding the Power of Attorney (the
“Authorized Representative”). The copy of the Board's resolution authorizing the person to
sign the tender should also be enclosed.

Signature of the bidder


[19]

All the bidders should do indexing of the bids clearly with page numbers and
annexure wise in the first page of the submitted bid. Each page of the bid including terms
and conditions should be duly filled, stamped, and signed by the authorized signatory of
the bidder and submitted.
III. Bid submission standard instructions
a. Bidders are requested to carefully study the complete RFP and terms and conditions
before quoting their rates. No alterations in the bids will be allowed after the opening
of the bids.
b. Every bid submitted must be strictly in accordance with the terms and conditions and
specifications as laid down in this RFP. Bids that are incomplete in any respect or
those that are not consistent with the requirements as specified in this RFP or those
which contain formats not as per the specified formats may be considered non-
responsive and may be liable for rejection.
c. No change in the bid submitted or supplementary information to a submitted bid shall
be accepted once the bid (Technical and Price bid) is submitted.
d. Late bids, incomplete bids, and those not in conformity with the RFP specifications
will not be entertained. Further the EMD shall be liquidated.
e. The bid is liable to be rejected if complete information is not given therein or if
particulars and data asked for in the RFP are not fully filled in. Specific attention
must be paid to the general terms and conditions and special terms and conditions of
the contract.
d. Technical bid
I. All supporting documents as required to be furnished by the bidder in accordance
with the eligibility requirements.
II. All annexures as required and forming part of the technical bid.
III. No financial bid information shall be mentioned/ furnished in the technical bid
document. Incase such irregularities are found; the bid shall be summarily
rejected by the TIA.
IV. The Department reserves right to verify all statements, information, and
documents, submitted by the bidder in response to the RFP. Failure of the
Department to undertake such verification shall not relieve the bidder of its
obligations or liabilities hereunder nor will it affect any rights of the Department
there under.
e. Financial bid

Bidders shall upload financial bid (Annexure -7) document duly furnishing the
amount of quoted – slab wise as per the format. The bidder has to indicate the slab
wise rates quoted in the price bid format given in the bid document and upload the
same after completion of reverse bidding.
If the price is not uploaded in the e procurement portal after completion of reverse
bidding, then the bid shall be declared as null & void. While quoting the price bid the
illustration provided in the price bid format may be followed.
The price shall be quoted both in figures and words, and to be signed by the
bidder’s authorized signatory. In the event of any difference between figures and
words, the amount indicated in words shall be considered.

Signature of the bidder


[20]

Only weighted average price should be quoted in the space provided in the e
procurement portal excluding GST. The price quoted in the e procurement portal shall
be the basic price to be considered for reverse bidding. After completion of reverse
bidding, the bidder has to upload the Annexure -7 (price bid format given in the bid
document duly furnishing the details working sheet provided in the e procurement
portal in the ‘e procurement portal’ only, the weighted average price shall be quoted
in the e procurement portal. (Basic price excluding GST).
While submitting Financial Bid, the bidder shall ensure the following:
1. The total administrative charge indicated in the financial bid shall be without any
condition and shall be final and binding. In case any assumption or condition is
indicated in the financial bid, it shall be considered non-responsive and liable to
be rejected.
2. The price quoted shall be subject to deduction of taxes at source as per applicable
laws.
f. Submission of bid:
The bid submission shall as per the e-procurement process. No need of submitting
physical copes of the bid.
g. Bid submission date:
The bid submission date is listed in the Bid Data Sheet. The TIA may, in its sole
discretion, extend the Bid Submission Date by issuing a Corrigendum.
h. Late bids:
Bids received by TIA after the specified time on bid submission date shall not be
eligible for consideration and shall be summarily rejected.
i. Bid fees and Earnest Money Deposit:
The Bid shall be accompanied by a non-refundable Tender Fee and Earnest Money
Deposit (EMD) as mentioned in Bid Data Sheet.
No Bidding entity is exempted from deposit of EMD. Bids submitted without EMD
shall be not considered.
EMD of bidder may be forfeited without prejudice to other rights of the TIA, if the
bidder withdraws or amends its bid or impairs or derogates from the bid in any
respect within the period of validity of its bid, or if it comes to notice that
information / documents furnished in its bid is incorrect, false, misleading, or
forged. In addition to aforesaid grounds, successful bidder’s EMD will also be
forfeited without prejudice to other rights of the bidder, if he fails to furnish the
required performance security within specified period.

The EMD of the unsuccessful bidders will be returned to them. No


interest will be paid on the EMD remitted by the unsuccessful bidders.
The EMD of the successful bidder will be returned once the Performance
security deposit is submitted by the successful bidder. No interest will be paid on the
EMD returned to the successful bidder.

Signature of the bidder


[21]

j. Fraud and corrupt practices:

Bidders and their respective officers, employees, agents, and advisers shall observe
highest standard of ethics during the selection process. Notwithstanding anything to
the contrary contained in this RFP, the TIA shall reject a bid without being liable in
any manner whatsoever to the applicant, if it determines that the applicant has,
directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice, or restrictive practice (collectively
the “Prohibited Practices”) in the selection process.
Without prejudice to the rights of TIA hereinabove and the rights and remedies
which TIA may have under the Letter of Award (LOA), if an applicant, as the case
may be, is found by TIA to have directly or indirectly or through an agent, engaged
or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Selection Process, or after the
issue of the LOA, such applicant or bidder shall not be eligible to participate in any
tender or RFP issued by TIA for a period of 5 (five) years from the date such
applicant or bidder, as the case may be, is found by TIA to have directly or through
an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice, as the case may be.
For the purposes of this clause, the following terms shall have the meaning
hereinafter respectively assigned to them:
a. “Corrupt practice” means the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value to influence the action of any person
connected with the selection process.
b. “Fraudulent practice” means a misrepresentation or omission of facts or
disclosure of incomplete facts, in order to influence the selection process;
c. “Coercive practice” means impairing or harming or threatening to impair or
harm, directly or indirectly, any persons or property to influence any person’s
participation or action in the selection process;
d. “Undesirable practice” means establishing contact with any person connected
with or employed or engaged by TIA with the objective of canvassing,
lobbying or in any manner influencing or attempting to influence the selection
process; or having a conflict of interest; and
e. “Restrictive practice” means forming a cartel or arriving at any understanding
or arrangement among applicants with the objective of restricting or
manipulating a full and fair competition in the selection process.
K. Confidentiality:
Information relating to examination, clarification, evaluation, and recommendation
for selection of bidders shall not be disclosed to any person who is not officially
concerned with the process or is not a retained professional adviser advising the TIA
in relation to or matters arising out of/or concerning the selection process. The TIA
will treat all information, submitted as part of the bid, in confidence and will require
all those who have access to such material to treat the same in confidence. The TIA
may not divulge any such information unless it is directed to do so by any statutory
entity that has the power under law to require its disclosure or is to enforce or assert
any right or privilege of the statutory entity and/or the TIA.

Signature of the bidder


[22]
L. Clarifications:
To facilitate evaluation of bids, the TIA may, at its sole discretion, seek clarifications
from any bidder regarding its bid. Such clarification(s) shall be provided within the
time specified by the TIA for this purpose. Any request for clarification(s) and all
clarification(s) in response thereto shall be in writing.
If a bidder does not provide clarifications sought under the condition mentioned
above within the specified time, its bid shall be liable to be rejected. In case, the bid
is not rejected, the TIA may proceed to evaluate the bid by construing the particulars
requiring clarification to the best of its understanding, and the bidder shall be barred
from subsequently questioning such interpretation of the TIA.
TIA also reserves the right to make enquiries directly by or through its other sources
as to the authenticity and reliability of the contents of and the documents attached to
the bid submitted by the bidders.
M. Clients right to accept/reject any bid or all bids
The Client reserves the right to accept or reject any bid and to annul the bidding
process and reject all bids at any time prior to award of contract, without thereby
incurring any liability to the affected bidder or bidders or any obligation to inform
the affected bidders or bidders of the grounds for the TIA’s action.
N. Letter of Award/Notification of Award
Prior to expiry of the period of bid validity prescribed by Department, the
Department will notify the successful bidder in writing, that their bid has been
accepted and will communicate by a Letter of Award (LoA). Within 7 (seven)
working days of receipt of the “Notification of Award”/‟Letter of Award” the
successful bidder shall submit a “Letter of Acceptance” on Company’s or Firm’s
letterhead stating the acceptance of the LoA, sign and attach a copy of the LoA to
the Department as an acknowledgement of receipt of the same.
O. Security Deposit:
Upon receipt of Letter of Award (LoA) from the Department, the successful bidder
shall furnish the Security Deposit (towards performance of the staff within 7
working days from the date of issuance of LoA). Security Deposit (SD) of 2 % of
the total contract value in the form of Bank Guarantee as per format annexed for a
period of not less than 1 year. The SD shall be valid for six months beyond the
contract period and the selected bidder shall have to provide the extended Bank
Guarantee, before expiry, if required. Security Deposit shall remain valid at least till
expiry of contract period.
In case the bidder, whose bid is accepted, fails to deposit the Bank Guarantee
towards Security Deposit within 7 working days from the date of issuance of LoA,
his bid will be rejected outright and the Earnest Money Deposit will be forfeited and
appropriated by the Department. The Security Deposit will be refunded after
satisfactory completion of the contract at the end of the agreement period as the case
may be and after deducting the dues from the selected bidder, if any. No interest to
be paid by the Department on the Security Deposit. In case of premature termination
of contract, the SD will be refunded after 6 (six) months from the date of
termination.

Signature of the bidder


[23]
P. Signing of the Contract:
After receipt of acknowledgement of Letter of Award (LoA) by the Selected Bidder
and submission of Security Deposit, it shall execute the Agreement within 14
working days from date of issuance of LoA. The selected bidder shall not be entitled
to seek any deviation in the agreement. If the selected bidder fails to sign the
agreement within the stipulated time, their Security Deposit shall be forfeited and
appropriated by the Department. In such an event, the Department may invite next
ranked bidder for negotiations and may issue LoA to him.
The successful bidder, who signs the contract with the Department shall be referred
to as the selected Agency.
iv. Disqualification of the bidder:
Any misrepresentation/improper response may lead to disqualification of the bidder.
In case it is found during evaluation or at any time before signing of the agreement
or after its execution and during the period of subsistence thereof, that one or more
of the eligibility conditions have not been met by the bidder, or the bidder has made
material misrepresentation, or has given any materially incorrect or false
information, the bidder shall be disqualified forthwith if not yet appointed as the
Agency either by issue of the LoA or entering into of the agreement.
If the bidder has already been issued the LoA or has entered into the agreement, as
the case may be, the same shall, notwithstanding anything to the contrary contained
therein or in this RFP, be liable to be terminated, by a communication in writing by
the Department without the Department being liable in any manner whatsoever to the
applicant, as the case may be. In such an event, the Department shall forfeit and
appropriate the Security Deposit and also pre- estimated compensation and damages
payable to the Department as mutually agreed for, inter alia, time, cost, and effort of
the Department without any other right or remedy that may be available to the
Department.
v. Miscellaneous
The selection process shall be governed by, and construed in accordance with, the
laws of India and the Courts at Vijayawada shall have exclusive jurisdiction over all
disputes arising under, pursuant to and/ or in connection with the selection process.
The TIA, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to:
a. Suspend and/or cancel the selection process and/or amend and/or supplement
the selection process or modify the dates or other terms and conditions relating
thereto;
b. Consult with any bidder in order to receive clarification or further information;
c. Retain any information and/or evidence submitted to the authority by, on
behalf of and/or in relation to any bidder; and/or
d. Independently verify, disqualify, reject and/or accept any and all submissions
or other information and/or evidence submitted by or on behalf of any
bidder.
It shall be deemed that by submitting the bid, the bidder agrees and releases the
authority, its employees, agents and advisers, irrevocably, unconditionally,
fully and finally from any and all liability for claims, losses, damages, costs,
expenses or liabilities in anyway related to or arising from the exercise of any

Signature of the bidder


[24]
rights and/or performance of any obligation hereunder, pursuant here to and/or
in connection herewith and waives any and all rights and/or claims it may have
in this respect, whether actual or contingent, whether present or future.
e. All documents and other information supplied by the Department or submitted
by a bidder shall remain or become the property of the Department. The
Department will not return any submissions made hereunder. Bidders are
required to treat all such documents and information as strictly confidential.
f. The Department reserves the right to make inquiries with any of the clients
listed by the applicants in their previous experience record.
g. In case of similar commission is quoted by more than one bidder the work will
be awarded based on the other credentials.
vi. Award of contract
 Notification of award: Prior to expiration of the period of bid validity, APSBCL,
Vijayawada will notify the successful bidder(s) in writing through Speed Post/
Fax / e-mail or any other form of communication that its bid has been accepted.
At the same time as the APSBCL, Vijayawada notifies the successful bidder that
its bid has been accepted, the APSBCL, Vijayawada will send the bidder the
Contract Form provided in the bidding documents, incorporating all agreements
between the parties.
 Performance Security: The successful bidder shall require submitting the
performance security with 7 days from the receipt of notification of award. The
performance security shall be in one of the following forms:
a. A bank guarantee, issued by a Nationalized bank in the form of crossed demand
draft drawn in favour of “The Managing Director/APSBCL, payable at
Vijayawada.
 Signing of contract: On submission of performance security, the successful bidder
is required to execute an agreement on a non-judicial stamp paper of appropriate
value in a prescribed format.
Failure of the successful bidder to sign the contract proposed in this document and
as may be modified, elaborated, or amended through the award letter, shall
constitute sufficient grounds for the annulment of the award and forfeiture of the
bid security (EMD), in which event the APSBCL, Vijayawada may make the
award to another bidder or call for new bids.
 Return of EMD: Upon the successful bidder(s) signing on the agreement,
APSBCL, Vijayawada will promptly notify each unsuccessful bidder. The bid
security (EMD) of all the bidders shall be refunded without any interest on it
within 90 days.
vii. Terms and conditions
 The contract is initially for a period of one year. The contract may be extended for
another period of two years on yearly basis based on the performance of the
agency and/or Corporation needs. The requirement of actual manpower may vary
according to the need and may be reviewed / reduced / enhanced as and when
required.
 The successful bidder will not be allowed to transfer, assign, or sub-contract its
rights and liabilities under this contract to any other agency without the prior
written consent of APSBCL, Vijayawada.
 During the period of agreement, the APSBCL, Vijayawada is at liberty to

Signature of the bidder


[25]
alter/modify/add/delete any of the conditions of the agreement in the interest of
the APSBCL, Vijayawada.
 The bidding agency will be bound by the details furnished by them to APSBCL,
Vijayawada, while submitting the bid or at a subsequent stage. In case, if, any of
such document/s furnished by the firm is found to be false, it would amount to
breach of terms of contract and the agency is liable for LEGAL ACTION besides
termination of contract.
Duration of the Agreement:
i. The duration of the Agreement will be for one year (12 months) from the day of
commencement of the contract.
ii. Upon satisfactory performance and based on the requirement, the agreement may be
extended for another period of two years on yearly basis with the mutual consent and
negotiations at the discretion of APSBCL. (Maximum period of contract period shall be 3
years)
iii. However, if the performance of the agency is found unsatisfactory and it fails to meet the
terms of the Agreement and guidelines of APSBCL and other statutory bodies, issued from
time to time for safe transportation, APSBCL reserves the right to cancel the contract after
giving 15 days of notice, and shall be entitled to get completed the work completed at the
Agency ’s risk and cost.
iv. APSBCL may issue a notice of suspension to the Agency at any time during the agreement
directing to suspend all or any part of the operations, stating the estimated length of and
reason for the suspension. The Agency shall, on receipt of a notice of suspension, take all
reasonable steps to immediately stop the transportation activities.
v. Duration of the agreement may change as per amendments made in the excise policy.
Payment terms:
Payment Fee:
1. APSBCL shall pay Agency a lump-sum amount for transportation related payments
including loading /unloading charges and applicable taxes at prevailing rates on a fort
night basis, for the number of boxes transported from depots to retail outlets.
2. The Agency shall under no circumstances claim any sort of idle cost or expenses from
APSBCL.
Schedule
1. The contract shall raise invoice once in every fortnight within seven (7) Business
Days of the start of every period.
2. Agency shall raise an invoice to APSBCL for the quantity of number of IMFL &
Beer bottles cartons transported in the previous fortnight period along with the
certificates issued by the depot managers concerned.
Event of Default
An event of default is said to have occurred under the following conditions:
1. The Agency has materially defaulted and failed to comply with the terms and
conditions set in the Tender Document and the Agreement.
2. Notwithstanding anything stated in the Tender Document and the Agreement,
Agency shall be liable to pay Liquidated Damages in case of delay in transporting
the carton boxes. The Liquidated Damages would be calculated at 1% of the sale
value of the Stock delayed.

Signature of the bidder


[26]
Termination of Agreement
Termination for Default

a. If this Event of Default continues for a period of 15 (Fifteen) days from the date of its
occurrence, APSBCL may terminate the Agreement by written notice and shall forfeit
and invoke the Performance Bank Guarantee provided by agency.
b. In case of the occurrence of Event of Default as mentioned APSBCL shall be entitled to
forfeit and invoke 100% of the Performance Bank Guarantee provided by the agency.
APSBCL further reserves the right to blacklist such agency s, at its sole discretion.
c. APSBCL may terminate the Agreement by written notice to the agency if any Approval
(including any other license, permit, consent or permission required for the sale of
liquor/beer) is cancelled, suspended or revoked due to faults attributable to the agency.
APSBCL shall forfeit and invoke the Performance Bank Guarantee provided by the
agency in case of such a termination.
Termination due to Force Majeure
If a delay or failure by a Party to perform its obligations due to Force Majeure exceeds
continuous 15 days, the other Party may immediately terminate this Agreement by notice in
writing to the affected Party. In case of termination of Agreement due to Force Majeure,
the Performance Bank Guarantee shall be returned to the agency .
Security Deposit:
The successful Tenderers will be required to remit Rs. One crore by means of bank
guarantee within 10 days from the date of receipt of communication intimating them
of the acceptance of the Tenders. If the accepted Tenderer fails to remit the Security
Deposit within the above said period, the Earnest money Deposit remitted by him will
be forfeited to APSBCL and his Tender will be held void. The Acceptance Order will be
issued after execution of a contract by the successful Tenderer and after the
production of Demand Draft/BG for the Security Deposit remittance. (The terms and
conditions contained in this tender document will be converted into contract).
a. The Security Deposit furnished by the Tenderer in respect of his Tender will be
returned to him on expiry of the contract period subject to the satisfaction of the
APSBCL.
b. If the Tenderer fails to act up to the Tender norms or backs out when his Tender is
accepted, his Security Deposit mentioned above will also be forfeited to
APSBCL.
Agreement:
a. The successful tenderer should execute an agreement for the fulfillment of the
contract in the Stamp Paper within Seven days from the date of acceptance of the
Tender (The terms and conditions contained in this tender document will be
converted into contract)
b. The expenses incidental to the execution of agreement shall be borne by the
successful Tenderer.
c. The conditions stipulated in the agreement form should be strictly adhered to and
violation of any of the conditions will entail termination of the contract without
prejudice to the rights of APSBCL, including the right to recover any consequential
losses form the successful Tenderer.
d. Acceptance order will be released after execution of the above contract by the

Signature of the bidder


[27]
successful Tenderer and after the production of Demand Draft/ B G for the
Security Deposit remittance.
Responsibilities:

1. The agency should be in a position to deploy adequate number of Lorries to


meet the contractual requirement fully and the Lorries should be used exclusively
for this purpose.
2. The transport agency is responsible for the quantity and quality of the
materials handed over to them for safe delivery from APSBCL Depot to various
retail units. Transporter should not carry any other item along with APSBCL load
i:e Liquor/Beer.
3. The agency is responsible for transporting minimum number of IMFL and Beer
cases per day from the APSBCL depots to retail outlets. The rate of transport should
be quoted on per case basis in the format given.
4. Time is the essence of the contract, and the successful agency is required to make
available the Lorries during the working hours of depots every day at the depot.
5. The transport work will have to be carried out on all working days of APSBCL.
The transport charges include loading and unloading charges also. Loading and
unloading are to be done by the men of transport agency s. APSBCL has no
obligation under any circumstances to pay to any load men for loading and
unloading. The Employees provident fund amount is to be paid by the transport
agency s for the load men for loading and unloading of goods from APSBCL
Godown to transport vehicle and from the vehicle to APSBCL Retail Shop.
6. The corporation is having every right to select another operator at the price
quoted by (L1) for easy clearance of stock. The agency should co-ordinate and
co-operate with other carriers also, if more than one agency is selected to assure
optimum clearance and speed up of operation.

7. Damages/breakages and shortages to the goods handed over for transport will be
to the account of the Transport Agency s, and the value of damages and
breakages will be recovered at MRP rate and the value of shortages also will be
recovered at the MRP rates and the same will be recovered from their bills. The
Managing Director/Depot Manager APSBCL reserves the right to take any
other action against the transport agency s as may be considered necessary in the
event of such shortages and damages.
8. Whenever no separate nominated representatives of the transport Agency is
available, the Driver of the vehicle will be considered as authorized representative
of the transport Agency.
9. No separate shortage/variation certificate will be issued by the Managing
Director/Depot Managers, APSBCL as the transport agency ’s
Representatives/Vehicle’s Drivers witness the delivery challans.
10. The Transport Agency should strictly adhere to the provisions contained in the
Motor Lorries Act as well as the AP Proh & Excise acts. While carrying out the
contract, any damages/losses etc. to the Lorries and other movable and
immovable properties will be to the transport agency ’s risk and responsibility
only.

11. Supplies mean for a particular retail shop should be delivered strictly to that shop
only as per the Batch/Excise label Nos. entered by the Excise Supervisory

Signature of the bidder


[28]
Official in the Transport Permit concerned. For wrong delivery, action as deemed
fit by APSBCL including levy of penalty (and termination of contract and forfeiture
of security deposit in case of continuous default) will be taken.
12. All records that may be required during such transportation shall be maintained
by the agency in the proper manner as required under Law.
13. All the materials transported shall be delivered by the transport agency s to the
concerned retail units and no sub-contracting is permitted. Any shortage will be
to the transport agency ’s account. The transport agency shall ensure that
notwithstanding any breakdown of the Lorries they will immediately do
alternative arrangement to ensure timely reach of the goods to the retail shops
without any delay or hindrance to the Retail units at his own cost and without any
claim on APSBCL and the fact of such alternative arrangement should be
informed over phone and then in writing to the Depot Manager.
14. In case of any accident, the transporter should inform the nearest Police Station
and to the excise officials/Depot Managers/ APSBCL concerned immediately in
order to enable them to arrange for conducting spot survey by the Insurance
Company to assess the damage. Any loss arising out of non-adherence to the above
will be recovered at MRP rate from the Transport Agency.
15. With the acceptance of these general conditions, the transport operator waives
and considers as void all and any of the general conditions if any mentioned in his
price bid.
16. The successful tenderer shall not assign or make over the contract, the benefit or
burden thereof to any other person or persons. He shall not underlet or sublet to
any person/s for the execution of the contract or any part thereof.

Right of acceptance and rejection


1. The Managing Director, APSBCL as the case may be reserves the right to reject
in his sole and unfettered discretion any tender without assigning any reason. The
Managing Director’s decision shall be final and binding.
2. The Managing Director/Depot Manager reserves the right to appoint one or more
agency for handling the movement in respect of the same areas subject to the
demand/necessity.

3. The final acceptance of the tender is entirely vested with the Managing Director/
APSBCL who reserves the right to accept or reject, any or all the tenders without
assigning any reason whatsoever. There is no obligation on the part of
APSBCL to- communicate with rejected tenderers. After acceptance of the tender
by APSBCL, the Tenderer shall have no right to withdraw his Tender or claim
higher rate, till the completion of the contract period.
4. Tenders with incomplete information will be summarily rejected.
5. The Managing Director reserves:
(i) The right to reject all or any of the tenders without assigning any
reason.
(ii) to split up the tender and
(iii) to negotiate with the bidders before entering into agreement.
6. The rates quoted and accepted with or without negotiation shall be final and
binding.
7.

Signature of the bidder


[29]
Capability
The agency should be capable of deploying adequate number of Lorries to carry
the IMFL/Beer stock from the APSBCL Depots to various retail shops. There should
be continuous fleet of vehicles to receive the stock.
Validity of offer
The transport agency should keep offer open for a period of 90 days from the
date of opening of priced bids. No escalation under any circumstances will be
allowed once the rate is accepted. The rate accepted will be prevalent for the
entire duration of the contract i.e. one year from the date of commencement of
the contract. No idling charges under any circumstances will be payable by
APSBCL.
Execution of contract
a) The transport agency (s) selected for the transport work will be intimated by letter
from the APSBCL. Quantity to be transported may be increased or decreased at
the discretion of the Depot Manager.
b) under any circumstances except in the case of Acts of God, delays due to non-
availability of Lorries will not be considered as a valid excuse.
c) APSBCL reserves the right to make alternative arrangements at the transport
agency ’s risk and cost if the agency fails to:
i) Clear the stock allotted to the concerned retail units on the same day.
ii) fulfill his obligations or
iii) Settle his dues in full or if malpractice is detected in tarnishing the quality and
quantity of material transported.
In all the above cases, the security deposit will be wholly or partly forfeited at
the sole discretion of the Managing Director, APSBCL in addition to action that may
be taken to recover the cost of material, damage etc.
In case of carrying illicit, spurious, non-duty paid items along with APSBCL
stock, action will be taken against the agency under A.P. Proh &Excise Act, rules
made, there under other relevant Acts in force for criminal offences, termination of
contract, forfeiture of security deposit and also his name will be recommended to the
Government for black listing.
Default
If transport work is neither commenced nor carried out progressively or not
completed within the stipulated time, it will be considered as default and
appropriate action will be taken including levy of penalty, forfeiture of security
deposit.
Price Bid
The rates quoted shall be for transporting the stock and also for loading &
unloading of stock and other incidental expenses incurred by the Transporter in
transportation of stock. The transport agency shall allow a reasonable time for
loading and unloading and for any delay in this regard, no claim will be
entertained. The rate is deemed to include the toll charges or any other payment to
be made from time to time that may be levied by the Government, Local Bodies
etc. and BOOT (Build, Own, Operate and Transfer) contracts. It is made clear
that the agency sh ou ld include any operational cost while transporting and no
claim in this regard will be entertained by APSBCL.

Signature of the bidder


[30]
Period of contract
The transport contract will expire on the due date i.e. one year from the date of
commencement of the contract. However, it can be terminated by APSBCL
earlier, if the performance is found unsatisfactory. APSBCL reserves the right to
suspend the transport operation till the position returns to normally or even to
cancel/terminate the transport order, if it is beyond its control to make the
supplies.
Payment terms
a) All invoices have to be raised on the basis of the consignment moved and
receipt obtained from the depots at the unloading points; One copy of the
receipt signed by the Shop Supervisor should be handed over to the Depot
Manager before he lifts the next load.
b) Payment of freight charges will be made by the corporate office within 15
days from the date of submission of invoices in duplicate in the name of the
Managing Director after the materials are received and furnishing of full
details of Transport order No. Date of transportation, Lorry No. Delivery
challan etc. The amount will be paid only after the counter checking and
after satisfying that the bills are in order. Any delay in making payment by
APSBCL will not entitle the transport agency for payment of any interest.
c) Separate invoices for every transport have to be made on unit basis and
payment will be made after verification from the respective units for receipt
of goods in good condition. Bills will be settled on fortnightly basis. “Bills
will be settled on fortnightly basis after deducting all statutory levies (Such
as TDS etc.) imposed by Central and State Government from time to time.
d) “Bills will be settled on fortnightly basis after deducting all statutory levies
(Such as TDS etc.) imposed by Central and State Government from time to
time.
Insurance
During the period of contract, the transport agency will keep in force workmen’s
compensation Insurance and Employees’ State Insurance for all their workmen
and employees engaged in the execution of this transportation order. Such
insurance shall be for an adequate amount as required by law. APSBCL should be
kept away from all damages and APSBCL is not liable to pay compensation of
any kind in this regard. The Lorries used by the transport agency should be kept
insured. Transit breakages are not insured by APSBCL since the rate includes the
cost of breakages also. The bidder shall compensate the loss to the corporation in
case of accidents, misappropriation, and theft of stock.
Arbitration
In respect of all the tender conditions, the decision of the Managing
Director/Depot Manager APSBCL Shall be final and binding. Any dispute which
may arise during the execution of the contract shall be referred to as provided
under the Arbitration and Conciliation Act. 1996 and APSBCL reserves its right
to appoint a sole arbitrator for settling the said disputes through arbitration and
the expenses incurred for such arbitration shall be shared equally by both the
parties.
Cancellation of order
APSBCL reserves the right to cancel the order either partially or totally without
any cancellation charges.

Signature of the bidder


[31]
General The bidders while submitting their bids should enclose a copy of the conditions
stipulated above duly certified and attested by them in token of accepting the above
Tender conditions that they have understood and accepted them fully. Bids received
without the certified copy of the conditions shall be rejected summarily. (The
tenderer must sign and affix his seal in every page of the tender document)
I have gone through the items and conditions and will abide by them as laid down
above.

Procedure for arriving the weighted average

Procedure to be adopted for arriving the Weighted average price of Transportation


Charges per carton box to be quoted on line in the e procurement portal under the
commercial stage.

Sum of Weighted Cost of Transportation for


Weighted average transport
= different Slabs of Kilometers
charges per carton box
Total Number of retail outlets

i:e ., ∑ (W x P) / ∑ W

Where : “W” is the no. of shops located in the particular slab of distance from the
whole sale depots to retail outlets.
“P” is the amount quoted by the bidder for that particular slab.

Wtd average = SUM{


*AA*xx)+(BB*xx)+(CC*xx)+(DD*xx)+(EE*xx)+(FF*xx)+(GG*xx)+(HH*xx)+(II*xx)+(JJ*xx)}/3300

* AA/BB/CC --- is the No of shops in the slab


* XX is the price quoted by the bidder

The following are the slab wise details of number of retail outlets located in the state of
Andhra Pradesh

Slab wise details of retail outlets


Sl.No. Slab No. of retail outlets
AA 0-20 234
BB 21-40 268
CC 41-60 220
DD 61-80 105
EE 81-100 62
FF 101-120 19
GG 121-140 1
HH 141-160 0
II 161-180 0
JJ > 180 0
Total 909

Signature of the bidder


[32]

Annexure-1
Bidder Details
(To be typed on the letter head of the Bidder)

Name of the Bidder

Legal status of the bidder


(Proprietor/Partnership firm/Limited
Liability Partnership/Limited liability
company/Individual etc.
Registered Office address

Address for correspondence

Telephone No (Mobile).

Fax No.

E-mail Address

Attested copies of Deeds, Memorandum of


Association and Articles of Association etc
to be enclosed
Name of person holding power of attorney
(Attested copy of power of attorney to be
enclosed)
Names of Partners with their Present and
permanent address
PAN of Bidder (copy to be enclosed)

GST Registration No., if applicable (copy


to be enclosed)

Name of the Authorized Signatory

Signature of Bidder

Date:

Signature of the bidder


[33]

Annexure: 2
Bid Acknowledgement Letter
(To be typed on the letter head of the Bidder)

Date:
To,

_____________________

_____________________

Dear Sir,

Sub: Acknowledgement of Bid Document for Notice Inviting Tender


No: ______________________________________ date _____________
----
With reference to for Tender No: _________________________________dated
____________, I, having examined the Tender Document and understood their contents,
hereby submit my Technical Bid.
1.
The Technical Bid is unconditional and unqualified.
2.
We have reviewed the terms of the Tender Document and hereby unconditionally and
irrevocably accept, agree, and acknowledge the terms thereof.
3. We acknowledge that the APSBCL will be relying on the information provided in the
Technical Bid and the documents accompanying the Technical Bid for selection of the
Preferred Bidder and subsequent selection of the Successful Bidder, and we certify that
all information provided therein is true and correct; nothing has been omitted which
renders such information misleading; and all documents accompanying the Technical
Bid are true copies of their respective originals.
4. This statement is made for the express purpose of our participation in the Tender
process and possible selection as Successful Bidder.
5. We hereby confirm that we satisfy all the eligibility conditions prescribed in the
Tender Document.
6. We hereby acknowledge that if we submit or produce any document and it is
discovered subsequently that such document was false or incorrect then we shall be
liable under the Applicable Law for the time being in force.
7. We shall make available to the APSBCL any additional information it may find
necessary or require to supplement or to authenticate the Technical Bid.
8. We acknowledge the right of the APSBCL to reject our Technical Bid without
assigning any reason or otherwise and hereby waive, to the fullest extent permitted by
Applicable Law, our right to challenge the same on any account whatsoever.
9. We declare that:
a. We have examined and understood the Act, all rules framed thereunder, the Tender

Signature of the bidder


[34]
Document and all documents referred therein;
b. We have examined and have no reservations to the Tender Document, including any
amendment/s issued by the APSBCL vide corrigendum/addendums from time to time.
c. We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice, as defined in the Tender Document, in respect of any tender or
request for bid issued by or any agreement entered into with the State Government or
any other public sector enterprise or any government, central or state; and
d. We hereby certify that we have taken steps to ensure that no person acting for us or on
our behalf has engaged or will engage in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice.
10. We understand that you may cancel the Tender process at any time and that you are
neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid,
without incurring any liability to the Bidders, in accordance with the Tender
Document.
11. We hereby irrevocably waive any right or remedy which we may have at any stage at
law or howsoever otherwise arising to challenge or question any decision taken by the
State Government/APSBCL in connection with the selection of the Preferred Bidder,
or in connection with the Tender process itself, in respect of the Tender Document
and the terms and implementation thereof.
12. In the event of us being declared as the Successful Bidder, we agree to enter into
Agreement and other documents in accordance with the Tender Document and pay
such amounts and provide such PBG as required therein.
13. We have ensured compliance with the Tender Document and to the best of our
Knowledge this Bid is conforming to the terms thereof.
14. We agree and understand that the Bid is subject to the provisions of the Tender
Document. In no case, we shall have any claim or right of whatsoever nature if the
work is not awarded to us or our Bid is not opened or rejected.
15. The Financial Bid has been quoted by us after taking into consideration all the terms
and conditions stated in the Tender Document, our own estimates of costs and
feasibility and after a careful assessment of the geological and other information and
all the conditions that may affect the work.
16. We shall keep this offer valid for 90 days from the Bid Due Date specified in the
Tender Document or such extended duration as may be agreed with State Government.
In witness thereof, we submit this Bid letter forming part of our Technical
Bid under and in accordance with the terms of the Tender Document.

Yours faithfully,
Signature
Name of the signatory
Designation of Authorized Signatory & Seal

Signature of the bidder


[35]

Annexure-III

Qualifications and Experiences

a. I know that the condition that the transporter shall have license to operate transport
agency and shall engage the drivers having valid driving licenses and medically fit.
The vehicles being operated are having valid registration certificates, vehicle fit
certificates and also insurance etc.
b. No person who has been convicted by a competent court or who has been dismissed
or removed on grounds of misconduct or moral turpitude while serving in any of the
previous organizations shall be engaged as drivers.
c. No person who is facing criminal charges or being contemplated against him/her shall
be engaged as drivers.

Noted the above conditions

Signature of the bidder

Signature of the bidder


[36]

Annexure - 4

Turnover certificate

(To Be Certified by Statutory Auditor of the Bidder)

1. Annual Turnover of the bidder:

Name of the Bidder ______________________________________

2018-2019 Rs.
2019-2020 Rs.
Financial Years 2020-2021 Rs.
2021-2022 Rs.
2022-2023 Rs.

1. UDIN Number:

2. Name of the audit Firm:

3. Registration Number of the audit Firm:

4. Seal of the Audit Firm

5. Date:

Signature of the bidder


[37]

Annexure-5

Details of whole sale depots and retail outlets


Sl. Depot Location District No. of
No retail
outlets
1 Ongole S.N.216, Pernamitta, Near, Ongole – Prakasam 74
Prakasam District
2 Markapur Narasimhapuram Village, Markapur, Prakasam 100
Prakasam District
3 Guntur-I Nallapadu Village, Near Loyola Public Guntur 119
School – Guntur District
4 Tenali D.No 31-1-01, Godown No 2a,2f3, 4d, Bapatla 109
APSWC, Sultanabad, Tenali – Bapatla
District
5 Narasaraopeta Sy.No.300/C2, Vinkonda Road, Palnadu 115
Narasaraopeta- Palanadu District
6 Vijayawada-I D.No:23/105,106, N.H-9, Gollapudi – NTR NTR 93
District
7 Vijayawada-II D.NO.7/101 Janardhanapuram (Jonnapadu Krishna 123
Village) Beside RTA Driving Test Track
Nandivada Mandal, Gudivada - Krishna
District PIN: 521321
8 Vijayawada-III CWC godowns - Nidamanuru, NTR District NTR 26
9 Eluru D.No. 13-2-4/5, M.R.C. Buildings, G.N.T. Eluru 150
Road, Eluru, Eluru District
Total 909

slab wise data of number of outlets


Name of the Slabs Total
Sl.No depot 0-20 21-40 41-20 61-80 81-100 101-120 121-140 141-160 161-180 > 180
1 Prakasam-I 38 30 4 2 0 0 0 0 0 0 74
2 Guntur-I 44 42 33 0 0 0 0 0 0 0 119
3 Vijayawada-I 33 14 16 14 16 0 0 0 0 0 93
4 Vijayawada-II 19 60 36 8 0 0 0 0 0 0 123
5 Tenali 7 15 26 27 20 14 0 0 0 0 109
6 Eluru 42 48 39 15 2 3 1 0 0 0 150
7 Prakasam-II 9 20 30 23 18 0 0 0 0 0 100
8 Guntur-III 16 39 36 16 6 2 0 0 0 0 115
9 Vijayawada-III 26 0 0 0 0 0 0 0 0 0 26
Grand Total 234 268 220 105 62 19 1 0 0 0 909

Signature of the bidder


[38]

Annexure- 6
Check List
a. Part- I
Technical bid: It should contain the following self- attested photocopies.
Sl, Particulars Page No
No
1. Proof of payment of tender document fee
2. Proof of payment of EMD
3. Bidders’ details -- Annexure-I
4 Bid acknowledgement letter -- Annexure-II
5 Qualifications and Experiences of the bidder -- Annexure -III
6 Bidders turnover certificate -- Annexure -IV
7. Technical Bid Check list -- Annexure-V
8. Self-declaration stating that “Firm has not been
debarred/blacklisted by any organization and
also on GST certificate -- Annexure-VI
9. Valid Registration certification of the Agency/Firm/Incorporation
certificate.
10. Valid GST Registration certificate/self-declaration.
11 Valid PAN card
12. Document/Papers supporting previous experience 26 AS statements
(TDS) for the past 5 years.
13. Copies of Registration Certificates of all vehicles should be submitted as
proof of owner ship at the time of bid submission. The registration should
be in the name of bidder for all 75 vehicles.
14 Turnover certificates and certified Balance sheets, P& L statements
for the last five financial years (2018-2019, 2019-2020, 2020-2021,
2021-2022 & 2022-2023) shall be enclosed.
15 Details of labour licenses for 7 districts (Prakasam, Guntur, Krishna, NTR,
Bapatla, Eluru, and Palanadu districts of A.P. A Valid Form – C
Certificate of Registration of Establishment – Sec. 2(d) and 4(2) issued by
the labour Department, Government of Andhra Pradesh.
16 Details of Contract Value reflecting in 26 AS for the Financial Year 2022
– 23 with deduction of TDS/TCS towards executing the contract in the
single entity.
17 Any other relevant Document/Papers supporting previous experience
as per eligibility criteria.
18 Signed bid document acceptance of all the instructions, terms and
conditions mentioned in this bid documents and conforming no
deviation. As a token, tenderer should sign and affix his firm’s stamp
on each page of the bid document and all its Annexure.
NOTE: All pages of the bid documents must be serially numbered and signed.
Place & Date:
Bidder’s Signature with Seal

Signature of the bidder


[39]

Annexure-7

UNDERTAKING

[To be submitted on letter head]

I/We hereby certify that the ------------------------------------------- [Name of the


company / firm] has not been ever blacklisted/debarred by any Central/State Government /
Public Undertaking / Institute on any account.
I/We also certify that firm will be supplied the item as per the specification given by
The APSBCL Vijayawada and also abide all the terms and conditions stipulated in the bid
document.
I/We also certify that the information given in bid is true and correct in all aspects and
in any case at a later date it is found that any details provided are false and incorrect,
contract given to the concern firm or participation may be summarily terminated at any
stage, the firm will be blacklisted and APSBCL, Vijayawada may impose any action as per
the rules.

 I/we further certify that I/we are having AP GST registration Number.

 I/We are not having AP GST registration number and give an under taking
that in case the bid is awarded in my/our favour, I/we will submit AP GST
registration Number within one month from the date of award of contract.

 Strike out which is not applicable.

Name:

Business Address:

Signature of the Bidder:

Seal of the bidder:

Signature of the bidder


[40]

Annexure -8
Not to be uploaded in the technical bid

Price bid
(To be uploaded along with commercial bid)

S.No Kilometers Range Rate quoted per box Rs.


(Excl GST)
1. 0-20
2. > 20-40
3. >40-60
4. >61-80
5. >81-100
6. >101-120
7. >121-140
8. >141-160
9. >161-180
10 > 180

Weighted average price Rs._______________________ (Excluding GST)

The weighted average price shall be filled and quoted in the e procurement portal
under financial bid. Reverse bidding will be conducted on the weighted average price only. After
completion of reverse bidding, the bidder shall enclose the financial bid indicating the slab wise
price being claimed by the bidder.

Note:

I. Rate should be quoted exclusive of GST


II. Rate should be inclusive of loading/unloading charges
III. The calculation sheet/details based on which the weighted average amount is arrived
shall be uploaded along with commercial bid.
IV. The commercial bid should not be uploaded along with technical bid. If uploaded the
bid will be summarily rejected at the evaluation stage itself.
V. The rate quoted is inclusive of loading and unloading Hamali charges. No claim will be
entertained by the corporation with regard to variation in the Hamali charges during the
tenure of the contract. The Corporation shall under any circumstances take no liability
for payment of Hamali charges.
VI. Insurance charges, medical claims, uniform to Hamalies shall be borne by the
transporting agency.

Signature of the bidder

You might also like