0% found this document useful (0 votes)
23 views42 pages

TenderOutstation13 02 2023

Uploaded by

unnati222053
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)
23 views42 pages

TenderOutstation13 02 2023

Uploaded by

unnati222053
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/ 42

TENDER (Outstations) NOTICE

Ref. File No: 5-7/2022-Pub(Adm)/

National Council of Educational Research & Training, New Delhi intends to invite online bid
(e-Tender) under two bids system (technical & financial bid) from Transporters/Firms for the
transportation of NCERT Books and Printing paper (outstation) from Delhi NCR to different
states as mentioned in clause (1) Section II.

Details Transportation of consignment of Books and


Printing paper (Out Station)
Earnest Money to be Deposited Bid security declaration to be given*
Tender Fee Exempted**
Tender Type E-tender
Type of Bidding Two Bids Process
Tender Category Transportation (Out Station)
Date of e-Publishing 20.01.2023
Date and time of Pre-bid Meeting 02.02.2023 at 11.00 AM
Last Date and time of uploading of Bids 09.02.2023 at 5.00 PM
Date and time of opening of Technical Bids 13.02.2023 at 11.00 AM
Date and time of opening of Financial Bids Will be separately notified of Technically
shortlisted/qualified bidders.

*The payment of EMD will be exempted as per guidelines Ministry of Finance issued on 12.11.2020
instead declaration is to be given by the bidder in case he accepting that if they withdraw or modify
their bids during period of validity etc. they will be suspended for the time specified in the tender
document which is four year in this case.

**The payment of tender fee will be exempted for those firms who are having valid registration with
MSMEs for specific and related services and tender fee is also exempted to all for downloading from
the CPP Portal.

Interested parties may view and download the tender document containing the detailed terms
& conditions from the website http://eprocure.gov.in/eprocure/app. The MSMEs benefits are
applicable as per rule on the subject. The e-bid not submitted in the prescribed format or
without valid NSIC/MSME certificate of exemption for the tendered items will not be
accepted.

Manual bids shall not be accepted only those bids which qualify all the criteria and
submitted on CPP Portal would be considered for evaluation. Bidders should regularly
visit the website to keep themselves updated for any Corrigendum/Addendum.

1
Sri Aurobindo Marg, New Delhi 110016

E-TENDER DOCUMENT
Transportation of Consignment of Books and Printing Paper
(Outstation Destination)
CONTENTS

SECTION I : INSTRUCTIONS FOR ONLINE BID SUBMISSION


SECTION II : INVITATION FOR BIDS
SECTION III : INSTRUCTIONS TO BIDDERS
SECTION IV : BIDDING DATA SHEET
SECTION V : LIST OF THE DOCUMENTS TO BE UPLOADED AT CPP
PORTAL IN COVER 1 (TECHNICAL BID) & COVER 2
(FINANCIAL BID):
SECTION VI : QUALIFICATION CRITERIA
SECTION VII : SCHEDULE OF REQUIREMENTS (Brief description of work)
SECTION VIII : BID SUBMISSION FORM
SECTION IX : PRICE SCHEDULE
SECTION X : CONDITIONS OF CONTRACT
SECTION XI : CONTRACT FORM
SECTION XII : FORMAT FOR BANK GUARANTEE FOR PERFORMANCE
SECURITY
SECTION XIII : NOTIFICATION OF AWARD

SECTION XIV : CHECKLIST TO BE FILLED BY BIDDER

2
SECTION I
INSTRUCTION FOR ONLINE BID SUBMISSION

The bidders are required to submit soft copies of their bids electronically on the Central Public
Procurement (CPP) Portal i.e. http://eprocure.gov.in/eprocure/app, using valid Digital Signature
Certificates. The instructions given below are meant to assist the bidders in registering on the CPP
Portal, prepare their bids in accordance with the requirements and submitting their bids online on the
CPP Portal.

REGISTRATION

(i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal by using the ―Online Bidder Enrolment‖ option available on the home page. Enrolment on
the CPP Portal is free of charge.
(ii) During enrolment/registration, the bidders should provide the correct/true information valid
email-id & mobile number. All the correspondence shall be made directly with the
contractors/bidders through email-id provided.
(iii) As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.
(iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III Certificates
with signing key usage) is mandatory which can be obtained from SIFY/nCode/eMudra or any
Certifying Authority recognized by CCA India on eToken/Smart Card.
(v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid Digital
Signature Certificate with their profile.
(vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to ensure that they
do not lend their DSCs to others which may lead to misuse and should ensure safety of the same.
(vii) Bidders can than log into site through the secured login by entering their user ID/password and
the password of the DSC/e-Token.

SERCHING FOR TENDER DOCUMENTS

(i) There are various search options built in the CPP Portal to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization name,
location, date, value, etc. There is also an option of advanced search for tenders, wherein the
bidders may combine a number a search parameters such as organization name, form of contract,
location, date, other keywords, etc., to search for a tender published on the CPP Portal.
(ii) Once the bidders have selected the tenders are interested in, they may download the required
documents/tender schedules. These tenders can be moved to the respective ‗My Tenders‘ folder.
This would enable the CPP Portal to intimate the bidders through SMS / E-mail in case there is
any
Corrigendum issued to the tender document.
(iii)The bidder should make a note of the unique Tender ID assigned to each tender, in case they want
to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS:

(i) For preparation of bid Bidders shall search the tender from published tender list available on site
and download the complete tender document and should take into account corrigendum if any
published before submitting their bids. After selecting the tender document same shall be moved
to the ‗My favourite‘ folder of bidders account from where bidder can view all the details of the
tender document.

3
(ii) Bidder shall go through the tender document carefully to understand the documents required to be
submitted as part of the bid. Bidders shall note the number of covers in which the bid documents
have to be submitted, the number of documents – including the names and content of each of the
document that need to be submitted. Any deviations from these may lead to rejection of the bid.
(iii) Any pre-bid clarifications if required, then same may be obtained during pre-bid meeting to be
held on the date and time mentioned in bidding data sheet (Section-IV).
(iv) Bidders should get ready in advance the bid documents in the required format
(.PDF/.xls/.rar/.dwf/.jpg formats) to be submitted as indicated in the tender document/schedule.
Bid documents may be scanned with 100 dpi with black and white option which helps in reducing
size of the scanned document.

SUBMISSION OF BIDS:

(i) Bidder should log into the site well in advance for bid submission so that he/she upload the bid
in time i.e. on or before the bid submission date & time.
(ii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP Portal)
and accepts the same in order to proceed further to submit their bid.
(iii) Bidder shall digitally sign and upload the required bid documents one by one as indicated in the
tender document.
(iv) Bidders shall note that the very act of using DSC for downloading the tender document and
uploading their offers is deemed to be a confirmation that they have read all sections and pages
of the tender document without any exception and have understood the complete tender
document and are clear about the requirements of the tender document.
(v) Bid documents may be scanned with 100 dpi with black and white option which helps in
reducing size of the scanned document. For the file size of less than 1 MB, transaction
uploading time will be very fast.
(vi) If price quotes are required in .XLS format, utmost care shall be taken for uploading Schedule
of quantities & Prices and change/modification of the price schedule render it unfit for bidding.
Bidders shall download the Price schedule, in .XLS format and save it without changing the
name of the file. Bidder shall quote their rate in figures in the appropriate cells, thereafter save
and upload the file in financial bid cover (Price bid) only. If the template of Price schedule file
is found to be modified/corrupted in the eventuality by the bidder, the bid will be rejected. The
bidders are cautioned the uploading of financial bid elsewhere i.e. other than in cover 2 will
result in rejection of the tender.
(vii) Bidders shall submit their bids through online e-tendering system to the Tender Inviting
Authority (TIA) well before the bid submission end date & time (as per Server Clock). The TIA
will not be held responsible for any sort of delay or the difficulties faced during the submission
of bids online by the bidders at the eleventh hour.
(viii) After the bid submission (i.e. after Clicking ―Freeze Bid Submission‖ in the portal), the bidders
shall take print out of system generated acknowledgement number, and keep it as a record of
evidence for online submission of bid, which will also act as an entry pass to participate in the
bid opening.
(ix) Bidders should follow the server time being displayed on bidder‘s dashboard at the top of the
tender site, which shall be considered valid for all actions of requesting, bid submission, bid
opening etc., in the e-tender system.
(x) All the documents being submitted by the bidders would be encrypted using PKI (Public Key
Infrastructure) encryption techniques to ensure the secrecy of the date. The date entered cannot
be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids
is maintained using the secured Socket Layer 128 bit encryption technology.

4
ASSISTANCE TO BIDDERS:

Interested eligible bidders may obtain further information in respect of the Bidding Documents from
Head, Publication Division, Ambedkar Khand, NCERT, Sri Aurobindo Marg, New Delhi-110016

Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk.

Toll Free Number 1800-3070-2232. Mobile Nos. 91-7878007972 and 91-7878007973.

5
Sri Aurobindo Marg, New Delhi 110016

SECTION II
INVITATION FOR BID
01. The National Council of Educational Research and Training (NCERT), New Delhi Invites
online bids from eligible transporters for transportations of consignment of books and
printing papers for the following destination:

S. No. From To Truck Capacity Delivery period


Prescribed
1 NCR Delhi Bhopal 9MTs/15MTs/25 MTs 04 Days
2 NCR Delhi Jaipur 9MTs/15MTs/25 MTs 01 Day
3 NCR Delhi Jalandhar 9MTs/15MTs/25 MTs 04 Days
4 NCR Delhi Jhansi 9MTs/15MTs/25 MTs 04 Days
5 NCR Delhi Jhajjar 9MTs/15MTs/25 MTs 03 Days
6 NCR Delhi Karnal 9MTs/15MTs/25 MTs 01 Day
7 NCR Delhi Mathura 9MTs/15MTs/25 MTs 02 Days
8 NCR Delhi Meerut 9MTs/15MTs/25 MTs 01 Day
9 NCR Delhi Muzzaffarnagar 9MTs/15MTs/25 MTs 01 Day
10 NCR Delhi Saharanpur 9MTs/15MTs/25 MTs 02 Days
11 NCR Delhi Varanasi 9MTs/15MTs/25 MTs 04 Days
12 NCR Delhi Allahabad 9MTs/15MTs 04 Days
13 NCR Delhi Kanpur 9MTs/15MTs 03 Days
14 NCR Delhi Lucknow 9MTs/15MTs 03 Days
15 NCR Delhi Vasai 9MTs/15MTs 04 Days
16 NCR Delhi Ahmedabad 25 MTs 05 Days
17 NCR Delhi Hyderabad 25 MTs 06 Days
18 NCR Delhi Manipal 9MTs 07 Days
19 NCR Delhi Shivakashi (TN) 25 MTs 12 Days

02. Interested eligible bidders may obtain further information in respect of the Bidding
Documents from Administrative Officer, Publication Division, Ambedkar Khand, NCERT,
Sri Aurobindo Marg, New Delhi- 110016

03. The tender document along with other details may be downloaded from the Central Public
Procurement (CPP) Portal: http://eprocure.gov.in/eprocure/app

04. All interested eligible bidders are requested to submit their bids online on Central Public
Procurement (CPP) Portal, as per the criteria given in this document. Scanned copy of
required documents should be uploaded online in Cover 1 (Technical Bid) and the financial

6
bid (only in BOQ format) in Cover 2 on or before the stipulated date as mentioned in
Bidding Data Sheet Section IV.

05. In no condition, the financial bid should be submitted other than in online BOQ format.

06. It will be the responsibility of the bidder to ensure that bid security declaration must be
submitted before or on due date and time on the CPP Portal failing which the Bid will be
treated as rejected.

07. Bids will be opened in the presence of Bidders‘ representatives who choose to attend the bid
opening at the date, time and address mentioned in the Section IV.

08. Pre bid meeting will be held on the date and time as mentioned in Section-IV, for satisfying
the quarries of the prospective bidders who like to attend the meeting. At this stage, it may not
be possible to quantify the job in totality. Therefore, to further assess the quantum of the
proposed job (if required), bidder in their own interest may attend Pre Bid Meeting.

Head
Publication Division

7
SECTION III
INSTRUCTIONS TO BIDDERS
TABLE OF CLAUSES
Clause Topic
Number
A. INTRODUCTION
01 Scope of Bid
02 Eligible Bidders
03 Cost of Bidding

B. BIDDING DOCUMENTS
04 Sections of Bidding Documents
05 Pre-bid meeting
06 Opening of Bids
07 Amendment of Bidding Documents

C. PREPARATION OF BIDS
08 Language of Bid
09 Documents Comprising the Bid
10 Bid Submission Form
11 Bid Prices
12 Bid Currencies
13 Documents Establishing Bidder's Eligibility and Qualifications
14 Earnest Money (Bid Security Declaration)
15 Period of Validity of Bids

D. SUBMISSION OF BIDS
16 Submission of Bids
17 Deadline for Submission of Bids

E. OPENING AND EVALUATION OF BIDS


18 Opening of Bids by the NCERT
19 Clarification of Bids and Contacting the NCERT
20 Responsiveness of Bids

F. AWARD OF CONTRACT
21 Award Criteria
22 NCERT‘s Right to Accept any Bid and to Reject any or all Bids
23 Notification of Award
24 Signing of Contract
25 Performance Security
26 Fraudulent and Corrupt Practices
27 Authorization for submission of Bid
28 Delivery Period

8
SECTION III
INSTRUCTIONS TO BIDDERS

A. INTRODUCTION

01. Scope of Bid

01.01 National Council of Educational Research and Training (NCERT), Sri Aurobindo
Marg, New Delhi 110016, hereinafter referred to as NCERT, issues these Bidding
Documents for the transportation of Goods namely books and printing paper as specified
under Section VII- Schedule of Requirements.
01.02 Throughout these Bidding Documents:
(a) The term ―in writing‖ means communicated in written form by mail/e-mail with
proof of receipt;
(b) if the context so requires, ―singular‖ means ―plural‖ and vice versa; and
(c) ―day‖ means calendar day.

02. Eligible Bidders

This Invitation for Bids is open to all the eligible transporters as per under Section VI -
Qualification Criteria.

03. Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of his/her Bid,
and the NCERT, will in no case be responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.

B. BIDDING DOCUMENTS

04. Sections of the Bidding Documents

04.01 The Bidding Documents consist of Parts 1, 2, and 3, which include all the Sections
indicated below, and should be read in conjunction with any addendum issued in
accordance with Clause 7.

Part-1: Bidding Procedures


 Section I. Instruction for online bid submission
 Section II. Invitation for Bids
 Section III. Instructions to Bidders
 Section IV. Bidding Data Sheet
 Section V. List of the documents to be uploaded at CPP Portal in Cover I & Cover 2
 Section VI. Qualification Criteria
 Section VII. Schedule of Requirements

Part-2: Transport Requirements


 Section VIII. Bid Submission Form (Cover 1)
 Section IX. Price Schedule (Cover 2)

9
A: General Information B: Price Schedule

Part-3: Contract

 Section X. Conditions of Contract


 Section XI. Contract Forms
 Section XII. Bank Guarantee Form for Performance Security
 Section XIII. Notification of Award

04.02 The NCERT is not responsible for the completeness of the Bidding Documents and their
addendum, if they were not downloaded from the Central Public Procurement (CPP) Portal:
http://eprocure.gov.in/eprocure/app.

04.03 The Bidder is expected to examine all the instructions, forms, terms, and requirements
in the Bidding Documents. Failure to furnish all the information or documentation
required by the Bidding Documents will result in the rejection of the bid.

04.04 The Bidder must be fully acquainted with the site and location of the godowns vis-à-
vis loading and unloading points before quoting rates and submitting bids. Once the
bid is submitted by the bidder he/she shall be deemed to be fully acquainted with the
site and location of the godown vis-à-vis loading and unloading points and shall not
be entitled to any compensation arising out of any discrepancy in the site and location
found later on, or on the grounds that the workers employed by him/her are
demanding higher rates of wages in respect of certain operations.

04.05 Bidders should not incorporate any conditions in the bids. Conditional bids will be
rejected.

04.06 No definite volume of work to be performed can be guaranteed during the currency of
the contract.

5. Pre-bid meeting

A prospective Bidder requiring any clarification of the Bidding Documents may notify the
Publication Division, NCERT in writing or by e-mail at the NCERT‘s mailing address
indicated in the Bidding Data Sheet. All requests for clarification received by the NCERT 10
days prior to the deadline for submission of bids will be clarified in a pre-Bid meeting
scheduled to be held as per details in the Bidding Data Sheet.

06. Opening of Bids

The Bids will be opened in the Publication Division, NCERT, at the address, date and time
indicated in the Bidding Data Sheet. The Bidders will be at liberty to be present either in
person or through an authorized representative at the time of opening of bid. However, they
are advised to come with the printout of system generated acknowledgement number as a record
of evidence for online submission of bid, which will also act as an entry-pass to participate in the bid
opening.

10
07. Amendment of Bidding Documents

07.01 At any time prior to the deadline for submission of Bids, the NCERT may amend the
Bidding Documents (of trivial nature like extending the last date for submission of bid or
change in pre-bid meeting etc.) by issuing an addendum.

07.02 The amendment will be notified on Central Public Procurement (CPP) portal i.e.
http://eprocure.gov.in/eprocure/ and will also be displayed on NCERT‘s website i.e.
www.ncert.nic.in. The amendment will be binding on all the bidders.

07.03 In order to afford prospective bidders reasonable time in which to take the
amendment into account in preparing their Bid, the NCERT may, at its discretion, extend the
deadline for the submission of Bids.

C. PREPARATION OF BIDS

08. Language of Bid

The Bid prepared by the Bidder, as well as all correspondence and documents relating to the
Bid exchanged by the Bidder and the NCERT, shall be written in English or Hindi language,
provided that any printed literature furnished by the Bidder may be in another language so
long as it is accompanied by an accurate translation in English/Hindi of its pertinent passages.

09. Documents Comprising the Bid

09.01 The Bid submitted by the Bidder shall be in two separate covers with clear prints:

Submission of Document (Documents to be uploaded online on


http://eprocure.gov.in/eprocure/app):

a. Cover-1: This is named as ―Technical Bid‖ and shall consist of:

i. Scanned copy of Bid Security Declaration which is to be submitted in place of EMD.

ii. Scanned copy of valid Registration with MSMEs for specific/related services, if applicable.

iii. Scanned copy of written confirmation authorizing the signatory of the Bid to commit the Bid,
in accordance with Clause 28.0.
iv. Scanned copy of Undertaking that the Bid shall remain valid for the period specified in Clause
15.01.
v. Scanned copy of all documents as per Qualification Criteria under Section VI.

vi. Scanned copy of Bid submission form under Section VIII.


(The financial bid [Price Schedule] should be submitted online).

vii. Scanned copy of affidavit on a non-judicial stamp paper of ₹100/- duly attested by Notary
Public should be submitted with the following undertakings:

a) That the transport firm has never been black listed by any of the Central Govt. / State
Govt/PSUs including any organization under control of Central/State Govt.
b) That he/she has read and understood all the terms & conditions of the tender document.
All the T&C are acceptable to the transport company without any pre-conditions.

11
c) All the information furnished in the Bidding Document is true and correct to the best of
his/her knowledge and belief.

b. Cover-2: This shall be named ―Financial Bid‖.

09.02 Price Bid in BoQ_XXXX.xls

A standard BoQ format has been provided with the tender document to be filled by all the
bidders. Bidders are requested to note that they should necessarily submit their financial bids
in the format provided and no other format is acceptable. Bidders are required to download
the BoQ file and enter their financial quotes and other details (such as name of the bidder).
No other cells should be changed. Once the details have been completed, the bidder should
save it and submit it online, without changing the filename. If the BoQ file is found to be
modified by the bidder, the bid will be rejected.

9.03 Those columns which are decided by the bidder not to be filled or not to make bid for, there
NIL should be mentioned instead of leaving vacant or putting ‗0‘.
Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the Bid Id and the date & time
of submission of the bid with all other relevant details. The bid summary has to be printed and
kept as an acknowledgement of the submission of the bid. This acknowledgement may be
used as an entry pass for any bid opening meetings. The Bidder shall complete and submit the
Bid Submission Form and Price Schedule by using the form furnished in Section VIII. These
forms must be completed without any alteration to its format, and no substitute shall be
accepted. All blank spaces shall be filled in with the information requested.

09.04 The following documents, not submitted with the Bid will be deemed to be part of the Bid.
Section Particulars
Section II Invitation for Bids
Section III Instructions / Information‘s to Bidders
Section IV Bidding Data Sheet
Section VI Qualification Criteria
Section VII Schedule of Requirements and specifications
Section X Conditions of Contract
Section XI Contract form

10. Bid Submission Form

The Bidder shall complete and submit the Bid Submission Form by using the form
furnished in Section VIII (Cover I). These forms must be completed without any
alterations to its format, and no substitutes shall be accepted. All blank spaces shall be
filled in with the information requested.

11. Bid Prices

11.01 The Bidder shall indicate on the Price Schedule, the transport charges he/she
proposes to charge per truck load including loading & unloading other incidental
charges including transit insurance etc., for a period of three years extendable upto
one more year on mutual consents. Rates should not be quoted per ton wise.

11.02 Prices indicated on the Price Schedule shall be entered taking into account freight,
loading and unloading cost and other incidental expenses if any.

12
11.03 Bid Prices will not be adjusted for any unconditional or conditional discount offered
by the Bidder.

11.04 Prices quoted by the Bidder shall remain fixed during Bidder‘s performance of the
contract i.e. 03 years and not be subject to variation on any account.

11.05 A Bid submitted with any different adjustable price quotation will be treated as
non-responsive and rejected.

11.06 Prices quoted by the Bidder shall remain fixed during the Bidder's performance of
the contract and not be subject to variation on any account, except for any
increase/decrease in Government taxes, duties and other levies. A Bid submitted with
an adjustable price quotation will be treated as non-responsive and rejected.

11.07 Fall Clauses / Price Restriction:— The transporter/firm shall submit an undertaking
while quoting the rates that the firm shall not offer lower rate than the rate
decided/accepted after bidding process till the validity of contract. If found so, the entire
Contract quantity shall be regulated at the lower rate.

12. Bid Currencies


Prices shall be quoted in Indian National Rupees only.

13. Documents Establishing Bidder's Eligibility and Qualifications

13.01 The Bidder shall complete the Bid Submission Form, included in Section VIII.

13.02 The Bidder shall provide documentary evidence of his/her eligibility and qualifications
to perform the contract (to NCERT‘s satisfaction) if his/her Bid is accepted, as per the
Qualification Criteria specified in Section VI.

14. Earnest Money

14.01 Pursuant to Clause 09, the bidder shall furnish, as part of his/her bid a Bid Security
Declaration instead of EMD/Bid Security.

14.02 The Bid Security Declaration is required to protect the NCERT against the risk of
bidder's conduct, which would warrant suspension of the bidder for making any future
for time period as specified in clause 14.04.

14.03 Any bid from a Bidder not secured in accordance with Clauses 14.01 and 14.03 above
will be summarily rejected by the NCERT as non-responsive, pursuant to Clause 21.

14.04 As per GOI Guidelines the bidder would be suspended for further three years after this
tender, in case of the successful Bidder, if the Bidder fails:
(i) to sign the contract in accordance with Clause 25; or
(ii) to furnish Performance Security in accordance with Clause 26.

13
15. Period of Validity of Bids

15.01 Bids shall remain valid for 120 days as specified in the Bidding Data Sheet after the
date of bid opening prescribed by the NCERT, pursuant to Clause 19. Any Bid valid
for a shorter period than the period specified shall be rejected by the NCERT as non-
responsive.

15.02 In exceptional circumstances, the NCERT may solicit the Bidder's consent to an
extension of the period of Bid validity. The request and the responses thereto shall
be made in writing. A Bidder may refuse the request. A Bidder accepting the request
for extension of bid validity will not be required nor permitted to modify his/her Bid.

D. SUBMISSION OF BIDS

16. Submission Of Bids

The detailed tender documents may be downloaded from http://eprocure.gov.in/eprocure/app till


the last date of submission of tender. The Tender may be submitted online through CPP Portal
http://eprocure.gov.in/eprocure/app.

The bidder should submit the bid online in two parts viz. Technical Bid and Financial Bid. Technical
Bid along with required documents should be uploaded online in Cover-1 and Financial Bid in ―.xls‖
should be uploaded online in Cover-2.

Technical Bid: To be opened on the date as mentioned on page 1 as specified in the Bidding Data
Sheet.

Financial Bid:

a) The currency of all quoted rates shall be Indian Rupees. All payment shall be made in Indian
Rupees.
b) In preparing the financial bids, bidders are expected to take into account the requirements and
conditions laid down in this Tender document. The financial bids should be uploaded online
as per the specified “.xls” format i.e. BoQ_XXXX.xls Excel sheet attached as ‗.xls‘ with the
tender and based on the quantity and terms and conditions of the Tender document.
c) The Financial bid should be inclusive of all applicable taxes, duties, fees, levies, and other
charges imposed under the applicable laws. The rates quoted in the Tender are inclusive of all
applicable taxes, duties etc.

The Technical Bid and Financial Bid shall be uploaded as per procedure mentioned in
―Instructions for Online Bid Submission‖.

The envelope containing the Technical Bid documents shall be:

i. Addressed to the address specified in the Clause 06 Bidding Data Sheet (Section IV).
ii. The financial bid will not be opened till finalization/evaluation of Technical Bid.

17. Deadline for Submission of Bids

17.01 Online bids complete in all respects must be uploaded at the CPP Portal by the time
and date as specified in the bidding datasheet. Section IV. In the event of the specified
date for the submission of Bids being declared a holiday for the NCERT, the Bids will
be received up to the appointed time on the next working day.

14
17.02 The NCERT may, at its discretion, extend this deadline for submission of Bids by
amending the Bid Documents in accordance with Clause 07, in which case all rights
and obligations of the NCERT and Bidders previously subject to the deadline will
thereafter be subject to the deadline as extended.

E. OPENING AND EVALUATION OF BIDS

18. Opening of Bids by the NCERT

18.01 The NCERT will open the online Bids received in the presence of the Bidder/Bidders‘
representatives who choose to attend at the time, date and place specified in the
Bidding Data Sheet. In the event of the specified date for the submission of Bids
being declared a holiday for the NCERT, the Bids will be opened at the appointed
time and location on the next working day.

18.02 The Bidders‘ names and such other details as the Publication Division, NCERT may
consider appropriate, will be announced.
18.03 The Publication Division, NCERT will prepare minutes of the Bid Opening, including
the information disclosed to those present in the meeting in accordance with Clause
19.01.

18.04 The evaluation of Technical Bids will be commenced within three or four days after
the opening of the Technical Bids. Evaluation will be made with respect to
Qualification Criteria and other information furnished in Cover-1 of the Bid in
pursuant to Clause 09.01. On the basis of such evaluation a list of the responsive Bids
will be drawn up. The Financial Bids of only those Bidders who qualify in the
evaluation of the Technical Bids will be considered.

18.05 The Publication Division, NCERT shall inform the Bidders, whose Technical Bids are
found responsive, of the date, time and place of opening of the Financial Bids. The
Bidders so informed, or their representative(s), may attend the meeting of opening of
Financial Bids.

18.06 At the time of the opening of the ‗Financial Bid‘, the names of the Bidders whose
Bids were found responsive in accordance with Clause 21.05 will be announced. The
Financial Bids of only those Bidders will be opened who would be evaluated
technically qualified. The responsive Bidders‘ names, the Bid prices, the total amount
of each Bid, and such other details as Publication Division, NCERT may consider
appropriate will be announced by the Publication Division, NCERT at the time of
Financial Bid opening. Any Bid Price that is not read out and recorded will not be
taken into account in Bid Evaluation.

18.07 The Publication Division, NCERT shall prepare the minutes of the opening of the
Financial Bids.

15
19. Clarification of Bids and Contacting the NCERT

19.01 To assist in the examination, evaluation and comparison of Bids, the NCERT may, at
its discretion, ask the Bidder for a clarification of his/her Bid. The request for
clarification and the response shall be in writing. No change in the prices or substance
of the Bid shall be sought, offered, or permitted, except to confirm the correction of
arithmetical errors discovered by the NCERT in the Evaluation of the Bids, in
accordance with Clause 23.

19.02 No Bidder shall contact the NCERT on any matter relating to his/her Bid from the time
of the Bid opening to the time the contract is awarded. Any attempt by the Bidder to
influence the NCERT‘s Bid Evaluation, Bid Comparison or Contract Award decision
may result in the rejection of his/her Bid.

20. Responsiveness of Bids

20.01 During the detailed evaluation of ―Technical Bids‖, the NCERT shall determine whether
each Bid (a) meets the eligibility criteria defined in Clause 2; (Page No. 10) (b) has been
properly signed; (c) is accompanied by the required securities; and (d) is substantially
responsive to the requirements of the Bidding Documents. During the detailed evaluation
of the ―Financial Bids‖, the responsiveness of the Bids will be further determined with
respect to the remaining Bid conditions, i.e., Schedule of Requirement (Section VII).

20.02 A substantially responsive ―Financial Bid‖ will be decided for each package of 9 MTs/ 15
MTs/25 MTs capacity truck. A substantially responsive ―Financial Bid‖ is one, which
conforms to all the terms, conditions, and specifications of the Bidding Documents,
without material deviation or reservation. A material deviation or reservation is one (a)
which affects in any substantial way the scope, quality or performance of the services;(b)
Which limits in any substantial way, inconsistent with the Bidding Documents, the
NCERT‘s rights or the Bidder‘s obligations under the Contract; or (c) whose rectification
would affect unfairly the competitive position of other Bidders presenting substantially
responsive Bids.

20.03 If a ―Financial Bid‖ is not substantially responsive, it will be rejected by the NCERT, and
may not subsequently be made responsive by correction or withdrawal of the non-
conforming deviation or reservation.

20.04 Provided that a Bid is substantially responsive, the NCERT may waive any non-
conformities or omissions in the Bid that do not constitute a material deviation.

20.05 Provided that a Bid is substantially responsive, NCERT may request the Bidder to submit
the necessary information or documentation, within a reasonable period of time, to rectify
non-material non-conformities or omissions in the Bid related to documentation
requirements. Such omission shall not be related to any aspect of the price of the Bid.
Failure of the Bidder to comply with the request may result in the rejection of its Bid.

20.06 NCERT‘s assessment as to the substantial responsiveness or otherwise of each Bid or


consideration of a minor informality or non-conformity or irregularity is final and
conclusive.

16
F. AWARD OF CONTRACT

21. Award Criteria

Subject to Clause 24.01, the NCERT will award the contract to the successful Bidder(s)
whose Bid(s) has/have been determined to be substantially responsive and has/have
been determined as the lowest evaluated Bid(s).

22. NCERT’s right to accept any Bid and to reject any or all Bids

The NCERT reserves the right to accept or reject any Bid(s), 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 Bidder or Bidders of the grounds for the NCERT‘s action.

23. Notification of Award

23.01 Prior to the expiration of the period of Bid Validity, the NCERT will notify the
successful Bidder(s) in writing by registered letter AD or email that his/her Bid has
been accepted.

23.02 The notification of award will constitute the formation of the contract.

23.03 Upon the successful Bidder's furnishing of Performance Security pursuant to Clause
26, the NCERT will promptly notify each unsuccessful Bidder.

24. Signing of Contract

24.01 At the same time as the NCERT notifies the successful Bidder(s) that his/her Bid has
been accepted, the NCERT will send the Bidder the contract form provided in Section
XI of the Bidding Documents, incorporating all agreements between the parties.

24.02 Within seven (7) days of receipt of the contract form, the successful Bidder shall sign
and date the contract and return it to the NCERT.

25. Performance Security

25.01 Within 7 (seven) days of the receipt of notification of award from the Purchaser, the
successful Bidder shall furnish the Performance Security in accordance with Clause
10 of the Conditions of Contract (Section-X), as per the form of Bank Guarantee for
Performance Security provided in Section XII for a period of 39 months from the date
of award of contract.

25.02 Failure on the part of the successful Bidder to comply with the requirement of Clause
26 to 28 shall constitute sufficient grounds for annulment of the award, in which event
the NCERT may make the award to the next lowest Evaluated Bidder or call for new
Bids.

17
26. Fraudulent and Corrupt Practices

NCERT requires the Bidders to strictly observe the laws against fraud and corruption
in force in India, namely, Prevention of Corruption Act, 1988, and undertakes not to
approach any concerned official or bring to bear any influence of inducement upon
any official with the intent to gaining any undue advantage in securing the contract.

27. Authorization for submission of Bid

The bid shall be signed by the Bidder or a person or persons duly authorized to bind
the Bidder to the contract. The letter of authorization shall be indicated by written
power-of-attorney accompanying the Bid document.

28. Delivery Period

Delivery Period must be equal to or less than the period mentioned in Section-II.

18
SECTION IV
BIDDING DATA SHEET (BDS)

The following specific data for the goods to be transported shall complement, supplement, or
amend the provisions in Section III, entitled Instructions to Bidders. Whenever there is a
conflict, the provisions herein shall prevail over those in the Instruction to Bidders.

Clause No. Items


05 Pre-bid meeting:

Date: 02.02.2023 Time: 11.00 AM


Venue: Room of Head/Conference Hall, Publication Division, NCERT

06 Address of NCERT:

Head, Publication Division


National Council of Educational Research & Training
Room No. 101, Ambedkar Khand,
Sri Aurobindo Marg,

NEW DELHI 110 016

Telephone: 26592347, 26592333, 26592346, 26592345

Email id: [email protected]


09.01 Any other documents required:

14 Bid security declaration

15.01 The Bid validity period shall be 120 days after the date of Bid opening

17.01 Last Date and time of uploading of Bids 09.02.2023 at 5.00 PM

19.01 The date and time of opening the Technical bids are :
Date: 13.02.2023 Time: 11.00 AM
The bid opening shall take place at:
Publication Division
NCERT, Sri Aurobindo Marg,
New Delhi 110 016

19
SECTION V
I. LIST OF THE DOCUMENTS TO BE UPLOADED AT CPP PORTAL IN COVER 1
(TECHNICAL BID):

a) Documents should be signed by the proprietor (i.e. in case of proprietorship the proprietor
should be the signatory himself/herself) or by authorize signatory in other cases.
b) Bid submission form (Section VIII) duly signed by the proprietor/authorized signatory.
c) An under taking on the letter head of the firm duly signed by the authorized signatory stating
that the form has adequate arrangement of labourers for loading and unloading trucks and
has sufficient number of tarpaulins for each truck to cover the packages of books along with
the accessory requirement like planks to serve as ladder.
d) A copy of the registration number of the approved list of transporters of Indian Bank
Association.
e) A copy of the PAN card of the company or the proprietor (in case of proprietary firm).
f) A copy of GST registration number.
g) A copy of proof for bonafide firm having at least last three financial years‘ experience in
transportation (2019-20, 2020-21 & 2021-22).
h) A copy of the affidavit on non-judicial stamp paper of ₹100/- declaring that the firm has
never been black listed by any of the Central Govt./State Govt/PSUs including any
organization under control of Central/State Govt. and all the information provided in the
bid submission form are true and correct.
i) An affidavit on a non-judicial stamp paper of ₹100/- duly attested by notary public should be
submitted with the following undertakings: -
A. That the transport firm has never been black listed by any of the Central Govt./State
Govt./PSUs including any organization under the control of Central/State govt.
B. That he/she has read and understood all the terms & conditions of the tender document and
the tender conditions are acceptable to them without any pre-conditions.
C. All the information furnished in the bidding document is true and correct to the best of
his/her knowledge/belief and if any information furnished by the Firm is found to be
false/incorrect at any point of time during the currency of contract, the same shall
stand Terminated.
j) Self-attested soft copies of all the above documents should be uploaded in cover 1 at Central
Public Procurement Portal.
k) Scanned copies of any other document as per qualification criteria.

II. FINANCIAL BID COVER-II TO BE UPLOADED ON THE PORTAL.

20
SECTION-VI
QUALIFICATION CRITERIA
Technical Bid Outstation Tender

The Bidder must fulfill the following criteria:

1. The transport firms should have not less than five trucks of any of the truck capacity out of 9 MTs,
15 MTs and 25 MTs capacities as part of their fleet. The transport firms should enclose a certified
list of trucks owned by them indicating complete description; such as, Truck No., Chassis No.,
weight when empty, maximum permissible load bearing capacity, with or without National
permit/license, etc., in support of each truck(as per format given in section VII of bid submission
form Cover I)
2. The transport firms should have adequate arrangement of labourers for loading and unloading of
trucks.
3. The transport firm should certify that they have sufficient number of tarpaulins for each truck to
cover the packages of books and papers. They should also have the accessory requirement like
planks to serve as ladder.
4. The transport firm should submit an affidavit on a non-judicial stamp paper of ₹100/- duly attested
by Notary Public stating that they have never been black listed by any of the Central Govt./State
Govt/PSUs including any organization under control of Central/State Govt.
5. The transport firm should have a valid registration number of the Indian Bank Association.
6. The transport firm should submit a copy of the PAN card of the company or the proprietor (in case
of proprietary firm).
7. GST registration number of the transport company or firm as the case may be.
8. The transport firm shall be a bonafide firm having at least last three years’ experience in
transportation. Furnish the details of three years‘ work experience (2019-20, 2020-21 & 2021-
22).
9. Financial soundness certificate from the banker.
10. Copies of audited Annual Account comprising of Trading Account, Profit and Loss Account and
the Balance Sheet of last three financial years (2019-20, 2020-21 & 2021-22) which should
indicate the turnover not less than rupees five crore (₹5,00,00,000/-) per annum duly attested by
the Chartered Accountant.
11. Certified copies of the ITR for last three financial years.
12. In cases where the volume is more and reel paper touches the approved height of the truck. In
such cases, that full volume of truck will be treated as full truck load.
13. To ensure that there is no leftover quantity the Transporter may lift paper in trucks of higher
capacity for this the transporter will be paid on prorata basis.
14. It may be made mandatory for all the bidders to quote rates for at least five stations in any
category.
15. A checklist for technical evaluation is attached at the end of this tender document, the bidders
must ensure to fill for easy check whether all documents are uploaded or not. Bidders are
required to mention in it on which page of bidding document they have attached the column-
wise required document.
16. The Transporter needs to do pagination of entire tender document submitted by them and
mention in the boxes of checklist the page no. on which the required documents are attached
in the uploaded Tender.
17. In accordance to CVC guidelines issued from time to time the standard operating procedure
for adoption of integrity pact should be followed in order to insure transparency, equity and
competitiveness in public procurement.

21
SECTION VII
SCHEDULE OF REQUIREMENTS
BRIEF DESCRIPTION OF WORK
The work involves transportation of books and printing paper between identified stations. It also
includes:

S. No. From To Truck Capacity Delivery period


Prescribed
1 NCR Delhi Bhopal 9MTs/15MTs/25 MTs 04 Days
2 NCR Delhi Jaipur 9MTs/15MTs/25 MTs 01 Day
3 NCR Delhi Jalandhar 9MTs/15MTs/25 MTs 04 Days
4 NCR Delhi Jhansi 9MTs/15MTs/25 MTs 04 Days
5 NCR Delhi Jhajjar 9MTs/15MTs/25 MTs 03 Days
6 NCR Delhi Karnal 9MTs/15MTs/25 MTs 01 Day
7 NCR Delhi Mathura 9MTs/15MTs/25 MTs 02 Days
8 NCR Delhi Meerut 9MTs/15MTs/25 MTs 01 Day
9 NCR Delhi Muzzaffarnagar 9MTs/15MTs/25 MTs 01 Day
10 NCR Delhi Saharanpur 9MTs/15MTs/25 MTs 02 Days
11 NCR Delhi Varanasi 9MTs/15MTs/25 MTs 04 Days
12 NCR Delhi Allahabad 9MTs/15MTs 04 Days
13 NCR Delhi Kanpur 9MTs/15MTs 03 Days
14 NCR Delhi Lucknow 9MTs/15MTs 03 Days
15 NCR Delhi Vasai 9MTs/15MTs 04 Days
16 NCR Delhi Ahmedabad 25 MTs 05 Days
17 NCR Delhi Hyderabad 25 MTs 06 Days
18 NCR Delhi Manipal 9MTs 07 Days
19 NCR Delhi Shivakashi (TN) 25 MTs 12 Days

 Loading of consignments of books packed in corrugated cartons, gunny bags and wooden
crates or in bundles packed in Kraft paper or in polythene bags.

 Loading and unloading of Printing Paper/Pulp Board packed in bales, reels and cut sheets
stored at the NCERT godowns in Noida/Gurugram/ Delhi/New Delhi and also at the
Regional Production-cum-Distribution Centers located at Guwahati, Kolkata, Ahmadabad
and Bangalore.

 Transportation of consignments of books to destinations within prescribed period as


specified on pre-page.

 Unloading of books packed in corrugated cartons, gunny bags, wooden crates or in


bundles packed in Kraft paper or in polythene at the destinations specified in pre-page
(identified stations).

 Transportation of the consignments of printing paper/books to the specified destination on


pre-page (identified stations).

22
The Head, Publications Division or an Officer acting on his behalf will inform the transporter
twenty four hours in advance, the number of trucks required for transporting the goods, the
time and place where the trucks should report for loading and the destinations to which the
goods would be transported. In special cases, NCERT may require the Transporter to arrange
trucks at shorter notice, and the transporter shall be bound to comply with such requisitions.

23
SECTION VIII
BID SUBMISSION FORM (Technical Bid- Cover I)
General Information

Sl No Particulars Details
1. Name of bidder

2. Full Address and contact no. of bidder

3. Email address of bidder

4. Composition of Bidding firm:


Indicate names, addresses, of karta all
partners/directors/ proprietors/

1. Hindu Undivided Family business


2. Proprietorship firm
3. Registered Partnership
4. Private limited company (Certify that there are no undisclosed
5. Public limited company karta partners/ directors/ proprietors)
5. PAN & GST no. of Bidding Firm

6. Fleet size: (total no. of trucks of


9MT/15MT/25MT) (Bidder must clearly indicate
the total size of his fleet of trucks indicating truck
no. / Chassis no., etc. maximum load bearing
capacity of the trucks with or without national
permit.)

7. Work experience in transport business.


Furnish the details of three years‘ work experience in the following format:
S. No Name of Client Contract Product Volume in Value of contract
served period handled MT executed (Rs)

Note: Enclose experience certificate in the name of bidders issued by the concerned
government Division/ PSU/ Public or Private Limited company.

24
Fleet size: Bidder must clearly indicate the total size of his fleet of trucks indicating truck no.
/ Chassis no., etc. maximum load bearing capacity of the trucks with or without national
permit.

S. Truck No Chassis No Weight Maximum With/ National


No. when load without Permit
empty (MT) national License
permit
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.

Give below the list of partners/ directors

S. No. Full name of Partner/ Director


1
2
3
4
5
6
7
8
9
10

8. The bidder has at least three years of experience. …………… (please mention Yes/No)

9. The bidder has sufficient no of labour in accordance with the qualification criteria Section
VI clause 2. …………….. (please mention Yes/No )

10. The bidder has sufficient number of tarpaulins in accordance with the qualification criteria
Section VI clause 3. …………….. (Please mention Yes/No )

25
I hereby declare that my firm has never been black listed by any Central Govt./State
Govt/PSUs including any organization under control of Central/State Govt. All the
information submitted above are true and correct to the best of my knowledge.

Date ……………………
Signature and Seal
of Authorized Signatory
Place ……………………

26
SECTION-IX
PRICE SCHEDULE
(Financial Bid) (Cover-II) (online only)
Name of the firm
Full Postal address
Telephone No.(s)E-mail Address
Contact Person: Name Mobile No. Tel. No.
Outstation Destination
S. No. From To Truck Capacity Delivery period Rates for 9 MTs Rates for 15 Rate for 25 MTs
Prescribed (in Rupees) MTs (In Rupees)
(in Rupees)
Rate GST Rate GST Rate| GST
1 NCR Delhi Bhopal 9MTs/15MTs/25 MTs 04 Days
2 NCR Delhi Jaipur 9MTs/15MTs/25 MTs 01 Day
3 NCR Delhi Jalandhar 9MTs/15MTs/25 MTs 04 Days
4 NCR Delhi Jhansi 9MTs/15MTs/25 MTs 04 Days
5 NCR Delhi Jhajjar 9MTs/15MTs/25 MTs 03 Days
6 NCR Delhi Karnal 9MTs/15MTs/25 MTs 01 Day
7 NCR Delhi Mathura 9MTs/15MTs/25 MTs 02 Days
8 NCR Delhi Meerut 9MTs/15MTs/25 MTs 01 Day
9 NCR Delhi Muzzaffarnagar 9MTs/15MTs/25 MTs 01 Day
10 NCR Delhi Saharanpur 9MTs/15MTs/25 MTs 02 Days
11 NCR Delhi Varanasi 9MTs/15MTs/25 MTs 04 Days
12 NCR Delhi Allahabad 9MTs/15MTs 04 Days
13 NCR Delhi Kanpur 9MTs/15MTs 03 Days
14 NCR Delhi Lucknow 9MTs/15MTs 03 Days
15 NCR Delhi Vasai 9MTs/15MTs 04 Days
16 NCR Delhi Ahmedabad 25 MTs 05 Days
17 NCR Delhi Hyderabad 25 MTs 06 Days
18 NCR Delhi Manipal 9MTs 07 Days
19 NCR Delhi Shivakashi (TN) 25 MTs 12 Days

READ CAREFULLY (Price Bid in BoQ_XXXX.xls)

A standard BoQ format has been provided with the E-tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their rate quotations in the format
provided and no other format is acceptable. Bidders are required to download the BoQ file and enter
their financial quotes and other details (such as name of the bidder). No other cells should be
changed. Once the details have been completed, the bidder should save it and submit it online,
without changing the file name. If the BoQ file is found to be modified by the bidder, the bid will be
rejected.
Upon the successful and timely submission of bids, the portal will give a successful bid submission
message & a bid summary will be displayed with the Bid Id and the date & time of submission of the
bid with all other relevant details. The bid summary has to be printed and kept as an
acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass
for any bid opening meetings.

27
SECTION X
CONDITIONS OF CONTRACT

1. Definitions
2. Contract Documents
3. Entire Agreement
4. Parties to the Contract
5. Authorized Representative of Transporter
6. Subletting
7. Relationship with third parties
8. Liability for Personnel
9. Period of Contract
10. Performance Security
11. Providing Trucks, Loading Unloading & Stacking
12. Delivery and Documents
13. Insurance
14. Incidental Services
15. Terms of Payment
16. Assignment
17. Delays in the transporter‘s Performance
18. Recoveries and Liquidated Damages
19. Termination for Default
20. Payment upon termination
21. Force Majeure
22. Termination of Insolvency
23. Termination of Convenience
24. Resolution of Disputes
25. Governing Language
26. Notices
27. Taxes and Duties
28. Road Permit
29. E-Way Bill
30. Contract Amendments
31. Assignment

28
CONDITIONS OF CONTRACT
01. Definitions

In this contract, the following terms shall be interpreted as indicated:

a) The ―bundle/packet‖ means a collection of books or quantity of printing paper tied


together.
b) ―The contract" means the agreement entered into between the NCERT and the
Transporters, as recorded in the Contract Form signed by the parties, including all the
attachments and appendices thereto and all documents incorporated by reference therein.
c) ―Contract Documents‖ means the documents listed in the Contract Agreement, including
any amendments thereto.
d) ―Contract Price‖ means the price payable to the Transporters as specified in the Contract
Agreement, subject to such additions and adjustments thereto or deductions there from,
as may be made pursuant to the Contract.
e) ―Day‖ means a calendar day.
f) ―Delivery period‖ means the time taken in transporting the goods between different
destinations. It excludes the day of loading of the goods in the truck and includes the day
of reporting for delivery at the destination point.
g) ―COC‖ means the Conditions of Contract.
h) ―Goods‖ means all of textbooks, publications and printing paper and pulp board that the
Transporter is required to transport to NCERT‘s godowns and other destinations in the
country under the Contract.
i) The term ‗Godown‘ shall mean and include depots, godowns already belonging to or in
occupation of the NCERT or may hereafter be constructed or acquired or occupied or
hired by it at any time during the currency of the contract.
j) The term ‗truck‘ wherever mentioned shall mean mechanically driven vehicles such as
Lorries and shall exclude animal driven vehicles.
k) The ―NCERT‖ means the National Council of Educational Research and Training, New
Delhi and includes its successor and assignees,
l) "Related Services" and ―Services‖ mean services ancillary to the transport of the
textbooks, publication and printing papers, such as loading and unloading, providing
labourers, tarpaulins and ladders etc. for trucks any other incidental services and other
obligations of transportation covered under the contract;
m) ―Transporter‖ means the natural person, proprietor, partnership, Hindu undivided family,
private and public limited company or a combination of the above whose Bid to perform
the Contract has been accepted by the NCERT and is named as such in the Contract
Agreement.
n) National Capital Region/NCR means New Delhi, Delhi, Noida, Sahibabad Faridabad,
Sonipat, Ghaziabad, Gurugram (or) any other destinations to be included from time to
time within the NCR.
o) As far as the outstation transport is concerned, the transporter should provide atleast
five trucks in a day at short notice by the office acting on behalf of Head, Publication
Division. Any failure of such on the part of the transporter will lead to cancellation of
the contract and their security deposit shall be forfeited besides black listing the
transporter.

29
02. Contract Documents

Subject to the order of precedence set forth below, all documents forming the Contract
(and all parts thereof) are intended to be correlative, complementary, and mutually
explanatory. The Contract Agreement shall be read as a whole.

1 Contract Agreement
2 Conditions of Contract
3 Schedule of Requirements
4 Bid Submission Form Cover-1 and Cover-2
5 Bank Guarantee for Performance Security

03. Entire Agreement

03.01 The Contract constitutes the entire agreement between the NCERT and the
Transporters and supersedes all communications, negotiations and agreements
(whether written or oral) of the parties with respect thereto made prior to the date of
Contract.
03.02 No amendment or other variation of the Contract shall be valid unless it is in writing,
is dated, expressly refers to the Contract, and is signed by a duly authorized
representative of each party thereto.

04. Parties to the contract

04.01 The parties to the contract are the Transporter and the NCERT represented by the
Head, Publication Division and/or any other person authorized and acting on his
behalf.

04.02 The person signing the bid or any other document forming part of the bid on behalf of
any other person or a firm shall be deemed to warrant that he has the authority to bind
such other person or the firm as the case may be in such matters pertaining to the
contract. If, on enquiry, it is found that the person concerned has no such authority,
NCERT may without prejudice to other civil and criminal remedies terminate the
contract and hold the signatory liable for all costs and damages.

05. Authorized Representative of Transporter

05.01 The Transporter shall nominate a person in whose hands the active management and
control of the work relating to the contract would lay. The person so nominated shall
be deemed to be the authorized agent of the Transporter to perform the obligations of
the Transporter. The transporter shall inform NCERT in writing about the person so
nominated with his complete details (copy of Aadhaar Card, PAN Card) thereof.

05.02 The Transporter shall not during the currency of the contract make without the prior
intimation in writing to the NCERT any changes in the constitution of the firm. The
Transporter shall notify NCERT the death/ resignation of any of its partners
immediately on the occurrence of such an event.

30
06. Subletting

The Transporter shall not sublet, transfer or assign the contract or any part thereof
without the previous written consent of the NCERT. In the event of the Transporter
contravening this condition, the NCERT will be entitled to place the contract elsewhere
on the Transporter‘s account and risk. The Transporter shall be liable for any loss or
damage, which the NCERT may sustain in consequence or arising out or such replacing
of the contract.

07. Relationship with Third Parties

All transactions between the Transporter and third parties shall be carried out as
between two principals without reference in any event to the NCERT. The Transporter
shall also undertake to make the third parties fully aware of the position aforesaid.

08. Liability for Personnel

During continuance of the contract, the Transporter shall abide at all times by all
existing labour enactments and rules made thereunder. The Transporter shall abide by
regulations, notifications and bye laws of the State or Central Government or local
authority and any other labour law (including rules), regulations, bye laws that may be
passed or notification that may be issued under any labour law in future either by the
State or the Central Government or the local authority. The Transporter shall keep
NCERT indemnified in case any action is taken against NCERT by the competent
authority on account of contravention of any of the provisions of any Act or rules,
regulations or notification including amendments made there under. If NCERT is
caused to pay or reimburse any amounts as may be necessary to cause or observe, or for
non-observance of the provisions stipulated in the notifications/bye
laws/Acts/Rules/Regulations including amendments, if any, on the part of the
Transporter, NCERT shall have the right to deduct any money due to the Transporter
including his amount of performance security. NCERT shall also have right to recover
from the Transporter any sum required or estimated to be required for making good the
loss or damage suffered by NCERT.

09. Period of Contract

The contract shall remain in force for a period of three years from the date of award and
can be extended for one more year on mutual consent on the same rates, terms and
conditions, subject to approval of competent authority of Council.

10. Performance Security

10.01 The Transporter will have to furnish a Performance Security Deposit in the form of Bank
Guarantee at the rate of ₹ 33,000/- (Rupees Thirty three thousand only) per station in respect
of award of contract within 7 days of the notification for transport of goods from National
Capital Region to respective stations mentioned in Section-II of the tender document.

10.02 The performance security deposit shall be for a period covering 3 months after the expiry of
contract period.

31
10.03 If the Transporter had previously held any contract and furnished security deposit, the same
shall not be adjusted against this contract and a fresh security deposit will be required to be
furnished.

10.04 The proceeds of the Performance Security shall be payable to the NCERT as compensation for
any loss resulting from the Transporter‘s failure to complete his/her obligations under the contract

10.05 The Performance Security shall be denominated in Indian Rupees and shall
be in the form of a Bank Guarantee in the prescribed proforma given in
Section XII issued by any of the Scheduled Bank

10.06. The Performance Security will be refunded to the Transporter (3 months after the contract
expires) on due and satisfactory performance of the services and on completion of all
obligations by the Transporter under the terms of the contract and on submission of a No
Demand Certificate, subject to such deduction from the security as may be necessary for
making up of the NCERTs claims against the contract.

11. Providing of Trucks, Loading, Unloading and Stacking

11.01 The Head, Publication Division or an officer acting on his behalf will inform the transporter 24
hour in advance, the number of trucks required for transporting the goods, the time and place
where the trucks should report for loading and the destinations to which the goods would be
transported. In special cases, NCERT may require the Transporter to arrange
trucks/transportation at shorter notice and the transporter shall be bound to comply with such
requisitions.
11.02 The Transporter shall remove the books and printing paper from the stack inside the godowns,
carry them physically by hand trolleys and stack the books and printing paper into trucks in a
countable position. No extra remuneration on any account for stacking and for use of the means
of carriage for loading into trucks shall be paid.
11.03 The Transporter shall take care not to mix bundles/packets of different books titles. He should
also ensure that printing paper of different sizes and qualities not mixed up. No transhipment is
permissible in between the loading and unloading point (i.e. the starting point and the
destination). In case there is any local traffic restriction, the transport agency is required to
inform NCERT in advance with supporting document from the respective local traffic authority.
11.04 The Transporter shall provide trucks within 72 hours from the date of such request made over
phone/SMS/mail/ issuing the challans/TM/Bills. Failing to provide truck within the scheduled
time would empower NCERT to hire trucks from outside and the difference of rates will be paid
by the transporter.
11.05 The Transporter shall provide their own planks to serve as ladders for the purpose of
loading/unloading into/from trucks for stacking.
11.06 The Transporter shall provide sufficient number of tarpaulins for each truck to protect the
bundles/packets of books and printing paper etc. from rains and inclement weather. The
transporter shall be responsible for any damage to goods, when the goods are in the
Transporter‘s custody.
11.07 The Transporter shall ensure that their workers do not use hooks for handling bundles/packets.
11.08 The transporter shall take adequate steps and necessary precautions to ensure that there is no
wastage and damage to the books and printing paper etc., during the loading/unloading of trucks
at the Godowns or any other loading/unloading point.
11.09 At destination, the transporter shall arrange for (i) unloading the books and printing paper etc.
from the trucks, (ii) carrying the bundles/packets into the godown (iii) and stacking the
bundles/packets in godowns up to the required height. No extra remuneration shall be paid for
such unloading/ carrying and stacking.
11.10 The Transporter shall display prominently on the trucks two or more sign-boards as prescribed
by the NCERT painted in black and in white indicating that the stocks carried therein belong to

32
NCERT. Trucks carrying NCERT goods should not contain any material other than NCERT
material. No extra remuneration, whatsoever will be payable for displaying such sign-boards.
11.11 Once the loading/unloading of the truck starts, the work will not be stopped or interrupted until
completed.
11.12 Prior permission will have to be obtained in case transhipment is necessary due to unavoidable
circumstances.

12. Delivery and Documents

12.01 The Transporter shall be responsible for issuing a consignment note of all bundles/packets
entrusted to him/her for carrying and for handing over at the scheduled destinations. The
Transporter shall also collect an acknowledgement after the delivery of consignment and submit
the acknowledgement to Head, Publication Division in proof of safe and sound delivery at the
destination.
12.02 The Transporter shall strictly abide by all rules and regulations of the Police and Municipal/
City Corporation authorities in their operational areas.
12.03 The Transporter shall be responsible for the safety of the goods while in transit in their trucks
and for delivery of quantity dispatched from the Godowns to the destination or to the recipients
to whom the consignment of books/paper is required to be transported. The transporter shall
deliver the exact number of bundles/packets and the weight of books and printing paper, etc
received by them and loaded on their trucks. The transporter shall be liable to make good the
value of any shortage, wastage, loss or damage to the goods in transit at the price value of
books, and the consignment value of paper. The decision of the NCERT as regards the value of
goods short supplied, wasted, lost or damaged shall be final and binding upon the Transporter,
and shall not be questioned or subject to arbitration.
12.04 The Transporter shall be responsible for keeping a complete and accurate account of all supplies
of books and printing paper etc., received by him/her from the NCERT.
12.05 The Transporter shall deliver the goods at the destinations within the period laid down in
Section VII Schedule of Requirement. Failing to deliver the goods within the delivery period
prescribed would empower NCERT to penalize the transporter by imposing penalty @ 2% of
the contract price per truck (of that destinations).

13. Insurance

13.01 The Goods to be transported under the contract shall be fully insured by the transporter at his/her
own cost.
13.02 The NCERT will not pay separately for any transit insurance and the transporter/firm will be
responsible for the safe delivery of the goods till the entire contracted store arrives at purchaser
godown in full and in good condition. In case of any miss happening in the transit of the Stores, the
Supplier at their own are to deal for lodgement of claim and take up the matter with the concerns
for its settlement and the Council will not be a party in this connection.

14. Incidental Services

The cost of all services incidental to loading, unloading and stacking will be borne by the
transporter. NCERT will not pay detention charges on any account.

33
15. Terms of Payment

15.01 100% (Hundred percent) of the payment will be released within 45 days on furnishing:
i. Acknowledgement of Receipt of the consignment by the printer or RPDC on the pink and
green (Transporter) Challan of the consignment issued by the NCERT.
ii. Transportation claims (bill) in triplicate.
iii. Copy of the transfer memo.

15.02 The transporter has to submit the Challan duly signed by the printer to NCERT to the very
next day.
15.03 The Transporter should submit all their bills not later than 2 months from the date of expiry of
the contract for the refund of the security deposit. The Transporter will submit their bills bi-
monthly/monthly.
15.04 E-way bill should be generated by the transporter if required.

16. Assignment

16.01 The Transporter shall not assign, in whole or in part, its obligations to perform under the
contract, except with the prior written consent of the NCERT.

16.02 The Transporter shall be responsible for the safety of the goods from the time the goods are
loaded on their trucks from Godowns, until they have been unloaded.

17. Delays in the Transporter’s Performance

17.01 Delivery of the Goods and performance of the Services shall be made by the Transporters in
accordance with the time schedule specified in Section VII, Schedule of Requirements.
17.02 Any delay by the Transporter in the performance of its delivery obligations shall render the
Transporter liable to any or all of the following sanctions:

 Forfeiture of its Performance Security,


 Imposition of Liquidated Damages and/or
 Termination of the Contract for defaults

17.03 If at any time during performance of the contract, the Transporters encounter conditions
impeding timely delivery of the Goods, the Transporters shall promptly notify the NCERT in
writing of the fact of the delay, it‘s likely duration and its cause(s). As soon as practicable after
receipt of the Transporters notice, the NCERT shall evaluate the situation and may, at its
discretion, extend the Transporter‘s time for performance with or without liquidated damages.
Extension of time will not be claimed as a matter of right and will be subject to the sole
discretion of NCERT.

18. Recoveries and Liquidated Damages

18.01 The Transporter shall be liable for all costs, damages, charges and expenses suffered or
incurred by the NCERT due to the Transporter‘s, negligence and un-workman like
performance of any service under this Contract and for all damages or losses occasioned to
the NCERT or in particular to any property belonging to the NCERT due to any act whether
negligent or otherwise of the Transporter or its employees.

18.02 The delivery period shall be the essence of the contract. If the transporter fails to deliver the
goods at destinations within the delivery period prescribed in the contract, NCERT shall
without prejudice to its other remedies deduct liquidated damages from the contract price for
the destination by way of penalty. This is an agreed genuine pre-estimate of the damages duly

34
agreed by the parties. Recovery from the transporter as agreed liquidated damages will be
calculated @ 2% of the contract price for the trip for each day of delay subject to the
maximum of 10% of the contract price of the trip. The decision of the Council in this regard
shall be final and binding upon the Transporter and shall not be subject to arbitration.

18.03 In the event of default on the part of the Transporter in providing labour, and/or his/her failure
to satisfactorily fulfill other contractual obligations mentioned in the Bidding
Document/Contract efficiently the Head, Publication Division or any officer acting on his
behalf, shall without prejudice to other rights and remedies under this contract, have the right
to recover by way of compensation/liquidated damages from the Transporter as the Head,
Publication Division in his absolute discretion may determine subject to the total
compensation/liquidated damages during the contract not exceeding 5% of the contract price.
The decision of the Head, Publication Division on the question of transporter‘s default or
failure to perform services efficiently and his/her liability to pay compensation/liquidated
damages shall be final and binding on the Transporter.

18.04 Any sum of money due and payable to the Transporter (including security deposit returnable
to them) under this contract may be appropriated by the NCERT and set off against out any
claim of the NCERT for the payment of any sum of money arising out of this or under any
other contract made by the Transporter with the NCERT.

19. Termination for Default

19.01 The NCERT may without prejudice to any other remedy for breach of contract, by written notice
of default sent to the Transporters, terminate the contract in whole or part:
(a) If the Transporter fails to deliver any or all of the Goods within the time period(s)
specified in the Contract, or within any extension thereof granted by the NCERT ; or
(b) If the Transporter fails to perform any other obligation(s) under the contract, or
(c) If the Transporter, in the judgment of the NCERT, has engaged in fraudulent in
executing the Contract.

19.02 In the event that NCERT terminates the contract in whole or in part, pursuant to Clause 19.01,
the NCERT may procure upon such terms and in such manner as it deems appropriate, Goods or
Services similar to those undelivered, and the Transporter shall be liable to the NCERT for any
excess costs for such similar Goods or Services. However, the Transporter shall continue the
performance of the contract to the extent not terminated.

20. Payment upon Termination

20.01 In the event of termination of the contract envisaged in Clause-19.01, the Head, Publication
Division, shall have the rights to forfeit the entire or part of the amount of security deposit
lodged by the Transporter or to appropriate the security deposit or any part, thereof in or
towards the satisfaction of any sum due to the claimed for any damages, losses charges,
expenses or costs that may be suffered or incurred by the NCERT.

20.02 In the event of the security being insufficient or if the security has been wholly forfeited, the
balance of the total sum recoverable as the case shall be deducted from any sum then due or
which at any time thereafter may become due to the transporters under this or any other
contract with the NCERT. Should that sum also be not sufficient to cover the full amount
recoverable the Transporter shall pay the remaining balance due to the NCERT on demand.

35
21. Force Majeure

21.01 Notwithstanding the provisions of Clauses 16, 17 and 18 the Transporters shall not be liable for
forfeiture of Performance Security, Liquidated Damages or Termination for Default, if and to
the extent that, delay in performance or other failure to perform its obligations under the
contract is the result of an event of Force Majeure.
21.02 For purposes of this Clause, "Force Majeure" means an event beyond the control of the
Transporters and not involving the Transporter‘s fault or negligence and not foreseeable. Such
events may include, but are not restricted to, acts of the NCERT either in its sovereign or
contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and
freight embargoes.
21.03 If a Force Majeure situation arises, the Transporters shall promptly notify the NCERT
in writing of such conditions and the cause thereof. Unless otherwise directed by the
NCERT in writing, the Transporters shall continue to perform his/her obligations under
the contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event. However decision
of Director, NCERT on the existence of any of the conditions of “Force Majeure”
shall be final.

22. Termination for Insolvency

The NCERT may at any time terminate the contract by giving written notice to the Transporter,
if the Transporter becomes bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the Transporter, provided that such termination will not prejudice or
affect any right of action or remedy, which has accrued or will accrue thereafter to the NCERT.

23. Termination for Convenience


NCERT, by written notice sent to the Transporter, may terminate the contract, in whole or in
part, at any time for its convenience. The notice of the termination shall specify that (a)
termination is for the NCERT's convenience, (b) the extent to which performance of the
Transporter under the contract is terminated, and (c) the date upon which such termination
becomes effective.

24. Resolution of Disputes


24.01 NCERT and the Transporter shall make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or in connection with the
contract.

24.02 If, after thirty (30) days from the commencement of such informal negotiations, the NCERT and
the Transporter have been unable to resolve amicably a contract dispute, either party may
require that the dispute be referred for resolution to the formal mechanism specified.

24.03 The dispute resolution mechanism to be applied shall be as follows:


(a) A dispute or difference arising between the NCERT and Transporter relating to any matter
arising out of or connected with the contract save those covered under provisions of clauses
12.04 and 18.02 which shall be treated as ―excepted clauses‖, such dispute or difference
shall be referred to the sole arbitration under the rules and regulation and through the
International Centre for Alternative Dispute Resolution, Plot No. 6, Vasant Kunj
Institutional Area Phase-2, New Delhi 110070. The award of the Arbitrator shall be final
and binding on the parties to the contract. <
(b) The Indian Conciliation and Arbitration Act, 1996, the rules there under and any statutory
modifications or re-enactments thereof, shall apply to the arbitration proceedings.

24.04 The venue of arbitration shall be the place from where the contract is issued.

36
24.05 Arbitration will be conducted only as per the Arbitration and Conciliation Act, 1996 and
the rules made thereunder and not under any other law.
In the event contract is awarded to MSME, then in that case the Arbitration has to be
conducted u/s 18(4) of MSMED Act 2006. (as held by Hon’ble Supreme Court is SLP (C)
No. 12884/2020 Gujarat State Civil Supplies Corporation Vs. Mahakali Foods Pvt. Ltd.
Dated 31-10-2022.

25. Governing Language


The contract shall be written in the language of the bid, as specified by the NCERT in the
Instructions to Bidders.

26. Notices
Any notice given by one party to the other pursuant to this contract shall be sent to other party
in writing or facsimile and confirmed in writing to the other Party‘s address specified for the
purpose in the notification of award/contract. The notice will be effective when delivered. In
case the other party refuses to accept the notice, the notice shall be deemed to have become
effective one week after the date of dispatch through registered post.

27. Taxes and Duties


The Transporter shall be entirely responsible for all taxes, Green tax, duties, license fees, octroi,
road permits, etc., incurred until delivery of the contracted goods at the destination. However,
GST, service tax in respect of the transaction between the NCERT and the Transporter shall be
paid by NCERT to the transporter.

28. Road permit


The road permit/E-way bill will be generated by NCERT as well as by the transporter to the
concerned for facilitating the delivery of goods wherever applicable.

29. E-way bill


Compliance of generation of e-way bill (if any) governed under the provisions of latest
guidelines / notifications of Govt. of India from time to time.

30. Contract Amendments


No variation in or modification of the terms of the contract shall be made except by written
amendment signed by the parties.

31. Assignment
Neither the Purchaser nor the Supplier shall assign, in whole or in part, its obligations to
perform under the contract, except with the prior written consent of the other party.

37
SECTION XI
CONTRACT FORM

THIS AGREEMENT made the ............ day of ......................, 20 between National Council of
Educational Research and Training (hereinafter called "the NCERT") of the one part and
.................................. (Name of Transporter) of ………………………….................. (address)
.......................................................................... (hereinafter called "the Transporter") of the other
part.

WHEREAS the NCERT desires the services of transporter for transportation of certain goods viz
books and has accepted the following bid of the Transporter:

Sl. No. From To Rates ( in Rs.) per single trip including all
taxes etc.
9MT 15MT 25MT

(Contract Price in Words and Figures, hereinafter called "the Contract Price")

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS

1. Details terms and conditions laid down in bidding document shall also form part of this
agreement.

2. In consideration of the payments to be made by the NCERT to the transporting firm as


hereinafter mentioned, the Transporter hereby covenants with the NCERT to provide the services
in conformity in all respects with the provisions of the Contract.

3. The NCERT hereby covenants to pay the Transporter in consideration of the provision of the
services the Contract Price or such other sum as may become payable under the provisions of the
Contract at the times and in the manner prescribed by the Contract.

Secretary, NCERT Signature of Authorized Signatory


Sri Aurobindo Marg, New Delhi- 110016 of bidder with seal of the firm

38
SECTION XII
FORMAT FOR BANK GUARANTEE FOR PERFORMANCE SECURITY
(Stamp Paper)

----------------------------------------
(Banker‘s name and address)
(Round Stamp of Banker)
The Secretary,
National Council of Educational Research and Training,
Sri Aurobindo Marg,
New Delhi – 110 016

Bank Guarantee No : --------------------------------------

Amount of Guarantee Rs: -------------------------------------

Guarantee valid up to: --------------------------------------

LAST DATE FOR LODGEMENT OF CLAIM: ----------------------------------

This deed of guarantee executed by ______________ (hereinafter referred to as THE BANK) in


favour of The Secretary, National Council of Educational Research and Training (hereinafter referred
to as NCERT/Beneficiary) for an amount not exceeding ₹.……….…(Rupees....................................)
at the request of M/s….........................................................................……………… (hereinafter
referred to as the Supplier). This guarantee is issued subject to the condition that the liability of the
Bank under the guarantee is limited to a maximum of ₹............………………………......
(Rupees............……………...........................................................................) and the Guarantee shall
remain in force up to................. and cannot be invoked or served otherwise than by a written demand
or claim under this guarantee served on the bank on or before .........….. In consideration of The
Secretary, NCERT having agreed to purchase of ………………………………………. from
M/s............................................................. (hereinafter called the said supplier undo the terms and
conditions of an agreement made between both the parties (hereinafter called the said agreement) for
the due fulfillment of the contract as per the terms and agreement on production of bank guarantee for
₹..............…… (Rupees.. …………………...... only)

1. We .......................………………………............. do hereby undertake to pay NCERT an amount


not exceeding ₹..........……............ (Rupees.............………………...............) against any loss or
damage caused to or suffered by NCERT by reason of any breach of the terms and conditions
contained in the said agreement.

2. We .......................................................................... do hereby undertake to pay amount due and


payable under this guarantee without any demur, namely on a demand from the NCERT stating that
the amount demanded is due by way of loss or damage caused to or would be caused to or suffered by
NCERT by reason of the supplier's failure to perform the said agreement by such demand made on the
bank shall be conclusive as regards the amount due and payable by the bank under the guarantee.
However our liability under this guarantee shall be restricted to an amount not exceeding
₹.......…......... (Rupees.........………………………………..........................only).

39
3.We undertake to pay to the Beneficiary any money so demanded notwithstanding any dispute or
disputes raised by the transporter/firm in any suit or proceeding pending before any court or Tribunal
relating thereto, our liability under this present being absolute and unequivocal.

4. The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the transporter/firm shall have no claim against us for making such payment.

5. We ........................................................(Banker) further agrees that the guarantee herein contained


shall remain in full force and effect during the period that would be taken for performance of all the
dues of the Beneficiary under or by virtue of the said agreement have been fully paid and its claims
satisfied or discharged or till (date) that the terms and conditions of the said agreement have been
fully and properly carried out by the said supplier and accordingly discharge this guarantee. Unless a
demand or claim under this guarantee is made on us in writing on or before.......................(date), we
shall be discharged form all liability under this guarantee thereafter.

6. We, ------------------------------(Banker), further agree with the Beneficiary that the Beneficiary shall
have the fullest liberty without our consent and without affecting in any manner our obligation
hereunder to vary any of the terms and conditions of the said agreement or to extend time of
performance by the said supplier from time to time or to postpone for any time or from time to time
any of the powers exercisable by the beneficiary against the said supplier and to forbear or enforce
any of the terms and conditions relating to the said agreement and as shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said supplier or for any
forbearance, act or omission on the part of the beneficiary or any indulgence by the beneficiary to the
said supplier or by any such matter or thing whatsoever which under the law relating to sureties
would, but for provision, have the effect of so relieving us.

7. This guarantee will not be discharged due to the change, in the constitution of the Bank.

8. We, _______________________________ (Banker), lastly undertake not to revoke this guarantee


during its currency except with the previous consent of the beneficiary in writing.

NOTWITHSTANDING ANY THING CONTAINED HEREIN

a) The liability of the surety under this bank guarantee shall not exceed ₹____________ (in figures)
Rupees ____________________________________________________ (in words).

b) This bank guarantee shall be valid up to_________________________ (date)

The surety is liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only
and only if the Purchaser serves upon the Surety, written claim or demand on or
before_____________ (date)

Date: Signature of Bank Manager


Place: (with full name, address & Seal)

40
SECTION XIII
NOTIFICATION OF AWARD
[Letter head of the NCERT]

Date.....................

To

............................................. [Name and address of the Transporter]

.............................................

.............................................

Dear Sir or Madam,

This is to notify you that your Bid dated the ................…............for the transportation of Books and
Printing Paper ..........………............. [give particulars of the goods to be transported as given in the
Instructions to the Bidders] has been accepted for the following contract price, destination and
delivery period;

From To Delivery Period Truck Rate (in ₹)


Capacity

You are hereby requested to furnish Performance Security, in the form detailed in Clause
_____Section ______ of the Condition of Contract for an amount equivalent to (as the case may be)
₹ …………….……..… [in figures] (…………………………………………................................)
[Amount in words] within seven days of the receipt of this letter of acceptance valid upto ....................
[insert the period], i.e. valid upto .......... [insert the last date of validity] and sign the contract, failing
which action as stated in Clause ............... of Instructions to Bidders will be taken.

Yours faithfully

Name and title of the


Authorised Signatory

Along with condition of contract

41
SECTION XIV

CHECKLIST TO BE FILLED BY BIDDERS


List of Documents to be uploaded on CPP Portal in Cover-1 (Technical Bid)
(as mentioned in Clause 09.01 of Section III )

Name of the Transporter_________________________________________

S. Particulars To be filled by bidder


No.
YES NO

(Mention
page No.)

1. Scanned copy of Bid Security Declaration

2. Scanned copy of valid Registration with MSMEs for specific/related


services, if applicable.
3. Scanned copy of written confirmation authorizing the signatory of the
Bid to commit the Bidder.
4. Scanned copy of Undertaking that the Bid shall remain valid for the
period specified in Section-III.
5. i. Scanned copy of all documents/certificates as per Qualification Criteria
under Section VI.
6. Scanned copy of Bid submission form under Section VIII.
(The financial bid [Price Schedule] should not be submitted
offline/physically).
Scanned copy of affidavit on a non-judicial stamp paper of ₹100/- duly
attested by Notary Public (Section-VI) may be submitted with the
following undertakings:
a) That the transport firm has never been black listed by any of the
Central Govt./State Govt/PSUs including any organization under
control of Central/State Govt.
b) That he/she has read and understood all the terms & conditions of
the tender document without any pre-conditions.
c) That he/she has furnished all the information in the Bidding
Document are true and correct to the best of his/her knowledge and
belief.

Signature with date


Seal of the authorized person/company/ firm

42

You might also like