LIMITED TENDER INQUIRY

Similar documents
NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

dsanzh; HkaMkj.k fuxe

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

LAKWA THERMAL POWER STATION

BHARAT HEAVY ELECTRICALS LIMITED,

Tender No.3558/H/2012/Roots Dated:

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen

Subject: Sale of wood of Subabul and Eucalyptus trees from the NFL s premises at Vijaipur.

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Please purchase PDFcamp Printer on to remove this watermark.

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

INSTITUTE OF FOOD SECURITY FOOD CORPORATION OF INDIA GURGAON

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

No. HCA-II / 22/ 2016 DATED: 5th October TENDER DOCUMENT

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

NOTICE INVITING TENDER

TENDER No: SPMU/NRC/Print Service/542/2018/ dated March 14, 2018 TENDER FOR MANAGED PRINT SERVICES ISSUED BY

ESI CORPORATION MODEL HOSPITAL

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

GOVERNMENT OF KARNATAKA

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

PUNJAB TECHNICAL UNIVERSITY,

TENDER FOR APPOINTMENT OF CONTRACTOR FOR SUPPLY OF MANPOWER VIZ.

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

LOK SABHA SECRETARIAT General Procurement Branch

PEC University of Technology, Chandigarh

BALMER LAWRIE & CO. LTD.

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

INSTRUCTION FOR BIDDERS FOR

Invitation of Open Re-E-tender for CT, MRI & X-Ray Covers

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

Sub: Invitation to Tender Enquiry for supply of Towel

vkbz-lh-,-vkj- ifjlj] ikslv & fcgkj ossvujh dkwyst] ivuk & ¼fcgkj½] Hkkjr

The last date for submission of the bids is at

Notice inviting e-bids for Printing and Supply of IEC Material

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

No.CSB/CSR&TI/Maint-38-20/ Date : To CSB & CSR&TI Web Site & e-procurement Portal.

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

TENDER FOR TRANSPORT/ HOUSEKEEPING/ SECURITY CONTRACT

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

AGREEMENT FOR INSTALLATION OF MOBILE/TELECOM TOWER

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

TENDER FOR DESIGNING, PRINTING AND HINDI TRANSLATION OF ANNUAL REPORT Regional Centre for Biotechnology (RCB)

Tender. For. Scrub Stations

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

CENTRAL WAREHOUSING CORPORATION (A Govt. of India Undertaking) REGIONAL OFFICE:: BHUBANESWAR E-TENDER NOTICE

NOTICE INVITING TENDER

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

BID DOCUMENT SECTION I

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

ASSAM UNIVERSITY SILCHAR (A Central University Constituted under Act. XXIII of 1989) TENDER DOCUMENT

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

COMMERCIAL TERMS AND CONDITIONS

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

Tender. for. Indian Institute of Technology Jodhpur

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

TENDER FOR APPOINTMENT OF COURIER SERVICE AGENCY

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

National Fund for Basic, Strategic and Frontier Application Research in Agriculture (NFBSFARA)

UV-Visible Spectrophotometer

NIT NO.VSP/HOUSEKEEPING/ /01 Dated : र य इ प त नगम लम ट ड / RASHTRIYA ISPAT NIGAM LIMITED वष खप णम टल ल ट / Visakhapatnam Steel Pla

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

Sl. no. Description/ Tender clause As appeared in tender Revised / Amended as

The tender document may be download from the website,www,cdac.in/

Biotech Park, Lucknow

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

TENDER FOR SUPPLY OF HAND BOOK

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

{ks=h; dk;kzy; REGIONAL OFFICE

PROCUREMENT OF CONDUCTIVITY SENSOR. TENDER NO.W /CS, dt , Due dt DESCRIPTION QUANTITY ARTICLE CODE

Transcription:

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) 4/1, Siri Institutional Area, August Kranti Marg, Hauz Khas, New Delhi 110016 Ph.011-26515178, Telefax-26967256 E. mail : warehouse@nic.in. 1. COMPANY PROFILE LIMITED TENDER INQUIRY Central Warehousing Corporation (CWC), a premier Warehousing Agency in India, established during 1957 providing logistics support to the agricultural sector, is one of the biggest public warehouse operators in the country offering logistics services to a diverse group of client. Corporation is operating 446 Warehouses across the country with a storage capacity of 11.8 million tones providing warehousing services for a wide range of products ranging from agricultural produce to sophisticated industrial products. Warehousing activities of Corporation include food grain warehouses, industrial warehousing, custom bonded warehouses, container freight stations, inland clearance depots and air cargo complexes. Apart from storage and handling, Corporation also offers services in the area of clearing & forwarding, handling & transportations, procurement & distribution, disinfestations services, fumigation services and other ancillary activities. Corporation has 18 Regional Offices in State capitals besides 04 Construction Cells and Corporate Office at 4/1, Siri Institutional area, Hauz Khas, New Delhi- 110 016. 2. Central Warehousing Corporation invites limited tenders from the following parties for providing mobile phone services as Close User Group (CUG) on P an India basis and other allied services on demand basis. 1. Mahanagar Telephone Nagar Nigam Limited. 2. Bharti Airtel Ltd. 3. Vodafone Mobile Services Ltd. 4. Idea Cellular Ltd. 5. Reliance Communication Ltd. 6. Tata Teleservices Ltd. 7. Reliance Jio Infocomm Ltd. Tendering will be through e-tenders under two bid system from the above parties for providing mobile phone services. 3. E-Tendering Processing Fee, Registration Fee and EMD can be paid online in the following modes:- Sl. No Mode of Payment 1. Credit/Debit Cards 2. NEFT / RTGS 3. Net Banking or Direct Debit 4. EMD of Rs. 1,00,000/- has to be deposited through above modes in CWC Bank A/c as per details given below:- Name of Bank : VIJAYA BANK Branch : HAUZ KHAS, NEW DELHI IFSC Code Number : VIJB0006015 Bank Account Number : 601501011001058 1

The unique transaction reference of RTGS/NEFT against the EMD shall have to be uploaded in the e-tendering system as per Tender page No. 3. 5. Submission and Opening of Tender i)last date and time for submission of e-tender:- up to 15:00 Hrs on 17-10-2016. ii)opening of technical bid on 17-10-2016 at 15.30 Hrs at CWC, Corporate Office, New Delhi. iii)the Financial Bid of those tenderers who are found qualified in the technical Bid will be opened subsequently. The date and time of opening of Financial Bid will be informed to the technically qualified tenderers. 6. Validity of Tender: E-Tender to remain valid up to 90 days and inclusive of 17-10-2016. NOTE: a) If the date fixed for opening of tenders happens to be a holiday, the tenders will be opened on the next working day following the holiday at the same time. b) The Central Warehousing Corporation, Corporate Office, New Delhi may at its discretion, extend the validity of the tender by a fortnight and such extension shall be binding on the tenderer. c) If the date up to which tender is opened for acceptance happens to be a holiday the-tender shall be deemed to remain open for acceptance till the next working day. d) If the tender is withdrawn or modified or any change is made during the period of validity of the tender before its acceptance, the EMD of such tenderer shall stand forfeited and tender will be summarily rejected. The parties/companies desirous to participate in this tender inquiry or any other tenders of CWC, tenderer will have to Register their firm with M/s.Karnataka State Electronics Development Corporation Limited (KSEDC) once with annual registration fee through e- payment in our website www.tenderwizard.com/cwc for online e-tendering. Tender Processing Fee Rs. 575/- (Non-Refundable) and Registration Fee of Rs.5750/-_if not registered earlier) has to be deposited in account of M/s. Karnataka State Electronics Development Corporation Limited (KSEDC) through e-payment mode only. For more Information please visit on the above website or Contact Mr.Shibu, Mobile:8800115946 Telphone No: 011-49424365. 8. The tender along with all documents will be uploaded on tendering website using digital signature of authorized signatory only. 2

CHECK LIST OF DOCUMENTS FOR UPLOADING WITH TECHNICAL BID Sl. No. Description of Documents documents Page No. 1 Earnest money Rs.100000/- Upload unique transaction reference - 2 Terms & conditions Annexure-I 4-15 3 Undertaking regarding weak network and similar plans to family members Appendix-II, to be filled in and uploaded 19 4 Power of Attorney in favour of authorized signatory sign, scan and upload - 5 Undertaking for unconditional acceptance of terms and conditions of the tender Appendix-III, to be filled in and uploaded 20 6 Valid license from Department of Telecommunications, GOI for providing required service Copy of licenseto be uploaded - 7 Undertaking that the tenderer has their own network on pan-india basis or in arrangement with other parties for the same. Appendix-IV, to be filled in and uploaded 21 3

Annexure-I TERMS AND CONDITIONS GOVERNING THE CONTRACT FOR PROVIDING GSM BASED MOBILE PHONE SERVICES AS CLOSE USER GROUP (CUG ) ON PAN-INDIA BASIS (with STD) TO THE CENTRAL WAREHOUSING CORPORATION ( CWC), A GOVT OF INDIA UNDERTAKING Definitions (i) (ii) The term CONTRACT shall mean and include the invitation to Bid, incorporating also the instructions to bidders, the Bid, its Annexures, appendices and schedules, acceptance of Bid and such general and special conditions as may be added to it. Contractor / Service Provider shall mean the Bidder whose Bid will be accepted by the CWC for the award of the Works and shall include such successful Bidder s legal representatives, successors and permitted assigns. (iii) (iv) (v) The term CORPORATION or CENTRAL WAREHOUSING CORPORATION wherever occurs shall mean the CENTRAL WAREHOUSING CORPORATION established under WAREHOUSING CORPORATION ACT 1962 and shall include its administrators, successors and assigns. It will also be called CWC. MANAGING DIRECTOR shall mean the Managing Director of Central Warehousing Corporation. SERVICES shall mean the performance of any of the items of work enumerated in tender including such auxiliary, additional and incidental duties, services and operations as may be indicated by the Central Warehousing Corporation, Corporate Office, New Delhi or any person authorized by him on his/corporation behalf. 1. Description of services: CWC invites e-tenders from the experienced, financially sound and competent service providers for providing Mobile Phone Services as CUG and other allied services (Data ) on Pan -India basis at different locations through out India. Initial requirement is around 800 connections under two different plans one for Senior Executives and second for other executives. The no. of connections mentioned in the NIT are tentative and approximate and can increase or decrease during the contract period at any time. The states in which services are required is given in Appendix-I. 4

2- Period of contract: 2.1 The contract/agreement shall be for a period of 01 year extendable for another period of one year at the same rates, terms and conditions at the discretion of the CWC. 2.2 In case of deficiency in service or overcharging any service, the CWC shall have the right to terminate the contract at any time without any notice besides taking other actions as per provisions of tender conditions. 3-Payment terms: 3.1 The consolidated monthly bills for the Mobile calls and Data are to be raised in the name of the Central Warehousing Corporation with full details like name of employee, designation and amount of bill and to be sent to (i) The Personnel Division of the Corporate Office for the employees working in the Corporate Office. (ii) The concerned Regional Office for the employees working in the Region. (iii) The concerned Construction Cell for the employees working in CC. 3.2 Such bills will be made available at least 21 days before the date of payment. 3.3 The payment shall be made through E-Payment system for which the tenderer shall provide the following details immediately after commencement of contract: (i) Name of Beneficiary (ii) Name of Bank, (iii) Bank Account Number (iv) IFS code (v) One cancelled cheque 3.4 Taxes as applicable from time to time as per the Income Tax Act will be deducted from the bills. 3.5 Service Tax or any other Tax in lieu thereof levied by the Central Govt. from time to time on the Services rendered by the Service provider to CWC shall be paid by CWC to the Service provider over and above the Schedule of Rates, subject to the Service provider submitting his Bills/Invoices thereof in the Format prescribed under Rule 4A (1) of the Service Tax Rules, 1994 or other relevant Laws, as the case may be. 3.6 No advance payments will be made. NOTES:- [i] [ii] The rates quoted by the bidder and accepted by the Corporation and incorporated in the contract agreement shall remain applicable during the period of the contract. The Corporation shall not be liable for payment of any interest on any bill outstanding for payment for any reasons, whatsoever. 5

4-Mobile Number portability The Mobile number portability will be provided by the service provider where an employee intends to continue with his/her existing mobile phone number without any charge. 5-Other terms and Conditions 5.1 No activation charges and SIM charges will be payable. 5.2 No Security deposit of whatever nature will be paid by the CWC. 5.3 ISD and international roaming shall be activated only on the written request made by the authorized person of the CWC. 5.4 The caller tune of the CWC song will be provided on all mobile phones of the CWC under CUG plan free of cost. 5.5 The service provider will provide similar plans and offerings to the family member(s) of the employees of the corporation also if desired by them. However payment of such connections will be made by concerned employee directly without any responsibility of CWC. 5.6 CWC reserve the right to reject any or all tenders received against above NIT without assigning any reason. 5.7 Any modification in the offer of rate after submission of the tender will not be entertained and such offers will be treated as invalid. 5.8 The rates for all services should be the same throughout India. 5.9 Evaluation of Price Bid and determination of L-I will be made as under as given in Price Bid :- i) For calculation:- a) 12 months period will be taken against item No. 1(a) b) 200 minutes will be taken against item no. 3. c) 200 SMS will be taken against item no. 4. d) 1 Gb will be taken against item no. 6. L-1 will be calculated as per following formula:- PLAN-I (P1) = (0.60*1a*12) + [0.10*3*200] + [0.05*4*200] + + (0.25*6 b*1). Plan II (P2) = (0.60*1a*12) + [0.10*3*200] + [0.05*4*200] + + (0.25*6 b*1). 6

L-I = lowest of (0.30*P1) + (0.70*P2) 5.10 After acceptance of the rates, the successful service provider shall have to execute an agreement in the prescribed format. 5.11 Service Provider has to appoint dedicated officials in every state capital including at New Delhi where CWC offices are situated for personalized service and prompt redressal of service related issues etc. 6. EARNEST MONEY e-tender must accompany with an Earnest Money of Rs.1,00,000/- which will be deposited on line while submitting tender as provided in the Invitation of tenders on page No. 1 & 3. The Earnest Money shall be liable to forfeiture, if the tenderer, after submitting his Tender, resiles from or modified his offer and/or the terms and conditions thereof in any manner, it being understood that the Tender documents have been made available to him and he is being permitted to e-tender in consideration of his agreement to this stipulation. The Earnest Money is also liable to be forfeited in the event of the tenderer s failure, after the acceptance of his Tender, to furnish the requisite security deposit by the due date without prejudice to any other rights and remedies of the Corporation under the contract and law. The earnest money will be returned to all unsuccessful tenderers after decision on the Tenders. EMD of successful tenderer will be adjusted against security deposit. No interest shall be payable on the amount of EMD in any case. 7. Technical Qualification 7.1.1 EMD as mentioned should be furnished along with Technical Bid in the manner given on page 1 of the Tender failing which tender will be summarily rejected. 7.2 The tenderer should submit Power of Attorney in the name of Authorised Signatory signing the tender. The person uploading the tender using his digital signature and authorized signatory must be the same person. Tender uploaded other than by authorized signatory will be rejected. 7.3 The Tenderer should possess the necessary license from DOT to provide required services. 7.4 The tenderer should submit unconditional acceptance of terms and conditions of the tender as per Annexure-III. 7.5 The tenderer should give an undertaking for the following in Appendix-II:- a) In case of weak network at any location the service provider will provide necessary infrastructure/device to strengthen the network. b) The service provider will provide similar plans and offerings to the employees of the corporation for their family member(s). 7

7.6 The tenderer should have their own network on pan-india basis or should be in arrangement with other service provider. They should furnish an undertaking to this effect in Appendix-IV NOTE ;: The documents should be uploaded along with Technical Bid as per Annexure-II. 8. SECURITY DEPOSIT a. The balance Security deposit (non -interest bearing) amounting to Rs.4,00,000/- (after adjustment of EMD of Rs.1,00,000/- shall be deposited by the service provider through demand draft issued by nationalized bank/scheduled bank drawn in favour of Central Warehousing Corporation and payable at New Delhi, within a week of acceptance of tender. The SD will be released after satisfactory completion of the contract and adjustment of the Corporation s dues, if any. The security deposit shall be liable to be forfeited for any failure in the services on the part of service provider. The decision of CWC shall be final and binding on the service provider. b. The security deposit furnished by the tenderer would be subject to the terms and conditions specified in this Tender and the Corporation will not be liable to pay any interest on the security deposit or any depreciation thereof. c. If the successful tenderer had previously held any contract and furnished security deposit, the same shall not be adjusted against this Tender and a fresh security deposit will be required to be furnished. d. In the event of termination of the contract envisaged in clause 19 the General Manager (Pers) shall have the right to forfeit the entire or part of the amount of security deposit deposited by the service provider or to appropriate the security deposit or any part, thereof in or towards the satisfaction of any sum due to the claims for any damages, losses charges, expenses or costs that may be suffered or incurred by the Corporation 9. DOCUMENTS TO BE ATTACHED WITH THE TECHNICAL BID. The tenderer should upload all the documents mentioned in clause 7 and Annexure-II (Technical Bid ). 10. The rates will be quoted in the Financial Bid (Annexure-III) on-line only. 11. SUBMISSION OF TENDER 1. Submission of e-tender:- The e-tender to be submitted by the tenderer only through Online e-tendering system as detailed under clause 5 page No. 2 using website www.tenderwizard.com/cwc. 8

The tenderer must quote rates in Annexure-III No tender in physical form shall be entertained and such tender if received will be ignored. 12. OPENING OF TENDERS The e-tenders will be opened at the time and date indicated under clause 5 on page no. 2 in the presence of tenderers who wish to be present at the time of opening at their own cost. 13. Seeking clarifications & missing documents from the Bidder on the Technical bid. i) CWC may seek any specific clarifications to meet the tender requirement during the technical evaluation stage of bid. ii) If there are conditions attached to any financial proposal/bid, which shall have bearing on the total cost, the Financial Evaluation Committee shall reject any such proposal(s) as non-responsive. However, if the Committee feels it as necessary to seek clarification on any financial proposal(s) regarding taxes, duties or any such matter, CWC may invite response(s) in writing. iii) Following procedure shall be adopted to seek clarifications/missing document(s) on point (i) and (ii) above: a) To avoid either unfairness to potential bidders or the impression of unfairness to any bidder, these clarifications to be obtained from all the bidders by calling the clarifications from all the bidders at the same time, giving them reasonable time period i.e. not exceeding more than 15 days and opening the responses (clarifications) received from all the bidders at the same time. b) The bidder has the option to respond or not to respond to these queries. c) If the bidder fails to respond, within the stipulated time period or the clarification submitted is non-conforming to requirement of tender conditions, no further time will be given for submitting the clarification and the bid will be summarily rejected. d) The request for clarification shall be in writing and no change in quoted prices or substance of the bid shall be sought, offered or permitted. No post bid clarification at the initiative of the bidder shall be entertained. e) All the responses to the clarifications will be part of the Proposal of the respective bidders, and if the clarifications are in variance with the earlier information in the proposal, the information provided in later stages will be the part of the agreement. iv) Preliminary scrutiny of bids The Corporation will scrutinize the bids received to see whether they meet the basic requirements as incorporated in the bid document. The bids which 9

do not meet the basic requirements shall be treated as unresponsive and ignored. The following are grounds to which a bid may be declared as unresponsive and to be ignored during the initial scrutiny: a. The bid is unsigned; b. The bid is not legible; c. Required EMD and cost of tender has not been received; d. The bid validity period mentioned by the bidder in the bid document is for a shorter period than the period required and stipulated in the bid document. e. The bidder has not quoted for all the items, as specified in Section-I (IFB). f. The bidder has not agreed to some of the essential conditions like payment terms, warranty clause, liquidated damages clause, dispute resolution mechanism etc. (having significant bearing on the cost/performance/utility of the required items) incorporated in the bid document. 14. CORRUPT PRACTICE Any bribe, commission or advantage offered or promised by or on behalf of the tenderer to any officer or employee of the Corporation shall (in addition to any criminal liability which the tenderer may incur) debar his Tender from being considered. Canvassing on the part or on behalf of the tenderer will also make his Tender liable for rejection. 15. INTERVIEW AND ACCEPTANCE OF TENDER Lowest valid tenderer/tenderers can be invited for interview/acceptance of Tender at their own expenses. 16. LIABILITY FOR LABOUR AND/OR PERSONNEL ENGAGED BY THE SERVICE PROVIDERS i) The successful Tenderer hereinafter called the Service Provider/service provider shall be required to execute an agreement on non-judicial stamp paper of appropriate value in the form given in the tender. iii) ii) All personnel employed by the service provider to carry out the contract shall be engaged by them as their own employees/workmen in all respects implied or expressed. The responsibility to comply with the provisions of the various Labour Laws of the country such as Factories Act, 1948. Workmen's Compensation Act 1923. Employees Provident Act 1952, Maternity Benefit Act, 1961, Contract Labour (Regulation and Abolition) Act, 1970, Payment of Gratuity Act, 1972, Equal Remuneration Act, 1976, ESI Act, 1948 or any other Act to the extent they are applicable to their establishment/works/workmen will be that of the service provider. 10

17- ARBITRATION All the disputes and differences arising out of or in any way touching upon or concerning this agreement of licence whatsoever shall be referred to the sole arbitration of any person appointed by the Managing Director of the Corporation or in the absence of Managing Director, such officer of the Corporation, who performs the duties of the Managing Director for the time being by virtue of a general or special order of the board of Directors of the Corporation. It is agreed that any officer of the corporation may be appointed as the sole Arbitrator, the fact that such an officer may have dealt with the dispute in question in the discharge of his duties at any stage and expressed an opinion thereon shall not act as a bar to his appointment as the sole arbitrator. The award of such Arbitrator shall be final and binding on the parties to this agreement. In the event of such Arbitrator to whom the matter is referred being transferred or vacating his office by resignation or otherwise or becoming unable to act for any reason, the Managing Director of the Corporation or such other officer for the time being performing the duties of Managing Director as aforesaid, shall in that event, appoint another person to act as Arbitrator in accordance with terms of This agreement, it is also a term of this agreement that no person other than a person appointed by the Managing Director of the corporation or by such other officer of the Corporation for the time being performing the duties of Managing Director as aforesaid shall act as Arbitrator. Subject as aforesaid, the Arbitration Act & Conciliation Act 1996 and the rules made thereunder, as amended from time to time, shall apply to the arbitration proceedings under this clause. 18- SUBLETTING The service provider shall not sublet, transfer or assign the contract or any part thereof without the written approval of the Corporation. In the event of the service provider contravening this condition, the Corporation shall be entitled to place the contract elsewhere on the service provider's account and or at their risk and cost and the service provider shall be liable for any loss/damage which the Corporation may sustain in consequence on arising out of such replacing of the contract. 19- SUMMARY TERMINATION a. In the event of the service provider having been adjudged insolvent or going into liquidation or winding up their business or making arrangements with their creditors or failing to observe any of the provisions of this contract or any of the terms and conditions governing the contract, the Central Warehousing Corporation shall be at the liberty to terminate the contract, forthwith without prejudice to any other right or remedies under the contract b. The Central Warehousing Corporation shall also have, without prejudice to other rights and remedies, the right in the event of breach by the service provider of any of the terms and conditions of the contract to terminate the contract forthwith and or forfeit the security deposit or any part thereof for the sum or sums due to any damages, losses, charges, expenses or costs that may be suffered or incurred by the Corporation due to the service providers' negligence or un work man like performance of any of the services under the contract.. The decision of the Central Warehousing Corporation in this behalf shall be final and binding on the service provider. 11

c. The Central Warehousing Corporation also reserves the right to terminate the contract after giving three months notice to the service provider. No claim shall lie against the Corporation on account of termination of contract under this clause. 20. BLACKLISTING The non-performing and defaulting Bidder shall be blacklisted and shall be suspended / banned from participating in all the Corporation Bid inquiries for a period up to five years. The decision of the Managing Director CWC shall be final and binding in this regard. 21. LAWS GOVERNING THE CONTRACT The contract will be governed by the laws of the country in force from time to time. The Contract shall be interpreted in accordance with the laws of the Union of India & will be under the jurisdiction of court in New Delhi. 22. TAXES AND DUTIES 22.1 Except as otherwise specifically provided in the Contract, the Bidder shall bear and pay all taxes, duties, levies and charges assessed on the bidder, by all municipal, state or central government authorities 22.2 As regards the Indian Income Tax, Surcharge on Income Tax, Education Cess and any other Corporate Tax, CWC shall not bear any tax liability whatsoever. The bidder shall be liable and responsible for payment of such tax, if attached under the provisions of the law present or future and Corporation will make deduction at source as applicable. 23. AVAILABILTY OF REQUISITE PERMISSIONS AND LICENSES AND COMPLIANCE WITH THE STATUTORY PROVISIONS The bidder is required to follow all the statutory acts as may be applicable for such type of work which may also involve manpower/links/ services provided/ intellectual property right and other IT Acts. Labor Acts, PF Acts. The bidder merely by filling the bid confirms that the bidder has all the requisite permissions and licenses to carry out all the works as stipulated by this tender. Further, merely by filling the tenders, the bidder reconfirms that the bidder has complied with all the statutory provisions of the central, state, local and municipal laws enforce. The bidder also confirms merely by filling the tenders, to comply with any future laws that may be enforced upon by the statute. Agencies which do not have requisite permissions / licenses or who do not comply with the statutory provisions are requested to fill in the bids only if they are eligible in this respect. Valid registrations viz., Sales Tax / VAT / Central Excise and with any other 12

authorities as per requirement should be available with the bidder and be produced as and when required. The bidder shall obtain such permits and licenses as may be required under any law in force for the time being for his business. 24- VOLUME OF WORK The number of connections required under Plan-I and Plan-II as given in the Price Bid may be approximately 70 and 730 respectively which may increase or decrease as per requirement. The Corporation do not guarantee any definite number of connections throughout the period of the contract. The service provider do not have the right to demand that the work of providing mobile phone services as Close User Group (CUG) should necessarily or exclusively be entrusted to them. The Corporation will have the exclusive right to appoint one or more service providers for providing mobile phone services as Close User Group (CUG) and to divide the work as between such service providers in any manner and no claim shall lie against the Corporation by reason of such division of work. 25- SETTLEMENT OF CLAIMS Any sum or money due and payable to the service provider such as security deposit may be appropriated by the Corporation and set-off against any claim of the Corporation for the payment of any sum of money arising out of or under this contract. General Manager (Pers.) Central Warehousing Corporation Corporate Office, New Delhi. 13

FORM OF AGREEMENT The Central Warehousing Corporation having agreed to award the contract of for providing Mobile Phone Services as CUG and other allied services (Data card ) on Pan-India basis in response to the submission of sealed e-tender by me/us on to the General Manager/GM (Personnel), CWC, Corporate office, New Delhi. I/We (full name and address) execute this agreement on and hereby confirm that I/we have thoroughly examined and understood the terms and conditions of the invitation of Tender bearing no. date by the General Manager/GM(Personnel), CWC, Corporate office for providing Mobile Phone Services as CUG and other allied services (Data card ) on Pan- India basis and also those of such conditions of contract and its appendices and schedules and agree to abide by them. I/We am/are willingly undertaking the said work consequent on the approval of the Tender given by me/us to the Central Warehousing Corporation, New Delhi at item and rates specified in the Annexure-III here to which forms part of this agreement, and as per terms and conditions of the Tender. I/we assure the said Corporation that I/we will undertake the said work to the best of my/our ability at all stages during tenure of the contract. The agreement will remain in force for a period of two years with effect from extendable further for a period upto 3 months at the discretion of the Corporation at the same rates, terms and conditions. SERVICE PROVIDER (Capacity in which signing) Witness 1. 2. For and on behalf of the Central Warehousing Corporation New Delhi Witness 1. 14

2. Annexure-II TECHNICAL BID Tender for appointment of contract for for providing Mobile Phone Services as CUG and other allied services (Data card ) on Pan-India basis Name and address and phone No. of the party Sl.No. Name of the document (photocopy) Document to be uploaded in support Whether attached or not 1 Power of Attorney in favour of person authorised to sign the tender. Power of Attorney 2 Valid license from DOT 3 Undertaking as per clause 7.2 regarding weak network and similar connections to the family members of the employees. Copy of license from DOT Appendix-II 4 5 6 Undertaking as per clause 7.3 regarding unconditional acceptance of terms and conditions of the tender Undertaking as per clause 7.5 regarding having its own network on pan-india basis or arrangement with other party. Earnest Money Deposit Appendix-III Appendix-IV Unique Transaction Reference to be uploaded 15

PRICE BID Annexure-III FORM FOR QUOTING RATES Sl. No. Particulars of service PLAN-I Rate/No. 1 Mobile Phone Plans PLAN-II Rate/No. a Rental (Monthly) Rs. Rs b Free Talk time excluding CUG 500 minutes (local+std) 200 minutes(local+std) c Free SMS excluding CUG 300 (local+national) 200 (local+national) 2. CUG call Charges Local/Intra-circle/inter circle free free 3. Outside CUG Local & STD calls Rs. per min Rs. per min (Beyond free 500 minutes) (Beyond free 200 minutes) 4. Outside CUG SMS Charges Rs. per min Rs. per min (Beyond free 300 SMS) (Beyond free 200 SMS) 5. Roaming Charges Free Free 6. DATA PLANS a b Free uses 4G (3G where 4G is not available and & 2G where #g is not available) Charges per Gb after free use limit 04 Gb 02 Gb Rs.-------- per Gb Rs. ---------per Gb Note:- 1-Pulse rate in all cases will be per second. 2-No value added service will be provided/ activated by service provider until it is requested by the authorized person of CWC. 3- Where 2G/3G services is provided for the time being due to non existence of 4G services, the same shall be upgraded immediately on start of upgraded service. 5- Evaluation of Price Bid and determination of L-I will be made as under:- i) For calculation:- e) 12 months period will be taken against item No. 1(a) f) 200 minutes will be taken against item no. 3. g) 200 SMS will be taken against item no. 4. h) 1 Gb will be taken against item no. 6. 16

iv) L-1 will be calculated as per following formula:- PLAN-I (P1) = (0.60*1a* 12) + [0.10*3*200] + [0.05*4*200] + + (0.25*6 b*1). Plan II (P2) = (0.60*1a* 12) + [0.10*3*200] + [0.05*4*200] + + (0.25*6 b*1). L-1 = lowest of (0.30*P1) + (0.70*P2) 17

Appendix-I LIST OF STATES & UT WHERE CUG PLAN IS REQUIRED 1-Andhra Pradesh 2-Assam 3-Bihar 4-Chandigarh 5-chhatisgarh 6-Delhi 7-Gujrat 8-Haryana 9-Himachal Pradesh 10-Jharkhand 11-karnatka 12-Kerala 13-Madhay Pradesh 14-maharashtra 15-nagaland 16-Orrisa 17-Punjab 18-Rajsthan 19-Tamil Naidu 20-Uttrakhand 21-uttar Pradesh 22-West Bengal 23-Andman & Nicobar 24-Goa 18

Appendix-II UNDERTAKING I/We hereby undertake the following if awarded the contract/work of providing Mobile Phone services as Close User Group Plans against this tender:- a) In case of weak network at any location we shall provide necessary infrastructure to strengthen the network. b) To provide similar plans and offerings to the family member (s) of the employees if they so desire. Signature of the tenderer 19

Appendix-III UNDERTAKING I/We hereby give unconditional acceptance of the terms and conditions of the tender if awarded the contract/work of providing Mobile Phone services as Closer Group Plan against this tender. Signature of the tenderer 20

Appendix-IV UNDERTAKING I/We hereby undertake that we are having our own network on pan-india basis or shall have arrangement with other service provider for pan India network to provide uninterrupted CUG services to the Central Warehousing Corporation. Signature of the tenderer 21