You are on page 1of 27

Office of the Inspector General of Police,

Police Transport Organisation,


A.P., Mangalagiri

REVERSE AUCTIONS ARE INVITED FOR


PROCUREMENT of Tyres, Tubes, Flaps & Batteries through online E-Reverse Auction No.: Police
Transport Organisation for Radial/Nylon Tyres, Tubes, Flaps and for Batteries.

REVERSE AUCTION No. :1185,1186/D1/2019-20


Online bids through E-Reverse Auction are invited for the supply of Radial/Nylon Tyres, Tubes,
Flaps & Batteries from Manufacturers/ Authorized Suppliers of the Manufacturing
Company/Authorized importers of International Manufacturer for the year 2019-20 as per
schedule. The IGP., P.T.O., Mangalagiri, is desirous to have this Reverse Auction in two bids i.e.,
(1) Techno-commercial bid and (2) Price bid/ Financial bid.
This NIRA consists of the following Annexure.
Annexure - A: Reverse Auction Details
Annexure - B: Instructions to bidders
Annexure - C: Commercial Terms and conditions
Annexure - D: Important Note to all Prospective bidders for On-line Bidding
Annexure - E: General Terms & Conditions
Annexure - F: List of Documents to be submitted by the Bidder
Annexure - G: Proforma of Experience Certificate
Annexure - H: Proforma of Self Declaration
Annexure – I : Proforma of Distributor / Dealer Service Centres
Annexure - J: Proforma of Technical Details
Annexure - K: Special Conditions for Purchase Order

Supplier(s) to submit their officer as below:


Part-I -Techno-commercial Documents:
Vendors are to be registered themselves to https://konugolu.ap.gov.in/ and upload the valid
documents as per registration procedure and Earnest Money Deposit. Vendors are to submit
techno-commercial documents through konugolu portal /Hard copies to PTO. The required
transaction fee should be remitted through online on Konugolu portal by 23.11.2019 as indicated
in S.No. 10 & 12 of Annexure-A.
Part-II – Price Bid/ Financial Bid :Bidder who qualifies on the basis of documents submitted as per
part-I shall be required to participate in an electronic E-Reverse Auction process to submit their
price quotation against the items covered by this Reverse Auction within a limited time period on
a date and time as announced in www.konugolu.ap.gov.in.

Signature of the Vendor


1
ANNEXURE - A

Reverse Auction Details


S.No Description Details
1. Department Name Office of the Inspector General of Police, Police Transport
Organization, A.P., Mangalagiri
2. Circle/Division AP, PTO, Mangalagiri
3. FILE/NIRA Number 1185,1186/D1/PTO/2019-20
4. Reverse Auction Subject Procurement of Radial/Nylon Tyres, Tubes, Flaps & Batteries
5. Period of Contract 15 days from the date of issuance of Purchase Order
6. Form of Contract As per agreement/Purchase Order
7. Reverse Auction Type E-Reverse auction
8. Reverse Auction Category Radial/Nylon Tyres, Tubes, Flaps & Batteries
9. EMD for Radial/Nylon Rs.1,50,000/- (Rupees One Lakh Fifty thousand only )has to
Tyres Tubes, Flaps
be drawn in the name of the Addl.,SP, Police Transport
@2% on total Base price
value of Tyres Tubes, Flaps. Organisation, AP, Vijayawada.
10. Transaction fee for Rs 2,200/- (Rupees Two thousand and two hundred only)
Radial/Nylon Tyres Tubes, which is inclusive of Service Tax.
Flaps Please note that vendors will have the access to online e-
@0.03% on total Base Auction only after EMD fee is paid vide RTGS/ NEFT on
price value of Tyres Tubes, www.konugolu.ap.gov.in
Flaps. The payment of Transaction fees is to be made through
online
Contact Details of www.konugolu.ap.gov.in
11. EMD for Batteries Rs.55,000/-(Rupees Fifty Five thousand only) has to be drawn
@2% on total Base price in the name of the Addl.,SP, Police Transport Organisation,
value of Batteries AP, Vijayawada.
12. Transaction fee for Batteries Rs 1,000/- (Rupees One Thousand only) which is inclusive of
@0.03% on total Base Service Tax.
price value of Batteries Please note that vendors will have the access to online e-
Auction only after EMD fee is paid vide RTGS/ NEFT on
www.konugolu.ap.gov.in
The payment of Transaction fees is to be made through
online

Contact Details of www.konugolu.ap.gov.in

Signature of the Vendor

2
13. Bidding Quantity The vendor has to quote the rate per Unit basis for each item
14. Offline Technical
Office of the Inspector General of Police, PTO, AP, Mangalagiri
documents Submission to
15. Bid Price Validity Period 180 days from the date of E-Reverse Auction
16. Documents Submission date 25-11-2019 from 10:30hrs to 17.30hrs at 2nd Floor, AP Tech
Online and offline Tower Building, 6th Batallion APSP, Mangalagiri, AP.
17. Date and time of E-Reverse
27-11-2019 from 11.00 AM to 05:00 PM
Auction
18. Reverse Auction Inviting /
Office of the Inspector General of Police, Police Transport
Opening/ procuring
Organisation, A.P., Mangalagiri
authority
19. Address/E-mail id Office of the Inspector General of Police, Police Transport
Organisation, A.P., Mangalagiri
Email: arlsrao.appto@gmail.com
igpptoap@gmail.com
20. Contact Details/Telephone, 08645-233765,
Fax:
0863-2373302;
Fax 0863-2373303;
Mobile No. 9440900934,9440627394

Signature of the Vendor

3
Eligibility Criterion

The venders must produce following documents for Verification.

1. SSI Certificate, if applicable.


2. NSIC Certificate, if applicable.
3. Manufacturer License/Certificate/Authorization certificate in original along with
copy of proof of Manufacturing License of the Manufacturer.
4. Transaction Fee payable as per Annexure A.
5. Company/Firm Registration Certificate.
6. GST Regn. Certificate.
7. Purchase order copies of past experience with regard to supply of above items in
bulk Quantity to Government of any agency.
8. The manufacturer should have at least one dealer/distributor/service centre in all
the district head quarters in the state of Andhra Pradesh.

In case of non-submission of above certificates, the IGP,PTO authorities reserve the


right to take any appropriate action including the cancellation of Reverse Auction of
the respective supplier. In this regard, the decision of the Reverse Auction Opening
Authority / The IGP, PTO is final and binding on the suppliers without any recourse.

Procedure for Bid Submission As per Clause No. E of Annexure – B


General Terms and Conditions As published in the notice inviting Reverse
Auction.

Signature of the Vendor

4
ANNEXURE-B

INSTRUCTIONS TO BIDDERS:
A : An order resulting from this enquiry shall be governed by the terms and conditions
mentioned in this Reverse Auction enquiry.
B : Where counter terms and conditions have been offered by the supplier, the purchaser
shall not be governed by them unless specific acceptance has been given in writing by the
IGP,PTO. No deviations to the terms & conditions are allowed.
C : The IGP,PTO has the right to cancel the enquiry or extend the due date of receipt of offer
without assigning any reason thereof.
D : IGP,PTO reserves the right to vary the quantity of the items.
E : METHODOLOGY OF SUBMISSION OF OFFLINE DOCUMENTS :
1. The bidders who are desirous of participating in e-Reverse auction should submit the
below mentioned documents to IGP,PTO in original along with a copy at the time of
registration as vendor with www.konugolu.ap.gov.in
a. SSI Certificate, if applicable
b. NSIC Certificate, if applicable
c. Manufacturer License/Certificate/Authorization certificate in original along with copy
of proof of Manufacturing License of the Manufacturer.
d. Company/Firm Registration Certificate
e. GST Regn. Certificate.
f. Purchase order copies of past experience with regard to supply of above items in bulk
Quantity to Government or any agency.
g. Self declaration certificate (Annexure-H).
h. Letter towards authorized signatory to sign and submit bid in the case of Dealers etc.,
i. Duly filled and signed each page of Notice Inviting Reverse Auction by authorized
person of bidders.
j. The bidders shall furnish the local dealers address with phone numbers at each district
headquarters in the State of Andhra Pradesh (Annexure –I).

Note: The bidders shall bring the originals of above documents for verification and the
same will be returned to the vendor immediately after verification.

2. The transaction fee can be remitted through online payment through payment gateway
by 23.11.2018 .Those who fulfill the above criteria will only be allowed to participate in
the e-reverse auction.
Important: All notices to the bidders shall be sent by e-mail during the process of
finalization of the Reverse Auction by www.konugolu.ap.gov.in. All such notices sent by
e-mail by Konugolu, therefore, are deemed as valid notices. Hence the bidders are
required to indicate their valid e-mail ID during registration and keep checking for
incoming mails.

Signature of the Vendor

5
ANNEXURE-C

Sl. No. COMMERCIAL TERMS AND CONDITIONS


1 Offer shall be evaluated based on landed cost of the goods.
2 PRICE: Price Bid shall be submitted through Electronic E-Reverse Auction in Lowest Price
Module through Internet by Techno – commercially qualified vendors. Price quoted
should be on F.O.R. DESTINATION BASIS (LANDED PRICE WHICH INCLUDES ALL
CHARGES UPTO DESTINATION INCLUDING TAXES & DUTIES & Transportation etc.)
Bidding Process: Bidder has to bid for landed price per unit basis for the desired supply
quality. (Refer Annexure-A).
3 Per Number forwarding (Handling), transit insurance charges to be included in bid price
(up to destination).
4 VALIDITY OF OFFER: The prices quoted must be FIRM and the offers made must remain
open for acceptance for 180days from the date of E-Reverse Auction.
5 PAYMENT TERMS: Payment will be released after receipt of material at site in satisfactory
condition.
6 DELIVERY REQUIREMENT – As per schedule issued by IGP,PTO.
7 Unless otherwise specified in the NIRA, the Purchase order, if placed, shall be subject to
the General Terms and Conditions of Supply of Stores given with NIRA.
8 LIQUIDATED DAMAGES CLAUSE: Refer Clause no. 22 & 23 of General Terms &
Conditions of Reverse Auction Enquiry (Annexure-E).
9 PENALTY CLAUSE: Refer Clause no. 17 of General Terms & Conditions Reverse Auction
Enquiry (Annexure-E).
10 FORECE MAJEURE CLAUSE: Refer Clause no. 49 of General Terms & Conditions Reverse
Auction Enquiry (Annexure-E).
11 PRICE FALL CLAUSE- Refer Clause no. 27 of General Terms & Conditions of Reverse
Auction Enquiry ( Annexure-E)
12 PERFORMANCE GUARANTEE CLAUSE:
Refer Clause no. 2 of General Terms & Conditions Reverse Auction Enquiry (Annexure-E).
13 BANNED OR DELISTED SUPPLIERS : The bidders should give a declaration that they have
not been banned or delisted by any Purchaser. If this declaration is not submitted, the
bid will be rejected as non-responsive.
14 SUB-CONTRACT :The contract supply awarded should be executed by the successful
supplier only and sub-contract of supply is not permitted.
15 PAST SUPPLY DETAILS :The bidders shall essentially submit authenticated copies (signed
and stamped by the bidder) of past supply orders. Failure to submit the documents shall
render the Reverse Auction liable for rejection.
16 LOCATION OF SUPPLY: O/o. the Inspector General of Police, Police Transport
Organisation, A.P., Mangalagiri.
17 RIGHT OF ACCEPTANCE: The purchaser does not bind himself to accept the lowest or
any other Reverse Auction and reserves the right of accepting the whole or any part of
the Reverse Auction or portion of the quantity offered, IGP,PTO reserves the right to
reject or accept any Reverse Auction either in whole or in part without assigning any
reason.
18 JURISDICTION: Any dispute arising out of this enquiry shall come under the sole
jurisdiction of the Court at Guntur.

I/ We agree to all the Commercial Terms and Conditions.

Signature of the Vendor

6
ANNEXURE-D

IMPORTANT NOTE TO ALL PROSPECTIVE BIDDERS FOR ONLINE BIDDING

1. Requirements for Vendors


a. Personal Computer connected with internet
b. Registration with www.konugolu.ap.gov.in.
c. The vendor should possess a Class-III digital certificate of signing type.

2. Vendors are to make their own arrangement for bidding from a P.C. connected with
internet. IGP,PTO is no way responsible for this. Bids will not be recorded without
Digital Signature.

3. All intending vendors must get themselves registered as Vendors at


www.konugolu.ap.gov.in.
4. For any queries in regard to online bidding, the following officials may be contacted:

A. Konugolu Portal for Technical Support:


Vupadhi Techno Services Pvt. Ltd.
Vijayawada Office Address :
Flat No : 407, Sreeram's Sneha Avenue,
Near Aravinda School, Kunchanapalli,
Tadepalli (M), Guntur (Dist) - 522501.
Andhra Pradesh.
Phone No: 08645-246370 / 71 / 72 / 73 / 74
Mobile No: +91 7337318404

B. IGP., PTO.

Reverse Auction Inviting/ IGP,PTO., AP., Mangalagiri


Opening Authority

Address/ E-mail i.d. O/o the Police Transport Organisation,


Mangalagiri, Mangalagiri
igpptoap@gmail.com
arlsrao.appto@gmail.com,
ramalingeswara.a@ap.gov.in
Contact Details/ Telephone, Fax Office: 08645-233765, 0863-2373302;
No.s
Mobile No. Inspector PTO
9440900934,
94406 27394

Signature of the Vendor

7
5. PROCESS of E-reverse auction:
a) Registration: Vendors are required to register themselves online with
www.konugolu.ap.gov.in as Vendor by filling up details and creating own user i.d.
During the form filling, Vendor must choose IGP,PTO as Buyer. Once the vendor
registration is over, Vendor needs to login with their DSC to map the DSC serial
number into Konugolu database.
b) After registration, vendors are required to submit the documents as per clause E of
Annexure-B to PTO and IT, E&C Dept..
c) Bidding in E-Reverse Auction Process:
The vendors who have qualified by submitting the required documents in addition to
transaction fee can participate in the E-Reverse Auction at www.konugolu.ap.gov.in
For this, the vendor needs to login with their user id, password and Digital Signature
(DSC) at ww.konugolu.ap.gov.in,
Department/Konugolu e-Auction Portal will not provide any computer terminal for bidders and
it is the whole responsibility of the bidders to arrange themselves.

Konugolu portal is acting only as a service provider for this e-auction and shall not be a party to
the contract between the Department and the Buyer subsequent to this e-auction. By bidding in
this e-auction, a bidder acknowledges that E-AUCTION PORTAL shall not be held responsible
for any loss that he/she/they may suffer as a consequence to this e-auction.

Procedure to pa rt i c i p a t e in e -auction:
 Log on to https://konugolu.ap.gov.in/
 Enter Valid User ID and Password
 Click on Sign In
 Click on “Running Auctions List”
 Click on “Participate Button”
 Click on the “Go to Auction Bidding Page”

6. E-REVERSE AUCTION: After reaching the auction floor as above, the vendor has to quote
his supply price per unit basis and submit by clicking the BID button. Bidders are also free
to communicate with the konugolu portal Technical Support staff to get all clarification
regarding the mode of the E-Reverse auction. Bidders shall be required to get themselves
familiarized with detailed step by step method of participation in the E-Reverse auction
and submission of online bid, by suitably getting in touch with the service provider.
Failure to do so by any bidder shall be at their own risk and IGP,PTO/Konugolu shall no
entertain any request to re-conduct the auction process on the plea of a lack of
understanding of the auction process by a particular bidder.

Signature of the Vendor

8
7. METHOD OF SUBMISSION OF ON-LINE BID IN THE E-REVERSE AUCTION:
a) The bidders who have valid Class-III/Class-II Digital Signature Certificate (DSC) as per
requirement should be able to bid in the auction. During first login in
https://konugolu.ap.gov.in ,the bidder should register their Digital Signature Certificate (DSC)
to proceed with bidding in the auction. All subsequent login should be with the same DSC.
b) During the entire E-Reverse auction process, the bidders will remain completely anonymous
to all other bidders.
c) During the E-Reverse auction process prospective bidders shall quote the price per unit basis
by progressive reduction. The Bidder shall not be entertained to increase his previous bid
price.
d) The bids can be revised any number of time reducing progressively while the auction floor is
on live.
e) The auction floor for E-Reverse Auction shall remain open on a pre-announced date and
time. The E-Reverse auction closing time shall be subject to auto extension by 15 minutes
every time, if a valid bid is received within the last 15 minutes and the process will continue
till such time when there will be no bid for continuous fifteen minutes.
f) All electronic bids submitted during the E-Reverse auction process shall be legally binding on
the bidder. The chronologically last bid submitted by the bidder till the end of the auction
as mentioned in clause above will be considered as the valid price bid offered by that bidder
(and acceptance of the same by IGP,PTO will form a binding contract between IGP,PTO and
the bidders).
g) Bidders have to specifically accept the above methodology of submission of on-line price bid
in the E-Reverse auction.

Signature of the Vendor

9
ANNEXURE-E

GENERAL TERMS & CONDITIONS


For supply of Tyres, Tubes, Flaps & Batteries

01 Online (E-Reverse Auction) Reverse Auction are invited for supply of Radial/Nylon
Tyres, Tube, Flaps and Batteries as per schedule. The IGP,PTO is desirous to be Financial
bid through E-Reverse Auction. The supplier should have been in this trade for not less
than one year in the last three years and should have supplied bulk quantities to any
reputed institution or institutions as the case may be. A copy of the certificate issued by
the authorities under Shops and Establishments Act and a copy of the supply order for
having supplied bulk quantities or certificates issued by the buyer, have to be submitted
for techno-commercial bid evaluation by IGP,PTO. The vendors should submit the
transaction fee to Konugolu portal by 23.11.2019. Those suppliers who are qualified by
submitting the required documents including transaction fee alone, will be allowed to
bid in the E-Reverse Auction on the date and time as mentioned in the NIRA. The
IGP,PTO may extend the last date by issuing an amendment in which case all rights and
obligations of the IGP,PTO and the suppliers previously subject to the original deadline
will then be subjected to the new deadline.

02 Transaction fee for total quantity is to be remitted by way NEFT/RTGS in favour of


ITE&C Department and should communicate UTR details on 23.11.19.

EARNEST MONEY DEPOSIT:

a. The Earnest Money Deposit shall be retained by the Dept. till submission of
Performance Guarantee.
b. No interest will be payable for the EMD and SD by the Department.
c. The EMDs of unsuccessful bidders will be returned immediately after opening the
final Bids.

PERFORMANCE GUANRANTEE:
The successful Bidder shall deposit 5 % of the PO value as Performance Guarantee for
the warranty period, within 7days of issue of purchase order. The Performance
Guarantee shall be deposited to A/c No.38080769117, ADDL.,SP POLICE TRANSPORT
ORGANISATION, STATE BANK OF INDIA,TREASURY BRANCH, IBRAHIMPATNAM,
KRISHNA DIST,ANDHRA PRADESH, IFS Code: SBIN0018876.The same Performance
Guarantee will be returned only after completion of the warranty period.
The successful vendor will have to enter into an Agreement with the Inspector General
of Police, Police Transport Organisation, A.P., Mangalagiri and on behalf of the
Government of Andhra Pradesh for the performance of the contract on Rs. 100/-
stamped paper of Andhra Pradesh or Government of India, the cost of which has to be
borne by the supplier. The agreement bond should be submitted within 7 days from the
date of receipt of intimation letter from this office/ purchase order will be issued by the
IGP,PTO in this regard.

Signature of the Vendor

10
03 The rate quoted should be valid for acceptance for a period of 180 days from the date
of E-Reverse Auction. In the event, if necessary the supplier should extend period as
desired by IGP,PTO in addition to the period of 30 days mentioned above in the event
of his offer being accepted. The rate quoted should be inclusive of all taxes, charges and
F.O.R. delivery at O/o. the IGP,PTO, A.P., Mangalagiri. Further IGP,PTO cannot issue
statutory forms like Form-C or Form-D etc. and this should be taken into account by the
supplier while quoting the rates to IGP,PTO, if no specific mention is made about the
delivery at Mangalagiri, it will be construed that the rate is applicable for delivery at
Mangalagiri.

04 Negotiations will not be made with the suppliers. Hence, the bidders are requested to
quote a competitive rate. In this regard the decision of Purchase Committee if
applicable or the decision of the IGP,PTO, shall be final and binding on the suppliers
without any recourse.

05 Pre-dispatch inspection of products will be done by IGP,PTO or any agencies entrusted


for that purpose at the premises where from the supplies are made. The supplier shall
give advance intimation about the supplies to be made facilitate IGP,PTO for the
conducting the pre-dispatch inspection, which will be done at the discretion of IGP,PTO.

06 The supplier should possess all requisite licenses, registrations etc., and the same should
be obtained invariably before transacting business with IGP,PTO. The supplier should
inform IGP,PTO, the correct address from where the supplies are going to be made to
IGP,PTO. The supplier should have an experience of one year in the last three years in
the field and the experience certificate (as per proforma) and other Certificates like GST
registration should submit at the time of registration as Vendor with Konugolu portal.
In case of non-submission of these certificates, the IGP,PTO authority reserves the right
to take any appropriate action including the cancellation of Reverse Auction of the
respective supplier. In this regard the decision of the IGP,PTO is final and binding on
the suppliers without any recourse.

07 The firm should submit the following particulars long with Reverse Auction documents.

a. The bidder shall be either Manufacturer of the articles or Authorized Suppliers of


the Manufacturing Company or the Authorized importers of International
Manufacturer. Authorization Certificate in original and copy of proof of
manufacturing license must be enclosed.

b. Vendors should have past experience with regard to supply of above items in
bulk quantity to Government or any agency, failing which the offer will be
summarily rejected. Proof during last 3 years should be enclosed.

Signature of the Vendor

11
08 The Reverse Auction accepting authority i.e., IGP,PTO reserves the right either to reject
any or all Reverse Auctions without assigning any reason. In this regard the decision of
IGP,PTO, is final and binding on the supplier without any recourse. Further, it is
understood by both the parties to the Reverse Auction and is specifically accepted by the
supplier when the supplier files the Reverse Auction before IGP,PTO, the acceptance or
rejection of the Reverse Auction by IGP,PTO, or methodology adopted by IGP,PTO, in
short listing the companies for the supply of material/ materials etc., shall not become a
cause of action or ground to initiate any legal action before any Court or Courts of Law
for obtaining any Order, Injection, Direction etc., from the Hon’ble Court or Courts to
stall the proceedings in IGP,PTO.

09 The approximate requirement is given in the Reverse Auction Schedule. But, it must be
clearly understood that the demand may fluctuate and no definite quantity can be
guaranteed. The essence of the contract is price per article for the contract period.
Depending on the requirement, purchase order shall be issued either in piecemeal or in
bulk either for which of the quantity mentioned in the Reverse Auction Schedule or a
part only. Hence the rates should be valid till 25.05.2020. The Inspector General of
Police, Police Transport Organisation, A.P., Mangalagiri, reserves to himself the right to
invite fresh Reverse Auctions and to place orders against any quantity of any item in this
Reverse Auction without specifying any reasons.

10 The IGP,PTO, reserves the right to accept or reject any Reverse Auction and to cancel
the Reverse Auction process and reject all Reverse Auctions at any time prior to the
award of contract without thereby incurring any liability to the affected supplier or any
obligations to inform the affected suppliers, the grounds of acceptance or rejection.

11 The supply should be affected strictly as per delivery schedule. The schedule is tentative
and the IGP,PTO is having every right to revise the schedule depending upon the
requirement and also reserves the right to increase or reduce the Reverse Auction
quantity with the same terms and conditions even after the Reverse Auction period. In
other words increasing or reducing the Reverse Auction quantity by IGP,PTO even after
the completion of the Reverse Auction period and it is binding on the supplier without
any recourse. Extension of the delivery period to the supplier who is not adhering to
the supply schedule may be granted on case-to-case basis at the discretion of the
IGP,PTO.

12 The GST payable where leviable and intended to be claimed from IGP,PTO should be
distinctly shown along with the price quoted. Since the rate quoted is inclusive of GST
payable no claim for GST payable will be admitted at a later stage and on any ground
whatsoever, irrespective of the supplier mentioning and recording anything contrary to
the above in the Quotation.

13 After the implementation of GST and even after any changes contemplated in the tax
structure and the rate of taxes to be levied by the State Government the rates Quoted to
IGP,PTO should be constant and it should be applicable to all supply orders placed by
IGP,PTO.

14 The supply of Radial/Nylon Tyres, Tubes, Flaps& Batteries should strictly confirm to the
following specifications. The IGP,PTO, reserves the right to reject the material if the
supplies are not made strictly as per the specifications. In this regard, the decision of the
IGP,PTO is final and binding on the parties without any recourse.

Signature of the Vendor

12
RADIAL/NYLON TYRES, TUBES &FLAPS :

Sl. Tyre Size Vehicle make and Type Approx. Qty


No.
1. 2.75 x 18 F TT Motor cycle 150
2. 2.75 X 18 R TT Motor cycle 100
3. 300 x 18 (Rear) TT Motor cycle 50
4. 195/80 R 15 TT T/Sumo 40
5. 235/65 R 17 TL M/Scorpio 80
6. 185/85 R 16 TT C/Jeep 200
7. 750 X 16 TTF Eicher 120
8. 700 X 16 TTF T/Bus 11
9. 900 x 20 TTF HMV 6
10. 165/80 R 14 TL Swift dzire 24
11. 175/65 R 14 TL T/indica/Vista 12
12. 175/65 R 15 TL Honda City 16
13. 215/75 R15 TL Bolero 400
14. 215/75 R15 TT T/sumo 60
15. 205/65 R15 TL T/Innova 80
16. 185/65 R15 TL M/Ertiga 4
17. 195/65 R15 TL Eco Sport 80
18. 235/75 R15 TL Tata Camper 13
19. 235/70 R16 TL M/scorpio(old 20
20. 155 R13 TL Maruti eco 4
21. 6.00-16 TT Tractor Front 10
22. 12.4-28 TTF Tractor Rear 10
23. 8.25x 16 TTF Eicher bus 24
24. 145/80 R 12 TT Maruti Alto 20
25. 195/70 R 14 TT T/Qualis 40
26. 245/75 R 16 TL M/Gateway 12
27. 205/65 R16TL Innova Crysta 5
28. 3.50-10 4PR TT Honda Activa 14
29. 215/55 R17 TL Innova Crysta 4
30. 80/100R17 L(F) Unicon Front 4
31. 110/80R17TL(R) Unicon Rear 4
32. 8.25 X 20 TTF Eicher 11
33. 225/65 R17 TL H/CRV 4
TOTAL 1632

Signature of the Vendor

13
BATTERIES :

Sl. No. Battery Size Vehicle make Approx. Qty


1. 12V N70Z Sumo/Scorpio 250
2. 12V13 Plates Eicher 10
3. 12V 45 AH Eco sports 15
4. 12V 65 AH Swift Dzire/Crysta 10
5. 12V 65 AH TUV 30
6. 12V19 Plates Tata Bus 10
7. 12V NS 40 M/Van 10
8. 12V 4LB M/c self starter 80
9. 12V2.5AH M/c kick start 80
10. 12V 70L Innova/Qualis 30
11. 12V 70 R Bolero 100
12. 12V 5LB Honda Activa 28
13. 12v 55 AH H/City 5
14. 12V 7 LB Achiver M/C 8
TOTAL 666

Note : Quantity shown above is approximate requirement only and the demand may fluctuate.

15 In the event of delay or default in supply and the supplies not adhering to the schedule &
quality, the IGP,PTO, reserves the right to procure the requirement from the other sources
and recover the excess cost, if any incurred by IGP,PTO, from the approved supplier.
However, if the rate is cheaper, the benefit will not accrue to the respective approved
supplier. The IGP,PTO reserves the right to either reject the entire lot or impose cut or forfeit
the performance guarantee, if the quality is not in accordance with the specifications or of
inferior quality goods as confirmed by Inspection authority. In this regard the decision of
IGP,PTO shall be final and binding on the supplier.

16 IGP,PTO reserves the right to both reject the entire lot and forfeit the performance guarantee
at its discretion if the quality is not in accordance with the specifications or of inferior quality
goods as confirmed by Inspection Authority. In this regard the decision of IGP,PTO shall be
final and binding on the supplier.

17 LEVY OF ADMINISTRATIVE PENALITY/ PARAMETER CLAIM:


If the shortfall in testing is more than 0.5% but less than 3% i.e., the total marks obtained by
a sample is between 99.5% and 97%, not only testing charges but material cost also has to be
recovered from the firm. If the shortfall is more than 3%, in addition to testing charges and
material cost, a penalty called Administrative penalty/ Parameter Claim can to be imposed up
to @ 10% of the value of the invoice. If the shortfall in quality is found to be more than 5%,
the decision of the Inspector General of Police, Police Transport Organisation, AP.,
Mangalagiri, to accept the sample by imposing a suitable penalty or reject the supplies partly or
the entire lot depending upon the nature of deviation noticed and its impact on the quality of
the product. The supplier has to bear the cost of the transportation material.

Signature of the Vendor

14
18 The packing should be in accordance with the provisions of packaging Act to avoid damages
in transit. It should also contain marking to denote address, date of packing etc., for
identifications.

19 Each supply should be accompanied by a bill, advance stamped receipt and warranty
certificate if applicable for arranging payment. The successful supplier should furnish copies of
registration of firm if applicable, GST registration, along with the invoice of the first supply, if
not enclosed along with the Reverse Auction and if IGP,PTO has consciously accepted the
non-submission of documents along with the Reverse Auction.

20 The IGP,PTO reserves the right to reject either the entire lot or part of the supply or forfeit
the performance guarantee at its discretion if the quality is not strictly in accordance with the
specifications if any given by the supplier.

21 The payment will be made only after the receipt of goods at O/o IGP,PTO in Good
condition. The supplies should be strictly in conformity with the specifications.
22 IGP,PTO reserves the right to charges penalty as or withhold payment for any unsatisfactory
material supplied by the supplier without prejudice to its other rights. In this regard, the
decision of IGP,PTO is final. The supplier is further liable to reimburse/ compensate the
IGP,PTO or to third party for any loss, damage, injury, harm etc., caused or arising out of the
negligence in supply of low quality materials, or any other act or breach of contract.

23 Notwithstanding anything contained in the terms and conditions of this quotation the
IGP,PTO is the ultimate authority in deciding the recovery of percentage of penalty from the
supplier taking into account the stock position and future requirement of the supply in the
larger interest of the organization. The reasons for such non recovery of percentage of
penalty if any has to be recorded in writing by the IGP,PTO and has to be duly approved by
the appropriate authority before releasing payment to the Contractor/ Supplier.

24 Shortage will be intimated to the suppliers and the equivalent amount will be deducted from
the bill amount, if they are not replaced by the supplier.

25 The prices quoted shall be firm and fixed from the date of submission of Reverse Auction to
the date of completion of the contract of supply in all respects. ANY REQUESTS FOR
REVISION IN THE RATE OR RATES BY THE SUPPLIER SHALL NOT BE ENTERTAINED
DURING THE RATE CONTRACT PERIOD.

26 Penal clauses of the supplier whatsoever like payment of interest on late payment of bills etc.
shall not be acceptable to IGP,PTO.

27 If at any time, during the period of contract the price of quoted items is reduced or brought
down by any law or by an act of the central or state government or by the supplier himself,
the supplier shall be morally bound to inform the IGP,PTO immediately about such reduction
in the contracted price or prices.

Signature of the Vendor

15
28 Forfeiture of Bid Security /EMD
The Bid Security shall be forfeited under following conditions:
a. If the bidder withdraws the bid after Bid opening during the period of bid validity.
b. In the case of a successful bidder, if the bidder fails within the specified time limit to Sign
the Contract Agreement; or
c. A successful bidder fails to furnish the 5% of P.O. Value as Performance Guarantee at the
time of signing the Contract Agreement.
29 The standard payment terms of IGP,PTO, are applicable. No advance shall be paid by
IGP,PTO, against the order. The payment to suppliers shall be made by IGP,PTO only
through online.

30 Each supply should be subjected to guarantee/ warranty certificate.

Warranty for Tyres: Unconditional warranty for a period of two years from the date of
supply and 55,000 Kms of running distance.
The supplied tyres should be of within three months from the week of manufacture.
Vendors should give the separate list of tyres along with tyre numbers with manufacturing
week/date while supplying the material.
Warranty for Batteries: Unconditional Full replacement warranty for a period of 2 years from
the date of supply.
The supplied batteries should be of within three months from the date of manufacture.
Vendors should give the separate list of Batteries along with battery numbers with
manufacturing date while supplying the material.

31 The supplied material should be without adulteration. If adulteration is noticed in the


material supplied, the supplier will be prosecuted besides blacklisting the firm and forfeiting
the Performance bank guarantee. The IGP,PTO, also reserves the right to levy an additional
“Composite Penalty” at 5% on the total value of the material supplied to IGP,PTO by the
supplier in case of what so ever quality problems encountered by IGP,PTO in supply of the
material and if the decision is taken to return/reject the material to the supplier. In this
regard the decision of IGP,PTO is final. In case of failure to remove the rejected goods from
the O/o IGP,PTO. IGP,PTO reserves the right to charge grounds rent from the supplier.

32 The supplier whose Reverse Auction has been accepted will be informed about the award of
the contract by the authorities prior to the expiration of the validity period by cable, telex or
facsimile and will be confirmed by a registered letter. Telegraphically sent Reverse
Auctions/quotations written in pencil will not be accepted. Reverse Auctions/ quotations
received after due date and time will not be entertained by IGP,PTO.
33 For breach of any of the above Reverse Auction conditions, the performance guarantee is
liable to be forfeited duly blacklisting the Firms. Further, Non-performance of any of the
contact provisions to the satisfaction of IGP,PTO will disqualify the supplier to participate in
the Reverse Auctions for the next five years.
34 Penalty as may be decided by the Reverse Auction approving authority will be imposed when
the supply is rejected in physical verification.
35 The IGP,PTO reserves the right to add/delete/change/modify any or all the conditions
mentioned in the Reverse Auction schedule and the said
addition/deletion/changes/modifications can be incorporated in the agreement to be entered
into with the supplier irrespective of Reverse Auction

Signature of Vendor
16
Conditions mentioned in the notice inviting Reverse Auction or in the Reverse Auction
schedule or the same can be incorporated in a form of codicil as the case may be and the
same will be binding on the supplier without any recourse.

36 The supplier is required to produce General Power of Attorney from the competent authority
of his company to deal with all the matters connected with this Reverse Auction affixing the
rubber stamp with the designation or status enjoyed by the signatory in the business entity of
the supplier and the same signatory shall be required to execute agreement/ acceptance of
purchase order under his signature only. In case of change in the Authorized signatory it is
binding on the supplier to inform the changes to the IGP,PTO.

37 The successful supplier should execute an agreement on non-judicial stamp paper worth
Rs.100/- agreeing to all the conditions of the contract and IGP,PTO will issue the purchase
order in this regard. If the successful supplier fails to execute the agreement within the time
specified or withdraw the Reverse Auction after the intimation of the acceptance of his
Reverse Auction by IGP,PTO or he is unable to undertake the contract due to any other
reasons, his contract will be cancelled and he will also be liable for all damages sustained by
the IGP,PTO, by reason of breach such as failure to supply/delayed supply including the
liabilities to pay differences between the prices accepted by him and those ultimately paid for
the procurement of the commodity. Such damages shall be assessed by the IGP,PTO, whose
decision shall be final and shall be binding on the supplier.

38 The IGP,PTO, reserves the right to terminate / amend/modify the contract without assigning
any reason or advance notice to the supplier. Similarly, the terms of the Reverse Auction may
be amended/modified by IGP,PTO, if necessary, to ensure competitiveness and quality of
procurement.

39 If any commodity/materials etc. supplied by the supplier have been partially or wholly use or
consumed after supply and are subsequently found to be in bad order, unsound, inferior in
quality or description or otherwise faulty or unfit for human consumption, then the contract
price or prices of such items/materials etc., will be recovered from the supplier, if payment
had already been made to him. Otherwise the supplier will not be entitled to any payment
what so ever for such supply. For infringement of the stipulations of the contract or other
justified reasons, the contract would be terminated by IGP,PTO, and the supplier shall be
liable to pay for all losses sustained by the IGP,PTO. In the consequence of the termination,
the loss would be recovered personally from the supplier or other would be recovered
personally from the supplier or from his properties.

40 All the materials supplied against the supply order shall be of best quality and shall confirm to
the specifications if any given in the supply order or informed to the supplier as the case may
be. Where any commodity is rejected on account of it’s non-confirming to the specifications
or not of best quality or due to non compliance to any other clause of the contract the
supplier should promptly replace the rejected material at the discretion and satisfaction of
IGP,PTO. All expenditure incurred on account of such replacement shall be entirely borne by
the supplier. In case of failure to remove the goods the IGP,PTO, reserves the right to charge
ground rent from the supplier.

41 SUB-CONTRACTION: The contract supply awarded should be executed by the successful


Supplier only and sub-contract of supply is not permitted.

42 INDEMNITY: The supplier shall at all times indemnify IGP,PTO, against all claims, which
may arise in respect of supply of low quality of commodities/material/items etc., not
confirming to the specifications.

Signature of Vendor

17
43 If the supplier, in the opinion of IGP,PTO, fails or neglects to be complied with any of the
terms and conditions of the contract or with any order issued there under then, in such a
case, the IGP,PTO, shall without prejudice to any other right or remedies under this contract
as a right and be entitled to cancel the contract by giving a notice in writing to the supplier
without being liable to pay any compensation for such.

44 Reverse Auctions which are not in accordance with the stipulations mentioned, are liable for
rejection. Offer with insufficient information and offer, which do not strictly comply with the
stipulations given above are liable to be rejected. Any supplier not accepting the conditions
mentioned herewith or providing wrong information will be summarily rejected.

45 The Supplier who apply for this Reverse Auction has to furnish the declaration that “They
have not been black listed in any of the organizations”. Any wrong declaration in this regard
which comes to the notice at a later date will disqualify them from Reverse Auctioning in
future IGP,PTO and the Reverse Auctions so received shall be automatically rejected.

46 No supplier shall be allowed at any time on any ground what so ever to claim revision of or
modification in the rates quoted by him. Clerical error, typographical error etc., committed
by the company in the Reverse Auction schedule from shall not be considered after opening
the Reverse Auctions. Conditions such as “Subject to Availability” “Supplies will be made as
and when supplies are received etc”, will not be considered under any circumstances.

47 In the event of any dispute arising out of the Reverse Auctions such dispute would be subject
to the jurisdiction of the civil courts at Guntur, A.P.

48 The impermissible variations with reference to specification will be viewed seriously and will
lead to BLACKLISTING.

49. Force Majeure IGP,PTO will not be liable for any failure or delay in performance due to any
cause beyond their control including but not limited to Fires, Floods, Strikes, Go-Slow, Lock-
outs, Closure, Pestilence, Industrial unrest, Epidemics, Political upheavals, Government action,
Civil commotion, Breakdown of machinery, Shortage of labour, Acts of God etc. It will be
the sole discretion of IGP,PTO to extend time of performance after cause of delay will have
cease to exist. The provisions aforesaid shall not be limited or abrogated by any other terms
of contract whether printed or written.

I/ We read and accept the above terms and conditions.

Place :

Date :

Signature of the Vendor

18
ANNEXURE - F

List of Documents to be submitted by the Bidder:

The bidders who are desirous of participating in E-Reverse auction shall register online as per
procedure indicated in ANNEXURE – D and should submit the below mentioned documents in
originals with along with photo copies at PTO,Mangalagiri immediately after registration:

A. SSI Certificate, if applicable


B. NSIC Certificate, if applicable
C. Manufacturer License/Certificate/Authorization certificate in original along with copy
of proof of Manufacturing License of the Manufacturer

D. Company/Firm Registration Certificate


E. GST Regn. Certificate.
F. Purchase order copies of past experience with regard to supply of above items in bulk
Quantity to Government or any agency during last 3 years.

G. Self declaration certificate (as per Annexure-H).


H. Letter towards authorized signatory to sign and submit bid in the case of Dealers etc.,
I. A request letter in the letter head for registering as Vendor of IGP,PTO.
J. Duly filled and signed each page of Notice Inviting Reverse Auction by authorized
person of bidders.
K. The bidder should furnish the Local Dealer address along with contact nos. With
respect to Service Centre at each district headquarters in the state of Andhra Pradesh.

The entire document of NIRA should be signed by the authorized representative of the firm and
the same should be submitted to IGP,PTO,AP.

Signature of the Vendor

19
ANNEXURE – G

Option-I

Experience Certificate

(To be obtain from the client/To whom supply was made)

This is to certify that M/s ____________________has supplied (Name of the


items)Satisfactorily as detailed below.

S. No Quantity Amount Financial year

Name of the Client Signature of the Client with seal

(or)

Option-II

Experience Certificate

(List the invoices/ noted below and upload all invoices)

S. No To whom Invoice & Date Receipt No./ Quantity Financial


Supply made Cheque details
Year
of quantity
received by
buyer.

Total::

Note: The bidders should upload soft copies of the above invoices as evidence, without which
Technical Evaluation will not be done.

Name of the Vendor Signature of the vendor

20
ANNEXURE- H

Self Declaration Letter

To
The Inspector General of Police
Police Transport Organisation,
A.P., Mangalagiri.

I declare that the Certificates submitted were correct and in the event if the authority
finds false at later date the management can forfeit the performance guarantee and Blacklist our
firm. Further, I declare that the firm M/s________________________has not blacklisted.

Signature of the vendor

21
ANNEXURE- I

Details Distributor / Dealer /Service Centre

This is to certify that, the following are the details of Distributor / Dealer /Service Centre
in the each district head quarters of the Andhra Pradesh and they will address /resolve the post
sales concerns/issues raised by the department with respect to warranty and service.
Sl. No. Name of the District Name of the Distributor Address of Tele phone
/ Dealer / Service Centre Distributor / Dealer Numbers
in the specified district /Service Centre
1 Srikakulam
2 Vizianagaram
3 Visakhapatnam
4 East Godavari
5 West Godavari
6 Krishna
7 Guntur
8 Prakasam
9 Nellore
10 Chittoor
11 Kadapa
12 Kurnool
13 Anantapur

Signature of the vendor

22
ANNEXURE- J
I. TECHNICAL DETAILS OF RADIAL /NYLON TYRES, TUBES & FLAPS
Reverse Auction Notice No :1185/D1/2019-20, Dt: 27.11.2019.
Name of the Work :Supply, Delivery and Transportation of Tyres,
Tubes along with Flaps to P.T.O., A.P., Mangalagiri
Name of the Buyer :IGP,PTO, AP, Mangalagiri
Address :IGP,PTO, AP, Mangalagiri
Telephone / Cell No :08645-233765, 0863-2373302 / 9440900934,
9440627394
Warranty in
Tyre
Name of Technical KMs & Years
Type
Sl. the Specification of (Should not
Tyres Description To Be Used For (Nylon
No. Manufactur the Tyre with be less than
/
er Load Index 55000 Kms
Radial)
& 2 Years)

1. 2.75 x 18 F TT Motor cycle

2. 2.75 X 18 R TT Motor cycle

3. 300 x 18 (Rear) TT Motor cycle

4. 195/80 R 15 TT T/Sumo

5. 235/65 R 17 TL M/Scorpio

6. 185/85 R 16 TT C/Jeep

7. 750 X 16 TTF Eicher

8. 700 X 16 TTF T/Bus

9. 900 x 20 TTF HMV

10. 185 R 14 TL T/Winger

11. 165/80 R 14 TL Swift dzire

12. 175/65 R 14 TL T/indica/Vista

13. 175/65 R 15 TL Honda City

14. 215/75 R15 TL Bolero

15. 215/75 R15TT T/sumo

16. 205/65R15 TL T/Innova

17. 185/65 R15 TL M/Ertiga

18. 195/65 R15 TL Eco Sport

19. 235/75 R15TL Tata Camper

23
20. 235/70 R16TL M/scorpio(old

21. 450X12 TT Maruti Van

22. 155 R13 TL Maruti eco

23. 6.00-16 TT Tractor Front

24. 12.4-28 TTF Tractor Rear

25. 8.25x 16 TTF Eicher bus

26. 145/80 R12TT Maruti Alto

27. 195/70 R14TT T/Qualis

28. 245/75 R16TL M/Gateway

29. 205/65 R16TL Innova Crysta

30. 3.50-10 4PR TT Honda Activa

31. 215/55 R17 TL Innova Crysta

80/100R17 L(F) Unicon Front


32.

110/80R17TL(R) Unicon Rear


33.

34. 8.25X20 TTF Eicher

35. 225/65 R17TL H/CRV

Note:
1. The bidder has to quote for the above mentioned sizes only.
2. Unit rate and price shall be quoted in Indian rupees in figure & words
3. The rate quoted should be inclusive of all charges, including Taxes, levy etc.
4. Statutory Deductions will be effected at the time of payment as per rules at vogue.

Signature of the vendor

24
II. TECHNICAL DETAILS OF BATTERIES

Reverse Auction Notice No : 1186/D1/2019-20,Dt: 27.11.2019.

Name of the Work : Supply, Delivery and Transportation of


Batteries to P.T.O., A.P., Mangalagiri

Name of the Buyer : IGP,PTO, AP, Mangalagiri

Address : IGP,PTO, AP, Mangalagiri

Telephone / Cell No : 08645-233765, 0863-2373302 / 9440900934,


9440627394

Full
Replacement
Sl. Name of the Warranty in
Battery Description To Be Used For
No. Manufacturer Years (Should
not be less
than 2 years)
1. 12V N70Z Sumo/Scorpio
2. 12V13 Plates Eicher
3. 12V 45 AH Eco sports
4. 12V 65 AH Swift Dzire
5. 12V 65 AH TUV
6. 12V19 Plates Tata Bus
7. 12V NS 40 M/Van
8. 12V 4LB M/c self starter
9. 12V2.5AH M/c kick start
10. 12V 70L Innova/Qualis
11. 12V 70 R Bolero
12. 12V 5LB Honda Activa
13. 12v 55 AH H/City
14. 12V 7 LB Achiver M/C

Note:
1. The bidder has to quote for the above mentioned sizes only.
2. Unit rate and price shall be quoted in Indian rupees in figure & words
3. The rate quoted should be inclusive of all charges, including Taxes, levy etc.
4. Statutory Deductions will be effected at the time of payment as per rules at vogue.

Signature of the vendor

25
ANNEXURE-K
SPECIAL CONDITIONS FOR PURCHASE ORDER :
1. The rates are for free delivery of the items at PTO, Mangalagiri,AP
2. The rates are inclusive of all taxes applicable and for Tyres 55,00KMs of mileage and 2
years and for Batteries with 2 years unconditional full replacement warranty period.
3. Dispatch Instructions: All the supplies should be delivered to the consignee in the
manufacturer’s original packing and original markings.
4. The bills should be submitted in triplicate to this office duly showing the tax component
separately along with GST number for arranging necessary payment.
5. The supply of the articles as per the approved sample and specifications. Articles if any
not in accordance with the approved sample will be rejected and returned to you at
your own cost for replacement. Action will simultaneously be taken either to reduce
and rates of the articles to be supplied up to the extent of 10% or to blacklist the firm.
Besides forfeiture of Bank guarantee and to be obtain supplies form alternative sources
at the risk and cost of the Vendor.
6. The date mentioned in the purchase order for arranging supplies should be constructed
as dated on or before which supplies should be in the hand of the consignee and should
not be taken as the date for dispatching stores.
7. Advance delivery is not encouraged. Supplies should strictly confirm to the
specifications required by this Department (or) should strictly conform to the approved
(Reverse Auction) sample.
8. Under any circumstances, Railway Receipt should not be sent through Bank to the
consignee or to this office. Any demurrage, warfare etc., incurred due to failure to
observe this condition shall be entirely vendors account.
Unless and until prior extension in delivery period is applied for and sanctioned, the
execution of the supplies after the delivery date mentioned in this order shall be
deemed to constitute breach of contract and shall attract condition No.5 above.
9. The supplier shall facilitate to replace all the defective items under warranty at all the
district headquarters in A.P. Such the details of dealer/distributor/service centre in each
district shall be furnished
10. The supplies not distributed and kept in the stores for a period of one year found any
manufacturing defective, colour fade etc., are to be replaced free of cost by the supplier
and consequential losses made by him in case of defaults like fading of colour etc.
11. The Government will not pay separately for transit insurance and he will be responsible
until the entire contract is completed for arriving in good conditions at destination.
12. Whenever under this purchase order any sum of money is recoverable/payable by
Buyer, the Inspector General of Police, Police Transport Organisation, A.P., Mangalagiri
shall be entitled to recover such sums by appropriating in part or while the balance and
the total sum/due recoverable, as the case may be, shall be deducted from any sum/due
or which any time thereafter money becomes due to him, under this, or any other
contract with the Government, such deduction being made from your bills.
13. If any dispute arises as to the quality of stores supplied for purchase of either
acceptability or purchase, the opinion of the Inspector General of Police, Police
Transport Organisation, A.P., Mangalagiri shall be final and he shall not be required to
give any reason in writing for rejection of the supplies to that effect.
14. Remittance of the bills will be made at his cost.

Signature of the vendor

26
15. In case of any breach of contract, terms of Agreement and purchase order and its
conditions, the decision of the Inspector General of Police, Police Transport
Organisation, A.P., Mangalagiri is final and binding on the Buyer.
16. Payment will be made by this office for all supplies. If remittances are required by
Demand Draft, they will be made at cost of supplier.
17. Rejected goods or materials shall be removed at expenses of vender within seven days
after notice shall have been given to the vender of the rejection. If not so taken away,
the Inspector General of Police, Police Transport Organisation, A.P., Mangalagiri may
cease the goods or materials to be removed and charge the vender with all expenses
incurred in such removal.
18. The contract or any part of share of interest in it is not to be transferred or assigned by
vendor directly or indirectly to any person or persons whom-so-ever without the
written consent of the Inspector General of Police, Police Transport Organisation, A.P.,
Mangalagiri
19. In the case of partnership firm, the firm should submit a copy of the partnership deed
duly attested by a scheduled Bank or Gazetted Officer. The firm should also indicate
the names of their partners to receive payments of bills from this office.
20. The select firm should submit performance bank guarantee along with agreement bond
within 7 days from the date of receipt of communication of this office, or otherwise,
the proposed purchase order will be cancelled and further action taken.
21. The suppliers should affix stamp clearly of the concerned firm on each item supplied by
them after issue of purchase order while making delivery of items at Mangalagiri.
22. Vendors should submit the required documents as mentioned above. After the opening
of Pre-Qualification bid no further correspondence will be entertained.
23. In case of any dispute, the matter can be referred to competent Court at Mangalagiri
city only and not anywhere else.
24. The prices of the items, after finalization, should be valid up to 25/05/2020.
25. This Reverse Auction should be made applicable to all the units of Police Department in
Andhra Pradesh. Successful Reverse Auction should supply the items to the Units of
Police Department, if any orders are placed, by them on the same Terms and
Conditions.
26. The period of delivery of material within (15) days from the date of issue of Indent or
purchase order from this organisation failing which penalty clause will apply.
Penalty for Default in Delivery:
i. For any delays in delivery beyond accepted period for delivery, the
Vendor will be liable for penalties as follows: (Delivery period shall be
counted from the date of receipt of Purchase Order by the Vendor).
ii. For the delay of first 5 Days or part there of 0.5% of the value of the
purchase order.
iii. For additional delay beyond 5 Days, for every one week or part thereof
a penalty of 1% of the PO value will be levied.
iv. If the delay exceeds more than 30 days, IGP, P.T.O., A.P., Mangalagiri,
will reserve the right to cancel the order without giving any notice and
performance guarantee will be forfeited.

Signature of the vendor

27

You might also like