TELANGANA STATE AGRO INDUSTRIES DEVELOPMENT...

42
Signature of the Bidder 1 of 42 FOR TSAIDCL TELANGANA STATE AGRO INDUSTRIES DEVELOPMENT CORPORATION LIMITED DRAFT EXPRESSION OF INTEREST (EOI) EOI NO: 30/TSAGROS/EOI/NALGONDA/AKPB/2018-19, dated: 14-02-2019 CALLING OF EXPRESSION OF INTEREST (EOI) FOR APPOINTMENT OF SERVICE PROVIDER TO RUN THE AGRO KARSHAK PETROL BUNK (AKPB) AT NALGONDA FOR DISPENSING FUEL, OTHER ALLIED PRODUCTS SALES AND OTHER RELATED ACTIVITIES INCLUDING DAY TO DAY OPERATION AND MAINTENANCE OF FUEL OUTLETS OF TSAIDCL. FOR EOI DOCUMENT DOWNLOADING FROM Website: www.tsagros.org ADDRESS O/o TSAIDCL, #BLOCK NO: 301 & 302, 3 RD FLOOR, SWARNAJAYANTHI COMMERCIAL COMPLEX, AMEERPET, HYDERABAD-500038

Transcript of TELANGANA STATE AGRO INDUSTRIES DEVELOPMENT...

  • Signature of the Bidder 1 of 42 FOR TSAIDCL

    TELANGANA STATE

    AGRO INDUSTRIES DEVELOPMENT

    CORPORATION LIMITED

    DRAFT EXPRESSION OF INTEREST (EOI)

    EOI NO: 30/TSAGROS/EOI/NALGONDA/AKPB/2018-19, dated: 14-02-2019

    CALLING OF EXPRESSION OF INTEREST (EOI) FOR

    APPOINTMENT OF SERVICE PROVIDER TO RUN THE AGRO

    KARSHAK PETROL BUNK (AKPB) AT NALGONDA FOR

    DISPENSING FUEL, OTHER ALLIED PRODUCTS SALES AND

    OTHER RELATED ACTIVITIES INCLUDING DAY TO DAY

    OPERATION AND MAINTENANCE OF FUEL OUTLETS OF TSAIDCL.

    FOR EOI DOCUMENT DOWNLOADING FROM

    Website: www.tsagros.org

    ADDRESS

    O/o TSAIDCL, #BLOCK NO: 301 & 302, 3 RD FLOOR,

    SWARNAJAYANTHI COMMERCIAL COMPLEX,

    AMEERPET, HYDERABAD-500038

    http://www.tsagros.org/

  • Signature of the Bidder 2 of 42 FOR TSAIDCL

    STANDARD BID DOCUMENT

    INDEX

    Sl. No.

    DETAILS PAGE No.

    1 DISCLAIMER 4-5

    2 NOTICE INVITING EOI 6-9

    3 ABBREVIATIONS 9

    DETAILS OF EOI NOTIFICATION

    4 PREAMBLE 10

    5 TERMS AND CONDITIONS OF THE EOI 10

    6 EARNEST MONEY DEPOSIT (EMD) 11

    7 SUBMISSION OF BID 12

    8 DOCUMENTS REQUIRED FOR QUALIFICATION 12-13

    9 AMENDMENT OF EOI DOCUMENT 13

    10 FINANCIAL BID 13

    11 PERIOD OF CONTRACT 13

    12 ELIGIBILITY / QUALIFICATION CRITERIA 13

    13 CRITERIA FOR SELECTION AND FINALIZATION 13-14

    14 BIDDERS RESPONSIBILITY 14

    15 OPENING AND EVALUATION OF BIDS 14-15

    16 BID /EOI EVALUATION COMMITTEE 15

    17 AMENDMENT OF EOI DOCUMENT 15

    18 ALLOTMENT OF CONTRACT 15

    19 TERMINATION OF EOI PROCESS 15

  • Signature of the Bidder 3 of 42 FOR TSAIDCL

    GENERAL AGREEMENT CONDITIONS OF THE CONTRACT

    20 NATURE OF CONTRACT 16

    21 PERIOD OF CONTRACT 16

    22 EVALUATION OF CONTRACT 16-17

    23 ELIGIBILITY CRITERIA 17-18

    24 PROVIDING SERVICE/SUPPORT BY THE SERVICE

    PROVIDER 18-21

    25 PROCEDURE FOR PLACING INDENT TO THE OIL COMPANY.

    21-22

    26 PAYMENT OF FIXED SECURITY DEPOSIT AND ENTERING INTO AGREEMENT

    22-23

    27 PAYMENT TERMS 23

    28 GENERAL CONDITIONS 24-27

    29 TERMINATION FOR DEFAULT 27-28

    30 PENALTIES FOR CHARGING EXCESSIVE RATES 28

    31 TERMINATION OF CONTRACT 28-29

    32 CONCLUSION OF AGREEMENT PERIOD 29

    33 INDEMNITY 29

    34 FORCE MAJEURE 29-30

    35 APPLICABLE LAW 30

    36 MISCELLANEOUS INSTRUCTIONS 30-31

    37 BID RESPONSIVENESS 31

    38 FRAUD AND CORRUPT PRACTICES 31-32

    39 ANNEXURE - I (EMD DETAILS)

    33

    40 ANNEXURE - II

    [FIXED SECURITY DEPOSIT (FSD)] 34

    41 EOI SUBMISSION LETTER 35

    42 ANNEXURE - III (STATEMENT SHOWING THE DETAILS OF

    LOCATION PROJECTED VOLUMES)

    36

    43 ANNEXURE - IV (BID APPLICATION FORM)

    37-38

    44 SITE LOCATION OF AKPB TO BE ESTABLISHED

    39-40

    45

    ANNEXURE – V

    [FINANCIAL BID (PRICE BID)]

    41

  • Signature of the Bidder 4 of 42 FOR TSAIDCL

    DISCLAIMER

    The information contained in this EOI document or subsequently provided to Bidders,

    whether in document or verbal or any other form by or on behalf of Telangana State Agro

    Industries Development Corporation (TSAIDCL) by any of its employees or advisors, is

    provided to Bidders on the terms and conditions set out in this EOI document and such

    other terms and conditions subject to which such information is provided.

    This EOI is not an agreement and is neither an offer nor invitation by TSAIDCL to the

    prospective Bidders or any other person. The purpose of this EOI document is to provide

    interested parties with information that may be useful to them in eliciting their proposals

    pursuant to this EOI document. This EOI document may not be appropriate for all persons

    and it is not possible for the TSAIDCL, its employees or advisors to consider the investment

    objectives, financial situation and particular needs of each party who reads or uses this EOI

    document.

    This EOI document includes statements, which reflect various assumptions and

    assessments made by the TSAIDCL in relation to the Contract. Such assumptions,

    assessments and statements do not purport to contain all the information that each Bidders

    may require.

    The assumptions, assessments, statements and information contained in this EOI

    document, may not be complete, accurate, adequate or correct. Each Bidder should,

    therefore, conduct his/her own investigations and analysis and should check the accuracy,

    adequacy, correctness, reliability and completeness of the assumptions, assessments,

    statements and information contained in this EOI document and obtain independent advice

    from appropriate sources.

    Information provided in this EOI document to the Bidder(s) is on a wide range of matters,

    some of which depends upon interpretation of law. The information given is not an

    exhaustive account of statutory requirements and should not be regarded as a complete or

    authoritative statement of law. The TSAIDCL accepts no responsibility for the accuracy or

    otherwise for any interpretation or opinion on law expressed herein.

    TSAIDCL, its employees and advisors make no representation or warranty and shall have

    no liability to any person, including any Applicant or Bidder under any law, statute, rules

    or regulations or tort, principles of restitution or unjust enrichment or otherwise for any

    loss, damages, cost or expense which may arise from or be incurred or suffered on account

    of anything contained in this EOI document or otherwise, including the accuracy,

    adequacy, correctness, completeness or reliability of the EOI document and any assessment,

    assumption, statement or information contained therein or deemed to form part of this EOI

    document or arising in any way in this EOI Stage

  • Signature of the Bidder 5 of 42 FOR TSAIDCL

    TSAIDCL reserves the absolute right, without any obligation or liability, to accept or reject

    any or all of the EOIs, at any stage of the process, to cancel or modify the process, or any

    part thereof, or to vary any of the terms and conditions, at any time, without assigning any

    reason whatsoever.

    The volumes shown are only projections and that the Service Provider has to make his/her

    own assessment about the potentiality of the outlet. No claims of whatsoever will be

    entertained on non materialization of volumes.

    The commencement of all the fuel outlets is subject to obtaining NOCs. No claims of

    whatsoever reason will be entertained on non commencement of the said fuel outlets.

    Without prejudice to any express provision contained in the Agreement, the Service

    Provider acknowledges that prior to the execution of the Agreement, the Service Provider

    has after a complete and careful examination made an independent evaluation of the

    potentiality of the business and all the information provided by TSAIDCL, and has

    determined to the Bidders satisfaction the nature and extent of such difficulties, risks and

    hazards as are likely to arise or may be faced by the Service Provider in the course of

    performance of its obligations.

    TSAIDCL reserves the absolute right to reject any or all the bids without assigning any

    reason(s) whatsoever and the decision of the management shall be final and binding on all

    the Bidders. The Bid not fulfilling any of the above conditions will summarily rejected.

  • Signature of the Bidder 6 of 42 FOR TSAIDCL

    TELANGANA STATE AGRO

    INDUSTRIES DEVELOPMENT CORPORATION LIMITED

    NOTICE INVITING EOI

    1. Department

    Name TELANGANA STATE AGRO INDUSTRIES DEVELOPMENT

    CORPORATION LIMITED (TSAIDCL)

    2 NAME OF THE

    WORK

    RUNNING OF AGRO KARSHAK PETROL BUNK (AKPB), AT NALGONDA BY SERVICE PROVIDER IN REVENUE

    SHARING BETWEEN TSAIDCL AND SERVICE PROVIDER.

    3 LOCATION VENKATESWARA(VT) COLONY, HYDERABAD ROAD, NEAR VIVEKANADA STATUE, NALGONDA, NALGONDA

    DISTRICT

    4. Circle/Division OFFICE OF THE VC & MD, TSAIDCL, HYDERABAD

    5. EOI Number No:30/TSAGROS/EOI/NALGONDA/AKPB/2018-19,

    dated: 14-02-2019

    6.

    FIXED

    SECURITY

    DEPOSIT (FSD)

    Rs 50-00 Lakhs

    FSD is the fixed deposit with TSAIDCL. It does not bear

    any interest up to the agreement period. It is refundable/adjustable amount after the closure of Agreement.

    7. Period Of

    Contract 30(Thirty) years

    8. Form Of

    Contract As per EOI Document

    9. EOI Type Two Type Bid

    10. EARNEST MONEY DEPOSIT (EMD)

    The Bidder shall submit the Earnest Money Deposit in the form of Demand Draft for Rs: 5,00,000/- ( Rupees

    Five Lakhs only) drawn in favour of “TELANGANA STATE AGRO INDUSTRIES DEVELOPMENT CORPORATION

    LIMITED“ drawn from any nationalized banks and same EMD shall be submitted in the Technical Bid cover only.

    EOI without EMD shall be rejected as being non responsive.

  • Signature of the Bidder 7 of 42 FOR TSAIDCL

    11. EOI document Cost

    Rs. 5,000/-Towards the Cost of EOI document, non Refundable Demand Draft drown in favour of

    “TELANGANA STATE AGRO INDUSTRIES DEVELOPMENT CORPORATION” payable at Hyderabad shall be submitted

    in the Technical Bid cover only

    12. Bid submission

    starting Date & Time

    16-02-2019 from 11.00 AM

    13. Bid submission

    closing Date & Time

    23-02-2019 up to 02.00 PM

    14. Bid submission

    Venue

    Dropped in Box kept at O/o TSAIDCL,

    Block NO: 301, 3RD FLOOR, Swarnajayanthi Commercial Complex,

    Ameerpet, Hyderabad -500038.

    15. Technical Bids

    Opening Date and Time

    25-02-2019 from 03.00 PM

    16. Commercial Bids

    Opening Date

    and Time

    28-02-2019 from 03.00 PM

    17. Place Of BIDs Evaluation

    TSAIDCL, its Conference Hall, Block No: 321, 3rd

    Floor, Swarnajayanthi Commercial Complex, Ameerpet, Hyderabad-500038.

    18. Officer Inviting Bids

    The Vice Chairman and Managing Director,

    TSAIDCL, Hyderabad.

    19. Contact Person

    & Details

    General Manager, Contact No: 9912880011 Executive Engineer (Project), Contact No: 7780131237

    Phone: 040-23302680, 040-23302681

    20. Address/E-mail

    Id

    O/o TSAIDCL, Block NO: 301 & 302, 3rd Floor, Swarnajayanthi

    Commercial Complex, Ameerpet, Hyderabad -500038 Email Id: [email protected]

    mailto:[email protected]

  • Signature of the Bidder 8 of 42 FOR TSAIDCL

    22. PROCEDURE TO OFFER SUBMISSION:

    22.1 The Bidders shall submit their response through Bid submission by

    following the procedure given below.

    A. The Bidders shall submit their bids to the EOI Inviting Authority as

    notified at Venue mentioned to drop EOI in Sealed cover. The Bidders

    shall submit EOI with all documents of Technical Bid in a separate

    sealed cover duly super scribing as “1. TECHNICAL BID FOR “AKPB

    NALGONDA” and Price Bid in a separate sealed cover duly super

    scribing as “2. PRICE BID FOR “AKPB NALGONDA” with name and

    address of the Bidders. Put the both covers in a third cover duly super

    scribing “BID FOR AKPB EOI NO: 30/AKPB/NALGONDA/2018-19”

    and same shall be Dropped in Box kept at O/o The TSAIDCL, #Block

    No. 301, 3rd Floor, Swarnajayanthi Commercial Complex, Ameerpet,

    Hyd-500038 within the date and time stipulated in the EOI.

    B. The Bidders shall submit their eligibility, qualification details, Technical

    bid, and financial bid etc in standard formats along with supporting

    document copies in support of their bids. The bidder shall sign on all the

    statements, documents, certificates, submitted by him, owning

    responsibility for their correctness / authenticity. The Bidders shall

    submit during the bid submission as per the EOI Notice and Bid

    Document.

    22.2 SUBMISSION OF EMD/DOCUMENTS

    At the time of submission of bids, the Bidders are requested to submit the

    originals of DD towards EMD and EOI document cost and along with other

    documents at place mentioned within the date and time specified in EOI

    notification either personally or through special messenger and drop the

    same at box kept for Bid at O/o the TSAIDCL, #Block No: 301, 3rd floor,

    Swarnajayanthi Commercial Complex, Ameerpet, Hyderabad -38, with

    within the stipulated time and it is the own responsibility of Bidders.

    TSAIDCL shall not take any responsibility for any delay or non-receipt. If

    any of the documents furnished by the Bidders are found to be

    false/fabricated/bogus, such Bids will be summarily rejected and the EMD

    will be forfeited.

  • Signature of the Bidder 9 of 42 FOR TSAIDCL

    22.3 DOWNLOAD EOI DOCUMENT FROM WEBSITE:

    The Bidders are requested to download the EOI Document from website:

    www.tsagros.org or in person may be obtained from the Registered Office

    of TSAIDCL, situated at #Block No: 301, 302, 3rd floor, Swarnajayanthi

    Commercial Complex, Ameerpet, Hyderabad - 38 between 10:30 AM to 5:00

    PM on all working days on payment of the amount mentioned against each

    EOI Schedule cost in the shape of Demand Draft of Rs. 5,000/- (Rupees Five

    thousand) and read all the terms and conditions mentioned in the EOI

    Document and seek clarification, if any, from the EOI Inviting Authority.

    The Bidders have to keep track of any changes by viewing the

    Addenda/Corrigenda issued by the EOI Inviting Authority from time-to-

    time, in the www.tsagros.org website/daily news papers for which EOI

    Published. The Department calling for EOI shall not be responsible for any

    claims/problems arising out of this.

    General Terms & Conditions as per EOI Document

    ABBREVIATIONS: AKPB - Agro Karshak Petrol Bunk

    EMD - Earnest Money Deposit

    EOI - Expression of Interest

    FSD - Fixed Security Deposit

    TSAIDC L - Telangana State Agro Industries Development Corporation Limited, Hyderabad

  • Signature of the Bidder 10 of 42 FOR TSAIDCL

    DETAILS OF EOI NOTIFICATION

    EOI NO: 30/TSAGROS/EOI/NALGONDA/ AKPB/2018-19, dated: 14-02-2019

    PREAMBLE

    Telangana State Agro Industries Development Corporation Limited (TSAIDCL),

    is very much interest to develop the financial strength through its activity duly

    establishing the AGRO KARSHAK PETROL BUNKS business. For better

    performance and development of business in financial activity, it is decided by

    the TSAIDCL to take services of the Service Provider.

    A. The EOI is for appointment of Service Provider for running AKPB for dispensing Fuel, other allied products sales and other related activities including day to day

    operation and maintenance of Fuel Outlets of TSAIDCL its Agro Karshak Petrol Bunks.

    B. TSAIDCL reserves the right to accept any Bid or reject/cancel any bid or all the Bids received in response to this EOI notification at any stage without assigning any reasons whatsoever.

    C. The validity of EOI is 90 days.

    TERMS AND CONDITIONS OF THE EOI

    GENERAL

    1. Bidder is required to read carefully the contents of this document and is expected to examine all instructions, forms, terms and conditions in the EOI documents. Failure to furnish all the information required as per the EOI document or submission of EOI not substantially responsive to the EOI documents in every respect will be at the Bidders’ risk and may result in rejection of the EOI.

    2. The EOI must be submitted in the prescribed EOI Form along with requisite EMD and EOI document cost in the Technical Bid cover only as notified in the EOI

    document within the date and time given.

    3. The EOI once submitted shall not be permitted to be withdrawn. The TSAIDCL shall not be responsible for the delay in finalizing the EOI for administrative reasons or for the reasons beyond its control viz., Court directive etc.

    4. Any Individual/person/Agency/Organization, who/which was a licensee to the TSAIDCL in the past and was terminated due to default in payment or for any other reasons and any existing licensee, who defaulted in payment of license fee

    equivalent to 6 months and above in the present license on the date of submission of this EOI, is disqualified from participating in this EOI.

    5. The Bidders shall also submit DD for an amount of Rs. 5,000/- (Five thousand Rupees only) towards EOI document Cost.

  • Signature of the Bidder 11 of 42 FOR TSAIDCL

    6. EARNEST MONEY DEPOSIT

    The Earnest Money Deposit is to be furnished as under:

    A. The Bidder shall submit the Earnest Money Deposit in the form of Demand Draft, drawn in favour of “TELANGANA STATE AGRO INDUSTRIES

    DEVELOPMENT CORPORATION LIMITED” payable at Hyderabad shall be submitted in the Technical Bid cover only as a part of his/her BID drawn from any nationalized bank. EOI without EMD shall be rejected as being non responsive.

    B. The EMD of the unsuccessful Bidder will be returned only after finalization of the EOI/Bidder. The TSAIDCL shall not be responsible for any delay in refund of EMD due to any reason in finalizing EOI i.e., Administrative reasons / Court directive etc.

    C. The EMD of the successful Bidder will be adjusted towards in the Fixed Security Deposit (FSD) payable to the TSAIDCL towards its AKPB for successful bidder.

    7. THE EMD OF THE BIDDERS WILL BE FOREFITTED UNDER THE FOLLOWING CIRCUMSTANCES.

    A. When the EMD is less paid than what is stipulated in EOI.

    B. When the EMD is paid through other means i.e., in a manner other than what is stipulated in the EOI Notification.

    C. When EOI document form with pre-conditions or additional conditions is submitted.

    D. When the EOI is submitted in an unconcerned EOI document form.

    E. When the EOI is submitted for the business other than that notified in the EOI Notification.

    F. When the EOI document form is submitted by a minor. However, in case the EOI is submitted on behalf of a minor, necessary proof of guardianship shall be submitted, failing which EOI will be rejected.

    G. When the EOI form is submitted by the person as stated vide clause 4

    above.

    H. When the BID form is rejected as per the clause 8 (D).

    I. When the successful Bidder fails to furnish FIXED SECURITY

    DEPOSIT (FSD) (other than EMD) within 10 (TEN) days from the date of issue of letter of allotment of the contract.

    J. When the successful Bidder backs out from taking up of the contract within the stipulated period, for whatsoever reason.

    K. When the successful Bidder fails to enter into agreement with the TSAIDCL with in 10 (TEN) days from the date of issue of allotment letter for the contract.

    L. Non enclosure of requisite documents.

  • Signature of the Bidder 12 of 42 FOR TSAIDCL

    8. SUBMISSION OF BID

    A. Before submission of the EOI, Bidders are required to make themselves fully conversant with the terms and conditions, so that no ambiguity arises at a later date in this respect.

    B. If the Bidder finds discrepancies in EOI document and its conditions or if he/she is in doubt as to their meaning, he/she should at once intimate and obtain clarification prior to submission of the EOI.

    C. If the EOI is submitted on behalf of Individual/ firm, name of the person representing the firm along with designation shall be mentioned in the Bid from below the firm’s name. Also proof of authorization shall be enclosed.

    D. The EOI document form shall be filled in all respects and shall be signed by the Bidders. The Bidders should ensure that their offer is submitted on the due date and time.

    E. Incomplete EOI or EOI not fulfilling any of the conditions specified above are liable to be rejected without assigning any reason.

    9. DOCUMENTS REQUIRED FOR QUALIFICATION:

    A. A Demand Draft for Rs. 5,000/- (Five thousand Rupees only) towards EOI document cost which is non refundable.

    B. Earnest Money Deposit (EMD) Rs.5,00,000/- (Rupees Five Lakh only)

    C. Application form duly filled and signed as indicated at Annexure-IV.

    D. All the papers of EOI document with terms and conditions duly signed by the Bidders on each page as a token of acceptance of all the terms and conditions.

    E. Photo Id in case bidder is an individual.

    F. Self attested copy of PAN/TAN card, and GST registration of the Bidders.

    G. A certificate in original:

    i. From an Independent Chartered Accountant on the turn over for the reference years i.e., 2015-16, 2016-17 & 2017-18 shall be submitted. (Not applicable for Individuals)

    ii. Copy of Profit and Loss Account and Balance sheet duly certified by the Auditor for 3 years shall be submitted. (Not applicable for Individuals)

    H. IT/ Returns duly filed for FYs 2015-16, 2016-17 & 2017-18 with computation details.

    I. Articles of Association / Memorandum of Association (in case of registered companies), By laws and certificates for registration (in case of registered co-operative societies), Registered Partnership deed (in case of partnership firm), relevant Registration Certificates/ Deeds (in case of

    individuals/Proprietorship).

    J. Power of Attorney/Authority Letter to sign the EOI Document as applicable.

    K. The Bidder should be an Individual/sole proprietorship/registered Firm/partnership firm/registered Cooperative Society/Company incorporated

  • Signature of the Bidder 13 of 42 FOR TSAIDCL

    under Companies Act in any business for not less than 3 years ending 2017-18 (Financial Year). (Firms & Companies only)

    L. Any other document required as per the EOI conditions.

    10. The EOI must be unconditional. Conditional offers will be summarily rejected.

    11. AMENDMENT OF EOI DOCUMENT:

    At any time prior to the Proposal Due Date, TSAIDCL may, for any reason, whether at its own initiative or in response to clarifications requested by a

    Bidder, modify the EOI Document. Any modification thus issued will be informed to all the prospective bidders by notifying on TSAIDCL website www.tsagros.org. Such modification will be binding upon all bidders participating in EOI process.

    12. FINANCIAL BID:

    The Bidders shall submit the document copies of the Financial Bid (commercial

    template) as mentioned at Annexure-V at venue mention in the O/o TSAIDCL

    office, Block No 301, 3rd floor as per the time and date mention in the EOI. No

    other format / preformed shall not be accepted.

    13. PERIOD OF CONTRACT

    The Contract will be awarded for a period of 30 (thirty) years among the qualified Bidders. For those lease sites the contract period of the Service

    Provider is limited to agreement period of the lease site (for particular cases only).

    14. ELIGIBILITY / QUALIFICATION CRITERIA:

    A. The participants in EOI shall be an individual/ sole proprietorship/ registered Firm/ partnership firm/ registered Cooperative Society/Company incorporated under Companies Act/Joint Venture and produce relevant registration certificate accordingly.

    B. Further to be eligible to participate in this EOI, the intending bidder firm must have annual turnover from business more than Rs. 1-00 Crore in any

    one year of the FYs 2015-16, 2016-17 & 2017-18. C. INCOME TAX: IT returns filed for previous 3 immediate years with

    computation details by both the individual and others. D. Fund requirement eligibility for Fixed Security Deposit shall be submitted

    through Solvency Certificate/ Bank Deposit Certificate equalent to FSD after the date of advertisement to be obtained from a Nationalized Bank/Scheduled Commercial Bank as applicable for the purpose of eligibility.

    15. CRITERIA FOR SELECTION AND FINALIZATION:

    A. The Bidder who accepts equal amount of Fixed Security Deposit (FSD) with a condition, i.e., the bidder who quotes lowest percentage of share on current fixed margin, less than or equal to 60% on margin expected to be paid by the TSAIDCL on the current margin for litre in HSD & MS will be awarded the contract.

    B. The percentage of share shall be paid to the successful bidder, if any after deducting of all kind of expenditures incurred for successful running of the AKPB. The TSAIDCL shall pay the Service Provider’s share on the receipt of

  • Signature of the Bidder 14 of 42 FOR TSAIDCL

    the current margin from the Oil Company per litre in MS and HSD as fixed time to time.

    C. If more than one qualified bidder quotes equal percentage on margin, then the TENDER COMMITTEE will negotiate/draw of lots with the Bidders and make recommendations for the allotment to the competent authority.

    D. When the successful Bidder fails to enter into agreement with the TSAIDCL within stipulated time from the date of issue of allotment letter for the contract, in such case the allotment is assumed to be cancelled as per EOI

    terms and conditions. Then duly forfeiting such bidder EMD and the same may be awarded to next Bidder as on the negotiation and recommendation of the TENDER/EOI COMMITTEE.

    16. BIDDERS RESPONSIBILITY:

    The following due diligence/deliberation is the sole responsibility of the Bidder:

    A. The Bidder may assess the expenses/potential of the outlets within area of AKPB. Bidder shall carry out his/her own study/assessment of the volumes and accordingly quote the percentage of share on current fixed margin. No claims of whatsoever are permissible on account of volume realisation.

    B. The Bidder is expected to examine carefully the contents of all the documents provided. Failures to comply with the requirements of EOI document will be at the Bidder own risk.

    C. It would be deemed that prior to the submission of EOI, the Bidder has:

    i. Made a complete and careful examination of requirements, and other information set forth in this EOI Document.

    ii. Made a complete and careful examination of the various aspects of the agreement of this EOI Document.

    D. TSAIDCL shall not be liable for any mistake or error or neglect by the Bidder

    in respect of the above.

    17. OPENING AND EVALUATION OF BIDS:

    A. The EOI’s will be evaluated at the TSAIDCL Office. TECHNICAL BIDs will be evaluated on 25.02.2019 from 03.00 PM PRICE BIDs will be evaluated on 28.02.2019 from 03.00 PM.

    B. In the event of the date specified for evaluation of EOI being declared as a holiday for TSAIDCL’s office, the due date for evaluation of EOI’S will be the following next working day.

    C. The maximum share allotted to the service provider is 60% on the current fixed margin per litre in HSD and MS, other allied products sales and other

    related activities. The Contract will be awarded to the lowest quoted bidder (L1), who quotes less than or equal to 60% which is the maximum share allotted, after negotiations and recommendations made by TENDER/EOI COMMITTEE constituted for this purpose.

    AND The Bidder, who accepts the Fixed Security Deposit (FSD)

  • Signature of the Bidder 15 of 42 FOR TSAIDCL

    [Note: Even though the Bidders meet the requirements, they are subject to be

    disqualified at any stage if they have made misleading or false representations in

    the forms, statements and attachments submitted in proof of the requirements /

    qualification.]

    18. BID/EOI EVALUATION COMMITTEE A. The EOI EVALUATION COMMITTEE constituted by the TSAIDCL shall evaluate

    the Bids. The decision of the Tender/EOI Evaluation Committee in the evaluation of the Bids shall be final. No correspondence will be entertained outside the process of negotiation/discussion with the Committee.

    B. The committee have the authority to review and take decision for finalisation of the Contract allotment, in case of previous default history in such business by the participating bidder.

    C. Any approach from the Bidders representative or his Contractor, trying to influence the decision on the EOI calling Authority, officially or otherwise,

    shall render the Bid liable to be summarily rejected. The EOI committee has been empowered to take the final decision regarding the Bid.

    19. AMENDMENT OF EOI DOCUMENT:

    At any time prior to the deadline for submission of proposals, TSAIDCL may for any reason, whether at its own initiative or in response to a clarification requested by prospective Bidders modify the EOI Document by issuing an addendum. Any Addendum issued by the TSAIDCL will reflect in the www.tsagros.org to provide reasonable time to the prospective Bidders to take an addendum into account while preparing their proposals, the deadline for submission of proposals may be extended, at the discretion of the EOI inviting

    Authority, if required.

    20. ALLOTMENT OF CONTRACT

    As per the recommendations of the Committee, the contract will be allotted to

    the successful Bidder. The successful Bidder shall enter into an agreement with the TSAIDCL within 10 days from the date of issue of letter of allotment of the contract.

    21. TERMINATION OF EOI PROCESS

    The TSAIDCL may terminate the EOI process at any time and without assigning any reason. TSAIDCL makes no commitments, express or implied, that this process will result in a business transaction with anyone.

    UNDERTAKING: I/we have gone through the EOI Documents and accepted all the terms and condition of the EOI and bound by the conditions given in the document as well as scope of work. That we agree that any EOI may be rejected if the competent authority feels that the response to EOI is not qualified enough for the selected bidder to execute the project.

    Seen, Read and Accepted.

    Signature of the Bidder

    http://www.tsagros.org/

  • Signature of the Bidder 16 of 42 FOR TSAIDCL

    GENERAL AGREEMENT CONDITIONS OF THE CONTRACT

    1. NATURE OF CONTRACT

    To provide services for operating and maintaining retail fuel outlet of TSAIDCL at location specified in Annexure-II i.e., dispensing FUEL, OTHER ALLIED PRODUCTS SALES and other related activities including day to day operations for running of Agro Karshak Petrol Bunks. The percentage of share shall be paid to the Service Provider, if any after deducting of all kind of expenditures incurred for successful running of the AKPB. The TSAIDCL shall pay the Service Provider’s

    share on the receipt of the current margin from the Oil Company per litre in MS and HSD as fixed time to time.

    Note: [The list of the outlets is indicative only. The allotment of operation of

    outlets would be subject to obtaining NOC for the outlet specified. The outlets

    will commence the outlet specified is in the process of obtaining NOC and

    construction of the fuel Outlets will take time. The entire process of completion

    of commencement of all the outlets notified may take a period of 06 months.

    The Service Provider shall commence the operation of the fuel outlets as

    intimated to him by the TSAIDCL from time to time].

    2. PERIOD OF CONTRACT:

    The period of contract is for 30 (Thirty) Years. The operation of the fuel outlet would be subject to obtaining NOC. Separate Agreement has to be entered outlet wise. For those lease sites the contract period of the Service Provider is limited to agreement period of the lease site (for

    particular cases only).

    3. EVALUATION OF CONTRACT:

    A. The Bidder who quotes lowest percentage on current fixed margin, less than or

    equal to 60% on margin expected to be paid by the TSAIDCL per litre of HSD

    and MS (separately) indented and for operation and maintenance of Fuel Outlets

    keeping in view the current margin that is given by Oil Companies. (The

    Current margin as on date on the sale of the MS and HSD per litre.)

    tentatively.

    A. The Proforma of the Financial Bid (commercial template) is given at

    Annexure-V. The Bidder shall submit the copy of the Financial Bid

    (commercial template) as mentioned at Annexure-V in EOI. No other

    format/proforma accepted. All the hard copies of the financial bid shall be

    submitted in the financial Bid Cover at venue mentioned in the office while

    submitting other hard copies as specified).

    B. The contract shall be allotted to the Bidder who quotes lowest percentage of

    share or equal to current fixed margin. If more than one qualified Service

    Provider quotes equal percentage of share on current fixed margin, the

    successful bidder will be decided through negotiations or draw of lots by the

    tender committee.

    C. The Bidder shall assess the expenses/potential of the outlet within location

    mentioned. The volumes mentioned against outlet (Annexure-III) are

  • Signature of the Bidder 17 of 42 FOR TSAIDCL

    estimated quantities and the actual volumes can vary. Bidder shall carry out

    his/her own study/assessment of the volumes and accordingly quote the

    percentage of share on margin. No claims of whatsoever are permissible on

    account of volume realization.

    4. ELIGIBILITY CRITERIA

    A. The Bidder should be a Sole Proprietorship/Registered Firm/Partnership

    Firm/Registered Cooperative Society/Company incorporated under Companies

    Act, in any business, for not less than 3 years ending 2017-18 (Financial Year)

    with a turnover of 1 Crore in any one year. For individual, three year annual

    returns shall be submitted. B. The Bidder should be registered under GST, furnish the GST Number and

    should have been registered with Income Ta x, and other statutory bodies.

    C. Should produce

    i. Articles of Association/Memorandum of Association (in case of registered companies), By laws

    ii. Certificates for registration (in case of registered co-operative societies)

    iii. Registered Partnership deed (in case of partnership firm)

    iv. Relevant Registration Certificates/Deeds (in case of individuals/Proprietorship).

    D. THE SERVICE PROVIDER HAS TO SUBMIT THE FOLLOWING COPIES OF

    CERTIFICATES ALONG WITH TECHNICAL BIDS.

    i. The Bidder should be an Individual/Sole Proprietorship/ Registered Firm/

    Partnership Firm/Registered Cooperative Society/ Company incorporated

    under Companies Act and produce relevant registration certificate

    accordingly.

    ii. A Demand Draft for Rs. 5,000/- (Five thousand Rupees only) towards

    EOI document cost which is non refundable.

    iii. Application form duly filled and signed as indicated at Annexure-IV.

    iv. All the papers of EOI document with terms and conditions duly signed by the

    Bidders on each page as a token of acceptance of all the terms and

    conditions.

    v. Photo Id in case bidder is an individual.

    vi. GST registered copy

    vii. Pan Card/TAN card copy

    viii. IT Returns for 3 Assessment years ending financial year 2017-18 with

    statement of Calculations of Income.

    ix. Power of Attorney/Authority Letter to sign the EOI Document as applicable.

  • Signature of the Bidder 18 of 42 FOR TSAIDCL

    x. The bidder shall submit EMD as under :

    1. NALGONDA: Rs. 5,00,000/- as EMD

    The EMD shall drawn in favour of “TELANGANA STATE AGRO INDUSTRIES

    DEVELOPMENT CORPORATION LIMITED” as a part of his/her EOI drawn

    from any nationalized bank and same DD Shall be submitted in Technical

    Bid cover only, as a part of his/her EOI (format of the EMD is at Annexure-I).

    The EMD of the successful Bidder will be retained by the TSAIDCL and the same

    amount shall be added to Fixed Security Deposit (FSD) for the entire period of

    contract, which shall not bear any interest. The Successful Service Provider shall

    have to submit the balance Fixed Security Deposit (FSD) for the remaining

    contract period, as per notified in the EOI document.

    xi. Turn over details of last 3 financial years ending Financial Year 2017-18,

    certified by a CA, supported by a Copy of Profit and Loss Account and Balance

    sheet duly certified by the Auditor with stamp/name & membership number.

    (Not applicable for Individuals)

    xii. Articles of Association / Memorandum of Association (in case of registered

    companies), By laws and certificates for registration (in case of registered

    co-operative societies), Registered Partnership deed (in case of partnership

    firm), relevant Registration Certificates/ Deeds (in case of

    individuals/Proprietorship).

    xi. Any other document required as per the EOI conditions.

    E. The Successful Bidder is required to submit a valid labour license from

    the Competent Authority under the provisions of the Contract Labour

    (Regulation and Abolition Act, 1970) and Rules, 1971. The successful

    BIDDER shall submit the ESI Registration & EPF Registration before

    commencement of the contract.

    5. PROVIDING SERVICE/SUPPORT BY THE SERVICE PROVIDER

    A. To effect physical delivery of the Petroleum products for sale dispensed

    through the said Retail Outlet at the rates fixed by the Oil Companies from

    time to time.

    B. The Service Provider shall be responsible for payment and procurement of

    fuel for operation of the fuel outlet through TSAIDCL to Oil Company.

    C. The Service Provider shall operate and maintain the Fuel Outlets duly

    engaging the required Manpower. The Service Provider shall provide

    adequate manpower to cover all activities (should not provide less

    manpower). The Capping on the Cost of the Man power will be

    decided on the basis of locations, labour Wages policy and number

    of persons employed. Revenue sharing will be done on net income

    after deducting operational cost of manpower, electricity and water

    from the gross income.

    D. The Service Provider shall be responsible for payment to staff engaged by

    them for carrying out the operation and maintenance of the outlet at his

    own cost. The Service Provider would ensure compliance of all the Labour

    Laws and shall be responsible for any liability arising out of non-compliance

  • Signature of the Bidder 19 of 42 FOR TSAIDCL

    of Labour Laws/Statutory requirements with regard to the staff engaged by

    him for operation of the outlet. TSAIDCL will not be liable or responsible for

    any default that may arise due to non observance of laws/rules on the part

    of the service Provider.

    E. The Successful Bidder shall commence the operation of fuel outlets within

    30 days of allotment of outlet by TSAIDCL. The allotment of the outlet

    means Agro Karshak Petrol Bunk, when it is ready to functioning. Beyond

    30 days a penalty of Rs.10,000/- (Ten thousand) per day will be levied

    for a period of 7 days and after that the Allotment order will be

    cancelled. In case the successful Bidder fails to commission the outlet/s

    after initial allotment, the entire EMD will be forfeited and TSAIDCL reserves

    the right to get the work done through alternate sources.

    F. The successful Bidder shall operate the allotted fuel outlet. The Service

    Provider shall not be permitted to withdraw from operation of allotted fuel

    outlet.

    G. When the Agro Karshak Petrol Bunk (AKPB) is ideal or not

    functioning in any reason whatsoever, the mandatory expenses,

    etc., if any shall be paid by the Service Provider. The Service

    Provider has to deposit the same amount with TSAIDCL as on when

    given the notice. If any delay may occur, then the same expenditure

    amount as per the share should be deducted from the Service

    Provider’s Fixed Security Deposit (FSD).

    H. The TSAIDCL shall have the right to operate or not to operate fuel outlet

    depending upon its exigencies. The Service Provider shall not have any right

    or objection in this regard. The Service Provider shall not claim any charges

    for loss of his/her business on the account of such non operation.

    I. The Service Provider shall be responsible for any damage to

    equipments, property and third party liabilities caused by acts on part

    of its deployed manpower at TSAIDCL premises. All equipment shall be

    used only for the purpose of carrying out legitimate business of TSAIDCL

    and will not be put into any other use. For any established damage,

    the extent of damage as decided by TSAIDCL will be final and binding on the

    Service Provider and it will be adjusted from its receivables like Fixed

    Security Deposit (FSD).

    J. Staff deployed by the Service Provider shall be courteous, polite and

    cooperative. The Service Provider shall verify the character antecedents

    before deploying any person at the Fuel Outlets. The service provider

    and his/her staff shall follow all Service standards as prescribed by the Oil

    Company and the TSAIDCL.

    K. The Service Provider shall ensure observance of all the Quality and Quantity

    Control norms as per Marketing Discipline Guidelines issued by Ministry Of

    Petroleum from time to time and any subsequent guidelines. The Service

    Provider shall not contravene State Petroleum Products (Licensing and

  • Signature of the Bidder 20 of 42 FOR TSAIDCL

    Regulations of Supplies) Order, 1980 or any other order relating to

    Petroleum Products issued under the Essential Commodities Act, 1955

    (central Act 10 of 1955). The Service Provider shall abide by the provisions

    of the Petroleum Act, 1934 and the Explosives Act, 1884 and any statutory

    re-enactment or modification thereof for the time being in force and the

    rules and regulations framed there under as also any other laws, rules or

    regulations either of the Central/State Government. The Service Provider

    shall also abide by the instructions issued by the Oil Company from time to

    time.

    L. The Service Provider shall be responsible for proper upkeep, cleanliness and

    house-keeping of the outlet.

    M. The Service Provider shall operate the outlet only in the name of the

    “TSAIDCL” and shall not operate the same under his/her name and style or under any other name. The Service Provider should not claim ownership on the product or other equipment.

    N. The Service Provider shall be granted permission to enter upon the site only

    for conducting the business at the retail outlet in the name of the

    “TSAIDCL” and for no other purpose.

    O. The premises of the retail outlet shall be in the possession of the TSAIDCL

    and one or more representative of the TSAIDCL shall always have the right

    to be in the premises of the outlet.

    P. The Service Provider is solely responsible for the safety of the persons

    engaged by him/her for operation and maintenance of Fuel Outlets.

    Q. Electricity, Water, maintenance of all tools and equipment and other

    expenses for running the retail outlet shall be borne by TSAIDCL &

    Service Provider in the ratio of the share agreed upon at the end of

    the tender process.

    R. The Service Provider shall follow the instructions issued from time to

    time by the Oil Company in connection with safe practices and

    Decanting procedure of the Petroleum Products. If any shortages

    arise before or after decanting, the same shall be written on the

    Invoice and the Service provider shall follow up with the Oil

    Company for reimbursement of the same. All necessary safety

    precautions like proper earthing etc., decantation of respective

    product from the tank truck to the respective product underground

    tank etc should be taken while decanting / delivering the petroleum

    products and any loss arising out of such operations should be borne

    by the Service Provider. The record of the density on a daily basis

    should be promptly maintained in the prescribed mandatory records.

    S. To maintain proper & correct accounts of the transactions carried out at the

    outlet each day as specified in the Marketing Discipline Guidelines issued by

    Ministry Of Petroleum.

  • Signature of the Bidder 21 of 42 FOR TSAIDCL

    T. To coordinate with the Weights & Measures department for initial

    stamping and thereafter yearly/periodical stamping of dispensing

    units. One designated employee of the TSAIDCL shall oversee the

    stamping activity. The actual expenses will be reimbursed by the

    TSAIDCL, on production of the original bills.

    U. To arrange for effective operation of air/water and other customer oriented

    facilities.

    V. To check the dispensing pumps to ensure delivery of correct quantity

    of MS & HSD on daily basis before start of sales and, in addition, if a

    complaint is received at any time of the day. In case of variation in

    delivery of product, the sales from such pumps should be stopped

    immediately and inform the TSAIDCL and the concerned oil company

    in writing. Totaliser seals and W&M seals should be inspected

    everyday and in case damage is observed, sales should be stopped

    immediately from such dispensing pumps and status to be conveyed

    to the TSAIDCL and the concerned oil company in writing.

    W. The Service Provider is responsible for handling the lubricants and allied

    products at the outlet. Wherever required the operator shall deploy additional

    manpower for sale of Lubricants. TSAIDCL will decide the quantum of margin

    on sale of these lubricants, from time to time. At any point of time, the

    service provider shall only sell products pertaining to the Oil Company which

    the outlet belongs to and not of any other Oil Company.

    X. Quality control equipment i.e., Hydrometer, Thermometer and

    Measuring Jar as well as quantity measuring equipment like Weights

    & Measures duly calibrated and stamped 5 litre measure jars should

    always be maintained in good condition.

    Y. To provide adequate security for the said Retail Outlet and ensure that

    there is no unauthorized occupancy or encroachment of outlet premises.

    The Service Provider is solely responsible for the safety of the entire Retail

    outlet premises in all respects especially while handling receipt and

    dispensing of petroleum products (as per norms) and protect the interests

    of the TSAIDCL and the motoring public. Any loss arising out of such

    operations shall be borne by the Service Provider.

    Z. To maintain the quality of MS and HSD as specified by the concerned Oil

    Companies.

    6. PROCEDURE FOR PLACING INDENT TO THE OIL COMPANY

    A. Upon receiving notice of completion from Oil Company, the TSAIDCL will

    allot the fuel outlet and the Service Provider will place indent for 4 KL MS

    and 4 KL HSD, which is required for testing and stamping purpose. These

    activities may take at least 15 days before the Oil Company hand over the

    retail outlet for regular operation. No claim of whatsoever will be admissible

    for delay, if any beyond these 15 days.

  • Signature of the Bidder 22 of 42 FOR TSAIDCL

    B. For the further requirement of oil, indent for the fuel for all the outlets shall

    be placed by the Service Provider on behalf of the TSAIDCL and send a copy

    of the same to the designated employee of the TSAIDCL.

    C. The TSAIDCL will transfer the amount to the Oil Company for the

    supply of the Petroleum Products. The certified invoice for the

    stock received along with the underground oil stock shall be mailed

    to TSAIDCL on day-to-day basis.

    D. Any delay in transfer of Amount to the Oil Company Account is the

    responsibility of TSAIDCL. Any penalties or additional charges imposed by

    Oil Company for delay of payment shall be borne TSAIDCL

    E. Any delay in transfer of Amount to the TSAIDCL Account, it is the

    responsibility of Service Provider as per EOI/contract agreement. Any

    penalties or additional charges imposed by Oil Company for delay of

    payment shall be borne Service Provider as per EOI/contract agreement.

    The Service Provider shall ensure that the outlet should not go dry

    for want of placement of indent. There has to be smooth operations

    of all the Fuel Outlets.

    F. In order to ensure smooth flow of data and handling of various activities, a

    software package may be developed by TSAIDCL to enable

    centralized handling. The service provider need to familiarize with the

    same and ensure that all required data sharing happens online as per the

    requirements of the TSAIDCL.

    G. The Service Provider shall operate TSAIDCL Account POS machines at the

    outlets for the cashless transactions.

    7. PAYMENT OF FIXED SECURITY DEPOSIT (FSD) AND ENTERING INTO AGREEMENT:

    A. FIXED SECURITY DEPOSIT (FSD)

    The EMD of the successful Bidder will be adjusted in Fixed Security Deposit

    payable to the TSAIDCL irrespective of commencement of the outlets. The

    Balance Fixed Security Deposit has to deposit duly deducting the EMD paid to

    TSAIDCL within the Time given for deposit from the date of issue of letter of

    allotment.

    B. FIXED SECURITY DEPOSIT (FSD)

    The Service Provider shall have to submit as per the value notified in the

    advertisement (as per Annexure II), within 10 days from the date of issue of

    letter of allotment. The total FSD is lay with the TSAIDCL till the period of the

    contract.

    C. RELEASE OF FIXED SECURITY DEPOSIT (FSD)

    The TSAIDCL will return the FSD after one month of successful completion of

    agreement period and settlement of dues, if any.

  • Signature of the Bidder 23 of 42 FOR TSAIDCL

    D. The TSAIDCL shall have the right, at any time and to adjust the FSD amount

    towards the due amounts payable to the TSAIDCL, if the Service Provider

    defaults for breach of any terms and conditions of the agreement.

    E. The Service Provider shall execute an agreement as stipulated by the TSAIDCL

    duly paying applicable stamp duty within 10 days from the date of issue of

    letter of allotment. He shall abide by observe and fulfil all the obligations as

    imposed under the agreement.

    F. In case, the successful Service Provider fails to furnish Balance FSD within 10

    days from the date of issue of letter of allotment and/or fails to enter into

    agreement with the TSAIDCL within 10 days from the date of issue of letter of

    initial allotment, TSAIDCL shall have the right to forfeit the EMD amount in

    favour of the TSAIDCL.

    G. The Service Provider has to give his services with his staff for smooth and

    successful running of AKPB. The Service Provider has to take the incentive for

    improvement of the business without loss. The percentage of share shall be paid

    from the Oil Company margins fixed charges after deducting the mandatory

    expenditures, etc., likely to incur for the business transactions.

    H. The TSAIDCL has the right to terminate contract, if the Service Provider fails to

    run the Business for 15 days for continuously. The TSAIDCL shall have all rights

    to terminate Service Provider on any other ground, whatsoever in nature duly

    forfeiting the FSD.

    8. PAYMENT TERMS

    A. The TSAIDCL shall pay the Service Provider’s share from the receipt of

    the amount from the Oil Company margins as per the Service

    Provider/successful Bidder quoted the percentage of margin inclusive of

    all taxes, Income Tax, GST and other GST TDS, if any as per Government

    Acts and rules after deducting of all kind of expenditures incurred on

    AKPB from running Business per litre of HSD and MS (separately)

    indented from the current margin given by Oil Companies.

    B. The Current margin as on date on the sale of the MS and HSD per litre.

    C. Any incentive accrued over and above the projected volume will be

    released to the Service Provider as per the Oil Company norms.

    D. The Service Provider shall submit the percentage of share on margin bill in

    triplicate separately along with incentive claims if any, in respect of a particular

    month by 5th of the next month. The payment will be released by 10th of the

    month subject to production of documentary evidence with a summary

    statement i.e., Invoice no/Quantity/Date/Amount.

    E. All payments to Service Provider will be made subject to deduction of Income

    Tax (Tax deduction at Source) as per the Income- Tax Act, 1961, GST and other

    taxes GST TDS if any as per Government of India Acts and rules.

    F. Payment will be made within 10 working days of submission of bills through

    RTGS.

  • Signature of the Bidder 24 of 42 FOR TSAIDCL

    9. GENERAL CONDITIONS:

    A. The selected Service Provider can transfer the work to any other third

    party duly getting approval from TSAIDCL after completion of Five (05)

    years. Transfer fee will be 2% subject to a minimum of Rs. 1-00 lakh on

    transfer transaction shall be remitted to TSAIDCL by the existing Service

    Provider for facilitating transfer to others.

    B. The personnel appointed by the Service Provider should be polite, cordial, positive

    and efficient, while handling the assigned work. The Service Provider shall be

    bound to prohibit and prevent any of employees from being intoxicated while on

    duty, trespassing or acting in any detrimental or prejudicial to the interest of the

    TSAIDCL. The decision of the officer designated by the TSAIDCL upon any matter

    arising under the clause shall be final and binding on the Service Provider.

    C. The Service Provider shall not engage Child labour.

    D. The Service Provider has to provide Photo Identity Cards and Uniform to the

    persons employed for carrying out the work.

    E. The persons engaged by the Service Provider shall be the employee of the Service

    Provider and it shall be the duty of the Service Provider to pay their salary every

    month and to provide weekly offs. The Service Provider will be wholly and

    exclusively responsible for payment of wages to the persons engaged by them in

    compliance of all the statutory obligations under all related legislations as

    applicable to them from time to time including Minimum Wages Act, Employees

    Provident Fund, ESI Act etc. and TSAIDCL shall not incur any liability for any

    expenditure whatsoever on the persons employed by the Service Provider on

    account of any obligation. The Service Provider shall comply with all statutory

    provisions.

    F. The Service Provider shall comply all the rules and regulations under Weights and

    Measures Act, shall cooperate with the authorities to provide samples and also be

    liable to any action in case of short comings in the provisions of the act noticed by

    the appropriate authorities.

    G. The Service Provider shall ensure compliance of all fire safety measures and

    comply with all the safety provisions. He/she shall ensure training of personnel in

    fire safety measures.

    H. The Service Provider shall be contactable at all times and messages sent by phone

    /e-mail/ fax / special messenger from TSAIDCL shall be acknowledged

    immediately on receipt on the same day. The Service Provider shall strictly

    observe the instructions issued by the TSAIDCL in fulfilment of the contract from

    time to time.

    I. TSAIDCL shall not be liable for any loss, damage, theft, burglary or robbery of any

    personal belongings, equipment or vehicles of the personnel of the Service

    Provider.

    J. That the Service Provider on their part and through their own resources shall

    ensure that the goods, materials and equipments etc. are not damaged in the

    process of carrying out the services undertaken by them. If the TSAIDCL suffers

  • Signature of the Bidder 25 of 42 FOR TSAIDCL

    any loss or damage on account of negligence, default or theft on the part of the

    employees/agents of the Service Provider, then the Service Provider shall be liable

    to reimburse the cost of the damages or loss sustained by the TSAIDCL for the

    same. Any accident/ casualty occurred during the course of working to any

    personnel engaged by the Service Provider; the liability that will arise out of the

    accident shall be borne by the Service Provider. The responsibility will remain with

    Service Provider and TSAIDCL will no way be responsible for it or any other clause

    mentioned above.

    K. The Service Provider shall comply at all times with all statutory and other

    requirements for ensuring the health, safety and welfare of the persons

    deployed.

    L. The Service Provider shall pay all local and other taxes, rates and other levies in

    respect of Service Provider, to the Govt. or any local authority

    M. The Service Provider shall indemnify TSAIDCL for any loss, damages, fines,

    premium, levies, costs, charges, expenses, loans and borrowings that the

    TSAIDCL may suffer or incur on account of breach of any law, rules and

    regulations of the Government or any local authority or breach of any term or

    covenant of the contract.

    N. That if any amount is found payable by the Service Provider towards statutory

    dues in respect of personnel or any loss to the TSAIDCL property, the same shall

    be adjusted from the FIXED SECURITY DEPOSIT (FSD) of the extent of the

    amount so determined reserving right to recover the deficit amount through

    other modes of recovery including the right to terminate the agreement without

    notice.

    O. The Service Provider shall take care of the outfit and of the building and structures on the premises. The Service Provider shall be responsible for all loss or damage to the outfit, containers and premises. All disputes as to liability hereunder shall be decided by the TSAIDCL and the Service Provider shall pay to the TSAIDCL within a week of receipt of a notice in writing requiring him to do so the amount determined as being due on account of any such loss or damage.

    P. No repairs to the outfit shall be done by the Service Provider unless previously authorized by the TSAIDCL in writing. The Service Provider shall not interfere with or attempt to adjust the outfit or any part thereof but shall notify the

    TSAIDCL immediately of necessity of any repairs of adjustment and thereby ensure that the outfit is in proper working order and delivering full and proper measure at all times, Service Provider shall not operate the outfit while it is out of order.

    Q. All repairs to the outfit, other than those, which are rendered necessary or caused by the negligence or fault of the Service Provider, shall be done by the TSAIDCL at its own cost. Repairs which are rendered necessary or caused by the negligence or fault of the Service Provider will also be done by the TSAIDCL and the cost thereof shall be repaid by the Service Provider to the TSAIDCL on

    demand. Failing which TSAIDCL may treat such amount as being an arrear or a bill preferred by the TSAIDCL in terms of the agreement provided always that the TSAIDCL may call upon the Service Provider in writing to carry out any repairs and in such event the Service Provider shall be bound to carry out such

  • Signature of the Bidder 26 of 42 FOR TSAIDCL

    repairs as directed by the TSAIDCL and the TSAIDCL shall reimburse to the Service Provider the cost thereof except when such repairs are necessitated by the negligence or fault of the Service Provider in which case they shall be carried out at the cost of the Service Provider.

    R. The Service Provider shall at all times keep and maintain clean intact of the said premises and outfit, all trademarks and other signs and marks of identification of

    the TSAIDCL placed thereon by the TSAIDCL or forming part thereof.

    S. The Service Provider shall not add to or alter the premises layout or outfit in any

    manner whatsoever or place in or attach to any part of the said premises or the outfit any signboards pictures, handbills advertisements or things of a similar nature, except with the prior written approval of the TSAIDCL.

    T. The Service Provider shall display or exhibit at or near the premises, such signs and other publicity materials as the TSAIDCL may provide and/or required to be displayed or exhibited. All displays / exhibits shall be with the permission of the TSAIDCL only.

    U. The Service Provider shall be responsible for all loss, contamination, leakages, excess delivery/short delivery, damage or shortage or to the products whether partial or entire, and no claim will be entertained by the TSAIDCL therefore under any circumstances. The Service Provider shall take every possible

    precaution against contamination the Petroleum products by water, dirt or other things injurious to their quality and shall not in any way directly or indirectly alter the specifications of the said products as delivered. The TSAIDCL shall have the right to exercise at its discretion at any time and from time to time quality control measures for products with the Service Provider, as to whether any product has been contaminated. The officials of the TSAIDCL, has right to remove the contaminated product and to destroy or otherwise deal with the

    same without making any payment to the Service Provider and without prejudice to the TSAIDCL’s right to terminate this agreement forthwith.

    V. The Service Provider shall not purchase from any person, firm or company other than the Specified Oil Company any Petroleum or allied products used, stocked or sold at the said premises. The Service Provider shall not during the currency of this agreement sell or be in any way be concerned in selling the petroleum products of any other oil company other than specified through the outfit or at the premises.

    W. The Service Provider shall not sell the products at higher rates or prices than those, which the TSAIDCL/ Oil Company or the competent central/state Government shall from time to time prescribed. In default, the TSAIDCL, may

    without prejudice to any other right or remedy, terminate this agreement with immediate effect.

    X. The Service Provider shall ensure working condition of the inflation point.

    Y. The TSAIDCL is not responsible for the Non-functioning of fuel outlets in view of non supply of power or non-functioning of dispensing pumps.

    Z. The TSAIDCL will be entitled at all times to enter into and inspect the retail outlet in all respects and the Service Provider shall be bound to render all assistance and give all information to the TSAIDCL and its duly authorized representatives in that behalf.

  • Signature of the Bidder 27 of 42 FOR TSAIDCL

    AA. The Service Provider shall keep and maintain such records of sales etc as may be prescribed by the TSAIDCL/Oil Company and submit the same for inspection on demand by officials of the TSAIDCL/Government.

    BB. The Service Provider shall not carry on from the said premises any business other than that of the sale of the products supplied by the TSAIDCL and except and only to the extent if any, to which the Service Provider may be permitted in

    writing by the TSAIDCL at its sole discretion to carry on such other business at or from the said premises.

    CC. The TSAIDCL will obtain in its name a storage licence from the controller of explosives for the storage of petroleum products at the said premises and the Service Provider shall faithfully observe and perform all terms and conditions of such licence(s).

    DD. The Service Provider shall have to take services of manpower engaged by him to attend to the work of the filling the products into the customers’ vehicles and for providing certain free service Air filing etc., to the consumers in accordance with the general instructions given or laid down by the TSAIDCL from time to time.

    EE.The Service Provider shall not at any time whether during the period of this agreement or after its termination divulge or make known any confidential

    information concerning the accounts secret processes or any other particulars in any relating to the business of the TSAIDCL.

    FF. Insurance during the Operations Period: The Service Provider shall ensure the Fire insurance of the Petroleum Products stored in the outlet.

    GG. The business of the Service Provider is reviewed by TSAIDCL every 3 years on running of business activities done, services of man power, payment of deposit, if any unwanted activities run in the AKPB.

    GG1. In case of any change in the scenario of the Petrol Bunks business mode as per the Government Policies such changes can be allowed subject to ratification by the performance review committee.

    10. TERMINATION FOR DEFAULT

    1. The entire contract is liable to be terminated by the TSAIDCL with 15 days notice

    for any of the following defaults committed by the service provider.

    A. If the Service Provider fails to deliver any or all of the services at the

    outlet(s) within the time period(s) specified in the allotment order.

    B. If the Service Provider fails to perform any other obligation(s) under the

    contract.

    C. If the service Provider fails to commence the any or subsequent fuel

    outlets on allotment.

    D. Commits any breach of terms and conditions of the contract.

    E. If the Service Provider performs any unauthorized business.

    F. If the Service Provider is found doing or resorting to any unethical

    activities or indulging in illegal activities

  • Signature of the Bidder 28 of 42 FOR TSAIDCL

    G. If the Service Provider does not adhere to the instructions issued from

    time to time by the TSAIDCL in connection with safe practices to be

    followed by them in the supply / storage of the TSAIDCL’s products or

    otherwise.

    2. The entire contract is liable to be terminated without any notice if the Service

    Provider resorts to the following critical irregularities.

    A. Adulteration of MS/HSD at any outlet/s.

    B. Seals of the metering unit found tampered in the dispensing pumps at any

    outlet/s.

    C. Totalizer seal of dispensing unit tampered or deliberately making the

    totalizer non functional or not reporting to the company if totalizer is not

    working.

    D. Additional/Unauthorized fittings and gears inside the dispensing

    units/tampering with dispensing units.

    E. Unauthorized storage facilities

    F. Unauthorized purchase / sales of products.

    3. After the termination of the contract, the TSAIDCL shall have the right to forfeit

    the FIXED SECURITY DEPOSIT (FSD) in respect of that outlet, and to adjust the

    amount towards due amounts payable to the TSAIDCL including incidental

    financial losses that might arise on account of such premature termination and

    also to forfeit the balance of the amount.

    4. Officials of the TSAIDCL/concerned OIL Company will carry monthly surprise

    checks at the fuel outlets to crosscheck the deliveries and adulteration.

    11. PENALTIES FOR CHARGING EXCESSIVE RATES:

    A. If the Service Provider is found charging excessive rates than prescribed,

    TSAIDCL can levy penalties up to a maximum amount of Rs.10,000/- on

    each occasion.

    B. Complaints on quality of service, if found correct, the TSAIDCL is at liberty to

    levy penalties, up to a maximum of Rs.10,000/- on one or two occasions.

    C. Even after imposition of fines, if complaints are still received and found

    correct for more than three (3) times in a calendar year, the license will be

    terminated by giving 30 (Thirty) days advance notice, duly forfeiting the

    FIXED SECURITY DEPOSIT (FSD). In addition to the above penalties, the

    Service Provider is liable to pay penalties as per the Marketing Discipline

    Guidelines, for the irregularities observed.

    12. TERMINATION OF CONTRACT:

    The entire contract can be terminated by either party by giving three

    months notice in advance. If the Service Provider fails to give 90

    (Ninety) days notice in writing for termination of the Agreement then,

  • Signature of the Bidder 29 of 42 FOR TSAIDCL

    any amount due to the Service Provider from the TSAIDCL shall be

    forfeited. However, the Service Provider is permitted to exercise this

    option only on completion of minimum stipulated period of Ten (10)

    years.

    TSAIDCL reserves the right to terminate the contract any time during the

    contract period, by giving 90 (Ninety) days advance notice to the Service

    Provider, if there is breach of terms and conditions. The contract will come to an

    end at the expiry of notice period or contract period automatically. TSAIDCL shall

    not be liable to pay any damages that the Service Provider may suffer on

    account of such termination.

    That on the expiry of the agreement as mentioned above, the Service Provider

    shall clear their accounts by paying all their legal dues.

    13. CONCLUSION OF AGREEMENT PERIOD

    A. On the expiry of the period of the Contract or on revocation of the license

    under the terms and conditions thereof the Service Provider shall handover

    the possession of the premises, along with the furniture and fixtures intact to

    the TSAIDCL.

    B. In the event of the Service Provider failing to deliver possession to the

    TSAIDCL, the TSAIDCL shall have right to take possession of the premises.

    C. Failure to deliver possession by the Service Provider to the TSAIDCL, shall

    entitle the TSAIDCL to forfeit the FSD amount.

    D. On the expiry of the period of the contract, the Service Provider shall not

    enter any portion of the area for carrying out any activities.

    E. The Service Provider while handing over back the premises, it is expected to

    hand over the same in a good condition. If for any reason, there are

    damages to the premises, or property to the TSAIDCL, the cost of damages

    assessed by the TSAIDCL shall be paid by the Service Provider failing which

    the TSAIDCL shall have right to recover the said amount from the FSD.

    14. INDEMNITY

    i. The Service Provider shall indemnify TSAIDCL of all legal obligations of

    personal for the Fuel outlets in addition if any, manpower deployed over

    TSAIDCL.

    ii. TSAIDCL will not take any liability on account of death or injury sustained

    by the staff during the performance of the Contract.

    15. FORCE MAJEURE

    A. Force majeure clause will mean and be limited to the following in the

    execution of the contract placed by TSAIDCL:

    I.War / hostilities.

    II.Riot or Civil commotion.

  • Signature of the Bidder 30 of 42 FOR TSAIDCL

    III.Earthquake, flood, tempest, lightning or other natural physical disaster.

    IV. Restriction imposed by the Government or other statutory bodies, which is

    beyond the control of the agencies, which prevent or delay the execution

    of the order by the Service Provider.

    B. The Service Provider will advise TSAIDCL in writing, the beginning and the

    end of the above causes of delay, within seven days of the occurrence and

    cessation of the force majored conditions. In the event of a delay lasting

    for more than one month, if arising out of clauses of force majored,

    TSAIDCL reserve the right to cancel the order without any obligation to

    compensate the Service Provider in any manner for what so ever reason.

    16. APPLICABLE LAW

    The contract will be governed by the laws and procedures established by Govt. of

    India, within the framework of applicable legislation and enactment made from

    time to time concerning such commercial dealings /processing.

    17. The Vice Chairman & Managing Director of the TSAIDCL reserves the right to

    modify any condition/conditions of the agreement, and add any other

    condition/conditions during the contract period. The Service Provider has to abide

    by the conditions modified/incorporated and has to enter into a fresh agreement

    with the TSAIDCL at their cost.

    The Vice Chairman & Managing Director of the TSAIDCL, reserves the right to

    accept, reject or modify any or all Bids without assigning any reasons thereof. The

    Service Provider shall have no cause of action or claim against the TSAIDCL for

    rejection of his/her Bid.

    In case of any dispute or differences arising on the terms and conditions of the EOI

    or contract as the case may be the decision of The Vice Chairman & Managing

    Director of the TSAIDCL shall be final and binding on both the parties.

    If any dispute arises between the Service Provider and the Telangana State Agro

    Industries Development Corporation Ltd (TSAIDCL), the Courts at Hyderabad and

    Secunderabad shall have jurisdiction.

    18. Miscellaneous Instructions

    A. Bids that are incomplete in any respect or those that are not consistent with the requirements as specified in this EOI might be considered non-responsive

    and may be liable for rejection.

    B. Adherence to formats, wherever prescribed, is required. Non-adherence to formats might be a ground for declaring a Bid as non-responsive.

    C. All communication and information shall be provided in writing and in English language only.

    D. All financial data shall be furnished (converted) in Indian Rupees only.

    E. All communication and information provided should be legible, and wherever the information is given in figures, the same should also be mentioned in

  • Signature of the Bidder 31 of 42 FOR TSAIDCL

    words. In case of conflict between amounts stated in figures and words, the amount stated in words will prevail.

    F. No change in, or supplementary information to an EOI shall be accepted once submitted. However, TSAIDCL or any of its advisors/ agencies/ consultants reserves the right to seek additional information and/ or clarifications from the Bidders, if found necessary, during the course of evaluation of the Bid. Non-submission, incomplete submission or delayed submission of such additional information and/ or clarifications sought by TSAIDCL or any of its

    agencies/consultants/, may be a ground for rejecting the Bid.

    G. If any claim made or information provided by the Bidder in the Bid or any information provided by the Bidder in response to any subsequent query by TSAIDCL or any of its agencies/consultants/advisors, is found to be incorrect

    or is a material misrepresentation of facts, then the Bid shall be liable for rejection.

    H. Mere clerical errors or bonafide mistakes may be treated as an exception at the sole discretion of TSAIDCL or any of its advisors/ agencies/ consultants and if TSAIDCL or any of its advisors/ agencies/ consultants is adequately satisfied.

    19. Bid Responsiveness

    A Bid shall be deemed as a “non-responsive” if it does not satisfy any of the following conditions:

    A. It is not received by the Due Date and time B. It does not include sufficient information/ details for it to be evaluated and/or

    is not in the formats specified in this EOI.

    C. It is not signed and/or sealed in the manner or accompanied by the Power of Attorney as specified in this EOI.

    D. Demand Draft/ Pay Order towards Bid Security for specified amount do not accompany it.

    E. It is not accompanied by the Proof of Purchase of the Request for Proposal. F. Non-responsive Bids shall be liable for rejection at any stage during the Bid

    evaluation process and the decision of TSAIDCL in this regard is final and binding.

    20. Fraud and corrupt practices

    20.1. The Bidders and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Bidding Process and

    subsequent to the issue of the EOI and during the subsistence of the Authorisation Agreement. Notwithstanding anything to the contrary contained herein, or in the EOI or the Authorisation Agreement, the Authority shall reject a Bid, withdraw the EOI, or terminate the Authorisation Agreement, as the case may be, without being liable in any manner whatsoever to the Bidder or Authorisee, as the case may be, if it determines that the Bidder or Authorisee, as the case may be, has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or

    restrictive practice in the Bidding Process. In such an event, the Authority shall forfeit and appropriate the Bid Security or Performance Security, as the case may be, as mutually agreed genuine pre-estimated compensation and damages payable to the Authority towards, inter alia, time, cost and effort of the Authority, without prejudice to any other right or remedy that may be 'available to the Authority hereunder or otherwise.

  • Signature of the Bidder 32 of 42 FOR TSAIDCL

    20.2. Without prejudice to the rights of the Authority under Clause 20.1 hereinabove and the rights and remedies which the Authority may have under the EOI, if a Bidder or Authorisee, as the case may be, is found by the Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive

    practice during the Bidding Process, or after the issue of the EOI, such Bidder or Authorisee shall not be eligible to participate in any tender during a period of 2 (two) years from the date such Bidder or Authorisee, as the case maybe, is found by the Authority to have directly or indirectly or throng') an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practices, as the case may be.

    20.3. For the purposes of this Clause 20 the following terms shall have the meaning hereinafter respectively assigned to them;

    A. "corrupt practice" means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the Bidding Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the Authority who is or has been associated in any manner, directly or indirectly with the Bidding Process or the EOI or arising there from, before or after the execution thereof, at any

    time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the Authority, shall be deemed to constitute influencing the actions of a person connected with the Bidding Process); or (ii) engaging in any manner whatsoever, whether during the Bidding Processor after the issue of the EOI, any person in respect of any matter relating to the Project or the EOI, who at any time has been or is a legal, financial or technical adviser of the Authority in relation to any matter concerning the Project;

    B. "fraudulent practice" means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process ;

    C. "coercive practice" means impairing or harming, or threatening to impair or harm, directly or indirectly, any person or property to influence any person's participation or action in the Bidding Process;

    D. "undesirable practice" means (i) establishing contact with any person connected with or employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner influencing or attempting to

    influence the Bidding Process; or (ii) having a Conflict of Interest; and

    E. "Restrictive practice" means forming a cartel or arriving at any understanding or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Bidding Process.

    21. Since TSAIDCL has entered agreement with Oil Companies, if the Oil Companies sets up ATM, Cyber Cafes/ Cyber Kiosks, Convenient Stores, Restaurants etc., the 20% share provided by the Oil Companies will be the right of TSAIDCL. However, if the Oil Company permits setting up of the facilities by the dealer itself, the Service Provider will be permitted to establish the facilities at their own cost and revenue from such establishment would accrue to the Service Provider for ensuring viability.

  • Signature of the Bidder 33 of 42 FOR TSAIDCL

    ANNEXURE I

    TELANGANA STATE AGRO INDUSTRIES DEVELOPMENT CORPORATION LTD.

    EMD DETAILS

    FORMAT FOR DEMAND DRAFT FOR - EARNEST MONEY DEPOSIT

    EMD shall be drawn from any nationalized Bank in favour of

    “TELANGANA STATE AGRO INDUSTRIES DEVELOPMENT CORPORATION LIMITED”

    STATEMENT SHOWING THE DETAILS OF EMD

    S.No. Name of the location Name of the

    Bank DD No. &

    Date Amount in

    Rs.

    1

    VENKATESWARA(VT)

    COLONY, HYDERABAD ROAD, NEAR VIVEKANADA STATUE, NALGONDA, NALGONDA DISTRICT

    5,00,000-00 (Five Lakhs)

    o The Original DD drawn towards EMD shall be put in the 1st Cover i.e.

    TECHNICAL BID as per date and time notified in the EOI.

    Signature of the Bidder

  • Signature of the Bidder 34 of 42 FOR TSAIDCL

    ANNEXURE-II

    TELANGANA STATE AGRO INDUSTRIES DEVELOPMENT CORPORATION LTD.

    FIXED SECURITY DEPOSIT (FSD)

    FSD shall be drawn from any nationalized Bank in favour of “TELANGANA

    STATE AGRO INDUSTRIES DEVELOPMENT CORPORATION LIMITED”

    STATEMENT SHOWING THE DETAILS OF FSD S.

    No. Name of the location

    Name of the Bank

    DD No., Date Amount in Rs.

    C=A-B

    1 VENKATESWARA(VT) COLONY, HYDERABAD ROAD, NEAR VIVEKANADA STATUE,

    NALGONDA, NALGONDA DISTRICT

    45,00,000-00

    FSD is the fixed deposit with TSAIDCL. It does not bear any interest up to the agreement period. It is refundable amount after the closure of Agreement. Duly

    after deducting all kinds of expenditure incurred for successful running of AKPB.

    A-The total Fixed Security Deposit (FSD) is Rs 50,00,000/-(Fifty Lakhs only)

    B-The amount of EMD is Rs 5,00,000-00, which shall be submitted as per the EOI notified at the date and time. The EMD of the successful Bidder will be adjusted towards balance payable in the Fixed Security Deposit (FSD) payable to the TSAIDCL towards its AKPB

    C-The successful Bidder should have to deposit the Balance

    Fixed Security Deposit (FSD)

    i.e.,

    C= A-B =50,00,000 – 5,00,000 = Rs 45,00,000/-

    Signature of the Bidder

  • Signature of the Bidder 35 of 42 FOR TSAIDCL

    TELANGANA STATE AGRO INDUSTRIES DEVELOPMENT CORPORATION LTD.

    To

    The Vice Chairman and Managing Director,

    TSAIDCL, Hyderabad,

    Telangana State.

    Sir,

    Sub: EOI AKPB: Submission of Bids for dispensing fuel, other allied products sales and

    other related activities including day to day operation and maintenance of AKPB

    at NALGONDA fuel outlet of TSAIDCL as per percentage quoted in the bid from

    the Oil Company margins – Reg.

    Ref: EOI NO: 30/TSAGROS/EOI/NALGONDA/ AKPB/2018-19, dated: 14-02-2019

    -oOo-

    I hereby submit EOI for dispensing fuel, other allied products sales and other

    related activities including day to day operations and maintenance of fuel outlet of

    TSAIDCL, after carefully going through the terms and conditions and other rules

    stipulated by the TSAIDCL, which are made available to me, along with the EOI Form,

    as per percentage quoted in the bid from the Revenue Share from Oil company Margin.

    I also abide by the above terms and conditions of the Bid schedule and

    participating in the Bidding.

    Email Id: ____________________

    Mobile Number: _______________

    Encl: EOI form

    Place: __