C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE:

Similar documents
GOVERNMENT OF INDIA OFFICE OF THE COMMISSIONER OF CUSTOMS, CENTRAL EXCISE & SERVICE TAX 6/7, A.T.D. STREET, RACE COURSE ROAD, COIMBATORE

Software Technology Parks of India Noida

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat

DRI.F.No. A-3502/01/2017-Vehicles Dated:

TENDER NO: APD/ Customs Car /15-16/02 Date: 07/04/2015 TECHNICAL/COMMERCIAL BID. Tender Document for

NOTICE INVITING TENDER

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

Odisha State AYUSH Society National AYUSH Mission. Directorate of AYUSH Department of Health & Family Welfare, Govt. of Odisha

TENDER NOTICE: 01 /

West Bengal State Electricity Transmission Co. Ltd. CORPORATE HR&A DEPARTMENT

ICAR NATIONAL RESEARCH CENTRE ON MITHUN

Sub: Invitation of sealed quotations for hiring of taxi /vehicles on hire basis under two bid system for IGNOU RC Cochin reg.

REGIONAL OFFICER. Page 1 of 11

TENDER DOCUMENT FOR HIRING OF VEHICLE

60,000 K.MS. PER YEAR WITH WHITE COLOUR.

Jawaharlal Nehru Institute of Banking & Finance, Gachibowli, Hyderabad TENDER NOTICE CAR SUPPLY SERVICES

Ref. SNB/ENQ/SKP/Freezer/17-18/ 441(WP) 11 th July 2017

INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, VIJAYAWADA

BHARAT SANCHAR NIGAM LIMITED O/o GENERAL MANAGER TELECOM DISTRICT JIND

STAFF SELECTION COMMISSION Block-12, CGO Complex, Lodhi Road, New Delhi NOTICE INVITING TENDER

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) OFFICE OF THE PRINCIPAL GENERAL MANAGER TELECOM ERNAKULAM SSA

National Institute of Pharmaceutical Education & Research, Balanagar, Hyderabad

INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, TRIVANDRUM

No. MT/1-Cargo-Transportation/PS/ /8941 Andaman and Nicobar Administration Directorate of Transport. ** Port Blair, dated the,

COUNCIL OF SCIENTIFIC & INDUSTRIAL RESEARCH

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018

NATIONAL INSTITUTE OF TECHNOLOGY SIKKIM Ravangla Campus, Barfung, South Sikkim (Ph): )

Employees State Insurance Corporation Hospital, Manesar

TENDER DOCUMENT. NAME OF WORK: HIRING CAR ON CONTRACT BASIS Six Seater -Toyota Innova (A/c Diesel) without driver

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT NEW DELHI

Notice Inviting Tender for Printing of Accounts Manual of APDCL

INDIAN INSTITUTE OF TECHNOLOGY GOA Goa College of Engineering Campus, Farmagudi, Ponda , Goa

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

TELANGANA UNIVERSITY DICHPALLY,NIZAMABAD

GENERAL TERMS AND CONDITIONS OF PURCHASE GENERAL TERMS AND CONDITIONS OF PURCHASE

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

TENDER DOCUMENT FOR HIRING OF VEHICLES

NATIONAL HOUSING BANK, NEW DELHI TENDER NOTICE

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

TENDER FORM. (To be submitted along with technical bid)

TENDER DOCUEMNTS FOR SUPPLY OF CONTAINER SEAL [ONE TIME LOCK]

DATED: DUE ON

TRANSMISSION CORPORATION OF TELANGANA LIMITED

BID DOUCMENT FOR ELECTRONIC TENDRING

Sd/- Medical Superintendent E.S.I.C. Hospital Sarojini Nagar Lucknow. No.T/302/S.C.-ESICH/Lko/ Dt Tender Document fee

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

OFFICE OF THE COMMISSIONER CENTRAL GOODS & SERVICE TAX, CUSTOMS AND CENTRAL EXCISE, NAGPUR-II COMMISSIONERATE, NAGPUR

Tender Document for Hiring of vehicles On Call basis for State Board of Technical Education, Jharkhand Ranchi

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM]

National Bal Bhavan Kotla Road, New Delhi. Limited Tender for Hiring of Cars day to day basis for a period of one year.

TENDER FOR ENGAGEMENT OF NON AC BOLERO / SIMILAR TYPE OF VEHICLE FOR BHAWANIPATNA DAIRY

TENDER FORM CONTRACT FOR PARKING STAND AT ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

NATIONAL TRAINING ACADEMY EMPLOYEES STATE INSURANCE CORPORATION DWARKA SECTOR-23, NEW DELHI Phone: , Fax:

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

MCED KOLHAPUR MAHARASHTRA CENTRE FOR ENTREPRENEURSHIP DEVELOPMENT 315/E DATTAJI CHEMBERS, NEAR HOTEL MARATHA REGENCY, NEW SHAHUPURI KOLHAPUR

BID DOUCMENT FOR ELECTRONIC TENDRING

for SUPPLY OF HP TONER CARTRIDGE

TENDER FOR HIRING OF VEHICLES

PFC CONSULTING LIMITED. (A Wholly Owned Subsidiary of Power Finance Corporation Ltd.) (A Government of India Undertaking)

F. No. S/43-363/ MTO JNCH Date: E-TENDER NOTICE

Procurement of Licences of Business Objects BI Platform

GUJARAT ENERGY TRANSMISSION CORPORATION LTD. TRANSMISSION CIRCLE, BHARUCH.

QUOTATION NOTICE. Empanelment of agencies for Car Hire Service. 21/04/2014 & 1500hrs. technical evaluation.

MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD CIN. NO.U40109MH2005SGC Ref. No: EE/PLCC/Dn./PUNE/G-15/371 Date:

भ रत य बध स थ न, लखनऊ

TENDER DOCUMENT. NAME OF WORK: HIRING CAR ON CONTRACT BASIS - Six Seater-Toyota Innova (A/c Diesel) with driver

Sub: Enquiry for providing 1 No Diesel Vehicle (Tata-Sumo or equivalent) with driver on hire for

ICAR Research Complex for N.E.H. Region Tripura Centre, P.O. Lembucherra West Tripura.

ANIMERS ( ANDAMAN & NICOBAR ISLANDS MEDICAL EDUCATION RESEARCH SOCEITY )

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

State Bank Of India Administrative Office, Varanasi NOTICE

MAHARASHTRA STATE ELECTRICITY TRANSMISSION COMPANY LTD. CIN NO-U40109MH2005SGC153646

Created with Print2PDF. To remove this line, buy a license at:

TENDER FOR POCKET DIARY WITH WALLET FOR THE YEAR 2016

द रभ ष स य (0522) , ; फ स स य (0522)

ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore Global Tender Document. Purchase of Technical Equipment

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED

Software Technology Parks of India Tender document for disposal of Scrap at STPI Patna TENDER DOCUMENT

Ref.: TIFR/PD/CM17-245/ March 16, NIT Cum Tender Document ( ONE PART LIMITED TENDER) for the following item:

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LTD (TIDCO)

OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, NAGPUR I COMMISSIONERATE UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

1. Offers are invited on behalf of the Diu Municipal Council, Diu. Tender Issuing Authority : The Chief Officer, Diu Municipal council, Diu.

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

NATIONAL INSTITUTE OF TECHNOLOGY SIKKIM Ravangla Campus, Barfung, South Sikkim (Ph): )

भ रत य ख ऱ प र ध करण SPORTS AUTHORITY OF INDIA. Tender Notice. Sub: HIRING OF VEHICLE

Approved Vendors List

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

Software Technology Parks of India Tender document for disposal of E-Waste of STPI Ranchi TENDER DOCUMENT

IDBI Bank Ltd Administration Department

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

Rajasthan Drugs & Pharmaceuticals Limited (A Govt. Of India Enterprise) Road No.12, VKI Area,Jaipur

OFFICE OF THE COMMISSIONER CUSTOMS, CENTRAL EXCISE & SERVICE TAX, AUDIT-1 COMMISSIONERATE, NAGPUR

SPORTS AUTHORITY OF INDIA NETAJI SUBHAS EASTERN CENTRE SALT LAKE CITY, KOLKATA

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

TENDER FOR HIRING OF VEHICLES (For the period of ONE year)

AUCTION NOTICE. The sealed offer should be submitted in the office of SBTE. No offer will be accepted beyond the date and time mentioned as below.

Transcription:

OFFICE OF THE ASSISTANT COMMISSIONER OF CENTRAL EXCISE, AND SERVICE TAX: DINDIGUL- I DIVISION, POST BOX NO. 47, DOOR NO.68, NEHRUJI NAGAR, R.M. COLONY ROAD, DINDIGUL- 624 001. Office Phone No.0451-2427 513 Fax No.0451-2427522 C.NO.I/07/ 01/2016-Admn. Dated : 31.03.2016 NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE: The Assistant Commissioner of Central Excise, Dindigul-I Division invites sealed tenders from prospective contractors (service providers) with good track record in the field of rent-a-cab service for providing 1 vehicle not older than 2005 model for departmental use at Dindigul - I Division. Completed sealed tenders along with the EMD of Rs.2500/- (Rupees Two Thousand Five Hundred only) in the form of Demand Draft favouring the Assistant Commissioner of Central Excise, Dindigul- I Division, Dindigul, will be received up-to 04.00 PM on 11-04-2016 and the same will be opened at 05.00 pm on 11.04.2016 in the presence of the bidders. Tender documents are available in our website http://centralexcisemadurai.tn.nic.in/ from 01.04.2016. (Please specify the type of vehicle such as Ambassador, Toyota, Qualis, Mahindra Scorpio, Innova, Indica etc.,) I. SCOPE OF WORK 1. Service : Provision of above mentioned vehicle with licensed driver registered as Cabs on hire basis for running within the jurisdiction of Tamil nadu. 2. Period of contract : The contract will be valid for a period of one year from the date of issue of the work order which may be extended for a further period of one year with the same terms and conditions for a maximum period of 3 years in total. 3. Quantity : Estimated number of vehicle to be hired is one at Dindigul I Division. 4. Duty Hours and Usage : The vehicles are normally required at call on 24 x 7 days. No minimum usage is guaranteed by the department. However, the vehicle will be used for a maximum of 2000 Kms per month. 5. Notice period : i) The Vehicle shall be made available on call. ii) Telephonic intimation shall be considered as notice.

-2-6. Reporting place : Office of the Assistant Commissioner of Central Excise, No. 68, Nehruji Nagar, R.M. Colony Road, Dindigul-624 001. 7. Counting of Distance : From garage to garage-out chargeable distance in respect shall not be more than 2 Kms in each way. No mileage will be allowed for any Lunch or Tea Break. 8. Accuracy of meters: The meter reading should tally the actual distance of run at any instant authorized officer shall have full power to check up the meter for its correctness and to take action accordingly. 9. Penalties : i) In case of break down, vehicles have to be replaced by other commercial vehicles within reasonable time. In case of failure to provide a suitable vehicle a penalty upto Rs.100/- may be imposed in addition to deduction on pro-rata basis for the period. If the number of break down exceeds three times in a month, a penalty of Rs.300/- per break down shall be imposed. ii)in case of non-availability of vehicles for any particular day penalty of Rs.200/- per day shall be imposed. iii) In case meter is found faulty on check penalty of Rs.500/- shall be imposed and the vehicle shall be replaced by other commercial vehicle. The vehicle of which meter was found faulty shall not be taken back on duty. iv) No payment will be made for vehicles supplied by the contractor older than 2004 model. 10. Special Requirements: i) Intending bidder must have a telephone where requisition of vehicles can be conveyed all the 24 Hrs. Telephone No. must be specified in the bid. ii) No vehicles should be supplied having registration in the name of employee of Central Government or close relative. iii) Payment of Government tax / duty or other charges for plying the vehicles shall be liability of contractor, except parking, however, toll tax for outstation journey will be paid by the department. 11. Contractor has to ensure that vehicles supplied are in good condition and kept clean. 12. Bill for total Kilometers run during a month is to be submitted before 5 th of the next month and payment will be made with in 10 days of submission of the bill. 13. Successful bidder shall be required to enter into an agreement with the Commissioner of Central Excise, Madurai for supply of vehicles for the required period.

II. INSTRUCTIONS TO BIDDERS -3-1. Eligibillity Conditions : a) The Bidder shall have experience in the filed at Dindigul. b) The vehicle provided shall be in good condition and not older than 4 years. 2. Cost of Bidding: The bidders shall bear all costs associated with the preparation and submission of the bid. The Department in no case is responsible for these costs regardless of the conduct or outcome of the bidding process. 3. 3.1 Bid document includes: a) Notice inviting Tender b) Scope of Work c) Instruction of bidder d) Conditions of contract e) Bid form f) Price Schedule g) Letter of authorization to attend bid opening. 3.2 The bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents. Failure to furnish all the information required as per Bid Documents or submission of the bids not substantially responsive to the Bid Documents in every respect will at the bidder s risk and may result in rejection of the Bid. 4. Price BID: i) The supplier shall quote as per price schedule for all types of vehicles give in the schedule of requirement separately. ii) The price quoted by the bidder shall remain fixed during entire period of contract and shall not be subject to variation on any account except the one referred to in Pare 7.9 of other conditions. A bid submitted with an adjustable price quotation will be treated as nonresponsive and rejected. iii) Discount or extra charge, if any, mentioned by the bidders shall not be considered unless these are specifically indicated in the price schedule. 5. EARNEST MONEY DEPOSIT (EMD) : 5.1 The bidder shall furnish as part of his bid an EMD in favour of The Assistant Commissioner of Central Excise, Dindigul-I Division, Dindigul, in form of Demand Draft for an amount of Rs.2500/- (Rupees Two Thousand Five Hundred only).

-4-5.2 The bid security is required to protect the Department against the risk of bidder s conduct, which would warrant the security s forfeiture. 5.3 The EMD amount of Rs.2500/- of the successful bidder will be retained by the Department as Security Deposit and the amount of unsuccessful bidders will be refunded. 6. FORMAT AND SIGNING OF BID : 6.1 The bids should be submitted duly sealed and addressed to The Assistant Commissioner of Central Excise, No.68, Nehruji Nagar, R.M. Colony Road, Dindigul- 624 001 and sent by Registered post or delivered in person so as to reach the office on or before 04.00 p.m. of due date on the above mentioned address. The inner and outer cover shall be super scribed TENDER FOR HIRING VEHICLE AT DINDIGUL I DIVISION. 6.2 Any bid received after the dead line for submission of bids shall be rejected and returned to the bidder unopened. 7. BID OPENING : Bid will be opened at the O/O The Assistant Commissioner of Central Excise, No.68, Nehruji Nagar, R.M. Colony Road, Dindigul-624 001, on 11.04.2016 at 5.00 p.m. in the presence of bidders or their authorized representative who wish to be present at the time opening of bids on due date. Authorization letter to this effect shall be submitted by the bidder before they are allowed to participate in bid opening unless there is change of date. No separate information will be sent for opening of Bids. 8. EVALUATION : 8.1 A Committee formed by The Assistant Commissioner of Central Excise, Dindigul- Division shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether documents have been properly signed and whether bids are generally in order. The committee shall evaluate the bids and finalize. 8.2 If there is a discrepancy between words and figures the amount in words shall prevail. Prior to detailed evaluation, department will determine the substantial responsiveness of each bid to the bid document. A substantially responsive bid is one, which confirms to all the terms and conditions of bid documents without material deviation. A bid determined as substantially non-responsive will be rejected by the department. 9. AWARD OF CONTRACT : The department shall consider placement of letter of intent to that bidder whose offer has been found technically, commercially and financially acceptable. The bidder shall within 10days of issue of Letter of Intent, give his acceptance in conformity with the bid document. The Department reserves the right to counter offers price(s) against price(s) quoted by any bidder.

- 5-10. SIGNING OF CONTRACT: 10.1 Signing of Agreement shall constitute the award of hiring contract on the bidder. 11. ANNULMENT OF AWARD: Failure of the successful bidder to comply with the requirement of clause 10 shall constitute sufficient ground for the annulment of the award and forfeiture of the EMD in which Department may make the award to any other bidder at the discretion of Department or call for new bids. 12. PERIOD OF VALIDITY OF BIDS: i) The bid shall remain valid for 30 days after the date of opening of bids. A bid valid for shorter period shall be rejected by the Department as non-responsive. ii) A bidder accepting the request of the Department for an extension to the period of bid validity, in exceptional circumstances, will not be permitted to modify his bid to discharge of the department. III. CONDITIONS OF CONTRACT 1. APPLICATION: Submission of bid against this offer shall bind the bidder for the acceptance of all the conditions specified herein unless otherwise agreed. 2. PERFORMANCE SECURITY: 2.1 The EMD amount of Rs.2500/- deposited by the successful bidder will be retained by the Department as Performance security 2.2 Performance security will be discharged after completion of contractors performance obligations under the contract. 2.3 If the contractor fails or neglects any of his obligations under the contract it shall be lawful for the Department to forfeit either whole or any part of performance security furnished by the bidder as penalty for such failure.

3. PAYMENT TERMS: -6- Monthly bills shall be submitted in duplicate to the authority specified in contract along with trip sheets duly certified by the competent authority, before 5 th of succeeding month. Every bill shall be settled within 10 days of submission. 4. TERMINATION OF CONTRACT: 4.1 The Assistant Commissioner of Central Excise, Dindigul-I Division may without prejudice to any other remedy for breach of contract may terminate the contract in whole or in parts. 4.2 If the contractor fails to arrange the supply of the vehicle within the period(s) specified in the contract or any extension there of granted by the department. 4.3 If the contractor fails to perform any other obligation(s) under the contract. 4.4 The department may without giving any advance notice terminate the contract if it is felt that such hired vehicle is no more needed. 5. TERMINATION FOR INSOLVENCY The Department may also by giving written notice and without compensation to the contractor terminate the contract if the contractor becomes unwilling, bankrupt or otherwise insolvent without affecting its rights of action or remedy as hirer. 6. FORCE MAJEURE: 6.1 If any time during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by any reason of any war, or hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (herein after referred as events) provided notice of happenings, if any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such events be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non performance or delay in performance under the contract shall be resumed as soon as practicable after such an event may come to an end or cease to exist, and the decision of departments as to whether the supplies have been so resumed or not shall be final and conclusive, provided further that if the performance in whole or party of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may, at his option terminate the contract. 7. OTHER CONDITIONS: 7.1 The vehicle should be in very good condition. The vehicle should have insurance cover for third party risks. The contractor shall make the vehicle available for departmental use at very short notice (say 30 minutes) at any time of the day with full tank of fuel. The driver of the vehicle should be able to fill sufficient fuel in case of necessity during emergency.

-7-7.2 In circumstance the hired vehicle is involved in an accident resulting in loss or damage to property of life with respect to vehicle driver, passenger of any third party as per the liability under relevant sections of Motor vehicle Act 1968 and I.P.C, 7.3 the hiring authority shall have no responsibility of whatsoever and will not entertain any claim in this regard under the said provision of law. 7.3 The engagement and employment of drivers and payment of wages to them as per existing provisions of various labour laws and regulations is the sole responsibility of the contractor and any breach of such laws or regulations shall be deemed to breach of this contract. 7.4 The contractor shall assign the job of driving of hired vehicles only to qualified experience licensed drivers and also assume full responsibility for the safety and security of the officers/officials as well as essential store items while running the vehicle by ensuring safe driving. The Department shall have no direct or indirect liability arising out of such negligence, rash and impetuous driving which is an offence under relevant section under IPC and any loss caused to the department have to compensate by contractor. 7.5 Whenever vehicle is required for outstation journey empanelled transporter will be bound to provide the vehicle for outstation journey. Night charges for the outstation journey, if any, shall be paid by the department. 7.6 In the event of any eligible bidder not agreeing to supply the vehicles or not being considered by the department for ordering the vehicle inters ranking of the bidders below the aforesaid bidder will be recast to give the vacated slot this will be done to ensure that the number of bidders supplying vehicle remains same as earlier. 7.7 The bidder has to ensure accuracy of meter in the vehicle supplied to the Department. The Department has the right to get the accuracy of the meter checked by any of its officer or through any external agency. Cost for check of the meter, if any, shall be borne by the contractor. 7.8 Price variation, if any, on account of fluctuation of fuel price or any other factors shall be done on the basis of rate agreed at the time of signing the contract based on quotation furnished in the bid.

TENDER FOR HIRING VEHICLE AT DINDIGUL - I DIVISION. BID FORM Tender No. C.No.1/07/01//2016 Admn. Date: A: (Name & Address of the Bidder) Dear Sir, 1. We, undersigned, offer to provide vehicles in conformity with the conditions of contract and specifications for the sum shown in schedule of prices attached herewith and made part of this bid. 2. We undertake, to enter into agreement within one week of being called upon to do so and bear all expenses including charges for stamps etc and agreement will be binding on us. 3. If our Bid is accepted, we agree that our EMD amount of Rs.2500/- may be retained by the Department as Performance Security. 4. We agree to abide by this Bid for a period of 30 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiry of that period. 5. Until an agreement is signed and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. 6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent and replacement we have submitted EMD of Rs.2500/- in the form of DD in favour of the ASSISTANT COMMISSIONER OF CENTRAL EXCISE, DINDIGUL-I DIVISION, DINDIGUL. 7. We understand that you are not bound to accept the lowest or any bid, you may receive. Dated this Day of 2016. Signature of In Capacity of Duly authorized to sign the bid for an on behalf of Witness 1. Signature : Address : 2. Signature : Address : Rs. ----------------- (Rupees only) (per month) Vehicle Particulars : (Please specify the type of vehicle such as Ambassador, Toyota, Qualis, Mahindra Scorpio, Innova.)