tender for empanelment of pune based bus operator/agencies
TRANSCRIPT
College of Agricultural Banking Reserve Bank of India
Pune
Tender Notice
Tender for Empanelment of Pune based Bus Operator/Agencies providing /bus hiring services
College of Agricultural Banking (CAB), Pune invites Tender for Empanelment of Pune
based Bus Operator/Agencies for providing vehicles to College of Agricultural Banking,
Reserve Bank of India, Pune on as and when required basis. Terms and conditions and Tender
forms for providing vehicles to College of Agricultural Banking, Reserve Bank of India, Pune on
as and when required basis can be downloaded from Reserve Bank of India’s website under
Tenders section at www.rbi.org.in. Blank forms can be collected from Protocol
and Security Establishment in CAB, Pune from August 06, 2019 to September 06, 2019
during the office hours from Monday to Friday between 01.00 PM to 05.00 PM. The last
date of submission of duly filled application form is September 09, 2019 up to 2.00
PM.
COLLEGE OF AGRICULTURAL BANKING (CAB), RESERVE BANK OF INDIA (RBI)
Protocol, Security & Logistics Division (PSLD), Pune
(www.rbi.org.in)
Tender for Empanelment of Pune based Bus Operator/Agencies providing bus hiring services
CAB, RBI, Pune invites applications for Empanelment of Pune based Bus Operator/Agencies for providing bus hiring service to College of Agricultural Banking, Reserve Bank of India, Pune on an as and when required basis. Interested Bus operator/ agencies who fulfill the ‘eligibility criteria’ as per Section II of the Tender document and are agreeable to the scope of work as given in Section I and the terms and conditions and general guidelines as given in Section III of the notice may apply by downloading the Tender Form from the “Tender” section of our website (www.rbi.org.in). Last date for submission of Application is 02:00 PM on September 09,2019. The tender forms can be obtained from the College of Agricultural Banking (CAB), Reserve Bank of India, Protocol, Security and Logistics Division (PSLD), University Road, Pune from August 06,2019 to September 06,2019 during the office hours from Monday to Friday between 01.00 PM to 05.00 PM on payment of Rs. 1000/- plus 18% GST in cash or advance remittance using NEFT. The tender forms can also be downloaded from our website www.rbi.org.in for which payment of Rs.1000/- plus 18% GST may be made using NEFT (Bank’s NEFT details is mentioned in Annex H ). The proof of NEFT has to be submitted along with the tender documents. .
Principal College of Agricultural Banking,
Reserve Bank of India, University Road, Pune – 411016.
2
Disclaimer
The College of Agricultural Banking (CAB), Protocol, Security and Logistics Department
(PSLD) Section, Reserve Bank of India, Pune (the Bank) has prepared this tender
document. The information is provided to prospective bidders to bid for Empanelment of
Pune based Bus Operator Agencies / Companies for providing buses to the College of
Agricultural Banking, Reserve Bank of India, Pune on an as and when required basis. This
tender has been issued, as per the terms and conditions set out in this tender and any
other terms and conditions related to such information.
This tender is neither an agreement, nor invitation to perform work of any kind to any
party.
The purpose of this tender is to provide the requirements of the Bank to all interested
parties for submitting their bid. While the Bank has taken due care in the preparation of
the information contained herein, the Bank does not claim that the information is
exhaustive. Respondents to this tender are required to make their own inquiries and they
should not rely solely on the information in tender. The Bank is not responsible if no due
diligence is carried out by the Respondents.
The Bank reserves the right not to proceed with this tender, to alter the time-table reflected
in this document or to change the process or procedure to be applied. It also reserves the right to decline to discuss the tender further with any respondent.
No reimbursement of cost of any type or on any account will be paid to persons or entities
submitting their bid.
In case of any discrepancies in the notice issued in Hindi and English, the particulars
mentioned in English version will prevail.
3
IMPORTANT DATES
Ser No
Description Date Time Remarks
01 Start date of issuing documents August 06,2019 01.00 PM
02 Last date for downloading and collecting of documents
September 06,2019
05.00 PM
03 Pre Bid Meeting August 19,2019 12.00 PM
04 Last date for submission of documents and sealed quotations
September 09,2019
02.00PM
05 Date of opening of Application September 09,2019
04.00PM
06 Date of opening of Commercial Bid Will be intimated to the agencies who are found eligible.
4
COLLEGE OF AGRICULTURAL BANKING, RESERVE BANK OF INDIA Protocol, Security & Logistics Division (PSLD) Pune Tender for Inviting Applications from Bus Operator/ Agencies for Empanelment
College of Agricultural Banking, Reserve Bank of India, Pune (The Bank) intends to
empanel bus operator/Agencies for the purpose of hiring bus on need basis. The
empanelment shall be for a period till June 30th 2022 from the date of Empanelment
subject to annual review by the Bank based on the performance of the service
provider/s.
Sealed tenders are invited under Two Part Bid system (Technical & Financial Bid) from
bus operator/agencies, satisfying the eligibility criteria as given in section II for
empanelment, for the period till June 30th 2022 from the date of Empanelment subject
to annual review by the Bank based on the performance of the service provider/s.
5
Section I Scope of work The broad scope of work will include the following:
i. Providing the vehicle(s) (AC/Non AC) such as Volvo buses/Ac Bus of various
capacities etc, as and when requisitioned by the Bank / by an official authorized by the Bank. The approximate no of vehicles required by the Bank in a year is given in Annex G. Vehicles are required by the Bank for
both local as well as outstation use. Local use is mainly pickup from/drop to
the airport/railway station from CAB, Pune as also visits to local institutions.
Outstation travel normally will be visit to other places within the state of
Maharashtra.
ii. The contractor must be able to provide sufficient variants of vehicles. The
Agency should make necessary arrangements in this regard.
iii. The vehicle(s) sent by the agency in response to a requisition should be provided with (i) First-aid box, (ii) Fire-extinguisher. No extra charges will be paid for the above amenities and the cost, if any, should be included in the charges quoted by the agencies. In case agency does not provide requested bus/vehicles, a penalty of to be billed amount plus 25% of to be Bill amount will be recovered from the vendor
6
Section II Eligibility criteria
i. Minimum experience of (03) three years in the field of providing transport
service and annual turnover should not be less than 15 lakhs each during the
last three financial i.e. years (ending March) 2015-16, 2016-17 and 2017 -18
ii. Solvency Certificate from a scheduled bank for Rs 15 Lacs as per Annex – E
iii. Should have provided/ been providing bus hire services to at least one
Government/semi-government/public sector undertakings/banks/MNCs, etc.
during the last three financial years i.e. FY 2015-16, FY 2016-2017 and
FY2017-2018
iv. The applying firms/company/proprietorship should have minimum fleet of
05 (Five ) owned buses/ Tie up comprising of the following Busses : Tata,
Volvo, Eicher, Mahindra, Mersedez Benz etc. (List of vehicles not older than
2016, along with photocopy of their RC/fitness and permit owned by the agency
should be submitted as per format at Annexure: C.
v. All vehicles being provided by the agency shall have a valid and adequate
insurance cover and should comply with Pollution Control norms through
periodic checking and insurance (attach documentary evidence). The vehicles
should have valid Registration Certificate under transport category and Bus
/Vehicle Permit (attach documentary evidence).
vi. The applying firms/companies should have all applicable tax registrations
(PAN, TIN, GST, etc.) (Attach documentary evidence).
vii. The applying agency should have own office in Pune (attach documentary evidence).
viii. The applying agency should have an account in a scheduled bank for effecting
payments.
ix. 02 client certificates as per Annex - B
7
Section III Terms and Conditions and Guidelines 1. The agency shall ensure that the buses provided by him/ them are registered under
Motor Vehicle Act 1988 as amended from time to time; have valid insurance and
pollution control certificate.
2. All vehicles should be in good and proper condition with neat and clean upholstery,
etc.
3. The driver deployed should carry a valid driving license when on duty, which should
be produced by him, if demanded by traffic personnel. Renewal of the driving license
from time to time will be the responsibility of the agency.
4. The drivers deployed should have good moral character, at least 02 years’
experience of driving and should be well groomed and be able to converse in English
and Hindi. They should also be able to attend to minor repairs of vehicles en-route,
if an emergency arises.
5. The driver must report for duty at the specified place and time along with the
requisitioned vehicle in neat and clean uniform.
6. Driver should maintain a proper record of mileage in a log book / slip on a daily basis
and get the same authenticated by the authorized user. The driver should maintain
duty slips with complete details of distance i.e. kms travelled / time of reporting and
releasing, etc., duly authenticated by the officer using the vehicle. The make of
vehicle and registration number of the vehicle, which is provided to the authorized
user, should be mentioned on the duty slip. The driver should be polite, courteous
and service oriented at all times. He should provide his mobile number to the guest
on demand.
8
7. All the papers viz. insurance, registration, road tax, pollution control certificates,
permits, valid license, etc. related to each vehicle should be readily available in each
of the vehicles with the drivers.
8. The agency should have the ability to arrange for emergency transport. In case of
breakdown of a vehicle provided to the Bank, replacement has to be provided within
01hr (One hour) of breakdown
9. The agency shall provide bus on written or verbal instructions over phone within/ at
the time specified therein. The agency shall also be required to provide bus at short
notice from the Bank (say within an hour in case of emergency). In case the agency
fails to provide the vehicle as per our request, either verbal over phone or written, the
Bank shall be free to remove the agency from the panel or levy penalty
10. The agency shall ensure compliance with the provisions of Contract Labour
(Regulation & Abolition) Act 1970, Minimum Wages Act 1948 and other labour laws
wherever applicable, while engaging personnel for the aforesaid work and submit
details as and when demanded by CAB, RBI Pune.
11. The persons engaged by the agency will be the employees of the agency and neither
the agency nor his drivers/employees shall have any right to claim any employment
in the Bank.
12. The drivers/employees engaged by the agency shall abide by the instructions given
by the security officers/guards of the Bank and vehicles/persons shall undergo
security check as and when required.
13. The agency shall arrange to obtain police verification certificate regarding the
antecedents of the drivers attending to duties assigned by the Bank and submit the
same to the bank as and when required. In the event of failure to do so the Bank will
have the right to remove the name of the agency from its panel.
9
14. The agency shall ensure that the buses provided should be such that their
registration should not be older than year 2016 and its mileage should be less than
75,000 Kms.
15. The agency should convey, without fail, the details of the vehicle i.e. bus make /
colour, registration no., driver's name and his mobile number to officials of Car Desk
and to the user of the bus through telephone and through SMS at least four hours
prior to the arrival/ departure of the user.
16. The driver must always be available with the bus once he has reported to the guest/
user/ officer of the Bank.
17. The drivers shall comply with the orders given by the authorized officers of the Bank
and the guests to whom bus is assigned. He will also observe the rules and
regulations of the Bank regarding safety and security.
18. Punctuality and quality of service will be the essence of the agreement. Therefore,
the annual renewal of the agreement shall be subject to punctuality and satisfactory
performance by the empanelled agencies.
19. (a) The successful applicant/s shall have to execute an agreement with the Bank on
Non-Judicial stamp paper of appropriate stamp duty as per Maharashtra stamp act
within seven days of receipt of letter of acceptance. However, the issue of letter of
acceptance by the Bank shall be considered as binding contract, as though such an
agreement has been executed and all the terms and conditions shall apply on this
contract. The empanelment and rates will be valid for a period till June 30, 2022 from
the date of Empanelment subject to annual review by the Bank based on the
performance of the Empanelled agencies.
(b) The stamp duty shall be borne and paid by the agency.
10
20. The rates accepted by the Bank shall remain valid for a period till Jun 30, 2022 from
the date of empanelment except if there are major changes that may occur in labour
laws or Govt. decision affecting fuel pricing etc.
21. The agency or its agents / employees / drivers committing any breach of terms and
conditions mentioned in the agreement and / or rendering unsatisfactory services in
the opinion of the Bank shall be liable for termination of the agreement forthwith
without any prior notice or any compensation in lieu thereof.
22. Without prejudice to above, empanelment shall be terminated on the last day of
empanelment period or during the currency of empanelment with a prior notice of
one month from either side.
23. (a) Penalty clause: For deficiency in services and inconvenience caused to the Bank
and its officials or to those for whom Bank directs to provide services, penalty upto
50% of the estimated bill for the relevant instance will be imposed. However, in case
there are 3 or more instances of deficiency in services in a quarter or within three
months, the penalty will be upto 100% of all such bill amount and the bank reserves
the right to terminate the contract.
(b) It will be the sole responsibility of the agency to provide buses /vehicles as and
when requisitioned by the Bank during night/ early morning. Any delay will attract
penalty as deemed fit by the Bank as at paragraph (23 a). Without prejudice to the
above, the agency shall also make alternate arrangements in case of breakdown of
vehicle(s).
(c) In case of failure to provide the vehicle, the agency shall compensate all
expenses incurred by the Bank in this regard and the same will be deducted from the
non-settled bill of the contractor or the PBG [(Rs 50,000) which will be deposited
with the Bank, if empanelled] or any amount due to him. Decision of the Bank in this
regard shall be final and binding on the agency. Such compensation may be in
addition to any penalty imposed under paragraph 23 (a) above.
11
24. The agencies should be registered under Shop & Establishment Act and have
necessary certificate/registration to run tour & travel services.
25. Earnest Money Deposit (EMD)
All bidders will have to deposit an EMD amounting to Rs 50000/-(Fifty thousand only) to be remitted through NEFT ( Details given as per Annex H) The details of
transaction has to be provided. Failure to comply with this condition will render the
tender void at the Bank's discretion. EMD of the successful bidder (LI) will be retained
by the Bank as Security Deposit till the successful bidder furnishes a Performance
Bank Guarantee. EMD will be forfeited if the successful bidder fails to execute the
required agreement with the Bank and take up the tendered work. EMD of the
bidders whose bid are not accepted will be refunded once the contract has been
awarded. The EMD amount will not bear any interest.
Performance Bank Guarantee (PBG) - The agencies empanelled shall deposit
(PBG) Performance Bank Guarantee of Rs 50000/-( Rupees Fifty thousand Only) in
favour of Principal, College of Agricultural Banking Reserve Bank of India, Pune with
letter of acceptance of contract. The PBG shall be valid for a period of 90 days
beyond the date of termination of the contract. The PBG deposited by the successful
bidder/s shall be liable to be forfeited /appropriated in the event of unsatisfactory
performance of the Bidder and / or loss/ damage if any sustained by the Bank on
account of failure or negligence of the workers deployed by service provider or in the
event of breach of the terms and conditions of the agreement. The Performance Bank Guarantee will have to be provided as per format given in Annex F.
26. Submission of tender document
a. The Tender shall be prepared in two parts viz. Part I containing terms, conditions,
documents pertaining to eligibility and detailed scope of work and Part II financial
bid only and submitted separately viz. Part I and Part II in two separate sealed
envelopes clearly indicating on the envelopes as Part I – Technical Bid Part II – Financial Bid
12
Both the envelopes (Technical Bid & Financial Bid) shall be submitted by the bidder in a single sealed envelope super scribed as “Tender/application for empanelment of Pune based Bus operators providing bus hiring services for providing vehicles to College of Agricultural Banking, Reserve Bank of India, Pune” and addressed to
The Principal College of Agricultural Banking Reserve Bank of India, University Road, Pune – 411 016
b. Tenders received by fax or email or any manner other than specified above shall
not be accepted and shall be summarily rejected. No correspondence will be
entertained on this matter. c. The full name, postal address, e-mail address and telefax / telephone number of
the tenderer shall be written on the bottom left corner of the sealed envelope.
Insertions, post scripts, additions and alterations shall not be valid unless
confirmed by the tenderers signature.
d. All copies of the tenders should be complete in all respects with all attachments /
enclosures / annexure. Incomplete forms or without proper documentary evidence
etc. (as advised) will be out-rightly and summarily rejected by the Bank.
e. Before submitting the tender, the bidders may go through the terms and
conditions specified herein, on which the work will be awarded by the Bank and
required to be executed by the successful Bidder. The Bidders may satisfy themselves as to the eligibility and other criteria prescribed therein. It may also be noted that the terms and conditions specified herein are indicative in nature and the same shall not restrain the Bank from imposing or requiring the Bidder to agree upon such further or other terms and conditions at the time of executing the agreement with the successful Bidder, or to alter, modify or omit the terms and conditions contained herein, as are considered necessary for the due and proper execution of the work being awarded under this Tender.
13
f. The tenderer should sign and affix his/his firm’s stamp at each page of the tender
document and all the Annexures.
g. The interested agencies may attend the pre-bid meeting to be held at 12:00 P.M. on August 16,2019 at Protocol, Security & Logistics Division (PSLD), College
of Agricultural Banking, Reserve Bank of India, University Road, Pune. The tender
forms (Part I and Part II in two separate sealed envelopes) shall be submitted by the bidder in a single sealed envelope latest by 02.00 p.m. on September 09,2019. Any tenders received after the said date and time shall not be accepted
under any circumstances .
27. Tenders to be filled in hand - The tender form must be filled in English or Hindi and
all entries must be made by hand and written in ink. If any of the documents is missing
or unsigned, the tender may be considered invalid by the Bank at its discretion. 28. Precautions for filling up tender - Rates should be quoted both in figures and
words in columns specified. Erasures and alterations in the tender document (Part I)
must be authenticated under full signatures of the bidders. No erasures, alterations,
overwriting in Commercial Bid ( Part II) will be accepted and will make the bid liable
for rejection. Failure to comply with either of these conditions will render the tender
void at the Bank's option. No advice whatsoever, especially on change in rate
specifications after opening of Part II of the tender, will be entertained.
29. Tenders to be signed - Each page of the Tender Documents should be signed by an authorized signatory of the bidder in token of his/their having acquainted
himself/ themselves with the conditions of contract, etc. as laid down. Any tender with
any of the documents not so signed may be rejected.
30. Signature on Tender - The tender submitted on behalf of the firm shall be signed
by all the partners of the firm or by a partner who has the necessary authority on
behalf of the firm (attach documentary proof) to enter into the proposed contract or
by a person holding the power of attorney in the case of a company authorized to do
14
so by the Board (copy of Board resolution must be submitted). , failure to comply as
stated above, the tender may be rejected by the Bank.
31. Non-acceptance of tenders - The Bank does not bind itself to accept the lowest or
any tender and reserves to itself the right to accept or reject any or all the tenders,
either in whole or in part, without assigning any reasons for doing so.
32. Invalid Tenders - After prima facie scrutiny, if any of the bidders is found not
satisfying the required eligibility criteria, the tender submitted by him/her will not be
processed further.
33. Validity of tender - Tender shall remain valid for acceptance by the Bank for a period
of 90 days from the date of opening of the tender, which period may be extended by
mutual agreement, the bidders shall not cancel or withdraw the tender during this
period
34. Charges to include statutory levies - The quoted service charges shall be inclusive
of Insurance charges, uniform charges, and any other taxes/duties/levies whether
existing or future, levied by the Central Government or any State or Local Authority,
as applicable, for which no separate claim shall be made. Applicable Goods and
Service Tax will be paid separately.
35. Bank to have no liability - The bidder shall indemnify and keep indemnified the
Bank against all losses and claims, damages or compensation for breach of any
provisions of the Payment of Wages Act, 1936, Minimum Wages Act, 1948, Contract
Labour (Regulation and Abolition) Act, 1970 or any other labour law/statute in force
in this regard. The bidder should follow standard safety procedure and equipment
and ensure that none of its staff suffer any injuries. Any liability on this account will
be entirely that of the bidder.
36. Validity /Renewal of contract - The empanelment and rates will be valid for a period
till June 30 2020 and it may be further renewed for two years, one year at a time, on
15
the basis of satisfactory performance and same terms and conditions, subject to
changes and revisions in statutory. 37. Agreement for contract - The successful agencies will have to execute an
Agreement with the Bank in this regard, in duplicate and in bilingual form on receipt
of intimation from the Bank of the acceptance of its tender.
38. Termination of Contract - I. Without prejudice to what is contained herein above,
the Bank shall at its sole and absolute discretion, be entitled to terminate the contract
forthwith by written notice without assigning any reason and without payment of any
compensation, if a. In the opinion of the Bank (which shall not called in question by the bidder and shall
be binding on the bidder) the bidder fails or refuses to implement the contract to
the Bank’s satisfaction and/or
b. The bidder commits a breach of any terms and conditions of the contract and/or
c. For any reason whatsoever, the bidder becomes disentitled in law to perform his
obligation under the contract and/or
d. There is any variation in the ownership/partnership of the bidder or its business
without the prior consultation in writing with the Bank and/or
e. The bidder is adjudged an insolvent or a compromise is entered by it with its
creditors or if distress or execution or other process is levied upon or receiver is
appointed for any part of the assets or property of the bidder.
In the event of termination of the contract for any reason whatsoever, the bidder or
persons employed by it shall not be entitled for any sum or sums whatsoever from the
Bank by way of compensation or damages.
39. Termination for Unsatisfactory Service - The Bank reserves the right to terminate
the contract at any time by giving one month’s notice, if the services are found
unsatisfactory and also has the right to award the contract to any other Bidder at the
cost, risk and responsibilities of the bidder and excess expenditure incurred on
account of this will be recovered/ adjusted against the security deposit by the Bank
by invoking the Performance Bank Guarantee or pending bill or by raising a separate
claim.
16
40. Arbitration - If any dispute, difference or question shall, at any time, arise between
parties as to the construction of this Agreement or concerning anything herein
contained or arising out of this Agreement or as to the rights, liabilities and duties of
the said parties and binding ,the same shall be referred to sole arbitrator appointed
by the Bank. In case the Bidder does not agree to such appointment, both the parties
will appoint an arbitrator each and the arbitrators then will appoint the Presiding Arbitrator. The provisions of Arbitration and Conciliation Act, 1996 or any
statutory modification thereof shall be applicable and the decisions of the
Arbitrator/panel of Arbitrators shall be final and binding on both the parties. Further all
disputes, difference or question, if any, shall be deemed to have arisen at Pune and
only courts in Pune shall have jurisdiction to determine the same.
41. Stamp Duty - The bidder shall bear the stamp duty for execution of the agreement
pursuant to award of the contract. The agreement shall be executed in duplicate and
the Bank shall retain the original and the bidder shall retain the duplicate.
42. No terms and conditions should be indicated in Part-II of the Tender. If any Tender is
found with conditions mentioned therein, the same will be treated as “invalid”.
43. The lowest rate quoted under each category of vehicles by tenderers shall be applicable for all other tenderers. Only those tenderers shall be considered for empanelment who would agree in writing to work at the lowest rates quoted under each category of vehicles by other tenderer/s.
44. If the contractor is able to provide any make or model of Bus , other than those
mentioned in Part-II of the document, these may be included along with the charges
under relevant category.
45. In case the contractor is not able to provide the category of bus for which booking
has been made by the Bank, he shall provide higher category of vehicle. However,
payment will be made for the category of vehicle booked by the Bank.
17
46. Terms of Payment: Payments will be made through electronic mode. The
empanelled contractor/s should furnish details of Bank account, IFSC code etc. for
payment using NEFT.
47. Indemnity clause :The bidder agrees to indemnify and to keep RBI and its officers, employees, directors and representatives indemnified against all claims (including third party claims), actions, losses, damages, costs, expenses, charges, including legal expenses which the RBI may suffer or incur on account of the default on the part of bidder due to:
a. violations of applicable laws, regulations, guidelines issued by the Government or other statutory authorities during the contract period; or b. breach or non-performance of the terms and conditions of the contract ; or c. breach of the representations and warranties made by the bidder; or d. negligent or fraudulent act or omission by the bidder; or any third party for reasons attributable to the bidder.
2. The bidder shall also keep the Bank indemnified against any claim from the staff of the bidder and it shall be the duty of the bidder to clearly inform his own personnel / staff that they shall have no claim whatsoever against the Bank and they shall not raise any industrial dispute, either directly and / or indirectly, with or against the Bank, in respect of any of their service conditions or otherwise.
3. Further the bidder shall at all times indemnify the Bank against all claims which
may be made under the Workmen's Compensation Act, or rules there under or under
any law or rules of compensation payable in consequence of any accident or injury
sustained by any person in its employment for the purpose of this agreement. The bidder
shall be solely responsible for the remuneration and other dues to its employees, as
also for omissions / commissions done by them. “
48. Opening of Tenders - The Part I of tender will be opened at
04 PM on September 09,2019 in the presence of the authorized representative of
the tenderers who wish to be present. The Financial Bid (Part II) of only those
tenderers will be opened who are found eligible after the scrutiny of Part I. The date
of opening of Financial Bid (Part II) will be intimated to the eligible Tenderers. The
authorized representatives of the tenderers may be present during the opening of
Part II of the tender.
49. A pre- bid meeting of the intending tenders will be held at 12:00 P.M. on
August 19, 2019 at Protocol, Security & Logistics Division (PSLD), College of
18
Agricultural Banking, Reserve Bank of India, University Road, Pune to clarify any
point/doubt raised by them in respect of the tender.
50. Settlement of dispute by Arbitration: Any claims, dispute and or difference
(including a dispute regarding the existence, validity or termination of this
Agreement) arising out of, or relating to this contract including interpretation of its
terms will be resolved through joint discussion of the Authorized Representatives
of the concerned parties. However, if the disputes are not resolved by the
discussions as aforesaid, then the matter will be referred for adjudication to the
arbitration of a sole arbitrator to be appointed by the Principal, College of agricultural
Banking, Reserve Bank of India, Pune. In case the Agency does not agree to such
appointment, both the parties will appoint an arbitrator and the arbitrators then will
appoint the Presiding Arbitrator. The award of the Arbitrator/panel of Arbitrators shall
be final and binding on both the parties. The Arbitration and Conciliation Act, 1996
shall be applicable. The venue of arbitration shall be Pune. Further all disputes,
difference or claim, if any, shall be deemed to have arisen at Pune and only courts in
Pune shall have jurisdiction to determine the same.
51. Non-Disclosure Clause: The Contractor shall not disclose directly or indirectly any
information, materials and details of the Bank’s infrastructure / systems/ equipment
etc, which may come to the possession or knowledge of the Contractor during the
course of discharging its contractual obligations in connection with this
empanelment, to any third party and shall at all times hold the same in strictest
confidence. The Contractor shall treat the details of the contract as private and
confidential, except to the extent necessary to carry out the obligations under it or to
comply with applicable laws. The Contractor shall not publish, permit to be published,
or disclose any particulars of the works in any trade or technical paper or elsewhere
without the previous written consent of the Bank. The Contractor shall indemnify the
Bank for any loss suffered by the Bank as a result of disclosure of any confidential
information. Failure to observe the above shall be treated as breach of contract on
the part of the Contractor and the Bank shall be entitled to claim damages and pursue
legal remedies.
19
52. The Contractor shall take all appropriate and prudent actions with respect to its
employees to ensure that the obligations of non-disclosure of confidential information
under this agreement are fully satisfied. The Contractor’s obligations with respect to
non-disclosure and confidentiality shall survive the expiry or termination of this
agreement for whatever reason.
53. The Sexual Harassment of women at work place The Contractor / Agency shall be solely responsible for full compliance with the
provision of “the Sexual Harassment of women at work place (Prevention, Prohibition
and Redressal) Act, 2013”
a. In case of any complaint of sexual harassment against its employee/s, the
complaint will be filed before the Internal Complaints Committee constituted by
the Contractor / Agency and the Contractor / Agency shall ensure appropriate
action under the said Act in respect to the complaint.
b. Any complaint of sexual harassment from any aggrieved employee of the Bank
against any employee/s of the contractor shall be taken cognizance of by the
Regional Complaints Committee constituted by the Bank.
c. The contractor shall be responsible for any monetary compensation that may
need to be paid in case the incident involves the employees of the contractor, for
instance any monetary relief to Bank’s employee, if sexual harassment/violence
by the employee of the contractor is proved.
d. The contractor shall be responsible for educating its employees about prevention
of sexual harassment at work place and related issues.
54. Force Majeure: The Agency shall not be liable for forfeiture of its EMD, liquidated
damages or termination for default, if the delay in performance or other failure to
perform its obligations under the contract is a result of an event of Force Majeure.
For purposes of the clause, “Force Majeure” means an event beyond the control of
the Agency and not involving the Agency’s fault or negligence and not foreseeable.
Such events may include wars or revolutions, fires, floods, earthquakes, epidemics,
quarantine restrictions, freight embargoes etc. The Bank will decide whether delay
or failure on the part of the Agency was the result of an event beyond his control or
20
not. The decision of the Bank in this regard will be final and binding on the Agency
and will not be open to question before any court / forum in any proceedings.
55. The approximate annual requirement of different buses is as per Annex G
56. The tender submitted shall be signed by the competent authority of the organization.
In case of partnership firm, it shall be signed by all the partners of the firm or by a
partner who has the necessary authority on behalf of the firm to enter into the
proposed contract. In case of a company, it shall be signed by a competent authority
by a person having Power of Attorney.
I/We hereby declare that I/we have read and understood the above instructions for the
guidance of the tenderers.
Signature of Tenderer:
Seal/Stamp:
Date:
Place:
21
Annex A
APPLICATION FORM BASIC INFORMATION (Attach a separate sheet wherever required.)
S. No. Particulars Details to be filled in by the
tenderer
1 Name of the Agency/Organization
2 a) Type of organization – (whether Proprietorship / Partnership / Pvt. Ltd / Ltd Company). (b) Date of establishment (c) Details of Registration (Firm, Company etc.), Registering Authority, Date, Number etc. (not applicable in the case of a sole proprietorship). Please enclose relevant documents in support of the same.
3 Name of the proprietor / partner / directors of organization with designation.
4 Regd. Office/ Business Address of the organization along with Telephone No, Mobile No, Fax No and e-mail.
(a) Whether having own office in Pune. (b) Address of the local office at Pune. (c) Name of the authorized official and his/her
telephone number. Please enclose relevant documents in support of the same.
5 Work Experience – Details of work experience as per the requirement in Eligibility Criteria supported by work orders, documents, and certificates.
The details along with documentary evidence of previous experience, if any, of providing bus hiring services for the College of Agricultural Banking, Reserve Bank of India at any centre or government / semi-government / public sector under-takings / banks MNCs should also be given.
22
6 Name and address of the clients along with full details.
7 Whether the tenderer has a minimum annual business turnover of 15 lakhs each during the last three financial years ending March 2018
Supporting documents should be enclosed in proof of their turnover for previous two financial years viz. (audited financial statements and Tax returns for the previous 03 financial years ending March 31, 2018.
Financial Year
Annual Turnover
Remarks
2015 - 16 2016 – 17 2017 – 18
8 Income Tax Returns of last thee Financial years
(2015-16,2016-2017 and 2017-2018). Please submit a copy.
9 Whether registered with Labour Department under the Contract Labour (R & A) act, 1970 and Contract Labour (Regulation and Abolition) Central Rules, 1971. If yes, Indicate the date of registration. Please submit a copy of certificate/registration.
10 Name and address of the bankers. Please enclose a certificate from the banker regarding financial standing. (as per format attached with this tender document)
23
11 Number of vehicles owned with details such as type / make / model of the vehicle. Condition / age of vehicle with their registration taxi permit No. etc. (attach documentary evidence). List of minimum 05 Busses not older than 2016, along with photocopy of their RC/fitness and permit owned to be submitted as per format at Annexure: C
12 Whether the organization is registered under Shop and Establishment Act and having necessary certificate to run Tours and Travels.
13 The bank Account (IFSC Code and Account Number) where payments would be received by the organization.
Copies of Documents to be submitted:
1. Audited financial statements (for F Y 2015-16 ,F.Y 2016-17 and 2017-
18)
2. Income Tax Returns of last thee Financial years i.e. F Y 2015-16 , F.Y 2016-17 and 2017-18)
3. Bankers certificate on financial standing
4. Client Feedback
5. Firm’s Incorporation documents
6. Copy of the PAN
7. List of owned buses
8. Service Tax Registration/GST Registration
9. Any other document/s
The Bank reserves the right to call the proof/verify the furnished information.
DECLARATION The above information is true to the best of my/our knowledge and if any
information is found untrue or false, I/We may be debarred from the tender
process/being given the contract.
24
1. I/We agree to abide by the terms and conditions stipulated by the Bank.
2. I/We also agree that my/our Tender will remain valid for acceptance by the Bank for 90 days from the date of opening of Part I of the tender and this
period of validity can be extended for such period as may be mutually agreed
in writing between the Bank and tenderer. I/We also agree to keep the earnest
money valid during the entire period of validity of tender.
3. I/We understand that the Bank reserves the right to accept or reject any or all
the tender either in full or in part without assigning any reason therefore.
4. I/We understand that after empanelment, I/We would be under the obligation
to supply taxis for College of Agricultural Banking, Reserve Bank of India,
Pune at the lowest quote given in the price bid by the co-bidders, under each
category.
5. Details of Earnest Money Deposit
Item Amount Name of the Bank
Bank Branch
Draft No
EMD 50000/-
Dated this ________ day of _________ 2019.
Signature
Name and seal of the TENDERER
25
Annex: B
CLIENT’s CERTIFICATE REGARDING PERFORMANCE OF CONTRACTOR Name & address of the Client
Details of contract executed by Shri /M/s
1 Particulars of contract
2 Contract /Agreement No. and date
3 Agreement amount
4 Date of commencement and Completion of contract
5 Details of compensation levied for delay/ deficiency in service (indicate
amount) if any
6 Name and address of the authority for whom works done.
7 Comments on the capabilities of the service provider.
a) Technical proficiency Outstanding/Very Good/ b) Financial soundness Outstanding/Very Good/ c) Mobilization of Vehicles Outstanding/Very Good/
d) General behavior Outstanding/Very Good/
Note: All columns should be filled in properly countersigned.
Annexure: C COLLEGE OF AGRICULTURAL BANKING, RESERVE BANK OF INDIA PROTOCOL, SECURITY & LOGISTICS DIVISION (PSLD) Pune
LIST OF 10 VEHICLES
Attach following documentary evidence:
(a) Registration Certificate (b) Insurance Papers (c) Taxi permit (d) Any other relevant document ( PUC)
Signature of Tenderer: Seal/Stamp: Date: Place
S. No.
Make of Vehicle Registration Number
Model and Year of
Manufacturing
Mileage at Present
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Annex: D The details of Bidder’s Banker: On Company Sr. No.
Particulars To be filled by tenderer
1 Name of the Bank
2 Branch Address
3 IFSC Code (cancelled cheque may be enclosed)
4 Telephone and fax number
5 Name of the contact person
6 Amount of credit facility / overdraft facility enjoyed by Bidder from the Bank
7 The period from which the Bidder has been Banking with Bank
8 Bank Account Number (must be a current account)
9. Type of A/c
10 Account Holder Full Name
11 Permanent Account Number (PAN).
I/we hereby agree and confirm to disburse the salary of the employees through NEFT directly into their Bank account and also accept the payment in respect of the above works, if awarded to our firm /company, through NEFT.
Annex: E
FORM OF BANKERS' CERTIFICATE FROM A SCHEDULED BANK (To be submitted by the Tenderer along with Part I of the Tender)
1. Composition of the firm (whether Partnership/ Private Limited/ Proprietorship/ Public Limited.) 2. Name of the Proprietor/ Partners/ Directors of the firm. 3. Turnover of the firm for the last 3 years (2015 -18,year wise). 4. Credit facility/ Overdraft facility enjoyed by the firm. 5. Dealings 6. The period from which the firm has been banking with the bank. 7. Any other remarks. 8. You may also kindly forward your opinion whether the above firm is considered financially
sound to be entrusted with the contract for works estimated to cost Rs. 25 lakhs.
(Signature)
For the Bank Note: 1. Bankers' certificates should be on letter head of the Bank, (in sealed cover). 2. In case of partnership firm, certificate to include names of all partners as recorded with
the Bank
Annex: F
Proforma of Bank Guarantee for Security Deposit (To be submitted on Non-judicial stamp paper of appropriate value purchased in the name of the issuing bank) No. _____________ Date ___________ To: The Principal College of Agricultural Banking, Reserve Bank of India Pune Dear Sir In consideration of your agreeing to accept the security deposit of INR __ (INR __ only) furnishable to you by M/s ____ (hereinafter referred to as “the Contractor”) in terms of their contract with you for EMPANELMENT OF BUS OPERATOR AGENCIES / COMPANIES FOR PROVIDING VEHICLES ON HIRE TO COLLEGE OF AGRICULTURAL BANKING, RESERVE BANK OF INDIA, PUNE as per their Tender dated ____ and your Special Conditions of Contract and other tender documents relating thereto subject to the conditions and alterations mutually agreed upon the set forth or referred to in your Contract dated ____ in the form of guarantee from us in the manner hereinafter contained, we (Name of the Bank) do hereby covenant and agree with you as follows : 1. We undertake to indemnify you and keep you indemnified from time to time to the extent
of INR ___ INR(_____ only) against any loss or damage caused to or suffered by or that may be caused to or suffered by you by reason of any breach or breaches on the part of the Contractor of any of the terms and conditions contained in the said Contract and in the event of the Contractor making any default or default in carrying out any of the work under the said Contract or otherwise in the observance and performance of any of the terms and conditions relating thereto in accordance with the true intent and meaning thereof, we shall forthwith on demand pay to you such sum or sums not exceeding in total the said sum of INR _____ ( INR_______ only) as may be claimed by you as your losses and/or damages, costs, charges or expenses by reason of such default on the part of the Contractor.
2. Notwithstanding anything to the contrary, your decision as to whether the Contractor has made any such default or defaults and the amount or amounts to which you are entitled by reasons thereof will be binding on us and we shall not be entitled to ask you to establish your claim or claims under this Guarantee but will pay the same forthwith on your demand without any protest or demur.
3. This guarantee shall continue and hold good until it is released by you on the application by the Contractor after expiry of the relative guarantee period of the said Contract and after the contractor had discharged all his obligations under the said Contract and produced a certificate of due completion of the work under the said contract and submitted a “No Demand Certificate”, provided always that this guarantee shall in no event remain in force after the day of ________ without prejudice to your claim or claims arisen and demanded from or otherwise notified to us in writing before the expiry of six months from the said date which will be enforceable against us notwithstanding that the same is or are enforced after the said date.
4. Should it be necessary to extend this guarantee on account of any reason whatsoever, we undertake to extend the period of this Guarantee on your request till such time as may be required by you. Your decision in this respect shall be final and binding on us.
5. You will have the fullest liberty without effecting this guarantee from time to time to vary any of the terms and conditions of the said contract or extend the time of performance of the Contractor or to postpone for any time or from time to time any of your rights or powers against the Contractor and either to enforce or forbear to enforce any of the terms and conditions of the said Contract and we shall not be released from our liability under this guarantee by the exercise of your liberty with reference to matters aforesaid or by reason of any time being given to the Contractor or any other forbearance, act or omission on your part or any indulgence by you to the Contractor or by any variation or modification of the said contract or any other act, matter or things whatsoever, which under the law relating to sureties would but for the provisions hereof have the effect of so releasing us from our liability hereunder provided always that nothing herein contained will enlarge our liability hereunder beyond the limit of INR ________ (INR _______ only) as aforesaid.
6. This guarantee shall not in any way be affected by your taking or varying or giving up any securities from the Contractor or any other person, firm or company on its behalf or by the winding up, dissolution, insolvency or death as the case may be, of the Contractor.
7. In order to give full effect to the guarantee herein contained you shall be entitled to act as if we were your principal debtors in respect of all your claims against the Contractor hereby guaranteed by us as aforesaid and we hereby expressly waive all our rights of surety-ship and other rights, if any, which are in any way inconsistent with any of the provisions of this guarantee.
8. Subject to the maximum limit of our liability as aforesaid, this guarantee will cover all your claim or claims against the contractor from time to time arising out of or in relation to the said contract and in respect of which your claim in writing is lodged on us before expiry of six months from the date of expiry of this guarantee.
9. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax or registered post to our local address as aforesaid and if sent by post, it shall be deemed to have been given when the same has been posted.
10. This guarantee and the powers and provisions herein contained are in addition to and not by way of limitation of or substitution for any other guarantee or guarantees
heretofore given to you by us (whether jointly with others or alone) and now existing uncancelled and that this guarantee is not intended to and shall not revoke or limit such guarantee or guarantees.
11. This guarantee shall not be affected by any change in the constitution of the contractor or us nor shall it be affected by any change in your constitution or by any amalgamation or absorption thereof or therewith but will ensure to the benefit of and be available to and enforceable by the absorbing or amalgamated company or concern.
12. Any forbearance, act or omission on the part of the Bank in enforcing any of the conditions of the said tender or showing of any indulgence by the Bank to the Tenderer shall not discharge the Surety in any way and the obligations of the Surety under this guarantee shall be discharged only on the intimation thereof being given to the Surety by the Bank.
13. This guarantee is irrevocable during the period of its currency and shall not be revoked without your previous consent in writing.
14. We further agree and undertake to pay you without demur the amount demanded by you in writing notwithstanding any difference or dispute or controversy that may exist or arise between you and contractor or any other person.
15. Notwithstanding anything contained herein above our liability under this guarantee is restricted to INR _____ (INR _______only). Unless a written claim is lodged on us for payment under this guarantee within six months from the date of expiry, including extensions if any, of this guarantee all your rights under the guarantee shall be forfeited and we shall be deemed to have been released and discharged from all liabilities there under, irrespective of whether or not the original guarantee is returned to us.
16. We have power to issue this guarantee in your favour under the Memorandum and Articles of Association of our Bank and the undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the Bank.
SIGNED AND DELIVERED (For & on behalf of the above named Bank)
For & on behalf of (Banker’s Name & Seal)
BRANCH MANAGER
(Banker’s Seal)
Address _______________
Annexure: G The approximate annual requirement of different buses is as under:- 40 and above Seater Bus (Volvo/Mercedes) 40 Seater Bus 32 Seater Bus 27 Seater Bus 17 Seater Bus
1 5 20 15 11
The bus hiring/agencies/companies should own/possess/Tie up of the buses of all the above
mentioned models/makes. Apart from the above mentioned conditions, the empanelment will
be subject to fulfillment of the terms and conditions spelt out by the Bank in this regard and
subject to the hiring agencies furnishing the details of the vehicles owned by them viz Make,
Model, and Registration No, as also the details of the drivers such as names, address, passport
size photograph and driving license etc. It must be ensured that the vehicles provided are not
more than 03 years old.
Annexure: H Details of Bank Account for effecting e-payments Name of the Institution: College of Agricultural Banking, Reserve Bank of India, Pune Address (in full): College of Agricultural Banking, Reserve Bank of India Ganeshkhind Road, Shivajinagar, Pune-16
1 Name of the Account Holder (as appearing in the Bank Account)
College of Agricultural Banking, Reserve Bank of India, Pune
2 Account Number 8691632
3 Type of Account (Savings, Current etc.) Current
4 PAN Number AAIFR 5286M
5 Name of the Bank CAB,RBI,PUNE
6 Name of the Branch CAB,PUNE
7 Address of the Bank CAB,PUNE
8 NEFT/IFS Code
RBIS0PUPA01 (0 in the code represents ZERO)
COLLEGE OF AGRICULTURAL BANKING, RESERVE BANK OF INDIA PROTOCOL, SECURITY & LOGISTICS DIVISION (PSLD) Pune
== APPLICATION FOR== EMPANELMENT OF BUS OPERATOR
AGENCIES / COMPANIES FOR PROVIDING VEHICLES TO COLLEGE OF AGRICULTURAL BANKING, RESERVE BANK OF INDIA, PUNE
PART II – PRICE BID ONLY
NAME OF THE TENDERER: __________________________________________________________ ADDRESS: ____________________________________________________ ____________________________________________________ _____________________________________________________ CONTACT NO: __________________________________________________ Last date of submission: September 09,2019 up to 02:00 PM
PART – II (PRICE BID ONLY) (Rates in Rupees) Quotation for providing Bus (all A. C. Bus)
Nature of Duty AC Bus
(17 Seater) AC Bus
(27 Seater) AC Bus
(32 Seater) AC Bus
(40 Seater) AC Volvo/Mercedes Bus (40 seater and
above) LOCAL USE PUNE AIRPORT PICK UP OR DROP
RL. STN. PICK UP OR DROP
4HRS/40KMS. 8HRS/80KMS Pune to Mumbai & back (300 Km/16 hrs)
Pune to Mumbai only Drop (150 Km)
Mumbai to Pune only Drop (150Km)
EXTRA KM. EXTRA HRS. OUTSTATION MINIMUM 250 KMS. /DAY FOR BUSES EXTRA KM. EXTRA HRS. NIGHT HAULT
DRIVER CHARGES
*Please do not add Goods and Service Tax which will be paid as per govt. norms. Charges to include all types of statutory levies and exclude GST. Applicable Goods and service Tax will be paid separately.
1. @ If the tenderer would be able to provide any other make or model of Bus , the same may be included along with the charges under each category. In any case, if the service provider provides, whether on his own or on the asking of the Bank, any other make or model of bus, he will be paid according to the rates approved for similar category of buses.
2. Toll taxes and parking charges would be paid on production of original receipt. 3. For airport drop / pick up, railway station drop / pick up, a fixed amount would only be
paid. 4. The lowest rate quoted under each category of vehicles by tenderers shall be
applicable for all other tenderers. Only those tenderers shall be considered for empanelment who would agree in writing to work at the lowest rates quoted under each category of vehicles by other tenderer/s.
5. The bank reserves the right to review the case of any tenderer whose services are found to be unsatisfactory and even cancel his contract.
6. No terms and conditions should be indicated in Part-II of the Tender. If any Tender is found with conditions mentioned therein, the same will be treated as “invalid”.
SIGNATURE OF TENDERER
SEAL
Date: