india security press - spmcil

21
Page 1 of 21 INDIA SECURITY PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road 422 101 (Maharashtra) Tel No 00 91 253 2402200 Fax No 00 91 253 2462718 EPABX: 00 91 253 2402200 Email:[email protected] Website:www.spmcil.com/www.ispnasik.spmcil.com Not Transferable Security Classification: UNCLASSIFIED TENDER DOCUMENT FOR HIRING OF COMMERCIAL VEHICLES ON RATE CONTRACT BASIS. Open Tender No. 77/NCB/ESTATE(Vehicle)/2017 Dated :22.06.2017 This Tender Document contains 21 pages. Tender Documents is sold to: Details of Contact person in SPMCIL regarding this tender: Name, Designation: Deepak Verma, Dy. Manager (Tech. operations)- Purchase Address: India Security Press, Phone : 0253-2402219/2321/2319 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra email : [email protected] India Website : www.spmcil.com Note- 1) The word “SPMCIL” in this SBD hereinafter is referred to as “India Security Press, A unit of SPMCIL”. 2) For more details about this tender, please visit website: ispnasik.spmcil.com / www. spmcil.com M/s______________________________________________________________ Address___________________________________________________________

Upload: others

Post on 02-Apr-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 21

INDIA SECURITY PRESS

(A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra)

Tel No 00 91 253 2402200 Fax No 00 91 253 2462718 EPABX: 00 91 253 2402200

Email:[email protected] Website:www.spmcil.com/www.ispnasik.spmcil.com

Not Transferable

Security Classification: UNCLASSIFIED

TENDER DOCUMENT FOR HIRING OF COMMERCIAL VEHICLES ON RATE

CONTRACT BASIS.

Open Tender No. 77/NCB/ESTATE(Vehicle)/2017 Dated :22.06.2017

This Tender Document contains 21 pages. Tender Documents is sold to:

Details of Contact person in SPMCIL regarding this tender: Name, Designation: Deepak Verma, Dy. Manager (Tech. operations)- Purchase Address: India Security Press, Phone : 0253-2402219/2321/2319 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra email : [email protected] India Website : www.spmcil.com Note-

1) The word “SPMCIL” in this SBD hereinafter is referred to as “India Security Press, A unit of SPMCIL”.

2) For more details about this tender, please visit website: ispnasik.spmcil.com / www. spmcil.com

M/s______________________________________________________________

Address___________________________________________________________

Page 2 of 21

SECTION I: NOTICE INVITING TENDER (NIT)

Open Tender No. 77/NCB/ESTATE(Vehicle)/2017 Dated :22.06.2017

1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods and services:

Schedule No.

Brief Description of Goods/ services Quantity/ Period

Remarks

1 Hiring of Commercial Vehicles ( AC/ Non-A/C) as per requirement (for a period of one year) on rate contract basis.

1. Vehicle (4 + 1 Seater)- Non-A/C - INDIGO/VERITO/D’ZIRE/INDICA or equivalent.

2. Vehicle (4 + 1 Seater)- A/C - INDIGO/VERITO/D’ZIRE/INDICA or equivalent.

3. Vehicle (6 + 1 Seater)- Non-A/C - TAVERA/BOLERO/INNOVA/XYLO or equivalent.

4. Vehicle (6 + 1 Seater)- A/C -

TAVERA/BOLERO/INNOVA/XYLO or equivalent. (Details as per section VI and VII)

For a period of one year (On as and When required Basis)

2. Interested tenderers may obtain further information about this requirement from the above office selling the documents. They may also visit our website mentioned above for further details. 3. Tender documents may be purchased on payment of non-refundable fee of Rs. 106/-[Rupees One Hundred & Six Only ] per set in the form of account payee demand draft/

Type of Tender (Single /Two Bid/ PQB/ EOI/ Security Item etc)

Two Bid{ Technical and Price Bid separately }

National Competitive Bidding

Dates of sale of tender documents From 23.06.2017 to 24.07.2017 during office hours

Price of the tender document Rs. 106/-

Place of sale of tender documents Purchase section, India Security Press, Nashik Road-422 101 Maharashtra, India.

Closing date and time for receipt of tenders

25.07.2017 At 1430 Hours

Place of receipt of tenders Green Gate, India Security Press, Nashik Road-422 101, Maharashtra, India.

Time and date of opening of tenders At 1500 Hours on 25.07.2017

Place of opening of tenders Purchase Section, India Security Press, Nashik Road-422 101, Maharashtra, India.

Nominated Person/ Designation to Receive Bulky Tenders ( Clause 21.21.1 of GIT )

Dy. Manager(HR), India Security Press, Nashik Road-422 101, Maharashtra, India.

Page 3 of 21

cashier’s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of SPMCIL, Unit ISP, payable at Nashik. 4. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers, for which extra expenditure per set will be Rs 100 for post. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above.

5. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected. 6. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase organisation, the tenders will be sold/ received/ opened on the next working day at the appointed time.

7. As per Government of India guidelines, a 20% quantity of the tendered requirement shall be procured from participating and qualified MSME registered firms quoting price within the price band of L1 + 15% by bringing down their price to L1 price, where L1 is a Non MSME registered firm. MSME firms are also requested to indicate clearly in their offer if their company is owned by SC/ST proprietorship 8. The tender documents are not transferable.

.

Sd/- Dy. Manager (Tech. operations)-Purchase

FOR GENERAL MANAGER INDIA SECURITY PRESS,

NASHIK ROAD Phone No 0253 2402219

Address for dropping the tender documents

Green Gate, India Security Press, Nashik Road-422 101, Maharashtra,

India.

Page 4 of 21

SECTION II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)

PART I & II: GENERAL INSTRUCTIONS Applicable to all Types of Tenders

Please refer the link Click here or

http://ispnasik.spmcil.com/spmcil/UploadDocument/GIT.pdf for further details.

GIT (Total pages: 32)

SUPPLIERS ARE REQUESTED TO DOWNLOAD 32 PAGES BY CLICKING THE ABOVE SAID

LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER

DOCUMENT. PRINTOUT OF THIS PAGE IS NOT ACCEPTABLE

Page 5 of 21

SECTION III: SPECIAL INSTRUCTIONS TO TENDERERS (SIT) The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below: In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.

Sl. No.

GIT Clause No.

Topic SIT Provision

1 8 Pre-bid Conference Not contemplated

2 12.11 Applicability of LBT and Local taxes

The applicable LBT at Nashik Municipal Corporation shall be borne by the purchaser.

4 19 Tender Validity

The tender shall remain valid for acceptance for a period of 120 days from the date of opening. Any tender valid for a shorter period shall be treated as unresponsive and rejected.

5 20.4 Number of copies of Tenders to be submitted

Single

6 21 Submission of Tender SIT-1 (Mentioned below)

7 20.9 E-Procurement Not contemplated

8 33 Evaluation Criteria SIT-2 (Mentioned below)

9 34 Comparison on FOR Destination basis.

Supplement with the following: Price bid evaluation: The charges quoted shall be compared on the total price basis, including all road tolls and taxes, parking charges, petrol/diesel charges, etc., if any. (Ref: Section XI: Price schedule)

10 35.2 Additional Factors for Evaluation of Offers

Not applicable

Page 6 of 21

11 40 Purchaser’s right to accept tender

Supplement with the following: SPMCIL reserves the right to accept in part or in full any tender or reject any tender without assigning any reason or to cancel the tendering process and reject all tenders at any time prior to award of contract, without incurring liability, what so ever to the affected tenderer or tenderers.

12 43 Parallel Contracts Not applicable

13 50.3 Tender For rate Contracts

Not applicable

14 51.1, 51.2 PQB Tenders Not applicable

15 52 Tenders involving Purchaser’s and Pre-Production Sample

Not applicable

16 53 EOI Tenders Not applicable

17 54 Tenders for Disposal of Scrap

Not applicable

18 55 Development and Indigenization Tenders

Not applicable

SIT-1: Submission of Tender Techno-commercial bid and the Price Bid are to be submitted in Two Separate double sealed Envelopes on or before the due date of the submission of the tender mentioned in Section I: NIT, otherwise tender/bid/quotation shall be liable for rejection. The envelope containing bid

shall be super- scribed “Technical Bid” or “Price Bid” as the case may be for “Tender

No. 77/NCB/ESTATE(Vehicle)/2017 for Hiring of Commercial vehicles on rate contract basis” due on 25.07.2017 upto14.30 Hrs (IST). Late tenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms.

Page 7 of 21

Part –I: Techno-Commercial bid (First Envelope)

(i) Mandatory Check list

(ii) Tender Fee: Tender fee of Rs. 106/- (Rs. One Hundred Six only) should be submitted along with the Techno-Commercial offer in the form of DD/ Bankers Cheque drawn from any Scheduled Commercial Bank in India, in favour of SPMCIL, unit ISP payable at Nashik.

(iii) The tender has to submit sealed and signed tender document by authorized signatory of the tenderer as a token of acceptance of all section/ terms and conditions of this tender document (GIT, SIT, GCC & SCC, Quality Control Requirement, List of Requirement, Technical Specification, Tender form etc.)

(iv) Power of Attorney/ Authorisation with the seal of company indicting that authorized

signatory is competent and legally authorized to submit the tender and/ or to enter into legally binding contract.

(v) The eligibility criteria for the tender are given in Section IX- Qualification/ Eligibility

Citeria. The bidder has to submit all the desired documents and relevant documentary proof in support of relevant clauses mentioned in Section IX: Qualification/ Eligibility Criteria (PQB). The Qualifying Criteria should be submitted in original.

(vi) Copy of Service Tax registration Certificate/TIN No. registration.

(vii) Copy of Permanent Account Number (PAN Card).

(viii) Copy of valid Registration of firm.

(ix) A copy of price bid proforma shall be submitted along with Techno-commercial

Bid leaving blank the price portion (i.e. showing the unit, currency and total price of the material offered as XXXX) so as to indicate the goods/ service being offered. It may be noted that the price is NOT to be quoted with the Techno-commercial Bid otherwise the tender shall be liable for rejection.

Part-II: Price Bid (Second Envelope)

The tenderer shall quote their prices strictly as per the proforma given in Section-XI of the Tender document. No additional/ extra item with price shall be included other than that of Section XI. Price component shall not be written anywhere in any section except Section XI.

NOTE:-

i. The Two envelopes as mentioned above i.e. First envelope and Second envelop shall be

super scribed as Techno-commercial Bid and Price Bid separately for ““Open Tender No. 77/NCB/ESTATE(Vehicle)/2017 for Hiring of Commercial vehicles on rate contract basis”

due on 25.07.2017 upto14.30 Hrs (IST). These two sealed envelopes shall be put in

another bigger envelope and this bigger envelop shall also be superscribed as “Open Tender No. 77/NCB/ESTATE(Vehicle)/2017 for Hiring of Commercial vehicles on rate

contract basis” due on 25.07.2017 upto14.30 Hrs (IST) on outer cover.

Page 8 of 21

ii. If the tender is not submitted as per above format, offer/ bid/ tender will be liable for

rejection. iii. Late Tender shall not be accepted. Tenderer shall submit their offer only on prescribed

form. Tenders by fax/ email shall not be accepted. Tender by Post/ hand/ courier received on or before the due date and time shall be accepted. Postal delay/ delay by courier services etc. shall not be condoned, what so ever reason may be.

SIT 2: Evaluation Criteria:

Tender Evaluation Process:

2.1 Techno-Commercial bid evaluation: In the first instance, the Qualifying Criteria of the Techno-commercial part of Tender document will be considered for the evaluation. These offers/ bid will be scrutinized and evaluated by the committee/ authority with reference to the parameters prescribed in the eligibility criteria (Section IX). Conditional offers will be liable for rejection. The technical acceptance of the bids is on the basis of Technical Specifications offered by the bidders as per Section –VII Technical Specification and Section-VI List of Requirement of the tender document and acceptance of the terms and conditions as per Section-VI, GIT, SIT, GCC, SCC and other conditions of tender. 2.2 Price bid evaluation: In the second stage, the price bid of only the technically suitable offers

will be opened for further scrutiny and evaluation. The price quoted shall be compared on a total price basis (FOR ISP Nashik Road), including all taxes, duties, packing and forwarding charges, freight, insurance etc. The evaluation of L-1 will be done for each type of vehicles separately i.e. for each column (Column no. 3, 4, 5 and 6) of Section XI: PRICE-BID. A bidder can become L-1 for more than one such column depending upon their quote. The method of evaluation of L1 criteria for awarding the contract for each type of vehicles individually shall be based on totality basis i.e. rate of Sr.No.“A” and Sr.No.“B”.

(The formula for deciding L-1 offer against each type of vehicle is as below) L-1 rate = (Rate of Sr.No. “A” + Rate of Sr.No. “B(ii)”) the above formula is for evaluation purpose to check L-1 only.

Page 9 of 21

SECTION IV: GENERAL CONDITION OF CONTRACT (GCC)

Please refer the link Click here or

http://ispnasik.spmcil.com/spmcil/UploadDocument/GCC.pdf for further details

GCC (Total pages: 28)

SUPPLIERS ARE REQUESTED TO DOWNLOAD 28 PAGES BY CLICKING THE ABOVE SAID

LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER

DCOUMENT. PRINTOUT OF THIS PAGE IS NOT ACCEPTABLE

Page 10 of 21

SECTION V: SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These Special Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.

Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.

Sr. No GCC Clause No.

Topic SCC Provision

1 19.3 Option Clause The Purchaser reserves the right to

increase the ordered quantity by 25% at

any time, in terms of period and / or

value of the Contract, till final delivery

date of the contract, by giving

reasonable notice even though the

quantity ordered initially has been

supplied in full before the last date of

delivery period.

2 20.1 Price Adjustment Clause Not applicable

3 21.2 Taxes and Duties If the tenderer fails to include road tolls and taxes, parking charges, petrol/diesel charges, no claim thereof will be considered by purchaser afterwards.

4 25.1 Bank Guarantee and Insurance for Material Loaned to Contractor

Not applicable

5 36.3.2, 36.3.9

Disposal/ Sale of Scrap by Tender

Not applicable

6 22 Terms and mode of Payment A} The payment to the Contractor shall be released on monthly basis at actual usage as per applicable price. B} The Payment will be released as per applicable price Sr. No. ‘A’ of price bid for respective services and on actual Km. Basis as per Km. charges prescribed in Sr. No. ‘B’ of Section XI. C} The Service Tax as applicable as per rules. D} The TDS, if any, will be deducted.

Page 11 of 21

SECTION VI: LIST OF REQUIREMENTS

Schedule No.

Brief description of goods and services (Related Specifications etc are in Section-VII)

Accounting Unit

Quantity /period

Hiring of Commercial Vehicles (AC / Non -A/C) as per requirement (for a period of one year) on rate contract basis. Against each schedule, four (04) types of rates are being asked from the bidder which are:

1. Vehicle (4 + 1 Seater)- Non-A/C - INDIGO/VERITO/D’ZIRE/INDICA or equivalent.

2. Vehicle (4 + 1 Seater)- A/C - INDIGO/VERITO/D’ZIRE/INDICA or equivalent.

3. Vehicle (6 + 1 Seater)- Non-A/C - TAVERA/BOLERO/INNOVA/XYLO or equivalent.

4. Vehicle (6 + 1 Seater)- A/C -

TAVERA/BOLERO/INNOVA/XYLO or equivalent.

Per K.M. (As per the Price schedule: Section XI)

01 job for a period of one year. (On as and When required Basis)

A 8 HRS./80 KM (MINIMUM)

B i) RATE / EXTRA for additional 300 Km.

ii) Total Charges for Approximate 300 Km.

1. The evaluation of L-1 will be done for each type of vehicles separately i.e. for each column (Column no. 3, 4, 5 and 6), a separate L-1 bidder will be there. A bidder can become L-1 for more than one such column depending upon their quote. The method of evaluation of L1 criteria for awarding the contract for each type of vehicles individually shall be based on totality basis i.e. rate of Sr.No.“A” and Sr.No.“B” (The formula for deciding L-1 offer against each type of vehicle is as below) L-1 rate = (Rate of Sr.No. “A” + Rate of Sr.No. “B(ii)”) the above formula is for evaluation purpose to check L-1 only.

2. Bidder firm shall mention the make of the vehicles to be provided.

3. Required terms of Delivery: (a) Required Delivery Schedule

: Contract shall commence from the date of

award of Purchase Order (Vehicles shall be provided on as and When required basis) Prices shall be valid for one (01) year from the date of award of Purchase Order.

(b) Required Terms of Delivery : FOR ISP Nashik Road

(c) Destination : India Security Press, Nashik Road–422 101. Maharashtra, India

(d) Preferred Mode of Transportation

: By Road

Page 12 of 21

4. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered and signed on each and every page.

5. RISK PURCHASE: a) If the supplier after submission of tender and due acceptance of the same, i.e. after placement of notification of award of contract fails to abide by the terms and conditions of these tender documents, or fails to supply the material as per delivery schedule given or at any time repudiates the contract, the purchaser shall have the right to:

(i) Forfeiture of the EMD and

(ii) Invoke the Security-cum-Performance Guarantee if deposited by the supplier and procure stores from other agencies at the risk and consequence of the supplier. The cost difference between the alternative arrangement and supplier tendered value will be recovered from the supplier along with other incidental charges, including excise duty, taxes, insurance, freight etc.

(b) For all the purpose the Notification of award of contract will be considered acceptance of tender and formal contract pending signing of agreement. Supplier has to abide by all the terms and conditions of tender.

(c) In case of procurement through alternative sources and if procurement price is lower, no benefit on this account will be passed on to the supplier.

(d) If the contract holder reduces its price or sells or even offers to sell the contracted good, following condition of sale similar to those of the contract, at a price lower than the contract price, to any person or organization during the currency of contract, the contract price will be automatically reduced with effect from that date for all the subsequent supplies under the contract and the contract amended accordingly. Any violation of the fall clause would be considered a serious misdemeanor under clause of the GIT and action, as appropriate, would be taken as per provision of that clause.

6. Bidders are requested to submit the following Bank details along with tender documents:

a) Beneficiary Name: b) Bank Account Number: c) Bank Name: d) Branch and Address: e) IFS Code:

7. The Bidder has to submit the Mandatory Check list as per Format given below along with their Techno-commercial Bid Documents: Sr.

No.

Description Submitted /

Not Submitted

Page No.

1. Tender Form Fee of Rs. 106/-

2.

All pages of the tender documents (including GIT, GCC,

SIT, SCC, List of requirements, Technical specification,

quality requirements, qualification/Eligibility criteria

etc.) duly sign and stamp by the Authorized signatory of

the bidder.

Page 13 of 21

3.

Power of Attorney of the Authorized Signatory duly

Authorized by a person not below the Director level of the

bidder firm for signing this Tender document.

4. Adherence to the Delivery Schedule as per Section VI on

Bidder’s Letter Head.

5. Adherence to the Technical Specification as per Section

VII on Bidder’s Letter Head.

6. Documentary evidence towards Experience as per clause 1

of section IX.

7. Documentary evidence towards Financial Standing as per

clause 2. (a), (b) and (c) of section IX.

8. Documentary evidence towards Black Listing Declaration

as per Clause 3 of Section IX.

9. Copy of Service Tax registration Certificate and TIN

Registration, as applicable.

10. Copy of Permanent Account Number (PAN Card).

11. Copy of valid Registration of firm.

12.

A copy of price bid proforma shall be submitted along with Techno-commercial Bid leaving blank the price portion (i.e. showing the unit, currency and total price of the material offered as XXXX) so as to indicate the goods/ service being offered. It may be noted that the price is NOT to be quoted with the Techno-commercial Bid otherwise the tender shall be liable for rejection.

Note: Tenderer’s attention is drawn to GIT clause 17 and GIT sub-clause 10.1. The tenderer is to provide the required details, information, confirmations etc accordingly, failing which it’s tender is liable to be ignored.

Page 14 of 21

Section VII: Technical Specifications

Hiring of Commercial vehicles/Taxi for on Rate Contract basis General Terms & Conditions for Hiring of Commercial Vehicles:-

1) Number of Trips :- The VVIPs/Guests are required to be picked up and

dropped at various places. This will be as per the requirement of ISP/guests. It is

to mention that our headquarters is situated at Nashik and the vehicles will start

their itinerary generally from Nashik. In some exceptional cases, the starting

point can be changed as per the requirements and that will be communicated to

successful bidder while asking for providing vehicles for that particular case.

2) Type of Vehicles required: - A/C- Non A/C or as per requirements.

a. Vehicle (4 + 1 Seater)- Non-A/C - INDIGO/VERITO/D’ZIRE/INDICA or equivalent. b. Vehicle (4 + 1 Seater)- A/C - INDIGO/VERITO/D’ZIRE/INDICA or equivalent. c. Vehicle (6 + 1 Seater)- Non-A/C - TAVERA/BOLERO/INNOVA/XYLO or equivalent. d. Vehicle (6 + 1 Seater)- A/C - TAVERA/BOLERO/INNOVA/XYLO or equivalent.

3) The vehicle should have proper Registration with Transport Authorities

for commercial usage duly paid with all taxes (as required), Insurance, PUC,

etc. i.e. Vehicles should have commercial road permits for respective states,

Insurance, all statutory payments for both driver and vehicles etc.

4) No Detention charges will be paid in normal cases.

5) The Agency so hired should be able to make the vehicle available as and

when required/demanded at short notice over phone/e-mail/FAX failing which

ISP will hire alternative vehicle at the risk and cost of the agency.

6) All the drivers of vehicles and other personnel accompanying the vehicles

have to abide by all security norms right from entering our premises for carrying

the security materials and other works, if any.

7) The vehicles should have other provisions like spare Tyre, tool kit, First

Aid Kit, Portable Fire Extinguisher, Heavy Duty Torch, etc. for emergency

purpose. And in case of any puncher of Tyre, it should be replaced within half an

hour.

8) The firms should have adequate number of Vehicles to be provided.

9) Firms should have adequate number of drivers having experience of

driving.

10) Each driver employed by the firm must have a cell-phone duly activated.

Page 15 of 21

11) All Drivers should be competent, experienced, physically fit and having a

valid professional (Commercial) driving license issued by a Competent Authority

with minimum five (05) years experience in case of light vehicle or in case

having Heavy Commercial Vehicle License, he should have at least Three (03)

years experience, apart from being sober, gentle, courteous and well behaved

person with at least one year working experience in any reputed Organization.

The driver should be in possession of valid driving license in Original and he

should not keep the Xerox copy of license with him. The driver should be well

dressed & well behaved.

12) Drivers should be covered by comprehensive Insurance policies for safety

and security.

13) The transporter shall take out and keep alive valid insurance covers as per

provision of the Motor Vehicles Act,1939. The transporter shall also take out and

keep alive for the vehicles riot risk insurance.

14) No mileage will be allowed for lunch/ tea of the driver. Driver should

carry his lunch or arranged by own.

15) The firm should have an adequate number of telephones for contact round

the clock and these may be conveyed to this office.

16) Log book shall be maintained by & with the driver of vehicle & the log

book may be got signed by the user and proper entry with respect to place

visited, time, kilometers etc. be made indicating name and designation of the

officer who have utilized the vehicle.

17) Firm should have valid Service Tax registration/ TIN No. etc. or proof of

exemption.

18) Bidder firm shall mention the make of the vehicles to be provided.

19) The vehicle should report at least half an hour before starting of journey.

20) All road tolls and taxes, parking etc, if any, should be borne by the Travel

Agency and should not be demanded from vehicle user VVIPs/Guests. In the case

of Mumbai local, drop & pick up the travel agency may quote the approx. tolls in

their bills directly without attaching the toll bills. This will be paid at the time

of final payment of Bills.

Page 16 of 21

21) In case of any damages/breakdown, the alternative vehicle will be

provided immediately by the Travel Agency without fail.

22) The Vehicle should be new and maintained in good condition and fit for

movement on highway. The vehicle should have capacity to carry (6+1)

passengers for TAVERA/BOLERO/INNOVA/XYLO or equivalent and (4+1)

passengers for INDIGO/Verito/D’zire/Indica or equivalent. Vehicle should have

insurance papers and vehicle should not be older than Two (02) years [from

the date of award of Contract/Purchase Order]. Valid registration of vehicles to

be submitted by the tenderer after award of contract.

23) The payment will be made on monthly basis through Bank on submission of

Bills. The rates quoted by the Firm will be valid for a period of 01 year.

24) The Travel Agency should provide the vehicle only when demanded by the

Competent Authority of ISP.

25) The rates quoted are inclusive of Petrol/Diesel charges and vehicle should

be sent duly filled with petrol/diesel before reporting to ISP.

26) The ISP will not be responsible for any damages to the Vehicles provided

due to accident or any other incident and no compensation will be paid what so

ever by ISP.

27) The bidder shall submit the copy of the following documents before issue

of the Service Order/Contract:

a. Vehicle Registration book issued by R.T.O.

b. Documents of up-to-date Road Tax.

c. Comprehensive Insurance.

d. Fitness Certificate.

e. P.U.C. Certificate.

f. Any other related documents obtained from competent authority.

28) Penalty Clause: In case of demand of vehicle/s, the bidder to whom

contract has been placed denies providing vehicles as per demand; the same will

be arranged by the purchaser using the alternative resources i.e. from tour and

travels agencies with which the contract is not entered in to, at the risk and cost

of the bidder. In other words, the cost of the itinerary will be deducted from the

bills of the bidders who deny providing the demanded vehicles at that time.

29) The charges shall include all the following costs:- a. Fuel

b. Maintenance and Servicing costs

c. Lubricant Cost (Mobile, Engine Oils and other lubricants)

d. Wages and other benefits of Drivers.

e. Toll tax and parking charges etc.

Page 17 of 21

SECTION VIII: QUALITY CONTROL REQUIREMENTS

(As per Section VI and VII)

Page 18 of 21

SECTION IX: QUALIFICATION/ ELIGIBILITY CRITERIA

MINIMUM ELGIBILITY CRITERIA

1. The following shall be the minimum eligibility criteria for selection of bidders technically.

Experience and Past Performance: The Bidder firm should have rendered similar type of services or entered into similar type of Rate Contracts for “Hiring of Private Vehicles” with Government organizations/Pvt. institutions of repute in any one year during last five years i.e. from 1st April 2012 to 31st March 2017.

Note 1: All experience, past performance and capacity/ capability related/ data should be certified by the authorized signatory of the bidder firm. The credentials regarding experience and past performance to the extent required as per eligibility criteria submitted by bidder may be verified from the parties for whom work has been done, hence copies of Purchase orders/experience certificates to be submitted.

2. Financial standing:

(a) Average Annual Turnover of the Bidder firm during last three financial years i.e. 2013- 2014, 2014-2015 and 2015-2016 should be more than Rs. 6 (Six) lakhs.

(b) Bidder firm should not have suffered any financial loss for more than one year during last three financial years i.e. 2013- 2014, 2014-2015 and 2015-2016.

(c) The net worth of the bidder firm should not have eroded by more than 30% in last three financial years 2013- 2014, 2014-2015 and 2015-2016.

Note 2: In Support of above all financial standings, the Bidder should submit the audited financial accounts for the last three financial years i.e. 2013- 2014, 2014-2015 and 2015-2016, duly signed and stamped by Auditor (Chartered Accountant) failing which offers shall be liable for rejection at Technical Bid Stage itself. 3. The firm should give a declaration that they have not been black-listed/

debarred for dealing by Government of India in the past. 4. The bidder has to submit Power of Attorney of the person signing the bid documents for doing so. 5. The firm has to submit copy of Service tax registration, TIN no. registration, PAN Card etc. as applicable. Note 3:

1. Interested firms are requested to submit the above required documents sealed and signed on all pages along with tender.

2. No further correspondence will be made with the bidders for shortfall of documents, if any. Such offers with partial submission of documents will be summarily rejected.

Page 19 of 21

SECTION X: TENDER FORM

Acceptance of Terms & Conditions

Date………. To The General Manager, India Security Press, (A unit of Security Printing and Minting Corporation of India Limited) Nashik (Maharashtra) – INDIA Ref: Your Tender document No. …………………………dated ………… We, the undersigned have examined the above mentioned tender enquiry document, including amendment No. --------, dated --------- (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver………. (Description of goods and services) in conformity with your above referred document for the sum of XXXXX (total tender amount in figures and words), to be mentioned only in the price schedule(s), attached herewith and made part of this tender. (Do not mention any price component here. Price should be mentioned only in Section XI: Price Schedule). If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in accordance with the delivery schedule specified in the List of Requirements. We further confirm that, if our tender is accepted, we shall provide you with a performance security of required amount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V – “Special Conditions of Contract”, for due performance of the contract. We agree to keep our tender valid for acceptance for a period upto -------, as required in the GIT clause 19, read with modification, if any in Section-III – “Special Instructions to Tenderers” or for subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this tender upto the aforesaid period and this tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitute a binding contract between us. We further understand that you are not bound to accept the lowest or any tender you may receive against your above-referred tender enquiry. …………………….. (Signature with date) ……………………….. (Name and designation) Duly authorized to sign tender for and on behalf of ……………………………………….

Page 20 of 21

SECTION XI: PRICE SCHEDULE SUMMARY OF PRICE SCHEDULE: PRICES SHOULD BE ON FOR, ISP, NASHIK ROAD BASIS. Tender No: 77/NCB/ESTATE(Vehicle)/2017 Dated 22.06.2017

Service Tax, if applicable @ _____________ % on the above entries.

1. We confirm that there would not be any price escalation during the supply/service period. 2. We confirm that we will abide by all the tender terms and conditions and we do not have any

counter conditions. 3. Remarks ------------------------------------------------------------------------- 4. The price bid should be submitted only as per the above format. No row/column shall be left

blank. Please indicate NA, in case the row/column is “Not Applicable”. Reason be recorded in “remarks” at Sr. No.3 above. If the above format is not used or any row/column is left blank, the bid will be liable for rejection without assigning any reason.

5. The evaluation of L-1 will be done for each type of vehicles separately i.e. for each column (Column no. 3, 4, 5 and 6), a separate L-1 bidder will be there. A bidder can become L-1 for more than one such column depending upon their quote.

6. The method of evaluation of L1 criteria for awarding the contract for each type of vehicles individually shall be based on totality basis i.e. rate of Sr.No.“A” and Sr.No.“B” (The formula for deciding L-1 offer against each type of vehicle is as below) L-1 rate = (Rate of Sr. No.“A” + Rate of Sr. No. “B(ii)”). The above formula is for evaluation purpose to check L-1 only.

7. Price bids with conditions/ counter conditions are liable to be rejected.

Name & Signature of bidder with date Office Seal/Stamp

Hiring of Commercial Vehicles (AC/ Non-A/C) as per requirement (for a period of one year) on rate contract basis.

1. Vehicle (4 + 1 Seater)- Non-A/C - INDIGO/VERITO/D’ZIRE/INDICA or equivalent. 2. Vehicle (4 + 1 Seater)- A/C - INDIGO/VERITO/D’ZIRE/INDICA or equivalent. 3. Vehicle (6 + 1 Seater)- Non-A/C - TAVERA/BOLERO/INNOVA/XYLO or equivalent. 4. Vehicle (6 + 1 Seater)- A/C - TAVERA/BOLERO/INNOVA/XYLO or equivalent.

Type of Vehicles

Sr.

No.

RATES (in Rs.)

Vehicles (4 + 1 Seater) Vehicles (6 + 1 Seater)

Non-A/C A/C Non-A/C A/C

1 2 3 4 5 6

A 8 HRS./80 KM (MINIMUM)

B

i) RATE / EXTRA Km. for additional 300 Km.

ii) Total Charges for

Additional 300 Km.

Page 21 of 21

SECTION XII: QUESTIONNAIRE SECTION XIII: BANK GUARANTEE FORM OF EMD SECTION XIV: MANUFACTURER’S AUTHORIZATION FORM, IF APPLICABLE SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY SECTION XVI: CONTRACT FORM SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING BID OPENING SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES (Not Applicable) SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS For section XII to XIX please refer the link click here or http://www.spmcil.com/SPMCIL/UploadDocument/Terms%20&%20Conditions.9e08319f-af60-4ed6-8309-f6b5d8510288.pdf