GeM-Bidding-4018624

Download as pdf or txt
Download as pdf or txt
You are on page 1of 11

Bid Number: GEM/2022/B/2751391

Dated: 17-11-2022

Bid Document

Bid Details

Bid End Date/Time 08-12-2022 12:00:00

Bid Opening Date/Time 08-12-2022 12:30:00

Bid Offer Validity (From End Date) 60 (Days)

Ministry/State Name Ministry Of Railways

Department Name Na

Organisation Name South Central Railway

Office Name Pcste Scr

Monthly Basis Cab & Taxi Hiring Services - MUV; 2500KM X 360
Item Category
Hours; Outstation 24*7

Contract Period 2 Year(s)

Past Experience of Similar Services required Yes

MSE Exemption for Years of Experience and


No
Turnover

Startup Exemption for Years of Experience


No
and Turnover

Experience Criteria,Bidder Turnover,Certificate (Requested in


ATC)
*In case any bidder is seeking exemption from Experience /
Document required from seller
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Bid to RA enabled No

Time allowed for Technical Clarifications


3 Days
during technical evaluation

Estimated Bid Value 2256000

Evaluation Method Total value wise evaluation

EMD Detail

Advisory Bank State Bank of India

EMD Amount 2

ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 3.00

1 / 11
Duration of ePBG required (Months). 26

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the relevant
category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service Providers for
Services are eligible for exemption from EMD. Traders are excluded from the purview of this Policy.

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.

Beneficiary:
Dy.CSTE/CN/GNT@BZA
PCSTE SCR, NA, South Central Railway, Ministry of Railways
(Gaddam Ratnakar)

Splitting

Bid splitting not applied.

MSE Purchase Preference

MSE Purchase Preference No

Details of the Competent Authority for MSE

Name of Competent Authority GADDAM RATNAKAR

Designation of Competent Authority Dy.CSTE/CN/GNT@BZA

Office / Department / Division of Competent Office of Dy.CSTE/CN/GNT@BZA/Signal and


Authority Telecommunications/BZA

CA Approval Number E-office

Competent Authority Approval Date 31-10-2022

CAO/C/SC has accorded administrative approval for hiring of


TWO (2) nos. of non-AC base model MUV (Pick Up Van) vehicle
like Mahindra Bolero, Camper, Tata Xenon, Isuzu Dimax for
Brief Description of the Approval Granted by the official movement of DSTE/CN/GNT@ BZA and
Competent Authority ASTE/CN/GNT@BZA under Dy.CSTE/C/GNT for a period of 24
months on RENEWAL basis at an estimated cost of
Rs.22,56,000/-, excl. GST (at the rate of Rs.47,000/- per
month) to process for finance concurrence

Competent Authority Approval for not opting Micro and Small Enterprises Preference : View Document

1. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and for
determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc. This has no
relevance or bearing on the price to be quoted by the bidders and is also not going to have any impact on bid
participation. Also this is not going to be used as a criteria in determining reasonableness of quoted prices which
would be determined by the buyer based on its own assessment of reasonableness and based on competitive prices
received in Bid / RA process.
2. Past Experience of Similar Services: The Bidder must have successfully executed / completed at least one single
order of 80 % of the Estimated Bid Value or 2 orders each of 50 % of the Estimated Bid Value or 3 orders each of 40 %
of the Estimated Bid Value for similar service(s) in last three years to any Central / State Govt Organization / PSU /
Public Listed Company. Copies of contracts / work orders and documentary evidence of successful execution /
completion in support of Past Experience of Similar Services along with names, address and contact details of clients
shall be uploaded with the bid for verification by the Buyer.

2 / 11
Additional Qualification/Data Required

Scope of Work:1668680028.pdf

Monthly Basis Cab & Taxi Hiring Services - MUV; 2500KM X 360 Hours; Outstation 24*7 ( 2
)

Technical Specifications

Specification Values

Core

Vehicle Type MUV

Type of car (Please select at least 3 options) Mahindra Bolero Camper , Tata Xenon , Isuzu Dmax

Usage Variant 2500KM X 360 Hours

Type of Service Outstation 24*7

Year of Vehicle Model 2019 , 2020 , 2021 , 2022

Km Travelled Upto 50,000 Kms

Air Conditioning Requirement Non-A/C

Area of Operation Hilly + Plain Area

Fuel Type Any

Addon(s)

Outstation night charges applicable No

Additional Specification Documents

Consignees/Reporting Officer

Consignee/Reporti Number of
S.No. Address Additional Requirement
ng Officer Vehicle(s)

520001,Office of DY.
CSTE/CN/BZA, Opposite to Duration in Months :
1 Gaddam Ratnakar 2
Running Room, Railway mixed 24
high school, Vijayawada-520001.

Buyer Added Bid Specific Terms and Conditions


1. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up to 25
percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to increase
the ordered quantity by up to 25% of the contracted quantity during the currency of the contract at the
contracted rates. Bidders are bound to accept the orders accordingly.

3 / 11
2. Buyer Added Bid Specific Scope Of Work(SOW)

Text Clause(s)

CONDITIONS TO BE INCLUDED IN THE VEHICLE CONTRACT

1.0 Following conditions may be included as special conditions in the hiring tender
document/agreement.

1.1 Vehicle should be registered in the name of tender and should not sublet any
part of the contract. However, the tender can have Lease agreement with the
owner of the vehicle /cab aggregator on non-judicial stamp paper for the tenure
of the contract, which should be submitted along with the bid. The tender is
required to submit the vehicle registration details along with the supporting
documents of the vehicle fulfilling the category, specification etc. It is
Mandatory for the tenderers to be submitted document in fulfillment of
condition as per para 1.1 & 1.2 ibid along with the tender “failing to submit the
same along with the bid , the offer will be summarily rejected.

1.2 Payment of Earnest Money Deposit (EMD) and Performance Guarantee (PG)
Will be governed by GCC for Service, 2018 and instructions issued by Railway
Board from time to time.

1.3 It should be stipulated that the vehicle supplied should be registered as a


Commercial vehicle. Bids of other then commercial vehicle should be summarily rejected it should
have “valid fitness certificate /commercial license”(Permit for Commercial vehicle shall cover all State
in S.C. Railway jurisdiction or as considered necessary by the Department /Division unit calling the
tender from appropriate Regional Road transport authority of the concerned state Govt./ union
Territory), valid insurance and should meet requirements of pollution standard etc. as per provision
of motor vehicle Act and fulfill any other statutory obligations as applicable including all safety
approved accessories / equipment fitted to the vehicle. Driver should have passed a minimum of 10
standard and should possess a valid driving license , Aadhar card on his name and employee
identification card issued by the Contractor at all times.

1.4 The vehicle proposed to be offered on hire should be in good condition and not more than 4 years
old, on the date of opening of tender.

1.5 The vehicle should be mechanically sound and shall be well maintained with neat and clean interiors
/exteriors. The driver should display good behavior and be neatly dressed. Smoking and use of cell
phone during driving by Driver is prohibited. It is desirable that driver should wear proper neat and
clean formal uniform with shoes.

1.6 The contractor /agency participating in the tender should normally be GST compliant regarding
registration , filing of returns etc., and shall be fully responsible for the compliance as per GST act at
all times. if the contractor falls either “below the turnover threshold for GST” or is a “composition
taxable person” under the CGST act, a self-declaration should be enclosed with his offer duly
supported by a certificate of turnover from a chartered accountant or enclose from ‘REG-06’ showing
s “composition “under type of Registration and no GST is applicable for contracts with such
persons/firms. GST for vehicle rental /hire services falls under SAC code 9966,as per which , the
present applicable rate is 5 % (2.5% CGST+2.5 % SGST) for vehicle designed to carry only passengers
where cost of fuel is included in the rate, However, if the vehicle is used for transport of man and
materials , such as in case of HCV/LCV , the applicable GST would be 18%(9% CGST+9%SGST) at
present with eligibility for Railways to claim input Tax Credit (ITC). Where the GST rate is 18% the
contractor should, along with the bills, be advised that it is mandatory to enclose invoice uploaded

4 / 11
into GSTR-1 failing which ITC cannot be claimed by Railways. All Tenderers should enclose with the
tender, either the GST registration certificate (REG-06) or a self-declaration of latest turnover attested
by Chartered Accountant, Failing which the tender shall be considered in-valid. Any further changes in
GST regulations, in future, shall be adopted accordingly.

1.7 The bidder should submit an undertaking along with the bid that he/she is not under liquidation court
receivership or similar proceeding and not bankrupt.

1.8 Performance Guarantee is as per clause 4.11 of General Conditions of Contract of Services 2018.

1.9 Contract or shall be responsible for ensuring compliance with the provision related to labour Laws
(central /state) as applicable from time to time. The employees of the contractor shall not be deemed
to be employees of the user department /railway. Hence the compliance of the applicable Acts/Laws
will be the sole responsibility of the Contractor.

1.10 All Hired vehicles should be equipped with prescribed emergency medical kit and a fire extinguisher
as per statutory provisions.

1.11 The vehicle should be available on all days including holidays.

1.12 In the event of any breakdown, servicing and repairs of vehicles, the contractor at his own cost shall
make alternate arrangements by providing similar or higher class of commercial vehicle(s) for which
contract is entered into. The substitute vehicle offered shall not be older then the vehicle under
breakdown at any point of time during the currency of contract. Maintenance works on vehicle should
be done during off-duty hours by Contactor.

1.13 Contractor shall be fully responsible for any repair, accident, loss, damage to the vehicle and driver. if
any fine or penalty is imposed by various authorities such as RTA, traffic police etc for any violation
such as speed, traffic rules shall provide detailed contingency plan (in the event of mechanical
breakdown etc.) for each vehicle supplied for each area of operation.

1.14 The contractor shall be responsible for providing the vehicle at any point of time in day or night, even
at short notice during any urgency/emergency. Hiring for 12 hours in a day can also mean continuous
hiring for 12 hours during day or 12 hours during night. Drivers should have live mobile phone
connection so that they are contactable whenever required. No advance payment shall be made and
all payments released on completion of stipulated service periodically/monthly as stipulated.

1.15 Along with the tender, bidding should be advised to enclose the list of ongoing vehicle hire contracts
with Railways , Other Central Government Departments , State Government and PSUs in the same
city/location/agglomeration with details of contract period , rate per month ,vehicle class , Model and
brand Fuel (Diesel/Petrol/LPG/CNG/Electric/Hybrid), procurement cost (ex-showroom price) etc.
Submission of this statement, even if Nil, shall be mandatory enclosure to the tender failing which the
offer will be summarily rejected. This is included so that tender committee may keep this additional
data in view while deciding the reasonableness of the offer received or to break the tie.

1.16 Imposition of penalties is as per Para 8 of GEM SLA.

1.17 Payment of bill will be processed by concerned Executive on submission of proper invoice along with
log sheet and passed by Associate Account Officer.

5 / 11
1.18 In any month, run can be more or less then the scale of Number of KM/month but shall not exceed
cumulative KM mentioned in the table 4.Payment will be made on monthly basis as per accepted
monthly rate irrespective of actual KM run in that month . No further variation in KM is either or to be
paid.

1.19 Normally, hiring shall be on the basis of 12 hours per day. In case, on any day, vehicle was utilized for
more than 12 hours on exceptional / emergency requirement, relaxation to that extent may be
provided in subsequent days to the Contractor /firm.

1.20 PVC is not applicable to the tender.

1.21 A log Book for each vehicle shall be maintained by the contractor for the hired vehicles. The KM utilized
shall be entered in it on daily basis to ensure proper accountal and payment at the end of every month
/ specified period. It is the responsibility of the official using the vehicle to keep the log book up to date
and the vehicle is used for the official duties/works. Statement of entries as per Log book should be
enclosed with the bills submitted for payment by the service provider/ contractor duly counter signed
by the official to who/under whose custody the vehicle is placed except that in case of vehicles hired
for DRMs/PHODs/AGM/Gm, this statement shall be countersigned by nominated officer in the
secretariat. In case of pooled vehicles, secretary to PHOD or ADRM or nominated in charge Gazetted
Officer will sign the LOG Book /Statement sent with bills thereof, as the case may be.

1.22 It shall be stipulated in the tender/agreement that the vehicle contract can be short closed with three
months notice, if the post of the officer is surrendered or the officer opts for drawl of transport
allowance or any other administrative reason(except unsatisfactory service, which will be as per Para
1.16 above). In this regard, the following conditions shall be included in the tender.

1.22.1 The railway has liberty to short close contract with any or all of the service providers normally with
three months notice without assigning any reason. However, in case service provider wants to short
close his services, he will have to serve 4 months advance written notice.

1.22.2 The contract for the vehicles hired can also be terminated with a short notice of 15 days on account of
unsatisfactory services at the discretion of the officer in charge of hiring of vehicles. The unsatisfactory
service shall means and includes the non-compliance of any of the obligations by the service provider,
as given in this agreement and / or under the penalty clauses of the agreement or repeated breach.

1.22.3 In case of any dispute of any kind, the Contactor/Agency shall abide by the decision of the controlling
authority or Nodal Officer or Buyer in charge of hiring of the vehicle as the case may be.

The above conditions are framed as per the new guidelines issued by DGM/G vide
Lr.No.G.203/Policy/Vehicle Hiring/Vol.I, Dt.27.09.2021 has been also applicable.

3. Buyer Added Bid Specific SLA

Text Clause(s)

SPECIAL TERMS AND CONDITIONS

1. The tenderers are required to quote uniform percentage rate above/below/at par

6 / 11
on the items of the Schedule.

The requirement is for Hiring of two Nos of 4 wheeler Road vehicles Non-AC base model MUV vehicle for usage
of DSTE/CN/GNT@BZA and ASTE/CN/GNT@BZA for inspection of work at sites under control of
DY.CSTE/CN/GNT@BZA (Mahindra Bolero Camper Tata Xenon Isuzu Dimax ) for use of Dy.CSTE/CN/BZA for a
period of 24 months.

2. The rate quoted is applicable on the basis of 12 hours per day for maximum
total distance of 2500 km in a calendar month with cumulative 30000km per year.
Vehicle should be made available throughout the period for the use of railways as
per the directions of DSTE/CN/GNT@BZA & ASTE/CN/GNT@BZA. The vehicles
should be made available on all the days of month including Holidays. The driver
including rest givers as required shall be made available by the contractor.

3. In any month, run can be more or less than the scale of 2,500kms per month
but the cumulative distance per year shall not exceed 30,000 km. Payment will be
made on monthly basis as per accepted monthly rate irrespective of actual km run
in that month. No further variation in km is allowed & paid.

4. The successful tenderer is required to submit the supporting documents of the


vehicle within 15 days after issuing of LOA or date of supply of vehicle services,
whichever is earlier to the satisfaction of the Railway department.

5. The following penalties will be imposed in case of defaults like non-deployment


of vehicle, late reporting, misbehavior (non-reporting/ refusal/ intoxicated
condition/ misconduct) of driver, bad condition of vehicle etc. The relevant service
level agreement in GeM provides for the following penalty clauses:
i). Misbehavior of driver with users or department staff: 1st instance penalty of
Rs.500, 2nd instance penalty of Rs.1000, 3rd instance penalty of Rs.2000. After 3rd
instance, Contractor shall replace the driver.
ii). Non-deployment, delay in arrival beyond 30 minutes, driver not contactable or
not attended to duties: 1st instance Contractor shall pay the amount of service
charges for vehicle hired by Railway from third party, 2nd instance Contractor shall
pay double the amount of service charges for vehicle hired by Railway from third
party, 3rd instance Contractor shall pay three times the amount of service charges
for vehicle hired by Railway from third party. After 3rd instance, the contract may
be terminated or continued by imposing the same penalty as imposed for 3rd
instance.

6. Penalty will be enforced by the officer/official who is authorized to countersign


the Log Book.

7. The ceiling of KMs/Month will be adjustable in subsequent months, in case there


i s a n y increase in a particular month. The kilometres will be counted from
Dy.CSTE/Construction/GNT@Vijayawada office Night parking in the Railway
premises will be allowed. However if the vehicle is taken away outside for parking

7 / 11
after the use of any day/days the extra mileage will n o t b e counted. For this
purpose a log book will be maintained in the prescribed proforma a s decided
by the in charge of the vehicle which will be regularly filled by the driver duly
signed by the officials using the vehicle and verified regularly by in charge of the
vehicle.

8. All contracts, even if finalized outside GeM shall be registered in GeM within six
months from LOA date. Bill of 6 th month will be passed only after registration in
GeM for this type of service.

9. No other person except the driver and Railway officials on duty should be
allowed in the vehicle. Vehicle to be used only for Railway purpose during the
contract period. Any illegal article/material transported at any time in the
vehicle will result in termination of contract and the PG available will
stand forfeited. No correspondence in this matter will be entertained.
11. The Vehicle and driver should be made available normally on all days including holidays in a
month. Maximum 2-days off will be given in a month for rest/maintenance/repairs However, if vehicle
is taken for further maintenance /repairs for long durations i.e., more than 4 hours, the contractor
will provide alternate vehicle with driver for Railway for Railway use Other wise, a penalty of Rs.500/-
will be levied per occasion.

12 . The vehicle shall be provided with “On Government duty” board.

13. The vehicle along with the driver should normally be available for 12 hours per day.

14 . The driver should be neatly dressed, well trainee! And possess valid driving license, C book etc He
should at all time be courteous in his dealings with Railway and other officers.

15 . The rate quoted shall inclusive of Salary of driver/assistant, daily battery /fuel, petrol, diesel and
other consumables regular maintenance, expenses and other expenditure towards repairs
including toll-gate fee, parking fee etc., Further it is to be noted that any price hike viz., cost
of diesel, engine oil including tyre and vehicle spare part etc., during the period of agreement
will be borne by the contractor only.

16 . All taxes, insurance certificates (Pollution control etc ,) statutory provision etc., as per local/state
laws which are to be followed including timely renewals are to be complied by the contractor.
No separate payment will be made for this. The vehicle fitness certificate obtained from the concerned
RTA should be available in the vehicle for verification at any movement.
17. In case of accidents/Mishaps etc., to the vehicle/driver, the full responsibility and all
consequences thereof will lie with the contractor. The Railways will pay no compensations.

18. The vehicle should be available every day at nominated time and place as per the

Directions of Dy. CSTE/CN/GNT@BZA given from time to time.

19. In case of breakdown of vehicle the contractor has to provide alternate vehicle and the log

book (supplementary) for such alternative vehicles to be provided and get it signed by the

Railway official

20 Contractor should provide mobile telephone to the driver and when required the driver
should turn-up to office immediately failing which Rs.500/- per occasion will be levied.

8 / 11
21 The address of the driver/assistant to be furnished to the Railway Official.

22 The copies of driving license of the driver to be furnished to the Railway official.

23 The driver should always carry with him the valid driving license for verification by

any Railway/transport/Police authorities.

24 If rest is to be given to the regular driver, spare driver should be arranged by the contractor at
his own cost and vehicle should not be remained idle for want of driver
25 The contractor should ensure the current valid insurance for the road vehicle. Copies of the same
should be made available in the vehicle in the custody of the driver for verification of
Railway/other concerned officials.

26 In case of any damage or loss caused to the Railway property due to the accident, the

contractor hall be liable to pay the loss or damage sustained to the Railway.

27 The drivers shall not be found intoxicated on duty. If the driver is found to have consumed

alcoholic drink liquor etc., the driver will not be accepted and the contractor has to

replace the driver on immediate notice.

28 Any illegal article/materials transported at any time in the vehicle will result in

termination of the contract and the security deposit available will stand forfeited No

correspondence in the matter will be entertained.

29. Cost of parking of vehicle if any will have to be borne by the contractor.

30 The contractor shall not change the vehicles without intimation and permission of the

Railway officers.

31 The contractor is responsible for the safety of the vehicle and Railway will not have any

liability in case of theft/damage etc.,

9 / 11
I. Payment condition:

· The payment will be arranged monthly basis after deducting the amount such as income tax,
surcharge thereon etc.,

· Based on the Log book of the Vehicle, measurements will be recorded and bill prepared at Dy.

· CSTE/Construction/Office/Vijayawada and the payment will be arranged by


FA&CAO/CN/Secunderabad8. DEDUCTION OF TAX AT SOURCE

· DEDUCTION OF INCOME TAX AT SOURCE In terms of new section 194-C inserted by the
Finance Act 1972, in the Income Tax 1961, the Railway shall at the time of arranging payments to the
contractor for carrying out any work (including supply of labour for carrying out any work) under
the Contract, be entitled to deduct Income tax at source on Income comprised in the sum of
each payments.

II. As per GCC-service -2018 SD not applicable.

III. 10% PG , where as railway board guidelines 3% only

IV . REFUND OF SECURITIES:

1. The Performance Guarantee unless forfeited in whole or in part according to terms and conditions,
will be refunded after one month of passing of final bill as certified by the competent authority. On receipt
of a certificate from the Engineer concerned to the effect that the work has been satisfactorily completed
in all respects and on receipt of “No Claim Certificate” from the contractor duly counter signed by the
Engineer, the Security Deposit will be refunded.

2 . Performance Guarantee (PG): The Performance Guarantee (PG) shall be released by the competent
authority, after physical completion of the work based on the ‘completion certificate” issued by the
Engineer In-charge, stating that the contractor has completed the work in all respects satisfactorily.

3. Wherever the contract is rescinded, the Performance Guarantee shall be encashed and the balance
work shall be got done independently without risk and cost of the failed contractor. The failed
contractor shall be debarred from participating in the tender for executing the balance work. If the
failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be
debarred from participating in the tender for the balance work either in his/her individual capacity or as
a partner of any other JV/partnership firm

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent Authority

10 / 11
in Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the bidding process,
its outcome, and consequences thereof including any eccentricity/restriction arising in the bidding process due to
these ATCs and due to modification of technical specifications and/or terms and conditions governing the bid. Any
clause incorporated by the Buyer such as demanding Tender Sample, incorporating any clause against the MSME
policy and Preference to make in India Policy, mandating any Brand names or Foreign Certification, changing the
default time period for Acceptance of material or payment timeline governed by OM of Department of Expenditure
shall be null and void and would not be considered part of bid. Further any reference of conditions published on any
external site or reference to external documents/clauses shall also be null and void. If any seller has any
objection/grievance against these additional clauses or otherwise on any aspect of this bid, they can raise their
representation against the same by using the Representation window provided in the bid details field in Seller
dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer is duty bound to reply to all such
representations and would not be allowed to open bids if he fails to reply to such representations. Also, GeM does not
permit collection of Tender fee / Auction fee in case of Bids / Forward Auction as the case may be. Any stipulation by
the Buyer seeking payment of Tender Fee / Auction fee through ATC clauses would be treated as null and void.

This Bid is governed by the General Terms and Conditions, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions is contradicted by the conditions stipulated in Service Level Agreement,
then it will over ride the conditions in the General Terms and Conditions.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which shares a
land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to undertake
compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action in accordance with
the laws.

---Thank You---

11 / 11

You might also like