Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
1
IDBI Bank Ltd Administration Department
Tender for Empanelment of Hired Car Agencies for providing Cars on Hire basis to IDBI
Bank Ltd, Corporate Center, Mumbai
IDBI Bank Ltd invites sealed tenders from established and reputed Hired Car
Agencies having sufficient experience of rendering hired car services to big
Corporates/ Banks/ PSU, Govt./ Semi Gvt., financial institutions etc. for providing services
at Corporate Center at IDBI Tower, WTC Complex, Cuffe Parade, Mumbai - 400 005.
Eligibility / Pre-qualification criteria :
1. The hired car agency may be a proprietorship/partnership/company and should
be in business of hiring of cars for the last 5 years as on June 30, 2019.
2. The agency should have a fleet of minimum 8 passenger cars consisting of at
least 4 deluxe cars, viz. Swift D'Zire and remaining 4 cars such as Honda City, Sx4,
Etios, AItis and Innova. Vehicles should be registered as commercial/tourist
vehicles in the name of the agencies or their directors, partners,
proprietors/spouse.
3. The agency should have been empanelled by atleast three corporate clients
during the last three FYs ending 2018 -19 with each client having empanelment
for not less than duration of one year (Work orders to be attached).
4. The agency should have garage in areas from Cuffe Parade to Dadar, Sion,
Wadala, Chembur, Bandra, Santacruz, Andheri, Vashi and should have
Infrastructure in place, including its well managed office with necessary staff,
phones/mobiles/email facilities etc., competent enough to respond at short
notices for service needs on round the clock basis.
5. The agency should be duly registered under the Shops & Establishments Act and
/or any other applicable laws and conform to all such rules / policies of
RTO/State Government that may be necessary for running the business of car
supply on hire. The relevant registration/ permission should be valid as on the
date of submission of the Bid .
2
6. The agency should be registered for the purpose of Service Tax and VAT/Sales
Tax/ GST, as applicable. 7. Agency should be a profit making organization for the last three financial years
ending 2018 - 2019 and should have filed ITR for the last three FYs (ITR copies for
FY 2016 -17, 2017-18 & 2018 -19 to be submitted).
8. Agency should have average annual turnover of not less than Rs. 60 lakh during
the last three financial years ending 31st March, 2019 (Audited / CA certified P&L
Accounts to be submitted)
9. The Bidder should not have been blacklisted by any Govt., Quasi Government /
PSUs / Banks for corrupt or fraudulent practices or non-delivery or non-
performance during the last 3 years as on the date of issuance of the Tender.
(Self-declaration on letter head to be submitted).
10. Agency should be in a position to extend services in all the categories as per
format for the Financial Bid.
11. The Earnest Money Deposit (EMD) amounting to Rs.3,50,000/- (Rupees Three Lakh
Fifty thousand only) must be deposited by the bidder through electronic mode
(NEFT) to IDBI Bank’s Current Account No 0126102000001663, IFSC code –
IBKL0000126 at its branch situated at Cuffe Parade, Mumbai 400005. Tenders not
accompanied with EMD’s receipt will not be considered. EMD shall not carry
any interest and EMD of the unsuccessful bidders would be refunded only after
finalization of the tender or within 90 days from the date of opening of Part-I of
the tender, whichever is earlier. EMD of successful bidder will be converted to
Security Deposit, if the work order is awarded. The Security Deposit will not be
earning any interest and shall be refunded after successful completion of
contract period.
Pre- bid meeting :-
Pre-bid meeting will be on October 05, 2019 at 11:00 AM at 14th floor, IDBI Tower,
WTC, Cuffe Parade, Mumbai – 400 005.
3
Any discrepancies, omission, ambiguities in the tender format may be brought
to the notice of Bank’s officials during Pre-Bid meeting to get necessary clarifications in
the matter. Bank shall not be responsible if any discrepancies, omission, ambiguities in
the tender format or doubts are brought to the notice of Bank after pre-bid meeting.
Queries may be sent on the e-mail id [email protected] before 3.00pm on
04.10.2019 .
Contact Details :- For any clarification the applicants may contact at telephone Nos. :- 022-66194079/66194369. Arbitration :-
In case amicable settlement is not reached in the event of any dispute or
difference arising out of the execution of the contract or the respective rights and
liabilities of the parties or in relation to interpretation of any provision by the Contractor
in any manner touching upon the contract, such dispute or difference shall (except as
to any matters, the decision of which is specifically provided for therein) be referred to
the sole arbitration of the arbitrator appointed by the CGM (Admin & IMD) of IDBI Bank.
The award of the Arbitrator shall be binding upon the parties to the dispute. Subject as
aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or statutory
modifications or re-enactments thereof and the rules made there under and for the
time being in force shall apply to the arbitration proceedings under this clause. The
venue of the arbitration shall be held at Mumbai and the language of the proceedings
shall be in English. Subject to the above, the Courts at Mumbai alone shall have the
jurisdiction to deal any disputes between the Parties pertaining to the contract. The cost
of arbitration shall be borne equally by both the parties. Work under the contract shall
be continued during the arbitration proceedings. Failure to comply with any of the
above conditions can result in termination of the contract, forfeiture of the EMD,
penalty as may be decided by Bank and future blacklisting of the Contractor.
4
Procedure for submitting tender:
The Tender shall be submitted in two parts viz. Part I (Technical bid) and Part II
(Financial bid) in two separate covers which are to be sealed and put together in a
master envelope super-scribed with the words “Tender for Empanelment of Hired Car
Agencies for providing Cars on Hire basis to IDBI Bank Ltd, Corporate Center, Mumbai.
Master Envelope super-scribing “Tender for Empanelment of Hired Car Agencies for
providing Cars on Hire basis to IDBI Bank Ltd, Corporate Center, Mumbai” addressed to
the Deputy General Manager (Administration), IDBI Bank Ltd., to be dropped only in the
tender box placed on 14th floor of IDBI Tower, WTC, Cuffe Parade, Mumbai 400 005 up to
3.00 p.m. on October 09, 2019. Tenders received after the cut-off time will not be
considered, even if the EMD amount has been remitted by the tenderer in advance.
Under no circumstances tender should be sent by Courier / by Post or be handed over
to any official of the Bank. IDBI Bank will not be responsible for any tender received
through courier / by post or hand delivery.
Part-I (Technical Bid)
Technical bid shall be furnished in a sealed /closed cover super-scribing, “Tender for
Empanelment of Hired Car Agencies - Technical Bid”. The Earnest Money Deposit (EMD)
amounting to Rs.3,50,000/- (Rupees Three Lakh Fifty thousand only) must be deposited
by the tenderer through electronic mode (NEFT) to IDBI Bank’s Current Account No
0126102000001663, IFSC code – IBKL0000126 at its branch situated at Cuffe Parade,
Mumbai 400005. The receipt so obtained may be submitted in Envelope – 1 (Technical
Bid) of the tender. Tenders not accompanied with EMD’s receipt will not be considered.
Technical bids will be opened at 3.10 p.m. on the same day i.e. October 09, 2019 in the
presence of the Tender Committee members and the bidders or their representatives,
for pre-qualification of the bidders. The bidder shall furnish the following documents duly
signed by the bidder/its authorised signatory.
Documents comprising the Technical Bid :
The Technical Bid shall comprise the following Documents/Information:
5
Technical Bid Checklist
1 a)Organizational profile and Year of establishment (proof to be attached). self
attested copy of deed of partnership, Article of Association,Certificate of
incorporation etc; b)Details (mobile / email) of the contact person. c)self attested copies of certificate issued in the name of the firm/ company
under shops and Establishment Act; RTO registration etc
2 a)Business and Operational Details like Annual Turnover and P&L A/C for the
last 3 financial years (ending FY 2018-19). Self attested copies of financials to
be attached. b)Self attested copies of ITR submitted for the last 3 financial years (ending FY
2018-19).
3 a)Declarations on letterhead of the bidder that it has never been involved in
any illegal activities or financial frauds. b)Declaration on letterhead of the bidder that its contract in the past was not
terminated during the contract period due to unsatisfactory performance, nor
it refused to continue the hired car services for IDBI Bank after the contract
was awarded by the Bank in the past.
4 a)Copies of work orders / Certificates from three Corporate clients (each
client covering period of not less than one year) with whom agency is
empanelled during last three years ending FY 2018-19.
5 a)Copies of PAN and GST Registration ( to be submitted )
6 The Earnest Money Deposit (EMD) amounting to Rs.3,50,000/- (Rupees Three
Lakh Fifty thousand only) must be deposited by the bidder through electronic
mode (NEFT) to IDBI Bank’s Current Account No 0126102000001663, IFSC code
– IBKL0000126 at its branch situated at Cuffe Parade, Mumbai 400005. The
receipt so obtained may be submitted in Envelope – 1 (Technical Bid) of the
tender. Tenders not accompanied with EMD’s receipt will not be considered.
7 Micro & Small Enterprises registered with National Small Industrial Corporation (NSIC) and having single point registration are exempt for payment of EMD to the extent of monetary limit stated in the registration
6
certificate. The tenderer should submit the valid certified copy of NSIC registration certificate/ Udyog Aadhar renewal certification. Photocopy of application towards registration / renewal is not acceptable.
8 The bidders must enclose the copy of terms & conditions of the Tender duly
signed (all pages) by the authorized person(s) and Integrity Pact to be
submitted on Rs.500/- stamp paper.
Notes:
a) It may be noted that tenders not accompanied by any one of the above documents or satisfactory explanation thereof will be liable for rejection forthwith.
b) Document mentioned above from (1) to (7) may be submitted in serial order.
c) Bidder shall satisfy pre-qualification criteria to qualify for participating in the Financial Bid.
d) Technical Bid (Cover –I) shall not contain the Financial Bid.
7
PRE CONTRACT INTEGRITY PACT
General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made
on ____________ day of the month of ___________ 20___,between, IDBI Bank Ltd.,a
company within the meaning of Section 2(20) of the Companies Act, 2013 (18 of
2013) and a banking company within the meaning of Section 5 (c) of the Banking
Regulation Act, 1949(10 of 1949), with Corporate Identity No.
L65190MH2004GOI148838 and having its registered office at IDBI Tower, WTC
Complex, Cuffe Parade, Mumbai 400 005 through its Administration Department/
Office (hereinafter called the "PRINCIPAL'', which expression shall mean and include,
unless the context otherwise requires, its successors) of the First Part and M/s
______________represented by Smt/ Shri___________________________, Authorised
Signatory / POA Holder / MD/CEO/ CMD (hereinafter called the "BIDDER/ Seller which
expression shall mean and include, unless the context otherwise requires, its/ his
successors and permitted assigns) of the Second Part.
WHEREAS the PRINCIPAL proposes to procure empanel of Hired Car Agencies for
providing cars on hire basis and BIDDER/ Seller is willing to offer/ has offered the same
to the Principal.
WHEREAS the BIDDER is a private company/public company/ Government
undertaking/partnership/registered export agency, constituted in accordance with
the relevant law in the matter and the PRINCIPAL is an Office/ Department of IDBI
Bank Ltd performing its functions on behalf of IDBI Bank Ltd.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and
free from any influence/prejudiced dealings prior to, during and subsequent to the
currency of the contract to be· entered into with a view to:
8
Enabling the PRINCIPAL to obtain the desired service/ product at a
competitive price in conformity with the defined specifications by avoiding
the high cost and the distortionary
impact of corruption on public procurement; and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt
practice in order to secure the contract by providing assurance to them
that their competitors will also abstain from bribing
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
1. Commitments of the PRINCIPAL
1.1 The PRINCIPAL undertakes that no official of the PRINCIPAL, connected
directly or indirectly with the contract, will demand, take a promise for or accept
directly or through intermediaries, any bribe, consideration, gift, reward, favour or
any material or immaterial benefit or any other advantage from the BIDDER, either
for themselves or for any person, organisation or third party (which is not available
legally) related to the contract in exchange for an advantage in the bidding
process, bid evaluation, contracting or implementation process related to the
contract.
1.2 The PRINCIPAL will, during the pre-contract stage, treat all BIDDERs alike, and
will provide to all BIDDERs the same information and will not provide any such
information to any particular BIDDER which could afford an advantage to that
particular BIDDER in comparison to other BIDDERs.
1.3 Al l the officials of the PRINCIPAL will report to the appropriate authority any
attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is
reported by the BIDDER to the PRINCIPAL with full and verifiable facts and the same is
prima facie found to be correct by the PRINCIPAL, necessary disciplinary
9
proceedings, or any other action as deemed fit, including criminal proceedings may
be initiated by the PRINCIPAL and such a person shall be debarred from further
dealings related to the contract process. In such a case while an enquiry is being
conducted by the PRINCIPAL the proceedings under the contract would not be
stalled.
3. Commitments of the BIDDERs The BIDDER commits itself to take all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its bid or during any
pre-contract or post-contract stage in order to secure the contract or in furtherance
to secure it and in particular commit itself to the following:
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage
commission, fees brokerage or inducement to any official of the PRINCIPAL,
connected directly or indirectly with the bidding process, or to any person,
organisation or third party related to the contract in exchange for any advantage in
the bidding, evaluation, contracting and implementation of the contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to
give, directly or indirectly any bribe, gift, consideration, reward, favour, any material
or immaterial benefit or other advantage, commission, fees, brokerage or
inducement (not available legally) to any official of the PRINCIPAL or otherwise in
procuring the Contract or forbearing to door having done any act in relation to the
obtaining or execution of the contract or any other contract with IDBI Bank Ltd for
showing or for bearing to show favour or disfavor to any person in relation to the
contract or any other contract with IDBI Bank Ltd.
3.3 The BIDDER confirms and declares that they have not made any payments to
any agents/brokers or any other intermediary, in connection with this bid/ contract.
3.4 The BIDDER further confirms and declares to the PRINCIPAL that the BIDDER is
10
the original vendor or service provider in respect of product/ service covered in the
bid documents and the BIDDER has not engaged with any individual or firm or
company whether Indian or foreign to intercede, facilitate or in any way to
recommend to the PRINCIPAL or any of its functionaries, whether officially or
unofficially to the award of the contract to the BIDDER, nor has any amount been
paid, promised or intended to be paid to any such individual, firm or company in
respect of any such intercession, facilitation or recommendation.
3.5 The BIDDER, at the earliest available opportunity, i.e. either while presenting
the bid or during pre-contract negotiations and in any case before opening the
financial bid and before signing the contract, shall disclose any payments he has
made, is committed to or intends to make to officials of the PRINCIPAL or their family
members, agents, brokers or any other intermediaries in connection with the
contract and the details of the services agreed upon for such payments.
3.6 The BIDDER will not enter into any undisclosed agreement or collude with other
parties interested in the contract/ other BIDDERs to impair the transparency, fairness
and progress of the bidding process, bid evaluation, contracting and
implementation of the contract or with respect to prices, specifications,
certifications, subsidiary contracts etc.
3.7 The BIDDER will not accept any advantage in exchange for any corrupt
practice; unfair means and illegal activities.
3.8 The BIDDER shall not use improperly, for purpose of competition or personal
gain or pass on to others, any information provided by the PRINCIPAL as a part of the
business relationship, regarding plans, technical proposals and business details
including information contained in any
electronic data carrier. The BIDDER also undertakes to exercise due and adequate
care lest any such information is divulged.
3.9 The BIDDER commits to refrain from giving any complaint directly or through
any other manner without supporting it with full and verifiable facts.
3.10 The BIDDER shall not instigate or cause to instigate any third person to commit
11
any of the actions mentioned above.
3.11 If the BIDDER or any employee of the BIDDER or any person acting on behalf
of the BIDDER, either directly or indirectly, is a relative of any of the officers of the
PRINCIPAL, or alternatively, if any relative of an officer of the PRINCIPAL has financial
interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at the
time of filing of tender.
3.12 The BIDDER shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of the
PRINCIPAL.
3.13 The BIDDER/ Contractor shall not directly or through any other person or firm
use coercive practices against IDBI Bank and/ or other BIDDERs/ Contractor(s).
3.14 BIDDERs are not to pass any information provided by the PRINCIPAL as a part
of business relationship to others and not commit any offence under PC/ IPC Act.
3.15 Foreign BIDDERs if any, to disclose name and address of agents and
representatives in India and Indian Bidders to disclose their foreign principal or
associates.
3.16 BIDDERs to disclose any transgressions with any other company that may
impinge on anti- corruption principle.
4. Previous Transgressions
4.1 The BIDDER declares that no previous transgression occurred in the last three
years immediately before signing of this Integrity Pact, with any other company in
any country in respect of any corrupt practices envisaged hereunder or with any
Public Sector Enterprise / Public Sector Banks in India or any Government
Department in India or RBI that could justify BIDDER’s exclusion from the tender
process.
12
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER
can be disqualified from the tender process or the contract, if already awarded, can
be terminated for such reason.
5. Earnest Money (Security Deposit)
5.1 While submitting commercial bid, the BIDDER shall deposit an amount
(specified in RFP)as Earnest Money/Security Deposit, with the PRINCIPAL through any
of the modes mentioned in the RFP/ bid document and no such mode is specified,
by a Bank Draft or a Pay Order in favour of IDBIBank Ltd.. However, payment of any
such amount by way of Bank Guarantee, if so permitted as per bid documents/ RFP
should be from any nationalized Bank other than IDBI Bank Ltd and promising
payment of the guaranteed sum to the PRINCIPAL on demand within three working
days without any demur whatsoever and without seeking any reasons whatsoever.
The demand for payment by the PRINCIPAL shall be treated as conclusive proof for
making such payment to the PRINCIPAL.
5.2 Unless otherwise stipulated in the Bid document/ RFP, the Earnest
Money/Security Deposit shall be valid upto a period of five years or the complete
conclusion of the contractual obligations to the complete satisfaction of both the
BIDDER and the PRINCIPAL, including warranty period, whichever is later.
5.3 In case of the successful BIDDER, a clause would also be incorporated in the
Article pertaining to Performance Bond in the Purchase Contract that the provisions
of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in
case of a decision by the PRINCIPAL to forfeit the same without assigning any reason
for imposing sanction for violation of this Pact.
5.4 No interest shall be payable by the PRINCIPAL to the BIDDER on Earnest
Money/ Security Deposit for the period of its currency.
6. Sanctions for Violations
6.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by
13
it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall
entitle the PRINCIPAL to take all or any one of the following actions, wherever
required:
6.1.1 To immediately call off the pre contract negotiations without assigning
any reason and without giving any compensation to the BIDDER.
However, the proceedings with the other BIDDER(s) would continue,
unless the PRINCIPAL desires to drop the entire process.
6.1.2 The Earnest Money Deposit (in pre-contract stage) and/or Security
Deposit/Performance Bond (after the contract is signed) shall stand
forfeited either fully or partially, as decided by the PRINCIPAL and the
PRINCIPAL shall not be required to assign any reason therefore.
6.1.3 To immediately cancel the contract, if already signed, without giving
any compensation to the BIDDER.
6.1.4 To encash the advance bank guarantee and performance
bond/warranty bond, if furnished by the BIDDER, in order to recover the
payments, already made by the PRINCIPAL along with interest.
6.1.5 To cancel all or any other Contracts with the BIDDER. The BIDDER shall be
liable to pay compensation for any loss or damage to the PRINCIPAL
resulting from such cancellation/ rescission and the PRINCIPAL shall be
entitled to deduct the amount so payable from the money(s) due to the
BIDDER.
6.1.6 To debar the BIDDER from participating in future bidding processes of
the PRINCIPAL or any of its subsidiaries for a minimum period of five
years, which may be further extended at the discretion of the
PRINCIPAL.
6.1.7 To recover all sums paid, in violation of this Pact, by BIDDER(s) to any
middle manor agent or broker with a view to securing the contract.
6.1.8 Forfeiture of Performance Bond in case of a decision by the PRINCIPAL
to forfeit the same without assigning any reason for imposing sanction
for violation of this Pact.
6.1.9 Intimate to the CVC, IBA, RBI, as the PRINCIPAL deemed fit the details of
14
such events for appropriate action by such authorities.
6.2 The PRINCIPAL will be entitled to take all or any of the actions mentioned at
para 6.1.1 to 6.1.9 of this Pact also on the Commission by the BIDDER or any one
employed by it or acting on its behalf (whether with or without the knowledge of the
BIDDER), of an offense as defined in Chapter IX of Indian Penal Code, 1860 or
Prevention of Corruption Act, 1988 or any other statute enacted for prevention of
corruption.
6.3 The decision of the PRINCIPAL to the effect that a breach of the provisions of
this Pact has been committed by the BIDDER shall be final and conclusive on the
BIDDER. However, the BIDDER can approach the Independent External Monitor(s)
appointed for the purposes of this Pact.
7. Fall Clause
7.1 The BIDDER undertakes that it has not supplied/ is not supplying similar
product/ systems or subsystems at a price lower than that offered in the present bid
in respect of any other Ministry/ Department of the Government of India or PSU or
any other Bank and if it is found at any stage that similar product/ systems or sub
systems was supplied by the BIDDER to any other Ministry/ Department of the
Government of India or a PSU or a Bank at a lower price, then that very price, with
due allowance for elapsed time, will be applicable to the present case and the
difference in the cost would be refunded by the BIDDER to the PRINCIPAL, if the
contract has already been concluded.
8. Independent External Monitors
8.1 The PRINCIPAL has appointed Independent External Monitors (hereinafter
referred to as Monitors or IEMs) for this Pact in consultation with the Central Vigilance
Commission, the Names and Addresses of the Monitors is given as under :
15
8.2
Sr.No. Name of IEM Contact
Number E-mail Address
1 Shri S. Srinivasan, IAS (Retd.)
9483536100 [email protected]
2 Shri Ajai Kumar, ex-CMD, Corporation Bank
9619272893 [email protected]
8.3 The task of the Monitors shall be to review independently and objectively,
whether and to what extent the parties comply with the obligations under this Pact.
8.4 The Monitors shall not be subject to instructions by the representatives of the
parties and perform their functions neutrally and independently.
8.5 Both the parties accept that the Monitors have the right to access all the
documents relating to the project/procurement, including minutes of meetings.
8.6 As soon as the Monitor notices, or has reason to believe, a violation of this
Pact, he will so inform the Authority designated by the PRINCIPAL.
8.7 The BIDDER(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the PRINCIPAL including that provided by
the BIDDER. The BIDDER will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his project
documentation. The same is applicable to Sub-contractors. The Monitor shall be
under contractual obligation to treat the information and documents of the BIDDER/
Sub-contractor(s) with confidentiality.
8.8 The PRINCIPAL will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings could
have an impact on the contractual relations between the parties. The parties will
offer to the Monitor the option to participate in such meetings.
16
8.9 The Monitor will submit a written report to the designated authority of
PRINCIPAL/Secretary in the Department/ within 8 to 10 weeks from the date of
reference or intimation to him by the PRINCIPAL/ BIDDER and, should the occasion
arise, submit proposals for correcting problematic situations.
9. Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the PRINCIPAL or its agencies shall be entitled to examine all the
documents including the Books of Accounts of the BIDDER and the BIDDER shall
provide necessary information and documents in English and shall extend all possible
help for the purpose of such examination.
10. Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of performance and jurisdiction is the
seat of the PRINCIPAL.
11. Other Legal Actions The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the extant law in force
relating to any civil or criminal proceedings.
12. Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend
upto 5 years or the complete execution of the contract to the satisfaction of the
PRINCIPAL and the BIDDER/Seller, including warranty period, whichever is later. In
case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the
date of the signing of the contract, with the successful bidder by the PRINCIPAL.
12.2 Should one or several provisions of this Pact turn out to be invalid; the
remainder of this Pact shall remain valid. In this case, the parties will strive to come to
an agreement to their original intentions.
17
13. The parties hereby sign this Integrity Pact at _______________ on___________.
IN WITNESS WHEREOF, the Parties have signed and executed this Integrity Pact at the place and date first hereinabove mentioned in the presence of following witness:
Signature Signature (For & on behalf of the PRINCIPAL) (For & on behalf of the BIDDER/ Contractor) Office Seal Office Seal Name Name Designation Designation Witness 1: (Name & Address) __________________________ Witness 2: (Name & Address) ____________________________
18
Part-II (Financial Bid)
This Sealed Cover forming Part II of the Tender should be super-scribed with the
words “Tender for Empanelment of Hired Car Agencies – Financial Bid”. Rates for various
categories of hired car services are to be indicated in the format as given in Annexure
IV. Covering letter for Financial bid (Annexure II) should be duly signed by the
authorized person(s) of the bidder. This cover will be opened on a subsequent date,
after short-listing the bidders, based on technical bids scrutiny.
Notes: a) Only bidders, short-listed on the basis of the Technical bid shall participate in
the Financial Bid. b) IDBI Bank Ltd shall have the right to decide the omission of the participating
bidders on the basis of Technical Bid, without giving explanation to anyone of the participants or any other parties and also exclude them on the basis so decided by the Bank to participate in the Financial Bid.
c) All the pages of the Tender shall be signed by the authorized person(s) of the bidder. All documents submitted should be self – attested with the seal of the bidder.
19
Annexure – I
Covering Letter for Technical Bid
(To be submitted on letterhead of the bidders along with Technical Bid)
The Deputy General Manager, Administration Department IDBI Bank Limited, 14tH Floor, IDBI Tower, WTC Complex, Cuffe parade, Mumbai - 400 005.
Dear Sir
Tender for Empanelment of Hired Car Agencies for Providing Cars on hire basis to IDBI Bank Ltd, Corporate Center, Mumbai – Technical Bid
1. Having gone through the tender document including terms and
conditions for the aforesaid job (enclosed with this form), we offer to
execute whole of the job in conformity with the said Bid Documents.
2. We confirm that this bid is valid for a period of three months from the
date of opening of Tender.
Signatures of authorized signatory:
Name of the Signatory:
Seal of the Agency:
Dated this ………Day of October 2019
20
Annexure – II
COVERING LETTER FOR FINANCIAL BID (To be submitted on letterhead of the bidders along with Financial Bid)
Date………………..
The Dy. General Manager, Administration Department IDBI Bank Limited, 14tH Floor, IDBI Tower, WTC Complex, Cuffe parade, Mumbai - 400 005.
Dear Sir,
Tender for Empanelment of Hired Car Agencies for Providing Cars on hire basis to IDBI Bank Ltd, Corporate Center, Mumbai – Financial Bid
1. We agree and undertake to abide by the bid terms of IDBI Bank including the
rates quoted (as per Annexure IV) therein for the job awarded by IDBI Bank up to
the period prescribed in the Bid, which shall be final, conclusive and remain
binding upon us.
2. We agree and undertake that, in competing for (and, if the bid is accepted by
you) the above contract, we will strictly observe the laws inter alia, in particular,
against fraud and corruption in force in India namely “Prevention of Corruption
Act, 1988” and similar laws and also strictly abide by and observe all the
applicable laws.
3. We agree that the offer of the contract, based on the lowest bid price in each
category of service or any other price to be decided by the Bank, issued to the
agencies to be empanelled would need to be accepted within seven
working days from the date of issue of the offer. Failure to accept the offer
within this period will result in cancellation of the offer.
4. We agree and confirm that Bank is not bound to accept the lowest or any
other tender Bank may receive and reserve the right to reject all or any bid
or cancel/re-issue the Tender without assigning any reason whatsoever. Any
decision in this regard by the Bank shall be final, conclusive and binding on us.
Signatures of authorized signatory:
Name of the Signatory:
Seal of the Agency
Dated this ………Day of October 2019
21
Annexure -III
Terms and conditions
1. Conditional tenders will not be accepted and will be summarily rejected.
2. Bank reserves the right to empanel one or more car rental agencies
(maximum up to 3) located at different parts of the city depending upon Bank’s
requirement, provided they are willing to accept the counter offer based on the
lowest rates in each category.
3. The lowest rates in each category will be determined from out of the
quotations received from technically qualified bidders. The agencies, not
exceeding three, willing to extend their services at the determined rates will be
issued offer for empanelment. In case agencies qualified in tender are more
than bank’s requirement the agencies with higher turnover will be given
preference. The offer based on the lowest bid price in each category or any
other price to be decided by Bank would need to be accepted within seven
working days from the date of issue of the offer. Failure to accept the offer within
this period will result in cancellation of the offer.
4. The contract will be valid initially for 2 years, extendable further for one more
year subject to review of performance on the same terms and conditions, at the
sole discretion of Bank.
5. The agency shall have all necessary mandatory approvals/certificates/
registration etc.
6. All the vehicles supplied to Bank will be registered as Commercial/Tourist
vehicles and shall have comprehensive insurance cover with adequate
clause to cover the passenger.
7. The bills along with Duty Slips duly signed by the user should be submitted by
the agency on fortnightly / monthly basis and the payment shall be made within
15 working days from the date of receipt of the bills, after all applicable statutory
deductions such as Tax deducted at source etc.
8. Time and mileage both from garage to garage and from pick up to drop
point including all corrections / overwriting recorded in Log Sheet / Duty Slip
should be approved by the car user. Otherwise, bills will not be accepted.
Payment will be made for the time and mileage from garage to garage. Actual
'Toll/ Parking charges, if any will be reimbursed on submission of original receipts.
22
9. Monthly contract The car will have to be parked at the residence of the u ser
and the payment will be made for time and mileage from user's residence to
residence. lf the vehicle is surrendered to the agency by the user for a
continuous period of 5 days or more during the month , the payment will be
made on pro-rata basis i.e. (monthly lump-sum charges / 26 or 30 or 3 1 days as
the case may be) x Actual no. of days used . Monthly lump sum Kms will al so be
reduced proportionately i.e. (monthly lump sum Kms /26 or 30 or 31 days as the
case may be) x Actual no. of days used and extra Kms, if any i.e. (Actual Kms
used less proportionate Kms) will be paid. 26 days in a month will include
Saturdays/Sundays/Holidays.
10. The Bank gives no guarantee about the definite volume of work to
be entrusted to the agency at any given time or even throughout the
tenure of the contract.
11. The vehicles should be in good condition and not older than 3 years (2
years for special duty). In case the vehicle is withdrawn for maintenance,
repairs, breakdown e t c ., a suitable substitute vehicle should be provided.
12. The drivers should possess valid driving license. The drivers shall be well
behaved , in proper uniform with identity card indicating hi s name and the
name of the agency while on duty and shall have mobile phone with
them . The agency shall change the driver on specific request. if any, of
Bank .
13. The drivers shall not enter the office premises/floors of Bank for any
other reasons except for attending to the services of the officers to whom
the agency's car is allotted for services.
14. Agency should comply with local laws and provisions relating to
employment of drivers.
15. Any damages/repairs to the cars shall be borne by the agency.
16. Bank and its officers using hired cars, will not be liable for any losses/
damages/ claims in case of accidents/ mishaps. In case of hired driver using
Bank’s car, vendor has to bear the expenses beyond insurance claims arising
out of accidents/ mishaps.
17. No escalation in rates on any account will be permitted during the
Contract period.
23
18. Receipt for deposit of Rs.3,50,000/-(Rupees Three Lakh Fifty thousand
only) t h ro u g h N E F T in favour of IDBI Bank Ltd., towards Earnest Money
Deposit (EMD) is to be attached with the Part-1 (Technical Bid ) . It ma y be
noted that the EMD shall not carry any interest and that EMD of the
unsuccessful bidders would be refunded only after finalization of the
tender or within 90 days from the date of opening of Part-I of the tender,
w·hichever is earlier. Tenders without EMD would not be considered. EMD of
successful bidder will be converted i n to Security Deposit, if the work order
is awarded. The Security Deposit will not be earning any interest and shall
be refunded after successful completion of contract period.
19. Bank reserves the right to reject the lowest or any other or all bid or
cancel the Tender if number of agencies available to be empanelled at
their rate is insufficient to meet Bank's need \ without assigning any
reason whatsoever. Bank also reserves the right to reissue/recommence
the tender process. Any decision of Bank in this regard shall be final,
conclusive and binding on the agencies.
20. In the event of unsatisfactory services and repeated failure of the
agency to provide cars against requisitions, the agency shall be served
with two warning letters before terminating the contract. Nevertheless,
Bank reserves the right to terminate the contract at any time without any
notice or assigning any reason whatsoever. Dues on pro-rata/mileage
basis may be settled till the date of termination of the contract and the
decision of Bank in this regard will be final and binding.
21. ln case any information/document is/are found to be false or incorrect at
a later stage also it shall invite immediate disqualification termination of the
contract. EMD/Security Deposit in such cases will be forfeited. The original
documents will be verified / scrutinized during the tendering process.
22. The Bank reserves the right to cancel the empanelment of any of the
agencies by giving one month’s notice in writing without assigning any reason
whatsoever.
23. The rate quoted is all inclusive of minimum wage payable to the labour as
per Central Labour Minimum Wage Act, uniform for the labour at Sr no.1, Cost
of materials at Sr No 2 and Vendors service charges including, Excise duty, VAT
charges, Octroi, Turn Over Tax, Work Contract Tax, Education Cess, any other
24
applicable tax as per statute (present and future), and all types of services and
their frequencies as indicated in scope of work of technical bid etc. at Sr. no 3,
excluding GST or any other such tax falling in similar bracket / category. 24. The rate quoted shall be valid for 1 year as indicated in the Performa. There
shall be no escalation in the quoted rate except on account of any escalation
arising out of statutory requirement during the contract period of 1 year.
25. Bidder(s) shall complete the Price Bid form and shall initial each page of the
document.
26. Time is the essence of the contract and the works must be started within 15
days from the date of issue of work order. Any Bidder(s) who disagrees with the
time schedule and stipulates a longer period is liable to be rejected.
27. Before quoting the rate, Bidder(s)s are requested to visit and examine the
site carefully where the Sweeping, cleaning and other services incidental to
cleaning and sweeping has to be carried out. They should also carefully
examine the Bid Documents, Conditions of Contract and Specification in
regard to scope of work, schedules and the frequency of work, chemical /
material to be used. In case there should be or appear to be any ambiguity in
or discrepancy between any of the document, they should immediately refer
the matter to the Bank for clarification.
28. Access to inspect the site will be given with prior appointment up to one
day prior to the last date of submission of the tender.
29. The Price Bid is not transferable.
30. The Bank reserves the right to empanel more than one vendor and the
allocation can be made in the ratio of 40:30:30 or 60:40 or any other
combination of ratio depending upon the requirement. The Bank also reserves
the right to reject any or all the applications without assigning any reasons and
to restrict the list to any number deemed suitable by it.
We have read the above terms and conditions and accept the same.
Signature of the Authorized Person
(Name of Signatory)
Seal of Agency
Date : _________Day of October 2019.
Annexure – IV
FINANCIAL BID
FORMAT FOR QUOTING RATES:
Agency should quote for each type of duty mentioned below :
Nature of contract / arrangement AC CARS Deluxe Super
Deluxe Corolla Altis
Camary or Equivalent
Innova
Swift D’zire
Honda city, Etios
Monthly Contract (26 days and 12 hrs a day)
Not to be quoted
- Fixed charge for minimum 2000 kms. Rs. ______ - Rate per extra km beyond 2000 kms. Rs. ______ - Rate per extra hr beyond 12 hrs per day
Rs. ______
- Rate per extra day (12 hrs) beyond 26 days
Rs. ______
Any which will be included in 2000 kms.
- Drivers allowance for outstation tour per day
Rs.______
Monthly Contract – (Full month and 12 hrs a day)
Not to be quoted
Not to be quoted
- Fixed charge for minimum 2000 kms. Rs._____ Rs._____ - Rate per extra km beyond 2000 kms. Rs._____ Rs._____ - Rate per extra hr beyond 12 hrs per day
Rs._____ Rs._____
Any which will be included in 2000 kms.
- Drivers allowance for outstation tour per day
Rs._____ Rs._____
On daily basis – long duty (8 hrs / 80 kms) – Fixed
Rs._____ Rs._____ Not to be quoted
Rs. ---- Rs. ---- Rs. ----
Rs._____
- Rate per extra km Rs._____ Rs._____ Rs._____ - Rate per extra hr Rs._____ Rs._____ Rs._____ On daily basis – Short duty (5 hrs / 55 kms) – Fixed
Rs._____ Rs._____ Rs. ---- Rs. ---- Rs. ----
Rs._____
- Rate per extra km Rs._____ Rs._____ Rs._____ - Rate per extra hr Rs._____ Rs._____ Rs._____ Outstation Duty - Minimum chargeable kms per day KM______ KM______ KM_____
_ KM______ KM______
- Rate per km Rs._____ Rs._____ Rs._____ Rs._____ Rs._____ - Driver’s allowance per day Rs._____ Rs._____ Rs._____ Rs._____ Rs._____ Special Duty (Cars less than 2 years old uniformed driver etc.) for IDBI Directors and dignitaries
Not to be quoted
Not to be quoted
Not to be quoted
Not to be quoted
On daily basis – long duty ( 8 hrs / 80 kms)-Fixed
Rs._____
On daily basis – Short duty ( 5 hrs / 55
kms)-Fixed Rs._____
- Rate per extra km Rs._____ - Rate per extra hour Rs._____ Outstation Duty - Minimum chargeable Kms per day KM_____
_ - Rate per km Rs._____ - Driver’s allowance per day Rs._____ Pick up and Drop to Domestic Airport - IDBI Tower
Rs._____ Rs._____ Rs._____ Rs._____ Rs._____
Pick up and Drop to International Airport - IDBI Tower
Rs._____ Rs._____ Rs._____ Rs._____ Rs._____
Outstation duty shall be considered beyond – Virar on Western line: Panvel on Harbour line and Kasara on Central line Nature of contract / arrangement Hired Drivers for AC cars Monthly Contract (26 days and 12 hrs a day) in line with statutory compliance
Rs._____
Not to be quoted
Fixed Chrge for extra days Rs._____ Fixed Chrge for extra hours Rs._____ Out Station Charges/ Night Charges Rs._____
Note:
1. GST, as applicable to be paid extra. 2. The lowest rate in each category will be determined from the quotations
received from technically qualified bidders. The Agencies (not exceeding three) willing to extend their services for all categories at the above determined rates will be issued offer for enlistment. The offer based on the lowest rate discovered in each category or any other price to be decided by Bank would need to be accepted within seven working days from the date of issue of the offer. Failure to accept the offer within this period will result in automatic cancellation of the offer.
3. The terms and conditions contained in the tender document are acceptable to me/us.
Date :
Place :
Signature of the authorized signatory of Agency
Official seal/ stamp
Annexure – V
Compliance certificate to be submitted by the Vendor every month with the bill (On letter head of vendor)
Ref. No. Date: To, Branch Head/Centre Head IDBI Bank Ltd., .......... Dear Sir,
Compliance Certificate for the month ended ................., 2019
Please refer to the Service Level Agreement executed on _______ [the Agreement] with
IDBI Bank in respect of the services stated in the Agreement, extension granted up to
____________ and other
correspondence in respect thereof.
We, ___________, a company/partnership firm/proprietorship firm incorporated and
registered under the Companies Act, 1956 /respective act and having its registered
office at [•] hereby confirm to you, as on date hereof, that we have:
(a) complied with the applicable Labour and Industrial laws;
(b) made all statutory payments which are required to be paid as per applicable laws
to/for the personnel deployed at your office including Payment of Minimum wages,
Overtime, (If applicable), Remittance towards Employees provident Fund & ESIC and
there are no outstanding payment liabilities or obligations by us to any employees /
personnel deployed at your premises.
(c) Not breached any terms and conditions of the Agreement or provisions of the
applicable laws.
Further to above, we shall make the payment towards Bonus and Gratuity to our
employees deployed at your premises as and when it becomes due/on expiry of
agreement/on termination of agreement which ever is earlier.
Enclosed herewith proof of all statutory payments made for the month of ______ 2019 for your reference. For _____________ Authorised Signatory Encl: As above
Annexure – VI
No Due certificate to be submitted by the Vendor at the time of termination of the contract
(On letter head of vendor) Ref. No. Date: To, The Branch Head/ Centre Head IDBI Bank Ltd., .......... Dear Sir,
No Due Certificate - Client Service Agreement dated...........
Please refer to the Service Level Agreement executed on _______ [the Agreement] with
IDBI Bank in respect of the services stated in the Agreement/Extension granted up to
__________vide letter dated __________/ Termination Letter dated__________and other
correspondence inrespect thereof.
We, ___________, a company/partnership firm/proprietorship firm incorporated and
registered under the Companies Act, 1956 /respective act and having its registered
office at ______ hereby confirm to you that as on date we have:
(a) Complied with all applicable laws including labour laws and industrial laws;
(b) made all statutory payments which are required to be paid as per applicable laws
to/for the personnel deployed at your office including Payment of Minimum wages,
Overtime, (If
applicable), Remittance towards Employees Provident Fund & ESIC for the aforesaid
agreement period to our employees deployed at your premises.
(c) Made the payment of Bonus and Gratuity for the aforesaid agreement period to our
employees deployed at your premises.
(d) not breached any terms and conditions of the Agreement or provisions of the
applicable laws.
That as on date, there are no outstanding liabilities or obligations by us to any of our
employees /personnel deployed at your premises under all applicable laws including
labour laws and industrial laws.
We further confirm to you that, as on date hereof:
(a) We have not violated or not in receipt of any notices, letters, alleging breach of
Agreement or contract;
(b) We shall maintain confidentiality of data/information available with us as per the
terms of
agreement and shall return the same to you forthwith or shall destroy the same in
accordance with the instructions given by your officials and shall furnish evidence of
such destruction to your satisfaction;
(c) There are no suits, litigations or arbitration proceedings / conciliation proceedings or
prosecutions filed or pending or initiated against us involving any claim, demand,
liability
whatsoever arising out of the Agreement by any of the personnel or by any statutory or
governmental authority.
(d) We shall preserve and maintain the information and documents which are required
and agreed to be maintained by us in accordance with the Agreement and shall
make the same available to you for the purposes of audit or as may be required by RBI;
(e) We shall cooperate with you in case of any litigation or prosecution initiated against
you and shall not admit any claim or liability without your prior consultation and shall
defend such litigations / prosecutions to protect the interest of the Bank.
For........................... (Name of signatory) Managing Director/Proprietor/Partner Encl: As above