Top Banner
Page 1 of 20 REQUEST FOR PROPOSAL FOR SELECTION OF AN AGENCY FOR SUPPLY OF VEHICLE WITH DRIVER UNDER PACKAGE-I/II IN BHUBANESWAR MUNICIPAL CORPORATION BHUBANESWAR MUNICIPAL CORPORATION Vivekananda Marg, Near Kalpana Square, Bhubaneswar - 751014
20

SELECTION OF AN AGENCY FOR SUPPLY OF VEHICLE WITH DRIVER UNDER PACKAGE … · 2019. 12. 7. · Tiago/ Bolt/ Celerio (Petrol)/ Swift Dzire/ Xcent/ Etios/ Tigor/ Zest 14 Bolero/ Sumo

Feb 06, 2021

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • Page 1 of 20

    REQUEST FOR PROPOSAL

    FOR

    SELECTION OF AN AGENCY FOR

    SUPPLY OF VEHICLE WITH DRIVER

    UNDER PACKAGE-I/II

    IN

    BHUBANESWAR MUNICIPAL CORPORATION

    BHUBANESWAR MUNICIPAL CORPORATION

    Vivekananda Marg,

    Near Kalpana Square,

    Bhubaneswar - 751014

  • Page 2 of 20

    A. BIDDING SCHEDULE

    Advertisement No. & Date Availability of Request for Proposal document.

    No. 34616 dated: 06.12.2019 (Downloadable from BMC Website: http://bmc.gov.in

    Date, Time and venue for Pre-Bid Meeting

    16.12.2019 at 4.00 P.M. in the mini conference hall of Bhubaneswar Municipal Corporation

    Last Date of Submission of Pre-bid Query

    14.12.2019 till 03:00 PM

    Last date for receipt of Technical and Financial proposals (Through speed / Registered post or Courier/Hand delivery)

    27.12.2019 till 3.30 P.M

    Date and Time of opening of Technical proposals

    27.12.2019 at 4.30 P.M

    Date and Time of opening of Financial proposals

    To be intimated Later

    http://bmc.gov.in/

  • Page 3 of 20

    B. INTRODUCTION Bhubaneswar Municipal Corporation intends to invite Request for Proposal (RFP) for

    selection of experienced agencies for supply of vehicles with drivers to BMC for a period of 1

    (One) year. The contract can be extended for another year based on the performance of the

    agency and shall be at the sole discretion of the Authority. BMC seeks services from agencies

    who can provide latest well-conditioned commercial vehicles with disciplined drivers. The

    agency should be capable of providing prompt, punctual, efficient, safe and quality service to

    BMC.

    The number of vehicle to be hired by BMC is as follow and has been divided in to two

    packages i.e. Package-I and Package-II:

    (i) Vehicle requirement for Package-I:

    Type of Car Indicative Quantity Required

    Tiago/ Bolt/ Celerio (Petrol)/ Swift Dzire/ Xcent/ Etios/ Tigor/ Zest

    13

    Bolero/ Sumo Gold/ TUV 300/ Ertiga 10

    (ii) Vehicle requirement for Package-II:

    Type of Car Indicative Quantity Required

    Tiago/ Bolt/ Celerio (Petrol)/ Swift Dzire/ Xcent/ Etios/ Tigor/ Zest

    14

    Bolero/ Sumo Gold/ TUV 300/ Ertiga 9

    (iii) Vehicle requirement for Emergency on call service:

    Category Type of Car Quantity

    On Call service Innova/XUV 500/Scorpio/ As directed by BMC

    As per directions of BMC

    C. GENERAL TERMS & CONDITIONS

    1. A “Single Stage” bidding process is to be followed for selection of the successful

    bidder. The intending Bidders can apply for any one or both the packages.

    2. Eligibility Criteria

    (a) The Applicant should be either a company registered under the Companies Act 1956 or the Companies Act 2013 or a limited liability partnership registered under The LLP Act 2008 or partnership firm formed under the Partnership Act, 1932 or a proprietorship firm.

  • Page 4 of 20

    (b) The Annual Average Turnover of the Applicant in the last 3 years i.e. FY 2015-16, 2016-17 and 2017-18 must not be less than INR 10.00 lakhs.

    (c) The Applicant in the last 5 years must have provided services of supply of passenger car either of Indica /Tata Tiago/Maruti Celerio/ Maruti Swift/Hyundai I10 (Plain/Grand) & 1 (one) diesel Indigo CS /Maruti Swift Dezire/Hyundai Elite I20 / Hyundai Xcent / Scorpio or similar category of at least 7 numbers for a period of continuous one year to any Government/Public Sector/reputed Private Organization. A copy of Experience Certificate in this regard shall be provided in order to demonstrate the applicant’s Eligibility.

    (d) The Applicant should have a permanent office in Bhubaneswar functioning 24 hours and with telephone connection.

    (e) A bidder must not have, during the last Five years, failed to perform any of such contract, as evidenced by imposition of a penalty by the client or an arbitrator or judicial authority or a judicial pronouncement or arbitration award against the bidder, nor been expelled from any organization or agreement nor have had any agreement terminated for breach of contract by such bidder.

    (f) The bidder must have valid GST registration certificate.

    (g) No Joint Venture shall be allowed.

    D. INSTRUCTION TO BIDDERS

    1. Format and Signing of proposal

    The proposal shall be submitted in two parts:

    Part A: Technical Proposal - While preparing the Technical Proposal, the applicants are expected to examine the documents comprising this tender in detail. Material deficiencies in providing the information requested may result in rejection of a Proposal.

    The Technical Proposal shall provide the following information using the attached Standard Forms (Section 4 – Proposal – Standard forms).

    i Cover Letter for Technical Proposal (Form A) ii Bidders Profile (Form B) iii Work Experience (Form C) iv Self-Declaration for Blacklisting (Form D) v Undertaking (Form E).

    The Technical Proposal shall not include any Financial Information

    Part B: Financial Proposal:

    In preparing the Financial Proposal, the bidders are expected to take into account the Requirements and Conditions of the tender document. The Financial Proposal shall follow Standard Forms (Form F)

    i The proposals shall be typed or written in indelible ink and shall be signed

  • Page 5 of 20

    by the authorized signatory of the bidder. ii Any interlineations, erasures or overwriting shall be valid only if they are

    initialed by the person signing the Proposal prior to submission of the Proposal.

    iii The bidders shall express the price of their Services in Indian Rupees. iv Final quote should be inclusive of all out of pocket/reimbursable expenses

    but exclusive of GST.

    2. Submission of Proposals Packing, Sealing and Marking of Proposals

    a) The Technical Proposal (Part A) and Financial Proposal (Part B) must be inserted

    in separate sealed envelopes, along with bidder’s name and address in the left hand corner of the envelope and super scribed in the following manner.

    PART A

    TECHNICAL PROPOSAL for Selection of an Agency for Supply of Vehicle with Driver in Bhubaneswar Municipal Corporation under Package-I/II.

    PART B

    FINANCIAL PROPOSAL for Selection of an Agency for Supply of Vehicle with Driver in Bhubaneswar Municipal Corporation under Package-I in case the applicant is applying for Package-I / Package-II in case the applicant is applying for Package-II.

    b) Both the Envelopes i.e., Envelope for Part A and Envelope for Part B must be

    packed in a bigger sealed outer cover and clearly super scribed with the following:

    PROPOSAL

    For

    Selection of an Agency for Supply of Vehicle with Driver in Bhubaneswar Municipal Corporation under Package-I/II

    The Bidder’s Name & Address shall be mentioned in the left hand bottom corner of the outer envelope.

    c) The envelopes shall be addressed to BMC, Bhubaneswar at the following

    Address:

    Executive Engineer-II, Bhubaneswar Municipal Corporation, Vivekananda Marg, Near Kalpana Square, Bhubaneswar-751014, Odisha.

    d) If the outer envelope is not sealed and marked as mentioned above, then

    BMC will assume no responsibility for the Proposals being misplaced or opened pre-maturely.

    e) Telex, Cable or facsimile Proposals will be rejected.

  • Page 6 of 20

    f) Any Proposal received by Bhubaneswar Municipal Corporation after Proposal Due Date and time will be summarily rejected.

    3. RFP Document Fee

    Non-refundable Proposal Document fee in shape of Demand Draft from any scheduled commercial bank in favour of “Bhubaneswar Municipal Corporation”, payable at Bhubaneswar for Rs.6,720/- (Rupees six thousand seven hundred & twenty only) including GST is to be furnished by the bidder along with the Technical Proposal. Proposals without the requisite Document Fee shall be treated as non-responsive and rejected outrighly. The said amount shall be payable for each Package. In case the Applicant is applying for two packages then the document fee shall be submitted for both packages separately.

    4. Earnest Money Deposit (EMD)

    EMD in shape of Demand Draft/ 6 months Fixed Deposit Receipt (Pledged to “The Commissioner, Bhubaneswar Municipal Corporation”) from any scheduled Commercial Bank in favour of Bhubaneswar Municipal Corporation, Bhubaneswar payable at Bhubaneswar for Rs. 25,000 /- (Rupees twenty five thousand only) only is to be furnished by the bidder along with the Technical Proposal . Proposals without the requisite EMD shall be treated as non-responsive and rejected. The said amount shall be payable for each Package. In case the Applicant is applying for two packages then the document fee shall be submitted for both packages separately.

    The EMD submitted by unsuccessful bidders shall be returned after signing of agreement with successful bidder.

    The EMD shall be forfeited:

    a) If a Bidder withdraws its Proposal during the period of validity of the proposal,

    Or, b) If the successful Bidder fails to execute the agreement or the work assigned.

    5. Financial proposal:

    a) The Financial Proposal must be placed in separate envelopes in case the

    applicant is applying for both the packages. In case the financial proposal for both the packages are placed under one envelope then, BMC shall have the right to reject the proposal.

    b) The financial proposal shall be the fee as quoted in financial proposal and shall be submitted in the given format i.e., Form-F. All Taxes and surcharges as applicable shall be paid by the selected Consultants / Firms. BMC will only reimburse the GST as applicable.

    c) Final quote should be inclusive of out of pocket/reimbursable expenses.

    d) The Quoted Fee per month shall be paid by BMC subject to the fulfilment

  • Page 7 of 20

    of conditions in this RFP / Agreement by the selected bidder.

    6. Validity of Proposal

    Proposals shall remain valid for 180 days from the last date of submission of proposals. A proposal valid for a shorter period shall be rejected as non-responsive.

    7. Documents accompanying the Proposal:

    1. PART A (Technical Proposal)

    The bidder must submit the following particulars / documents along with the

    Technical Proposal failing which the Proposal may be treated as non-responsive.

    a) Non-refundable Proposal Document Fee of INR 6,720/- (Indian Rupees

    Six Thousand Seven Hundred and Twenty only) inclusive of GST, in shape of DD from any scheduled commercial bank drawn in favour of “Bhubaneswar Municipal Corporation”, payable at Bhubaneswar.

    b) EMD amount of INR 25,000/- (Rupees Twenty Five Thousand only) in

    shape of DD / FDR from any scheduled bank drawn in favour of “Bhubaneswar Municipal Corporation”, payable at Bhubaneswar.

    c) Copy of the PAN card & GST registration certificate.

    d) Cover Letter as per the format in Form-A to F.

    (Attach photo copies of work orders/ agreements along with work completion certificate. In cases, where the work completion certificates for the services are not available, a self-declaration by the applicant on its letter head certifying the basic eligibility criteria, has to be submitted)

    2. PART B (Financial Proposal)

    The Bidder must submit the Financial Proposal as per the format in Form-G with proper signature and seal of the Bidder. In case the seal or signature is found missing in the Financial Proposal then in such case the financial proposal shall be considered as non-responsive and subject to rejection.

    8. Deadline for submission of Proposals

    Proposals filled in all respect must reach BMC at the address, time and date specified in Section A – Bidding Schedule of the RFP document through Speed Post, Registered Post or Courier or by hand delivery only. If the specified date for the submission of Proposals is declared as a holiday for BMC, Bhubaneswar, the Proposals will be received up to the appointed time on the next working day.

  • Page 8 of 20

    9. Late Proposals

    Proposals received after the deadline for submission of Proposals prescribed by BMC will be rejected.

    10. Modifications and Withdrawal of Proposals The applicant may modify or withdraw the proposal at any time after submission but prior to the bid due date and time. No modifications or withdrawal of proposals shall be allowed after bid due date and time.

    11. Pre-Bid Meeting A pre-bid meeting as per the Bidding Schedule will be conducted at the BMC Mini Conference Hall. Any query related to this tender may be mailed to [email protected] on or before the day of pre-bid meeting date.

    12. Technical Proposal Opening

    BMC will open all Proposals in the presence of applicants or their authorized representatives who choose to attend, at the date and time mentioned and in the following location.

    Mini Conference Hall Bhubaneswar Municipal Corporation Vivekananda Marg, Near Kalpana Square, Bhubaneswar - 751014, Odisha

    The applicant’s representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of Proposal opening being declared a holiday for BMC, Proposals shall be opened at the appointed time and location on the next working day.

    13. Bid Evaluation Methodology:

    (a) The EMD and Bid Document Fee shall be checked. Proposals without the appropriate EMD and Bid Document Fee will be rejected.

    (b) Then the Minimum Eligibility Criteria of the Applicant shall be checked. The Technical Proposal of those Applicants who are meeting the Minimum Eligibility Criteria shall be evaluated. The Proposals not meeting the Minimum eligibility criteria, as per Clause 2, will not be evaluated further.

    (c) The Technical Proposal of the Eligible Applicant shall be evaluated and the Applicant need to score minimum 70 Marks in order to be considered for next stage of bidding i.e. opening of Financial Proposal

    (d) All bidders meeting the requirements of the evaluation as mentioned above will be considered for the next stage of the bidding.

    Table 1: Evaluation criteria

    S. No.

    Parameter Total/ Maximum

    Marks

    1 FINANCIAL CAPACITY OF BIDDER 30

  • Page 9 of 20

    1) The total score obtained by the Bidder as per above shall be the technical score (Ts)

    of the Bidder. In order to qualify for opening of financial proposal, the applicant

    must score a minimum of 70 marks out of 100 marks.

    2) Opening of Financial Proposal

    (a) The Financial proposal of technically qualified bidders for Package-I shall be

    opened first.

    (b) The bidder offering highest discount percentage on the monthly hire charges in

    its Financial Proposal shall be declared as the L1 bidder for that package.

    (c) The Financial Proposal of L1 bidder of Package-I shall remain unopened for

    Package-II. However, in case there is a situation where only one financial

    proposal is left to be opened for Package-II, in such a case BMC shall have the

    right to open the Financial Proposal of L1 bidder of Package-I for Package-II

    also and the bidder offering the highest discount percentage as per the Financial

    proposal shall be considered as L1 bidder for Package-II.

    (d) In case, if L1 of package II is also L1 in package I, then BMC shall ask L2 of

    package II to match his quotation with L1 of package II and further, in case that

    L2 of package II fails to match with the quotation of L1 of package II then BMC

    reserves the right either to award both the packages to same bidder or to cancel

    the package II.

    14. Negotiation:

    After declaration of L1 bidder for Package I and II, the discount percentage of both the L1 bidders for Package-I and II shall be compared respectively and the L1 bidder quoting a lower discount percentage between both the packages, shall have to agree to match with the highest percentage discount offered by the other

    Bidder’s Average Annual Turnover for the last Three Financial Years (ending 31 March 2018) has to be at least INR 10 Lakhs

    Between INR 10–20 Lakhs –20 marks

    Between INR 20-30 Lakhs- 25 marks

    More than INR 30 Lakhs – 30 marks

    30

    2

    PROOF OF EXPERIENCE IN THE LAST 5 YEARS 30

    The Applicant in the last 5 years must have provided services of supply of passenger car of at least 7 numbers for a period of continuous one year to any Government/Public Sector/reputed Private Organization as mentioned in clause 2(d).

    Between continuous period of 1-2 years - 20 marks

    More than a continuous period of 2 years – 30 marks

    30

    3

    Presentation of Approach & Methodology:

    Applicants ability to undertake the work: 15 marks

    Applicants work plan: 10 marks

    Applicants ability to mobilize its resources as per requirement of BMC: 15 marks

    40

    TOTAL 100

  • Page 10 of 20

    bidder. In case the bidder quoting lower discount percentage does not agree to match the highest discount percentage offer of the other bidder then in such case BMC may in its sole discretion shall have the right to reject its offer and award the work package to the L1 bidder quoting highest discount percentage.

    In case any bidder quoting abnormally higher discount percentage which as per the judgement of BMC may not be feasible to carry out the subject work then in such case BMC shall have the right to reject the financial proposal.

    15. Performance Security and Agreement:

    BMC shall issue a letter of award (LoA) to the preferred Bidder within 15 days from the opening of the financial proposals. Within 15 days of such issuance, the preferred bidder is required to submit a Security Deposit of Rs. 50,000/- (Rupees fifty thousand only) in the form of Bank Guarantee/ Fixed Deposit Receipt (Pledged to “The Commissioner, Bhubaneswar Municipal Corporation) before entering into the contract agreement with BMC and start the work on an immediate basis. Further, BMC shall deduct 1% of the monthly running bill as Performance Security and all the security deposit shall be released after successful completion of work. BMC reserves the right to increase performance security at any time during the contract period.

    16. Termination of contract:

    a) BMC, if required, may ask for replacement of any personnel in case of non-

    satisfactory performance. In such case, concerned personnel shall be replaced within 30 days by the firm and the replacement expert shall have equal or better qualifications and experience as those of the originally proposed expert.

    b) Either party can terminate the agreement by giving 30 days prior written notice.

    17. Right to Accept or Reject

    BMC reserves the right, without any obligation or liability, to accept or reject any

    or all the proposals at any stage of the process, to cancel or modify the process or

    any part thereof or to vary any or the term and condition at any time, without

    assigning any reason whatsoever.

    18. Conflict of Interest

    There will be no conflict of interest of this assignment with any other assignment

    or transaction contracted by BMC with the selected firm.

    19. Disputes

    All legal disputes are subject to the jurisdiction of Bhubaneswar courts only.

  • Page 11 of 20

    E. TERMS OF REFERENCE

    1. Scope of Work:

    a. Upon selection of the agency, the Contract shall continue for a period of 1 (One)

    year and can be extended further by BMC at its own discretion.

    b. The vehicle to be provided by the Agency shall not be more than 3 years old.

    The vehicle should not have been purchased prior to 01.10.2016. The Agency

    prior to engagement of the vehicles shall provide a copy of Registration

    Certificate of each vehicle to be engaged by it. Further, during the contract

    period, agency shall replace the vehicles which gets older more than five years.

    c. All the vehicles provided by the agency must be insured with Comprehensive

    Insurance. Agency shall provide a copy of insurance to the BMC.

    d. All the vehicles should have all the requisite documents as required under M.

    V. Act.

    e. All the cars shall have air conditioner in working condition.

    f. The agency will have to provide extra vehicle at the same rate, terms and

    conditions as and when required by BMC.

    g. The vehicles to be provided should have commercial registration, valid fitness

    and valid permit as well as valid insurance with up-to-date payment of taxes

    as provided under M.V Act.

    h. The drivers of the vehicles should have valid driving licenses to drive the

    commercial vehicles like Taxi as specified under M.V Act. The age of the driver

    must not be more than 60 years.

    i. The drivers along with their vehicles shall report for duty before the officials

    concerned as per the reporting time instructed by them to BMC Head Office/ 3

    Zonal Offices/CHO Office or at any other place/location as directed by

    officials, BMC .

    j. Fuel for the vehicle shall be provided by BMC at the rate of mileage mentioned

    in financial proposal. The agency shall insure that there is fuel in the vehicles in

    sufficient quantity and/or instruct the drive to refuel the vehicle as and when

    required so that BMC work does not get affected.

    k. The vehicles shall be kept at the place to be provided by the BMC or concerned

    officials during the duty hours.

    l. The Agency shall be responsible for any police / court case concerning the

    vehicle during engagement. BMC shall have no liability on this account.

    m. At any point of disengagement of any / or all the vehicles due to non-

    satisfactory service rendered by the Agency, action as deemed fit including the

    initiation of blacklisting of the Agency by BMC may be taken.

    n. The cost of repair, replacement of tyres, tubes, battery of the vehicle and all

    other expenses incurred for the maintenance and repair of the vehicle shall be

    borne by the Agency.

    o. Tampering of speedometer in any manner may lead to penalty and/or

    termination of agreement.

  • Page 12 of 20

    p. The Agency shall supply certified log books to the drivers of the concerned

    vehicles and the said log books in duplicate should be maintained by the driver

    neatly with attestation of the concerned official(s) in use of the vehicle.

    q. The drivers so engaged by the Agency shall have to maintain the log book with

    signature and the official concerned utilizing the vehicle will also countersign

    it. The Agency will have to furnish the photo copy of the log book, attested by

    the concerned official and also have to furnish the original log book for the

    verification. The Log book shall contain daily reporting time & ending time of

    service and starting kilometer reading of the car and ending kilometer reading.

    r. Starting kilometer reading shall be from the reporting site to the official

    concerned and ending kilometer reading shall be at the last dropping point of

    the day.

    s. The Agency undertakes to ensure uninterrupted service of the hired vehicles

    throughout the period of agreement.

    t. In case of breakdown of any engaged vehicle, the agency shall have to provide

    substitute equivalent/ higher version vehicle to the concerned official

    immediately.

    u. In case of any litigation arises between and among the parties, it shall be

    confined to the jurisdiction of courts at Bhubaneswar.

    v. The Agency shall pay GST to concerned authority and same shall get

    reimbursed from BMC on production of documental proof.

    w. BMC may disengage/reject any or all the vehicles without assigning any reason

    thereof at any time with 7 (seven) days’ notice.

    x. The Vehicle provided by the Agency must be cleaned everyday twice and kept

    neat all the time.

    y. The towels or covers shall be wrapped on the seat and the same shall be kept

    clean.

    z. The drivers provided by the agency shall always wear a uniform with logo of

    the Agency along with his name. Agency shall be responsible to provide

    uniforms to the drivers which shall be as approved by BMC prior to start of the

    work.

    aa. The drive should have an Identity Card during duty hours as issued by BMC

    or as issued by agency with prior approval of BMC.

    bb. In case, as per officials of BMC, the vehicle provided by the agency is not in

    good condition, then the Agency shall be obligated to replace the vehicle with

    equal or higher version of vehicle within 2 days.

    cc. Apart from regular service, the Agency shall be bound to provide on call service

    on special cases as per requirement of BMC and the payment shall be made by

    BMC as per rate finalized with the agency.

    dd. The agency shall be responsible to maintain the vehicles in good condition in

    order to avoid breakdown during working hours.

    ee. Agency shall provide higher version of car in case the type of car required by

    BMC is not available with the agency. Payment shall be made by BMC at the

    rate of vehicle which was originally sought.

  • Page 13 of 20

    ff. In view of the pollution being high through use of Diesel vehicle, it is preferable

    to hire BS-IV compliant Petrol vehicles.

    2. Payment Terms

    (a) The invoice for a month shall be raised by the Agency on 5th day of the

    subsequent month.

    (b) The invoice shall be supported by valid work proof such as log book register

    duly signed by the concerned officials of BMC availing the services. The log

    book must contain daily reporting time & ending time of service and starting

    & ending kilometer reading of the car.

    (c) The final payment to be made by BMC shall be after accounting any

    deduction and penalty, if any.

    (d) If a vehicle is not hired on monthly basis but for a particular number of

    day(s), then fixed charges shall be calculated by dividing monthly fixed

    charges by number of days for which vehicles has been hired by BMC.

    (e) GST shall be reimbursed at applicable rate on production of payment proof.

    3. Penalty

    Events of Default Penalty Amount

    In case the agency fails to provide vehicle on any day

    Rs. 2,500/- per day

    In case the driver with the vehicle reports later than 30 minutes to the concerned official

    Rs. 200/- per hour limited to Rs. 1000 in a day per default

    Driver of any vehicle found to be in drunken condition during working hours.

    Rs. 2,500/- per instance and replacement of driver

    In case tampering of speedometer detected.

    Rs. 5,000/- per instance

    Driver unavailable for service during working hours without permission of the concerned reporting officials

    Rs. 1,000/- per instance

    Failure of the Agency to provide requisite vehicle for emergency on call service.

    Rs. 1,500/- per instance

    For any delay beyond 30 minutes in providing vehicle for on call service

    Rs. 1,000/- per instance

    Driver not wearing uniform Rs 200/- per instance

    Driver denying duty Rs. 1,000/- per instance and replace the driver

    Vehicle breakdown for more than two times in a month

    Rs. 500/- per instance after 2 instances

    Driver knowingly not running the Air conditioner for saving fuel

    Rs. 500/-

    In addition to the above penalties, BMC may take any action against the agency on

    written complaint from any reporting official.

  • Page 14 of 20

    F. PROPOSAL – STANDARD FORMS (to be submitted on letter head of the bidder duly signed by authorized signatory)

    FORM A – COVER LETTER

    Date._______________

    To,

    The Executive Engineer-II,

    Bhubaneswar Municipal Corporation,

    Vivekananda Marg, Near Kalpana Square,

    Bhubaneswar-751014, Odisha.

    Subject: Selection of an Agency for Supply of Vehicle with Driver in Bhubaneswar Municipal Corporation under Package-I/II

    Sir, We have examined in detail and have understood the terms and conditions stipulated for

    eligibility of the Applicant in the RFP Document issued by BMC. We agree and undertake to

    abide by all these terms and conditions. We hereby submit all the necessary information and

    relevant documents during submission of our RFP, We undertake, if our Proposal is accepted, to

    deliver services as specified in the RFP document.

    We acknowledged that we have not, during the last three years, failed to perform on any

    agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a

    judicial pronouncement or arbitration award against us, nor been expelled from any project or

    agreement nor have had any agreement terminated for breach of contract.

    We are enclosing Document Fee of INR 6,720 /- in the form of Demand Draft (DD No.......

    Dt................ drawn on .......................) payable to the Bhubaneswar Municipal Corporation at

    Bhubaneswar.

    We are enclosing EMD of INR 25,000/- in the Form of Demand Draft / Fixed Deposit Receipt

    (DD / FDR No....... Dt................ drawn on (.......................) payable to the Bhubaneswar

    Municipal Corporation at Bhubaneswar.

    As per RFP the validity of the proposal is 180 days from the last date of submission of proposal

    and we agree that the proposal is unconditional. We understand that BMC reserves the

    right to reject any application without assigning any reason thereof.

    Yours Faithfully, Signature of Authorized Person and seal Name and Designation Name of the firm

  • Page 15 of 20

    Form B – BIDDER’S PROFILE

    1. Name of the Firm:

    2. Year of Establishment:

    3. Registered address of Office:

    4. PAN & GST No. (Attach Separately):

    5. Telephone No. / Fax No:

    6. E. Mail Address:

    7. No. of years of proven experience of providing similar services.

    8. Average Annual turnover of the Applicant (in INR) during the last three

    Financial Years. (Please attach copy of three Audited Financial Statements)

    Financial Year Annual Turnover (INR Lakhs) 2017 -18

    2016-17 2015–16 Total

    Average Turnover

    Signature of Authorized Person and seal

    Name and designation

    Name of the firm

    Dated: .........................

  • Page 16 of 20

    FORM C – WORK EXPERIENCE

    Name of the Client No. of Vehicles

    provided From mm/yy to mm/yy

    Work experience certificate

    Attached Attached Attached

    Signature of Authorized Person and seal

  • Page 17 of 20

    FORM D – FORMAT FOR SELF-DECLARATION – NON BLACKLISTING

    (On Letter head of the Applicant)

    To,

    Executive Engineer Div- Bhubaneswar Municipal Corporation, Vivekananda Marg, Bhubaneswar-751014

    Subject: Selection of an Agency for Supply of Vehicle with Driver in Bhubaneswar Municipal Corporation under Package-I/II

    Sir, In response to the RFP No. …….. for the Selection of Agency for providing Vehicle Hiring Services, I/We hereby declare that presently our Company/Service provider__________________________ is having unblemished record and is not declared ineligible or black listed for corrupt & fraudulent practices either indefinitely or for a particular period of time by any State/ Central Government/ PSU/Autonomous Body on the date of bid submission. If this declaration is found to be incorrect then without prejudice to any other action that may be taken, my/ our EMD may be forfeited in full and the tender if any, to the extent accepted may be cancelled. Thanking you, Yours faithfully, Name of the Bidder: - Authorized Signatory: - Seal of the Organization: - Date: Place:

  • Page 18 of 20

    FORM E – FORMAT UNDERTAKING

    (On the letter head of the Applicant)

    To,

    Executive Engineer Div- Bhubaneswar Municipal Corporation, Vivekananda Marg, Bhubaneswar-751014 Sir, We undertake that:

    All the vehicles to be supplied by our Agency shall be insured and shall have valid pollution certificate.

    All the vehicles to be supplied by our agency shall not be more than 3 (three) years old from the date of issuance of Letter of Award by BMC.

    The behavior of the drivers to be engaged by the agency for the vehicles shall be well mannered, disciplined and well dressed. The drivers shall be well conversed with all the roads in and around Bhubaneswar.

    The agency shall not engage private vehicles in BMC.

    All the cars that the agency engages in BMC shall have a valid Commercial Registration and shall bear a yellow number plate.

    Thanking you, Yours faithfully, Name of the Bidder: - Authorized Signatory: - Seal of the Organization: - Date: Place:

  • Page 19 of 20

    FORM F - FINANCIAL PROPOSAL (Package-I)

    (to be submitted on letter head of the bidder duly signed by authorized signatory)

    Date:

    To,

    Executive Engineer-II,

    Bhubaneswar Municipal Corporation,

    Vivekananda Marg, Near Kalpana Square,

    Bhubaneswar-751014, Odisha.

    Sub: Financial Proposal for Selection of an Agency for Supply of Vehicle with Driver in Bhubaneswar Municipal Corporation under Package-I

    We, the undersigned, offer to provide the services in accordance with your RFP.

    Our total financial quote is as given below,

    Brand of Car Indicative Quantity Required

    Maximum Hire Charges per month excluding Diesel cost per vehicle

    Minimum Average Mileage in Kms per liter

    Discount in Percentage (%)

    (A) (B) (C ) (D) (E ) Tiago/ Bolt/ Celerio (Petrol) 12 Rs. 20,000/- 17

    …….% (in words) (…….. in figures)

    Swift Dzire/ Zest/ Tiigor/ Xcent/ Etios (Petrol)

    1 Rs. 26,000/- 17

    Bolero/ Sumo Gold/ Mahindra Ertiga/ TUV 300

    10 Rs. 31,000/- 10

    Innova/ XUV 500 1 Rs. 42,000/- 09 Scorpio/ Creta 1 Rs. 37,000/- 10

    Our Financial Proposal shall be binding upon us for the assignment and this proposal would

    be valid up to 180 days from the last date of submission of proposal.

    This Financial Proposal covers all cost directly associated or incidental to fulfillment of our

    duties under this RFP and no extra charges beyond the rate derived after discount shall be

    paid by BMC. The Financial proposal is without any condition.

    Yours Faithfully, Signature of Authorized Person and seal Name & Designation:

    Note: (i) Hire charges per month mentioned in column “C “ above is maximum and bidder have

    to quote discount in percentage by which they can reduce the monthly hire charges quoted in column “C” .

    (ii) If a vehicle is not hired on monthly basis but for a particular number of day(s), then fixed charges shall be calculated by dividing monthly fixed charges by number of days for which vehicles has been hired by BMC.

    (iii) Quantity of vehicle shown above is indicative and BMC reserves the rights to increase or decrease the no. of vehicles to be hired.

  • Page 20 of 20

    FORM F - FINANCIAL PROPOSAL (Package-II)

    (to be submitted on letter head of the bidder duly signed by authorized signatory)

    Date:

    To,

    Executive Engineer-II,

    Bhubaneswar Municipal Corporation,

    Vivekananda Marg, Near Kalpana Square,

    Bhubaneswar-751014, Odisha. Sub: Financial Proposal for Selection of an Agency for Supply of Vehicle with Driver in Bhubaneswar Municipal Corporation under Package-II

    We, the undersigned, offer to provide the services in accordance with your RFP. Our total

    financial quote is as given below,

    Brand of Car Indicative Quantity Required

    Maximum Hire Charges per month excluding Diesel cost per vehicle

    Minimum Average Mileage in Kms per liter

    Discount in Percentage (%)

    (A) (B) (C ) (D) (E ) Tiago/ Bolt/ Celerio (Petrol) 12 Rs. 20,000/- 17

    …….% (in words) (…….. in figures)

    Swift Dzire/ Zest/ Tiigor/ Xcent/ Etios (Petrol)

    1 Rs. 26,000/- 17

    Bolero/ Sumo Gold/ Mahindra Ertiga/ TUV 300

    10 Rs. 31,000/- 10

    Innova/ XUV 500 1 Rs. 42,000/- 09 Scorpio/ Creta 1 Rs. 37,000/- 10

    Our Financial Proposal shall be binding upon us for the assignment and this proposal would

    be valid up to 180 days from the last date of submission of proposal.

    This Financial Proposal covers all cost directly associated or incidental to fulfillment of our

    duties under this RFP and no extra charges beyond the rate derived after discount shall be

    paid by BMC. The Financial proposal is without any condition.

    Yours Faithfully, Signature of Authorized Person and seal Name & Designation:

    Note: (i) Hire charges per month mentioned in column “C “ above is maximum and bidder have

    to discount in percentage by which they can reduce the monthly hire charges quoted in column “C” .

    (ii) If a vehicle is not hired on monthly basis but for a particular number of day(s), then fixed charges shall be calculated by dividing monthly fixed charges by number of days for which vehicles has been hired by BMC.

    (iii) Quantity of vehicle shown above is indicative and BMC reserves the rights to increase or decrease the no. of vehicles to be hired.

    (i) Vehicle requirement for Package-I:(ii) Vehicle requirement for Package-II:(iii) Vehicle requirement for Emergency on call service:1. A “Single Stage” bidding process is to be followed for selection of the successful bidder. The intending Bidders can apply for any one or both the packages.2. Eligibility Criteria1. Format and Signing of proposal2. Submission of Proposals Packing, Sealing and Marking of Proposals3. RFP Document Fee4. Earnest Money Deposit (EMD)5. Financial proposal:6. Validity of Proposal7. Documents accompanying the Proposal:1. PART A (Technical Proposal)2. PART B (Financial Proposal)

    8. Deadline for submission of Proposals9. Late Proposals10. Modifications and Withdrawal of Proposals11. Pre-Bid Meeting12. Technical Proposal Opening13. Bid Evaluation Methodology:1) The total score obtained by the Bidder as per above shall be the technical score (Ts) of the Bidder. In order to qualify for opening of financial proposal, the applicant must score a minimum of 70 marks out of 100 marks.2) Opening of Financial Proposal14. Negotiation:15. Performance Security and Agreement:16. Termination of contract:17. Right to Accept or RejectBMC reserves the right, without any obligation or liability, to accept or reject any or all the proposals at any stage of the process, to cancel or modify the process or any part thereof or to vary any or the term and condition at any time, without as...18. Conflict of InterestThere will be no conflict of interest of this assignment with any other assignment or transaction contracted by BMC with the selected firm.19. Disputes1. Scope of Work:2. Payment Terms3. Penalty