tender notice no. 03/2017 tender document for...
TRANSCRIPT
1 | P a g e
TENDER NOTICE NO. 03/2017
TENDER DOCUMENT
For
Tender for Vehicle Hiring for 2017-18, 2018-19
GUJARAT STATE DISASTER MANAGEMENT AUTHORITY (A GOVERNMENT OF GUJARAT UNDERTAKING)
(Block No. 11, 5th floor, Udyog Bhavan, Sector - 11, Gandhinagar – 382 011)
2 | P a g e
Section 1: INVITATION FOR BIDS (IFB)
1.1 GSDMA is inviting agency for providing cab services for the period 2017 - 2019.
3 | P a g e
Section 2: NOTICE INVITING PROPOSAL AND NECESSARY INSTRUCTION
2.1 Sealed Bid Documents under two separate envelopes are invited from bona fide,
experienced & reputed agencies of financial standing, meeting the pre-qualifying
requirement, for the scope of work.
NAME OF WORK Online Tender for Vehicle Hiring for 2017 to 2019
TENDER SUBMISSION Rs. 1,500/- (One Thousand Five Hundred Only) BY
COST DEMAND DRAFT in favour of CEO
GSDMA, Gandhinagar
(To be Submitted Online
and Physical before 17:00
hrs on 03/07/2017)
EMD Rs. 3,00,000 (Three Lacs
only ) BY DD / FDR in
favour of CEO GSDMA, payable at Gandhinagar
(To be Submitted Online
and Physical before 17:00
hrs on 03/07/2017)
The rate provided by the selected agency will
CONTRACT PERIOD
be valid from the date of appointment to two years
2017-18 and 2018-19
The tender can be downloaded from
ISSUE OF TENDER
10/06/2017 to 01/07/2017 1700 hrs on
www.nprocure.com
PROPOSAL DUE DATE Tender should be submitted before
(LAST OF DATE OF
1700 on 03/07/2017 (Online & Physical except
Financial Bid. Financial Bid to be submitted online
only) at the below
TENDER SUBMISSION) mentioned address
CEO, GSDMA
Block No 11, 5th
Floor, Udyog Bhavan
Sector 11, Gandhinagar 382011
OPENING OF TENDER
Pre-qualification papers will be opened on the same day
- 03/07/2017 at 1730 hrs in the presence of bidders
PART.1 Prequalified bidder would subsequently be
informed about their technical proposal or service to the
committee. The date , time and venue will be informed
later on to the pre-qualified bidder
PART.2 Price bid shall be opened for technically
acceptable bidder at later date.
4 | P a g e
CONTACT PERSONS
(FOR ANY
CLARIFICATIONS)
CEO, GSDMA
Email : [email protected];
Phone: +91 - 79 – 23259596, +91 9737712160
Pre Bid June 19, 2017 1700 hrs PM at GSDMA Section 3: SCOPE OF WORK 3.1 Agency will have to professionally manage fleets of coaches (buses – large and medium)
and pool of cars for smooth transportation of guests from airport to venue, from airport to
hotel, from venue to hotel and/or any individual requirements during the summit. 3.2 Agency to ensure that the vehicles are in good condition and they have all the required
permissions and papers as required under the govt. regulations such as registration, PUC,
insurance. 3.3 Agency is required to arrange and reserve some of vehicles for GSDMA and will make
allocation as per the instruction given by GSDMA. 3.4 Agency to ensure the number of vehicles of different category reserved for GSDMA well
in advance and for the purpose, agency may tie – up with its associate for procuring
vehicles However, agency is required to submit the contract copies of letter of supports
from the associate members to GSDMA along with the submission of bid document.
3.5 Agency is required to provide the detail of vehicles, driver details etc reserved for GSDMA
latest by 04/07/2017 1700 hrs
3.6 The vehicles reserved for GSDMA shall be placed at a designated location and will be
allocated as per the instruction of GSDMA 3.7 Vehicle reserved for GSDMA shall be released as per the instruction of GSDMA or
official authorized by GSDMA or respective authority working 3.8 Agency is required to submit duty slip of the vehicles reserved for GSDMA duly signed by
the liaison officials appointed by Government / GSDMA / any other authorized
organization or dignitaries or authorized person. The payment of the vehicles will be made
only on the basis of submission of original duty slip signed by concerned authority and on
the basis of the actual usage of vehicle. A sample proforma of duty slip is provided in this
document. 3.9 Agency is also required to manage the fleet arranged by GSDMA from any other sources
on complimentary basis. 3.10 Agency should engage dedicated team to handle transport management
5 | P a g e
Section 4: QUALIFICATION CRITERIA 4.1 Agency should be registered firm 4.2 Agency should have minimum 5 years of experience as on 31/05/2017. 4.3 Agency should have average annual audited turnover of at least Rs. 1 crores in last 3
financial years (FY 2015-16, 2014-15 and 2013-14) 4.4 Agency must own at least 8 commercially register vehicle and heavy vehicle of different
mix in the name of owner/company. Vehicle owned by company owner family/ relative
who are not directly involved in the agency, will be considered. Agency should have
supplied vehicles (light and heavy vehicle) of different makes to at least one events
wherein they have supplied at least 10 vehicles, organised by the government and / or
quasi government agencies / financial / multilateral agencies in the last 5 years. 4.5 Agency should be an Income Tax Assesse and should have filed Income Tax return for the
last 3 Financial Years. (FY: 2015-16, 2014-15 and 2013-14) 4.6 The agency should have PAN No (In case of Partnership / Pvt. Ltd. firm PAN No. of firm
is required & in case of Proprietorship firm PAN No. of proprietor is to be enclosed). 4.7 The agency should have obtained GST registration in bidder’s/firm name. Provisional no
shall be provided in case permanent allocation is not made 4.8 Agencies should have office/s in Ahmedabad / Gandhinagar to regularly serve the account.
(Proof in this regard, to be submitted)
No legal proceedings with any of the clients and its employees related to the services of the bidding agency and or its affiliate. Agency should not be blacklisted from any of the Govt. of Gujarat, Govt. of India or State government PSUs. An affidavit to this effect should be
provided by the agency on appropriate stamp paper
4.9 Individuals who have done piecemeal/freelance/ job work are not eligible for this tender
6 | P a g e
Section 5: PROPOSAL SUBMISSION
5.1 Technical Proposal 5.2 The following documents along with cover letter (clearly mentioning the acceptance of all
clause of this document) required to be submitted and shall be placed in a sealed envelope
clearly marked as “Technical Proposal for Vehicle Hiring”:
5.2.1 Certificate of registered of firm / company
5.2.2 Certificate from the chartered Accountant stating the experience of number of
years of firm.
5.2.1 Certificate from Chartered Accountant certifying the average annual turnover of the
firm / company. (Specimen provided under Technical Proposal Specimen
FORMAT B).
5.2.2 Certificate from Chartered Accountant certifying that the project handled by the
agency in last 5 years. (Specimen provided under
Technical Proposal Specimen FORMAT C).
5.2.3 Copy of IT assessment return for the last 3 years.
5.2.4 Proof of payment of Service Tax in last three financial years to be submitted.
5.2.5 List of vehicles with the details such as chases number, model, engine cc, name of owner,
5.3 Financial Proposal
5.3.1 Agency is required to furnish the details as mentioned at ANNEXURE 1 and shall
be placed in a sealed envelope clearly marked as “Financial Proposal for vehicle
hiring”. 5.4 Separate envelopes containing the tender fee & EMD and Technical Proposal should be
also prepared and be marked as “TECHNICAL
PROPOSAL, for Vehicle hiring. 5.5 Separate envelopes should be prepared for and the envelope should be clearly marked as
FINANCIAL PROPOSAL, for Vehicle hiring. 5.6 The envelopes containing the “Technical Proposal” along with the envelope containing
tender fee and EMD and “Financial Proposal’ shall be placed into an outer envelope
clearly marked “PROPOSAL FOR VEHICLE HIRING FOR CONFERENCE TO BE
HELD AT DIU and sealed. 5.7 This outer envelope shall bear the Name of the Assignment, submission address, etc. The
Proposals must reach GSDMA on or before the last date of submission mentioned in the
notice inviting tender.
7 | P a g e
5.8 Any proposal received by GSDMA after the deadline for submission shall be returned
unopened. GSDMA shall not be responsible for any postal or courier delays. 5.9 All contents of the Proposal should be clearly numbered, indexed and arranged in a
sequence and SHOULD be HARD bound only 5.10 The Original Proposal shall contain no interlineations or overwriting, except as necessary
to correct errors made by the official of Agency themselves. The person who signs the
proposal must put initial against such corrections. 5.11 The proposals shall be signed and submitted by the Authorized Signatory of the Agency.
The authorization shall be attached in the Technical Proposal and shall be in the form of a
written power of attorney/ board resolution or in any other form demonstrating that the
representative has been dully authorized to sign.
8 | P a g e
Section 6: INSTRUCTION TO BIDDING AGENCIES 6.1 The selection would be on the Quality cum Cost Based Selection (QCBS) based on the
final weighted score, subject to fulfilling the requirements of the Qualification Criteria.
The Proposal will form part of the contract with the selected agency. 6.2 A confirmation letter from the Agency for being able to provide the qualified team should
be attached 6.3 The Agencies shall bear all costs associated with the preparation and submission of their
proposals. GSDMA is not bound to accept any or all proposals, and reserves the right to
annul the selection process at any time prior to award of contract, without any liability to
GSDMA. 6.4 The Technical Proposal to be submitted by the agency should be firm and valid for a
period of 180 days from the last date of submission of the proposal. 6.5 Agencies may seek clarifications on the guiding document, if any, at the time of briefing
meeting or before 7 calendar days from the due date of submission of the Proposals. Any
request for clarification must be sent in writing or by fax to GSDMA. 6.6 At any time before the submission of Proposals, GSDMA may amend this document by
issuing an addendum, which shall be binding on the agencies. 6.7 The agencies shall acknowledge the tender conditions and all subsequent amendments and
submit along with their proposals duly signed. Therefore, the tender document signed by
the authorized signatory should be the part of the Technical Proposal
9 | P a g e
Section 7: OPENING OF PROPOSAL 7.1 Gujarat State Disaster Management Authority (GSDMA) would open the proposals
immediately after the Proposal Due Date and Time for the purpose of verification of
requisite fees and EMD; verification of documents for pre-qualification would be
considered of only those agencies who have paid the requisite fees and EMD. 7.2 It compulsory for the bidder to remain present at the time of technical bid opening.
7.3 Agency would have bring in requisite copy of technical proposal in hard copy.
10 | P a g e
Section 8: PROPOSAL EVALUATION
8.1 The evaluation of proposals shall be on the principle of Quality Cum Cost Based
Selection (QCBS) based on the final weighted score. The assignment shall be
awarded to the bidder scoring the highest final weighted score as decided by
selection committee.
8.2 Technical Proposal Parameter
Sr.
No Qualification
Documentary
evidence to be
attached
Max Score
1
Average Annual
Turnover of the Bidder
during the last 3 financial
years (FY 2015-16, FY
2014-15 and FY 2013-
14):
Audited balance sheets
along with copy of CA
certificate
30
2 Fleet of car as on March
31, 2017
Statement of RC details
of Vehicles duly signed
by authorized signatory
be submitted
30
3
Experience in the
field related to Fleet
Management. Number of
projects handled for
vehicle management in
last 2 years up to May 31,
2017 with minimum
supply of vehicles of 10
nos.
Copy of work order
and completion
certificate issued by
client
20
4
Methodology and work
plan and deployment of
resources
List of Drivers with
their DL No. Duly
certified by authorized
signatory
20
Total 100
8.3 Financial Proposal Parameter
11 | P a g e
8.3.1 Agency is required to furnished the details as mentioned under Financial
Proposal Specimen at ANNEXURE 1
8.4 Financial The Technical Score obtained and the Financial Score obtained would be
multiplied (in percentage) with the weightage (in percentage) to arrive at Composite
Evaluation Score for each bid. The respective weightage for the Composite Technical
Score and the Composite Financial Score are set out in the table below:
Sr. No Description of Parameters for composite evaluation score
1 (A) Composite Technical Score - 70%- Weightage (minimum 20% should
be scored for qualification)
2 (B) Composite Financial Score - 30%- Weightage
Technical bid parameter
Composite Technical Score (RTS) will be analysed and assigned to each bid as below:
CS (Tech) = T / T(high) * 100
CS (tech) means Composite technical score obtained by bidder
T means technical score obtained by bidder
T(high) means highest technical score secured amongst the bidders If the company scores less than 50 marks in the Technical Section, it will not be considered
for the Commercial Bid at all. Financial Bid Parameters CS(Fin.) = F(Low) / F *100 CS(Fin.) is the Composite Financial Score F(Low) is the lowest financial bid F is the Bid by the Bidder Total Composite Score CS (Tech) *0.7 + CS(Fin) *0.3 The one with the maximum relative score would be selected
12 | P a g e
Section 9: OTHER TERMS & CONDITIONS
9.1 Instructions
9.1.1 The drivers should have valid driving license of respective category.
9.1.2 To ensure that the drivers are courteous and in uniform and able to understand
English and the local language.
9.1.3 To organize an orientation program for the drivers about their duties and routes for
the summit.
9.1.4 To ensure that drivers should know the local roads and important locations in DIU. 9.2 Special Instructions
9.2.1 The selected agency shall have to set up a control room 24X7 at a place designated
by GSDMA for vehicle allocation, grievance handling and any other issue related
to transportation and it should have the following arrangements
9.2.1.1 Will have necessary amenities such as computer, printer, internet, telephone, fax machine etc.
9.2.1.2 Will have to station 4 persons between morning 8 am to
10 pm and 2 persons between 10 pm to 8 am and further, it also
have to make necessary logistics arrangement for the officials
deployed by GSDMA.
9.2.1.3 Will have to set up break down management system
9.2.1.4 Will have to set up 24X7 helpline number in control room
9.2.2 Information of number of vehicle and category of vehicle to be reserved
For GSDMA.
9.2.3 Vehicles to be reserved for GSDMA shall not be older than 3 years as on 31st May
2017. For the purpose, Agency may procure the vehicle from various transport service
provider and enter into contract with transport service provider. Agency is required
to consult GSDMA before releasing the vehicles.
9.2.5 Agency may tie up with its associate for procuring vehicles. However, agency is
required to submit the letter of support along with the tender to GSDMA.
9.2.6 The successful bidder will have to submit the MoU / Agreement with the associate
along with the fulfilment of other conditions such as deposit of Bank Guarantee for
performance security etc immediately after the declaration of result then only the
work order shall be awarded.
9.2.7 Failure to do so may result in termination of the contract / work order and the
security deposit may be forfeited by the Bureau. The decision of bureau will be
final and no argument will be allowed.
13 | P a g e
9.2.8 GSDMA will not be held responsible for any accident take place and damage the
vehicle/s. In such case, the agency will be sole responsible and he/she cannot claim
from GSDMA for any damage occurred thereof. 9.3 Validity of the Proposal
The Proposal shall remain valid for 180 calendar days after the date of the opening of the
Technical Proposal. Both the parties would endeavour to complete the process of selection
and enter into agreement before the validity period. 9.4 Extension of Validity of Proposal
In exceptional circumstances, prior to expiry of the original Proposal Validity Period, GSDMA may request the agency to extend the Proposal Validity Period for a specified additional period.
9.5 Disqualification
The following events and circumstances may result in disqualification of the applicant
from the bidding process:
9.5.1 Submission of Proposal after the Proposal Due Date
9.5.2 If the Proposal contains misleading or false representation in the forms, statements
and attachments submitted in proof of the eligibility requirements
9.5.3 If the Proposal contains conditions other than the conditions mentioned in this
document or any additional condition put in by the agency to the GSDMA.
9.5.4 If the Proposal submitted with incomplete information such proposal will be
considered non responsive.
9.5.5 If the Proposal submitted is not accompanied by the required documentation will be
considered non responsive.
9.5.6 Agency is unable/fails to provide clarifications related to its Proposal.
9.5.7 Consultants who attempt to influence the qualification or selection process shall be
disqualified from the process at any stage
9.5.8 GSDMA reserves the right to reject or disqualify the proposal, if any detrimental
information becomes known after the Consultant has been qualified.
9.5.9 GSDMA reserves the right to reject the Applicant, at the time, or at any time after
such information becomes known.
9.5.10 In case of such disqualification under any circumstances, the decision taken by
GSDMA shall be considered as final and binding. 9.6 The selected agency is required to provide bank guarantee from nationalized bank 5% of
the cost of estimated work awarded in the beginning of the date of contract. (Estimated
cost of work shall have to furnish by the agency) 9.7 Payment Condition
9.7.1 GSDMA will not make any advance payment to the selected agency towards making
the arrangements of transportation for Conference
14 | P a g e
9.7.2 The payment will be made by GSDMA for the vehicles booked by GSDMA. The
selected agency will be required to submit invoice and the original copy of duty slip
duly providing the name, mobile no. and signature of the user and driver is
mandatory.
9.7.3 Specimen of Duty slip provided under ANNEXURE will only be valid. No other format of agency will be considered for final payment.
9.7.4 The payment towards making transportation arrangements will be made by GSDMA
only if it instructed in writing by GSDMA only.
9.7.5 GSDMA shall not be liable to make any payment to selected agency for any
arrangements made without the consultation and approval of GSDMA.
9.7.6 GSDMA is free to appoint any agency to act as a mobility partner for the vehicles
and other logistics arrangements to facilitate the visitors without any financial
commitment.
9.7.7 If the selected agency does not confirm the bookings in a reasonable time limit or if
the agency does not have the required vehicle, than GSDMA has the right to offer
and hire the said vehicle from the open market and the selected agency will have to
bear the excess rate paid by GSDMA for the same. 9.8 Force Majeure
Neither party will be liable in respect of failure to fulfil its obligations, if the said failure is
entirely due to Acts of God, Governmental restrictions or instructions, natural calamities or
catastrophe, epidemics or disturbances in the country. Force Majeure shall not include (i)
any event which is caused by the negligence or intentional action of a Party or by or of
such Party’s agents or employees, nor (ii) any event which a diligent Party could
reasonably have been expected both to take into account at the time of being assigned the
work, and avoid or overcome with utmost persistent effort in the carrying out of its
obligations hereunder.
A Party affected by an event of Force Majeure shall immediately notify the other Party of
such event, providing sufficient and satisfactory evidence of the nature and cause of such
event, and shall similarly give written notice of the restoration of normal conditions as
soon as possible.
15 | P a g e
Section 10: FORMAT AND SIGNING OF PROPOSAL 10.1 The proposal should be short, concise & include all points indicated in the
Document. 10.2 The Proposal shall be typed or written in indelible ink and should be in English. Proposal
in other language would not be accepted. The pages and volumes of each part of the
Proposal shall be clearly numbered. The Proposal shall contain all the information required
herein and references of previous submissions shall not be considered.
****
16 | P a g e
Technical Proposal FORMAT - A (To be Signed and submitted by contractors on their letter heads) Declaration regarding Acceptance of Terms & Conditions contained in the Tender Document To CEO GSDMA A Government of Gujarat organization Block no. 11, 5
th floor Udyog Bhavan
Gandhinagar
Sir,
I have carefully gone through the Terms & Conditions contained in the Tender Document for the
Selection of Agency for vehicle hiring for conference 2017 at DIU and other mega event upto 31
June 2019. I declare that all the provisions of this Tender Document contained in the RFP are
acceptable to my Company. I further certify that I am an authorised signatory of my company and am, therefore, competent
to make this declaration. Yours Truly, Name: _______________________ Designation: _______________________ Company: _____________________ Address: ____________________
17 | P a g e
FORMAT - B Certificate from Chartered Accountant certifying the average annual turnover of last three years.
Year Turnover (in Rs.)
2013 - 14
2014 – 15
2015 - 16
Average annual turnover in Rs. (2013 – 14, 2014
– 15 & 2015 – 16) I hereby certify that the average turnover of the <Name of the Company>, <Registered office address> for last three years (2013 – 14, 2014 – 15 and 2015 – 16) is Rs. <Amount> were from the activities of transportation only. Name of the Auditor: _______________________ Name of the Firm: _______________________ Address: _______________________ Signature of Authorised: _______________________ Signatory seal of Audit Firm; _______________________
18 | P a g e
Financial Proposal
19 | P a g e
ANNEXURE - I
Statement (A): Vehicle requirement on daily basis
Segment Model belonging to the
segment Rate/ 300km
Rate/ extra
hr.
Rate/ extra
km
A B C
Car –
Small
Suzuki Alto, Hyundai
i10, Santro, Tata Indica,
Maruti Zen, Toyota
Liva, Maruti Swift, Ritz
Car –
Mid
Tata Manza, Tata Indigo,
Hyundai Accent, Ford
Ikon, Nissan Sunny,
Toyota Etios, Mahindra
Verito, Tata Manza,
Maruti Swift Dzire,
Car -
Large
Maruti SX4, Hyundai
Verna, Honda City, Tata
Safari, VW Vento
MUV/
SUV
Toyota Innova, XUV
500, Chevrolet, Tavera,
Mahindra Xylo,
Mahindra Scorpio,
Renault Duster, Maruti
Ertiga
Bus
Volvo (B7R, B9R or
B11), Scania (XXL) or
Mercedes
20 | P a g e
Terms and Conditions
� The driver allowance at Rs.150/- per day per vehicle will be payable as per prevailing
norms. This allowance will not be applicable for airport or railway station drop.
� Toll and Parking will be paid on actual basis.
� The kilometre and time will be calculated from point of pick up to the point of drop
� Duty slips have to be submitted with the signature and mobile of the user
� 50 percentage deduction in case vehicle is not reached in time. The other Vehicle if arranged in such a situation, the entire cost will have to be borne by the agency.
� 25 percentage deduction of the duty amount for driver’s misbehaviour, dirty vehicle
� The driver deployed should hold valid Licence, be in custody of all document viz. RC,
Pollution check etc. and be fully conversant with the routes of Event site
� A daily record indicating time and mileage for each vehicle shall be maintained in a Log Book. No payment shall be made without submission/verification of Log Book.
21 | P a g e
ANNEXURES
22 | P a g e
Code: SG/01
Format of Duty slip PART – A
The following vehicle was provided to:
Name of liaison Officer: ____________________________________________________
Designation: __________________________Department:_________________________
_
Contact no.: ______________________ Email id: ______________________________
For the period: From: / /201 to: / /201
Reported at
(Location):______________________________________________________________
appointed for
Name of Guest ______________________________________________________________
Designation:________________________Organisation:_________________________
Contact no.: __________________Country/State: _____________________________
Status of Guest: State guest Diplomat Delegate Speaker Govt.Officer
Other
If other (Specific :_______________)
If Speaker, please indicate the following details:
Name of event: __________________________ Venue: _______________________
Date: / /201
Accommodation arrangement: _____________________________________________
On the request of: (Name of Department): ___________________________________
Vehicle no.:_______________________________________________________________
Type of vehicle: _________________________________________________________
Driver name:_____________________Driving License no.______________________
Driver mobile no. _________________Driver Signature: ___________________
23 | P a g e
Date Source Destination Starting Ending Starting Ending Signature
(Hotel/Airport) kms Kms time time
_____________________________________ (Signature of guest)
_____________________________________
(Signature of liaison officer) Date: / /201
Place:
PART – B
I hereby certify that the vehicle allotted to me remain unutilized and therefore, I release the
vehicle from date _________________ time ________________.
_____________________________________
(Signature of liaison officer) Date: / /201 Place:
Instructions
1) All the fields under PART – A are mandatory 2) Signature of Guest, Liaison officer and driver is mandatory. 3) The invoice raised for the vehicle issued is required to be submitted along with
the Duty and following documents: o Photocopy of RC Book o Photocopy of PUC o Photocopy of Driver’s driving license
4) In case if vehicle remains unutilized then liaison officer is required to certified under PART – B In case and the liaison officer required to communicate
with agency and GSDMA office and release the vehicle and same must be
communicate through email. ****