Upload
others
View
11
Download
4
Embed Size (px)
Citation preview
1
No. 6/2/2017-C&G
Central Vigilance Commission
Satarkta Bhawan,
G.P.O. Complex, Block-A,
INA, New Delhi-110023
Website: www.cvc.nic.in
Date: 17/12/2018
Notice Inviting Tender
Section-I
E-tender for hiring of Taxis on monthly basis in Central Vigilance Commission is invited under two
Bid System viz. Technical Bid and Financial Bid from authorised tour/taxi
operators/Companies/Firms/Agencies. Hiring shall be initially for a period of three years (extendable
upto one year further subject to satisfactory performance). Requirement of hiring of vehicles in CVC
are mentioned as below. Rate should be quoted on monthly basis or daily basis as per details given
below:-
Item No Description of
Services
Vehicles Category/Models Type of
vehicle
Rate Usage Area
1 Hiring of Taxi on
monthly Rate
(A) Maruti Suzuki
Ciaz/SX4 (Make of after
01-01-2017)
AC Per month rate
for 6 days a
week for 300
Hrs and 2400
Kms
Delhi & NCR
(B) Tata Indicia, Maruti
Suzuki wagon R , Hyundai
Santro
(make of after 01.01.2017)
AC -do-
(C) Tata Indica, Maruti
Suzuki Wagon R , Hundai
Santro or similar model
(make of after 01.01.2017)
Non-AC -do-
2 Hiring of Taxis on
Call basis
For A above vehicles
i) Upto 40 KM & 4 Hours.
ii)Upto 80 KM & 8 Hours
and
iii) Upto 100 KM & 10
hours.
AC Rate Per day
For B above vehicles
i) Upto 40 KM & 4 hours
per day,
ii) Upto 80 KM & 8 Hours
AC Rate Per day
2
per day and
iii) Upto 100 KM & 10
hours per day
For C above vehicles
i) Upto 40 KM & 4 hours
per day,
ii) Upto 80 KM & 8 Hours
per day and
iii) Upto 100 Kms & 10
Hrs
Non AC Rate Per day
Note:-
1. 9 AC & 1 Non Ac Taxis are proposed to be hired on regular basis. The number may increase or
decrease at the discretion of the Commission.
2. Hiring of Taxis on monthly rates will be on regular basis.
3. Hiring of Taxis on Call basis will be on daily rate.
For more details please refer to the clause 1 and clause 2 of Section VIII
3
SCHEDULE OF TENDER
S.No. Activity Description Schedule
1 Tender No. 6/2/2017-C&G dated 17/12/2018
2 Sale of Tender Document The tender document can be downloaded from the
CVC web site http://www.cvc.nic.in or the
procurement portal
http://eprocure.gov.in/eprocure/app by using bidder
login credentials
3 Time and last date of depositing
Tender
11:00 Hours of 24.01.2019
4 Time and Date of Opening of
Technical Bid
11:30 Hours of 24.01.2019
5 Minimum Validity of tender offer 120 days from the date of opening of technical bid
6 Services to be offered Providing taxis on monthly hiring basis and on call
basis
7 Amount of EMD to be deposited EMD in the form of DD/Pay Order for an amount of
Rs. 60,000/- (Rupees sixth thousand only) from
Nationalized / Scheduled bank drawn in favour of “SO,
Central Vigilance Commission” payable at Delhi has to
be submitted offline (Scanned copy of DD to be
uploaded online) towards Bid Security (EMD) failing
which the tender will be rejected. Bidders are requested
to write their name and full address at the back of the
Bank Draft submitted.
8 Performance Security 10% of the bid amount after award of contract.
9 Duration of contract Three years from the date of award of contract,
extendable further up to one year subject to satisfactory
performance.
10 Cost of Bid Document DD/Pay Order for an amount of Rs. 500/- (Rupees Five
Hundred only) inclusive of applicable taxes (non
refundable) from Nationalized / Scheduled bank drawn
in favour of “SO, Central Vigilance Commission”
payable at Delhi has to be submitted offline (Scanned
copy of DD/Pay Order to be uploaded online) towards
tender document fee failing which the tender bid will be
rejected. Bidders are requested to write their name and
full address at the back of the Bank Draft submitted.
4
11. The aforesaid DDs towards cost of Tender Document and EMD should be submitted offline to
Under Secretary (C&G), Central Vigilance Commission, Satarkta Bhawan, INA, New Delhi-110023,
on or before 11:00 hrs of 24.01.2019 and the scanned copy to be uploaded online on or before 11:00
Hours of 24.01.2019. The DD towards the cost of Tender Document and that towards the Earnest
Money Deposit should bear the date after date of issue of NIT.
12. Submission of Tenders: The bid along with the necessary documents should be uploaded in the
e-procure.gov.in portal as per guidelines mentioned in the portal. Tender has to be submitted only
online at http://eprocure.gov.in/eprocure/app in two bid system i.e. (i) Technical Bid and (ii) Financial
Bid, in the prescribed Performa. All relevant documents in support of eligibility criteria etc. are to be
scanned and uploaded along with the tender documents. Tender sent by any other mode will not be
accepted. The list of documents to be submitted along with technical bid and financial bid are detailed
at Section –VI of the Tender Document.
13. Central Vigilance Commission reserves the right to amend or withdraw any of the terms and
conditions contained in the Tender Document or to reject any or all Bids without assigning any
reason. The decision of the Secretary, Central Vigilance Commission in this regard shall be final and
binding on all.
14. Aspiring bidders who have not enrolled/registered in e-procurement should enrol/register before
participating trough the website http://eprocure.gov.in/eprocure/app.
Sd/-
OSD (Admn)
Central Vigilance Commission
Ph No. 011-24651566
Email: [email protected]
5
SECTION –II
BID FORM
NIT No: 6/2/2017-C&G Dated.17/12/2018 To
OSD (Admn)
CVC Dear Sir,
1. Having examined the conditions of contract and specifications including addenda Nos.
Section VI, VII & VIII the receipt of which is hereby duly acknowledged, we undersigned,
offer to undertake the work of providing HIRED VEHICLES and on call in CVC, in
conformity with the schedule of works, stipulated conditions of contract attached herewith
and made part of this Bid.
2. We undertake if our Bid is accepted, we will execute the work/service in accordance with
specifications, time limits & terms and conditions stipulated in the tender document.
3. If our Bid is accepted, we will obtain the performance guarantees of a Scheduled Bank for a
sum (together with Bid Security/EMD) @ 10% of the bid amount for the due performance of
the contract and submit it before award of work.
4. We agree to keep the rates valid unconditionally till 120 days from the date fixed for technical
bid opening and in case of change before award of work; my 50% Earnest money shall stand
forfeited.
5. Until a formal Agreement prepared and executed, this Bid together with my written
acceptance thereof in your notification of award shall constitute a binding contract between
us.
6. We also declare that any conditions other than stipulated by you are not applicable.
7. We understand that you are not bound to accept, the lowest or any bid you may receive.
8. We have enclosed herewith a DD for a sum of Rs.______________ towards EMD.
EMD particulars D.D.No.____________________
Dated:___________________
Name of the Bank:______________________
Branch ___________________
Dated this ................day of ............(the year)
Signature of Authorized Signatory--------------------------------------------------------------
In capacity of ----------------------------------------------------------------Duly authorized to
sign the bid for and on behalf of ---------------------------------------------------------------
Witness------------------------- Signature -----------------------
Address------------------------
6
SECTION-III
BIDDER’S PROFILE & CERTIFICATES
1. Name of the bidder/firm
(In case of Proprietary/partnership firms, the tender has to be signed by
Proprietor/Partner only, as the case may be)
2. Address of the firm
(Give both Registered office and -------------------------------------------------------------------------
Operating/Branch office details
--------------------------------------------------------------------------
--------------------------------------------------------------------------
3. Telegraphic Address --------------------------------------------------------------------------
e- mail id:
--------------------------------------------------------------------------
4. Telephone No. (With STD Code)
(Off)-------------------------------------------------------------------
(Fax)-------------------------------------------------------------------
(Res)------------------------------------------------------------------
(Mobile----------------------------------------------------------------
5. Registration & Incorporation particulars of the firms:
(Please attach attest copies of documents of registration/incorporation of your firm with
the competent authority as required by business law)
i) Proprietorship .................................................................................................
ii) Partnership .................................................................................................
iii) Private Limited .................................................................................................
6. Name of the
Proprietor/Partners/Directors .................................................................................................
--------------------------------------------------------------------------
7. Permanent Income Tax Number, Income
Tax circle
Attach a copy of PAN card) --------------------------------------------------------------------------
8. Service Tax Registration No.
(Attach attested copy)
9. Bidder’s bank, its address and his current
Account number -------------------------------------------------------------------------
7
10. Attested copy of experience certificate/certificates issued by the competent authority for the
satisfactory work carried out in supplying hired vehicles to Central/State Government/Public Sector
Undertakings, for at least continuously one year under one contract during last 5 year prior to the date
of inviting this e-Tender. The summary of that can be tabulated in the given format in chronological
order.
SL.No Details of client along with
address, telephone and Fax
numbers
Amount Contract (Rs.
lacs)
Experience certificate for the period from and to
From To
1.
2.
3.
(If the space provide is insufficient, a separate sheet may be attached)
Place: ______________ Signature of bidder/Authorized Signatory ______________________
Date: ______________ Name of the Bidder
Seal of the Bidder _______________________
8
SECTION-IV
Statement of Vehicle owned by the bidder
Bidder’s Name _____________________________________________________
Company’s Name____________________________________________________
Registration numbers of vehicles to be supplied together with make (Photocopies of registration book/lease agreement
should be attached). Please note that vehicles older than 2017 model shall not be accepted.
SL.
No.
Registration
Number
Make, Model &
Year of
manufacture
AC/Non
AC
Date of
Registration
Vehicle
Owner’s
Name
Validity Details
Permit Fitness Road
Tax
Insurance
1
2
3
4
5
6
7
8
The details furnished above are correct and true. I undertake to produce the original Documents of the
above said vehicles for verification as and when called for.
Place:________________ Signature of bidder/Authorized Signatory ______________________
Date:_________________ Name of the Bidder _______________________
Seal of the Bidder _______________________
9
SECTION –V
CERTIFICATE
(FOR NEAR RELALTIVES IN CVC)
I ............................................ S/o .......................................... hereby certify that none of my relative(s)
as defined in the Tender document is/are employed in CVC as per details given in tender document.
In case at any stage, it is found that the information given by me is false/incorrect, CVC shall have the
absolute right to take any action as deemed fit without any prior intimation to me.
I/We hereby declare that the information furnished above is true and correct.
Place: _________________ Signature of bidder/Authorized Signatory____________________
Date:_________________ Name of the Bidder _______________________
Seal of the Bidder _______________________
The near relative (s) means:
a) Members of Hindu Undivided family;
b) They are husband and wife.
c) The one is related to the other in manner as father, mother, son(s) & son’s
wife (daughter-in-law), Daughter (s) & daughter’s husband (son-in-law)
brother (s) and brother’s wife, sister (s) sister’s husband (brother-in-law)
In case of proprietorship firm, certificate will be given by the proprietor, and in case of
partnership firm, certificate will be given by all the partners and in case of Ltd. Company by all
the Directors of the company or company secretary on behalf of all directors. Any breach of
these conditions by the company or firm or any other person, the tender/work will be cancelled
and earnest money/security deposit will be forfeited at any stage whenever it is so noticed. The
department will not pay any damages to the company or firm or the concerned person. The company
or firm or the persons will also be debarred for further participation in the concerned unit.
Signature of the bidder with seal
10
SECTION VI
INSTRUCTIONS TO BIDDERS
1. The bidder must carefully read all the terms, conditions and specifications of the tender before
filling up the tender schedule and his financial bid. The Bidder shall be bound by all terms,
conditions and specifications as detailed in this tender document.
2. Failure to furnish all information required as per the Bid documents or submission of bids not
substantially responsive to the stipulated bid documents in every respect will be at the
bidder’s a risk and cost, and may result in rejection of the bid.
3. ELIGIBLE BIDDERS:
a. Participating bidder can be a Sole Proprietor/partnership firm/company.
b. Make of vehicles supplied shall be not prior to year Jan 2017 subject to meeting the
specifications in Section VIII.
c. Bidder must have GST registration certificate issued by competent authority.
d. Bidder must have PAN/TAN/GIR card.
e. Bidder should have Experience of supplying vehicles to the Centre/State Government
Departments or Public Sector Undertakings for continuously at least one year under a one
contract, during last 5 years ending on last date of submission of bids.
f. Average annual turnover Rs. 50 lakh for last three year.
g. Bidder should submit last 3 years income tax return certificate.
h. “NIL near relative” of the bidder firm/company IS working/employed I CVC, they should
inform with the bid.
i. For the vehicle(s) to be leased by the bidder, the lease agreement between the bidder and
the owner(s) of the vehicle(s) must be provided.
NOTE: In case the bidder is not having documents at (h), he shall give an
undertaking along with the bid, that he shall furnish these documents within 90 days of
award of contract, failing which the tender shall be terminated and entire performance
security forfeited.
4. COST OF BIDDING: Rs. 500/- (Rupees five hundred only) Non-refundable.
Bidder shall bear all associated costs.
5. CLARIFICATION OF BID DOCUMENTS
a) Bidders requiring any clarification on the Bid Documents shall notify the US (C&G),
CVC, in writing or by E-mail at the Officer’s/CVC’s mailing address indicated in the
invitation of Bid on or before 21.01.2019 OSD (Admn) shall respond in writing to any
11
request for the clarification of the Bid Documents, which it receives 3 days prior to the
date of opening of the Tender. Copies of the clarification sought by the bidders and
clarifications by the CVC shall be sent to all the prospective bidders who have received
the bid documents & display on CVC’s website.
b) The clarifications made as above shall from part of the Bid document and will be treated
as amendment to the bid document.
6. AMENDMENT OF BID DOCUMENTS:
a) At any time prior to the date of submission of Bids, CVC may for any reason, whether on
its own initiative or in response to any clarification received from a bidder, modify bid
documents by amendments.
b) The amendments made shall be notified in writing or by E-mail or by website of CVC to
all prospective bidders at the address intimated at the time of purchase of Tender
document and these amendments will be binding on them.
c) In order to afford prospective bidders, reasonable time to take the amendment into
account in preparing their bids, the CVC may, at its discretion may extend the deadline
for the submission of bids. Any amendment to the Bid document shall be uploaded in the
CVC’s web site as and when it is made.
d) Bidders who download the Bid document through internet are to take care of these
amendments while submitting their bids.
7. BID FORM
The Bidder shall complete the Bid form (Section II), Bidders Profile with Certificates
(Section III) and all necessary documents wherever mentioned and quote the prices as per
price schedule of Section VIII, only online in the portal.
8. BID PRICES
Separate rates are to be quoted based on the Scheduled of work in Section VIII for each type of
vehicle.
9. DOCUMENTS TO BE SUBMITTED FOR EATABLISHING BIDDER’S
ELIGIBILITY AND QUALIFICATION
The following documents must be submitted by the bidder with technical bid.
a) Bidder’s Profile duly filled as per Section III.
b) Bid Security & cost of tender document in the form of DD/Pay Order in favour of
“SO(C&G), Central Vigilance Commission” payable at Delhi.
c) Tender document(s), in original, duly filled in and signed by bidder or his authorized
representative along with seal on each page. All corrections overwriting must be initialled
with date by the bidder or his authorized representative.
d) The contractive firm/agency/company should be registered with appropriate authorities
and attested copy of registration may be attached.
12
e) Original “Power of Attorney” in case person other than the bidder has signed the tender
documents.
f) Certificate regarding no near relative is working in CVC as per section V. (Please ensure
that “No near relative certificate “as per section V is to be signed by all the partners
of the firm/directors of the company or company secretary on behalf of all
directors).
g) Attested copy of GST registration certificate issued by competent authority.
h) Attested copy of PAN/GIR/TAN Card.
i) Attested copy of experience certificate.
j) Income tax returns of the previous 3 years.
k) For the vehicle(s) to be leased by the bidder, the lease agreement between the bidder and
the owner(s) of the vehicle(s) must be provided.
l) Attested copy of Partnership Deed or proprietorship deed/Memorandum of
Association/Articles as applicable.
*NOTE: In case the bidder is not having documents at (k), he shall give an
undertaking along with the bid that he shall furnish these documents within 90 days of award
of contract failing which the tender will be terminated and performance security amount
forfeited.
10. BID SECURITY / EARNEST MONEY DEPOSIT (EMD)
a) Bid Security /Earnest Money shall be paid by Demand Draft/Pay Order drawn on any
Nationalized or Scheduled Bank drawn in favour of the “SO(C&G), Central Vigilance
Commission” payable at Delhi as mentioned in the notice inviting tender. Earnest Money in
cash or in the form cheque or in any other form will not be accepted.
b) Interest shall NOT be payable on the Bid Security/Earnest Money deposit.
c) The successful bidder’s Bid Security / EMD shall be converted as part of Performance
Security (Security Deposit) (or) in case Performance Bank Guarantee is furnished for the full
amount towards Performance security (10% of the value of contract), the Bid Security will be
discharged upon the bidder’s acceptance of the contract. Bid Security / Earnest Money of the
unsuccessful bidder will be refunded without interest within reasonable time after final
decision of the tender.
d) The Bid Security is required to protect the CVC against the risk of bidder’s conduct, which
would warrant forfeiture of Bid Security pursuant to Clause 10(f) below.
e) A Bid (Tender) not accompanied by the Bid Security shall be summarily rejection.
f) Bid Security (EMD) will be forfeited and the acceptance of the tender will be re-considered or
revoked of cancelled at the discretion of CVC which will not amount to imposing of penalty:
13
(i) If the bidder withdraws his bid after the bids have been opened.
(ii) If the bidder fails to execute the Agreement or fails to remit the required security
deposit (performance Bank Guarantee) within seven working days of being called upon to
do so
11. PERIOD OF VALIDITY OF BID
The tender submitted by bidder will remain valid for acceptance for a period of 120 days
from the date of opening technical bid of the tender. Due to administrative reasons, extension
of the time, of requested by the CVC in writing, the bidder shall accede to such request for
extension and communicate his acceptance to the CVC in writing.
12. SUBMISSION OF BIDS
The bid along with the necessary documents should be uploaded in the e-procurement portal
as per the guidelines mentioned in the portal. Rate for “VEHICLE HIRING” in CVC should
be quoted online only in BOQ.xls file. Any tender with conditions other than those specified
in the tender documents, is liable to be summarily rejected. No modification by the bidder in
any of the conditions will be permitted at any stage.
INSTRUCTIONS FOR ONLINE BID SUBMSSION:
Instructions to the Bidders to submit the bids online through the Central Public Procurement
Portal for e-Procurement are at https://eprocure.gov.in/eporcure/app. The bidder must
carefully follow the instructions:-
i) Bidder should do online Enrolment in this Portal using the option Click Here to Enrol
available in the Home Page. Then the Digital Signature enrolment has to be done with
the e-token, after logging into the portal. The e-token may be obtained from one of
the authorized Certifying Authorities such as
eMudhraCA/GNFC/IDRBT/MtnlTrustline/SafeScrpt/TCS.
ii) Bidder then logs into the portal giving user id/password chosen during enrolment.
iii) The e-token that is registered should be used by the bidder and should not be misused
by other.
iv) DSC once mapped to an account cannot be remapped to any other account. It can
only be deactivated.
v) The Bidders can update well in advance, the documents such as certificates, purchase
order details etc., under My Documents option and these can be selected as per tender
requirements and then attached along with bid documents during bid submission.
This will ensure lesser upload of bid documents.
14
vi) After downloading/getting the tender schedulers, the Bidder should go through them
carefully and then submit the documents as per the tender document, otherwise, the
bid will be rejected.
vii) The BOQ template must not be modified/replaced by the bidder and the same should
be uploaded after filling the relevant columns, else the bidder is liable to be rejected
for that tender. Bidders are allowed to enter the Bidder Name and Values only.
viii) If there are any clarifications, this may be obtained online through the e-Procurement
Portal, or through the contact details given in the tender document Bidder should take
into account the corrigendum published before submitting the bids online.
ix) Bidder, in advance, should prepare the bid documents to be submitted as indicated in
the tender schedule and they should be in PDF/XLS/RAR/DWF formats. If there is
more than one document, they can be clubbed together.
x) Bidder should arrange for the EMD as specified in the tender. The original should be
posted/couriered/given in person to the Tender Inviting Authority, within the bid
submission date and time for the tender.
xi) The bidder reads the terms and conditions and accepts the same to proceed further to
submit the bids.
xii) The bidder has to submit the tender document(s) online well in advance before the
prescribed time to avoid any delay or problem during the bid submission process.
xiii) There is no limit on the size of the file uploaded at the server end. However, the
upload is decided on the Memory available at the Client System as well as the
Network bandwidth available at the client side at that point of time. In order to reduce
the file size bidders are suggested to scan the documents in 75-100 DPI so that the
clarify is maintained and also the size of file also gets reduced. This will help in quick
uploading even at very low bandwidth speeds.
xiv) It is important to note that, the bidder has to click on the Freeze Bid Button, to
ensure that he/she completes the Bid Submission Process; Bids which are not
frozen are considered as incomplete/invalid bids and are not considered for
evaluation purposes.
xv) In case of offline payment, the details of the Earnest Money Deposit (EMD)
document submitted physically to the Department and the scanned copies furnished at
the time of bid submission online should be the same otherwise the tender will be
summarily rejected.
xvi) The Tender Inviting Authority (TIA) will not be held responsible for any sort of
delay or the difficulties faced during the submission of bids online by the bidders due
to local issues.
xvii) The bidder may submit the bid documents online mode only, through this portal.
Offline documents will not be handled through this system.
15
xviii) At the time of freezing the bid, the e-Procurement system will give a successful bid
updation message after uploading all the bid documents submitted and then a bud
summary will be shown with the bid no, date & time of submission of the bid with all
other relevant details. The documents submitted by the bidders will be digitally
signed using the e-token of the bidder and then submitted.
xix) After the bid submission, the bid summary has to be printed and kept as an
acknowledgement as a token of the submission of the bid. The bid summary will act
as a proof of bid submission for a tender floated and will also act as an entry point to
participate in the bid opening event.
xx) Successful bid submission from the system means, the bids as uploaded by the bidder
is received and stored in the system. System does not certify for its correctness.
xxi) The bidder should see that the bid documents submitted should be free from virus and
if the documents could not be opened, due to virus, during tender opening, the bid is
liable to be rejected.
xxii) The time that is displayed from the server clock at the top of the tender Portal, will be
valid for all actions of requesting bid submission, bid opening etc., in the e-
Procurement portal. The time followed in this portal is as per Indian Standard Time
(IST) which is GMT+5:30. The bidders should adhere to this time during bid
submission.
xxiii) All the data being entered by the bidders would be encrypted at the client end, and the
software uses PKI encryption techniques to ensure the secrecy of the data. The data
entered will not be viewable by unauthorized persons during bid submission and not
viewable by any one until the time of bid opening. Overall, the submitted bid
documents become readable only after the tender opening by the authorized
individual.
xxiv) During transmission of bid document, the confidentiality of the bids is maintained
since the data is transferred over Secured Socket Layer (SSL) with 256 bit encryption
technology. Data encryption of sensitive fields is also done. xxv. The bidders are
requested to submit the bids through online e-Procurement system to the TIA well
before the bid submission end date and time (as per Server System Clock).
13. LATE BIDS:
Tenders will not be received after the specified time of closing of the tender and the
same shall be rejected.
14. MODIFICATION AND WITHDRAWAL OF BIDS
The bid modification and withdrawal is according to e-procurement portal guidelines
only.
15. BID OPENING
16
Bid opening and finalization will be according to e-procurement procedures. Bidder’s
name, bid price, modifications, withdrawals and such other details, as deemed fit by
the authorized authority will be notified. The financial bid will be evaluated only for
technically qualified bidders.
16. BID EVALUATION
Substantially responsive bid is one which confirms to all the terms and conditions of
bid document without material deviation. CVC’s determination of bid’s
responsiveness shall be based on the contents of the bid itself without recourse to
extrinsic evidence. A bid determined as substantially non-responsive will be rejected
by the CVC and shall not subsequent to the bid opening be made responsive by the
bidder by correction of the non-conformity. The financial bids of those bidders whose
technical bid has been satisfactorily evaluated and found substantially responsive,
will be opened subsequently after due notice. The decision of CVC is final in this
regard and the bid will be rejected if the bidder does not agree to the decision in this
regard. The Tender will evaluated on basis of L1 rates, as indicated in Section VIII.
17. PLACEMENT OF ORDER
CVC shall consider placement of work orders on those bidder whose technical and
financial bid has been successfully considered and decided as L1. CVC reserves the
right to award the contract on part thereof to one or more bidders in case more than
one bidder emerges as L-1 (Lowest). The decision of CVC in this regard shall be final
and binding.
18. CVC’s RIGHT TO ACCEPT OR REJECT ANY BID
CVC reserves its right to accept or reject any bid and to annual the bidding process
and reject all or any bid at any time prior to award of contract without assigning any
reason whatsoever. CVC does not bind himself to accept the lowest tender and
reserve the right (i) to reject any or all tenders (ii) the right to accept any portion of
the tender offered without assigning any reason and also to split the tender and award
the same to different parties.
19. LETTER OF INTENT (LOI)
CVC will issues a LOI which constitutes the intention of the CVC to enter into
contract with the successful bidder. The successful bidder shall within 7 days of
issues of the LOI, give his acceptance along with Performance Bank Guarantee for
10% of Bid amount in conformity with Clause 10 of Section VI and also submit the
Agreement form as stipulated, duly completed in all aspects.
20. SIGNING OF CONTRACT AGREMENT
The successful bidder shall be required to execute an Agreement within 7 (Seven)
working days of being called upon on a non-judicial stamp paper of Rs. 100/- (One
hundred only) at his own cost and in the format as stipulated. The bidder and CVC are
17
bound by the terms and conditions of agreement which in turn, will be the same terms
and conditions of tender document. Submission of the Tender document duly signed
on all pages shall bind the bidder to all the terms and conditions of this Tender
document and as well as the Agreement to be signed by him. A copy of the complete
set of this Tender document shall also become enclosure to the agreement as an
annexure.
18
SECTION VII
GENERAL CONDITIONS OF CONTRACT
1. APPLICATION
The terms & conditions of this Section will supplement the Instructions to the Bidders, and
wherever there is a conflict, the provisions herein shall prevail over those in Section VI.
2. COMPLIANCE WITH LAWS AND REGULATION
During the performance of the works the contractor shall at his own cost and initiative fully
comply with all applicable laws of the land and with any and all applicable bye-laws, rules,
regulations and orders and any other provisions having the force of law made or promulgated
or deemed to be made or promulgated by the Government, Governmental agency or CVC,
municipal boards, RTA/RTOs, other regulatory or authorized body or persons and shall
provide all certificates of compliance therewith as may be required by such applicable laws,
By-laws, Rules, Regulations, orders and / or provisions. The contractor shall assume full
responsibility for the payment of all contributions and pay rolls taxes, as to its employees,
servants or agents engaged in the performance of the work specified in the contractor
documents. The contractor shall comply with all notices required by any statute, statutory
instruments, rule or order or any regulation or by a law applicable to the work and shall pay
all the fees and charges in respect of the works legally recoverable from him. Any assignee to
share any portion of the work to be performed shall comply with the provisions of the Clause
and in this connection the contractor agrees as to undertake to save and hold the CVC,
harmless and indemnified from and against and all penalties, actions suits, losses and
damages, claims and demands and costs (inclusive between attorney and client) charges and
expenses whatsoever arising out or occasioned, indirectly or directly, by failure of the
contractor or any assignee or sub-contractor to make full and proper compliance with the said
by-laws, rules, regulations, laws and order and provisions as aforesaid.
3. STANDARD / QUALITY OF WORK
The work carried out under this contract shall conform to the standards and specifications
prescribed in Section VIII.
4. INDEMNITIES
The Contractor shall at all times hold the CVC harmless and indemnify from against all
actions, suits, proceedings, works, cost, damages, charges, claims and demands of every
nature and description brought or procured against the CVC, its officers, and officials and
forthwith upon protest or demur to pay to the Department any and all losses and damages and
cost (inclusive between attorney and client) and all costs incurred in endorsing this or any
other indemnity or security which the CVC may now or at any time have relative to the work
19
or the Contractor’s obligations or in protecting or endorsing its right in any suit or other legal
proceedings, charges and expenses and liabilities resulting from or incidental or in connection
with injury, disease or disablement to or death of any person(s) including employees of the
Contractor or damage to property resulting from or arising out of or in any way connected
with or incidental to the operations caused by the contract documents. In addition the
Contractor shall reimburse the CVC or pay to the CVC forthwith on demand without protest
or demur all costs, charges and expenses and losses and damages otherwise incurred by it in
consequence of any claims, demands and actions which may be brought against the CVC
arising out of or incidental to or in connection with the operation covered by the contract
(with any act(s) or commission) of the Contractor, his agents, employees, assignee. The
Contractor shall at his own cost at the CVC’s request defend any suit or other proceeding
asserting a claim covered by this indemnity, but shall not settle, compound or compromise
such suit or other finding without first consulting the CVC. Whenever any claim, against the
Contractor for the payment of a sum or money arises out of or under the contract, Competent
Authority shall be entitled to recover such sum by appropriating in-part or whole, the security
deposit (Performance Security) of the Contractor. In the event of the security being
insufficient the balance or the total sum recoverable as the case may be, shall be deducted
from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other contract with CVC. If this sum be not sufficient to cover the full
amount recoverable, the Contractor shall pay to Competent Authority on demand the balance
remaining due. The provision shall also apply to the assignee as the case may be.
5. PERFORMANCE SECURITY / SECURITY DEPOSIT
Bid security / Earnest Money deposited at the time of submission of the tender, will be
converted into Security Deposit on the acceptance of the tender. The successful bidder will
have to deposit a Performance Security Deposit of 10% of the contract value (rounded off
to next higher multiple of 10 including BID Security /EMD) at the time of signing of
agreement within 7 working days of the issue of the letter of intent. In case the performance
security in the form of PBG is paid for the full 10% of the contract value, the EMD/Bid
Security shall be returned. The performance security shall remain valid for a period of 180
days beyond the date of completion of all the contractual obligations of the supplier (18
months from Date of Agreement). In case of extension of the period of tender, the validity of
performance security shall be further extended for the period asked for by CVC. Security
Deposit shall not bear any interest for any period whatsoever, and therefore, Interest shall
not be payable by the CVC on the Security Deposit or on amounts payable to the Contractor
under the contract. Security Deposit/PBG will be refundable only after full settlement of
final bill for the works contracted/executed under the contract.
20
6. PAYMENTS
Payments shall be made monthly on submission of bills as prescribed in Section VIII of the
document.
7. DURATION OF THE CONTRACT
The contract will be initially valid for period of Three years extendable for a further period
of one year on mutual consent based on the performance. The rate of contract will be at the
same rate without any escalation.
8. TAXES AND DUTIES
Contractor shall pay all levies, fees, royalties, taxes and duties payable or arising from out
of, by virtue of or in connection with and/or incidental to the Contract or any of the
obligations of the parties in terms of the Contract Documents and/or in respect of the works or
operation(s) or any part thereof to be performed by the Contractor and the Contractor shall
indemnify and keep indemnified the CVC from the against the same or any default by the
Contractor in the payment thereof. The rates quoted by the contractor shall be deemed to be
inclusive of all taxes and duties and nothing extra shall be paid on this account except as
provided in clause 6(b) and 6(f) of Section – VIII.
9. SUB-CONTRACT
The Contractor shall not assign, sub-contract or sublet the whole or any part of the work
covered by the contract. Subject to Clause 12, If Contractor without written approval of
Competent Authority, assign his contract, or attempt to do so, or become insolvent or
commence any insolvency proceedings, the Secretary, CVC shall have power to adopt any of
the courses specified in Clause-(10) or Clause-(11) as deem fit in the interest of CVC and in
the event of any of these courses being adopted the consequences specified in the said Clause-
(10) or Clause- (11) shall ensue.
10. BREACH OF CONTRACT
Any breach of contract by one party to it gives the other party an immediate cause of action
and a right to damages compensation for loss following from the breach of contract. A breach
occurs where a party to the contract repudiates or fails to perform one or more of the
obligations imposed upon him by the contract. The failure to perform may take place when
the time for performance has arrived or even before that thus, the “Breach of Contract”
mentioned above covers (s) the Anticipatory Breach and (b) the Present Breach.
21
11. CANCELLATION/TERMINATION OF CONTRACT OR PART THEREOF
The competent Authority may, at any time, at his option cancel and terminate this contract by
prior written notice of one month stating reasons for such cancellation or termination to the
Contractor, in which event the Contractor shall be entitled to payment for the work done up to
the time of such cancellation. The Competent Authority may, at its option, cancel or omit the
execution of one or more items of work under this contract, and any part of such item(s)
without any compensation whatsoever to the Contractor by giving due notice in writing
stating reasons therefore. If at any time after the commencement of the work the Competent
Authority shall for any reason whatsoever not require the whole work or part thereof as
specified in the tender to be carried out, the Competent Authority shall give notice in writing
of the fact to the Contractor who shall have no claim to any payment of compensation
whatsoever on account of any profit or advantage which he might have derived from the
execution of the work in full but which he did not derive in consequence of the full amount of
the work not having been carried out.
12. INSOLVENCY OR DEATH OF CONTRACTOR
In the event of the Contractor being adjudged insolvent or going voluntarily into liquidation
or having received order or other order under Insolvency act made against him or, in the name
of a Company or, the passing of any resolution, or making of any order for winding up
whether voluntarily or otherwise, or in the event of the Contractor failing to comply with any
of the conditions herein specified, Secretary CVC shall have the power to terminate the
contract without previous notice. Contractor’s heirs/representatives shall not, have the right to
continue to perform the duties or engagements of the Contractor or under the contract encase
of his death without the consent in writing of the Secretary CVC. In the event of the
Contractor, with such consent aforesaid, transferring his business, and in the event of the
Contractor being a company and being wound up any time during the period of this contract
for the purpose and with the object of transferring its business to any persons or a company,
the contractor shall make it one of the terms and stipulations of the contract for the transfer of
this properties and business, that such other person or company, shall continue to perform the
duties or engagements of the Contractor under this contract and be subject to his liabilities
there under. Proof of Death and other relevant documents to this effect shall be submitted to
CVC, in writing. Without prejudice to any of the rights or remedies under this contract, if the
Contractor dies, CVC shall have the option of terminating the contract without compensation
to the Contractor, which does not amount to Breach of the contract.
13. DELAY OR SHORTCOMINGS IN CONTRACTOR’s PERFORMANCE
Deficiencies/shortcomings in the execution of contracted work when pointed out should be
rectified immediately to the satisfaction of the CVC and even after proper notice of such
occurrences if the deficiencies are not rectified penalty will be levied by the Competent
22
Authority. The quantum of penalty will be decided by Competent Authority and his decision
will be final. If the deficiencies continue to persist even after issue of two written notices, the
contract will be closed and the contractor will be black-listed.
14. FORCE MAJEURE
If any time, during the continuance of this contract, the performance in whole or in part by
either party or any obligation under this contract shall be prevented or delayed by reason of
any War, or Hostility, Acts of the public enemy, Civil commotion, Sabotage, Fires, Floods,
Explosions, Epidemics, Quarantine Restrictions, Strikes, Lockouts or Act of God (hereinafter
referred to as events) provided notice of happening of any such eventuality is given by either
party to the other within 21 days from the date of occurrence thereof, neither party shall be
reason of such claim for damage against the other in respect of such non-performance or
delay in performance, and deliveries under the contract shall be resumed as soon as
practicable after such event may come to an end or cease to exist, and the decision of the
CVC as to whether the works have been so resumed or not shall be final and conclusive,
provided further that if the performance, in whole or part of any obligation under this contract
is prevented delayed by reason of any such event for a period exceeding 60 days either party
may, at his option, terminate the contract.
15. DISPUTES AND ABRITRATION
In the event of any question, dispute or difference arising under this agreement or in
connection therewith (except as to matter the decision of which in specifically provided under
this agreement) the same shall be referred to sole arbitrator appointed by the Secretary, CVC.
The agreement to appoint an Arbitrator will be in accordance with the Arbitration and
Conciliation Act, 2015. There will be no objection to any such appointment that the arbitrator
is a CVC employee or that he has to deal with the matter to which the agreement related or
that in the course of this duties as CVC employee he has expressed views on all or any of the
matter under dispute. The award of the arbitrator shall be final and binding on the parties.
16. SET OFF
Any sum of money due and payable to the contractor under this contract may be appropriated
by the CVC or any other person(s) contracting through CVC and set off the same against any
claim of the CVC or such other person or person(s) for payment of a sum of money arising
out of this contract or under any other contract made by the contractor with the CVC or such
other persons(S) contracting through CVC.
17. LEGAL JURISDICTION
Dispute if any arising even after arbitration shall “only” be referred to a judicial court situated
at Delhi.
23
SECTION VIII
SCHEDULE OF WORK & SPECIAL CONDITIONS OF CONTRACT 1. The number of Taxis required are as detailed below:
Item
No
Description of
Services
Vehicles
Category/Models
Type of
vehicle
Qty Rate Usage Area
1 Hiring of Taxi
on monthly rate
(A) Maruti Suzuki
Ciaz/SX4 (Make of
after 01-01-2017)
AC
8
Per month
rate for 6
days a week
for 300Hrs
and 2400
Kms
Delhi&
NCR
(B) Tata Indicia,
Maruti Suzuki wagon
R , Hyundai Santro
AC
1
-do-
(C) Tata Indica,
Maruti Suzuki Wagon
R , Hundai Santro or
similar model (make
of after 01.01.2017)
Non-AC 1 -do-
2 Hiring of Taxis
on Call
basis/Daily rate
For A above Vehicles
i) Upto 40 KM & 4
Hours.
ii)Upto 80 KM & 8
Hours and
iii) Upto 100 KM &
10 hours.
AC 1 Rate Per day
For B aboveVehicles
i) Upto 40 KM & 4
hours per day,
ii) Upto 80 KM & 8
Hours per day and
iii) Upto 100 KM &
10 hours per day
AC 1 Rate Per day
For C above Vehicles
i) Upto 40 KM & 4
hours per day,
ii) Upto 80 KM & 8
Hours per day and
iii) Upto 100 KM
Non AC 1 Per day
24
CVC reserves the right to reduce or increase the quantity during the period of contract, as per
the administrative requirements of the office and as per the approved rates. The contractor
shall supply the required quantity as per the work order.
The minimum contracted KM per month is 2400 km. Unused Kilometers or shortage in the
contractual 2400 Km per month per vehicle in any particular month shall be adjusted in
following ways:
a) With the running extra Km of another vehicle beyond 2400 Km in current month (of
similar type of vehicle i.e., non AC with non AC and AC with AC)
b) A certificate to this effect is to be given with the body of bill while submitting claim for
payment.
2. TAXIS
a. The vehicle provided by the contractor must be in excellent condition, not older than
two years and must have proper and complete documents, which should be shown to
the user if asked for. The vehicle shall be in excellent condition both on the exterior
and interiors, low noise and vibration, exhaust meeting the pollution limits prescribed
by GoI and other statutory provisions. If the vehicle do not meet the standards
prescribed, the same shall be rejected, in which case, the contractor shall replace with
a vehicle meeting the specifications the next day. No payments shall be made on
account of cars so rejected.
b. Taxis to be provided by the Contractor should be in perfectly sound working
condition and suitable for use by Senior Officers.
c. The transporters shall deploy Taxis exclusively for the Commission only during the
validity of the contract.
d. The duty point of the vehicle starts either at the office or the place where the
controlling officer requires the vehicle; likewise the duty ends at office or the location
where the controlling officer releases the vehicle on completion of the work.
e. TIMING:
Taxis on regular basis: The service w.r.t. the Taxis on regular basis shall normally
be for 10 hours from 09:00 hrs to 19:00 hrs on 6 days a week from Monday to
Saturday. However the timings and days may vary depending on the requirements. As
and when the need arises, the services may also be availed on Sundays and on the
days of Public Holidays also, with prior notice of six hours at no extra cost.
Taxis on call basis: The service w.r.t. the vehicle on call basis shall be provided
a) Upto 40 KM & 4 Hours per day, b) Upto 80 KM & 8 Hours per day and c) Upto
100 KM & 10 hours per day.
25
f. The Taxis being sent by the contractor will be regularly inspected by the officer
nominated for the purpose and in case of non-compliance of any of the conditions or in
the event of any mechanical failure/breakdown of vehicle after it’s reporting for duty, the
contractor shall arrange for replacement by another Commercial Vehicle within one
hour, otherwise a penalty up to Rs. 500/- per case shall be imposed on the contractor.
g. The Taxis registered under Taxi Quota only should be provided.
h. The Taxis shall meet all the necessary compliance of statutory requirements like
pollution, emission, noise etc.
i. The vehicle provided must have all relevant documents like registration
certificate/driving license/insurance/road tax receipt/permit fee/passenger tax/border
tax/toll tax/change of ownership if applicable etc. The driver should be duty licensed and
shall conform to all Government Rules and Regulations being in force from time to time.
j. Bidders should supply commercial Taxis of the type as per specifications, registered in
their names or in the names of the firms or leased from a third party.
k. In the event of the award of the tender & prior to execution of the contract, the contractor
shall be required to submit copies of the Registration Certificate & Comprehensive
Insurance Policies of the Taxis being offered for hire & particulars with photograph of
the drivers dedicated to each vehicle. He shall also be required to produce the Taxis in
the office of the undersigned for the physical verification/inspection and approval.
l. The contractor shall pay any compensation arising out of any injury on death of any Staff
& Guests while travelling in vehicle, wherever it is required and the contractor shall
insure (comprehensive insurance for ‘T’ board) the vehicle covering all terms.
m. The contractor should provide first aid facilities in the vehicle.
n. Comprehensive insurance and permit should be up to date and shall be renewed when it
falls due.
3. CONTRACTOR
a. Contractor shall in no case lease/transfer/sublet the contract under this tender.
b. The contractor shall intimate his Mobile no., correspondence address, fax no., Telephone
no. and email address for proper communication.
c. Unsatisfactory or unprofessional behaviour shall result in termination of the contract.
Non-adherence to the quality of service and terms and conditions mentioned herein shall
result in termination of the contract immediately, with forfeiture of performance
guarantee.
d. Contractor shall keep this office indemnified against all actions losses, damages,
expenses and claims whatsoever arising thereof between him and his personals.
e. Contractor shall be solely responsible for payment of wages/salaries other benefits and
allowances to his personnel that might become applicable under any Act or Order of the
26
Govt. This office shall have no liability whatsoever in this regard and
the Contractor shall indemnify this office against any/all claims, which may arise under
the provisions of various Acts, Government Orders etc.
f. Contractor shall be fully responsible for theft, burglary, fire, accidents, traffic rule
violations or any other harmful deeds by his staff and legal consequences.
g. The contractor shall be fully responsible for any loss or damage to the vehicle and
also liable to pay full compensation for any injury or any other loss to passengers.
h. The contract can be distributed among two or more parties at the sole discretion of
competent authority. In case of termination of contract with one party, competent
authority is at liberty to allot the work to a suitable agency on the same terms and
conditions and on same rates.
i. Dedicated Taxis & Drivers must be provided & change will be allowed only in
exceptional circumstances with approval of the Commission. In case of change of
vehicle, prior approval of the officers concerned should be taken. The replacing
vehicle should be of same/better configuration than initially deployed. The vehicle
must be available at any time of any day as desired by the Officer concerned.
j. The contractor must reimburse all the expenditure incurred on travelling by the
officer due to failure in providing the vehicle on the same day. The contractor shall
also give in writing the reasons for making the reimbursement specifying the date and
time and name of the officer. Failing to do so may result in action including penalty
as deemed fit.
k. Police verification for deployed staff shall be ensured by contractor.
4. DRIVERS
a. The contractor shall provide qualified, experienced, licensed and well-behaved
drivers having knowledge of different routes and valid driving license and also should
have proper uniforms and name badge.
b. The drivers should be equipped with working Mobile phone.
c. No extra charges will be given for lunch/tea of the driver.
d. Drivers of each vehicle requisitioned by this office will report to the respective
officers to which the Taxis are allotted.
e. Within office premises, the driver shall not leave the office without permission and
shall not do any private work other than the normal duties. If the driver is found to be
absent from the office, it will be taken as non- availability of the vehicle and suitable
penalties can be imposed.
f. The driver will do the maintenance work, re-fuelling etc. on weekends in advance.
Doing such jobs during duty shall attract a penalty amounting to the deduction of the
whole day’s payment on per case basis.
27
g. The driver must be punctual and arrive on specified time at specified location.
Substantial and repeated delays shall attract a penalty amounting to the deduction of
the whole day’s payment on per case basis.
h. Drivers must not go on leave without informing the officer and contractor well in
advance and it will be the responsibility of the contractor to provide a substitute
immediately. Violations shall attract a penalty amounting to the deduction of the
whole day’s payment on per case basis.
i. The personnel engaged by the Contractor are subject to security check by the Security
Staff at any time.
j. The drivers may be asked to do overtime and may be called on holidays/weekends
and on odd times depending on the necessity and he should be prepared for such
events. It will be the contractor’s responsibility to provide a substitute immediately, if
the driver refuses or is unable to do so. Violations shall attract a penalty amounting to
the deduction of the whole day’s payment on per case basis.
k. Attested copy of driver’s driving licenses should be submitted during the contractual
period.
5. METER READING
a. Meter reading will start/close from point of pickup to the point of drop. Extra 5 Km
or the distance from garage to pick up/drop point, whichever is less shall be added as
distance to the garage. Minimum fixed Km shall be 2400 km per month. If the vehicle
is not called on any day due to any reasons, the total kms for that day will be treated
as 0 (Zero).
b. The driver/contractor shall maintain the log book/trip sheet as per Performa approved
by CVC for every trip/requisition separately. The log book / trip sheet should be got
signed from the user which would indicate the opening and the closing meter reading
with time and date at the garage and at the point of starting/ending the journey by the
user. It should be ensured that there is no overwriting in the log book. In no case, log
book/trip sheet without authorised signature will be accepted in support of the bill for
payment.
c. Competent authority reserves the right to get the meter calibrated or checked at any
time at its sole discretion and in the event of any error /fault in the meter being
noticed, the bill for the journey undertaken (including those undertaken earlier) would
be adjusted, besides any other penal action as decided by the competent authority,
which may even lead to termination of the contract.
d. The bills shall be checked with the log book and if any discrepancies are found, the
payment of the bill shall be cancelled and the contract shall be terminated with
encashment of the security deposit.
28
6. PAYMENTS
a. The contractor shall submit the bills monthly in triplicate on serially machine
numbered printed forms only by 5th of the following month, to the concerned officer
in charge along with certified log sheets for the distance covering for processing
payment.
b. Service tax should be shown separately in the bill, which shall be paid by CVC. The
service tax should be reimbursed periodically. The service tax claimed in each bill
should be consolidated and submitted along with proof of payment of service tax.
Necessary deductions towards income tax and surcharge and any other tax levied by
state /central Government/Local administration shall be made from the bills at the
time of payment as per rule in existence at that time. The payment will be made
through crossed cheque or e-payment for which the contractor has to execute a
mandate form.
c. No advance payment shall be made under any circumstances.
d. In case where the cars fitted with AC system are supplied against requisition of non
AC cars, the Department will not utilize the AC system. Accordingly ordinary
charges will be paid.
e. The maintenance cost, charges of petrol, road tax, permit fee, passenger tax, border
tax, challans, salary of the driver, the overtime of driver etc. are the responsibility of
the contractor for which no payment shall be made by this office.
f. Parking charges, Inter-state/Entry tax and toll tax shall be paid extra as per actual on
production of documentary evidence.
g. In case of breakdown/servicing /repair, the contractor shall provide alternate vehicle
of same or upgraded Make and Model failing which vehicle shall be hired from any
other source (s) at the risk and cost of the contractor.
h. In case of absence/non performing of work, pro-rata deductions with suitable penalty
will be made in the bills.