MAHA-METRO Tender No. P1ADM-08/2021
Page 1 of 83
MAHARASHTRA METRO RAIL CORPORATION LIMITED
(PUNE METRO RAIL PROJECT)
BID DOCUMENTS
FOR
Hiring of vehicles (Taxies) for Officials of Maharashtra Metro Rail Corporation Limited (Pune
Metro Rail Project)
March-2021
Maharashtra Metro Rail Corporation Limited
101, The Orion,
Opposite Don Bosco Youth Centre,
Koregaon Park, Pune- 411001
E-mail: tenders.pmrp@mahametro.org
Website: www.punemetrorail.org
Telephone: 020-26051074
TENDER NO.
P1ADM-08/2021
MAHA-METRO Tender No. P1ADM-08/2021
Page 2 of 83
TABLE OF CONTENTS
SL. NO.
SECTION
DESCRIPTION
1.
Section-1
Notice Inviting Tender (NIT)
2.
Section-2
Instruction to Bidder(ITB)
3.
Annexure-2A
Bid Data Sheet
4.
Annexure-2B
Toolkit for using E-Tender Portal
5.
Section-3
Eligibility & Evaluation Criteria
6.
Section-4
Scope of Work
7.
Section-5
Condition of Contract
8.
Annexure-5A
Corrupt & fraudulent Practice Policy
9.
Section-6
Bidding & Contract Forms
10.
Section-7
List of Document to be enclosed
11.
Section-8
Financial Bid
MAHA-METRO Tender No. P1ADM-08/2021
Page 3 of 83
SECTION-I
NOTICE INVITING TENDER (NIT)
Tender Notice No. P1ADM-08/2019 Date: 27 March 2021
Name of Work: -Hiring of vehicles (Taxies) for Officials of Maharashtra Metro Rail Corporation
Limited (Pune Metro Rail Project)
KEYDETAILS: -
Completion Period
12 (Twelve) Calendar Months (Reckoned from the 7
th
Day from date
of issue of LOA)
Documents on sale
Documents can be downloaded from 16.00 hr on 27-03 -2021 to
16.00 HINR on 16-04-2021 from Maha-Metro’s Web Site.
Cost of documents
INR 10,000.00/+ GST 18% Total INR 11,800.00 (INR Eleven Thousand
Eight Hundred Rupees only) - non-refundable (inclusive applicable
taxes) payable through e-payment by UPI/NEFT/RTGS as per
procedure given in Annexure-2B
Last date of submission of
queries in writing through e-
mail from the bidder
Up to 16.00 Hrs. 08-04-2021 through e-mail on ID:
Tender Security
EXEMPTED AGAINST DECLARATION (FORM B-10)
As per Circular No. F.9./4/2020-PPD Government of India, Ministry of
Finance, Department of Expenditure dated 12 Nov 2020
Date & Time of submission of
Tender
Online submission up till 16.00 Hrs. on 16-04-2021 on Maha-Metro’s
e-tender portal.
Date & Time of Opening of
Technical bid
On 16-04-2021 at 16:30 Hours at 101, The Orion, Opposite Don
Bosco Youth Centre, Koregaon Park, Pune- 411001.
1. Sale of document, e-payment procedure, submission and other details are available on Maha-
Metro tender portal under section in e- tendershttps://mahametrorail.etenders.in
2. To view this tender notice, interested Agencies may visit the Pune-Metro website
www.punemetrorail.org”
3. The bidder shall bear all costs associated with the preparation and submission of the bid. Maha-
Metro, will in no case, be responsible or liable for these costs, regardless of the conduct or outcome
of the bidding process.
Executive Director
(Procurement & Contract),
Maharashtra Metro Rail Corporation Limited
MAHA-METRO Tender No. P1ADM-08/2021
Page 4 of 83
SECTION -2
INSTRUCTION TO BIDDER
GENERAL INSTRUCTIONS:
2.1 Maharashtra Metro Rail Corporation Ltd. requires the services of a well-established reputed,
experienced & registered firm/company/agency for providing “Services of Vehicle on hire
basis” for the officials of MAHA-METRO.
2.2 E-tenders are invited from the agencies in single stage two bid systems, for Hiring of
Vehicles (Taxies) for Officials of Maharashtra Metro Rail Corporation Limited (Pune Metro
Rail Project). MAHA-METRO, here-in after is called “the Employer” for the Work in accordance
with this Tender package.
2.3 The intending bidders must read the terms and conditions carefully and should only submit
his/her tender if he/she considers himself/herself eligible and he/she is in possession of all the
documents required. All bidding process and submission of bid shall be through online and no
physical document is required to be submitted by the bidders
2.4 The complete Tender Document can only be obtained online after registration of tender on
the website https://mahametrorail.etenders.in For further information in this regard bidders
are advised to visit the above mentioned website.
2.5 The bid shall be processed & submitted through E-Tender portal of MAHA-METRO which URL
is https://mahametrorail.etenders.in
2.6 The contract for the proposed work shall continue for a period of 12 (Twelve) Calendar
Months (Reckoned from the 7
th
Day from date of issue of LOA) The period of the contract
may be further extended after completion of contract period on same Terms & Condition of
original Contract Agreement, as per discretion of MAHA-METRO and if agreed by the successful
bidder.
2.7 Past experience and satisfactory performance of similar work done during the last 02 years
(preceding years reckoned from Date of NIT) for the Departments of the Government of India/
Any State Government /Statutory Bodies/Autonomous Govt. Institutions/Govt.
Universities/Public Sector Banks or Local Govt. Bodies /Municipalities/ PSUs/ Reputed Private
MAHA-METRO Tender No. P1ADM-08/2021
Page 5 of 83
Companies (Listed in BSE or NSE). An experience certificate of such organizations must be
enclosed with the offer of the bidder). The reputation /track record and experience of the
bidder may be verified by MAHA-METRO. The detailed eligibility & Evaluation criteria have
been mentioned in Section-3 Eligibility & Evaluation Criteria.
2.8 The Service Provider shall submit an affidavit stating that the firm/ company is not / has not
been black listed by Central/State Government/ any PSUs /Statutory Authority/Govt. Local
Body/ World Bank etc. during last 02 years and such blacklisting is not effective on the date of
bid submission.
2.9 Validity of tenders shall be for a period of 60 days from the date of submission of Tenders
2.10 MAHA-METRO reserves the right to cancel the bid process at any stage, accept or reject
any or all proposals without assigning any reasons. The bidder shall not have any claim,
whatsoever, against MAHA-METRO for rejection of his proposal. No claims towards the cost
of bid document and expenses towards the preparation & submission of bid shall be
admissible in above circumstances.
2.11 Furnishing of any false information, false & forged experience certificate / documents with
the bid, by bidders, which fails authenticity verification by MAHA-METRO, shall lead to
disqualification from this tender process and any future tender of MAHA-METRO. Contract
shall be terminated even after award of the contract, including forfeiture of Performance
Guarantee.
2.12 At any time, prior to the date of submission of bids, MAHA-METRO may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
Bidder, may modify/ amend the tender documents by issuing in Corrigendum. Such
amendments shall be notified by uploading at E-tender portal of MAHA-METRO. It is
responsibility of bidder to visit the e-tender portal frequently to get updated modifications till
completion of the process. Any such amendments shall be part of bid document/agreement
and amendments will be binding on bidders.
2.13 All submitted enclosures / documents by bidders must be numbered & the first page
should be the Index of enclosure / documents clearly mentioning the name of the document
& its page number. This index shall be uploaded as the first file in the technical section of E-
MAHA-METRO Tender No. P1ADM-08/2021
Page 6 of 83
tender portal along with other enclosures as described in Annexure 2A- Bid Data Sheet and
Section-3 Eligibility & Evaluation Criteria.
2.14 Other information pertaining to the bidding process and ITB is provided in Annexure 2A-
Bid Data Sheet which is also part of Section 2-ITB.
2.15 Bidders are requested to use various formats provided in Section-6: Bidding Form &
Contract Form to furnish various information& necessary statutory / legal documents
required to be submitted with the bid.
MAHA-METRO Tender No. P1ADM-08/2021
Page 7 of 83
ANNEXURE-2A. BID DATA SHEET
A. INTRODUCTION
1.
The following terms, if used anywhere in the Bidding Documents shall have the
meaning and interpretations as under:
i. ‘Tender(s)’ and ‘Bid(s)’ are synonymous
ii. ‘Tenderer(s)’ and ‘Bidder(s)’ are synonymous
iii. ‘Employer’s Requirements’ and ‘Work Requirements’ and Scope of the work are
synonymous
iv. Affiliate(s)means an individual or an entity that directly or indirectly controls,
is controlled by, or is under common control with the Contractor.
v. Applicable lawmeans the laws and any other instruments having the force of
law in the Client’s country, or in such other country as may be specified in the
Data Sheet, as they may be issued and in force from time to time.
vi. “Bidder” or “Tenderer” means “Contractor” who is intended to participate in
submission of RFP for this work.
vii. “Base Date” 28 days prior to the date of last date of submission of Bid
viii. Clientmeans the implementing agency that signs the Contract for the Services
with the selected Contractor i.e. Maharashtra Metro Rail Corporation Limited
ix. Contractor/ “Service Provider” means a legally-established professional firm
or an entity that may provide or provides the Services to the Client after
entering in to Contract with client.
x. Consultant means a legally-established professional consulting firm or an
entity that may provide or provides the Services to the Client under the
Contract.
xi. “COD / ROD” Commercial/ Revenue operation Date
xii. Contract means a legally binding written agreement signed between the
Client and the Contractor. It includes all the attached documents listed in its
Clause 1 (the General Conditions of Contract (GCC), the Special Conditions of
Contract (SCC), and the Appendices).
MAHA-METRO Tender No. P1ADM-08/2021
Page 8 of 83
xiii. Data Sheetmeans an integral part of the Instructions to Contractors (ITC)
Section-2 that is used to reflect specific country and assignment conditions to
supplement, but not to over-write, the provisions of the ITC.
xiv. Day” means a calendar day of English Calendar.
xv. Experts means, collectively, Key Experts, Non-Key Experts, or any other
personnel of the Contractor, Sub-Contractor or Joint Venture member(s).
xvi. Government” means the government of the Client’s country.
xvii. Joint Venture (JV)means an association with or without a legal personality
distinct from that of its members, of more than one Contractor where one
member has the authority to conduct all business for and on behalf of any and
all the members of the JV, and where the members of the JV are jointly and
severally liable to the Client for the performance of the Contract. (NOT
APPLICABLE)
xviii. Key Expert(s) means an individual professional whose skills, qualifications,
knowledge and experience are critical to the performance of the Services under
the Contract and whose CV is considered in the technical evaluation of the
Contractor’s proposal.
xix. ITC (this Section 1 of the RFP) means the Instructions to Contractors that
provide the shortlisted Contractors with all information they need to prepare
their Proposals.
xx. LOI”/LOA: means the Letter of Intent / Letter of Award being sent by the Client
to the finally selected Contractors
xxi. Non-Key Expert(s) means an individual professional provided by the
Contractor or its Sub-Contractor and who is assigned to perform the Services or
any part thereof under the Contract and whose CVs are not evaluated
individually.
xxii. Proposal means the Technical Proposal and the Financial Proposal of the
Contractor.
MAHA-METRO Tender No. P1ADM-08/2021
Page 9 of 83
xxiii. RFPmeans the Request for Proposals to be prepared by the Client for the
selection of Contractors, based on the SRFP.
xxiv. Servicesmeans the work to be performed by the Contractor pursuant to the
Contract Agreement.
xxv. Sub-Contractor/ Sub-Consultant means an entity to whom the Contractor
intends to subcontract any part of the Services while remaining responsible to
the Client during the performance of the Contract.
xxvi. “Service provider” means, the successful bidder legally binds under Contract
Agreement for providing the proposed services.
xxvii. SRFPmeans the Standard Request for Proposals, which may be used by the
Client as the basis for the preparation of the RFP.
xxviii. TORs/ Scope of the work means the Terms of Reference that explain the
objectives, scope of work, activities, and tasks to be performed, respective
responsibilities of the Client and the Contractor, and expected results and
deliverables of the assignment.
2.
Name of the work: Hiring of vehicles (Taxies) for Officials of Maharashtra Metro Rail
Corporation Limited (Pune Metro Rail Project)
3.
National Competitive Bid (NCB)
The number of the Invitation for Bids is: P1ADM-08/2021
4.
The language of the bid is: English
All correspondence/ exchange shall be in the English language.
Language for translation of supporting documents and printed literature is English
certified by a licensee translator.
5.
The bid validity period shall be 60 days from the closing date of online submission of
bid on E-Tender Portal of Maha Metro.
6.
The accepted and awarded bid price shall not be adjusted /modified /varied in event
of delay of award or under any change in market condition thereafter.
7.
The currency of the Bid & bill of work done shall be Indian National Rupees (INR)
8.
The Employer is: Maharashtra Metro Rail Corporation Ltd. (MAHA-METRO)
MAHA-METRO Tender No. P1ADM-08/2021
Page 10 of 83
9.
The successful Bidder has to establish its Office at Pune if it does not have at present.
The cost and expenses for setting up the said office(s) will be deemed to have been
included in the Bill of Quantities and no separate / extra / additional payment will be
made on this account.
10.
Source of Fund for the project:
The name of the Employer is: Maharashtra Metro Rail Corporation Ltd.
Funding for the proposed work: Equity of GoI and GoM
Name of the project: Pune Metro Rail Project.
11.
Maximum number of members in the JV/Consortium shall be: - No JV/Consortium is
permitted in this bid
12.
This Bidding Process is in single stage two-packet system through e-tender portal of
MAHA-METRO& open to all eligible bidders as per qualification criteria mentioned
under Section-3. Unless otherwise approved by the Employer, the Bids for this
Contract will be considered only from those companies / firm, that pass the Eligibility
Criteria under Section -3 based on submissions with the Bid.
13.
The bid shall be evaluated as per criteria described in Section-3
14.
The bidders must not have been banned or blacklisted or debarred or in exclusion list
by any Central / State government department/PSU/Local Govt. Body, as on the date
of Bid submission. The Bidder should submit undertaking to this effect.
Simultaneously the bidder should not be listed in exclusion list of World Bank. The
Bidder should submit undertaking to this effect.
15.
(a) Every Bidder is required to sign the bid by authorized signatory, inter alia, to
sign and submit the Bid. (Where ever physical signature is required)
(b) In case the bidder is proprietorship firm the owner of the bidding firm /
company may sign all the documents himself along with an Undertaking
stating that it is proprietorship firm and signatory is the owner of the firm.
(c) The bidding entity (Proprietorship, Partnership, Private Limited, Public
Limited, PSU, as the case may be) may sign the bid through a legal Power of
Attorney (POA) duly signed and stamped, authorizing an individual as its
authorized signatory, inter alia, to sign and submit the Bid. The formats of the
Power of Attorney provided in Section-6: Bidding & Contract Forms.
MAHA-METRO Tender No. P1ADM-08/2021
Page 11 of 83
(d) The mode of execution of the power of attorney should be in accordance with
the procedure and the applicable law and the charter documents of Govt. Of
Maharashtra and it is so required the same should be under common seal of
executant affixed in accordance with the required procedure. This power of
attorney should be registered at appropriate statutory authority in the
jurisdiction & as per that law of the country, where the Power of Attorney is
being issued and easily verifiable.
16.
The Bidder shall submit with the Bid full details of its ownership and control, full details
of firm/company/ownership. The required information should be submitted as per
Section-7 Forms
17.
Canvassing or offer of an advantage or any other inducement by any person with a
view to influencing acceptance of a Bid will be an offence under laws of India. Such
action will result in the rejection of the Bid, in addition to other punitive measures.
18.
The bidding document consist the following:
The Bidding Documents consist of, which include all the Sections specified below, and
which should be read in conjunction with any Addenda issued in accordance with ITB 2.12.
Section -1. Notice Inviting Tender (NIT)
Section- 2. Instructions to Bidders (ITB)
Annexure-2A. Bid Data Sheet (BDS)
Annexure-2B. Tool Kit of e-tender
Section- 3. Eligibility & Evaluation Criteria
Section- 4. Scope of Work
Section-5. Condition of Contract
Annexure-5-A. Corrupt and Fraudulent Practices
Section -6. Bidding & Contract Forms
Section -7. List of Document to be attached.
Section-8 Financial Bid
MAHA-METRO Tender No. P1ADM-08/2021
Page 12 of 83
19.
Unless obtained directly by the bidder concerned from the Employer’s E-tender portal,
the Employer is not responsible for the completeness of the Bidding Documents,
responses to requests for clarification, the minutes of the pre-Bid meeting (if any), or
Addenda to the Bidding Documents. (Downloaded / Uploaded by Bidder). In case of any
contradiction, documents available / uploaded by employer on E-Tender portal of MAHA-
METRO shall prevail.
20.
Failure to comply with the requirements of the Bidding Documents and to furnish all
information required by the Bidding Documents or submission of a Bid not substantially
responsive to the Bidding Documents in every respect will be at the Bidder’s risk and may
result in rejection of its Bid.
21.
The Bidder shall not make or cause to be made any alteration, erasure or obliteration to
the text of the Bid Documents as uploaded on the E-tender portal of MAHA-METRO.
22.
The document including the Bid Documents and all annexed documents provided by
MAHA-METRO are and shall remain or becomes the property of MAHA-METRO and are
transmitted to the Bidders solely for the purpose of preparation and the submission of a
Bid in accordance herewith. The provisions of this Para shall also apply mutatis mutandis
to the Bids and all other documents submitted by the Bidders, and MAHA-METRO will
not return to the Bidders any Bid, document or any information provided along
therewith.
23.
Employer’s Address is:
MAHARASHTRA METRO RAIL CORPORATION LTD.
(Pune Metro Rail Project)
101, The Orion, Opposite Don Bosco Youth Centre, Koregaon Park, Pune- 411001
(INDIA)
E-mail address: [email protected]
Web page: www.punemetrorail.org
24.
All correspondence from MAHA-METRO pertaining to this Bid till award of the work
shall be done by the authorized representative of MAHA-METRO. The Bidders are
advised to regularly check their email ID registered with their user account at e-
tendering portal https://mahametrorail.etenders.in for any update/ addendum/
corrigendum/ any other correspondence by the Employer.
MAHA-METRO Tender No. P1ADM-08/2021
Page 13 of 83
25.
Bidder may send any queries pertaining to this tender up to 16.00 hrs, Dt.08-04-2021
by e-mail at tenders[email protected]
Any queries received after the above date & time shall not be taken in to consideration
for reply
26.
The Bidder shall, on or before the date given in NIT, submit his Bid online at
https://mahametrorail.etenders.in and follow the procedure and steps of E-Tender portal
of MAHA-METRO. Details have been given in E-Toolkit given in Annexure-2B
Cost of the bid document: INR 10,000/ + GST 18% Total Amount INR 11,800/- (Eleven
Thousand Eight Hundred Rupees Only) non-refundable (inclusive applicable taxes)
payable through e-payment by UPI/NEFT/RTGS, as per procedures given in e-tender portal
and toolkit of E-Tender-Annexure 2B
I. Technical Package: To be submitted at appropriate place i.e. Technical Section on
e-tender portal.
II. Financial Package: Financial bid form to be duly filled up directly in the Commercial
Section on e-tender portal and nowhere else.
Bidder should ensure that the none of the part of Financial Bid should be uploaded in
anywhere in the technical section, if the bidder does so then his bid will be rejected
outright.
27.
Alternative bids shall not be permitted
28.
Time of Completion: - 12 (Twelve) Calendar Months (Reckoned from the 7
th
Day from
date of issue of LOA)
29.
No discounts are allowed and also not to be quoted by the bidder in the Letter of Bid
and in the Schedules.
30.
GST, & Other Taxes (If Any) upon Service: - Applicable as per Government of India &
Govt. of Maharashtra rules & acts.
31.
The deadline for bid submission is:
Date: 16-04-2021
Time: 16:00 hrs.
MAHA-METRO Tender No. P1ADM-08/2021
Page 14 of 83
The Bidder shall, on or before the date and time given in the Notice inviting Bid or
as may have been amended from time to time, upload his Bid on e-tendering portal
https://mahametrorail.etenders.in. Bidders may refer to e-tender procedures
(Toolkit for using e-tender portal) at Annexure -2B.
The Bidders shall furnish the information strictly as per the formats given in the Bid
documents without any ambiguity. MAHA-METRO shall not be held responsible if
the failure of any Bidder to provide the information in the prescribed formats
results in a lack of clarity in the interpretation and consequent disqualification of its
Bid.
In case of support or help required during online submission or difficulty
encountered, bidder may seek any assistance, if required, regarding submission of
tender through E-Tender portal, contacting
Mr. Prashant Jadhav (Tender Support Executive): 8879976221
Mr. Sachin Hattali, (Tender Support Executive): 9167969611
Or may visit e- tenders’ portal https://mahametrorail.etenders.in.
Any queries may be submitted in writing through e-mail on mail ID:
[email protected] prior to the date & time mentioned in NIT
32.
The bid opening shall take place at office of:
MAHARASHTRA METRO RAIL CORPORATION LTD.
(Pune Metro Rail Project)
101, The Orion, Opposite Don Bosco Youth Centre, Koregaon Park, Pune-411001.
Date: 16-04-2021
Time: 16:30 hrs
The bidders have option only to submit their bids electronically, the electronic bid
opening procedure shall be as under: -
The Technical Section / Packages of Online Submitted Bids shall be opened/
downloaded by the opening committee on due date and time of Bid opening.
No minimum number of bids are required in order to proceed to bid opening. Its
discretion of MAHA-METRO to proceed or not to proceed with opening of bid in
MAHA-METRO Tender No. P1ADM-08/2021
Page 15 of 83
the event that only single bid is received. The bidder shall not have any claim or
right regarding the above.
The Bid Security (if any) will be checked and details will be read out for the
information of representative of Bidders, present at the time of opening of Bid.
Technical Section / Package of those Bidders who have not submitted Bid Security
shall not be opened. Bid which is accompanied by an unacceptable or fraudulent
Bid Security shall be considered as non compliant and rejected.
After evaluation of Technical Bid received electronically via E-Tender portal of
MAHA-METRO, the Financial/ Commercial Package/ Section of bid of technically
successful bidder shall be opened. The date & time of opening of Financial Bid shall
be communicated to Technically Successful bidder electronically (E-mail).
33.
The successful Bidder will have to deposit a Performance Security @ 3% (Three
Percent) of the awarded value of the work within 15 days of the receipt of the formal
order/LOA before the signing of contract agreement. The performance security will be
furnished in the form of Bank Guarantee of Scheduled Commercial Bank, having
business office in India and drawn in favor of “Maharashtra Metro Rail Corporation
Ltd.”. The performance security should remain valid for a period of 180 days beyond
the date of completion of all the contractual obligations and Defect Liability Period if
any. ( Performance Security reduced to 3% from 10% as per Office Memorandum issued
by the Govt. of India, Ministry of Housing & Urban Affairs vide letter no. K-
14011/03/2020-MRTS-Coord dated 18.11.2020 and Ministry of Finance Department of
expenditure and Procurement policy division, dated 12.11.2020)
MAHA-METRO Tender No. P1ADM-08/2021
Page 16 of 83
34.
E-Tender Submission
Technical Package
The Bidder shall submit/ upload (through digital signature on e-tender portal of
MAHA-METRO) in the “Technical Package” / “Technical Section”.
i. Bidder shall first download the Complete Bid Document along with all
Corrigendum/Addendum/Clarification etc. by logging in with E-Tender using
his DSC (i.e. DSC of POA/ DSC of authorized person/Owner) read & examine
the document & process carefully.
ii. For submission of Tender Document and Corrigendum, a Tick (√) submission
Process has been enabled in Technical Section of E-Tender Portal of MAHA-
METRO. Bidders have to tick (√) the corresponding checkbox provided in the
Technical Section of E-Tendering portal as a token of acceptance of these bid
documents & corrigendum / Addendums and its clauses. By clicking on the
tick (√) the bid documents & corrigendum /addendum shall automatically
attach to offer of bidder. Further bidder may proceed for submission by
clicking submit button.
iii. If the bidder has completed the submission process of his bid before due date
& time of submission and in the meantime employer issue a corrigendum, in
this circumstance the bidder has to re-submit his bid by “clicking tick (√)” to
the newly added corrigendum, in case the new corrigendum has any
implications to his already submitted bid. Bidder may, at his option, amend
his bid accordingly & re-submit it prior to final date & time of submission of
bid.
iv. Physical Sign & seal of bidder on each page of Bid Documents available
online is not required.
v. All other enclosure (Physically Signed by authorized person) as per
requirement of Bid Document, described in various sections of Bid Document
may be attached at appropriate Technical Template or “Additional
Document” section of Technical Envelope/Sectionof E-Tender Portal.
vi. Physical Sign & seal of bidder on each page of Bid Documents available online
is not required.
MAHA-METRO Tender No. P1ADM-08/2021
Page 17 of 83
vii. Scanned copy of all enclosure required as described in the Bid Document at
various place shall be uploaded in Technical Section / Technical Envelope of
E-Tender Portal.
viii. Each entity of Technical Section / Technical Envelope has a capacity to upload
a document of 10 MB.
ix. If any enclosure is more than 10 MB, it may be split by bidder to the size of
10 MB or less & proceed further for up loading in Technical Section / Technical
Envelope.
x. If the technical enclosures are more in numbers than the fixed entity of
Technical Section / Technical Envelope. Bidders have option to upload any
number of documents in “Additional Document” section of “Technical
Envelope/ Technical Section” of E-Tender Portal.
xi. No information pertaining to Financial Bid” shall be uploaded or disclosed
anywhere in “Technical Bid” Technical Section/ Technical Envelope of E-
Tender Portal.
xii. All uploaded enclosures should bear page numbers and Indexed properly.
The first file uploaded by the bidder in the technical section shall be “Index
of Enclosures”
35.
Any addendum/corrigendum/modifications as well as clarification thus issued by
MAHA-METRO prior to submission of bid shall be a part of the Tender documents and
binding upon the bidders It will be assumed that the information contained in such
amendments will have been considered by the Bidder in it tendered offer.
36.
The prices quoted and accepted will be binding on the Bidder and valid for the
contract period and further extension from the date of issue of LOA and in no case
any variations whatsoever will be considered or paid to the successful bidders
37.
Deleted
38.
The EMD shall be forfeited if: (if any)
a) Submission of false information and forged documents in support of eligibility
criteria and evaluation criteria.
b) Bidder fails to accept the Letter of Acceptance.
MAHA-METRO Tender No. P1ADM-08/2021
Page 18 of 83
c) If a Bidder withdraws its tender during the period of bid validity as specified in
the Tender
d) In case of successful bidder, if the successful bidder fails to submit the
performance guarantee in 15 days (as per Sr. No. 33) and fails to sign or refuses
to sign the contract agreement.
39.
Submission of Fake & forged document
i. If bidder furnishes false information, fake& forged experience certificate or any
documents with the bid, which fails in authenticity verification by MAHA-METRO,
shall lead to disqualification from the tender process and forfeitures of Bid
Security/EMD and termination of contract even after award of the contract,
including forfeiture of Performance Guarantee. Such bidder may be debarred
from participation in the future bid of MAHA-METRO
ii. Submission of inconsistent or misleading information, shall lead to rejection of
Bid & forfeiture of EMD / Bid Security.
40.
Tampered/ altered/ fabricated or concealed information
All submitted work certificate, documents shall be exact certified copy of original,
without any
change/alteration/correction/concealment/forging/Tampering/fabrication. Any
document pertains to bidders’ eligibility criteria or evaluation criteria or for
whatsoever stipulated anywhere in bid document, submitted by bidder with partial,
incomplete, hidden, tampered or concealed information, shall not be considered in
support of eligibility, evaluation or whatsoever mentioned in tender document.
41.
(a) Bidders may submit their queries/suggestions/alteration/assumption
through E-Mail (tenders[email protected]) only. Such queries &
suggestion shall be replied by MAHA-METRO as a Corrigendum & shall be part
of bid documents & contract agreement thereafter.
(b) Merely submitting the queries/suggestion/alteration by bidders to MAHA-
METRO shall not be understood that it is a part or replacement of clauses of
contract documents. MAHA-METRO reserve the right to accept or reject such
suggestion/alterations/queries. Any acceptance of such suggestion by MAHA-
METRO shall be published on E-Tender Portal of MAHA-METRO in form of
Corrigendum & shall be part of Contract Document & Contract Agreement
thereafter.
MAHA-METRO Tender No. P1ADM-08/2021
Page 19 of 83
(c) Bidder shall submit his bid unconditional. No change/alteration in tender
conditions/suggestion sheet/assumption/exclusion or change in any text of bid
document is allowed by bidders Bid enclosed with any of the above shall be
treated as conditional bid & such bids shall be rejected out rightly.
42.
Right to Change/ postponement /defer/cancellation/ Withdrawal of bid & bidding
procedure by MAHA-METRO.
i. MAHA-METRO (Employer) reserve the right to postpone / defer / cancel or
recall/ withdraw the entire bidding procedure at any stage without
assigning any reason. Such changes shall be notified in form of
Corrigendum published on E-Tender portal of MAHA-METRO. In this
circumstance, the bidders shall not have any claim towards the cost &
expenditure incurred by bidders for preparation of bid & bid document
cost.
ii. In event of cancellation /Discharge of bidding procedure or
withdrawal/recall of bid by MAHA-METRO, submitted EMD by bidder, as
per actual amount and in the similar form shall be returned to bidder. No
interest shall be payable to the bidder in this circumstance.
43.
The tender and contract shall be governed by Indian Contract Act 1996 and its further
amendments from time to time. Jurisdiction of Court, in case of any dispute shall be
Hon’ble High Court of Bombay, Mumbai Bench.
MAHA-METRO Tender No. P1ADM-08/2021
Page 20 of 83
ANNEXURE- 2B
(Tool Kit for using E-Tender Portal of MAHA-METRO)
TENDERING PROCEDURE
A] Tender Forms.
i. Tender Forms can be purchased from the e-Tendering Portal of MAHA-METRO,
i.e. https://mahametrorail.etenders.in after paying Tender Fees via online mode as Per
the Tender Schedule.
ii. Bidder should have valid class II/III digital signature certificates (DSC) obtain from any
certifying authorities.
iii. Bidder should install the Java and NXT Crypto service available on the Home Page of
Download section URL :-https://mahametrorail.etenders.in
B] Pre-requisites to participate in the Tenders processed by MAHA-METRO:
i. Enrolment of Contractors on Electronic Tendering System:
The Contractors interested in participating in the Tenders of MAHA-METRO processed
using the Electronic Tendering System shall be required to enroll on the Electronic
Tendering System to obtain User ID.
If the information is found to be complete, the enrolment submitted by the Vendor shall
be approved automatically.
The Contractors may obtain the necessary information on the process of enrolment either
from Helpdesk Support Team or may visit the information published under the link Help
manual and tutorials on the Home Page of the Electronic Tendering System.
ii. Obtaining a Digital Certificate:
The Bid Data that is prepared online is required to be encrypted and the hash value of the
Bid Data is required to be signed electronically using a Digital Certificate (Class - II or Class -
III). This is required to maintain the security of the Bid Data and also to establish the identity
of the Contractor transacting on the System.
The Digital Certificates are issued by an approved Certifying Authority authorized by the
Controller of Certifying Authorities of Government of India through their Authorized
Representatives upon receipt of documents required to obtain a Digital Certificate.
Bid data / information for a particular Tender may be submitted only using the Digital
Certificate which is used to encrypt the data / information and sign the hash value during
MAHA-METRO Tender No. P1ADM-08/2021
Page 21 of 83
the Tender Submission stage. In case during the process of preparing and submitting a Bid
for a particular Tender, the Contractor loses his/her Digital Signature Certificate (i.e. due
to virus attack, hardware problem, operating system problem); he / she may not be able
to submit the Bid online.
Hence, the Users are advised to store his / her Digital Certificate securely and if possible,
keep a backup at safe place under adequate security to be used in case of need.
In case of online tendering, if the Digital Certificate issued to an Authorized User of a
Partnership Firm is used for signing and submitting a bid, it will be considered equivalent
to a no objection certificate / power of attorney to that User to submit the bid on behalf
of the Partnership Firm. The Partnership Firm has to authorize a specific individual via an
authorization certificate signed by a partner of the firm (and in case the applicant is a
partner, another partner in the same form is required to authorize) to use the digital
certificate as per Indian Information Technology Act,2000.
Unless the Digital Certificate is revoked, it will be assumed to represent adequate
authority of the Authority User to bid on behalf of the Firm for the Tenders processed on
the Electronic Tender Management System of Government of Maharashtra as per Indian
Information Technology Act, 2000. The Digital Signature of this Authorized User will be
binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the
Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply
for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature
Certificate will remain the same for the new Authorized User.
The same procedure holds true for the Authorized Users in a Private / Public Limited
Company. In this case, the Authorization Certificate will have to be signed by the Director
of the Company or the Reporting Authority of the Applicant.
For information on the process of application for obtaining Digital Certificate, the
Contractors may visit the section Digital Signature Forms on the Home Page of the
Electronic Tendering System.
iii. Recommended Hardware and Internet Connectivity:
To operate on the Electronic Tendering System, the Contractors are recommended to use
Computer System with at least 1 GB of RAM and broadband connectivity with minimum
512 kbps bandwidth.
iv. Set up of Computer System for executing the operations on the
Electronic Tendering System:
MAHA-METRO Tender No. P1ADM-08/2021
Page 22 of 83
To operate on the Electronic Tendering System of MAHA-METRO, the Computer System
of the Contractors is required be set up. The Contractors are required to install Utilities
available under the section Downloads on the Home Page of the System.
The Utilities are available for download freely from the above-mentioned section. The
Contractors are requested to refer to the Help manual and Tutorials available online on
the Home Page to understand the process of setting up the System, or alternatively,
contact the Helpdesk Support Team on information / guidance on the process of setting
up the System.
C) The e-tender portal contains two section Technical Bid Submission & Financial Bid
Submission.
i. Technical Bid Section: - Technical Bid Section shall contain all Documents and
enclosures as directed in NIT, ITT and EQ. Bidder shall upload the PDF copy of such
documents in Technical Section only.
ii. Financial Bid Section: - All prices/Commercial offers/ or any information pertain to
commercial offer required by MAHA-METRO from the bidders, shall be filled/uploaded
(If directed by MAHA-METRO) in Financial Bid Section only.
iii. No information pertaining to Financial Bid section should be uploaded/disclosed in
Technical Bid Section or vice versa.
D) Steps to be followed by Contractors to participate in the e-Tenders processed by MAHA-
METRO.
i. Preparation of online Briefcase:
All Contractors enrolled on the Electronic Tendering System of MAHA-METRO are provided
with dedicated briefcase facility to store documents / files in digital format. The
Contractors can use the online briefcase to store their scanned copies of frequently used
documents / files to be submitted as a part of their bid response. The Contractors are
advised to store the relevant documents in the briefcase before starting the Tender
Submission stage.
In case, the Contractors have multiple documents under the same type (e.g. multiple Work
Completion Certificates) as mentioned above, the Contractors advised to either create a
MAHA-METRO Tender No. P1ADM-08/2021
Page 23 of 83
single .pdf file of all the documents of same type or compress the documents in a single
compressed file in .zip or. rar formats and upload the same.
Note: Uploading of documents in the briefcase does not mean that the documents are
available to MAHA-METRO at the time of Tender Opening stage unless the documents are
specifically attached to the Tender during the Tender Submission stage.
ii. Online viewing of Detailed Notice Inviting Tenders:
The Contractors can view the Detailed Tender Notice (NIT) along with the Time Schedule
(Key Dates) for all the Live Tenders released by MAHA-METRO and Eligibility Criteria (EQ)
on the home page of MAHA-METRO e-Tendering Portal on
https://mahametrorail.etenders.in under the section Online Tenders Viewing &
downloading the NIT & EQ is free of cost.
iii. Download of Tender Documents:
After going through the NIT & EQ, if bidder finds himself eligible for the bidding, he may
purchase the complete bid document via online mode by paying the cost of Tender
Document by UPI/NEFT/RTGS. After paying the cost of the document, bidder may
download the complete bid documents. The Bidders shall enclose along with the bid a
receipt towards the payment of tender documents. The payment towards cost of tender
document shall be made to the following account of PMRP, Maha-Metro:
1. Account Number: 39212708855
2. IFSC Code: SBIN0000454
3. UPI ID: ptfemd@sbi (QR code Attched as Annexure A)
It is mandatory for the bidders to attach a proof of payment towards the cost of
tender documents for the bid to be considered as responsive.
iv. Online Submission of Bid:
a. At the stage of EMD, the EMD payment may be either in the form of Cash or Bank
Guarantee or combination of both. Bidders are advised to refer the Instruction to
Tenderers
and Bid Data Sheet of the concerning Bid. For detail provision of payment of EMD, bidders
are advised to refer concerning clause of Bid Document
b. Bidder shall download the Complete Bid Document along with all
Corrigendum/Addendum/Clarification etc. by logging in with E-Tender Portal using his DSC
(i.e. DSC of POA/ Owner) & read the all tender Instruction & clauses carefully.
MAHA-METRO Tender No. P1ADM-08/2021
Page 24 of 83
c. For submission of Tender Document and Corrigendum, Tick (√) Submission Process has
been enabled in Technical section of E-Tender Portal of MAHA-METRO. Bidders have to
tick (√) the corresponding checkbox provided in the Technical Section of E-Tendering
portal as a token of acceptance of these bid documents & corrigendum / Addendums. By
clicking the tick (√) the bid documents & corrigendum /addendum shall automatically be
attached to offer of bidder. Further bidder may proceed for submission by clicking submit
button.
d. If the bidder has completed the submission process of his bid before due date of
submission and in between employer issue a corrigendum, in this circumstances the
bidder has to re-submit his bid by “clicking tick (√)” to the new added corrigendum, in
case the new corrigendum has any implications to his already submitted bid. Bidder may,
at his option, amend his bid accordingly & re-submit it.
e. Physical Sign & seal of bidder on each page of Bid Documents available online is not
required.
f. All required enclosures as per bid document shall be uploaded in “Technical Envelope” /
“Technical Section” of E-Tender portal by using DSC of bidder.
g. The “Technical Envelope” / “Technical Section” of E-Tender portal has been provided with
facilities to upload a file of maximum size of 10 MB only at each entity.
h. If bidders are desirous to upload a file more than 10MB size, he shall split the file in two or
more parts of 10mb or lesser than 10mb each and can upload the same at appropriate
Technical Template or “Additional Documentsection of Technical Envelope/section” of
E-Tender Portal.
Note: -
* Realization of NEFT/RTGS payment normally takes 24 hours, so it is advised to make
Sure that NEFT/RTGS payment activity should be completed well before time.
* Help File regarding use of e-Payment Gateway can be downloaded from e-Tendering
Portal.
v. Short listing of Contractors for Financial Bidding Process:
The Tendering Authority will first open the Technical Bid documents of all Contractors and
after scrutinizing these documents will shortlist the Contractors who are eligible for
Financial Bidding Process. The shortlisted Contractors will be intimated by email.
MAHA-METRO Tender No. P1ADM-08/2021
Page 25 of 83
vi. Opening of the Financial Bids:
The Contractors may remain present in the Office of the Tender Opening Authority at the
time of opening of Financial Bids.
vii. Tender Schedule (Key Dates):
All the online activities are time tracked and the Electronic Tendering System enforces
time-locks that ensure that no activity or transaction can take place outside the Start and
End Dates and Time of the stage as defined in the Tender Schedule.
At the sole discretion of the Tender Authority, the time schedule of the Tender stages may
be extended.
Note: - For details illustrations, please refer or download the PPT demonstration available on E-
Tender portal of https://mahametrorail.etenders.in
Terms and Conditions for Online-Payments
The Terms and Conditions contained herein shall apply to any person ("User") using the
services of MAHA-METRO Maharashtra, hereinafter referred to as "Merchant", for making
Tender fee and Earnest Money Deposit(EMD) payments through an online Payment Gateway
Service ("Service") offered by ICICI Bank Ltd. in association with E-Tendering Service provider
and Payment Gateway Service provider through MAHA-METRO Maharashtra website
i.e. https://mahametrorail.etenders.in Each User is therefore deemed to have read and
accepted these Terms and Conditions.
Privacy Policy:
The Merchant respects and protects the privacy of the individuals that access the information
and use the services provided through them. Individually identifiable information about the
User is not willfully disclosed to any third party without first receiving the User's permission,
as covered in this Privacy Policy.
This Privacy Policy describes Merchant's treatment of personally identifiable information that
Merchant collects when the User is on the Merchant's website. The Merchant does not collect
any unique information about the User (such as User's name, email address, age, gender etc.)
except when you specifically and knowingly provide such information on the Website. Like any
business interested in offering the highest quality of service to clients, Merchant may, from
time to time, send email to the User and other communication to tell the User about the
various services, features, functionality and content offered by Merchant's website or seek
voluntary information from The User.
MAHA-METRO Tender No. P1ADM-08/2021
Page 26 of 83
Please be aware, however, that Merchant will release specific personal information about the
User if required to do so in the following circumstances:
a) In order to comply with any valid legal process such as a search warrant, statute, or court order,
or available at time of opening the tender.
b) if any of User's actions on our website violate the Terms of Service or any of our guidelines for
specific services, or
c) to protect or defend Merchant's legal rights or property, the Merchant's site, or the Users of
the site or;
d) to investigate, prevent, or take action regarding illegal activities, suspected fraud, situations
involving potential threats to the security, integrity of Merchant's website/offerings. General
Terms and Conditions for E-Payment on E-Tender Portal
1. Once a User has accepted these Terms and Conditions, he/ she may register on Merchant's
website and avail the Services.
2. Merchant's rights, obligations, undertakings shall be subject to the laws in force in India, as
well as any directives/ procedures of Government of India, and nothing contained in these
Terms and Conditions shall be in derogation of Merchant's right to comply with any law
enforcement agencies request or requirements relating to any User's use of the website or
information provided to or gathered by Merchant with respect to such use. Each User accepts
and agrees that the provision of details of his/ her use of the Website to regulators or police
or to any other third party in order to resolve disputes or complaints which relate to the
Website shall be at the absolute discretion of Merchant.
3. If any part of these Terms and Conditions are determined to be invalid or unenforceable
pursuant to applicable law including, but not limited to, the warranty disclaimers and liability
limitations set forth herein, then the invalid or unenforceable provision will be deemed
superseded by a valid, enforceable provision that most closely matches the intent of the
original provision and the remainder of these Terms and Conditions shall continue in effect.
4. These Terms and Conditions constitute the entire agreement between the User and Merchant.
These Terms and Conditions supersede all prior or contemporaneous communications and
proposals, whether electronic, oral, or written, between the User and Merchant. A printed
version of these Terms and Conditions and of any notice given in electronic form shall be
admissible in judicial or administrative proceedings based upon or relating to these Terms and
MAHA-METRO Tender No. P1ADM-08/2021
Page 27 of 83
Conditions to the same extent and subject to the same conditions as other business documents
and records originally generated and maintained in printed form.
5. The entries in the books of Merchant and/or the Payment Gateway Service Providers kept in
the ordinary course of business of Merchant and/or the Payment Gateway Service Providers
with regard to transactions covered under these Terms and Conditions and matters therein
appearing shall be binding on the User and shall be conclusive proof of the genuineness and
accuracy of the transaction.
6. Refund for Charge Back Transaction: In the event there is any claim for/ of charge back by the
User for any reason whatsoever, such User shall immediately approach Merchant with his/ her
claim details and claim refund from Merchant alone. Such refund (if any) shall be affected only
by Merchant via payment gateway or by means of a demand draft or such other means as
Merchant deems appropriate. No claims for refund/ charge back shall be made by any User to
the Payment Gateway Service Provider(s) and in the event such claim is made it shall not be
entertained.
7. In these Terms and Conditions, the term "Charge Back" shall mean, approved and settled
credit card or net banking purchase transaction(s) which are at any time refused, debited or
charged back to merchant account (and shall also include similar debits to Payment Gateway
Service Provider's accounts, if any) by the acquiring bank or credit card company for any reason
whatsoever, together with the bank fees, penalties and other charges incidental thereto.
8. Refund for fraudulent/duplicate transaction(s): The User shall directly contact Merchant for
any fraudulent transaction(s) on account of misuse of Card/ Bank details by a fraudulent
individual/party and such issues shall be suitably addressed by Merchant alone in line with
their policies and rules.
9. Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service
Provider's webpage, that is linked to the Website, is experiencing any server related issues like
'slow down' or 'failure' or 'session timeout', the User shall, before initiating the second
payment, check whether his/her Bank Account has been debited or not and accordingly resort
to one of the following options:
MAHA-METRO Tender No. P1ADM-08/2021
Page 28 of 83
(i) In case the Bank Account appears to be debited, ensure that he/ she does not make
the payment twice and immediately thereafter contact Merchant via e-mail or any
other mode of contact as provided by Merchant to confirm payment.
(ii) In case the Bank Account is not debited, the User may initiate a fresh transaction to
make payment.
However, the User agrees that under no circumstances the Payment Gateway Service Provider
shall be held responsible for such fraudulent/duplicate transactions and hence no claims
should be raised to Payment Gateway Service Provider. No communication received by the
Payment Gateway Service Provider(s) in this regard shall be entertained by the Payment
Gateway Service Provider.
Limitation of Liability of Merchant/ Payment Gateway
1. Merchant has made this Service available to the User as a matter of convenience. Merchant
expressly disclaims any claim or liability arising out of the provision of this Service. The User
agrees and acknowledges that he/ she shall be solely responsible for his/ her conduct and that
Merchant reserves the right to terminate the rights to use of the Service immediately without
giving any prior notice thereof.
2. Merchant and/or the Payment Gateway Service Providers shall not be liable for any
inaccuracy, error or delay in, or omission of (a) any data, information or message, or (b) the
transmission or delivery of any such data, information or message; or (c) any loss or damage
arising from or occasioned by any such inaccuracy, error, delay or omission, nonperformance
or interruption in any such data, information or message. Under no circumstances shall the
Merchant and/or the Payment Gateway Service Providers, its employees, directors, and its
third party agents involved in processing, delivering or managing the Services, be liable for any
direct, indirect, incidental, special or consequential damages, or any damages whatsoever,
including punitive or exemplary arising out of or in any way connected with the provision of or
any inadequacy or deficiency in the provision of the Services or resulting from unauthorized
access or alteration of transmissions of data or arising from suspension or termination of the
Services.
MAHA-METRO Tender No. P1ADM-08/2021
Page 29 of 83
3. The Merchant and the Payment Gateway Service Provider(s) assume no liability
whatsoever for any monetary or other damage suffered by the User on account of:
(I) the delay, failure, interruption, or corruption of any data or other information transmitted
in connection with use of the Payment Gateway or Services in connection thereto; and/ or (ii)
any interruption or errors in the operation of the Payment Gateway.
4. The User shall indemnify and hold harmless the Payment Gateway Service Provider(s) and
Merchant and their respective officers, directors, agents, and employees, from any claim or
demand, or actions arising out of or in connection with the utilization of the Services.
The User agrees that Merchant or any of its employees will not be held liable by the User for
any loss or damages arising from your use of, or reliance upon the information contained on
the Website, or any failure to comply with these Terms and Conditions where such failure is
due to circumstance beyond Merchant's reasonable control.
Miscellaneous Conditions:
Any waiver of any rights available to Merchant under these Terms and Conditions shall not
mean that those rights are automatically waived.
1. The User agrees, understands and confirms that his/ her personal data including without
limitation details relating to debit card/ credit card transmitted over the Internet may be
susceptible to misuse, hacking, theft and/ or fraud and that Merchant or the Payment Gateway
Service Provider(s) have no control over such matters
2. Although all reasonable care has been taken towards guarding against unauthorized use of any
information transmitted by the User, Merchant does not represent or guarantee that the use
of the Services provided by/ through it will not result in theft and/or unauthorized use of data
over the Internet.
3. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates shall
not be liable, at any time, for any failure of performance, error, omission, interruption,
deletion, defect, delay in operation or transmission, computer virus, communications line
failure, theft or destruction or unauthorized access to, alteration of, or use of information
contained on the Website.
MAHA-METRO Tender No. P1ADM-08/2021
Page 30 of 83
4. The User may be required to create his/ her own User ID and Password in order to register
and/ or use the Services provided by Merchant on the Website. By accepting these Terms and
Conditions the User agrees that his/ her User ID and Password are very important pieces of
information and it shall be the User's own responsibility to keep them secure and confidential.
In furtherance hereof, the User agrees to;
i. Choose a new password, whenever required for security reasons.
ii. Keep his/ her User ID & Password strictly confidential.
iii. Be responsible for any transactions made by User under such User ID and
Password.
The User is hereby informed that Merchant will never ask the User for the User's password in
an unsolicited phone call or in an unsolicited email. The User is hereby required to sign out of
his/ her Merchant account on the Website and close the web browser window when the
transaction(s) have been completed. This is to ensure that others cannot access the User's
personal information and correspondence when the User happens to share a computer with
someone else or is using a computer in a public place like a library or Internet cafe.
Debit/Credit Card, Bank Account Details
1. The User agrees that the debit/credit card details provided by him/ her for use of the aforesaid
Service(s) must be correct and accurate and that the User shall not use a debit/ credit card,
that is not lawfully owned by him/ her or the use of which is not authorized by the lawful owner
thereof. The User further agrees and undertakes to provide correct and valid debit/credit card
details.
2. The User may make his/ her payment (Tender Fee/Earnest Money deposit) to Merchant by
using a debit/credit card or through online banking account. The User warrants, agrees and
confirms that when he/ she initiates a payment transaction and/or issues an online payment
instruction and provides his/ her card / bank details:
i. The User is fully and lawfully entitled to use such credit / debit card, bank account
for such transactions;
ii. The User is responsible to ensure that the card/ bank account details provided by
him/ her are accurate;
iii. The User is authorizing debit of the nominated card/ bank account for the payment
of Tender Fee and Earnest Money Deposit
MAHA-METRO Tender No. P1ADM-08/2021
Page 31 of 83
iv. The User is responsible to ensure sufficient credit is available on the nominated
card/ bank account at the time of making the payment to permit the payment of the
dues payable or the bill(s) selected by the User inclusive of the applicable Fee.
Personal Information
1. The User agrees that, to the extent required or permitted by law, Merchant and/ or the
Payment Gateway Service Provider(s) may also collect, use and disclose personal
information in connection with security related or law enforcement investigations or in the
course of cooperating with authorities or complying with legal requirements.
2. The User agrees that any communication sent by the User vide e-mail, shall imply release
of information therein/ therewith to Merchant. The User agrees to be contacted via e-mail
on such mails initiated by him/ her.
3. In addition to the information already in the possession of Merchant and/ or the Payment
Gateway Service Provider(s), Merchant may have collected similar information from the
User in the past. By entering the Website, the User consents to the terms of Merchant's
information privacy policy and to our continued use of previously collected information. By
submitting the User's personal information to us, the User will be treated as having given
his/her permission for the processing of the User's personal data as set out herein.
4. The User acknowledges and agrees that his/ her information will be managed in accordance
with the laws for the time in force.
Payment Gateway Disclaimer: The Service is provided in order to facilitate payment of
Tender Fees/Earnest Money Deposit online. The Merchant or the Payment Gateway Service
Provider(s) do not make any representation of any kind, express or implied, as to the
operation of the Payment Gateway other than what is specified in the Website for this
purpose. By accepting/ agreeing to these Terms and Conditions, the User expressly agrees
that his/ her use of the aforesaid online payment service is entirely at own risk and
responsibility of the User.
MAHA-METRO Tender No. P1ADM-08/2021
Page 32 of 83
SECTION - 3
ELIGIBILITY & EVALUATION CRITERIA
3.1 General Descriptions: -
1. The tenders for this contract will be considered only from those firms (proprietorship firms,
partnership firms, companies, corporations), who meet requisite eligibility criteria
prescribed as under.
2. Bidders shall not have a conflict of interest. The bidders found to have a conflict of interest
in this tender process shall be disqualified. Bidders shall be considered to have a conflict of
interest, if:
(a) Submit more than one tender for the work.
(b) If bidders in two different tenders have controlling shareholders in common.
(c) If bidders have common partner/s
(d) If bidders having any family relation with the any employee of MAHA-METRO.
3. A firm, who has purchased the tender document in their name, can submit the tender as
an individual firm only. Tender from Joint Ventures/Consortiums of firms is not allowed.
4. The eligible bidder shall be an Indian Company/firm having experience of providing Vehicle
Hiring Service for the Departments of the Government of India/ Any State Government
/Statutory Bodies/Autonomous Govt. Institutions/Govt. Universities/Public Sector Banks
or Local Govt. Bodies /Municipalities/ PSUs / Listed Private Companies in BSE/NSE, since
last five years (preceding years reckoned from Date of NIT).
5. The Bidder must not have been blacklisted or deregistered by any central/state
government department or public sector undertaking of Govt. of India & State Government
during last 5 years and such black listing is not in force on the date of submission of bid.
MAHA-METRO Tender No. P1ADM-08/2021
Page 33 of 83
3.2 Minimum Eligibility Criteria:
1. Experience: - The bidder will be qualified only if they have experience as during last Two
(02) years preceding from 31
st
December- 2020
(a) At least 01 (One) completed Similar Work*** for an amount not less than 51 lakhs.
(or)
(b) At least 02 (Two) completed Similar Work*** for an amount not less than 32 lakhs
(Collectively)
(or)
(c) At least 03 (Three) completed Similar Work*** for an amount not less than 26
lakhs (Collectively)
Notes: -
i. Work completion certificate of Client /Employer, certifying the completion of
work and stating the total paid amount under the contract is required to be
enclosed in support of above experience criteria.
ii. Enclosing of copy of Work Order / LOA / Contract agreement shall not be
treated as Work Experience certificate.
iii. Similar Work***: - “Providing services of Vehicles (Taxies) on Hire Basis” for
the Departments of the Government of India/ Any State Government /Statutory
Bodies/ Autonomous Govt. Institutions/ Govt. Universities / Public Sector Banks
or Local Govt. Bodies / Municipalities/ PSUs / Private Company (Listed in BSE or
NSE during last Two (02) years reckoned from 31
st
December- 2020
2. Financial Criteria: The bidders will be qualified only if their average annual turnover for
last three (03) audited financial years for FY 2017-18, FY 2018-19 and FY 2019-2020
from (Similar Work***) is not less than INR 1.25 (One Crore Twenty-Five Lakhs).
a. (Audited Balance Sheet of annual turnover along with Summary of annual
turnover Certified by Statutory Auditor is to be enclosed by bidder)
b. In case audited balance sheet for FY 2019-2020 is not available, provisional
balance sheet duly certified by Statutory Auditor may be provide.
3. Assets Criteria: The bidder must have minimum 04 (Four) numbers of passenger
vehicle (SUV or Sedan only), not older than January -2018, registered as a TAXI in the
name of Bidder at Regional Transport Office (RTO) of any District of Maharashtra.
MAHA-METRO Tender No. P1ADM-08/2021
Page 34 of 83
4. GST Registration: - The bidder must have a valid GST registration under the relevant
act. Bidder has to submit self-attested copy of the certificate of registration under GST
Act
5. Income Tax Registration- The bidder must have a valid Income tax registration under
the relevant act. Bidder has to submit self-attested copy of the PAN card.
6. Statutory Registration: Registration under Shop Act License certificate or Certificate of
Incorporation in Company Actor Statutory Registration of firms as per act & norms of
Govt. Of Maharashtra / (As the case may be)
7. Registered Office: -Bidder should have Registered Office in any District in the state of
Maharashtra from last 02 (Two) years from the date of issue of this NIT and Principal
place of business in Pune District. In support of above, bidder shall enclose the
following documents.
a) Registration under Shop Act License certificate/Certificate of Incorporation in
Company Act/ Statutory Registration bearing the address of registered office in
any District of Maharashtra State 3 years prior to date of issue of NIT.
b) Electricity bill/Land line telephone bill / Water bill/ Municipal tax receipt/
Property Tax receipt/Lease Rent Agreement bearing the address of Principal
Place of Business in Pune District from last 02 (Two) years, either in the name of
bidding firm /company or in the name of or owner of bidding firm (in case
Proprietor Ship firm)
Technical Evaluation: -
(i) The Bid submitted without the documentary proof of minimum eligibility criteria
as stated above at Cl. No. 3.2 (1, 2, 3, 4, 5, 6, 7) shall not be considered for
Technical & Financial Evaluation.
(ii) Bidders who fully meet the above eligibility criteria shall be treated as technically
qualified. Financial bid of only bidders who meet to above minimum eligibility
criteria shall be opened and evaluated further.
Financial Evaluation: -
(a) Financial Bid of only technical qualified bidders as per above shall be opened.
(b) Amount quoted by bidder, under Schedule - A shall be compared separately & L-1 for
respective schedule i.e. for Monthly basis of financial bid shall be evaluated separately.
MAHA-METRO Tender No. P1ADM-08/2021
Page 35 of 83
(c) Amount quoted by bidder, under Schedule B & C shall be compared collectively & L-
1 for respective schedule i.e. daily basis and out-station duty financial bids shall be
evaluated together.
(d) The Award of work shall be issued to lowest (L-1) bidder separately for Schedule-A &
for financial bids of Schedule-B (Daily basis) & C (Out-station) collectively.
Special Notes:
(i) Certificate issued by any Individual/ Private firm or Proprietorship Firms / Private
Educational institutions / Private University/ Private Limited Companies /Private
Corporates/Company not listed in NSE or BSE shall not be considered for evaluation.
(ii) The enclosed certificate shall be exclusively for “Vehicle (Taxi) Hiring services”. Any
fabricated, derived or vague experience certificate shall not be considered for
evaluation.
(iii)All submitted work certificate, documents shall be exact certified copy of original,
without any change / alteration / correction / concealment / forging / Tampering /
fabrication. Any document pertains to bidder’s eligibility criteria or evaluation criteria or
for whatsoever stipulated anywhere in bid document, submitted by bidder with partial,
incomplete, hidden, tampered or concealed information, shall not be consider in support
of eligibility, evaluation or what so ever mentioned in tender document.
(iv) The Bidder shall submit summary of (Similar Work***) in the Form given in Section-7
along with documentary proof such as client’s certificates as mentioned in clause no.3.2.1
above.
(v) Summary of Financial data for last three audited financial years (FY 2017-18 and FY 2018-
19 and FY 2019-2020,) required to be submitted by the Bidder and certified by Chartered
Accountant with his stamp and signature (Audited Balance Sheet of annual turnover along
with Summary of annual turnover Certified by CA, required to be enclosed with the bid)
(vi) No JV/Consortium is permitted to participate in this bid. Subletting / Sub-contracting of
entire work is also not permitted.
MAHA-METRO Tender No. P1ADM-08/2021
Page 36 of 83
SECTION- 4
SCOPE OF WORK
4.1 GENERAL
MAHA-METRO has its head quarter located in 101, The Orion, Opposite Don Bosco
Youth Centre, Koregaon Park, Pune- 411001.MAHA-METROdesires to hire vehicles
(Taxies) on monthly & daily basis for use of its officials. To meet this requirement an
Agency/Firm/Company for providing the above stated services required to be
associated under contract agreement. This service contract shall be for a period of 12
(Twelve) Months effective from the (Reckoned from the 7
th
Day from date of issue
of LOA)
4.2 LOCATION OF SERVICES
Normally, the successful bidder shall have to provide the transport services (AC or
Non-AC vehicle as mentioned in Section-9 Financial Bid) in the Municipal Limit of
Pune City & Municipal Limit of Pimpri-Chinchwad area, but in event of requirement
the service of vehicle may be used in entire state of Maharashtra.
4.3 TIMING & DURATION OF SERVICES
(For Vehicle on Monthly Basis)
Normal reporting time for vehicle hired on monthly basis shall be 9 AM every day and
working hours shall be 10 Hours/Day but in exceptional case the working hours of
vehicle may be extended as per need & the vehicle may require to report early also as
desired by controlling officer. The vehicle deployed with any official shall not deny to
work for the extended period or early reporting. The additional hours shall be paid
suitably as per accepted rate in Section 8 (Financial Bid). At the time of reporting of
vehicle, it should be well prepared in all respect, neat & clean and fueled adequately.
As the requirement of vehicle on monthly basis may vary, hence controlling officer of
MAHA-METRO shall inform service provider about the exact number of vehicles
required by a separate letter time to time.
(For Vehicle on daily Basis)
The requirement of vehicle on daily basis shall be informed to service provider 06
Hours before in normal condition but in case of urgent requirement it may be at
shorter notice also. The place & time of reporting & duration of services shall be
informed to service provider time to time.
The requirement of these vehicles is on working days of Maha-Metro but in case of
requirement it may be called on holidays also.
MAHA-METRO Tender No. P1ADM-08/2021
Page 37 of 83
(For Vehicle on Outstation Duty)
The requirement of vehicle on outstation duty shall be informed to service provider
06 Hours before in normal condition but in case of urgent requirement it may be at
shorter notice also. The place & time of reporting & duration of services shall be
informed to service provider time to time.
The requirement of these vehicles is on working days of Maha-Metro but in case of
requirement it may be called on holidays also.
4.4 AGE &FITNESS OF THE VEHICLE& OTHER REQUIRMENT
The deployed vehicle shall not be older than January-2018, mechanically fit. The
vehicle should be equipped with all required safety equipment, stepony, fire
extinguisher, Tool Kits, First aid box, Torch, Mobile Charger, Audio System. The driver
shall always carry a mobile phone to communicate with the officers of MAHA-METRO.
Such facility shall be provided by service provider at his own cost.
The vehicle to be deployed should be washed daily & interiors should be wipes &
sprayed with fragrances. No foul smell should emit from the interior
4.5 OPERATIONAL CHARGES
All operational charges, Fuel & Lube, consumables, maintenance charges, repair of
punctures, taxes, penalties, insurance, road taxes wages of driver shall be borne &
arranged by service provider. The service provider shall ensure that the driver should
always have minimum INR 2,000/ (Two Thousand Rupees) in cash with him to meet
any incidentals or urgent expenses on duty.
4.6 DRIVER’S ETIQUETTE& OTHER REQUIREMENT
a) Drivers deployed with the vehicle should be trained, disciplined, well behaved, poses
good etiquette & social behavior. It is compulsory to wear a neat uniform for all
drivers deployed with MAHA-METRO. Each driver shall wear an identity card with all
required particulars like name, address, photo, age, blood group, emergency contact
numbers etc. Service provider shall ensure the above at his own cost.
b) Under this contract, it is obligatory to adopt all necessary preventive measures/
guidelines, etiquettes and steps to contain the co-vid pandemic or any other natural
disaster; it is also mandatory to strictly follow the directives / advisories/ guidelines/
SOPs issued by the Central/State govts. & other ministries time to time. The quoted
MAHA-METRO Tender No. P1ADM-08/2021
Page 38 of 83
amount is all-inclusive of above compliance cost and no additional payments shall be
admissible on the grounds of above expenditure to operate this contract.
4.7 LEGAL & STATUTORY REQUIREMENT
Prior to deployment of vehicle, the service provider shall arrange all legal & statutory
documents pertain to the deployed vehicle at his own cost. Following documents shall
accompany the vehicle in original.
a) Valid Registration of vehicle in appropriate class (Taxi)
b) Insurance of vehicle, driver and passengers &third-party loss
c) Fitness Certificate (If required)
d) PUC certificate.
e) Valid driving license of driver in appropriate category.
f) Necessary permit / Road tax etc.
g) Any other Documents required as per local law of Govt. of Maharashtra State.
The above documents shall be obtained by service provider at his own cost and the cost
incurred shall be deemed to inclusive in costed hire charges by service provider.
4.8 PARKING CHARGES, TOLL TAXES, ENTRY TAXES
All parking charges, toll taxes, entry taxes during on duty running of vehicle shall be
paid by service provider initially and it will be reimbursed by MAHA-METRO on
production of receipts along with monthly bill.
4.9 FINE / PENALTIES BY STATUTORY AUTHORITY
Any fine or penalties imposed by statutory authority / law enforcing authority due to
rash driving of vehicle, not obeying traffic rules by driver, disobeying/ misbehaving
with police or law enforcing authority, wrong parking, parking in No Parking Zone,
Honking, inadequate documents with vehicle shall be borne by service provider.
4.10 BREAK DOWN SERVICES
Though the deployed vehicle should be technically fit in all respect, but in case of any
breakdown due to accident/mechanical failure/unforeseen reason the service
provider shall arrange the toeing of vehicle to the workshop, necessary repairing at
his own cost. A suitable & equivalent replacement shall be provided by service
provider within 2 (Two) hours
4.11 MEASUREMENT, RECORDING OF TIME & DISTANCE
Each vehicle shall accompany a LOG BOOK. Its duty of driver to enter the time of
reporting at the office of MAHA-METRO or at the place of reporting as decided by
Officers of Maha-Metro. Following provision shall apply in this regard.
MAHA-METRO Tender No. P1ADM-08/2021
Page 39 of 83
(a) The travelled distance shall be measured by an untampered, sealed & calibrated
odometer fitted with the vehicle. The service provider shall ensure the correctness of
odometer and durational calibration shall be carried out by service provider. Maha-
Metro may ask to produce such calibration certificate as per his desecration.
(b) Each day’s reporting time, place visited and initial & final reading of odometer shall be
entered in LOG BOOK by driver & get verified by user Official of MAHA-METRO.
(c) Additional 04 (Four) Kilometer payable distance each for to & fro journey from night
parking yard/garage of vehicle to place of reporting shall be added to net travelled
distance of the day. This provision is applicable for the vehicle on monthly hiring basis
& daily hiring basis within the municipal limit of PMC & PCMC.
4.12 OUT STATION JOURNEY (OUT OF CITY OF PUNE)
The vehicle hired on monthly or daily basis may be used for out station
journey (Out of City of Pune& Pimpri-Chinchwad) in case of requirement. In
event of outstation journey the driver should have sufficient money to meet
the fuel / minor repairing /puncture repair/ breakdown expenses. Out station
journey plan shall be intimated to service provider sufficiently before the time
of start as mentioned in clause 5.3 above.
If night stay is required in event of outstation journey, accommodation for
driver shall be provided by Maha-Metro in dormitory class up to INR 500/per
night. No Food allowances shall be provided by Maha-Metro.
4.13 PERIODICAL MAINTENANCE
The service provider shall arrange periodical maintenance of vehicle as per
manufacturer’s recommendations for the vehicle put in services of Maha-Metro at
his own cost. Maha-Metro shall not bear / reimburse any such expenses.
The detail of periodical maintenance done shall be recorded by service provider in
Vehicle Maintenance Log Book.
Regular in section of the vehicles will be done by the service provider. In the event of
non-satisfaction of the user official of MAHA-METRO, either due to driver or
performance of vehicle as the case maybe, the service provider shall provide a suitable
replacement immediately.
MAHA-METRO Tender No. P1ADM-08/2021
Page 40 of 83
4.14 TRAINING OF DRIVERS
(a) The drivers deployed with the vehicle should be adequately trained with basic
official etiquettes & must be familiar with all traffic norms/rules. They should
also pose basic technical knowledge of automobiles and capable to handle minor
technical issues associated with vehicle. It’s the responsibility of service provider
to train the drivers & arrange a refreshing training time to time.
(b) The Drivers deployed should be well aware of the city locations and comfortable
in usage of google map.
4.15 TENTATIVE QUANTITY OF DEPLOYMENT OF VEHICLE
SCHEDULE A (Monthly Hiring)- To be hired for Monthly Basis
SR.
NO.
DESCRIPTION
TYPE
UNIT
ESTIMATED NUMBER
OF VEHICLE/MONTH
NOS OF
MONTHS
HIRING FOR
1
2
3
4
5
6
Hiring of passenger vehicle for office use of
Maha-Metro including rental charges,
operational charges (wages of diver, POL,
Maintenance, Insurance, all taxes, etc.) &
other incidental charges inclusive as
described in tender document.
1.
Swift desire or Equivalent
(Max monthly running up to 2080
Km)
AC
Per vehicle
/ Month
06
12
2.
Innova or Equivalent
(Max monthly running up to 2080
Km)
AC
Per vehicle
/ Month
02
12
MAHA-METRO Tender No. P1ADM-08/2021
Page 41 of 83
SCHEDULE - B (Daily Hiring) - To be hired On Daily Basis): -
SR.
NO.
DESCRIPTION
TYPE
UNIT
ESTIMATED
NUMBER OF
VEHICLE/MONTH
NOS OF
MONTHS
HIRING FOR
1
2
3
4
5
6
Hiring of passenger vehicle for office use of Maha-Metro including
rental charges, operational charges (wages of diver, POL,
Maintenance, Insurance, all taxes, etc. as described in tender
document.
Max daily running up to 80 Km and for 10 hours
1.
Swift desire or Equivalent
AC
Per vehicle /
Daily
10
12
2.
Innova or Equivalent
AC
Per vehicle /
Daily
10
12
Note Pick up and Drop (40 KM and for 05 hours)-50% percent of rate quoted for Daily basis
SCHEDULE-C. (Daily Hiring) - To be hired for outstation duty: -
SR.
NO.
DESCRIPTION
TYPE
UNIT
ESTIMATED
NUMBERS
OF DAYS OF
HIRING /
MONTHS
NOS OF
MONTHS
HIRING
FOR
1
2
3
4
5
6
Hiring of passenger vehicle for office use of Maha-Metro including rental
charges, operational charges (wages of diver, POL, Maintenance,
Insurance, all taxes, etc. as described in tender document.
Max daily running up to 300 Km and for 14 hours
1
Swift desire or Equivalent
AC
Per vehicle /
day
5
12
2
Innova or Equivalent
AC
Per vehicle /
day
4
12
MAHA-METRO Tender No. P1ADM-08/2021
Page 42 of 83
Note: -
1. The above table exhibit the tentative requirement of vehicle monthly/daily
2. The successful contractor shall not have any claim over the above number of vehicles.
3. Maha-Metro have right to revise (increase or decrease) the number of vehicle or duration
of hiring as per its discretion, under the both the above schedule.
4. The contractor shall be notified in writing by Administration Department or Controlling
Department regarding actual number of vehicles to be deployed, time to time.
MAHA-METRO Tender No. P1ADM-08/2021
Page 43 of 83
SECTION 5
CONDITION OF CONTRACT
5.1 GENERAL
a. The period this contract shall be 12 (Twelve) Calendar Months (Reckoned from the 7th day
from the date of issue of LOA. Letter of Acceptance” means the letter issued by MAHA-
METRO to the Service Provider communicating the date on which the work/services under
the contract are to be commenced.
b. Normally the principal place of service to be provided under this contract shall be in the
municipal limit of Pune City and Pimpri - Chichwad City.
c. The service provider shall not have any claim other than scope of the work defined in
Section-5 of the contract document& the scope of the work shall not be interpreted
otherwise in any circumstances.
d. The Service Provider’s personnel shall not have any right to claim any benefit/compensati
on/ employment/ with MAHA-METRO under the provision of Industrial Disputes Act, 1947
or Contract Labor (Regulation & Abolition) Act, 1970. Undertaking from the person to this
effect will be required to be submitted by the Service Provider to this office.
e. MAHA-METRO shall not be under any obligation for providing employment to any of the
worker of the Service Provider during and after the expiry of the contract. MAHA-METRO
does not recognize any employee employer relationship with any of the workers of the
Service Provider.
f. The Service Provider shall abide by and comply with all the relevant laws and statutory
requirements covered under various laws such as Labour Act and various other Acts as
applicable from time to time with regard to the personnel engaged by the service provider.
g. Any liability arising out of any litigation (including those in consumer courts or labour court
or any court) due to any act of Service Provider’s personnel shall be directly borne by the
Service Provider including all expenses/fines. The concerned Service Provider’s personnel
shall attend the court as and when required.
h. The Service Provider& his personal deployed with the vehicle shall not damage any
property, asset and equipment of MAHA-METRO. Any such damage occurred by his
personals shall be compensated by Service provider.
i. During the course of contract, if any Service Provider’s personnel/driver are found to be
indulging in any corrupt practices causing any kind of loss to MAHA-METRO, MAHA-METRO
shall be entitled to terminate the contract forthwith duly forfeiting the Service Provider’s
MAHA-METRO Tender No. P1ADM-08/2021
Page 44 of 83
Performance Guarantee& blacklisting / debarment from the all forthcoming tenders of
Maha-Metro.
j. The Service Provider shall indemnify and hold MAHA-METRO harmless from and against all
claims, damages, losses and expenses arising out of, or resulting from the works/services
under the contract provided by the Service Provider.
k. If as a result of post payment audit any overpayment is detected in respect of any work
done by the agency or alleged to have done by the agency under this contract, it shall be
recovered by MAHA-METRO from the agency.
l. If any underpayment is discovered, the amount shall be duly paid to the agency by MAHA-
METRO.
m. Any dispute regarding working hours and compensation to be paid to the workers deployed
will be the responsibility of the Service Provider and no representation will be entertained
on this issue by MAHA-METRO.
n. The transportation to work place & back, food, medical and other statutory requirements
in respect of each personnel of the Service Provider will be the responsibility of the Service
Provider and MAHA-METRO will not entertain any claim in this regard.
o. The Service Provider shall be accessible / contactable at all times and message sent by
telephone/email/Fax/Special Messenger from MAHA-METRO to the Service Provider shall
be acknowledged& acted upon immediately on receipt on the same day.
p. The service provider shall depute two coordinators, who would be responsible for
immediate interaction with MAHA-METRO so that optimal services of the persons deployed
by the service provider could be availed without any disruption.
q. The working hours and running distance will be considered/payable from the reporting
point to/till dropping point of the designated Maha-Metro Official.
5.2 PERFORMANCE BANK GUARANTEE:
The successful bidder will have to deposit a Performance Security @ 3% (Three Percent)
of the awarded value of the work within 15 days of the receipt of the formal order/LOA
before the signing of contract agreement. The performance security will be furnished in
the form of Bank Guarantee issued from Scheduled Commercial Bank having business
office in India & drawn in favor of Maharashtra Metro Rail Corporation Limited”. The
performance security should remain valid for a period of 180 days beyond the date of
completion of all the contractual obligations and Defect Liability Period if any.
(Performance Security reduced to 3% from 10% as per Office Memorandum issued by the
Govt. of India, Ministry of Housing & Urban Affairs vide letter no. K-14011/03/2020-MRTS-
MAHA-METRO Tender No. P1ADM-08/2021
Page 45 of 83
Coord dated 18.11.2020 and Ministry of Finance Department of expenditure and
Procurement policy division, dated 12.11.2020)
5.3 CONTRACT AGREEMENT
The success full bidder shall sign the Contract Agreement with Maha-Metro within 30
(Thirty)days from the date of issue of LOA. The successful bidder shall arrange the
necessary Non-judicial stamp papers of requisite value (i.e.INR 500 presently) and be
present at the office of Maha-Metro in person to sign the Contract Agreement. The
contract agreement can be signed by the bidder himself of through a Power of Attorney.
The person deployed for signing the agreement shall produce and submit the original
registered Power of Attorney (POA) along with Digital Signature Certificate (DSC) - Class I
& II to the office of Executive Director/Procurement & Contract of PMRP, Maha Metro.
5.4 ADVANCE PAYMENT
No advance payment is admissible in this contract
5.5 PAYMENT TERMS
a) The quantities given in Financial Bid are tentative and the actual payment shall be made
as per number of vehicle deployed /distance travelled or quantity of task executed
against each item described in Financial Bid.
b) The payment shall be done on monthly basis upon submission of Certified Log Book /
payment sheet by user of the vehicle i.e. Maha-Metro officials in case of vehicle hired
on Monthly Basis.
c) The vehicle hired on daily basis, separate individual bill certified by Maha-Metro
official, shall be submitted by service provider within 01 (One) weeks.
d) The standard terms of payment are within 30 days from the date of submission of bills
in duplicate along with certificate issued by the competent authority in MAHA-METRO.
The payment shall be made through Cheque (s)/RTGS/NEFT/ECS. All the statutory
liabilities will be paid by the Service Provider. The payment shall be in proposition to
the completed items as per Financial Bid (Section-8)
e) 100% payment will be made as per actual completion of items provided in Financial Bid
(Section-9) and executed / completed quantity certified by competent authority of
MAHA-METRO within 30 Days of submission of bill.
MAHA-METRO Tender No. P1ADM-08/2021
Page 46 of 83
5.6 EXTRA PAYMENT ADMISSIBLE
(a) For Vehicle Hired on Monthly Basis
i. Working on Sundays but the total monthly running distance is within the monthly
limit of 2080 KM: - One Day Minimum wages of skilled labour as per applicable
Minimum Wages Act notified by Chief Labour Commissioner (Central).
ii. Working more than 10 Hours, but the total monthly running distance is within the
monthly limit of 2080 Km.: - Per Hour Charges = 50% of Monthly Hire Charges / 26
iii. 0
iv. Extra distance running beyond the monthly limit of 2080 Km: - Charges/KM = Monthly
Hire Charges / 2080
(b) For Vehicle Hired on Daily Basis
i. Working more than 10 Hours, but the total daily running distance is within the
monthly limit of 80 KM.: - Per Hour Charges = 50% of Daily Hire Charges / 10
ii. Extra distance running beyond the daily limit of 80 Km: - Hire Charges/KM= Daily
Hire Charges / 80
(c) For Vehicle Hired on Outstation duty:
(i) Per Hour charges: Working more than 14 Hours, but the total running distance is within
the limit of 300 Km per trip: 30% of Trip Hire Charges/14
(ii) Per KM charges: Extra distance running beyond the per trip limit of 300 Km per trip:
Trip Hire Charges/300
5.7 INSURANCE
a) Successful Service Provider shall arrange proper & adequate insurance cover to all his
vehicle assets, people and staff engaged in the execution of work (including the third
party if required as per law) at his own cost.
b) All liabilities arising out of accident or death of the staff & employee of service
provider, while on duty shall be borne by the Service Provider.
c) All medical expenses / compensation towards the sickness / disability of personal
shall be arranged by Service Provider at his own expenses.
d) Any losses of assets, loss of human life, disability, loss of profit in business shall not
be compensated by MAHA-METRO.
5.8 SUBCONTRACTING
MAHA-METRO Tender No. P1ADM-08/2021
Page 47 of 83
The Service Provider shall not engage any sub-contractor or transfer the contract to any
other person in any manner.
5.9 INCOME TAX
The Income Tax/TDS and other statutory deductions, as applicable will be deducted from
the payment. Tax deduction certificate will be issued to the Service Provider by MAHA-
METRO.
5.10 GST
The accepted rate under this contract shall be excluding GST. GST shall be reimbursed
separately on production of proof of payment of GST.
5.11 PENALTY CLAUSE
The successful service provider shall strictly adhere to the conditions of the contract
agreement failing which penalty shall be imposed as per following provisions.
r
DESCRIPTION OF EVENT
PENALTY
(a)
Vehicle deployed is older than
January 2018 model (year of
registration)
10% of the monthly /daily bill of the vehicle
as the case may be
(b)
Reporting late at place of duty more
than 30 Minutes & up to 60 Minutes
INR 300/Per Day (Late reporting more than
60 Minutes shall be treated as absent)
(c)
Absence of the vehicle& not providing
suitable replacement.
INR1,000/- per day (Applicable for vehicle
hired on Monthly & Daily basis both
(c)
Driver’s Misbehavior such as
disobedience, using filthy &abusive
languages ,physical intimidation or
under the influence of any intoxication
/ drunken condition on duty/ use of
any contraband drugs/ involvement in
unethical or illegal activities.
INR 2,000/-on1
st
offence
INR 4,000/-on2
nd
offence
INR 5,000/ plus Removal of Driver-on 3
rd
offence
(d)
Excess claim of mileage/KM
INR 1,000/-on 1
st
offence
INR 5,000/-on2
nd
offence
MAHA-METRO Tender No. P1ADM-08/2021
Page 48 of 83
Termination of vehicle on3
rd
offence
(e)
Meter tampering resulting in fast
meter
INR 5,000/-on1
st
offence
INR 8,000/-on2
nd
offence
INR 10,000/- on3
rd
offence
If it is detected thereafter the Contract Shall
be terminated
(f)
Any other deficiencies such as
defective vehicle, lack of fitness of
vehicle, inadequate fuel on duty, lack
sincerity of driver, deficiencies in
compliance of statutory norms /
documents
INR 500/-will be imposed on daily basis
In event of non-satisfactory services
(either due to driver or performance
of vehicle), the vehicle requires to be
replaced by good ones
Failing which INR1,000/- will be imposed on
daily basis.
If the above incident is repeated more than the provision as stipulated above or often, it
will have sufficient reasons to terminate the contract agreement.
5.12 REPORTING OF VEHICLE
All hired vehicle shall report to Administration Department or Controlling Department of
Maha-Metro initially and the controlling officer shall assign the vehicle to User Officers
of Maha-Metro. If the User Officer of Maha-Metro proceed on leave or on office tour,
the vehicle shall report to Administration Department or Controlling Department.
In event of non-reporting of vehicle to Administration Department or Controlling
Department by contractor & retaining the vehicle in his own premises or using for some
other purpose, deduction of hire charges on Pro-rata basis shall be made from the
monthly bill of the vehicle.
5.13 MAXIMUM LIMIT OF PENALTY: - 10% of Contract Value. The controlling department shall
take a call towards continuation of service beyond maximum penalty.
5.14 FORCE MAJURE
MAHA-METRO Tender No. P1ADM-08/2021
Page 49 of 83
Force Majeure if at any time during the currency of the contract, either party is subject to
force majeure, which can be termed as civil disturbance, wars, riots, strikes, tempest, acts
of God etc. which may prevent either party to discharge his obligation, the affected party
shall promptly notify the other party about the happening of such an event. Neither party
shall by reason of such event be entitled to terminate the contract in respect of such
performance of their obligations. The obligations under the contract shall be resumed as
soon as practicable after the event has come to an end or ceased to exist. If the
performance of any obligation under the contract is prevented or delayed by reason of the
event beyond a period mutually agreed, either party may at its option to terminate the
contract.
5.15 TERMINATION OF THE CONTRACT
a) In case of any material violation (As described in Section-5-Condition of contract,
Section-4-Scope of Work read with Section 8. Financial Bid and any other terms and
conditions described in bid documents) by the Service Provider, MAHA-METRO
reserves its right to unilaterally terminate the contract.
b) The contract may also be terminated if the service provider is involved in corrupt &
fraudulent practices/activities, Vehicle deployed with MAHA-METRO is used by
owner / bidder in any illegal / unethical activity, which is prohibited by the law of the
land.
c) The contract may also be terminated before the contract period owing to deficiency
in service by the selected Service Provider or substandard quality or vehicle or staff
with poor performance or cessation of the requirement of work. MAHA-METRO,
however, reserves the right to terminate this initial contract at any time after giving
one week’s notice to the selected service providing firm/company.
d) In the event of termination of contract due to poor performance or breach of
contract or not fulfilling the contractual obligations by successful service provider,
the Performance Bank Guarantee shall be forfeited.
5.16 PAYMENT AFTER TERMINATION
In circumstances of termination, whatever the reason, all payable amount shall be
reconciled by MAHA-METRO. The work done by service provider till the effective date of
contract termination date shall be accounted for and paid to the service provider after
deducting all statutory liabilities & penalties if any.
5.17 LIMIT OF LIABILITY
MAHA-METRO Tender No. P1ADM-08/2021
Page 50 of 83
i. The liability of service provider / successful contractor under this Agreement shall be
determined by the Applicable Laws and the provisions hereof.
ii. The liability of service provider to MAHA-METRO shall be limited up to the awarded cost
of the work
iii. The service provider shall, subject to the limitation specified in Clause 6.13 (ii) above, be
liable to the Authority for any direct loss or damage accrued or likely to accrue due to:
(a) Deficiency in services rendered by the service provide.
(b) In case of the case of gross negligence or willful misconduct on the part of the
Service provider’s or on the part of any person or a firm acting on behalf of the
Service provider’s in carrying out the Services, the Service provider’s, with respect
to damage caused by the Service providers to the Client’s property. This limitation
of liability shall not include: -
vi. The service provider’s liability, if any, for damage to Third Parties caused by the Service
provider’s or any person or firm acting on behalf of the Service provider’s in carrying out
the Services;
(a) be construed as providing the service provider with any limitation or exclusion from
(b) (b) Liability which is prohibited by the Applicable law.
5.18 STATUTORY OBLIGATIONS
a) The Service Provider is required to obtain relevant statutory
documents/license/permits from competent government authority as and when
required and a copy of the same shall be made available to MAHA-METRO.
b) The Service Provider shall be under obligation and solely responsible to comply with
all statutory requirements in respect of the business and services provided by them.
MAHA-METRO shall not be a party to any dispute arising out of such statutory
requirements.
c) The Service Provider shall ensure full compliance with tax laws of India with regard to
this contract and shall be solely responsible for the same. The Service Provider shall
submit copies of acknowledgements evidencing filing of returns every year and shall
keep the Employer fully indemnified against liability of tax, interest, penalty etc. of the
Service Provider in respect thereof, which may arise.
d) In case, the service providing firm/company fails to comply with any statutory/
taxation liability under appropriate law and as a result thereof MAHA-METRO is put to
any loss, obligation, monetary or otherwise, MAHA-METRO will be entitled to get itself
MAHA-METRO Tender No. P1ADM-08/2021
Page 51 of 83
reimbursed out of the outstanding bills or the Performance Security Deposit of the
firm/company, to the extent of the loss or obligation in monetary terms.
5.19 FRAUD AND CORRUPT PRACTICES
i. The bidder applicant and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Bidding Process. Not with standing
anything to the contrary contained herein, MAHA-METRO may reject at ender without
being liable in any manner whatsoever to the bidder if it determines that the bidder
has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice in the Bidding
Process.
ii. Without prejudice to the rights of MAHA-METRO under Clause-(i) herein above, if a
bidder is found by MAHA-METRO to have directly or indirectly or through an agent,
engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Bidding Process, such bidder shall
not be eligible to participate in any tender floated by MAHA-METRO.
iii. For the purposes of this Clause-(i), the following terms shall have the meaning
hereinafter respectively assigned to them:
a) “Corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected
with the Bidding Process or (ii) save and except as permitted, engaging in any
manner whatsoever, whether during the Bidding Process or after the issue of the
LOA or after the execution of the Agreement, as the case may be, any person in
respect of any matter relating to the Project or the LOA or the Agreement, who at
any time has been or is a legal, financial or technical advisor of the Authority in
relation to any matter concerning the Project;
b) “Fraudulent practice” means a misrepresentation or omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence the
Bidding Process;
c) “Coercive practice” means impairing or harming or threatening to impair or harm,
directly or indirectly, any person or property to influence to any person’s
participation or action in the Bidding Process;
d) “Undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by the Authority with the objective of canvassing,
MAHA-METRO Tender No. P1ADM-08/2021
Page 52 of 83
lobbying or in any manner influencing or attempting to influence the Bidding
Process; or (ii) having a Conflict of Interest; and
e) “Restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Applicants with the objective of restricting or manipulating a
full and fair competition in the Bidding Process.
5.20 LEGAL
a. Persons deployed by the service provider shall not be less than 18 years of age, which
is prohibited & punishable under relevant child labor act. An affidavit (Form B-8)
stating the above is to be enclosed with the bid.
b. The bidder shall also ensure that no case of sexual harassment/abuses take place at his
premises / Office with the female employee out sourced to MAHA-METRO under the
above bid and comply the provision of The sexual Harassment of women at work place
(Prevention. Prohibition & redressed act 2013)
c. Any third party claim out of preview of Contract Agreement with MAHA-METRO, shall
be sole responsibility of successful bidder.
5.21 EXTENSION OF CONTRACT PERIOD
The contract shall continue for a period of 12 (Twelve) months. However, the period
of the contract may be further extended after completion of contract period, as per
discretion of MAHA-METRO for an additional period of maximum 06 (Six) months at a
time. The service provider has to provide his services during the extended period at the
accepted contractual terms & conditions and rate. However, if further extension is
necessitated the same may be extended on the mutually agreed rate. The other terms
and conditions of contract shall remain same.
5.22 VARIATION& QUANTITIES
The quantities provided in Financial Bid (Section-08) is provisional & may vary up to 50%
both ways. The service provider shall provide the services on accepted rate irrespective of
quantum of variation. In case the negative variation the payment shall be made for actual
number of vehicle deployed with Maha-Metro/ for the number of vehicle whose services
are availed / the distance travelled. No compensation is payable to the service provider in
case of reduction in number of deployment of vehicle / days of service availed by Maha-
Metro. Payment shall be made as per actual service availed by Maha-Metro upon
certification of officials of Maha-Metro.
MAHA-METRO Tender No. P1ADM-08/2021
Page 53 of 83
5.23 PRICE VARIATION
The accepted rate shall be fixed and no price variation shall be applicable in this contract
during the entire period of contract.
5.24 DISPUTE RESOLUTION
(a) Any dispute/difference arising out of or relating to this agreement including
interpretation of its terms will be resolved through joint discussions of the concerned
parties it shall be resolved amicably by the GM/admin (officer in charge). If not
resolved at the level of Officer in Charge of the work the matter may be represented
by service provider to the next higher authority of MAHA-METRO.
(b) However, if disputes are not resolved by joint discussions, then the matter will be
referred to arbitration as per the provisions of Arbitration Act, 1996 with amendment
up-to date.
(c) The award of the sole Arbitrator shall be final and binding on all the parties. The
arbitration proceedings shall be governed by Indian Arbitration and Conciliation Act
1996 as amended from time to time.
(d) The cost of Arbitration shall be borne by the respective parties in equal proportions.
During the pendency of the arbitration proceeding and currency of contract, neither
party shall be entitled to suspend the work/service to which the dispute relates on
account of the arbitration and payment to the Service Provider shall continue to be
made in terms of the contract. Arbitration proceedings will be held at Nagpur only.
f) Jurisdiction of Court
In case of any dispute which remains unresolved by mutual negotiation or ADR
methods. Jurisdiction of Court, in case of any dispute shall be Hon’ble High Court of
Bombay, Mumbai Bench.
MAHA-METRO Tender No. P1ADM-08/2021
Page 54 of 83
ANNEXURE -5 A
CORRUPT AND FRAUDULENT PRACTICES POLICY
The Employer, the Implementing Agency and the contractors, suppliers or consultants must
observe the highest standard of ethics during contract procurement and performance.
By signing the Statement of Integrity (form available as Appendix to Letter of Bid) the
contractor, supplier or consultant declares that (i) it did not engage in any practice likely to
influence the contract award process to the Employer's detriment, and that it did not and will
not get involved in any anti-competitive practice”, and that (ii) the negotiation, the
procurement and the performance of the contract did not and shall not give rise to any act of
corruption or fraud”.
Moreover, the Agency requires including in the Bidding Documents and Agency-financed
contracts a provision requiring that bidders and contractors, suppliers and consultants will
permit the Agency to inspect their accounts and records relating to the procurement and
performance of the Agency-financed contract, and to have them audited by auditors
appointed by the Agency.
The Agency/MAHA-METRO reserves the right to take any action it deems appropriate to check
that these ethics rules are observed and reserves, in particular, the rights to:
a) reject a proposal for a contract award if it is established that during the selection process
the bidder that is recommended for the award has been convicted of corruption, directly
or by means of an agent, or has engaged in fraud or anti-competitive practices in view
of being awarded the Contract;
b) declare mis procurement when it is established that, at any time, the Employer, the
contractor, the supplier, the consultant or its representatives have engaged in acts of
corruption, fraud or anti-competitive practices during the contract procurement or
performance without the Employer having taken appropriate action in due time
satisfactory to the Agency to remedy the situation, including by failing to inform the
Agency at the time they knew of such practices.
The Agency defines, for the purposes of this provision, the terms set forth below as follows:
(a) Corruption of a public officer means:
- the act of promising, offering or giving to a public officer, directly or indirectly, an undue
MAHA-METRO Tender No. P1ADM-08/2021
Page 55 of 83
advantage of any kind for himself or for another person or entity, for such public officer to
act or refrain from acting in his official capacity; or
- the act by which a public officer solicits or accepts, directly or indirectly, an undue advantage
of any kind for himself or for another person or entity, for such public officer to act or refrain
from acting in his official capacity.
(b) A "public officer" shall be construed as meaning
any person who holds a legislative, executive, administrative or judicial mandate (within the
State of the Employer) regardless of whether that person was nominated or elected, regardless
of the permanent or temporary, paid or unpaid nature of the position and regardless of the
hierarchical level the person occupies;
any other person who performs a public function, including for a State institution or a State-
owned company, or who provides a public service;
any other person defined as a public officer by the national laws of the Employer.
(c) Corruption of a private person means:
the act of promising, offering or giving to any person other than a public officer, directly or
indirectly, an undue advantage of any kind for himself or for another person or entity, for such
person to perform or refrain from performing any act in breach of its legal, contractual or
professional obligations; or
the act by which any person other than a public officer solicits or accepts, directly or indirectly,
an undue advantage of any kind for himself or for another person or entity, for such person to
perform or refrain from performing any act in breach of its legal, contractual or professional
obligations.
(d) Fraud means any dishonest conduct (act or omission), whether or not it constitutes a
criminal offence, deliberately intended to deceive others, to intentionally conceal items, to
violate or vitiate consent, to circumvent legal or regulatory requirements and/or to violate
internal rules in order to obtain illegitimate profit.
(e) Anti-competitive practices mean:
any concerted or implied practices which have as their object or effect the prevention,
restriction or distortion of competition within a marketplace, especially where they (i) limit
MAHA-METRO Tender No. P1ADM-08/2021
Page 56 of 83
access to the marketplace or free exercise of competition by other undertakings, (ii) prevent
free, competition-driven price determination by artificially causing price increases or
decreases, (iii) restrict or control production, markets, investments or technical progress; or
(iv) divide up market shares or sources of supply.
any abuse by one undertaking or a group of undertakings which hold a dominant position on
an internal market or on a substantial part of it.
any practice whereby prices are quoted or set unreasonably low, the object of which is to
eliminate an undertaking or any of its products from a market or to prevent it from entering
the market.
MAHA-METRO Tender No. P1ADM-08/2021
Page 57 of 83
SECTION -6
BIDDING & CONTRACT FORM
FORMS FOR BIDDING
(Form-B-1 to Form-B-10 is to be submitted by bidder along with the technical bid)
MAHA-METRO Tender No. P1ADM-08/2021
Page 58 of 83
FORM-B-1
LETTER OF PROPOSAL
(On Applicant's letter head) (Date and
Reference)
To,
(Name & address of Employer)
Name of Work: - Hiring of vehicles (Taxies) for Officials of Maharashtra Metro Rail Corporation
Limited (Pune Metro Rail Project)
Dear Sir,
With reference to your RFP Notification dated , I/we, having examined
all
relevant
document and understood their contents, hereby submit our Proposal for the work
of
Hiring of
vehicles (Taxies) for Officials of Maharashtra Metro Rail Corporation Limited (Pune Metro Rail
Project)
The proposal is unconditional and unqualified.
1. All information provided in the Proposal and in the Appendices, is true and correct and
all documents accompanying such Proposal are true copies of their respective originals.
2. This statement is made for the express purpose of appointment as Agency for the
aforesaid Project
3. I/We shall make available to the CLIENT any additional information it may deem
necessary or required for supplementing or authenticating the Proposal.
4. I/We acknowledge the right of the CLIENT to reject our application without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account
whatsoever.
5. I/We certify that in the last three years, we have neither failed to perform on any contract,
as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Applicant, nor been expelled from any
project or contract by any public authority nor have had any contract terminated by any
public authority for breach on our part.
6. I/We declare that:
(a) I/We have examined and have no reservations to the RFP Document, including any
Addendum issued by the CLIENT;
(b) I/We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice, as defined in Section-5A “Corrupt and Fraudulent Practices Policy” of the RFP
document, in respect of any tender or request for proposal issued by or any agreement
entered into with the CLIENT or any other Public-Sector enterprise or any government,
Central or State; and
(c) I/We hereby certify that we have taken steps to ensure that in conformity with the
provisions of Section 5 of the RFP, no person acting for us or on our behalf will engage in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.
7. I/We understand that you may cancel the Selection Process at any time and that you are
neither bound to accept any Proposal that you may receive nor to select the Bidder,
without incurring any liability to the Applicants in accordance with Sr. No. 10 of Section-2
of the RFP document.
8. Deleted.
9. I/We certify that in regard to matters other than security and integrity of the country,
we or any of our Associates have not been convicted by a Court of Law or indicted or
adverse orders passed by a regulatory authority which would cast a doubt on our ability
MAHA-METRO Tender No. P1ADM-08/2021
Page 59 of 83
to undertake the Consultancy for the Project or which relates to a grave offence that
outrages the moral sense of the community.
10. I/We further certify that in regard to matters relating to security and integrity of the
country, we have not been charge-sheeted by any agency of the Government or
convicted by a Court of Law for any offence committed by us or by any of our Associates.
1. I/We further certify that no investigation by a regulatory authority is pending either
against us or against our Associates or against our CEO or any of our Directors/ Managers/
employees.
2. I/We hereby irrevocably waive any right or remedy which we may have at any stage at
law or howsoever otherwise arising to challenge or question any decision taken by the
CLIENT and/ or the Government of Maharashtra in connection with the selection of
Bidder or in connection with the Selection Process itself in respect of the above-
mentioned Project.
13. Deleted.
14. I/We agree and understand that the proposal is subject to the provisions of the RFP
document. In no case, shall I/we have any claim or right of whatsoever nature if the
Consultancy for the Project is not awarded to me/us or our proposal is not opened or
rejected.
15. I/We agree to keep this offer valid for 120 Days (One Hundred & Twenty) days from the
Proposal Due Date specified in the RFP.
16. A Power of Attorney in favor of the authorized signatory to sign and submit this Proposal
and document is attached herewith in Form B-6.
17. In the event of my/our firm/ being selected as the Bidder, I/we agree to enter into an
Agreement in accordance with the form at Form C-2 of the RFP. We agree not to seek
any changes in the aforesaid form and agree to abide by the same.
18. I/We have studied RFP and all other document carefully and also surveyed the Project site.
We understand that except to the extent as expressly set forth in the Agreement, we
shall have no claim, right or title arising out of any document or information provided to us
by the CLIENT or in respect of any matter arising out of or concerning or relating to the
Selection Process including the award of Consultancy.
19. The Financial Proposal is being submitted in a separate cover. This Technical Proposal read
with the Financial Proposal shall constitute the Application which shall be binding on us.
20. I/We agree and undertake to abide by all the terms and conditions of the RFP Document.
In witness thereof, I/we submit this Proposal under and in accordance with the terms of
the RFP Document.
Yours
faithfully,
(Signature, name and designation of the authorized
signatory)
(Name and seal of the Applicant / Lead
Member
MAHA-METRO Tender No. P1ADM-08/2021
Page 60 of 83
FORM-B-2
(TO BE FURNISHED BY BIDDER ALONG WITH TECHNICAL BID)
1.
Bidder’s Name (Company Name) and Address
2.
Name of Proprietor/Partner/Director of
Company
3.
Certificate of incorporation/ Statutory
Registration /Shop Act License No. and
Validity Period/Date. Certificate No & Date
supported by copy of certificate.
(If applicable)
4.
Nature of Business & Establishment Year (as
mentioned in Incorporation certificate)
5.
Telephone Nos. of bidding
Mobile No.
Fax Nos.
E-mail
6.
Contact Person
Name
Designation
Mobile
E-mail
7.
Organizational Capability (staff strength)
Managers (Nos.)
Supervisors (Nos.)
Technicians
8.
GST/Service Tax No. Details:
9.
PAN Details:
PAN No.
Photocopy of PAN
Latest Income tax clearance certificate
10.
List any arbitration cases/ legal disputes on
Current/ previous projects - Mention name of
MAHA-METRO Tender No. P1ADM-08/2021
Page 61 of 83
project, reason for dispute, party filing the suit
and current status)
11.
Name & Signature of the person furnishing
the above statements
Notes: -
1. Every statement made in the pre-qualification format should be supported by
Documentary proof for consideration. Otherwise the tender is liable to be rejected.
2. Please note that quoting the lowest is not the criteria for selecting the Agency. It shall be
based on the eligibility, experience and performance of the Agency.
MAHA-METRO Tender No. P1ADM-08/2021
Page 62 of 83
FORM-B-3
DECLARATION
I, _____________________________________________________Son / Daughter /Wife
of
Shri. ______________________________________________Proprietor/Director, authorized
signatory of the bidder, mentioned above, is competent to sign this declaration and execute this
tender document;
1. I have carefully read and understood all the terms and conditions of the tender and
undertaketo abide by them;
2. The information / documents furnished along with the above application are true and
authentic to the best of my knowledge and belief. I / we, am/ are well aware of the fact
that furnishing of any false information/ fabricated document would lead to rejection of
my tender & forfeiture my Bid Security /EMD besides liabilities towards prosecution under
appropriate law.
Signature of authorized person
Full Name:
Seal:
Date:
Place
MAHA-METRO Tender No. P1ADM-08/2021
Page 63 of 83
FORM-B-4
Average Annual Turnover
Bidder’s Name: ________________
Date: ______________________
Tender No. and title: __________________________
Annual turnover data as per sr. No. 3.2.2 of Section-3
Sl. No.
Year
Amount INR
1
2017-2018
2
2018-2019
3
2019-2020
Average Annual Turnover*
Note: -
1. Attach certified copy of summary of balance sheet by Statutory Auditor for each year
mentioned above.
MAHA-METRO Tender No. P1ADM-08/2021
Page 64 of 83
Form-B-5
Summary of Experience
Bidder’s Name: ________________
Date: ______________________
Tender No. and title: ___________________________
Starting
Year*
Ending
Year
Contract Identification
Total Amount Receipt
Contract name: ____________________
Amount of contract: ___________________
Name of Employer: ____________________
Address: _____________________________
E-Mail ID of Employer__________________
Contract name: _________________________
Amount of contract: ___________________
Name of Employer: ___________________
Address: _________________________
E-Mail ID of Employer__________________
Contract name: ________________________
Amount of contract: ___________________
Name of Employer: ___________________
Address: _________________________
E-Mail ID of Employer__________________
MAHA-METRO Tender No. P1ADM-08/2021
Page 65 of 83
Form-B-6
POWER OF ATTORNEY
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of
execution.)
Know all men by these presents, We …………………………………………….(name and address of the
registered office of the bidder firm, as applicable) do hereby constitute, appoint and authorize
Mr./Ms…………………………………………………S/o----------------------------------(name and residential
address) who is presently employed with us and holding the position of ________________,(name
of the post of person in the bidding firm) as our Attorney to sign and execute the Contract
Agreement and any other requisite document in our name and our behalf for
‘……………….’_________ [name of the work] for Pune Metro Rail Project in response to the Bidding
Document dated ___________ (Tender No ) issued by Maharashtra Metro Rail Corporation
Limited (MAHA-METRO) (the Employer) and to do all or any of the acts, deeds or things necessary
or incidental to the above.
We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall be
binding on us and shall always be deemed to have been done by us.
All the terms used herein but not defined shall have the meaning ascribed to such terms under
the Bidding Documents.
Signed by the within named
...........................................[Insert the name of the executant company]
through the hand of
Mr. ……………………………………….
duly authorized by the head of the bidding firm to issue such Power of Attorney
Dated this ………………………. day of ………
Accepted
………………………………
Signature of Attorney
(Name, designation and address of the Attorney)
Attested
…………………………………
(Signature of the executant)
(Name, designation and address of the executant)
Common seal of bidding firm……………… has been affixed
……………………………………
Signature and stamp of Notary of the place of execution
WITNESS
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........………………….
2. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........………………….
MAHA-METRO Tender No. P1ADM-08/2021
Page 66 of 83
Notes:
1. The mode of execution of the power of attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and the same should be under common seal of the executant affixed in
accordance with the applicable procedure. Further, the person whose signatures are to be
provided on the power of attorney shall be duly authorized by the executant(s) in this
regard.
2. In the event, power of attorney has been executed outside India, the same needs to be
duly notarized by a notary public of the jurisdiction where it is executed.
3. Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a board resolution / power of attorney, in
favour of the person executing this power of attorney for delegation of power hereunder
on behalf of the executant(s).
MAHA-METRO Tender No. P1ADM-08/2021
Page 67 of 83
FORM B-6-A
UNDERTAKING
(In case the bidding firm is proprietorship firm and proprietor are the signatory of bid and this
undertaking enclosed in the bid in lieu of POA on letter head of bidding firm.)
I, ______________________(name), S/O_______________ (father’s name)
______________(address) is the proprietor of the bidding firm named as _____________ (firm’s
name) and authorize signatory as the owner of the bidding firm.
I undertake and owe the full responsibility of statement and information furnished with this bid
and abide by all conditions of this bid.
___________(SIGN)
___________(NAME)
MAHA-METRO Tender No. P1ADM-08/2021
Page 68 of 83
FORM-B-7
DECLARATION ABOUT FRAUD AND CORRUPT PRACTICES
We certify that in the last three years, we have neither failed to perform on any contract,
as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award, nor been expelled from any project or contract by any public
authority nor have had any contract terminated by any public authority for breach on our part.
We declare that:
a) We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as
defined in Section B of Fraud and Corrupt Practices of the Terms and Conditions of the document,
in respect of any tender or request for proposal issued by or any agreement entered into with the
Authority or any other public sector enterprise or any Government, Central or State; and
b) We have taken steps to ensure that in conformity with the provisions of Section B of Fraud
and Corrupt Practices of the Terms and Conditions of the document, no person acting for us or on
our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice.
c) We certify that in regard to matters other than security and integrity of the country, we or
any of our Associates have not been convicted by a Court of Law or indicted or adverse orders
passed by a regulatory authority, which could cast a doubt on our ability to undertake the Project
or which relates to a grave offence that outrages the moral sense of the community.
d) We further certify that in regard to matters relating to security and integrity of the country,
we have not been charge-sheeted by any agency of the Government or convicted by a Court of
Law.
e) We further certify that no investigation by a regulatory authority is pending either against
us or against our CEO or any of our directors / managers / employees.
Signature;
Name & Designation with office Seal
MAHA-METRO Tender No. P1ADM-08/2021
Page 69 of 83
FORM-B-8
AFFIDAVIT
(To be typed on Non-Judicial Stamped of appropriate value & notarized by Notary Public)
This affidavit is executed at (Place) ______ on________ (Date) by _____________ (Name of the
authorized person) behalf of ______________________ (name of the bidding firm), who is bidding
for the work_______________ (Name of the work), vide tender No________________ invited by
Maharashtra Metro Rail Corporation Limited
I/We hereby declare that: -
The bidders__________________ (Name of the bidding firm) have not been banned or blacklisted
by any Central / State government department or public sector undertaking of Govt. Of India of
any State Govt. of Indian Union, as on the date of Bid submission.
Simultaneously the bidder has not been listed in exclusion list of World Bank.
I undertake that the above statement made by me is true & nothing has been concealed. I am
aware that my candidature for the above bid shall be terminated by Maharashtra Metro Rail
Corporation Limited at any stage of bidding or even after award of the work or during the
execution stage of the above work. (In case of successful bidder), if the above statement is found
false or fabricated.
…………………………………
(Signature of the executant)
(Name, designation and address of the executant)
Common seal of bidding firm……………… has been affixed
……………………………………
Signature and stamp of Notary of the place of execution.
MAHA-METRO Tender No. P1ADM-08/2021
Page 70 of 83
FORM-B-9
AFFIDAVIT
(To be typed on Non-Judicial Stamped of appropriate value & notarized by Notary Public)
This affidavit is executed at (Place)______ on________ (Date) by _____________ (Name of the
authorized person) behalf of ______________________ (name of the bidding firm), who is bidding
for the work_______________ (Name of the work), vide tender No________________ invited by
Maharashtra Metro Rail Corporation Limited
I/We hereby declare that: -
1. I / We shall not deploy any person under the 18 years of age, which is prohibited &
punishable under Child Labour (Prohibition & Regulation) Act-1986 & its further
amendments.
2. I/ We ensure that no case of sexual harassment/abuses take place at my premises / Office
with the female employee out sourced to MAHA-METRO as per the provision of above bid,
if awarded to me/us. I am aware of the provision of “The sexual Harassment of women at
work place (Prevention. Prohibition & redressed act 2013)
I undertake that the above statement made by me is true & nothing has been concealed. I am
aware that my candidature for the above bid shall be terminated by Maharashtra Metro Rail
Corporation Limited at any stage of bidding or even after award of the work or during the
execution stage of the above work. (In case of successful bidder), if the above statement is found
false or fabricated or violate the relevant act of Govt. of India and Govt. of Maharashtra, I / We
shall be liable for punishment as per relevant act & law of Govt. of India and Govt. of Maharashtra
…………………………………
(Signature of the executant)
(Name, designation and address of the executant)
Common seal of bidding firm……………… has been affixed
……………………………………
Signature and stamp of Notary of the place of execution
MAHA-METRO Tender No. P1ADM-08/2021
Page 71 of 83
FORM-B-10
BID SECURITY DECLARATION
I, _____________________________________________________Son / Daughter /Wife of Shri.
______________________________________________Proprietor/Director, authorized
signatory of the bidder, mentioned above, is competent to sign this declaration.
I hereby “accepting that if the bid withdrawn or modified during the period of validity, or if
awarded the contract and fail to sign the contract, or to submit a performance security before the
deadline defined in the request for proposals (RFP) document, bidder will be suspended for the
period of time specified in the request for proposals document from being eligible to submit
Bids/Proposals for contracts with the Maha-Metro.”
Signature of authorized person
Full Name:
Seal:
Date:
Place
* The above declaration is mandated in accordance with Office Memorandum no.F.9/4/2020-PPD
dated: 12-Nov-2020 issued by Department of Expenditure, procurement policy division
MAHA-METRO Tender No. P1ADM-08/2021
Page 72 of 83
FORMS FOR CONTRACT
(To be used at the time of award of work to successful Bidder)
MAHA-METRO Tender No. P1ADM-08/2021
Page 73 of 83
FORM-C-1
NOTIFICATION OF AWARD
Letter of Acceptance
[Letterhead paper of the Employer MAHA-METRO]
[Date]
To:
[name and address of the Contractor]
This is to notify you that your Bid dated [date] for execution of the [name of the Contract and
identification number, as given in the Contract Data] for the Accepted Contract Amount [amount
in numbers and words] [name of currency], as corrected and modified in accordance with the
Instructions to Bidders, is hereby accepted by MAHA-METRO.
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________
You are requested to furnish the Performance Security @ 10% of awarded cost within 15 days in
accordance with the Conditions of Contract, using for that purpose one of the Performance
Security Forms included in Section 7 Bidding & Contract Forms, of the Bidding Documents
Authorized Signature:
Name and Title of Signatory:
Name of institution:
Attachment: Contract Agreement
MAHA-METRO Tender No. P1ADM-08/2021
Page 74 of 83
FORM-C-2
CONTRACT AGREEMENT
CONTRACT AGREEMENT
(Tender No. )
THIS AGREEMENT is made on the ________ day of ________________________, _____, between
Maharashtra Metro Rail Corporation Limited, a company incorporated under company act 2013,
vide CIN U60100MH2015SGC262054 having its registered office at Metro House, 28/2, Anand
Nagar, C K Naidu Road, Civil Lines, Nagpur 440001 and Project Office addressed as Pune Metro
Rail Project, The Orion Building, 1
st
Floor, 101, Opp. Don Bosco Youth Centre, Koregaon Park,
Pune-411001, hereinafter referred “the Employer” (which expression shall unless it be repugnant
to the context or meaning thereof be deemed to including his heirs, successors and legal
representative) of the one part,
and
(Contractor’s Name), having its registered office at (Contractor’s Address) hereinafter referred
the Contractor(which expression shall unless it be repugnant to the context or meaning thereof
be deemed to including his heirs, successors and legal representative), of the other part:
WHEREAS the Employer desires that the Works known as (Tender Name)should be executed by
the Contractor as the Employer has accepted the Bid of the Contractor for the execution and
completion of these Works and the remedying of any defects therein, for a sum including all taxes
and duties, input credit (if any) royalties, levies, custom tariff, cess etc. except Goods and Service
Tax (GST) as specified in Bid/ Tender documents hereinafter referred as “the Contract Priceof
INR ____(in figures) (INR (in words) Only.
The Employer and the Contractor agree as follows:
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as part of
this Agreement. This Agreement shall prevail over all other Contract documents.
(i) Performance Bank Guarantee No. ____________ issued by (Name of bank) on __.__.____
(date of issue) and valid up to __.__.____ (date of expiry) for INR ____(in figures) (INR (in
words) Only) submitted by (Contractor’s Name)
(ii) The Letter of Acceptance bearing No. __________ dated __.__.____ (date of issue of LOA)
along with all its annexures.
(iii) The Financial package opened on __.__.____ (date of submission)
(iv) The Letter of Bid and Appendix to Bid.
(v) The addenda /corrigenda Nos. ____________ issued by Maha-Metro.
MAHA-METRO Tender No. P1ADM-08/2021
Page 75 of 83
(vi) The entire bid documents issued by Maha-Metro by letter and e-mail.
(vii) The entire bid documents covering Technical Package and Financial Package along with
Tender clarifications, confirmations, and other compliances, duly accepted and
submitted by Contractor on __.__.____ (date of submission).
(viii) The completed Schedules and any other document forming part of the contract.
3. In consideration of the payments to be made by the Employer to the Contractor as specified
in this Agreement, the Contractor hereby covenants with the Employer to execute the Works
and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in
the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with the laws of India on the day, month and year specified above.
Employer: Maharashtra Metro
Rail Corporation Limited
Contractor: (Name of Contractor)
Signature
Signature
Name of Signatory:
Name of Signatory:
Designation:
Designation:
In the presence of:
In the presence of:
Witness:
Sign __________________________
Name
Address
Witness:
Sign_________________
Name
Address
MAHA-METRO Tender No. P1ADM-08/2021
Page 76 of 83
FORM-C-3
PERFORMANCE SECURITY
(Bank Guarantee)
Demand Guarantee)
Beneficiary: Date:
PERFORMANCE GUARANTEE No.:
Guarantor:
We have been informed that (hereinafter called "the Applicant")
has entered into Contract No. dated with the Beneficiary, for the
execution of (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a
performance guarantee is required.
At the request of the Applicant, we as Guarantor, waiving all objections and defences under
the aforementioned contract, hereby irrevocably and independently undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of ( ),
1
such
sum being payable in the types and proportions of currencies in which the Contract Price is
payable, upon receipt by us of the Beneficiary’s first demand supported by the Beneficiary’s
statement, whether in the demand itself or in a separate signed document accompanying
or identifying the demand, stating that the Applicant has failed to duly perform the
aforementioned contract, without the Beneficiary needing to prove or to show grounds for
your demand or the sum specified therein.
This guarantee shall expire, no later than the …. Day of …, 2…
2
, and any demand for
payment under it must be received by us at this office indicated above on or before that
date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a)
is hereby excluded.
[signature(s)]
1
The Guarantor shall insert an amount representing the percentage of the Accepted
Contract Amount specified in the Letter of Acceptance, less provisional sums, if any,
and denominated either in the currency(cies) of the Contract or a freely convertible
currency acceptable to the Beneficiary.
MAHA-METRO Tender No. P1ADM-08/2021
Page 77 of 83
2
Insert the date twenty-eight days after the expected completion date as described
in GC Clause 11.9. The
Employer should note that in the event of an extension of this date for completion
of the Contract, the Employer would need to request an extension of this guarantee
from the Guarantor. Such request must be in writing and must be made prior to the
expiration date established in the guarantee. In preparing this guarantee, the
Employer might consider adding the following text to the form, at the end of the
penultimate paragraph: “The Guarantor agrees to a one-time extension of this
guarantee for a period not to exceed [six months] [one year], in response to the
Beneficiary’s written request for such extension, such request to be presented to the
Guarantor before the expiry of the guarantee.”
Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.
MAHA-METRO Tender No. P1ADM-08/2021
Page 78 of 83
SECTION - 7
LIST OF DOCUMENT TO BE ENCLOSED
The tendering firm/company is required to enclose attested photo copies of the following
documents along with the Technical Bid, failing which their bids shall be summarily/out rightly
rejected and will not be considered any further:
SR.NO.
DESCRIPTION
1.
BID Index (Which shall include the description of document with page No.)
2.
Relevant Experience certificates (Completed work) as per Cl. No.3.2.1 , Section-3
3.
Summary of balance sheet mentioning Turn over (Certified by Statutory Auditor ) as
per Cl. No. 3.2.2, Section-3
4.
Copy of RC of 7 (seven) no’s of SUV or Sedan only registered in the name of Bidder)
as per Cl. No. 3.2.3, Section-3
5.
GST Registration No. as per Cl. No. 3.2.4, Section-3
6.
Income Tax Registration as per Cl. No. 3.2.5, Section-3 (Copy of PAN card of bidder to
be attached)
7.
Certificate of Incorporation / Statutory Registration/Shop Act License certificate (As
the case may be)as per Cl. No. 3.2.6, Section-3
8.
Proof of registered office in Pune District as per Cl. No. 3.2.7, Section-3
9.
Letter Of Proposal (Section-6) Form-B-1
10.
Bidder information (Section-6) Form- B-2
11.
Declaration ( Section-6) Form- B-3
12.
Average annual turnover (Section-6) Form-B-4
13.
Summary of Experience, (Section-6) Form B-5
14.
Copy of Power of Attorney or Proprietor’s undertaking (In case of proprietorship firm)
signing the bid. (Section-6)Form- B-6 or B-6A whichever is applicable
15.
Declaration about corrupt & fraudulent practices (Section-6) Form-B-7
16.
Affidavit as per (Section-6) Form B-8
17.
Affidavit as per (Section-6) Form B-9
18.
Bid Security Declaration (Section-6) Form B-10
19.
Copy of Digital Signature Certificate (DSC) of POA Holder Class II or III
MAHA-METRO Tender No. P1ADM-08/2021
Page 79 of 83
SECTION -8
FINANCIAL BID
(To be filled online on E-Tender Portal of MAHA-METRO only)
NAME OF THE WORK: - Hiring of vehicles (Taxies) for Officials of Maharashtra Metro Rail
Corporation Limited (Pune Metro Rail Project)
SCHEDULE A (Monthly Hiring Charges): -
SR.
NO.
DESCRIPTION
TYPE
UNIT
ESTIMATED
NUMBER OF
VEHICLE/MONTH
NOS OF
MONTHS
HIRING
FOR
UNIT
RATE IN
INR (TO
BE
QUOTED
BY
BIDDER)
TOTAL
QUOTED
AMOUNT
1
2
3
4
5
6
7
8=5X6X7
Hiring of passenger vehicle for office use of Maha-Metro including rental charges, operational
charges (wages of diver, POL, Maintenance, Insurance, all taxes, etc.) & other incidental charges
inclusive
10 Hours Duty Per day for 26 Days in a Month
2.
Swift desire or
Equivalent
(Max monthly
running up to
2080 Km)
AC
Per
vehicle
/
month
06
12
3.
Innova or
Equivalent
(Max monthly
running up to
2080 Km)
AC
Per
vehicle
/
month
02
12
Total (Schedule -A)
INR
MAHA-METRO Tender No. P1ADM-08/2021
Page 80 of 83
SCHEDULE B. (Daily Hiring Charges- To be hired On Daily Basis): -
SR.
NO.
DESCRIPTION
TYPE
UNIT
ESTIMATED
NUMBERS OF
DAYS OF HIRING
/ MONTHS
NOS OF
MONTHS
HIRING
FOR
UNIT RATE
IN INR (TO
BE
QUOTED
BY BIDDER)
TOTAL
QUOTED
AMOUNT
1
2
3
4
5
6
7
8=5X6X7
Hiring of passenger vehicle for office use of Maha-Metro including rental charges, operational
charges (wages of diver, POL, Maintenance, Insurance, all taxes, etc.)
Max daily running up to 80 Km and for 10 hours
1
Swift desire or
Equivalent
AC
Per
vehicle
/ day
10
12
2
Innova or
Equivalent
AC
Per
vehicle
/ day
10
12
Total (Schedule-B)
INR
*Note Pick up and Drop (40 KM and for 05 hours)-50% percent of rate quoted for Daily basis
MAHA-METRO Tender No. P1ADM-08/2021
Page 81 of 83
SCHEDULE -C (Hiring Charges To be hired for Outstation Duty Basis): -
POINTS TO BE NOTED:
1. No column should be left blank. Bidder is required to quote rates against each items
2. All rates to be quoted by the bidder in Indian National Rupees. (INR)
3. The above quoted rates by bidder shall be inclusive of all kind of insurance, all kind of
statutory taxes, cess (direct or indirect), maintenance charges, fuel charges, and
operational charges excluding GST.
4. GST shall be paid additionally as per actual on production of documentary proof of
payment per prevailing norms of Govt. Of India / Govt of Maharashtra.
5. Above quantity of vehicles are tentative & each items may vary up to 50% both way
(Positive or Negative). Successful bidder has to provide the services as per accepted
rate irrespective of quantum of variation in number of vehicle. Payment shall be done
as per accepted unit rate and services of actual number of vehicle availed by Maha-
Metro.
SR.
NO.
DESCRIPTION
TYPE
UNIT
ESTIMATED
NUMBERS OF
DAYS OF
HIRING /
MONTHS
NOS OF
MONTHS
HIRING
FOR
UNIT RATE
IN INR (TO
BE QUOTED
BY BIDDER)
TOTAL
QUOTED
AMOUNT
1
2
3
4
5
6
7
8=5X6X7
Hiring of passenger vehicle for office use of Maha-Metro including rental charges, operational
charges (wages of diver, POL, Maintenance, Insurance, all taxes, etc.)
Per Trip: Max running up to 300 Km and for 14 hours
1
Swift desire
or Equivalent
AC
Per
trip
05
12
2
Innova or
Equivalent
AC
Per
trip
04
12
Total (Schedule-C)
INR
MAHA-METRO Tender No. P1ADM-08/2021
Page 82 of 83
6. Successful service provider shall not have any claim upon the quoted amount &
deployment /engagement of number of vehicle proposed in the above BOQ. The
number of vehicles proposed in the BOQ is tentative & deployment / engagement of
vehicle shall be as per requirement &discretion of Maha-Metro (Pune Metro Rail
Project)
MAHA-METRO Tender No. P1ADM-08/2021
Page 83 of 83
END OF THE TENDER DOCUMENT