Gem Bidding 3595479 Final Document
Gem Bidding 3595479 Final Document
Dated: 18-07-2022
Bid Document
Bid Details
Bid to RA enabled No
EMD Detail
1 / 21
ePBG Detail
(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this Policy.
(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.
Beneficiary:
DDO
NACIN ZTI DELHI NBCC PLAZA TOWER 3 & 4 THIRD FLOOR PUSHP VIHAR SECTOR 5 SAKET NEW DELHI 110017
(Ddo Nacin Zti Delhi)
Splitting
1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria". If the bidder is OEM of the
offered products, it would also be exempted from the "OEM Average Turnover" criteria. In case any bidder is
seeking exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility for
exemption must be uploaded for evaluation by the buyer.
2. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria". If the bidder is OEM of the offered products, it would also be exempted from the "OEM
Average Turnover" criteria. In case any bidder is seeking exemption from Turnover / Experience Criteria, the
supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. Years of Past Experience required: The bidder must have experience for number of years as indicated above in
bid data sheet (ending month of March prior to the bid opening) of providing similar type of services to any
Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant contracts / orders to be
uploaded along with bid in support of having provided services during each of the Financial year.
4. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference for services, the bidder must be the Service
provider of the offered Service. Relevant documentary evidence in this regard shall be uploaded along with the
bid in respect of the offered service. If L-1 is not an MSE and MSE Service Provider (s) has/have quoted price
within L-1+ 15% of margin of purchase preference /price band defined in relevant policy, then 100% order
quantity will be awarded to such MSE bidder subject to acceptance of L1 bid price.
5. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
6. Past Experience of Similar Services: The Bidder must have successfully executed / completed at least one
2 / 21
single order of 80 % of the Estimated Bid Value or 2 orders each of 50 % of the Estimated Bid Value or 3 orders
each of 40 % of the Estimated Bid Value for similar service(s) in last three years to any Central / State Govt
Organization / PSU / Public Listed Company. Copies of contracts / work orders and documentary evidence of
successful execution / completion in support of Past Experience of Similar Services along with names, address
and contact details of clients shall be uploaded with the bid for verification by the Buyer.
Fleet of owned vehicles with service provider, (Please limit the number to up to 100% of the
vehicles demanded or 30 whichever is lesser):20
Drivers on Payroll (in Numbers) (Please limit the number to up to 100% of the vehicles demanded or
30 whichever is lesser):7
Number (upto 100%) of vehicles demanded should have been provided in a single contract to a
government agency in the past three years:7
Number (up to 100%) of vehicles demanded should have been provided in the past year to
government agencies:7
Rate Per Km for Extra Usage in excess of chosen package as per the Vehicle Type selected. In case
of bunch bid buyer must indicate extra KM rate for every Vehicle Type that is bunched::As per
guidelines of Transport department of Govt of NCT of Delhi
Rate Per Hour (Inclusive of GST) for Extra Usage in excess of chosen package:NA
Scope of Work:1658122556.pdf
Monthly Basis Cab & Taxi Hiring Services - Premium Sedan; 2500 Km X 320 Hours;
Local 24*7 ( 1 )
Technical Specifications
Specification Values
Core
Type of car (Please select at least 3 options) Maruti Suzuki Ciaz , Honda City , Hyundai Verna
Addon(s)
3 / 21
Consignees/Reporting Officer and Quantity
110017,NATIONAL ACADEMY
OF CUSTOMS, INDIRECT TAXES
& NARCOTICS, ZONAL
TRAINING INSTITUTE, NEW Duration in Months
1 Jitendra Kumar 1
DELHI, 3rd FLOOR, TOWER NO. : 12
3 & 4, NBCC PLAZA, PUSHAP
VIHAR SECTOR 5, SAKET NEW
DELHI-110017
Monthly Basis Cab & Taxi Hiring Services - Premium Sedan; 2000 Km X 320 Hours;
Local 24*7 ( 3 )
Technical Specifications
Specification Values
Core
Type of car (Please select at least 3 options) Maruti Suzuki Ciaz , Honda City , Hyundai Verna
Addon(s)
4 / 21
Consignee/Reporti Number of Additional
S.No. Address
ng Officer Vehicle(s) Requirement
110017,NATIONAL ACADEMY
OF CUSTOMS, INDIRECT TAXES
& NARCOTICS, ZONAL
TRAINING INSTITUTE, NEW Duration in Months
1 Jitendra Kumar 3
DELHI, 3rd FLOOR, TOWER NO. : 12
3 & 4, NBCC PLAZA, PUSHAP
VIHAR SECTOR 5, SAKET NEW
DELHI-110017
Monthly Basis Cab & Taxi Hiring Services - Sedan; 2000 Km X 320 Hours; Local 24*7 (
3)
Technical Specifications
Specification Values
Core
Type of car (Please select at least 3 options) Honda Amaze , Maruti Suzuki Dzire , Hyundai Xcent
Addon(s)
110017,NATIONAL ACADEMY
OF CUSTOMS, INDIRECT TAXES
& NARCOTICS, ZONAL
TRAINING INSTITUTE, NEW Duration in Months
1 Jitendra Kumar 3
DELHI, 3rd FLOOR, TOWER NO. : 12
3 & 4, NBCC PLAZA, PUSHAP
VIHAR SECTOR 5, SAKET NEW
DELHI-110017
5 / 21
Buyer Added Bid Specific Terms and Conditions
1. Generic
Supplier shall ensure that the Invoice is raised in the name of Consignee with GSTIN of Consignee only.
2. Certificates
Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.
Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers
for Service Support.
AVAILABILITY OF OFFICE OF SERVICE PROVIDER: An office of the Service Provider must be located in the
state of Consignee. DOCUMENTARY EVIDENCE TO BE SUBMITTED.
For fulfilling the experience criteria any one of the following documents may be considered as valid proof
for meeting the experience criteria:
a. Purchase Order copy along with Invoice(s) with self-certification by the bidder that supplies against the
invoices have been executed.
b. Execution certificate by client with order value.
c. Any other document in support of order execution like Third Party Inspection release note, etc.
6 / 21
No. of
Sr. Vehicles
No. Category Usage
required
2. 03
Mid-sized vehicle (three) To be used upto 25/26 days
A. The number of ‘staff car/ Mid-sized/ small sized’ vehicles mentioned above is not fixed but as
per the present requirement.
o If needed, the vendor should be able to provide more vehicles at the
same rates (Exclusive of taxes) and terms and conditions;
o At any time, this office will always have a right to surrender one or all
of the vehicles, if not required.
Out of the above 07 vehicles, 01 staff car and 01 mid sized and 01 small
sized vehicle will be deployed and utilized by the Centre of Excellence,
NACIN, New Delhi and two mid sized vehicles and two small sizes vehicles
will be deployed and utilized by Zonal Training Institute, NACIN, Delhi. Two
separate contracts will be signed by the bidder with the respective offices.
Data Sheet
Item Description
7 / 21
Tender No. File No: NACIN/I/(22)/OTH/17/2021-Admn-O/o ADG-
NACIN-ZC-Delhi
Date and time of Tender notice Available in Bid Document on GeM portal
issuance
Last date and time for Bid/Proposal Available in Bid Document on GeM portal
Bid Submission:
Bids shall be submitted online only on GeM Portal. Tenders and supporting
documents shall be uploaded through GeM Portal. A hard copy of the
Tender documents shall not be accepted. Tenderer should ensure that the
documents being uploaded by him are legible, and wherever possible
scanned copy of the original document should be uploaded instead of Xerox
copy.
8 / 21
1) The service provider should be a proprietorship/
partnership/registered firm/company. Also, the firm should have the
registered office in NCT of Delhi(not Branch office)
2) The tenderer should be duly registered with concerned Central/State
govt. authorities and should have fleet of at least 20 small/mid-sized vehicles
registered in the name of their associate firm/company registered in Delhi.
3) The service provider should have experience of providing vehicles to
any Central govt. department for at least 3 years (2019-20, 2020-21, 2021-
22) and relevant documents to substantiate the same should also be
submitted with the technical bid in the specified format (Annexure-E).
4) Financial bids of only those firms would be opened who qualify the
technical requirements. The contract for providing vehicles will be given to
the L-I tenderer (Firm who has quoted lowest rates) who fulfils all the terms
and conditions given in the tender document.
5) This office reserves the right to revise the requirement of vehicles
being hired. The tenderer shall be required to provide as many vehicles as
may be required by this office.
6) The tenderer shall ensure that the vehicle deployed by him are not
older than 03 years as on 01.09.2022 and have not met with any accident
and are in good running condition. Vehicles should be comprehensively
insured and should carry necessary permits/ clearance from the Transport
Authority or any other concerned authority. The vehicles should also carry
necessary pollution certificates issued by the competent authority.
Undertaking in this regard would be required to be submitted by the tenderer
along with technical bid.
7) The vehicles shall be for exclusive use of this Office and shall not
allowed to be used by the Service Provider for any other purpose.
8) The vehicles shall be made available on all days including Saturday,
Sunday & Holidays, if required.
9) In case of any breakdown of vehicle on duty, the service provider shall
make arrangement for providing another vehicle. In such a case, mileage from
garage to the point of breakdown would not be paid.
10) The tenderer should ensure that after getting the contract the drivers
deputed for service to this Office do not have any Police records/ Criminal
cases (previous or pending) against them. The service provider should make
adequate enquiries about the antecedents of the drivers before
deputing them for service to this Office.
11) The driver(s) shall observe all the etiquette and protocol while
performing duty. They should wear a proper uniform & must carry a mobile
phone in working conditions, for which, no separate payment shall be made
by this office.
12) The driver(s) deputed on duty should carry valid driving license.
9 / 21
13) This Office shall not be responsible for any challan, loss, damage or
any accident of the vehicle or to any other vehicles or for the injury to the
driver or to any other third party. The loss or damage or legal expenses on
this account shall be borne by the Service Provider. Undertaking in this regard
would be required to be submitted by the tenderer along with technical bid.
14) The drivers should be well conversant with the roads and routes of
Delhi/ NCR. The operation and functions of the drivers shall be governed as
per the Motor Vehicles Act and Rules.
15) The driver shall always remain with the vehicle during the entire
period of duty. In case of any need, they should seek permission from the
concerned officers.
16) There shall be no minimum mileage per day for vehicles on monthly
basis, however in case of any vehicle is utilized below 2000 kms/2500 Km in a
month, as the case may be, balance kms shall be carried forward and will be
adjusted against extra mileage, if any, in same category of vehicle, without any
extra cost to this office.
17) A separate log book shall be maintained for each vehicle. The rate for
extra kilometers shall paid as per rates of transport department of Govt. of NCT
of Delhi.
18) During the period of operation, the driver should not ordinarily be
changed unless desired/allowed by this office. If any vehicle does not report for
duty on any day(s) or the driver reports late or there is violation of any other
provision of the tender, then an amount calculated on pro-rata basis per day
shall be deducted from the monthly bill of that vehicle. The Service Provider
shall also be liable for a penalty of Rs. 500/- per day per Small Size Vehicle and
Rs.1000/- per day per Mid-Size or staff Vehicle for each such incident. Any such
penalty would be deducted by this office from the monthly bill without giving
any prior notice.
19) The service provider should provide a single contact person/ supervisor
for the fleet deployed to this office. It would be responsibility of the supervisor
to keep track of the vehicles, also any instruction regarding vehicles would be
communicated by this office to the supervisor through phone or WhatsApp. It
would be the responsibility of the supervisor to ensure that the vehicle
reaches the desired location and report to the desired officer within time.
20) This Office will reimburse taxes including GST, toll tax and parking
charges against production of documentary evidence. Proof of payment of
appropriate GST, toll and parking will be required to be submitted to this
Office.
21) All expenses relating to salary and allowances of the driver shall be
borne by the Service Provider. Like-wise all expenditure related to the vehicle
including insurance, maintenance & fuel etc. will also be borne by the Service
Provider.
22) The Service Provider shall undertake to indemnify the department
against all damages/charges arising on account of or connected with the
10 / 21
negligence of the Service Provider or his staff or any person under his control
whether in respect of accident/injury to the person or damages to the property
of any member of the public or any person or in executing the work or otherwise
and against all claims and demand thereof.
23) If the vehicles are not provided from the desired location, a penalty up
to Rs.500/- per day per Small Size Vehicle and up to Rs.1000/- per day per
Mid-Size or staff Vehicle can be imposed besides termination of contract.
24) The service provider shall provide the vehicle of the make/model as
per the terms of the contract/tender during the entire period of contract and
should not change the vehicle without prior information and approval from
this office. In emergency and rare circumstances, this condition can be waived
off by this Office temporarily.
25) The service provider will comply with labour laws in force and all liabilities
in this connection will be his responsibility.
26) The contract will be initially for a period of twelve months w.e.f.
01.09.2022 which may be further extended on satisfactory services on the
same terms and conditions.
27) In case quality of service by the Service Provider is found unsatisfactory,
this Office may terminate the contract after giving 15 days advance notice. In
case of such termination, services of other empanelled Service Providers will be
utilized at the contracted rates.
28) The bidder have to submit a Bid Security (Earnest Money) of
Rs.72960/- (Rupees Seventy two thousand nine hundred sixty only)
in the form of Demand Draft/ Fixed Deposit Receipt (FDR) or Bank
Guarantee from a Commercial Bank in favor of DDO, ZTI, NACIN,
New Delhi along with their bids. The Bid Security should remain valid
for a period of at least forty-five (45) days beyond the date of bid
validity.
29) On acceptance of the bid, the Service Provider has to submit Performance
Security of an amount equivalent to 5% of the value of the entire period of the
contract in the form of Fixed Deposit Receipt (FDR) or Bank Guarantee from a
Commercial Bank in favor of DDO, ZTI, NACIN, New Delhi at the time of
awarding the contract. The Performance security should remain valid for a
period of at least sixty days beyond the date of completion of the contract.
30) During the period of this agreement, any matter which has not been
specifically covered by this agreement shall be decided by the competent
authority of this Office whose decision shall be final.
31) No conditional bids shall be entertained by this Office and all conditional
bids will be rejected summarily.
32) In case of any dispute of any kind and in any respect whatsoever, the
decision of this Office shall be final and binding.
33) This Office reserves the right to require fulfillment of other conditions, not
expressly mentioned, which are consistent with the use of vehicles on hire by
11 / 21
this office.
34) Contract can be terminated by either party prematurely by giving
advance notice of one month.
35) Only vehicles registered as Taxi or public transport vehicle shall be
provided to this office.
36) Vehicles running on either Petrol or Diesel only should be provided to this
office. Maximum ceiling price is Rs.50,000/- per month for staff vehicle or
mid- sized vehicle and Rs.40,000/- for small-sized vehicle.
37) Scanned copies of all the documents which have been requested in the
Annexures and this tender document shall be uploaded and should be clearly
visible. The Financial Bid/Bids will be taken up only if the technical
specifications are found satisfactory otherwise the Tender will be straight way
rejected.
38) Bidder to upload ITR for last three financial years.
39) The bidders under MSME/Startup India Category are exempted from the
past experience and turnover criteria and submission of EMD and accordingly
proof of exemption of same must be attached.
Encls:
Annexure-A: Technical
Bid
Annexure-B: Technical
Bid undertaking
Annexure-C: Price Bid undertaking
Annexure-D: Tender Acceptance letter
Annexure-E: Experience Details
Annexure-F: Detail of Regular drivers
Annexure-G: Details of current fleet of
vehicles
12 / 21
(3) The Web Master, CBIC (earlier CBEC), New Delhi with a request to
upload the same on the official website.
Annexure ‘A’
TECHNICAL BID
Qualifying criteria for Quotation
No.
13 / 21
Particulars of Demand Draft/Bankers’
cheque/ pay Order
Date:
Drawn on:
Branch:
Signature
Name of Authorized
Signatory
14 / 21
Annexure B
To,
Dear Sir/Madam,
If the work of providing vehicles to your office on Monthly hiring basis is
provided to me, then I undertake that:
1. The vehicles provided by me to your office would be of latest model
and would not be older 01.09.2019.
2. I would ensure that the drivers provided by me to your office do not
have any Police records/ Criminal cases (previous or pending) against
15 / 21
them. I would make adequate enquiries about the antecedents of the
drivers before deputing them for service to this Office.
3. Your office shall not be responsible for any challan, loss, damage or
any accident of the vehicle or to any other vehicles or for the injury to
the driver or to any other third party. The loss or damage or legal
expenses on this account shall be borne by me.
4. I undertake to indemnify the department against all damages/charges
arising on account of or connected with the negligence on my part or my
staff or any person under my control whether in respect of
accident/injury to the person or damages to the property of any member
of the public or any person or in executing the work or otherwise and
against all claims and demand thereof.
5. I undertake that, with this bid, we have uploaded the Registration
Certificate of all the vehicles being offered.
6. I undertake that we have valid PUC, Insurance, fitness certificate and
all other required documents in respect of the vehicles being offered in
this bid, as per laws in force in this context.
7. I understand that non compliance of any condition of this tender
document will result in disqualification of my bid.
Signature
Name of Authorized
Signatory
Annexure C
To,
16 / 21
Dear Sir/Madam,
1. I/We (name) submit
the Price Bid
for
(Tender name/no.)
and related
2. I/We have thoroughly examined and understood all the terms and
conditions as contained in the Bid document, and agree to abide
by them.
3 I/We offer to work at the rates as indicated in the price Bid.
4 I/We undertake that I /We have carefully studied all terms and
conditions of the tender and shall abide by them. Further, it is
certified that I/We have never been blacklisted by any Govt./PSU
Department.
Signature
Name of Authorized
Signatory
Annexure-D
TENDER ACCEPTANCE LETTER
(To be given on Company/Firm Letter Head)
Dat
e:
To,
17 / 21
Tender Reference No:
Signatu
re Name of Authorized
Signatory
Annexure-E
Experience
Details
(Copy of completion certificates to be attached)
18 / 21
Hiring Number of Completi
S. No. Name of Period vehicles on
hirer supplied certificat
e date
2021-22
1
2020-21
2
2019-20
3
· Experience certificate would be considered for that
financial year in which minimum 7 month’s service has
been provided
Annexure F
Details of Regular
Drivers
(Minimum 7 drivers details required)
19 / 21
Annexure G
Details of Current fleet of vehicles
(Minimum 20 vehicle details required. Also clear copy of RC, Insurance &
PUC to be attached)
(Yes or No)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
20 / 21
7. Buyer Added Bid Specific ATC
Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the
bidding process, its outcome, and consequences thereof including any eccentricity/restriction arising in the
bidding process due to these ATCs and due to modification of technical specifications and/or terms and
conditions governing the bid. Any clause incorporated by the Buyer such as demanding Tender Sample,
incorporating any clause against the MSME policy and Preference to make in India Policy, mandating any Brand
names or Foreign Certification, changing the default time period for Acceptance of material or payment timeline
governed by OM of Department of Expenditure shall be null and void and would not be considered part of bid.
Further any reference of conditions published on any external site or reference to external documents/clauses
shall also be null and void. If any seller has any objection/grievance against these additional clauses or
otherwise on any aspect of this bid, they can raise their representation against the same by using the
Representation window provided in the bid details field in Seller dashboard after logging in as a seller within 4
days of bid publication on GeM. Buyer is duty bound to reply to all such representations and would not be
allowed to open bids if he fails to reply to such representations. Also, GeM does not permit collection of Tender
fee / Auction fee in case of Bids / Forward Auction as the case may be. Any stipulation by the Buyer seeking
payment of Tender Fee / Auction fee through ATC clauses would be treated as null and void.
This Bid is governed by the General Terms and Conditions, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions is contradicted by the conditions stipulated in Service Level
Agreement, then it will over ride the conditions in the General Terms and Conditions.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action
in accordance with the laws.
---Thank You---
21 / 21