×

Personnel and Administration


Tender No : 3300008089
Tender Type : E-Domestic

Posted Date : 18-02-2021
Closing Date : 10-03-2021

Tenders are invited for the following work:
Name of Work Hiring of car service in MRPL Bangalore office
Tender Fee (in INR)
Tender Fee (in USD)
Tender Forms Issue-Start Date & Time 18-02-2021 09:00:00
Tender Forms Issue-Closing Date & Time: 10-03-2021 15:00:00
Prebid conference Place / Date / Time: NA
EMD(in INR) : 0.00
EMD(in USD) : 0.00
Product Category: Hiring of Vehicles
Tender Category: Services
Form of Contract: Fix - Rate
Tenders - Bid Closing date and time: 10-03-2021 15:00:00
Tender Opening Date & Time: 10-03-2021 15:30:00
Site location: Bengaluru
Job Completion Time: As per tender
Contact Person from MRPL: Shailendra Kumar Tiwari
Engineer
Materials Dept., MRPL, Kuthethoor P.O., Via Katipalla, MANGALORE, INDIA - 575 030
0824-2882244
shailendra.tiwari@mrpl.co.in
Contact Person from MRPL: From Antares Systems Limited
Mr Dilip Ranganath
Tel : 0824-2882248
e mail : eps@mrpl.co.in
website : https://www.tenderwizard.com/MRPL

Job Description:
Hiring of car service in MRPL Bangalore office

Special Instructions:
As per tender

QUALIFYING CRITERIA:


  1. योग्यतापूर्व मानदंड / Pre-Qualification Criteria




 





  1. i. वित्तीय टर्नओवर / Financial Turnover




 





















a





Average Annual Financial Turnover during the last 3 years ending 31st March of the previous financial year should be at least





          



           Rs 29.65 Lakhs





 





  1. पूर्व अनुभव / Past Experience




 



The Bidder should have experience of having successfully carried out and completed “Similar works” during the last 7 years ending last day of the month previous to the one in which tenders are invited, which experience should be any one of the following:



 









































a





Three Similar completed works, each costing not less than





 



Rs. 39.54 Lakhs





b





Two Similar completed works, each costing not less than





 



Rs. 49.42 Lakhs





c





One Similar completed works, costing not less than





Rs. 79.07 Lakhs





 



Note





  1. Similar Works Definitions: Bidder should be a tourist taxi operator or transport service provider with having operational experience in providing light vehicles in any organization /Industry.


  2. All above indicated amounts are exclusive of Service Tax / GST.




 





  1. Pre-qualification criteria with respect to Prior Turnover and Prior experience may be relaxed for Micro & Small Enterprises (to the extent of 15%) as per GOI guidelines subject to meeting of quality and technical specifications. (For example, if PQC value applicable to other than MSE bidders is `. 100 /-, the same shall be `. 85 /-  for MSE bidders).




 





  1. 4. No relaxation to startup companyr.t prior turnover and experience criteria.




 





  •   Other Criteria




 





  1. The bidder should own at least 05 (Five) vehicles as per listed models in the scope of work, not more than 03 years old as on bid closing date in his name and submit registration certificate in support of ownership (RC, PUC, Insurance in the name of bidder) along with the bid.


  2. Bidders who have been issued orders for similar works in MRPL during the last 5 years and/or Bidders who have executed similar jobs in MRPL shall provide Satisfactory Performance Certificate from MRPL.


  3. Bidder has to quote for all items as per price bid for each area and this is to be confirmed in the format provided along with the technical bid.


  4. Experience of only the Bidding Entity shall be considered, in-house experience (where for the past experience referred for qualification, the contractor and the Owner belonging to the same organization) shall not be considered as a valid experience for the purpose of qualification.


  5. The bidder should not be under a black-list/ holiday list of any state/central government department or undertaking (including PSUs). Bidder shall give a declaration to this effect.


  6. Joint venture / Consortium bids shall not be permitted for this tender.




 



Note Bidder is required to provide the following documentary proof in support of meeting Pre-Qualification Criteria along with their technical bid





  1. Annual reports containing Audited balance sheets and Profit & Loss statement, in support of their fulfilling the qualification criteria. . (In case the last Financial closing date is within 9 months of bid due date and audited annual report of immediate preceding Financial year is not available, bidder has the option to submit the Financial details of the three previous years immediately prior to the last Financial year. Otherwise, it is compulsory to submit the Financial details of the immediate three preceding Financial years.)


  2. Bidder shall furnish documentary evidence covering similar work mentioned above, but not be limited to :



    1. Copies of work orders with relevant pages of contract and SOR,


    2. Proof of Completion / completion certificate indicating value of work completed against above order, in support of their fulfilling the qualification criteria.








 



Note: Work order completion certificate furnishing the value as per PQC to be submitted i.e., if the contract is extended, it should be continuous & total value of the extended contract shall be considered for PQC. However, completion certificate should clearly mention the total completed value to meet as per PQC.





  1. Other relevant documentary evidence for all the above mentioned criteria. (As applicable for the tender)


  2. All documents furnished by bidder in support of meeting the experience criteria of PQC shall be




 



EITHER



“Duly certified by Statutory Auditors of the Bidder or a practicing Chartered Accountant (not being an employee or a director or not having any interest in the bidder(s) company/firm) where audited accounts are not mandatory as per law.



OR



“Duly notarized by any Notary Public in the bidders country.



 





  1. MRPL reserves the right to complete the evaluation based on the details furnished without seeking any additional information.


  2. Acceptance of all terms & conditions of the tender and compliance to minimum wages, with undertaking by the bidder duly signed & stamped with bidders’ seal.




 





  1. रद्द करने संबंधी  मानदंड / Rejection Criteria    




 





  1. Bids received after the due date and time of bid submission shall be summarily rejected.


  2. EMD: Bid received without Bid security declaration in place of EMD for the tender along with the bid duly signed shall be liable for rejection.




However, Govt. Dept. /PSUs/ firms registered with NSIC/MSE (Micro & Small Enterprise), vendors registered with District Industries Center (DIC) , Startups are exempted from submission of Bid security declaration. Such bidders shall submit relevant documentary proof towards exemption, along with technical bid of the tender.





  1. Offer sent without having the prescribed bidding document of MRPL, non-adherence to technical / commercial terms & conditions, Unpriced bid and Price bid not in the prescribed format, incomplete bids and bids with deviations to the tendered scope of work shall be liable for rejection.


  2. Non-compliance to any of PQC/BEC will be liable for rejection.


  3. Bidder’s failure to enter into Integrity Pact as applicable for the Tender along with the bid duly signed shall be liable for rejection.


  4. If technical bid & price bid are submitted together.


  5. Bids found to have been submitted with falsified/ incorrect information.


  6. Offer shall be liable for rejection if Bidder is in the Holiday/ Blacklist of any CPSU/ State PSU/ Central or State Government Undertaking. Bidder shall give a self-declaration to this effect.


  7. Consortium / Joint bids shall not be accepted.


  8. Bidder to quote for all items enlisted in the BOQ, otherwise bid shall be rejected.


  9. Offers not meeting statutory requirement are liable for rejection.


  10. All supporting documents for PQC should be notarized failing which the bids are liable to be rejected.




 





  • बोली मूल्यांकन मानदंड /Bid Evaluation Criteria (बीईसी / BEC)




 





  • The bidder should accept in Toto the Technical specification and Scope of work given in the Tender with no deviations as per clauses of the tender document.




 





  • Techno-Commercially accepted bids will be evaluated commercially on (Part- A + Part- B) L-1 basis, i.e., lowest landed cost to MRPL on (Part- A + Part- B).  Optional Item (Part –C  & Part- D) will not be considered for evaluation, however, L-1 bidder will be required to match itemized L-1 rates for optional items.




 





  • In case of tie in overall L-1, then the bidder with higher turnover (3 years Annual turnover as per PQC# I) will be considered as lowest ranking tenderer. Accordingly Purchase preference for MSE’s bidders will be considered based on turnover.