Reserve Bank of India
Issue Department, Lucknow
Tender Notice for Lifting and Transportation of Coin Bags
Part I
Name of the Tenderer:
Address:
Last date of Submission of bids November 09, 2015 until 14.00 hours
Date of Pre-bid Meeting October 30, 2015 at 16.00 hours at Issue
Department, Reserve Bank of India, 8-9,
Vipin Khand, Gomti Nagar, Lucknow-
226010
Date of Opening of Tender (Part I) November 09, 2015 at 15.00 hours
4
Table of Contents
Item Description Page No.
PART – I
Section I Form of tender 7-8
Section II General instructions to tenderer(s) & special conditions 9
2 - 2.3 Constitution and Eligibility of Tenderer 9
2.4 Part I – Scope of work and Commercial conditions 9-10
2.5 Part II – Price 11
2.6 Pre-Bid Meeting 11
2.7 Opening of tender 12
2.8 Validity of tender 12
2.9 Lowest tender not necessarily to be accepted 12
2.10 Earnest Money, Security Deposit & Bank Guarantee 12-13
2.11 Terms of contract and payment 13-16
2.25 Taxes 16
2.26 Insurance 17
2.27 Termination 17
2.28 Duties of Contractor 17-18
2.29 Damages 19
2.31 Conflict of Interest 20
2.32 Corrupt of Fraudulent Practices 20-21
Section III Scope of work 22-23
Section IV Details to be filled in by tenderer(s) 24-27
Annexes
I Pro-forma of Bank Guarantee for ` Two crore 28-30
II District-wise list of Currency Chests 31-33
PART - II
Price Bid 35-36
5
Reserve Bank of India
Issue Department, Lucknow
PART I
Scope of work and commercial conditions
Tender Notice for Lifting and Transportation of Coin Bags (Section I to IV)
6
Section I
Form of Tender Place ___________
Date ____________
The Regional Director Reserve Bank of India Issue Department Lucknow
Madam / Dear Sir,
We have carefully examined the specifications, general instructions and special
conditions relating to the work specified in the memorandum hereinafter set out and
having visited and examined the site/s of the work specified in the said memorandum and
having acquired the requisite information relating thereto as affecting the tender, I / we
hereby offer to execute the work specified in the said memorandum within the time
specified in the said memorandum at the rates mentioned in the Part II (Price Bid) and in
accordance with specifications and instructions in writing referred to in articles of
agreement, general instructions to the tenderer(s) and special conditions by and in all
other respects, in accordance with such conditions in so far as they may be applicable.
MEMORANDUM
(a) Description of work Tender for lifting and transportation of packed coin bags
from Reserve Bank of India, Lucknow to currency chests at different places in Uttar Pradesh (as detailed in Annex II).
(b) Estimated cost `. 75 - 80 lakh
(c) Mode of payment As per clause 2.11 of General Instructions to contractors
and Special Conditions.
(d) Earnest Money `1,60,000 /-
(e) Security Deposit `4,00,000/-
7
(f) Execution of scope of work at the quoted rates from December 01, 2015.
One Year ( till November 30, 2016)
2. I / we also agree that our tender will remain valid for acceptance by the Bank for 90
days from the date of opening of Part I of the tender and this period of validity can
be extended for such period as may be mutually agreed between the Bank and me /
us in writing.
3. Should this Tender be accepted, I / we hereby agree to abide by and fulfill all the
Terms and Conditions of the Tender and in default thereof, to forfeit and pay to you
or your successors, or assignees or nominees such sums of money as are
stipulated in the conditions contained in the tender together with the written
acceptance of the Contract.
4. I / we understand that you reserve the right to accept or reject any or all the tender
either in full or in part without assigning any reason therefore.
5. The Tender is submitted in two parts, i.e., Part I and Part II in separate sealed
envelopes. Part I contains all commercial terms and conditions and technical
particulars and Part II contains only the price bid in the Bank's pro-forma.
Dated this-------- day of---------- 2015.
For and on behalf of M/s ---------------------------------------------------------
(Signature with seal)
Name
Designation
Place
Date
(Certified true copy of the Power of Attorney of the above signatory should be
enclosed).
Witnesses
(1) Signature with
Name, address and date
(2) Signature with
Name, address and date
8
Section II GENERAL INSTRUCTIONS AND SPECIAL CONDITIONS
2. Constitution and Eligibility of Tenderer Tenderer must be an entity fulfilling following conditions: 2.a Should have minimum 5 years’ experience in undertaking transportation work.
2.b Should have minimum yearly turnover of `80.00 lakh during the last 3 years supported
by audited financial statements.
2.c Should have completed two or more such contracts each costing not less than `40.00
lakh during the last five years (works completed on or after March 31, 2010).
2.d An office / local representative at Lucknow for execution of the contract in case contract
is awarded to the tenderer for:
(i) signing of all documents,
(ii) supply of vehicles to carry out the scope of work mentioned in the tender
document including loading/unloading of coin bags. 2.e The contractor shall provide 05 (Five) full metal-bodied covered GPS enabled trucks
having loading capacity of 9 tonnes each with doors and locking arrangement. The trucks
shall be exclusively used for transport of coins.
2.f. The contractor shall have financial means to submit a Bank Guarantee of `
2,00,00,000/- (` two crore only). The tenderer must furnish a certificate from his banker that
the tenderer has sufficient means to offer such a Bank Guarantee and an undertaking from
his/her banker that should the contract be allotted to the tenderer, the banker shall issue a
Bank Guarantee in favour of the Bank. Such bank guarantee should be obtained from
scheduled commercial bank.
Tenderers should submit documentary evidence in support of their possessing the required qualifications. A tender submitted by an entity who is found not to be satisfying the above criteria will be rejected. 2.1 The Tender shall be prepared and submitted, separately in sealed envelopes in two
parts, viz. Part I and Part II clearly indicating on the covers "Part I – Scope of work and
Commercial conditions" and "Part II – Price Bid", respectively. The covers shall be super
scribed “Part I - Tender for Lifting and Transportation of packed coin bags" and “Part II –
Tender for Lifting and Transportation of packed coin bags - Price Bid” and addressed to The
9
Regional Director, Reserve Bank of India, 8-9, Vipin Khand, Gomti Nagar, Lucknow -
226010 and should reach the office not later than 14.00 hours IST on November 09, 2015.
Telegraphic, Fax and E-mail tenders will not be accepted. The full name, postal address, e-
mail address and telefax / telephone number of the tenderer shall be written on the bottom
left corner of the sealed envelope. Insertions, postscripts, additions and alterations shall not
be valid unless confirmed by the tenderer’s signature. All copies of the tenders should be
completed in all respects with all attachments/ enclosures/ Annexes.
2.2 Tenderers are advised to use only the forms (tender forms) issued by the Bank / forms
downloaded from the website. In case the tenders are submitted from downloaded tender
forms from the website, if any change/modification thereto is found subsequently, such
tenders are liable for disqualification. However, if they desire to submit additional relevant information, they may do so on their own letter head/paper. Each page of the forms shall be signed. 2.3 The tender, duly sealed, may be deposited in the ‘Quotation Box’ kept in the Issue
Department, Ground Floor, Reserve Bank of India, 8-9, Vipin Khand, Gomti Nagar,
Lucknow 226010 within the stipulated time / date. No tender will be received after 14.00 hours on November 09, 2015 under any circumstances whatsoever.
2.4 Part I – Scope of work and Commercial Conditions 2.4.1 Part I, shall contain the un-priced tender consisting of complete scope of work
and commercial conditions in an envelope superscribing Part I. Earnest money
either in the form of DD / pay order drawn on a scheduled commercial bank .
2.4.2 Part I of the tender as submitted shall contain the following:
(i) Earnest money in the form of DD/pay order drawn on a scheduled
commercial bank for ` 1,60,000/- favouring Reserve Bank of India,
payable at Lucknow.
(ii) Power of Attorney/authorization (backed by authorization) with the seal of the
company/firm in the name of the person signing the tender documents.
(iii) Documents required to be submitted under the tender and
(iv) Any other relevant information the tenderer wishes to furnish.
2.4.3 The tenderers are advised to visit the site/s of work/s / activities, viz. Bank
premises and acquaint themselves with the site conditions before submission of
tender.
2.4.4 The tenderers are advised to submit the tender strictly based on the General
Conditions of the Contract and Scope of work and Commercial conditions 10
contained in the tender documents and not to stipulate any deviations. If
acceptance of the terms and conditions given in the tender documents has any
price implications, the same should be considered and included in the quoted
price. The tender containing deviation from the terms and conditions is liable to
be rejected.
2.4.5 All information, correspondence/letters shall be submitted and addressed to The
Regional Director, Reserve Bank of India, 8-9, Vipin Khand, Gomti Nagar,
Lucknow 226010.
2.5 Part II – Price Bid
Part II, containing price bid in a separate envelope super scribing Part II
supplied along with the tender.
(a) This part shall contain prices in Indian Rupees only with detailed break-up of
price as per format (Part II) both in figures and words. No other enclosure is
permitted in Part II. Change of terms and conditions and technical
deviations, if any, found in Part II of the tender will not be taken into account
and will be treated as null and void.
(b) The tenderer must use only the forms issued by the Bank to fill in the rates.
The tender form must be filled in English or Hindi and all entries must be
made by hand and written in ink. If any of the documents is missing or unsigned, the tender may be considered invalid by the Bank at its discretion.
(c) Rates should be quoted both in figures and in the specified columns. All
erasing and alterations made while filling in the tender must be attested by
initials of the tenderer. Overwriting of figures is not permitted. Failure to
comply with either of these conditions will render the tender void at the
Bank’s option. No request for any change in rate or conditions after the
opening of the Part II tender will be entertained.
(d) The rates quoted shall be deemed to be for the finished work and shall be
firm and binding without any escalation whatsoever. 2.6 Pre-Bid Meeting
A pre-tender briefing meeting of the intending tenderers will be held at 16.00 hours on October 30, 2015 in Issue Department, RBI, Lucknow – 226010 to
clarify any point/doubt raised by them in respect of the tender. No separate
communication will be sent for this meeting. All the intending tenderers are 11
advised to be present and study the tender documents. They may indicate any
points/conditions/specifications, which need to be clarified during the meeting.
These issues will be discussed and all the tenderers will be advised suitably. The
tenderers are expected to get all the issues clarified during this meeting and
therefore should desist from deviating from the Bank's tender
conditions/specifications in their Part I and Price bids (Part II).
2.7 Opening of Tender Part I of the tenders will be opened on November 09, 2015 at 15.00 hours IST in
the presence of tenderers. Price bid (Part II) of only such of those tenderers who
are found eligible after scrutiny of their Part I of the tenders will be opened on a
subsequent working day which will be intimated to all the eligible tenderers.
It is mandatory for the tenderers to remain present themselves or depute their
authorized representative during the opening of Part I and Part II of the tenders.
2.8 Validity of Tender The Tender along with the prices shall remain valid initially for a period of 90 days
from the date of opening of Part I of tender, which period may be further extended
by mutual agreement in writing by the Tenderer and the Tenderer shall not cancel
or withdraw the tender during this period.
2.9 Lowest Tender Not Necessarily To Be Accepted
2.9.1 The Bank is not bound to accept the lowest or any tender or to assign any reason
for non-acceptance.
2.9.2 The tenderer whose tender is not accepted shall not be entitled to claim any
costs, charges, damages and expenses of and incidental to or incurred by him
through or in connection with his submission of tenders, even though the Bank
may elect to modify/withdraw the tender.
2.10 Earnest money, Security Deposit and Bank Guarantee 2.10.1 Interested tenderers shall pay as Earnest Money, a sum of `1,60,000/- (`One
Lakh Sixty Thousand only) by Demand Draft / pay order drawn on scheduled
commercial bank payable to Reserve Bank of India, Lucknow. The EMD will be
returned to the unsuccessful bidders. No interest shall be paid on EMD. On
award of work, the EMD shall be adjusted towards Security deposit that is
payable by the successful bidder.
2.10.2 On receipt of an intimation from the Bank of the acceptance of his/their tender,
the successful tenderer shall sign an agreement and shall submit a Security 12
Deposit of `4,00,000/- (Rupees Four Lakh only ) within a week of such
intimation. Security Deposit may be furnished in the form of cash or DD/ pay
order issued by a scheduled commercial bank. No interest shall be paid on
Security Deposit. It will be returned to the contractor after the satisfactory
completion of work.
2.10.3 The contractor will be required to submit an irrevocable Bank Guarantee (as per Annex I ) issued by a scheduled commercial bank in India in favour of the Bank for the amount of `2,00,00,000/- (Rupees Two crore
only) to cover the value of coins in remittances. The Bank reserves the right
to increase the value of the Bank Guarantee depending upon the amount of
remittance. The bank guarantee shall be valid for a period of three months beyond the contract period.
2.10.4 The written acceptance to the Reserve Bank of India by the successful tenderer
will constitute a binding contract between the Reserve Bank of India and the
person so tendering, whether such formal agreement is or is not subsequently
executed.
2.10.5 Tender not accompanied by DD/ pay order drawn on a scheduled commercial
bank for EMD is liable to be rejected. Under no circumstances EMD will be
accepted in the form of fixed deposits of the bank or insurance guarantee or
cheque.
2.10.6 Should the successful tenderer fail to furnish the Security Deposit, EMD shall
be forfeited without prejudice to his being liable for any further loss or damage
incurred by the Bank.
2.11 Terms of Contract and Payment 2.11.1 On receipt of intimation from the Bank of the acceptance of his/ their tender, the
successful tenderer shall be bound to implement the contract and in case of default,
Earnest Money Deposit shall stand forfeited. The successful tenderer shall sign an
agreement immediately. The written acceptance by the tenderer shall constitute a binding
contract between the Reserve Bank of India and the tenderer, whether such formal
agreement is or is not subsequently executed. Once the agreement comes into force, the
contractor has to provide transportation/containers to the Bank at the rates quoted and
under no circumstances escalation in rates will be entertained by the Bank. The contractor
is liable to be penalized on account of any breach of terms and conditions of the agreement.
13
2.11.2 As the treasure will be handed over to the contractor at his own risk, the contractor
has to ensure necessary security arrangements which may include deputing trained armed
personnel as escort during the movement/transportation of the coins/treasure. Obtaining the
necessary permissions/approval of the concerned State Police shall be the responsibility of
the contractor. Close co-ordination with Police Stations will have to be maintained by the
contractor.
2.11.3 The payment for transport and delivery of coins will be made to the Contractor on
production of the invoice / bills together with the delivery certificate/receipt issued by the
destination chests. Bills will be paid after rounding off the final amount to the nearest rupee
(portion not below 50 paise being rounded off to rupee and those below that amount being
ignored). Any request for increase in rates during the currency of the agreement will not be
entertained under any circumstances.
2.11.4 All compensation or other sums of money payable by the contractor to the Bank
under the terms of this Contract may be deducted from the security deposit.
2.11.5 The contractor shall not assign the contract to any third party except with the written
prior consent of the Bank. In case of breach of the condition, the Bank may serve a notice in
writing on the contractor rescinding the Contract whereupon the security deposit shall stand
forfeited to the Bank without prejudice to the other remedies available to the Bank against
the contractor.
2.11.6 The contractor shall comply with all applicable laws including various labour laws.
Depending upon the applicability of Contract Labour (Regulation and Abolition) Act, 1970,
the contractor should possess a valid licence from the Office of the Assistant Labour
Commissioner, Government of India, Lucknow and also comply with the other requirements
of the above Act/Rules and also comply with the other labour laws of the country for utilizing
the required labour.
2.11.7 The maintenance of all types of record in respect of the contract labour employed by
the contractor would be his own responsibility.
2.11.8 It is obligatory on the part of the contractor to pay wages which should not be less
than minimum wages as prescribed by the appropriate authority, to his contract labour,
retrenchment compensation, notice pay, gratuity and bonus as payable and the Contactor is
liable to provide all welfare measures to the contract labour as required under applicable
laws. In case RBI is required to pay to the contract labour employed by the contractor the
same shall be recovered from amounts payable to the contractor and contractor shall not
object to such appropriation / recovery. 14
2.11.9 The contractor shall get the police verification done of the labours engaged for the
purpose of execution of this work every six months and the same shall be provided to Bank.
2.11.10 The person engaged by the contractor shall be employee of the contractor and
neither the contractor nor his employee shall have any right to claim any employment in the
Bank.
2.12. The contractor agrees to abide by and fulfill all the terms and conditions of the tender
and in default thereof, Bank will be at liberty to forfeit the security deposit towards any loss /
damages suffered by the Bank.
2.13.The contractor should be of substantial means and maintaining an account with one of
the public sector banks/scheduled commercial banks. The name of the bank and nature of
account maintained should be furnished.
2.14 The tenderer should give name and addresses of the parties where the contractor has
rendered such services in the past. Copies of audited financial statements and copies of
partnership deed/MAA & Certificate of incorporation, if applicable, are required to be
submitted to the Bank.
2.15 The contract period shall be initially for one year (December 01, 2015 to November 30, 2016) which can be extended by the Bank at its option for further two years, one year
each at a time without any variation in terms and conditions of the contract agreement and
subject to satisfactory performance of the contract terms.
2.16 The operations to be entrusted to the contractor will be time-critical. Therefore, the
contractor should supply sufficient and adequate number of labours, full metal-bodied
covered GPS enabled trucks having loading capacity of 9 tonnes each with locking
arrangements at such notice as may be specified by the Bank. The contractor shall supply
adequate number of adult and able-bodied labours along with adequate number of vehicles
as specified to carry out lifting and transportation of packed coin bags, failing which the
Bank will have the right to adjust all the charges borne by the Bank on account of delay.
2.17 In case of any breakdown, the contractor should be able to provide the services of
additional container/standby vehicle so that the remittance of the treasure is not delayed.
2.18.The Bank will use trucks/containers which are fitted with GPS or wireless/mobile
communication.
2.19 The successful tenderer will have to submit a list of the healthy, strong and able bodied
labours whom he would engage when the contract is finalized and should give their
complete names and addresses/recent passport size photographs with a character
15
certificate. The antecedents and character of the labours shall be verified from the Police
Department before the commencement of the contract.
2.20 The contractor will be required to deliver coins to the designated currency chests
against their receipt in the appropriate format and to submit the same for the settlement of
the bills.
2.21 The Bank shall make payment of bills on monthly basis. The payment will be made
within 15 days after the submission of bill complete in all respects. In case of deficiencies,
the Bank shall inform the contractor to provide the additional information / documents within
15 days of receipt of the bill. The Bank shall pay interest at the rate of 3% per annum, if bill
payment is delayed by more than two months on account of delay attributable to the Bank.
2.22 The contractor selected shall be solely responsible for full compliance with the
provisions of “the Sexual Harassment of women at work place (Prevention, Prohibition and
Redressal) Act, 2013”. In case of any complaint of sexual harassment against the person of
the contractor within the premises of the Bank, the complaint will be filed before the Internal
Complaints Committee constituted by the Contractor and the contractor shall ensure
appropriate action under the said Act in respect of the complaint. Any complaint of sexual
harassment from any aggrieved person of the contractor against any employee of the Bank
shall be taken cognizance of by the Regional Complaints Committee constituted by the
Bank, if any. The contractor shall be responsible for any monetary Compensation that may
need to be paid in case the incident involves the persons of the contractor, for instance any
monetary relief to Bank’s employee, if sexual violence by the persons of the contractor is
proved. The contractor shall be responsible for educating its persons about prevention of
sexual harassment at work place and related issues.
2.23 In the event of any discrepancy between the two versions, the English version would
be treated as the authentic one and shall prevail over the Hindi version.
2.24 The contractor should thoroughly go through the contents of the format of the standard
agreement and only such of those who are willing to fulfill all the terms of the agreement
and the above terms and conditions should submit the tender.
2.25 Taxes The prices quoted shall be inclusive of all taxes, duties, local levies, work contract tax,
Value Added Tax (VAT) imposed by Central/State Government / Local Bodies. If the
tenderer fails to include such taxes and duties in the tender, no claim thereof will be
entertained by the Bank afterwards. As per Indian laws, income tax will be deducted at
16
source and a certificate for the same will be issued to the contractor. The bid will be exclusive of Service Tax. 2.26 Insurance The treasure should be adequately insured. The contractor shall take all insurances at his
cost to cover all kinds of risks from the time the consignment leaves the starting point to
destination and completion of the work, in the joint names of the Bank and the contractor
and it shall cover the following risks:
• Transit insurance for transportation for the maximum amount of the treasure in
consultation with the Bank
• Workmen compensation policy for the persons of the contractor.
Note: These policies shall be valid for the accepted contract period. A copy of
insurance shall be provided to the bank.
2.27 TERMINATION The agreement entered with the successful tenderer may be terminated by either of the
parties by giving three months’ notice in writing of such termination to the other party. If the
contractor fails to carry out any of his obligations/duties in terms of such agreement or
violates any terms and conditions of the said agreement, the contract may be terminated by
the Bank forthwith and security deposit shall stand forfeited and the contractor shall not
have any objection to such forfeiture. In case of earlier termination, neither party will have
any claim against each other. In case of failure to enter into contract or non-satisfactory
performance by the contractor, the Bank may proceed to take such remedial action as may
be necessary, at the contractor’s risk and expenses and without prejudice to any other
rights which the Bank may have against the contractor under the contract.
2.28 DUTIES OF THE CONTRACTOR (i) The contractor agrees that he shall at all times during the validity period of the
agreement, within a time of twelve hours from the receipt of written or verbal notice from the
Bank arrange for the lifting, transportation and delivery of coins to the currency chests/small
coin depots located at various places mentioned in the Annex II. However, the verbal
notice/request for arrangement of vehicle/s shall be followed by written request.
(ii) The contractor shall ensure to the satisfaction of the Bank that the transport vehicles (full
metal-bodied covered GPS enabled trucks having loading capacity of 9 tonnes with doors
and locking arrangements provided by him for transport of coins are suitable for the purpose
and that they are roadworthy and in good condition. The final decision as to whether the
Vehicles / trucks meet the said requirements or not will be that of the Bank. 17
(iii) The instructions issued by the Bank shall be complied with by the contractor even if it is
necessary to work beyond the ordinary business hours or on the days declared as public
holiday under any Statute/Act or Notification by the Central Government or any other State
Governments.
(iv) If the contractor’s labours have to work beyond ordinary business hours, the Bank will
not pay any overtime or extra remuneration to the contractor.
(v) During exigencies or in urgent cases as may be decided by the General Manager /
Deputy General Manager, Issue Department it would be sufficient for the Bank to issue
notice of six hours to the contractor for transportation of coins and he shall comply with the
same.
(vi) The coins packed in plastic gunny bags will be loaded in to the contractor’s vehicles /
trucks by the contractor. The unloading of the consignment of coins at the destination
currency chests / depots shall also be done by the contractor for local remittances as well
as for non-local outstation remittances also. The Bank will not pay any additional charges
other than the charges mentioned in the schedule, if delivery for more than one destination
is combined with one trip.
(vii) The Contractor will not transport goods of any other person in the vehicles/trucks
carrying the consignment of coins of the Bank.
(viii) The contractor shall ensure that the consignments of coins are delivered at the
destination currency chests during the normal working hours of the chests.
(ix) The contractor shall obtain a delivery certificate / receipt in the prescribed format from
the destination currency chest/small coin depots as proof of having delivered the coins and
submit the said receipt to the Bank to enable the Bank to settle the bills of the contractor.
(x) Any notice (other than urgent notice) issued by the Bank may be countermanded by the
General Manager/ Deputy General Manager, Issue Department by issuing a separate notice
to the contractor informing of such countermand either in writing or orally or on telephone
followed by written communication in not less than three hours before the time fixed for
transport of coins. In such an event, the Bank shall not be liable to make any payment to the
contractor by way of remuneration, compensation or otherwise.
(xi) The contractor shall comply with the obligations arising under the Contract Labour
(Regulations and Abolition) Act, 1970, Minimum Wages Act, Workmen’s Compensation Act,
1923, The Private Security Agencies (Regulations) Act 2005, Private Security Agency
Registration Act, 2005 and other applicable laws. In the event of any liability arising on
account of any breach of non-compliance of statutory requirements by the contractor, the 18
Bank shall have the right to recover the losses suffered by way of adjustment from the
pending bills or other amounts payable to the contractor or otherwise recover it through
other legal means.
2.29 DAMAGES During the transport, the contractor’s representatives will take proper care and precautions
for the protection of the treasure so that the treasure is delivered to the destination
chests/depots safely and in good condition.
(I) The coins are to be transported at the contractor’s risk. If during the transit, the treasure
is lost or damaged due to accident, theft, defective container / trucks or act of dishonesty or
fraudulent conduct on the part of the contractor or the workers employed by him or any
other reason whatsoever, the contractor will be liable for the loss or damage to the treasure.
If the treasure is lost or damaged in transit, the contractor will immediately inform the Bank
about the loss or damage along with the place where the container are kept and the Bank
will send its representative to assess the damages, before the consignment is delivered to
the destination. The contractor shall be liable to pay to the Bank the amount of loss or
damages assessed together with the expenses incurred by the Bank due to the loss or
damages.
(II) If it comes to the notice of the General Manager / Deputy General Manager, Issue
Department, RBI, Lucknow that on account of default of the contractor there has been
insufficiency, delay, failure or such other defects in the transport and delivery of coins to the
destination chests, the Bank shall have the right to cancel the requisition given to the
contractor. In such an event, the Bank shall make alternative arrangements for the transport
and delivery of coins and also hold the contractor liable for all the expenses incurred by the
Bank and damages in this regard irrespective of whether a fine is imposed or not. The Bank
will be at liberty to adjust the said amount from the dues payable to the contractor.
2.30 LIQUIDATED DAMAGES / INDEMNITY
(I) Time is the essence of the contract, therefore the contractor should stick to the time lines
specified for the execution of the work. In the event of delay by the contractor in complying
with the instructions in the notice issued by the Bank indicated at para 6, the General
Manager / Deputy General Manager, Issue Department, RBI, Lucknow may, at his/her
discretion impose a fine not exceeding `500/- (Rupees Five hundred only) for every hour or
part of an hour’s delay. However, if such delay is less than half an hour on any occasion,
the General Manager / Deputy General Manager, Issue Department, RBI, Lucknow shall not
impose the fine but shall give warning to the contractor. Even after such warning, if again 19
delay occurs whether on the next day or any succeeding occasion and whether such delay
is for half an hour or less, the said fine shall be imposed on the contractor. However, it
would be open to the contractor to satisfy the General Manager / Deputy General Manager,
Issue Department, RBI, Lucknow that such defaults were due to reasons beyond his control
and he could not avoid the default despite taking all reasonable steps. If the General
Manager / Deputy General Manager, Issue Department, RBI, Lucknow is satisfied about the
reasons put forth by the contractor, he/she may, at his/her discretion, choose not to impose
any fine.
(ii) The amount of damages or loss suffered by the Bank and any fine imposed may be
deducted by the Bank from the charges payable to the contractor and/or recovered from
him.
2.31 Conflict of Interest (i)The Tenderer shall not have a conflict of interest. All tenderers found to have a conflict
of interest as mentioned below will be disqualified.
(a) Tenderers in two different applications have controlling shareholders in common.
(b) Tenderers (including their personnel) that have a business and family relationship with
such members of the RBI staff who are directly or indirectly involved in the tender will not
be awarded the contract.
2.32 Corrupt or Fraudulent Practices RBI requires that tenderers under this contract observe the highest standard of ethics
especially during the currency of the contract. In pursuance of this policy, RBI:
(a) Defines, for the purpose of these provisions, the terms set forth below as follows:
i. ‘Corrupt practices means the offering, giving, receiving or soliciting of
anything of value to influence the action of public: and
ii. ‘Fraudulent practice’ means a misrepresentation of fact in order to influence
the execution of a contract to the detriment of the Employer, and include
collusive practice among tenderers / bidders (prior to or after bid submission)
designed to establish bid price at artificial non-competitive level and to
deprive the Employer of the benefit of free and open competition.
iii. ‘Collusive practice’ means a scheme or arrangement between two or more
bidders, design to establish bid prices at artificial, non-competitive level; and
iv. ‘Coercive practice’ means harming or threatening to harm, directly or
indirectly the person or their property to influence their participation in the
procurement process or affect the execution of a contract. 20
(b) Will reject proposal for award of work if it is determined that the tenderer
recommended for award has engaged in corrupt or fraudulent practice in
completing for the contract in question,
(c) Will declare a bidder ineligible, either indefinitely or for a stated period of time, to
be awarded a contract /contracts, if it at any time determines that the bidder has
engaged in corrupt or fraudulent practices in completing for, or in executing the
contract.
2.33 Debar / Disqualification
In the event of failure to enter into contract or execute the work, the Bank reserves the
right to debar the successful bidder from award of any contract in the Bank. The Bank also
reserves its right to debar the contractor who fails to discharge the contractual obligation
under this contract. The Bank shall issue a 10 days’ notice to the contractor before
debarring the contractor.
I / we hereby declare that I / we have read and understood the above instructions for the
guidance of tenderers and contents of the standard agreement and accept the same.
Signature of the Tenderer
Address: SEAL
21
Tender Notice for Lifting and Transportation of Coin Bags Section III
3.1 Scope of Work
3.1.1 The scope of work/activities involves providing of:
(i) Adequate number of adult and able-bodied labours for lifting/loading, unloading
of packed coin bags; and
(ii) Minimum five numbers of full metal-bodied covered GPS enabled trucks having
loading capacity of 9 tonnes with doors and locking arrangements to
transport packed coin bags from Reserve Bank of India, Lucknow to currency chests at different places in Uttar Pradesh (as detailed in Annex II).
3.1.2 The above work/activities have to be carried out in a proper, careful, expeditious
and workman-like manner. The complete work/activities should be carried out without
causing any damage to the packed coin bags. The use of mechanised tools like fork
lifts / stackers, trolleys, etc. for lifting, stacking, moving coin bags are permitted and the
cost of such equipment and their maintenance shall be borne by the contractor.
3.1.3 The weight of packed coin bags weighs 9 kg to 19 kg depending upon
denominations.
3.1.4 The vehicles should conform to all the norms of Regional Transport Authority with
valid permits. The vehicles when fully loaded with packed coin bags should not exceed
the permissible laden weight of the vehicle.
3.1.5 The tenderers are advised to visit the site/s of work/s / activities, viz.
Bank premises and acquaint themselves with the site conditions before tendering.
3.1.6 The details of work/activities for the purpose of quoting rates (separately in Part II
– Price Bid) are as under:
(i) Lifting, loading, unloading of packed coin bags with adequate number of labours;
(ii) Transportation of packed coin bags in full metal-bodied covered GPS enabled
trucks having loading capacity of 9 tonnes with doors and locking
arrangements from Reserve Bank of India, Lucknow to currency chests at different places in Uttar Pradesh (as detailed in Annex II), etc.
(iii) unloading and stacking of packed coin bags at the destination; 22
(iv) All the above activities to be carried out with adequate number of labours
and specified vehicles at the risk of the contractor with adequate armed
security arrangements.
3.1.7 The costs to be included are for all the above activities including labours and their
insurance, tools and tackles whenever used and for supply of GPS enabled full metal-
bodied covered trucks/ containers with locking arrangements, armed security
arrangements as specified. The rate per km quoted should be all inclusive, i.e. should
include all applicable taxes, vehicle hire charges, labour charges, loading/unloading
charges, insurance charges, charges for security arrangements, night detention
charges, charges for return trip, minimum number of hours, etc. No extra charges will be
payable except the quoted rates. However, the rates shall be exclusive of Service Tax.
3.1.8 The tenderer/s should quote rates for the entire work/activities.
3.1.9 The contractor or his authorized representative should be present to supervise the
work of labours and should remain in the Bank as long as the work under the contract is
in progress.
23
Tender Notice for Lifting and Transportation of Coin Bags Section IV
Details to be filled in by tenderer A. Details of the Tenderer
Sr. No.
Particulars Details
1 Name of the Tenderer 2 Address (Please furnish proof of
address like Telephone Bill, Electricity Bill, Mobile Bill etc.) i)Registered Address ii) Local Address of Lucknow (if any)
3 Telephone Numbers (Landlines) i)Registered Address ii) Local Address /local representative’s address at Lucknow (if any)
4 Mobile Numbers (i)Registered Address
(ii) Local Address at Lucknow (if any)
5 Fax Numbers i) Registered Address
ii) Local Address at
Lucknow (if any)
6 E-mail addresses 7 Income Tax PAN (Furnish
Photocopy)
8 PAN/TAN (Furnish Photocopy)
24
9 Service Tax Registration Nos. (if
any) (Furnish Photocopy)
10 License Number (under Section 12 (1) of the Contract Labour (Regulation and Abolition Act 1970). Please furnish a copy of the License (in case of applicability)
11 Constitution of the tenderer (Furnish documentary evidence like Memorandum / Articles of Association, Partnership Deed etc.)
12 Names of the Proprietor/Partners/Directors (Furnish documentary evidence like Memorandum / Articles of Association, Partnership Deed etc. and PAN Numbers in support )
13 Number of GPS installed Full Metal Covered Trucks with Door and Locking arrangements owned by the tendered (Submit copies of the Certificate of Registration, Insurance Policies, Fitness Certificates, PUC, evidence of GPS installation etc. for each vehicle)
14 Maximum number of GPS enabled Full Metal Covered Trucks with Door and Locking arrangements which the tenderer can arrange at a time if demanded by the RBI.
15 Number of labours available with contractor
16 Maximum number of labours the tenderer can mobilise at a time if so required by the RBI.
17 Current Account Number and date of opening of the same
18 Name and address of the bank and the branch where the account is maintained (Please submit a certificate from the bank or a cancelled cheque form in support of the same)
19 Details of contracts which had been carried out in the past or are under existence 25
at present. Please furnish documentary evidence like self-certified copies of contract award letters, agreements, certificates issued by previous users.
Sr. No.
Name of the institution
Address of the institution
Telephone Number
Period of the contract
Value of the contract
i
ii
iii
iv
v
vi
20 Names and Phone Numbers of the contact person for conveying requisitions for vehicles and labours
Name Designation Phone Number
Mobile Number
Fax No. E-mail address
21 Details of the Ernest Money Deposit i Number of the Demand Deposit /
pay order
ii Amount (in digits and words) iii Name of Bank iv Name of the Branch v Address of the Branch
vi Telephone Number of the Branch vii Mobile Number viii Fax Number ix E-mail Address
26
B. Details of the Vehicles
Sr. No.
Make and Type
Capacity (in Tons)
Registration No.
Permit Number
Expiry date of the fitness certificate issued by the RTO
Height of the vehicle
Locking arrangements available in the vehicle
Insurance Policy Type and Expiry Date
1
2
3
4
5
IMPORTANT NOTES 1. The loading and unloading of coin bags shall be carried out in a closed area called
the safety yard as per the instructions of RBI.
2. The vehicles employed for transporting of coin bags shall be installed with Global
Positioning System (GPS) for tracking them.
3. The Tenderers are advised to visit the site/s of work/s / activities, viz. Bank premises
and acquaint themselves with the site conditions before tendering.
Signature of the Tenderer with Seal Place: Date:
27
ANNEX I (Proforma of Bank Guarantee)
The General Manager/Deputy General Manager
Reserve Bank of India
Issue Department
Lucknow
Madam / Dear Sir,
Bank Guarantee No.:
Amount of Guarantee: `2,00,00,000/- (` Two Crore Only)
Guarantee Cover Period: From:_ _ _ _ _ _ _ _ _ _ _ _ to _ _ _ _ _ _ _ _ _ _ _
Last Date of lodgment of claim
1. This deed of guarantee executed on this _____ day of ____of the year Two Thousand
Fifteen by ________________________ _________ _________________ (Name of
Banker) having its registered office at _______________ (place) and one of its local
offices at ______________ and wherever the context so requires includes its
successors and assigns (hereinafter referred to as ‘the Guarantor), in favour of Reserve
Bank of India, a Body Corporate established under the Reserve Bank of India Act, 1934
and having its Central Office at Central Office Building, Shahid Bhagat Singh Road,
Mumbai - 400 001, INDIA and having an office, inter-alia, at Lucknow and wherever the
context so requires includes its successors and assigns (hereinafter referred to as the
Principal).
2. The Principal has entered into a contract for transportation and delivery of treasure with
______ ________ ______ _________________, a Company/Partnership Firm/Sole
Proprietorship/HUF registered under ______________________________ and having
its registered office at ______________and an office at
………………………………………………………………….Lucknow wherever the context
so requires includes its successors and assigns (hereinafter referred to as ‘The
contractor’).
28
3. Under the said Contract, the contractor is required to furnish to the Principal at their own
cost, a Bank Guarantee for an amount of `2,00,00,000/- (` Two Crore Only) for
undertaking and fulfilling the work of transportation of coins to the designated offices as
stipulated in letter Lucknow Currency Rem- _ _ _ _ _ _ _ _/_ _ _ _ _ _ _ 2015-16 dated
_ _ _ _ _ _ 2015.
4. The Guarantor, at the request of the contractor (who is the constituents of the
Guarantor) agreed to issue a bank guarantee for the purpose of the said agreement on
behalf of the contractor. The Principal has agreed that the contractor shall undertake
and complete the work of transport and delivery of coins to the designated places
/offices as per the specifications and conditions stipulated in the tender document and
other connected documents and also in tune with the instructions issued by the Principal
or his subordinate officers in this regard.
5. The Guarantors binds itself to pay to the Principal an amount up to `2,00,00,000/- (`two
crore only) immediately pursuant to any demand made by the Principal. The Guarantee
of the Guarantor shall continue to exist not withstanding any dispute which may exist or
arise between the Principal and the contractor. It would not be necessary on part of the
Principal to give any reason/s or in any way satisfy the Guarantor for invoking the Bank
Guarantee within the time stipulated in it and the very fact that a demand has been
made by the Principal shall be sufficient for the Guarantor to construe that the conditions
for invocation of the Guarantee are fully met by the Principal. The payment by the
Guarantor on invocation by the Principal shall be without any delay, demur, reservation,
context recourse or protest or without any reference to the contractor. The Guarantor
undertakes not to revoke the Guarantee during its currency, as agreed at the time of its
execution, without previous written consent of the Principal and further agrees that the
Guarantee herein contained shall continue to be enforceable until and unless it is
discharged earlier by the Principal by giving a written notice of such discharge.
6. The Principal shall have the fullest liberty to extend from time to time, the time for
performance of the Contract by the contractor or vary the terms of the Contract without
affecting the liability of the Guarantor under this Guarantee. The Principal shall have the
fullest liberty, without affecting the liabilities of the Guarantor under this Guarantee, to
postpone from time to time any power vested in them or any right which they might have
against the contractor and to exercise the same in any manner and to either enforce or
forebear any covenants contained or flowing from the Contract between the Principal
and the contractor or any other remedy or security available to the Principal. The 29
Guarantor shall not be released of its obligations under the present Guarantee by any
exercise by the Principal of its liberty or right with reference to the matters aforesaid or
any of them or by reason of any other act of forbearance or other acts of omission or
commission on the part of the Principal or any other indulgence shown by the Principal
or any other matter or thing whatsoever which under the law would, but for this
provision, have effect of relieving the Guarantor.
7. The Guarantor also agrees that the Principal, at its option, shall be entitled to enforce
this Guarantee against the Guarantor as if the Guarantor is the principal debtor in the
first instance without proceeding against the contractor and not withstanding any
security or other guarantee/s that the Principal may have/hold in relation to the
contractor’s liabilities.
8. Notwithstanding anything contained hereinabove, the liability of the Guarantor shall be
limited to `2,00,00,000/- (` Two Crore Only) in aggregate and it shall remain in force up
to _ _ _ _ _ and including _ _ _ _ _ _ _ 2015 at which time it shall, unless extended
from time to time for such period as may be instructed in writing by the contractor on
whose behalf this guarantee has been issued, expire.
9. This Guarantee shall not be affected by the reconstitution of the contractor or by getting
it absorbed with any corporation, company or any other body and this Guarantee shall
be available to and enforceable against such body or corporation as the case may be.
Any claim under this guarantee should reach the Guarantor on or before _ _ _ _ _ _ _ _
10. Notwithstanding anything contained hereinabove:
a) Liability of the Guarantor under this Guarantee is limited to ` 2,00,00,000/- (`
Two Crore Only).
b) The Guarantee shall remain in force and effect up to _ _ _ _ _ _ .
c) Unless a notice to enforce a claim is given in writing on or before _ _ _ _ _ _ , the
rights under this Guarantee shall be extinguished and the Guarantor shall be
relieved of and discharged from all liabilities there under.
In witness whereof the Guarantor, through its authorized officer, has set its hands and
stamp on this.
Witnesses Witnesses
Signature: Name: Designation: Address:
Signature: Name: Designation: Address:
30
Annex II
District-wise List of Currency Chest under the Jurisdiction of RBI, Lucknow
Name of Currency Chests Barabanki GHAZIPUR
Lucknow 1 SBI BARABANKI 1 SBI GHAZIPUR
1 SBI AMINABAD 2 SBI,Fatehpur, Barabanki 2
SBI,Mohammdabad, Ghazipur
2 SBI,ChandarNagar,Lucknow 3
SBI RAM SANEHIGHAT 3 SBI SAIDPUR
3 SBI LUCKNOW CANTT. 4 SBI RUDAULI 4 SBI ZAMANIA
4 SBI JAWAHAR BHAWAN 5 BOI BARABANKI 5 UNBK GHAZIPUR
5 SBI MOHANLAL GANJ BALLIA
6
SBI, CAB , MotiMahalMarg, Lucknow Raibareily 1 SBI BALLIA
7 SBP LUCKNOW 1 SBI,Lalganj,Raibareli 2 SBI BANSDIH 8 CBI,Hazratganj,Lucknow 2 SBI RAI BARELI 3 SBI RASRA 9 UNBK LUCKNOW 3 SBI SALON 4 SBI KOTWA
10 Bk of Maharashtra, ALIGANJ,LUCKNOW 4 SBI ITI, RAI BARELI 5 SBI CHITTBARA GAON
11 BOI Aishbagh 5 PNB RAI BARELI 6 CBI BALLIA 12 BOI GOMTI NAGAR 13 DENA BANK LUCKNOW Hardoi GORAKHPUR 14 CANB LUCKNOW 1 SBI BILGRAM 1 SBI BANSGAON
15 BOB,Gomti Nagar, Lucknow 2 SBI HARDOI 2 SBI BARHALGANJ
16 PNB,Hazratganj,Lucknow 3 SBI SANDILA 3 SBI GORAKHPUR
17 PNB,GomtiNagar,Lucknow 4 SBI,Shahabad,Hardoi 4 SBI GOLABAZAR
18 UCOB LUCKNOW 5 BOI HARDOI 5 SBI PIPIGANJ
19 IOB LUCKNOW 6 SBI,RailwayColony,Gorakhpur
20 SYND LUCKNOW AmbedkarNagar 7 SBI SAHJANWA
21
Indian Bank,RajaniKhand-Lucknow 1 SBI AKBARPUR 8 SBI KHOONIPUR
22 ALBK LUCKNOW 2 SBI TANDA 9 CBI GORAKHPUR 23 OBC LUCKNOW Pratapgarh 10 UNBK GORAKHPUR
24 VijayaBank,Lucknow 1 SBI KUNDA 11 BOI,Taramandal,Gorakhpur
25 ICICI LUCKNOW 2 SBI PATTI 12 BOB GORAKHPUR 26 HDFC BANK LUCKNOW 3 SBI PRATAPGARH 13 PNB URDUBAZAR
31
27 Axis Bank, MG Marg, Lucknow 4 BOB PRATAPGARH 14
PNB IND. AREA, GORAKHPUR
15 Uco Bank, Park Road, Gorakpur (U.P)
16 AlBK GORAKHPUR 17 OBC Gorakhpur Sultanpur Faizabad Sitapur 1 SBI AMETHI 1 SBI,Bikapur,Faizabad 1 SBI BISWAN 2 SBI MUSAFIR KHANA 2 SBI FAIZABAD 2 SBI HARGAON 3 SBI SULTANPUR 3 SBI MISRIKH 4 BOB, Sultanpur 3 BOB FAIZABAD 4 SBI SIDHAULI MAHARAJGANJ 4 PNB FAIZABAD 5 SBI SITAPUR
1 SBI MAHARAJGANJ 5 PNB, Civil lines, Faisabad 6
Allababad Bank, Civil Lines, Sitapur
2 SBI PHARENDA 3 SBI SISWAN BAZAR SANT KABIR NAGAR BAREILLY AZAMGARH 1 SBI KHALILABAD 1 SBI AONLA 1 SBI AZAMGARH 2 SBI BAHERI 2 SBI,Lalganj,Azamgarh JAUNPUR 3 SBI BAREILLY 3 SBI,Phulpur,Azamgarh 1 SBI JAUNPUR 4 SBI FARIDPUR 4 Union Bank , Azamgarh 2 SBI KERAKAT 5 SBI,Nawabganj,Bareily
5 PNB AZAMGARH 3 SBI MACHALISHAHAR 6 SBP BAREILLY
Varanasi 4 SBI MARIAHU 7 CBI BAREILLY 1 SBI,DLW,Varanasi 5 SBI SHAHGANJ 8 BOB NAWAB GANJ
2 SBI VARANASI 6 SBI BADLAPUR 9 BOB BAREILLY (C.LINES)
3 SBI GOPIGANJ 7 UNBK JAUNPUR 10 PNB BAREILLY
4 SBI,IndustrialEstate,Varanasi Chandauli 11 UCOB BAREILLY
5 SBI VARANASI CITY 1 SBI CHAKIA 12 ALBK BAREILLY (C.LINES)
6 SBI B.H.U. VARANASI 2 SBI MUGHALSARAI RLY.ST. 13 OBC, Bareilly
7 SBI BISHESHWAR GANJ 3 SBI CHANDAULI 14 Punjab & Sind Bk, Bareilly
8 CBI,Chowk,Varanasi BUDAUN
9 UNBK RATH YATRA SANT RAVIDAS NAGAR 1 SBI BUDAUN
10 UNBK LAHARTARA 1 SBI BHADOHI 2 SBI BISAULI
11 CANB VARANASI
2 SBI,Ghosia,SantRavidas Nagar 3 SBI DATAGANJ
12 BOB BISHESHWAR GANJ 3 SBI GYANPUR 4 SBI GUNAUR
13 BOB,IndustrialArea,Varanasi 4 BOI BHADOHI 5 SBI SAHASWAN
32
14 PNB BISHESHWAR GANJ SIDHARTHANAGAR 6 SBI UJHANI
15 UCOB VARANASI 1 SBI BANSI 7 SBI BUDAUN CITY 16 ALBK VARANASI 2 SBI DOMARIA GANJ 8 SBI BILSI 17 HDFC Bank,Varanasi 3 SBI NAUGARH 9 PNB BUDAUN 18 Axis Bank,Varanasi DEORIA BIJNOR Saharanpur 1 SBI DEORIA 1 SBI BIJNOR 1 SBI DEOBAND 2 SBI SALEMPUR 2 SBI DHAMPUR 2 SBI NAKUR 3 CBI DEORIA 3 SBI NAGINA 3 SBI SAHARANPUR 4 PNB DEORIA 4 SBI NAZIBABAD 4 SBI MOREGANJ
KUSHI NAGAR 5 SBI CHANDPUR 5 SBI,RailwayRoad,Saharanpur
1 SBI HATA 6 PNB NAJIBABAD 6 SBP SAHARANPUR 2 SBI PADRAUNA MORADABAD 7 CBI SAHARANPUR 3 PNB PADRAUNA 1 SBI BILARI 8 CANB PULJOGIAN
BALRAMPUR 2 SBI CHANDAUSI 9 PNB SAHARANPUR (C.LINES)
1 SBI BALRAMPUR 3 SBI,CivilLines,Moradabad 10 PNB,Gangoh,Saharanpur
2 SBI UTRAULA 4 SBI SAMBHAL 11 Corporation Bank,Saharanpur
3 SBI TULSIPUR 5 PNB MORADABAD PILIBHIT
4 PNB BALRAMPUR 6 Prathama Bank, MORADABAD 1 SBI BISALPUR
Basti 7 Vijaya Bank, Moradabad 2 SBI PILIBHIT
1 SBI HARAIYA Bahraich 3 SBI PURANPUR 2 SBI PURANI BASTI 1 SBI BAHRAICH SHAHJAHANPUR 3 SBI,CourtArea,Basti 2 SBI NANPARA 1 SBI JALALABAD
4 CBI BASTI 3 Allahabad Bank, Bahraich 2 SBI TILHAR
5 PNB BASTI LakhimpurKheri 3 SBI,TownHall,Shahjahanpur
GONDA 1 SBI,Dhaurhara,Lakhimpur 4 BOB POWAYAN
1 SBI GONDA 2 SBI GOLA GOKARANNNATH MAU
2 SBI,Nawabganj,Gonda 3 SBI LAKHIMPUR 1 SBI,Ghosi,Mau
3 SBI MANKAPUR 4 SBI,Mohammadi,Lakhimpur 2 SBI,Mohammadabad,Mau
4 SBI BABHNAN 5 SBI PALIAKALAN 3 SBI MAUNATH BHANJAN
5 PNB GONDA 6 ALBK LAKHIMPUR KHIRI 4
PNB, MaunathBhanjan, Mau
6 ALBK GONDA
33
Reserve Bank of India Issue Department
Lucknow
Tender Notice for lifting and transportation of packed Coin Bags
PART II (PRICE BID)
Name of the Tenderer: _____________________________ Address: ________________________________________ ________________________________________________ ________________________________________________ Last Date of Submission: November 09, 2015 upto 14.00 hrs
34
PART II (PRICE BID)
Tender Notice for lifting and transportation of packed Coin Bags from Reserve Bank of India, Lucknow to Currency Chests at different places in Uttar Pradesh
Sr. No.
Description of work Rate (in figures and words)
1. Outstation Rates for transportation of coin-bags by road in full metal-bodied covered GPS enabled trucks having loading capacity of 9 tonnes with doors and locking arrangements for locking for preparing, loading of remittances which includes carrying and loading of coin bags (weighing from nine to twenty kilogram each) into trucks and unloading of the same at the destination currency (outside Lucknow) (Rate per kilo-meter including loading and unloading of coin bags, charges for security, insurance and transportation and other incidental and miscellaneous charges for every truck / vehicle with loading capacity of 9 tonnes)
Rs……A………….per Kilometer(one way) (रुपये ----------------प्र�त �कलोमीटर वन वे)
1. Local Rates for Transportation of coin-bags by road in full metal-bodied covered GPS enabled trucks having loading capacity of 9 tonnes with doors and locking arrangements for locking for preparing, loading of remittances which includes carrying and loading of coin bags (weighing from nine to twenty kilogram each) into trucks and unloading of the same at the destination local currency chests within municipal area of Lucknow (with minimum charges for 40 kms ) (Rate per kilo-meter including loading and unloading of coin bags, charges for security, insurance and transportation and other incidental and miscellaneous charges for every truck / vehicle with loading capacity of 9 tonnes)
Rs……………….per kilometer ) (रुपये ----------------प्र�त �कलोमीटर)
1. Rates are to be quoted per vehicle of load capacity of 9 tonnes. Tenderer may note to refrain from quoting rates of any other tonnage /capacity. 2. Transportation rates must include charges for security, insurance and transportation and other incidental and miscellaneous charges. 3. The rates shall be inclusive of all applicable taxes but shall be exclusive of Service Tax. Signature of the Contractor Seal Date: Place:
35
4. The tenderers are advised to visit the site/s of work/s / activities and acquaint themselves with the site conditions before tendering. The tenderer/s should quote rates for all the items of work and no part item of work will be contracted. (5) The rates offered by the tenderer for the above items shall be weighted as per the table given and weighted rates shall be added to arrive at a composite rate. The composite rates of the tenderers shall be arranged in increasing order to arrive at the lowest (L1) rate tenderer. Signature of the Contractor Seal Date: Place: This should not be filled by tenderer (For office use only) Sr. No.
Items Rates Weight Weighted rate(up to six digits)
1 Outstation Rates for transportation of coin-bags by road in full metal-bodied covered GPS enabled trucks having loading capacity of 9 tonnes with doors and locking arrangements for preparing, loading of remittances which includes carrying and loading of coin bags (weighing from nine to twenty kilogram each) into trucks and unloading of the same at the destination currency (outside Lucknow)
0.8500
2 Local Rates for transportation of coin-bags by road in full metal-bodied covered GPS enabled trucks having loading capacity of 9 tonnes with doors and locking arrangements for preparing, loading of remittances which includes carrying and loading of coin bags (weighing from nine to twenty kilogram each) into trucks and unloading of the same at the destination local currency chests (with minimum charges for 40 kms)
0.1500
Composite Rate 1.0000
36