Maharashtra State Road Transport Corporation, Mumbai.
E- Tender No. 2016_MSRTC_ 146661_1
Corrigendum # 5 – dated 20th
Sept., 2016
# Current Clause New/ Modified/ Deleted Clause
1
4.7.4
The Bidder shall be a legal entity either in the form of a Limited
Company or a Private Limited Company registered under the
Companies Act, 1956.
4.7.4
The Bidder shall be a legal entity either in the form of a Limited
Company or a Private Limited Company registered under the
Companies Act, 1956.In case of consortium, all partners must be
legal entities as defined in this clause.
2
4.7.5
All Bidders should also be registered with the Income Tax and also
be registered under the Labor laws, Employees Provident Fund
Organization, Employees State Insurance Corporation.
4.7.5
All Bidders, including consortium partners, should also be
registered with the Income Tax and also be registered under the
Labor laws, Employees Provident Fund Organization, Employees
State Insurance Corporation.
3
4.8 Documents Supporting Minimum Eligibility Criteria
4.8.1 Attested copy of Certificates of Incorporation issued by the
respective Registrar of Companies.
4.8.2 Attested/ Certified copies of Income Tax PAN, Service Tax,
Labor Registration, EPF Registration, ESIC Registration.
4.8.3 Attested copies of experience certificates for completed or
ongoing works/ services issued by the Central Government/ State
Government/ Municipal Corporations/ Municipal Councils/ PSU’s.
4.8.4 The Bidder should have Solvency Certificate from any
nationalized/ scheduled Bank to the extent of ₹2 Crores (Two
Crores).
4.8.5 Certificate from qualified and practicing Chartered
Accountant (CA) showing Bidder net worth value no less than ₹10
Crores (Ten Crores) in last completed financial year.
4.8.6 In case of a consortium, an authorization to Lead Bidder,
on the company letterhead, signed by an Authorized Signatory;
along with a board resolution directing the Authorized Signatory to
4.8 Documents Supporting Minimum Eligibility Criteria
4.8.1 Attested copy of Certificates of Incorporation issued by the
respective Registrar of Companies.In case of consortium, every
partner should provide the said copy.
4.8.2 Attested/ Certified copies of Income Tax PAN, Service Tax,
Labor Registration, EPF Registration, ESIC Registration.In case of
consortium, the lead bidder should provide the said copies.
4.8.3 Attested copies of experience certificates for completed or
ongoing works/ services issued by the Central Government/ State
Government/ Municipal Corporations/ Municipal Councils/ PSU’s.
In case of consortium, the lead bidder should provide the said
copy.
4.8.4 The Bidder should have Solvency Certificate from any
nationalized/ scheduled Bank to the extent of ₹2 Crores (Two
Crores). In case of consortium, the lead bidder should provide
the said solvency certificate.
4.8.5 Certificate from qualified and practicing Chartered
# Current Clause New/ Modified/ Deleted Clause
issue a letter in favour of the Lead Bidder. Accountant (CA) showing Bidder net worth value no less than ₹10
Crores (Ten Crores) in last completed financial year.In case of
consortium, the lead bidder individually or jointly with the
partner should provide the said certificate.
4.8.6 In case of a consortium, an authorization to Lead Bidder,
on the company letterhead, 4signed by an Authorized Signatory;
along with a board resolution directing the Authorized Signatory to
issue a letter in favour of the Lead Bidder.
4 New Clause 4.8.7
4.8.7
In case of a consortium, a legally enforceable teaming agreement
between the partners of the consortium clearly outlining the roles
and responsibilities of each party, flow down of obligations etc.
5
4.22.6
MSRTC reserves the right to verify all statements, information and
documents, submitted by the Bidder in response to the RFP. Any
verification or the lack of it, shall not relieve the Bidder of its
obligations or liabilities hereunder nor will it affect any rights of
MSRTC thereunder. After award of contract, the Successful Bidder
will have to submit the original copies of all documents.
4.22.6
MSRTC reserves the right to verify all statements, information and
documents, submitted by the Bidder in response to the RFP. Any
verification or the lack of it, shall not relieve the Bidder of its
obligations or liabilities hereunder nor will it affect any rights of
MSRTC thereunder. Upon award of contract, the Successful
Bidder shall submit self-certified true copies of duly notarized
agreements and qualification supporting documents. MSRTC
reserves the right to validate all such documents against
originals, upon submission by the Bidder.
6
8.8.8
The Contractor shall provide insurance cover for all its personnel
towards personal accident and death whilst performing the duty
within MSRTC designated premises and the MSRTC shall own no
liability and obligation in this regard. The Contractor shall submit
proof of the same to MSRTC quarterly.
Deleted
7
9.5.2
It is mandatory that the Supervisor should be on site for every shift.
If it is found that the Supervisor is not available/ present then a
penalty of ₹250/- per supervisor, per day of absenteeism shall be
imposed on the Contractor.
9.5.2
It is mandatory that the Supervisor should be on site for every
shift.For clarity, it is assumed that Contractor will deploy a
minimum of 1 (one) supervisor per shift, per depot. The same
will be finalized as a part of the Services Deployment Plan.
# Current Clause New/ Modified/ Deleted Clause
Furthermore, MSRTC will have final say on the approval of
Services Deployment Plan. If it is found that the Supervisor is not
available/ present then a penalty of ₹250/- per supervisor, per day
of absenteeism shall be imposed on the Contractor.
8
11.7.H
Successful Bidder is expected to suggest water recycling
procedures and programs to ensure maximum recycling of waste
water generated from FMS activities. Waste water is water that is
oil free and oily. It is assumed that all Bidder quotes are inclusive of
costs related to this activity. If MSRTC provides approval, Successful
Bidder may submit a quotation (via tender) and implement the said
solution.
Deleted
9
5.2.1
Sr No 1
No. of years in operation in India (maximum marks15)
Demonstrate at least 3 years of operations in India
Less than 3 years = 5 marks
3 years = 8 marks
Greater than 3 years to 6 years = 10 marks
Greater than 6 years = 15 marks
Maharashtra State Road Transport Corporation, Mumbai. E- Tender No. 2016_MSRTC_ 146661_1
Pre –Bid Meeting on 02.09.2016.- Clarification of Queries
Sr.
No.
Cl.
No.
Particulars Query/ suggestions by Bidders Clarification/
Decision
Sanjay Maintenance Services Pvt. Ltd.
4.7.6 The Bidder should have in process or satisfactorily
completed in last 7 (seven) financial years Facility
Management Jobs, with minimum 50 locations in
single work order, essentially including House Keeping
Services, Plumbing, & Electrical Maintenance Service
at any reputed Institutional buildings, Office buildings
or Hospital buildings only in Central Government/
State Government/ Municipal Corporations/Municipal
Councils/ PSU’s/ Government-led Public-Private-
Partnership (PPP) Project. For clarity, the term location
is to be read as separate locations within a city, taluka,
zilla, state or any permutation thereof.
We request to consider multi location experience
in private sector.
No Change
9.5.2 It is mandatory that the Supervisor should be on site for
every shift. If it is found that the Supervisor is not
available/ present then a penalty of Rs 250/- per
supervisor, per day of absenteeism shall be imposed on
the Contractor.
We would suggest to have dedicated supervisor on
site where deployment is 20 or if in case where
deployment is less than 20, we will put rounder
supervisor who will visit on alternate days.
Please refer
corrigendum no-5
Krystal Integrated Services P_vt. Ltd.
4.35.1 Bids shall remain valid and open for acceptance for a
period of 180 days from the last date of submission of
Bids.
We suggest that the validity period should not be
more than 90 days as the DA changes after every 6
months. i.e. 2 DA revisions in a year. That will
affect the costing.
No change
4.35.3 The MSRTC may request for extension for another
period of 60 days, in writing, without any
modifications and without giving any reasons thereof.
We suggest that the extension of validity period
should not be more than 30 days as the DA
changes after every 6 months. i.e. 2 DA revisions
in a year. That will affect the costing.
No change
4.7.2
&
4.7.4
Application in the form of Joint Venture/ Consortium,
Proprietorship and Partnership is permitted to a
maximum of 2 partners. For removal of any doubt, the
terms applicant, bidder, successful bidder etc. apply to
and mean individual bidder AND lead bidder in a
consortium; jointly and severally; as and where
applicable. Furthermore, consortium cannot consist of
two services providers of similar capabilities.
Kindly explain the conditions of the
Joint Venture.
Authority has not demanded the required
documents of Joint Venture/ consortium.
Please refer
corrigendum no-5
8.8.8 The Contractor shall provide insurance cover for all its
personnel towards personal accident and death whilst
performing the duty within MSRTC designated
premises and the MSRTC shall own no liability and
obligation in this regard. The Contractor shall submit
The employees are covered under ESIC
There is no need to cover employees under special
insurance.
Deleted
Sr.
No.
Cl.
No.
Particulars Query/ suggestions by Bidders Clarification/
Decision
proof of the same to MSRTC quarterly.
9.4.1 The Contractor may, on mutually agreeable terms and
conditions, be entitled to changes in prices if the
minimum wages are abnormally revised.
The scope involved Manpower, Machine &
Materials. The man power rates increase as per
the minimum wages declared by State/ central, the
DA revises every 6 months. The Basic wages
increment is due.
The material is a commodity where the cost
fluctuates on quarterly basis. You are therefore
requested to give us price escalation whenever the
cost increases during the contract period.
No Change
9.6.1.d The Successful Bidder shall document and submit to
MSRTC a detailed Standard Operating Procedures
(SOP) Plan within a period of 20 (twenty) working
days from date of LOA, which includes but is not
limited to:
d) Service Level Agreement (SLA) criteria
Kindly explain the details expected by authority
of service level (SLA)criteria.
No need to change.
10.2 Self = bus stations maintained by MSRTC; hence in
scope.
Do we have to take current staff on our payroll
from the places maintained by MSRTC? If yes
give details.
No question arise.
10.5 List of Depots with Automation Pl explain about the in house make. In-house makes:
means made in
MSRTC Workshop
11.7.c Successful Bidder is expected to carry out a one-time
deep clean of all assets in scope at the time of take
over.
What are the parameters of Cleaning expected by
authorities for one time Deep Cleaning? Cleaning
of the MSRTC premises is a gradual Process for
the expected results.
Parameters not
prescribed . Deep
cleaning would
mean complete
cleaning of
accumulated dirt.
11.7.e Wherever else required, the Successful Bidder is
expected to procure machinery required for carrying
out activities under the defined scope of work and
maintain the same at its cost.
Kindly explain in details.
Is it in the premises?
Once the contractor supplies the dedicated
Machineries for a particular premises is costly &
risky to move the machineries.
It is bidders lookout
11.7.f Successful Bidder is expected to carry out repairs &
maintenance under this contract i.e. electrical and
plumbing maintenance etc.; limits for material cost are
prescribed below. Visit by a team of staff at least once
in a week is mandatory at each location. For any work
items that exceed the set limits, Successful Bidder is
expected to submit a quotation and execute it only
upon explicit and written approval from MSRTC.
MSRTC reserves the right to use this amounts
mentioned herein at one go or in monthly installments.
The expense will expire at the end of every contract
Kindly explain the allocation of the cost as per the
note given below the expenses limit
clause is self
explanatory.
Sr.
No.
Cl.
No.
Particulars Query/ suggestions by Bidders Clarification/
Decision
year, should MSRTC not utilize it.
Depot may have more than one stations/ stands
11.7.h Successful Bidder is expected to suggest water
recycling procedures and programs to ensure maximum
recycling of waste water generated from FMS
activities. Waste water is water that is oil free and oily.
It is assumed that all Bidder quotes are inclusive of
costs related to this activity. If MSRTC provides
approval, Successful Bidder may submit a quotation
(via tender) and implement the said solution.
This is contradictory statement. The authority is
directed to include the cost of recycling of waste
water procedure & programs in the quotation.
However in the second part of the clause it is
mentioned to submit the quotation via tender.
Kindly explain the authority’s expectation about
the recycling of waste water procedure &
programs.
We request you to provide the data of the quantity
of the waste water of each MSRTC premises for
procedure & process.
deleted
13.1.3 Table 1 – Quotation for Premises Maintenance
Services
Offices and Training Centers
Pl give the details about the timings of Training
center
Standard Office
working hours.
Gen.l The entire project is a Multiple location activity.
This requires the satellite offices at various
locations. As per the tender requirement of the
machineries involves the major cost. Hence the
investment is huge.
We request you to grant the Mobilization cost.
Not considered
15 8.11.1
MSRTCs Obligations
Except as expressly otherwise provided, MSRTC
shall, at its own expense, provide all the required
equipment and facilities at the location(s) in a
timely manner wherever the services are required
to be provided; to enable Contractor's employees
to carry out the services
Kindly clarify the clause.
Electricity, water
supply and other
such facilities in
existence would be
extended.
16 Kindly Provide
Zone wise bifurcation of Bus stations & bus stands
as per the municipal corporation radius jurisdiction
to avail the best minimum wages. This will help
the bidders to give economical costing.
Unit wise
information is
already provided .
Eagle Industrial Services Pvt. Ltd.
4.7 Qualification Criteria prescribed in the tender is
very strict – Request to kindly relax the criteria so
that other bidders can participate.
No Change
Sumeet Facilities Pvt. Ltd.
4.7.2
&
4.7.4
Application in the form of Joint Venture/ Consortium,
Proprietorship and Partnership is permitted to a
maximum of 2 partners. For removal of any doubt, the
Please explain and clarify. Please refer
corrigendum no-5
Sr.
No.
Cl.
No.
Particulars Query/ suggestions by Bidders Clarification/
Decision
terms applicant, bidder, successful bidder etc. apply to
and mean individual bidder AND lead bidder in a
consortium; jointly and severally; as and where
applicable. Furthermore, consortium cannot consist of
two services providers of similar capabilities.
4.7.6 The Bidder should have in process or satisfactorily
completed in last 7 (seven) financial years Facility
Management Jobs, with minimum 50 locations in
single work order, essentially including House Keeping
Services, Plumbing, & Electrical Maintenance Service
at any reputed Institutional buildings, Office buildings
or Hospital buildings only in Central Government/
State Government/ Municipal Corporations/Municipal
Councils/ PSU’s/ Government-led Public-Private-
Partnership (PPP) Project. For clarity, the term location
is to be read as separate locations within a city, taluka,
zilla, state or any permutation thereof.
Meaning of permutation to be clarified.
Condition to be relaxed and FM Services to be
considered.
Multi locations to be removed / cancelled.
Overall experience of Facility Management to be
considered.
No Change
4.7.7 The total completed value of each such single work
should not be less than Rs. 5 crores (Five crores only).
As per 4.7.8 the required average turn over is of
Rs. 10 crores therefore the completed value of
each single work should be changed to 2.5 crores.
No change
4.7.9 The Bidder shall enclose online digitally signed
scanned copies with its Bid, certificate(s) from its
Statutory Auditors stating its total revenues from
professional fees during each of the 3 (three) financial
years preceding the BDD. In the event that the Bidder
does not have a Statutory Auditor, it shall provide the
requisite certificate(s) from the Agency of Chartered
Accountants that ordinarily audits the annual accounts
of the Bidder.
Clarification on Statutory Auditor.
Can CA certified certificate submitted. Please
confirm.
Three financial year
means 2013-14,
2014-15 and
2015-16 (if
unaudited, certified
by CA)
4.8.5 Certificate from qualified and practicing Chartered
Accountant (CA) showing Bidder net worth value no
less than Rs 10 Crores (Ten Crores) in last completed
financial year.
Total Turn over asked is Rs 10 crores. As per 4.7.8
how net worth of Rs. 10 crores is possible.
Between 2 to 5 crores net worth to be allowed/
considered.
No change
11.7.f Successful Bidder is expected to carry out repairs &
maintenance under this contract i.e. electrical and
plumbing maintenance etc.; limits for material cost are
prescribed below. Visit by a team of staff at least once
in a week is mandatory at each location. For any work
items that exceed the set limits, Successful Bidder is
expected to submit a quotation and execute it only
upon explicit and written approval from MSRTC.
MSRTC reserves the right to use this amounts
mentioned herein at one go or in monthly installments.
It is mentioned that, if the repairs exceed the
prescribed amount, the work can be done on
proper approval of additional funds. This may not
be part of price bid.
How to claim this amount frequency / mode of
reimbursement.
Self explanatory
Sr.
No.
Cl.
No.
Particulars Query/ suggestions by Bidders Clarification/
Decision
The expense will expire at the end of every contract
year, should MSRTC not utilize it.
Depot may have more than one stations/ stands
11.7.h Successful Bidder is expected to suggest water
recycling procedures and programs to ensure maximum
recycling of waste water generated from FMS
activities. Waste water is water that is oil free and oily.
It is assumed that all Bidder quotes are inclusive of
costs related to this activity. If MSRTC provides
approval, Successful Bidder may submit a quotation
(via tender) and implement the said solution.
Water recycling at how many places?
Who will bear cost ?
This point may be relaxed.
Deleted
PYRAMID Hospitality and Facility Management Services Pvt. Ltd.
4.7.6 The Bidder should have in process or satisfactorily
completed in last 7 (seven) financial years Facility
Management Jobs, with minimum 50 locations in
single work order, essentially including House Keeping
Services, Plumbing, & Electrical Maintenance Service
at any reputed Institutional buildings, Office buildings
or Hospital buildings only in Central Government/
State Government/ Municipal Corporations/Municipal
Councils/ PSU’s/ Government-led Public-Private-
Partnership (PPP) Project. For clarity, the term location
is to be read as separate locations within a city, taluka,
zilla, state or any permutation thereof.
We M/s PYRAMID Hospitality and Facility
Management Services Pvt. Ltd. Having presence
in Western Zone i.e. Maharashtra and Gujrat. We
are dealing with Banks and Corporate sector.But
Tender clause no 4.7.6 does not allow us to fit into
that criteria. It is our humble request to consider
request and give us a chance to participate.
No Change
SECURAFENCE Security Pvt. Ltd.
4.7 Request to relax the terms and conditions /
Eligibility criteria .
No Change
BVG India Ltd.
4.7.2
&
4.7.4
Application in the form of Joint Venture/ Consortium,
Proprietorship and Partnership is permitted to a
maximum of 2 partners. For removal of any doubt, the
terms applicant, bidder, successful bidder etc. apply to
and mean individual bidder AND lead bidder in a
consortium; jointly and severally; as and where
applicable. Furthermore, consortium cannot consist of
two services providers of similar capabilities.
Both the clauses seem contradictory.
Kindly clarify the clause regarding to Consortium
more clearly and in elaborately. Also please define
the expected roles of each partner in the
Consortium.
Please refer
corrigendum no-5
4.7.4 The Bidder shall be a legal entity either in the form of a
Limited Company or a Private Limited Company
registered under the Companies Act, 1956.
4.22.6 MSRTC reserves the right to verify all statements,
information and documents, submitted by the Bidder in
response to the RFP. Any verification or the lack of it,
shall not relieve the Bidder of its obligations or
Original documents of the submissions cannot be
submitted as it will consist of original
registrations, certificates etc, which are property of
the company. Kindly clarify which documents the
Please refer
corrigendum no-5
Sr.
No.
Cl.
No.
Particulars Query/ suggestions by Bidders Clarification/
Decision
liabilities hereunder nor will it affect any rights of
MSRTC there under. After award of contract, the
Successful Bidder will have to submit the original
copies of all documents.
Department is referring to for original submission.
4.24.3 The rates quoted shall be applicable throughout the
period of performance of the assignment up to and
including discharge of all obligations of Successful
Bidder under the Agreement.
Since this is a 3 years contract, extendable by
another 2 years i.e. total 5 years, there will be
minimum wages escalation at least 10 times during
the tenure of the contract. The rise in the Minimum
Wages cannot be anticipated beforehand and the
percentage escalation also varies from year to year.
You, as a Principal Employer, should ensure that
the employees working under this said tender are
paid as per the Minimum wages and thus
Minimum Wages escalation, as applicable, at
actual, should be reimbursed to the Service
provider. A suitable clause taking care of the
escalation in Minimum wages should be
incorporated in the tender which will enable the
successful bidder to comply with labour laws and
the minimum wages. Absence of such clause will
deprive the employees of their Minimum wages
rights.
Similarly, there is a consistent escalation in the
cost of commodities. We request you to kindly
allow/ insert a suitable clause for taking care of the
escalation the cost of commodities i.e Cleaning
chemicals, consumables, equipments etc. A fixed
Escalation @ 10% every year on the previous year
will solve the purpose.
Thus requesting you to kindly incorporate a Price
Variation Clause in the tender taking care of the
Minimum wages and Material.
No change
4.35.3 The MSRTC may request for extension for another
period of 60 days, in writing, without any
modifications and without giving any reasons thereof.
We request you during seeking such extension the
above mentioned Price Variation Clause should be
exercised while calculating the prices.
No change
5.2.2 A Bid will be considered technically qualified when
the following conditions are met:
b)The total evaluation score is at least 60 marks
The Relevant Work Experience of the bidder is the
most important qualifying criterion of any tender.
Now, in this tender, as per the marking chart on
Pg. no. 26, Cl. 5.2.1, the relevant work experience
carries only 30 marks and whereas the Technically
qualifying marks are only 60. This means that a
No change
Sr.
No.
Cl.
No.
Particulars Query/ suggestions by Bidders Clarification/
Decision
bidder having no relevant experience, but just
satisfying conditions 1, 3, 4 & 5 of the marking
chart may get qualified, as he may score 70 marks.
Hence, it would be appropriate and essential to
keep 50 marks for Relevant work experience and
50 marks for rest of the parameters. Alternatively,
the Technically Qualifying score should be
minimum 75 marks instead of presently 60marks.
8.6.2 The services shall include Daily Mechanized Cleaning
of Bus Depot, Plumbing, & Electrical Maintenance
Service as per the details given herein, or any other
location as required by the MSRTC to be read with the
Special Conditions of Contract, Assignment
Instructions and Schedule of Requirements on pro-rate
basis i.e. on the same accepted rates.
Kindly clarify whether the services are to be
provided for 365 days a year or not.
Self explanatory
8.8.5 The Contractor shall also provide at its own cost all
benefits statutory or otherwise to its employees and
MSRTC shall not have any liability whatsoever on this
account. The Contractor shall also abide by and comply
with the Labor laws, Workmen Compensation Act,
EPF Laws, ESIC Laws, Income tax laws and Minimum
Wages Laws, Contract Labor (Regulations Abolition
Act) or any other law in force. The Contractor shall
submit proof of the same to MSRTC quarterly.
For the sake of clarity and to bring all the bidders
on common financial platform while calculating
bids, kindly specify the category of the minimum
wages that needs to be considered along with the
zones. E.g. Scavengers, Shop & Commercial etc.
No change
8.8.8
The Contractor shall provide insurance cover for all its
personnel towards personal accident and death whilst
performing the duty within MSRTC designated
premises and the MSRTC shall own no liability and
obligation in this regard. The Contractor shall submit
proof of the same to MSRTC quarterly.
Do we have to take separate Insurance policy
cover in addition to ESIC?
Please refer
corrigendum no-5
10.2. List of Bus Stations – Area Statement
The Successful Bidder is expected to propose the right
count of resources based on his study to meet the
defined and accepted SLA criteria.
This clause is not clear. Please elaborate. self explanatory
10.5.a List of Depots with Automation
a)Inventa/ KRE/ Nissan – brands of brush cleaning
machines installed
b)All depot locations, including the locations where
brush cleaning machines have been installed, also have
Please provide the entire list of Locations where
Brush Cleaning machines are already installed, the
list where it is to be installed and the cost of each
such machine.
Kindly specify who will bear the cost of this
Information
provided is self
explanatory .
Sr.
No.
Cl.
No.
Particulars Query/ suggestions by Bidders Clarification/
Decision
car washers.
c)Number of depots with automation may increase
during contract period.
machine.
10.6 List of Anticipated Machinery (Cleaning) Kindly specify the quantity of each such type of
machine and its deployment at each location.
No change
10.7 List of Anticipated Machinery (Bus Washing) Kindly specify the quantity of each such type of
machine and its deployment at each location.
No change
11.4.a Repair and Maintenance of all electrical fixtures such
as replacement of damaged tube lights, bulbs and
replacement of damaged wiring.
Please specify who will bear the cost of
replacements.
Self explanatory
11.5.b Replacement of worn out and broken and leaking water
supply fittings, drainage fittings and other sanitary
fittings.
Please specify who will bear the cost of
replacements.
Self explanatory
11.7.c Successful Bidder is expected to carry out a one-time
deep clean of all assets in scope at the time of take
over.
One time deep cleaning is an entirely different
activity and consumes the manpower and material
of almost a whole month and is also a specialized
job. Kindly clarify how the Department will
reimburse the cost of this One time deep cleaning.
Parameters not
prescribed . Deep
cleaning would
mean complete
cleaning of
accumulated dirt.
11.7.d For bus cleaning activity, the Successful Bidder is
expected to utilize equipment and machinery that
belongs to MSRTC. The said machinery shall be
repaired/ maintained by MSRTC. Moreover, MSRTC
shall provide fuel and consumables for the said
machines, as necessary.
Kindly specify the location wise machinery
requirement so that bidders will be on common
platform while bid calculation.
Ideally MSRTC should procure all the specialized
/ fixed infrastructure required for the bus cleaning.
There will be ambiguity in bid calculations for
different locations & prices received will be
arbitrary, subjective & extravagant.
No Change
11.7.e Wherever else required, the Successful Bidder is
expected to procure machinery required for carrying
out activities under the defined scope of work and
maintain the same at its cost.
11.7.h Successful Bidder is expected to suggest water
recycling procedures and programs to ensure maximum
recycling of waste water generated from FMS
activities. Waste water is water that is oil free and oily.
It is assumed that all Bidder quotes are inclusive of
costs related to this activity. If MSRTC provides
approval, Successful Bidder may submit a quotation
(via tender) and implement the said solution.
The scope sought in this clause is entirely different
than FMS scope & relates to the waste water
management. Also there is no clarity in the clause
& is vague.
Requesting you to kindly remove this from the
scope, as its going to be implemented through
separate quotation ( via tender).
Deleted
13. Appendix 2 – Format of Financial Bid
Financial bid has a provision to submit the rates
for month 1, 13 & 25. i.e. 3 rates for 3 years of the
contract. This also means that,the department
expects the bidders to anticipate the escalation &
bid based on the subjective assumptions, which
No Change
Sr.
No.
Cl.
No.
Particulars Query/ suggestions by Bidders Clarification/
Decision
will be vague & erroneous way of calculations of
bids.
Instead, we request the department to call for the
rate of first month only & later on apply the price
variation (as mentioned in our query no. 03 above)
to the initial rates. This will help bidders to get the
actual escalation & the department in turn may not
end up paying extravagant cost due to subjective
assumptions of the bidders.
Gen. Kindly clarify whether physical submission of
technical bid is mandatory or not.
Not necessary
M.P. Enterprises and Associates Ltd.
4.7.2
&
4.7.4
Application in the form of Joint Venture/ Consortium,
Proprietorship and Partnership is permitted to a
maximum of 2 partners. For removal of any doubt, the
terms applicant, bidder, successful bidder etc. apply to
and mean individual bidderAND lead bidderin a
consortium; jointly and severally; as and where
applicable. Furthermore, consortium cannot consist of
two services providers of similar capabilities.
We request Authority to keep leniency towards the
consortium/ JV of the services.
Please refer
corrigendum no-5
4.7.6 The Bidder should have in process or satisfactorily
completed in last 7 (seven) financial years Facility
Management Jobs, with minimum 50 locations in
single work order, essentially including House Keeping
Services, Plumbing, & Electrical Maintenance Service
at any reputed Institutional buildings, Office buildings
or Hospital buildings only in Central Government/
State Government/ Municipal Corporations/Municipal
Councils/ PSU’s/ Government-led Public-Private-
Partnership (PPP) Project. For clarity, the term location
is to be read as separate locations within a city, taluka,
zilla, state or any permutation thereof.
We request Authority that locations should not be
considered in supplying of manpower but private
companies experience should also be taken into
consideration.
No Change
4.7.7 The total completed value of each such single work
should not be less than Rs.5 crores (Five crores only).
As per the CVC guidelines, requesting you to
modify the clause accordingly, CVS guidelines
says that bidder should have 3 work experiences
each of 40 % of estimated cost or 2 work
experience each of 50 % of estimated cost or 1
work experience of 80 % of estimated cost.
No change
4.7.9 The Bidder shall enclose online digitally signed
scanned copies with its Bid, certificate(s) from its
Statutory Auditors stating its total revenues from
professional fees during each of the 3 (three) financial
years preceding the BDD. In the event that the Bidder
Need of clarification as digital signature needs on
every page or self signed.
self explanatory
Sr.
No.
Cl.
No.
Particulars Query/ suggestions by Bidders Clarification/
Decision
does not have a Statutory Auditor, it shall provide the
requisite certificate(s) from the Agency of Chartered
Accountants that ordinarily audits the annual accounts
of the Bidder. For any technical related queries, please
call the helpdesk.The 24 x 7 Help Desk Number:
0120-4200462, 0120-4001002. Mobile No-
8826246593 Email id: support-
[email protected] from Monday to Friday between 1000
hrs. – 1900 hrs. The Bidder shall provide details as
mentioned in Section 12, Appendix 1, Form 5.
4.9.1 The Bid should be accompanied by an Earnest Money
Deposit (EMD) of Rs10,00,000 (Ten Lacs
Only)accepted by MSRTC via the online EMD
payment facility on the e-Tendering platform.
The EMD should be considered as Bank
Guarantee and not online transfer.
No change
Gen. The tender should be extended for Two months for
site survey reports and etc.
Not Considered
Top Related