Request for Proposal
For
Appointment of Agency for Installation of Automated Teller
Machine (ATM) at MSRTC’s Bus Stations
Tender Notice No: ST/PM/COM/ATM/01/2018
Date of Issue: 19/01/2018
Tender Price:Rs.25,000/- + 4500/- (18 % GST)= 29,500/-
Issued By:
Maharashtra State Road Transport Corporation
MAHARASHTRA VAHTUK BHAVAN,
PLANNINGDEPARTMENT, 1ST FLOOR,
DR. A. N ROAD, MUMBAI CENTRAL,
MUMBAI 400 008
Tel No 022 2302 4013
Website - http://msrtc.gov.in
Email: gmplanning@rediffmail.com
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
1 Signature of the tenderer/s
Table of Contents
Disclaimer ......................................................................................................................................................... 4
Abbreviations .................................................................................................................................................. 5
Tender Notice .................................................................................................................................................. 6
1. Invitation for Bids ................................................................................................................................. 8
2. Instructions to Bidders ..................................................................................................................... 10
2.1 Introduction to MSRTC ........................................................................................................... 10
2.2 Purpose ......................................................................................................................................... 10
2.3 Consortium .................................................................................................................................. 11
2.4 Sub-Contracting Conditions .................................................................................................. 11
2.5 Completeness of Response .................................................................................................... 12
2.6 Proposal Preparation Costs .................................................................................................. 12
2.7 Bidder Inquiries ......................................................................................................................... 12
2.8 Amendment of RFP Document ............................................................................................ 12
2.9 Supplementary Information to the RFP ........................................................................... 12
2.10 MSRTC’s right to terminate the process........................................................................... 12
2.11 Earnest Money Deposit (EMD) ............................................................................................ 12
2.12 Authentication of Bid ............................................................................................................... 13
2.13 Language of Bids ....................................................................................................................... 13
2.14 Patent Claim ................................................................................................................................ 13
2.15 Data/ Documents Prepared By Successful Bidder(s) To Be Property Of MSRTC
13
2.16 Bid Submission Format .......................................................................................................... 13
2.17 Bid Submission Instructions ................................................................................................. 13
2.18 Late Proposal and Proposal Validity Period ................................................................... 14
2.19 Modification and Withdrawal of Proposals .................................................................... 15
2.20 Non-conforming Proposals ................................................................................................... 15
2.21 Acknowledgement of Understanding of Terms ............................................................ 15
2.22 Bid Opening ................................................................................................................................. 15
2.23 Evaluation Process ................................................................................................................... 15
2.24 Prequalification criteria ......................................................................................................... 16
2.25 Evaluation of Prequalification Proposals ........................................................................ 16
2.26 Commercial Evaluation ........................................................................................................... 17
2.27 Award of Contract ..................................................................................................................... 17
2.27.1 MSRTC’s Right to accept any Bid and to reject any or All Bids ...................... 17
2.27.2 Letter of Intent.................................................................................................................. 17
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
2 Signature of the tenderer/s
2.27.3 Signing of Contract .......................................................................................................... 17
2.27.4 Failure to agree with the Terms & Conditions of the RFP / Contract ......... 17
2.28 Non-Disclosure Agreement (NDA) ..................................................................................... 17
2.29 Security Deposit......................................................................................................................... 18
2.30 Bid Prices...................................................................................................................................... 18
2.31 Bid Currency ............................................................................................................................... 18
2.32 Signature ...................................................................................................................................... 18
2.33 Correction of Errors ................................................................................................................. 18
2.34 Corrections to Arithmetic errors ........................................................................................ 18
2.35 Disqualification .......................................................................................................................... 18
3. Terms Of Reference (TOR) .............................................................................................................. 20
3.1 Project Introduction and Objectives .................................................................................. 20
3.1.1 Introduction ........................................................................................................................... 20
3.1.2 Present ATM Machines Installed at bus Stations ..................................................... 20
3.2 Scope of Work ............................................................................................................................ 20
3.2.1 ATM facility at Bus Stations ............................................................................................. 20
3.3 Project Timeframe and Deliverables ................................................................................. 21
3.4 Service Level Agreement (SLA) ........................................................................................... 21
3.4.1 Performance Parameters and Penalty Clause ........................................................... 21
3.4.2 Payment Terms ..................................................................................................................... 21
3.4.3 Exit Management .................................................................................................................. 22
4. General Conditions of Contract ...................................................................................................... 23
4.1 Governing Law ........................................................................................................................... 23
4.2 Confidential Information ....................................................................................................... 23
4.3 Change in Laws and Regulations ........................................................................................ 23
4.4 Force Majeure ............................................................................................................................. 23
4.5 Change Orders and Contract Amendments .................................................................... 23
4.6 Settlement of Disputes ............................................................................................................ 24
4.6.1 Performance of the contract ............................................................................................ 24
4.6.2 Arbitration .............................................................................................................................. 24
4.7 Extensions of Time ................................................................................................................... 24
4.8 Termination ................................................................................................................................ 24
4.8.1 Termination by MSRTC ...................................................................................................... 24
4.8.2 Termination by Bidder ....................................................................................................... 25
4.8.3 Payment upon Termination ............................................................................................. 25
4.8.4 Assignment ............................................................................................................................. 25
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
3 Signature of the tenderer/s
4.9 Other Conditions ....................................................................................................................... 25
4.10 Risk Purchase ............................................................................................................................. 26
4.11 Delays in bidder’s performance .......................................................................................... 26
4.12 Modification in requirements .............................................................................................. 26
4.13 Bidder’s integrity ...................................................................................................................... 26
4.14 Bidder’s obligation ................................................................................................................... 26
4.15 Corrupt or Fraudulent Practices ......................................................................................... 27
4.16 Interpretation of the clauses in the bid document / contract document. ........... 27
4.17 Licenses for supplied software ............................................................................................ 27
4.18 Non Exclusivity, License Fee, IPR ....................................................................................... 27
4.19 Change of Consortium Member ........................................................................................... 27
4.20 Liquidate Damages ................................................................................................................... 27
4.21 Indemnification & Limitation of Liability ........................................................................ 27
5. Guidelines for Pre-Qualification Bid ............................................................................................ 30
5.1 Check-list for the documents to be included in Pre-Qualification Envelope ..... 30
5.2 Pre-Qualification Cover Letter ............................................................................................. 31
5.3 Format to share Bidder’s and Bidding Firms Particulars .......................................... 33
6. Guidelines for Financial Proposal ................................................................................................. 34
6.1 Financial Proposal Cover Letter .......................................................................................... 34
6.2 Format for Financial Bid ........................................................................................................ 35
6.3 Financial Proposal Instructions .......................................................................................... 37
ANNEXURES ................................................................................................................................................... 38
Annexure A: Project Experience ........................................................................................................ 38
Annexure B: Format for “Request for Clarification” .................................................................. 39
Annexure C: Format for Self-Declaration ....................................................................................... 40
Annexure D: Non-Disclosure Agreement ....................................................................................... 41
Annexure E: Declaration of Data Security ...................................................................................... 42
Annexure F: Power of Attorney ......................................................................................................... 44
Annexure G: Financial Declaration of Bidder ............................................................................... 45
Annexure H: List of MSRTC’s Divisions, Bus depots and Bus Stations ................................ 46
Annexure K: Consortium Declaration .............................................................................................. 54
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
4 Signature of the tenderer/s
DISCLAIMER
This Request for Proposal (RFP) for “Appointment of Agency for Installation of Automated Teller
Machine (ATM) at MSRTC’s Bus Stations” is issued by Maharashtra State Road Transport
Corporation (MSRTC).
Whilst the information in this RFP has been prepared in good faith, it is not and does not purport to
be comprehensive or to have been independently verified. Neither MSRTC, nor any of its officers or
employees, nor any of their advisers nor consultants accept any liability or responsibility for the
accuracy, reasonableness or completeness of the information contained in the RFP, or for any errors,
omissions or misstatements, negligent or otherwise, relating to the proposed Appointment of
Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations, or makes any
representation or warranty, express or implied, with respect to the information contained in this RFP
or on which this RFP is based or with respect to any written or oral information made or to be made
available to any of the recipients or their professional advisers and, so far as permitted by law and
except in the case of fraudulent misrepresentation by the party concerned, and liability therefore is
hereby expressly disclaimed.
The information contained in this RFP is selective and is subject to updating, expansion, revision and
amendment at the sole discretion of MSRTC. It does not, and does not purport to, contain all the
information that a recipient may require for the purposes for making a decision for participation in
this process. Each Party must conduct its own analysis of the information contained in this RFP, to
correct any inaccuracies therein and is advised to carry out its own investigation into the proposed
MSRTC Project, the regulatory regime which applies thereto and by and all matters pertinent to the
MSRTC Project and to seek its own professional advice on the legal, financial and regulatory
consequences of entering into any agreement or arrangement relating to the MSRTC Project. MSRTC
shall not be responsible for any direct or indirect loss or damage arising out of or for use of any
content of the RFP in any manner whatsoever.
MSRTC shall be the sole and final authority with respect to qualifying a bidder through this RFP. The
decision of MSRTC in selecting the Service Provider who qualifies through this RFP shall be final and
MSRTC reserves the right to reject any or all the bids without assigning any reason thereof. MSRTC
further reserves the right to negotiate with the selected agency to enhance the value through this
project and to create a more amicable environment for the smooth execution of the project.
MSRTC may terminate the RFP process at any time without assigning any reason and upon such
termination MSRTC shall not be responsible for any direct or indirect loss or damage arising out of
such a termination.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
5 Signature of the tenderer/s
ABBREVIATIONS
Abbreviation
Description
DSC
Digital Signal Certificate
EMD
Earnest Money Deposit
GCC
General Contract Conditions
MSRTC
Maharashtra State Road Transport Corporation
NDA
Non-Disclosure Agreement
NIC
National Informatics Centre
O&M
Operation and Maintenance
PDF
Portable Document Format
RFP
Request for Proposal
SD
Security Deposit
SLA
Service Level Agreement
TCV
Total Contract Value
TEC
Tender Evaluation Committee
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
6 Signature of the tenderer/s
TENDER NOTICE
Tender No: ST/PM/COM/ATM/01/2018 Date: 19/01/2018
MSRTC, a leading Passenger Road Transport Organization, invites sealed tenders in two bid system
(Technical bid and financial bid) from reputed experienced professional organizations for
Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus
Stations”. Maharashtra State Road Transport Corporation (MSRTC), intends to appoint a reputed
agency to set out “Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations". For
this purpose, MSRTC intends to solicit technical and commercial bid from prospective Bidder. The
prospective firms may download the technical and commercial bid from website
https://mahatenders.gov.induring the period from 19/01/2018 to 21/02/2018 and should submit
their technical and commercial bid offers online on https://mahatenders.gov.in on or
before21/02/2018. For complete details and formats of e-tender can also be obtained from
websitehttps://mahatenders.gov.in Tender form fee payment of Rs. 29500/- (including all taxes)
(non-refundable) by payment gateway online. No brokers/intermediaries shall be entertained. The
MSRTC reserves the right to reject any/all applications without assigning any reasons whatsoever.
DISCLAIMER
1. Detailed time table for the various activities to be performed in e-tendering process by
the renderer for quoting their offer is given in these tender documents under "TENDER
SCHEDULE". Bidder should carefully note down the cut off dates for carrying out each e-
tendering process/activity.
2. Every efforts being made to keep the website up to date and running smoothly 24 x 7 by
the M.S.R.T.C. and the service provider. However, M.S.R.T.C. takes no responsibility, and
will not liable for the website being temporarily unavailable due to any technical issue at
any point of time.
3. In the event MSRTC will not be liable and responsible for any damages or expenses
arising from any difficulty, error, imperfection or inaccuracy with this website, it
includes all associate service, or due to such unavailability of the website or any part
thereof or any contents or any associate services.
4. The tenders must follow the time table of e-tendering process and get their activities of
e-tendering process done well in advance so as to avoid any inconvenience due to
unforeseen technical problems, if any.
5. MSRTC will not be responsible for any incomplete activity of e-tendering process of the
tenderer due to technical error / failure of website and it cannot be challenged by way of
appeal, arbitration and in the court of law.
6. Bidder must get done all the e-tendering activities well in advance.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
7 Signature of the tenderer/s
Tender Schedule
#
Particulars
Start Date
1
Tender Publish
19/01/2018
21/02/2018
2
RFP Document Download
19/01/2018
21/02/2018
3
Last date of submission of Pre Bid Queries
----
30/01/2018
4
Pre-Bid Meeting
31/01/2018
……………
5
Last date of Bid Submission
19/01/2018
21/02/2018
6
Pre-Qualification Opening
22/02/2018
……………
8
Technical Qualification Opening
22/02/2018
-
9
Commercial Bid Opening
After scrutiny of
tech.bid to be inform by
Dept.
-
Note:
a. Earnest Money Deposit: - Rs. 20,00,000/- (Rupees Twenty Lakhs Only) through Online
Payment
b. All eligible/ interested Bidders are required to be enrolled on portal
https://mahatenders.gov.in before down loading tender documents and participate in e-
tendering. Bidders are requested to contact on following telephone numbers any
doubts/ information/difficulty regarding online enrolment or obtaining digital
certificate M/s. NIC Technologies Ltd. Next ender (India) Pvt. Ltd on 020-3018 7500.
c. Bidders should submit the document related to tender online. Cost of tender form of Rs.
28,375/- (Rupees Twenty Eight Thousand Three Hundred Seventy Five only) (including all
taxes) should be credited in to M.S.R.T.C. fund account by online payment gateway,
before opening of the technical Bid otherwise Bidders cannot participate in e-tendering.
d. Other instructions can be seen in the tender form. All or any one of the tender may be
rejected by competent authority.
e. The Electronic tendering system for MSRTC will be available on separate Sub Portal with
URL https://mahatenders.gov.in as part of the Electronic Tendering System of
Government of Maharashtra which is available on the Portal https://mahatenders.gov.in
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
8 Signature of the tenderer/s
1. INVITATION FOR BIDS
1. MSRTC hereby invites Proposals from reputed, competent and professional companies, who
meet the minimum eligibility criteria as specified in this bidding document for the
Appointment of Agency for Installation of Automated Teller Machine (ATM) at
MSRTC’s Bus Stations” as detailed in Section 2.24of this RFP document.
2. The complete bidding document shall be published on https://mahatenders.gov.in for the
purpose of downloading. The downloaded bidding document shall be considered valid for
participation in the electronic bidding process (e-Procurement/ e-Tendering) subject to the
submission of required tender/ bidding document fee and EMD through e-Tendering Online
Payment Gateway mode only.
3. To participate in online bidding process, Bidders must procure a Digital Signature
Certificate (Class - II) as per Information Technology Act-2000 using which they can
digitally sign and encrypt their electronic bids. Bidders can procure the same from any CCA
approved certifying agency, i.e. Safe crypt, N code, etc. Bidders who already have a valid
Digital Signature Certificate (DSC) need not procure a new DSC.
4. Bidders are also advised to refer Bidders Manual Kit” available in this document or at
https://mahatenders.gov.in for further details about the e-tendering process.
5. Bidder is advised to study this RFP document carefully before submitting their proposals in
response to the RFP Notice. Submission of a proposal in response to this notice shall be
deemed to have been done after careful study and examination of this document with full
understanding of its terms, conditions and implications.
The summary of details of this invitation of bids are listed in table below:
S. No.
Items
Description
1
RFP Reference No.
<>
2
Name of the Project
RFP for Appointment of Agency for
Installation of Automated Teller Machine
(ATM) at MSRTC’s Bus Stations.
3
RFP Document Download Start / End Date
& Time
Start Date: 19/01/2018 at 13:00 End Date:
21/02/2018 at 15:00
Please visit the below mentioned
e-Tendering website
https://mahatenders.gov.in
4
Last date to send in requests for
clarifications
All the queries should be received on or
before 30/01/2018, through email only with
subject line as follows:
“Pre-Bid queries - <Agency’s Name>”.
The queries should be submitted as per
format prescribed in
The Pre-Bid queries to be sent to the Email
Id: gmplanning@rediffmail.com
5
Date, Time and place of pre- bid meeting
31/01/2018, at 14:00
Address: General Manager (planning and
Marketing Dept.
Maharashtra Vahtuk Bhavan, Planning
Department, 1st Floor, Dr. A. N Road,
Mumbai Central, Mumbai 400 008, Tel No
022 2302 4013
6
Last date (deadline) for submission of
bids
21/02/2018
7
Date and Time of opening of
22/02/2018 at 14:30
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
9 Signature of the tenderer/s
S. No.
Items
Description
prequalification proposals
8
RFP Document Fee to be paid via Online
Payment Gateway mode only.
Rs. 29,500/- (Rupees Twenty Nine
Thousand Five Hundred only) (inclusive of
taxes)
9
Date Time and Place of opening of
Technical Proposals
Will be intimated later to the technically
qualified bidders
10
Date Time and Place of opening of
Financial Proposals
Will be intimated later to the technically
qualified bidders
11
Earnest Money Deposit (EMD) to be
paid via Online Payment Gateway mode
only.
Rs. 20,00,000/- (Rupees Twenty Lakhs
Only)
12
Security Deposit
3% total contract value (TCV)
13
Last date for signing contract
As intimated in work order of MSRTC
14
Bid Validity Period
180 days from the date of submission of
Bid
15
Contract Period
5 Years. Can be extended for further 2
years with mutual consent.
16
Contact Person
Officer: General Manager, Planning & Marketing, MSRTC,
Planning & Marketing Department,
1st Floor, Maharashtra Vahtuk Bhavan,
Dr. A. N Road,
Mumbai Central,
Mumbai 400 008,
Email: gmplanning@rediffmail.com
Tel No 022 2302 4013
Note: Prospective Bidders may visit MSRTC for any further information / clarification regarding
this RFP on prior appointment during working hours till the date of technical bid submission.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
10 Signature of the tenderer/s
2. INSTRUCTIONS TO BIDDERS
2.1 INTRODUCTION TO MSRTC
Maharashtra State Road Transport Corporation (MSRTC) has been established in 1950 with the
objective of providing “adequate, efficient, economic and properly coordinated road transport
services”. MSRTC is a major inter-city transport service provider in the state of Maharashtra. MSRTC
caters to the travel needs of commuters by operating 15,127 schedules with the fleet strength of
17,497 buses offering. MSRTC service also covers destinations in neighboring states. It is one of the
largest fleet owners in India. MSRTC covers 199.31 crore km annually with 97573 trips per day. It
also offers a facility for online booking of tickets for all 17,000 routes.
The Organization Structure of MSRTC is 4 tier system, i.e. Central Office (Mumbai), Divisional Offices
31 (At District Level), Depots 250 (at Tehsil level) and 588 Bus Stations.
Table 1-1: Present Status of MSRTC
Central Office
1
Central Workshops
3
Central Training Institute
1
Printing Press
1
Divisional offices
31
Depots
250
Bus Stations
588
Pickup sheds
4000
Tyre Retreading Plants
9
MSRTC is governed by the Board of Directors headed by the Chairman. The Managing Director is the
Chief Executive of the Corporation who is assisted by the Additional Managing Director, Chief
Accounts & Financial Officer along with the Chief General Managers of various departments. The
General Managers head the Depot Administration and is assisted by various branch officers. MSRTC
is utilizing the services of 1,00,1698 employees, which includes Officers, Supervisory and
Administrative staff, Mechanical staff and Drivers and Conductors.
2.2 PURPOSE
MSRTC hereby invites Proposals from reputed, competent and professional companies, who meet
the minimum eligibility criteria as specified in this bidding document for the “RFP for Appointment of
Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations” as this
document provides information to enable the bidders to understand the broad requirements to
submit their bids. The detailed scope of work is provided in Section 3.2 of this RFP document. The
Bid shall outline the Methodology, Design and Architecture best suited for MSRTC in detail.
(A) Address for Correspondence and Contact Person
GENERAL MANAGER, PLANNING & MARKETING, MSRTC
MAHARASHTRA VAHTUK BHAVAN,
PLANNING & MARKETING DEPARTMENT, 1ST FLOOR,
DR. A. N ROAD, MUMBAI CENTRAL,
MUMBAI 400 008
Tel No 022 2302 4013
Website - http://msrtc.gov.in
Email: gmplanning@rediffmail.com
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
11 Signature of the tenderer/s
2.3 CONSORTIUM
The Bidders are allowed to form Consortium, Joint Venture, etc. subject to the following
conditions:
1. The number of Consortium members cannot exceed three, including the Lead Member.
2. The Lead Member should have the majority stake in the Project; stake being calculated from
the detailed roles and responsibilities defined for the Consortium and as declared in the
Proposal.
3. Only the Lead Member authorized by the consortium will submit the Proposal and sign the
Contract with MSRTC between bidding consortium and MSRTC.
4. All the members of consortium shall be jointly and severally responsible for the execution of
the contract.
5. Furthermore, consortium cannot consist of two services providers of similar capabilities.
6. In case of a Consortium Bid, the Lead Member would need to submit the Consortium
Declaration in the format provided in Annexure K of the Tender. The Lead Member would
also need to submit the Agreement between the Consortium members for the Contract
clearly indicating their scope of work and relationship. Such Agreement should be prepared
on a stamp paper of requisite value and is required to be submitted along with the technical
Proposal. In the event that the Lead Member does not submit the Agreement it will be
considered as an individual bid.
7. All the signatories of the Consortium Agreement shall be authorized by a Power of Attorney
signed by the respective authorized signatory duly authorized by Board resolution of the
Companies.
8. Each Consortium member shall execute and submit along with the Technical Bid, an
authorization letter from the consortium members to do all acts as may be necessary for the
performance under the contract.
9. The Consortium Agreement shall provide at least the following information in respect of the
Consortium members that the Bidder will engage to provide any of the services required
under this Tender.
10. Brief description of nature of products/services to be provided by Consortium member;
11. Head and Branch offices (if responsible for work under the contract) (provide mailing
addresses, phone, fax and email);
12. Date, form and state of incorporation of Consortium member;
13. Company Principals (Name, title and business address)
14. The Consortium Agreement concluded by the Lead Member and Consortium member(s)
should also be addressed to the MSRTC clearly stating that the Agreement is applicable to
the contract executed out of this Tender and shall be binding on them for the Contract
Period. Notwithstanding the Agreement, the responsibility of coordination and smooth
execution of job under the contract will be with the Lead Member.
15. The Lead Member shall be solely liable to and responsible for all obligations towards the
MSRTC for performance of works/services including that of its partners/associates under
the contract.
16. Consortium members shall not change their members and continue till the end of the
project tenure.
2.4 SUB-CONTRACTING CONDITIONS
1. The Bidder can sub-contract the work to one or more parties (individual, or other entity
recognized under Indian law).However, it is clarified that the Bidder shall be the principal
employer for all claims arising from the liabilities statutory or otherwise, concerning the
sub-contractors. The Implementation Agency undertakes to indemnify the Nodal Agency or
its nominated agencies from any claims on the grounds stated hereinabove.
2. The bidder shall share all the details of the sub- contracting agency during the process of
award, or post award of contract, if there is a change in sub-contractor, the Bidder shall
obtain prior permission form MSRTC.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
12 Signature of the tenderer/s
2.5 COMPLETENESS OF RESPONSE
The response to this RFP should be full and complete in all respects. Failure to furnish all information
required by the RFP document or submission of a proposal not substantially responsive to the RFP
document in every respect will be at the Bidder's risk and may result in rejection of its Proposal.
2.6 PROPOSAL PREPARATION COSTS
1. The bidder shall submit the bid at its cost and MSRTC shall not be held responsible for any
cost incurred by the bidder. Submission of a bid does not entitle the bidder to claim any cost
and rights over MSRTC and MSRTC shall be at liberty to cancel any or all bids without giving
any notice.
2. All materials submitted by the bidder shall be the absolute property of MSRTC and no
copyright /patent etc. shall be entertained by MSRTC.
2.7 BIDDER INQUIRIES
Bidder shall E-Mail their queries, at above mentioned E-Mail address, in the format as prescribed in
the Annexure B: Format for “Request for Clarification”. The response to the queries will be published
on https://mahatenders.gov.in. No telephonic / queries will be entertained thereafter. This response
of MSRTC shall become integral part of RFP document. MSRTC shall not make any warranty as to the
accuracy and completeness of responses.
2.8 AMENDMENT OF RFP DOCUMENT
1. All the amendments made in the document would be published on the e-Tendering Portal
and shall be part of RFP.
2. The Bidders are advised to visit the aforementioned websites / portal on regular basis to
check for necessary updates. The MSRTC also reserves the right to amend the dates
mentioned in this RFP.
2.9 SUPPLEMENTARY INFORMATION TO THE RFP
If MSRTC deems it appropriate to revise any part of this RFP or to issue additional data to clarify an
interpretation of provisions of this RFP, it may issue supplements to this RFP. Any such corrigendum
shall be deemed to be incorporated by this reference into this RFP
2.10 MSRTC’S RIGHT TO TERMINATE THE PROCESS
MSRTC may terminate the RFP process at any time and without assigning any reason. MSRTC
reserves the right to amend/edit/add/delete any clause of this Bid Document. This will be informed
to all and will become part of the bid /RFP and information for the same would be published on the
e-Tendering portal.
2.11 EARNEST MONEY DEPOSIT (EMD)
1. Bidders shall submit, EMD of Rs. 20, 00,000/- (Rupees Twenty Lakhs only) through Online e-
Tendering Payment Gateway mode only.
2. Unsuccessful Bidder(s) EMD will be returned within 180 days from the date of finalization of
the tender. EMD of successful bidder will be returned only after submission of Security
Deposit.
3. No interest will be paid by MSRTC on the EMD amount and EMD will be refunded to the all
Bidders (including the Successful Bidder(s)) without any accrued interest on it
4. The Bid submitted without EMD, mentioned above, will be summarily rejected
5. The EMD may be forfeited:
a. If a Bidder withdraws his bid or increases his quoted prices during the period of bid
validity or its extended period, if any.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
13 Signature of the tenderer/s
b. In case of a Successful Bidder(s), if the Bidder fails to sign the contract in accordance
with the terms and conditions.
c. If during the bid process, a bidder indulges in any such deliberate act as would
jeopardise or unnecessarily delay the process of bid evaluation and finalisation.
d. If, during the bid process, any information is found false/fraudulent/mala fide, and then
MSRTC shall reject the bid and, if necessary, initiate action.
6. The decision of the MSRTC regarding forfeiture of the EMD shall be final and binding upon
bidders.
2.12 AUTHENTICATION OF BID
Authorized person of the bidder who signs the bid shall obtain the authority letter from the bidder,
which shall be submitted with the Bid. All pages of the bid and its annexures, etc. shall be signed and
stamped by the person or persons signing the bid.
2.13 LANGUAGE OF BIDS
This bid should be submitted in English language only. If any supporting documents submitted are in
any language other than English, then the translation of the same in English language is to be duly
attested by the bidder and summited with the bid, and English translation shall be validated at
MSRTC’s discretion.
2.14 PATENT CLAIM
In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or
industrial design rights arising from the use of the Goods or any part thereof, the bidder shall
expeditiously extinguish such claim. If the bidder fails to comply and MSRTC is required to pay
compensation to a third party resulting from such Infringement, the Bidder shall be responsible for
such compensation, including all expenses, court costs, lawyer fees etc. MSRTC shall give notice to
the Successful Bidder(s) of any such claim and recover it from the bidder.
2.15 DATA/ DOCUMENTSPREPAREDBY SUCCESSFUL BIDDER(S) TO BE
PROPERTY OF MSRTC
All plans, specifications, reports, other documents, patent and data generated shall be absolute
property of MSRTC. The Successful Bidder(s) shall not use, share this information, any other data
derived from this application, documents, customized software etc. anywhere, without taking
permission, in writing, from the MSRTC and the MSRTC reserves right to grant or deny any such
request.
2.16 BID SUBMISSION FORMAT
The entire proposal shall be submitted strictly as per the format specified in this Request for
Proposal. Bids with deviation from this format are liable for rejection.
2.17 BID SUBMISSION INSTRUCTIONS
1. Complete bidding process will be online (e-Tendering) in three envelope system.
Submission of bids shall be in accordance to the instructions given in the following table:
Particulars
Instructions
Envelope A:
EMD and Tender Fees
Scanned copy of Receipt of the Tender Fees and Earnest Money
Deposit (EMD) must be uploaded through online bid submission
process.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
14 Signature of the tenderer/s
Particulars
Instructions
Envelope B:
Pre-qualification
Proposal
The Pre-qualification Proposal shall be prepared in accordance with
the requirements specified in this RFP and the formats are prescribed
in in Section 5 of this RFP
Each page of the Pre-qualification Proposal should be signed and
stamped by the Authorized Signatory of the Bidder. Pre-qualification
Proposal should be submitted through online bid submission process
only.
Envelope C:
Financial Proposal
The Financial Proposal shall be prepared in accordance with the
requirements specified in this RFP and in the formats prescribed in
Section 6 of the RFP.
Each page of the Financial Proposal should be signed and stamped by
the Authorized Signatory of the Bidder. Financial Proposal should be
submitted through online bid submission process only.
Note: Bidder is requested to submit the One Hard Copy of the Pre-qualification only on the date of
prequalification proposal opening as schedule given in the RFP. Financial Proposal delivered as hard
copy manner shall be treated as defective, invalid and rejected.
2. The following points shall be kept in mind for submission of bids;
a. MSRTC shall not accept delivery of proposal in any manner other than that specified in
this RFP. Proposal delivered in any other manner shall be treated as defective, invalid
and rejected.
b. The Bidder is expected to price all the items and services sought in the RFP and
proposed in the proposal. The Bid should be comprehensive and inclusive of all the
services to be provided by the Bidder as per the scope of his work and must cover the
entire Contract Period.
c. MSRTC may seek clarifications from the Bidder on the Pre-Qualification proposal. Any of
the clarifications by the Bidder on the Pre-Qualification proposal should not have any
commercial implications. The Financial Proposal submitted by the Bidder should be
inclusive of all the items in the Pre-Qualification proposal and should incorporate all the
clarifications provided by the Bidder on the Pre-Qualification proposal during the
evaluation of the Pre-Qualification offer.
d. Financial Proposal shall not contain any technical information.
e. If any Bidder does not qualify the prequalification criteria stated in Section 2.24 of this
RFP, the financial proposals of the Bidder shall not be opened in the e-Tendering system.
f. It is required that the all the proposals submitted in response to this RFP should be
unconditional in all respects, failing which MSRTC reserves the right to reject the
proposal.
g. Proposals sent by fax/post/courier shall be rejected.
2.18 LATE PROPOSAL AND PROPOSAL VALIDITY PERIOD
Proposals received after the due date and the specified time (including the extended period if any)
for any reason whatsoever, shall not be entertained and shall not be opened in the e-Tendering
system. The validity of the proposals submitted before deadline shall be till 180 days from the date
of submission of the proposal.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
15 Signature of the tenderer/s
2.19 MODIFICATION AND WITHDRAWAL OF PROPOSALS
No Proposal shall be withdrawn in the interval between the deadline for submission of proposals
and the expiration of the validity period specified by the Bidder on the Proposal form. Entire EMD
shall be forfeited if any of the Bidders withdraw their proposal during the validity period.
2.20 NON-CONFORMING PROPOSALS
A Proposal may be construed as a non-conforming proposal and ineligible for consideration:
1. If it does not comply with the requirements of this RFP
2. If the Proposal does not follow the format requested in this RFP or does not appear to
address the particular requirements of the MSRTC.
2.21 ACKNOWLEDGEMENT OF UNDERSTANDING OF TERMS
By submitting a Proposal, each Bidder shall be deemed to acknowledge that he has carefully read all
sections of this RFP, including all forms, schedules, annexure, corrigendum and addendums (if any)
hereto, and has fully informed itself as to all existing conditions and limitations.
2.22 BID OPENING
1. Total transparency shall be observed and ensured while opening the Proposals/Bids. All
Bids shall be opened in the presence of Bidder’s representatives who choose to attend the
Bid opening sessions on the specified date, time and address.
2. MSRTC reserves the rights at all times to postpone or cancel a scheduled Bid opening.
3. Bid opening shall be conducted in two stages.
4. In the first stage, prequalification proposals shall be opened and evaluated as per the
criteria mentioned in Section 2.24 of the RFP.
5. In the second stage, Financial Proposal of those Bidders, whose Pre-Qualification Proposals
qualify, shall be opened. All Bids shall be opened in the presence of Bidder’s representatives
who choose to attend the Bid opening sessions on the specified date, time and address.
6. The Bidder’s representatives who are present shall sign a register evidencing their
attendance. In the event of the specified date of Bid opening being declared a holiday for
MSRTC, the bids shall be opened at the same time and location on the next working day. In
addition to that, if there representative of the Bidder remains absent, MSRTC will continue
process and open the bids of the all bidders.
7. During Bid opening, preliminary scrutiny of the Bid documents shall be made to determine
whether they are complete, whether required Bid Security has been furnished, whether the
Documents have been properly signed, and whether the bids are generally in order. Bids not
conforming to such preliminary requirements shall be prima facie rejected. MSRTC has the
right to reject the bid after due diligence is done.
2.23 EVALUATION PROCESS
1. Evaluation is based on Pre-qualification and Commercial. Bidders qualifying the pre-
qualification shall be considered for commercial stage H1 based selection.
2. MSRTC’s Tender Evaluation Committee (hereinafter referred to as “TEC”) shall evaluate this
bid.
3. TEC shall review the prequalification proposal of the Bidders to determine whether the
requirements as mentioned in Section 2.24 of the RFP are met. Incomplete or partial
Proposals are liable for disqualification.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
16 Signature of the tenderer/s
4. The financial proposals of the qualified Bidders shall be opened and reviewed to determine
whether the financial proposals are complete and as per requirements.
5. Evaluation and award of Contract shall be done as per provisions of Maharashtra State
Government Rules.
6. Please note that TEC may seek inputs from their professional, external experts in the Bid
evaluation process.
2.24 PREQUALIFICATION CRITERIA
Sr.
No.
Criteria
Documentary proof required
1
The Bidder must be an entity registered under
RBI’s payment and settlement Act 2007.
Registration Certificate
2
The Bidder should be a company registered in
India under Company’s Act, 1956
Certificate of Incorporation from
Registrar of Companies (ROC)
3
The Bidder should have minimum turnover of Rs.
100 Cr in end to end ATM outsourcing related
activities in last financial year.
Statutory auditors certificate supported by
Auditor certified Financial Statements for the
last three financial years (2016-2017 , 2015-
16, 2014-15)
4
The Bidder should have positive net worth.
Statutory auditors certificate supported by
Auditor certified Financial Statements for the
last three financial years (2016-2017 , 2015-
16, 2014-15)
5
The Bidder should have deployed at least 1000
ATM’s in Maharashtra for PSU Banks.
Copy of Work Order / Project Completion
Certificate.
6
The Bidder should have its own Managed services
Center in India.(Managed Services Center-ATM
operations, maintenance/ management of
hardware & software, Cash replenishment, etc. are
part of Managed Services Centre)
Self-Declaration on bidders letter head.
7
The Bidder should not be black-listed by
government authorities.
Annexure C filled in, signed and stamped by
Authorized Signatory
Eligibility Criteria
8
The bidder and /or its authorized affiliate should
be a company registered in India under companies
Act 1956
Registration Certificate
9
The bidder/ affiliate should be in end to end ATM
outsourcing related activities for minimum 3
years and should be managing at least 2500 ATM’s
in India
Documentary evidence to prove the same
including Work Order/ completion or
experience certificate.
2.25 EVALUATION OF PREQUALIFICATION PROPOSALS
1. Bidders, whose EMD and RFP Document Fees are found in order, shall be considered for
Pre-Qualification criteria evaluation.
2. Bidder shall be evaluated as per prequalification criteria mentioned atSection 2.24. The
bidders who fulfil all the prequalification criteria shall qualify for further commercial
evaluation.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
17 Signature of the tenderer/s
3. The Bidders are required to submit all required documentation in support of the evaluation
criteria specified (e.g. Detailed Project citations and completion certificates, client contact
information for verification, and all others) as required for pre-qualification evaluation.
4. At any time during the Bid evaluation process, TEC may seek oral / written clarifications
from the Bidders. The Committee may seek inputs from their professional and technical
experts in the evaluation process.
5. MSRTC reserves the right to do a reference check of the past experience stated by the
Bidder. Any feedback received during the reference check shall be taken into account during
the pre-qualification evaluation process.
2.26 COMMERCIAL EVALUATION
1. The financial proposal of only the qualified Bidders based on Pre-Qualification criteria shall
be opened for the evaluation.
2. Of all the financial proposal opened, the Bidder whose financial proposal is highest (hereby
referred to as H1 Bidder) shall be considered eligible for award of contract.
3. If there is a discrepancy between words and figures, the amount in words shall prevail. For
any other calculation/ summation error etc. the bid may be rejected.
4. If an agency has H1 rates for majority of division, then they can be asked to match H1 rates
for other remaining division too.
2.27 AWARD OF CONTRACT
2.27.1 MSRTC’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
MSRTC reserves the right to accept or reject any Bid, and to annul the bidding process and reject any
or all Bids at any time prior to award of Contract, without thereby incurring any liability to the
affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds
for MSRTC’s action.
2.27.2 LETTER OF INTENT
Prior to the expiration of the period of bid validity, MSRTC will notify the Successful Bidder(s) in
writing or by fax or email, to be confirmed in writing by letter, that its bid has been accepted. The
Letter of Intent will constitute the formation of the contract. Upon the Successful Bidder’s furnishing
of Security Deposit, MSRTC will promptly notify each unsuccessful bidder(s).
2.27.3 SIGNING OF CONTRACT
MSRTC shall notify the Successful Bidder that its bid has been accepted. The Successful Bidder shall
enter into contract agreement with MSRTC within the time frame mentioned in the Letter of
acceptance to be issued to the Successful Bidder by MSRTC.
2.27.4 FAILURE TO AGREE WITH THE TERMS & CONDITIONS OF THE RFP / CONTRACT
Failure of the Successful Bidder(s) to agree with the Terms & Conditions of the RFP / Contract shall
constitute sufficient grounds for the annulment of the award, in which event MSRTC may invite the
next best bidder for negotiations or may call for fresh RFP.
2.28 NON-DISCLOSURE AGREEMENT (NDA)
The Successful Bidder(s) has to sign the Non- Disclosure Agreement (Annexure D) with MSRTC.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
18 Signature of the tenderer/s
2.29 SECURITY DEPOSIT
1. The successful bidder needs to deposit/submit a security deposit equal to 3% of bid value as
Bank Guarantee only.The security deposit shall be valid for a period of 5 years and 6
months. It should be submitted within 15 days from the receipt of the letter towards award
of the contract for due and proper fulfilment of bid document conditions.
2. The security deposit should be submitted within the period specified above, failing which
MSRTC may cancel the offer made to the bidder.
3. The security deposit will be forfeited if vendor has not fulfilled the terms and conditions as
per bid document.
4. MSRTC shall also be entitled to make any recoveries due from the bidder from security
deposit submitted against this bid document. In such case the bidder will have to recoup the
security deposit amount so recovered within 10 days.
5. The security deposit shall be retained by MSRTC for the period of 5 Years and 6 months
from the date of submission of deposit. No interest will be payable by the MSRTC on the
amount of the Bid Security. Security Deposit will be released after 5 Years and 6 months
from the date of submission of security deposit or completion of all work whichever is later.
2.30 BID PRICES
The vendor has to quote for “Appointment of Agency for Installation of Automated Teller Machine
(ATM) at MSRTC’s Bus Stations”, in the format given for financial bid. Validity of Bid shall be of 180
days.
2.31 BID CURRENCY
The rates quoted shall be in Indian Rupees only.
2.32 SIGNATURE
A representative of the bidder, who is authorized to commit the bidder to contractual obligations,
must sign with the bidder’s name and seal on all pages of the Bid, including the tender/bid
document. All obligations committed by such signatories must be fulfilled.
2.33 CORRECTION OF ERRORS
The vendor is advised to take adequate care in quoting the rate. No excuse for corrections in the
quoted rate will be entertained afterwards. The corrections or overwriting in bid document should
be initialed by person signing the Bid form.
2.34 CORRECTIONS TO ARITHMETIC ERRORS
In case of discrepancy between the amounts mentioned in figures and in words, the amount in
words shall govern. The amount stated in the Bid form, adjusted in accordance with the above
procedure, shall be considered as binding.
2.35 DISQUALIFICATION
The Bid from the bidders is liable to be disqualified in the following cases:
Bid not submitted in accordance with the bid document.
The bidder qualifies the bid with his own conditions.
During validity of the Bid, or its extended period, if any, the bidder increases his quoted
prices.
Bid is received in incomplete form.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
19 Signature of the tenderer/s
Bid is received after due date and time.
Bid is not accompanied by all requisite supporting documents.
Information submitted in technical Bid is found to be misrepresented, incorrect or false,
accidentally, unwittingly or otherwise, at any time during the processing of the contract (no
matter at what stage) or during the tenure of the contract including the extension period if
any.
The successful bidder fails to enter into a contract within 10 working days of the date of
notice of award of contract or within such extended period, as fixed by MSRTC.
Awardee of the contract has given the letter of acceptance of the contract with his
conditions.
Non - fulfilling of any condition / term by bidder.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
20 Signature of the tenderer/s
3. TERMS OF REFERENCE (TOR)
3.1 PROJECT INTRODUCTION AND OBJECTIVES
3.1.1 INTRODUCTION
MSRTC wishes to provide Automated Teller Machine (ATM) facility to its passengers and citizens
for doing banking transactions like withdrawals, balance inquiry, etc. The ATM machine shall
facilitate the travellers to do transactions in required denominations, thereby reducing the
inconvenience while travelling due to non-availability of the balance/ change amount for the
ticket purchased for travel. Thus creating a traveller friendly environment with MSRTC. The ATM
service should enable MSRTC a fixed revenue to be recognized due to the space leased out to
the respective service provider.
Hence, to facilitate the above MSRTC seeks services from a service provider for Installation of
Automated Teller Machine (ATM) at MSRTC’s Bus Stations.
3.1.2 PRESENT ATM MACHINES INSTALLED AT BUS STATIONS
Currently ATM machines are installed at three locations in Mumbai Division on trial basis at
MSRTC Bus Stations by respective service provider.
Currently, service provider are paying the lease rent to MSRTC on terms agreed with MSRTC.
3.2 SCOPE OF WORK
3.2.1 ATM FACILITY AT BUS STATIONS
The service provider shall:
a. Survey all bus station locations and identify types of ATMs proposed to be installed at
bus stations.
b. Carry out phase wise installation of ATMs at bus stations as provided by MSRTC within
the stipulated period.
c. Maintain and Support ATM at all bus stations. Any issues to be resolved based on SLAs
to be decided with MSRTC.
d. Provide Weekly and Monthly reports to MSRTC
1. Number of transactions at ATMs
2. Number of Breakdowns & TAT for breakdowns
e. Rent proposed to the MSRTC in the bid should be quoted taking into consideration that
bidder shall pay the electricity and property tax and other taxes related for the area
used by the service provider for ATM.
f. Service Provider must mandatorily use energy efficient Air conditioners, lightning, etc.
for the ATM Machines usage.
g. Area will be specified based on the availability / feasibility at the bus stations / control
points.
h. ATM machines needs to be installed across all bus stations at depot locations in
Maharashtra.
i. MSRTC reserves the right to increase the number of ATM machines installation locations
at bus stations over and above the present scope.
j. Service Provider shall be responsible for maintaining connectivity and security at ATM
centres.
In ATM all Denominations must be permissible.
ATMs exact location in Bus Stations will be decided by the respective Depot Manager. Area
would be allocated by MSRTC for installation of up to 2 ATM machines per location. Each Bus
Stations will have ATM at single location only.
For new depots in future, ATM facility will prevail at the same rates as fixed for location.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
21 Signature of the tenderer/s
Advertising rights on ATM will be with respective banks / service provider only. No Commercial
Advertisements are allowed.
3.3 PROJECT TIMEFRAME AND DELIVERABLES
MSRTC expects the bidder to submit a complete activity wise timelines as part of the response to the
RFP. The Implementation Timeframe for Installation of Automated Teller Machine (ATM) at
MSRTC’s Bus Stations is as follows:
Table 3.1 Project Timeframe and Deliverables
Sr.
No.
Milestones
Timelines
1
Day of receipt of Acceptance
T0
2
Submission of detailed project and operational plan
T0+ 2 Weeks
3
Pilot Phase : Installation, commissioning, operationalization
and Go-Live of ATMs for 10% of MSRTC Bus Stations at
respective divisions
T0+ 2 Months
4
Go-Live Phase 1 : Installation, commissioning,
operationalization and Go-Live of ATMs for 30% of MSRTC
Bus Stations at respective divisions
T0+ 5 Months
5
Go-Live Phase 2 : Installation, commissioning,
operationalization and Go-Live of ATMs for 30% of MSRTC
Bus Stations at respective divisions
T0+ 7 Months
6
Go-Live Phase 3 : Installation, commissioning,
operationalization and Go-Live of ATMs for 30% of MSRTC
Bus Stations at respective divisions
T0+ 9 Months
3.4 SERVICE LEVEL AGREEMENT (SLA)
1. SLA is the contract between MSRTC and the successful bidder. SLA defines the terms of the
Successful bidder’s responsibility in ensuring the timely delivery of the deliverables and the
correctness of the same based on the agreed Performance Indicators as detailed in the
Agreement. This section defines various Service Level Indicators which will be considered
by MSRTC in the Service Level Agreement with Successful bidder. The successful bidder has
to comply with all Service Level Agreements (SLAs) defined below to ensure adherence to
project timelines, quality and availability of services.
2. MSRTC will make changes in SLA in consultation with the successful bidder.
3. The service provider agrees that any liability arising due to any default or negligence in
providing or performance of the Contract Services shall be borne exclusively by the Service
provider who shall alone be responsible for the defect and / or deficiencies in rendering
such services.
3.4.1 PERFORMANCE PARAMETERSAND PENALTY CLAUSE
1. ATMs must have 95% operational uptime on monthly basis. In case, ATM are non-
operational for more than 48 Hrs, the reasons for ATM closure needs to be communicated
by Bank.
2. MSRTC reserves the right to levy penalty for continued non-performance on part of agency.
The discretion to waive the penalty if informed and found justifiable, will be with Hon. Vice
Chairman and Managing Director, MSRTC. In case of any disputes, same will be settled at
level of Hon. Vice Chairman and Managing Director, MSRTC.
3.4.2 PAYMENT TERMS
1. Payment will be made by the Service Provider to MSRTC on a monthly basis.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
22 Signature of the tenderer/s
2. All rental payments to MSRTC will be made at Central office of MSRTC only.
3. After selection of the Successful Bidder as the Service Provider, a price schedule shall be
annexed to the Articles of Agreement according to which all payments shall be made by the
Service Provider to MSRTC.
4. The prices in the Financial Bid shall be inclusive of all taxes as may be levied by the
Government from time-to-time. All taxes shall be paid by successful bidder at prevailing
rates.
5. Since the payments are made based on the ready reckoner rates provided by Govt. of
Maharashtra, any revisions in ready reckoner rates from time to time would be considered
and revisions in the rental payment would be done accordingly.
6. During contractual period, the delay of more than 15 days in rental payments will attract
maximum of 5% non-refundable surcharge on the payment due and also render for
termination by serving 15 days’ notice.
7. Delay of more than 30 days (including first 15 days) in rental payments will attract
maximum of 5% non-refundable surcharge over and above on the payment due and also
may render the termination of contract.
8. If payment of non-refundable surcharge is not made by the bidder including rental
payments due then the amount of non-refundable surcharge and rental payments due shall
be deducted from outstanding dues or Security Deposit submitted to MSRTC towards
fulfilment of terms and conditions of work order. In case of deductions made from
securities, the bidder has to restore/re-instate the total amount of Security Deposit amount
is to be submitted in 30 working days from the date of issuance of such intimation.
9. If the bidder fails to pay rental payments, the Security Deposit shall be forfeited.
3.4.3 EXIT MANAGEMENT
The agency will hand over the possession of the said premises/ area allocated to them. They shall
remove all temporary structures (ATM cabin) at the time of handover of the said premise/ area and
pay all dues (electricity, water, etc) including all taxes to respective authorities.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
23 Signature of the tenderer/s
4. GENERAL CONDITIONS OF CONTRACT
4.1 GOVERNING LAW
The Contract shall be governed by and interpreted in accordance with the laws of the India.
4.2 CONFIDENTIAL INFORMATION
1. MSRTC and the Successful Bidder(s) shall keep confidential and shall not, without the
written consent of the other party hereto, divulge to any third party any documents, data, or
other information furnished directly or indirectly by the other party hereto in connection
with the Contract, whether such information has been furnished prior to, during or
following completion or termination of the Contract.
2. The Successful Bidder(s) shall not use the documents, data, and other information received
from MSRTC for any purpose other than the services required for the performance of the
Contract.
4.3 CHANGE IN LAWS AND REGULATIONS
Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law,
regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or
changed that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery
Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the
Successful Bidder(s) has thereby been affected in the performance of any of its obligations under the
Contract.
4.4 FORCE MAJEURE
1. The Successful Bidder(s) shall not be liable for termination for default if and to the extent
that it’s delay in performance or other failure to perform its obligations under the Contract
is the result of an event of Force Majeure.
2. For purposes of this Clause, Force Majeure means an event or situation beyond the control
of the Successful Bidder(s) that is not foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Successful Bidder(s). Such events may include,
but not be limited to, acts of MSRTC in its sovereign capacity, wars or revolutions, fires,
floods, epidemics, quarantine restrictions, and freight embargoes.
3. If a Force Majeure situation arises, the Successful Bidder(s) shall promptly notify MSRTC in
writing of such condition and the cause thereof. Unless otherwise directed by MSRTC in
writing, the Successful Bidder(s) shall continue to perform its obligations under the
Contract as far as it is reasonably practical, and shall seek all reasonable alternative means
for performance not prevented by the Force Majeure event.
4.5 CHANGE ORDERS AND CONTRACT AMENDMENTS
1. MSRTC may at any time order the Successful Bidder(s) to make changes within the general
scope of the contract,
2. If any such change causes major deviation in the cost of, or the time required for, the
Successful Bidder(s) performance of any provisions under the Contract, an equitable
adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule,
or both, and the Contract shall accordingly be amended. Any claims by the Successful
Bidder(s) for adjustment under this Clause must be asserted within 30 days from the date of
the Successful Bidder(s) receipt of MSRTC’s change order.
3. Prices to be charged by the Successful Bidder(s) for any Related Services that might be
needed but which were not included in the Contract shall be agreed upon in advance by the
parties, and shall not exceed the prevailing rates charged to other parties by the Successful
Bidder(s) for similar services.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
24 Signature of the tenderer/s
4.6 SETTLEMENT OF DISPUTES
4.6.1 PERFORMANCE OF THE CONTRACT
Performance of the contract is governed by the terms and conditions of the contract, in case
disputes arise between the parties regarding any matter under the contract, either Party of the
contract may send a written Notice of Dispute to the other party. The Party receiving the
Notice of Dispute will consider the Notice and respond to it in writing within 30 days after receipt.
MSRTC and the Successful Bidder shall make every effort to resolve disputes amicably by direct
informal negotiation, any disagreement or dispute arising between them under or in connection
with the contract will be settled at the level of Vice Chairman and Managing Director of MSRTC.
4.6.2 ARBITRATION
1. In the case of dispute arising, upon or in relation to, or in connection with the contract
between MSRTC and the Successful Bidder(s), which has not been settled amicably, any
party can refer the dispute for Arbitration under (Indian) Arbitration and Conciliation Act,
1996.
2. For any dispute in the matter the same will be settled at the level of Hon. Vice Chairman &
Managing Director MSRTC will be final.
3. Arbitration proceedings shall be held in Mumbai, India and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English.
4. The decision of the Vice Chairman and Managing Director, MSRTC shall be final and binding
upon both parties.
4.7 EXTENSIONS OF TIME
1. If at any time during performance of the Contract, the Successful Bidder(s) should encounter
conditions impeding timely delivery of the Services, the Successful Bidder(s) shall promptly
notify MSRTC in writing of the delay, its likely duration, and its cause. As soon as practicable
after receipt of the Successful Bidder(s) notice, MSRTC shall evaluate the situation and may
at its discretion extend the Successful Bidder(s) time for performance in writing.
2. Delay by the Successful Bidder(s) in the performance of its Delivery and Completion
obligations shall render the Bidder liable for disqualification for any further bids in MSRTC,
unless an extension of time is agreed mutually.
4.8 TERMINATION
4.8.1 TERMINATION BY MSRTC
1. MSRTC may, without prejudice to any other remedy for breach of Contract, terminate this
Contract in case of the occurrence of any of the events specified in paragraphs (1) through
(11) of this GCC Clause 4.8.1. In such an occurrence, MSRTC shall give a not less than 30
days’ written notice of termination to the Successful Bidder(s).
2. If the Successful Bidder(s) does not remedy a failure in the performance of its obligations
under the Contract, within thirty (30) days after being notified or within any further period
as MSRTC may have subsequently approved in writing.
3. If the Successful Bidder(s) becomes insolvent or goes into liquidation, or receivership
whether compulsory or voluntary.
4. If, in the judgment of MSRTC has engaged in corrupt or fraudulent practices in competing
for or in executing the Contract.
5. If, as the result of Force Majeure, the Successful Bidder(s) is unable to perform a material
portion of the Services for a period of not less than 60 days.
6. If the Successful Bidder(s) submits to the MSRTC a false statement which has a material
effect on the rights, obligations or interests of MSRTC.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
25 Signature of the tenderer/s
7. If the Successful Bidder(s) places itself in a position of conflict of interest or fails to disclose
promptly any conflict of interest to MSRTC.
8. If the Successful Bidder(s) fails to provide the quality services as envisaged under this
Contract, MSRTC may make judgment regarding the poor quality of services, the reasons for
which shall be recorded in writing. MSRTC may decide to give one chance to the Successful
Bidder(s) to improve the quality of the services.
9. If MSRTC, in its sole discretion and for any reason whatsoever, decides to terminate this
Contract.
10. In the event MSRTC terminates the Contract in whole or in part, pursuant to GCC Clause
4.8.1, MSRTC may procure, upon such terms and in such manner as it deems appropriate,
services similar to those undelivered or not performed, and the Successful Bidder(s) shall be
liable to MSRTC for any additional costs for such similar services. However, the Successful
Bidder(s) shall continue performance of the Contract to the extent not terminated.
4.8.2 TERMINATION BY BIDDER
The Successful Bidder(s) may terminate this Contract, by not less than 30 days’ written notice to
MSRTC, such notice to be given after the occurrence of any of the events specified in paragraphs (1)
through (3) of this GCC Clause 4.8.2:
1. If, as the result of Force Majeure, the Successful Bidder(s) is unable to perform a material
portion of the Services for a period of not less than 60 days.
2. If MSRTC is in material breach of its obligations pursuant to this Contract and has not
remedied the same within 30 days (or such longer period as the Successful Bidder(s) may
have subsequently approved in writing) following the receipt by MSRTC of the Successful
Bidder(s) notice specifying such breach.
4.8.3 PAYMENT UPON TERMINATION
Upon termination of this Contract pursuant to GCC Clauses 4.8.1 or 4.8.2, the MSRTC shall make the
following payments to the Successful Bidder(s):
1. If the Contract is terminated pursuant to GCC Clause 4.8.1 (10) or 4.8.2, remuneration for
Services satisfactorily performed prior to the effective date of termination.
2. If the agreement is terminated pursuant of GCC Clause 4.8.1 (1) to (3), (4), (5), (6), (7), (8)
and (9). The Successful Bidder(s) shall not be entitled to receive any agreed payments upon
termination of the contract. However, the MSRTC may consider making a payment for the
part satisfactorily performed on the basis of Quantum Merit as assessed by it, if such part is
of economic utility to the MSRTC. Applicable under such circumstances, upon termination,
the MSRTC may also impose liquidated damages. The Successful Bidder(s) will be required
to pay any such liquidated damages to MSRTC within 30 days of termination date.
4.8.4 ASSIGNMENT
If Successful Bidder(s) fails to render services in stipulated timeframe and as per schedule, MSRTC, at
its discretion and without any prior notice to Successful Bidder(s), may discontinue or minimize
scope of work or procure/board any other similar agency to render similar services to complete
project in stipulated timeframe.
4.9 OTHER CONDITIONS
1. The Successful Bidder(s) should be comply with all applicable laws and rules of
GoI/GoM/ULB.
2. Data Entry Operator / Surveyor / Supervisor etc. deployed by the Successful Bidder(s) shall
not have right to demand for any type of permanent employment with MSRTC or its allied
Offices.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
26 Signature of the tenderer/s
4.10 RISK PURCHASE
In case the Successful Bidder(s) fails to deliver the project due to inadvertence, error, collusion,
incompetency, misconstruction or illicit withdrawal, the MANAGING DIRECTOR, MSRTC reserves the
right to procure the same or similar services from the alternate sources at risk, cost and
responsibility of the Successful Bidder(s).
4.11 DELAYS IN BIDDER’S PERFORMANCE
If at any time during performance of the contract, the bidder may encounter conditions impeding
performance of the services, the bidder shall promptly notify MSRTC in writing of the facts of the
delay, it's likely duration and its causes.
As soon as after receipt of bidder’s notice, MSRTC shall evaluate the situation and may at its
discretion, extend the bidders time for performance with or without penalty in which case the
extension shall be ratified by the bidders by amendment of the contract but in no case extension
shall be given more than one time. . For avoidance of doubt, delay in performance for reasons
beyond control of the bidder or for reasons not attributable to the bidder or for reasons attributable
to MSRTC, shall not attract any penalty.
4.12 MODIFICATION IN REQUIREMENTS
MSRTC has given broad outline of Project. The vendor has to ensure fulfillment of all requirements
for implementation of project. However, due to change in Govt. /Corporation policy or due to
unavoidable circumstances, MSRTC's requirement, the vendor has to modify the processes, system
etc. as per business needs during the contractual period.
4.13 BIDDER’S INTEGRITY
The bidder is responsible for oblige to conduct all contracted activities as defined in the scope of
work in accordance with contract.
4.14 BIDDER’S OBLIGATION
The bidder is obliged to work closely with MSRTC’s staff, act within its own authority and abide by
directives issued by MSRTC.
The bidder will abide by the job safety measures prevalent in India and will free MSRTC from all
demand or responsibilities arising from accidents or loss of life the calls of which is the bidder’s
negligence. The bidder will pay all indemnities arising from such incidents and will not hold MSRTC
responsible or obligated.
The bidder is responsible for managing the activities of its personnel will hold itself responsible for
any misdemeanor.
The bidder will treat as confidential all data and information about MSRTC, obtained in the
execution of his responsibilities in strict confidence and will not reveal such information to any other
party. MSRTC will treat as confidential all data and information about bidder, obtained in the
execution of his responsibilities in strict confidence and will not reveal such information to any other
party.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
27 Signature of the tenderer/s
4.15 CORRUPT OR FRAUDULENT PRACTICES
The MSRTC requires that the bidder under this bid document, observe the highest standards of
ethics during the execution of this contract.
4.16 INTERPRETATION OF THE CLAUSES IN THE BID DOCUMENT / CONTRACT
DOCUMENT.
In case of any ambiguity, in the interpretation of any of the clauses in bid document or contract
document, the MSRTC’s interpretation of the clauses shall be final and binding on all parties.
4.17 LICENSES FOR SUPPLIED SOFTWARE
The bidder shall provide the required licenses for Database, server, software etc. if being used at all
levels.
4.18 NON EXCLUSIVITY, LICENSE FEE, IPR
In case where pre-existing software or hardware are customized/modified for MSRTC use by the
bidder, the IPR for the same shall rest with the bidder only. However bidder must agree to provide
MSRTC the rights to use this product and provide source code even beyond the Service Provider
Agreement at mutually agreed terms.
4.19 CHANGE OF CONSORTIUM MEMBER
1. Consortium member other than the Lead Member may be changed only under extreme
circumstances such as non-performance of the Consortium member, insolvency or
bankruptcy of the Consortium member etc. and that too only with the prior written
approval of the MSRTC.
2. Provided that in the event of any such approved change of Consortium members, the new
member (company) replacing outgoing Consortium member shall have same or higher
financial, technical and legal qualifications as the outgoing member, and to the satisfaction
of the MSRTC. In the event the MSRTC does not grant approval for the change of the
Consortium member other than the Lead Member or suitably qualified replacement
member (companies) are not available/ found, the exit of the Consortium member (other
than the Lead Member) shall constitute a breach of the contract.
4.20 LIQUIDATE DAMAGES
In addition to the penalty as mentioned in the SLA, liquidated Damages will be levied on the Bidder,
in the event of the Bidder:
1. Failing to meet the milestones provided in the SLA, successful bidder is liable to pay the
penalty amount by Demand Draft to MSRTC immediately.
2. Failing to perform the responsibilities and obligations as set out in MSA to the complete
satisfaction of MSRTC or any of its nominated agencies,
3. MSRTC shall be entitled without prejudice to its other rights and remedies, to deduct from
the price payable to the Bidder and also to encash the Performance Bank Guarantee or
Security Deposit or both.
4. The decision of Vice Chairman and Managing Director of MSRTC will be final in this regard.
4.21 INDEMNIFICATION & LIMITATION OF LIABILITY
1. Subject to Clause 4.21(2) below, Implementation Agency (the "Indemnifying Party")
undertakes to indemnify Nodal Agency (the "Indemnified Party") from and against all
Losses on account of bodily injury, death or damage to tangible personal property arising in
favor of any person, corporation or other entity (including the Indemnified Party)
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
28 Signature of the tenderer/s
attributable to the Indemnifying Party's negligence or wilful default in performance or non-
performance under this Agreement. If the Indemnified Party promptly notifies Indemnifying
Party in writing of a third party claim against Indemnified Party that any Service provided
by the Indemnifying Party infringes a copyright, trade secret or patents incorporated in
India of any third party, Indemnifying Party will defend such claim at its expense and will
pay any costs or damages that may be finally awarded against Indemnified Party.
2. The indemnities set out in Clause 4.21(1) shall be subject to the following conditions:
a. the Indemnified Party as promptly as practicable informs the Indemnifying Party
in writing of the claim or proceedings and provides all relevant evidence,
documentary or otherwise;
b. the Indemnified Party shall, at the cost of the Indemnifying Party, give the
Indemnifying Party all reasonable assistance in the Defense of such claim
including reasonable access to all relevant information, documentation and
personnel provided that the Indemnified Party may, at its sole cost and expense,
reasonably participate, through its attorneys or otherwise, in such Defense;
c. if the Indemnifying Party does not assume full control over the Defense of a claim
as provided in this Article, the Indemnifying Party may participate in such
Defense at its sole cost and expense, and the Indemnified Party will have the
right to defend the claim in such manner as it may deem appropriate, and the
cost and expense of the Indemnified Party will be included in Losses;
d. the Indemnified Party shall not prejudice, pay or accept any proceedings or
claim, or compromise any proceedings or claim, without the written consent of
the Indemnifying Party;
e. all settlements of claims subject to indemnification under this Clause will:
i. be entered into only with the consent of the Indemnified Party, which
consent will not be unreasonably withheld and include an unconditional
release to the Indemnified Party from the claimant or plaintiff for all liability
in respect of such claim; and
ii. include any appropriate confidentiality agreement prohibiting disclosure of
the terms of such settlement;
f. the Indemnified Party shall account to the Indemnifying Party for all awards,
settlements, damages and costs (if any) finally awarded in favour of the
Indemnified Party which are to be paid to it in connection with any such claim or
proceedings;
g. the Indemnified Party shall take steps that the Indemnifying Party may
reasonably require to mitigate or reduce its loss as a result of such a claim or
proceedings;
h. in the event that the Indemnifying Party is obligated to indemnify an Indemnified
Party pursuant to this Article, the Indemnifying Party will, upon payment of such
indemnity in full, be subrogated to all rights and defenses of the Indemnified
Party with respect to the claims to which such indemnification relates; and
i. if a Party makes a claim under the indemnity of any particular Loss or Losses,
then that Party shall not be entitled to make any further claim in respect of that
Loss or Losses (including any claim for damages).
j. The liability of Implementation Agency (whether in contract, tort, negligence,
strict liability in tort, by statute or otherwise) for any claim in any manner
related to this Agreement, including the work, deliverables or Services covered
by this Agreement, shall be the payment of direct damages only which shall in no
event in the aggregate exceed the total value of the contract under this
Agreement. The liability cap shall not be applicable to the indemnification
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
29 Signature of the tenderer/s
obligations set out in Clause 4.2(1) and breach of any other clauses of this
agreement.
k. In no event shall either party be liable for any consequential, incidental, indirect,
special or punitive damage, loss or expenses (including but not limited to
business interruption, lost business, lost profits, or lost savings) nor for any third
party claims (other than those set-forth in Clause 4.2 (1) even if it has been
advised of their possible existence.
l. The allocations of liability in this Section 4.2 represent the agreed and bargained-
for understanding of the parties and compensation for the Services reflects such
allocations. Each Party has a duty to mitigate the damages and any amounts
payable under an indemnity that would otherwise be recoverable from the other
Party pursuant to this Agreement by taking appropriate and commercially
reasonable actions to reduce or limit the amount of such damages or amounts.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
30 Signature of the tenderer/s
5. GUIDELINES FOR PRE-QUALIFICATION BID
5.1 CHECK-LIST FOR THE DOCUMENTS TO BE INCLUDED IN PRE-
QUALIFICATION ENVELOPE
Sr.
No.
Criteria
Documentary proof required
Submitted
(Yes/No)
1
The Bidder must be an entity
registered under RBI’s payment and
settlement Act 2007.
Registration Certificate
2
The Bidder should be a company
registered in India under Company’s
Act, 1956
Certificate of Incorporation from
Registrar of Companies (ROC)
3
The Bidder should have minimum
turnover of Rs. 100 Cr in end to end
ATM outsourcing related activities in
last financial year.
Statutory auditors certificate
supported by Auditor certified
Financial Statements for the last
three financial years (2016-2017 ,
2015-16, 2014-15)
4
The Bidder should have positive net
worth.
Statutory auditors certificate
supported by Auditor certified
Financial Statements for the last
three financial years (2016-2017 ,
2015-16, 2014-15)
5
The Bidder should have deployed at
least 1000 ATM’s in Maharashtra for
PSU Banks.
Copy of Work Order / Project
Completion Certificate.
6
The Bidder should have its own
Managed services Center in
India.(Managed Services Center-ATM
operations, maintenance/
management of hardware & software,
Cash replenishment, etc. are part of
Managed Services Centre)
Self-Declaration on bidder’s letter
head.
7
The Bidder should not be black-listed
by government authorities.
Annexure C filled in, signed and
stamped by Authorized Signatory
Eligibility Criteria
8
The bidder and /or its authorized
affiliate should be a company
registered in India under companies
Act 1956
Registration Certificate
9
The bidder/ affiliate should be in end
to end ATM outsourcing related
activities for minimum 3 years and
should be managing at least 2500
ATM’s in India
Documentary evidence to prove the
same including Work Order/
completion or experience
certificate.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
31 Signature of the tenderer/s
5.2 PRE-QUALIFICATION COVER LETTER
(To be submitted on the letterhead of the bidder)
Place
Date}
To,
General Manager, Planning & Marketing, MSRTC,
Maharashtra Vahtuk Bhavan,
Planning & Marketing Department, 1st Floor,
Dr. A. N Road, Mumbai Central,
Mumbai 400 008
Subject: Submission of proposal in response to the RFP for Appointment of Agency for
Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations.
RFP Reference No:
Dear Sir,
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned,
offer to provide the professional services as required and outlined in the RFP for the Appointment of
Agency for the Project “Appointment of Agency for Installation of Automated Teller Machine (ATM)
at MSRTC’s Bus Stations”.
We attach hereto our responses to pre-qualification requirements and technical and financial
proposals as required by the RFP. We confirm that the information contained in these responses or
any part thereof, including the exhibits, and other documents and instruments delivered or to be
delivered to MSRTC, is true, accurate, verifiable and complete. This response includes all information
necessary to ensure that the statements therein do not in whole or in part mislead the MSRTC in its
short-listing process.
We fully understand and agree to comply that on verification, if any of the information provided
here is found to be misleading the selection process, we are liable to be dismissed from the selection
process or termination of the contract during the project, if selected to do so.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP document
and also agree to abide by this tender response for a period of 180 days from the date of submission
of Bid and ready to extend the validity of the bid for further period as informed by MSRTC. We
hereby declare that in case the contract is awarded to us, we shall submit the security deposit in the
form prescribed the RFP.
We agree that you are not bound to accept any tender response you may receive. We also agree
that you reserve the right in absolute sense to reject all or any of the products/ services specified in
the tender response.
It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/
organization and empowered to sign this document as well as such other documents, which may be
required in this connection.
____________________________________
Signature of Authorized Signatory (with official seal)
Name:
Designation:
Address:
Telephone &Fax:
E-mail address:
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
32 Signature of the tenderer/s
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
33 Signature of the tenderer/s
5.3 FORMAT TO SHARE BIDDER’S AND BIDDING FIRMS PARTICULARS
The Table below provides the format in which general information about the bidder must be
furnished.
No.
Information
Details
1
Name of the Company
2
Complete Address with Tel No. & Website (for
further communication)
3
Name, Designation, Contact No. & Email ID of the
official for any communication in relation to the
bid
3
Year of Establishment
4
Month & Year of Business Commencement
5
IRDAI License No. and Date
6
Pan
7
Service Tax Registration No.
8
Number of Branches as at 31.03.2016 (No. of
Branches State-wise)
2013-14
2014-15
2015-16
9
Financial Information (Rs. in Cr)
Invested Capital
Operating Profits / (Loss)
Profit /( Loss) after Tax
Accumulated Profits / Loss
Solvency Ratio (in %)
Combined Ratio
Net worth
10
Business Information
Number of ATMs in Maharashtra
Number of ATMs in India
11
Name of Consortium Member, Sub Contractor (If
any)
Please submit the relevant proofs for all the details mentioned above along with your Bid response
Authorized Signatory
Name
Seal
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
34 Signature of the tenderer/s
6. GUIDELINES FOR FINANCIAL PROPOSAL
6.1 FINANCIAL PROPOSAL COVER LETTER
(To be submitted on the Letterhead of the bidder)
Date: dd/mm/yyyy
To
General Manager, Planning & Marketing, MSRTC,
Maharashtra Vahtuk Bhavan,
Planning & Marketing Department, 1st Floor,
Dr. A. N Road, Mumbai Central,
Mumbai 400 008
Subject: Submission of financial proposal in response to the RFP for Appointment of Agency for
Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations.
Ref:
Dear Sir,
We, the undersigned, offer to provide the services for Appointment of Agency for Installation
of Automated Teller Machine (ATM) at MSRTC’s Bus Stations in accordance with your
Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial
Proposal for is for the sum of [Insert amount(s) in words and figures]. We are aware that any
conditional financial offer will be outright rejected by MSRTC. Our Financial Proposal shall be
binding upon us subject to the modifications resulting from Contract negotiations, up to
expiration of the validity period of the Proposal (180 days) from the date of submission of Bid.
We hereby declare that our Tender is made in good faith, without collusion or fraud and the
information contained in the Tender is true and correct to the best of our knowledge and belief.
We understand that our Tender is binding on us and that you are not bound to accept a Tender you
receive. We confirm that no Technical deviations are attached here with this commercial offer.
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Date and Stamp of the signatory
Name of Firm:
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
35 Signature of the tenderer/s
6.2 FORMAT FOR FINANCIAL BID
(COMMERCIAL BID OR PRICE BID)
To
General Manager, Planning & Marketing, MSRTC,
Maharashtra Vahtuk Bhavan,
Planning & Marketing Department, 1st Floor,
Dr. A. N Road, Mumbai Central,
Mumbai 400 008
Ref :
Sir,
As per Terms & Conditions of tender documents,
I/We____________________________________________Address___________________________
__________________________________________________________________________________
________________________
Furnish the following rates for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus
Stations. Rates provided below, for all items and sub-items, shall be valid for entire contract
duration.
Bidder should quote as per following format, for Installation of Automated Teller Machine (ATM) at
MSRTC’s Bus Stations quote.
Bidders shall be allocated area of 50 sq. ft. for ATM Installations, subject to availability of space at
respective bus station location.
#
Division
No. of Bus
Stations
Rent in % above
the Ready
Reckoner rate of
the space to be
paid to MSRTC
Rent in value
above the Ready
Reckoner rate of
the space to be
paid to MSRTC
(Per Year)
Total Revenue to
be paid to MSRTC
(as per % above
Ready Reckoner
Rate and
commercial value
of the space) in Rs.
(Per Year)
‘a’
‘b’
‘c’
d=c x a
1
Mumbai
5
2
Palghar
8
3
Thane
8
4
Raigad
13
5
Ratnagiri
9
6
Sindhudurg
7
7
Nashik
31
8
Dhule
8
9
Jalgaon
11
10
Ahmednagar
13
11
Pune
10
12
Solapur
9
13
Kolhapur
22
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
36 Signature of the tenderer/s
#
Division
No. of Bus
Stations
Rent in % above
the Ready
Reckoner rate of
the space to be
paid to MSRTC
Rent in value
above the Ready
Reckoner rate of
the space to be
paid to MSRTC
(Per Year)
Total Revenue to
be paid to MSRTC
(as per % above
Ready Reckoner
Rate and
commercial value
of the space) in Rs.
(Per Year)
‘a’
‘b’
‘c’
d=c x a
14
Sangli
11
15
Satara
10
16
Aurangabad
8
17
Jalna
4
18
Osmanabad
7
19
Beed
8
20
Parbhani
7
21
Nanded
9
22
Latur
5
23
Amaravati
8
24
Buldhana
7
25
Yavatmal
9
26
Akola
8
27
Bhandara
6
28
Chandrapur
7
29
Gadchiroli
7
30
Wardha
4
31
Nagpur
6
TOTAL
Total Revenue “A”
Note:
1. The bidder, shall quote the % rates payable to MSRTC division wise.
2. The bidder shall refer the ready reckoner rates through Govt. Website for bidding purpose.
For additional information, Civil Dept. MSRTC may be consulted.
3. Evaluation will be based on H1 basis, highest revenue provider to MSRTC division wise. If an
agency has H1 rates for majority of division, then they can be asked to match H1 rates for
other remaining division too.
4. Refer Annexure Hfor detailed list of MSRTC’s Divisions, Bus depots and Bus Stations.
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Date and Stamp of the signatory
Name of Firm:
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
37 Signature of the tenderer/s
6.3 FINANCIAL PROPOSAL INSTRUCTIONS
1. MSRTC may award entire scope or part of scope, mentioned insection 3,as MSRTC deems fit.
2. MSRTC does not guarantee the volume for the particular line items. The actual volume for
the given items may be more or less.
3. The bidder should fill rates for all the items mentioned here. If rate for any item is not
mentioned then the bid will be rejected by MSRTC.
4. The rate quoted shall be inclusive of cost of detailed scope of work mentioned in Section 3 of
the RFP document along with H/w and S/w.
5. All the prices are to be entered in Indian Rupees ONLY.
6. The Bidder needs to account for all Out of Pocket expenses due to Boarding, Traveling,
Lodging and other related items.
7. The Unit Rate as mentioned in the following formats may be used for the purpose of ‘Change
Order or Additional Order’ for respective items, if any. However, based on the market
trends, MSRTC, retains the right to negotiate this rate for future requirement.
8. The Rates should be inclusive of all taxes.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
38 Signature of the tenderer/s
ANNEXURES
ANNEXURE A: PROJECT EXPERIENCE
(To be submitted on letterhead of customer separately for each project to be submitted )
No.
Item
Details
General Information
1
Customer Name/Government Department
2
Name of the Contact Person and Contact details including email-id.
Brief Description of scope of Project
3
Contract Value of the project (in Crores)
4
Total cost of the services provided (by the Bidder)
Project Details
5
Name of the project
6
Start Date/End Date
7
Date of Go-Live
8
Current Status (work in progress, completed)
9
Contract Tenure
10
Type of Project
Yes / No
11
Brief Scope of Work
12
Number of Agents.
Signature of Customer:
Name of Customer:
Seal of Customer:
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
39 Signature of the tenderer/s
ANNEXURE B: FORMAT FOR “REQUEST FOR CLARIFICATION”
All queries for the pre-bid meeting needs to be submitted in the following format (both soft copy
and hard copy)
Maharashtra State Road Transport Corporation
Supply, Design, Develop, Installation,
commission, maintain “Appointment
of Agency for Installation of
Automated Teller Machine (ATM) at
MSRTC’s Bus Stations
Bidders request for clarification
Name of Organization submitting the
request.
Name and Designation of person
submitting the request.
Full address of the Organization
including Phone/Fax & e-mail point of
contact.
Bidding document reference (s) (page
no. & section no.)
Content of tender
document requiring
clarification
Points of clarification
required
Place: Signature:
Date: Company Seal:
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
40 Signature of the tenderer/s
ANNEXURE C: FORMAT FOR SELF-DECLARATION
Date: dd/mm/yyyy
To
General Manager, Planning & Marketing, MSRTC,
Maharashtra Vahtuk Bhavan,
Planning & Marketing Department, 1st Floor,
Dr. A. N Road, Mumbai Central,
Mumbai 400 008
Sub: Declaration for not being banned / debarred / black-listed by any State/UT and/or central
government/ RBI / any Public Sector Undertaking in India as on the date of submission of the bid
RFP Reference No:
Dear Sir,
I, authorized representative of _________________________, hereby solemnly confirm that the
Company _________________________ is not banned / debarred / black-listed by any State/UT and/or
central government/ RBI / any Public Sector Undertaking in India for any reason as on last date of
submission of the Bid. In the event of any deviation from the factual information/ declaration, MSRTC,
Government of Maharashtra reserves the right to reject the Bid or terminate the Contract without any
compensation to the Company and forfeiture of Earnest Money Deposit and/or Security Deposit
Thanking you,
Yours faithfully,
_____________________________________
Signature of Authorized Signatory (with official seal)
Date:
Name:
Designation:
Address:
Telephone &Fax:
E-mail address:
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
41 Signature of the tenderer/s
ANNEXURED: NON-DISCLOSURE AGREEMENT
[Company Letterhead]
This AGREEMENT (hereinafter called the “Agreement”) is made on the [day] day of the month of
[month], [year], between, MSRTC on the one hand, (hereinafter called the “MSRTC”) and, on the
other hand, [Name of the Bidder] (hereinafter called the “Bidder”) having its registered office at
[Address]
WHEREAS
1. The “MSRTC” has issued a public notice inviting various organizations for Installation of
Automated Teller Machine (ATM) at MSRTC’s Bus Stations, Mumbai (hereinafter called the
“Project”) of the MSRTC;
2. The Bidder, having represented to the “MSRTC” that it is interested to bid for the proposed
Project,
3. The MSRTC and the Bidder agree as follows:
a) In connection with the “Project”, the MSRTC agrees to provide to the Bidder a detailed
document on the Project vide the Request for Proposal document. The Request for
Proposal contains details and information of the MSRTC operations that are considered
confidential.
b) The Bidder to whom this information (Request for Proposal) is disclosed shall
i. hold such information in confidence with the same degree of care with which
the Bidder protects its own confidential and proprietary information;
ii. restrict disclosure of the information solely to its employees, other member with
a need to know such information and advice those persons of their
obligations hereunder with respect to such information;
iii. use the information only as needed for the purpose of bidding for the Project;
iv. except for the purpose of bidding for the Project, not copy or otherwise duplicate
such information or knowingly allow anyone else to copy or otherwise duplicate
such information; and
v. undertake to document the number of copies it makes
vi. on completion of the bidding process and in case unsuccessful, promptly return
to the MSRTC, all information in a tangible form or destroy such information
4. The Bidder shall have no obligation to preserve the confidential or proprietary nature of any
information which:
a) was previously known to the Bidder free of any obligation to keep it confidential at
the time of its disclosure as evidenced by the Bidder’s written records prepared
prior to such disclosure; or
b) is or becomes publicly known through no wrongful act of the Bidder; or
c) Is independently developed by an employee, agent or contractor of the Bidder not
associated with the Project and who did not have any direct or indirect access to the
information.
5. The Agreement shall apply to all information relating to the Project disclosed by the MSRTC to the
Bidder.
6. MSRTC will have the right to obtain an immediate injunction enjoining any breach of this
Agreement, as well as the right to pursue any and all other rights and remedies available at law or in
equity for such a breach.
7. MSRTC reserves the right to share the information received from the bidder under the ambit of
RTI Act.
8. Nothing contained in this Agreement shall be construed as granting or conferring rights of
license or otherwise, to the Bidder, on any of the information. Notwithstanding the disclosure
of any information by the MSRTC to the Bidder, the MSRTC shall retain title and all intellectual
property and proprietary rights in the information. No license under any trademark, patent or
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
42 Signature of the tenderer/s
copyright, or application for same that are now or thereafter may be obtained by the MSRTC is
either granted or implied by the conveying of information. The Bidder shall not alter or obliterate
any trademark, trademark notice, copyright notice, confidentiality notice or any notice of any other
proprietary right of the MSRTC on any copy of the information, and shall reproduce any such mark or
notice on all copies of such information.
9. This Agreement shall be effective from the date of signing of this agreement and shall continue
perpetually.
10. Upon written demand of the MSRTC, the Bidder shall (i) cease using the information, (ii) return
the information and all copies, notes or extracts thereof to the MSRTC forthwith after receipt of
notice, and (iii) upon request of the MSRTC, certify in writing that the Bidder has complied with the
obligations set forth in this paragraph.
11. This Agreement constitutes the entire Agreement between the MSRTC and the Bidder relating to
the matters discussed herein and supersedes any and all prior oral discussions and/or written
correspondence or agreements between the two parties. This Agreement may be amended or
modified only with the mutual written consent of the parties. Neither this Agreement nor any right
granted hereunder shall be assignable or otherwise transferable.
12. Confidential information is provided “As-Is”. In no event shall the MSRTC be liable for the
accuracy or completeness of the confidential information.
13. This agreement shall benefit and be binding upon the MSRTC and the Bidder and their respective
subsidiaries, affiliate, successors and assigns.
14. This agreement shall be governed by and construed in accordance with the Indian laws.
For and on behalf of the Bidder
(Signature)
(Name of the authorized Signatory)
Designation :
Date :
Time :
Seal :
Business Address
ANNEXURE E: DECLARATION OF DATA SECURITY
To,
General Manager, Planning & Marketing, MSRTC,
Maharashtra Vahtuk Bhavan,
Planning & Marketing Department, 1st Floor,
Dr. A. N Road, Mumbai Central,
Mumbai 400 008
Dear Sir,
We........................................................ who are established and reputable bidder having office
at................................ do hereby certify that MSRTC shall have absolute right on the digital data and
output products processed / produced by us. We shall be responsible for security / safe custody of
data during processing.
We also certify that the data will not be taken out of the MSRTC’s premises on any media. The
original input data supplied to us by MSRTC and output products processed / produced from input
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
43 Signature of the tenderer/s
data will not be passed on to any other agency or individual other than the authorized person of
MSRTC. We shall abide by all security and general instructions issued by MSRTC from time to time.
We also agree that any data from our computer system will be deleted in the presence of MSRTC
official after completion of the project task.
Thanking you,
Yours faithfully,
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
44 Signature of the tenderer/s
ANNEXURE F: POWER OF ATTORNEY
Know by all men by these presents, We_________________________ (Name of the Bidder and address
of their registered office) do hereby constitute, appoint and authorize Mr. /
Ms_________________________ (name and residential address of Power of attorney holder) who is
presently employed with us and holding the position of _________________________
as our Attorney, to do in our name and on our behalf, all such acts, deeds and things necessary
in connection with or incidental to our Proposal for the Appointment of Agency for
Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations”, including
signing and submission of all documents and providing information / responses to the MSRTC,
representing us in all matters before MSRTC, and generally dealing with the MSRTC in all
matters in connection with our Proposal for the said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant
to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney
shall and shall always be deemed to have been done by us.
For ___________________________
Name:
Designation:
Date:
Time:
Seal:
Business Address:
Accepted,
_________________________ (Signature)
(Name, Title and Address of the Attorney)
Note:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed
in accordance with the required procedure.
The Power of Attorney shall be provided on Rs.100/- stamp paper.
The Power of Attorney should be supported by a duly authorized resolution of the Board
of Directors of the Bidder authorizing the person who is issuing this power of attorney
on behalf of the Bidder.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
45 Signature of the tenderer/s
ANNEXURE G: FINANCIAL DECLARATION OF BIDDER
Description
Financial Year
2013-14
2014-15
2015-16
Annual Turnover
Net Worth
Current Assets
Current Liabilities
Total Revenues
Profit Before Taxes
Profit After Taxes
Notes:
The Financial Declaration submitted with the Bid must be certified and signed by a competent
and qualified Chartered Accountant/ Statutory Auditor and should be on the Firms’ letterhead;
affixed with the Firm’s seal.
Please do not attach any printed Annual Financial Statements.
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
46 Signature of the tenderer/s
ANNEXURE H: LIST OF MSRTC’S DIVISIONS, BUS DEPOTS AND BUS STATIONS
List of MSRTC Bus Stations for Installation of ATM
#
Division
Bus Station
1
Mumbai
1.
Mumbai Central
2.
Kurla Nehru Nagar
3.
Panvel
4.
Uran
5.
Parel
2
Palghar
1.
Dahanu
2.
Nallasopara
3.
Boisar
4.
Vasai
5.
Safale
6.
Jawhar
7.
Navghar West
8.
Virar
3
Thane
1.
Thane (Khopat) C.B.S
2.
Bhiwandi
3.
Kalyan
4.
Murbad
5.
Sahapur
6.
Wada Old
7.
Vitthalwadi
8.
Thane Railaway Station
4
Raigad
1.
Alibaug
2.
Mangaon
3.
Mahad
4.
Karjat
5.
Murud
6.
Pen (Ramwadi)
7.
Pali
8.
Ambet
9.
Khopoli
10.
Indapur
11.
Goregaon
12.
Nagothane
13.
Poladpur
5
Ratnagiri
1.
Ratnagiri City
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
47 Signature of the tenderer/s
2.
Khed
3.
Rajapur
4.
Guhaghar
5.
Dapoli
6.
Devrukh
7.
Lanja
8.
Madangad
9.
Chiplun Old
6
Sindhudurg
1.
Sawantwadi
2.
Vengurla
3.
Kudal Old
4.
Malvan
5.
Kankavli
6.
Devgad
7.
Kudal New
7
Nashik
1.
Kalvan
2.
Satana
3.
Malegaon Old
4.
Nandgaon
5.
Manmad
6.
Yeola
7.
Lasalgaon
8.
Pimpalgaon Basvant
9.
Igatpuri
10.
Trimbakeshwar
11.
Ghoti
12.
Dindori
13.
Wani
14.
Nifad
15.
Nandura Shingote
16.
Nanduri
17.
Devala
18.
Taharabad
19.
Nampur
20.
Vinchur
21.
Surgana
22.
Vavi
23.
Chandvad
24.
Peth
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
48 Signature of the tenderer/s
25.
Nimani
26.
Malegaon New
27.
Chanduri
28.
Ojhar
29.
Bhagur
30.
Ravalgaon
31.
Sai Kheda
8
Dhule
1.
Dhule
2.
Sakri
3.
Navapur
4.
Shirpur
5.
Nandurbar
6.
Akkalkuva
7.
Dondaicha
8.
Sindhkheda
9
Jalgaon
1.
Jalgaon
2.
Jamner
3.
Pachora
4.
Chalisgaon
5.
Amalner
6.
Chopda
7.
Yawal
8.
Raver
9.
Muktai Nagar
10.
Bhusawal
11.
Yerandol
10
Ahmednagar
1.
Ahmednagar Maliwada
2.
Tarakpur (Ahmednagar)
3.
Shrirampur
4.
Sangamner
5.
Parner
6.
Jamkhed
7.
Pathardi Old
8.
Akole
9.
Nevasa
10.
Shevgaon
11.
Shirgonda
12.
Ahmednagar Bus Stn No. 3
13.
Kopargaon
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
49 Signature of the tenderer/s
11
Pune
1.
Swargate
2.
Pimpari Chinchwad
3.
Saswad
4.
Baramati
5.
Baramati MIDC
6.
Daund
7.
Rajgurunagar
8.
Narayangaon
9.
Bhor
10.
Talegaon
12
Solapur
1.
Solapur
2.
Pandharpur (Old)
3.
Sangola
4.
Mangalvedha
5.
Akkalkot
6.
Barshi
7.
Kurduwadi
8.
Karmala
9.
Akluj (Old)
13
Kolhapur
1.
Kolhapur (Central)
2.
Malkapur
3.
Ichalkarnji
4.
Kurundwad
5.
Gadhinglaj
6.
Chandgad
7.
Gargoti
8.
Sambhaji Nagar (Kolhapur)
9.
Kagal
10.
Aajara
11.
Radhanagri
12.
Gaganbavada
13.
Nrusinhawadi
14.
Hupri
15.
Wathar
16.
Kodoli
17.
Wadgaon
18.
Hathkanagale
19.
Jaishingpur
20.
Shirol
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
50 Signature of the tenderer/s
21.
Murgud
22.
Jyotiba
14
Sangli
1.
Sangli
2.
Miraj (City)
3.
Islampur
4.
Wita
5.
Kavathe Mahakal
6.
Shirala
7.
Tasgaon
8.
Aatpadi
9.
Jat
10.
Palus
11.
Miraj village
15
Satara
1.
Satara (Central)
2.
Phaltan
3.
Wai
4.
Patan
5.
Koregaon
6.
Dahiwadi
7.
Mahabaleshwar
8.
Waduj
9.
Pargaon (Khandala)
10.
Medha
16
Aurangabad
1.
C. B. S. Aurangabad
2.
CIDCO, Aurangabad
3.
Kannad
4.
Paithan
5.
Gangapur
6.
Beedkin
7.
Vaijapur
8.
Sillod
17
Jalna
1.
Jalana
2.
Aband
3.
Partur
4.
Jafrabad
18
Osmanabad
1.
Osmanabad
2.
Paranda
3.
Kalamb
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
51 Signature of the tenderer/s
4.
Umaraga
5.
Bhoom
6.
Tuljapur Old
7.
Tuljapur New
19
Beed
1.
Beed
2.
Majalgaon
3.
Aambejogai
4.
Parali Vaijanath
5.
Patoda
6.
Aashthi
7.
Gevrai
8.
Dharur
20
Parbhani
1.
Parbhani
2.
Hingoli
3.
Jintur
4.
Gangakhed
5.
Basmet
6.
Pathari
7.
Kalmanuri
21
Nanded
1.
Nanded
2.
Hadgaon
3.
Kandhar
4.
Mukhed
5.
Deglur (Old)
6.
Bhokar
7.
Kinvat
8.
Biloli
9.
Mahur
22
Latur
1.
Latur (1)
2.
Udgir
3.
Nilanga
4.
Ahamedpur
5.
Ausa
23
Amaravati
1.
Amaravati - 1 (Central)
2.
Amaravati - 2 Badnera
3.
Chandur Railway
4.
Chandur Market
5.
Daryapur
6.
Paratwada
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
52 Signature of the tenderer/s
7.
Morshi
8.
Warud
24
Buldhana
1.
Buldhana
2.
Khamgaon
3.
Shegaon
4.
Jalgaon Jamod
5.
Malkapur
6.
Chikhali
7.
Mehakar
25
Yavatmal
1.
Yawatmal
2.
Darvha
3.
Digras
4.
Pusad
5.
Umerkhed
6.
Ner
7.
Pandharkavada
8.
Vani
9.
Ralegaon
26
Akola
1.
Akola-2
2.
Akot
3.
Washim
4.
Manglurpir
5.
Karanja
6.
Risod
7.
Murtijapur
8.
Telhara
27
Bhandara
1.
Bhandara
2.
Sakoli
3.
Tumsar
4.
Gondiya
5.
Tiroda
6.
Pavani
28
Chandrapur
7.
Chandrapur
8.
Rajura
9.
Varora
10.
Chimur
11.
Ballarpur
12.
Mul
13.
Ghuggas
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
53 Signature of the tenderer/s
29
Gadchiroli
1.
Gadchiroli
2.
Gondpimpri
3.
Aheri
4.
Shindewahi
5.
Aarmori
6.
Kurkheda
7.
Brahmapuri
30
Wardha
1.
Wardha
2.
Pulgaon
3.
Hinganghat
4.
Aarvi
31
Nagpur
1.
Nagpur Central (Ganesh Peth)
2.
Katol
3.
Savner
4.
Ramtek
5.
Umred
6.
Morbhawan
TOTAL
285 BUS STATIONS
RFP for Appointment of Agency for Installation of Automated Teller Machine (ATM) at MSRTC’s Bus Stations
54 Signature of the tenderer/s
ANNEXURE K: CONSORTIUM DECLARATION
(Company letterhead)
[Date]
To,
General Manager, Planning & Marketing, MSRTC,
Maharashtra Vahtuk Bhavan,
Planning & Marketing Department, 1st Floor,
Dr. A. N Road, Mumbai Central,
Mumbai 400 008
Sub: Declaration on Consortium
RFP Reference No:
Dear Sir,
I / We as Lead Member of the Consortium, hereby declare the Roles and Responsibilities of the
Consortium members:
Sr. No.
Member
Role
Responsibilities
1
2
I / We understand that as Lead Member, I / We are responsible for Installation of Automated
Teller Machine (ATM) at MSRTC’s Bus Stations
I / We understand that as Lead Member, I / We possess majority of the stake in this Project. I /
We understand that stake is calculated based on roles and responsibilities declared for the
Consortium in the Bid and the associated pricing declared in the Financial Proposal. I / We
understand that if this information / declaration are found to be false or incorrect, the MSRTC
reserves the right to reject the Bid or terminate the Contract with us immediately without any
compensation to us.
Yours faithfully,
Authorized Signatory of the Lead Member
Designation
Date
Time
Seal
Business Address