Corrigendum – Request for Proposal (RFP) for RBI Website & Mobile App – Redesign and Development

[ad_1]

Read More/Less


E-tender No. – RBI/Central Office/DOC/7/20-21/ET/337

Please refer to the RFP notice for the captioned RFP published on the RBI Website on December 03, 2020 inviting application from bidders shortlisted during EOI stage, through e-tender on MSTC Portal (https://www.mstcecommerce.com/eprochome/rbi/).

Extension of Time:

The time for submission of bids has been extended to 1500 hours on March 15, 2021. The bid opening is scheduled at 1600 hours on March 15, 2021. All other terms and conditions mentioned in the RFP remains unchanged.

[ad_2]

CLICK HERE TO APPLY

Reserve Bank of India – Tenders

[ad_1]

Read More/Less


Please refer to the tender notice event No. RBI/Chennai/Estate/351/20-21/ET/517 for the subject published on the Bank’s website www.rbi.org.in on February 08, 2021, inviting “e-Tender for Comprehensive Annual Maintenance Contract (CAMC) for providing Housekeeping services to Bank’s 03 Residential Colonies Located at K.K Nagar, P.H Road and SAF-Koyambedu for the year 2021-22”.

In this connection, it is hereby informed that the last date for submission of bids has been extended up to 15.00 Hrs on March 10, 2021. The bids will be opened at 16.00 Hrs on March 10, 2021.

Please note that no further extension will be given for submission of this tender. All other terms and conditions mentioned in the tender remain unchanged.

Regional Director
Reserve Bank of India
Chennai

Date: 03.03.2021

[ad_2]

CLICK HERE TO APPLY

Reserve Bank of India – Tenders

[ad_1]

Read More/Less


Please refer to the tender notice event No. RBI/Chandigarh/Issue/15/20-21/ET/498 for the subject published on the Bank’s website www.rbi.org.in on February 02, 2021, inviting “e-Tender for transportation of Coins Bags for the period April 01, 2021 to March 31, 2022 at Reserve Bank of India, Chandigarh”.

2. In this connection, it is hereby informed that the last date for submission of bids has been extended up to 15:00 Hrs on March 09, 2021. The bids will be opened at 16.00 Hrs on March 09, 2021.

All other terms and conditions mentioned in the tender remain unchanged.

Date: 03.03.2021

[ad_2]

CLICK HERE TO APPLY

Reserve Bank of India – Tenders

[ad_1]

Read More/Less


E-Tender No: RBI/Belapur/Estate/373/20-21/ET/569

The Pre-bid meeting for the captioned tender was held on February 25, 2021 from 15:00 hours to 16:00 hours at second floor Reserve Bank of India, Sector-10, Plot No. 3, H. H. Nirmaladevi Marg, CBD Belapur, Navi Mumbai-400614. The meeting was chaired by Shri R R Kamble, General Manager (HRMD) and was attended by other officials from the Bank and representatives of two prospective bidders. A list of participants is given in Annex.

Shri R K Verma, Assistant General Manager welcomed all the participants and discussed the agenda points as given in the Table 1 hereunder. The participants were briefed about the important points of the Tender Document. Thereafter, queries were invited from the prospective bidders regarding the captioned tender. The queries raised by the prospective bidders during the meeting along with the Bank’s clarifications and comments are given in Table 2.

Table 1: Agenda Points
Sr. No. Agenda Points
1 All firms to strictly ensure that the process of E-tendering should be completed in the MSTC Portal well ahead of the time frame of the Tender, as the Bank will not be liable for any delay in submission and no request for extension of time shall be entertained.
2 Discussion on schedule of Tender & Pre-Eligibility Criteria.
3 Explanation of Article of Agreement.
4 Modalities of Technical and Financial bid to be explained.

Table 2: Queries by the prospective bidders
Sr. No. Queries Clarification/Comments
1 Whether the final contract will be awarded to multiple bidders? No. The final contract will be awarded to only one bidder.
2 What is the procedure for booking of room/s? The procedure for booking of room/s is explained in the ‘Scope of Work and Terms and Conditions of the agreement’ of the Annex-I of the Tender document.
3 Whether the room/s will be booked on single occupancy or double occupancy basis? The rooms will be booked on double occupancy basis only.
4. How many rooms will be booked annually? Approximately 500 rooms will be booked annually. However, in case the reserved pool of room nights is exhausted before the end of the period of agreement and if the Bank wishes to avail of the services of more number of room nights, the Tenderer will provide additional room nights over and above the reserved room nights on the existing terms and conditions and at the existing rate, if required by the Bank.
5. What will be the date of opening of Financial Bid? The Part-II bid (Financial bid) of such of those tenderers, which are found eligible after scrutiny of the Part – I (Technical Bid) of the tenders only will be opened. Such bidder(s) will be intimated regarding date of opening of Part- II through email.
  • It was further stated as below:

a. These minutes of pre-bid meeting shall form the part of bid document/Agreement.

b. Rest of the terms and conditions and specifications of the bid document shall continue to remain same.

c. The above clarification is issued for the information of all the intending bidders.

d. The submission of bid by the firm shall be construed to be in conformity to the bid document and clarification given above.

Shri Kunal Landge, AM, thanked all participants for attending the meeting. The meeting ended at 16:00 hrs.


Annexure

The following Bank’s Officials and representatives of prospective bidders were present during the pre-bid meeting.

Bank’s Representatives Prospective Bidder’s Name / Representatives
Shri R R Kamble, GM, HRMD Shri Ranjan Dimri (K-Stars Hotel)
Shri R K Verma, AGM, HRMD Smt. Raksha K. Waghela (K-Stars Hotel)
Shri Kunal Landge, AM Shri Shehraz Ahmed (ibis Hotels)
Shri Anurag Lothe, Assistant Shri Shaantikumar Deshpande (ibis Hotels)

[ad_2]

CLICK HERE TO APPLY

Reserve Bank of India – Tenders

[ad_1]

Read More/Less


Reserve Bank of India, Kanpur invites e-tender for the publication of advertisement in newspapers regarding ‘Redressal of complaints against entities regulated by RBI / any Department of RBI’. The said advertisement will be published on Sunday, March 14, 2021 (in Hindi and English Daily) and on Monday, March 15, 2021 (only in English Financial Daily) in all the editions of the state of Uttar Pradesh (attachment of the specimen and areas coming under our jurisdiction enclosed). The tendering process shall be done through the e-tendering portal of MSTC Ltd (http://mstcecommerce.com/eprochome/rbi) as per the annexed terms & conditions. All eligible and interested companies / agencies / firms must register themselves with MSTC Ltd through the above-mentioned website to participate in the e-tendering process. The schedule of e-tender is as follows:

E-Tender No. RBI/Kanpur/HRMD/64/20-21/ET/616
a) Estimated cost of the tender Rs.9,28,270/- (Nine lakhs twenty-eight thousand two hundred and seventy only) (including GST and all applicable charges)
b) Mode of e-tender e-Procurement System Price Bid through www.mstcecommerce.com/eprochome/rbi
c) Type of e-tender Limited
d) Date of NIT available to parties to download March 03, 2021 at 03:00 PM
e) e-tender Fees NIL
f) Date of Starting of e-tender for submission of on-line Price Bid at http://mstcecommerce.com/eprochome/rbi March 03, 2021 at 03:00 PM
g) Date of closing of online e-tender for submission of Price Bid. March 10, 2021 at 03:00 PM
h) Date & time of opening of price bid March 10, 2021 at 03:30 PM
i) Validity of the e-tender 30 days from the date of opening of Price bid
j) Transaction Fee (Non-refundable) (To be paid separately by the tenderers to MSTC vide MSTC E-Payment Gateway for participating in the e-tender) Rs 1180/- or 0.05% of estimated amount (Excluding GST @18%) (whichever is more)

2. The Bank is not bound to accept the lowest tender and reserves the right to accept either in full or in part any tender. The Bank also reserves the right to reject all the tenders without assigning any reason thereof.

3. No quotation will be accepted with any condition quoted by the vendor what so ever. Such quotation will be rejected at the discretion of the Bank.

4. Amendments / corrigendum to the tender, if any, issued in future will only be notified on the RBI Website and MSTC Website as given above and will not be published in newspapers.

Regional Director
Reserve Bank of India
Kanpur

[ad_2]

CLICK HERE TO APPLY

Reserve Bank of India – Tenders

[ad_1]

Read More/Less


Sealed tender in covered envelope is invited for providing catering service at Staff Canteen in Reserve Bank of India, Patna

For more details, please visit TENDERS link on our website https://www.rbi.org.in/Scripts/BS_ViewTenders.aspx. Last date for submission of tender is April 07, 2021 up to 04:00 PM.

The Bank reserve the right to reject any tender without assigning any reason thereof.

General Manager-in-Charge

Patna
March 03, 2021

[ad_2]

CLICK HERE TO APPLY

Reserve Bank of India – Tenders

[ad_1]

Read More/Less


Reserve Bank of India, Jaipur invites e-Tender for House Keeping & Maintenance of Bank Properties at Bank’s main Office Building, Jaipur. The tendering would be done through the e-Tendering portal of MSTC Ltd (http://mstcecommerce.com/eprochome/rbi). All the eligible firms / contractors must register themselves with MSTC Ltd through the above-mentioned website to participate in the tendering process. The Schedule of e-Tender is as follows:

a. e-Tender Name House Keeping & Maintenance of Bank Properties at Bank’s Main Office Building at Rambagh Circle, Jaipur
b. e-Tender no RBI/Jaipur/Estate/403/20-21/ET/617
c. Mode of Tender e-Procurement System
(Online Part I – Techno-Commercial Bid and Part II – Price Bid through
www.mstcecommerce.com/eprochome/rbi)
d. Date of NIT available to parties to download March 03, 2021 after 09.00 AM
e. Earnest Money Deposit Rs 1,34,000 (Rs. One lakh thirty four thousand only)
through NEFT – details as below along with the Part I / Technical – Commercial Bid.
IFSC Code – RBIS0JPPA01
A/c number – 8692299
f. Clarification, if any, may be sent to estatedeptjaipur@rbi.org.in March 14, 2021 up to 14.00 Hrs.
g. Pre-bid Meeting (Offline) March 15, 2021 at 11:00AM
h. Last date of submission of EMD March 24, 2021 up to 12.00 Noon
i. Date of Starting of e-Tender for submission of on line Techno-Commercial Bid and price Bid at www.mstcecommerce.com/eprochome/rbi March 03, 2021 after 09.00 AM
j. Date of closing of online e-tender for submission of Techno-Commercial Bid & Price Bid March 24, 2021 up to 14.00 Hrs
k. Date & time of opening of Part-I
(i.e. Techno-Commercial Bid)

Date & Time of opening of Part- II
(i.e. Price Bid)

March 24, 2021 at 15.00 Hrs.

Date and time of opening of price bid will be informed separately to all the eligible bidders later.

l. Transaction Fee To be paid through MSTC Payment
Gateway/NEFT/RTGS in favour of MSTC Limited or as advised by M/s MSTC Ltd.

Please note that there is no tender fees to download the tender document from Portal.

Applicants intending to apply will have to satisfy the Bank by furnishing documentary evidence in support of their possessing required eligibility and in the event of their failure to do so, the Bank reserves the right to reject their candidature.

Any amendments / corrigendum to the tender, if any, issued in future will only be notified on the RBI Website and MSTC Website as given above and will not be published in the newspaper.

[ad_2]

CLICK HERE TO APPLY

Reserve Bank of India – Tenders

[ad_1]

Read More/Less


E-Tender No. RBI/Kochi/Estate/381/20-21/ET/584

The pre-bid meeting for the captioned Tender was held at 11:00 hrs on March 01, 2021 as per the schedule of tender at the Seminar hall in the Office Building of Reserve Bank of India, Ernakulam North, Kochi – 682018, by maintaining social distancing and as per COVID-19 protocols.

Shri. Baby Mathew, Manager (HRMD), Shri. Nithin Hariram, Manager (P&SO), Shri. Harikrishnan P M, Assistant, and Smt. Reshma Sajeev, Assistant, were present from Bank’s side and the representatives from the companies / agencies as per the list attached in Annex, participated in the meeting.

Shri. Baby Mathew, Manager (HRMD), welcomed all participants to the meeting and invited for queries, if any, from the prospective bidders regarding the captioned tender.

Details of queries raised by representatives of various companies / agencies and clarification / comments / corrigendum of the Bank are tabulated below.

Sl. No. Query Comments / Corrigendum by the Bank
1. Whether lady guard must be Ex-service personnel. Not mandatory. Refer para “4.6.” in page number 17 of 41, of the tender document for more details.

However, it is mandatory to ensure that the salary / wage given to the Lady Security Guard is also not below the minimum wages and other allowances as prescribed by notifications / orders of Directorate General of Resettlement (DGR).
Refer para “4.15.” in page number 18 of 41 of the tender document for more details.
2. Whether Bank will revise the amount quoted under Serial Number 1 of the Financial Bid i.e. Amount for Basic Wages and Variable Dearness Allowance (VDA) The Bank will accept the Contractor’s claim for revision of the amount quoted only under Serial Number ‘1’ of the Financial bid only when changes in the components of Minimum rates of wages viz. the Basic rates and Variable Dearness Allowance (VDA), are announced by the Government of India under the Minimum Wages Act / The Code on Wages, 2019, whichever is relevant. Refer para “4.49” of the tender document for more details. However, there will not be any limit in revision of the amounts quoted under serial number 1 of the financial bid.

Accordingly, para “4.49” in page number 23 of 41, stands corrected / amended as given below:

“The quote offered by the contractor in the financial bid shall be firm and final and the Bank will not entertain the Contractor’s claim for revision of rates during the currency of contract except when changes in the components of Minimum rates of wages viz. the Basic rates and Variable Dearness Allowance (VDA), are announced by the Government of India under the Minimum Wages Act / The Code on Wages, 2019, whichever is relevant. The amount of such hike in monthly contract amount, proportional to the monthly duties, will be restricted only to the increase in Basic rates and Variable Dearness Allowance (VDA). Any other components which form part of wages or allowance which are statutory in nature viz. EPF, ESI, Bonus, other components of DGR wages, etc. which are dependent on the Basic rates and/or Variable Dearness Allowance (VDA) will not be considered by the Bank for the revision in monthly contract. The contractor shall keep in mind the possible escalation of these statutory components other than Basic rates plus VDA and offer their best rates in such a way as to accommodate these incremental costs under Serial number ‘2’ of the financial Bid. The revision in monthly bill amount will be restricted to the amount quoted under serial number ‘1’ of the financial bid and the revision will be done only proportionally to the increase in basic rates and variable dearness allowance (VDA) parts of the wages. The decision of the Bank in the matter will be final.”

3. Whether hard copy of any document has to be submitted. No. Only soft copies of all the required documents have to be uploaded in the MSTC portal.

However, if EMD is being submitted through Demand Draft, the original Demand draft has to be submitted. Please refer para “3.3” in page number 12 of 41 of the tender document for more details

4. Whether any transaction fee has to be paid to the Bank for participating in the Tender. No payment has to be made to the Bank in this regard. The transaction fee is charged by MSTC Limited and the payment of Transaction fee has to be made only through MSTC Gateway / NEFT / RTGS in favour of MSTC Limited or as advised by MSTC Limited. The amount to be paid will also be as advised by MSTC Limited.
5. a) Whether wages are to be paid to the staff based on DGR guidelines.

b) If yes, DGR rates as on which date to be considered while quoting.

c) Whether service charge to be quoted as per DGR rates.

The contractor alone shall be liable to pay the salaries / wages at all times and ensure that the same are not below the minimum wages and other allowances as prescribed by notifications / orders of Directorate General of Resettlement (DGR) to the Security Guards deployed in the Bank and its premises as and when due. Para ‘4.15’ of the tender document may be referred to. The latest DGR wage rates, which are effective from October 01, 2020, may be borne in mind while quoting rates. The documentary proof of payment of DGR wages to their employees will be obtained by the Bank for processing contractor’s monthly invoices. DGR wages as mentioned in the tender document represents all components ranging from serial numbers ‘(a)’ to ‘(j)’ for the category ‘Security Guard Without Arms (skilled) for ‘Area B’ of the latest DGR notification “NOTICE OF REVISION OF MINIMUM WAGES FOR ONE DAY W.E.F. 01 October 2020”. The limits, applicability and contribution/payment percentage, etc. shall be read in conjunction with latest rules / Acts / regulations and policies as promulgated by Competent Government Authority. Service charge is not mandated as per DGR rates.
6. Whether any relaxation in EMD available for NSIC / MSME / MSE registered agencies No.
7. What are the number of duties to be considered while quoting The total number of duties required for financial year 2021-22 is ‘4263’ as per Bank’s current requirement and this requirement is to be considered while quoting. However, the Bank reserves the right to increase or decrease the number of duties based on its requirement, before awarding the work or any time during the currency of contract. Refer para “5.7” in page number 29 of 41 of the tender document for more details.
8. Whether quotes, not conforming to DGR rates, will be rejected. The contractor alone shall be liable to pay the salaries / wages at all times and ensure that the same are not below the minimum wages and other allowances as prescribed by notifications / orders of Directorate General of Resettlement (DGR) to the Security Guards deployed in the Bank and its premises as and when due. Quotes not conforming to DGR rates will be liable for rejection. Para “3.20.” in page number 14 of 41 of the tender document may also be referred in this regard.
9. What will be the percentages of EPF and Bonus to be paid to the Security Guards EPF, Bonus etc. must be paid as per relevant statutory provisions and/or any other rules/regulations and/or statutes that may be applicable to the contractor and as amended from time to time.

The meeting concluded by 12:00 hrs.

[ad_2]

CLICK HERE TO APPLY

Reserve Bank of India – Tenders

[ad_1]

Read More/Less


E-Tender No. RBI/Kochi/Estate/382/20-21/ET/585

The pre-bid meeting for the captioned Tender was held at 15:00 hrs on March 01, 2021 as per the schedule of tender at the Conference hall in the Office Building of Reserve Bank of India, Ernakulam North, Kochi – 682018, by maintaining social distancing and as per COVID-19 protocols.

Shri. Baby Mathew, Manager (HRMD), Shri. Arun Kumar Sethu, AM (P&SO), Shri. Harikrishnan P M, Assistant, and Smt. Reshma Sajeev, Assistant, were present from Bank’s side and the representatives from the companies / agencies as per the list attached in Annex, participated in the meeting.

Shri. Baby Mathew, Manager (HRMD), welcomed all participants to the meeting and invited for queries, if any, from the prospective bidders regarding the captioned tender.

Details of queries raised by representatives of various companies / agencies and clarification / comments / corrigendum of the Bank are tabulated below.

Sl. No. Query Comments / Corrigendum by the Bank
1. What should be the qualification of the fire staff to be deployed. The firemen deployed by the Contractor shall be:

i) Properly trained ex-servicemen with at least three years’ experience in firefighting,

or

ii) Properly trained firemen having successfully completed Diploma in Firefighting or equivalent (course approved by Ministry of Human Resource Department, Government of India with duration of minimum one year), from colleges / training institutes approved by Ministry of Human Resource Department, Government of India, and having at least two years of experience in the firefighting field.

The Supervisor (Leading Fireman) deployed by the Contractor shall be:

i) Properly trained ex-servicemen with at least three years’ experience in firefighting,

or

ii) Properly trained firemen having successfully completed Diploma in Firefighting or equivalent (course approved by Ministry of Human Resource Department, Government of India with duration of minimum one year), from colleges / training institutes approved by Ministry of Human Resource Department, Government of India, and having at least Five years of experience in the firefighting field.

Accordingly, para “4.1.” in page number 15 of 37, stands corrected / amended as given below:

“For performing the assigned work, the Contractor shall deploy medically and physically fit firemen and supervisor between the age of 18 and 45 years. The Contractor shall ensure that the persons are punctual and disciplined and shall ensure that they remain vigilant in performance of their duty.

The firemen so deployed by the Contractor shall be:

i) Properly trained ex-servicemen with at least three years’ experience in firefighting,

or

ii) Properly trained firemen having successfully completed Diploma in Firefighting or equivalent (course approved by Ministry of Human Resource Department, Government of India with duration of minimum one year), from colleges / training institutes approved by Ministry of Human Resource Department, Government of India, and having at least two years of experience in the firefighting field.

The Supervisor (Leading Fireman) so deployed by the Contractor shall be:

i) Properly trained ex-servicemen with at least three years’ experience in firefighting,

or

ii) Properly trained firemen having successfully completed Diploma in Firefighting or equivalent (course approved by Ministry of Human Resource Department, Government of India with duration of minimum one year), from colleges / training institutes approved by Ministry of Human Resource Department, Government of India, and having at least Five years of experience in the firefighting field.

The Contractor shall submit necessary documentary proof for the personnel’s qualification and experience. The personnel deployed shall be of high integrity and good conduct and shall be conversant in English as well as the local language i.e. Malayalam.”

2. Minimum wages are to be paid to the staff considering which category. Does the supervisor come under different category. Para ‘4.19’ of the tender document may be referred to. The minimum wages for the supervisor / leading fireman are also considered under the same category.
3. Whether wages are to be paid to the staff based on DGR guidelines. Para ‘4.19’ of the tender document may be referred to. The wages should be paid according to the DGR rates to all the Fire staff deployed. The latest DGR wage rates, which are effective from October 01, 2020, may be borne in mind while quoting rates. The documentary proof of payment of DGR wages to their employees will be obtained by the Bank for processing contractor’s monthly invoices. DGR wages as mentioned in the tender document represents all components ranging from serial numbers ‘(a)’ to ‘(j)’ for the category ‘Security Guard Without Arms (skilled) for ‘Area B’ of the latest DGR notification “NOTICE OF REVISION OF MINIMUM WAGES FOR ONE DAY W.E.F. 01 October 2020”. The limits, applicability and contribution/payment percentage, etc. shall be read in conjunction with latest rules / Acts / regulations and policies as promulgated by Competent Government Authority.
4. Whether Bank will revise the amount quoted under Serial Number 1 of the Financial Bid i.e. Amount for Basic Wages and Variable Dearness Allowance (VDA). The Bank will accept the Contractor’s claim for revision of the amount quoted only under Serial Number ‘1’ of the Financial bid only when changes in the components of Minimum rates of wages viz. the Basic rates and Variable Dearness Allowance (VDA), are announced by the Government of India under the Minimum Wages Act / The Code on Wages, 2019, whichever is relevant. Refer para “4.51” of the tender document for more details. However, there will not be any limit in revision of the amounts quoted under serial number 1 of the financial bid.

Accordingly, para “4.51” in page number 24 of 37, stands corrected / amended as given below:

“The quote offered by the contractor in the financial bid shall be firm and final and the Bank will not entertain the Contractor’s claim for revision of rates during the currency of contract except when changes in the components of Minimum rates of wages viz. the Basic rates and Variable Dearness Allowance (VDA), are announced by the Government of India under the Minimum Wages Act / The Code on Wages, 2019, whichever is relevant. The amount of such hike in monthly contract amount, proportional to the monthly duties, will be restricted only to the increase in Basic rates and Variable Dearness Allowance (VDA). Any other components which form part of wages or allowance which are statutory in nature viz. EPF, ESI, Bonus, other components of DGR wages, etc. which are dependent on the Basic rates and/or Variable Dearness Allowance (VDA) will not be considered by the Bank for the revision in monthly contract. The contractor shall keep in mind the possible escalation of these statutory components other than Basic rates plus VDA and offer their best rates in such a way as to accommodate these incremental costs under Serial number ‘2’ of the financial Bid. The revision in monthly bill amount will be restricted to the amount quoted under serial number ‘1’ of the financial bid and the revision will be done only proportionally to the increase in basic rates and variable dearness allowance (VDA) parts of the wages. The decision of the Bank in the matter will be final.”

5. How many years of experience if mandated for the bidder Reputed Applicants having minimum 5 years of experience in the field of Engagement of Firefighting Staff are eligible to apply.

Accordingly, para “1.2.” in page number 10 of 37, stands corrected / amended as given below:

“The company/agency/firm shall be providing fire safety of the building, manning fire control rooms round the clock, holding and maintaining fire safety equipment like fire alarm system, fire extinguishers, assisting physically challenged employees/visitors, training of general staff, liaison with local fire brigade. Only company / agency/firm having minimum five years’ experience in undertaking work of similar nature and have provided similar services to Government / Semi Government/Local administrative and Municipal bodies or any other major institutions are eligible to apply for the work. The Contractor shall submit the documentary proof of the same.”

Accordingly, para “1.5.” in page number 10 of 37, stands corrected / amended as given below:

“Reputed Applicants having minimum 5 years of experience in the field of Engagement of Firefighting Staff are eligible to apply. Applicants intending to apply will have to satisfy the Bank by furnishing documentary evidence in support of their possessing required eligibility and in the event of their failure to do so, the Bank reserves the right to reject their candidature.”

Accordingly, para “2.2.” in page number 11 of 37, stands corrected / amended as given below:

“The bidder shall have a minimum experience of five years. The bidder shall submit a list along with documentary proofs of works carried out by them during the last five years. The documentary proof shall contain Work Orders, Agreements, Completion Certificates / Performance certificates (as per Annexure – C), etc. from clients, the authenticity of which shall be verified by the Bank through various modes.”

6. Whether mobile phone to be provided to the fire staff. One mobile phone (preferably phone with camera facility) with active connection must be provided to the Fire staff at the post at the contractors own cost. The maintenance, charging, etc. of the phone will be the responsibility of the contractor. The phone has to be active 24×7 with sufficient talk-time, SMS balance etc. The cost for the same may be included under serial number 2 of the financial bid.
7. Whether any relaxation in EMD available for NSIC / MSME / MSE registered agencies No.

The meeting concluded by 16:00 hrs.

[ad_2]

CLICK HERE TO APPLY

Reserve Bank of India – Tenders

[ad_1]

Read More/Less


Sealed tenders are invited for empanelment of tailoring firms under two bid systems viz. Technical Bid and Financial Bid only from TAILORING FIRMS for STITCHING OF SUMMER AND WINTER UNIFORM FOR THE ELIGIBLE STAFF OF RESERVE BANK OF INDIA. The approximate value of stitching work for six seasons (from April 01, 2021 to March 31, 2024 i.e. summer, 2021, winter, 20121-22, summer 2022, winter 2022-23, summer, 2023 and winter, 2023-24) is ₹8 lakh (Rupees eight Lakh only).

2. Bidders/tailoring firms have to deposit the Earnest Money Deposit (EMD) for ₹16000/- (Rupees sixteen Thousand only) in the form of NEFT (please refer terms and condition for NEFT details) or Demand Draft drawn in favour of ‘Reserve Bank of India’ payable at Bengaluru. MSMEs are exempted from payment of EMD on submission of valid certificate.

3. In the first instance, the technical bids will be opened on the March 26, 2021 at 1600 hrs and evaluated by the empowered Committee. At the second stage, Financial Bids of technically qualified Bidders only will be opened at a subsequent date to be intimated in advance to such eligible bidders.

4. Minimum Eligibility of the bidders:-

Bidders should have –

(i) its tailoring shop/firm in Bengaluru, situated in a proper commercial & approachable place);

(ii) minimum three years of experience of tailoring/stitching of official uniforms in bulk to the Departments / Ministries of the Government of India / PSUs / Corporates / Banks / Educational Institutions (two copies of work orders received during each of the last three years should be enclosed);

(iv) have minimum turnover of Rs. 5 lakh per year during each of the last three years (valid and certified proof has to be attached);

(v) not have been blacklisted by the Deptts./Ministries of the Govt. of India/PSUs/ (Declaration has to be submitted in the specified format)

5. This tender document consists of (i) Instructions to the Bidders; (ii) terms and conditions of the tender (iii) Technical Bid, and; (iv) Financial Bid (Price schedule).

6. The tender document and forms can be downloaded from the Bank’s website i.e. www.rbi.org.in. Bidders are requested to go through the instructions to the bidders and terms & conditions contained in the bid document. There is no tender fee nor is any fee required to be paid at the time of submission of the bids.

7. The tender, complete in all respects, should be submitted in a prescribed form along with supporting documents/samples in sealed envelopes addressed to the Regional Director (Human Resource Management Department), 3rd Floor, Reserve Bank of India, 10/3/8, Nrupathunga Road, Bengaluru 560 001, and must reach on or before the March 23, 2021 by 1500 hrs. Bids should be hand delivered at the above mentioned address on or before the said date.

8. The Bank reserves the right to amend or withdraw any of the terms and conditions contained in the tender document or to reject any or all the tenders in whole or in part without giving any notice or assigning any reason. Further Addendum/Corrigendum if any will be uploaded onto website of the Bank only. The decision of the Bank, in this regard, shall be final and binding on all.

Note:

Last date of Tender submission: March 23, 2021 by 1500 hours

Opening of Technical bids: March 26, 2021

Regional Director
Reserve Bank of India
Bengaluru

[ad_2]

CLICK HERE TO APPLY

1 58 59 60 61 62 87