E-Tender No.: RBI/Thiruvananthapuram/HRMD/35/20-21/ET/424
The Pre-Bid meeting for the captioned tender was held on January 21, 2021 from 15.00 hours to 16.00 hours through Webex Meeting, chaired by Shri S Sankar, Assistant General Manager, Reserve Bank of India, Thiruvananthapuram. Officials from Human Resource Management Department and representatives of various prospective bidders participated in the meeting.
Shri Sabu S Rajan, Assistant Manager welcomed all the participants (List attached – Annexure P) to the meeting and invited queries, if any, from the prospective bidders regarding the captioned tender.
Details of queries raised by the prospective bidders and clarifications / comments / corrections / additions of the Bank are tabulated below.
No |
Query / Clarification |
Remarks / Comments / Corrections |
1 |
Whether any relaxation for EMD, prior experience and turnover are provided to MSME / NSIC certificate holders. |
Bidders, irrespective of their category, are ineligible for relaxation in submission of Earnest Money Deposit (EMD) and requirements in annual turnover and prior experience specified in the tender document. |
2 |
Whether the Bank reimburses revision in Minimum Wages as and when the Government of India revises Minimum Wages effective from April and October every year. |
Para ‘4.49’ of the tender document may be referred to for more details. |
3 |
Whether the Bank reimburses the components that form part of the salary of employees viz. EPF, ESI, Bonus, etc. as and when the Government of India revises Minimum Wages effective from April and October every year. |
Para ‘4.49’ of the tender document may be referred to for more details. |
4 |
How to quote rates in the Financial Bid. |
The rates (exclusive of GST) are to be quoted in lumpsum under the two rows/fields in the Bank’s e-procurement portal.
a) Serial No. ‘1’ of the Financial Bid is meant only for quoting Basic Wages (BW) including Variable Dearness Allowance (VDA) per Annum for the employees deployed for the entire 12 months based on the estimated annual duties. The bidders shall keep in mind the applicable minimum wages effective from October 2020. The bidders shall refer to Part-I of the document for more details.
b) Serial No. ‘2’ of the Financial Bid is exclusively meant for quoting Annual Service Charges of the bidder which shall also be inclusive of the following:
-
All components of wage structure, excluding the charges for Basic Wages plus VDA components which must be quoted under Serial No. ‘1, as per latest Central Labour Commissionerate notification available as on date (effective from October 2020).
-
All statutory charges viz. Employer’s EPF and ESI contribution, Bonus to Employees, levies, duties, etc. and their possible escalation in future. The bidders shall keep in mind the applicable rates, limits and other criteria as per various statutes viz. Employees’ Provident Fund and Miscellaneous Provisions Act, 1952, The Employees State Insurance Act, 1948, The Payment of Bonus Act, 1965, etc. and their rules, regulations, latest notifications, etc.
-
All expenses related to the supply of accessories/ uniforms to be provided to the employees.
-
Overtime wages / charges, if any, payable.
-
Overtime wages, if any, to be paid for deploying employees on specified National Holidays, etc.
-
Any such expense which form part of the Contractor’s obligations as per the tender document or obligation(s) which is/are statutory in nature.
|
5 |
Whether the bidders can offer ‘zero’ in any of the fields of the Price Bid |
Para ‘3.21’ of the tender document may be referred to. Bidders offering ‘zero’ or irrational quotes shall be liable for disqualification. However, variation in bidder’s offer from that of the Bank’s estimate with respect to any of the fields of Part-II – Financial Bid (Price Bid) due to difference in method of round-off or difference in method of estimation but adhering to the tender conditions, shall not be treated as an irrational quote. |
6 |
Short description provided in the Financial Bid |
The description provided in the user interface of the Bank’s e-procurement portal, against the two price fields shall be considered as ‘short description’ due to character limit and symbol restriction. The bidders shall refer to Part-II-Financial Bid of the tender document for detailed information before quoting. |
7 |
Whether the estimated cost of work of ₹29,00,000/- as mentioned in the tender document is inclusive of GST. |
The estimated cost of work of ₹29,00,000/- as mentioned in the tender document is inclusive of applicable GST rates. |
8 |
Whether the estimated cost of work of ₹29,00,000/- is inclusive of the charges for Welcome Kit, Mineral Water, Newspapers and Tea/ Coffee Kit specified in para 5.15 of the tender document. |
The estimated cost of work of ₹29,00,000/- (inclusive of GST) is exclusive of the charges for Welcome Kit, Mineral Water, Newspapers and Tea/ Coffee Kit. The Agency being awarded the contract shall claim reimbursement of the same from the Bank as per para ‘5.16’ of the tender document. |
9 |
Whether the format for Banker’s Certificate specified in Annexure-B of the tender document need to be scrupulously adhered to. |
The format for the Banker’s Certificate specified in Annexure- B of the tender document is indicative. However, bidders should ensure that all the mandatory details as per the specified format invariably form part of the Banker’s Certificate submitted by them. |
10 |
Whether the format for Client Certificate specified in Annexure-C of the tender document need to be scrupulously adhered to. |
The format for Client Certificate specified in Annexure – C of the tender document is indicative. However, bidders should ensure that all the mandatory details as per the specified format invariably form part of the Client Certificate submitted by them. In case the certificate in possession of the bidder is not having any of the requisite fields/ information as per the specified format, other relevant documentary evidence in support thereof shall be furnished. |
Shri Sabu S Rajan, Assistant Manager thanked all participants for attending the meeting. The Meeting came to an end at 16.00 hours.
Regional Director for Kerala and Lakshadweep
Annexure P
List of Participants
SL No. |
Name of the Service Provider |
Name (s) of the Representative |
1 |
M/s Smyle Solutions |
Shri Renjith Unnikrishnan |
2 |
M/s Genesis |
Shri Sunil Raymond |
3 |
M/s Manful Solutions |
Shri Sushanth |
4 |
M/s Cherish Hospitality Services India Pvt Ltd. |
Shri James Joseph |
5 |
M/s Matha catering service. |
Shri Sebastian |
6 |
M/s P.M.Catering Services |
Shri Nithyananda Nayak |
|