Professional Documents
Culture Documents
Tender Notice
Tender Notice
State Bank of India, Local Head Office, Chandigarh intends to hire 20 No. of Mobile ATM vans in
phased manner. In the first phase at least 10 mobile atm vans are required, which will be stationed at
different centers in the state of Jammu & Kashmir and Himachal Pradesh, for which the interested
parties having required technical and financial competency may submit their e-tenders as per terms and
conditions mentioned in the prescribed Request for Proposal. The e-tender will be decided on the
basis of e-tender reverse auction.
The offers are invited in two parts Technical Bid and Financial Bid, which should be submitted
separately in two separate sealed envelopes. The proforma for submitting technical and financial bids
can be downloaded from the Bank's site sbi.co.in/procurements. Intending agencies/Individuals who
satisfy and conform to terms and conditions should submit the Technical Bid along with
annexures/documents/brochures/certificates in a sealed envelope duly superscribed Technical Bid
for hiring of Vehicles for Mobile ATMs. Similarly, the Indicative financial bid should be submitted in
a separate sealed envelope duly superscribed Indicative Financial Bid for hiring of Vehicles for
Mobile ATMs. Both the bids should reach to the Deputy General Manager (Alternate Channel &
Payments) at the above address, latest by 3.00 PM on 27/02/15 in a sealed cover duly superscribed
Technical and Financial bids for hiring of vehicles for Mobile ATMs. The technical bids will be opened
at 4.00 PM on 27/02/15 at this office for selection and short listing. Financial bids will thereafter be
decided on the basis of e-tender reverse auction of those bidders who will be short listed as per their
technical bids. Bank shall have the absolute right to reject any or all the bids at its sole discretion
without assigning any reason thereof.
Pre Bid meeting for any clarification and to remove doubts (if any) will be held on 12.02.2015.
The date of Pre Bid meeting may be changed by the Bank.
A. State Bank of India, Chandigarh Circle requires twenty Transport Vehicles for its Mobile ATMs
at Jammu & Kashmir and Himachal Pradesh on a monthly basis for a period of 3 years in phased
manner. In the first phase at least 10 mobile ATMs are required. The bid should be for all the twenty
centres. The Bid for a single centre or less than twenty centres will not be entertained. The
vehicle will be of TATA-407 make, which will be fabricated by the owner as per Bank's requirement for
mounting one ATM and one Banking Kiosk along with its accessories. A separate window will have to
be provided for accommodating the Banking Kiosk.
B. The Vendor will have to provide undernoted features on the vehicle:
a) The vehicle will be a new Tata LPT 407 34 Ex Cab bs II weight carrying capacity of
unladen weight 4270 kgs., gross vehicle weight 6250 kgs., length 6608 mm, width 2058
mm and height 2589 mm,. having reinforced body (cash safe vehicle) and adequate space to
accommodate one ATM machine, Banking Kiosk hardware and 5 KVA UPS with Batteries. The fuel
tank capacity of the vehicle will be around 60 liters, sufficient enough to run 420 Kms in a fuel
tank.
b) A portable generator(super silent) of 5 KVA with backup time of 9 hours, which can run
with Kerosene or Petrol.
c) The vehicle must be fully air conditioned having in Built or separate cooling device of
adequate capacity(1.0 Ton Roof mounted) to maintain temperature between 20-25 degree
centigrade inside the vehicle for cooling ATM Banking Kiosk hardware and other accessories.
d) Inside area of the vehicle should be properly illuminated with LCD/CFLs of adequate
wattage.
e) The ATM, Banking Kiosk will be accessed by the users from the left side of vehicle.
Therefore, the vehicle should have the provisions of window and canopy arrangement
to protect clients from rains and it should be leak proof in open and closed position.
f) Provision of fire extinguisher of adequate capacity dry power/gas type for the safety of the
equipment.
g) Wheel immobilizers to be provided to prevent the movement of vehicle by car lifter and
burglar alarm for safety should be provided. Global Positioning system should be provided to
track the position of the vehicle.
h) The exterior of the vehicle should be PU painted with provision of advertisement on both
sides to display/advertise Bank's product.
i) The vehicle should be provided with trained driver having valid driving license and
armed (gunman) security guard with uniform. Driver and security guard both should have 24 hours
Mobile phone facility. In addition, a helper should be made available on vehicle to attend to
operational issues. The vehicle will be cleaned on daily basis by the helper. All other facility like
uniform, food, drinking water, first aid medicines, etc. to security guard and helper will be
provided by the vendor.
j) Power supply for Laptop/Cell phone charger.
The complete vehicle with Air Conditioners and other accessories will be maintained by the vendor at
no additional cost to the Bank. The equipment provided by Bank will be maintained by Bank at its own
cost (detailed in Para 'D').
I) All the equipments supplied and installed by the vendor, including furniture and
electrical fixtures on the vehicle need to be well maintained and functional for trouble
free service.
II) All the equipment/accessories provided on the vehicle should be new and of reputed
make. The vendor will provide the names of the manufacture from whom the
equipments have been purchased.
C. The major terms and conditions to be accepted by the owner will be as under:
(a) Rent offered should be on monthly basis all inclusive except Service Tax and will include:
Provision of Fire Extinguishers of adequate capacity Dry Power/ Gas type for the safety of
equipment.
Vehicle will be used at centre specified by the Bank. Vehicle will be stationed at the centre and
may be required to move to other places within the district as required by the Bank.
The bidder preferably should have minimum three years experience in the field of logistic
services (documentary proof to be attached)
D. The Bank will provide :
E. In the event the company fails to provide services as agreed herein due to lack of diligence on its
part or due to willful default, the bank shall, without prejudice its rights to terminate this agreement
and/or penalize the company, the bank may levy a fine of Rs.1000/- per day or part thereof for failure
on the part of the company to provide such services.
(c) Unsuccessful bidder's EMD will be discharged/returned without any interest within 15 days
from the date of opening the bid and the successful bidder's EMD will be discharged/returned
on delivery of the vehicles and submission of Performance Bank Guarantee as per Bank's format.
(I) If a bidder withdraws his bid during the period of bid validity (minimum 120 days
from the date of opening of technical bid).
(iii) If a bidder after being successful in Technical bid does not participate in e-
auction process.
(iv)
(e) The successful bidder will have to provide the vans with in 45 days form the date of
opening of financial bid. In case of delayed delivery of one week or more beyond the due date of
fabrication/delivery, a penalty of Rs. 5000/- per mobile ATM per week will be forfeited from the EMD
held against the same vehicle.
(f) The bidder upon selection, will have to furnish a performance Bank guarnatee
for Rs. 200000/- per mobile van from a first class scheduled commercial Bank.
This will have a validity period of 39 months including the 3 months claim period.
(g) The bidder should provide the following information along with the Technical bid.
1. E-MAIL ID.
2. MOBILE NO.
3. NAME OF THE CONTACT PERSON
4. THE BIDDER SHOULD HAVE ALL INDIA DIGITAL SIGNATURE.
We accept all the instructions/terms and conditions governing the bids. We agree to provide services
satisfactorily. Bank reserves the right to cancel the tender, fully or partly, without assigning any reason,
whatsoever and no correspondence in this regard will be entertained. The decision of the Bank in
regard to this tender shall be final and binding on the bidder. All disputes or differences in connection
with this tender shall be subject to the jurisdiction of the courts at Chandigarh only.
Rate for providing a TATA-407 make vehicle to operate as Mobile ATM on the terms and conditions
stipulated in the Technical Bid enclosed for 10 hours running per day will be given below . The average
km running per liter and hour of run are also quoted below :
Rates will be applicable for 3 years from the date of acquiring the vehicle on rent/agreement with the
Bank. Bank has the right to terminate the contract at any time by giving 3 months' notice.
A reverse auction event will be carried out by M/s. e-Procurement Ltd. Ahmedabad, A-201-208, Wall
street-II,Op.Orient Club,Nr. Gujarat College,Ahmedabad-380006.Gujarat State, India,,Tel.No. 91-079-
40016860/6861/6863/6864/6877/6837. Fax: 01-079-4001 6876, Auction website:
https://sbi.abcprocure.com., among the techno-commercially accepted vendors, for providing
opportunities to the bidders to bid dynamically. At the end of reverse auction process, the lowest
bidder (L1) in reverse auction process will be identified.
At the end of the auction all vendors participating in the auction should submit a hard copy of their last
bidded price at the close of auction to SBI.
In case the lowest bidder backs out to honour their commitment given during reverse auction event,
action as deemed fit shall be taken.
The short listed bidders after the technical evaluation stage will participate in the reverse
auction conducted by M/s e-Procurement Ltd. Ahmedabad.
1. TRAINING : M/s e-Procurement Ltd. Ahmedabad will conduct adequate training to the techno-
commercially acceptable bidders on the bidding process. The bidder has to participate in the
training at their own cost. They will need to arrange for Digital Signatures.
2. LOG IN NAME & PASSWORD: Each techno-commercially acceptable Bidder will be
assigned a Unique User Name & Password by e-Procurement Ltd. Ahmedabad. The Bidders
are requested to change the Password and edit the information in the Registration Page after the
receipt of initial Password from e-Procurement Ltd. Ahmedabad. All bids made from the Login ID
given to the bidder will be deemed to have been made by the bidder.
3. BIDS PLACED BY BIDDER: The bid of the bidder will be taken to be an offer to sell. Bids
once made by the bidder cannot be cancelled. The bidder is bound to sell the material as
mentioned above at the price that they bid.
4. LOWEST BID OF A BIDDER: In case the bidder submits more than one bid, the lowest bid will
be considered as the bidders final offer to sell.
5. AUCTION TYPE: Standard English Reverse Auction (No Ties). The Standard English price
format will be used for reverse auction. In this format the bidders will be able to view the current
lowest price on the portal and can not view who has bid the same.
6. VISIBLITY TO BIDDER: The Bidder shall be able to view the following on his screen along
with the necessary fields:
- Lowest Bid in the Auction
- Bid Placed by him
7. MASKED NAMES: The original names of the Bidders shall be masked in the Reverse Auction
and they shall be given dummy names. After the completion of the Reverse Auction event, M/s e-
Procurement Ltd. Shall submit the Report to SBI with the original names displayed.
9. GENERAL TERMS & CONDITIONS: Bidders are required to read the Terms and Conditions
section of the auctions site (http://sbi.abcprocure.com) using the Login IDs and passwords given to
them.
10. OTHER TERMS & CONDITIONS:
The Bidder shall not involve himself or any of his representatives in Price manipulation of any
kind directly or indirectly by communicating with other bidders.
The Bidder shall not divulge either his Bids or any other exclusive details of SBI to any other
party.
SBIs decision on award of Contract shall be final and binding on all the Bidders.
SBI can decide to extend, reschedule or cancel any Auction. Any changes made by SBI after
the first posting will have to be accepted if the Bidder continues to access the site after that
time.
SBI and M/s e-Procurement Technologies Ltd. Ahmedabad, shall not have any liability to
Bidders for any interruption or delay in access to the site irrespective of the cause.
SBI and M/s e-Procurement Technologies Ltd. Ahmedabad, are not responsible for any
damages, including damages that result from, but are not limited to negligence. M/s e-
Procurement Technologies Ltd. Ahmedabad will not be held responsible for consequential
damages, including but not limited to systems problems, inability to use the system, loss of
electronic information etc.
N.B.
- All the Bidders are required to submit the Reverse auction process compliance
Form after the training program duly signed to M/s e-Procurement Technologies Pvt.
Ltd. Ahmedabad, with a copy to SBI. After the receipt of the Form, Log in ID &
Password shall be allotted to the techno-commercially acceptable bidders.
ANNEXURE III
Reverse Auction bidding Process Instructions
1. E-MAIL ID
2. MOBILE NO.
3. NAME OF THE CONTACT PERSON.
4. THE BIDDER SHOULD HAVE ALL INDIA DIGITAL SIGNATURES.