tender document

Upload: praveen-manohar

Post on 03-Nov-2015

218 views

Category:

Documents


0 download

DESCRIPTION

Tender document for Kalyan Municipal corporation

TRANSCRIPT

  • KALYAN DOMBIVLI MUNICIPAL CORPORATION, KALYAN

    Solid Waste Management Department

    " Providing and Supplying fully inbuilt Mini Tipper Vehicles forSolid Waste Management Department of Kalyan DombivliMunicipal Corporation. "

    --: TENDER FORM :--

    Date of Issuing of Tender Form :- From Date 13/07 /2015 to Date 31/07/2015

    Date of Acceptance of Tender :- From Date 21/07/2015 to Date 31/07/2015

    Tender Form Price :- Rs 10,000 /- (Non Refundable)

    OFFICEKalyan Dombivli Municipal Corporation

    Shankarrao Chowk,Kalyan 421 301

  • KALYAN DOMBIVLI MUNICIPAL CORPORATION,KALYAN

    INDEX

    NAME OF WORK:

    " Providing and Supplying fully inbuilt Mini Tipper Vehicles for Solid WasteManagement Department of Kalyan Dombivli Municipal Corporation. "

    Page No.Chapter No. Brief Description of contents

    From To

    1 Press Tender Notice 1 12 Detailed Tender Notice 2 73 General Terms and Conditions 8 13

    4 Technical Specifications 14 145 Annexture 1 15 156 Annexture 2 16 177 Annexture 3 18 188 Annexture 4 19 199 Annexture 5 20 20

    10 Annexture 6 21 2111 Annexture 7 22 2212 Annexture 8 23 2313 Annexture 9 24 24

  • KALYAN DOMBIVLI MUNICIPAL CORPORATION

    SWM DEPARTMENT

    Tender Notice No.- 09/2015-2016

    Tenders in the prescribed form in E - tendering are invited by the Commissioner,Kalyan Dombivli Municipal Corporation, from Authorised Vehicle ManufacturingCompany or Authorised Dealer of Vehicle Manufacturing Company for" Providing andSupplying fully inbuilt Mini Tipper Vehicles for Solid Waste Management Department ofKalyan Dombivli Municipal Corporation."

    Name of work EarnestMoneyDepositEMD

    Tender Dates

    " Providing and Supplying fully inbuiltMini Tipper Vehicles as per tenderspecifications to Solid WasteManagement Department of KalyanDombivli Municipal Corporation. "

    Rupees Fivelac only(Rs-5,00,000/-Only)

    1. Blank tender forms will beissued from 13 / 07/2015 to 31/07/2015.2. Filled tender forms will be accepted from 21/ 07/2015 to 31/ 07/2015.3. Tender will be opened on 03/ 08/2015 at 15.00 hrs. if possible.

    1. The tender documents can be downloaded from the official website of theCorporation www.mahatenders.gov.in.

    2. The Pre- Bid meeting will be held in the chamber of Deputy Municipalcommissioner at 15.00 Hrs. On 20/07/2015.

    3. For more information please log on to www.mahatenders.gov.in.

    Deputy CommissionerKALYAN DOMBIVLI MUNICIPAL CORPORATION

    KALYAN

    1

  • DETAILED TENDER NOTICE

    1.INVITATION OF TENDER

    E - tenders in the prescribed form in e tendering are invited by the Commissioner,Kalyan Dombivli Municipal Corporation, from Company /Body Building manufacturer for" Providing and Supplying fully inbuilt Mini Tipper Vehicles for Solid Waste ManagementDepartment of Kalyan Dombivli Municipal Corporation. "

    The chassis required for the bodybuilding of the vehicles shall be procured by thetenderer in the name of Commissioner,K.D.M.C Kalyan by special Government Rates.

    2. ISSUE OF TENDER

    1) The tender documents can be downloaded from the official website of theCorporation www.mahatenders.gov.in at the cost of Rs. 10,000/- through SBI Netbanking or NEFT/ RTGS.

    3. PERIOD OF THE WORK

    Within 120 Days ( 30 days for chassis procurement and 90 days for Body Building)from the date of work order

    4. EARNEST MONEY DEPOSIT (EMD)

    a. The tenderer should deposit Earnest Money online through mode of SBI Netbanking or NEFT/ RTGS. Please take note that Earnest Money in any other formwill not be accepted.

    b. The failure to deposit the Earnest Money shall disqualify the tender and theCorporation shall exclude from its consideration such disqualified tender

    c. No interest shall be payable by the Corporation in respect of such depositedEarnest Money.

    d. Forfeiture of EMD - If the tenderer revokes the tender or vary its terms andconditions contrary to his promise to abide to his conditions, the Earnest Moneydeposited by him shall stand forfeited to the Corporation and tenderer shall bedisentitled to submit a tender to the Corporation for execution of any workduring the next 24 months effective from the date of such revocation. Ifsuccessful tenderer does not pay the Security Deposit in the prescribed time limitor fails to sign the agreement bond the EMD will be forfeited by theCorporation.

    e. Refund of EMD The Earnest Money of an unsuccessful tenderer shall berefunded after the successful contractor furnishes required initial SecurityDeposit to the Corporation and sign the agreement

    2

  • 5. COST OF TENDER

    Tenderer should bear all costs associated with the preparation and submissionof its tender.

    6. ELIGIBLE TENDERERS

    Those Company/ Autorized Dealer of any vehicle manufacturing companyfulfilling the eligibility criteria as mention below are eligible to submit their tenderfor this work.

    1.a) The Company should have Registration under the Company Act or Autorized Dealer of any vehicle manufacturing company

    b) The tenderer should have Trade certificate from the Regional TransportOfficer of the Bodybuilding of the Vehicle.

    c) The Company/Dealer should have minimum 50 number fully inbuiltvehicle supply experience for the supplying of the fully inbuilt MiniTipper or equivalent vehicles to the Government / Semi GovernmentDepartment as per Technical specifications.

    2.The Company/ Dealer should produce experience certificate issue fromGovernment/ Semi Government, shows minimum 50 numbers fully inbuilt vehiclesupply experience. The Company should scan the experience certificate.

    3.The Company/ Dealer should produce satisfactory performance report from the Government / Semi Government Department

    4.The Company/ Dealer shall submit all relevant documents as per detail termsand conditions of the tender.

    7. MANNER OF SUBMISSION OF TENDER

    E -TENDERING PROCEDURE

    Issue of blank tender form

    1. The blank tender forms are available at www.mahatenders.gov.in. Theprocedure for purchasing the blank tender form is as follows.

    2. Bidders who wish to participate in the Bidding process must register on thewebsite http://mahatenders.gov.in/nicgep/app. Bidders, whose registration isvalid, may please ignore this step. At the time enrollment, the informationrequired for enrollment should be filled. After enrollment the bidder will get hisuser name and password to his Mail Id.

    All the contractors registered in appropriate class and willing to participate in etenderingprocess shall enroll their name/ Firm on the e- tendering portal fordownload of tender documents etc

    3

  • 3. To participate in the online Tendering process, the Bidders must procure DigitalSignature Certificates (DSC: class II or class III) obtained from any CertifyingAuthorities in accordance with the IT Act 2000. Bidders who already have avalid DSC need not procure a new DSC.

    In case of requirement of DSC, interestedBidders should go to http://mahatenders.gov.inand follow the procedure mentionedin the document 'Procedure for application of Digital Certificate'.

    4. A digital signature is required for purchasing and submission of Tender form.Queries regarding digital signature can be solved through help mode, bidder cancontact Help Line No. 1800 233 7315

    5. Tender form, conditions of contract, specifications can be downloaded from thee-Tendering portal of Government of Maharashtra i.e.http://mahatenders.gov.in

    6. The bidder has to submit Tender form fee (Non Refundable) of Rs.10000/- forthis work online through mode of SBI net banking or through NEFT/ RTGS asper the Tender Schedule. Scan copy of the Demand Draft for Tender form feeshould be uploaded. The Vendor has to submit the same Demand Draft whichcopy was uploaded at the time of opening of the tender in sealed coversaddressed to the Dy. Commissioner (SWM), SWM Department, KDMC withthe name of the work written at the top of the envelope, in the office as per theTender Schedule.

    7. The Bidder shall submit the offer in Electronic formats both for technical andcommercial proposals. However, DD for Tender Fees and EMD should besubmitted physically at the office of Tendering Authority as prescribed inTender Document and scanned copy of same should also be uploaded alongwith the technical Bid.

    8. The bidder has to submit the technical and commercial bid online only.9. Tender is to be submitted as per enclosed "Tender Form format" only.10. Attach the certificates, brochures & other documents asked for in the tender.

    The Contractors may obtain the necessary information on the process ofenrolment and empanelment either from Helpdesk Support Team or may visit theinformation published under the link Enroll under the section E-Tendering Toolkitfor Bidders on the Home Page of the Electronic Tendering System.

    11. For any other queries, bidder can contact Help Line No. 1800 233 731512. Further information regarding the work can be obtained from SWMDepartment, KDMC.

    13. In case of online tendering, if the Digital Certificate issued to an Authorised User ofa Partnership Firm is used for signing and submitting a bid, it will be consideredequivalent to a no objection certificate / power of attorney to that User to submit thebid on behalf of the Partnership Firm. The Partnership Firm has to authorize aspecific individual via an authorization certificate signed by a partner of the firm(and in case the applicant is a partner, another partner in the same form is requiredto authorize) to use the digital certificate as per Indian Information Technology Act,2000.

  • 414. Unless the Digital Certificate is revoked, it will be assumed to represent adequateauthority of the Authority User to bid on behalf of the Firm for the Tendersprocessed on the Electronic Tender Management System of Maharashtra as per IndianInformation Technology Act, 2000. The Digital Signature of this Authorized User will bebinding on the Firm. It shall be the responsibility of Partners of the Firm to inform theCertifying Authority or Sub Certifying Authority, if the Authorized User changes, and applyfor a fresh Digital Signature Certificate. The procedure for application of a Digital SignatureCertificate will remain the same for the new Authorised Certificate.

    15. The same procedure holds true for the Authorized Users in a Private / PublicLimited Company. In this case, the Authorisation Certificate will have to be signedby the Director of the Company or the Reporting Authority of the Applicant.

    16. To operate on the Electronic Tendering System of Maharashtra, the Computer System ofthe Contractors is required be set up. The Contractors are required to install Utilitiesavailable under the section Mandatory Installation Components on the Home Page of theSystem. The Utilities are available for download freely from the above mentioned section.The Contractors are requested to refer to the E-Tendering Toolkit for Bidders availableonline on the Home Page to understand the process of setting up the System, or alternatively,contact the Helpdesk Support Team on information / guidance on the process of setting upthe System.

    8. SUBMISSION OF TENDERS (TWO BID SYSTEM)Tender should be submitted in two parts. One part should contain the

    technical documents and documents related to eligibility criteria duly super scribed asTechnical Bid. Second contain the price details duly subscribed as Price Bid.

    9A) Technical Bid should contain following documents (Scanned Copies)

    1) Turnover certificate for last three financial years signed by CA & audited balance sheets for last three financial years .MinimumTurnover Average Rs5,00,000,00/- per year

    2) Proof of Solvency Certificate of Rupees Rs 1,00,00,000 /- 3) The Manufacturing Company should have Registration under the Company Act,1956 or Authorised Dealer of any vehicle manufacturing company. 4) Annexure-4 and against this,The Company/ Dealer should scan the document of Experience Certificate, which shows supply of minimum 50 number fully inbuilt vehicles from Government / Semi government 5) The Company/Dealer should produce satisfactory report issue from the Government / Semi Government Department./Public Originate. 6) Sales tax and Vat tax Registration Certificate 7) Permanent Account Number ( PAN CARD NUMBER) 8) Undertaking on Stamp Paper of Rs. 100/- (Annexure-1 ) 9) Firm details as per Annexure-3

    10) Affidavit as per Annexure 8

  • 5 11) Declaration of Certificate submission (Annexure 09) 13) An Affidavit for no conviction 14) Provident Fund Registration Account No. and Certificate

    15) Service tax Registration Certificate16) Annexure-7 list of Manpower.

    9B) PRICE BIDThis part contain the complete set of tender documents along with

    corrigendum, addendum if any issued, duly filled in and initialed on each page andsigned by the tenderer(s) of the tender documents, including signature of witnesses(Unconditional). Rate will be quote inclusive of all taxes etc. All the documentsshould be scanned and the tenderer should show original document at time of tenderopening.

    9. IMPORTANT POINTS TO BE NOTED BY THE TENDERER

    The Price Bid shall be inclusive of all taxes etc. to be claimed by the tenderer for the work and claim for extra payment on any such account shall not be entertained.

    2) Price Bid should be written both in words & figures in the price schedule at appropriate places.3) No alterations and additions anywhere in the tender documents are permitted. If any of these are found, the tender will be summarily rejected.4) All pages and pasted slips should be signed by the tenderer.5) No pages shall be added or removed from the tender Document.6) The tenderer shall be deemed to have studied the schedule of work, terms and conditions, scope of work and shall satisfy himself before submitting the tender and an undertaking to this effect should be signed by the tenderer in the form attached as undertaking. (Annexure 1)7) The tenderer shall submit the tender with satisfies each and every condition laid down in this tender notice failing which, the tender will be rejected. The conditional tenders will also be rejected.8) The Hon. Commissioner or his representative or the tender committee mayrequest the tenderer to produce the original copies of the documents that were Uploaded by them for verification.

    10. MANNER OF OPENING OF TENDER

    First the Envelope No.1 (Technical envelope ) will be opened and if all thedocuments are submitted (upladed scanned copies) by tenderer found as per termsand condition found correct then the envelope no.2 (price bid) will be opened.

    If envelope no.1 not found correct (technical document as per terms andcondition) then the envelope no.2 shall not be opened.

    The tenders will be opened in the presence of tenderers or their authorizedrepresentatives who choose to present on the opening day at the scheduled time.

    6

  • 11. ACCEPTANCE OF TENDER

    The Commissioner,K.D.M.C.reserves the right to reject any or all tenders receivedwithout Assigning any reason whatsoever.

    12. INTIMATION TO SUCCESSFUL TENDERER

    The acceptance of tender may be communicated to the successful tenderer inwriting or otherwise either by the tender opening authority or any authority in theCorporation.

    13. AGREEMENT WITH KDMC

    The successful tenderer has to make an agreement with KDMC as per theprovision laid down in the BPMC Act 1949.

    14. SECURITY DEPOSIT

    {1} The Contractor shall pay a security deposit equal to 5% of bodybuilding amount (except chassis cost ) the contract sum as security for due fulfillment of the contract.

    (A) In cash or, Bank Guarantees / Fixed Deposit from the Nationalized / ScheduledBanks in the enclosed format.

    (B) In the form of Demand Draft / Pay order of Nationalized Bank / Scheduled Bank. {2} All compensations or other sums of money payable by the contractor under the terms of this contract or any penalty for damages, the amount of such penalty or damages and the deposit to be forfeited if not previously paid to the Corporation shall immediately on demand be paid by the said bankers to the Corporation. (3) No interest is payable on deposit

    15. EXECUTION OF CONTRACT DOCUMENT

    The successful tenderer after furnishing initial Security Deposit is required toexecute an agreement in duplicate in the form attached with the tender document on astamp paper of proper value. The agreement should be signed within a week fromthe date of acceptance of the tender. The contract will be governed by the contractagreement, the General Conditions of the contract and the special conditions of thecontract.

    16. RIGHTS OF THE MUNICIPAL COMMISSIONER

    The Commissioner reserves the rights to suitably increase or reduce the Scope ofWork put to this tender.The right to split up the work in two or more parts is reserved by the MunicipalCommissioner and also right to award the work to more than one agency is reserved.

    17. NOTICE TO FORM PART OF CONTRACT

    Notice of tender and these instructions shall form part of the contract.18. VALIDITY- Offer valid for 180 days from the date of the opening the tender

    7

  • 1) KALYAN DOMBIVLI MUNICIPAL CORPORATION,KALYANGENERAL TERMS & CONDITIONS

    1.0 Introduction :i. K.D.M.C is going to purchase the " Fully inbuilt Mini Tipper Vehicles on Tata AceChassis for Solid Waste Department " KDMC require below mention fully inbuilt vehicles as per Technical Specification given inthe tender form.

    The chassis required for the bodybuilding of the vehicles shall be procured by thetenderer in the name of Commissioner, K.D.M.C .The payments for the same will be done bythe corporation directly to the chassis supplier. But the responsibility of the chassisprocurement to the final Inbuilt Vehicles with all necessary documentation will be of thecontractor only.

    The payment of the fully built vehicles will be made by the K.D.M.C. after producing theproforma invoice by the tenderer and after inspection of the stagewise inspection (minimum03 inspections) by K.D.M.C. technical Staff.

    Sr No Description Required Quantity

    Nos.1 Body Building and Supplying fully inbuilt Mini Tipper

    for Solid Waste Department of K.D.M.C.60

    i. The Bidder shall design, manufacture, test, supply & commission the above Vehicle.2.0 Objective of the Project

    Objective of this bidding process is to ensure that best Vehicle Manufacturing Company asper R.T.O. norms / Authorized Dealer of any vehicle manufacturing company whichpossesses sufficient financial and technical strength for successfully discharging the assignedtask to supply the required Vehicles and equipment. It is, therefore, intended to selectmanufacturers or Authorized Dealer of any vehicle manufacturing company who would havenecessary financial strength, experience, expertise and exposure to such works.

    3.0 Scope of Bid :i. The bidder must be well established Company or Authorized Dealer of any vehiclemanufacturing company having the experience of manufacturing and supplying fully inbuilt garbagevehicles.

    ii. Bidders shall furnish details of their plant, equipment and the manufacturing capacitycertifying that they have the adequate capacity to manufacture and supply the Fully InbuiltVehicles within the delivery schedule offered by them. Production Capacity of the bidder isto be supported with a certificate issued by the Cost Auditor of the Company or AuthorizedDealer of any vehicle manufacturing company after taking into account the installed capacity,actual production during last 02years etc

    8

  • iii. Bidders shall furnish details of their quality control system and organization certifying thatthey have the capacity to ensure adequate quality control at all stages of the manufacturingprocess. The details should be furnished in their own Proforma.iv. Bidders shall furnish details of their technically qualified and experienced personnelcertifying that they have adequate technically qualified and experienced personnel for thedesign, manufacturer, supply, testing, quality control, trials, and commissioning the fully inbuiltvehicles..

    4.o The inbuilt Vehicles and equipments should be supplied for operation within 90 days fromthe receipt of chassis by the tenderer.5.0 The Bidders shall indicate in his tender, the name of the person or the firm who will be acting

    his representative in Kalyan for the purpose of this Contract.6.0 The Contractor guarantees the successful and satisfactory performance of the Vehicle suppliedunder this Contract. The Contractor further guarantee's the Vehicle as represented and specified andguarantees against any and all defects in design, materials and workmanship.7.0 Notification of award will be made in writing to the successful tenderer8.0 Supply of fully inbuilt Vehicles:i. Fully inbuilt Vehicles will be required to be delivered according to agreed schedule failingwhich the Commissioner , KDMC, may cancel the purchase order and the earnest money depositedand bank guarantee furnished shall be forfeited by KDMC. But, Commissioner, KDMC may condonedelay of delivery of fully inbuilt Vehicles in case he is satisfied that reasons provided by themanufacturer are beyond their control.ii. All inbuilt Vehicles supplies will be subject to an inspection before being accepted by the

    Commissioner or his authorized representative of the KDMC.iii. The bidder shall arrange orientation training at a venue specified by the Commissioner,KDMC.for 3 days for drivers & technicians if needed. Training will be provided free of cost as andwhen required by purchaser during the currency of contract.iv. Any tender that does not contain all the information required according to the conditionsstatus above or deviated from the above conditions on his own shall be liable for rejection..v. The Contractor shall not modify the chassis or body design, once approved by KDMC

    except with prior approval in writing of the Commissioner .vi. The contractor will arrange for structural inspection and final inspection of the Vehicle bodyand equipments by the authorized Engineer as required by KDMC, when the Vehicle bodies arebeing fabricated.vii. The Contractor shall give 7 days notice in writing of the date and place at which the Vehicleswill be ready for inspection.viii. The performance of the Vehicles on inspection and testing shall conform to the ratings and

    efficiency specified in the technical specifications.ix. When the Vehicles have passed the specified test, the Engineer in charge shall furnish a certificate to this effect in writing to the Contractor. The Contractor shall provide copies in triplicate of the test certificate.X The issuance of the acceptance certificate shall in no way relieve the contractor of his

    responsibility for the satisfactory operation of the Vehicles in terms of the specification.

    9

  • Delivery of fully inbuilt vehicles :i. Delivery Period: - Chassis within 30 days and Fully in-built vehicles within the 90 daysfrom the reciept of the chassis by the tenderer.ii. If the contractor fails to deliver any or all of the chassis or Vehicles and equipments or fails tocomplete the commissioning of the same with in the time period (s) specified in the contract, thePurchaser shall, without prejudice to other remedies under the contract, deduct from the contractprice, as liquidated damages a sum of Rs. 500/- (Rs. Five Hundred Only) per chassis or Vehicles perday for the delayed quantity of Chassis/ Vehicles or commissioning of the same..iii. The Commissioner may upon written notice of default to the contractor terminate the

    Contract in circumstances detailed hereunder.1. If in the judgment of the Commissioner , the Contractor fails to make the deliveryof fully inbuilt Vehicles within the time specified in the contract agreement or within theperiod for which extension has been granted by the Commissioner to the Contractor.2. If in the judgment of Commissioner, the Contractor fails to comply with any of the

    provisions of this Contract.iv. The contractor shall provide for insurance coverage for an amount equal to the contract price

    and the same shall extend form the date of dispatch of chassis to the date of arrival of thefully inbuilt Vehicles at the final destination. The insurance policy should provide coverage againstall risks including those of war, riots, strikes and malicious damages and all kind of naturalcalamities.v. If the Vehicles are damaged or lost during transit, the loss shall be compensated by thecontractor. The price of the replacement items shall be recovered by the contractor directly from the

    insurance coverage provided for this purpose.vi. In the event any of the Vehicles, equipment supplied by the contractor is found defective indesign, material, or workmanship or otherwise not in conformity with the requirements of theContract Specification, the Commissioner shall either reject the Vehicles, equipments or request thecontractor in writing to rectify the same. The Contractor on receipt of such notification shall

    either rectify or replace the defective Vehicles and equipments without cost to KDMC. If theContractor fails to do so, the Commissioner; at his option replace or rectify such defective Vehiclesand recover the extra cost so involved from the contractor

    10.0 Payment :i. Payment to the money value of the work order shall be paid to the bidder (contractor) intwo terms-

    1. After the chassis procurement the payment as per govt. contract rate will be directly paid to thechassis supplier by the corporation. The responsibility of chassis purchase as per technical details inthe tender form is the totally liability of the contractor. All the documents and paper work related tochassis e.g. insurance, RTO, tax etc. will be done by the contractor. The chassis inspection will bedone mutually and after the satisfactory inspection the payment will be released for the same. 2. And after the delivery of Fully Inbuilt Vehicle Supply which is supported by photo copies of all the 3 (three) stages joint inspection reports.ii. Penalty levied, if any shall be recoverable from any payment. In case the amount of penalty

    exceeds to the value of balance payment due, such excess amount shall be recovered fromPerformance Security Deposit

    iii. The complete Vehicles bodies shall be under warranty coverage for a period of 1 years from the date of delivery of complete body built Vehicles . The Security deposit paid by the bidder

    shall be refundable after expiry of the warranty period in accordance of the tender conditions.

    10

  • 11. Settlement of Dispute and Arbitration :i. In case of strike or any labour problem or closure of the factory, the contractor

    will immediately inform the same to KDMC.. ii If the contractor declares insolvency or enter into liquidation whether compulsory

    or voluntary but for the liquidation for the purpose at the reconstruction or suffer an execution for the debt to be levied against him or compounds with the creditors for

    the settlement of this debts, the KDMC would require the assigned work to becompleted and if this requisition is not satisfactorily complied with, within 7 daysfrom the date of his notice, the Commissioner, KDMC may issue a notice to the contractor inwriting to resign the contract at the cost and risk of contractor. The Commissioner , KDMCshall there upon have the authority to enter into a fresh contract with any other person, firm orcompany for the completion of the same, without prejudice to his right to recover the lossessustained by the Corporation on account of damages under the contract as may be deemedproper by KDMC.

    iii. Any legal proceedings arising between KDMC and the contractor if it is a must shall beinstituted in the Courts situated in Kalyan alone and not anywhere in the country.

    iv. Any dispute arising out for in connection with this agreement shall be referred to the solearbitration of the Commissioner,KDMC or his nominee not below the rank of DeputyCommissioner whose decision shall be final binding both. (Contractor and KDMC) subjectto the provision of Arbitration & Conciliation Act 1996.

    12.0 Programme Of Design, Manufacture, Supply, Testing & Commissioning of FullyInbuilt VehiclesThe contractor shall whenever required by the Purchaser or Purchaser's Representative, alsoprovide in writing for their information a general description of the arrangement and methodswhich the contractor proposes to adopt for the completion of various activities. If at any timeit should appear to the purchaser that the actual progress of work does not confirm to theprogramme of manufacture, the contractor shall produce at the request of the Purchaserrevised programme showing the modifications to the approved programme necessary toensure completion of the work within the time for completion stipulated in the contract. Thesubmission to and approval by the Purchaser or Purchaser's Representative of suchprogramme or the furnishing of such particulars shall not relieve the contractor of any of hisduties or responsibilities or obligations under the contract. The Purchaser shall have fullpower and authority during progress of work to issue such instructions; as may be necessaryfor the proper and adequate execution of the contract and remedying of any defects therein.The contractor shall carry out and be bound by the same.

    Warranty :i. The contractor will be responsible for any defect or failure of Vehicles provided due to

    defective design, material or workmanship, for a period of one year from the date ofplacement in service after registration from Transport Department, Government ofMaharashtra. Warranty period of the equipments for One Year from the date of supply. Therectification / replacement of failed components / equipments will have to be undertaken bythe contractor free of charge at Purchaser workshop , and shall collect the failed components /equipments from Purchaser site and send them to the works of the suppliers. This will bearranged directly by the contractor or his representative. Further, should any designmodification be required to be made in any part of the Vehicles, the period of one year ofoperation , would commence from the date when the modified part is commissioned inservice.ii. The contractor will be required to station required number of competent engineers /supervisors along with necessary spare parts during testing & commissioning of theseVehicles. However, at least one competent engineer will necessarily be stationed during theentire warranty period for the evaluation of the performance of the Vehicles

    11

  • & keeping liaison with the Purchaser. The Contractor at his cost for investigating defects andfailures and carrying-out modifications will also depute necessary technical personnel as andwhen required during the warranty period.iii. The above warranty will be applicable for all chassis/assemblies, sub-assemblies,components, parts etc. of the Vehicles except for chassis tyres & batteries for which,manufacturer's warranty will be applicable.

    14.0 Vehicle Design :The design should conform to the norms fixed by provisions of CMVR, MaharashtraMotor Vehicle Rules, and other Statutory Rules and as mentioned in the tender document.

    15.0 Inspection of Fully Inbuilt Vehicles at Contractors Premises :i. The fully inbuilt vehicles shall be jointly inspected by the Contractor and the consignee forcompleteness and satisfactory condition of all equipments / components. Damages, defects anddeficiencies, if any, shall be noted and the Contractor shall initiate immediate action for making goodthe same under advice to the Purchaser.ii. The inspection of fully inbuilt vehicles is to be done by the engineers authorized byCommissioner, K.D.M.C and is to be carried out in minimum three stages.

    1. First Stage : Chassis Inspection/ Approval of Drawing for Vehicle body2. Second Stage : After completion of structure before painting3. Third Stage : Before delivery

    If required the inspection schedule will be increased which will be binding on the contractor.16.0 Submission of Drawings :

    The bidder shall be required to provide three sets of general drawings comprising ofelevations sides, front & rear end along with main dimensions, isometric views, exterior &interior details, environmental friendly colour scheme of KDMCs choice . The Contractor tothe Purchaser in advance of dispatch of the Vehicles from the Manufacturer's works shallsupply three complete sets of microfilm and Compact Disc (CD) loaded with the fabricationdrawings along with three sets of hard copies.

    17.0i. The Tenderer shall examine the Conditions of Tender, General Terms and Conditions of the

    contract and the Technical Specifications to satisfy himself as to all terms and conditions andcircumstances affecting the contract price. He shall quote prices according to his views onthis matter and understand that no additional charges except as otherwise provided thereinwill be levied. The undertaking shall not be responsible for any misunderstanding or incorrectinformation obtained by the tenderer other than information given to the tenderer by theCommissioner.

    It is the responsibility of the contractor to attend the Vehicles in such a way that the Vehicles shallcompile all recent amendments in the CMVR / MMVR.

    18.0 Stamp Duty :

    It shall be the responsibility of the agent to pay stamp duty & penalty if any, which willlivable or which may be imposed or on this agreement either on the date of this agreement orin future under the provisions of The Bombay Stamp Act or any other Act at that time.

    12

  • 19.0 Delivery of the chassis/ vehicles and equipments : The delivery of the chassis will be at contractor's premises by the contractor himself includingall the responsibilities along with all necessary documentation. And after Body building all fullyinbuilt Vehicles should be done by the tenderer at his own cost at the K.D.M.C Head Quarter,Kalyan.

    20.0 Permanent Insurance :

    The permanent insurance of completed fully inbuilt vehicles will be done by the KalyanDombivli Municiple Corporation.

    21.0 Permanent Registration of the Vehicles.

    Permanent Registration of all the Vehicles should be done by the tenderer at his own cost to theDy.R.T.O, Kalyan in the name of Commisioner , Kalyan Dombivli Municipal Corporation,Kalyan.

    13

  • TECHNICAL SPECIFICATION OF MINI TIPPER :

    CHASSIS- Tata Ace HT

    Engine: -

    Model- Tata 275 IDI Diesel BS III Type- 4 stroke Max Output- 16 hp @ 3200 rpm Max torque- 3.8 mkg @ 2000 rpm Displacement- 700 cc Gear Box- GBS 65.4/ 6.31 Clutch- Single plate dry friction daiphragm Steering- Mechanical Brakes- Dual Circuit Hydraulically operated Tyre- 145R12 LT 8PR radial

    Wheelbase- 2100 mm GVW- 1550 Kg Kerb Weight- 815 Kg.

    BODY SPECIFICATION- Tipper Body Volume- 1.8 cubic meter Body dimensions- Inside length- 2290 mm Inside width- 1395 mm Inside Height- 725 mm Floor thickness- 2 mm thick steel with min. yield strength of 340 N/ mm2

    Headboard, tail doors & sides- 1.2 mm thick steel with min. yield strength of 340 N/ mm2

    Tipping angle- 60 degrees Hydraulics- Wipro made double acting TC246 cylinder PTO- Side mounted IPH make PTO & 5 CC pump with mechanical engagement Paint- Stowing Enamel paint Body Partition- Two compartments to collect Dry and Wet garbage seperately.

    Top cover: The vehicle shall be provided with the suitable arrangement for closing from the top.

    ( Please note- If needed some modifications will be done by KDMC technical team to easy the operation of the vehicle)

    14

  • Annexure -1UNDERTAKING

    (On a Rs. 100/- Stamp Paper) I / We hereby declare that I / We have made myself / ourselves thoroughlyconverse Tender and studied and understood by me / us before submitting this tender.I / We undertake to use only the best chassis/materials / spare parts etc. approved by DeputyCommissioner SWM- Project Department, KDMC before starting the work and to abide byhis decision.

    I / We agree that the amount of earnest money shall not bear interest and shall be liable to beforfeited to the corporation, should I / We fail to(1) Abide by the stipulation to keep the offer open for the period of 180 days from the date fixed for opening the same and thereafter until it is withdrawn by me / us by notice in writing duly addressed to the authority opening the tenders.(2) Security deposit as specified within the time limit. The amount of earnest money may be adjust towards the security deposit of refunded to me / us if so desired by me / us in writing. Unless the same or any part thereof has been forfeit as aforesaid.

    Should this tender be accepted I / We hereby agree to abide by and fulfill all the terms andprovision of the conditions of contract annexed hereto so far as applicable and in defaultthereof to forfeited and pay to KDMC the sums of money mentioned in the said conditions.

    In respect of the sum of Rs. ..Representing the earnest money the full value of which is to be absolutely forfeited toKDMC should I / We no deposit the full amount of security deposit specified in the detailedTender notice.

    Tenderer Address .

    . . .

    Date the . Day of . Witness .Address .

    . . .

    (Occupation)

    The above tender is hereby accepted by me for and on behalf of theKALYAN DOMBIVLI MUNICIPAL CORPORATIONSignature of the officer Dated . Day of .. by who accepted.

    15

  • ANNEXURE -2

    Form of Bank Guarantee Bond

    1} In consideration of the KALYAN DOMBIVLI MUNICIPAL CORPORATION(hereinafter called The KDMC) having agreed to exempt -------------------------(Hereinafter called the said Contractor(s)) from the demand under the terms andconditions of an Agreement dated ------------------------------- made between -------------------------------------------------- and ------------------------------------------------------- for----------------------------------------------- (hereinafter called the said Agreement ofsecurity deposit for the due fulfillment by the said Contractor (s) of the terms andconditions contained in the said Agreement, on production of a Bank Guarantee forRs.-------------------------------------- (Rupees ------------------------------------------only)we (hereinafter referred to as the bank) at the request of --------------------------[(Contractor(s) of any of the terms or conditions contained in the said Agreement.

    2} We ------------------------------------------------------------ do hereby undertake to pay the------------------------------------------------ [indicate the name of the bank] amounts dueand payable under this guarantee without any demur, merely on a demand from theKDMC stating that the amount claimed is due by way of loss or damage caused to orwould be caused to or suffered by the KDMC by reason of breach by the saidContractor(s) of any of the terms or conditions contained in the said Agreement or byreasons of the Contractor(s) failure to perform the said Agreement. Any suchdemand made on the bank shall be conclusive as regards the amount due and payablebe the Bank under this guarantee. However our liability under this guarantee shell berestricted to an amount not exceeding Rs. --------------------------------------------

    3} We, undertake to pay to the KDMC any money so demanded not with standing anydispute or disputes raised by the Contractor(s) / Supplier(s) in any suit or proceedingpending before any Court or Tribunal relating thereto our liability under this presentbeing absolute and unequivocal.

    4} The payment so made by us under this bond shall be valid discharge of our liabilityfor payment there under and the Contractor(s) / Supplier(s) shall have no claimagainst us for making such payment.

    5} We ------------------------------------ [indicate the name of the bank] further agree thatthe Guarantee herein contained shall remain in full force and effect during the periodthat would be taken for the performance of the said Agreement and that it shallcontinue to be enforceable till all the dues of the KDMC under or by virtue of the saidAgreement have been fully paid and its claims satisfied or discharged or till theDEPUTY COMMISSIONER, SWM- ------------ certifies that the terms and conditionsof the said Agreement have been fully and properly carried out by the saidContractor(s) and accordingly of the said Agreement have been fully and properlycarried out by the said Contractor(s) and accordingly discharges this guarantee.Unless a demand or claim under this guarantee is made on us in writing on or beforethe ----------------------- shall be discharged from all liability under this guaranteethereafter.

    16

  • 6} We ------------------------------------ [indicate the name of the bank] further agree withthe KDMC that the KDMC shall have the fullest liberty without our consent andwithout affecting in any manner our obligations hereunder to vary any of the termsand conditions of the said Agreement or to extend time to performance by the saidContractor(s) from time to time -------- postpone for any time or from time to timeany of the powers exercisable by the KDMC against the said agreement and we shallnot be relieved from our liability by reason of any such variation or extension beinggranted to the said Contractor(s) or for any forbearance , act or commission on thepart of the KDMC or any indulgence by the KDMC to the said Contractor(s) or byany such matter or thing whatsoever which under the law relating to sureties wouldbut for this provision, have effect of so relieving us.

    7} This guarantee will not be discharged due to change in the constitution of the Bank orthe Contractor(s) / Supplier(s)

    8} We --------------------------------------------- [indicate the name of bank] lastly undertakenot to revoke this guarantee during its currency except with the previous consent ofthe KDMC in writing.

    Dated the ------------------- day of -----------For ----------------------------------------------[indicate the name of bank]

    17

  • ANNEXURE - 3FIRM DETAILS

    Tenderer' Seal

    andSignatu

    re

    18

    1 Name of Tenderer

    2 Address

    3 Telephone4 Fax5 E-mail

    Details of manufacturingcompany/ authorized delar

    Name and Address Qualification & Experience

    6

    Financial Performance

    Previous Financial year (Y-1)

    2nd Previous Financial year (y-2)

    7

    3rd Previous Financial Year (Y-3)

    Certified copy of auditedBalance sheet profit & lossstatementStatement attached(yes/No)

    8 Details of Black List & Litigation(If any)

  • 19

    ANNEXURE 4

    DETAIL OF WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE TENDERER

    Name of Tenderer

    Sr.No Name of workName ofDepartment &Address

    Cost of work Date of Starting Actual Date of Completion

    Remar

    k

    1 2 3 4 5 6 7

    Stamp and Signature ofTenderer / Authorised person

  • ANNEXURE -5

    LIST OF WORK IN HAND AS ON THE DATE OF SUBMISSION OF THIS TENDER

    Work in handSr.No. Name of Work Name of Departmentand Address

    Tender Cost Period

    Details ofwork Remark

    1 2 3 4 5 6 7

    Stamp and Seal of the Tenderer

    20

  • ANNEXURE -6

    LIST OF RELEVENT PLANT AND MACHINERY IMMEDIATELY AVAILABLE WITH THE TENDERER

    Name of Tenderer

    Sr.No. Detail Machinery list No. of Units Kind & Make Age &Condition Present Location Remark

    1 2 3 4 5 6 7

    Stamp and Signature ofTenderer / Authorised person

    21

  • ANNEXURE-7List of Manpower

    Name of Tenderer

    Sr.No.

    Name of theEmploy's Post/

    Position and Quantityin Numbers

    Technical qualification Whether working infield or in officeExperience of

    execution of similarworks

    Period for which theperson is workingwith the tenderer

    1 2 3 4 6 7

    Signature of Tenderer

    22

  • ANNEXUER -08

    AFFIDAVIT(On Rs. 100/- Stamp paper)

    I / We hereby state that we are aware of the provisions of section 10 (1) 10(f) & (g) of theBPMC ACT,1949, which are reproduced below, and solemnly state that we have nopartnership with or any share with any Corporation of the Corporation in our companyand are not associated presently or in the past with any of the office bearers orCorporation of the KALYAN DOMBIVLI MUNICIPAL CORPORATION , eitherdirectly of indirectly.10 (1) Subject to the Provision of Section 13 and 404, a person shall be disqualified for

    being elected and for being a councilor.10 (f) Subject to the provision of sub-section (2) , has directly, by himself or his partner

    any share or interest in any Contract or employment with, by or on behalf of theCorporation.

    10 (g) Having been elected a councilor is retained or employed in any professionalcapacity either personally or in the name of a firm in which he is a partner or withwhom he is engaged in a professional capacity in connection with any cause orproceeding in which the Corporation or the Commissioner is interested orconcerned.

    We are aware that the above information if found to untrue or false we shall be liable tobe disqualified and the Earnest Money accompanying the Tender shall stand forfeited tothe Corporation. We are also aware that if the information produced above is found to beuntrue or false during the currency of the Contract, we shall be held to be in default andthe Contract, any awarded to us, shall be terminated with all its concurrences.

    Tenderer ---------------------------------Address ----------------------------------

    ----------------------------------

    ----------------------------------

    Date the ------------------- day ofStamp and Signature of

    Tenderer / Authorised personWitness ------------------------Address ----------------------------------

    ----------------------------------

    ----------------------------------

    Date the ------------------- day of Signature of Witness

    23

  • ANNEXURE 09

    DECLARATION OF CERTIFICATE SUBMISSION

    I ................................................................................... age ................. residing at................................................................................................................................................

    ....................... in capacity of M/S ............................. herebysolemnly affirm that .....................

    M/s ................................................ has submitted the followingcertificates/documents along with Tender Form.

    123456789101112131415161718

    Whatever stated above is true & correct to the best of my knowledge & belief.

    Date :-

    Stamp and Signature ofTenderer/Authorised Person

    24