10
TENDER DOCUMENT (Two Bid System) For Supply & Commissioning of 20 Nos. Minimum 3 Cu.M Box Covered Tipper, With Longitudinal Partition Separately for Dry and Wet MSW Collection on Suitable CNG BS-IV Vehicle Tender Reference No. 3171/2019-20/PB Date: 12.02.2020 Nagar Nigam Rudrapur Rampur-Nainital Road, Near Indira Chowk, Rudrapur, Dist. Udham Singh Nagar (UTTARAKHAND) 263153, INDIA Email- [email protected], Tel No. 05944-242400

TENDER DOCUMENT (Two Bid System)

Embed Size (px)

Citation preview

TENDER DOCUMENT (Two Bid System)

For

Supply & Commissioning of 20 Nos. Minimum 3 Cu.M Box Covered Tipper, With Longitudinal Partition Separately for Dry and Wet

MSW Collection on Suitable CNG BS-IV Vehicle

Tender Reference No. 3171/2019-20/PB

Date: 12.02.2020

Nagar Nigam Rudrapur Rampur-Nainital Road, Near Indira Chowk, Rudrapur,

Dist. Udham Singh Nagar (UTTARAKHAND) 263153, INDIA

Email- [email protected], Tel No. 05944-242400

Bid Schedule 1. Tender Inviting and

Accepting Authority Nagar Ayukt, Nagar Nigam Rudrapur, Near Indira Chowk, Rampur-Nainital Road, Rudrapur District- Udham Singh Nagar, Uttarakhand- 263153

2. Name of the work Supply & Commissioning of 20 Nos. Minimum 3 Cu.M Box Covered Tipper, With Longitudinal Partition Separately for Dry and Wet MSW Collection on Suitable CNG BS-IV Vehicle.

3. E-Tender Reference 3171/2019-20/PB, Dated: 12.02.2020

4. Tender Type Two part Bidding system - comprising of Technical Bid and Financial Bid.

5. Documents Download Start Date and time

13.02.2020 from 11:00 am

7. Contact Information for requesting Clarification

For any clarification email to: [email protected] Not clarification will be given by any other means.

8. Bid Processing Fee Rs. 5000.00 + 900 (GST 18%) = 5900.00 Payable by Bank Demand Draft in favour of Nagar Ayukt, Nagar Nigam Rudrapur. Tender document can be downloaded from these websites: www.uktenders.gov.in and www.nagarnigamrudrapur.com

9. EMD Rs. 3.40 Lakh (Rs. Three Lakh forty thousand only) in the form of FDR/NSC in favour of Nagar Ayukt, Nagar Nigam Rudrapur. Payment by any other mode shall not be acceptable. Offers received without EMD shall be rejected straightaway and will not be considered under any circumstances.

10. Bid Submission End Date 26.02.2020 up to 5:00 pm Bids submitted beyond the due date and time shall not be accepted by the tender inviting authority and shall be summarily rejected.

11. Offline Submission of Hard/Original Copy of Documents

27.02.2020 up to 12:30 pm to the bid opening committee.

12. Opening of Bid 27.02.2020 at 12:30 pm at Office of Nagar Ayukt, Nagar Nigam Rudrapur, Near Indira Chowk, Rampur-Nainital Road, Rudrapur District- Udham Singh Nagar, Uttarakhand- 263153

13. Opening of Financial Bid This will be intimated only to the technically qualified bidders

14. Bid Validity 90 days from the date of opening of the bid

15. Performance Guarantee Amount

Rs. 17.00 Lakh (Rs. Seventeen Lakh only) in the form of FDR/NSC in favour of Nagar Ayukt, Nagar Nigam Rudrapur. It will be submitted within Two Weeks after agreement signed.

TECHNICAL SPECIFICATIONS FOR Minimum 3 Cu.M Box Covered Tipper, with Longitudinal Partition separately for Dry and Wet MSW Collection on Suitable

CNG BS-IV Vehicle

Engine

1. Type 4 Stroke, CNG- BS IV,

700cc – 1200cc

2. Engine output 20 HP – 65 HP

Clutch

3. Single plate dry friction diaphragm type

Gear Box

4. 4 - 5 Forward, 1 Reverse Manual Gear Box (Synchromesh)

Steering

5. Mechanical Manual

Brakes

6. Service Brakes Dual circuit Hydraulically

actuated/LSPV

7. Front Brakes Disc/Drum Brakes (Disc Brakes will

be preferred)

8. Rear Brakes Disc/Drum Brakes

9. Parking Brakes Cable operated mechanical

linkages, acting on rear wheels.

Suspension

10. Type Should be Parabolic Leaf

Spring/Mac Pherson strut with coil

spring, robust and maintenance

free at Front and Leaf Spring at

Rear.

11. Shock absorber Hydraulic double acting telescopic

type

12. Battery Exide battery with warranty

certificate

Performance

13. Speed 60 kmph and above

14. Gradibility Max grade ability at rated GVW-

15% - 22%

15. Wheel base Wheel Base 2000 mm Minimum

and above.

16. Ground Clearance 160 mm and above.

17. Tyres Type Tubeless Tyres

18. Chassis 4 wheel chassis with CNG BS IV

Engine

19. Tipper body design 3 Cu.M Box Covered Tipper, with

Longitudinal Partition separately for

Dry and Wet MSW as per nagar

nigam direction.

20. Thickness of twin

tipper body

Base Sheet: 12 gauge; thick steel

Side Sheet: 12 gauge; thick steel

Top Sheet: 14 gauge; thick steel

21. Tipping angle 40-45 Degrees approx

22. Hydraulics Standard company

23. PTO Standard approved company

24. Cabin Driver+1

25. CNG Cylinder

Capacity

Approx 70 ltr. (Water Equivalent)

26. Paint Outside & inside PU paint/Powder

Coating. Outside paint as per SBM

Guidelines (Green/Blue)

27. Complete Sound

system of Standard

For making announcement with

company mike and attachment for pen drive.

28. For Domestic

Hazardous Waste

14 gauge 20 ltr. Covered box with

Lid back side of vehicle chassis at

suitable place painted with Red

colour.

29. Any other left over

specification

As per prevailing latest standards

*Write NOT APPLICABLE (N/A) wherever not applied for. SIGNATURES OF AUTHORIZED SIGNATORY OF TENDERING FIRM WITH SEAL NAME OF THE AUTHORIZED SIGNATORY: (IN BLOCK LETTERS) CAPACITY/POSITION IN COMPANY: IN WHICH TENDER IS SIGNED COMPLETE POSTAL ADDRESS OF COMPANY: PIN Code: Landline \ Mobile No. Fax No. Email: Website:

Terms & Conditions FOR Minimum 3 Cu.M Box Covered Tipper, with Longitudinal Partition separately for Dry and Wet MSW Collection on Suitable

CNG BS-IV Vehicle

1. The Tendering firm must have experience of supplying of minimum 10 Twin Tippers, in last 02 years of similar/bigger specifications, to any Government Sector/Government Undertakings Sector/Nigams/Corporations.

2. Bidder should have an average annual turnover of at least Rs. 3.00 (Three) Crore in the last 3 audited financial years i.e 2016-17, 2017-18, 2018-19. (Financial certificate issued by Chartered Accountant)

Subsidiaries and holding companies turnover will be jointly considered. (Financial certificate issued by Chartered Accountant)

3. The bidder should have positive net worth in the last three audited financial years i.e 2016-17, 2017-18, 2018-19. (Financial certificate issued by Chartered Accountant)

4. The contract with successful bidder will be signed only after submission of Performance security Rs. 17.00 Lakh (Rs. Seventeen Lakh only) of FDR/NSC and will be held upto warranty period.

5. Prices should be quoted by the firm and fixed price basis and according the mentioned specifications, inclusive of all type of taxes, transportation, fitting and installation etc. Request for enhancement of rates shall not be considered under any circumstances. Tenders with variable prices or seeking provision for enhancement of prices/contracted rates shall be rejected straight away without any consideration. The prices should be quoted at the rate of per complete vehicle.

6. Tenderer should submit notarized affidavit on Rs. 100.00 non-judicial stamp paper (as per given format by nagar nigam rudrapur) that tenderer’s firm has not been blacklisted in last five years by Central Government/State Governments/Government Undertakings Sector/ Nigams/Corporations.

7. Tenders of firms received in the format prescribed in this tender document shall only be considered.

8. Tenders received after closing date and time prescribed in this enquiry shall not be accepted under any circumstances.

9. Tenderers must provide warranty of complete vehicle including Chassis and Tipper body for minimum two years from the date of supply of equipment. During warranty the service of the vehicle will be provided at original manufacture company’s authorized dealer’s workshop.

10. Supply, delivery and commissioning of the Tipper CNG BS-IV shall have to be completed within 60 days on award of the supply order but at least 10 Tippers to be supplied within 40 days. The tippers to be delivered at Nagar Nigam Rudrapur.

11. Penalty at 0.5% per week (In case of days part percentage shall be calculated) of the total cost of the equipment/item will be imposed on the firm by competent authority in case of late supply subjected to maximum 5% of the total cost of equipment/item.

12. This tender is non-transferable.

13. Tender Inviting Authority may without prejudice to any other remedy for breach of contract, by written notice of default with a notice period of 15 days, sent to the Successful Bidder, terminating the contract in whole or part.

(i) If the Successful Bidder fails to deliver any or all of the services within the time period(s) specified in the Contract/warranty, or within any extension thereof granted by Tender Inviting Authority; or

(ii) If the Successful Bidder fails to perform any of the obligation(s) under the contract; or

(iii) If the Successful Bidder has engaged in fraudulent and corrupt practices in competing for or in executing the Contract.

14. The Successful Bidder should nominate and intimate Tender Inviting Authority the Authorized Person, if necessary, who should be responsible for effective delivery of work complying with all the terms and conditions. The Successful Bidder should ensure that the Authorized Person fully familiarizes with the Tender Conditions, Scope of Work and deliverables.

15. In the event of Tender Inviting Authority terminating the Contract in whole or in part, Tender Inviting Authority may engage other service provider, as it deems appropriate. Successful Bidder shall be liable to Tender Inviting Authority any additional financial commitments for such similar services. However, the Successful Bidder shall continue the performance of the Contract to the extent not terminated.

16. Terms & Conditions as set out in this Tender Document shall have to be complied with by the tendering firm/company. Offers not complying with such terms & conditions shall be rejected at the discretion of this Authority.

17. The Tender Inviting Authority reserves the right to reject the received bid(s) at any time before the award of the contract without stating any reasons to concerned bidders. As per Uttarakhand procurement rules 2017, if at any time before the acceptance of tender, the Tender Inviting Authority receives information that a tendered who has submitted tender has been banned by any procuring entity, the Tender Accepting Authority shall not accept the tender of that tenderer even if it may be the lowest tender.

18. LEGAL/ARBITRATION CLAUSE:

(i) Except as otherwise provided elsewhere in the Contract, if any dispute, difference, question or disagreement arises between the parties hereto or their respective representatives or assignees, at any time in connection with supply and warranty thereof, the same shall be decided by an Arbitrator to be appointed by the Tender Inviting Authority.

(ii) The venue of the arbitration shall be Rudrapur and the language shall be Hindi or English.

(iii) The fees of the arbitrator and expenses incidental to the arbitration proceedings shall be borne equally by the parties.

(iv) Subject to the above, the Courts in Rudrapur alone shall have the jurisdiction in this matter.

GENERAL INSTRUCTIONS: 1. The prices/rates quoted should be indicated in words as well as in figures.

2. Each page of Tender document must have Signature of Authorized Signatory of Tendering Firm with Seal.

3. Tender qualified by such vague and indefinite expressions such as “subject to prior confirmation”, “subject to immediate acceptance” etc. will be treated as vague offers and rejected accordingly.

4. Tenderers are requested to submit the following documents duly signed in the tender documents:

(i) GST Registration Copy

(ii) PAN number

5. Tenders received without Tender Fees, EMD by way of FDR/NSC will not be considered at all.

6. Tender document can be downloaded from these websites: www.uktenders.gov.in and www.nagarnigamrudrapur.com.

7. Tenderers may note that if the date of tender opening given in this Tender Document is declared to be a gazette holiday, the tender shall be opened on the next working day at the same time.

8. Late/delayed tenders due to any reason whatsoever will not be accepted under any circumstances.

9. In case of tenderers do not qualify the technical bid then the financial bid will not be opened.

Signatures of authorized signatory of tendering firm with seal: Name of the Authorized Signatory: (In Block Letters): Capacity/Position in company: In which tender is signed: Complete postal address of company: PIN Code: Landline \ Mobile No. Fax No. Email: Website:

Template for Declaration against Blackl ist ing (To be submitted on the Rs. 100.00 Stamp Paper with notary)

To, Nagar Ayukt, Nagar Nigam Rudrapur, Near Indira Chowk, Rampur - Nainital Road, Rudrapur, District- Udham Singh Nagar

Subject: Self Declaration of not been blacklisted. Tender Ref. No. 3171/2019-20/PB Dated 12.02.2020

Dear Sir,

We confirm that our company, ________________________________________ is not blacklisted in any manner whatsoever by any Central Government/State Governments/Government Undertakings/Nigams/Corporations in India on any ground including indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in last five years.

We also state that we have read and understood the bid documents and completely agree with this.

Place:

Date:

Bidder’s Company Seal:

Authorized Signatory’s Signature:

Authorized Signatory’s Name and Designation:

Check List for Technical BID

S.N. Particulars Response Yes/No 1. BID PROCESSING FEE: of Rs. 5000.00 + 900 (GST 18%) = 5900.00 payable

by Bank Demand Draft in favour Nagar Ayukt, Nagar Nigam Rudrapur.

2. EMD: Rs. 3.40 Lakh (Rs. Three Lakh Forty Thousand only) in the form of FDR/NSC in favour of Nagar Ayukt, Nagar Nigam Rudrapur.

3. PAN No. of the Bidder

4. GST No. of the Bidder

5. TURNOVER: i. Bidder should have an average annual turnover of at least Rs. 3.00

(Three) Crore in the last 3 audited financial years i.e 2016-17, 2017-18, 2018-19. (Financial certificate issued by Chartered Accountant)

ii. Subsidiaries and holding companies turnover will be jointly considered. (Financial certificate issued by Chartered Accountant)

6. FINANCIAL CAPABILITY: The bidder should have positive net worth in the last three audited financial years i.e 2016-17, 2017-18, 2018-19 (Financial certificate issued by Chartered Accountant)

7. EXPERIENCE: The Tendering firm must have experience of supplying of minimum 10 Twin Tippers, in last 02 years of similar/bigger specifications, to any Government Sector/ Government Undertakings Sector/Nigams/ Corporations. (Certificates of Supply orders and certificate of atisfactory delivery should be attached)

8. BLACKLISTING: Tenderer should submit notarized affidavit on Rs. 100.00 non-judicial stamp paper (as per given format by nagar nigam rudrapur) that tenderer’s firm has not been blacklisted in last five years by Central Government/State Governments/Government Undertakings Sector/ Nigams/Corporations.

9. WARRANTY: Tenderers must provide warranty of complete vehicle including Chassis and Tipper body for minimum two years from the date of supply of equipment. During warranty the service of the vehicle will be provided at original manufacture company’s authorized dealer’s workshop. (Tenderer should submit notarized affidavit on Rs. 100.00 stamp paper)

Note: It will be mandatory to upload the above form Sr. No. 1, 2, 8 & 9 to place the bid, which will be

present before the tender committee at the time of opening the tender and upload the residue certificate along with the above form. In the event of non-upload of any desired form and being unreadable, the bid will be canceled.

Seal

Signatures of the bidder Name Address and Mobile No