08.02.2015 Views

MUNICIPAL CORPORATION JALANDHAR

MUNICIPAL CORPORATION JALANDHAR

MUNICIPAL CORPORATION JALANDHAR

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

1<br />

<strong>MUNICIPAL</strong> <strong>CORPORATION</strong> <strong>JALANDHAR</strong><br />

Request for Proposal<br />

Sealed tender are invited from manufacturer for Design-Manufacture<br />

& supply and O & M of Jetting cum Suction Machine<br />

( 8000 Ltr.)<br />

TENDER DUE ON: 25-11-10<br />

Superintending Engineer (O&M),<br />

Municipal Corporation, Jalandhar


2<br />

<strong>JALANDHAR</strong> <strong>MUNICIPAL</strong> <strong>CORPORATION</strong><br />

CONDITIONS OF PROPOSAL<br />

PROPOSAL FEE : Rs. 500/-<br />

E.M.D : 5% of the tendered amount<br />

1) Sealed tender are hereby invited from manufacturer on prescribed form obtainable on any working<br />

day till 12:00 pm on cash payment or DD in favor of Corporation Engineer, Municipal<br />

Corporation Jalandhar payable at Jalandhar for the work prescribed above .<br />

2. The sealed Tender should reach by registered AD/speed post/Hand delivery to the office of the<br />

Superintending Engineer (O&M), Municipal Corporation , Jallandhar (Pb) So as to reach him on or<br />

before 3:00 P.M.on 25-11-10. Technical bid will be open at 3:30 PM. on the same day in the office<br />

of the S.E. (O&M).<br />

3) 5% of the tendered amount shall be deposited as earnest money By Demand Draft / pay order / in<br />

favor of Corporation Engineer, Municipal Corporation Jalandhar payable at Jalandhar<br />

without which no tender will be considered. The EMD will be released after completion of O & M<br />

Contract of 3 years.<br />

4) Successful tenderer shall have to sign a contract with the Municipal Corporation as per rules before<br />

starting the work.<br />

5) At the time of opening, only Technical Bids of all tenderers will be opened. After scrutinizing<br />

Technical Bids, the Price bid of those tenderers who satisfy the eligibility criteria will be opened.<br />

Price Bids of those bidders not satisfying criteria shall be returned to them un-opened. The opening<br />

date of price bid will be announced at the time of opening of technical bid. For Evaluation of offers<br />

both Supply Rates and O & M Rates would be clubbed to arrive at the Lowest price bid. The<br />

bids of bidder’s offering single supply or O & M rates will be out rightly rejected.<br />

6) Technical Bid & Price Bid shall be sealed in separate envelopes clearly marked ( 1. Technical Bid<br />

and 2. Price Bid) & put in one common sealed cover (should be sent by Registered Post A.D. or<br />

Speed Post or Hand Delivery.<br />

i) Proposal sent by ordinary post will not be considered<br />

ii) Proposal received late will not be accepted.<br />

iii) The postal delay will not be considered for late receipt.<br />

7) If the bid is found to have misled or made false representation in the form of any of the statements<br />

submitted in proof of the eligibility and qualification requirement, his bid shall be rejected.


3<br />

8) Rights to rejects any or all tenders without assigning any reason there of is reserved by the<br />

Municipal Commissioner, Jallandhar and whose decision will be final and legally binding on all the<br />

bidder and no correspondence will be entertained on the subject matter.<br />

9) Terms of the proposal issued by Municipal Corporation must be duly signed & attached with the<br />

proposal offer.<br />

10) Bidder should give validity of the proposal for minimum 120 days.<br />

11) The rates quoted by the bidder shall be inclusive of all taxes, duties, Octroi, service tax, VAT etc.<br />

and no claim in this context shall be entertained.<br />

12) Tenderer shall have to submit latest back-up Guarantee letter from the original Eligible<br />

manufacturer of imported components like Jetting pump, Suction Pump, P.T.O., Jetting Hose,<br />

Hydraulic Motor, Nozzles & confirm their OEM (Original Equipment Manufacturers) suppliers over<br />

five years and also confirm the spares supplied by manufacturer to the bidder minimum for the<br />

period of 10 years. The Backup Guarantee Letters will be verified from the proper authority by the<br />

officials of MC Jallandhar, before opening of the Price Bid. In case the documents are found to be<br />

non-genuine, the bidder will be immediately blacklisted.<br />

13) At any time prior to the deadline for submission of the Bids, the MCJ may amend the Tender<br />

Document by issuing addendum. Any addendum issued shall be part of the Tender Document and<br />

shall be communicated in writing to all who have obtained the tender Document directly<br />

from the MCJ. To give prospective Bidder reasonable time in which to take an addendum into<br />

account in preparing their Bids, the MCJ may, at its discretion, extend the deadline for the<br />

submission of the Bids.<br />

Bidder’s Signature<br />

S.E.(O& M)<br />

Municipal Corp. Jalandhar<br />

Name:-<br />

Company’s seal


4<br />

Terms of Reference<br />

for<br />

Design-Manufacture supply and O&M of Jetting cum Suction<br />

Machine


Terms of Reference<br />

5<br />

1) Eligibility Criteria:<br />

1.1 This invitation for Bids is open to all manufacturers who have manufactured and sold 5 Nos. of<br />

Similar Jetting cum Suction machines in last Three years and are in satisfactory operation till date.<br />

Past experience / Performance certificates for Similar Machines from clients must be attached with<br />

the proposal.<br />

1.2 The bidder must have the financial capability and having total average annual turn over of<br />

Rs. 1.50 Crores during last 3 years. Documentary evidence should be enclosed with the Technical<br />

Bid.<br />

1.3 The bidders shall have executed works of operation & maintenance of Jetting/Jetting cum Suction<br />

Machines for minimum One year satisfactorily.<br />

1.4 The bidder should provide accurate information on any litigation history or arbitration resulting<br />

from contracts completed or under execution by him over the last ten years. This should also<br />

include such cases, which are in process/progress. A consistent history of awards against the<br />

bidder of any partner of a joint venture may result in failure of the bid. In case the bidder has<br />

not provided such information and has come to the notice of the Authority, the proposal will be<br />

rejected at whatsoever stage and in such case all the losses that will arise out of this issue will be<br />

recovered from the bidder and he will not have any defense for the same. The bidder should<br />

submit necessary disclosure as affidavit on a Judicial Stamp Paper of Rs. 100 along with<br />

Technical Bid.<br />

1.5 The Price Bid of only those bidder’s will be opened who satisfy all the qualification criteria such<br />

Annual Turn Over, No. of machines supplied, O & M Experience as well as backup letters from<br />

the original equipment manufacturers. No relaxation in qualification criteria will be given to any<br />

of the bidders.<br />

1.6 Even though the bidders meet the above criteria, they are subject to be rejected, if they have:<br />

• Made misleading or false representation in the form, statements and attachments submitted, and/or<br />

• Record of poor performance such as abandoning the work, not properly completing the contract,<br />

inordinate delays in completion, litigation history, financial failures and not submitting backup<br />

letters from OEM’s for imported components.<br />

2) Period of validity of Bids:-<br />

Bids shall remain valid for 120 days after the date of Price Bid Opening. A Bid valid for shorter<br />

period shall be rejected.


6<br />

3) Bid Security:-<br />

(i) Bid security is required to protect to Corporation against to risk of bidder's conduct. The bid<br />

security may be forfeited.<br />

a) if a bidder withdraws its bid during the period of Bid validity<br />

or<br />

b) In the case of successful Bidder, if the Bidder fails to sign the contract.<br />

(ii) No interest will be paid on bid security.<br />

4) Standards:-<br />

The goods supplied under the contract shall confirm to the standards mentioned in the technical<br />

specifications. Import document of imported goods e.g. Jetting Pump, Vacuum Pump, PTO,<br />

Jetting Hose, Nozzles etc. must be submitted at the time of supply.<br />

5) Payment:<br />

5.1 Supply –price schedule –A<br />

(a) Truck chassis.<br />

Truck Chassis with Driver Cabin & Side PTO to be supplied by the Municipal<br />

Corporation, Jallandhar. Transit Insurance will be borne by the bidders.<br />

b) Payment for units (without truck chassis).<br />

* 90% against goods delivery.<br />

* 10% after commissioning & satisfactory operation and acceptance of units.<br />

5.2 Operation & Maintenance – Price Schedule – B<br />

6) Prices:-<br />

a) Monthly.<br />

Prices charged by the supplier for goods delivery and services performance with the contract shall<br />

not vary from the prices quoted by the suppliers.


7<br />

7) Delivery Period:-<br />

The total period for supply shall be 60 days after receipt of chassis. Detailed dimensional drawings<br />

with bill of material for each type of equipment & CPM/PERT Chart shall be submitted to MCJ in<br />

triplicate for approval within 15 days of receipt of order. The equipment shall have to be delivered<br />

at JALLANDHAR Municipal Corporation<br />

8) Indemnity bond :<br />

Successful bidder has to submit indemnity bond against the cost of truck chassis before receiving<br />

from authorized dealer, which will remain valid till delivery of goods at MCJ site .<br />

9) Delay in performance:-<br />

Delivery of the goods and performance of service shall be made by supplier in accordance with the<br />

schedule specified in the specification.<br />

An unexcused delay by the supplier in the performance of its delivery obligations shall<br />

under the supplier liable to forfeited of its performance security, imposition of liquidated damages<br />

and/or termination of the contract by default. If the supplier fails to deliver any or all of the goods<br />

or fail to perform to services within the said period, the corporation shall deduct from the contract<br />

price as liquidated damages, a sum equivalent to 0.5 percent of the delivered price, of the delayed<br />

goods per week upto maximum of 10% of delayed goods value.<br />

S.E.(O & M)<br />

Municipal Corp. Jalandhar<br />

Bidder’s Signature<br />

Name:-<br />

Company’s seal


8<br />

JALLANDHAR <strong>MUNICIPAL</strong> <strong>CORPORATION</strong><br />

(1) Design:-<br />

TECHNICAL SPECIFICATION<br />

Offered jetting cum suction unit shall be of reputed make & proven design. The contractor shall design<br />

the equipment in accordance with the specifications. The design shall be in accordance with the latest<br />

modern practice & shall facilitate inspection, Cleaning, lubrication & repair to ensure satisfactory<br />

operation under all service conditions.<br />

The vehicle mounted combined unit for suction cum jetting shall be able to create vacuum required for<br />

siphoning of mud, slurry, grit & other material from storm, sanitary & combined sewage system & high<br />

velocity jetting to remove and dislodge obstructions, grits & other materials from the sewerage system.<br />

The unit shall be multipurpose vehicle designed to collect sludge & sewage from catch pits and manhole.<br />

It shall also be useful for flushing of silted storm water & drain lines.<br />

The vehicle mounted combined unit shall have suction lift of at least 9.0 meter.<br />

The unit shall consists of<br />

(a) Drive system inclusive of PTO unit<br />

(b) Tank<br />

(c) High pressure jetting pump<br />

(d) Vacuum pump<br />

(e) Suction hose<br />

(f) Jetting hose<br />

(g) Hydraulic system & plant<br />

(h) Piping<br />

(i) Vehicle chassis (to be supplied by MCJ)<br />

(j) Accessories<br />

1.1 PRIME MOVER :<br />

The drive for all the pumps will be from the vehicle’s engine through a third generation pneumatically<br />

actuated split-shaft PTO of an imported origin. The PTO Unit shall be split shaft horizontal type, fitted<br />

chrome alloy steel gears on Heavy Duty ball and rolled bearing in accurately machined housing. The unit<br />

shall be designed for horizontal drive, The RPM and direction of rotation of output shaft shall be the same<br />

as that of input shaft. The PTO should be of PZB Italy, SKIBBL Germany, OMSI Italy make with proven<br />

performance.


1.2 TANK :<br />

9<br />

The tank will be of rear tipping type and should have a total air volume capacity of 8000 Ltrs. The whole<br />

tank should be made of steel plates 6 mm thick and should confirm to IS 2062 grade ‘A’ standard. The<br />

tank should be of an all electrically welded construction.<br />

The tank should be compartmentalized as follows :<br />

4500 Ltrs for clean water and the balance 3500 Ltrs for sludge. Level Indicator size 18” X 8” of thick wall<br />

transparent acrylic tubing should be provided on both the sides of each of the compartments 2” drain<br />

valve should be provided at a suitable position on the clean water compartment. The tank should be<br />

mounted on the chassis. The inside of the tank should be coated with epoxy paint.<br />

The vacuum compartment should be provided with hydraulically operated rear door opening facility. The<br />

tank should be mounted on hinge supports for tilting about the rear end, while the front end should have<br />

rest pads for seating on chassis of the vehicle in the<br />

horizontal position.<br />

The tank should be provided with manhole at the water compartment for attending to the maintenance<br />

operation/repairing of the tank.. The tank should be provided with suitable suction line strainer and filter<br />

hose connections. The tank should be finished with three coats of epoxy paint of suitable enamel paint<br />

with primer on the inside and coats on the out side. The entire tank should be fabricated and finished to<br />

the best of quality standards and as per standard engineering practice.<br />

REAR DOOR:<br />

The rear door shall be top hinged open able with two double acting hydraulic cylinders. The door should<br />

be allowed to remain secure in the raised position by an incorporated pilot check valve in the hydraulic<br />

system. Adequate sealing and locking arrangement should be provided to render the door leak proof.<br />

Fitted at the rear end door, the tank should be provided with a 100 mm suction cum drain valve at the<br />

bottom most position.<br />

The drain/suction valve shall be of carbon steel, three peace construction having a stainless steel ball.<br />

These valves, unlike the normal cast iron valves have longer operation life and are far easier<br />

to maintain.<br />

Sludge should be sucked through this valve which could also be used to discharge the entire tank contents<br />

under gravity/pressure.<br />

Tank level indicators will be provided at a convenient location both the side on the shell of both, the<br />

sludge as well as the clean water<br />

compartments.<br />

The sludge tank may be emptied by gravity or by pressurized discharge.<br />

Emptying is via hydraulic tipping of the complete tank using a hydraulic cylinder mounted below. The<br />

tank tipping angle would be about 30 degrees. To prevent the tank from creeping down when in the raised<br />

position a line mounted pilot operated check valve is fitted into the hydraulic circuit.


10<br />

The tank shall be mounted on a auxiliary frame of ISMC 150 section and shall be adequately strength<br />

need to render it torque resistant. The auxiliary frame shall be manufactured to the size of the vehicle’s<br />

chassis and shall be of an all electrically welded construction.<br />

1.3 THE HIGH PRESSURE JETTING PUMP<br />

The high pressure Triplex Plunger Pump shall be a fully variable unit with a heavy duty, positive<br />

displacement, reciprocating triplex plunger and having a discharge capacity of 226 LPM @ 130 bar<br />

pressure to perform the jetting function with a high degree of efficiency and reliability.<br />

The pump should be of Myers USA or Pratisolli Italy make with proven performance.<br />

The pump shall be suitably located on the chassis with provision for stopping the jetting pump without<br />

stopping the prime mover.<br />

The pump shall be equipped with pressure relief valve for protection and life extension of jetting pump.<br />

High pressure jetting system works on the principle of Hydro dynamic cleaning by water pressure suitable<br />

for cleaning, sewer lines of diameter ranging from 350 mm to 800 mm. The high pressure jetting system<br />

will be adequately protected by incorporating suction filter, relief valve and un-loader valves. Mounting<br />

of jetting pump shall be on the side of the auxiliary frame with the pump head facing upwards.<br />

1.4 JETTING HOSE AND HOSE REAL.<br />

The hose reel drum should be of sturdy design and should be design to take a minimum 120 Mtrs. of 25<br />

mm. internal diameter high pressure jetting hose. The hose reel drum should be given through a hydraulic<br />

motor. The rotation of the hose reel about its axis should be through a rotation of 180 Deg. The hose reel<br />

should be of the pivoted type inner core of hose should be constructed of special water grease resistance<br />

material.<br />

Thermoplastic Electrometric material core tube fiber braided reinforcement & should have abrasion<br />

resistant. Urethanes core the inner are should be water grease resistant material. Minimum Bend radius of<br />

hose should be 150 mm working pressure should be 172 bar and minimum burst pressure should be of<br />

425 bar. The Jetting Hose should be Parker Only.<br />

1.5 VACUUM PUMP<br />

The Equipment shall be fitted with a rotary sliding vanes type, positive displacement type<br />

Exhauster/Compressor known for its unmatched performance and for its trouble free and cost effective<br />

service through out the life of the equipment. The pump shall be fitted with high temperature resistant,<br />

asbestos free vanes, shall have a minimum free airflow displacement capacity of 13850 LPM<br />

The exhauster/blower shall be of an imported origin preferable of Jurop, Italy or MASPORT (USA) or<br />

MANNESMANN-DEMAG (GERMANY)


The exhauster / compressor will be provided with:<br />

11<br />

a. Convection air-cooling system<br />

b. Forced Oil Lubrication system<br />

c. Incorporated Check valve<br />

d. Incorporated 4 – way valve<br />

TECHNICAL DATA<br />

Delivery : Min. 13850 LPM free air flow<br />

Max Rated Vacuum : 90%<br />

Operating Vacuum : 200 bar (80% Vacuum)<br />

Operating Pressure : 1.0 bar gauge (absolute)<br />

The 4 – way change – over valve shall enable the unit to change quickly from the pressure to the suction<br />

mode and vice – versa.<br />

A pump inlet Filter of adequate capacity shall be incorporated in the system for the protection of the pump<br />

against any ingress of foreign particles, in both the suction and the overpressure modes of operation.<br />

Pressure relief and vacuum relief valves shall be line mounted to protect the equipment and system from<br />

over pressure and excessive vacuum respectively. The valves shall be factory set to control the operating<br />

pressure and vacuum parameters of the system.<br />

1.6 SUCTION HOSE<br />

5 sections of 100 mm dia. and 3 Mtrs. Long, heavy duty, lightweight, PVC hose along with quick connect<br />

hose-end fittings, shall be provided for the suction application.<br />

One, light weight hose-end suction nozzle with a suitable quick connect coupling shall be supplied with<br />

the equipment as a standard accessory.<br />

Two lockable hose racks for the stowage of hoses shall be provided on either side of the equipment.<br />

1.7 PIPING<br />

System piping subject to high pressure should be of steel and forged steel fittings. These rubber<br />

connection hoses should not deform or get damaged due to compressed air heat generated when the<br />

equipment is used in the pressure mode.<br />

The pipes should be clamped sufficiently to absorb vibrations and should be easily accessible for<br />

maintenance.<br />

1.8 CONTROLS<br />

All indicators and control elements required for control and monitoring will be located at a convenient<br />

operating position on the equipment and on the left-hand side of the vehicle.


1.9 ACCESSORIES<br />

12<br />

The following accessories shall be supplied along with each unit.<br />

Set of Nozzles.<br />

(i) 35 0 Half round shape nozzle (5 rear jets 1 forward) –5 nos.<br />

(ii) Al chequered plate special maintenance platform with railing between cabin and tank – 1 No.<br />

(iii) Al chequered plate catwalk with ladder – 1 No.<br />

(iv) Al Chequered plate lockable tool box – 1 No.<br />

(v) Mud guards – 2 Nos.<br />

(vi) Mud Flaps – 4 Nos.<br />

1.10 PAINTING<br />

The entire unit should be painted with two coats of superior quality anti-corrosive primer with two coats<br />

of approved quality paint. The bidder shall get the paints and shades approved from the Engineer in<br />

Charge.<br />

1.11 TESTING & INSPECTION<br />

Third Party Inspection & Testing, if required will be carried out on risk & cost of the MCJ. However in<br />

any case inspection by MCJ Staff will be carried out.<br />

Tests on equipment at manufacturer’s works shall be carried out as per applicable standards / codes and<br />

specifications. All inspection, testing and examination shall be carried out in presence of MCJ’s engineer/<br />

engineers.<br />

The Test certificate of the Imported components shall be provided during inspection as well as<br />

internal test certificate for the complete unit shall be provided.<br />

All facilities required during inspection & testing viz. local transportation etc. should be<br />

provided to MCJ’s representatives at no extra cost by contractor.<br />

1.12 After satisfied inspection & testing of machine done by Third Party or MCJ’s Engineers at your<br />

works, successful bidder should be responsible for supply & delivery of machines from works to<br />

Municipal Corporation, Jallandhar, Punjab at his risk and expenses like e.g. temporary R.T.O.<br />

passing, transportation, drivers, diesel, Road insurance, Octroi etc.<br />

1.13 WARRANTY<br />

Bidder shall warrantee the manufacturing, design, materials, workmanship and performance of<br />

all goods to be supplied under the order for a period of 12 months from the date of<br />

commissioning.<br />

1.14 R.T.O. registration of vehicle will be done by MCJ. But Successful bidder must provide<br />

bodybuilder certificate Form No.-22, 22-A and other necessary documents required for R.T.O.<br />

registration at Jallandhar.


OPERATION & MAINTENANCE<br />

13<br />

Besides supply & delivery of the machine the contractor shall be required to operate & maintain<br />

the machine for three years after the supply as per following specifications.<br />

1) Only those bidder will be qualified, who have experience for O&M of machines for one years<br />

continuously. The bidder shall submit the order copy and certificate of satisfactory performance.<br />

2) Performance certificate of similar type of work executed for any Municipal Corporation /<br />

Municipality/other government department must be submitted along with the bid, without which<br />

the tender will not be considered.<br />

3) The Machine shall be operated & maintained by the contractor with his staff for a period of three<br />

years, six days a week for one shift. The bidder has to quote for one shift per day on monthly<br />

basis. If vehicle is operated for two or three shifts, additional payment will be done at pro rata<br />

basis. The contractor shall provided one trained driver cum operator for operation and<br />

maintenance along-with one helper. Diesel for operation and Maintenance of truck chassis will<br />

be in the scope of MCJ.<br />

4) The bidder shall have to maintain logbooks & shift register for his staff.<br />

5) The bidder shall have to maintain log books & shift register of the staff. Contractor has to get<br />

work certificate from the concerned deptt. /officer of MCJ where/ under whom machine is put<br />

up in use in the machine Log diary.<br />

6) For operating contract payment will be made only for those shifts for which work has been<br />

carried out by the contractor on the basis of per shift rate quoted in tender.<br />

7) For O & M contract penalty will be imposed on the contract for delay of work & off road<br />

period of the machine if it is delayed beyond reasonable time as mentioned below;<br />

(a) All minor repairing & preventive maintenance shall be carried out within 24 Hrs. otherwise 20%<br />

of O&M rate as a penalty will be imposed and also the O&M charges of delay period will be<br />

deducted from the monthly bill of the contractor.<br />

(b)<br />

All major repairing except truck chassis repairing shall be carried out within 7 days otherwise<br />

20% penalty will be imposed over & above the O & M charges of delay period which will be<br />

deducted from the monthly bill of the contractor.<br />

(c) Minor work : Routine service, electrical work, external leakages ( oil/ water), mechanical/<br />

hydraulic settings, transmission related jobs etc. These shall be carried out at site or at MCJ’s<br />

parking place / Workshop .<br />

8) It will be the responsibility of the successful bidder to have insurance coverage of their operating<br />

staff. They are requested to note that there will not be any reimbursement in this regard by MCJ.<br />

As regards any mishap / accident happened on the road or at site, the successful bidder will have<br />

to shoulder the complete responsibility of the same, right from registration of Police complaint,<br />

lodging / follow up of the insurance claim and facing the court trials etc.


14<br />

It shall be the responsibility of successful bidder to set right the machine without raising any<br />

extra bills / claim against the same for reimbursing the same from MCJ. However, they shall be<br />

liable to receive all the payments received by MCJ against the settlement of insurance claims<br />

from the Insurance Institutions. MCJ authorities shall give the full cooperation to the successful<br />

bidder by signing the requisite documents necessary for raising the insurance claim up to<br />

settlement of the same.<br />

9) Each person provided by the contractor shall have to display the Identity Card with photo and<br />

mobile phone.<br />

10) The Contractor will be solely responsible for any consequences under laws, arising out of any<br />

accident caused by his vehicles, equipments or his employees to the property or staff of the<br />

corporation.<br />

11) The corporation shall not be responsible for any claim/ compensation that may arise due to<br />

damages / injury / death pilferage to the Contractor’s vehicles, equipments, property, staff and<br />

any third party or the property under any circumstances while providing services under the<br />

Contract.<br />

12) Force Majeure shall mean such an Event or Circumstance or combination of Events and<br />

Circumstances which are beyond the reasonable control of the Affected Party and which the<br />

affected party could not have prevented by Good Industry Practice or by the exercise of<br />

reasonable skills and care for the purpose of discharging its obligations under the Contract. The<br />

Force Majeure will tend to have material adverse effect on the performance of such affected<br />

party.<br />

13) The Contract shall stand terminated at the end of the Contract period unless extended by the<br />

corporation in writing. Incase if MCJ found continuous short comings in the services of the<br />

contractor which will be treated as “ Deficiency of Service” and terminate the Contract with<br />

prior notice of 30 days.<br />

14) The commissioner reserves the right to impose financial penalty not exceeding 5% of the monthly<br />

bill in a month in case the work is not found up to the mark, during the routine inspection carried<br />

out by the corporation’s staff. The decision on amount of penalty within the above limit is sole<br />

discretion of the commissioner and shall be binding on the contractor.<br />

15) The Contractor shall indemnify the corporation and its employees against any penalties as<br />

PRINCIPAL EMPLOYEER, for any failure of the bidder to honor various State Laws /<br />

Enactments / Contract Labor (R&A) Act 1970 (C) / Minimum wages Act / Bonus Act / EPF &<br />

MP Act etc.<br />

16) It is not compulsory for MCJ to enter in to the comprehensive operation and maintenance<br />

contract. Municipal Commissioner Jalandhar reserve all rights in this regards & which will<br />

bound to all bidder & and whose decision will be final and legally binding on all the bidder.<br />

17) The successful Contractor shall have to enter in to an Agreement with Municipal<br />

Corporation Jalandhar.


15<br />

18) During the contract period necessary infrastructure like parking / repairing plot , water ,<br />

drainage , electricity will be provided by MCJ . However if any temporary storage / repairing<br />

facility required , same will be carried out by contractor at their own cost with prior approval of<br />

concerned MCJ authority. At the end of / as per the direction of MCJ even during the contract<br />

period, contractor has to vacate the place allotted to them & remove the facilities if any created<br />

by them without any delay.<br />

19) Mobile phone shall have to be provided for the machine and to the supervisor for effective<br />

communication.<br />

20) At the end of O&M contract period, bidder has to hand over the machines in satisfactory working<br />

conditions acceptable to Municipal Commissioner &/or his authorized representative. Otherwise<br />

penalty will be imposed by MCJ at the discretion of Municipal Commissioner & shall be<br />

binding to the contractor.<br />

21) This is subject to the jurisdiction of the competent court of Jalandhar only.<br />

Bidder’s Signature<br />

S.E.(O&M)<br />

Municipal Corp. Jalandhar.<br />

Name:<br />

Company’s Seal


DATA SHEET<br />

16<br />

The following technical details shall be furnished in the Technical Bid.<br />

(A) PRIME MOVER:<br />

(i) Name of Manufacturer (Back-up Guarantee of Manufacturer to be furnished.)<br />

(ii) PTO Gear Ratio.<br />

(a) Output<br />

(b) Input<br />

(iii) H.P. Available at end of P.T.O. at R.P.M.<br />

(iv) Throughput torque KGM.<br />

(v) No. of output (auxiliary).<br />

(B) TANK:<br />

i) Capacity in M3.<br />

(ii) Thickness of wall in mm.<br />

(iii) Material of Tank<br />

(vi) Level Indicator Size<br />

(vii) Material of Drain/Suction Valve.<br />

(C) HIGH PRESSURE JETTING PUMP<br />

(i) Make & Model (Back-up Guarantee of Manufacturer to be furnished)<br />

(ii) Pressure Developed in bar<br />

(iii) Discharge in L.P.M.<br />

(iv) Material of Plunger


(D) JETTING HOSE AND HOSE REEL:<br />

17<br />

(i) Make<br />

(ii) Material of Pipe.<br />

(iii) Inner Diameter in mm.<br />

(iv) Length of Pipe<br />

(v) Working Pressure in bar<br />

(vi) Test Pressure in bar<br />

(vii) Bursting Pressure bar<br />

(viii) Outer dia of Pipe in mm<br />

(E) VACUUM PUMP<br />

(i) Make & Model (Back up Guarantee of Manufacturer to be furnished )<br />

(ii) Type of Pump<br />

(iii) Discharge developed at RPM<br />

(iv) Vacuum Developed at RPM<br />

(F) REEL DRUM<br />

(i) Dimension<br />

(ii) Material of Construction<br />

(iii) Type of Hose connection.<br />

(iv) Rotation on its axis in degree angle.<br />

Tenderers Signature<br />

Name:-<br />

Company’s seal<br />

S.E.(O&M)<br />

Municipal Corp. Jalandhar.


18<br />

<strong>JALANDHAR</strong> <strong>MUNICIPAL</strong> <strong>CORPORATION</strong><br />

Price Schedule Bid


19<br />

<strong>JALANDHAR</strong> <strong>MUNICIPAL</strong> <strong>CORPORATION</strong><br />

SCHEDULE OF PRICE (A)<br />

(A) Design , Manufacturing , Supply , Delivery and commissioning of 1 No. number Jetting cum Suction<br />

machine<br />

Sr.<br />

No.<br />

Description Quantity Unit<br />

Rate Rs.<br />

1 Design manufacturing supplying , delivery<br />

and commissioning of sewer line cleaning<br />

jetting cum Suction machine High pressure<br />

jetting pipe of 1” dia –120 meters as per<br />

tender specification complete with all<br />

accessories.<br />

(Vehicle truck chassis with Driver Cabin<br />

& Side PTO to be supplied by the Deptt.)<br />

Amount<br />

Rs.<br />

• The proposal with alternative offers will be strictly rejected .<br />

Bidder’s Signature<br />

Name :<br />

Company Seal :


20<br />

<strong>JALANDHAR</strong> <strong>MUNICIPAL</strong> <strong>CORPORATION</strong><br />

SCHEDULE OF PRICE (B)<br />

(B) Operation & Maintenance of Vehicle Mounted Jetting cum Suction Machine for three years as per<br />

Specification<br />

Sr.<br />

No.<br />

Particulars Quantity Rate Per Shift<br />

Per vehicle Rs<br />

Operation & Maintenance of<br />

Vehicle Mounted Jetting cum<br />

Suction Machine without<br />

diesel as per tender<br />

specification.<br />

1 No.<br />

year 1<br />

Rate per<br />

Vehicle Per<br />

Month Rs.<br />

Total Amount<br />

per Shift for<br />

Machine for<br />

3 years Rs.<br />

year 2<br />

year 3<br />

Total<br />

* The proposal with alternative offers will be strictly rejected.<br />

Bidder’s Signature<br />

Name:-<br />

Company’s seal


21<br />

<strong>JALANDHAR</strong> <strong>MUNICIPAL</strong> <strong>CORPORATION</strong><br />

(C) Summary<br />

SCHEDULE OF PRICE (C)=(A+B)<br />

Sr.<br />

No<br />

Particulars<br />

Amount<br />

A.<br />

Design manufacturing supply, delivery& commissioning<br />

of sewer line cleaning Jetting cum Suction Machine<br />

(without vehicle truck chassis) and High Pressure Jetting<br />

Pipe of 1” dia -120 Mtrs. as per tender specification<br />

complete with all accessories<br />

(Vehicle truck chassis with Driver Cabin & Side PTO to<br />

be supplied by the Deptt.)<br />

In figure<br />

In Words<br />

B<br />

Operation & Maintenance of Vehicle Mounted Jetting<br />

cum Suction Machine without diesel as per tender<br />

specification. 3 years.<br />

Total Rs. (A+B) = C<br />

(Inclusive of all taxes, duties, Octroi, service tax, VAT<br />

etc.)<br />

( Total in Words Rupees ______________________________________ )<br />

* The proposal with alternative offers will be strictly rejected.<br />

Note : For Evaluation of offers both parts A & B would be clubbed to arrive at the Lowest price bid.<br />

Bidder’s Signature<br />

Name:-<br />

Company’s seal

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!