08.02.2015 Views

MUNICIPAL CORPORATION JALANDHAR

MUNICIPAL CORPORATION JALANDHAR

MUNICIPAL CORPORATION JALANDHAR

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

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!