10.07.2015 Views

Tender Documents - Upsrtc.com

Tender Documents - Upsrtc.com

Tender Documents - Upsrtc.com

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.

1Uttar Pradesh State Road Transport CorporationParivahan Bhavan, Mahatma Gandhi MargLucknow-226001 (U.P.)(A Government of U.P. Undertaking)Tel. No.: 0522-2628742, 2611107, 2625453 & Fax: 0522-2628841<strong>Tender</strong> <strong>Documents</strong>ForPurchase of Diesel Passenger Chassis BS III Norms<strong>Tender</strong> No. 1369 MT/13-61V/13-14Dated: 20.06.2013 (Two Bid System)Sale of <strong>Tender</strong> Form - 24.06.2013 to 23.07.2013 upto 13.00 PMPrebid Conference - 01.07.2013 at 11.00 Hrs.Last Date of receipt of <strong>Tender</strong> Form - 23.07.2013 upto 15.00 Hrs.(Technical/Financial)Date of opening of Technical Bid- 23.07.2013 at 16.00 Hrs.Downloaded fromwww.upsrtc.<strong>com</strong>Rs.- 50,000/- +VAT ( Non Refundable)<strong>Tender</strong> Form No


2Uttar Pradesh State RoadTransport CorporationParivahan Bhavan, Mahatma Gandhi Marg,Lucknow -226001. (UP)(A Govt. of U.P. Undertaking)(Tel No:0522-2628742,2611107,2625453 & fax 0522-2628841)<strong>Tender</strong> NoticeSealed tenders are invited from vehicle manufacturers for purchases of DieselPassenger Chassis BS-III Norms. The brief specifications are given as under:-S.No. Particulars Approx Qty.TECHNICAL BID & FINANCIAL BID FOR1. Passenger chassis with minimum wheelbase 5334MM,BS-ІІI Turbo charged with front Diesel Engine Output RangeMinimum 100 HP. 6 Cylinder Synchromesh gear box, tyre9.00x20-14/16PR Power steering and without passenger cowl.Note: All Chassis should have 60% ROH.500 Nos.A. Earnest money in form of D.D./Bank gauranttee for two years (Cheque notacceptable) in favour of Secretary, U.P. State Road Transport Corporation, Lucknowshall be submitted with technical bid only.B. Firms are requested to offer “TECHNICAL & FINANCIAL BIDS SEPARATELY”.C. Financial Bids shall be opened only for those <strong>Tender</strong>ers whose technical bids areacceptable to the corporation.D. <strong>Tender</strong> Form shall be available from, U.P. State Road Transport Corporation HQ,Lucknow on submission of <strong>Tender</strong> cost (Rs. 50,000/-+ VAT non refundable) by D.D.in favour of Secretary, U.P. State Road Transport Corporation, Lucknow from24.06.2013 to 23.07.2013 upto 13.00 PME. Last date for submission of tender (Technical bid & Financial Bid) form is23.07.2013 upto 15.00 PM.F. Technical bid shall be opened on 23.07.2013 at 16.00 PM.G. <strong>Tender</strong> without earnest money shall be rejected.H. All other details are available in tender form.I. <strong>Tender</strong> form may also be downloaded from UPSRTC website www.upsrtc.<strong>com</strong> &prescribed tender fee has to be deposited at the time of submission of tender form.J. Any addendum/corrigendum can be downloaded from UPSRTC websitewww.upsrtc.<strong>com</strong> in future.Downloaded fromwww.upsrtc.<strong>com</strong>U.P. State Road Transport Corporation reserves the right to increase/ decreasequantity or to reject tender without assigning any reason.Managing DirectorU. P. State Road Transport CorporationLucknow.


3<strong>Tender</strong> No. 1369 MT/13-61V/13-14 Date : 20.06.2013Cost of <strong>Tender</strong> : Rs 50,000/-+VAT(Rs. Fifty thousand)<strong>Tender</strong> for supply of Fully Passenger Chassis fitted with BS-III DIESEL Engine.From :........................................................................................................................................................To,Chief General Manager (Tech.),U.P. State Road Transport Corporation,Head Quarter, Lucknow 226001.Sub : <strong>Tender</strong> for supply of passenger chassis fitted with BS-III DIESEL Engine.Dear Sir,With reference to your <strong>Tender</strong> Notice published in the news paper, I/Wehereby tender to supply of passenger chassis fitted with BS-III DIESELEngine to U.P. State Road Transport Corporation as per your bill ofquantity and Terms and Conditions enclosed.I/We have read the Terms and Conditions of tender attached withthe <strong>Tender</strong> Form, and agree to abide by them. An earnest money ofRs. ..................................................................................... (in words Rs........................................................................) in the Form of DemandDraft No. ................................. date .............................. is enclosed alongwith the Bill of Quantity, Terms and Conditions and <strong>Tender</strong> Form dulysigned and stamped. The security in shape of earnest money can beforfeited by U.P. State Road Transport Corporation if I/We fail to fulfillthe conditions of <strong>Tender</strong> in case an order is placed on me/us or the offeris withdrawn by me/us unilaterally.1- Signature of WitnessAddress :Yours faithfullyDate :(SIGNATURE OF TENDER IN FULL)(WITH DUE STAMP)2- Signature of WitnessAddress :Date :Downloaded fromwww.upsrtc.<strong>com</strong>Note : <strong>Tender</strong> form contains- 21 Pages, includes bill of quantity, Annexure1-a, 1-b, 1-c, 2-a, 2-b, 2-c & Technical Specification and General Terms& Condition of U.P. State Road Transport Corporation.


5GENERAL TERMS AND CONDITIONSGeneral Terms and Conditions of the <strong>Tender</strong> for supply of the itemmentioned in the bill of quantity, to U.P.S.R.T.C., are given below :1- <strong>Tender</strong>ers are invited for supply of passenger chassis fitted withBS III DIESEL engine mentioned in the bill of quantity as perspecifications mentioned there in from the vehicle manufacturer.The <strong>Tender</strong> shall remain open for acceptances for a period of 12months <strong>com</strong>mencing from the date of opening of the <strong>Tender</strong>.2- <strong>Tender</strong> must be filled in tender form obtainable from the undersigned’s office on any working day during office hours on paymentof Rs. 50,000/-+VAT (Rs. Fifty thousands) which is Non-Refundable. The <strong>Tender</strong> must be properly sealed in three separateenvelope i.e. Technical and Financial bid Superscribed with asmentioned in Clause-4 and must be submitted in sealed tender boxkept in the office of undersigned not later than 15-00 hrs. On23.07.2013. <strong>Tender</strong>s received after due date and time will not beentertained, even if the same is due to postal/Courier delay.3. EARNEST MONEY:A sum of Rs. 28,87,500/- (Twenty eight lacs eighty seven thousand &five hundred Only) in the form of Demand Draft or Bank Gaurantteevalid for two year from the date of tender of Nationalised bank in favourof secretary, U.P. STATE ROAD TRANSPORT CORPORATION,LUCKNOW giving reference of the <strong>Tender</strong> Number should besubmitted as EARNEST MONEY along with PRE-QUALIFICATIONTECHNICAL BID. In case of non-receipt of EARNEST MONEY OFRs. 28,87,500/- (Twenty eight lacs eighty seven thousand & fivehundred Only) with PRE-QUALIFICATION TECHNICAL BID,Financial bid shall not be considered for OPENING, EVEN IF THEFIRM IS TECHNICALLY QUALIFIED3.1 The tenderers shall submit <strong>Tender</strong> in two parts i.e.Part-I: Technical Bid shall consist of the Form of <strong>Tender</strong> alongwith General Terms and Conditions, Specifications, Drawings &photographs and all other documents as well as all Technicalinformation required in accordance with the <strong>Tender</strong> <strong>Documents</strong>.Earnest money is to be deposited with technical bid. Prices shallnot be mentioned any where in Part-I.Downloaded fromwww.upsrtc.<strong>com</strong>Part-II: Price Bid shall contain the Price Schedule only in theprescribed format Sheet.All details except for the price shall be furnished in the Technicalbid.3.2 Earnest money deposited with Technical Bid will be forfeited if:-<strong>Tender</strong> is withdrawn within the period of its validity of 12 monthsfrom the date of opening of tender.


4. ADDRESSING TENDER6The Technical & Financial <strong>Tender</strong> should be given in separate envelope superscribing following.(Financial bid should be given separately)FOR “TECHNICAL BID FOR passenger chassis fitted with BS-III DIESELengine DUE ON 23.07.2013 at 16.00 Hrs.”AndFOR “FINCANCIAL BID FOR passenger chassis fitted with BS-III DIESELEngine.”TOTHE CHIEF GENERAL MANAGER (TECH.)UP STATE ROAD TRANSPORT CORPORATIONHEAD QUARTER, LUCKNOW.5. FOR TECHNICAL BIDThe last date for receipt of TENDER (Technical & Financial Bid) is23.07.2013 upto 15.00 Hours <strong>Tender</strong>s should be put in the TENDER BOXPLACED IN THE CHAMBER OF Chief General Manager (Tech.)U.P.S.R.T.C. Lucknow or send by REGISTERED/SPEED POST to reach onthe aforesaid addresse before the schedule date and time.6. PRE BID CONFERENCE :-Pre bid conference with the tenderers will be held on 01.07.2013 at 11.00 hrs.in UPSRTC. Headquarter. Lucknow for any query/clarification about thetender.7. OPENING OF TENDERSThe tenders received will be deposited in the said TENDER BOX. The entiretender's technical bid will be opened on 23.07.2013 at 16.00 hours in thepresence of tenderers or their AUTHORISED REPRSENTATIVE who maywish to be present.8. ACCEPTANCE OF TENDERThe Corporation is not bound to accept the lowest or any tender, neither toassign any reasons for rejection of the tenders. The tenderers on his part arebound by his offer.9. EARNEST MONEY OF UNSCUCESSFUL TENDERSEarnest money deposited by the unsuccessful tenderers will be returned assoon as possible after the tender has been finalized.8. DISCHARGE OF TENDER CONDITIONSThe Managing Director reserves the right to reject any tender which does notconfirm to any of the above mentioned instructions or which does not acceptthe conditions laid down by U.P.S.R.T.C.11. PAYMENT TERMS AND SECURITY DEPOSIT:Downloaded fromwww.upsrtc.<strong>com</strong>The tenderers are required to give the acceptance of “45 days credit” paymentterms.12. <strong>Tender</strong> will be opened by the officers of tenders opening <strong>com</strong>mittee on23.07.2013 at 16.00 P.M. <strong>Tender</strong>ers who desire to be present at the time ofopening of the tender may do so either in person or through an authorisedagent with due authority in writing.13. If any tenderer withdraws his tender before expiry of the period referred to inClause No. 1 above. UPSRTC may agree to allow such withdrawal but insuch a case Earnest Money deposited by the tenderer shall be forfeited.


714. If subsequent to the submission of the tender, any tenderer request foralteration or modification to the contents of his tender, which are notacceptable to UPSRTC, then the tender shall be deemed to have beenwithdrawn and clause ‘11’ above will be applicable.15. Correction, if any made by the <strong>Tender</strong>er in the offer must bear date andinitial of the <strong>Tender</strong>er.16. The Managing Director, UPSRTC reserves the right to reject any or all thetenders without assigning any reasons.17. Managing Director, UPSRTC reserves the right to accept the tender in fullor in part quantity in respect of valid tender.UPSRTC also reserves the rights to place purchase order on more than onesource. <strong>Tender</strong>ers should give his acceptance for supply on the eligiblelowest rates. In case the purchase order is placed to more than one source,the quantity shall be distributed as per purchase policy of the Corporation.18. <strong>Tender</strong>s must give with Technical bid detailed showing all dimensions suchas wheelbase, FOB, ROH overall length, etc. All dimensions shouldconform to CMVR/U.P. Motor Vehicle Rules and other relevant rules.Base model should be approved by ARAI Pune. It will be the responsibilityfo the tenderer that there is no problem in registration of the vehicle byUPSRTC.19. <strong>Tender</strong>er should also submit chassis details as per bill of quantity alongwith all standard fitments. Attach ARAI, Pune certificate.20. Passenger chassis fitted with BS-III DIESEL engine offered haveto be Supplied to UPSRTC 20% of the ordered quantity eachmonth after 15 days of the placement of purchase order howeverManaging Director can revise the schedule on mutual aggrement ifthe condition requires so, failing which will attract a penalty of Rs.500/- (Rs. Five Hundred only) per chassis per day. But, ManagingDirector, UPSRTC may condone delay of delivery of passengerchassis fitted with BS-III Diesel engine in case he is satisfied thatreasons provided by the manufacturer are beyond his control.21. All of passenger chassis fitted with BS-III DIESEL engine supplied will besubject to an inspection before being accepted by the Chief GeneralManager (Tech.) or his authorised, consignee/representative of theCorporation.22. In all matters of dispute relating to this <strong>Tender</strong> the decision of theManaging Director, UPSRTC will be final and binding on <strong>Tender</strong>er.23. The contractor shall arrange orientation training at Central TrainingInstitute, UPSRTC at Kanpur for 3 days for Drivers & Technicians in ratioDownloaded fromwww.upsrtc.<strong>com</strong>of 3 to 4 as per number of Diesel chassis purchased. Training will beprovided free of cost as and when required by purchaser during thecurrency of contract.24. Any other condition as per bill of Quantity and Technical Specificationand all Annexure enclosed shall also be treated as condition of tender.25. Any tender that does not contain all the information required accordingto the conditions stated above or deviated from the above conditions onhis own shall be liable for rejection.26. Managing Director, UPSRTC reserves the right to alter any quantity ofChassis.


827. Rates must be quoted in attached price schedule attached anddeposit in separate envelope as mentioned in clause-4 above.28. Supplies of passenger chassis fitted with BS III DIESEL engine willhave to be made F.O.R. destinations/consignee, which in this case willbethe CENTRAL WORKSHOP/ DR. RAM MANOHAR LOHIAWORKSHOP, KANPUR. However the tenderer have to quote ratesF.O.R. workshops and F.O.R. tenderers warehouse separately.29. In case there is a reduction in Government Levies or in cost of RawMaterial the benefit of the same will be passed on to the UPSRTC.30. Definition of Contractor & Purchaser30.1 “Contractor’’ means the person, firm or <strong>com</strong>pany with whom thecontract for the supply is placed and shall be deemed to include thecontractor’s Successors (Approved by the Purchaser), representatives,heirs executors and administrators, as the case may be, unless excludedby the terms of the Contract.30.2 And “Purchaser” means Managing Director, Uttar Pradesh State RoadTransport Corporation Tehri Kothi, Head Quarter, Lucknow-226001 orhis authorized representatives.31.1 Other than Tata Motors & Ashok Leyland any chassis manufacturer hasto quote his rates along with AMC (annual maintenance contract) only.31.2 AMC will be for six year which may be extended for Period as mutuallyagreed upon.31.3 AMC shall be on fixed rate for first three years and thereafter anincrement of 8% per annum shall be allowed to <strong>com</strong>pensate forinflation, increase in labour and spare parts.31.4 Rates per Km for AMC for first three years shall be limited to Rs. 2.80per Km (Rs. Two and paisa eighty only per Km) which has been arrivedupon UPSRTC’S expenditure on maintenance which includes spareparts tyres lubricants and salary of technical staff of its own buses andbased on last years audited financial balance sheet.Downloaded fromwww.upsrtc.<strong>com</strong>31.5 Bidders selected on above criteria has to deposite a security in form ofbank guaranttee from Nationalised bank. This security money shall be10% (Ten Percent) of amount calculated on basis of three years terms, inthis case Five Lacs Kilometer and AMC rate for first three years i.e. Rs.2.80 per Km (Rs.Two and paisa eighty Only per Km) per chassisordered. Based upon these a sum of Rs. 1.4 Lacs (One Lac FortyThousand) per bus security has to be deposited for entire AMC period.31.6 AMC has to be done in UPSRTC Depot.32. <strong>Tender</strong>ers should confirm and Gauranttee that the rates quoted arelowest for similar quantity, specification, terms & conditions and thatthere are no other lower rates or discounts etc., (Excluding Statutoryduties) Quoted to any other STU’s and/or Govt. Depts./Undertaking. Incase of such default the difference shall be recovered from the ordered


9Firm/<strong>Tender</strong>er, after the lower rate quoted in other STU’s knownfrom the date of <strong>Tender</strong>.33. In case of strike or any labour problem or closure of the factory, theContractor will immediately inform of the same to UPSRTC.34. Any legal proceedings arising between the Corporation and thecontractor if it is a must shall be instituted in the Courts situated inLUCKNOW alone and not any where’s in the country.34.1 Any dispute arising out for in connection with this agreement shall bereferred to the sole arbitration of the Managing Director or his nomineenot below the rank of General Manager whose decision shall be finalbinding for both. (Contractor and UPSRTC). Subject to the provision ofArbitration & Conciliation Act 1996 or latest.34.2 <strong>Tender</strong>er is to submit technical details, warranty & Guarantee clause andPrice Schedule only in the form attached with the Technical Bid andshould be duly signed.35. <strong>Tender</strong>er is also required to submit list of all standard fitment suppliedby him along with Chassis.36. CORRUPT OR FRAUDULENT PRACTICESThe tenderer and their respective officers, employees, agents and advisersshall observe the selected standard of ethics during the <strong>Tender</strong> process and subsequentto the issue of the <strong>Tender</strong> and during the subsistence of the Agreement. Not withstanding anything to the contrary contained herein, or in the <strong>Tender</strong>, the Authoritymay reject a Bid, withdraw the <strong>Tender</strong> terminate the Agreement, as the case may be,without being liable in any manner whatsoever to the <strong>Tender</strong>er or Contractor, as thecase may be, if it determines that the <strong>Tender</strong>er or Contractor, as the case may be, has,directly or indirectly or through an agent, engaged in corrupt practice, fraudulentpractice, coercive practice, undesirable practice or restrictive practice in the <strong>Tender</strong>Process. In such an event, the Authority shall be entitled to forfeit and appropriate theEMD or Bid Security, as the case may be, as Damages, without prejudice to any otherright or remedy that may be available to the Authority under this <strong>Tender</strong> Documentand /or the Agreement, or otherwise.Without prejudice to the rights of the Authority under Clause hereinabove andthe rights and remedies which the Authority may have under the <strong>Tender</strong> or theAgreement, or otherwise if a <strong>Tender</strong>er or Contractor, as the case may be, is found bythe Authority to have directly or indirectly or through an agent, engaged or indulgedin any corrupt practice, fraudulent practice, coercive practice, undesirable practice orrestrictive practice during the <strong>Tender</strong> Process, or after the issue of the <strong>Tender</strong> or theexecution of the Agreement, such <strong>Tender</strong>er or Contractor shall not be eligible toparticipate in any tender during a period of 2 (two) years from the date such<strong>Tender</strong>er or Contractor, as the case may be, is found by the Authority to have directlyor indirectly or through an agent, engaged or indulged in any corrupt practice,fraudulent practice, coercive practice, undesirable practice or restrictive practices, asthe case may be.Downloaded fromwww.upsrtc.<strong>com</strong>For the purposes of this clause, the following terms shall have the meaninghereinafter respectively assigned to them:-(i)“Corrupt practice” means (a) The offering, giving, receiving, or soliciting,directly or indirectly, of anything of value to influence the actions of anyperson connected with the <strong>Tender</strong> Process (for avoidance of doubt,offering of employment to or employing or engaging in any mannerwhatsoever, directly or indirectly, any official of the Authority who is or


(ii)(iii)(iv)(v)(vi)(a)(b)(c)(d)(e)10has been associated in anymanner, directly or indirectly,with the <strong>Tender</strong> Process or has dealt with matters concerning theAgreement or arising there from, before or after the execution thereof, atany time prior to the expiry of one year from the date such official resignsor retires from or otherwise ceases to be in the service of the Authority,shall be deemed to constitute influencing the actions of a person connectedwith the <strong>Tender</strong> Process). OrEngaging in any manner whatsoever, whether during the <strong>Tender</strong> Processafter the execution of the Agreement, as the case may be, any person inrespect of any matter relating to the Project or the <strong>Tender</strong> of Agreement,who at any time has been or is a legal, financial or technical adviser of theAuthority in relation to any matter concerning the Project“Fraudulent Practice” means a misrepresentation or omission of facts orsuppression of facts or disclosure of in<strong>com</strong>plete facts, in order to influencethe <strong>Tender</strong> Process.“Coercive Practice” means impairing or harming or threatening to impairor harm, directly or indirectly, any person or properly to influence anyperson’s participation or action in the <strong>Tender</strong> Process.“Undesirable practice” means (i) establishing contact with any personconnected with or employed or engaged by the Authority with theobjective of canvassing, lobbying or in any manner influencing orattempting to influence the <strong>Tender</strong> Process, or (ii) having a Conflict ofInterest, and“Restrictive practice” means forming a cartel or arriving at anyunderstanding or arrangement among <strong>Tender</strong>er with the objective ofrestricting or manipulating a full and fair <strong>com</strong>petition in the <strong>Tender</strong>Process.The <strong>Tender</strong>er shall submit an affidavit as per Annexure-2-CConvicted of a cognizable offence by any Court of law with imprisonmentfor a term exceeding one year, orImposed a penalty of rupees one crore or more for violation of theprovisions of the Foreign Exchange Regulation Act, 1973 (46 of 1973)(since repealed) or the Foreign Exchange Management Act, 1999 (42 of1999), orDownloaded fromwww.upsrtc.<strong>com</strong>Detained under the National Security Act, 1980 (65 of 1980) or theNarcotic Drugs and Psychotropic Substances Act, 1985 (61 of 1985), orAdjudged guilty by the Stock Exchange Board of India or any other suchFinancial Regulatory Boards or Tribunals or Agencies, orFound to be associated in any manner with an organized crime syndicateor its associate or with any Association declared unlawful under theUnlawful Activities (Prevention) Act, 1967 (37 of 1967) or any other lawfor the time being in force, or(f)Found to be connected with activities prejudicial to the National Security,is not considered for selection as vendor for supply of New Tyre sets.


1137. DISQUALIFICATIONSEven through the <strong>Tender</strong>er meets the pre-qualifying Criteria, they could bedisqualified if they have:37.1 Made misleading or false representations in the forms, statements andattachments submitted in proof of the qualification requirements.37.2 If it is found that <strong>Tender</strong>er’s any previous contract any where was cancelledfor his default in last three years.37.3 Failed to provide any clarifications related thereto.37.4 Where the <strong>Tender</strong>er has already submitted the <strong>Tender</strong> Document and is amember of a entity which has already submitted the technical bid/tenderdocument or vice versa.37.5 If any member of a Entity is replaced or withdraws, except without prior writtenpermission of UPSRTC at any stage.37.6 If any such information which would have entitled UPSRTC to reject ordisqualify the <strong>Tender</strong>er, be<strong>com</strong>es known after the bidder has been pre-qualified.UPSRTC reserves the right to cancel the pre-qualification of the <strong>Tender</strong>er atany later stage, without assigning any reason thereof.37.7 Where the applicant is a Joint Venture/ Partnership firm or an entity of similarnature, UPSRTC may disqualify . The entire entity for any of the reasons setout above, even if it applies in respect of only one member of the Entity.37.8 <strong>Tender</strong>er who canvass or attempt to influence the pre/post-qualification orselection process shall necessarily be disqualified from the process at any stage.37.9 Any entity which has been barred by Government of India/any StateGovernment or any of its agencies from participating in tendering or otherwiseand the bar subsists as on the technical bid submission date, would not beeligible to submit any technical bid document. Any <strong>Tender</strong>er who has earlierdefaulted in payment to UPSRTC or has been associated as director or owner orsignatory of such firm/<strong>com</strong>pany shall not be eligible to participate in process. Anotarized affidavit to this effect shall have to be furnished by all <strong>Tender</strong>erirrespective of their legal status.38.a UPSRTC reserves the right to Place the purchase order on more than onesource. The quantity shall be distributed as per the purchase policy of the corporationas below.Sl. Rate difference Bifercation of Qty. to be Purchased in %1 NIL 50:502 >0 to 5%< 60:403 >5 to 10%< 70:304 >10 to 20%< 80:205 >20% 90:10Downloaded fromwww.upsrtc.<strong>com</strong>In case of 3 source of supply the %age for 1 st Lowest firm will remain thesame as calculated as per above policy and the distribution amoug 2 nd and 3rd lowestfirm shall be made from the balance qty. as per policy given above.38b. Other than Tata & Leyland any new tenderer will be awarded maximum 20%of the tendered quantity subject to the minimum of 50 Chassis per firm dependingupon its position in price bid that is L-1, L-2 or L-3. The remaining quantity of thetender will be distributed as per clause 38a.SINGNATURE OF TENDERER(WITH STAMP)SIGNATURE OFCHIEF GENERAL MANAGER(TECH)(WITH STAMP)


12BILL OF QUANTITYU.P. STATE ROAD TRANSPORT CORPORATIONPARIVAHAN NIGAM MUKHYALAYATEHRI KOTHI, LUCKNOW.Bill of quantity of <strong>Tender</strong> Passenger Chassis fitted with BS-III Diesel engine:Purchase of <strong>Tender</strong> Form dt. 24.06.2013 to 23.07.2013 upto 13.00 PMPre-Bid conference is scheduled on 01.07.2013 at 11.00 AM.Last date for submission of <strong>Tender</strong> Form is dt. 23.07.2013 at 15.00 hrs.Date of opening of Technical bid is dt. 23.07.2013 at 16.00 hrs.Sr. DETAILS OF ITEMNo.1- Passenger chassis with minimum wheelbase 5334MM,BS-ІІI Turbo charges with front Diesel Engine OutputRange minimum 100 H.P. 6 Cylinder Synchromeshgear box, tyre 9.00x20-14/16PR Power steering andwithout passenger cowl.QUANTITY500 Nos.Note: All Chassis should have 60% ROH. and should be with all standardfitment including <strong>com</strong>pulsory items such as Easy Ride Seat, SevenWheels with Tyre assembly with Spare Wheel carrier, Tool kit<strong>com</strong>prises of Hydraulic Jack, Wheel Brace, Tommy bar etc.Downloaded fromwww.upsrtc.<strong>com</strong>


PRE-QUALIFICATION QUESTIONNIER FOR BS-III NORMS CHASSIS13The Technical-Bid pre-qualifications of <strong>Tender</strong>er shall be judged with regard tofollowing points which is mandatory, In case of not meeting these points withsupporting document the tender may be disqualified.1. The firm should be registered chassis manufacturer. Please furnish certificateof Incorporation/Registration issued by the department of Industries andCommerce/Registrar of <strong>com</strong>panies.2. The chassis provided by <strong>Tender</strong>er should have minimum 5334 MM wheelbase.3. The chassis provided by <strong>Tender</strong>er should be fitted with front TC Cumminsengine in case of Tata, “H” series Hino Turbocharged engine in case ofLeyland and for others the Engine shall have a 6 cylinder, vertical, directinjection, <strong>com</strong>pression ignition, turbo charged, water cooled, four strokes runon Appropriate Diesel Oil conforming to BS-III emission norms only.4. The chassis provided by <strong>Tender</strong>er should be fitted with engine having OutPut Range minimum 100 HP BS-III.5. The chassis provided by <strong>Tender</strong>er should be fitted with synchromesh gear Boxonly.6. The chassis provided by <strong>Tender</strong>er should be fitted with Power Steering only.7. The tenderer should provide photographs of passenger chassis without cowl.8. The chassis provided by <strong>Tender</strong>er should be fitted with following tyre size9.00X20-14PR/16PR nylon.9. The model offered in the tender should have the approval of ARAI, Pune. orSuch Equivalent approved Agency Of Government Of India The copy of theTest certificate issued by the ARAI should be submitted <strong>com</strong>plete with detailsof vehicle dimensions, technical specifications of vehicle.( Attachment OfCertificate Mandatory Of Qualification )10. Bidder should conform adequate availability of spare parts in India and aftersales services for buses offered in bid attach list.Downloaded fromwww.upsrtc.<strong>com</strong>11. Bidder shall furnish the information on past supplies and their satisfactoryperformance, to Govt. Departments/STU’s. Attach proof of purchases.12. To safeguard the interest of corporation, The firm should quote for supplyingminimium 50% chassis of the tendered quantity within the delivery period.13. Other than Tata Motors & Ashok Leyland any chassis manufacturer has toquote his rates along with AMC (annual maintenance contract) only.14. At the time of decision of technical bid past performance will be taken intoconsideration.


14ANNEXURE-1-aTechnical specification of Diesel Chassis Wheel base Minimum 5334 (BS-III NORMS)ENGINEModelTypeBore/Stroke-mmNo. of CylinderDisplacementMax engine output in HPMax. torqueCLUTCHModelTypeNo. of gearsGear ratioFRONT AXLEREAR AXLERatioSTEERINGTypeSUSPENSIONTypeShock absorbersBRAKESService brakesParking brakeTypeEngine exhaust brakeWHEELS & TYRESWheelsTyresNo. of Wheels with spareELECTRICAL SYSTEMSystem VotageBatteryFUEL TANKPerformanceGeared speed in top gear with rear axleMax. climbing capacity Ist gear with standardgear axleMinimum turning circle dia in mmMinimum turning clearance circle in mm.Downloaded fromwww.upsrtc.<strong>com</strong>MAJOR DIMENSION(for Chassis in mm)WheelbaseFront overhangRear overhangOverall lengthFront trackRear trackMin. ground clearanceMin turning circle radius.


15ANNEXURE-1-bLIFE GURANTEE/WARRANTY OF THE BUS AGGREGATES ACCEPTED BY VEHICLEMANUFUCTURERS FOR DIESEL CHASSIS WHEEL BASE MINIMUM 5334 MM (BS-III Norms)Sl.No.Item Guarantee Warranty1 Engine2 Oil Filter3 Air Filter4 Gear Box5 Clutch6 Front Axle7 Rear Axle8 Steering9 Suspension10 Battery11 Alternator12 Self13 OthersIn kms. In months In kms. In monthsLIST OF COMPULSORY ITEMS ( FOR BS-III NORMS CHASSIS)ANNEXURE-1-cSN ITEMS quantity To be supplied with chassis1 Easy Ride Seat yes2 Spare Wheel Career with spare wheel & rim yes3 Hydraulic jack 8 ton yes4 Wheel Brace yes5 Tommy Bar yes6 Driver safety belt kit yesNote: All <strong>com</strong>pulsory items have to be given otherwise tender will not be considered.List of other items given with chassisSN ITEMS YES/NO QTY REASON IF NO1 Wiper motor2 Kit wiper motor accessories3 Wheel Choke4 Assy link rod (wiper motor to wheel box )5 Wiper arm6 Wiper blade7 CMVR Kit give details of items in the kitwith quantity of each items8 Rear view mirror with bracket9 Tool Kit give details of items in the kit withquantity of each items10 Tool Kit give details of items with qty11 First aid kit12 Kit for spare bulb13 Assy bracket top (Driver seat Belt)14 Noise shield15 Mirror LH/RHDownloaded fromwww.upsrtc.<strong>com</strong>


16PART-IIFINANCIAL BIDDownloaded fromwww.upsrtc.<strong>com</strong>


17PRICE SCHEDULE (BS-III Norms)ANNEXURE-2-aSr.No.ABCDEFGHIJLDESCRIPTIONBasic price of each Chassis FOR DestinationUPSRTC Workshops KanpurDiscount on ANett basis priceExcise duty as applicable on AAutomobile cess as applicable on DEducation cess as applicable on DAddl. Excise duty onChassisas applicableTotal price(C+D+E+F+G)Discount if anyVat As ApplicableNett priceCERTIFICATEPASSENGER CHASSISDIESEL WHEEL BASEMINIMUM 5334mm(BS-III Norms)This is to certify that rates quoted above are lowest and that no other lowerrate or discount etc than this is quoted to any other STU’s and/or governmentDepts. /Undertaking. In case of such default the difference shall be recoveredfrom us from the date of <strong>Tender</strong> (Excluding Statutory Duties).Downloaded fromwww.upsrtc.<strong>com</strong>Signature & Seal of <strong>Tender</strong>er


18PRICE SCHEDULE (BS-III Norms)ANNEXURE-2-bSr.No.ABCDEFGHIJKDESCRIPTIONBasic price of each Chassis FOR YOURWarehousesDiscount on ANett basis priceExcise duty as applicable on AAutomobile cess as applicable on DEducation cess as applicableon DAddl. Excise duty onChassisas applicableTotal price(C+D+E+F+G)Discount if anyVat As ApplicableNett priceCERTIFICATEPASSENGER CHASSISDIESEL WHEEL BASEMINIMUM 5334mm(BS III Norms)This is to certify that rates quoted above are lowest and that no other lower rateor discount etc than this is quoted to any other STU’s and/or government Depts./Undertaking. In case of such default the difference shall be recovered from usfrom the date of <strong>Tender</strong> (Excluding Statutory Duties).Downloaded fromwww.upsrtc.<strong>com</strong>Signature & Seal of <strong>Tender</strong>er


19AFFIDAVITANNEXURE-2-CANNEXURE-2-CBefore the Authority,1. I……………………aged about…………..son of………………residentof…………..do hereby solemnly affirm and state on oath as under.2. That I have been duly authorized to swear this affidavit on behalf ofM/s……………………………………..3. That Bidder or any of its Directors have not been:-(i) Convicted of a cognizable offence by any Court of law withimprisonment for a term exceeding one year, or(ii) Imposed a penalty of rupees one crore or more for violation of theprovisions of the Foreign Exchange Regulation Act. 1973 (46 of 1973)(since repealed) or the Foreign Exchange Management Act. 1999 (42 of1999), or(iii) Detained under the National Security Act. 1980 (65 of 1980) or theNarcotic Drugs and Psychotropic Substances Act. 1985 (61 of 1985), or(iv) Adjudged guilty by the Stock Exchange Board of India or any otherFinancial Regulatory Boards or Tribunals or Agencies, or(v) Found to be associated in any manner with an organized crimesyndicate or its associate or with any Association declared unlawfulActivities (Prevention) Act. 1967 (37 of 1967) or any other law for thetime being in force, or(vi) Found to be connected with activities prejudicial to the NationalSecurity.4. That all the statements made or information supplied in the Bid document aretrue and correct.5. I, the Bidder understand and agree that I will not be considered for selection asmanufacturer or vendor for supply of New Tyre Sets if any of the aboveundertakings are found to be false or incorrect.Verification__________________________DeponentDownloaded fromwww.upsrtc.<strong>com</strong>I, the above named_______________________________do hereby verify on oaththat the contents of paras 1 to 5 of my above affidavit are true and correct to mypersonal knowledge. Nothing has been concealed there from and no part of it isfalse. So help me god.__________________________DeponentDate…………………To be given on Non-judicial stamp paper of Rs. 10.00 duly attested by public notary.SIGNATURE & STAMP OF BIDDER


216. This guarantee valid for a period of ……………….………(Duration in calendar months infigures and words) from the date of signing. (The initial period for which this Guarantee will be validmust be for at least six (6) months longer than the anticipated expiry date of Guarantee period as statedin “general terms and conditions“. We undertake not to revoke this guarantee during its currencywithout the written consent of the purchaser.7- At any time during the period in which this Guarantee is still valid, if the Purchaser agreesto grant a time extension to the Supplier or if the Supplier fails to <strong>com</strong>plete the works within thetime of <strong>com</strong>pletion as stated in this <strong>Tender</strong>, or tails to discharge himself of the liability ordamages or debts as stated under Para 5, above, it is understood that the Bank will extend thisGuarantee under the same conditions for the required time on demand by the Purchaser and at thecost of the Supplier.8- The guarantee herein before contained shall not be affected by any change in theconstitution of the bank are of the Supplier.9- The neglect or forbearance of the Purchaser in enforcement of payment of any moneys,the payment whereof is intended to be hereby secured or the giving of time by thepurchaser for the payment hereof shall in no way relieve the bank of their liability underthis deed.10- The Expression “the purchaser”. “The bank” And “The Supplier” hereinbefore used shallinclude their respective successor and assignees.In witness whereof I/we of the bank have signed and sealed this guarantee on the_________________________ day of ____________ 2013_____ being herewith duly authorized.Signed, sealed and deliveredFor and on behalf of the bankBy the above named_____________In the presence ofWITNESS 1.WITNESS 2.SignatureNameAddressFor and eth behalf of the _____________ bankSignature of authorized Bank officialName:Designation/Authority No.Stamp/ Seal of the BankDownloaded fromwww.upsrtc.<strong>com</strong>SignatureNameAddress

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

Saved successfully!

Ooh no, something went wrong!