0% found this document useful (0 votes)
27 views75 pages

AMC Tender for Road Vacuum Sweepers

The Ahmedabad Municipal Corporation is inviting bids for the supply, delivery, testing, commissioning, and maintenance of 15 truck-mounted road vacuum sweeper machines for municipal solid waste management under the Swachha Bharat Mission. The last date for online submission of the tender is January 28, 2019, with a tender fee of Rs. 18,000 and an Earnest Money Deposit (EMD) of Rs. 1,18,00,000. A pre-bid meeting is scheduled for January 16, 2019, and the technical bid will be opened on January 30, 2019.

Uploaded by

Riddhish kiyada
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
27 views75 pages

AMC Tender for Road Vacuum Sweepers

The Ahmedabad Municipal Corporation is inviting bids for the supply, delivery, testing, commissioning, and maintenance of 15 truck-mounted road vacuum sweeper machines for municipal solid waste management under the Swachha Bharat Mission. The last date for online submission of the tender is January 28, 2019, with a tender fee of Rs. 18,000 and an Earnest Money Deposit (EMD) of Rs. 1,18,00,000. A pre-bid meeting is scheduled for January 16, 2019, and the technical bid will be opened on January 30, 2019.

Uploaded by

Riddhish kiyada
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

AHMEDABAD MUNICIPAL CORPORATION

CENTRAL WORKSHOP

e ‐ Tender No. 70 / 2018‐19

Bid Documents For


S UP PL Y, DELIVERY, T E S TI N G , C OMM IS SI O NI NG &
C OMP R EHE N SIV E OP E RA TI ON A ND MA IN TENANCE CONTRAC T
F O R 5 (FIVE) YEARS O F TRUCK MOU NTED ROAD VACCUM
S WE EP E R M AC H IN ES ‐ 15 NO S. FOR MUNICIPAL SOLID WASTE
MANAGEMENT UNDER SWACHHA BHARAT MISSION

Information to tenderer
1. Last Date for online submission of e – Tender 28‐01‐2019 up to 18.00 Hrs
2. Physical submission of EMD, Tender fee and 29‐01‐2019 up to 16.00 Hrs
other documents.
3. Pre bid Meeting It will be held on 16‐01‐2019 at 12.15 pm at
Central Workshop , Ahmedabad Municipal
Corporation , Opp. Sahakari Lathi bazar,
Nr. S.T. Bus Stop, Jagnnathji road,
Jamalpur, Ahmedabad ‐ 380 022.
3. Opening of online Technical Bid 30‐01‐2019 11.00 Hrs onwards
4. Opening of Price Bid Will be intimated to technically qualified
bidders
5. Bid Validity 120 Days
6. Tender Fee Rs. 18,000/‐
7. EMD Rs.1,18,00,000/‐
ISSUING OFFICE:

Joint Director (Mechanical)


Central Workshop
Ahmedabad Municipal Corporation
Opp. Sahakari lati bazaar, Jagannathji road.
Ahmedabad. 380 022.
Ph. 7819862810 / 2539 1904 – 06

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 -1-


1.0 TENDER NOTICE
1. Tender No: 70 / 2018‐19
2 Last date for Online tender
28‐01‐2019 up to 18.00 Hrs,
submission and time
3 Date of Tender Opening
(Technical bid) 30‐01‐2019 11.00 Hrs onwards

4 Name of the work SUPPLY,DELIVERY, TESTING, COMMISSIONING &


COMPREHENSIVE OPERATION AND MAINTENANCE
CONTRACT FOR 5 (FIVE) YEARS OF TRUCK
MOUNTED ROAD VACCUM SWEEPER MACHINES‐ 15
N O S . FOR MUNICIPAL SOLID WASTE MANAGEMENT UNDER
SWACHHA BHARAT MISSION

5 Tender fees Rs. 18,000/‐ (Rs. Eighteen Thousand Only); to be submitted in


(Non Refundable) the form of D.D. / P.O. / BG. favour of Municipal Commissioner
, Ahmedabad of any Nationalized Bank/Schedule bank/Banks
mentioned in AMC circular and payable at Ahmedabad; On
Date 29‐01‐2019 up to 16.00 Hrs To be submitted to the Office of
Joint Director (Mechanical), Central Workshop, Ahmedabad
Municipal Corporation, Opp. Sahakari Lati Bazar, Nr. S.T.Bus
stop, Jaggannathji Road. Jamalpur. Ahmedabad ‐380022
6 E.M.D. Rs.1,18,00,000/‐ (Rs. One Crore Eighteen Lakhs Only); to be
submitted in the form of D.D. / P.O. / BG. in favour of Municipal
Commissioner , Ahmedabad of any Nationalized Bank/Schedule
bank/Banks mentioned in AMC circular and payable at
Ahmedabad; on Date 29‐01‐2019 up to 16.00 Hrs to the Office of
Joint Director (Mechanical), Central Workshop, Ahmedabad
Municipal Corporation, Opp. Sahakari Lati Bazar, Nr. S.T. Bus
stop, Jaggannathji Road. Jamalpur. Ahmedabad ‐380022

7 Pre bid Meeting It will be held on 16‐01‐2019 at 12.15 pm at Central Workshop ,


Ahmedabad Municipal Corporation , Opp. Sahakari Lathi bazar,
Nr. S.T. Bus Stop, Jagnnathji road, Jamalpur, Ahmedabad ‐ 380
022.
8 Time Limit For Supply As per tender documents.

9 General Condition As per tender documents.

10 Performance Security As per tender documents.


Deposit
11 Mode of Sending The By Hand delivery / Registered A.D. or Speed Post / Courier
Tender Fee, EMD etc. addressed to, Office of Joint Director (Mechanical), Central
Relevant Documents Workshop, Ahmedabad Municipal Corporation, Opp. Sahakari
Lati Bazar, Nr. S.T.Bus stop, Jaggannathji Road. Jamalpur.
Ahmedabad ‐380022.

Seal and Signature of the Bidder & Date: Joint Director Mechanical)
Ahmedabad Municipal Corporation

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 -2-


1.0 TENDER NOTICE
S UP PL Y, D E LI VE R Y, T E S TI N G , C OMM IS SI ON IN G &
C OMP R EHE N SIV E OP E RA TI ON AND MA IN TENANCE C ONTR AC T
F O R 5 ( FI VE ) YEAR S OF TR UCK MO UN TED R OA D VACCUM
S WE EP E R M AC HI NE S‐ 15 NO S. FOR MUNICIPAL SOLID WASTE
MANAGEMENT UNDER SWACHHA BHARAT MISSION

1. The Municipal Commissioner, Ahmedabad Municipal Corporation, invites detailed


bid from interested parties for the Su pp ly, Deli very , Testing,
Commi s sioning & Compre hensi ve Ope ration An d Maintena nce
Cont ract For 5 ( Five) Years O f Truck M oun t e d Road Va ccu m
Sweepe r Ma ch ine s‐ 15 No s. For Municipal Solid Waste Management Under
Swachha Bharat Mission

2. Sealed tenders, for the above work are invited from the bidders. The bidders shall be
a single entity / JV / MOU / Consortium / association etc., bidding for the Project.
Detailed PQ criteria are mentioned in tender. All necessary documentary evidence
shall be submitted along with the tender.

GENERAL DETAILS OF WORKS

Name of work: Tender for S up pl y, Deli very, Testing, Co mmi s sioni ng &
Compre hensi ve Operation And Maintenance Contract Fo r 5 ( Five)
Years O f Truck M ou nt e d Road Vaccu m Sweepe r Ma ch ine s‐ 15 N o s .
For Municipal Solid Waste Management Under Swachha Bharat Mission

Tender Fee (Non‐refundable) Rs 18,000/‐

Earnest Money Deposit (EMD) Rs 1,18,00,000/‐

Last date of submission of online bid 28‐01‐2019 up to 18.00 Hrs. through E tendering
only,

Address for submission of the Tender fee, EMD and supporting tender documents
(if any):
Joint Director (Mechanical),
Central Workshop,
Ahmedabad Municipal Corporation,
Opp. Sahakari Lati Bazar, Nr. S.T.Bus stop,
Jaggannathji Road. Jamalpur. Ahmedabad ‐380022

Bid (Technical) Opening Date 30‐01‐2019 at 11.00 hrs onwards.

DOWNLOAD OF TENDER DOCUMENT

The tender document for these work are available on website


www.ahmedabadcity.gov.in or https://amc.nprocure.com

The bidder shall pay the Tender Fee to the Ahmedabad Municipal Corporation and
shall have to attach the Demand draft / Pay order issued by any Nationalized
Bank/Schedule bank/Banks mentioned in AMC circular, in favour of Municipal

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 -3-


Commissioner, payable at Ahmedabad shall be attached with the Pre‐qualification
Document.

EARNEST MONEY DEPOSIT

The aforesaid BID must be accompanied by the EARNEST MONEY DEPOSIT as


specified in ‘General Details of Work’ section above. The Bid Security shall be in form
of a crossed demand draft / pay orders in favour of “The Municipal Commissioner;
Ahmedabad Municipal Corporation of any Nationalized Bank/Schedule bank/Banks
mentioned in AMC circular and payable at Ahmedabad

SUBMISSION OF TENDER

The completed Tender document shall be submitted at the following address & price
bid through online only.

Tender copy must be accompanied by EMD in the form of Demand draft/ Pay order
of Nationalized Bank/Schedule bank/Banks mentioned in AMC circular only in
favour of Municipal Commissioner, Ahmedabad. The tenders not submitted in line
with the tender clauses and without Tender fee and EMD in the form specified, will
be out rightly rejected. The Technical bid of only those bidders will be evaluated who
have remitted tender fees and submitted EMD.

OPENING OF TENDER

The Technical bid of package will be opened as mentioned in ‘General Detail of


Work’ Section above, if there is any change, same will be conveyed to tenderers.
Intending bidders or their authorized representative who wish to participate in
tender opening can remain present on the due date and time. Price Bids / Financial
bids of only those bidders will be opened, who are successful in the qualification
Criteria and the Technical Evaluation. The date for price bid opening shall be
informed to the successful bidders at a later date after evaluation of technical bids.

‐ Tender (a complete set of bidding document) fee shall be Rs.18,000/‐ in the form of
Demand Draft/ Pay Order from any Nationalized Bank/Schedule bank/Banks
mentioned in AMC circular in favour of MUNICIPAL COMMISSIONER,
Ahmedabad, payable at Ahmedabad, which shall be non refundable. The fees shall
be paid on 29‐01‐2019 up to 16.00 Hrs to the Office of Joint Director (Mechanical),
Central Workshop, and AMC. Ahmedabad.

‐ The tenders are uploaded on AMC’s website www.ahmedabadcity.gov.in or


https://amc.nprocure.com.

‐ Interested Bidders fulfilling the qualifying criteria shall fill online tender on https : //
amc.nprocure.com up to 28‐01‐2019 up to 18.00 Hrs, tender fees as mentioned above
shall be paid by the bidder on 29‐01‐2019 up to 16.00 Hrs to Office of Joint Director
(Mechanical), Central Workshop, AMC. Ahmedabad.

‐ All bids must be accompanied by Bid Security of the amount specified for the Works
in the above Table payable at Ahmedabad and drawn in favour of AHMEDABAD
MUNICIPAL CORPORATION, Ahmedabad. Bid Security will have to be in any one
of the forms as specified in the tender documents.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 -4-


‐ All Relevant supporting Documents of Bids must be delivered to Office of Joint
Director (Mechanical), Central Workshop, Ahmedabad Municipal Corporation, Opp.
Sahakari Lati Bazar, Nr. S.T.Bus stop, Jaggannathji Road. Jamalpur. Ahmedabad ‐
380022 on 29‐01‐2019 up to 16.00 Hrs.

‐ Information for online participation

Internet site address for e‐Tendering activities will be https://amc.nprocure.com

Interested bidders can view detailed tender notice and download tender documents
from the above mentioned website.

Bidders who wish to participate in online tender have to register with the website
through the “New User Registration” link provided on the home page. Bidder will
create login id & password on their own in registration process.

Bidders who wish to participate in this tender need to procure Digital Certificate as
per Information Technology Act‐2000 using that they can digitally sign their
electronic bids. Bidders can procure the same from any of the CCA approved
certifying agencies, or they may contact (n) code Solution at below mentioned
address and they will assist them in procuring the same. Bidders who already have a
valid Digital Certificate need not to procure the same. In case bidders need any
clarification regarding online participation, they can contact

M/S (n) code Solution 301, G.N.F.C. Info Tower, Near Grand Bhagwati Hotel,
Ahmedabad 380015, India. Tel: +91 79 26857316 / +91 79 26857317/ Tel: +91 79
26857318

E‐Mail:URL: https://amc.nprocure.com.

Bidders who wish to participate in e‐Tender need to fill data in predefined forms of
tender fee, EMD, PQ (Technical) or experience details and Price bid only.

Bidder should upload scan copies of reference documents in support of their


eligibility of the bid.

After filling data in predefined forms bidders need to click on final submission link to
submit their encrypted bid. Bidder should also submit Document Fees, EMD,
Technical bid document (those which are not uploaded) & Reference Documents in
hard copy to the department.

GENERAL INSTRUCTIONS

1. The cost of Bid document i.e. tender fees will not be refunded under any
circumstances.

2. EMD in the form specified in Bid document only shall be accepted.

3. The offer shall be valid for 120 days from the date of opening of Technical Bid.

4. Tender offers without tender fees, Earnest Money Deposit (EMD) and which do not
fulfil all or any of the condition or submitted incomplete in any respect will be
rejected.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 -5-


5. Conditional tender shall not be accepted. Municipal Commissioner, Ahmedabad
reserves the right to accept or reject such tenders without assigning any reason
thereof.
6. Tenderers should carefully fill in the rates against the items mentioned in the
schedule and scrutinize them before submitting the tender. Any variation in rates etc.
will not be allowed on any ground such as mistake or misunderstanding etc. after the
tender has been recommended or accepted.
7. The tenderers shall have to necessarily quote the rate for supply, services &/or work
asked for in the tender and in E price bid only.
8. Tenderers shall have his registered office with telephone. Tenderer having experience
in similar works and good track record shall be given preference while considering
the tenders. Tenderers shall furnish the date on which the firm was established, the
names of all the partners constituting the firm with their residential addresses and
experience in similar works. Tenderers having telephones at the residence of the
proprietor shall state the same in the tender.
9. Municipal Commissioner decision will be final and abiding to all for accepting or
rejecting and any interpretation of terms of the tender.
10 In case the tenderers will try to do any type of corrupt procedure like writing letters /
e‐mails /phone calls / Personal visits to the officers of the Municipal Corporation or
any one after prize bid open will be liable for punishment procedure
11. As per the Bombay Stamp Rules Act 1958, Appendix 1, Article 5, the successful
bidder shall enter in to an Agreement with the Corporation on Rs. 100 Stamp Paper.
12. Bidders shall submit necessary registration certificate like GST number registration
copy & any other if required for execution of such work as per government rules
along with tender document.
13. If required tenderer may visit at our Municipal Central Workshop & Zonal SWM
Dept. for general idea of working and requirements of Truck Mou nted Roa d
va ccum Sweepe r Mach ine s with prior appointment.

Municipal Commissioner, Ahmedabad reserves the right to accept or reject any or all
tenders without assigning any reason thereof. This Tender notice shall form a part of
contract document. The tenderers are advised to read carefully the “Instructions to
suppliers” and “Qualification Criteria” contained in the tender documents.

Contractor’s Sign Joint Director (Mechanical)


With seal Central Workshop.
Ahmedabad Municipal Corporation

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 -6-


INSTRUCTIONS TO SUPPLIERS

1.0 Ahmedabad Municipal Corporation invites tender for Supply, Delivery, Testing,
Commissioning & Comprehensive Operation And Maintenance Contract For 5
(Five) Years Of Truck Mounted Road Vaccum Sweeper Machines‐ 15 Nos. For
Municipal Solid Waste Management Under Swachha Bharat Mission

2.0 The requirement of Supply, Delivery, Testing, Commissioning & Comprehensive


Operation And Maintenance Contract For 5 (Five) Years Of Truck Mounted Road
Vaccum Sweeper Machines‐ 15 Nos. For Municipal Solid Waste Management
Under Swachha Bharat Mission and their detailed technical specifications, scope of
work etc are set out in Appendix 1. Interested and qualified parties, based on
qualification criteria set out in Appendix 2, (Online)are requested to submit
information about bidder and a financial Quotation / price bid in a manner
prescribed in Appendix 3 & 4 (Online). Tenderer has to submit various other
details as per format / details asked for in the Annexure 1 to 7

3.0 Each tenderer shall submit only one (1) Bid for each of the item, in response to this
Tender Document (TD). Any tenderer who submits more than one Bid for the item
will be disqualified.

4.0 Not More than one tender shall be submitted by a contractor or by a firm of
contractors. No two or more concerns in which an individual is interested as a
proprietor and / or a partner & / or director shall submit tender for the execution of
the same work / tender. If they do so all such tender shall be liable to be rejected.
Decision of MC, AMC in this regard will be final & binding to all bidder.

5.0 At any time prior 72 hours to the last date and time of submission of Bids AMC may,
for any reason, whether at its own initiative or in response to clarifications requested
by any supplier, modify the TD by the issuance of Addenda. All interested tenderer
shall have to check the AMC / n procure website. The Bidder shall not transfer the TD
to another interested party. Any reply/changes (if required) , will also be declared on
above website only.

6.0 Prebid Meeting: It will be held on 16‐01‐2019 at 12.15 hrs at CENTRAL WORKSHOP
, AHMEDABAD MUNICIPAL CORPORATION , Opp. Sahakari Lathi bazar, S.T.
Road, Jagnnathji road, Jamalpur, Ahmedabad ‐ 380 022. All interested parties are
advised to attend for any clarifications if they desire.

All interested bidder/s must have to submit their queries/ details for which they seek
clarifications, on or before 15‐01‐2019 ‐ 18.00 hrs through email on
[email protected] or [email protected]. Any query / letter / verbal
communication etc received after that will not be considered.

7.0 Perpetrations of tender document: Tenderer shall carefully examine the tender
documents and fully inform themselves as to all the conditions and matters, which
may in any way effect the work or the cost Should a Tenderer find discrepancies,
error or omission from the specifications or other documents or should he be in doubt
as to their meaning, he should address query to the concerned authority. Any
resulting interpretation of the tender documents (if required) will be issued to all
Tenderers as an addenda corrigendum. Verbal clarification and/or information given
by the Tenderer shall not be binding on the Corporation.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 -7-


8.0 Modification of Documents : Modification of specifications and extension of the
closing date of the tender, will be published on website only. These shall be signed
by tenderer and shall form a part of tender. If required will be made by an addendum
/ corrigendum.
9.0 Addenda: Addenda form part of the contract documents and full consideration shall
be given to all addenda in the preparation, evaluation etc. of tender. Tenderer shall
verify the number of addenda issued, if, any and acknowledge the receipt of all
Addenda in the Tender. Failure to do so may cause the Tender to be rejected.

10.0 The Bid shall remain valid for a period not less than 120 days from the date of
opening of tender i.e. technical bid (bid validity period). AMC reserves the right to
reject any Bid, which does not meet this requirement. In exceptional circumstances,
prior to expiry of the original Application Validity Period, AMC may request
Applicants to extend the Application Validity Period for a specified additional
period. Applicants not extending the Application Validity Period when so requested
would automatically be disqualified.

11.0 Earnest Money Deposit (EMD)

12.0 Each Bid shall be accompanied by EMD of Rs. 1,18,00,000/‐ (Rupees One Crore
Eighteen Lakhs only).

13.0 The EMD shall be in the form of a crossed demand draft / Pay Order / Bank
Guarantee in favour of The banks as per AMC circular, Municipal Commissioner,
Ahmedabad on any Nationalised / Schedule bank / Bank as per AMC circular,
Municipal Commissioner, Ahmedabad on any Nationalised / Schedule bank / Bank
as only, payable at Ahmedabad.

14.0 The EMD shall be forfeited in the following cases:

(a) If the Tenderer withdraws itʹs Bid during the interval between the Bid Due Date and
expiration of the Bid Validity Period.

(b) If the successful Tenderer fails to provide the Performance Security deposit within
the stipulated time or any extension thereof provided by AMC;

15.0 Performance Security Deposit :

16.0 The successful Supplier would be required to submit Supply Performance Security
amounting to 5% of the Supply item Order value for procurement part in the form a
crossed demand draft/ Pay Order / BG in favour of The Municipal Commissioner,
Ahmedabad on any Nationalized Bank/Schedule bank/Banks mentioned in AMC
circular Bank/Schedule bank/Banks mentioned in AMC circular , payable at
Ahmedabad which will be returned back on successful completion of one year
Vehicles warranty period, where as separate O & M contract Performance Security
deposit which shall be submitted (as mentioned in performance security conditions
in detail) before start of actual O & M work ,which will be returned back on
successful completion of O & M Contract period.

17.0 Irrevocable Bank Guarantee issued by a Nationalized Bank/Schedule bank/Banks


mentioned in AMC circular Bank/Schedule bank/Banks mentioned in AMC circular
located in Ahmedabad, India (as per AMC rules) shall also be acceptable.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 -8-


18.0 Formats and Signing of Bid

18.1 The Tenderer would provide all the information as per this TD. AMC would evaluate
only those Bids that are received in the required format and are complete in all
respects. Each Bid shall comprise the following:

(a) Details of the Tenderer in the format set out in Appendix 3‐ Online

(b) Qualification Criteria / Technical bid in the format set out in Appendix 2‐ Online

(c) Financial Quotation/ price bid for Supply, Delivery, Testing, Commissioning &
Comprehensive Operation And Maintenance Contract For 5 (Five) Years Of
Truck Mounted Road Vaccum Sweeper Machines‐ 15 Nos. For Municipal
Solid Waste Management Under Swachha Bharat Mission in the format set out
in Appendix 4 in online format only.

(d) Tenderer has to submit various other details and formats duly self attested and
signed as per Annexure 1 to 7.

(e) Tender fee

(f) The Bidder shall duly sign all the sheets of the Tender Document submitted in
support of their online tender.

(g) EMD

(h) All bidders are requested to upload technical bid documents, however if they found
any difficulty in uploading, they can submit the same in physical with tender
technical bid (EMD, Tender fee etc) supporting documents.

19.0 The bidder shall seal the Tender fee, EMD and relevant Tender Document submitted
in support of their online tender in envelopes, which shall be clearly marked as
Supply, Delivery, Testing, Commissioning & Comprehensive Operation And
Maintenance Contract For 5 (Five) Years Of Truck Mounted Road Vaccum Sweeper
Machines‐ 15 Nos. For Municipal Solid Waste Management Under Swachha Bharat
Mission along with tender number, due date of tender etc.

20.0 The Tender Document submitted in support of their online tender shall be initialled
by an authorized signatory of the Bidder or an Individual, as applicable.

21.0 Sealing and Marking of Bid for submission of Physical Tender supporting
documents:

22.0 The envelope for EMD ‐Tender fee and relevant supporting documents must be
superscribed with the following information:
(a) Name and Address of Tenderer;
Name of work;
Tender due date and time;
Tender Number;

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 -9-


23.0 If the envelope is not sealed and marked as instructed above, AMC assumes no
responsibility for the misplacement or premature opening of the contents of the Bid
submitted and such Bid, may, at the sole discretion of AMC, be rejected.

Tender shall be submitted through E ‐ tendering only. (On line price Bid is
compulsory)

24.0 AMC reserves the right not to respond to any/all queries raised or clarifications
sought if, in their opinion and at their sole discretion, they consider that it would be
inappropriate to do so or do not find any merit in it. The response to the queries shall
be uploaded only (if found appropriate and required) on www. amc.nprocure.com &
AMC website.

25.0 Bid Due Date : As mentioned in tender.

26.0 Bids should be submitted online before 18.00 hours IST on 28‐01‐2019, in the manner
and form as detailed in this PD. Bid submitted by either Hard copy (not as per format
in TD), facsimile transmission or telex or email or in person will not be accepted and
such tender/s will be rejected.

27.0 AMC may, in exceptional circumstances, and at its sole discretion, extend the above
Bid Due Date by issuing an Addendum / corrigendum.

28.0 Opening of Bids and Clarifications

All information must be typed or hand written legibly in English language. All pages
of the pre‐qualification document must be initialled by the applicant. All corrections,
erasures or overwriting, therein, must be initialled by Applicant.

29.0 Technical bid will be opened on 29‐01‐2019 11.00 hrs onwards. AMC would open the
Bids possibly on Bid Opening Date as mentioned above in the ‘General Description
of Work’ for the purpose of evaluation, if there is any change , same will be
intimated to tenderer.

30.0 AMC reserves the right to reject any or all Bids not submitted on time and which
does not contain the information/documents as set out in tender .

31.0 To facilitate evaluation of Bids, AMC may, at its sole discretion, seek clarifications in
writing from any Tenderer regarding its Bid, and can take information from past
purchasers / customers etc as may be required.

32.0 Evaluation
The details given by the applicants in the pre qualification documents will be
evaluated as per qualifying criteria, given in tender. Ahmedabad Municipal
Corporation reserves the right to restrict the list of pre‐qualified applicant to any
number deemed suitable by it. Ahmedabad Municipal Corporation’s decision for
interpretation of any term of pre qualification criteria, pre‐ qualifying the applicants
etc. shall be final and binding to all.

33.0 As part of the evaluation, the Bids shall be checked for responsiveness with the
requirements of the TD and only those Bids, which are found to be responsive, would
be further evaluated in accordance with the criteria, set out in this TD.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 10 -


34.0 The Bid would be considered to be responsive if it meets the following conditions:

(a) It is received /deemed to be received by the Bid Due Date including any extension
thereof.

(b) It is signed, sealed and marked as stipulated in tender.

(c) It contains all the information and documents as requested in the TD.

(d) It contains information in formats specified in this TD.

(e) It mentions the validity period as set out in tender.

(f) It provides information in reasonable detail. (“Reasonable Detail” means that, but for
minor deviations, the information can be reviewed and evaluated by AMC without
communication with the Supplier). AMC reserves the right to determine whether the
information has been provided in reasonable detail.

(g) There are no inconsistencies between the Bid and the supporting documents. A Bid
that is substantially responsive is one that conforms to the preceding requirements
without material deviation or reservation. A material deviation or reservation is one
(i.) which affects in any substantial way, the scope, quality, or performance of the
project, or (ii.) which would affect unfairly the competitive position of other
Tenderer/s presenting substantially responsive Bids.

35.0 AMC reserves the right to reject any Bid, if:

(a) If the tender is incomplete; or

(b) At any time, a material misrepresentation is made or discovered; or

(c) The Supplier does not respond promptly and diligently to requests for supplemental
information required for the evaluation of the Bid.

36.0 In case the Bid is found to be responsive, the Bid would be evaluated in accordance
with the Qualification Criteria as set out in Appendix 2.

37.0 In case the Bid is found to be inadequate, AMC may request the Tenderer for
supplementary informations to the Bid submitted. As part of the evaluation of the
Bid, AMC may also request the Supplier to submit clarifications.

38.0 The Financial Quotations/ Bid of only those Tenderer/s, who meet the Qualification
Criteria, would be opened.

39.0 The Tenderer offering the lowest quotation for the Supply, Delivery, Testing,
Commissioning & Comprehensive Operation And Maintenance Contract For 5
(Five) Years Of Truck Mounted Road Vaccum Sweeper Machines‐ 15 Nos. For
Municipal Solid Waste Management Under Swachha Bharat Mission as per
formula given in tender would be declared as the Preferred Tenderer for the same.

40.0 Tenderer has to submit the technical presentation in support of their technical bid (if
asked by AMC) with all the credentials and salient features of their Vehicles &
proposal to enable the more technical evaluation of the available proposal, if

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 11 -


required AMC can ask the tenderer to show the live working of the Vehicles and
based on the performance, AMC can take the decision for technical evaluation. This
will be binding to all the bidder.

41.0 Even though agency is qualifying all the above criteria but found to be poor in
performance, in the opinion of class‐I officer of AMC and above cadre, his price bid
will not be opened. It is the discretion of Municipal Commissioner or the Tender
Scrutiny Committee to qualify / disqualify the agency or to open / not to open the
price bid of agency.

42.0 AMC may either choose to accept the Quotation of the Preferred Tenderer or invite
him for negotiations.

43.0 In case there are two or more Tenderer quoting the same price, AMC may in such
case call all such Tenderer for negotiations and select the Preferred Tenderer on the
outcome of the negotiations. The selection in such cases shall be at the sole discretion
of AMC.

44.0 In the event of acceptance of the Preferred Tenderer with or without negotiations,
AMC shall declare the Preferred Tenderer as the Successful Tenderer. AMC will
notify the Successful Tenderer through a Letter of Award (LoA) / order that its Bid
has been accepted.

45.0 This work will be considered as rate contract for one Year for SITC cum O & M of
Truck Mounted Road Vaccum Sweeper Machines as per tender requirements and
technical specifications of AMC as per tender conditions; as per PD. Rate sanctioned
will be fixed for entire one year RC (Rate Contract) period from the date of work
order. During this RC period if AMC needs more Sweeping Machine units with O &
M contract; successful bidder has to carry out both SITC & O & M work at the same
approved rates & terms. No price escalation will be given during RC period. Only
change in taxes, duties, govt. levies will be accepted by AMC & consider for
payment. RC period may be extended for further period of One year by mutual
confirmation. Decision of The Municipal Commissioner Shri, AMC will be final &
binding to all. AMC can order for further / extra quantity, if required during entire
RC period.

46.0 Notwithstanding anything contained in this TD, Municipal Commissioner, AMC


reserves the right to accept or reject any quotation, or to annul the bidding process or
reject all quotations, at any time without any liability or any obligation for such
rejection or annulment, without assigning any reasons thereof.

47.0 Notwithstanding above, the MC‐ AMC, at his discretion, may also split the contract,
if require for timely execution of the work among two of more qualified bidders. MC‐
AMC ʹs decision in this regard shall be final. MC‐ AMC also reserves right to award
the Contract to any of the eligible and qualified suitable Bidder. Splitting of work will
be carried out based manufacturing capacity, past work experience of the bidder,
time frame for execution of work etc and this shall be binding to all bidders. Parallel
Rate contract, if required, can also be awarded on above basis and will be binding to
all.

48.0 However, if the AMC decide to put an end to the business relations on breach of any
conditions of the contract no such notice shall be necessary and on event of AMC

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 12 -


decided to put an end to the business relations on breach of any conditions of the
contract no such notice shall be necessary and on event of AMC deciding to terminate
the business, and the R.C. shall stand terminated with immediate effect.

The R.C. can also be terminated by the MC ‐ AMC in the following circumstances:

1) If the firm is debarred or disqualified or ceases to exist or convicted of any


offence.

2) If the quality of the item to be supplied is found not up to the ISI standard /AMC
Specifications (as applicable) and found to be not of standard quality.

3) If supply position of the firm is not satisfactory.

49.0 Whenever under this contract any sum of money is recoverable from the RC Holder
and payable to the MC ‐ AMC, Ahmedabad, or an officer empowered by him shall be
entitled to recover such sum by appropriating in part of whole the Security Deposit
paid by the Contractor, if a security being insufficient or if no security has been taken
from contractor, then the balance of the total sum recoverable as the case may be
deducted from the sum due to the contractor under this or any other contract.

50.0 If any dispute arises about the contract or any terms of contract, Municipal
Commissioner, AMC shall be the sole arbitration and his decision would be final and
binding to all the parties.

51.0 Vehicles shall be inspected / verified by Joint Director (Mechanical) & / or authorized
representative/s of AMC with the specification of AMC (if required) & on approval
same shall be put in working.

52.0 The price escalation or variation clause will not be accepted. Tenderer has to quote
the total price, net including of all taxes & duties etc. and for evaluation and
finalization purpose, the total price will be taken in to consideration. Transportation,
Packing, Forwarding, Insurance charges are included in the indicated price. However
any change in the GST, Govt. statutory levies and taxes etc. will be considered for
payment at actual (for supply and O & M work both) for which contractor will have
to submit necessary documentary proofs as required by department. No other change
will be accepted. For O & M work fuel rate change will be considered as per the
condition and formula given in the tender O & M work part.

53.0 The technical specification and scope of work for Supply, Delivery, Testing,
Commissioning & Comprehensive Operation And Maintenance Contract For 5
(Five) Years Of Truck Mounted Road Vaccum Sweeper Machines‐ 15 Nos. For
Municipal Solid Waste Management Under Swachha Bharat Mission is given in
Appendix 1, however bidder are advice to personally visit the AMC, Central
Workshop & zonal SWM Dept. for better understanding of requirement and working
of Vehicles.

54.0 EXTENSION FOR DELAY.

If the supply is delayed by:

a) Force Majeure.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 13 -


b) Abnormally bad weather, or

c) Serious loss or damage by fire

OR

d) Civil commotion or strike or lock out of their principal workshop.

Any other cause which is beyond the contractorʹs control then upon the happening of
any such event causing delay, the contractor shall immediately inform in writing to
the Dy. M.C. (Central Workshop / SWM) but at the same time his best endeavours to
make good the delay. The Dy. M.C. (Central Workshop / SWM) in such event can
take the final decision regarding the late delivery penalty for such cause.

55.0 The contractor must follow all the rules and regulations pertaining to the work,
labour etc. Contractor shall have to produce Employee labor license and P. F. license
and must follow rules and regulations as amended in law. The expense of having the
license shall be borne by contractor. Contractor has to maintain PF, ESIC, Professional
tax account of their staff. AMC shall not be responsible for the same.

56.0 PAYMENTS DUE FROM CONTRACTOR.

The Municipal Commissioner shall be entitled to recover costs, damages, or expenses


for which under the contract, the contractor is liable to the Ahmedabad Municipal
Corporation from any money due or becoming due to the contractor under the
contract or Municipal Commissioner will have the liberty to recover the amount from
the contractor.

57.0 Payment Terms: ‐

As mentioned in Appendix‐1

58.0 PQ criteria are mentioned in Appendix‐2.

59.0 The MC ‐ AMC shall, in addition to his powers under other clauses to terminate the
contract, have powers to terminate his liability there under of the time by giving one
month’s (or such shorter period as may be mutually agreed) notice in writing to R.C.
holder of his desire to do so and upon expiry of the notice, the contract shall be
terminated without prejudice to the right accrued to the date of the termination.

60.0 Successful bidder has to use all virgin material for fabrication/ manufacturing of the
ordered item/ material and has to submit all necessary proofs like Invoice copies of
material purchased, test reports etc as per AMC requirements.

61.0 Contractor shall make payment to their employee/ workers through bank system
only.

62.0 AMC based on prevailing practice of waste management in the city, can increase /
decrease the work quantum even after award of work & from the running contract at
any time. No compensation for reduction in work will be given in any way. This shall
be binding to the contractor/s.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 14 -


63.0 No Compensation for Alteration in or Restriction of Work If at any time after the
commencement of the work, the Ahmedabad Municipal Corporation shall for any
reason whatsoever not require the whole or part thereof as specified in the tender to
be carried out, the AMC shall give notice in writing of the fact to the contractor, who
shall have no claim to any payment or compensation whatsoever on account of any
profit or advantage which he might have derived from the execution of the work in
full, but which he did not derive in consequence of the full amount of the work not
having been by reason of any alterations having been made in the original
specifications, drawings, designs and instruction which shall not involve any
curtailment of the works as originally contemplated.

64.0 The Municipal Commissioner, Ahmedabad Municipal Corporation reserves the right
to reject all or any of the tender including the lowest tender or part of the tender
which in the judgment of the Municipal Commissioner, Ahmedabad Municipal
Corporation does not appear to be in the best interest of Ahmedabad Municipal
Corporation and the contractor shall have no cause of action or claim against the
Ahmedabad Municipal Corporation, its officers, employees, successors, or assignees
for rejection of his tender

65.0 The activity is under essential service, contractor is not allowed to stop this work at
any point of time. If the contractor fails to start the work on time after issue of work
order, then EMD of the contractor shall be forfeited and if the agency is found to be
poor in performance for carrying out awarded work or Notwithstanding, if
contractor stop / leave the work by his own discretion then performance Security
Deposit of the contractor shall be forfeited and additional expenditure for execution
of remaining work shall be recovered through, if be needed, legal proceeding and
Agency shall be debarred / blacklisted subject to approval of competent authority.

66.0 Tenderer has to submit all the relevant information likes;


¾ Company & Model details for Vehicles quoted
¾ Availability of local service point.
¾ Warranty conditions
¾ Detailed client list to which such type of Vehicles have been supplied by
them.
¾ Details of Technical experience of tenderer (Supply and O & M work)
¾ Performance certificates as per tender requirements.

67.0 Special Conditions


a) The bidder has to make the invoices in the name of AMC.
b) Bidder has to instruct the dealers/ O & M work contractor to render after sale
service for the supplies made, and copy of the same to be enclosed with bid if
service will be provided through dealer network. Even in such circumstances
all liabilities will rest on supplier only.
c) On failure of L1 to show the technical presentation &/or live‐ actual working
performance (if asked by AMC) of the Vehicles for technical approval of bid
his tender will be rejected. AMC can ask the Lowest &/or other qualified
bidder/s to submit the Sample unit for checking / verifying the same with
tender specifications and actual requirement‐ working, before finalizing the

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 15 -


bid. On failure of L1 for approval of sample / execution of order the L2 shall
be invited for negotiation and further formalities (as above) if required.
d) The tenderer shall be fully responsible for taking delivery of Vehicles from
the manufacturer/dealer of Vehicles and in no way any kind of relaxation
will be given if there is any problem with the Vehicles received. The tenderer
should see that the design of equipment should be such that which comply
all prevailing RTO/any other Govt authority norms (if any) in Ahmedabad
city for such type of Vehicles
e) The tenderer must quote for complete job (Supply and O & M). The
tenderer that does not include the complete job as specified in schedule of
tender (specification, scope of work etc.) will be rejected. The successful
bidder shall be responsible for taking timely delivery of Vehicles from
Vehicles supplier if quoted by service provider. The successful bidder shall
be responsible for any fault, shortfall in the Vehicles proposed in the
tender etc or any other requirement which is mandatory for the completion
of successful equipment manufacturing.
f) It will be the responsibility of the tenderer to collect the Vehicles from the
regional sales office/ depot / port / doc etc of the manufacturer & / or their
authorized dealer and transport the same to delivery location. Any charges
applicable for the same shall be included in the tender offer.
g) Tenderer has to design the Vehicles as per the requirements of AMC; keeping
in mind the RTO / other Govt. agencies norms applicable in City of
Ahmedabad for such type of Vehicles and according to the same they have to
supply the fully built unit to AMC, Central workshop. Failure at any part
will be contractorʹs responsibility and will have to bear the cost.
h) The successful tenderer will be fully responsible for the safety and security of
the Vehicles when in their possession during the delivery, testing,
commissioning stage and even during the entire O & M contract period.
i) Tenderer has to quote for Model having latest emission norms BS‐IV. Only
those Model will be consider for evaluation for which any Indian /
International (as per prevailing norms in India for such Vehicles) approval
certificates attached with tender. Decision for selection of model will be taken
by AMC as per the requirements and will be final and binding to all bidders.
j) Necessary design and final approval from RTO / other govt. agencies (as
required) as per latest norms and rules is tenderʹs responsibility. If tenderer is
failed to comply the rules of RTO /other govt. agencies (if any) and submit
the required documents for their supplied Vehicles, same will be rejected by
AMC.

k) If tenderer is/are company who is operating through authorised service


dealer/ service provider then they have to clearly mention the order and
payment modus of operandi for the tender if awarded to them , later on
subletting of the work will not be allowed. Necessary documentary proof/s
shall be attached with the tender.

l) The contractor shall ensure that the supervisors and cleaners are all mentally
stable, and are able to communicate properly. They should not pose any
hazard to the general public. Contractor shall give preference to local Valmiki

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 16 -


Samaj workers for the work. Contractor must have to pay the salary through
banks to the workers, drivers and other workforce regularly and contractor
shall be fully responsible for that.
m) This is subject to the jurisdiction of the competent court of Ahmedabad only.
In case of any claim, dispute of difference arising in respect of a contract, the
cause action thereof shall be deemed to have arisen in Ahmedabad and all
legal proceedings in respect or any such claim, dispute or difference shall be
instituted in a competent court in jurisdiction of Ahmedabad city only.

Contractor ’s Sign Joint Director (Mechanical)


With seal Central Workshop.
Ahmedabad Municipal Corporation

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 17 -


Ahmedabad Municipal Corporation
APPENDIX 1
Supply, Delivery, Testing, Commissioning & Comprehensive Operation And Maintenance
Contract For 5 (Five) Years Of Truck Mounted Road Vaccum Sweeper Machines‐ 15 Nos.
For Municipal Solid Waste Management Under Swachha Bharat Mission
The number of Supply, Delivery, Testing, Commissioning & Comprehensive Operation
And Maintenance Contract For 5 (Five) Years Of Truck Mounted Road Vaccum Sweeper
Machines‐ to be procured are 15 no. However, actual number which will be ordered will be
at the sole discretion of AMC.
Tender Validity period
The Validity period is 120 days from the date of technical bid opening.
Design of unit
Tenderer has to carry out Design of Vehicles on BS ‐ IV chassis as per the latest applicable
norms of RTO and other govt. agencies (as required) in Ahmedabad and Gujarat, keeping in
mind the requirements‐ specifications of AMC; otherwise it will not be accepted.
Procurement period (i.e. Delivery Period)
The total procurement period is 120 (or as per delivery schedule mentioned in supply order)
days. However, delivery period will commence from the date of invoice of chassis to the unit
(rear sweeping unit) manufacturer by chassis supplier. However unit manufacturer must
have to issue complete procurement order (as per the requirement of chassis supplier) to the
chassis supplier immediately within 7 days from the date of receipt of AMC order. Other
wise late delivery will be considered for such delay period.
Delivery Schedule
As per requirement, AMC will give delivery schedule (if delivery required in staggered
manner/delay) to the successful bidder. The price quoted as per Appendix 4, will be valid for
the entire rate contract period, which will be binding to the Tenderer.
Delivery location: Ahmedabad, Gujarat at site specified by AMC
Payment Terms
For Supply part:
(1) For Chassis: 100% of the Chassis payment as per the invoice (as per the approved rate
in the tender) of Chassis manufacturer / dealer will be issued to successful tenderer
on receipt of chassis at fabricatorʹs Factory premise against debit note / invoice and all
supporting documents submission by contractor. Tenderer has to submit necessary
documents as required by department. Chassis Invoice shall be on name of Municipal
Commissioner, AMC, Ahmedabad only.
(2) For supply of equipment (for rear sweeping unit); preferably after satisfactory
Delivery at our central workshop; AMC, preferably within 30 days.
For Operation and Maintenance contract :
Every monthly against satisfactory work, as per certificates of various authorities as
mentioned in the tender.
The Security Deposit for supply part will be paid back only after the completion of
supply warranty period and O & M contract part after successful completion of contract
period without any interest.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 18 -


Transit Insurance
The Supplier is responsible for transit and all other insurances (as / if required) till the tools/
Vehicles and equipment are delivered at the location mentioned in the Procurement Order.
WARRANTY
The Supplier warrants that the Goods supplied under this Contract are new, unused, of the
most recent or current models and those they incorporate all recent improvements in design
and materials unless provided otherwise in the Contract. The Supplier further warrants that
all Goods supplied under this Contract shall have no defect arising from design, materials or
workmanship (except when the design and/or material is required by the Purchaserʹs
Specifications) of from any act or omission of the Supplier, that may develop under normal
use of the supplied Goods in the conditions prevailing in the country of final destination.
This supply warranty shall remain valid for 12 months after the Goods or any portion thereof
as the case may be, have been delivered to and accepted at the final destination indicated in
the Contract or as specifically mentioned in the work order.
The Purchaser shall promptly notify the Supplier in writing of any claims arising under this
warranty. Upon receipt of such notice, the Supplier shall, within 15 days and with all
reasonable speed, repair or replace the defective Goods or parts thereof, without cost to the
Purchaser.
If the Supplier, having been notified, fails to remedy the defect(s) within the period specified
above, the Purchaser may proceed to take such remedial action as may be necessary, at the
Supplierʹs risk and expense and without prejudice to any other rights which the Purchaser
may have against the Supplier under the Contract.
Items supplied by contractor must have minimum warranty of 12 months from the date of
delivery against any manufacturing defects etc.
Tender Evaluation formula for Lowest Bidder:
The decision of lowest rate will be on the basis of sum of rates quoted for Supply part A and

O & M work Part B for all 15(Fifteen) Vehicles.

Total Cost A =Net cost of each machine x 15 Vehicles.

• Cost of O & M work will be calculated on the basis of total 365 days working for 5
(Five) years contract period with following formula:
Rate of tenderer =(0.6 x A) + (0.2 x B) + (0.2 x C)
Where;
A= Rate per 8 Hrs. working shift of O & M work per Vehicle per day Rs.
B= Rate per 12 Hrs. working shift of O & M work per Vehicle per day Rs.
C= Rate per 16 Hrs. working shift of O & M work per Vehicle per day Rs.
Total Cost B = Rate of tenderer x 365 days x 5 (Five) years x 15 Vehicles
Total Cost / COMBINE COST OF A + B =…………..

The tenderer whose total cost/Combine cost (A+B) (based on above formula) found

lowest will be considered as first lowest tenderer.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 19 -


PERFORMANCE SECUTRITY GUARANTEE
for Supply of Vehicles:
As a contract performance security, the contractor shall furnish performance guarantee for
supply part in the form of Bank Guarantee (as per AMC rules) or by Demand draft/ pay order
within 15 days from the date of order for the amount at least 5 % of the ordered amount from
any Nationalized Bank/Schedule bank/Banks mentioned in AMC circular and made payable
to the ʺMunicipal Commissioner, Ahmedabad Municipal Corporationʺ payable at
Ahmedabad. If any delay, necessary action will be taken by AMC and will be binding to
successful tenderer.
The performance guarantee shall be returned to the contractor without any interest on the
successful completion of the warranty period, when the contract ceases to be under any
obligation.
Vehicles supplied by contractor must have warranty of 12 months from the date of delivery
against any manufacturing defects etc.
For O & M contract work:
For Operation and maintenance contract work, Contractor has to submit performance
security deposit which shall be 5% of the one year O & M contract work amount based on
daily 8 hrs working shift approved rate as a contract performance security. This guarantee
(BG) shall be renewed timely (every yearly) till expiry of contract. The contractor shall furnish
performance guarantee in the form of Bank Guarantee (as per AMC rules) or by Demand
draft/ pay order within 15 days from the date of order from any Nationalized Bank/Schedule
bank/Banks mentioned in AMC circular and made payable to the ʺMunicipal Commissioner,
Ahmedabad Municipal Corporationʺ. Payable at Ahmedabad which shall be released after
the successful completion of the contract period, subject to no due certificate from the
Corporation, if any amount is due from the contractor even after adjusting from monthly
bills, the same will be recovered from this amount. If any delay, necessary action will be taken
by AMC and will be binding to successful tenderer.
‐ Forfeiture of Security money: ‐ Security amount in full or part may be forfeited in the
following cases:‐
When any terms and conditions of the contract are breached
(i) When tenderer fails to make complete supply, installation, commissioning and testing of
the equipments/ Vehicles and carry out o & m work satisfactorily as per scope of work
and conditions.
The decision of the Municipal Commissioner, AMC in this regard shall be final.
Force Majeure
Notwithstanding the provisions of tender, the Supplier shall not be liable for forfeiture of its
performance security, liquidated damages or termination for default, if and to the extent that,
its delay in performance or other failure to perform its obligations under the Contract is the
result of an event of Force Majeure.
For purposes of this Clause, ʺForce Majeureʺ means an event beyond the control of the
Supplier and not involving the Supplierʹs fault or negligence and not foreseeable. Such events
may include, but are not limited to, acts of the Purchaser either in its sovereign or contractual
capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight
embargoes.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 20 -


If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing
of such conditions and the cause thereof. Unless otherwise directed by the Purchaser in
writing, the Supplier shall continue to perform its obligations under the Contract as far as is
reasonably practical, and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.

TAXES AND DUTIES : ‐

Prices quoted must be inclusive of all & all taxes.

GST (Goods & Service Tax) has come in existence from 1st July, 2017. Contractor/ successful
bidder is bound to pay any amount of GST prescribed by the Govt. Of India as per the terms
of contract agreed upon during the course of execution of this contract.

During the course of execution of contract, if there is any change in rate of GST (Goods and
Service tax) by the government, the same shall be reimbursed/recovered separately by AMC,
subject to the submission of original receipt /proof for the amount actually remitted by the
successful Tenderer/ Contractor to the competent authority along with the certificate from
Chartered Accountant of contractor/successful bidder certifying that the amount of GST paid
to the government and the same shall be intimated/ submitted/ claimed within 30 (thirty)
days from the date of payment.

Remittance of GST within stipulated period shall be the sole responsibility of the successful
bidder/contractor, failing which, AMC may recover the amount due, from any payable dues
with AMC and decision of Municipal Commissioner shall be final and binding on the
contractor/successful bidder in this regards.

Further, the non‐payment of GST to the government may lead to the termination of contract
and forfeiture of Security deposit/performance guarantee amount.
2% TDS will be also be deducted as GST TDS.

If imposition of any new taxes/ duties/levies/cess or any other incidentals etc or any change in
the existing taxes/ duties/levies/cess or any other incidentals etc (Including GST) and imposed
during the course of the contract, the same shall be considered at actuals for payment
purpose. Necessary documents shall be submitted by tenderer as required by AMC.
Inspection
The bidder will make all arrangement at their cost for inspection of the Truck Mounted
Road Vaccum Sweeper Machines‐ Th is wi ll be c a rri ed out by AMC &/or Third Party
(if required) along with AMC, before delivery at factory/depot site (If required). Inspection
and commissioning of the Truck Mounted Road Vaccum Sweeper Machines‐ will also be
carried out at Ahmedabad at site specified by AMC (if required). If any discrepancy is found
in the material supplied and technical specifications approved, the same lot shall be rejected
and bidder will collect rejected material within seven days. No claim for the rejected material
shall be entertained.
Liquidated damages for delay
Supplier in accordance with the schedule specified in the tender shall make delivery of the
equipments.
An unexcused delay by the supplier in the supply of its delivery obligations, supplier will be
hold liable and AMC can take actions to forfeit of his performance security, imposition of
liquidated damages and/or termination of the contract by default.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 21 -


If the supplier fails to deliver any or all of the equipments within the said period, AMC shall
deduct from the contract price as liquidated damages (Late delivery penalty) will be
calculated on the basis of delayed days for delayed quantum (delayed work amount) of work
and rate of calculation will be 2% per month of delivery price will be recovered from the
supplier without any reference to the supplier. The amount of Liquidated damages will be
however subject to the maximum of 10% of the total contract sum.
However, Delay in excess of one hundred (100) days after completion of delivery period may
be cause for termination of contract and forfeiture of all security for performance. Decision of
AMC in this regard will be final and binding to successful tender/ contractor.

Contractor ’s Sign Joint Director (Mechanical)


With seal Central Workshop.
Ahmedabad Municipal Corporation.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 22 -


AHMEDABAD MUNICIPAL CORPORATION
CENTRAL WORKSHOP

TRUCK MOUNTED SWEEPING MACHINE

GENERAL SPECIFICATION & REQUIREMENT OF POWER SWEEPING MACHINE:


1. Introduction

Road Vaccum Sweeper shall be required to efficiently clean large flat paved roads, areas like
street, markets and commercial areas etc. with the help of rotating brushes & suction system.
The dirt shall be lifted off the ground and sucked through the duct & / or nozzle through high
pressure suction system and brushes. It should not return any dust to the environment
through proper use of dust suppression mechanism. The engine should be heavy duty diesel
operated and shall have a powerful auxiliary Engine for rotating the blower and operating
the various hydraulic systems of the unit. It should be easy to operate and simple to maintain
and should be a high performance sweeping machine with reasonably low db creating the
most environment friendly sweeping solution.
2. General Specification.
The body and the hopper shall be fabricated out of heavy‐duty high corrosion resistant
stainless steel plate. All steel sheets should be provided with special wear resistant protection
coat. Access door shall be provided for removal of the refuse. The tipping cylinder shall be
utilized for the discharge. The air duct shall have a filter grid and the rear door shall be
hydraulically activated. The auxiliary engine shall have adequate power and provided with a
suitable drive arrangement to power the hydraulic end loads. It should be capable of
handling solid & semi solid waste.
The unit shall have a disc brush with automatic angular adjustments. There shall also be a
brush under the chassis for refuse conveying operation to the duct nozzle. A suitable flexible
hose shall be provided as attachment and water spraying system shall be utilized to suppress
the dust through the path inside the unit. Controls and gauges shall be provided
ergonomically and the unit shall be mounted on a Standard chassis suitable for mounting of
tendered sweeping unit. The sweeping unit shall have automatic adjustment system to
bypass horizontal & vertical obstacle. The Vehicle shall have the facility to clean both sides of
the road without changing the direction of travel.
The unit shall be of contemporary design and manufactured as per Engineering standards.
The mechanical Power sweeper shall adhere to the following specification as a minimum
capability & requirements with proven performance in terms of speed and quality of
sweeping.
™ It should have rugged design frame, brushes, nozzles, flexible brush system,
powerful vacuum systems, suction fan, hydraulic system for efficient and quality
performance and lifting / tipping arrangement shall be suitable to applicable
standard.
™ The vaccum power sweeper machine shall be with thick brushes & vacuum suction
system so that it should be capable of picking up big size waste and variety of
refuses‐leaves, littering, plastic, paper & debris ‐ dirt, dust, sand, rubble, silt, wet
waste, bottles, small stones, human excreta, cow dung, floating matters, broken glass,
pet bottles, coconut shells, bulky / huge accumulation of solid waste, etc. from the
roads / sides of road etc.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 23 -


™ The minimum sweeping width & collection / sweeping capacity shall be as
mentioned in technical specification in the Tender document. The brush system shall
be of rugged quality & strength and shall have sufficient degree of flexibility to adjust
in accordance with contour of the road. Blower shall be Straight‐through suction
system sweeps, vacuum and compacts debris without passing through or wearing
out the fan.
™ The brush mechanism shall be provided with different speeds and shall be capable of
picking and guiding the solid waste into the collection hoppers. The tenderer shall
specify the nos. of brushes, position of brushes, center brushes, etc. available in their
machine, in tender document.
™ The vaccum Power Sweeper machines shall be provided with efficient system for
collection and settlement of dust i.e. preventing dust / dirt flying out in the
atmosphere during operation of sweeping activity and collection of waste as well as
while collection in hoppers. The machine shall be designed to exhaust only dry /
clean air through system. Water spray shall be operate along the brush for dust
suppression as & when required. Machine should be designed such that it shall keeps
operator & passersby dust free.
™ Since vaccum Power Sweeper Machine is to be utilized during any time during 24 hr.
day, for effective and safety working operation, adequate lights with proper signal /
blinker system shall be provided on the machine. High mounted stop and blinking
lights shall be provided as per Ahmedabad (Gujarat) R.T.A rules & regulations.
™ The collection hopper shall be of adequate capacity and with tipping arrangement.
The hydraulically controlled lever shall be nearer to operator seat. The machine shall
be capable of spraying of water with adequate pressure and also able to collect any
small pool of stagnant water on roads.
™ The vaccum Power Sweeper Machine and its equipments shall adhere to all the
existing rules and those prescribed from time to time by Regional Transport
Authority including air pollution & environment statutory authorityʹs standards and
measures in Ahmedabad (Gujarat)
™ Fuel tank of machine shall be see though type and shall give at least 12 hrs.
endurance.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 24 -


TECHNICAL DESCRIPTION FOR MECHANICAL POWER SWEEPER
(TRUCK MOUNTED ROAD VACCUM SWEEPER) MACHINES:

1. The equipment should be able to sweep the road, street etc. at a speed not less than 5
km/h for daily sweeping of same road / route and the equipment should be capable
of sweeping various materials like leaves pebbles and stones up to 25 mm size as well
as dust. The equipment should have a dust collector container of minimum 6.0 Cu. m.
Capacity dust dirt etc. with water tank provision.

2. The equipment should have best technological arrangement to ensure that the dust
content in the exhaust air, from machine is less than the existing / prevailing
pollution control norms. (i.e. Equal to or Less than PM ‐ 10 norms)

3. The equipment should be able to sweep an overall width of minimum 2600 mm in


one sweep / pass.

4. The entire sweeping operation like lowering and raising of central and side brushes ,
suction nozzle, operating of sweeping brushes etc. should be hydraulic / pneumatic
actuated. The container should have hydraulic tipping facility for dumping the
collected material. Further, lowering / lifting and locking / unlocking of the rear
dump discharge door. The collector container should also be operated hydraulically.
Machine should be able to dump the collected waste directly in to communal storage
bin / Tractor trailer etc. (Min. Loading height 1300 mm).

5. The truck should be capable of traveling at its normal / specified travel speed, when
going for dumping / discharge of collected material.

6. The machine should have a wondering hose of Min. 6ʺ φ & 5 meter length for
cleaning any heaps in inaccessible areas, with proper handles etc.

7. The vacuum suction system should incorporate a cyclonic separator OR other


requisite system and required mechanism for filtration system for efficient, trouble
free & easy to maintenance & to ensure that the suction efficiency of the machine is
not affected at any time during sweeping, due to dust load and meeting statutory
PM‐10 Pollution Control Norms.

8. The machine should be self sufficient in all aspects including cleaning of dust load ,
during sweeping operation ‐ with or without spray of water.

9. Machine must be able to handle both wet & dry type of waste without any trouble.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 25 -


TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS OF TRUCK MOUNTED ROAD
VACCUM SWEEPING MACHINE

Following are the Minimum Requirements for sweeping machine;


SR.
DESCRIPTION SPECIFICATION
NO.
1.0 Application Cleaning of Roads, Highways and other Paved Areas
1.1 Type Truck Mounted Vaccum Sweeping Machine
2.0 Auxiliary Diesel Engine
2.1 Make Cummins / Ashok Leyland or any Reputed
Minimum Auxiliary Engine
2.2 150 H.P @ 1500 RPM
Rating (Min.)
2.3 Engine Cooling Water Cooled
2.4 Fuel Tank Capacity (Min.) 150 Ltrs.
2.5 Battery (Min.) 24/12 V, 100 Ah.
3.0 Frame & Body
3.1 Material of construction Heavy Duty Steel Frame
4.0 Sweeping System The sweeping system comprises of central cross roller
brush and two side brushes. The material of the brush
shall be polypropylene. The suction hood has a
continuous width of Min. 2100 mm and is a part of
the sweeping unit.
4.1 Sweeping Width/Path 2100 mm with Continuous suction Nozzle
(Min.) 2600 mm With Suction Nozzle + one side brush
3100 mm With Suction Nozzle + Two side brush
4.2 Dimension of Brushes Centre brush Dia.‐400 mm min.
(Min.) Centre brush length‐2100 mm min.
Side brush dia.‐800 mm min.
5.0 Driving System
5.1 Drive of Vacuum Exhauster Through pneumatic operated (from driver’s cabin)
Centrifugal clutch, by auxiliary diesel engine, or as
per manufacturer design.
5.2 Tipping Operation Hydraulically actuated rear discharge door locking /
unlocking, door lifting & lowering and tipping.
6.0 Stainless Steel Hopper
6.1 Gross Volume (Min.) 6000 Ltrs.
6.2 Dumping Height (Min.) 1300 mm
7.0 Suction System
7.1 Fan Centrifugal High Performance Centrifugal Blower
Filtration system shall be as per standard design of
sweeping machine manufacture. However
7.2 Filter type uninterrupted working and compliance to PM‐10
norms for exhaust from storage hopper/container
must required.
8.0 Indicators in panel

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 26 -


8.1 Engine Oil pressure
Engine Cooling liquid
8.2
temperature
To Be Provided
8.3 Fuel Gauge
8.4 Operating hour meter
8.5 Parking brakes
Water System
9.0
9.1 Water Tank Capacity Stainless Steel Water Tank of min. 500 ltrs
9.2 Jetting Hose with Lance The High Pressure Hose (Length ‐10m, Size‐1/2” Dia.)
with Hand Lance / Gun.
9.3 Water Spray High Pressure Water Spray on Side Brushes
10.0 Painting Automotive paint
11.0 Truck Chassis The Equipment shall be mounted on standard 2 Axle
Truck Chassis Min. 16T GVW, wheelbase as per
requirement, Make Ashok Leyland/TATA/Eicher /
Bharat Benz or Equivalent with standard Non‐
Sleeper Driver’s Cabin and Side PTO
12.0 Overall Dimension
13.0 Salient Features required :

1) Machine Shall be Capable to undertake dry


sweeping without necessity to spray water with
continuous cleaning arrangement in machine. (i.e.
Dry & / or wet sweeping shall be done by
machine.
2) Machine Shall be Powered with an auxiliary
diesel engine and incorporating latest
international electro hydraulic systems. Acoustics
insulation as surrounding engine inside of body
shall be provided.
3) Machine Shall be with straight through suction.

4) Side camera for Side Brushes and Rear camera


with display system in driver cabin shall be
provided for proper supervision & working in the
driver cabin.

A: Suitable Chassis with Minimum BS‐IV / (as may be applicable to Ahmedabad city)

Engines or RTO approved Engines with Driver‐cum‐attendant Cabin as per

specifications.

B: Supply & fitment of sweeping machine equipment & body as per specification

Chassis:

The equipment shall be designed, fabricated, mounted and integrated to the chassis having
Minimum EURO IV (BS‐IV) norms & matching all requirements of various govt. agencies /
RTO rules/ norms & the following technical specification as the minimum requirement.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 27 -


Functional Requirements: HCV cab‐chassis with PTO is required to build up the
hydraulically operated Truck Mounted Road Sweeping Machine as per AMC Tender
Specifications & Conditions as per the specifications and requirements mentioned in the
tender documents.

MISCELLANEOUS

I. The cabin shall be provided and fixed with


¾ Roof Light ‐ 02 Nos.
¾ Heavy duty Wiper Machine ‐ 02 Nos. (with Arm & Blade)
¾ Heavy‐duty Bracket type convex mirror ‐ 02 Nos.
¾ Hand operated Traffic Signal ‐ 01 No.
¾ Extra wiring wherever necessary
II. Suitable size battery box shall be provided under the attendantsʹ seat. The tenderer
shall provide the extra length of battery cable.
III. Stoplights, direction indicator lights and tail lamps shall be provided and fitted.
IV. All controlling switches for lights, driver cab light and wiper machines shall be
provided on dashboard panel or near driver’s seat to operate easily.
V. The cabin shall be painted externally and internally in Dulux paint of approved
shade.
PAINTING
The under chassis parts and the portion shall be painted with anticorrosive black. Complete
unit including cross and super structure member shall be painted with superior quality anti‐
rust paint. All the paint material shall confirm to ISI specifications and shall be of specified
makes. The cabin shall be painted with Asian/ Nerolac / Berger / ICI /Shalimar/Dulux paint
externally and internally. The colour scheme will be informed at the time of fabrication.

The compacting unit shall be painted with anti‐ corrosive primer before painting with two
coats of polyurethane paint of ISI approve make. All necessary indicative labels shall be
pasted on for easy operation.

The rear body shall be painted from outside with Asian/Nerolac/Berger/ICI/Shalimar/Dulux.


The colour scheme will be intimated later.
o All welding work must be MIG welding only. All necessary finishing shall be carried
out prior painting. Welding wire shall be of ESAB/ADOR/L&T only.
o All angle and channels and other raw materials are as per Indian standard.
o All MS material shall be of Tata/SAIL/Jindal/Vishakhapatnam steel/Essar/Ispat
Hardox/as suggested in the tender (for angle/ channel if not available of above brand
then it shall be of IS/ISO approved make) only. Contractor has to submit necessary
test report and/or invoice copies.
o Paint must be of standard Automotive brand only like Asian, Nerolac, Berger, ICI,
Dulux and Shalimar only.
o During inspection if any minor correction / modification suggested by Joint Director
(Mechanical) & / or his authorized representative same shall be carried out for batter
working, without any extra.
Contractor’s Sign Joint Director (Mechanical)
With seal Central Workshop
Ahmedabad Municipal Corporation

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 28 -


APPENDIX ‐ 1 (Continue)

SCOPE OF WORK for O & M WORK


The scope of work is Procurement of Truck Mounted road vaccum sweeper machines for
MSW activity related work including Operation & Maintenance of supplied machines for the
period of 5 (Five) years (procurement under SBM) as per specification and conditions
mentioned in the tender document. The contractor shall have to commence the O & M work
with in 4 months from the date of order .The O & M Contract will be for a period of 5 (Five)
years from the date commencement of actual O & M work subject to annual renewal as
mentioned in the document. The same can be extended for a further period of 2 (Two Years)
Years by the corporation and on the terms and conditions mutually agreed upon in writing.
Successful bidder will be required to start the services of road sweeping machines supplied
by them duly RTO registered and comprehensive insurance drawn. It is expected that the
machine operation shall start within 4 months from the placement of firm order.

Successful bidder will be required to carry out following works / to render the services as
described below under comprehensive Operation and Maintenance contract:
Contractor has to clean the roads by use of machine within AMC area as instructed by
concern officer of AMC / related authority and has to collect, unload and final disposed of all
the waste, and other dust &/or accumulated material from the roads of the city . Contractor
has to unload the waste collected in the machine either directly in to the tractor trolley/
container so provided by at sight for collection in coordination with concerned department
of AMC and later on same shall be disposed off at the waste dumping site / RTS site of AMC
or as instructed by AMC time to time on daily basis( by concern officer in charge /Other
related deptt. of AMC). This work shall be performed timely and efficiently on 24 x 7 basis
through out the year as per the AMC requirement during the contract period. Further as and
when required, machine shall be shifted from one to another location for cleaning operation
of roads as per requirement of AMC. They have to use this machine as per the instruction of
the AMC department over and above in coordination ‐ confirmation with Central Workshop.
It is expected from bidder to shoulder the responsibility of operation and maintenance of
equipments against fulfilment of contractual obligation for the period of 5 (Five) years.
Bidder will have to appoint necessary staff to operate and maintain the equipments during
contract period. (Minimum 1 trained/skilled Operator Cum driver and one labour per
Machine). Further if deployed manpower unavailable on machine for any reasons bidder
should provide immediately alternative arrangement for operation of machine.

• Providing 15 Nos. Road Sweeping Machines as per the specifications & requirement
given in the tender document and daily operation and maintenance of these road
sweeping machines for complete duration of the contract period.

• Procure, provide, and maintain necessary tools, equipment machinery, manpower,


fuel and vehicles for mechanized road sweeping machine.

• Road sweeping through these mechanized Sweepers shall be done on designated


roads as instructed by AMC officials.

• The monitoring of the complete system will be done by AMC. The GPS system shall
be integrated with central command centre of AMC.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 29 -


• The road sweeping shall be done at least 8 hours a day by each machine. However
the actual timing may be reduced or extended by AMC as per the requirement site
conditions and need of work.

• All roads under the contract shall be cleaned at least twice a week or as directed by
AMC.

• Contractor should procure / maintain / keep in stock, necessary tools, equipment,


machinery, manpower, fuel, spares, brushes etc for the road sweeping in use. NO
extra payment for these shall be made.

• Successful Tenderer has to daily, sweep at least 18‐20 Km of Sweeping Length when
machine deployed on road.
The scope of work shall consist of operation and maintenance of Vaccum Road
Sweeping Machines owned by Ahmedabad Municipal Corporation including supply
of all spares and include the following;

1. Services of an operator cum driver ‐ labour (one each on machine) and other
manpower if required for O&M including technical support of service engineer /
technical person from successful bidder’s office as per requirements and to carry out
operation of machine and related activities in AMC as per the direction of
Ahmedabad Municipal Corporation on a normally 8 Hours shift which may be in day
or as per the AMC’s requirement.

2. The quoted rate are based on a 8 hours / 12 Hours and 16 Hours operation of the
machine, which includes

a. The time taken for dumping the material to the site,

b. Moving the machine from one place to another,

c. Moving the machine from parking place to other areas and back,

d. Lunch break of operation (not included)

e. Sweeping activity on road.

Successful bidder shall make the arrangement of operator accordingly.

3. The bidder shall have to submit schedule of maintenance and carry out the general
daily preventative maintenance as recommended by OEM in addition to minor break
downs as per the schedule of maintenance. Major/ Break down maintenance, if
required/incises will be permitted on written instruction to Central Workshop / AMC.
Daily preventative maintenance shall also include oiling, greasing, etc of all movable
parts.

4. Routine maintenance and servicing of Machine including replacement of Hydraulic


oil, engine oil, other oil and coolant liquid etc. Same shall in the scope of Contractor
and remains to be kept in stock according to the requirement and maintenance
schedule as recommended by OEM.

5. Machine shall be cleaned daily and service once in a month.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 30 -


6. Routine consumable spares inventory shall be provided by bidder and maintain
minimum inventory to avoid any hassle in operation of machine. The list of routine
consumable spares shall be submitted along with this offer.

7. All running/major repairs and break down repairs of entire Machine shall be in scope
of work including all necessary spares/accessories etc required for smooth and
uninterrupted operation of machine.

8. The equipments (Machine) shall be parked in river Sabarmati at any locations


suggested by Zonal SWM dept. on day‐to‐day basis and shall be operated under the
supervision of / SWM dept. user department. Parking facility shall be provided by
the AMC Zonal SWM dept. The machine shall be parked during the non‐working
hours at the place directed by / Zonal SWM Asst. Director engineer‐in‐charge. Safety
& Security of machine at non‐operative hours shall be ensured by contractor at their
own cost.

9. All safety equipments required on machine like Fire extinguishers, emergency


rechargeable torch, anchor etc shall be provided before starting of contract and kept
on machine during operation and maintenance period.

10. Day to day report/log sheet / computer record of operation and maintenance shall be
filled in by the bidder staff and same shall be submitted to Zonal SWM dept / use
dept operation in charge on next day. The design of report shall be given by AMC
operation in charge and same shall be followed by bidder.

11. Bidder shall depute one person between all machine as supervision to synchronize
day to day routine work management, repairing of machine and follow up the
instructions given by user department. Further, bidder must visit as per as per
requirements of AMC for synchronies the O & M activity at his own cost.

12. The bidder shall also maintain register/ record for consumable, spare maintenance in
appropriate formats.

13. The bidder shall make every effort for complete safety of the AMC’s equipments
while performing the operation and maintenance at site.

14. Corporation will not be responsible for any accident/ hazard during operation and
maintenance of the equipments. All responsibility shall rest with the contractor.
Contractor must take all precautionary/ safety measures to avoid accident/ hazards
etc.

15. During maintenance of machine, for repairing of any parts/spares, equipments


installed in machine, necessary machinery such as extra man power, etc shall be
arranged by the successful bidder at his own cost and included in the scope of work.

16. During contract period, if machine fails to work because of machine is under
maintenance or lack of man power, the cost being paid towards operation and
maintenance will not be paid (in short” No work done‐ no payment” shall be given).
In addition to that necessary penalty cas mentioned in tender towards minor & major
repair work time period for additional time taken for repairing in addition to the no
work‐no payment will be recovered as penalty.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 31 -


17. All required statutory & Govt. formalities (if any) for carrying out such type of work
shall be complied by contractor & it is their responsibility.

The operation of machines shall be confirming to Operation manual of the machine


manufacturer. The repairs & maintenance shall be carried out, as per the practice prescribed
by manufacturer/instructed by Central Workshop, AMC.
The Contactor shall ensure that his personnel should report worksite every day at designated
time and continue working throughout the day. The contractor shall make provision for
presence of requisite manpower to perform his duty during national holidays and festivals
also so that the work is not affected at any site in the Ahmedabad city. The corporation for
working on holidays, national holidays and festivals will make no separate payments. The
Contractor should ensure presence of his workforce at the specified time and location. The
contractor shall not be paid for any overtime charges for working at late hours so as to
complete the scope of work and maintain the cleanliness at various locations.
The operation of machines shall be confirming to Operation manual of the machine
manufacturer. The repairs & maintenance shall be carried out, as per the practice prescribed
by manufacturer/instructed by Central Workshop.
The Contactor shall ensure that his personnel report work site every day at designated time
and continue working throughout the day. The contractor shall make provision for presence
of requisite manpower during national holidays and festivals so that the work is not affected
at any site in the Ahmedabad city. The corporation for working on holidays, national
holidays, and festivals will make no separate payments. The Contractor should ensure
presence of his workforce at the specified time. The contractor shall not be paid for any
overtime charges for working at late hours so as to complete the scope of work and maintain
the cleanliness at various locations.
The corporation has the right to charge the contractor for any damage caused to corporation
assets and the same shall be recovered from the contractor with immediate effect. Contractor
has to keep enough spare/stand by units for preventive and breakdown maintenance of all
the equipments as per the unit/equipment manufacturer’s guideline and this will be verified
by the Engineers of Central Workshop, at any time for smooth and uninterrupted working of
machines.
It is unlawful for the contractor to dump or dispose of solid waste garbage or recyclables
upon any street, alley, or other publicly owned property unless expressly authorized by the
corporation for special collection programs.
Contractor has to submit daily/weekly/monthly report of their work to the respective AMC
department as required & asked by AMC.
AMC reserves the rights to terminate the Contract for Deficiency of Service.
Contractor has to carry out washing of all the vehicles and equipments at least once a week.
(A) Comprehensive Operation:
i) As the operation of the machine on everyday basis is required, it would be the
responsibility of the successful bidder to provide 1 skilled operator having valid
driving license known to all operational activities of the machine and one Labor on
each machine per shift (8) hours or as may be required on all the 365 days of the
calendar year. There would not be any services to be rendered on national holidays
i.e. 26th January, 15th August & 2nd October. Further each machine’s operation shall
be stalled for 2 days in a month for routine maintenance or as per the work
requirements and instructions by Central Workshop dept., AMC.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 32 -


ii) Planning of rendering the services shall be based on 8 hours operational shift.
However based on SWM / Concern department requirement contactor has to provide
machine for actual work requirement. Daily route plan will be given by Asst. Director
(SWM) of respective Zone / Officer incharge of work.
iii) During situations such as visits of VIPs successful bidder will be require to render
operational service even on National holidays. No extra payment (Other than one
which is approved) would be payable to the contractor form rendering operational
services on these events which is required to be noted by the successful bidder.
iv) Successful bidder will have to ensure that each and every machine must be covered
with their comprehensive insurance per year and that the next year’s insurance shall
be done before the expiry of the earlier year’s insurance. It may be noted that the
successful bidder will be paid as per the tendered offer sanctioned only. Necessary
documents shall be submitted by contractor.
v) To maintain the disciplined and efficient services, it would be necessary to appoint at
least one supervisor for this tender work better coordination in addition to operators
and provide them uniforms, safety gears & mobile facilities.
vi) As far as parking arrangement of the machines are concerned, the parking place shall
be made available by AMC, in respective zone by Asst. Director (SWM) of Zone /
officer incharge.
vii) If due to less work &/or for any reason, AMC do not wish to run the machine/s for
8/12/16 hrs. shift then contractor will be paid on prorata basis for actual working
hours on that day. AMC decision & rate calculation in such event/s will be final &
binding to all.
viii) Shift timing will be calculated (started) from start of machine from parking area &
end will be when machine come back again to parking area which is provided /
identified by Zonal Asst. Dir(SWM)/ officer incharge. However; contractor has to
ensure fast & efficient movement of machine/s in all the case. If AMC finds any
inefficiency; can take necessary actions including payment deduction for such time &
will be binding to contractor. During normal travel (without Sweeping) Contractor
has to ensure travelling of machine on left side of road.
xi) A successful bidder shall maintain log sheet / Computer Record to enter the
information about the day to day works allotted to them by the representative of
their concerned Asst. Director (SWM) of the zone / Officer incharge of work.
xii) For any default of service performance a penalty of amount equivalent or not more
than to the O & M cost of the specific machine and the length of the default area (at
the rate approved by AMC) shall be deducted /charged from the running bills. The
details of the events of default and the exact rate of penalties shall be as specified in
tender terms.
xiii) As a disciplinary measure, following penalties would be levyable so that the defaults
are not recurred as per the penalty shown in the penalty table.
Performance Guarantee For O & M contract work:
For Operation and maintenance contract work, Contractor has to submit performance
security deposit which shall be 5% of the one year O & M contract work amount based on
daily 8 hrs working shift approved rate as a contract security. This guarantee (BG) shall be
renewed timely (every yearly) till expiry of contract. The contractor shall furnish performance
guarantee in the form of Bank Guarantee ( as per AMC rules) or by Demand draft/ pay order

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 33 -


within 15 days from the date of order from any Nationalized Bank / schedule Bank / Bank as
per AMC Circular and made payable to the ʺMunicipal Commissioner, Ahmedabad
Municipal Corporationʺ. Payable at Ahmedabad which shall be released after the successful
completion of the contract period, subject to no due certificate from the Corporation, If any
amount is due from the contractor even after adjusting from monthly bills, the same will be
recovered from this amount. If PG is delayed more than 15 days, interest will be charged for
delayed period as per AMC rules.
‐ Forfeiture of Security money: ‐ Security amount in full or part may be forfeited in the
following cases:‐
(ii) When any terms and conditions of the contract is breached
(iii) When tenderer fails to comply the tender terms, scope of work and all necessary
work instructions given time to time by AMC ; satisfactorily.
The decision of the Municipal Commissioner, AMC in this regard shall be final.
Force Majeure
Notwithstanding the provisions of tender, the contractor shall not be liable for forfeiture of its
performance security, liquidated damages or termination for default, if and to the extent that,
its delay in performance or other failure to perform its obligations under the Contract is the
result of an event of Force Majeure.
For purposes of this Clause, ʺForce Majeureʺ means an event beyond the control of the
contractor and not involving the contractorʹs fault or negligence and not foreseeable. Such
events may include, but are not limited to, acts of the Purchaser either in its sovereign or
contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and
freight embargoes.
If a Force Majeure situation arises, the contractor shall promptly notify the Purchaser in
writing of such conditions and the cause thereof. Unless otherwise directed by the Purchaser
in writing, the contractor shall continue to perform its obligations under the Contract as far as
is reasonably practical, and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.
Taxes and duties

It shall be included in the indicated price. Tenderer has to quote the total price, net including
of all taxes & duties , GST (as applicable) etc. and for evaluation and finalisation purpose, the
total price will be taken in to consideration. However any change in the GST tax, govt.
statutory levies will be considered at actual for payment purpose for which contractor will
have to submit necessary documentary proofs as required by department.

ELECTRIC SUPPLY

The contractor shall make payments of actual electric consumption bills to the electric supply
company, as and when the same are demanded (if separate plot for parking & / or repair ‐
maintenance given to them) In case of non‐payment of electric bill & supply company issues
notice for disconnection, the bill amount will be recovered from the regular monthly bill.

The electrical maintenance from time to time shall be carried out through license
electrician/wiremen only and all precautions shall be taken to avoid any accidents/mishap.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 34 -


The contractor shall follow all the mandatory condition of electric supply of company & take
all the safety precautions as per statutory requirements. AMC department time and again
during the entire contract period also will verify this.

TOOLS & TACKLES

The successful tenderer shall provide all the required tools and tackles for the operation
maintenance of the equipments. Central Workshop department time and again during
contract period will verify this.

WORKS TO BE CARRIED OUT

The works to be carried out under this contract shall except or otherwise provided in these
conditions include all labour, materials, tools, plant, equipment and transport which may be
required for preparation of and for the full and entire execution and completion of the
works. The description given in the schedule/scope of works shall unless otherwise stated be
held to in and for the entire execution and completion as aforesaid in accordance with good
practice and recognized principles

CONTRACTOR’S SUPERVISION

The contractor shall himself supervise the execution of works or shall appoint a competent
person to act in his stead. If in the opinion of the Corporation the contractor has himself
not sufficient knowledge and experience to be capable of receiving instructions or cannot
give his full attention to the works, the contractor shall at his own expense employ or his
accredited person, having experience in the field of Operation and Maintenance of Truck
Mounted Road Vaccum Sweeper Machine with/without backhoe equipments deployed for
such activities. Orders given to the contractor’s person shall be considered to have the same
force or if these had been given to the contractor himself. At least one common supervisor for
all the machines shall be deployed by contractor for better coordination of work.

SAFETY PROVISIONS

The contractor shall at his own expenses arrange for the safety and security precautions as
required by the Corporation/necessary for such services, in respect of all labor directly or
indirectly employed for performance of the works and shall provide all facilities in
connection therewith. In case the contractor fails to provide such facilities, the Corporation
shall be entitled to do so and recover the costs thereof from the contractor. Contractor has to
manage for his own security (if he require) for safety of the machine &/or its any part there of,
even if parked at AMC location also.

MATERIAL AND WORKMANSHIP

The tenderer shall at his cost provide all materials required for the works. All materials to be
provided by the tenderer shall be in conformity with the specifications laid down in the
tender/as per the machine manufacturerʹs specification/instruction, the contractor shall if
requested by the Head, Central workshop Department or his authorized representative
furnish proof to the satisfaction of the Engineer or his authorized representative that the
materials so comply. All charges on account of outcry, terminal or Sales tax and other duties
on material obtained for the works from any source shall be borne by the tenderer.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 35 -


The AMC or his authorized representative shall be entitled to have tests carried out for any
material supplied/used by the contractor other than those for which as stated above,
satisfactory proof has already been produced, at the cost of the contractor and the contractor
shall provide at his expense all facilities which the Corporation may required for this
purpose.

If no tests are specified in the Contract and the Corporation requires such tests, the tenderer
shall provide all facilities required for the purpose and the charges for these tests shall be
borne by the contractor.

OTHERS

In order to maintain high standard of workmanship, the successful tenderer shall fix a
schedule for cleanliness and maintenance of the equipments. Sanitary conditions shall be
maintained throughout the period, with hygiene and environment getting the top priority.

The successful tenderer shall provide small size plantations wherever possible inside the area
allotted for Parking/ maintenance under O & M work to them.

OPERATION AND MAINTENANCE INCLUDING VEHICLES AND EQUIPMENT /


MACHINARIES:

The contractor shall be responsible for smooth and satisfactory operation and maintenance
of the machines for 365 days round the year for a period of 5 (Five) Years from the date of
start of work.

More specifically, the contractor shall be responsible for the following: ‐

(1) To operate and maintain the machines in accordance with manufacturerʹs (Truck
Mounted Road Vaccum Sweeper Machine) guideline. The machines attended to, by
the contractor including any ʺTrouble shootingʺ to ensure smooth and trouble free
operation.

(2) The contractor shall prepare and implement, an effective operation and maintenance
programme in consultation with Central workshop Department, AMC. AMC will
not provide any skilled or unskilled work force, machinery or equipment other than
that specified in the tender document. It is absolute responsibility of contractor to
look after all sorts of maintenance whether preventive or breakdown.

(3) The contractor shall determine operating parameters for work mentioned
above in scope of work.

(4) For the smooth operation of the machines all the required equipment,
machineries, units, accessories, consumables including Fuel (Diesel), grease,
lubricating oils, cleaning agents, all types of epoxy paint, material required for
house keeping and cleaning etc. are to be brought by the contractor. The quality of
all consumable and spare as per manufacture recommendation shall be made
available at site/workshop all the time and will be verified by Central Workshop
department.

(5) The contractor shall be responsible for keeping up‐to‐date record of documents
including day to day log sheet of all the machines. The contractor shall maintain

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 36 -


and update logbook / computer record in which details of operational parameters are
recorded in every shift and at regular interval or as decided mutually.

The Contractor shall maintain separate checklist register for daily, weekly,
fortnightly, monthly, quarter yearly, half yearly and yearly activities.

(6) The contractor shall be responsible to carry out day‐to‐day as well as periodic
maintenance, necessary to ensure smooth and efficient performance / running
of all equipments as per manufacturer’s specification and maintaining the record of
the same. This will be verified by Central Workshop Department, AMC.

(7) The contractor shall have to issue identity cards with photographs, uniform to all
the staff employed for Operation and maintenance contract work.

It will be the responsibility of the successful tenderer to have comprehensive


insurance coverage of all machines, equipments etc along with their operating staff at
their cost. They are requested to note that there will not be any reimbursement in this
regard by AMC. In case any mishap / accident occurs on the road or at site, the
successful tenderer will have to shoulder the complete responsibility of the same,
right from registration of Police complaint, lodging / follow up of the insurance claim
and facing the court trials etc. It shall be the responsibility of successful tenderer to
set right the machine without raising any extra bills / claim against the same for
reimbursing the same from AMC. However, they shall be liable to receive all the
payments received by AMC (if claim amount issued to AMC by insurance company.)
against the settlement of insurance claims from the Insurance Institutions / it can be
directly reimbursed to the contractor by Insurance company. AMC authorities shall
give the full cooperation to the successful tenderer by signing the requisite
documents necessary for raising the insurance claim up to settlement of the same.

PROVISION OF GPS MECHANISM

Contractor as per the requirements of AMC, for effective communication shall provide
communication system/ equipments including GPS system (if asked by AMC) at his cost, as
per the AMC policy. At present AMC has decided to deduct Rs. 572/‐ per month per machine
for GPS system hardware and software expenditure. Detailed policy ‐ norms can be availed
from AMC. Further if any change in policy will be made effective by AMC, same shall be
applicable to contractor, including charges for the services. In the event if AMC ask contractor
to provide GPS mechanism & its report system; then contractor has to do so without any
extra cost. (if GPS not provided by / AMC.)

IMPORTANT NOTE:

The contractor shall employ all required staff including operation Supervisor, technical
experts, skilled and unskilled labours, drivers etc. required for such services.

Contractor shall comply with all safety rules and regulations and all inter disciplinary
measures as followed by the AMC and required for such services

The AMC shall not be responsible for any accident /injury to the staff of the contractor. It is
contractor’s responsibility to take insurance of his employee, medical facility, work
compensation etc. as per workman compensation act and all other relevant laws. Further the

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 37 -


AMC will not provide any insurance, medical facility, workman compensation, etc. to the
staff of contractor.

Due to strike by the contractorʹs employees, the operation and maintenance of machines must
not be affected and the property of AMC should not be damaged. In such case any
dispute/discrepancy occurs the decision of Dy.Municipal Commissioner (Workshop) will be
final and will be binding to the contractor. Also if any expense is required to be made on this
account by AMC, it will be deducted from Contractorʹs bill/SD.

All Central/State Government/Semi‐Government/Local Bodyʹs Rules and Regulations


pertaining to this contract & / or services shall be strictly followed and observed by the
contractor without any extra cost to the AMC.
Payment will be made Every monthly against satisfactory work, as per certificates of various
authorities as mentioned in the tender.

The Security Deposit will be paid back only after the completion of entire Contract period
without any interest after deducting dues if any to be recovered from contractor.

The duration of the contract shall be for 5 years from the date of commencement of O & M
work. However AMC reserves the right to terminate the contract at any time by giving 1
months (30 days) notice to the contractor.

At the end of O & M contract period, contractor shall hand over the Truck Mounted Road
Vaccum Sweeper Machines 15 Nos. in satisfactory working conditions acceptable to
Municipal Commissioner &/or Central Workshop Department / their authorized
representative. Otherwise penalty equivalent to the cost of repairs will be imposed by AMC
at the discretion of Municipal Commissioner & shall be binding to the contractor. This will be
even recovered from the contractor from any of his dues &/or security deposit with AMC.

AGREEMENT WITH MANUFACTURER FOR TECHNICAL BACKUP.

In case the tenderer is not the manufacturer/authorized dealer/agent/distributor/autho.


service dealer/ provider as mentioned in the tender, then the tenderer shall have proper tie‐
up agreement with the manufacturer/authorized dealer/agent/distributor for such machines
duly registered in India for the entire contract period, clearly stating that the
manufacturer/authorized dealer/agent/distributor will supply the spare parts, provide
technical support and services and with backup guarantee of the manufacturer/authorized
dealer/agent/distributor to AMC during the entire contract period.

PAINTING:

This work is also inclusive of painting of machines at the regular interval of two year (if
machine found dirty) in normal case and as and when required in accidental/repairing
situation. The central workshop department will verify this. However, if any unit/mechanism
will found to have some defect in paintwork at any time, the Contractor has to repaint the
same under the instruction of Central workshop Engineer.

The contractor shall not employ guilty person or indiscipline person.

The Contractor shall have to take valid labour license & any other relevant license from
statutory bodies as required for this type of contract / services.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 38 -


Successful bidder will have to follow all the provisions of, Labour laws, P.F. Act, E.S.I. Act,
Minimum Wages Act, workman compensation act etc. & have to incorporate changes made if
any during contract period also.

Contractor will have to strictly follow the provisions of Factory Act 1947, wages Payment
Act1936, Bonus Act 1965, Employees Provident Fund & Miscellaneous Provisions Act 1952 &
other Industrial & Labour Laws with latest amendments in act / rules related to this
Operation & Maintenance Work. Contractor will not be given any relaxation regarding these
provisions.

Routine / preventive / break‐down maintenance of machines including all work that has to be
perform with such machines are in the scope of Contract

Upon failure of the Contractor to comply with any instructions given in accordance with the
provisions of this contract, the AMC has the alternative right, instead of assuming charge of
entire work, to place additional labour force, tools, equipments and materials on such parts of
the works, as the AMC may designate or also engage another Contractor to carry out the
work. In such cases, the AMC shall deduct from the amount which otherwise becomes due to
the Contractor, the cost of such work and materials with 10% added to overall departmental
charges and should the total amount thereof exceed the amount due to the Contractor, the
Contractor shall pay the difference to the AMC. It should be specifically noted that wherever
bank guarantee is required to be submitted, it should be from Nationalized Banks/scheduled
bank / AMC approved bank list only.

CONTRACT PERIOD

The successful tenderer on award of contract shall have to commence the O & M work within
7 days from the receipt of machines.

The Contract will be for a period of Five years from the date of commencement of O & M
work subject to annual renewal as under. The same can be extended for a further period of 2
(Two Years) Years by the corporation and on the terms and conditions mutually agreed upon
in writing.

The Contract will be renewed automatically at the end of each year subject to the Contractor
scoring at least a score of 75 under the following heads

PERFORMANCE POINT CERTIFICATE TABLE:

Sr. Head Maximum Score of the


No Score Contractor
1 Punctuality in providing Mechanical power 35
sweeper and overall efficiency of working
2 Behavior and discipline of the staff with AMC 10
officers and employee during working
3 Maintenance of Mechanical power sweeper 35
machines.
4 Maintenance of GPS system with related 05
infrastructure
5 Maintenance of Other infrastructure for repair 10
and maintenance of Mechanical power sweeper
as per scope of work

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 39 -


6 Maintenance of extra fast moving spares and 05
consumable spares
Total 100

The above score will be calculated at the end of each year. The performance shall be reviewed
and reported by Central Workshop Department (for Sr.no.3, 5 and 6) and Zonal SWM
Department (Sr.no.1, 2 & 4) of AMC (based on service requirement certification method can
be changed by AMC ‐ even can be judged based on monthly penalty statement) and at the
end of the year it will be reviewed by Dy. Municipal commissioner (Workshop / SWM) (even
from monthly penalty statement). If the average monthly score is above 75, the Contract will
get automatically renewed.

CONTRACT PRICE

For O & M Contract Price will be as per the bid in the Annexure 4 and will be inclusive of all
expenses necessary for the continuance of the O & M services under the contract. Such
expenses shall include but not restricted to payments to RTA, Labor Authorities, Local and
Municipal Authorities, Semi Govt., or any charges, deposits, fuels, taxes, oil, lubricants,
levies, toll taxes, GST tax (if any) etc., connected with the service. The all‐inclusive rate
should be filled up in the respective column.

Rates quoted by tenderer shall be inclusive of GST and other terminal or tax etc. as may be
applicable and will be fixed for entire contract period. Only fuel price variation/change will
be applicable as per the condition and formula given in the tender document.

The corporation reserves the right to increase or decrease the scope of work by 25%.
Contractor shall have to carry out 25% extra work at the same rate, terms and conditions if
asked to do so.

On specific occasions, the corporation reserves the right to ask the contractor to provide
additional services. The Contractor is bound to provide the same at a short notice of few
hours. The rates for additional services requested by the commissioner will be mutually
agreed upon between the Contractor and the commissioner.

WORKFORCE

The contractor shall provide well‐trained, disciplined, honest and sincere workforce,
throughout the contract period and supervise their work regularly.

They should not pose any problem, nuisance to the general public. The contractor shall be
solely responsible for the behaviors and honesty of its workforce.

The contractor shall appoint one supervisor to ensure that services are rendered effectively.
He must be available on site/at office during the working hours. At least one common
supervisor for the entire 15 machine shall be deployed by contractor for better coordination of
work in the field.

The maintenance supervisor shall be qualified person, and with experience and competent
and authorized by the contractor to take decisions at site. Such supervisor shall be deemed to
have full authority of the contractor and any instructions given to him by the corporation
officers shall be deemed to have been given to the contractor. The supervisor should be easily
accessible at all times and should have a mobile phone with them at all times. The Contractor

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 40 -


shall ensure that the supervisor or any other authorized representative shall invariably be
available either in person or over the telephone within the city every day for taking necessary
instruction and for proper co‐ordination.

The tenderer shall indicate the manpower including supervisor & their labors he proposes to
deploy and the methodology to be adopted. No decrease in the workforce shall be done once
notified without prior written approval of the Municipal Commissioner / officer incharge of
work. The commissioner may deduct suitable payments to the contractor if it is noticed that
the workforce is reduced without prior approval.

Contractor shall provide suitable uniform to all their staff including shoes and photo identity
card.

The contractor must verify antecedents of the employees to be provided by the contractor
before deployment. The contractor shall engage no person having criminal record or who is
not the citizen of India.

The contractor may, at his own cost and responsibility, consider increasing his workforce,
equipments, and materials in order to discharge contractual obligation.

The Municipal commissioner reserves the right to ask for the replacement of the personnel
not found fit or suitable for undertaking the task assigned. The contractor shall do
replacement without any extra cost to the corporation within one week of the order.

Contractor shall pay salaries /wages etc. through bank to his workforce adhering to the laws
in force & all liabilities and responsibilities in respect of persons engaged by him shall lie with
the contractor.

To avoid mishap or accident during the operation, the Contractor shall ensure that only
skilled staff / drivers with sufficient experience in their respective trade and physical fitness
are deployed on the job and are not put to over exertion as per prevailing labor laws of the
State and / or Central Governments.

The staff/drivers deputed by the contractor during the course of contract must behave
decently with the corporation’s officer and staff. The Contractor shall withdraw such person
who is found to be indiscipline, misbehaving, under or the influence of any intoxicant or
whose services are considered detrimental to the corporation’s Interest. On giving intimation
to do so by the Municipal Commissioner or his authorized representative. The corporation
will serve a Notice to the contractor if he fails to comply. Failure to replace the personnel
after issuance of notice by the corporation will be considered to be is sufficient ground for
termination of the contract. It will not be binding to the corporation to justify the reasons to
the Contractor for advising such withdrawal of staff.

The Drivers/operators of the contractor must be in possession of a valid professional driving


license and the driving license should be at least three years old.

WORKING HOURS

The contractor shall ensure that his personnel report to work everyday at designated time
and work sincerely throughout the period prescribed in the contract with AMC. The staff so
deployed shall be given the statutory weekly off. The contractor shall make provision for
substitute manpower during weekly off of the staff and statutory holidays so that the work is

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 41 -


not affected at any site in the City. The corporation will not pay any extra payment for
making substitute arrangements on weekly off and other holidays.

The contractor shall not be paid or reimbursed by the AMC for any overtime work done by
his staff to complete the task and for maintaining the cleanliness at various locations. The
Contractor, through his supervisor, shall submit a report to corporation about number of
workforce which have reported to work as against the agreed workforce (if asked by AMC).

OPERATIONS AND USE OF VEHICLES & EQUIPMENTS

The Contractor shall be fully conversant with all the laws applicable to the work under the
contract including Motor Transport Work’s Act 1961 and even any amendment thereof.

The contractor shall submit a detailed Operations and Maintenance schedule at the time of
starting of work. The Contractor shall submit within four weeks of award of work. All
Preventive Maintenance procedures and Corrective Maintenance procedures described in the
Operations and Maintenance Manual shall be followed by the contractor.

The corporation shall have a right to charge the contractor for any damage caused to
corporation assets during the performance of contract by the contractor and the same shall be
recovered from the contractor in a month or from the amount payable to him.

Contractor shall keep enough spares for units for replacement during breakdown or
preventive maintenance.

Materials used for Hydraulic units should be of standard make & as per instruction /
specifications of central workshop of AMC.

It shall not be permissible for the contractor to dump or dispose of solid waste, garbage, or
recyclables waste on any street, alley or other publicly owned property unless expressly
authorized by the corporation.

Contractor shall submit daily / weekly/monthly report of the work done to the officer of
concern deptt. and Central Workshop department; AMC from time to time in the Performa
that may be prescribed.

PENALTY:

The contractor shall be liable for penalty as under if he fails to perform his contractual
obligations besides any other action; the Municipal Commissioner may decide to take as per
the terms of the contract.

‐ All minor repairing & preventive maintenance shall be carried out within 24 Hrs.
otherwise penalty will be imposed as per penalty shown in penalty table below,
which will be deducted from the monthly bill of the contractor. Preventive
maintenance schedule shall be prepared in coordination with central workshop
department.

‐ All major repairing shall be carried out within 7 days (however shall be confirmed by
Engineer of Central Workshop, AMC ) otherwise penalty will be imposed as per
penalty shown in penalty table, which will be deducted from the monthly bill of the
contractor.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 42 -


Sr. Type of default Penalty to be impost
1 If sweeping is not done properly (i.e. machine Entire shift work will be deducted
does not work properly) on road. for such event.
2 In case the contractor fails to paint the RS.100/‐ per vehicle per day till the
Mechanical Power sweeper machine at every 24 same are painted.
months (if original color found damaged)
3 The Mechanical Power sweeper vehicle shall be Rs. 5000/‐ for first such incidence
exclusively used for AMC service only. Any and then after Rs. 10,000/‐ for such
deviation from this shall attract penalty incidence.
4 Non use of mobile by any of Rs. 50/‐ for each of such event.
Supervisor/Manager &/Or Operator.

5 Not keeping valid driving license‐ Rs. 200/‐ for each such event.
6 If any of the contractorʹs staff at the Machine is Rs. 25/‐ per person for that
found to be working without the prescribed shift/event.
safety gear, uniform etc.
7 If contractor fails to provide the driver as per the Rs. 500/‐ per person for that
requirement of AMC shift/event.
8 If the supervisor is not found on the work Rs. 500/‐ per such incidence
during the prescribed working hours (At site / at
their office)
10 If GPS system is found not working Rs. 100/‐ per day till it starts
functioning.
11 If the minor and major repairing work is not Rs. 500/‐ per such vehicle per day.
carried out as per the schedule given in tender

The penalty will be deducted from the monthly bill of the contractor. Further in above
circumstances (sr.no. 7) AMC will be at liberty to use machine/s by an alternate arrangement
and during such circumstances if any damage occurs to the Machine same also must be set
right by the contractor for which no extra payment / claim will be reimbursed to the
contractor by AMC. This shall be binding on the contractor.

The tenderer / contractor shall keep the machines in perfect working condition to the
satisfaction of Central Workshop. AMC.

PAYMENTS FOR O & M WORK

The contractor shall raise monthly bills to the Central Workshop department for O & M
contract work at the rate agreed and approved under the contract.

Contractor shall submit his monthly bill in the 1st week of every month to the Central
Workshop deptt. From time to time along with duly certified work certificates as by
respective department and work done certificate as per the format given by AMC, from zonal
Asst. Director (SWM).

For O & M contract payment will be made only for those shifts/ working for which work has
been carried out by contractor and approved by zonal SWM dept. / officer incharge of work
on the basis of per 8 hour shift/ 12 hours/ two shifts (i.e. 16 hour shift) rate approved in
tender.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 43 -


Contractor will be paid on a monthly basis subject to his producing satisfactory performance
certificate for work carried out from various departments as mentioned in the tender.

Income Tax as per statutory provision shall be borne by the Contractor. The corporation shall
deduct all statutory taxes like advance Income Tax, GST ‐ TDS etc from monthly payments
being made to the Contractor.

Corporate Tax / any tax assessed on the income of the Contractor, GST (if any) shall be the
responsibility and payable by the Contractor

In case the contractor decides to stop the work during the continuance of the contract or
withdraws from the work without at least 60 days prior notice or if services are terminated by
the AMC on account of Deficiency in Service, the 5% Security Deposit (performance security)
amount shall be forfeited and the contractor shall have no claim on the same. Further, the
corporation reserves the right to make alternative arrangements until new agency takes over.
The additional cost incurred on the same shall have to be borne by the contractor

The Contractor shall ensure timely payments to his workforce and meet all the contractual
commitments in terms of payments, insurance, safety of its workforce. All statutory payments
to the workforce shall be done immediately upon becoming due. The proof of payments
made and any statutory deductions from the wages of the workforce shall be submitted
within one week of making payments as and when required by AMC.
If due to less work &/or for any reason, AMC do not wish to run the machine/s for 8/12/16
hrs. shift then contractor will be paid on prorate basis for actual working hours on that day.
AMC decision & rate calculation in such event/s will be final & binding to all.

Shift timing will be calculated (started) from start of machine from parking area & end will be
when machine come back again to parking area which is provided / identified by zonal Asst.
Dir. (SWM) / officer incharge of work However; contractor has to ensure fast & efficient
movement of machine/s in all the case. If AMC finds any inefficiency; can take necessary
actions including payment deduction & will be binding to contractor

ACCIDENT / DAMAGES / CLAIMS / LIABILITIES

In the event of any accident/damage to third party by any the machine of the corporation
operated by the contractor, the corporation shall be completely free from any liability of any
nature occurred on account of the accident. The Contractor will be fully and exclusively
responsible for the liabilities arise on account of accident and damage to the vehicle,
manpower or to the third party. The Contractor will be fully and solely responsible for any
death or bodily injury to his staff member or any other person in the employment of the
contractor or to any other person during the performance of the contractual services to the
AMC. This includes any third party claims also.

The Contractor will be solely responsible for any consequences under various laws, arising
out of any accident caused by vehicles, equipments or his employees to the property or
personnel of the corporation.

The corporation shall not be responsible for any claim / compensation that may arise due to
death / injury / damage caused by municipal vehicle used by the contractor to any third party
or his own staff while providing services to AMC under the Contract.

INDEMNIFICATION

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 44 -


The Contractor shall bear responsibility for loss of or damage to the property, suffered by
AMC, death or injury to person (or any claim against AMC in respect thereof and all
expenses relating thereto) in connection with the services provided under the Contract
resulting from any negligent act or omission of the Contractor. The Contractor will hold the
AMC fully indemnified in respect thereof.

The indemnified party shall have the right, but not the obligation, to contest, defend, and
liquidate any claim, action, suit or proceeding by any third party alleged or asserted against
AMC in respect of, resulting from, related to or arising out of any matter for which the AMC
is entitled to be indemnified there under, and the reasonable costs and expenses thereof shall
be subject to the indemnification obligations of the Contractor there under. The Contractor
shall be liable for all payments, proceedings, and liabilities including payment of counsel fees.

The Contractor shall at all times indemnify the Municipal Corporation against all claims,
damages or compensation under the provisions of Payment of Wages Act 1936, Minimum
Wages Act 1948, and Departments Liability Act 1938, The Workmen’s Compensation Act
1923, Industrial Dispute Act 1947, Indian Factories Act 1948 and Maternity Benefit Act 1951 or
any modifications thereof and rules made there under from time to time or as a consequence
or any accident or injury to any workmen or other persons in or about the works, whether in
the employment of the contractor or not, save and except where such accident or injury have
resulted from any act of the Municipal Corporation, their agents or servants and also against
all costs, charges and expenses of any suit, Action or proceedings arising out of such
accident or injury and against all sum or sums which may with the consent of the
contractor be paid to his obligations and liabilities as above provided. The Contractor shall
insure against all claims, damages or compensation payable under the various acts
mentioned above or any modifications thereof or any other law relating thereto.

Income Tax as per statutory provision shall be borne by the Contractor. The corporation
shall deduct all statutory taxes like advance Income Tax, GST TDS (if any) etc from monthly
payments being made to the Contractor.

Corporate Tax / any tax assessed on the income of the Contractor, GST tax (if any) shall be the
responsibility and payable by the Contractor.

In case the contractor decides to stop the work during the continuance of the contract or
withdraws from the work without at least 60 days prior notice or if services are terminated by
the AMC on account of Deficiency in Service, the 5% Performance Security deposit amount
shall be forfeited and the contractor shall have no claim on the same. Further, the corporation
reserves the right to make alternative arrangements until new agency takes over. The
additional cost incurred on the same shall have to be borne by the contractor

LIABILITY FOR DAMAGES AND RISKS

The Contractor shall be responsible for all risks to the work and shall make good at his own
cost, all loss or damage, whether to the works themselves or to any other Municipal
property, or third party or to the lives, persons, or property of others, from whatsoever
cause, arising out of, or in connection with the works, either during their progress or during
the defects liability period, and this although all reasonable and proper
precautions may have been taken by the Contractor, and in case the Commissioner or the
Corporation shall be called upon to make good any such costs, loss or damages, or to pay
compensation (including that payable under the provisions of Workmen’s Compensation
Act ) to any person or persons sustaining damage as aforesaid by reason of any

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 45 -


act or of any negligence or omissions on the part of the Contractor, the amount which the
Commissioner may pay in respect thereof and the amount of any costs or
charges(including law costs and charges ) in connection with legal proceedings which he
may incur in reference thereto, shall be charged to the Contractor. The Commissioner
shall have full power and right at his own discretion to pay or to defend or compromise any
claim which may be made against the Corporation for damage or in case of threatened legal
proceedings, or in anticipation of legal proceedings being instituted, consequent on the
action or default of the Contractor, to take such steps as he may consider necessary or
desirable to ward off or mitigate the effect of such proceedings charging to the Contractor, as
aforesaid, any sum or sums of money which he may pay and any expenses, whether for
reinstatement or otherwise which he may incur and the propriety of any payment, defense
or compromise, or of the incurrence of any such expense shall not be
called in question by the Contractor and will be recovered from the contractor.

The Contractor shall be held responsible for any obligations, damages and fines etc. arising
out of or in connection with the works either during their progress or during the defects
liability period and shall indemnify the MUNICIPAL CORPORATION or the Commissioner
against them and make good any such damages, fines and dues arising out of non‐
compliance of any regulation by the Contractor which may develop on the Corporation or
the Commissioner.

The Contractor shall ensure timely payments to his workforce and meet all the contractual
commitments in terms of payments, insurance, safety of its workforce. All statutory
payments to the workforce shall be done immediately upon becoming due. The proof of
payments made and any statutory deductions from the wages of the workforce shall be
submitted within one week of making payments.

INSPECTION

The commissioner reserves the right to carry out inspection, as and when required without
intimating the contractor, of the various locations where work is in progress. Any
shortcoming found during inspection will be intimated to the contractor or his supervisor
orally or in written which shall have to be attended immediately by the contractor or his
supervisor. The penalties imposed on the contractor from time to time, shall be recovered
from the Monthly Bill or adjusted against the 5% SD amount. The corporation reserves the
right to treat continuous shortcomings as “Deficiency of Service” and terminate the Contract
after giving one month notice.

FORCE MAJEURE

i) Notwithstanding the provisions of above, the contractor shall not be liable for forfeiture of
its Performance Security/ Contract Deposit, liquidated damages or termination or other
failure to perform its obligations under the contract is result of an event of force Majeure.

ii) For purposes of this clause, “Force Majeure” means an event beyond the control of the
Contractor and not involving the Contractor’s fault or negligence and not foreseeable. Such
events may include, but are not restricted to, acts of the Purchaser either in its sovereign or
contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and
freight embargoes.

iii) If a force Majeure situation arises, the Contractor shall promptly notify the Purchaser in
writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 46 -


in writing, supplier shall continue to perform its obligations under the contract as far as is
reasonably practical, and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.

Force Majeure shall mean such an Event or Circumstance or combination of Events and
Circumstances which are beyond the reasonable control of the Affected Party and which the
affected party could not have prevented by Good Industry Practice or by the exercise of
reasonable skills and care for the purpose of discharging its obligations under the Contract.
The Force Majeure will tend to have material adverse effect on the performance of such
affected party.

Following shall be the events and circumstances of Force Majeure:

Act of War (whether declared or undeclared), invasion, armed conflict or act of foreign
enemy, blockade, revolution, riots, insurrection, civil commotion, act of terrorism, or sabotage

The expropriation or Compulsory acquisition or seizure of the assets of The Contractor by


any Governmental Instrumentality, provided that this clause shall not apply where such Act
constitutes a remedy or sanction lawfully exercised as a result of a breach by the Contractor
of any Indian law or Indian Directive but excluding any change in law.

Act of God epidemic, lightning, earthquake, cyclone, whirlwind, flood, tempest, storm,
drought, lack of water or other unusual or extreme adverse weather or environmental
conditions, action of the elements, meteorites, fire or explosion to the extent generated from
the source external to the Contractor or his assets due to reasons other than, those caused by
negligence of the Parties, chemical or radioactive contamination or ionizing radiation.

Procedure for Calling Force Majeure: The affected party shall notify to the other party in
writing of the occurrence of the Force Majeure as soon as reasonably practicable, and in any
event within 24 hours (Twenty Four hours) after the Affected Party knew, or ought
reasonably to have known, of its occurrence and that the Force Majeure would be likely to
have a material impact on the performance of its obligations under the Contract.

The notice shall include full particulars of the nature of Force Majeure event, the effect it is
likely to have on the Affected Party’s performance of its obligations and the measures, which
the Affected Party is taking, or proposes to take, to alleviate the impact of the Force Majeure
Event and restore the performance of its obligations. When the affected Party is able to
resume performance of its obligations under this Contract, it shall promptly give the other
party written notice to that effect provided that in no event shall the suspension of
performance be of greater scope and of longer duration than is necessitated by Force Majeure.

The rights and obligations of the Affected Party shall be suspended to the extent they are
affected by the Force Majeure. AMC shall not be liable to make any payments to the
contractor for it being affected on account of Force Majeure.

AMC reserves the right to terminate the contract if the Force Majeure continues for more than
15 (Fifteen) days at a stretch.

CANCELLATION OF CONTRACT IN FULL OR IN PART

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 47 -


a. If the Contractor at any time makes default in proceeding with the work with
due diligence and continues to do so after notice in writing of fourteen days from
the Dy. Municipal commissioner (Workshop); or

b. Commits default in complying with any of the terms and conditions of contract
and does not remedy it within fourteen days after a notice in writing is given to him
in that behalf by the Dy. Municipal commissioner (Workshop);, or

c. Fails to complete the works or items with individual dates completion, on or before
the date(s) of completion and does not complete them within the period specified in
a notice given in writing in that behalf by the Dy.Municipal commissioner
(Workshop);, or

d. Shall offer or give or agree to give to any person in MUNICIPAL CORPORATION


service or to any person on his behalf any gift or consideration of any kind as an
inducement or reward for doing or forbearing to do or for having done or
forborne to any other contract for the MUNICIPAL CORPORATION, or

e. Shall obtain a contract with the MUNICIPAL CORPORATION as a


result of ring tendering or other non bonafide methods of competitive tendering;
or

f. Being an individual or a firm, any partner thereof, shall at any time be adjudged
insolvent or have a receiving order or order for administration of his estate made
against him or shall take
any proceedings for liquidation or composition (other than voluntary liquidation
for the purpose of amalgamation or reconstruction) under any Insolvency Act for
the time being in force or make any conveyance of assignment of his effects or
composition or arrangement for the benefit of his creditors or purport so to do, or
if any application be made under any insolvency Act for the tile being in force for
the sequestration of his estate or if a trust deed be executed by him for his
creditors; or

g. Being a company, shall pass a resolution or the court shall make an order for the
liquidation of his affairs, or a receiver or a manager on behalf of the debenture
holders shall be appointed or circumstances shall arise which entitle the court of
debenture holders to appoint a receiver or a Manager, or

h. Shall suffer an execution being levied on his goods and allow it to be continued for
a period of 15 days, or

i. Assigns, transfers, sublets (engagement of labour on a piece work basis or labour


with materials not to be incorporated in the work, shall not be deemed to be
subletting) or attempts to assign, transfer or sublet, the entire works or any
portion thereof without the prior written approval of the Commissioner; the
Commissioner may without prejudice to any other right or remedy which shall
have accrued or shall accrue thereafter to the MUNCIPAL CORPORATION by
written notice cancel the contract as a whole or only such items of work in default
from the contract.

The Commissioner shall on such cancellation have powers to;

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 48 -


(a) Take possession of site and any materials, constructional plant, implements, stores,
etc., thereon and/or

(b) Carry out the work by any means at the risk and cost of the contractor.
On cancellation of the contract in full or in part the AMC shall determine what
amount, if any, is recoverable from the contractor for completion of works or in case
the works or part of works is not completed, the loss or damage suffered by the
MUNICIPAL CORPORATION, in determining the amount, credit shall be given to
the contractor for the value of the work executed by him upto the time of
cancellation.

Any excess expenditure incurred or to be incurred by the MUNICIPAL


CORPORATION in completing the works or part of the works or excess loss or
damages suffered or may be suffered by the MUNICIPAL CORPORATION as
aforesaid after allowing such credit shall be recovered from any money due to the
Contractor on any account and if such moneys are not sufficient the Contractor
shall be called upon in writing to pay the same within thirty days. If the Contractor
shall fail to pay the required sum within the aforesaid period of thirty days, the AMC
shall have right to sell any or all of the Contractor’s unused materials, constructional
plant, implements, temporary buildings etc. And apply the proceeds of sale thereof
towards the satisfaction of any sums due from the Contractor under the contract,
and if thereafter there be any balance outstanding from the Contractor it shall be
recovered in accordance with provision of the contract.

Any sums in excess of the amounts due to the MUNICIPAL CORPORATION


and unsold materials, constructional plant etc. shall be returned to the Contractor,
provided always that if cost or anticipated cost of completion by the
MUNICIPAL CORPORATION of the works or part of the works is less than the
amount of which the Contractor would have been paid had he completed the works
or part of the works, such benefit shall not accrue to the Contractor.

Without prejudice to the generality of the foregoing, the Contractor shall deposit the
amount, as security deposit shall be absolutely forfeited to the MUNICIPAL
CORPORATION for such failure, or breach or determination of contract.

FORECLOSURE OF CONTRACT IN FULL OR IN PART

If at any time after acceptance of the tender the Commissioner shall decide to
abandon or reduce the scope of the works for any reasons whatsoever and hence not
require the whole or any parts of the works to be carried out, he shall inform the
Contractor in writing to that effect and the Contractor shall have no claim to
any payment or compensation or otherwise whatsoever, on account of any profit or
advantage which he might have derived from the execution of the works in full but
which he did not derive in consequence of the foreclosure of the whole or part of the
works.

Provided always that nothing herein contained shall be deemed to render the
Contractor liable for or in respect of or to indemnify the Municipal Corporation
against any compensation or damage causes by the Excepted Risks.

TERMINATION OF CONTRACT

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 49 -


The Contract shall stand terminated at the end of the Contract period unless
extended by the corporation in writing. However AMC reserves the right to
terminate the contract at any time by giving 1 month (30 days) notice to the
contractor.

GENERAL CONDITIONS OF CONTRACT

‐ The machines shall be operated & maintained by the successful contractor with his
personnel for a period of three years from the date of initial execution of the work,
SEVEN days a week for one shift and if required for two or three shifts. The tenderer
has to quote for one shift of 8 hour, 12 hours and two shifts (i.e. 16 hours) per day as
per price format. It may require operating the machine in two or occasionally in three
shifts. If machine/s is/are operated for third shift (night shift) shift, additional
payment will be done at the rate of two shifts plus one shift of 8 hours quoted by
party &/Or sanctioned by AMC. The contractor shall employ required supervisor,
mechanics, technicians, one driver cum operator, and skilled / unskilled labour per
machine. The contractor shall arrange for fuel, lubricant, tools, spares and all
consumables and all other related materials & expenditures for smooth and
uninterrupted working of sweeping machine during the period of contract.

‐ The contractor shall have to maintain logbooks & shift register, present register of
the staff / has to show certificate for work done. Contractor has to get work done
certificate from the concerned deptt./ officers of AMC where/ under whom
machine/s put in use in the machine Log diary / certificate & copy of same must be
enclosed along with monthly bill submitted to Central Workshop/concerned deptt ;
(as per AMC instruction) AMC for payment procedure.

‐ For operating contract payment will be made only for those shifts for which work has
been carried out by contractor on the basis of rate quoted &/or sanctioned in tender.

‐ For comprehensive maintenance contract penalty will be imposed on the contractor


for delay work & off road period of the machine if it is delayed beyond reasonable
time as mentioned below;

‐ All minor repairing & preventive maintenance work shall be carried out within 24
Hrs. otherwise penalty will be imposed & will be deducted from the monthly bill of
the contractor for the days for which machine remain out of order as mentioned in
penalty table.

‐ All major repairing shall be carried out within 7 days otherwise penalty will be
imposed will be deducted from the monthly bill of the contractor for the days for
which machine remain out of order as mentioned in penalty table.

‐ Minor work Includes: Routine service, Hose replacement, electrical work, external
leakages (oil/water/diesel), mechanical / hydraulic settings, radiator work, general
bodywork, clutch repairing, gear /transmission repairing minor work brush
replacement brush setting, filter repair / replacement etc. These shall be carried out at
site or at AMC’s parking place or as the case may be and allowed by AMC.

Major work Includes: Structural damages, Engine o/h related , Gearbox / clutch
related major work , major hydraulic repairing like cylinder damage, major body
work / chassis (structure) repairing work, Blower unit work for Truck Mounted Road

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 50 -


Vaccum Sweeper Machine etc.

‐ If contractor fails to provide the driver cum operator as per the requirement of AMC
penalty will be imposed as mentioned in the penalty table & which will be deducted
from the monthly bill of the contractor. Further in such circumstances AMC is at
liberty to use the machine with alternate arrangement & if any damages occur to the
machine, same also must be set right by the contractor for which no extra payment /
claim will be reimbursed to the contractor by AMC and this shall be binding on the
contractor.

‐ The contractor shall be required to take comprehensive insurance for all the machines
during the contract period. It will be the responsibility of the successful tenderer to
have insurance coverage of their operating staff also. They are requested to note that
there will not be any reimbursement in this regard by AMC. As regards any mishap /
accident happened on the road or at site, the successful tenderer will have to
shoulder the complete responsibility of the same, right from registration of Police
complaint, lodging / follow up of the insurance claim and facing the court trials etc. It
shall be the responsibility of successful tenderer to set right the machine without
raising any extra bills / claim against the same to AMC. However, they shall be liable
to receive all the payments received by AMC (if issued to AMC by insurance
company) against the settlement of insurance claims from the Insurance Institutions
as per rules / they can get reimbursement directly from the insurance company. AMC
authorities shall give the full cooperation to the successful tenderer by signing the
requisite documents necessary for raising the insurance claim up to settlement of the
same.

‐ The work force provided by the contractor shall have to be properly dressed in
uniform and shoes, safety gears for work requirement all the time. Each person
provided by the contractor shall have to display the Identity Card on the uniform,
with photo.

‐ Contractor has to arrange for all drivers, Mechanics, labour, etc. & incur their salaries,
wages, etc. as per the prevailing rules and regulations & all liabilities and
responsibilities also lies with him.

‐ The Contractor shall ensure that his personnel report to works everyday at
designated time and continue working throughout the day. The Contractor shall
make provision for presence of requisite manpower during national holidays and
festivals etc. as per AMC requirement. The corporation for working on holidays,
national holidays and festivals will make no separate payments. The Contractor shall
ensure presence of his workforce at the specified time and place.

‐ The Contractor will be solely responsible for any consequences under laws, arising
out of any accident caused by his vehicles, equipments &/or his employees to the
property or personnel of the corporation &/or third party under this contract.

‐ The corporation shall not be responsible for any claim / compensation that may arise
due to damages / injury / death pilferage to the Contractor’s vehicles, equipments,
property, staff and any third party or the property, under any circumstances while
providing services under the Contract.

‐ Force Majeure shall mean such an Event or Circumstance or combination of Events

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 51 -


and Circumstances which are beyond the reasonable control of the Affected Party
and which the affected party could not have prevented by Good Industry Practice or
by the exercise of reasonable skills and care for the purpose of discharging its
obligations under the Contract. The Force Majeure will tend to have material adverse
effect on the performance of such affected party.

‐ The Contract shall stand terminated at the end of the Contract period unless
extended by the corporation in writing. In case if A.M.C. found continuous
shortcomings in the services of the contractor, which will be treated as “Deficiency of
Service” and AMC in such event can terminate the Contract with prior notice of 30
days.

‐ The contractor shall obtain all necessary approvals, permits and licenses to operate
the said service. The corporation shall in no way be responsible for the loss occurring
to the contractor on this count.

‐ The commissioner reserves the right to impose additional financial penalty not
exceeding 10% of the monthly bill in a month in case the work is not found up to the
mark, during the routine inspection carried out by the corporation’s staff ( if
required, in case of continuous lapses). The decision on amount of penalty within the
above limit is at sole discretion of the Municipal Commissioner and shall be binding
on the contractor. This penalty will be over and above the routine penalties as
mentioned earlier for non‐performance as per the conditions.

‐ The Contractor shall indemnify the corporation and its employees against any
penalties as PRINCIPAL EMPLOYEER, for any failure of the Contractor to honor
various State Laws / Enactments / Contract Labour (R&A) Act 1970 (C) / Minimum
wages Act / Bonus Act / EPF & MP Act etc. and any other law prevailing during the
entire contract period.

‐ The successful Contractor shall have to submit performance security deposit which
shall be 5% of the one year O & M contract work amount based on daily 8 hrs
working shift approved rate as a contract performance security. This guarantee (BG)
shall be renewed timely (every yearly) till expiry of contract. This will be released
only after successful completion of the entire contract period and hand over of the
machines in satisfactory working conditions to the Central Workshop, AMC and if
there is no due to be recovered from the contractor for any reason. Further successful
tenderer has to enter in to an Agreement with Ahmedabad Municipal Corporation as
per rules within 15 days from the date of order.

‐ The operation & maintenance contract rate quoted by tenderer will be fixed for entire
5 years contract period. Only diesel price variation during the contract period will be
considered for which tenderer must have to clearly specify the % loading towards
diesel part in the operation contract without fail , which will be considered for diesel
price variation. Fuel cost increase or decrease will be allowed every quarterly & rate
applicable in the first week of new quarter will be taken in to consideration. Base rate
will be the rate applicable on the date of commencement of work. The formula for
determining the increase or decrease in the rate from the base rate will be as under;

C
Change in diesel part (E) Rs =A x B ‐1
D
1

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 52 -


New Rate of operation contract for quarter = A± E

Where;

A = current rate of operation contract

B = % age loading of diesel part in operation contract

C = Rate of diesel in this quarter

D = Rate of diesel in previous quarter

E = Change in diesel part

New rate will be sum of Maintenance contract rate and new rate of op. contract for the
quarter.

‐ During the contract period, necessary infrastructure like parking / repairing plot/area,
water, drainage, electricity will be provided by AMC. However if any temporary
storage / repairing facility required to be created, same will be carried out by
contractor at their own cost with prior approval of concerned AMC authority. At the
end of / as per the direction of AMC even during the contract period, contractor has
to vacate the place allotted to them & remove the facilities if any created by them
without any delay.

‐ The Contractor has to arrange for O & M of machines outside of Ahmedabad city as
and when required by AMC.

‐ Mobile phone and other communication equipments shall have to be provided for
each machine and to the supervisors for effective communication. Contractor has to
arrange for 24 hrs. Complain register phone No. For effective communication.

‐ At the end of O & M contract period, tenderer has to hand over the machines in
satisfactory working conditions acceptable to Municipal Commissioner &/or his
authorized representative/s of Central workshop deptt. Otherwise penalty will be
imposed by AMC at the discretion of Municipal Commissioner & shall be binding to
the contractor.

‐ All financial arrangement for this work shall be arranged by the Contractor. AMC
shall not be responsible for the financial constraints of the contractor.

‐ Contractor shall provide labor, semi skilled and skilled staff for operating the project
during the period of contract. The salary of staff and all other expenses shall be borne
by the contractor.

‐ Contractor shall have to depute sufficient staff for monitoring / reporting of various
activities related to contract.

‐ The Contractor shall be responsible for any damage occurring to the corporation’s
property and general public, incase the cause is attributed to the cleaners/supervisors.
The contractor shall have to get the same rectified at his own cost and risk, or
otherwise, the corporation at the risk and cost of the contractor shall attend the same
to.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 53 -


‐ The Contractor shall ensure, at all times that his supervisors/cleaners do not
misbehave with the corporationʹs staff or general public while on duty. The personnel
found misbehaving shall be immediately removed from the work at the risk of the
contractor.

‐ The corporation shall not be responsible for any injury/death to the any staff of
contractor including drivers, supervisors, cleaners etc deployed by them. It is the
responsibility of the contractor to ensure that his personnel follow the safety
regulations strictly, which is in force from time to time.

‐ The Contractor shall obtain all necessary approvals, permits and licenses to operate
the said service. The corporation shall in no way be responsible for the loss occurring
to the contractor on this count.

‐ Contractor shall take all necessary insurances for the said work and workforce.
Insurance for Third Party Liability arising out of Contractorʹs vehicle, equipment,
cleaning agents or workforce shall also be taken from the first day of operation.
Corporation shall not be responsible for any losses occurring to the Contractor or
third party on this count.

‐ The commissioner reserves the right to impose financial penalty not exceeding 10% of
the monthly bill over and above the penalty mentioned for various defaults in
penalty clause in a month in case the work is not found up to the mark during the
routine inspection carried out by the Municipal Commissioner or corporation’s staff.
The decision on amount of penalty within the above limit is sole discretion of the
commissioner and shall be binding on the contractor.

‐ The Contractor shall maintain a First Aid Kit and other necessary medicines
including bandages, antiseptic creams/liquid, anti burn cream/powder as required to
attend to any emergency situations.

‐ The Contractor shall indemnify the corporation and its employees against any
penalties as PRINCIPAL EMPLOYEER, for any failure of the Contractor to honors
various State Laws / Enactments / Contract Labor (R&A) Act 1970 (C) / Minimum
wages Act / Bonus Act / EPF & MP Act / any laws affecting such services etc.

‐ The tenderer shall note that MUNICIPAL COMMISSIONER OF AHMEDABAD


shall not be responsible for any mishap or accident to workmen of the contractor or
MUNICIPAL CORPORATION OF AHMEDABADʹs employee working at site,
while performing these jobs and no compensation shall be payable by MUNICIPAL
CORPORATION OF AHMEDABAD . In case of mishap or accident, the amount of
compensation decided by the concerned authorities will be kept in deposit from
contractor’s bills/ will be paid by contractor. The successful tenderer shall take all the
precautions to avoid any damages to municipal property while working. If any
damage is noticed, the charges for setting right the same will be recovered from their
bills.

RISK AND COST:

i) In case the successful bidder fails to deliver the services as stipulated in the tender,
the Commissioner reserves right to get it done from alternate sources at risk, cost and
responsibility of successful bidder.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 54 -


ii) If it is observed that the Contractor carrying out the work fail to comply with
instructions given by the authorities at the Dy. Municipal Commissioners /
Municipal Commissioner’s level during execution of work thrice, the work will be
terminated and will be carried out at the risk and cost of the contract & penal action
will be taken against them. This decision will not be arbitrable at all.

iii) The above condition will be in addition to the relevant condition in General
Conditions of Contract regarding cancellation of full or part of the work, finality of
the decision of the disputes, differences or claims raised by the contractors relating to
any matter arising out of the contract

The successful Contractor shall have to enter in to an Agreement with Ahmedabad


Municipal Corporation.

This is subject to the jurisdiction of the competent court of Ahmedabad only.

Tenderer’s Sign Joint director (Mechanical)


With seal Central Workshop.
Ahmedabad Municipal Corporation

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 55 -


INFRASTRUCTURE & UTILITIES

The corporation shall provide locations for parking, minor repair and maintaining the
machines. Necessary energy charges, water charges, property tax (if any, when separate plot
for regular parking and repair ‐ maintenance is given to contractor by AMC, based on
AMC policy‐ norms ) and other govt. levies etc will be borne by contractor.

All necessary infrastructure shall be developed by contractor at their own cost after
permission from the AMC, zonal SWM Deptt. / other Deptt. for O & M contract work, (when
separate plot for regular parking and repair ‐ maintenance is given to contractor by AMC)
and such infrastructure shall be a removed at the end of contract / as per the direction of
AMC even during the contract period by contractor and contractor has to vacate the place
allotted to them & remove the facilities if any created by them without any delay.

Contractor ’s Sign Joint Director (Mechanical)


With seal Central Workshop.
Ahmedabad Municipal Corporation

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 56 -


APPENDIX‐2

QUALIFICATION/ELIGIBILITY CRITERIA

A. Only duly registered Firm/Company can submit Bids. Provide Certificate of Registration.
(GST / IT etc.)
B. Manufacturer &/or Supplier of such type of Truck mounted road vaccum Sweeper
machines/vehicles or its authorized dealer / distributor or Municipal Street Sweeping
work contractors with Mechanized power sweepers of any capacity/type can take part in
the tender for which necessary documentary proof should be enclosed with tender. If
the tenderer is Authorized dealer/ Distributor of the manufacturer, a latest Authority
letter should be submitted. If tender is quoted by Municipal Street Sweeping work
contractor then he has to submit the details of vaccum Sweeping Machine he quote
along with latest agreement for this tender with its machine manufacturer &/or supplier
as per tender requirements to qualify in the tender. However machine manufacturer/
supplier must possesses requisite quantity and other criteria for machine supply and
performance as mentioned in the experience clause. Necessary documentary proof shall
be attached with the tender.
C. Financial Criteria:
a. The Average Annual financial turnover of the tenderer during the last 3 financial
years, ending 31/03/18 should be at least 12 (Twelve) crore. Separate Chartered
Accountant’s certificate shall be attached.
b. The tendererer / Companies must have Bank solvency certificate of Nationalised /
Schedule Bank / Banks as per AMC Circular amounting to not less Rs. 800 Lakh. The
solvency certificate issued shall not be older than one year.
If tender is quoted under JV/Consortium/ MOU arrangement , then combine financial
& technical data of JV/Consortium/ MOU/ association members will be considered
for technical evaluation.
D. Experience Criteria:
For Manufacturer/Supplier
Manufacturer / principal supplier of the Truck Mounted Road vaccum sweeping
Machines whose system is proposed in the tender shall have supplied such truck
mounted vaccum road sweeping system of any capacity in last 7 years (as on 30‐11‐2018)
as under; All necessary documentary evidence shall be submitted along with the tender.
Experience Criteria Required for Manufacturer / Supplier of vehicles & Service Provider
is as blow :
1. For Manufacturer/Supplier
Manufacturer / principal supplier of the Mechanised Road Vaccum Sweeper vehicles
whose system are proposed in the tender shall have supplied at least minimum of
following quantity of such or other type of mechanised Road vaccum Sweeper Machines
during last 7 years ending 30. 11. 2018. All necessary documentary evidence shall be
submitted along with the tender.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 57 -


a. Three similar works of Supply of Similar Vehicles should not be less than 40% (i.e. each
work order for supply of 6 Sweeping Machines or each work order shall be amounting to
Rs. 471.00 Lakhs or more) of the quantum of this tender
or
b. Two similar works of Supply of Similar Vehicles should not be less than 50% (i.e. 7
Sweeping Machines or amounting to Rs. 589.00 Lakhs) of the quantum of this tender
or
c. One similar work of Supply of Similar Vehicles should not be less than 80% (i.e. 12
Sweeping Machines or amounting to Rs. 942.00 Lakhs) of the quantum of this tender.
Similar work means work related to Manufacture / Supply of Mechanised power road
vaccum sweeping machines of any capacity & / or type for Municipal Solid waste
management work, in any Municipal Corporation/ ULBs / Government / semi Govt.
organisation/institutions / etc.
If tender is quoted by Vehicle manufacturer / supplier / authorized dealer alone then he
must be having experience for providing services in integrated MSW project work /
having experience of providing O & M services / rental contract based work (as
mentioned in work experience for service provider below) with such road sweeping
Vehicles to any Municipal Corporation/ ULBs / Government / semi Govt.
organisation/institutions / etc. clientele Or must have tie up with service provider (under
JV / association / MOU / Consortium etc arrangement) who is having experience either
with own &/or with clientʹs Vehicles (with any type of mechanised road sweeping
vehicles) for providing MSW related Mechanised road sweeping work in any Municipal
Corporation/ ULBs / Government / semi Govt. organisation/institutions / etc.
2. Work Experience For Service Provider:
For service provider; Experience of having successfully completed street sweeping work
with Mechanized Power Sweeping Machine of any capacity/type of machine under
integrated MSW project work / rental work basis / O & M contract basis of Mechanized
power sweeper machine for at least 2 (Two) continuous years during last 7 years ending
30/11/2018 in any Municipal corporations /ULBs /Institutions / Govt./ Semi Govt.
organisation must required. It shall be as under; all related duly self attested documents
like purchase order, performance certificates etc. shall be submitted.
Similar work means work related to providing of O & M services / rental based work /
integrated MSW project work with & / or by using Mechanised power road sweeping
machines either with own &/or with clientʹs Vehicles of any capacity / type for MSW
related work in any Municipal Corporation/ ULBs / Government / Semi Govt.
organisation / institutions / etc.
The tenderer shall furnish a satisfactory work performance certificate from the past/
current purchasers/customers with details & itʹs working together with self‐attested
copies of purchase order/s received from those client/s.
E. Further, If tender is quoted by Municipal MSW Service Provider then he has to submit
the details of Mechanised power road vaccum sweeping machines he quote along with
agreement with its Vehicle manufacturer &/or authorized supplier as per tender
requirements to qualify in the tender. Further Mechanised power road vaccum
sweeping machines manufacturer/ supplier must possess requisite quantity and other
criteria for Vehicles supply and performance as mentioned in the above experience

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 58 -


clause For Manufacturer/Supplier. Necessary documentary proof shall be attached with
the tender.
F. The tenderer (supplier of Machine) shall furnish satisfactory performance certificate
from the past purchasers for at least 6 nos. of Mechanised road vaccum sweeping
machines of any capacity / type for Vehicle supply & its working together with self‐
attested copies of purchase orders received from those clients.
G. The tenderer shall furnish the list of Municipal corporations /ULBs /Institutions etc. with
Address & Tel. no. to whom equipments have been supplied during the preceding five
years and the numbers of equipments/vehicles such supplied.
H. Certificate from Chartered Accountant about turn over shall be submitted.
I. If participants are Joint Venture / Consortium /MoU / association etc. then they should
fulfil following conditions:
If the supplier is a Joint Venture / Consortium /MoU / association etc, all of the parties
shall be jointly and severally liable to the Purchaser for the fulfilment of the provisions
of the contract and shall designate one party to act as a leader (Technical member either
manufacturer &/or supplier &/or service provider) with authority to bind the Joint
Venture / Consortium /MoU / association etc. The composition or the constitution of the
Joint Venture / Consortium /MoU / association etc. shall not be altered without the prior
consent of the Purchaser. Maximum two parties are allowed for such joint venture,
consortium, or association.
Joint Venture / Consortium /MoU / association etc is permitted maximum up to 2 (two)
members; Tie up details of Joint Venture / Consortium /MoU / association etc. members
shall be submitted with documentary evidence along with tender.
All the members of the Joint Venture / Consortium /MoU / association firms etc all shall
have to collectively satisfy all the criteria mentioned.
In case, the applicant Joint Venture / Consortium /MoU / association partner has
achieved physical & financial performance for the criteria mentioned above in past. In
Joint Venture / Consortium /MoU / association with other contractor (other then present
Joint Venture / Consortium /MoU / association partner), the portion of the work
(physically and financially) of the contractor included in their Joint Venture /
Consortium /MoU / association Agreement in original contract work shall only be
considered for evaluation purpose.
Joint Venture / Consortium /MoU / association etc shall comply with the following
minimum requirements:
a. The Joint Venture / Consortium /MoU / association etc shall be between maximum of 2
members including the prime bidder or the leader (Technical member) of the Joint
Venture / Consortium /MoU / association etc.
b. The Joint Venture / Consortium /MoU / association etc as a part of the Joint Venture /
Consortium /MoU / association etc agreement shall declare and nominate the leader of
Joint Venture / Consortium /MoU / association etc who will be deemed to be prime
bidder.
c. The Joint Venture / Consortium /MoU / association etc agreement shall clearly and
unambiguously specify the roles, duties and responsibilities and stake of each of the
Joint Venture / Consortium /MoU / association etc. members including binding of
parties for execution of the project and till 5 years / expiry of the contract period which
ever is later.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 59 -


d. The Joint Venture / Consortium /MoU / association etc. agreement shall be notarized and
the original agreement shall be attached with the qualification bid (technical) and shall
not be modified and amended without prior approval of the Ahmedabad Municipal
Corporation during the entire period of contract performance.
Special Notes
J. Disqualification
Disqualification Even though the Applicants meet the above criteria, they are subject
to be disqualified if Applicant or any of its constituent partners have: ‐ Made
misleading or false representation in the forms, statements, and attachments
submitted; or ‐ Been debarred or terminated or blacklisted (and effect is continue on
due date of this tender) by Central Govt. organization / State Govt. organization /
AMC / Any Municipal Corporation / ULBs
In case of a proprietary firm, partnership, private ltd, limited firm the following are
the disqualification in case of failure to disclose information by partners or the
proprietor:
(i) If, any of the directors, partners or the proprietor is debarred / blacklisted by Central
govt. organization / State Govt. organization / ULB / Any Municipal Corporation /
AMC or any other Agency of Government of India or any of the State Government.
(ii) If, any of the directors, partners or the proprietor has a criminal history or has been
convicted by any court of law for any of the offenses under any Indian laws.
(iii) If, any criminal proceeding is pending in any court of law in India against any of the
directors, partners or a proprietor and if any such proceeding culminates into
conviction.
Note: The experience as sub contractor shall not be considered

Contractor’s Sign Joint director (Mechanical)


With seal Central Workshop.
Ahmedabad Municipal Corporation

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 60 -


APPENDIX‐3
D e tai l s of Te nd er er

Submit details of all members of Joint Venture / Consortium /MoU / association partners)
1. (a) Name of firm :
(b) Address of the office(s)
(c) Date of incorporation and/or commencement of business
Details of Service Provider
(a) Name of firm :
(b) Address of the office(s)
(c) Date of incorporation and/or commencement of business

2. Brief description of the Supplier’s main lines of business.

Brief description of the Service Provider’s main lines of business.


3. Details of individual(s) who will serve as the point of contact / communication for AMC
with the Tenderer / contractor:
(a) Name:
(b) Designation:
(c) Company/Firm:
(d) Address:
(e) Telephone number:
(f) E‐mail address:
(g) Fax number:
(h) Mobile number:
4. Name, Designation, Address and Phone Numbers of Authorized Signatory of the
bidder
(a) Name:
(b) Designation:
(c) Company/Firm:
(d) Address:
(e) Telephone number:
(f) E‐mail address:
(g) Fax number:
(h) Mobile number:
5. Details of Principal Manufacturer/supplier
(a) Name:
(b) Designation:

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 61 -


(c) Company/Firm:
(d) Address:
(e) Telephone number:
(f) E‐mail address:
(g) Fax number
6. Details of the equipment supplied as per Clause 1.0,Appendix 1
• Specification
• Pictures
• Brief description
• Delivery Schedule
S. No D e tai l s A c ti on Rema rks
1 W he t h er te n de rin g fi rm/company Say Yes /No
is du ly re gis ter ed ? Na me of the re gis te ri ng
authori ty.(a tta ch
c e r ti f i ca te)
2 W he t h er the te nd er er i s th e Pu t ‘X’ or ‘V ’
Ma nufa ctur er o f th e Vehi cles/ Ma nufa ctur er
Eq ui pme n t p r o po s e d to be • Au thori se d deal er .
su ppli ed or i s h e th e Au thoriz ed • Distribu tor
d ea l er / Distribu tor of th e (Attach certif ica tes)
manufacturer?

3 D e tai l s of V ehi cl es /Equi pme n t (as Say Yes / N o.


m e n ti on e d i n th e te nde r) su ppli ed
i n the pr ece di ng fi ve y ea r s A t ta c h sepa ra te s he e t
g i v i n g d e tai l s
4 A t ta c h performance c e r ti f i ca te s Say Yes / N o.
f ro m th e pas t pu rc has er s together A t ta c h Certif ica te
w i t h a t t e s te d c o pi es o f pur cha se r
o r de r re c eive d f r o m th o se clients
as me n ti o ne d i n the qual ifica tion
c ri t eri a .
5 W he t h er the t en de re r a nd / or his Say Yes / N o.
authoriz ed d ea l e r / s e rvi ce
provider ha ve been bla ck l is te d /
work te rmi na te d by a ny civi c
authori ty/department / a ny g ov t .
o r semi g ov t . a u th o r i t y ?
6 D e tai l s of / O & M c on t ra c t ba sis /
i n te gra ted p r o j e c t basi s wo rk f or
w a te r body mai n te na nc e

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 62 -


APPENDIX 4
FINANCIAL QUOTATION
COMPULSORY ONLINE
Financial Quotation for the Ten der for Su pp ly, Delive ry, Te sti ng ,
Commi s sioning & Compre hensive Operati on An d Mai nte nanc e Cont ract
For 5 (Fi ve) Yea r s Of Truck M ou nt e d Road Va ccu m Sweepe r Ma ch ine s‐ 15
Nos.For M uni ci pal S ol i d Wa ste Ma nage me nt Un der S wa c h ha Bharat
Mi s sio n
Date:
The Municipal Commissioner
Ahmedabad Municipal Corporation.
Mahanagar Sewa Sadan.Danapith.
Ahmedabad‐380001
Sub: Financial Quote for Ten der fo r S up pl y , Deli very , Testing, Co mmi ssi oni ng
& Comprehe nsive Ope rati on An d Maintena nce Cont ract Fo r 5 (Fi ve) Years
O f Tr uc k M ou nt e d Road Vaccu m Swee pe r Mac hine s‐ 15 No s. For Municipal
Solid Waste Management Under Swachha Bharat Mission
Dear Sir/Madam,
We, hereby, having reviewed and fully understood all the terms and conditions of this
Tender Document, submit our financial quote for the supply of following equipment and its
O & M work as per the tender terms and scope of work for your evaluation. The price quoted
includes packing, forwarding charges, insurance, all taxes and duties etc. Delivery will be
made at Ahmedabad, Gujarat at site specified by AMC and will be as per Appendix 1 of the
Tender Document.
Notwithstanding any qualifications or conditions, whether implied or otherwise, contained in
our Quotation we hereby represent and confirm that our Quotation is unconditional in all
respects and we agree to the terms of this Tender Document.

SCHEDULE OF PRICE (A)


A. S up pl y , Deli very, Te sting, C ommi ss io nin g & Comp rehe nsive
Opera tion A nd Maintena nce Contra ct For 5 ( Five) Yea rs Of Tru c k
M ou nt e d Road Va ccu m Sweepe r Ma chi ne s‐ 15 No s. For Municipal Solid
Waste Management Under Swachha Bharat Mission.
Sl Details Required Financial Total Amount
No. Qty. Quote Rs.
PER
UNIT
(Rs.)
1. S up pl y , Del ivery, Te sti ng, 15 Nos.
Commi s sioning Of Truck
M ou nt e d Road Va ccu m Swee pe r
Ma ch ine s‐ 15 N os . For Municipal
Solid Waste Management Under Swachha
Bharat Mission
1 Basic Price
2 GST

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 63 -


3 Other Taxes and Duties If any.
4 Transportation
5 Others
Total
The price quoted above is net including all taxes and duties, entry taxes etc., Packing,
Forwarding; Insurance charges are included in the indicated price. The prices are fixed and
firm and are inclusive of all applicable taxes and duties as may be statutorily applicable.

SCHEDULE OF PRICE (B)


B. Compre hensi ve Operation a n d Mainte nance C ont ra ct Fo r 5 ( Five)
Years Of Truck Mou nte d Road Va ccu m Sweepe r Ma ch ine s‐ 15 No s.
For Municipal Solid Waste Management Under Swachha Bharat Mission
Sr. Particulars Qty. Rate per Rate per Rate per shift
No. shift of 8 shift of 12 of 16 Hrs.
Hrs. working Hrs. working per
per Vehicle working per Vehicle per
per day Rs Vehicle per day Rs.
day Rs
1 Comprehensive O p e r a ti o n
Contract For 5 (Fi ve) Yea rs O f
Truck M ou n te d R oad Va ccu m
S we e pe r Ma chines as per
specification, scope of work and
conditions mentioned in the tender. 15
Nos.
2 Comprehensive Mai n te na nc e
Contract For 5 (Fi ve) Yea rs O f
Truck M ou n te d R oad Va ccu m
S we e pe r M a c hi ne s as per
specification, scope of work and
conditions mentioned in the tender
3 Sub Total of O & M cost (i.e. 1 + 2
above)
4 GST
5 Total of O & M cost (i.e. 3 + 4 above)

C.
% loading towards diesel part in the operation contract price quoted in B ‐ 1 above: ………..%
* TENDERER HAS TO QUOTE AS PER ABOVE FORMAT ONLY in Online tender.
Only diesel price variation during the contract period will be considered for which tenderer
must have to clearly specify the % loading towards diesel part in the operation contract price
without fail , which will be consider for diesel price variation. Otherwise it will be taken as
60% and will be binding to the tenderer.
Please provide information on applicable fields.
Yours faithfully,
For and on behalf of (Name of Supplier)
Duly signed by the Authorized Signatory of the Supplier
(Name, Title and Address of the Authorized Signatory)
*****

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 64 -


Annexure – 1

I / We agree that all the clause, information mentioned in this tender document are correct as
per my knowledge and I / We have read and understood all the terms and conditions
mentioned in document carefully . I / We abide to agree and follow to the terms and
conditions stated in the tender.

I/We agree that we have no objection if inquiries are made about our works, its related areas
and any other inquiry regarding all details, projects and works listed by us in the pre‐
qualification document at any state.

Date:‐ Name of Tenderer:‐


Place:‐ Sign / Stamp

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 65 -


Annexure ‐ 2

General Information:

All individual firms are requested to complete the information in this form. Individual
information should be provided for all owners, directors or applicants that are partnerships
public / Pvt. Ltd. or individually owned firms.

1 Name of firm:

2 Type of firm: Proprietary/ Partnership/ Pvt. Ltd./Public Ltd/NGO

3 Head office address:

4 Local office address (if any):

5 Authorised Person :
6 Mobile: Contact:
7 Landline: Contact:
8 Facsimile: Fax:
9 E‐mail:
10 Place of incorporation / registration: Year of incorporation / registration:

11 Main lines of business:


1. Since:
2. Since:
3. Since:
4. Since:

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 66 -


Annexure ‐3

Financial statements :

Attach copy

‐ Bidder shall furnish Turnover certificate for financial year 2015‐2016, 2016‐2017,

2017‐2018 separate CA certificate shall be submitted.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 67 -


Annexure‐4

History of litigation :

Applicant should provide information on any history of litigation or arbitration resulting


from contracts with Any Municipal corporation, ULBs, Central Govt, State Govt, Govt
Authority etc..

Year Award for / or Against Name of Client, cause of Disputed amount in


applicant Litigation and matter of dispute Rupees

Note: If the information to be furnished in this schedule is not given and come to the
knowledge of AMC subsequently it will result in disqualification of the bidder.

Also submit latest status along with documentary evidences.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 68 -


Annexure ‐ 5

Undertaking

Photographs of Partners / Managing Director / Proprietor / Directors / Power of attorney


holders

1 I/We agree that the decision of the Ahmedabad Municipal Corporation in pre‐
qualification/selection of applicants/contractor, Phasing of work and in any other
project related matter, will be final and binding to the me/us.

2 All the information and date furnished herewith are correct to my/our best of
knowledge.

3 I/We agree that I/we have no objection if inquiries are made about our works, its
related areas and any other inquiry regarding all details, projects and works listed by
us in the pre‐qualification document at any state.

Signature with seal of the company

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 69 -


Annexure ‐ 6

DECLARATION OF THE CONTRACTOR :

Name of Work :

I / We hereby declare that I / We have made myself / ourselves thoroughly conversant with

the local conditions regarding scope of work, all materials and labour on which I / We have

based my / our rates for this tender. The specifications and leads on this work have been

carefully studied and understood before submitting this tender. I / We undertake to use only

the best materials approved by the Engineer in charge or his duly authorized representative

during execution of the work and to abide by the decision of AMC.

Signature of Applicant

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 70 -


Annexure –7

AFFIDAVIT * Rs. 100 Stamp :

DECLARATION OF THE CONTRACTOR :

1.0 I, the undersigned, do hereby certify that all the statements made in the required
attachments are true and correct. I also understand that in case of wrongful/false
information, corporation is entitled to take any civil & criminal punitive action
against me/us.

2.0 The undersigned also hereby certifies that neither our firm M/s
_______________________ _____________________ nor any of its constituent partners,
directors etc have abandoned any work in India nor any contract awarded to us for
such works has been rescinded.

3.0 The undersigned hereby authorize(s) and request(s) any bank, person, authorities,
Government, or public limited institutions, firm or corporation to furnish pertinent
information deemed necessary and requested by the AMC to verify our statements or
our competence and general reputation.

4.0 The undersigned understands and agrees that further qualifying information may be
requested, and agrees to furnish any such information at the request of the AMC.

5.0 The AMC and its authorized representatives are hereby authorized to conduct any
inquiries or investigations to verify the statements, documents, and information
submitted in connection with this application and to seek clarification from our
bankers and clients regarding any financial and technical aspects. This Affidavit will
also serve as authorization to any individual or Authorized representative of any
institution referred to in the supporting information, to provide such information
deemed necessary and requested by you to verify statements and information
provided in the Tender or with regard to the resources, experience and competence
of the Applicant.

I / We hereby declare that I / We have made myself / ourselves thoroughly conversant with
the local conditions regarding scope of work, all materials and labour on which I / We have
based my / our rates for this tender. The specifications and leads on this work have been
carefully studied and understood before submitting this tender. I / We undertake to use only
the best materials approved by the Engineer incharge or his duly authorized representative
during execution of the work and to abide by the decision of AMC.

Signed by the Authorized signatory of the firm

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 71 -


Title of the office

Name of the firm

Date

Note: The affidavit format as indicated above to be furnished on non‐judicial stamp Paper of
Rs.100 and duly notarized.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 72 -


Annexure –8

Format for Bank Guarantee for Bid Security (EMD)

B.G. No. Dated:

1. In consideration of you, *****, having its office at *****, (hereinafter referred to as the
“Authority”, which expression shall unless it be repugnant to the subject or context
thereof include its, successors and assigns) having agreed to receive the Bid of
…………………… (a company registered under the Companies Act, 1956) and having
its registered office at……………………… (hereinafter referred to as the “Bidder”
which expression shall unless it be repugnant to the subject or context thereof include
its/their executors, administrators, successors and assigns), for the ***** Project on
basis (hereinafter referred to as “the Project”) pursuant to the Document dated
…………… issued in respect of the Project and other related documents including
without limitation the draft concession agreement (hereinafter collectively referred to
as “Bidding Documents”), we (Name of the Bank) having our registered office
at……………………… and one of its branches at …………………….. (hereinafter
referred to as the “Bank”), at the request of the Bidder, do hereby in terms of Clause
of the Tender Document, irrevocably, unconditionally and without reservation
guarantee the due and faithful fulfilment and compliance of the terms and conditions
of the Bidding Documents (including the entire tender Document) by the said Bidder
and unconditionally and irrevocably undertake to pay forthwith to the Authority an
amount of Rs. ***** (Rupees ***** only) (hereinafter referred to as the “Guarantee”) as
our primary obligation without any demur, reservation, recourse, contest or protest
and without reference to the Bidder if the Bidder shall fail to fulfil or comply with all
or any of the terms and conditions contained in the said Bidding Documents.

2. Any such written demand made by the Authority stating that the Bidder is in default
of the due and faithful fulfilment and compliance with the terms and conditions
contained in the Bidding Documents shall be final, conclusive and binding on the
Bank.

3. We, the Bank, do hereby unconditionally undertake to pay the amounts due
and payable under this Guarantee without any demur, reservation, recourse, contest
or protest and without any reference to the Bidder or any other person and
irrespective of whether the claim of the Authority is disputed by the Bidder or not,
merely on the first demand from the Authority stating that the amount claimed is
due to the Authority by reason of failure of the Bidder to fulfil and comply with the
terms and conditions contained in the Bidding Bid Document ‐ for . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . .Tender Name . . . . . . . . . . . . . . . . Documents
including failure of the said Bidder to keep its Bid open during the Bid validity
period as set forth in the said Bidding Documents for any reason whatsoever. Any
such demand made on the Bank shall be conclusive as regards amount due and
payable by the Bank under this Guarantee. However, our liability under this
Guarantee shall be restricted to an amount not exceeding Rs. ***** (Rupees ***** only).
4. This Guarantee shall be irrevocable and remain in full force for a period of 180 (One
Hundred eighty days) days from the Bid Due Date inclusive of a claim period of 60
(sixty) days or for such extended period as may be mutually agreed between the

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 73 -


Authority and the Bidder, and agreed to by the Bank, and shall continue to be
enforceable till all amounts under this Guarantee have been paid.

5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to
whether the Bidder is in default of due and faithful fulfilment and compliance with
the terms and conditions contained in the Bidding Documents including, inter alia,
the failure of the Bidder to keep its Bid open during the Bid validity period set forth
in the said Bidding Documents, and the decision of the Authority that the Bidder is in
default as aforesaid shall be final and binding on us, notwithstanding any differences
between the Authority and the Bidder or any dispute pending before any Court,
Tribunal, Arbitrator or any other Authority.

6. The Guarantee shall not be affected by any change in the constitution or winding up
of the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or
the Bank with any other person.

7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat
the Bank as the principal debtor. The Authority shall have the fullest liberty without
affecting in any way the liability of the Bank under this Guarantee from time to time
to vary any of the terms and conditions contained in the said Bidding Documents or
to extend time for submission of the Bids or the Bid validity period or the period for
conveying acceptance of Letter of Award by the Bidder or the period for fulfilment
and compliance with all or any of the terms and conditions contained in the said
Bidding Documents by the said Bidder or to postpone for any time and from time to
time any of the powers exercisable by it against the said Bidder and either to enforce
or forbear from enforcing any of the terms and conditions contained in the said
Bidding Documents or the securities available to the Authority, and the Bank shall
not be released from its liability under these presents by any exercise by the
Authority of the liberty with reference to the matters aforesaid or by reason of time
being given to the said Bidder or any other forbearance, act or omission on the part of
the Authority or any indulgence by the Authority to the said Bidder or by any change
in the constitution of the Authority or its absorption, merger or amalgamation with
any other Bid Document‐ for . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
.Tender Name . . . . . . . . . . . . . . . . in the State of Gujarat person or any other matter
or thing whatsoever which under the law relating to sureties would but for this
provision have the effect of releasing the Bank from its such liability.

8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently


given or made if addressed to the Bank and sent by courier or by registered mail to
the Bank at the address set forth herein.

9. We undertake to make the payment on receipt of your notice of claim on us


addressed to [name of Bank along with branch address] and delivered at our above
branch which shall be deemed to have been duly authorised to receive the said notice
of claim.

10. It shall not be necessary for the Authority to proceed against the said Bidder before
proceeding against the Bank and the guarantee herein contained shall be enforceable
against the Bank, notwithstanding any other security which the Authority may have
obtained from the said Bidder or any other person and which shall, at the time when
proceedings are taken against the Bank hereunder, be outstanding or unrealised.

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 74 -


11. We, the Bank, further undertake not to revoke this Guarantee during its currency
except with the previous express consent of the Authority in writing.

12. The Bank declares that it has power to issue this Guarantee and discharge the
obligations contemplated herein, the undersigned is duly authorised and has full
power to execute this Guarantee for and on behalf of the Bank.

13. For the avoidance of doubt, the Bank’s liability under this Guarantee shall be
restricted to Rs. *** (Rupees ***** only). The Bank shall be liable to pay the said
amount or any part thereof only if the Authority serves a written claim on the Bank in
accordance with paragraph 9 hereof, on or before [*** (indicate date falling 180 days
after the Bid Due Date)].

Signed and Delivered by ………………………. Bank

By the hand of Mr./Ms. …………………….., its ………………….. and authorised official.

(Signature of the Authorised Signatory)

(Official Seal)

Tender No_ 70 _ Mech _ Sweeper Machine_2018-19 - 75 -

You might also like