You are on page 1of 99

NOTICE INVITING TENDER

(NIT)

GOVERNMENT OF ANDHRA PRADESH


SWACHHA ANDHRA CORPORATION

SOLID WASTE MANAGEMENT PROJECT

“e” NIT. No .1/SAC/SWM/CE/Tender Notice/2017 Dt.03-02-2017.

VOLUME – I

NAME OF WORK : Manufacture, supply and delivery of Fully


Automatic Truck Mounted Refuse
Compactor of 14 cum capacity as per
specifications including Truck chassis
with Driver's cabin & PTO of BS-IV
including loading, mounting,
transportation to site, testing
commissioning and other charges etc
including AMC for a period of 2 years to 110
ULBs in AP State.

NAME AND ADDRESS OF THE BIDDER :


WHO DOWN LOADED THE BID ________________________________________
DOCUMENTS _________________________________________
________________________________________
_______________________________________

1
Bidder Chief Engineer
SAC, Vijayawada
INDEX
NO DETAILS Page No.

1. NOTICE I NVITING T ENDER (NIT) 3


2. INSTRUCTIONS TO BIDDERS.
A) General. 6
B) Tender Document 16
C) Preparation of Tenders 17
D) Submission of Tenders 22
E) Tender Opening and Evaluation. 24
F) Award of Contract. 27
3. FORMS OF T ENDER QUALIFICATION I NFORMATION

 Checklist to Accompany the Tender 29

4. CONDITIONS OF CONTRACT.

General 31
Time for completion 34
Quality Control 37

Cost Control 39
Finishing the Contract 43
Special Conditions 49
5. TECHNICAL SPECIFICATIONS 51
6. FORMATS OF SECURITIES &Statements (I to VII) & 74
other forms
7. BILL OF QUANTITIES 86
8. PRICE BID 89
9. Schedule-U Form 98

2
Bidder Chief Engineer
SAC, Vijayawada
GOVERNMENT OF ANDHRA PRADESH
SWACHHA ANDHRA CORPORATION

SOLID WASTE MANAGEMENT PROJECT

***
NOTICE INVITING TENDERS (NIT)

“e” NIT. No .1/SAC/SWM/CE/Tender Notice/2017 Dt.03-02-2017.

Tender for the work mentioned below is invited from the Registered Manufacturers/Authorized
dealers

1) Name of the work : Manufacture, supply and delivery of Fully


Automatic Truck Mounted Refuse
Compactor of 14 cum capacity as per
specifications including Truck chassis with
Driver's cabin & PTO of BS-IV including
loading, mounting, transportation to site,
testing commissioning and other charges
etc including AMC for a period of 2 years to 110
ULBs in AP State.

2) Estimate Contract value of work put to : Rs. 45,42,81,800 /-


tender
3) Period of completion of work : 4 months
4) Form of contract / class of bidder eligible : L.S.
1. Registered Manufactures/Authorized dealers.

5) E.M.D. to be paid in the shape of Demand : Rs. 45,42,820/-


Draft in favour of MD,SAC, Vijayawada or
unconditional & irrevocable Bank
Guarantee in favour of MD SAC,
VIJAYAWADA obtained from Nationalized
Bank or any Scheduled commercial bank,
at 1% of the estimated contract value of
work valid for minimum period of 180 days
from date of publication of tender on “e”
market place.

6) Date and time for Issue of tender : 06-02-2017 at 05.00 PM to


documents 23-02-2017 up to 5:00 PM

7) Last date and time for submission of : 23-02-2017 up to 5:00 PM


Tenders
8) Date of opening of technical Bid : : 23-02-2017 at 5:00 PM
9) Date of opening of Price Bid :

3
Bidder Chief Engineer
SAC, Vijayawada
10.
a) The bidders need to contact the Chief Engineer, SAC, Vijayawada for
information on e-procurement.

b) The bidders need to register on the electronic procurement market place of


Government of Andhra Pradesh i.e., www.eprocurement.gov.in. On registration
in the e-procurement market place they will be provided with a user ID and
password by the system using which they can submit their bids on line.

c) While registering on the e-procurement market place, bidders need to scan and
upload the required documents as per the tender requirements on to their
profile.

The e-procurement market place provides an online self-service


registration facility to such of the bidders who are already registered with
respective participating departments for supply of specified goods and services.

11. It is mandatory for all the participant bidders to electronically pay a Non-
refundable Transaction fee @0.03% of ECV to M/S APTS, the service provider
through "Payment Gateway Service on E-Procurement platform". The Electronic
Payment Gateway accepts all Master and Visa Credit Cards issued by any bank
and Direct Debit facility/Net Banking of ICICI Bank, HDFC, Axis Bank and IDBI
Bank to facilitate the transaction. This is in compliance as per G.O.Ms. 13 dated
05.07.2006. A service tax of 15.00% + Bank charges on the transaction amount
payable to M/S APTS shall be applicable.

Corpus Fund:

As per GO MS No.4 User departments shall collect 0.04% of ECV (estimated


contract value) with a cap of Rs.10,000 (Rupees ten thousand only) for all works
with ECV upto Rs.50 crores, and Rs.25,000/- (Rupees twenty five thousand
only) for works with ECV above Rs.50 crores, from successful bidders on e-
Procurement platform before entering into agreement / issue of purchase
orders, towards e- procurement fund in favour of Managing Director, APTS.
There shall not be any charge towards e- Procurement fund in case of works,
goods and services with ECV less than and upto Rs. 10.0 lakhs.
12.
a) As per the G.O.Ms. No. 174, Irrigation & CAD (PW-Reforms) Department,
Dated: 01-09-2008, Submission of original Hard Copies of the uploaded scan
copies of DD/BG towards EMD by participating bidders to the tender Inviting
authority before opening of the price bid be dispensed forthwith. All the bidders
shall invariably upload the scanned copies of DD/BG in e- Procurement system
and this will be the primary requirement to consider the bid as responsive. The
Department shall carry out the technical bid evaluation solely based on the
uploaded certificates/documents, DD/BG towards EMD in the e-procurement
system and open the price bids of the responsive bidders. The Department will
notify the successful bidder for submission of original hard copies of all
uploaded documents, DD/BG towards EMD prior to entering into agreement.

b) The successful bidder shall invariably furnish the original DD/BG towards EMD,
certificates/documents of the uploaded scanned copies to the Tender Inviting
Authority before entering into agreement either personally or through courier or
post and the receipt of the same with in the stipulated date shall be the
responsibility of the successful bidder. The Department will not take any

4
Bidder Chief Engineer
SAC, Vijayawada
responsibility for any delay in receipt/non-receipt of original DD/BG towards
EMD, certificates/documents, from the successful bidder before the stipulated
time. On receipt of documents, the Department shall ensure the genuinity of
the DD/BG towards EMD and all other certificates / documents uploaded by the
bidder in e-Procurement system in support of the qualification criteria before
concluding the agreement.

c) If any successful bidder fails to submit the original Hard Copies of uploaded
certificates/Documents, DD/BG towards EMD within the stipulated time or if
any variation is noticed between the uploaded documents and the hard copies
submitted by the bidder, the successful bidder will be suspended from
participating in the tenders on e-Procurement platform for a period of 3 years.
The e-Procurement system would deactivate the user ID of such defaulting
successful bidder based on the trigger/recommendation by the Tender Inviting
Authority in the system. Besides this, the Department shall invoke all processes
of law including criminal prosecution of such defaulting bidder as an act of
extreme deterrence to avoid delays in the tender process for execution of the
development schemes taken up by the Government. The information to this
extent may be displayed in the e-procurement platform website.

13. The bidders shall furnish a declaration in online stating that the soft copies
uploaded by them are genuine. Any incorrectness/deviation noticed will be
viewed seriously and apart from cancelling the work duly forfeiting the EMD,
criminal action will be initiated including suspension of business.

5
Bidder Chief Engineer
SAC, Vijayawada
INSTRUCTIONS TO BIDDERS

A – GENERAL

Name of work:
Manufacture, supply and delivery of Fully Automatic Truck Mounted Refuse Compactor of 14
cum capacity as per specifications including Truck chassis with Driver's cabin & PTO of
BS-IV including loading, mounting, transportation to site, testing commissioning and
other charges etc including AMC for a period of 2 years to 110 ULBs in AP State.

1. Scope of Work : The supply to be carried out include the following:

1.1 The Bidder has to Manufacture, supply and delivery of Fully Automatic Truck
Mounted Refuse Compactor of 14 cum capacity as per specifications
including Truck chassis with Driver's cabin & PTO of BS-IV including
loading, mounting, transportation to site, testing commissioning and other
charges etc including AMC for a period of 2 years to 110 ULBs in AP State
as mentioned below.

S.No. District ULBs Covered Nos.


1 Visakhapatnam Visakhapatnam 5
2 Krishna Vijayawada 5
3 Guntur Guntur 5
4 Guntur Tenali 1
5 Guntur Chilakaluripeta 1
6 Guntur Sattenapalli 1
7 Guntur Mangalagiri 1
8 Guntur Narasropeta 1
9 Guntur Ponnur 1
10 Guntur Tadepalli 1
11 Chittoor Tiupati 3
12 Chittoor Chittoor 1
13 Chittoor Srikalahasti 1
14 Chittoor Nagari 1
15 Chittoor Puttur 1
16 Nellore Venkatagiri 1
17 Nellore Nellore 3
18 Nellore Kavali 1
19 Nellore Gudur 1
20 Nellore Atmakur 1
21 Krishna Machilipatnam 1
6
Bidder Chief Engineer
SAC, Vijayawada
22 Krishna 1
Gudivada
23 Guntur 1
Repalle
24 Krishna 1
Pedana
25 Krishna 1
Vuyyuru
26 Kurnool Kurnool 3
27 Kurnool Gudur 1
28 Kurnool Dhone 1
29 Kurnool Yemmiganur 1
30 Kurnool Nandyal 1
31 Kurnool Nandikotkur 1
32 Kadapa Kadapa 3
33 Kadapa Rayachoty 1
34 Kadapa Proddatur 1
35 Kadapa Rajampet 1
36 Kadapa Badvel 1
37 Anantapuramu Anantapuramu 3
38 Anantapuramu Dharmavaram 1
39 Anantapuramu Guntakal 1
40 Anantapuramu Tadipatri 1
41 Anantapuramu Pamidi 1
42 Anantapuramu Gooty 1
43 Vizianagaram Vizianagaram 2
44 Srikakulam Srikakulam 2
45 Srikakulam Amudalavalsa 1
46 Vizianagaram Nelimarla 1
47 West Godavari Tadepalligudem 1
48 West Godavari 1
Bhimavaram
49 West Godavari 1
Tanuku
50 West Godavari 1
Palakollu
51 West Godavari 1
Narsapuram
52 West Godavari 1
Eluru
53 West Godavari 1
Nidadavolu
54 Srikakulam Ichchapuram 1
55 Srikakulam Palasa kasibuga 1
56 Srikakulam Rajam 1
57 Srikakulam Palakonda 1
58 Vizianagaram Bobbili 1

7
Bidder Chief Engineer
SAC, Vijayawada
59 Vizianagaram Parvathipuram 1
60 Vizianagaram Salur 1
61 Visakhapatnam Narsipatnam 1
62 Visakhapatnam Yellamanchali 1
63 East Godavari Kakinada 3
64 East Godavari Rajahmundry 3
65 East Godavari Tuni 1
66 East Godavari Gollaprolu 1
67 East Godavari Pithapuram 1
68 East Godavari Peddapuram 1
69 East Godavari Samalkota 1
70 East Godavari Yeleswaram 1
71 East Godavari Ramachandrapuram 1
72 East Godavari Mandapeta 1
73 East Godavari Mummidivaram 1
74 East Godavari Amalapuram 1
75 West Godavari Kovvur 1
76 West Godavari Jangareddy Gudem 1
77 Krishna Nuzivid 1
78 Krishna Jaggaiahpet 1
79 Krishna Nandigama 1
80 Krishna Thiruvuru 1
81 Guntur Bapatla 1
82 Guntur Piduguralla 1
83 Guntur Vinukonda 1
84 Guntur Macherla 1
85 Chittoor Palamaneru 1
86 Chittoor Punganur 1
87 Chittoor Madanpalle 1
88 Nellore Sullurpet 1
89 Nellore Naidupet 1
90 Ongole Ongole 3
91 Ongole Chimakurthy 1
92 Ongole Addanki 1
93 Ongole Kandukur 1
94 Ongole Markapur 1
95 Ongole Giddalur 1

8
Bidder Chief Engineer
SAC, Vijayawada
96 Ongole Kanigiri 1
97 Ongole Chirala 1
98 Anantapuramu Hindupur 1
99 Anantapuramu Kadiri 1
100 Anantapuramu Rayadurg 1
101 Anantapuramu Kalyandurgam 1
102 Anantapuramu Puttaparthy 1
103 Anantapuramu Madakasira 1
104 Kurnool Adoni 1
105 Kurnool Atmakur 1
106 Kurnool Allagadda 1
107 Kadapa Pulivendula 1
108 Kadapa Jammalamadugu 1
109 Kadapa Mydukuru 1
110 Kadapa Yerraguntla 1
Total 140

1.2 The Chief Engineer, SAC, Vijayawada, invites tenders for the above work vide
“e” NIT. No .1/SAC/SWM/CE/Tender Notice/2017 Dt.03-02-2017.The
technical bids will be opened on line by the concerned Chief Engineer, SAC,
Vijayawada, at the time and date as specified in the tender documents. All the
statements, documents, certificates, DD/BG etc., uploaded by the bidders will
be down loaded for technical evaluation. The clarifications, particulars if any
required from the bidders will be obtained or in the conventional method by
addressing the bidders. The technical bids will be evaluated against the
specified parameters/ criteria, same as in the case of conventional tenders and
the technically qualified bidders will be identified. The result of technical bid
evaluation will be displayed on the e market place, which can be seen by all
the bidders who participated in the tenders. If the Office happens to be closed
on the dates, the opening of tenders gets automatically postponed to the next
working date, the time being unaltered, unless extended on online through
corrigendum.

1.3 The successful bidder is expected to complete the work within the time period
specified in the NIT.

2 Eligible to Tender:

2.1 One who

i) Possess the valid registration as Manufacturer / Authorised


dealers

9
Bidder Chief Engineer
SAC, Vijayawada
ii) Are not blacklisted or debarred or suspended by the
Government for whatever the reason, prohibiting them not to
continue in the contracting business.
iii) Have complied with the eligibility criteria specified in the NIT are
the eligible bidders.

2.2 Ineligible to Tender:

i) A retired officer of GovtI. of AP or Govt. of India executing works is


disqualified from tendering for a period of two years from the date of
retirement without the prior permission of the Government.

ii) The Bidder who has employed any retired officer as mentioned above shall
be considered as an ineligible bidder.

iii) The bidder himself or any of his employees is found to be Gazetted Officer
who retired from Government Service and had not obtained permission from
the Government for accepting the bidder’s employment within a period of 2
years from the date of his retirement.

iv) The Bidder or any of his employees is found at any time after award of
contract, to be such a person who had not obtained the permission of the
Government as aforesaid before submission of the tender or engagement in
the Bidder’s service.

v) Bidder shall not be eligible to tender for works in the division / circle where
any of his near relatives are employed in the rank of Assistant Engineer or
Assistant Executive Engineers and above on the Engineering side and
Divisional Accounts Officer and above on the administrative side. The Bidder
shall intimate the names of persons who are working with him in any
capacity or are subsequently employed. He shall also furnish a list of
Gazetted /Non-Gazetted, State Government Employees related to him.
Failure to furnish such information bidder is liable to be removed from the list
of approved bidders and his contract is liable for cancellation.

Note: Near relatives include


1. Sons, step sons, daughters, and step daughters.
2. Son-in-law and daughter-in-law.
3. Brother-in-law and sister-in-law.
4. Brothers and Sisters.
5. Father and Mother.
6. Wife / Husband.
7. Father-in-law and Mother-in-law
8. Nephews, nieces, uncle and aunts
9. Cousins and
10. Any person residing with or dependent on the bidder.

3 Eligibility Criteria for the Bidders

3.1 The bidder shall furnish the following particulars in the formats enclosed,
supported by documentary evidence as specified in the formats.

a) Check slip to accompany the tender (in Annexure-I).


10
Bidder Chief Engineer
SAC, Vijayawada
Attested copies of documents relating to the Registration , Registration
copy under AP VAT Act 2005 i.e., Taxpayer Identification Number along
with VAT clearance certificate in the prescribed proforma, Copy of Permanent
Account Number (PAN) Card and copy of Latest Income tax returns
submitted along with proof , Valid Licence from AP Labour
Department/Factories Department.

b) Value of all SWM Vehicles supplied either by the Manufacturer or authorized


dealer every year during the last five financial years (i.e., from 2012-2013 to
2016-2017) in Statement-I

c) Details of RCV vehicles supplied either by the Manufacturer or authorized


dealer during the last five financial years i.e., from 2012-2013 to 2016-2017
showing year wise break up of value of supply done in Statement-II

d) Year-wise specified quantities supplied by the Manufacturer or authorized


dealer during the last five financial years in Statement-III

e) Details of the existing commitments i.e., works on hand and works for which
tenders are submitted in Statement-IV

f) Availability of Service centre , Key & critical maintenance


equipment/materials in Statement-V

g) Availability of key personnel for maintenance i.e, technical personnel


required for AMC (Statement-VI)

h) Information regarding any litigation, with Government during the last five
years, in which the Bidder is involved in (Statement-VII)

i) Availability of working capital for the work (Liquid assets, credit facility and
availability of other financial resources such as solvency etc)

3.2 Tenders from Joint Ventures are not acceptable.

3.3 ELIGIBILTY CRITERIA FOR OPENING OF THE PRICE BID

3.3.1. The bidder should have Registration as a Manufacturer/ Authorized Dealer

3.3.2 Bidder/ Manufacturer should have supplied value of not less than Rs.15.15
Crs of supply of Truck Mounted Refuse Compactors in any single year in
last 5 years i.e, from 2012-2013 to 2016 - 2017. (This value will be updated
to the year 2016 – 2017 in which the tenders for this work is called duly
giving 10% weightage for each financial year).

3.3.3. Bidder/Manufacturer should have supplied, delivered, tested and


commissioned minimum of 47nos of Truck Mounted Refuse Compactors in
any single year in last 5 years i.e., from 2012-2013 to 2016-2017.

3.3.4. E.M.D to be paid in the shape of Demand Draft in favour of MD, SAC, Vijayawada
or Unconditional and irrevocable Bank Guarantee in favour of MD, SAC,

11
Bidder Chief Engineer
SAC, Vijayawada
VIJAYAWADAA obtained from Nationalised / Scheduled Commercial Bank, for Rs.
1,13,57,000/- along with bid documents.
NOTE:-
(i) Unconditional and irrevocable Bank Guarantee shall be obtained towards EMD
for the entire specified amount at the time of concluding agreement.

3.3.5. Copy of PAN card with a copy of latest income tax returns for the year 2015-
16 submitted with proof of receipt.

3.3.6. Copy of Value Added Tax (VAT) Registration & Latest valid VAT clearance
certificate

3.3.7. Copy of Valid Licence from AP Labour Department/Factories Department

3.3.8. Service Centers :


3.3.8.1 The Bidder has to do testing of materials with his own equipment and satisfy
himself that they confirm to the specifications of respective BIS codes before
tendering. Further the bidder has to establish Service centers at 5 locations
1.Visakhapatnam 2. Vijayawada/Guntur 3.Anantapur 4. Tirupati and 5.
Kakinda/Rajahmundry with required parts of the vehicle available with reputed
technical persons to attend whenever there is break down of vehicle to rectify and
to place the vehicle on road within 24 hours without causing any inconvenience to
regular duties of the ULB. The following documents must be provided of all the
service setups A. Addresses with contact details B.VAT & Labour Registration
Document C. Copy of Trade Licence & relevant Documents.
3.3.8.2 Bidder needs to ensure the availability of service parts for the value of minimum 1 %
of the tender value for immediate service backup and lower down time at service
centers mentioned.

3.3.9. Liquid assets and / or credit facilities of not less than Rs.34.07,11,350 /-
(Credit facility / letter of credits / Solvency certificates from Nationalized
/Scheduled Commercial Banks etc). The solvency certificate shall not be
earlier than 03-01-2017.
3.3.10. Key Technical personnel

Min. at each service centre : 3 Nos.

Note:- The consent letters of the Technical personnel in the format given
under along with the copies of the educational qualification certificates
shall be furnished.

12
Bidder Chief Engineer
SAC, Vijayawada
CONSENT LETTER

Date:________

I, ________________________, S/o of ___________________ do hereby


submit that I am an Engineering graduate/Diploma in Mechanical Engineering
having an experience of ______ years in maintenance of vehicles. Therefore, I am
willing to supervise the work of Manufacture, supply and delivery of Fully Automatic
Truck Mounted Refuse Compactor of 14 cum capacity as per specifications
including Truck chassis with Driver's cabin &PTO of BS-IV including loading,
mounting, transportation to site, testing commissioning and other charges
etc including AMC for a period of 2 years to 110 ULBs in AP
State.if awarded to Sri/M/s _______________, who submitted bids for the above
work.

Signature :
Name :

3.3.11. Bid capacity:

(a) The sub bidder‘s / GPA holder’s experience shall not be taken into account in
determining the bidders compliances with the qualifying criteria. The bidders
who meet the requirement qualification criteria will be qualified only if their
available bid capacity is more than the estimated value. The available bid
capacity will be calculated as under:

Assessed Available Bid Capacity : (2xA x N) – B


Where
A= Maximum value of supply done in any one year during the last five
years (updated 2016-17 price levels) taking into account the
completed as well as supplies in progress.
N= Number of years prescribed for completion of the supply for which
tenders
are invited (4/12).
B= Value of existing commitments and ongoing supply to be completed
during the period of completion of works for which tenders are
invited.

Note: The statement showing the value of existing commitments and


ongoing supplies as well as the stipulated period of completion
remaining for each of the supplies listed should be issued by the
Engineer-in-Charge of Government department / undertaking not
below the rank of Executive Engineer or equivalent and
countersigned by the rank of Superintending Engineer or
equivalent. The statement to the above effect will be clearly
enclosed to the Bidding document, and the bidder shall furnish the
particulars invariably in the same format failing which the tender
shall be treated as incomplete and summarily rejected.
@ = at 2016-17 Price level. Financial turnover and cost of
completed supplies of previous years shall be given weightage of
10% per year to bring them to 2016-17 price level *

13
Bidder Chief Engineer
SAC, Vijayawada
Even though the bidders meet the above qualifying criteria, they are liable to be
disqualified / debarred / suspended / blacklisted if they have

 Furnished false / fabricated particulars in the forms, statements and


/annexures submitted in proof of the qualification requirements and/or

 Not turned up for entering into agreement, when called upon.

 record of poor progress such as abandoning the work, not properly


completing the contract, inordinate delays in completion, litigation history
or financial failures etc. and/or

 participated in the previous bidding for the same work and had quoted
unreasonably high tender percentage and

 even while execution of the work, if found that the work was awarded to
the Bidder based on false / fake certificates of experience, the Bidder will
be blacklisted and work will be taken over invoking clause 61 of PS to
APSS.

3.4 EXCESS TENDERS:


Tenders with an excess of more than 5% of the estimated contract value shall be
summarily rejected.
3.5 For tenders up to 25% less than the estimated contract value of work, no
additional security deposit is required. For tenders which are less by more than
25% of the estimated Contract Value of work, the difference between the
tendered amount and 75% of the estimated contract value, shall be paid by the
successful bidder at the time of concluding agreement as an additional security to
fulfill the contract through a Bank Guarantee or Demand Draft on a Nationalised
Bank/Scheduled commercial bank in the prescribed format valid till completion of
the work in all respects
3.6 a) If the percentage quoted by a bidder is found to be either abnormally high or
within the permissible ceiling limits prescribed but under collusion or due to
unethical practices adopted at the time of tendering process, such tenders shall
be rejected.
b)A bidder submitting a Tender which the tender accepting authority considers
excessive and or indicative of insufficient knowledge of current prices or definite
attempt of profiteering will render himself liable to be debarred permanently from
tendering or for such period as the tender accepting authority may decide.

4. One Tender per Bidder:

4.1 Each Bidder shall submit only one Tender for the work. A Bidder who submits
more than one Tender will cause disqualification of all the Tenders submitted by
the Bidder.

14
Bidder Chief Engineer
SAC, Vijayawada
5. Cost of Tendering

5.1. The Bidder shall bear all costs associated with the preparation and submission
of his
Tender and the tender inviting authority will in no case be responsible and liable
for those costs.

15
Bidder Chief Engineer
SAC, Vijayawada
B. T ENDER DOCUMENT

6. Contents of Tender document.


One set of Tender document, comprises of the following:

Technical bid Volume –I


Part A : General
1) Notice Inviting Tenders (NIT)
2) Instruction to Bidders
3) Forms of Tender and qualification information
4) Conditions of Contract.
Part B
1) Specifications.

2) Forms of Securities. i.e., EMD, Additional Security etc.

Financial bid Volume-II


part I - Cost Schedules
part II - L.S. Provisions

7.0 Clarification on Tender Document


7.1 A prospective Bidder requiring any clarification on Tender documents may
contact the Tender Inviting Officer at the address indicated in the NIT. The
Tender Inviting Officer will also respond to any request for clarification, received
through post.

8.0 Amendment to Tender Documents


8.1 Before the last date for submission of Tenders, the Tender Inviting Officer may
modify any of the Contents of the Tender Notice, Tender documents by issuing
amendment / Addendum.

8.2 Any addendum/amendments issued by the Tender Inviting Officer shall be part
of the
Tender Document and it shall be communicated through on line at e-market
place.

8.3 To give prospective Bidders reasonable time to take an addendum into account
in
preparing their bids, the Tender Inviting Officer may extend if necessary, the
last date
for submission of tenders.

8.4 The Chief Engineer, SAC, Vijayawada, reserves the right to reject any tender or
all
the tenders without assigning any reason there for. Any bidders shall have no
cause of
action or claim against the SAC or its officers, employees, successors or
assignee for
rejection of his tender.

16
Bidder Chief Engineer
SAC, Vijayawada
C. PREPARATION OF TENDERS.

9 Language of the Tender.


All documents relating to the tender shall be in the English Language only.

10. Documents comprising of the Tender.


10.1 The bidders who are desirous of participating in e-procurement shall submit their
technical bids, price bids etc., through online in the standard prescribed in the
tender documents, displayed at e market place. The bidders should upload the
scanned copies of all the relevant certificates, documents etc., in the e- market
place in support of their technical bids. The bidders shall sign on all the
statements, documents, certificates, uploaded by him, owning responsibility for
their correctness/authenticity.
10.2 As per the G.O.Ms.No. 174, Irrigation & CAD (PW-Reforms) Department, Dated:
01-09- 2008, Submission of original Hard Copies of the uploaded scan copies of
DD/BG towards EMD by participating bidders to the tender Inviting authority
before opening of the price bid be dispensed forthwith. All the bidders shall
invariably upload the scanned copies of DD/BG in e- Procurement system and
this will be the primary requirement to consider the bid as responsive. The
Department shall carry out the technical bid evaluation solely based on the
uploaded certificates/documents, DD/BG towards EMD in the e-procurement
system and open the price bids of the responsive bidders. The Department will
notify the successful bidder for submission of original hard copies of all uploaded
documents, DD/BG towards EMD prior to entering into agreement.
10.3 The successful bidder shall invariably furnish the original DD/BG towards EMD,
certificates/ documents of the uploaded scanned copies to the Tender Inviting
Authority before entering into agreement either personally or through courier or
post and the receipt of the same within the stipulated date shall be the
responsibility of the successful bidder. The Department will not take any
responsibility for any delay in receipt/ non-receipt of original DD/BG towards
EMD, certificates/documents, from the successful bidder before the stipulated
time. On receipt of documents, the Department shall ensure the genuinity of the
DD/BG towards EMD and all other certificates / documents uploaded by the
bidder in e-Procurement system in support of the qualification criteria before
concluding the agreement.
10.4 If any successful bidder fails to submit the original Hard Copies of uploaded
certificates/ Documents, DD/BG towards EMD within the stipulated time or if any
variation is noticed between the uploaded documents and the hard copies
submitted by the bidder, the successful bidder will be suspended from
participating in the tenders on e-Procurement platform for a period of 3 years. The
e-Procurement system would deactivate the user ID of such defaulting successful
bidder based on the trigger/ recommendation by the Tender Inviting Authority in
the system. Besides this, the Department shall invoke all processes of law
including criminal prosecution of such defaulting bidder as an act of extreme
deterrence to avoid delays in the tender process for execution of the development
schemes taken up by the Government.

17
Bidder Chief Engineer
SAC, Vijayawada
The information to this extent may be displayed in the e-procurement platform
website.
10.5 The bidder shall mandatorily pay the transaction fee to APTS through the
electronic payment Gateway.

11 Bid Offer:
11.1. Bill of Quantities called Schedule “A” and the bid offer accompanies the tender
document as Volume-II. It shall be explicitly understood that the Tender Inviting
Officer does not accept any responsibility for the correctness or completeness of
this schedule ‘A’ and this schedule ‘A’ is liable to alterations by omissions,
deductions or additions at the discretion of the Chief Engineer, SAC, Vijayawada
or as set forth in the conditions of the contract. The Schedule “A” shall contain the
items of work indicated as part–I and LS provisions as part–II. The percentage
quoted by the bidder shall be applicable only to part–I. However, the provisions
contained in the part–II will be operable basing on the conditions provided in the
Tender Document. The bidders will have to state clearly their willingness to
supply the vehicles at certain specific percentage of excess or less or at par of
the ECV indicated in Part-I at the space provided therein in Schedule ‘A’.
The L.S. amounts indicated in part-II are maximum reimbursable amounts. The
bidder should however quote his lump sum tender based on this schedule of
quantities. He should quote his offer as overall tender percentage. The overall
tender percentage should be both in words and figures.
11.2 The Schedule –A (or Price-bid) contains not only the quantities but also the rates
worked out by the Department and the amount for each item and total value of
the estimated contract. The bidder should workout his own rates keeping in view
the work, site conditions and quote his overall tender percentage with which he
intends to execute the work.
11.3 The bid offer shall be for the whole work and not for individual items / part of the
work.
11.4 All duties, taxes, and other levies payable by the bidder as per State / Central
Government rules, excluding VAT shall be included in the tender percentage
quoted by the bidder.
11.5 The tendered contract amount as computed based on overall tender percentage is
subject to variation during the performance of the Contract in accordance with
variation in quantities etc.
11.6 payable to APTS
The service charges payable to MD, APTS, Vijayawada are as indicated below.It
is mandatory for all the participant bidders to electronically pay a Non-refundable
Transaction fee @0.03% of ECV to M/S APTS, the service provider through
"Payment Gateway Service on E-Procurement platform". The Electronic Payment
Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct
Debit facility/Net Banking of ICICI Bank, HDFC, Axis Bank and IDBI Bank to
facilitate the transaction. This is in compliance as per G.O.Ms. 13 dated
05.07.2006. A service tax of 15.00% + Bank charges on the transaction amount
payable to M/S APTS shall be applicable.

Corpus Fund:

18
Bidder Chief Engineer
SAC, Vijayawada
As per GO MS No.4 User departments shall collect 0.04% of ECV (estimated
contract value) with a cap of Rs.10,000 (Rupees ten thousand only) for all works
with ECV up to Rs.50 Crores, and Rs.25,000/- (Rupees twenty five thousand
only) for works with ECV above Rs.50 Crores, from successful bidders on e-
procurement platform before entering into agreement / issue of purchase orders,
towards e-procurement fund in favour of Managing Director, APTS. There shall
not be any charge towards e – procurement fund in case of works, goods and
services with ECV less than and up to Rs.10lakhs.
The above fee is payable by the successful bidder through a D.D. drawn in
favour of Managing Director, APTS, Hyderabad at the time of conclusion of the
agreement.
The said DD shall be sent to Managing Director, APTS by the Chief Engineer,
SAC , Vijayawada who is entering in to agreement with the successful bidder.

12. Validity of Tenders:

12.1 Tenders shall remain valid for a period of 90 days from the last date for receipt of
Tender specified in NIT.
12.2 During the above mentioned period no plea by the bidder for any sort of
modification
of the tender based upon or arising out of any alleged misunderstanding of
misconceptions or mistake or for any reason will be entertained.
12.3 In exceptional circumstances, prior to expiry of the original time limit, the Tender
Inviting Officer may request the bidders to extend the period of validity for a
specified
additional period. Such request to the Bidders shall be made in writing. A Bidder
may refuse the request without forfeiting his E.M.D. A Bidder agreeing to the
request will not be permitted to modify his Tender, but will be required to extend
the validity of his E.M.D. for a period of the extension.

13. Earnest Money Deposit


13.1 The DD/BG towards Earnest Money Deposit equivalent to 1% of ECV shall be
from a Nationalized Bank or any scheduled commercial bank valid for a period of
6 months. ( In case of DDs extendable to 6 Months ) Xerox copy of the DD/BG
is to be scanned and uploaded along with the Bid. The successful bidder shall
invariably furnish the original DD/BG towards EMD, to the Tender Inviting
Authority before entering into agreement either personally or through courier or
post and the receipt of the same within the stipulated date shall be the
responsibility of the successful bidder. The Department will not take any
responsibility for any delay in receipt/non-receipt of original DD/BG towards EMD,
from the successful bidder before the stipulated time. If any successful bidder fails
to submit the original Hard Copies of uploaded DD/BG towards EMD within the
stipulated time or if any variation is noticed between the uploaded documents and
the hard copies submitted by the bidder, the successful bidder will be suspended
from participating in the tenders on e-Procurement platform for a period of 3
years. The e-Procurement system would deactivate the user ID of such defaulting
successful bidder based on the trigger/recommendation by the Tender Inviting
19
Bidder Chief Engineer
SAC, Vijayawada
Authority in the system. Besides this, the Department shall invoke all processes of
law including criminal prosecution of such defaulting bidder as an act of extreme
deterrence to avoid delays in the tender process for execution of the development
schemes taken up by the Government. The information to this extent may be
displayed in the e-procurement platform website.

13.2 Demand Drafts / Bank Guarantees furnished towards EMD at the time of
submission of bid shall be valid for a period of six months. (In case of DDs
extendable to 6 Months) from the date of tender notice.

13.3 The EMD of Bidders will be returned no sooner the tenders are finalised or end
date of the Tender validity period whichever is earlier.

13.4. The 1% E.M.D. paid by the successful Bidder at the time of submission of hard
copies
of Tender documents through Demand Draft will be discharged and the Bidder
shall
furnish Bank Guarantee for the full EMD of 2½% at the time of concluding
agreement.

13.5. The earnest money deposited by the successful bidder will not carry any interest
and it
will be dealt with as provided in the conditions stipulated in the tender. The E.M.D.
given in the form of Bank Guarantee on a Nationalized / Scheduled commercial
Bank shall be valid for the duration of contract period plus defect liability
period of two years and in case any valid extension of contract period is
granted, the validity of BG shall also be extended for the corresponding period.
The Bank Guarantee on Nationalized / Scheduled commercial Bank furnished by
the bidder towards additional security amount shall be valid till the work is
completed in all respects.

13.6. The E.M.D. shall be forfeited.


i) If the Bidder withdraws the Tender during the validity period of Tender.
ii) In the case of a successful Bidder, if he fails to sign the Agreement for
whatever the reason.
13.7. In consideration of the Chief Engineer, SAC, Vijayawada of Tenders undertake to
investigate and to take into account each tender and in consideration of the work
thereby involved, all earnest money deposited by the bidder will be forfeited to the
Government in the event of such bidder either modifying or withdrawing his
tender at his instance within all the said validity period of three months. Besides
this Department shall invoke all Processes of law.

13.8. If any successful bidder fails to submit the original hard copies of uploaded
certificates /documents, DD/BG towards EMD within the stipulated time or if any
variation is noticed between the uploaded documents and the hard copies
submitted by the bidder, the successful bidder will be suspended from
participating in the tenders on e-procurement platform for a period of 3 years. The
e-procurement system would deactivate the user ID of such defaulting successful
bidder based on the trigger/recommendations by the Tender Inviting Authority in
the system. Besides this, the Department shall invoke all processes of law
including criminal prosecution of such defaulting bidder as an act of extreme
deterrence to avoid delays in the tender process for execution of the development
20
Bidder Chief Engineer
SAC, Vijayawada
schemes taken up by the Government. The information to this extent may be
displayed in the e-procurement platform website.

14. Signing of Tenders.

14.1 If the tender is made by an individual, it shall be signed with his full name and his
address shall be given. If it is made by a firm, it shall be signed with the company
partnership name by a authorized member of the firm, who shall also sign his own
name, and the name and address of each member of the firm shall be given, if
the tender is made by a corporation it shall be signed by a duly authorized officer
who shall produce with his tender satisfactory evidence of his authorization. Such
tendering corporation may be required before the contract is executed, to furnish
evidence of its corporate existence. Tenders signed on behalf of G.P.A. holder
will be rejected.

14.2 The Tender shall contain no alterations or additions, except those to comply
with instructions issued by the Tender Inviting Officer, or as necessary to correct
errors made by the Bidder, in which case all such corrections shall be initialed
by the person signing the Tender.

14.3 No alteration which is made by the bidder in the contract form, the conditions of
the contract, the drawings, specifications or statements / formats or quantities
accompanying the same will be recognized; and, if any such alterations are
made the tender will be void.

21
Bidder Chief Engineer
SAC, Vijayawada
D. SUBMISSION OF TENDERS.

15. Submission of Tenders:


15.1 The bidders who are desirous of participating in e-procurement shall submit their
technical bids, price bids etc., through online in the standard proscribed in the
tender documents, displayed at e market place. The bidders should upload the
scanned copies of all the relevant certificates, documents etc., in the e market
place in support of their technical bids. The bidders shall sign on all the
statements, documents, certificates, uploaded by him, owning responsibility for
their correctness/authenticity.

15.2 Furnishing of hard copies by the bidders before opening of the Price bids is
dispensed with.

15.3 The technical bid evaluation of the bidders will be done on the certificates /
documents uploaded through online only towards qualification criteria furnished
by them.

15.4 All the bidders shall invariably upload the scanned copies of DD/BG in e-
Procurement system and this will be the primary requirement to consider the
bid as responsive. The Department shall carry out the technical bid evaluation
solely based on the uploaded certificates/documents, DD/BG towards EMD in
the e-procurement system and open the price bids of the responsive bidders.
The Department will notify the successful bidder for submission of original hard
copies of all uploaded documents, DD/BG towards EMD prior to entering into
agreement.

15.5 The successful bidder shall invariably furnish the original DD/BG towards EMD,
certificates/documents of the uploaded scanned copies to the Tender Inviting
Authority before entering into agreement either personally or through courier or
post and the receipt of the same within the stipulated date shall be the
responsibility of the successful bidder. The Department will not take any
responsibility for any delay in receipt/non-receipt of original DD/BG towards
EMD, certificates/documents, from the successful bidder before the stipulated
time. On receipt of documents, the Department shall ensure the genuinity of the
DD/BG towards EMD and all other certificates / documents uploaded by the
bidder in e-Procurement system in support of the qualification criteria before
concluding the agreement.

15.6 The bidder shall mandatorily pay the transaction fee to APTS through the
electronic payment Gateway.

15.7 If any bidder fails to submit the original DD/BG for EMD, hard copies of
uploaded documents within the stipulated time, the bidder will be suspended
/disqualified from participating in the tenders on e-procurement platform for a
period of 36 months from the date of bid submission. The suspension of bidder
shall be automatically enforced by the e-procurement system.

15.8 The bidders shall furnish a declaration in online stating that the soft copies
uploaded by them are genuine. Any incorrectness/deviation noticed will be
viewed seriously and apart from cancelling the work duly forfeiting the EMD,
criminal action will be initiated including suspension of business.

15.9 Important Note:


22
Bidder Chief Engineer
SAC, Vijayawada
The Bidder shall authenticate the bid with his digital certificate for submitting the
bid electronically on e-procurement Platform and the bids not authenticated by
Digital certificate of the bidder will not be accepted on the e-procurement
platform.

16 Last date / time for Submission of the Tenders.

16.1 Tenders must be submitted not later than the date and time specified in NIT. In
the event of the specified date / time for the submission of bids declared as
holiday, the bids will be received on the next working day.

16.2 The Chief Engineer, SAC, Vijayawada, may extend the dates for issue and
receipt of Tenders by issuing an amendment in which case all rights and
obligations of the Chief Engineer, SAC, Vijayawada, and the Bidders will remain
same as previously.

17 Late Tenders.
17.1 Any Tender received after the last date / time prescribed in NIT will be
summarily rejected.

18 Modification to the Tender.


18.1 No Tender shall be modified after the last date /time of submission of Tenders.

23
Bidder Chief Engineer
SAC, Vijayawada
E. TENDER OPENING AND EVALUATION

19 Tender opening

19.1 The technical bids will be opened on line by the concerned Chief Engineer,
SAC, Vijayawada, at the time and date as specified in the tender documents.
All the statements, documents, certificates, DD/BG etc., uploaded by the bidders
will be down loaded for technical evaluation. The clarifications, particulars if any
required from the bidders will be obtained or in the conventional method by
addressing the bidders. The technical bids will be evaluated against the
specified parameters/ criteria, same as in the case of conventional tenders and
the technically qualified bidders will be identified. The result of technical bid
evaluation will be displayed on the e market place, which can be seen by all the
bidders who participated in the tenders. If the Office happens to be closed on
the dates, the opening of tenders gets automatically postponed to the next
working date, the time being unaltered, unless extended on online through
corrigendum.

19.2 The technical bid containing qualification requirements as per Annexures I & II
and Statement I to VII will be evaluated by the tender opening authority and
place it before the Technical Evaluation Committee constituted vide G.O.
Rt.No.696 of MA&UD(B2) Dept., dt:09.11.2016.

20 Clarification on the Technical Bid.

20.1 The tender opening authority may call upon any bidder for clarification on the
statements, documentary proof relating to the technical bid. The request for
clarification and response thereto shall be in writing and it shall be only on the
qualification information furnished by the bidder. The clarification called for from
the bidders shall be furnished within the stipulated time, which shall not be more
than a week.

20.2 The bidder if so desirous shall agree in writing to furnish the clarification called
for within the stipulated time and, for disqualification and rejection of his tender
in the event of failure to do so.

21 Examination of technical Bids and Determination of Responsiveness

21.1 The Chief Engineer, SAC, Vijayawada, will evaluate whether each Bidder is
satisfying the eligibility criteria prescribed in the tender document and declares
them as a qualified Bidder.
The Chief Engineer, SAC, Vijayawada, who was delegated with the powers to
invite the tenders will open and evaluate the tenders as per the qualification
criteria. Before recommending / accepting the tender, the tender opening
authority shall verify the correctness of certificates submitted to meet the
eligibility criteria and specifically for experience, the authenticated agreements
of previous works executed by the lowest bidder, shall be called for.
21.2 The Technical Evaluation Committee shall approve the technical bids of the
bidders whose technical Bids are found satisfying the eligibility criteria and
direct the Chief Engineer, SAC, Vijayawada, to open the price bids of such
bidders.
24
Bidder Chief Engineer
SAC, Vijayawada
21.3 If the technical bid of a Bidder is not satisfying any of the eligibility criteria it will
be rejected by the Chief Engineer, SAC, Vijayawada. However, the Technical
Evaluation Committee constituted vide G.O. Rt.No.696 of MA&UD(B2) Dept.,
dt:09.11.2016.
detects any error in the evaluation of Tenders by the Chief Engineer, SAC,
Vijayawada, the Technical Evaluation Committee while returning the tenders
may direct the Chief Engineer, SAC, Vijayawada, SAC, to re-evaluate the
tenders.

21.4 If any alteration is made by the bidder in the tender documents, the conditions of
the contract, the drawings, specifications or statements / formats or quantities
the tender will be rejected.

22 Price Bid Opening:

22.1 Only the Price Bids of qualified Bidders whose technical Bids are found
satisfying the eligibility criteria shall be opened.

22.2 The Price Bid of the Unqualified Bidders will not be opened and thereafter
E.M.D. will be returned to the bidders.

22.3 Tenders shall be scrutinized in accordance with the conditions stipulated in the
Tender document. In case of any discrepancy of non-adherence Conditions the
Tender Evaluation Committee shall communicate the same which will be binding
both on the tender Opening authority and the Bidder. In case of any ambiguity,
the decision taken by the Tender Evaluation Committee on tenders shall be
final.

23 Evaluation and Comparison of Price Bids

23.1 The Chief Engineer, SAC, Vijayawada, will evaluate and compare the price bids
of all the qualified Bidders and place it before the Tender Committee constituted
vide G.O. Rt.No.696 of MA&UD(B2) Dept., dt:09.11.2016. for approval and direct the
Chief Engineer, SAC, Vijayawada, to issue Letter Of Acceptance to successful
bidder.

23.2 Negotiations at any level are strictly prohibited. However, good gesture rebate, if
offered by the lowest bidder voluntarily prior to finalization of tenders may be
accepted by the tender accepting authority.

23.3 Selection of Bidder among the lowest & equally quoted bidders will be in the
following order:
 The bidder whose bid capacity is higher will be selected.
 In case the bid capacity is also same the bidder whose annual
turnover is more will be preferred.
 Even if the criteria incidentally become the same, the turnover on
similar works and then the clean track record will be considered
for selection.

24 Process to be Confidential.

25
Bidder Chief Engineer
SAC, Vijayawada
24.1 Information relating to the examination, clarification, evaluation and comparison
of Tenders and recommendations for the award of a contract shall not be
disclosed to Bidders or any other persons not officially concerned with such
process until the award to the successful Bidder has been announced by the
tender accepting authority. Any effort by a Bidder to influence the processing of
Tenders or award decisions may result in the rejection of his Tender.

24.2 No Bidder shall contact the Chief Engineer, SAC, Vijayawada, or any authority
concerned with finalization of tenders on any matter relating to its Tender from
the time of the Tender opening to the time the Contract is awarded. If the Bidder
wishes to bring additional information to the notice of the Chief Engineer, SAC,
Vijayawada, it should do so in writing.

24.3 Before recommending / accepting the tender, the tender recommending /


accepting authority shall verify the correctness of certificates submitted to meet
the eligibility criteria and specifically experience. The authenticated agreements
of previous works executed by the lowest bidder shall be called for.

26
Bidder Chief Engineer
SAC, Vijayawada
F. AWARD OF CONTRACT

25 Award Criteria
25.1 The Chief Engineer, SAC, Vijayawada, will award the contract to the successful
bidder whose tender is approved by the Tender Committee constituted by
Government vide G.O. Rt.No.696 of MA&UD(B2) Dept., dt:09.11.2016.

25.2 The tender accepting authority reserves the right to accept or reject any Tender
or all tenders and to cancel the Tendering process, at any time prior to the
award of Contract, without thereby incurring any liability to the affected Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the reasons
for such action.

26 Notification of Award and Signing of Agreement.

26.1 The Bidder whose Tender has been accepted will be notified of the award of the
work by the Chief Engineer, SAC, Vijayawada, prior to expiration of the Tender
validity period either by registered letter or computer generation (e-
procurement). This letter (hereinafter and in the Conditions of Contract called
“Letter of Acceptance”) will indicate the sum that the Government will pay the
Bidder in consideration of the supply , commission, and maintenance of the
Vehicles by the Bidder as prescribed by the Contract (hereinafter and in the
Contract called the “Contract Amount”).

26.2 When a tender is to be accepted the concerned bidder shall attend the office of
the Chief Engineer, SAC, Vijayawada, concerned on the date fixed in the Letter
of acceptance. Upon intimation being given by the Chief Engineer, SAC,
Vijayawada, of acceptance of his tender, the bidders shall make payment of the
balance E.M.D., and additional security deposit wherever needed by way of
Demand Draft or unconditional and irrevocable Bank Guarantee obtained from a
Nationalized / Scheduled commercial Bank with a validity period of 30(2+4+24)
months, and sign an agreement in the form prescribed by the department for the
due fulfillment of the contract. Failure to attend the Chief Engineer, SAC,
Vijayawada, office on the date fixed, in the written intimation, to enter into the
required agreement shall entail forfeiture of the Earnest Money deposited. The
written agreement to be entered into between the bidder and the Government
shall be the foundation of the rights and obligations of both the parties and the
contract shall not be deemed to be complete until the agreement has first been
signed by the bidder and then by the proper officer authorized to enter into
contract on behalf of the Government.

26.3 The successful bidder has to sign an agreement within a period of 15 days from
the date of receipt of communication of acceptance of his tender

26.4 If the lowest bidder backs out at the time of agreement, penalty of forfeiture of
EMD will be imposed and business of the agency will be suspended for one

27
Bidder Chief Engineer
SAC, Vijayawada
year with all the Departments in A.P in respect of conventional tenders also vide
G.O.Ms.No. 259 of T, R&B (R.V) dept., dt. 6.9.2008

27 Corrupt or Fraudulent Practices


The Government requires that the bidders / suppliers / bidders under
Government financed contracts, observe the highest standard of ethics during
the procurement and execution of such contracts. In pursuance of this policy,
the Government

(a) define for the purposes of the provision, the terms set forth below as
follows:

(i) “corrupt practices” means the offering, giving, receiving or soliciting of


anything of value to influence the action of a Government official in
procurement process or in contract execution: and

(ii) “fraudulent practice” means a misrepresentation of facts in order to


influence a procurement process or the execution of a contract to the
detriment of the Government and includes collusive practice among
Bidders (prior to or after Tender submission) designed to establish in
Tender prices at artificial non-competitive levels and to deprive the
Government of the benefits of free and open competition.

(b) Will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract in question.
(c) Will blacklist / or debar a firm, either indefinitely or for a stated period of
time, if at any time determines that the firm has engaged in corrupt or
fraudulent practices in competing for, or in executing a Government
Contract.
(d) Furthermore, Bidders shall be aware of the provisions stated in the General
Conditions of Contract.

28
Bidder Chief Engineer
SAC, Vijayawada
FORMS OF TENDER
QUALIFICATION INFORMATION
Annexure –I
CHECKLIST TO ACOMPANY THE TENDER

Submitted in Page No. (see


S.No Description
Cover ‘A’ Note below)
1 2 3 4
1 Copy of valid Registration of Manufacturer/Authorized
dealer Yes / No
2 Copy of Permanent Account Number (PAN) Card and
copy of Latest Income tax returns for the year 2015-16 Yes / No
submitted along with proof of receipt.
3 Registration copy under AP.VAT Act 2005 i.e., Taxpayer
Identification Number along with VAT clearance Yes / No
certificate in the prescribed proforma
4 Valid Licence from AP Labour Department/Factories Yes / No
Department
5 Details of value of Vehicles supplied by the Bidder/
Manufacturer during the last 5 financial years in
Statement-I with supporting certificates. Yes / No
6 Details of similar vehicles supplied by the Bidder/
Manufacturer during the last 5 financial Years in
Statement-II with supporting certificates. Yes / No
7 Quantities of vehicles supplied the Bidder/ Manufacturer
in the last 5 Financial years - in Statement–III with Yes / No
supporting certificates.
8 Details of existing commitments i.e., supply on hand in
Statement-IV with Supporting Certificates. Yes / No
9 Availability/Proposal of Service centers with critical Yes / No
equipment in Statement–V.
10 Availability of Key personnel for AMC in Statement.VI. Yes / No
11 Litigation history in Statement–VII. Yes / No
12 Proof of liquid assets in the shape of Solvency Yes / No
certificates etc., for the required amount.
13 ARAI copy of Specified BS IV Chassis Yes / No

Notes:-
1. The statements furnished shall be in the formats appended to the tender
document.
2. The information shall be filled-in by the bidder in the checklist and statements I
to VII, and shall be enclosed to the Technical bid for the purposes of verification
as well as evaluation of the bidder’s Compliance to the qualification criteria as
provided in the Tender document. All the Certificates, documents, statements as
per check-list shall be submitted on line by the bidder.
3. The bidder shall sign on all the statements, documents, certificates uploaded by
him owning the responsibility for their correctness/authenticity.

29
Bidder Chief Engineer
SAC, Vijayawada
DECLARATION
I / WE ………………………………………………………………. have gone through
carefully all the Tender conditions and solemnly declare that I / we will abide by any
penal action such as disqualification or black listing or determination of contract or any
other action deemed fit, taken by, the Department against us, if it is found that the
statements, documents, certificates produced by us are false / fabricated.
I / WE hereby declare that, I / WE have not been blacklisted / debarred / Suspended /
demoted in any department in Andhra Pradesh or in any State due to any reasons.

Signature of the
Bidder

30
Bidder Chief Engineer
SAC, Vijayawada
CONDITIONS OF CONTRACT

A. GENERAL

1. Interpretation:

1.1 In interpreting these Conditions of Contract, singular also means plural, male
also means female, and vice-versa. Headings have no significance. Works have
their normal meaning under the language of the contract unless specifically
defined.
1.2 The documents forming the Contract shall be interpreted in the following order
of priority:

1) Agreement
2) Letter of Acceptance, notice to proceed with the works
3) Bidder’s Tender (Technical bid)
4) Conditions of contract
5) Specifications
6) Bill of quantities (Price-bid)
7) Any other document listed as forming part of the Contract.

2. Communications:

2.1 Communications between parties, which are referred to in the conditions, are
effective only when in writing. A notice shall be effective only when it is delivered
(in terms of Indian Contract Act)

3. Personnel:

3.1 The Bidder shall employ the required Key Personnel named in the Schedule of
Key Personnel to carry out the functions stated in the Schedule.
3.2 Failure to employ the required technical personnel by the bidder action will be
taken as mentioned in para 3.6

3.3 The technical personnel should be on full time and available at workshop
whenever required by the ULB.

3.4 The names of the technical personnel to be employed by the bidder should be
furnished in the statement enclosed separately.
3.5 In case the bidder is already having more than one work on hand and has
undertaken more than one work at the same time, he should employ separate
technical personnel on each work.

3.6 If the bidder fails to employ technical personnel the vehicle will be get repaired
when breakdown occurs by the ULB at the risk of the supplier duly engaging a
technical personnel and recover the cost thereof from the bidder.

4. Bidder’s Risks:

4.1 All risks of loss of or damage to physical property and of personnel injury and
death, which arise during and in consequence of the performance of the
Contract are the responsibility of the Bidder.
31
Bidder Chief Engineer
SAC, Vijayawada
5. Insurance:

5.1 The Bidder shall provide, in the joint names of the ULB and the bidder,
comprehensive insurance cover from the initial period of 1 year from after
completion of commissioning of vehicle for the following events which are due
to the Bidder’s risks.

a) loss of or damage to the Vehicles, Plant and Materials;


b) loss of or damage to the Vehicle/Equipment;
c) loss of or damage of property in connection with the Contract; and
d) personal injury or death of persons employed for AMC.

5.2 Copy of Policies and certificates of insurance shall be delivered by the Bidder to
the Chief Engineer, SAC, Vijayawada, at the time of concluding Agreement.
Bidder shall obtain ‘CAR’ policy& workmen’s compensation Insurance policy for
the AMC period and ‘CECR’ policy for ‘Defect Liability Period which will have
comprehensive coverage of all risks right from the commencement of supply till
the end of Defect Liability Period. The bidder shall adhere scrupulously to the
agreement provisions by paying the premium amount under “Normal Excess
Rates” to fulfil the objective of the GO by providing the Insurance coverage to
the complete work. All such insurance shall provide for compensation to be
payable to rectify the loss or damage incurred as per BOCE decision during the
meeting held on 08.03.2011.

i) The bidder shall furnish comprehensive insurance policy for initial period of
1 year in force in accordance with proposal furnished in the Tender and
approved by the Department for concluding the agreement.
ii) The ULB shall pay regularly the subsequent insurance premia well in
advance.
iii) In case of failure to act in the above said clause 5.2(i) manner the ULB will
pay the premium and the same will be recovered from the Bidders
payments.

5.3 Alterations to the terms of insurance shall not be made without the approval of
the Engineer-in-Charge of the vehicle at ULB level.

6. The Bidder shall manufacture and Commission the vehicle in accordance with the
specifications and Drawings.

7. The works to be Completed by the Intended Completion Date:

7.1 The Bidder may commence manufacture of the vehicles from date of LoA and
shall carry out the Works in accordance with the programme submitted by the
Bidder, as updated and complete the work by the Intended Completion Date.

8. Settlement of disputes:

8.1 If any dispute or difference of any kind whatsoever shall arise between the
department and the bidder in connection with, or arising out of the contract, of
the supply of the vehicles, whether during the progress of the work or after
32
Bidder Chief Engineer
SAC, Vijayawada
their completion and whether before or after the termination, abandonment or
breach of the Contract, it shall in the first place, be referred to and settled by
the Chief Engineer ,SAC who shall, within a period of thirty days after being
requested by the bidder to do so, give written notice of his decision to the
bidder. Upon receipt of the written notice of the decision of the Chief Engineer
,SAC the bidder shall promptly proceed without delay to comply with such
notice of decision.
8.2 Except as otherwise providing in the contract, any disputes and differences
arising out of or relating to the contract shall be referred to adjudication as
follows:
A) i) Settlement of all claims up to Rs. 50,000/- in value and below by way of
arbitration to be referred as follows :
a) Claims up to Rs. 10,000/- in value : COO, SAC, Vijayawada,
b) Claims above Rs. 10,000/- and up to Rs. 50,000/- in value: CE, SAC,
Vijayawada
The arbitration proceedings will be conducted in accordance with the
provisions of the Arbitration Act., 1940 as amended from time to time. The
arbitrator shall invariably give reason in the award.
ii) Settlement of all claims above Rs. 50,000/- in value.
A) All claims above Rs. 50,000/- in value shall be decided by the Civil Court of
competent jurisdiction,Vijayawada by way of a regular civil suit and not by
arbitration.
B) A reference for adjudication under this clauses shall be made by either party to
the contract within six months from the date of intimating the bidder of the
preparation of final bill or his having accepted payment whichever is earlier.
C) The relevant clause of A.P. Standard Specification stands modified to the
extent provided in this clause.
Note: Claims means all claims in that contract.

Applications of bidders seeking arbitration should bear a court fee stamp


as per clause 10 (K) of Schedule (ii) to the Andhra Pradesh court fees
and suits valuation act, 1956 but no stamp duty need be levied.

The awards passed by arbitrators shall be made on stamped paper the


value of which should be according to the value of claim to which the
award relates as per article 12 of Schedule.1-A to the Indian Stamp Act.

If the aggrieved party goes to a court of law challenging the award, he


should pay the necessary court fee.

33
Bidder Chief Engineer
SAC, Vijayawada
B. TIME FOR COMPLETION

9. Program:

9.1 The total period of completion is “Four (4)” months from the date of entering
with agreement to proceed including rainy season. Keeping in view, the
schedule for handing over of vehicle given in condition 9.2 below, the supply
should be programmed such as to achieve the mile-stones as in “Rate of
progress statement” enclosed.

9.2 The attention of the bidder is directed to the contract requirement at the time of
beginning of the work, the rate of progress and the dates for the whole supply
and its several parts as per milestones. The following rate of progress and
proportionate value of supply done from time to time as will be indicated by the
Chief Engineer, SAC. Certificate for the value of supply done and completion of
mile-stones will be required. Date of commencement of their programme will be
the date for concluding agreement.

9.3 After signing the agreement, the bidder shall forthwith begin the work, shall
regularly and continuously proceed with them.

9.4 Rate of progress :

i) Supply programme of achieving the milestones (Statement).


ii) Schedule of programme of handing over vehicle to the ULBs.
(Statement).

9.5 The bidder shall commence the works within the period specified under
condition 9.1 to 9.3 above after the receipt by him of a written order to this effect
from the Chief Engineer, SAC, Vijayawada, SAC, and shall proceed with the
same with due expedition and without delay, except as may be expressly
sanctioned or ordered by the Chief Engineer, SAC, Vijayawada, or be wholly
beyond the bidder’s control.

9.6 Subject to any requirement in the contract as to completion of any section of the
supply before completion of the whole of the supply shall be completed in
accordance with provisions of clauses in the Schedule within the time stated in
the contract calculated from the last day of the period named in the statement to
the tender as that within which the works are to be commenced or such
extended time as may be allowed.

9.7 Delays and extension of time:

No claim for compensation on account of delays or hindrances to the work from


any cause whatever shall lie, except as hereafter defined. Reasonable
extension of time will be allowed by the Chief Engineer, SAC, Vijayawada, or
34
Bidder Chief Engineer
SAC, Vijayawada
by the office competent to sanction the extension, for unavoidable delays, such
as may result from causes, which in the opinion of the Chief Engineer, SAC,
Vijayawada be undoubtedly beyond the control of the bidder. The Chief
Engineer, SAC, Vijayawada shall assess the period of delay or hindrance
caused by any written instructions issued by him, at twenty five per cent in
excess or the actual working period so lost.

10. Supply Programme:

10.1 The Bidder shall furnish immediately of the order of the supply a programme
showing the sequence in which he proposed to carry out the supply, monthly
progress expected to be achieved, also indicating date of procurement of
materials plant and machinery. The schedule should be such that it is
practicable to achieve completion of the whole supply within the time limit fixed
and in keeping with the Mile stone programme specified and shall obtain the
approval of the Chief Engineer, SAC, Vijayawada Further rate of the progress
as in the program shall be kept up to date. In case it is subsequently found
necessary to alter this program, the bidder shall submit sufficiently in advance
the revised program incorporating necessary modifications and get the same
approved by the Chief Engineer, SAC, Vijayawada. No revised program shall
be operative without approval of Chief Engineer, SAC, Vijayawada.

10.2 The Chief Engineer, SAC, Vijayawada, shall have all times the right, without
any way violating this contract, or forming grounds for any claim, to alter the
order of progress of the works or any part thereof and the bidder shall after
receiving such directions proceed in the order directed. The bidder shall also
report the progress to the Chief Engineer, SAC, Vijayawada, within 7 days of
direction to alter the order of progress of works.

10.3 The Bidder shall give written notice to the Chief Engineer, SAC, Vijayawada
whenever planning or progress of the works is likely to be delayed or disrupted
within a reasonable time. The notice shall include details of the order required
and of why and by when it is required and of any delay or disruption likely to be
suffered if it is late.

11. Speed of supply:

11.1 The Bidder shall at all times maintain the progress of supply to conform to the
latest operative progress schedule approved by the Chief Engineer, SAC. The
bidder should furnish progress report indicating the programme and progress
once in a month.

11.2 Delays in supply or neglect of supply and forfeiture of earnest money, Security
deposit and withheld amounts:

35
Bidder Chief Engineer
SAC, Vijayawada
If, at any time, the CE,SAC shall be of the opinion that the Bidder is delaying
supplyinh of vehicles or violating any of the provisions of the Bidder is
neglecting or delaying the progress of the supply as defined by the tabular
statement. “Rate of progress” in the Articles of Agreement”, he shall so advise
the Bidders in writing and at the same time demand compliance in accordance
with conditions of Tender notice. If the Bidder neglects to comply with such
demand within seven days after receipt of such notice, it shall then or at any
time thereafter, be lawful for the CE,SAC to take suitable action in accordance
with Clause.60 of APSS.

12. Suspension of supply by the Bidder:

12.1 If the Bidder has delayed the completion of supply the Contract will be
Terminated under Clause.61 of APSS.

13. Extension of the Intended Completion Date:

13.1 The Chief Engineer, SAC, Vijayawada, shall extend, in accordance with the
Government orders in force, the Intended Completion Date if a Variation is
issued which makes it impossible for Completion to be achieved by the Intended
Completion Date.

36
Bidder Chief Engineer
SAC, Vijayawada
C. QUALITY CONTROL

14. Identifying Defects:


14.1 The Third Party engaged by the SAC shall check the supplied vehicle and
notify the Bidder of any Defects that are found. Such checking shall not affect
the Bidder’s responsibilities. The Third party/SAC may instruct the Bidder to
verify the Defect and to rectify it that the Third party/SAC considers may be a
Defect.
15. Tests:
15.1 If the SAC/ Third party instructs the Bidder to carry out a test not specified in the
Specification to check whether any part has a Defect and the Bidder shall pay
for the test and any samples.

16. Correction of Defects:


16.1 The SAC/ Third party/ULB shall give notice to the Bidder of any Defects before
the end of the Defects Liability Period, which begins on Completion. The defects
liability period shall be extended for as long as defects remain to be corrected
by the Bidder.
16.2 Every time notice of a Defect is given, the Bidder shall correct the notified defect
within the length of time specified by the SAC/ULB’s notice.
17. Uncorrected Defects:
17.1 If the bidder has not corrected the defect within the time specified in the
Commissioner , concerned ULB notice, the Commissioner will assess the cost
of having the defect corrected and the bidder will pay this amount.
17.2 The Commissioner , concerned ULB may introduce check lists which shall be
kept in Bound registers by the supervision staff. The bidder may be required to
fill up these lists in the first instance and shall be subsequently checked by the
Vehicle maintenance engineers.

18. Quality Control:


In addition to the normal inspection by the regular staff in-charge of the Vehicle ,
the vehicle will also be inspected by the Technical persons of the firm and any
other agency or party approved by SAC(department QC, third party QC,PMC
etc) as the case may be and during inspections by the State or District level
Vigilance Cell Unit if any sub-standard work or excess payments are noticed
with reference to measurement books etc., action will be taken based on their
observations and these will be effected by the Engineer-in-Charge of the
vehicle.

Inspections and Quality Control.

i) In addition to the bidder is required to cooperate and extend all facilities for the
routine / regular / surprise, quality control inspections for the quality check
inspections of third party personnel if any engaged by SAC.

37
Bidder Chief Engineer
SAC, Vijayawada
ii) The bidder shall test all the vehicles as per agreement specifications and results
shall be recorded duly signed by the bidder or his representative and the Third
party engaged by SAC .
In addition to above, after the supply of vehicle to ULB , SAC is at liberty to recheck
the vehicle supplied at the cost of the bidder by the third party and results shall be
binding. If any non-compliance to the specifications is noticed, the vehicle will be
rejected and payment made if any will be recovered from the bidder.

38
Bidder Chief Engineer
SAC, Vijayawada
D. Cost Control

19. Bill of Quantities:


19.1 The Bill Quantities shall contain items for the vehicles to be supplied by the
Bidder.

19.2 The Bidder is paid for the quantity of the vehicles supplied at the estimate rate in
the Bill of Quantities for each item plus or minus Tender percentage.

20. Changes in the Quantities:


20.1 The bidder is bound to execute all supplemental works that are found essential,
incidental and inevitable during execution of main work.

20.1.1 The rates shall be derived by adding to or subtracting from the agreement rate
of such similar item the cost of the difference in the quantity of materials labour
between the new items and similar items in the agreement worked out with
reference to the quotations in the sanctioned estimate with which the tenders
are accepted plus or minus over all tender percentage.

20.1.2 (a) Similar items but the rates of which cannot be directly deduced from
the original agreement.
(b) Purely new items which do not correspond to any item in the agreement.

20.1.3 The rates of all such items shall be Estimated Rates plus or minus overall
Tender premium.

21. Payment Certificates:

21.1 The Bidder shall submit to the Chief Engineer,SAC monthly statements of the
estimated value of the supply completed less the cumulative amount certified
previously.

21.2 The Chief Engineer,SAC shall check the Bidder’s monthly statement within 7
days.

21.3 The value of vehicles supplied shall be determined by the Chief Engineer,SAC
after getting the reports from ULBs.
21.4 The value of vehicles supplied shall comprise the value of the quantities of the
items in the Bill of Quantities completed.

22. Payments:
22.1 Payment for the vehicles supplied by the bidder will be made by the SAC for the
supplied and commissioned vehicle based on the test certificate issued by the
Third party engaged by the SAC and taken over certificate from the
Commissioner of respective ULB. The bidder shall be present at the time and
accept them then and there so as to avoid disputes at a later stage. If the bidder

39
Bidder Chief Engineer
SAC, Vijayawada
is not available at the work spot at the time shall be signed by the authorized
agent of bidder based on which the bidder shall accept without any further
dispute. If for any reason the bidder’s authorized agent is also not available the
department shall not entertain any claim from the bidder for any loss incurred by
him on this account. The Bidder shall however note that the Department cannot
indefinitely wait for test certificates due to the absence of the Bidder and his
authorized agent and issue them even in the absence of the bidder.
22.2 Deleted.
22.3 Payments and Certificates:
Payment will be made to the Bidder by SAC under the certificate of tested and
commissioned of the vehicle, which will be issued within 14 days from the
supply by the third party engaged by SAC. Under the certificate which will be
issued by the third party engaged by SAC on the satisfactory completion of the
entire supply, and taken over certificate from the Commissioner of respective
ULB , the Bidder will receive the final payment of all the money due or payable
to him under or by virtue of the contract except security deposit furnished at the
time of entering into agreement and a sum equal to 2 1/2% of the total value of
the work done. This amount (i.e. 2 1/2 % of the total value of the work done
recovered in the final payment) will be returned at the end of the defect liability
period subject to the satisfactory performance of the contract in all respects. The
bank guarantee furnished as security deposit at the time of entering into
agreement will be released only after the expiry of the defect liability period
subject to the satisfactory performance of the contract in all respects. The bank
guarantee furnished if any as extra security deposit at the time of entering into
agreement will be released only after satisfactory completion of the contract.

22.3.1 In case of over payments or wrong payment if any made to the bidder due to
wrong interpretation of the provisions of the contract, APSS or Contract
conditions etc., such unauthorized payment will be deducted in the subsequent
bills or final bill for the work or from the bills under any other contracts with the
Government or at any time thereafter from the deposits available with the
Government.

22.3.2 Any recovery or recoveries advised by the Government Department either state
or central, due to non-fulfillment of any contract entered into with them by the
bidder shall be recovered from any bill or deposits of the bidder.

22.3.3 No payment for unsanctioned extras: It shall be distinctly understood that no


payment whatever will be made to the bidder for variations by way of extras in
cases where such variations have been made without the written sanction of the
Chief Engineer, SAC, Vijayawada.
22.3.4 Accounts, receipts and vouchers: The bidder shall at any time, upon the
request of the Chief Engineer, SAC furnish him with all invoices, accounts,
receipts and other vouchers that he may require in connection with the contract.
22.3.5 Fraud, willful neglect or default: No final or other certificate of payment of
completion, acceptance or settlement of account shall, in any circumstances,
relieve the bidder from his liability for any fraud or willful neglect or default in the
40
Bidder Chief Engineer
SAC, Vijayawada
execution of the contract or any willful or unauthorized deviations from the
drawings, specifications, instructions and directions for the time being binding
upon him.

22.3.6 No claim shall be entertained, if the same is not represented in writing to Chief
Engineer, SAC within 15 days of its occurrence.

22.3.7 The bidder is not eligible for any compensation for inevitable delay in handing
over the vehicle or for any other reason. In such case, suitable extensions of
time will be granted after considering the merits of the case.

22.4 Intermediate Payments:


Terms of Payment : Payment will be made as follows:

1) 90% of the agreement rate after manufacturing and supply of vehicle to


the ULB.

2) 5% of the agreement rate after testing, commissioning and handing over


to the ULB in full condition stage with all certificates of Registration,
Insurance,Road Tax etc.

3) 21/2 % after the completion of defect liability period.

23. AMC Payment :

23.1.1 AMC Charges will be paid on quarterly basis.

24. Taxes included in the bid:


The percentage quoted by the bidder is exclusive of Value Added Tax (VAT) but
inclusive of other taxes on all supplies that the bidder will have to purchase for
performance of this contract.
Bidders shall opt for composition scheme under VAT and shall submit the
required forms and certificate from CTO concerned, before concluding
agreement.
VAT component loaded in Schedule-A, Part-II of the Agreement shall be added
in each bill of the bidders.

24.1 The percentage quoted by the Bidder is exclusive of Value Added Tax (VAT) .
24.2 VAT component loaded in Part ‘II’ of the schedule shall be added in each bill of
the Bidders.

25. Liquidated Damages:

25.1 If for any reason, which does not entitle the bidder to an extension of item, the
rate of progress of works, or any section is at any time, in the opinion of the
Chief Engineer, SAC, Vijayawada, too slow to ensure completion by the
prescribed time or extended time for completion Chief Engineer, SAC,
Vijayawada, shall so notify the bidder in writing and the bidder shall there upon

41
Bidder Chief Engineer
SAC, Vijayawada
take such steps as are necessary and the Chief Engineer, SAC, Vijayawada,
may approve to expedite progress so as to complete the works or such section
by the prescribed time or extended time. The bidder shall not be entitled to any
additional payment for taking such steps.

25.2 If the bidder fails to complete whole of the works or any part thereof or section of
the works within the stipulated periods of individual mile stones (including any
bonafide extensions allowed by the competent authority without levying
liquidated damages), the Chief Engineer, SAC, Vijayawada, may without
prejudice to any other method of recovery will deduct one tenth of one percent
of contract value per calendar day or part of the day for the period of delays
subject to a maximum of 10% of the contract value not as a penalty from any
monies in his hands due or which may become due to the bidder. The payment
or deductions of such damages shall not relieve the bidder from his obligation to
complete the works, or from any other of his obligations and liabilities under the
contract.

25.3 The liquidated damages will be deducted at the rate of Rs.50/- per lakh Per
day for the period of delay for the unfinished work. The maximum amount of
liquidated damages for the whole of the works is ten percent of final contract
price.

26. Securities: The Earnest Money Deposit and Additional Security (for discount tender
percentage beyond 25%) shall be provided to the Department not later than the date
specified in the Letter of Acceptance and shall be issued in an amount and form and by
a bank acceptable to the Department. The Earnest Money shall be valid until a date 28
days from the date of expiry of Defects Liability Period and the additional security shall
be valid until a date 28 days from the date of issue of the certificate of completion.

27. Cost of Repairs: Loss or damage to the vehicle or materials between the Start
Date and the end of the Defects Liability Period shall be remedied by the Bidder
at the Bidder’s cost if the loss or damage arises from the Bidder’s acts or
omissions.

42
Bidder Chief Engineer
SAC, Vijayawada
E. FINISHING THE CONTRACT

28. Completion: The Bidder shall request the concerned Municipal Commissioner of
ULB to issue a Certificate of completion of the supply and Municipal
Commissioner of ULB will do so upon deciding that the supply is completed.

29. Taking Over: The ULB shall takes over the Vehicle within seven days of the issuing a
certificate of Completion.

30. Final Account:The Bidder shall submit to the Chief Engineer, SAC a detailed account of
the total amount that the Bidder considers payable under the Contract well before the end
of the Defects Liability Period. The Third Party engaged by SAC shall issue a Defects
Liability Certificate and certify any final payment that is due to the Bidder within 21 days of
receiving the Bidder’s account if it is correct and complete. If it is not, the Chief Engineer,
SAC shall issue within 21 days a schedule that states the scope of the corrections or
additions that are necessary. If the final Account is still unsatisfactory after it has been
resubmitted, the Chief Engineer, SAC shall decide on the amount payable to the Bidder
and issue a payment certificate with in 21 days of receiving the Bidder’s revised account.

31.Termination:

31.1 The Department may terminate the Contract if the bidder causes a fundamental
breach of the Contract.

31.2 Fundamental breaches of Contract include, but shall not be limited to the
following.

a) The Bidder has become bankrupt or goes into liquidation other than for a
reconstruction or amalgamation.
b) The Chief Engineer, SAC gives Notice that failure to correct a particular
Defect is a fundamental breach of Contract and the Bidder fails to correct it
within a reasonable period of time determined by the Chief Engineer, SAC
c) The Bidder does not maintain a security which is required and
d) The Bidder has delayed the completion of supplies by the number of days
for which the maximum amount of liquidated damages can be paid as
defined.
e) If the bidder, in the judgment of the Department has engaged in corrupt or
fraudulent practices in competing for or in the executing the contract.

For the purpose of this paragraph: “corrupt practice” means the offering, giving,
receiving or soliciting of anything of value to influence the action of a public
official in the procurement process or in contract execution. “Fraudulent
practice” means a misrepresentation of facts in order to influence a procurement
process or the execution of a contract to the detriment o the Government and
includes collusive practice among Bidders (prior to or after Tender submission)
designed to establish Tender prices at artificial non-competitive levels and to
deprive the Government of the benefits of free and open competition.

31.3 Notwithstanding the above the Department may terminate the contract for
convenience.

31.4 If the Contract is terminated, the Bidder shall stop work immediately, make the
Site safe and secured leave the Site as soon as reasonably possible.

43
Bidder Chief Engineer
SAC, Vijayawada
32 Payment upon Termination: If the Contract is terminated because of a
fundamental breach of Contract by the Bidder, the SAC shall issue a certificate for
the value of the work done less advance payments received upon the date of the
issue of the certificate, less other recoveries due in terms of the Contract, less
taxes due to be deducted at source as per applicable law and less the percentage
to apply to the work not completed. Additional Liquidated Damages shall not apply.
If the total amount due to the Department exceeds any payment due to the Bidder
the difference shall be a debt payable to the Department.

33 Property: All the Vehicles supplied and Equipment if any are deemed to be the property
of the Department if the Contract is terminated because of Bidder’s default.

44. Contract documents and materials to be treated as confidential:


All documents, correspondences, decisions and orders, concerning the contract
shall be considered as confidential and/or restricted in nature by the bidder and he
shall not divulge or allow access to them by any unauthorized person.

45. General obligations of Bidder:


45.1 The bidder shall, subject to the provision of the contract and with due care and
diligence, execute and maintain the works in accordance with specifications and
drawings.

45.2 The bidder shall promptly inform the Department and the Chief Engineer, SAC of
any error, omission, fault and such defect in the design of or specifications for the
works which are discovered when reviewing the contract documents.

45.3 If Bidder believes that a decision taken by the Chief Engineer, SAC was either
outside the authority given to the Chief Engineer, SAC by the Contract or that the
decision was wrongly taken, the decision shall be referred to the technical expert
within 14 days of the notification of the Chief Engineer, SAC’s decisions.

45.4 Pending finalisation of disputes, the bidder shall proceed with execution of work
with all due diligence.

46 Training of personnel:
After supply of vehicle the bidder has to give training to all the ULB staff who are kept
in-charge of the vehicle and operators who operates the vehicle daily at free of cost.

47 Payment upon termination:


If the contract is terminated because of a fundamental breach of contract by the
bidder, the Chief Engineer,SAC shall issue a certificate for the value of the work
done less advance payment received upon the date of the issue of the certificate
and less the percentage to apply to the supply not completed as indicated in the
contract data. Additional liquidated damages shall not apply. If the total amount
due to the Department exceeds any payment due to the bidder the difference shall
be a debt payable to the Department

48 Income tax:
a) During the currency of the contract deduction of income tax as applicable shall
be made from the gross value of each bill of the contract, the contract value of
which is in excess of Rs.10,000/- for deduction of tax at rates lower than 2.24%

44
Bidder Chief Engineer
SAC, Vijayawada
procedure stipulated under section 194-C(4) of Income Tax Act, 1961 shall be
followed.

b) Income Tax clearance certificate should be furnished before the payment of final
bill.

c) The bidder’s staff, personnel and labour will be liable to pay personnel income
taxes in respect of their salaries and wages as are chargeable under the laws
and regulations for the time being in force, and the bidder shall perform such
duties in regard to such deductions thereof as may be imposed on him by such
laws and regulations

49. VAT:
49.1 Value added Tax (VAT) during the currency of the contract deduction towards AP-
VAT Act 2005 according to which tax @ 14.5% on total value has to be
deducted at source, while making payments to the bidder and as applicable time
to time.

49.2 The bidder should produce a valid VAT clearance certificate before the payment
of the final bill, otherwise payment to the bidder will be withheld.

49.3 The following clause is incorporated as per the Government instructions given in
G.O.Ms. No: 141, T (R&B) Department, Dated: 27-07-2006.

a) The total amount towards component of VAT at 14.5% is shown in PART”II”


of the estimate. This VAT component loaded in the estimate (PART"II") shall
be added in each bill of the bidders who opt for composition scheme and
recovered.
b) In respect of those bidders who do not opt for composition scheme, the VAT
component loaded in the estimate shall not be released to them with their
bills. However VAT shall be recovered based on which they have to claim
adjustment through their returns submitted to their respective assessing
authorities.

50. Guarantee & Defect liability period :

The performance of the vehicles / equipment / material to be supplied shall be


guaranteed against Manufaturing defects for the defect liability period of 24
months from the date of supply. If during the period of guarantee any of the
materials are found defective and / or fail in test or operation, such materials shall
be repaired or replaced by the supplier free of cost to the ULB irrespective of their
reimbursements from the insurance company within reasonable time as ULB
may deem proper to afford, failing which the cost of the failed units will be
deducted from subsequent bills / Bank Guarantees. (The tenderer must ensure
service response within 24 hr. of registering the complaint. In case of failure to
adhere to the stipulated time, penalty shall be imposed on the tenderer.) The
amount of penalty @ Rs. 1000 Per working Day, will be recovered during the
warranty period of the equipment.

51. Compliance With Labour Regulations:


During continuance of the contract, the contractor and his sub contractors shall
abide at all times by all existing labour enactments and rules made there under,

45
Bidder Chief Engineer
SAC, Vijayawada
regulations, notifications and bye laws of the State or Central Government or local
authority and any other labour law (including rules), regulations, bye laws that may
be passed or notifications that may be issued under any labour law in future either
by the State or the Central Government or the local authority and also applicable
labour regulations, health and sanitary arrangements for workmen, insurance and
other benefits. Salient features of some of the major labour laws that are applicable
to construction industry are given below. The contractor shall keep the Department
indemnified in case any action is taken against Department by the competent
authority on account of contravention of any of the provisions of any Act or rules
made thereunder, regulations or notifications including amendments. If the
Department is caused to pay or reimburse, such amounts as may be necessary to
cause or observe, or for non-observance of the provision stipulated in the
notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the
part of the contractor, the Deputy General Manager(CWP),INCAP /Department
shall have the right to deduct any money due to the contractor including his
amount of performance security. The Department/ Deputy General
Manager(CWP),INCAP shall also have right to recover from the contractor any
sum required or estimated to be required for making good the loss or damage
suffered by the Department.

The employees of the Contractor and the Sub-contractor in no case shall be


treated as the Department of the Department at any point of time.

52. Salient features of some major labour laws applicable to establishment


engaged in buildings and other construction work:

(a) Workmen compensation Act 1923: The Act provides for compensation in case
if injury by accident arising out of and during the course of employment.
(b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if any employee has completed 5
years service or more, or on death, the rate of 15 days wages for every completed
year of service. The Act is applicable to all establishments, employing 10 or more
employees.

(c) Employees P.F. and Miscellaneous provision Act 1952: The Act provides for
monthly contributions by the Department plus workers @ 10% or 8.33%. The
benefits payable under the Act are:

(i) Pension or family pension on retirement or death, as the case may be.
(ii) Deposit linked insurance on the death in harness of the worker.
(iii) Payment of P.F. accumulation on retirement/death etc.,

(d) Maternity Benefit Act 1951: The Act provides for leave and some other
benefits to women employees in case of confinements or miscarriage etc.

(e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain
welfare measures to be provided by the contractor to contract labour and in case
the Contractor fails to provide, the same are required to be provided by the Principal
Department by Law. The Principal Department is required to take certificate of
Registration and the contractor is required to take license from the designated
Officer. The Act is applicable to the establishments or Contractor of Principal
Department if they employ 20 or more contract labour.

46
Bidder Chief Engineer
SAC, Vijayawada
(f) Minimum wages Act 1948: The Department is supposed to pay not less than
the Minimum wages fixed by appropriate Government as per provisions of the Act if
the employment is a scheduled employment construction of Buildings, Roads,
Runways are scheduled employments.

(g) Payment of wages Act 1936: It lays down as to by what date the wages are to be
paid, when it will be paid and what deductions can be made form the wages of the
workers.

(h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for
work of equal nature to Male or Female workers and for not making discrimination
against Female employee in the matters of transfers, training and promotions etc.

(i) Payment of Bonus Act 1965:The Act Is applicable to all establishments employing
20 or more employees. The Act provides for payment of annual bonus subject to a
minimum of 8.33% of wages and maximum of 20% of wages to employees drawing
Rs. 3500/- per month or less. The bonus to be paid to employees getting Rs.2500/-
per months or above and upto Rs.3500/- per month shall be worked out by taking
wages as Rs.2500/- per monthly only. The Act does not apply to certain
establishments. The newly set-up establishments are exempted for five years in
certain circumstances. Some of the State Governments have reduced the
employment size from 20 to 10 for the purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure
for resolution of Industrial disputes, in what situations a strike or lock- out becomes
illegal and what are the requirements for laying off or retrenching the employees or
closing down the establishment.

(k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all


establishments employing 100 or more workmen (employment size reduced by
some of the State and Central Government to 50). The Act provides for laying down
rules governing the conditions of employment by the Department on matters
provided in the Act and get the same certified by the designated Authority.

(l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade
unions of workmen and Departments. The Trade Unions registered under the act
have been given certain immunities from civil and criminal liabilities.

(m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits
employment of children below 14 years of age in certain occupations and processes
and provides for regulation of employment of children in all other occupations and
processes, Employment Child Labour is prohibited in Building and Construction
Industry.

(n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of service)


Act 1979: The Act applicable to an establishment, which employs 5 or more inter-
state migrant workmen through an intermediary (who has recruited workmen in one
state for employment in the establishment situated in another State). The inter State
migrant workmen, in an establishment to which this Act becomes applicable, are
required to be provided certain facilities such as housing, medical aid, travelling
expenses from home upto the establishment and back, etc.

(o) The Building and Other Construction workers (regulation of Employment and
conditions of service) Act 1996 and the Cess Act of 1996: All the establishments
47
Bidder Chief Engineer
SAC, Vijayawada
who carryon any building or other construction work and employs 10 or more
workers are covered under this Act. All such establishments are required to pay
cess at the rate not exceeding 2% of the cost of construction as may be modified by
the Government. The Department of the establishment is required to provide safety
measures at the Building or construction work and other welfare measures, such as
Canteens, First-aid facilities, Ambulance, Housing accommodations for workers
near the work place etc. The Department to whom the Act applies has to obtain a
registration certificate from the Registering Officer appointed by the Government.

(p) Factories Act 1948: The Act lays down the procedure for approval of plans
before setting up a factory, health and safety provisions, welfare provisions, working
hours, annual earned leave and rendering information regarding accidents or
dangerous occurrences to designated authorities. It is applicable to premises
employing 10 person or more with aid of power or 20 or more persons without the
aid of power engaged in manufacturing process.

48
Bidder Chief Engineer
SAC, Vijayawada
E. SPECIAL CONDITIONS

53. The bidder has to make the invoices in the name of the Commissioner of concerned
ULB.

54. Bidder has to instruct the dealers 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.

55. On failure of L1 for supply of order the L2 shall be invited for negotiation if
required.

56. The Bidder shall be fully responsible for procurement of chassis from the
manufacturer and in no way any kind of relaxation will be given if there is any
problem with the chassis received. The Bidder should see that the design of
equipment should be such that it can be mounted on the standard chassis
manufactured by the chassis manufacturer.

57. The Bidder shall quote for complete job. The tender that does not include the
complete job as specified in schedule of tender (specification) will be rejected.
The successful bidder shall be responsible for taking timely delivery of chassis
from chassis suppliers. The successful bidder shall be responsible for any fault,
shortfall in the chassis proposed for rear body required in the tender etc or any
other requirement which is mandatory for the completion of successful equipment
manufacturing.

58. It will be the responsibility of the bidder to collect the chassis from the regional
sales office/depot of the manufacturer or their authorized dealer and transport the
same to their workshop which is included in the tender rate.

59. It will be the responsibility of the bidder to deliver the vehicle after the completion
of the fabrication of the equipment to concerned ULB.

60. The successful bidder will be fully responsible for the safety of the chassis when in
their workshop.
61. Emission Norms for Chassis : Bidder must have to quote for chassis having EURO-
IV/BS - IV norms separately. Bidder must have to supply the unit mounted on EURO-
IV/BS-IV chassis, otherwise it will not be accepted.

62. The bidder has to design according to the requirements, fabricate, mount and
supply the fully built Automatic Refuse Compactor unit to Concerned ULB.
Necessary design and final approval from RTO and other govt. agencies (as
required) as per latest norms and rules is tender's responsibility.

49
Bidder Chief Engineer
SAC, Vijayawada
63. Warranty Period : 2 Years

64. Establishment of Service Centers : The bidder should have/establish Service


centres at 5 locations 1.Visakhapatnam 2. Vijayawada/Guntur 3.Anantapur 4.
Tirupati and 5. Kakinda/Rajamandry with required parts of the vehicle available
with reputed technical persons to attend when ever there is break down of vehicle
to rectify and to place the vehicle on road within 24 hours without causing any
inconvenience to regular duties of the ULB. The following documents must be
provided of all the service setups A. Addresses with contact details B.VAT &
Labour Registration Document C. Copy of Trade Licence & relevant Documents.

65. The bidders who are eligible in technical bid have to give demo of their vehicle for
the Technical Evaluation Committee at Vijayawada to complete the Technical
Evaluation report.

66. Tenderer needs to ensure the availability of service parts for the value of minimum 1
% of the tender value for immediate service backup and lower down time at
service centers mentioned.
67. Annual Maintenance Contract for a period of 2 years should be quoted. AMC shall
include visit of service engineer on monthly basis for routine maintenance of the
equipment. All spares and Consumables required for shall be provided by the
department free of cost. AMC shall commence from the dated of commissioning
and handing over the machine for operation. However during the warranty period
the spares required due to defects in the material and workmanship shall be
replaced by the bidder on free of cost basis.
68. Name Plate:
Vehicle / Equipment should be provided, with name plate giving full details of
manufacture, capacity and other details as specified in the relevant IS or other
specification stipulated. The purchase order No. and Date and Year of supply and
the words ‘ULB name’ must be etched on the name plate.

50
Bidder Chief Engineer
SAC, Vijayawada
Specification of Fully Automatic Truck Mounted Refuse Compactor 14 Cu. m
capacity

I. SCOPE OF SUPPLY
Under this contract, the successful bidder has to supply.

A. Suitable Chassis with BS-IV Engines with Driver-cum- attendant Cabin as per
specifications.
B. Supply & fitment of Compactor equipment & body as per specification

Chassis Specification :
The equipment should be mounted 2 Axle 16 Ton GVW, BS-IV, wheelbase 4200 mm
(min) Truck Chassis of Make Ashok Leyland/TATA/Eicher or equivalent with Non-
Sleeper’s Driver’s Cabin and PTO
1ENGINE : Six cylinder, in line direct injection water-cooled diesel
engine having engine capacity minimum of 130 PS @ 2400
rpm as per CMVR with turbo charger with intercooler. It
must have EURO- IV /BS/IV emission norms With Exhaust
Gas Re-circulation (EGR) or similar Technology
2 MIN.TORQUE : 500 N-m at 1400-1700 RPM as per CMVR TAP
115 / 116.
3AIR FILTER : Oil bath type, remote mounted or dry type its equivalent.
4 CLUTCH : Single plate, dry friction type and outside diameter of
clutch lining 330 MM minimum
5 GEAR BOX : Synchromesh 5 forward and 1 reverse.
6FRONT AXLE : Heavy duty, forged 1 beam, Reverse Elliot type or
Semi-elliptical.

7REAR AXLE : Single reduction, hypoid gears, fully floating axle


shafts.
8STEERING : Power assisted – Hydraulic type

9 BRAKES : Service brakes-Dual circuit full air S-cam brakes.


Parking brake-spring actuated parking brake acting on
rear wheels.
10FRAME : Ladder type frame with riveted/bolted cross
members side members are of channel section.

11SUSPENSION : Semi elliptical leaf spring at front and rear.

12 WHEEL & TYRES : 10.00x R20-16 PR Nylon-Radial


No. Of wheels: Front: 2,Rear: 4,Spare: 1

51
Bidder Chief Engineer
SAC, Vijayawada
13.FUEL TANK : 150 litres capacity minimum.

14 Cabin : Factory Built-in with Non-Sleeper.


15 Drive : RHD
16 Horse power : Minimum 160 HP

17 ELECTRICAL SYSTEM : System voltage-12 Volts / 24- Volts.

18 WHEEL BASE : appx. 4200 mm

19 Complete chassis : less than 6200 Kg. kerb weight with cab (with spare
wheel and tools)

20Min. Permissible GVW : more than 16000 Kg

21Payload Capacities : min 10000 Kg.

22PTO.POWER TAKE OFF UNIT. Total power take off is entirely designed
allows to draw the ample power from vehicle engine. The PTO will be provided on
the body of gearbox and one auxiliary output. The engagement and dis-
engagement of PTO outputs will effected pneumatically or electrically or
mechanically operated and controlled system situated in the driver's cabin. Output
H.P of PTO should be as required by system for smooth and trouble free
operation.

52
Bidder Chief Engineer
SAC, Vijayawada
The Refuse Compactor Vehicle shall be easy to handle and allow the bin handlers to
unload Solid Waste from the Bins into the Machine Tailgate hopper with minimum physical
effort and maximum safety.
The RCV shall be capable of automatic operation of the Compaction Cycle. The automatic
continuous compaction operation is started by pushing a green coloured electric push
button. The Compaction cycle incorporating the moment of packer plate and carrier plate
should operate continuously without the need to operate any push button until the
compaction cycle is switched off by pushing a red coloured push button.
The Tailgate loading height shall not be more than 1.2 Meters from the ground level.
The RCV Volume would be 14M3. The Tailgate hopper Swept Volume will be minimum 1.75
Cubic Meter. Simultaneous automatic working of the compaction cycle should be possible.

A. REFUSE COLLECTION BODY :


The refuse collection body shall be of 14 M3 Volume and be in torsion-free steel construction.
Roof panel thickness – Minimum 4 mm
Side Panel thickness – Minimum 4 mm
Floor thickness – Minimum 5 mm
The tailgate bearing and automatic tailgate locking shall be integrated into the rear frame of
the body.
The Ejection Plate shall run on Ertalon guide blocks within the lateral longitudinal guides of the
boat-type bottom group of the refuse collection body and must be operated by a telescopic
hydraulic ram.
A hydraulic control unit will regulate the withdrawal of the ejection panel during the loading
process, so that the compaction is optimised.
It must serve during loading as a resistance for the refuse compaction process.
Body manufactured from one piece rolled and pressed steel sides that extend body life and
also increase the efficiency of the entire body concept and provide ready space for signage.
The Keel shaped Body floor, fitted with under – floor sump and floor channels ensure 100% of
leachate collection in the floor sump at the front of the body. It also ensures clean discharge of
solid waste.
B.TAILGATE :
The tailgate shall unlock automatically and raise, to permit ejection of refuse from RCV
hopper when hydraulic valve is actuated by a rotary type switch which raises or lower the

53
Bidder Chief Engineer
SAC, Vijayawada
tailgate.There shall be automatic locking arrangement between tailgate and RCV hopper
body.
Double lip rubber sealing arrangement to be provided. This locking system shall be
completely liquid proof between tailgate and refuse collection body by using double rubber lip
seal.
The Tailgate hopper shall have a swept Volume of minimum 1.75M3.
Slide plate – The Slide Plate shall be actuated by 2 Hydraulic Cylinders and must run on
suitable number of sliding blocks.
Material of construction –High tensile steel ST-52.
Packer Plate – The Packer Plate shall be actuated by 2 Hydraulic Cylinders.
TAILGATE HOPPER
Material of construction – DOMEX / HARDOX Steel
C.HYDRAULIC SYSTEM :
The RCV shall be equipped with following hydraulic systems:
Hydraulic Pump
High Performance, fixed displacement, pin vane design Pump, best suited for mobile
application, supplying the pressurized hydraulic oil for telescopic cylinder of Ejection panel,
tailgate lifting and closing, bin lifting and tilting, continuous operation of sliding plate and
packer plate.
All hydraulic functions are achieved by the below major components:
i. Electro-pneumatic control valves with integral load holding check valves to prevent reverse
flow through valve when shifting with fast response time (6-8 milliseconds) and low power
consumption (10 Watt).
ii. Electro Pneumatic mobile control pressure sensing sequence valves functioning as a
pressure signalled, remote pilot operated two way valve, which operate the automatic
compaction cycle by sequencing the continuous operation of the sliding plate and packer
plate automatically at present hydraulic pressures.
iii. Over centre valve creating a back pressure to prevent the load from free falling or over-run
during lowering.
iv. 07 Hydraulic Cylinders shall be installed covering following operation
1 three-stage telescopic ram, double-acting for the ejection panel.
2 hydraulic rams, double-acting for the slide plate
Double acting Slide-cylinders (for compacting) shall be located outside of the sidewalls. The
cylinders are mounted in pushing position.
2 hydraulic rams, double-acting for the packer plate

54
Bidder Chief Engineer
SAC, Vijayawada
2 hydraulic rams, double-acting for the tailgate
(lifting/lowering and automatic locking)
All Cylinders shall be of reputed make:- WIPRO / DANTAL / CANARA / HYVA
The Automatic compaction operation is started by pushing a green coloured electric push
button. The Compaction Mechanism shall operate continuously till switched off by pushing a
red coloured push button. The continuous operation of the compaction cycle is to be achieved
with the help of proximity switches in the hydraulic circuit.
Emergency electric stop push buttons are provided on both sides of the Tailgate for safety of
working staff. Working light, Rotating Beacon light, Backing light, Stop light, Direction
indicator, Number Plate light and emergency stop provisions to be provided in the RCV.
D. UNIVERSAL BIN LIFTER :
The Universal Bin Lifter shall be is capable of directly lifting and empting the garbage from a
DIN Standard Bin of 1100 Ltrs. to 660 Ltrs. capacity into the tailgate hopper.
The Bin Lifter is also capable of lifting and empting the garbage simultaneously from 2 Nos.
DIN Standard Bins of up to 240 Lrs. Capacity.
The Bin Lifter shall be provided with 4 hydraulic cylinders i.e. 2 cylinders for levelling and lifting
the Bin and 2 cylinders for tipping operations. The total number of hydraulic cylinder in the
equipment fitted with Universal Bin Lifter shall be 11 Nos.
E.SAFETY FEATURES :
Over Centre Valve valve shall be fitted to the system to prevent the tailgate descending in the
event of the hydraulic failure. Emergency stop switch shall be provided on either side of
tailgate to stop the compaction operations instantaneously in case of emergency.
The switch shall be provided on either side of the vehicle. This is a statutory safety
requirement for Operators / Public. There shall be a body prop provided on the tailgate to hold
the tailgate in the open position for safety of workshop personnel when entering the body for
maintenance or repair.
Compactor should have two mode operations for safety. In loading mode only compaction and
bin lift functions should be enabled. Tailgate and ejector functions cannot be operated in
loading mode.
In Unloading mode, only Tailgate and Ejector functions should be enabled. Compaction
mechanism cannot be operated in Unloading mode.
F.PAINTING
The entire unit shall be painted with two coats of superior quality anti-corrosive primer with two
coats of approved quality paint to ensure long lasting, resistance to rust, weathering and

55
Bidder Chief Engineer
SAC, Vijayawada
breakage. The colour shade shall be purchaser’s choice selected from the standard colours
offered by the supplier.
G.OTHER IMPORTANT FEATURES:
a) Two Footsteps will be provided one each on left and right side at the rear & two hand bars
one
on each side at the rear side shall be provided for the equipment operators to stand and travel
when the compactor is moving.
b) One large flashing light will be provided in the front in the centre at the highest point so as
be seen clearly
c) Two emergency stop switches will be provided on either side of the body to instantly stop
the operation in case of emergency.
d) A level indicator will be provided to indicate hydraulic oil level in the tank
e) The Vehicle will be provided with reverse horn so that it gives the indication at the time of
reversing.
f) Arrangement will be provided to get an indication as soon as the garbage contained reached
its maximum.
g). The complete auto cycle for compaction mechanism to be operated by pushing only single
push button. There should be provision to operate carriage up & down function and packer
open & close function individually by pressing push button if required.
H. MATERIAL FOR BODY:
Material: ST52/IS 2062
Roof Panelling : 4 MM
Side Panelling: 4 MM
Floor Thickness : 5 MM
Rear Cross Bar Thickness: 75 (64 x 40 x6 MM
I. MATERIAL Tail Gate:
Material: Special High Strength Steel, Yield
Strength 5000 N/Sq. mm – ST52/Domex
Super structure member thickness : 6 MM
Side Panelling thickness: 4 MM
Rear side Hopper Plate thickness : 6 MM
Hopper Bottom Thickness: 5 MM
J. EJECTOR SYSTEM:
Ejector Plate Materials: High Strength Steel, Yield
Strength 340 N/Sq. mm – ST 52/Domex

56
Bidder Chief Engineer
SAC, Vijayawada
with bottom portion from special
high strength steel of min. yield
1200N / Sq.mm – Hardox 450
The tender shall provide material Test Certificate at the time of fabrication / inspection.
Tailgate raise / lower and ejector eject / retract push and hold buttons are also provided at the
front of the body which enables the operator to keep distance from ejected garbage for the
safety of the personnel.

57
Bidder Chief Engineer
SAC, Vijayawada
CONDITIONS OF SUPPLY TENDER

FORM OF TENDER
To:
The Chief Engineer,
SAC, Vijayawada,

____________________________________________

Sir,

I / We, ……………………………………………………………… do hereby tender and, if this


tender be accepted undertake to execute the following works, viz., ………………..……………
……………………………………………………………………. as described in the Specification
and method of payment as are provided for in "“Conditions of Contract” covered by AP
Preliminary Specification (General Conditions of Contract) and Conditions of Particular
Application relating to “Payment by measurement at unit prices”.

I / We ……………………………… …………………… have completed the tender premium /


discount in Schedule - A, annexed, (in words and figures) for which I/We
………………………… …………………………… agree to execute the work.

I / We ………………………………………………….. agreed to keep the offer in this tender valid


for a period of …………….. month(s) mentioned in the tender notice and not to modify the
whole or any part of it for any reason within the above period. We understand that if the tender
is withdrawn by me/us for any reason whatsoever, the earnest money deposited by me/us will
be forfeited to the SAC.

I / We ………………………………………………….. hereby distinctly and expressly declare


and acknowledge that before the submission of my/our tender, I / We ……………………...
……………………….………………………………have carefully followed the Invitation to
Tender and Instructions to Bidders and have read the AP Preliminary Specifications (General
Conditions of Contract) and Conditions of Particular Application therein and that I / We
……………………………… …………………. have made such examination of the Contract
Documents , Specifications and quantities and of the location where the said vehicle is to be
supplied, and such investigation of the work required to be done, and in regard to the material
required to be furnished as to enable me/us to thoroughly understand the intention of same
and the requirements, covenants, agreements, stipulations and restrictions contained in the
Contract, and in the said Specifications; and distinctly agree that I/We
……………………………………….… will not hereafter make any claim or demand upon the
SAC / Government, based upon or arising out of any alleged misunderstanding or
misconception or mistake on my/our part of the said requirements, covenants, agreements,
stipulations, restrictions and conditions.

I / We ……………………………………………….. enclose herewith a crossed Demand Draft /


Bank Guarantee for the payment of the sum of Rs…………… (Rupees
…………..……………… …………………………………… …………………….……………………)
as earnest money not to bear interest.

If my / our tender is not accepted, this sum shall be returned to me/us on my/our application
when intimation sent to me/us of rejection or at the expiration of one month / two months /
three months after the last date prescribe for the receipt of tenders, whichever is earlier. If

58
my/our tender is accepted, the earnest money shall be retained by the SAC / Government as
security for the due fulfilment of the Contract. If upon written intimation to me/us by the Chief
Engineer, SAC, Vijayawada, I /We …………………… …………………………….. fail to attend
the said office on the date therein fixed or if upon intimation being given to me/us by the Chief
Engineer, SAC, Vijayawada of acceptance my/our tender, I/We …………….…
….…………………………. fail to make the additional security deposit (where a Bank
Guarantee is furnished towards the Earnest Money Deposit, a fresh Bank Guarantee for the
total security deposit shall be furnished for the period of completion and defects liability period
the original Bank Guarantee furnished along with tender shall be returned after furnishing the
fresh Bank Guarantee towards Security) or to enter into the required agreement as defined in
the tender documents I/We …………………… …………………………………….. agree to the
forfeiture of the earnest money. Any notice required to be served on me/us hereunder shall be
sufficiently served on me/us if delivered to me/us personally or forwarded to me/us by post to
(registered or ordinary) or left at my/our address given herein. Such notice shall if sent by post
be deemed to have been served on me/us at the time when in due course of post it would be
delivered at the address to which it is sent.

I / We ………………………………………………….. fully understand that the written agreement


to be entered into between me/us and the SAC / Government shall be the foundation of the
rights of both the parties and the Contract shall not be deemed to be complete until the
agreement has first been signed by me/us and then by the proper officer authorized to enter
into contracts on behalf of SAC / Government.

I /We understand that you are not bound to accept the lowest or any tender you may receive.
I AM/WE ARE professionally qualified an my/our qualifications are given
below:
Name Qualified

I/WE will employ the following technical staff for maintenance of the vehicles and will see that
one of them is always available to attend at the time of break down of the vehicles.
Name of members of technical staff Qualification.
proposed to be employed

Dated this _____________________ day of ________________ 2013.

Signature ____________________ in the capacity of _________________, duly authorized to


sign the tender for and on behalf of ___________________________________________
(Block Capitals)
Name of witness ________________________
Address _______________________________________
_______________________________
(Signature of Witness)

BIDDERS / BIDDER’S CERTIFICATE:


DECLARATION OF THE BIDDER.

59
1) I/WE have not been black listed in any department in Andhra Pradesh due to any
reasons.
2) I/WE have not been demoted to the next lower category for not filing the tenders after
buying the tender schedules in a whole year and my/our registration has not been
cancelled for a similar default in two consecutive years.
3) I/WE agree to disqualify me/us for any wrong declaration in respect of the above and to
summarily reject my/our tender.
4) I/WE hereby declare that I/We have perused in detail and examined closely the
Andhra Pradesh Standard Specifications, all clauses of the preliminary specifications
with all amendments and have either examined all the standards specifications or will
examine all the standard specifications for items for which I/We tender, before I/We
submit such tender and agree to be bound and comply with all such specifications for
this agreement which I/We execute in the Irrigation & Command Area Development
Department.
5) I/WE am/are prepared to furnish detailed data in support of all my quoted rates, if and
when called upon to do so without any reservations.
6) I/WE hereby declare that I/We will pay an additional security deposit in terms of
conditions 3.5 of instructions to Bidders.
7) I/WE hereby declare that I am/we are accepting to reject my tender in terms of
condition 3.6 of Instructions to Bidders.
8) I/WE hereby declare that I/We will not claim any price escalation.
9) I/WE hereby declare that I am/we are accepting for the defect liability period as 24
months instead of 6 months under clause 28 of APSS.
10) I/WE declare that I/WE will execute the work as per the mile stone programme, and if
I/WE fail to complete the work as per the mile stone programme I abide by the
condition to recover liquidated damages as per the tender conditions.
11) I/WE declare that I/WE will abide for settlement of disputes as per the tender conditions.

Address of the Bidder :


Phone No.: Fax No.:
BIDDER.

60
LETTER OF ACCEPTANCE

From:
------------------------------------------
------------------------------------------
------------------------------------------

To
------------------------------------------
------------------------------------------
------------------------------------------

Gentlemen,

Sub:- Tender for ........................................................................................................

Ref:- Your Tender for the above work .......................................................................

*********

Kindly refer to your letter No. ...................................... dated ………………............


………………....……………….. forwarding your tender in response to Invitation to Tender No.
..................................................................

You are hereby informed that the referenced tender is accepted.

You are requested to furnish the security deposit in the form specified in the Conditions
of Contract within _____________ days of the receipt of this letter and are also requested to
be present at the Chief Engineer SAC Office, for execution of Contract documents within
_____________ days of the date of receipt of this letter along with non judicial stamp paper as
per conditions of contract.

The Contract will be governed by the Conditions of Contract as set out in the Tender
Documents subject to modifications accepted by the CE, SAC.

Please return this copy duly accepted and signed.

Yours sincerely,

----------------------------------------
(Signature)
Accepted
-----------------------------------
-----------------------------------
Signature, Name & Designation
Seal of Firm

61
FORM OF AGREEMENT

THIS AGREEMENT is made on the .......day of .………..... 2017 between (name of Employer)
................................................................................................ of (mailing address of Employer)
................................................................................................ hereinafter called “the Employer”,
of the one part and (name of Bidder) ..........................................................................
(hereinafter called “the Bidder”) of the other part.

WHEREAS the Employer is desirous that certain works should be executed, viz (brief
description of Works) .................................................................................... and has, by Letter
of Acceptance dated (date of Letter of Acceptance) .................................................................,
accepted a tender by the Bidder for the execution, completion and maintenance of such
Works, NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz:

a) This Form of Agreement;


b) Security deposit;
c) The Letter of Acceptance;
d) The said Tender and Appendix
e) The Technical Specifications;
f) Schedule – A (Bill of Quantities)
j) The Conditions of Particular Application including Addenda
k) The General Conditions of Contract
l) Programme of Work
m) Any other document listed as forming part of the Contract.

3. The aforesaid documents shall be taken as complementary and mutually explanatory of


one another, but in the case of ambiguities or discrepancies shall take precedence in the
order set out above.

4. In consideration of the payment to be made by the Employer to the Bidder as hereinafter


mentioned, the Bidder hereby covenants with the Employer to execute, complete and
maintain the works in conformity in all respects with the provisions of the Contract.

5. The Employer hereby covenants to pay the Bidder in consideration of the execution,
completion and maintenance of the Works the Contract Price at the times and in the
manner prescribed by the Contract.

IN WITNESS WHEREOF the parties hereto have caused their respective Common Seals to
be hereunto affixed (or have hereunto set their respective hands and seals) the day and year
first above written.

SIGNED, SEALED AND DELIVERED.

62
By the said By the said

Name ................................................... Name ...……................................................

On behalf of the Bidder On behalf of the Employer


In the presence of: In the presence of:

................................................……….. ..............................……………...................

Name ................................................... Name


...……................................................

Address ............................................... Address .............…..................................…


................................................... .…..................................................
................................................... .…..................................................

63
FORM OF BANK GUARANTEE FOR
SECURITY DEPOSIT / ADDITIONAL SECURITY DEPOSIT

In consideration of the Swachha Andhra Corporation, ____________________,


(hereinafter called “SAC”) having agreed to accept from
___________________________________________________ “the said Bidder(s)”, a
security deposit as may be modified from time to time wherever necessary under the terms
and Conditions of the Contract entered into by the said Bidder(s) in respect of work
________________________________________
______________________________________, Contract No. ______________________
under the SAC for the due fulfillment of the terms and conditions of the said Contracts under
the said Engineer, on production of a Bank Guarantee for Rs.___ (Rupees
__________________________________only), we ____________________________Bank
_______________________ branch, hereby undertake the guarantee to pay immediately to
the SAC, on demand in writing by the SAC, an amount of Rs. __________ (Rupees
__________________________ ____________________________________) without any
reservation and recourse against any loss or damage caused to or suffered by the
_________________ SAC by reason of any breach by the said bidder(s) of any of the terms
ad conditions of the said contact under the said SAC

We _______________________________________________ Bank, __________


further agree that the guarantee hereby contained shall remain in full force and effect during
the period that will be taken for the performance of the said Agreement under the said
Engineer and that it shall be in enforcement until all the dues of the _____________ SAC
under or by virtue of the said Contract under the said Engineer have been fully paid and their
claims satisfied or discharged or until the said Engineer certifies that the terms and conditions
of the said Agreement under the said Engineer have been fully and properly carried out by the
said Bidder(s) and accordingly discharges the guarantee subject, however, that the
_________________ SAC shall have no rights under this guarantee after (date). We
____________ ___________________________ Bank Ltd., lastly undertake not to revoke
this guarantee during its currency except with the previous consent of the SAC in writing.

Dated ______________________ day of ________________ 2013.

For ________________________________________________________ Bank.

64
PROGRAMME OF WORK
(Rate of Progress)

The Bidder shall furnish below his programme of work, accompanied by bar charts, arranged
as he deems fit in order to complete the total work within the period of Four (4) months for
“Manufacture, supply and delivery of Fully Automatic Truck Mounted Refuse Compactor of
14 cum capacity as per specifications including Truck chassis with Driver's cabin &
PTO of BS-IV including loading, mounting, transportation to site, testing
commissioning and other charges etc including AMC for a period of 2 years to 110 ULBs in
AP State.”.
---------------------------------------------------------------------------------------------------------------------------

a) Programme to complete the work under Part I of Schedule ‘A’. (physical and financial for
each month in the shape of Bar Chart).

Refer Clauses 9&10 of Conditions of contract

b) Mile Stones as per SAC

Sl.No. Month No. of Vehicles to be supplied


1 By end of 1st Month 14
2 By end of 2nd Month 42
3 By end of 3rd Month 42
4 By end of 4th Month 42
5 Total 140

---------------------------------------------------------------------------------------------------------------------------

Name :

Signature :

Dated :

( Seal ) Designation :

65
FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

WHEREAS____________________________________________________ (name of firm


(hereinafter called ‘BIDDER’) wish to participate in tender enquiry “e” NIT. No
.1/SAC/SWm/CE/Tender Notice/2017 Dt.03-02-2017. of Chief Engineer, SAC, Vijayawada,
(hereinafter called the ‘ SAC) for (Name of work) Manufacture, supply and delivery of Fully
Automatic Truck Mounted Refuse Compactor of 14 cum capacity as per specifications
including Truck chassis with Driver's cabin & PTO of BS-IV including loading,
mounting, transportation to site, testing commissioning and other charges etc
including AMC for a period of 2 years to 110 ULBs in AP State..AND WHEREAS in terms of the
tender conditions the Bidder is required to furnish to the SAC a Bank Guarantee for a sum of
Rs. ________________ (Rupees
______________________________________________________________________) as
earnest money against the Bidder’s offer aforesaid.
AND WHEREAS We, _________________ Bank, ____________________________
branch have at the request of the Bidder agreed to give to the SAC this guarantee as
hereinafter contained.
We, _______________________________________________________________
Bank, ________________________ branch, hereby undertake the guarantee to pay
immediately to the SAC, on demand in writing by the SAC, an amount of Rs.
________________(Rupees ___________________________________________________)
without any reservation and recourse if the Bidder shall for any reason withdraw whether
expressly or implied their said tender during the period of its validity or any extension thereof
or the Bidder fails to execute the agreement for the work awarded to them by the SAC.
We, The _________________________________ Bank, ______________________
further agree to that our liability to pay the aforesaid amount is not dependent or conditional on
the SAC proceeding against the Bidder and we shall be liable to pay the amount without any
demur, merely on a claim raised by the SAC.
The guarantee herein contained shall not be determined or affected by the liquidation
or winding up or dissolution or change of constitution or insolvency of the said Bidder but shall
in all respects and for all purposes be binding and operative until payment of all money(s) due
to the SAC in respect of such liability under the guarantee is restricted to Rs.
____________(Rupees _____________________________________________________).
Our guarantee shall remain in force until _______________________________. We shall be
relieved and discharged from all our liability there under.
We, the ______________________________________, undertake not to revoke this
guarantee during its pendency/currency except with the previous consent of the SAC in
writing.

Station : Name of the Bank :

66
INCOME TAX CLEARANCE CERTIFICATE

1. Name and style (of the Co., Firm, HUF or Individual) in which the applicant is assessed or
assessable to Income-Tax and address for the purpose of assessment:

2. Names and addresses of all companies firms, Associations or persons in which the
applicant is substantially interested in his individual or fiduciary capacity

Note: For the purpose of Clause (2) above the words ‘substantially interested’ would have
the same meaning as in explanation to section 40A(2).

3. (a) The Income-Tax Circle/Ward/District in which the applicant is assessed and the
Permanent Account No.

(b) In case of partnership firm:

Name of the Address Permanent Income-tax circle/


Partner Account No. ward where assessed
(1) (2) (3) (4)

4. The following particulars are to be furnished concerning the Income-Tax Assessments for
the preceding five years:

Year Total income Tax demanded Tax paid Balance due


(1) (2) (3) (4) (5)

5. (a) Has any penalty for concealment been imposed


under the provisions of the Income-Tax Act, 1961
or Wealth-tax Act, 1957 on or after 1st April 1975?

(i) If answer is affirmative, the date, amount of penalty


imposed and the section under which imposed.

(ii) Has any appeal has been filed against the


Penalty Order before the Appellate Assistant
Commissioner of Income-Tax or before the
Income Tax Appellate Tribunal? If so, what
was the result thereof along with date of the
appellate order?

(b) Has there been any conviction for an offence within


the meaning of section 277 of the Income-tax Act, 1961
or under section 36(2) of the Wealth-tax Act, 1957

67
or under section 199/200 of the Indian Penal Code?
If so, the date of conviction orders.

c) Details of total contract amount received by the applicant, whose name is mentioned
against (1) above, during the preceding five accounting years.

Date of Assessment Total Contract The name of the authority


previous
year ending Year amount received or persons from whom
amounts are received
(1) (2) (3) (4)

6. In case there has been no I.T. Assessment for any year, whether returns have been
submitted under section 139(2) and 133 of the Income-tax Act, 1961 or tax has been paid
in advance under section 210(3) of the Income-tax, 1961 and if so, the amount of income
returned for each year and tax of each of the five years mentioned above and the I.T
Circle/Ward/District concerned where such returns have been filed, give reasons for the
same.

Assessme Income Tax paid on self- Tax paid in Date of


nt
year returned assessment u/s.140A advance u/s.210 payment
(1) (2) (3) (4) (5)

7. Whether any attachment certificate or proceedings are pending in respect of the arrears
and the name and address of the branch(es) if any.

I declare that the above information is correct and complete to the best of my information and
belief.

Signature of the Bidder / Bidder :

Date : ________________ 20__ P A N :

Address :

Note: 1) Tax in Column 3 and 4 of para 4 include all items viz., I.T., S.T., Surcharge, etc.

68
CERTIFICATE

I hereby certify that:-


i) Information contained in this application has been verified from the assessment
records and found correct.
ii) The assesse has paid all tax demands due other than those which have been stayed
by the competent authority.
iii) The assesse has been co-operating with the Department in facilitating the completion
of the pending assessments.

a) The period of three year has expired from the date of the appellate order of the
Income-tax Appellate Tribunal confirming or partially confirming the penalty levied
on or after 1-4-75 u/s.271(1)(c) of the Income-tax Act, 1961 or u/s. 18(1)(c) of the
Wealth-tax Act, 1957.
Or
In cases where no appeal has been filed by the assesse against the penalty
imposed on or after 1-4-75 under section 271(1)(c) of the Income-tax Act, 1961 or
u/s.18(1)(c) of the Wealth-tax Act, 1957, the period of three years has expired from
the date of imposition of the penalty.

b) The period of three years has expired from the date of the order of conviction on or
after 1-4-75 u/s.277 of the Income-tax Act or u/s.36(1) of the Wealth-tax At, 1957
or u/s.199/200 of the Indian Penal Code.

Note:- Delete whichever is inapplicable in the above certificate.

Date : Signature of the I.T.O.

Seal : Circle/Ward/District

69
SALES TAX CLEARANCE CERTIFICATE

Office of the Commercial Tax Officer,


_________________ Circle
_________________

Gl.No. Dated :

CERTIFICATE

This is to certify that M/s.


_________________________________________________________ having their Regd.
Office at address _________________________________________________
_______________________________________________ are on the rolls of the Commercial
Tax Officer, _________________ Circle, _______________________ with the following
registration number(s):-

APGST No. _____________________________________________


CST No. _____________________________________________

They have filed their monthly A-2 returns and have paid tax up to _______________________
under the APGST and CST Act and the assessment has been completed for the Financial
Year __________.

Commercial Tax Officer,


_________________ Circle
_______________________
_______________________

70
IDENTIFICATION AND FINANCIAL DATA SHEET

1. Audited Financial Statements (Balance Sheet and Profit and loss account) for the last
ten years (Preceding last financial year) including Contingent Liabilities and Projects in
progress duly certified by the Charted Accountant in the format enclosed.( Illustrative
example is also enclosed for guidance).

2. Latest Solvency Certificate from a Scheduled / Nationalized Bank.

3. Certificate for credit limits from a Scheduled / Nationalized Bank.

Note:

1. If the bidder is a company, Annual reports of the financial years + along with the audited
reports under the Companies Act shall be furnished.

2. In case of bidders other than the companies, if the turnover in any of the above financial
years exceeds Rs. 40/- Lakhs per annum, the audited accounts along with the auditor’s
certificates under section 44 AB of the Income Tax Act shall be furnished. If the audited
reports under section 44AB of Income Tax are not furnished for every year, it will be
deemed that the turn over for that year was less than Rs.40 lakhs.

3. In case of bidders other than the companies, if the turnover in any of the above financial
years does not exceed Rs. 40 Lakhs per annum, the following certificate shall be given by
the Chartered Accountant for each year for the Profit and Loss Account and the Balance
sheet.

“ We have audited the above Profit and Loss Account / Balance Sheet of
as on
for the financial year ending _________ and in our opinion the said accounts give a
true and fair view. The said balance sheet and Profit & Loss Account are in agreement
with books of accounts and returns produced and that we have obtained all the
information and explanations which to the best of our knowledge and belief were
necessary for the purpose of the audit.

4. Originals of the certificates shall be produced at the time of opening tenders.

71
BALANCE SHEET ( For Five Years – Year wise)
(Rs.Lakhs)
Liabilities
1. Paid up Capital
2. Reserves and Surplus
3. Borrowings:
3.1Term loan from Fis
3.2Working Capital Loans
3.3Other Loans
3.4Interest Accrued & Due on
Loans
Sub – total
4. Current Liabilities & Provisions
4.1Creditors for Materials
4.2Advances on Contracts
4.3 Provisions
Sub Total
TOTAL
Assets
5.Fixed Assets - Gross Block
Less Cumulative Depreciation
Net Fixed Assets
6. Capital Work-in-Progress
7. Investments
8. Current Assets, Loans, Advances
8.1 Inventories
8.2 Sundry Debtors
8.3 Cash and Bank Balance
8.4 Loans and Advances
Sub-Total
9. Expenses and losses to the
extent not written off
TOTAL
Financial Indicators:
* Net worth
* Current Ratio
* Liquid Ratio
* Capital Employed
* Debt : Equity Ratio

72
PROFIT & LOSS ACCOUNT ( For Five Years – Year wise)
(Rs.Lakh)

INCOME
1. Income From Operations
2. Other Income

TOTAL

EXPENDITURE

3. Materials
4. Salaries and Wages
5. Administrative and Other Exp.
6. Interest
7. Depreciation
8. Deferred Revenue Exp. w/o
9. Other Expenses w/o
10.Total Expenditure

11.Profit Before Tax


12.Less Income tax
13.Profit After Tax
14.Prior Period Adjustments
15.Extra - ordinary Items
16.Profit Available For
Appropriations
17.Less Dividend
18.Retained Profit

Financial Indicators :
* Profit Before Tax To :
Capital Employed (%)
Net Worth (%)
Sales (%)
Earning Per Share (Rs.)
* Cash Generated from Operations

73
STATEMENT – I

Details of value of SWM Vehicles supplied in each year during the last Five financial years by
the Bidder/Manufacturer.

S.No Name of the Work Value of SWM Vehicles supplied during the last Five Years
1 2012-13 2013-14 2014-15 2015-16 2016-17
2
3
4
5

a) Attach certificate(s) issued by the Executive Engineer concerned and counter signed by
Superintending Engineer showing work wise / year wise value of work done in respect of all
the works executed by the Bidder/Manufacturer during last ten years (OR)

b) Certificate from Chartered Accountant supported with Annual Balance Sheet tallying with I.T.
Clearance certificate.

Signature of the Bidder

STATEMENT–II

Details of RCV vehicles supplied either by the bidder/Manufacturer during the last five
financial years i.e., from 2012-2013 to 2016-2017 showing year wise break up of value of
supply done.

S.No Name of the work Address of Agt. Agreement No. & Value of
Concluding dated. Contract
Authority
1 2 3 4 5

Stipulated period of Actual date of Value of supply done year wise during the Total
completion completion last ‘Five’ years. Value
of supply
done.
1st 2nd 3rd 4th 5th
Year Year Year Year Year
6 7 8 9 10 11 12 18

Attach certificates issued by the Executive Engineer concerned and countersigned by the
Superintending Engineer showing work wise / year wise value of work done and date of completion.

Signature of the Bidder

74
STATEMENT–III

Physical quantities executed by the Bidder in the last Five financial years [Work wise / year wise].

S. Financial Name of Agt. No No. of Vehicles supplied / Year wise.


No Year work
7 Cum 14 Cum 18 Cum Other
capacity capacity capacity
Compactors Compactors Compactors
1 2 3 4 5 6 7 8
1 2012-13
2 2013-14
3 2014-15
4 2015-16
5 2016-17

Attach certificates in support of the above quantities issued by the Executive Engineer concerned and
countersigned by the Superintending Engineer duly showing the quantities executed year wise.

Signature of the Bidder

STATEMENT–IV

Details of existing commitments:

Details of supply on hand and, yet to be completed as on the date of submission of the
Tender and supplies for which Tenders have been submitted are to be furnished.

A) Existing Commitments on ongoing works:

Sl. Name Address Agt. Value Stipulate Value Balance Anticipat Updated
No of of No. of d period of Value of ed date value of
work Agreem & contra of work works to of balance
ent Date ct completio done be completi work
Conclud n so far. complet on
ing ed
authority
1 2 3 4 5 6 7 8 9 10

Attach certificates issued by the Executive Engineer concerned and countersigned by


Superintending Engineer, indicating the balance work to be done, and likely period of completion.

Signature of the Bidder

B) Details of works for which Tenders are submitted [awarded / likely to be awarded]
S. Name of work Address of Agt. Estimat Stipulated Date on which Present
No Concluding ed value period of tender was stage of
authority of work completion submitted Tender.
1 2 3 4 5 6 7

75
Signature of the Bidder

STATEMENT–V

SERVICE CENTER EQUIPMENT


DETAILS OF WORKSHOP EQUIPMENT IN POSSESSION OF THE BIDDER (EITHER OWNED OR ON LEASE)
S Description Manufacturer Capacity No in Age(s) Present Present No required No
No of possessio condition location as per proposed
Equipment n of qualification to be
Bidder criteria brought to
site

Note : I/We hereby confirm that the quantity and type of equipment/materials to be
deployed for Service center will not be less than those indicated above and agree to
bring more equipment/materials, if so warranted, in the opinion of the Chief Engineer,
SAC, Vijayawada at no extra cost to SAC.

Name Date
Signature Designation
(Seal)

The bidder has to submit either a certificate issued by the Executive Engineer issued not earlier than
01-01-2017 or a Declaration on non-judicial stamp paper worth Rs 100/- as given below along with
sufficient proof of document in support of owning such as invoice / Certificate of registration by
competent authority in support of the critical equipment/materials.
(b) A lease deed/agreement regarding the equipment leased shall be produced by the bidder on a
non-judicial stamp paper of Rs.100/- along with proof of ownership in the proforma as below:

76
LEASE DEED / AGREEMENT
Agreement made on ___________________ between M/s.___________________
(hereinafter called the lessor which expression shall where the context so admits include his
successors and assigns) of the one part and _________________(hereinafter called the lessee which
expression shall where the context so admits include its successors and assigns) of the other part.

WHEREAS the Lessee has stated that the said lease of machinery / equipment / materials
hereto for use on the work Manufacture, supply and delivery of Fully automatic Truck Mounted
Refuse Compactor of 14 cum capacity as per specifications including Truck chassis
with Driver's cabin &PTO of BS-IV including loading, mounting, transportation to site
, testing commissioning and other charges etc including AMC for a period of 2 years to
110 ULBs in AP State. NOW IT IS HEREBY AGREED as follows:

1. The lessor shall let to the Lessee and the Lessee shall take on lease from the lessor
__________ for the period of (6) months from ___________ day to _____________ for use on the
above said work.

2. The lesee shall keep the said machinery and equipment in good order and condition and
make good all damages (fair wear and tear being excepted) whether by accident or fire or otherwise.

3. The lessee shall bear all charges connected with packing, conveyance and other incidental
expenses in connection with the dispatch and return of the said machinery and equipment.

4. All repairs due to fair wear and tear during the lease period shall be done by the lessee.
Ownership certificate of the said machinery is enclosed.
In the presence of Witness:
1.________________________
2.________________________
Signature of Lessor Signature of Lessee.

DECLARATION

“I ……………………………………. do hereby solemnly affirm and declare that I /we own


the following equipment/materials for using on the subject work and also declare that I / We
will abide by any action such as disqualification or determination of Contract or blacklisting or
any action deemed fit, if the department detects at any stage that I/we do not possess the
equipment listed below.

Details of
Is it in
S. each Year of Regn. Any other
Capacity working
No. Equipment/ purchase Number data
condition
Materials
1 2 3 4 5 6 7

77
STATEMENT–VI

PERSONNEL

S No Required Proposed Experience


Qualificati No. Qualification No. Nature of Required Experience of
on work experience in the proposed
years person in
years

Name :
Signature :
Date :
Seal of Company Designation :

78
BIO-DATA OF TECHNICAL PERSONNEL OF THE BIDDER WHO
WILL BE AVAILABLE DURINGTHE AMC PERIOD
(Furnish data separately for each of the personnel)

a) S.No. :

b) Name :

c) Designation :

d) Qualifications :

e) Duration of employment with Bidder :

f) Years of professional experience :

g) Experience on works of similar nature during employment with Bidder, and previous employment,
if any. Details to be furnished in reverse order starting with present project :

Name :

Signature :

Date :

Seal of Company Designation :

79
STATEMENT–VII

RECORD OF ARBITRATION & LITIGATION

The Bidder shall record chronologically any disputes he has had with any of his previous Clients
during the last 10 years, indicate whether Arbitration or Litigation, the nature, approximate duration
and amount of claim involved in respective cases.

S no Project Name and Nature of Dispute


Identification Address of
and Location Client, tel & fax Descripti Arbit’n/ Period Amount Result In favour of
on Litigat’n From -To Claimed Client/Bidd
(lakh Rs). er

Name: Date:
Signature: Designation:

Seal of Company

80
HISTORY OF CRIMINAL CASES

S Name of Police Town or Village FIR No & Details of the Stage of the
No case/
Station and District Date charges Result

Name: Date:

Signature: Designation:
Seal of Company

81
GENERAL POWER OF ATTORNEY
By this power of Attorney, I/We ................................................................, s/o ...........................................
aged about .......................... years, r/o.
...........................................................................................................
......................................................................, Partners of . ............................................................ having
its registered office at .............................................................................………..........……..hereby appoint
................................................................................, aged about ................. years s/o.
................................. ................................................ as our lawful attorney on behalf of the company, to
do and execute all or any of the following acts, deed and things, that is to say:
1) To apply for, obtain and renew all licenses, permits, etc., that are necessary for carrying on the said
business.
2) To submit all statements, returns, etc., to proper authorities as required by any law or rule in force
and to verify the same by production of documents and papers.
3) To appoint, employ, dismiss or discharge any agent, broker, office, clerk, peon or any other person at
such remuneration, commission, or salary, as the said attorney thinks fit.
4) To draw, accept, endorse, negotiate or pay any bill of exchange, hundi, promissory note, cheque,
draft, railway receipt, bill of lading or other instrument which may be deemed necessary for carrying
on the said business.
5) To open and operate bank accounts in any bank or banks in the name of the firm and/or to authorise
any person or persons to operate the above bank account.
6) To borrow or raise loans from time to time, such sums of money, from any individuals, recognised
financial institutions such as Banks, Andhra Pradesh State Financial Corporation, Industrial
Development Corporation etc., and upon such terms as the said attorney may think fit upon the
security of any of the properties of the firm ................................................. whether movable or
immovable and for such purpose to execute such document or documents as may be necessary for
securing the repayment of such loan or loans.
7) To negotiate, enter into any bargain, do all acts, things or execute any deeds or documents or other
instruments or assurances as may be necessary for selling, mortgaging or purchasing any movable
or immovable property, from any individual, recognized financial institutions such as Banks, Andhra
Pradesh State Financial Corporation, Industrial Development Corporation etc., and upon such terms
as the said attorney may thinks fit.
8) To institute contest, compound, submit to arbitration all suits proceedings, claims, demands etc.,
arising in course of or in relation to the aforesaid business.
9) To execute and sign in our name individually or collectively and on our behalf any document, letter or
deed in respect of .......................................................... to carry on the business effectively.
And I/We hereby agree to ratify and confirm all and whatsoever our said attorney shall lawfully do or
cause to be done by virtue of this deed.
In witness whereof, I/We the said partners has hereto signed at ............................................... on this the
...................................................
WITNESSES:- Name of Partner Signatures
1. 1. 1.
Date :

BIDDER Chief Engineer


82 SAC, Vijayawada
Bidder’s Registration

1. Copy of Bidder’s Registration shall be enclosed

BIDDER Chief Engineer


83 SAC, Vijayawada
AFFIDAVIT

1. I/We ______________________________ certify that the information furnished by me/us in the


Schedules is true and agree that my / our tender shall be rejected if I/We am/are found to have misled
or made false representation in the form of any of the Schedules of Supplementary information and/or
statements submitted in proof of the eligibility and qualification requirements or if I/We have a record
of poor performance such as absconding from work, works not properly completed as per contract, in
ordinate delays in completion, financial failure and/or has/have participated in previous tendering for
the same work/s and had quoted unreasonable high tender premium. In addition I/We shall be
blacklisted and the work be taken over invoking clause no 60(a) of the General conditions of contract
and Conditions of particular application.

2. I/We ______________________________ agree to be disqualified for tendering further works in the


SAC if I/We ___________________withdraw my/Our tender without a valid reason (to be decided by
the Authority competent to accept the tender).

3. I/We _______________________________ certify that no criminal cases are pending against me/us
partners at the time of submitting the tender.

4. I/We_______________________________ accept that my/our tender shall be rejected if any criminal


cases are pending against me/us/partners of the firm at the time of submitting the tender.

5. I/We _______________________________ agree that if the history of litigation, criminal cases


pending against me/us/Partners furnished by me/us is false, I/We ________________________ will
abide by the action taken by the SAC / Andhra Pradesh Government without approaching any court
whatsoever for redress. However, I/We shall be given suitable opportunity to offer my/our explanation
before action is taken against me / us.

6. I/We ______________________________ certify that the following addenda issued by the SAC have
been received by me/us and incorporated in my /our tender.

1 dated

2 dated

3 dated

7. Further I / We _______________________________ certify that no near relatives(as defined in IT


3.3(e)) are working in the SAC.

8. I / We______________________________ also agree to undertake to keep accurate and system of


accounts, records and furnish the same ( including that of sub-bidder) and agree to reimburse

BIDDER Chief Engineer


84 SAC, Vijayawada
SAC any excess amount claimed by me / us over and above my / our entitlement as per clause
98 of the General Conditions of contract.

Dated this ……………………………… day of ……………. 20…

Signature ………………………………. in the capacity of ………………… duly authorised to sign the


Tender for and on behalf of
………………………………………………
(Block Capitals)

Signature of Witness :

Name of Witness :

Address of Witness :

BIDDER Chief Engineer


85 SAC, Vijayawada
ADDENDA

[ Issued (if any) ]

(Bidder shall enter the particulars of addenda issued by the SAC and enclose the addenda to the tender in
sealed cover ‘A’ at the time of submitting the tender)

S.No. Date of Issue

BIDDER Chief Engineer


86 SAC, Vijayawada
BILL OF QUANTITIES

(Part- I)

Name of Work Manufacture, supply and delivery of Fully Automatic Truck Mounted Refuse
Compactor of 14 cum capacity as per specifications including Truck chassis with Driver's
cabin &PTO of BS-IV including loading, mounting, transportation to site , testing
commissioning and other charges etc including AMC for a period of 2 years to 110 ULBs in AP
State.

(Enclosed Separately)

BIDDER Chief Engineer


87 SAC, Vijayawada
BILL OF QUANTITIES

Part-II

Details of Maximum amount reimbursable to the Bidder.

NOTE:

1) The rates mentioned in Bill of Quantities (Part –I) are inclusive of overhead charges and Bidders profit
but exclusive of VAT .
2) The overhead charges include the components of loading, mounting, transportation to site , testing,
commissioning, Registration of vehicle, Comprehensive Insurance for initial period of 1 year , Road
tax for 1 year charges by the Bidder . Hence, the bidder’s quoted rates are inclusive of costs towards
loading, mounting, transportation to site , testing, commissioning, Registration of vehicle,
Comprehensive Insurance for initial period of 1 year , Road tax for 1 year charges, and no
reimbursement for these will be made separately.

3) The Bidder has to take Policies and certificates of insurance etc in the name of the Commissioner of
ULB and they shall be delivered to the ULB with a copy to the Chief Engineer, SAC, Vijayawada, at
the time of concluding Agreement. Failing to comply with the above, the ULB shall take insurance
policy at the cost of Bidder duly deducting the premium from the Bidder bills.

BIDDER Chief Engineer


88 SAC, Vijayawada
.
PART-B: FINANCIAL BID

Name of work: Manufacture, supply and delivery of Fully Automatic Truck Mounted Refuse
Compactor of 14 cum capacity as per specifications including Truck chassis with Driver's
cabin &PTO of BS-IV including loading, mounting, transportation to site , testing
commissioning and other charges etc including AMC for a period of 2 years to 110 ULBs in AP
State.

SCHEDULE OF QUANTITIES

Item
Description of work Quantity Rate (in.Rs.)
No.
1 2 3 4

In figures In words
Manufacture, supply and delivery
of Fully Automatic Truck
Mounted Refuse Compactor of
14 cum capacity as per
1. No.
specifications including Truck
chassis with Driver's cabin
&PTO of BS-IV including
loading, mounting,
transportation to site , testing
commissioning and other
charges etc including AMC for a
period of 2 years to 110 ULBs in
AP State.

Note :-

1. I / we hereby offer the above-mentioned Rate for supply and delivery of above compactor
vehicle. This offer submitted is unconditional.

2. Rates quoted by the firm shall be inclusive of all taxes/charges and which will be valid
throughout the contract period

BIDDER Chief Engineer


89 SAC, Vijayawada
We accept that the rate quoted above shall remain valid for a period of 150 days from the date
mentioned below. This offer submitted is unconditional.

Dated:
Signature of the
bidder/applicant with stamp

BIDDER Chief Engineer


90 SAC, Vijayawada
FORMATS OF SECURITIES
PROFORMA

BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

WHEREAS ……………………………………………………….. (Name of the Bidder) (here in after called


“the Bidder”) has submitted his tender response to NIT No………………………. dated:……………………
for the work “ ………………………………………………………………………………………………..” (Name
of work) (hereinafter called “the tender”).

KNOWN ALL MEN by these present that we …………………………


…………………………………………….……………. (Name and Address of Bank)
………………………………. (hereinafter called “the Bank” are bound unto Chief Engineer, SAC,
Vijayawada, in the sum of* …………………………………………….. for which payment will and truly to be
made to the said Department, the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the Bank this …………….. day of ……………..200….

THE CONDITIONS of this obligation are:-


(1) If after Tender opening the bidder withdraws or modifies his Bid during the period of bid validity
specified in the Form of Tender.

(2) If the Bidder having been notified of the acceptance of his bid by the Department during the
period of validity.

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Bidders, if required; or

(b) fails or refuses to furnish the balance EMD and additional performance Security in
accordance with the instructions of Bidders.

We undertake to pay to the Department up to the above amount upon receipt of his first
written demand, without the Department having to substantiate his demand, provided that in
his demand the Department will note the amount claimed by him is due to him owning to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.

This Guarantee will remain in force up to and including the date** …………………… after
the dead line for submission of Tenders as such deadline is stated in the Instructions to
Tenders or as it may be extended by the Department, notice of which extension(s) to the
Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not
later than the above date.

DATE………………. SIGNATURE OF THE BANK ……………………..


WITNESS……………….. SEAL………………………………………………..

--------------------------------------------------------------------------------------------------------
(Signature, Name and Address)
--------------------------------------------------------------------------------------------------------

BIDDER Chief Engineer


91 SAC, Vijayawada
* The Bidder should insert the amount of the EMD in words and figures denominated in Indian
Rupee. This figure should be the same as shown in the NIT.

** 6 months for the deadline date for submission of Tender. Date should be inserted by the
Department before the Tender documents are issued.

PROFORMA

BANK GUARANTEE FOR BALANCE “E.M.D.”

______________________________________________(name & address of Department)


______________________________________________

WHEREAS__________________________________________________ ________
_____________________________________________________________________ _____ __
_____________________(name and address of Bidder ) (hereinafter called “the Bidder”) has
undertaken, in pursuance of Contract No. ________ dated: ____________ to execute the work of
_________________ [name of work];

AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish
you with a Bank Guarantee by a Schedule bank for the sum specified therein as balance EMD / EMD for
compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Bidder such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Bidder, up to a total of _____________________ [amount of guarantee]
_________________________________ [in words], such sum being payable and we undertake to pay
you, upon your first written demand and without cavil or argument, any sum or sums within the limits of
________________________ [amount of guarantee] as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Bidder before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract
or of the Works to be performed thereunder or of any of the contract documents which may be made
between you and the Bidder shall in any way release us from any liability under this guarantee, and we
hereby waive notice of any such change, addition or modification.

This guarantee shall be valid upto ……………………….. i.e., until 28 days from the date of expiry
of the Defects Liability period.

BIDDER Chief Engineer


92 SAC, Vijayawada
Signature & seal of the Guarantor_____________________
Name of Bank_____________________________________
Address__________________________________________
Date_____________________________________________

BIDDER Chief Engineer


93 SAC, Vijayawada
PROFORMA

BANK GUARANTEE FOR ADDITIONAL FURTHER SECURITY

_______________________________________________(name and address of Department)


_______________________________________________

WHEREAS _______________________________ (name and address of Bidder ) (hereinafter


called “the Bidder”) has undertaken, in pursuance of Contract No. ________ dated: ____________ to
execute _________________________ [name of Contract and brief description of works] (hereinafter
called “the Bidder”);

AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish
you with a Bank Guarantee by a Schedule bank for the sum specified therein as Additional further
security bank guarantee for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Bidder such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Bidder, up to a total of Rs._____________________ [amount of guarantee]
_________________________________ [in words], such sum being payable and we undertake to pay
you, upon your first written demand and without cavil or argument, any sum or sums within the limits of
________________________ [amount of guarantee] as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Bidder before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract
or of the Works to be performed there under or of any of the contract documents which may be made
between you and the Bidder shall in any way release us from any liability under this guarantee, and we
hereby waive notice of any such change, addition or modification.

This guarantee shall be valid upto and until 28 days from the date completion.

Signature & seal of the Guarantor_____________________


Name of Bank_____________________________________
Address__________________________________________
Date_____________________________________________

BIDDER Chief Engineer


94 SAC, Vijayawada
BIDDER Chief Engineer
95 SAC, Vijayawada
ANNEXURE – I

FORM OF SOLVENCY CERTIFICATE BY BANKS

I, ______________________________________________ Managing Director / Manager /


General Manager / Agent of _________________________________________ Bank Limited do
hereby certify that a __________________________________________ _______________________
[here the Names and addresses of the bidder] to be solvent to the extent of
Rs.__________________ [Rupees __________________________
________________________________] as disclosed by the information and record which are
available with the aforesaid bank.

For the ___________________________ Bank


Date:
Place:
Signature of Bank Manager
[Authorised to Sign]

BIDDER Chief Engineer


96 SAC, Vijayawada
PROFORMA

VAT CLEARANCE CERTIFICATE

1. Name of the Dealer :-

2. Address :-

3. Tin :-

The above dealer has filed returns up to date (Month & Year ) and has paid Taxes
due there in.

The dealer has no pending arrears under APVAT Act 2005, CST ACT 1956 and
APGST ACT 1957, A.P.Entry Tax Act as on date.

This certificate is valid upto a period of Twelve months from the date of issue.

Date :

Place:

Assessing authority

BIDDER Chief Engineer


97 SAC, Vijayawada
SCHEDULE-`U'
MANUFACTURERS' AUTHORIZATION FORM FOR VEHICLES/COMPACTOR

No. dated

To

Dear Sir,

IFB No:

We who are established and reputable manufacturers of having factories at


and do hereby authorize M/s. (Name and address to bid, negotiate and conclude
the contract with you against IFB No. for the above goods manufactured by us. We also
under take to supply the above goods/materials as per time schedule given by the purchaser.

We hereby extend our full guarantee and warranty as noted below for the goods for
supply against this invitation for bid by the above firm.

WARRANTY:

1. We warrant that the goods supplied under this contract are new, unused, of the most
recent or current models and incorporate all recent improvements in design and
materials unless provided otherwise in the contract. We further warrants that the goods
supplied under this contract shall have no defect arising from design, materials or
workmanship (except insofar as the design or material is required by the purchaser's
specifications) or from any act or omission of that may develop under normal use of the
supplied goods in the conditions prevailing in the country of final destination.

2. This warranty shall remain valid for 24 months after the goods or any portion thereof as
the case may be, have been delivered and successfully commissioned as indicated in
the contract.
3. The purchaser shall promptly notify the supplier in writing of any claims arising under this
warranty.
4. Upon receipt of such notice, the supplier shall, with all reasonable speed, repair or
replace the defective goods or parts thereof, without cost to the purchaser other than,
where applicable, the cost of inland delivery of the repaired or replaced goods or parts
from the port of entry to the final destination.

5. If the supplier, having been notified, fails to remedy the defect(s) within a reasonable
period, the purchaser may proceed to take such remedial action as may be necessary,

BIDDER Chief Engineer


98 SAC, Vijayawada
at the supplier's risk and expense and without prejudice to any other rights which the
purchaser may have against the supplier under the contract.

6. The supplier should have not received any legal proceedings or under investigation from
any of the Government agencies for any fraudulent activities/supplies made and a
certificate from the company legal Adviser/ CA in this regard should be submitted along
with the tender.

Yours faithfully,

Name:
for and on behalf of M/s.
(Name of manufacturers)

Note: 1. This letter of authority should be on the letterhead of the manufacturing


concern and should be signed by a person competent and having the power of
attorney to bind the manufacturer.

2. Separate U forms shall be used for Vehicles.

BIDDER Chief Engineer


99 SAC, Vijayawada

You might also like