11.07.2015 Views

Tender 11 of 2013 - Gujarat State Disaster Management Authority

Tender 11 of 2013 - Gujarat State Disaster Management Authority

Tender 11 of 2013 - Gujarat State Disaster Management Authority

SHOW MORE
SHOW LESS

Create successful ePaper yourself

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

<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>GUJARAT STATE DISASTER MANAGEMENT AUTHORITY<strong>Tender</strong> Documents for Supply <strong>of</strong> Hydraulic Platforms (70 meters)GUJARAT STATE DISASTER MANAGEMENT AUTHORITYBlock No. <strong>11</strong>, 5 th Floor, Udyog Bhavan, Gandhinagar, <strong>Gujarat</strong>Tel: +91-79-23259025 / Fax: +91-79- 23259275Email: pmu@gsdma.orgwww.gsdma.org1


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>SIGNATURE & STAMP OF BIDDERDisclaimerThe information contained in this Request for Proposal document or subsequently provided to Bidders,whether verbally or in documentary or any other form by or on behalf <strong>of</strong> GSDMA (as defined in below) orany <strong>of</strong> its employees or advisers, is provided to Bidders on the terms and conditions set out in this RFP andsuch other terms and conditions subject to which such information is provided.This RFP is not an agreement and is neither an <strong>of</strong>fer nor invitation by GSDMA to the prospective Biddersor any other person. The purpose <strong>of</strong> this RFP is to provide interested parties with information that may beuseful to them in the formulation <strong>of</strong> their Bids pursuant to this RFP. This RFP includes statements, whichreflect various assumptions and assessments arrived at by GSDMA in relation to the Project. Suchassumptions, assessments and statements do not purport to contain all the information that each Biddermay require. This RFP may not be appropriate for all persons, and it is not possible for GSDMA, itsemployees or advisers to consider the objectives, technical expertise and particular needs <strong>of</strong> each partywho reads or uses this RFP. The assumptions, assessments, statements and information contained in thisRFP, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its owninvestigations and analysis and should check the accuracy, adequacy, correctness, reliability andcompleteness <strong>of</strong> the assumptions, assessments and information contained in this RFP and obtainindependent advice from appropriate sources.Information provided in this RFP to the Bidders is on a wide range <strong>of</strong> matters, some <strong>of</strong> which depends onthe issue <strong>of</strong> interpretation <strong>of</strong> law. The information given is not an exhaustive account <strong>of</strong> statutoryrequirements and should not be regarded as a complete or authoritative statement <strong>of</strong> law. GSDMA acceptsno responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressedherein.GSDMA, its employees and advisers make no representation or warranty and shall have no liability to anyperson including any Bidder under any law, statute, rules or regulations or tort, principles <strong>of</strong> restitution orunjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurredor suffered on account <strong>of</strong> anything contained in this RFP or otherwise, including the accuracy, adequacy,correctness, reliability or completeness <strong>of</strong> the RFP and any assessment, assumption, statement orinformation contained therein or deemed to form part <strong>of</strong> this RFP or arising in any way in this BiddingProcess.GSDMA also accepts no liability <strong>of</strong> any nature whether resulting from negligence or otherwise howevercaused arising from reliance <strong>of</strong> any Bidder upon the statements contained in this RFP.GSDMA may in its absolute discretion, but without being under any obligation to do so, update, amend orsupplement the information, assessment or assumption contained in this RFP.The issue <strong>of</strong> this RFP does not imply that GSDMA is bound to select a Bidder or to appoint the SelectedBidder, as the case may be, for the Project and GSDMA reserves the right to reject all or any <strong>of</strong> the Bidswithout assigning any reasons whatsoever.The Bidder shall bear all costs associated with or relating to the preparation and submission <strong>of</strong> its Bidincluding but not limited to preparation, copying, postage, delivery fees, expenses associated with anydemonstrations or presentations which may be required by GSDMA or any other costs incurred inconnection with or relating to its Bid. All such costs and expenses will remain with the Bidder andGSDMA shall not be liable in any manner whatsoever for the same or for any other costs or other expensesincurred by a Bidder in preparation for submission <strong>of</strong> the Bid, regardless <strong>of</strong> the conduct or outcome <strong>of</strong> theBidding Process.2


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong><strong>Tender</strong> Notice No.: <strong>11</strong> <strong>of</strong> <strong>2013</strong>TENDER NOTICE<strong>Tender</strong> Brief:Online <strong>Tender</strong>s (E-tendering) for supply <strong>of</strong> Hydraulic Platform (70 mtrs) are publicly invited by the<strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>, Block No. <strong>11</strong>, 5 th Floor, Udyog Bhavan, Gandhinagar,<strong>Gujarat</strong>, from the eligible suppliers.<strong>Tender</strong> DetailsGUJARAT STATE DISASTER MANAGEMENT AUTHORITYBlock No. <strong>11</strong>, 5 th Floor, Udyog Bhavan, Gandhinagar, <strong>Gujarat</strong>Tel: +91-79-23259025 / Fax: +91-79- 23259275www.gsdma.orgTENDER NOTICE NO: <strong>11</strong> <strong>of</strong> <strong>2013</strong>On-Line <strong>Tender</strong>s (e-tendering) are invited from suppliers for supplying the following goods to <strong>Gujarat</strong><strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong> (GSDMA)Description <strong>of</strong> GoodsEMD1 <strong>Tender</strong> Fee (Rs.)2 Delivery Period (Days)Hydraulic Platform (70 mtrs) Rs. 144,00,000/-or USD 241,000/-or Euro 185,000/-1 Rs. 10,000/-2 365 days from the date <strong>of</strong> submission <strong>of</strong>Security Deposit by the SupplierSchedule for <strong>Tender</strong>ing1. Date <strong>of</strong> Uploading 06/08/<strong>2013</strong>2.2.3.4.Pre-Bid MeetingLast date <strong>of</strong> Downloading <strong>of</strong> <strong>Tender</strong>DocumentsLast date <strong>of</strong> submission <strong>of</strong> tenderTechnical as well as Price bid <strong>of</strong>ferHard Copy submission <strong>of</strong> all relevantdocuments [Original <strong>Tender</strong> Fee, EMDand hard copies <strong>of</strong> Technical Bid with allthe relevant documents as per the16/08/<strong>2013</strong> at 1500 hrs in the <strong>of</strong>fice <strong>of</strong> <strong>Gujarat</strong><strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>, Block No.<strong>11</strong>, 5th Floor, Udyog Bhavan, Gandhinagar,<strong>Gujarat</strong>13/09/<strong>2013</strong> upto 1300 hrs.13/09/<strong>2013</strong> upto 1330 hrs.On or before 13/09/<strong>2013</strong> 1330 hrs. in the <strong>of</strong>fice<strong>of</strong> <strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>,Block No. <strong>11</strong>, 5th Floor, Udyog Bhavan,Gandhinagar, <strong>Gujarat</strong>, Tel: +91-79-23259025SIGNATURE & STAMP OF BIDDER3


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>5.6.7.requirement <strong>of</strong> the <strong>Tender</strong> (excluding PriceBid)]Verification <strong>of</strong> <strong>Tender</strong> Fee and EMDDate <strong>of</strong> opening tender for Technical BidphysicalDate <strong>of</strong> opening <strong>of</strong> Price Bid <strong>of</strong> technicallyqualified bidders13/09/<strong>2013</strong> at 1515 hrs. in the <strong>of</strong>fice <strong>of</strong> <strong>Gujarat</strong><strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>, Block No.<strong>11</strong>, 5th Floor, Udyog Bhavan, Gandhinagar,<strong>Gujarat</strong>, Tel: +91-79-2325902513/09/<strong>2013</strong> at 1530 hrs.Will be informed to the technically qualifiedbidders in advanceIMPORTANT INSTRUCTIONS FOR BIDDERS:1 The interested Bidders shall satisfy <strong>Tender</strong> Qualifying Requirement as stipulated in Section-III.2 <strong>Tender</strong> Fee, EMD and Technical Bid with all the relevant documents as per requirement <strong>of</strong> the<strong>Tender</strong> (Excluding price bid) must be submitted as hard copy. While submitting the hard copiesthe bidder should invariably submit his tender in three sealed envelopes with all the relevantdocuments as per the requirement <strong>of</strong> the <strong>Tender</strong> (Excluding Price Bid). The three sealedenvelopes should be suitably super scribed as follows:Envelope 1: “<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>, <strong>Tender</strong> Fee”Envelope 2: “<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>, EMD / Exemption Certificate”Envelope 3: “<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>, Technical Bid”3 The three sealed covers should be enclosed in a larger envelope duly sealed and super scribed as“<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>, <strong>Tender</strong> Opening Date 13/09/<strong>2013</strong>” and should be strictlysubmitted by RPAD / Speed Post/Courier/By Hand only, before the due date and time. Otherwisethe <strong>of</strong>fer will not be considered and no any further communication in the matter will beentertained4 Bidders are requested to submit Price bid (Schedule B) online only and not to submit the Pricebid in physical form. This is mandatory. If price bid is submitted in physical form, same will notbe opened and only on-line submitted price will be considered for evaluation.5 The <strong>Tender</strong> Fee will not be refunded under any circumstances.6 Earnest Money Deposit (EMD) in the form specified in <strong>Tender</strong> Document only shall be accepted.7 The <strong>of</strong>fer shall be valid for 180 days from the date <strong>of</strong> opening <strong>of</strong> the Technical Bid.8 <strong>Tender</strong>s without EMD or <strong>Tender</strong> Fee or Exemption Certificate for nonpayment <strong>of</strong> EMD or<strong>Tender</strong>s which do not fulfill all or any <strong>of</strong> the conditions or submitted incomplete in any respectwill be rejected.9 The award <strong>of</strong> contract shall be made to a qualified Bidder, whose responsive <strong>Tender</strong> is determinedto be the lowest evaluated <strong>Tender</strong> and who meets appropriate standards <strong>of</strong> Technical and Financialresources and satisfy the Qualifying Criteria as laid in the <strong>Tender</strong> Documents.10 Conditional <strong>Tender</strong> shall not be accepted.<strong>11</strong> The jurisdiction <strong>of</strong> any dispute will be Gandhinagar / Ahmedabad.SIGNATURE & STAMP OF BIDDER4


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>12 Submission <strong>of</strong> a tender by a bidder implies that he has read this notice and all other contractdocuments and has made himself aware <strong>of</strong> the scope and specification <strong>of</strong> the goods to be deliveredand local conditions and other factor bearing on the execution <strong>of</strong> contract.13 Wrong / Fraudulent data submission may lead to disqualification. Please ensure that you furnishcorrect data.14 Chief Executive Officer, <strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong> (CEO, GSDMA) reservesthe rights to reject any OR all tenders without assigning any reasons there<strong>of</strong>.INSTRUCTIONS TO BIDDERS FOR ONLINE TENDER PARTICIPATION:1 <strong>Tender</strong> documents can be downloaded free from the website https://www.nprocure.com ORwww.gsdma.org2 All bids should be submitted online from the website https://www.nprocure.com3 All bids should be digitally signed (as per Information Technology Act 2000), for detailsregarding digital signature certificate and related training involved the below mentioned addressshould be contacted(n)Code solutions (A division <strong>of</strong> GNFC)301, GNFC Infotower, Bodakdev, Ahmedabad- 380 054 (India)Tel: +91-79-26857316 / 17 / 18, Fax: +91-79-26857321www.ncodesolutions.com4 The bidder can get a copy <strong>of</strong> instructions to online participation from the websitehttps://www.nprocure.com5 All queries regarding use <strong>of</strong> digital signature certificate should be addressed to personnel in M/s(n)Code Solutions.6 All queries on the tender document, technical specifications and clauses <strong>of</strong> the contract should beaddressed to:<strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>Block No. <strong>11</strong>, 5th Floor, Udyog Bhavan,Gandhinagar – 38<strong>2013</strong>, <strong>Gujarat</strong>Tel: +91-79-23259025Fax: +91-79- 23259275Email: pmu@gsdma.org7 Please quote <strong>Tender</strong> Notice No. and <strong>Tender</strong> Name in all your correspondence.8 Bidders are requested to bring in written queries on tender document, technical specifications andclauses <strong>of</strong> the contract during the pre-bid meeting.9 Bidders are requested to provide a single point <strong>of</strong> contact during tender process with his contactnumber and email id.This notice <strong>of</strong> tender and subsequent Corrigendum (if any) shall also form a part <strong>of</strong> ContractDocument.For and on Behalf <strong>of</strong><strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>Chief Executive OfficerDate: 06/08/<strong>2013</strong>Place: GandhinagarSIGNATURE & STAMP OF BIDDER5


SECTION - IDETAILED INFORMATION & INSTRCUTIONS FOR BIDDERS1. Download <strong>of</strong> <strong>Tender</strong> Documents<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>The tender documents are available in electronic form from 06/08/<strong>2013</strong> to 13/09/<strong>2013</strong> upto 1300hrs from the website www.gsdma.org or https://www.nprocure.com. Interested Bidders can viewand download tender documents 13/09/<strong>2013</strong> upto 1300 hrs. Only those bidders, who wish tosubmit this tender, will have to pay the <strong>Tender</strong> fees on the due date as specified in Schedule <strong>of</strong><strong>Tender</strong>ing <strong>of</strong> the <strong>Tender</strong> Notice. <strong>Tender</strong> <strong>of</strong> only those bidders who have submitted their <strong>Tender</strong>fees on the due date as specified in the <strong>Tender</strong> Notice will be opened. The tender documents inhard copy (Print Version) will not be available. Those bidders who wish to have the hard copy(Print Version) can download the tender document and take the print out <strong>of</strong> the same. The <strong>Tender</strong>fee will not be refunded under any circumstances.2. Cost <strong>of</strong> BiddingAll costs and expenses incidental to preparation <strong>of</strong> the bids, to attend discussion and conferences,if any, including pre award discussion with the successful Bidder, technical and other presentationincluding any demonstration, etc. shall be borne by the Bidders and GSDMA shall bear noliabilities whatsoever on such cost and expenses.3. Language <strong>of</strong> <strong>Tender</strong><strong>Tender</strong> Documents shall be submitted in prescribed form in English only. All literature orcorrespondence in connection with <strong>Tender</strong> shall be made in English.4. General Instructions4.1. The <strong>Tender</strong> Document shall be submitted as per procedure laid down in Para 12 <strong>of</strong> Section-Ifor submission <strong>of</strong> <strong>Tender</strong>.4.2. Earnest Money Deposit (EMD) and <strong>Tender</strong> fee shall be submitted (as per Para 6 <strong>of</strong> Section-I)in both electronic format through online (by scanning) while uploading the bid and inoriginal (hard copy) while submitting the Technical Bid. This submission shall mean thatEMD and <strong>Tender</strong> fee are received for purpose <strong>of</strong> opening the bid. Accordingly bids bothTechnical & Price <strong>of</strong> those shall be opened whose EMD / Exemption Certificate & <strong>Tender</strong>fee is received. Penal action for not submitting EMD / Exemption Certificate and <strong>Tender</strong> feein original to GSDMA by bidder shall be initiated and the Bid shall be rejected.4.3. Only <strong>of</strong>fline details for EMD & <strong>Tender</strong> fee shall not be considered.4.4. <strong>Tender</strong> shall be opened as per procedure laid down in Para 13 <strong>of</strong> Section-I and respectivepara <strong>of</strong> <strong>Tender</strong> Notice.4.5. All Bidders are cautioned that tender containing any deviation from the contractual terms andconditions, specifications or requirements shall be rejected as non-responsive.4.6. Conditional <strong>of</strong>fer will be out-rightly rejected. No condition shall be included in this tender4.7. Alternative tenders are not acceptable.4.8. Award <strong>of</strong> contract will be made to a qualified bidder whose responsive <strong>Tender</strong> is determinedto be the lowest evaluated tender with due consideration to his maximum Physical andFinancial capacity to Bid, number <strong>of</strong> individual Bids in which his Bid happens to be theSIGNATURE & STAMP OF BIDDER6


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>lowest responsive Bid and as per the Least Cost Combination as may be advantageous toGSDMA.4.9. If required, GSDMA may negotiate with the lowest evaluated responsive bidder.4.10. CEO, GSDMA reserves the right to qualify / disqualify any applicant without assigning anyreason.4.<strong>11</strong>. Bidder shall be disqualified if they have4.<strong>11</strong>.1. Made untrue or false representation in the forms, statements and attachments requiredin the tender documents, or4.<strong>11</strong>.2. Record <strong>of</strong> poor performance either due to technical or financial or any other reasons.4.12. The request <strong>of</strong> the Bidder for not opening <strong>of</strong> Bid shall not be accepted, if Bidder hassubmitted <strong>Tender</strong> on line and EMD & <strong>Tender</strong> fee in physical form.4.13. The jurisdiction <strong>of</strong> any dispute will be Gandhinagar or Ahmedabad.4.14. No tender will be accepted after prescribed closing time for submission. The delay will notbe condoned for any reason whatsoever including postal / transit delay. However, if the lastdate <strong>of</strong> submission <strong>of</strong> tenders is declared as a holiday by the Government, the last date <strong>of</strong>submission <strong>of</strong> tenders will be extended to the next working day.4.15. Bidder should read this document very carefully and comply with the instructions, terms &conditions therein. Any tender which does not confirm with the instructions / terms /conditions therein is liable to be rejected without any reference4.16. All photocopies must be duly certified TRUE COPY / NOTARIZED.4.17. The bidder shall not be permitted to tender for the work in which his near relative isworking in GSDMA or with GSDMA’s Project <strong>Management</strong> Consultant as on date when<strong>Tender</strong> is submitted. (Note: By the term “near relative” it is meant wife, husband, parents,children, grand parents, brothers, sisters, uncles, aunts, cousins and in-laws)5. Digital CertificateBidders who wish to participate in online tenders will have to procure / should have legally validDigital certificate as per Information Technology Act-2000 using which they can sign theirelectronic bids.6. <strong>Tender</strong> Fee & Earnest Money Deposit (EMD)6.1. <strong>Tender</strong> Fee and EMD must reach in the <strong>of</strong>fice <strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong><strong>Authority</strong>, Block No. <strong>11</strong>, 5th Floor, Udyog Bhavan, Gandhinagar – 38<strong>2013</strong>, <strong>Gujarat</strong>, Tel:+91-79-23259025 on due date specified in the <strong>Tender</strong> Notice.Sr.No.Description <strong>of</strong> Goods1 <strong>Tender</strong> Fee(Rs.)2 EMD<strong>Tender</strong> Fee andEMD shall be infavor <strong>of</strong>Validity <strong>of</strong>EMD1. Hydraulic Platform (70mtrs)1 Rs. 10,000/ -2 Rs. 144,00,000/- or USD241,000/- orEuro 185,000/-Director (Finance),<strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong><strong>Management</strong><strong>Authority</strong> payable atGandhinagar180 daysSIGNATURE & STAMP OF BIDDER7


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>6.2. <strong>Tender</strong> without submission <strong>of</strong> <strong>Tender</strong> Fee and EMD / Exemption Certificate shall berejected as non responsive. If during tender validity period, the bidder withdraws his <strong>Tender</strong>,the EMD shall be forfeited and the bidder may be disqualified from tendering for futureworks / procurement <strong>of</strong> GSDMA. Once the tenders are submitted it will be theresponsibility <strong>of</strong> the bidder not to escape halfway directly or indirectly by way <strong>of</strong> raisingany problems.6.3. Bidders registered under small scale industries <strong>of</strong> <strong>Gujarat</strong> <strong>State</strong> and holding subsequentregistration with CSPO / NSIC / DGS&D for the item under tender will be eligible forexemption from payment <strong>of</strong> EMD on submission <strong>of</strong> TRUE COPY / NOTARIZED copies<strong>of</strong> their SSI & CSPO / NSIC / DGS&D registration certificates in EMD cover. Participantsnot covered under this category shall have to pay EMD compulsorily as prescribed, failingwhich the tender will be treated as rejected at the time <strong>of</strong> opening <strong>of</strong> Bid. In such cases,Technical Bid as well as Price Bid will be ignored. Any basic document with regards toEMD will not be acceptable after closing time <strong>of</strong> tender6.4. <strong>Tender</strong> Fee shall be paid in form <strong>of</strong> Demand Draft (DD) in favor <strong>of</strong> <strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong><strong>Management</strong> <strong>Authority</strong>, Gandhinagar drawn on any scheduled commercial bank in India6.5. EMD shall be paid in form <strong>of</strong> irrevocable Bank Guarantee (BG) denominated in Euro orUSD or India Rupees and shall at issued by any Scheduled commercial bank in India. If theinstitution issuing the Bank Guarantee is located outside India. It shall have correspondentfinancial institution located in India to make it enforceable. The EMD should be issued bybank only after date <strong>of</strong> advertisement <strong>of</strong> tender notice. BG should be valid up to SIX (6)months from the date <strong>of</strong> its issuance. Form <strong>of</strong> Bank Guarantee for EMD is provided asAnnexure – I6.6. Payment made towards EMD will not be refunded unless bid is accepted.6.7. The EMD will be returned promptly to the unsuccessful bidders except first three lowestbidders. The EMD will be returned to the first three lowest bidders after first lowest bidderfurnishes Security Deposit for performance and duly enters into the contract.6.8. Within 2 weeks from the date <strong>of</strong> issue <strong>of</strong> the letter accepting his <strong>Tender</strong>, the successfulbidder shall furnish the required Security Deposit (SD) for performance and attend the<strong>of</strong>fice <strong>of</strong> the CEO, GSDMA for execution <strong>of</strong> the Contract documents. If he fails to furnishthe SD for performance or to execute the Contract for the work <strong>of</strong>fered to him, his EMDshall be forfeited and the bidder would be debarred from bidding any future tenders <strong>of</strong>GSDMA.7. Delivery Period7.1. Delivery Period: 365 days from the date <strong>of</strong> submission <strong>of</strong> Security Deposit7.2. Description <strong>of</strong> Item & Quantity to be procuredItemQuantity (Nos.)Hydraulic Platform (70 mtrs) 47.3. Details <strong>of</strong> the Consignee for the delivery <strong>of</strong> the above mentioned itemReceivers Name Place <strong>of</strong> Delivery & Installation Quantity (Nos.)CEO, GSDMAGandhinagar / Ahmedabad<strong>Gujarat</strong>4SIGNATURE & STAMP OF BIDDER8


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>8. Accompaniments to <strong>Tender</strong>The Bidder will have to submit hard copies <strong>of</strong> legible and certified copies <strong>of</strong> the followingdocuments his tender. (The submission by the bidder should be hard bound and in the samesequence as requested in the tender)8.1. <strong>Tender</strong> Fee & EMD in accordance with Para 6 <strong>of</strong> Section-I and the original shall also besubmitted in physical form as per the Para 4.2 <strong>of</strong> Section-I8.2. Manufacturing license (P.M.T. SSI No. / Industrial license / ISI Certificate / FactoryInspectors License) / Product permission (if applicable) / Registration Certificate withCSPO / SSI / KVIC / NSIC / DGS&D (which ever is applicable)8.3. Partnership Deed / Memorandum and Article <strong>of</strong> Association (whichever is applicable)8.4. ISO Certificate along with the declaration <strong>of</strong> manufacture <strong>of</strong> the item in the locationcertified by ISO in the prescribed format (ISO Certificate & Declaration is mandatory ifasked in Technical Specification)8.5. Original Product literature / Photograph mentioning all technical specifications & servicemanual if the unit price exceeds Rs.10,000/-8.6. In case where item is required with ISI mark, manufacturing and selling experience <strong>of</strong>product having ISI mark will only be considered. But, in such a case, certified copies <strong>of</strong>licenses to use ISI mark for last one year as well as latest and valid license are to besubmitted with tender. The license should be valid during the period <strong>of</strong> contract. It will bethe sole responsibility <strong>of</strong> supplier to ensure that necessary certificate and permission mustbe valid till the expiry <strong>of</strong> the contract. In no case the certificate should be dated earlier thanone year (unless otherwise specified) and should be in force and valid on the last date <strong>of</strong> thesubmission <strong>of</strong> the tender / signing <strong>of</strong> the agreement (as the case may be). In case, thecertificates / licenses / permission are outdated or the validity period is over, the pro<strong>of</strong> <strong>of</strong>applying for renewal should also be attached. Such certificates will be considered if therenewal has been applied for within the time limit prescribed for the renewal <strong>of</strong> thatpermission / license / certificate under the relevant rules and further if such application forrenewal is not specifically rejected by the competent authorities. In case any certificate isstill awaited from the competent authority, the pro<strong>of</strong> <strong>of</strong> making the application should alsobe attached which will be considered if the application is not specifically rejected by thecompetent authorities.8.7. List <strong>of</strong> essential accessories required to operate the goods / stores / material/(s) (if any)8.8. Chartered Accountant’s certificate in original for showing year wise production and salesfor quoted product for last three (3) financial years8.9. Duly filled in Declaration & Memorandum form as provided as Annexure – II & Annexure– III8.10. Valid Certificate <strong>of</strong> exemption for payment <strong>of</strong> EMD8.<strong>11</strong>. Power <strong>of</strong> Attorney (PoA) duly authorized by a notary public, if power is delegated forsigning the Bid to other person by the Bidder.8.12. In case <strong>of</strong> consortium the following documents must be provided8.12.1. Members <strong>of</strong> the Consortium shall enter into a Consortium Agreement, to be signed bythe interested parties8.12.2. Members <strong>of</strong> the Consortium shall nominate the Member whose Financial Capacityhad been evaluated for qualification, as the Lead Member (the “Lead Member”). TheSIGNATURE & STAMP OF BIDDER9


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>nomination(s) shall be supported by a Power <strong>of</strong> Attorney, signed by all the otherMembers <strong>of</strong> the Consortium, except the Lead MemberThe bidder shall ensure that the format <strong>of</strong> consortium agreement and the format <strong>of</strong> Power <strong>of</strong>Attorney shall be approved by GSDMA before submission <strong>of</strong> the tender.ALL PHOTO COPIES MUST BE SUBMITTED DULY CERTIFIED TRUE COPY /NOTORISED.9. Method <strong>of</strong> <strong>Tender</strong>ing9.1. If the <strong>Tender</strong> is uploaded by an individual, it shall be digitally signed by the individual.9.2. If the <strong>Tender</strong> is uploaded by a proprietary firm, it shall be digitally signed by the proprietor.9.3. If the <strong>Tender</strong> is uploaded by a firm in partnership, it shall be digitally signed by all thepartners <strong>of</strong> the firms or alternatively by a partner holding PoA for the firm in which case acertified copy <strong>of</strong> the PoA shall accompany the tender, a certified copy <strong>of</strong> the partnershipdeed, full name, current address <strong>of</strong> the firm, current addresses <strong>of</strong> all the partners <strong>of</strong> the firmshall also accompany the tender.9.4. If the <strong>Tender</strong> is uploaded by a limited company or a corporation, it shall be digitally signedby a duly authorized person holding the PoA for signing the <strong>Tender</strong> in which case acertified copy <strong>of</strong> the PoA shall accompany the <strong>Tender</strong>. Such limited company orcorporation may be required to furnish satisfactory evidence <strong>of</strong> its existence before theContract is awarded. They shall also furnish Articles <strong>of</strong> Memorandum <strong>of</strong> Association.9.5. If the <strong>Tender</strong> is uploaded by Consortium, it shall be digitally signed by a duly authorizedperson holding the PoA for signing the <strong>Tender</strong> in which case a certified copy <strong>of</strong> the PoAshall accompany the <strong>Tender</strong>. Members <strong>of</strong> the Consortium shall nominate the Memberwhose Financial Capacity had been evaluated for qualification, as the Lead Member (the“Lead Member”). The nomination(s) shall be supported by a Power <strong>of</strong> Attorney, signed byall the other Members <strong>of</strong> the Consortium, except the Lead Member;9.6. If the Firm submitting the tender is a Member <strong>of</strong> a Group <strong>of</strong> Companies (with a commonname), all relevant documents clearly indicating the stake <strong>of</strong> the bidding Firm in the equity<strong>of</strong> each firm <strong>of</strong> the Group, Turnover, Net Tangible Worth and Cash Flow <strong>of</strong> each companywherein the stake <strong>of</strong> the Bidding Firm is 51% or more in terms <strong>of</strong> equity shall be furnishedat the time <strong>of</strong> online submission <strong>of</strong> Bid.9.7. In case at time <strong>of</strong> <strong>Tender</strong> uploading, if any <strong>of</strong> the above information has changed then thebidder shall correct the same by making the modification in his personal pr<strong>of</strong>ile.9.8. All digital signatures in the tender documents shall be dated.9.9. Regarding the process <strong>of</strong> e-tendering, the necessary guidance can be obtained fromManager (Marketing)(n) Code solutions (A division <strong>of</strong> GNFC)301, GNFC Infotower, Bodakdev, Ahmedabad- 380 054 (India)Tel: +91-79-26857316 / 17 / 18, Fax: +91-79-26857321www.ncodesolutions.com10. Eligibility10.1. The bidders should be meet the applicable qualification criteria specified in Section-III.SIGNATURE & STAMP OF BIDDER10


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>10.2. Bidders shall provide such evidence <strong>of</strong> their eligibility satisfactory to GSDMA, as theGSDMA shall request.10.3. Bidders shall not be under a declaration <strong>of</strong> ineligibility for corrupt and fraudulent practicesissued by the GSDMA or any department <strong>of</strong> Government <strong>of</strong> <strong>Gujarat</strong> or any <strong>State</strong> withinIndia in accordance with Para 19 <strong>of</strong> Section-I.10.4. A Bidder shall not have any conflict <strong>of</strong> interest as provided in Para <strong>11</strong> <strong>of</strong> Section-I.10.5. The Consortium shall not exceed two Members. The Member who’s Financial Capacity hasbeen evaluated for qualification, shall be the Lead Member. The Lead Member shall be dulyauthorized by the other Members and shall be the designated Member responsible forcompliance, execution and performance under the Contract Agreement – notwithstandingthe joint and several liability. GSDMA‟s dealings with such Lead Member will qualify asadequate dealing with the other Members.<strong>11</strong>. Conflict <strong>of</strong> Interest<strong>11</strong>.1. Each bidder shall submit only one (1) bid for each contract (<strong>Tender</strong>). A bidder who submitsor participates in more than one (1) bid for the same tender will be disqualified.<strong>11</strong>.2. A Sole Bidder cannot at the same time be a member <strong>of</strong> a Consortium applying forqualification. Further, a Member <strong>of</strong> a particular Consortium cannot be member <strong>of</strong> any otherConsortium applying for qualification;<strong>11</strong>.3. All bidders found to be in conflict <strong>of</strong> interest shall be disqualified. A bidder may beconsidered to have a conflict <strong>of</strong> interest with one or more parties in a bidding process if they:<strong>11</strong>.3.1. have controlling shareholders in common; or<strong>11</strong>.3.2. receive or have received any direct or indirect subsidy from any <strong>of</strong> them; or<strong>11</strong>.3.3. have the same legal representative for purposes <strong>of</strong> a bid; or<strong>11</strong>.3.4. have a relationship with each other, directly or through common third parties, thatputs them in a position to have access to information about or influence on a bid <strong>of</strong>another bidder, or influence the decisions <strong>of</strong> GSDMA regarding the bidding process;or<strong>11</strong>.3.5. participated as a consultant in preparing the design or technical specifications <strong>of</strong> thegoods and related services or works that are the subject <strong>of</strong> a bid.12. Submission <strong>of</strong> <strong>Tender</strong>12.1. The bidder shall fill the required details / data / information in the prescribed form <strong>of</strong><strong>Tender</strong> document. In case <strong>of</strong> consortium, The Bid should contain the information requiredfor each member <strong>of</strong> the Consortium.12.2. The Bid should include a brief description <strong>of</strong> the roles and responsibilities <strong>of</strong> individualMembers, particularly with reference to financial, technical and obligations during theOperation and Maintenance Phase12.3. <strong>Tender</strong> Fee, EMD and Technical Bid with all the relevant documents (including Annexures& Schedules excluding Price Bid) as per requirement <strong>of</strong> the <strong>Tender</strong> must be submitted asHARD COPY. While submitting the hard copies the bidder should invariably submit histender in three sealed envelopes with all the relevant documents as per the requirement <strong>of</strong>the <strong>Tender</strong> (Excluding Price Bid). The three sealed envelopes should be suitably superscribed as follows:SIGNATURE & STAMP OF BIDDER<strong>11</strong>


Envelope 1: “<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>, <strong>Tender</strong> Fee”<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>Envelope 2: “<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>, EMD / Exemption Certificate”Envelope 3: “<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>, Technical Bid”12.4. The three sealed covers should be enclosed in a larger envelope duly sealed and superscribed as “<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>, <strong>Tender</strong> Opening Date 13/09/<strong>2013</strong>” and shouldbe strictly submitted by RPAD / Speed Post / Courier / Hand only, before the due date andtime.12.5. No tender will be accepted after prescribed closing time for submission <strong>of</strong> the same. Thedelay will not be condoned for any reason whatsoever including postal / transit delay.However, if the last date <strong>of</strong> submission <strong>of</strong> tenders is declared as a holiday by theGovernment, the last date <strong>of</strong> submission <strong>of</strong> tenders will be extended to the next working day.12.6. Bidders are requested to submit Price bid (Schedule B) ONLINE only and not to submitthe Price bid in physical form. This is mandatory. If price bid is submitted in physical form,same will not be opened and only on-line submitted price will be considered for evaluation.12.7. The Rates for items in Schedule – B must be submitted in figures only on the e-tenderingwebsite. Amount in words will be automatically generated by system. Total amount <strong>of</strong> eachitem and the grand total in figures and the respective words will be automatically calculatedand displayed.12.8. GSDMA at its discretion can extend the last date for submission <strong>of</strong> <strong>Tender</strong> by amending theBid Document in which case all rights and obligations <strong>of</strong> GSDMA and Bidder willthereafter be subject to the last date as extended. The Bidder shall be responsible forextending the Validity <strong>of</strong> <strong>Tender</strong> Offer accordingly, failing which his Bid shall be rejectedas non-responsive.12.9. Telegraphic <strong>Tender</strong> will not be entertained.12.10. The bidder should read this document very carefully and comply with the instructions /terms / conditions therein. Any tender which does not confirm with the instruction / terms /conditions therein is liable to be rejected without any reference.12.<strong>11</strong>. No modification should be done by the bidder in the name <strong>of</strong> item, and in thespecifications / grade / quality / packing <strong>of</strong> the item given in the tender document. InSchedule - A (Technical Bid) all information asked / required including specificationavailable in <strong>of</strong>fered models should be mentioned clearly. Additional specifications /features if any available in the <strong>of</strong>fered models shall be provided in additional sheet. InSchedule – B (Price Bid), the rates, with break up shown in the formats provided withthe tender documents to be quoted.12.12. The detailed required specifications <strong>of</strong> the equipment / goods to be purchased are shownin Section - IV. The bidder should confirm that the items <strong>of</strong>fered are conforming to thesespecifications in Schedule - A (Technical Bid). Offers with minor deviation in noncriticalspecification shall be considered subject to overall acceptability <strong>of</strong> products interms <strong>of</strong> its utility.12.13. The bidder should arrange demonstration <strong>of</strong> equipment / goods <strong>of</strong>fered as and whendesired at their expense failing which his / their tender shall liable to be ignored. In casewhere samples are required to be submitted, it should be kept ready and submitted as andwhen demanded in duly sealed pack superscribed with details <strong>of</strong> <strong>Tender</strong> Notice No., DueDate, Name and Address <strong>of</strong> Bidder, make / Model etc. failing which <strong>of</strong>fer shall liable tobe rejected.12.14. The rates shown in Schedule – B (Price Bid) shall be presumed, in all cases, as the netprice inclusive <strong>of</strong> all duties and sundries which includes but not limited to all taxes,SIGNATURE & STAMP OF BIDDER12


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>royalties, octroi, costs, fees, duties, insurance, transportation, loading and unloadingcharges FOR consignee's stores, giving basic price ex factory and other item wise charges.No payment against any duty / delivery charges etc. will be considered under any separateheading under any circumstances.12.15. The quoted rates will be valid for 6 months from the date <strong>of</strong> opening <strong>of</strong> technical bid.Rates once quoted will be final and will not be allowed to be increased during the validityperiod under any circumstances and for any reason whatsoever.12.16. The rates should be comprehensive incorporating the cost <strong>of</strong> the instrument / equipmentand accessories required as part <strong>of</strong> the equipment and shown as such in the enquirydocument. In case any item is required as an essential accessory for operating theequipment, it must be mentioned clearly in Schedule - A (Technical Bid) and its ratesmust be included in the rates for the equipment in Schedule – B (Price Bid). If notmention <strong>of</strong> such essential accessories is made in Schedule - A (Technical Bid) or if itsrates are not shown in Schedule – B (Price Bid), it will be presumed that the cost <strong>of</strong>essential accessories is included in Schedule – B (Price Bid) and no separate payment forthe same will be made thereafter under any circumstances. If any accessory is demandedas mandatory in the tender enquiry, under no circumstances it should be shown as anoptional accessory and quoted separately. The price <strong>of</strong> the product <strong>of</strong>fered must includethe accessories required for operation <strong>of</strong> the instrument and no separate payment will bemade even if such an accessory is not included in the quotation. Only those accessorieswhich are specifically recommended by the manufacturer <strong>of</strong> the instrument / equipmentshould be <strong>of</strong>fered as part <strong>of</strong> the equipment and under no circumstances a cheaper variety<strong>of</strong> an accessory not approved / recommended by the manufacturer should be <strong>of</strong>fered.12.17. Schedule – B (Price Bid) with errors will be, rejected. No variation in the terms andconditions <strong>of</strong> the tender, including major deviation from standards / specifications / terms<strong>of</strong> supply will be accepted. No claim for additional payment beyond the prices / ratesquoted will be entertained and the bidder will not be entitled subsequently to make anyclaim on the ground <strong>of</strong> misrepresentation / misinterpretation or on the ground that he wassupplied with information given by any person (Whether the member is an employee <strong>of</strong>GSDMA or not). Any failure on the bidders part to obtain all necessary information forthe purpose <strong>of</strong> making his <strong>Tender</strong> and quoting the prices and rates therein shall not relievehim from any risk or liabilities arising out <strong>of</strong> or consequent to the submission <strong>of</strong> thetender.12.18. IN NO CASE, RATES SHOULD BE QUOTED IN ANYWHERE EXCEPT INPRICE BID.12.19. Every Blank (fields) in the <strong>Tender</strong> document (Forms, Schedule, etc.) must be filled up bythe Bidder. Use <strong>of</strong> dash (-) is not permitted. Please write “NOT APPLICABLE” or “NIL”as and where required by Bidder.12.20. In the event <strong>of</strong> any error or discrepancy in write up <strong>of</strong> tender documents the bidder willnot take any undue advantage <strong>of</strong> such error or discrepancy and CEO, GSDMA shall havepowers to interpret and decide correct meaning <strong>of</strong> contradictory erroneous writing.13. Opening <strong>of</strong> <strong>Tender</strong>sThe Designated Officer/(s) <strong>of</strong> GSDMA will open as per schedule <strong>of</strong> tendering as provided in the<strong>Tender</strong> Notice in the presence <strong>of</strong> intending bidders or their representative who wish to remainpresent at that time. The intending Bidders, if they wish may participate in online <strong>Tender</strong> openingprocess and view the result on https://www.nprocure.com, will have to log in with his user ID andpassword and click on “mark my attendance button” to view <strong>Tender</strong> result. For more details referPara 9.8 <strong>of</strong> Section-I.SIGNATURE & STAMP OF BIDDER13


12.1 Opening <strong>of</strong> <strong>Tender</strong> Fee and EMD Cover<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>At the first instance <strong>Tender</strong> Opening Officer will open and scrutinize the <strong>Tender</strong> fee coverand EMD cover. In following situation the tender shall be liable to be rejected at the time<strong>of</strong> opening <strong>of</strong> EMD cover.a. If required <strong>Tender</strong> fee and EMD amount is not paid.b. If <strong>Tender</strong> fee and EMD is not paid in the prescribed form.c. Documents for claiming exemption are not enclosed.12.2 Opening <strong>of</strong> Technical BidThe Designated Officer/(s) <strong>of</strong> GSDMA after verification <strong>of</strong> <strong>Tender</strong> fee and EMD willopen Technical Bid for the all the eligible bidders at the address specified in the <strong>Tender</strong>Notice. The evaluation <strong>of</strong> Technical Bid will be done as per Schedule A12.3 Opening <strong>of</strong> Price BidThe Schedule – B (Price Bid) will be opened <strong>of</strong> only those bidders whose quotationssatisfy the technical requirement as specified in the <strong>Tender</strong> Document and are otherwiseacceptable. The date <strong>of</strong> opening <strong>of</strong> Schedule – B (Price Bid) will be intimated to thequalified bidder.a. The Designated Officer/(s) <strong>of</strong> GSDMA will open each Price Bid on the date andtime mentioned in the <strong>Tender</strong> or on extended date and take print out <strong>of</strong> total amountquoted in the <strong>Tender</strong> along with rate quoted for each part <strong>of</strong> Bid Schedule and theconditions if any put forth by the Bidder. The Bidder can see his Price Bid as wellas other Bidders’ entire Price Bid who have participated in the e-<strong>Tender</strong>. TheSchedule – B (Price Bid) will be accessible upto 24 hours from the date and time<strong>of</strong> <strong>Tender</strong> opening for security reasons. For future reference, Bidders are requestedto save or take print out <strong>of</strong> the same data.b. The Price Bids will be opened ONLINE, irrespective <strong>of</strong> the presence <strong>of</strong> the Bidder.14. <strong>Tender</strong> Offer Validity Period14.1 The <strong>Tender</strong> <strong>of</strong>fer for the work shall be valid for a period not less than One HundredEighty (180) days from the date <strong>of</strong> opening <strong>of</strong> the Technical Bid. The same may beextended by the Bidder for a further period <strong>of</strong> One Hundred Eighty (180) days, if requiredby GSDMA. The bidder shall not be allowed to withdraw or modify the <strong>of</strong>fer on his ownduring this period. If any bidder withdraws or make any modification or additions in theterms and conditions and tender validity period <strong>of</strong> his tender <strong>of</strong>fer is not acceptable to theGSDMA, then the GSDMA shall without prejudice to any right or remedy, be at liberty t<strong>of</strong>orfeit in full, the said EMD absolutely.14.2 In exceptional circumstances, GSDMA may solicit the Bidder's consent for an extension<strong>of</strong> the period <strong>of</strong> validity <strong>of</strong> the <strong>Tender</strong> <strong>of</strong>fer by a period not exceeding another OneHundred Eighty (180) days.14.3 The request and response shall be made in writing or by tele-fax and email. If a Bidderaccepts to extend the period <strong>of</strong> validity, the validity <strong>of</strong> EMD shall also be extendedaccording to provision <strong>of</strong> Para 6 <strong>of</strong> Section-I. In case <strong>of</strong> refusal by Bidder for extension <strong>of</strong>validity period his EMD shall be returned. Any Bidder granting the request <strong>of</strong> extension<strong>of</strong> <strong>of</strong>fer validity period will not be permitted to modify his / their Bid.SIGNATURE & STAMP OF BIDDER14


15. Evaluation <strong>of</strong> <strong>Tender</strong> & Technical Scrutiny <strong>of</strong> the Sample<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>15.1. Technical evaluation will be made based on Criteria fixed in Para 10 <strong>of</strong> Section-I and thedocuments submitted as per the Schedule - A (Technical Bid).15.2. The technical scrutiny <strong>of</strong> the items will be carried out by a committee <strong>of</strong> experts nominatedby the Chief Executive Officer, GSDMA which may also include demonstration / sampletesting and the report <strong>of</strong> the scrutiny committee shall be final and binding upon the bidder.In case there is a discrepancy in the claim made by the bidder and the specifications shownin the product literature / circuit diagram / photograph, reliance will be placed on thespecifications shown in the product literature / circuit diagram photograph, ignoring theclaim <strong>of</strong> the bidder. Any change or alteration in the product literature / circuit diagram/photograph must be authenticated by the manufacturer and an affidavit from themanufacturer for supplying the item as altered or changed should also be submitted failingwhich such changes / alterations will be ignored.15.3. If it is found, at any later stage that Bidder has hidden any material detail or given falsedetails the Bidder shall be disqualified and his EMD shall be forfeited and he will bedebarred from bidding future tenders <strong>of</strong> GSDMA.15.4. Bidders will be qualified based on the Technical evaluation as per Para 15.1 above. A list <strong>of</strong>qualified Bidders shall be prepared. The Schedule – B (Price Bid) <strong>of</strong> only qualifiedBidders shall be opened and evaluated.15.5. To assist in the examination, evaluation and comparison <strong>of</strong> <strong>Tender</strong>s, the GSDMA may askthe bidders individually for clarification / explanation / documentary evidence <strong>of</strong> theirtenders. The request for clarification and the response shall be in writing or tele-fax andthrough email communication but no changes in the price or substance <strong>of</strong> the tender shall besought, <strong>of</strong>fered or permitted. However any clarification / explanation or documentaryevidence leads to implication on quoted price shall be considered only for placing the orderbut not for price evaluation15.6. The <strong>Tender</strong>s will be verified for accuracy in numerical calculations. Any <strong>Tender</strong> witharithmetical mistake will be corrected on the basis <strong>of</strong> the quantities <strong>of</strong> work given in thetender form and the unit price quoted by the bidder.15.7. A substantially evaluated responsive Bid is one which confirms to all the terms, conditionsand specifications <strong>of</strong> the Bid Documents without material deviation or reservation. Thematerial deviation or reservations is onea. which affects in any substantial way the scope, quality or performance <strong>of</strong> the works.b. which limits in any substantial way inconsistent with bid documents, the GSDMA’sright or the bidder’s obligations to the contract orc. whose rectification would affect unfairly the competitive position <strong>of</strong> other bidderspresenting substantially responsive bids.15.8. As per Government’s prevailing purchase policy, a order / price preference shall beavailable to <strong>Gujarat</strong> based SSI / TINY / COTTAGE Industries registered for quoted itemssubject to providing required documents like respective registration certificate issued byconcerned authority. For this purpose, a guide lines given by the Govt. <strong>of</strong> <strong>Gujarat</strong>,Industries and Mines Dept., resolution No.SPO/1095/2636 (97)/CH dated 23/09/1997amended from time to time will be followed. In such a case the decision <strong>of</strong> PurchaseCommittee shall be final and implemented forthwith.15.9. Award may be made to the bidder whose responsive tender is determined to be the lowestevaluated tender and who meets the appropriate standards <strong>of</strong> capacity and financialresources.SIGNATURE & STAMP OF BIDDER15


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>16. Acceptance <strong>of</strong> <strong>Tender</strong>16.1. The tender is liable for rejection due to any <strong>of</strong> the reasons mentioned below:(a) Non-Submission <strong>of</strong> tender within stipulated time.(b) <strong>Tender</strong> is unsigned OR not initialed on each page or with unauthenticated corrections.(c) Submission <strong>of</strong> tender documents in unsealed envelop.(d) <strong>Tender</strong> not submitted in separate envelopes as per conditions and the envelopes arenot superscribed with details <strong>of</strong> the tender enquiry and part enclosed.(e) Non-payment <strong>of</strong> Earnest Money Deposit (if not exempted)(f) Non-submission <strong>of</strong> required documents as shown in Para 8 <strong>of</strong> Section-I above.(g) Conditional and / or vague <strong>of</strong>fers(h) Unsatisfactory past performance <strong>of</strong> the bidder.(i) Rates have been shown elsewhere than ONLINE Schedule – B (Price Bid)(j) Items with major changes / deviations in the specifications / standard / grade /packing / quality are <strong>of</strong>fered in Schedule - A (Technical Bid).(k) Offering a cheaper accessory not approved / recommended by the manufacturer.(l) Offering an accessory as optional even though it is required to operate the instrument.(m) Submission <strong>of</strong> misleading / contradictory / false statement or information andfabricated / invalid documents.(n) <strong>Tender</strong>s not filled up properly(o) Non-submission <strong>of</strong> Charter Accountant Certificate in case <strong>of</strong> manufacturer16.2. Any conditional discount given by the bidder such as discount applicable on total ordervalue, minimum order value on certain group <strong>of</strong> items etc. will not be considered forevaluation purpose. However, for ordering purpose, such discount shall be considered.16.3. Discount <strong>of</strong>fered after price bid opening shall also be not considered for evaluation.However in a case bidder happens to be selected bidder (without considering discount)such discount shall be considered while placing the order.16.4. The consolidated rates will be taken in to account for preparing price statement. However,the tender which is found technically acceptable as well as lowest in terms <strong>of</strong> evaluatedrates only be considered for placing the order but, order will be placed at quoted ormutually agreed price.17. Right <strong>of</strong> Rejection17.1. Those <strong>Tender</strong>s which do not have Digital Signature attached shall be rejected.17.2. <strong>Tender</strong> without EMD, will be treated as non responsive and will be out rightly rejected.17.3. CEO, GSDMA reserves the rights to accept or reject any bid or to cancel the Biddingprocess and reject all Bids at any time prior to award <strong>of</strong> contract, without thereby incurringany liability to the affected Bidder or Bidders or any obligation to inform the affectedBidder or Bidders on the grounds <strong>of</strong> the GSDMA's action.SIGNATURE & STAMP OF BIDDER16


18. Particular Provision<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>The particulars <strong>of</strong> the goods given herein as well as in the accompanying Annexures must beconsidered only as advance information to assist bidders.19. Corrupt or Fraudulent PracticesGSDMA require that bidders / suppliers / contractors observe the highest standard <strong>of</strong> ethics duringthe procurement and execution <strong>of</strong> such contracts. In pursuance <strong>of</strong> this policy:19.1. GSDMA defines for the purposes <strong>of</strong> this provision, the terms set forth below as follows:19.1.1. “corrupt practice” means behavior on the part <strong>of</strong> <strong>of</strong>ficials in the public or privatesectors by which they improperly and unlawfully enrich themselves and/or thoseclose to them, or induce others to do so, by misusing the position in which they areplaced, and it includes the <strong>of</strong>fering, giving, receiving or soliciting <strong>of</strong> any thing <strong>of</strong>value to influence the action <strong>of</strong> any such <strong>of</strong>ficial in the procurement process or incontract execution; and19.1.2. “fraudulent practice” means a misrepresentation <strong>of</strong> facts in order to influence aprocurement process or the execution <strong>of</strong> a contract to the detriment <strong>of</strong> the Employer,and includes collusive practice among bidders (prior to or after bid submission)designed to establish bid prices at artificial non-competitive levels and to deprive theEmployer <strong>of</strong> the benefits <strong>of</strong> free and open competition.19.2. GSDMA will reject a proposal for award if it determines that the bidder recommended foraward has engaged in corrupt or fraudulent practices in competing for the contract inquestion;19.3. GSDMA will declare a firm ineligible, either indefinitely or for a stated period <strong>of</strong> time, tobe awarded an GSDMA contract if at any time it determines that the firm has engaged incorrupt or fraudulent practices in competing for, or in executing, an GSDMA contract.20. Special Instructions20.1. The bidder must satisfy that they are in possession <strong>of</strong> the requisite permissions / licenses /permits required for the supply <strong>of</strong> the items for which the <strong>of</strong>fer is made. FAILURE TOENTER INTO CONTRACT IF SELECTED OR TO EXECUTE THE PURCHASEORDERS AFTER ENTERING INTO CONTRACT FOR WANT OF PERMISSION /LICENSE OR DUE TO NON-SUPPLY OF CERTIFICATES / DOCUMENTS WILLBE VIEWED SERIOUSLY AND WILL INVITE FOREITURE OF E.M.D. / RISKPURCHASE / DISQUALIFICATION FOR APPROPRIATE PERIOD WITHOUTANY FURTHER REFERENCE.20.2. THE BIDDER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTSAND SAMPLE ETC. WITH THE TENDER.20.3. CEO, GSDMA does not pledge himself to accept the lowest or any tender and also reservesthe right to accept the whole or any part <strong>of</strong> the tender against any item at his discretion. Thetender will be accepted if CEO, GSDMA, is satisfied about the production, sale, quotedprice technical details, utility <strong>of</strong> products and past performances <strong>of</strong> bidder.20.4. Security Deposit (SD) is payable by all the parties except by the undertakings andcorporations <strong>of</strong> the Government <strong>of</strong> <strong>Gujarat</strong> which are exempted by Government. SDsubmitted in connection with the earlier contracts and which are locked with those contractsand which have not been released till date will not be considered and fresh SD separatelySIGNATURE & STAMP OF BIDDER17


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>for each item must be submitted in such cases. The SD shall be refunded only aftersatisfactory execution <strong>of</strong> the contract and recovery <strong>of</strong> dues, if any.20.5. Successful bidder shall enter into agreement for due performance <strong>of</strong> the contract. Theagreement form provided as an Annexure VI to the <strong>Tender</strong> Document should be stampedwith the adhesive stamp for the requisite amount, and signed before any Gazetted Officer <strong>of</strong>this Office or before a I Class Magistrate or Notary Public.20.6. The Supplier holder should supply the, goods / stores / material/(s) in fresh and soundcondition meeting with the specification and packing approved by the CEO, GSDMA.Refurbished or second-hand goods / stores / material/(s) will not be allowed under anycircumstances. If such case is noticed, than the store will be rejected out rightly and penalaction will be taken against the Supplier.20.7. Period <strong>of</strong> Delivery will be Three Hundred and Sixty Five (365) days from the date <strong>of</strong>submission <strong>of</strong> Security Deposit.GSDMA has appointed Project <strong>Management</strong> Consultants to facilitate speedy execution <strong>of</strong> theprocurement process. Supplier shall be abided by to carry out the work & delivery as per instructions<strong>of</strong> Project <strong>Management</strong> Consultants.SIGNATURE & STAMP OF BIDDER18


1. DefinitionsSECTION - IITERMS AND CONDITIONS OF CONTRACT<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>Unless repugnant to the subject or context there<strong>of</strong>, the following expressions herein used shallcarry the meaning hereunder respectively assigned to each, namely:a. Approved / Approval means approved in writing.b. Contract means the contract entered between GSDMA and Supplier and as derived fromtender documents, agreed variations to the tender documents, supplier’s Price Bid and thePurchase Order.c. Contract Document(s) means individually and collectively the documents constituting thecontractd. Contract Price means the price payable to the Supplier as specified in the Contract, subject tosuch additions and adjustments thereto or deductions therefrom, as may be made pursuant to theContracte. Day means calendar dayf. Indenter / Employer / Owner / Purchaser means <strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong><strong>Authority</strong> / GSDMA and includes its legal successor.g. Inspectors means Inspectors nominated, appointed, approved or deputed by GSDMA forinspection <strong>of</strong> the goods / stores / material(s)h. IS means Indian Standards, prescribed by the Bureau <strong>of</strong> Indian Standardsi. Goods / Stores / Material(s) means any and all raw materials, manufactured articles,equipment, spares and other goods and supplies whatsoever and includes wherever applicabledrawings, data, specifications and intellectual property rights and all services (including butnot limited to design, fabrication, inspection, delivery and testing) required to be supplied,done, performed, prepared or undertaken to meet the requirements <strong>of</strong> the Contract.j. Project <strong>Management</strong> Consultants means the representative or agency appointed byGSDMA for managing, expediting and / or coordinating the supply <strong>of</strong> goods / stores /material(s).k. Purchase Order means GSDMA’s acceptance <strong>of</strong> the Supplier’s <strong>of</strong>fer / bid and includes anyformal or detailed Purchase Order issued by GSDMA pursuant to the acceptance <strong>of</strong> the tender.l. Delivery Period means the date(s) for delivery <strong>of</strong> the goods / stores / material(s) as stipulatedin the Contract and failing such stipulation, shall mean the date(s) for such delivery(ies) asagreed between the Supplier and GSDMAm. <strong>Tender</strong> Documents with reference to the Purchase Order means the instruction &information, general rules and direction for bidders, general terms and conditions <strong>of</strong> purchase,specification, drawings , the schedules <strong>of</strong> quantities and tender prices, the formal agreement,special conditions <strong>of</strong> purchase and all addenda (including corrigendum if any) andattachments related to the aboven. Services means services ancillary to the supply <strong>of</strong> the material(s), such as transportation andinsurance, and any other incidental services, such as installation, commissioning, provision <strong>of</strong>technical assistance, training and other obligations <strong>of</strong> the Supplier covered under the Contracto. Supplier means the particular person, firm or Company or Group <strong>of</strong> firms or Companies orhis designated representative to whom the Purchase Order is placed for supplying the goods /stores / material(s) and services under this Contract and includes his legal successors.SIGNATURE & STAMP OF BIDDER19


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>p. Contract Value means total value <strong>of</strong> the goods / stores / material(s) & services to be suppliedas specified in the Purchase Order.2. Interpretation <strong>of</strong> Contract Documents2.1. The several Contract Documents forming the Contract are to be read together as a wholeand are to be taken as mutually explanatory.2.2. Should there be any doubt or ambiguity in the interpretation <strong>of</strong> the Contract Documents orin any <strong>of</strong> them, the Supplier shall prior to commencing the relative supply or work forsupply under the Contract apply in writing to GSDMA for resolution <strong>of</strong> the doubt orambiguity. Should the Supplier fail to apply to GSDMA within 7 days from the date <strong>of</strong>receipt <strong>of</strong> the Order for its clarification as aforesaid, the Supplier shall perform the relativework and / or make the relative supply at his own risk.2.3. Any item <strong>of</strong> supply or service relative thereto shown, indicated or included by expressionor implication in any document forming part <strong>of</strong> the Contract shall be deemed to form part<strong>of</strong> the Scope <strong>of</strong> Supply with the intent that the indication or inclusion <strong>of</strong> the supply orservice within any <strong>of</strong> the said documents shall be a sufficient indication <strong>of</strong> the Scope <strong>of</strong>Supply or service covered by the Contract.2.4. No verbal agreement or assurance, representation or understanding given by any employeeor <strong>of</strong>ficer <strong>of</strong> GSDMA or so understood by the Supplier shall anywise bind GSDMA oralter the Contract Documents unless specifically given in writing and signed by or onbehalf <strong>of</strong> GSDMA as an Agreed Variation to the relative term(s) in the ContractDocument(s).2.5. Clause headings given in this or any other Contract Documents are intended only as ageneral guide for convenience in reading and segregating the general subject <strong>of</strong> the variousclauses, but shall not govern the meaning or import <strong>of</strong> the clauses there under appearing orconfine or otherwise affect the interpretation there<strong>of</strong>.3. Irreconcilable ConflictsSubject to the provisions <strong>of</strong> Clause 2 here<strong>of</strong>, in the event <strong>of</strong> an irreconcilable conflict between theprovision <strong>of</strong> these Terms and Conditions Contract and/or the Agreed Variations to the <strong>Tender</strong>Documents and / or the Purchase Order and / or between any <strong>of</strong> the other said documents so thatthe conflicting provision(s) cannot co-exist, to the extent <strong>of</strong> such irreconcilable conflict, thefollowing order <strong>of</strong> precedence shall apply so that the conflicting provision(s) in the documentlower in the order <strong>of</strong> precedence set out below shall give way to the conflicting provision(s) in thedocument higher in the order <strong>of</strong> precedence, namely:(i) Agreed Variations to the <strong>Tender</strong> Documents;(ii) Purchase Order;(iii) Addendum/Addenda (a) to the <strong>Tender</strong> Document;(iv) Terms and Conditions <strong>of</strong> the contract;(v) Other Contract Documents.4. Confirmation <strong>of</strong> OrderSIGNATURE & STAMP OF BIDDER20


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>4.1. Without prejudice to the formation <strong>of</strong> contract by acceptance <strong>of</strong> bid, the Supplier shallacknowledge the acceptance <strong>of</strong> the Purchase Order by signing and returning the duplicate /photocopy within 14 (Fourteen) days following receipt <strong>of</strong> the Purchase Order and suchacknowledgement shall constitute conclusive evidence <strong>of</strong> a concluded contract withoutexception, on the terms and conditions set out in the Bid Documents.4.2. Should the Supplier fail to acknowledge acceptance <strong>of</strong> the Purchase Order within theperiod specified above, GSDMA may, without prejudice to any other right or remedyavailable to it, forfeit the Earnest Money Deposit.5. Price5.1. Unless otherwise specifically stipulated, the price shall be inclusive <strong>of</strong> all taxes, royalties,octroi, costs, fees, duties, insurance, transportation, loading and unloading charges FORconsignee's stores and the details <strong>of</strong> which are provided in the Price Bid.5.2. The price escalation clause will not be allowed under any circumstances except statutorytaxes / duties imposed / withdrawn / increased / decreased on quoted items by theGovernment <strong>of</strong> <strong>Gujarat</strong> or Central Government during the period between opening <strong>of</strong>technical bid and stipulated delivery period. The statutory price variation will not beallowed in the cases where:(i)(ii)(iii)(iv)(v)(vi)Goods / stores / material(s) <strong>of</strong>fered on ex-stock basis.Goods / stores / material(s) to be purchased on emergency basis.Statutory variation not communicated within seven (7) days <strong>of</strong> its announcementby the SupplierPrice break up and prevailing rate as well as amount <strong>of</strong> taxes / duties not clearlymentioned in Price Bid.Duties / Taxes applicable due to mere crossing the limit <strong>of</strong> production / sales.Duties / Taxes imposed / increased by the Government after stipulated deliveryperiod6. Security Deposit (SD)6.1. The total amount <strong>of</strong> SD to be obtained from the Supplier whose tender is accepted shall be10% (Ten percent) <strong>of</strong> the total value <strong>of</strong> the contract. The Supplier whose tender isaccepted , shall within 2 weeks from the date <strong>of</strong> issue <strong>of</strong> letter accepting his tender submitinitial security deposit as under, for due performance <strong>of</strong> contract.6.2. SD shall be accepted only in the form <strong>of</strong> Bank Guarantee (BG) as per Annexure IV fromGandhinagar / Ahmedabad branch <strong>of</strong> any Scheduled commercial Bank in India. If theinstitution issuing the Bank Guarantee is located outside India, it shall have acorrespondent financial institution in India to make it enforceable. The BG should beconfirmed with the issuing Bank immediately.6.3. However, if the BG is issued by the branch other than Gandhinagar / Ahmedabad the BGshall be operable from Gandhinagar / Ahmedabad branch in which case the BG shall begiven in the form prescribed in Annexure IVA.SIGNATURE & STAMP OF BIDDER21


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>6.4. Successful bidder have to pay SD valid for a period not less than 24 months required at thetime <strong>of</strong> entering into agreement for the performance <strong>of</strong> the contract and same to beextended by supplier as and when desired by GSDMA.6.5. Failure to pay security deposit and to execute the agreement within stipulated period shallinvite disqualification <strong>of</strong> the bidder for future tenders / quotations apart from forfeiture <strong>of</strong>EMD and being liable for penalty as deemed fit by CEO, GSDMA in relation to the tenderunder process. SD is payable by all the parties except by the undertakings and corporations<strong>of</strong> the Government <strong>of</strong> <strong>Gujarat</strong> which are exempted by Government. The SD submitted inconnection with the earlier contracts and which are locked with those contracts and whichhave not been released till date will not be considered and fresh security deposit separatelyfor each item must be submitted in such case. The SD shall be refunded only aftersatisfactory execution <strong>of</strong> the contract and recovery <strong>of</strong> dues, if any.6.6. Additional SD shall be furnished by the bidder as decided by GSDMA at the time <strong>of</strong>entering into contract, if any.6.7. Any shortfall in the value <strong>of</strong> the Bank Guarantee, as a result <strong>of</strong> encashment by GSDMAeither in full or in part, shall be made good by the Supplier within 7 (seven) days <strong>of</strong> noticeby GSDMA to the Supplier in this behalf. Any failure by the Supplier to furnish the BankGuarantee or to enhance the Value <strong>of</strong> the Bank guarantee as stated above shall constitute adefault by the Supplier for which GSDMA shall, without prejudice to any other right orremedy available to it, be entitled to terminate the Contract with consequences as indicatedin Clause 13.4, the provisions where<strong>of</strong> shall mutatis mutandis apply7. Terms <strong>of</strong> Payment7.1. The payment shall be made to the Supplier as under:(a) Advance Payment: Ten (10) percent <strong>of</strong> the contract price shall be paid within thirty (30)days <strong>of</strong> signing <strong>of</strong> the contract and upon submission <strong>of</strong> claim and a bank guarantee forequivalent amount valid until the vehicles and equipment are delivered and in the formprovided in the bidding document or another form acceptable to the Purchaser. (This bankguarantee is a second bank guarantee in addition to the Bank Guarantee for SecurityDeposit)(b) On Shipment: Eighty (80) percent <strong>of</strong> the contract price <strong>of</strong> the goods shipped shall bepaid through irrevocable confirmed letter <strong>of</strong> credit opened in favor <strong>of</strong> the supplier in abank in its country, upon submission <strong>of</strong> documents as mentioned in Clause 21 <strong>of</strong> SectionII <strong>of</strong> the <strong>Tender</strong> document(c) On Acceptance: Ten (10) percent <strong>of</strong> the contract price <strong>of</strong> goods received shall be paidwithin thirty (30) days <strong>of</strong> receipt <strong>of</strong> the goods upon submission <strong>of</strong> claim supported by theacceptance certificate issued by the Purchaser.7.2. The payment <strong>of</strong> the bill shall be made after deducting Government dues, if any7.3. The payment shall be made to the bidders in the currency in which the tender price isquoted. However, the payment <strong>of</strong> expenses incurred in Indian Rupees shall be made inIndian Rupees.7.4. The payment <strong>of</strong> the bills shall be withheld in the following circumstances:(a) The goods / stores / material(s) are found sub-standard or in non-acceptable condition(b) Breach <strong>of</strong> condition <strong>of</strong> any contract by the Supplier(c) Previous Government dues <strong>of</strong> SupplierSIGNATURE & STAMP OF BIDDER22


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>8. Change Orders8.1. GSDMA may at any time, by written order given to the Supplier pursuant to Clause 28,make changes within the scope <strong>of</strong> the Contract in any one or more <strong>of</strong> the following:(a) drawings, designs, or specifications, where goods / stores / material(s) to be furnishedunder the Contract are to be specifically manufactured for GSDMA;(b) the method <strong>of</strong> shipping or packing;(c) the place <strong>of</strong> delivery; and/or(d) the Services to be provided by the Supplier.8.2. If any such change causes an increase or decrease in the cost <strong>of</strong>, or the time required for,the Supplier's performance <strong>of</strong> any provisions under the Contract, an equitable adjustmentshall be made in the Contract Price or delivery schedule, or both, and the Contract shallaccordingly be amended. Any claims by the Supplier for adjustment under this clause mustbe asserted within thirty (30) days from the date <strong>of</strong> the Supplier's receipt <strong>of</strong> the GSDMA'schange order.9. Contract AmendmentsSubject to Clause 8, no variation in or modification <strong>of</strong> the terms <strong>of</strong> the Contract shall be madeexcept by written amendment signed by the parties.10. Supplier’s Drawings & Data RequirementThe Supplier shall submit drawings, data and documentation in accordance with (but not limitedto) what is specified in the Purchase Requisition / <strong>Tender</strong> documents and / or Supplier’s drawingand data form attached to the Purchase Order, within thirty (30) days <strong>of</strong> the Purchase Order. Thetypes, quantities and time limits for submitting these must be respected by the Supplier and thegoods / stores / material(s) shall be deemed not to have been delivered for all purposes (includingpayment) until completion <strong>of</strong> the said submissions to the satisfaction <strong>of</strong> GSDMA.<strong>11</strong>. Sub-Contracts<strong>11</strong>.1. The Supplier shall not assign the Contract in whole or part without obtaining the priorwritten consent <strong>of</strong> GSDMA.<strong>11</strong>.2. The Supplier shall, notwithstanding the consent and assignment, remain jointly andseverally liable and responsible to GSDMA together with the assignee, for and in respect<strong>of</strong> the due performance <strong>of</strong> the Contract and the Supplier’s obligations there under.12. Expediting12.1. GSDMA may appoint Project <strong>Management</strong> Consultants to manage, expedite and coordinatethe manufacture, shipment and / or dispatch <strong>of</strong> goods / stores / material(s) covered by theContract.SIGNATURE & STAMP OF BIDDER23


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>12.2. The Supplier shall furnish to the Project <strong>Management</strong> Consultants within fourteen (14) days<strong>of</strong> receiving the Purchase Order, the required number <strong>of</strong> copies <strong>of</strong> documents including butnot limited to Schedule <strong>of</strong> manufacture / PERT chart, unpriced copies <strong>of</strong> sub-orders, phasedprogramme <strong>of</strong> item-wise manufacture, testing and delivery and any other information and /or documents as may be called for by the Project <strong>Management</strong> Consultants.12.3. The Project <strong>Management</strong> Consultants shall have free access to the Supplier’s shop and subsuppliers’shop during normal working hours and shall be provided all the necessaryassistance and information to help him perform his job.13. Respect for Delivery Dates & Price Discount13.1. The time and date <strong>of</strong> delivery <strong>of</strong> goods / stores / material(s) as stipulated in the Contractshall be adhered to on the clear understanding that the price(s) <strong>of</strong> the goods / stores /material(s) has / have been fixed with reference to the said delivery date(s).13.2. If any delay is anticipated by the Supplier in the delivery <strong>of</strong> the goods / stores / material(s)or any <strong>of</strong> them beyond the stipulated date(s) <strong>of</strong> delivery, the Supplier shall forthwith informGSDMA in writing <strong>of</strong> such anticipated delay and <strong>of</strong> the steps being taken by the Supplier toremove or reduce the anticipated delay, and shall promptly keep GSDMA informed <strong>of</strong> allsubsequent developments.13.3. If any goods / stores / material(s) is / are not delivered within the delivery date(s) stipulatedin respect there<strong>of</strong>, an amount equivalent to 0.5% (subject to maximum <strong>of</strong> 10%) <strong>of</strong> the value<strong>of</strong> the contract not supplied / installed within the stipulated period per week shall berecovered as liquidated damages unless the penalty is waived by the CEO, GSDMA. Suchrecovery <strong>of</strong> the liquidated damages will not stop the CEO, GSDMA from carrying out riskpurchase described elsewhere and the amount recovered will be in addition to the difference<strong>of</strong> the risk purchase. Once the maximum is reached, the Purchaser may terminate thecontract pursuant to clause 23.13.4. Without prejudice to its rights under Clause 13.3 here<strong>of</strong> and to entitlement to discount(s)accrued in terms there<strong>of</strong> and in addition thereto, GSDMA may at any time after the expiry<strong>of</strong> the stipulated date(s) <strong>of</strong> delivery in respect <strong>of</strong> any goods / stores / material(s), at itsdiscretion terminate in whole or part the Contract in respect <strong>of</strong> the undelivered goods /stores / material(s) or any <strong>of</strong> them and either purchase such goods / stores / material(s) fromany other available source at the risks and costs <strong>of</strong> the Supplier and recover from theSupplier any additional cost incurred by it on such purchase or recover from the Supplierwithout such purchase the difference between the market and contract price <strong>of</strong> such goods /stores / material(s) on the date <strong>of</strong> termination <strong>of</strong> Contract relative thereto.14. Delays Due to Force Majeure14.1. If a Force Majeure event as defined below, affecting the Supplier, arises prior to the expiry<strong>of</strong> the stipulated Delivery period in respect <strong>of</strong> any goods / stores / material(s) and theSupplier intends to claim extension <strong>of</strong> the stipulated date <strong>of</strong> delivery in respect <strong>of</strong> suchgoods / stores / material(s) or any <strong>of</strong> them, the Supplier must advise GSDMA by notice inwriting <strong>of</strong> such event by means <strong>of</strong> communication which secures undisputed service <strong>of</strong> thenotice not later than 10 (ten) days <strong>of</strong> the occurrence <strong>of</strong> the event. Such occurrence shall beduly certified by a local Chamber <strong>of</strong> Commerce or statutory authority. The Supplier shallwithin 10 (ten) days <strong>of</strong> the end <strong>of</strong> the Force Majeure event similarly notify GSDMA <strong>of</strong> suchcessation, and <strong>of</strong> the period and goods / stores / material(s) for which an extension <strong>of</strong>SIGNATURE & STAMP OF BIDDER24


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>delivery date(s) is consequently claimed. Such notification shall be a mandatory preconditionto a claim for such extension.14.2. Events <strong>of</strong> Force Majeure shall mean:(a) natural calamities, civil wars and national strikes which have a duration <strong>of</strong> more thanseven consecutive working days; and(b) strike at Supplier’s works for more than ten (10) consecutive days.14.3. Commercial hardship and third party breach, strike, shutdown or lockout other than asspecified in Clause 14.2 here<strong>of</strong> shall not constitute an event <strong>of</strong> Force Majure.14.4. The parties affected by Force Majure shall use all reasonable efforts to prevent and reduceto a minimum and mitigate the effect <strong>of</strong> delays occasioned by such Force Majure.14.5. Subject to receipt <strong>of</strong> notices under Clause 14.1 above, the stipulated delivery date(s) may beextended by GSDMA. The decision <strong>of</strong> GSDMA on the Supplier’s claim for extension <strong>of</strong>time and the time <strong>of</strong> extension and goods / stores / material(s) on which extension is givenshall be final and binding on the Supplier. On the grant <strong>of</strong> such extension, the extended dateshall be deemed to be the stipulated delivery date for the purpose <strong>of</strong> calculating pricediscount under Clause 13.3 hereinabove.14.6. If the Supplier is prevented from fulfilling its contractual obligations for a continuousperiod <strong>of</strong> three (3) months because <strong>of</strong> Force Majeure, then the Supplier and GSDMA shallconsult with each other with a view to agreeing on the action to be taken under thecircumstances, and failing such agreement, GSDMA shall be entitled to terminate thecontract in whole or to the extent that its performance is prevented by Force Majeure.15. Warranty15.1. The Supplier warrants that the goods / stores / material(s) sold and supplied by it toGSDMA pursuant to the Contract shall be free from any and all defects in title including butnot limited to any charge, third party claim, mortgage, hypothecation, foreclosure, lien,restriction, injunction, attachment or encumbrance whatsoever and shall hold and keepGSDMA indemnified from and against any and all contrary claims, demands, actions andproceedings and all costs (including legal costs), charges, expenses and losses suffered orincurred by GSDMA as a consequence there<strong>of</strong> and / or to defend any such claim, demand,action or proceeding.15.2. The Supplier further warrants that the Goods shall be free from defects arising from any actor omission <strong>of</strong> the Supplier or arising from design, materials, and workmanship, undernormal use in the conditions prevailing in the country <strong>of</strong> final destination.15.3. The Supplier shall be understood to have represented to GSDMA that the use by GSDMA /Consignees <strong>of</strong> the goods / stores / material(s) supplied by the Supplier will not infringe anythird party patent rights or pending patent applications or other intellectual property rights.Accordingly, the Supplier will hold harmless and indemnify GSDMA against all costs(including legal costs), charges and expenses incurred or any damages or other sums thatmay be assessed or become payable under any decree or judgment <strong>of</strong> any court or under anysettlement resulting from any suit, claim or action for infringement <strong>of</strong> third party patents orother third party intellectual property.SIGNATURE & STAMP OF BIDDER25


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>15.4. The warranty shall remain valid for Twenty-Four (24) months after the Goods, or anyportion there<strong>of</strong> as the case may be, have been delivered to and accepted at the finaldestination indicated in the tender document.15.5. The manufacturer/ supplier shall also guarantee for the supply <strong>of</strong> spare parts and service forchassis, the Aerial Ladder Platform including all systems incorporated in the appliance for aminimum period <strong>of</strong> 10 years after the warranty period is over.15.6. The Purchaser shall give notice to the Supplier stating the nature <strong>of</strong> any such defectstogether with all available evidence there<strong>of</strong>, promptly following the discovery there<strong>of</strong>. ThePurchaser shall afford all reasonable opportunity for the Supplier to inspect such15.7. Upon receipt <strong>of</strong> such notice, the Supplier shall, within the period specified in the TechnicalSpecifications, expeditiously repair or replace the defective Goods or parts there<strong>of</strong>, at nocost to the Purchaser.15.8. If having been notified, the Supplier fails to remedy the defect within the period thePurchaser may proceed to take within a reasonable period such remedial action as may benecessary, at the Supplier’s risk and expense and without prejudice to any other rightswhich the Purchaser may have against the Supplier under the Contract.16. Inspection & Testing16.1. Inspection shall normally be carried out in the premises <strong>of</strong> the Supplier. The entire goods /stores / material(s) ordered shall have to be <strong>of</strong>fered for inspection in open condition ifrequired and the same shall be repacked in presence <strong>of</strong> Inspector(s). All packing should besealed and signed by Inspector(s) and sent to the consignee without any extra cost withintwenty one (21) days from the date <strong>of</strong> receipt <strong>of</strong> inspection note. Inspection charges,including the expenses for the experts, will be payable by the suppliers.16.2. Sample Testing: Sample <strong>of</strong> the goods / stores / material(s) shall be collected by Inspector(s)<strong>of</strong> any authorized representative <strong>of</strong> GSDMA in the manner approved by the CEO, GSDMA,and will be sent for testing to an approved laboratory / institution. Testing fee will berecovered from the supplier. The decision <strong>of</strong> the testing authority will be conclusive andfinal and binding on the supplier. In all supplies, inspection & testing charges shall bepayable by the Supplier.16.3. Even if the inspection and tests are fully carried out, the Supplier shall not be absolved fromits responsibilities to ensure that the goods / stores / material(s), raw materials, componentsand other inputs are supplied strictly to conform and comply with all the requirements <strong>of</strong>the Contract at all stages, whether during manufacture and fabrication, or at the time <strong>of</strong>Delivery as on arrival at site and after its erection or start up or consumption. Theinspections and tests are merely intended to prima facie satisfy GSDMA that the goods /stores / material(s) and the parts and components comply with the requirements <strong>of</strong> theContract.16.4. The Supplier’s responsibility shall also not be anywise reduced or discharged becauseGSDMA or GSDMA’s representative(s) or Inspector(s) shall have examined or commentedon the Supplier’s drawings or specifications or shall have witnessed the tests or requiredany chemical or physical or other tests or shall have stamped or approved or certified anygoods / stores / material(s).16.5. Unless otherwise specifically permitted by the Contract, no goods / stores / material(s) shallbe dispatched for delivery or delivered under the Contract without being stamped orotherwise approved for delivery by the Inspector(s).SIGNATURE & STAMP OF BIDDER26


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>16.6. Notwithstanding approval by the Inspector(s), if on testing and / or inspection after receipt<strong>of</strong> the goods / stores / material(s) at destination <strong>of</strong> consignee, any goods / stores / material(s)is / are found not to be in strict conformity with the contractual requirements orspecifications, GSDMA shall have the right to reject the same and hold the Supplier liablefor non-performance <strong>of</strong> the Contract. The provision <strong>of</strong> Clause 17.3to 17.5 shall mutatismutandis apply to such rejected goods / stores / material(s).17. Acceptance <strong>of</strong> Goods / Stores / Material(s), Guarantees & Risk Purchase17.1. The Supplier acknowledges that notwithstanding the provision or approval <strong>of</strong> any drawings,designs, specifications, source <strong>of</strong> supply or other data relative thereto by GSDMA and / orthe testing <strong>of</strong> goods / stores / material(s) in accordance with the requirements <strong>of</strong> theContract or any applicable code or specification and / or any inspection <strong>of</strong> the input orgoods / stores / material(s) by the Inspector(s) or issue <strong>of</strong> an Inspection Certificate relativethereto and / or any other act, matter or thing done or required by GSDMA to satisfy itself<strong>of</strong> the quality, quantity, sufficiency or efficiency <strong>of</strong> the goods / stores / material(s) prior todelivery there<strong>of</strong> and / or the transfer <strong>of</strong> title and / or risks in relation to the goods / stores /material(s), shall not be deemed or understood to constitute acceptance <strong>of</strong> the goods /stores / material(s) by GSDMA nor shall GSDMA be understood to have accepted anygoods / stores / material(s) other than plant, machinery, equipment and parts andcomponents unless such goods / stores / material(s) have been received by the Consigneeand found to be acceptable as evidenced by a Certificate <strong>of</strong> Acceptance issued byConsignee, and in case <strong>of</strong> plant, machinery, equipment and parts and components, unlessthey have been tested and the relative plant, machine, equipment, part or component hassuccessfully functioned without patent defect.17.2. To this end, the Supplier guarantees that:(i)(ii)All goods / stores / material(s) used in the execution <strong>of</strong> the Contract and all goods / stores/ material(s) used in performance there<strong>of</strong> shall be in strict compliance and conformity tothe characteristics, requirements and specifications <strong>of</strong> the Contract and suitable for thepurpose for which such goods / stores / material(s) are intended to be used if such purposehas been disclosed or is/are suitable for use to which such goods / stores / material(s) areordinarily put to use, if such purpose has not been disclosed.In the case <strong>of</strong> machinery, plant or equipment with rated capacities, outputs or othercharacteristics, that the machinery, plant or equipment as the case may be, shall functionto such capacities and/or outputs and shall meet the other characteristics required inrespect there<strong>of</strong>.SIGNATURE & STAMP OF BIDDER27


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>17.3. The Supplier further undertakes to replace any goods / stores / material(s) if found not toconform to the guarantees aforesaid at any time during the period not less than 12 monthsfrom the date <strong>of</strong> delivery and / or installation. GSDMA shall give written notice <strong>of</strong> thedefect to the Supplier and <strong>of</strong> the rejection <strong>of</strong> the defective goods / stores / material(s). Thesupplier shall be liable to replace the entire quantity <strong>of</strong> the relevant order within theperiod as decided by CEO, GSDMA or make full payment <strong>of</strong> the entire consignmentagainst the particular invoice, irrespective <strong>of</strong> the fact that part or full quantity <strong>of</strong> the goods/ stores / material(s) supplied, may have been consumed. The decision <strong>of</strong> the CEO,GSDMA taken on the basis <strong>of</strong> the report <strong>of</strong> the competent laboratory regarding goods /stores / material(s) not <strong>of</strong> standard quality will be final and binding. The stock <strong>of</strong> any itemwhich has been declared not <strong>of</strong> standard quality shall be withdrawn from all theConsignees / Purchaser and will not be returned to the Supplier but will be destroyed bythe organization and the contractor shall have no claim over such goods / stores /material(s). If the replacement or payment as specified is not made by the supplier, theprocedure for risk purchase as shown in Clause 17.4 will be initiated without any furtherreference or intimation to the contractor, however, the CEO, GSDMA may ask for supply<strong>of</strong> 25% <strong>of</strong> the original consignment to meet any exigency <strong>of</strong> the situation. Neither claimfor relaxation <strong>of</strong> replacement for return <strong>of</strong> goods / stores / material(s) declared to benot <strong>of</strong> standard quality nor any request for acceptance <strong>of</strong> the replacement goodsdelayed after the delivery period, due to any reason whatsoever, will be entertained.17.4. Risk Purchase: The risk purchase <strong>of</strong> the items ordered at the cost and risk <strong>of</strong> the supplierwill be carried out when the supplier fails to:(a) Supply the goods / items / material(s) as per the orders placed by either GSDMA /Consignee within the delivery period;(b) Replace the goods / item / material(s) declared to be not <strong>of</strong> standard quality or notconforming to acceptable standards or found to be decayed / infected / spoilt beforethe date <strong>of</strong> expiry or to refund the cost <strong>of</strong> such goods / item / material(s).Provided however that in cases <strong>of</strong> (b) above, the risk purchase will be limited to thequantity so specified therein.The Risk Purchase will be done at anytime after the delivery period is over. The RiskPurchase will be done for undelivered quantity <strong>of</strong> the Stores & the Contractor shall bepenalized to the extent <strong>of</strong> 10% or difference whichever is higher.17.5. Whenever under this contract any sum <strong>of</strong> money is recoverable from the Supplier &payable by the contractor to the CEO, GSDMA, or an <strong>of</strong>ficer empowered by him,including the difference arising due to risk purchase, will be recovered in the followingmanner:(i)(ii)(iii)From any pending bills <strong>of</strong> the supplier;From any EMD / SD <strong>of</strong> the supplier;If amounts at (i) & (ii) above are not sufficient then remaining balance due willbe recovered as arrears <strong>of</strong> "LAND REVENUE DUES"18. Weights & Measurements18.1. The shipping documents, invoices, packing lists and all other relevant documents shallcontain the same units <strong>of</strong> weights and measurements as given in the Contract Documents, inrespect to the following data:SIGNATURE & STAMP OF BIDDER28


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>(a) Unit net weight(b) Unit gross weight (including packing)(c) Dimensions <strong>of</strong> packing18.2. All weights and measurements recorded by the Project <strong>Management</strong> Consultants orInspector(s) on receipt <strong>of</strong> the goods / stores / material(s) at the consignee’s destination willbe treated as final.19. Packing & Marking19.1. All goods / stores / material(s) shall be suitably packed in weatherpro<strong>of</strong> packing for rail and/ or road or other appropriate transport within India. The Supplier shall ensure that thepacking is per the technical specifications as provided in the Section IV <strong>of</strong> the <strong>Tender</strong>Document and is strong enough to ensure safety and preservation <strong>of</strong> the goods / stores /material(s) upto the consignee’s destination or other point <strong>of</strong> final destination. The Supplierwill be required to make separate packages for each Consignee.19.2. For uniform goods / stores / material(s) when packed in several cases / crates, progressiveserial numbers shall be indicated on each end.19.3. All nozzle holes and openings as also all delicate surfaces shall be carefully protectedagainst damage and bad weather. Flange faces <strong>of</strong> all nozzles shall be protected by blanks.All manufactured surfaces shall be painted with rust pro<strong>of</strong> paint or as specified in thetechnical specifications.19.4. All small pieces shall be packed in cases. All fragile and exposed parts will be packed withcare and packages will bear the words “HANDLE WITH CARE” in English. Any otherdirection for handling shall also be clearly indicated on the package.19.5. The Supplier shall be held liable for all damages or breakages to the goods / stores /material(s) due to defective or insufficient packing as well as for corrosion due toinsufficient greasing / protection.19.6. For every shipment, packages must be marked with serial progressive numbering. Thenumbering will be progressively continued for each subsequent shipment covering theContract. All packages will bear warning signs on the outside denoting the center <strong>of</strong> gravityand sling marks. Top heavy containers will be marked either “TOP HEAVY” or “HEAVYENDS’.20. Dispatch InstructionsUnless otherwise advised by GSDMA in writing, goods / stores / material(s) shall not bedispatched without prior inspection and / or testing and Release Order / Material(s) AcceptanceCertificate issued by the Inspector(s).21. Shipment & Shipment NoticesUpon delivery <strong>of</strong> the goods / stores / material(s), the supplier shall notify the purchaser and theinsurance company by cable / telex / fax the full details <strong>of</strong> the shipment including contract number,railway receipt number and date, description <strong>of</strong> goods, quantity, name <strong>of</strong> the consignee etc. Thesupplier shall mail the following documents to the purchaser with a copy to the insurancecompany:SIGNATURE & STAMP OF BIDDER29


(i)(ii)(iii)(iv)(v)(vi)(vii)Three (3) Copies <strong>of</strong> the Supplier invoice showing the following details(a) No. & Date <strong>of</strong> Bills or Invoice.(b) No. & Date <strong>of</strong> Purchase Order.(c) Name & Specification <strong>of</strong> Item.(d) Name <strong>of</strong> Manufacturer & Model / Make / Brand(e) Quantity(f) Unit Price and(g) Total cost<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>Railway receipt / acknowledgment <strong>of</strong> receipt <strong>of</strong> goods from the consignee(s);Three (3) Copies <strong>of</strong> packing list identifying the contents <strong>of</strong> each package;Insurance Certificate;Manufacturer's / Supplier's warranty certificate;Inspection Certificate issued by the Inspector(s), and the Supplier's factory inspectionreport; andCertificate <strong>of</strong> Origin.The above documents shall be received by the Purchaser before arrival <strong>of</strong> the goods / stores /material(s) (except where the goods / stores / material(s) have been delivered directly to theConsignee with all documents) and, if not received, the Supplier will be responsible for anyconsequent expenses.22. Insurance22.1. The Goods supplied under the Contract shall be fully insured in Indian Rupees against lossor damage incidental to manufacture or acquisition, transportation, storage and delivery inthe manner specified in Clause 22.2.22.2. For delivery <strong>of</strong> goods / stores / material(s) at site, the insurance shall be obtained by theSupplier in an amount equal to <strong>11</strong>0% <strong>of</strong> the value <strong>of</strong> the goods from "warehouse towarehouse" (final destinations) on "All Risks" basis including War Risks and Strikes.22.3. In the event <strong>of</strong> breakages or loss <strong>of</strong> stores during transit against purchase order the saidquantity will have to be replaced by the supplier. The purchaser will not pay separately fortransit insurance and the supplier will be responsible for the goods / stores / material(s) assoon as possible, but not later than 15 days from the date <strong>of</strong> arrival <strong>of</strong> stores at destinationsnotify the supplier <strong>of</strong> any loss or damages to the goods / stores / material(s) that might /should have occurred during the transit.23. Termination23.1. Without prejudice to GSDMA’s right to price adjustment by way <strong>of</strong> discount or any otherright or remedy available to GSDMA, GSDMA may terminate the Contract or any partthere<strong>of</strong> by a written notice to the Supplier, if:(i)The Supplier fails to comply with any material term <strong>of</strong> the Contract.(ii) The Supplier informs GSDMA <strong>of</strong> its inability to deliver the goods / stores /material(s) or any part there<strong>of</strong> within the stipulated delivery period or such inabilityotherwise becomes apparent.SIGNATURE & STAMP OF BIDDER30


(iii)(iv)(v)(vi)<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>The Supplier fails to deliver the goods / stores / material(s) or any part there<strong>of</strong>within the stipulated delivery period and / or to replace / rectify any rejected ordefective goods / stores / material(s) promptly.The Supplier becomes bankrupt or goes into liquidation.The Supplier has misrepresented to GSDMA, acting on which misrepresentationGSDMA has placed the Purchase Order on the Supplier.The Supplier, in the judgment <strong>of</strong> the Purchaser has engaged in corrupt or fraudulentpractices in competing for or in executing the Contract.For the purpose <strong>of</strong> this Clause:“corrupt practice” means behavior on the part <strong>of</strong> <strong>of</strong>ficials in the public or privatesectors by which they improperly and unlawfully enrich themselves and/or thoseclose to them, or induce others to do so, by misusing the position in which they areplaced, and it includes the <strong>of</strong>fering, giving, receiving or soliciting <strong>of</strong> any thing <strong>of</strong>value to influence the action <strong>of</strong> any such <strong>of</strong>ficial in the procurement process or incontract execution; and“fraudulent practice” means a misrepresentation <strong>of</strong> facts in order to influence aprocurement process or the execution <strong>of</strong> a contract to the detriment <strong>of</strong> the Employer,and includes collusive practice among bidders (prior to or after bid submission)designed to establish bid prices at artificial non-competitive levels and to deprivethe Employer <strong>of</strong> the benefits <strong>of</strong> free and open competition.23.2. Upon receipt <strong>of</strong> said termination notice, the Supplier shall discontinue the work on theContract so far as terminated, and matters connected therewith.23.3. On termination <strong>of</strong> the Contract, without prejudice to any other right or remedy available toGSDMA under the contract, in the event <strong>of</strong> GSDMA suffering any loss on account <strong>of</strong>delayed delivery or non-delivery, GSDMA reserves the right to claim and recover damagesfrom the Supplier in respect there<strong>of</strong>.23.4. Notwithstanding anything to the contrary herein contained, GSDMA will be at liberty totake independent administrative and / or legal action against the Supplier for delay or nonperformance<strong>of</strong> its contractual obligations or any <strong>of</strong> them.24. Technical Information / Confidentiality24.1. The Supplier shall not, without the GSDMA's prior written consent, disclose the Contract,or any provision there<strong>of</strong>, or any specification, plan, drawing, pattern, sample or informationfurnished by or on behalf <strong>of</strong> the GSDMA in connection therewith, to any person other thana person employed by the Supplier in performance <strong>of</strong> the Contract. Disclosure to any suchemployed person shall be made in confidence and shall extend only so far as may benecessary for purposes <strong>of</strong> such performance.24.2. The Supplier shall not, without the GSDMA's prior written consent, make use <strong>of</strong> anydocument or information enumerated in Clause 24.1 except for purposes <strong>of</strong> performing theContract.24.3. Any document, other than the Contract itself, enumerated in Clause 24.1 shall remain theproperty <strong>of</strong> the GSDMA and shall be returned (in all copies) to the Purchaser on completion<strong>of</strong> the Supplier's performance under the Contract if so required by the GSDMA.SIGNATURE & STAMP OF BIDDER31


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>25. Settlement <strong>of</strong> Disputes25.1. GSDMA and the supplier shall make every effort to resolve amicably by direct informalnegotiation any disagreement or dispute arising between them under or in connection withthe Contract.25.2. If, after thirty (30) days, the parties have failed to resolve their dispute or difference by suchmutual consultation, then either GSDMA or the Supplier may give notice to the other party<strong>of</strong> its intention to commence arbitration, as hereinafter provided, as to the matter in dispute,and no arbitration in respect <strong>of</strong> this matter may be commenced unless such notice is given.(a) Any dispute or difference in respect <strong>of</strong> which a notice <strong>of</strong> intention to commencearbitration has been given in accordance with this Clause shall be finally settled byarbitration. Arbitration may be commenced prior to or after delivery <strong>of</strong> the goods /stores / material(s) under the Contract.(b) Arbitration proceedings shall be conducted in accordance with the rules <strong>of</strong> procedure asstated below:(a) In case <strong>of</strong> Dispute or difference arising between GSDMA and the Supplierrelating to any matter arising out <strong>of</strong> or connected with this agreement, suchdisputes or difference shall be settled in accordance with the Arbitration andConciliation Act, 1996. The arbitral tribunal shall consist <strong>of</strong> 3 arbitrators oneeach to be appointed by GSDMA and the Supplier. The third Arbitrator shallbe chosen by the two Arbitrators so appointed by the Parties and shall act aspresiding arbitrator. In case <strong>of</strong> failure <strong>of</strong> the two arbitrators appointed by theparties to reach upon a consensus within a period <strong>of</strong> 30 days from theappointment <strong>of</strong> the arbitrator appointed subsequently, the presiding arbitratorshall be appointed by the President <strong>of</strong> the Institution <strong>of</strong> Engineers (India)(b) If one <strong>of</strong> the parties fails to appoint its arbitrator in pursuance <strong>of</strong> sub-clause (a)above, within thirty (30) days after receipt <strong>of</strong> the notice <strong>of</strong> the appointment <strong>of</strong>its arbitrator by the other party, then the President <strong>of</strong> the Institution <strong>of</strong>Engineers (India), shall appoint the arbitrator. A certified copy <strong>of</strong> the order <strong>of</strong>the President <strong>of</strong> the Institution <strong>of</strong> Engineers (India), making such anappointment shall be furnished to each <strong>of</strong> the parties.(c) Arbitration proceedings shall be held at Gandhinagar, <strong>Gujarat</strong>, India, and thelanguage <strong>of</strong> the arbitration proceedings and that <strong>of</strong> all documents andcommunications between the parties shall be English.(d) The decision <strong>of</strong> the majority <strong>of</strong> arbitrators shall be final and binding uponboth parties. The cost and expenses <strong>of</strong> Arbitration proceedings will be paid asdetermined by the arbitral tribunal. However, the expenses incurred by eachparty in connection with the preparation, presentation etc. <strong>of</strong> its proceedingsas also the fees and expenses paid to the arbitrator appointed by such party oron its behalf shall be borne by each party itself.(e) Where the value <strong>of</strong> the contract is Rs. 10 million and below, the disputes ordifferences arising shall be referred to the Sole Arbitrator. The SoleArbitrator should be appointed by agreement between the parties; failing suchagreement, by the appointing authority namely the President <strong>of</strong> the Institution<strong>of</strong> Engineers (India).25.3. Notwithstanding any reference to arbitration herein,(a) the parties shall continue to perform their respective obligations under the Contract unlessthey otherwise agree; andSIGNATURE & STAMP OF BIDDER32


(b) the GSDMA shall pay the Supplier any monies due to the Supplier.<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>26. Limitation <strong>of</strong> LiabilityExcept in cases <strong>of</strong> criminal negligence or willful misconduct, and in the case <strong>of</strong> infringementpursuant to Clause 15,(a) the Supplier shall not be liable to the GSDMA, whether in contract, tort, or otherwise,for any indirect or consequential loss or damage, loss <strong>of</strong> use, loss <strong>of</strong> production, or loss<strong>of</strong> pr<strong>of</strong>its or interest costs, provided that this exclusion shall not apply to any obligation<strong>of</strong> the Supplier to pay liquidated damages to the GSDMA; and(b) the aggregate liability <strong>of</strong> the Supplier to GSDMA, whether under the Contract, in tort orotherwise, shall not exceed the total Contract Price, provided that this limitation shallnot apply to the cost <strong>of</strong> repairing or replacing defective equipment.27. Governing LanguageThe contract shall be written in English language. Subject to Clause 27, English language version<strong>of</strong> the Contract shall govern its interpretation. All correspondence and other documents pertainingto the Contract which are exchanged by the parties shall be written in the same language.28. Applicable LawThe Contract shall be interpreted in accordance with the laws <strong>of</strong> the Union <strong>of</strong> India.29. Notices29.1. Any notice given by one party to the other pursuant to this Contract shall be sent to otherparty in writing or by cable, telex or facsimile and confirmed in writing to the other Party’sphysical addresses.29.2. A notice shall be effective when delivered or on the notice's effective date, whichever islater.30. Standard Breach ClauseThe CEO, GSDMA shall, in addition to his powers under other clauses to terminate the contract, havepowers to terminate his liability there under <strong>of</strong> the time by giving one month’s (or such shorter periodas may be mutually agreed) notice in writing to the Supplier <strong>of</strong> his desire to do so and upon expiry <strong>of</strong>the notice, the contract shall be terminated without prejudice to the right accrued to the date <strong>of</strong> thetermination. However, if the Government decided to put an end to the business relations on breach <strong>of</strong>any conditions <strong>of</strong> the contract, no such notice shall be necessary and on event <strong>of</strong> Government decidedto put an end to the business relations on breach <strong>of</strong> any conditions <strong>of</strong> the contract, no such notice shallbe necessary and on event <strong>of</strong> Government deciding to terminate the business, and the Supplier shallstand terminated with immediate affect.SIGNATURE & STAMP OF BIDDER33


SECTION - IIIQUALIFICATION CRITERIAThe bidders fulfilling the following criteria may apply:<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>The Bidder shall furnish documentary evidence to demonstrate that it meets the following experiencerequirement(s):(i)The bidders should be a manufacturer or authorized dealer, who have designed,manufactured, and tested at least 12 equipments similar to the type specified in the'Technical Specification' in the last 5 financial years. The bidders are also required tosubmit the performance certificate <strong>of</strong> the contracts executed(ii) The manufacturer should have BIS (Bureau <strong>of</strong> Indian Standards) or EN (European Norms)or NFPA (National Fire Protection Association <strong>of</strong> America) certification or anyinternational certification (like ISO 9001), which is equivalent or higher than the BIScertification for quality assurance(iii) The Bidder shall invariably furnish the documentary evidence in support <strong>of</strong> satisfactoryoperation <strong>of</strong> the equipment similar to tendered item during the last 5 years prior to bidopening. There should be certificate from at least 1 user for more than 5 years <strong>of</strong>satisfactory operation.(iv) Further, bidder should be in continuous business <strong>of</strong> manufacturing / supplying and aftersale services <strong>of</strong> products similar to tendered item during the last 5 years prior to bidopening.(v)In case the bidders is quoting as authorized representative <strong>of</strong> a manufacturer, meetingwith the above requirements in full, he can be considered provided the manufacturerfurnishes authorization as per Performa in Annexure VII.a. Authorized Dealer should have Manufacturer's Authorization letter (as per AnnexureVII) to quote in this <strong>Tender</strong> and Manufacturer to give all Technical & Commercialsupport and Warranty and After Sales Services.b. The Authorized Dealer should have valid Agreement with the Manufacturer and alsoshould have Authorization from the Manufacturer effective from at least one yearprior to the due date <strong>of</strong> this tender.(vi) The Bidder shall furnish documentary evidence that it meets the financial requirement(s)i.e. Total turnover <strong>of</strong> the bidder shall be at least INR 250,000,000/- (INR Two FiftyMillion Only) or equivalent amount in USD or Euro based on the Reserve Bank <strong>of</strong> Indiareference exchange rate on the last date <strong>of</strong> submission <strong>of</strong> bids.For the purposeThe period <strong>of</strong> “last three financial years” shall be from 01.04.2010 to 31.03.<strong>2013</strong> and “last fivefinancial years” shall be from 01.04.2008 to 31.03.<strong>2013</strong>SIGNATURE & STAMP OF BIDDER34


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>SECTION - IVTECHNICAL SPECIFICATIONSSPECIFICATIONS FOR MANUFACTURING AND SUPPLY OF AERIAL LADDER PLATFORM 70METER HEIGHT FOR FIRE FIGHTING AND RESCUE USE.1. GENERAL REQUIREMENT1.1 The Aerial Ladder Platform shall be designed specifically for the purpose <strong>of</strong> fire fighting andrescue to enable firemen to go up over and above the other side <strong>of</strong> any obstruction. It shallcomprise <strong>of</strong> main boom with Telescopic sections and one or two Articulated Booms with a cagemounted at the end <strong>of</strong> the this boom and the entire unit shall be mounted onto a Heavy DutyDiesel - Engine chassis <strong>of</strong> VOLVO make, FM 400 10X4, fully factory built cabin and suitablecapacity PTO. The Vehicle Chassis shall comply with EURO IV emission norms, Right Handdrive.1.2 The Aerial Ladder Platform shall be designed for the operational stability and structural strengthbased on the criteria laid in relevant EN 1777 and EN 280 and other related European norms andstandards applicable for elevated raised platforms used for Fire Fighting and rescue operations andthe certificate to that effect issued by the competent agency shall be enclosed with the tender.1.3 The Aerial Platform shall be capable <strong>of</strong> use at any angle <strong>of</strong> elevation without any reduction <strong>of</strong> loadcapacity <strong>of</strong> the cage. It shall also rotate 360 degree at any angle <strong>of</strong> elevation as well as belowground level subject to boom remaining clear <strong>of</strong> vehicle body and or any obstruction.1.4 The appliance shall be compact and fast on the road and easily maneuverable in the crowdedstreets and around sharp corners. The overall dimensions shall not exceed the limits specifiedherein.1.5 The working height <strong>of</strong> the Aerial Ladder Platform shall not be less than 68 mtrs (cage bottom)from the Ground and the Horizontal Working outreach shall not be less than 25-30 mtrs.1.6 The Aerial Platform shall be electro hydraulically controlled, permitting precise and easyoperations under the most difficult conditions, with ample reserve strength and stability.1.7 Full safety interlocks shall be incorporated in the design so as to ensure complete safety inoperations and long years <strong>of</strong> reliable and trouble free service, as far as possible the system shall befail pro<strong>of</strong>.1.8 The design <strong>of</strong> the Aerial Platform shall allow a very large safety margin for extreme operating andclimatic conditions. The safe working loads ratings shall include an allowance for the weight <strong>of</strong>water system and the reaction from the monitor jet while operation.1.9 The Vehicle shall have a leveling system to adjust axial and transverse movement to an angle notless than 5 degrees and it shall be in automatic in nature, with an easy to switch full manual overdrivingcapabilities.1.10 There shall be a diesel engine operated hydraulic pump , full / dual backup system for all boommovements and outrigger movement in case <strong>of</strong> failure <strong>of</strong> main system.1.<strong>11</strong> The Complete Movement <strong>of</strong> the Aerial Platform shall be computer controlled and the system shallbe checked for interference sensitivity according to standards.SIGNATURE & STAMP OF BIDDER35


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>1.12 The Control system <strong>of</strong> the AERIAL PLATFORM shall be fully tropicalised and able to operate ina dusty and Humid condition without reducing the maximum operating limits.2. CHASSIS2.1 The Chassis shall be <strong>of</strong> VOLVO/MERCEDEZ BENZ/MAN make, 400HP 10x4, approx. 5600mm Wheelbase, with fully factory built cabin and suitable capacity PTO. The Vehicle Chassisshall be a Right Hand Drive and shall comply EURO IV emission norms.2.2 The Chassis shall be homologated from the appropriate authority in India in case not already anapproved model.2.3 The engine shall be Diesel with direct injection, turbo charged with intercooler.2.4 The displacement <strong>of</strong> the engine shall be 13 ltrs and developing min. 400 hp Power.2.5 The gearbox shall be fully automatic transmission type. (Allison)2.7 Chassis frame shall be 'C' Channel section made <strong>of</strong> high strength steel with cross members.2.8 The Steering shall be integral power steering with collapsible steering wheel and column.2.9 The Front and rear Suspension shall be leaf spring type with shock absorber in the front.2.10 The Brakes shall be dual circuit airbrakes, with parking brakes acting on rear wheels.2.<strong>11</strong> Fuel Tank - Capacity shall be min. 300 ltrs with lockable fuel cap.2.12 The Chassis shall be provided with radial Tyres & one spare tyre <strong>of</strong> suitable size and capacity thatis available in India.2.13 The chassis shall be provided with single day type cab with RED colour – RAL 3000, made fromhigh strength steel fully trimmed, external panels hot dip galvanised with hydraulic cab tiltingmechanism. The Cab suspension shall be provided with coil spring and shock absorber. The cabshall be provided with adequate ventilation, rear view mirrors, windscreen and windows,adjustable driver seat, wiper system and along with all other standard fitments.2.14 The Electrical system shall be 24V, with suitable capacity batteries & Alternator for charging thebatteries.2.15 The chassis shall be supplied with standard tool kit, hydraulic jack <strong>of</strong> 20 ton capacity, operator &workshop manuals.2.16 The Chassis shall be fitted with gearbox mounted, suitable capacity Power Take Off Unit to drivethe hydraulic pump for boom movements.2.17 The Chassis shall be directly procured by the tenderer confirming to above specifications and shallbe got homologated with the appropriate authority in India. The Transportation responsibility <strong>of</strong>the chassis up to tenderers manufacturing facility lies with the tenderer. The Chassis shall beinsured while in transit.2.18 The Chassis shall comply all the provisions and enactment <strong>of</strong> Motor Vehicle Act 1988 and CentralMotor Vehicle Rules 1989 and any amendment from time to time.SIGNATURE & STAMP OF BIDDER36


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>3. OPERATING REQUIREMENTS & DIMENSIONS OF FINISHED APPLIANCEThe Vehicle shall comply the following requirements3.1 Max working Height : 70 mtrs3.2 Height to working cage bottom : 68 mtrs3.3 Max Working outreach with 450kg cage load : 25-30 mtrs3.4 Reach below ground level : 05 mtrs3.5 Rotation - Continuous : 360 °3.6 Safe working load at reaches and all angles for 50 Kg min in the cage on hard levelGround with dry monitor3.7 Safe working load with monitor in the cageDelivery up to 3500 LPM: 500 Kg (minimum): 300 Kg (minimum)3.8 Overall length in traveling position : 12.5 mtrs (max)3.9 Overall width <strong>of</strong> the vehicle : 2.5 mtrs (max)3.10 Overall Height in traveling position : 3.5 – 4.5 mtrs3.<strong>11</strong> Maximum C/C width <strong>of</strong> the vehicle whenJacks are fully extended on both sides4. CONSTRUCTION: 7.0 mtrs max.The appliance shall be robust in construction; materials used in construction shall be carefullyselected for lightness and durability. Use <strong>of</strong> timber shall be restricted in bodywork and use <strong>of</strong>rubber shall be avoided as far as possible. Ferrous metal parts shall be treated for anti - corrosionby a method other than electro-plating or cold galvanizing.5. STABILIZING SYSTEM5.1 The stabilizing system shall consist <strong>of</strong> four hydraulically powered outriggers mounted in theirhousings in the main frame. Each housing shall be fitted with adjustable guides to provide smoothand accurate movement <strong>of</strong> the outrigger beam. The outrigger piston rods shall be completelyprotected by closed steel pr<strong>of</strong>ile.5.2 The H-type outriggers have been chosen for their ability to stabilize the vehicle from behindobstacles and to be placed on raised structures as necessary. Each vertical jack shall be fitted withself-aligning foot plate to spread the load evenly and to allow operation on uneven ground.5.3 It shall be possible for the outriggers to be positioned freely according to the working situation byusing the push buttons / control levers <strong>of</strong> outrigger hydraulics. The system shall take the outriggerpositions into account and show immediately the maximum possible outreach to differentdirections with the selected cage load.5.4 As standard feature the stabilizing system shall be automatic ”one button” variable jacking type,as this feature substantially reduces the width required for setting up and operating the aerial yet itprovides full working height and working outreach depending on where the jacks have beenplaced. There shall be two independent automatically operating and self controlling safety systemsto prevent an unsafe configuration.SIGNATURE & STAMP OF BIDDER37


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>5.5 All controls for the entire stabilizing system shall be located in dust and water pro<strong>of</strong> locker at therear <strong>of</strong> the vehicle. The remote control box shall have a wander lead which allows the operator tosee outriggers at all time. The automatic jacking shall lift the tyres <strong>of</strong>f from the ground, level theunit and drive the outriggers back to the transport position with one push to a button.5.6 In the middle <strong>of</strong> the control panel there shall be following additional control devices:starting <strong>of</strong> chassis enginestopping <strong>of</strong> chassis engineactivating the outrigger controlsoutrigger and outreach display with fault finding systemoperating hour and rpm-up gauge in the displayswitch for the battery driven back-up for the hydraulic systemswitch for the diesel engine driven back-up pumpvisual indicators for levelling <strong>of</strong> the vehicle (longitudinal and transversal)emergency stopcontrols for the automatic jacking5.7 The locker containing outrigger controls shall be fitted with an automatically operating doorswitch and a light for night operation.6. BOOMS6.1 The appliance shall perform the following functions/ operations6.1.1 Elevation6.1.2 Depression6.1.3 Extension & housing <strong>of</strong> telescopic sections6.1.4 Rotation 360 degree in either direction6.2 All the operations shall be electro-hydraulically operated with the help <strong>of</strong> hydraulic cylinders andchains / Wire ropes for telescopic function and for cage leveling system. The system shall bepurpose built to provide smooth take<strong>of</strong>f, variable speed range and smooth slowdown (bufferingsystem) based on the criteria laid down under EN 1777 or DIN 15120 or any other relevantstandards applicable for these kind <strong>of</strong> vehicles.6.3 There shall be two or three booms: the first main boom with telescopic extensions providing directmovement and the other articulated boom with vertical movement <strong>of</strong> approx. 180 degrees, thereshall preferably a third boom with vertical movement <strong>of</strong> approx. 130 degrees to enable a personclimb down from the cage to the ladder on the second boom. The other booms shall provide anup-and-over capability <strong>of</strong> approx. 12.5 m throughout its vertical movement. Based on the selectedoutrigger position and cage load, the system selects automatically the maximum outreaches to alldirections. The system capacity shall enable various outreach curves for each direction. Theworking area <strong>of</strong> the boom shall be divided in to 15 to 17 sectors. The size <strong>of</strong> each sector shallautomatically be defined based on position <strong>of</strong> outriggers. The outreach control system shallpractically be infinitely variable.6.4 The booms shall be box/trapezoidal section type, welded construction; welding method shall be <strong>of</strong>latest technology to provide high durability and extreme accuracy. For high strength and minimumflexing <strong>of</strong> the boom sections only high tensile strength steels shall be used for load bearingstructure.6.5 The main boom elevation and lowering shall be controlled by two hydraulic cylinders that bothhave their separate safety devices and can alone carry the entire load in case <strong>of</strong> failure <strong>of</strong> any oneSIGNATURE & STAMP OF BIDDER38


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong><strong>of</strong> the cylinders. The first boom shall be able to elevate in the range <strong>of</strong> approx. –3 degree to +85degree angle. To achieve the lowest possible traveling height, the cage boom shall be attached onthe side <strong>of</strong> the main telescopic boom with a special bearing system.6.6 All telescopic sections <strong>of</strong> the first boom shall move in a synchronized way and there shall not beany intermediate jerks during extension / retraction. Automatic slowdown mechanism at thebeginning <strong>of</strong> the movement as well as end <strong>of</strong> the movement shall be provided to all boommovements. All the moving sections shall be fitted with adjustable guides to provide smooth andaccurate movement. Various maintenance points shall be located well at hand either outside theboom or behind easily removable covers.6.7 All booms shall be internally and externally primed and painted for long life span, treated againstrust and corrosion.6.8 All necessary hydraulic, electric, air etc. lines up to the cage shall be installed inside the booms,thus being well protected.7. HYDRAULIC CYLINDERS7.1 The Hydraulic cylinders shall be double acting, fitted with lock valves so as to prevent booms,working cage from lowering or the outriggers from retracting in case <strong>of</strong> pipe or hose failure.7.2 The cylinders shall be provided with automatic dampers to prevent the pressure shocks and shalldampen the movement when a mechanical stop is reached.7.3 Retraction <strong>of</strong> the outriggers shall be automatically prevented as soon as the booms have beenlifted up from their transport position by way <strong>of</strong> electrical interlock system.7.4 The main boom elevation and lowering has to be controlled by two hydraulic cylinders that bothhave their separate safety devices and both can alone carry the entire load in case <strong>of</strong> failure <strong>of</strong> anyone <strong>of</strong> the cylinders.7.5 The piston rods <strong>of</strong> the jack cylinders have to be fully enclosed within steel pr<strong>of</strong>ile in order toprotect piston from damage caused by any external impacts.7.6 Lifting <strong>of</strong> the booms from the transport position shall be prevented before the outriggers are insupport position and there shall be a limiting circuit to prevent damage to the Drivers cabin by thefirst boom when not clear <strong>of</strong> the cabin.7.7 All the movements shall be automatically limited in their extreme position and the working cageshall be prevented from working outside <strong>of</strong> the permitted working range in any position.7.8 An emergency stop switch shall be provided on all control panels, which shall switch <strong>of</strong>f thehydraulic pressure <strong>of</strong> all movements and shall stop the vehicle engine. The unit shall be suppliedwith a manual Bleed Down System and Emergency Hydraulic Back-up System.8. TURNTABLE8.1 The turntable shall be fully integrated steel structure containing center post, slip rings, water line,etc duly fastened to the main frame by means <strong>of</strong> slewing ring. The slewing ring shall have outsideteething for easy cleaning and inspection.8.2 The rotation for the turntable shall be controlled by hydraulic motor with brakes through oilSIGNATURE & STAMP OF BIDDER39


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>immersed reduction unit.8.3 The base control station shall be attached to the turntable so as to rotate with it and be accessiblein all positions <strong>of</strong> the turntable.8.4 The hydraulic distributor (center post) shall be mounted in the center <strong>of</strong> the turntable at anaccessible position and shall carry the hydraulic pressure and return lines, electrical supply lines &water line allowing continuous rotation in either direction.8.5 The fasteners retaining turntable to the rotation mechanism shall be <strong>of</strong> proper grade and shall betorqued properly.8.6 The rotation gearbox fastener shall be <strong>of</strong> proper grade and torqued with proper backlash.8.7 There shall be provision for the manual rotation <strong>of</strong> turntable in case <strong>of</strong> failure <strong>of</strong> hydraulic system.8.8 Pins securing the hydraulic cylinders to boom and turntable shall be properly installed and secured.8.9 The hydraulic hoses, tubings and connections provided in the turntable shall be free from kinks,chaffings or leaks.9. MAIN FRAME9.1 The main frame shall be welded; box section type made from high tensile steel plates and shallabsorb all the stresses generated by platform and outriggers.9.2 The front mounting bolts <strong>of</strong> the mainframe shall be spring loaded to allow the chassis frame t<strong>of</strong>lex when the outriggers are fully down to avoid any stress concentration on the chassis frame.9.3 The main frame shall incorporate hydraulic oil tank, outrigger beam housing, and it shall be boltedto the chassis frame and the slew ring support plate shall be welded to the top <strong>of</strong> the main frameand shall be precision machined.9.4 The resting support for booms shall be mounted onto the mainframe, and not to the chassis frame.10. STABILISING / JACKING SYSTEM10.1 The Jacking system shall consist <strong>of</strong> hydraulically operated four outriggers mounted in theirhousings in the main frame. Each housing shall be fitted with adjustable guides to provide smoothand accurate movement <strong>of</strong> the outrigger beam. The outrigger piston rods shall be completelyprotected by closed protection pr<strong>of</strong>ile. All jacks and horizontal beams shall be hot-dipgalvanized/shot blasted for better corrosion protection.10.2 The Jacks shall be H-type construction, each outrigger shall have two separate hydraulic cylinders,the first <strong>of</strong> which pushes the horizontal outrigger beam out and the second shall push the verticalJack down.10.3 The jack shall be provided with ground pressure sensors, and each wheels shall be provided with<strong>of</strong>f-the-ground sensors, which shall be correctly actuated before the booms are operated to ensureproper stabilization.10.4 Each Vertical jack shall be provided with self-aligning footplate to spread the load evenly andallow the operation on uneven ground.SIGNATURE & STAMP OF BIDDER40


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>10.5 The Jacking shall be able to level the vehicle up to 7 degree sideways and fore and aft withautomatic leveling system. There shall be manual override system.10.6 The automatic jacking system shall be controlled by handheld remote control box provided withbacklit push buttons for following operations.10.6.1 Left side front outrigger beam out.10.6.2 Left side rear outrigger beam out.10.6.3 Right side front outrigger beam out.10.6.4 Right side rear outrigger beam out.10.6.5 Automatic leveling10.6.6 Outrigger back to transport position10.7 All the jack movements shall be infinitely variable within a jacking C/C width <strong>of</strong> 7.0 mtrs.10.8 The Jacking systems shall allow operating each jack individually and the jack projection shall berecognized by the controlling system and the maximum outreach shall automatically be calculatedas per the jacks width. The control panel shall be located at the rear side <strong>of</strong> the vehicle.10.9 The jacks shall be possible to control individually with control lever activating the outriggerscontrol valves directly and the control panel shall be at the rear <strong>of</strong> the vehicle where the operatorwill have clear look to the right and left hand side while extending the jacks.10.10 Amber / yellow Flashing warning lights shall be provided at the outer most point <strong>of</strong> the jacks toidentify the position <strong>of</strong> the jacks during night operation.10.<strong>11</strong> Four wooden spreader plates shall be provided for the use, when the vehicle is to be operated ons<strong>of</strong>t ground.10.12 The Vehicle shall be provided with Digital inclinometer along with conventional Spirit levelgauge which will measure both fore, aft and sideways inclination <strong>of</strong> the vehicle up to a minimum<strong>of</strong> 5 degree.10.13 The Jacking system shall also have automatic Variable jacking system with two independentautomatically operating and self-controlling safety system to prevent an unsafe configuration.10.14 The stabilising system shall also incorporate axle-locking mechanism if required10.15 The Jacking / Stabilising remote controlling box shall be located in such a way that it allowsoperator to see outrigger at all times and shall have long enough cable that operator can freelymove to see all outriggers while operating. The remote control box shall also have indicationlamps for the operation <strong>of</strong> stabilisation system.10.16 The available outreach to all directions in regards to the current boom position must be shown onthe outrigger display, while the outriggers are extended. This is to save time in an emergencysituation, giving the operator the possibility to see the available outreach before setting up themachine.10.17 The transversal and longitudinal angles <strong>of</strong> the chassis have to be shown on the display numericallybefore the outriggers are extended giving the operator the possibility to see whether the levelingcapacity <strong>of</strong> the machine is sufficient without adding extra packing underneath the outriggers.10.18 In addition, the following controls shall be provided on jack control panel: A full functionalcordless remote with a 100 metres range to be provided for the all boom and water monitorSIGNATURE & STAMP OF BIDDER41


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>movements, except for auto leveling system.10.18.1 Starting <strong>of</strong> chassis engine10.18.2 Stopping <strong>of</strong> chassis engine10.18.3 Activating the outrigger controls10.18.4 Visual indications for leveling <strong>of</strong> the vehicle (fore, aft & sideways)10.18.5 Emergency stop10.18.6 Controls for the automatic jacking10.18.7 Outrigger and outreach display with faultfinding system10.18.8 Operating hour meter in the display.10.18.9 Switch for the battery driven back up for the hydraulic system10.18.10 Engine start / stop button for diesel engine <strong>of</strong> standby system10.18.<strong>11</strong> All boom movements and all monitor movements10.19 The locker containing outrigger controls shall be fitted with an automatically operating doorswitch and a light for night operation.<strong>11</strong> ELECTRONIC SAFETY AND OUTREACH SYSTEM<strong>11</strong>.1 The computer-controlled system shall allow the outriggers to be positioned and to select theworking cage load according to working situation. The system shall be capable to selectautomatically the maximum allowed outreach to front, rear, right and left side. Based oncalculations and parameters saved in the system to guarantee exactly the same outreach regardless<strong>of</strong> the external influences like wind speed and direction, temperature, friction <strong>of</strong> the cylinders, etc.<strong>11</strong>.2 The display units <strong>of</strong> the system shall show maximum possible outreach and position <strong>of</strong> theworking cage in real-time along with other details.<strong>11</strong>.3 The electronic system shall be approved according to the valid standards and directives. Thesystem shall be EMC tested (EU directive 89/336/EEC) and CE type tested by appropriate agency.12. CAGE12.1 The working cage shall be fixed to the third articulated boom (optional), in such a way that thereis a safe and easy way to and from the boom ladders through an inward opening door <strong>of</strong> the cagerear side. No climbing over the cage railing will be allowed. The working cage should fullycomply with the safety requirement <strong>of</strong> EN1777 & EN 280.12.2 The cage shall be made <strong>of</strong> tubular steel/aluminium/Stainless steel pr<strong>of</strong>ile with high durability. Thedimensions <strong>of</strong> the working cage shall be approx. 2.0 m (length) x 1.0 m (width) x 1.1 m (height)and it shall be fitted with four inward opening doors located at suitable places to enable safeaccess to the cage. The rescue entrance shall be located in the front.12.3 The cage shall be designed for 500 Kg working load and shall be tested with 25% dynamicoverload.12.4 The cage load can be changed from display unit and the selection <strong>of</strong> load can be possible fromturntable and cage control center. The chosen cage load can be displayed by clear symbols andnumerically in selected format on all display units. The selected cage load shall be shownpreferably by graphic bar.12.5 When the load selection is made at turn table or cage the system shall automatically show themaximum outreach to all directions with selected cage load and outrigger positionSIGNATURE & STAMP OF BIDDER42


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>12.6 The control panel in the cage shall be fitted in such a way that the operator shall see the boomsclearly at all the times.12.7 The cage shall be kept horizontally leveled in any position <strong>of</strong> the booms, by means <strong>of</strong> hydrauliccylinders. No chains and wire ropes are allowed in the leveling system. An automatic hydraulicdevice shall control the leveling system with fully automatic and independent safety circuit in case<strong>of</strong> an uncontrolled leveling failure. There shall be a master switch for the automatic levelingsystem, so that it can be isolated and then manually controlled system activated.12.8 The working cage shall have capability to turn 45 degrees to each side from its center position.The movement shall be powered hydraulically with controls in the working cage and at theturntable control panels. The center position <strong>of</strong> the cage is indicated by a visual indication at bothcontrol panels.12.9 At the front <strong>of</strong> the working cage there shall be a drop down rescue platform with automaticallyoperating safety railing to provide additional safety during rescue and fire fighting. Thedimensions <strong>of</strong> the rescue platform shall be approx. 1.2 m x 0.6 m with minimum 180Kg loadcarrying capacity.The cage should be able to hold 2 units <strong>of</strong> automatic descending pulley rope system. Eachsystem shall be able to withstand 250 kgs (min).The cage should also be able to hold an Escape chute <strong>of</strong> 70 metres which shall be detachableto be installed on a building and the chute shall have adjustable length to be installed ifrequired on a building <strong>of</strong> a lesser height. The chute shall be treated with Fire retardingmaterial as per DIN 5510-2 and be guaranteed for 10 years shelf life and shall be installed onthe base in a container easily attachable to the cage13 HYDRAULIC SYSTEM13.1 The Hydraulic power shall be provided by a reliable and adequate capacity variable displacementaxial piston pump, which shall be driven by the vehicle power take <strong>of</strong>f.13.2 The system shall be so called Load-Sensing type. When no operation <strong>of</strong> the aerial device isactivated, the pump shall rotate on minimum flow and minimum pressure. When one <strong>of</strong> themovements is operated the control valve automatically increases the pressure to a pre-set constantlevel and the oil flow to the amount that is needed for the movements activated. The flow <strong>of</strong> thepump shall be sufficient to give the supply <strong>of</strong> Hydraulic oil at required pressure to all themovements activated simultaneously at full stroke without affecting the preset speed.13.3 There shall be a provision <strong>of</strong> instant couplings for attachment <strong>of</strong> manometer in each pressure linefor checking pressure <strong>of</strong> each circuit.13.4 The filtration system <strong>of</strong> the hydraulic oil shall consist <strong>of</strong> suction strainer in the suction line,pressure filters in each pressure circuit, return filter in return line and air filter on the reservoir. Allthe pressure filters shall have blockage indicator.13.5 All hydraulic cylinders shall be double acting with hard chrome plated piston rods and shall befastened by means <strong>of</strong> self-aligning ball bearings to prevent lateral forces from damaging the sealsor piston rods <strong>of</strong> the cylinders.13.6 Hydraulic oil tank shall be integrated into the main frame and shall have a proper heat dissipationsystem. The tank shall be fitted with oil level gauge, temperature gauge, and suction connectionswith closing valves for easy maintenance and draining outlet with closing valve.SIGNATURE & STAMP OF BIDDER43


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>14. BACK-UP FOR THE HYDRAULIC SYSTEM14.1 There shall be a separate battery driven Hydraulic pump, which provides independent means <strong>of</strong>hydraulic power in case <strong>of</strong> failure <strong>of</strong> main engine. The battery pump can be operated from allcontrol panels.14.2 There shall be a separate single cylinder diesel engine <strong>of</strong> HATZ make, (silent pack) mounted atsuitable place which will provide independent means <strong>of</strong> hydraulic power in case <strong>of</strong> failure <strong>of</strong> mainengine <strong>of</strong> vehicle. The Diesel engine shall have sufficient power to drive all the movements <strong>of</strong> thebooms but at a reduced speed. The Engine shall be able to start from all control panels.15. CONTROLS AND SAFETY15.1 The Electrical supply needed for control system shall be taken from the vehicle battery whichshall be charged when the engine is running.15.2 When the vehicle is in operation yellow flashing warning lights mounted on the outriggers shallautomatically remain on.15.3 The engine starting and stopping switches shall be provided on all control panels and the enginespeed shall be increased to the preset level as soon as any one <strong>of</strong> the dead-man safety switch isoperated.15.4 All boom and rotation movements shall be controlled electro-hydraulically by means <strong>of</strong>proportional valves. The proportional valve shall not be sensitive to changes <strong>of</strong> ambient or oiltemperature, and shall provide smooth, safe and very accurate movements even in most severeoperating conditions.15.5 The speed <strong>of</strong> the first boom for lowering and extension shall be automatically reduced atmaximum outreach. The first boom lifting speed shall be reduced before the maximum elevation.15.6 All control movements can be performed by the control system from both control panels and theoutreach can be selected by positioning the outriggers. The variable system shall consist twodisplay pages, the graphical display and real time information about the outreach and the cageposition. In the text display there shall be main texts for:15.6.1 Warnings15.6.2 Emergency situations15.6.3 Help manual15.6.4 Fault finding system15.7 Signal lamps shall be provided for following functions:15.7.1 For the outriggers, in transport position in driver’s cab15.7.2 For the outriggers working position on all control panels15.7.3 For the P.T.O. engaged in the driver’s cab15.7.4 For the transport position <strong>of</strong> the booms in driver’s cab15.7.5 For the middle position <strong>of</strong> the rotation on the turntable and cage control panel.15.7.6 For the exceeding <strong>of</strong> the safe working load in the cage on the turn-table and cagecontrol panelsSIGNATURE & STAMP OF BIDDER44


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>16. TURNTABLE & CAGE CONTROL PANELS16.1 The turntable control panel incorporating all joy-stick type control levers and safety systemindicators shall be fitted with a rotatable arm at the side <strong>of</strong> the turntable. The control panel shall beplaced and locked conveniently in its operating position to provide the operator with an excellentview over the different indications <strong>of</strong> the safety systems.16.2 The control panel can be rotated and locked in a position enabling direct access from the decking<strong>of</strong> the vehicle into control station.16.3 The control station shall be fitted with convenient adjustable seat to provide comfort even in case<strong>of</strong> prolonged operation. The platform underneath the control position shall be covered by non-slipaluminium plate.16.4 The control panels at turn table and cage shall be exactly alike which will reduce the risk <strong>of</strong>confusion amongst operators under stress or even panic. Both the control panels shall be providedwith non-reflective weather protection covers/ box.16.5 The turntable control panel shall have a change over switch to select the control station fromwhich the operation is performed.16.6 Both control panels shall be fitted with following warning, indication and control devices, andshall be marked by clear symbols for easy recognition.16.6.1 visual and audible indication for exceeding safe working load16.6.2 visual warning for activation <strong>of</strong> working cage collision guard system16.6.3 visual indication for ground pressure <strong>of</strong> the outriggers16.6.4 visual indication for the rescue ladder “Rungs in alignment”16.6.5 visual indication for the center position <strong>of</strong> the booms16.6.6 visual indication for the center position <strong>of</strong> the working cage16.6.7 starting and stopping <strong>of</strong> chassis engine16.6.8 switch for the operating battery driven pump for hydraulic back-up system16.6.9 Starting and stopping switch for standby diesel engine for hydraulic back-upsystem16.6.10 joy-stick control levers for each movement16.6.<strong>11</strong> push buttons/ joystick for cage slewing16.6.12 emergency stop button16.6.13 overriding <strong>of</strong> the automatic working cage leveling system16.6.14 manual operation for the working cage leveling system16.6.15 switches for activating the bleed down system17. CONTROLS AND INDICATORS IN DRIVERS CAB17.1 The following control and indicators shall be provided in drivers cabin.17.1.1 Visual warning for the main current being switched on17.1.2 Visual warning for outriggers in traveling position17.1.3 Visual warning for any <strong>of</strong> the equipment lockers being open17.1.4 Visual warning for the booms not being fully in transportation position17.1.5 Switch with visual indication for rotating beacons17.1.6 Switch with visual indication for siren unit17.1.7 Microphone for the public address systemSIGNATURE & STAMP OF BIDDER45


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>18. SAFETY DEVICES18.1 All the hydraulic cylinders shall be fitted with lock valves directly integrated into the cylinderstructure to prevent the booms, the working cage or the outriggers from retracting in case <strong>of</strong> a pipeor hose failure.18.2 Retracting <strong>of</strong> any <strong>of</strong> the outriggers shall be automatically prevented as soon as the booms havebeen lifted from their traveling position. Similarly lifting <strong>of</strong> the booms from the traveling positionshall be prevented until the outriggers have reached the ground pressure.18.3 The leveling system <strong>of</strong> the vehicle shall give audible warning at cage & ground level if permittedinclination increases due to changing ground conditions18.4 All boom movements shall be limited at their most extreme positions making it impossible for theoperator to reach an unsafe configuration by normal means <strong>of</strong> operation. The movements havingdirect influence on the stability <strong>of</strong> the AERIAL PLATFORM shall be fitted with two separatelimiting circuits, the first one retarding and stopping that particular movement, and the second onedeactivating the whole electric and hydraulic system shall the first circuit fail.18.5 All major movements such as lifting <strong>of</strong> the first boom to its maximum elevation, and extendingthe telescopic movement or lowering the first boom at the maximum outreach shall be fitted withslow-down devices to provide smooth deceleration, and starting <strong>of</strong> the movement shall also beretarded for smooth acceleration.18.6 Inadvertent damaging <strong>of</strong> the drivers cab by the main / first boom shall be prevented by a systempreventing lowering <strong>of</strong> the booms and rotation movement when the booms are near the driver’scab.18.7 An overload warning system shall be fitted to give audible and visual warning in case <strong>of</strong>exceeding the safe working load and boom movements shall be stopped. The system/ mechanismshall be manually overridden by push button.18.8 A cage collision guard shall be provided to provide additional safety when operating in darknessor in dense smoke. The system shall stop all movements.18.9 An emergency stop button shall be provided on both control panels to provide immediate andcomplete “freezing” <strong>of</strong> all systems in case <strong>of</strong> an unexpected emergency.18.10 All the control levers shall be activated only through “Dead Man” type pedal safety switch. Thecontrol levers shall automatically come to zero position when released.18.<strong>11</strong> There shall be a “bleed down” system, which can be operated from working cage and turntablecontrol panels, to lower the booms and bring the working cage down onto the ground even if nohydraulic pressure is available with manual rotation mechanism.18.12 When one <strong>of</strong> the outriggers has not enough ground pressure, the system shall give an audible and avisual alarm. If two outriggers loose ground contact, unsafe boom movements shall be stopped.18.13 The cab <strong>of</strong> the vehicle shall be protected from damage by the booms or working cage. Working infront <strong>of</strong> the vehicle close to the cab shall be possible. When in the cab protection area, themovements <strong>of</strong> the booms shall slow down and stop smoothly. Cab protection system/ mechanismshall be manually overridden by push button.18.14 The booms shall be lowered back to transport position automatically by pushing a single pushSIGNATURE & STAMP OF BIDDER46


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>button as per preset sequence. The safety system shall bring the working cage automatically tocenter position while lowering the boom to transport position.18.15 There shall be a system, which shall bring the rungs <strong>of</strong> the ladder section in alignmentautomatically.18.16 The vehicle shall be equipped with electrical sensors for temperature and pressure <strong>of</strong> theHydraulic oil. The temperature and pressure shall be shown on every display unit.18.17 The vehicle shall be fitted with tilt alarm to give audible & visual alarm on display if the vehicle isleveled incorrectly.18.18 The system <strong>of</strong> the vehicle shall be based on clear and easy to understand symbols. If texts are usedon master screens, the language shall be English.18.19 The wind speed sensor shall be fixed in the working cage. The wind speed shall be shown onevery display unit. When wind speed is higher than allowed the system shall give audible andvisual alarm. The wind speed meter shall not limit the use <strong>of</strong> the platform. ALL IN ALL, THEHIGHEST STANDARDS OF SAFETY AS PER EN280 SHALL BE FOLLOWED.19 BODY WORK AND EQUIPMENT LOCKERS19.1 The structure for the bodywork shall be made up <strong>of</strong> Aluminium/stainless steel pr<strong>of</strong>iles properlyfixed together by welding/Bolting or Welding.19.2 The complete external paneling <strong>of</strong> the rear body shall be made from Aluminium sheet fitted to thestructural member either by gluing or riveting.19.3 The complete flooring <strong>of</strong> the rear deck shall be made from non-skid aluminium chequered plate <strong>of</strong>3 mm properly riveted or bolted to the superstructure members.19.4 For the easy access to the rear deck from ground level, there shall be sufficient nos <strong>of</strong> recessedsteps on both sides <strong>of</strong> the vehicle provided with suitable grab handles.19.5 Sufficient nos. <strong>of</strong> lockers shall be provided on both side <strong>of</strong> the vehicle for keeping variousaccessories and equipments. The locker shall be so made that load distribution on both sides isequal. All the lockers shall be provided with rolling aluminium shutters properly sealed for waterand dust ingress. All the doors <strong>of</strong> the lockers shall be fitted with automatic switches activating thelight as soon as the door is opened and also activating the warning light in Drivers cab.19.6 There shall be a bench type crew seat suitable for 5 firemen fitted on the rear deck just behind thedrivers cabin. This seat shall be properly upholstered and shall be provided with safety belts.20 THE WATER SYSTEM20.1 The waterway shall be completely made <strong>of</strong> non-corrosive material. The nominal diameter <strong>of</strong> thewater way shall be minimum 100 mm. There shall be one 2 ½” (63 mm) male inlet (as per BS)with a closing ball valve at each side at the rear <strong>of</strong> the vehicle from where the water line leadsthrough the center post in the turntable up into the working cage where the water monitor ismounted. The telescopic water pipe shall be provided on the side <strong>of</strong> booms properly supported andprotected with flexible pressure hose on the boom knuckles.20.2 The water line shall be protected from possible over pressure by means <strong>of</strong> relief valves (set at apressure <strong>of</strong> 16 Kg/cm2) mounted underneath <strong>of</strong> the turntable.20.3 A Telescopic water pipe shall be provided on the side <strong>of</strong> the booms. Moving sections <strong>of</strong> this pipeshall be externally ground & chromium plated for long life. Seals between the sections are <strong>of</strong> lowSIGNATURE & STAMP OF BIDDER47


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>friction type and can be easily tightened if so required. On the other booms a fixed stainless steelpipe shall be installed and at the boom pivoting points, flexible and specially reinforced pressurehose shall be used. All hoses shall be fixed to the pipe with reliable span-lock connections.20.4 An additional outlet <strong>of</strong> 63mm (as per BS) with female coupling and closing ball valve shall beprovided to the water piping in the cage. There shall be drain cocks fitted in the piping to enable todrain the water from the piping after use.20.4.1 On the front side <strong>of</strong> the cage underneath, a nozzle shall be provided for water spray curtainsystem to protect the cage occupants from radiant heat. Control valve <strong>of</strong> water spraycurtain system shall be located inside the cage.21 WATER MONITOR21.1 Water monitor shall be connected to the piping system and shall be mounted outside the cage in asuitable position so that the entire cage floor area can be fully utilized in extreme rescue situations.21.2 The monitor shall be made <strong>of</strong> light alloy and fitted with jet / fog nozzle <strong>of</strong> Akron/TFT make withmaximum capacity <strong>of</strong> 3500 LPM.21.3 The Monitor shall be remote-controlled for horizontal rotational movement to left and right sideand also vertical up and down movement, jet and spray, from cage, base control and cordlessremote control.21.4 There shall be isolating control valve for the monitor.22 FIRE PUMP AND RTP FOAM PROPORTIONING SYSTEM22.1 The unit shall have a centrifugal fire pump with minimum 6000 l/min @ 10 bar driven throughPTO. There shall also be a round the pump built foam proportioning (upto 6 % foam) systemalong with 500 L FRP / stainless steel foam tank with alarm for low foam level. The pump shall beprovided with automatic priming system able to lift the water from the dept <strong>of</strong> min. 7 mtrs.22.2 Following suction and delivery outlets shall be provided: 2 x 6” suction inlets (1 one each side) 4 x 2,5” suction inlets (2 on each side) 4 x 2,5 “ delivery outlets (2 on each side) one central delivery outlet for the water monitor22.3 The respective and needed piping for the fire pump and foam proportioning system shall also beprovided22.4 Pump control panel is located on the left side <strong>of</strong> the vehicle including pressure/vacuummanometer23 INTER COMMUNICATION SYSTEM23.1 There shall be fully transistorised talk back inter communication system fitted between turntableand the cage.23.2 The system shall be combined microphone and loudspeaker for hands free operation and shall belocated in the cage. The turntable control station is also equipped with microphone, which shall beintegrated in the loudspeaker with volume control.23.3 The microphone and the loudspeaker shall be sealed properly and it shall be protected from theingress <strong>of</strong> water, dust and humidity.SIGNATURE & STAMP OF BIDDER48


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>24 ELECTRIC SYSTEM24.1 The electrical supply shall be taken from the vehicle batteries, which are kept charged when theengine is running. Voltage <strong>of</strong> the system shall be 24 V DC and all circuits shall be provided withspecific fuses depending on the current consumption <strong>of</strong> that circuit.24.2 When the main current is switched on, yellow flashing warning lights located at each outriggerand booms pivoting point and underneath <strong>of</strong> the working cage shall automatically be switched on.24.3 Battery operated pneumatic two tone siren European Style.24.4 2x 24 volts, 70watts, spotlights with swivel mounting bracket shall be fitted at the cage railing inthe front side to provide extra safety during night operation. The switch for these lights shall eitherbe provided on the light itself or on both the control panels.24.5 Two rotating beacon lights shall be provided on each side <strong>of</strong> the drivers cab ro<strong>of</strong> with Ambercolour lens. The switch for switching the beacons on and <strong>of</strong>f with suitable signal light shall beintegrated in the control panel <strong>of</strong> siren cum public address system.25 SIREN AND PUBLIC ADDRESS SYSTEM25.1 There shall be an electronic siren unit fitted on the ro<strong>of</strong> <strong>of</strong> the vehicle cabin or at a suitable placewith the control unit mounted conveniently inside the driver cabin. It shall have the fast (yelp) andslow (wail) sound modes with integrated switch for rotating beacon lights.25.2 Command microphone, which is fitted with push-to-talk switch, allows the public addressmessage to override the siren function. Operations are controlled by non glare-illuminated pushbuttons <strong>of</strong> different colours on control panel shall be provided.26 DIGITAL DISPLAY UNIT26.1 The vehicle shall be provided with 3 full colour LCD displays situated at outrigger center, atturntable and the cage control panels.26.2 The display shall have following features:26.2.1 Type: TFT technology, tranflective26.2.2 Size: Min 6.5 inches26.2.3 Configuration 396x232 RGB pixel, full colours26.2.4 Push buttons: Multifunctional Membrane type26.2.5 Warning Lights: LED’s/Lamps26.2.6 Backlight: Suitably illuminated for night operation & shall havegood visibility in broad daylight26.3 The display shall show the location <strong>of</strong> the fault if occurred in the system while operating thevehicle.27 FAULT FINDING SYSTEM27.1 The control system <strong>of</strong> the vehicle shall have self-fault finding system. If any fault occurs duringthe operation, the system shall find out the same and shall show the type / location <strong>of</strong> the defectivecomponent on the display. The system shall incorporate simple test screens to enable testing <strong>of</strong> theworking cage and the turntable control panels. The tests shall also cover display unit, push buttons,joysticks and control lamps. The platform will be equipped with GSM Modem for RemoteDiagnostic and Re-adjustment <strong>of</strong> the unit.28 PAINTINGSIGNATURE & STAMP OF BIDDER49


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>28.1 Before painting all surfaces <strong>of</strong> steel structures shall be carefully shot blasted after which they shallbe primed and then applied the coat <strong>of</strong> approved paint. The final paint thickness <strong>of</strong> the paint filmshall not be less than 100 microns. All the booms shall also be painted from inside.The outside <strong>of</strong>the booms shall be painted in SILVER colour <strong>of</strong> higher heat resistance.28.2 For very high corrosion resistance <strong>of</strong> hollow structures such as steel pr<strong>of</strong>iles <strong>of</strong> the working cage,booms, outrigger beams and housings shall be treated with anti-corrosion protection preferablywith “TECTYL”.28.3 The following Paint shades shall be used:28.3.1 Working cage support, boom Sections, Turntable and related Cylinders: SILVER/ALUMINUM RAL9006 with higher heat resistance capacity28.3.2 Main frame, outriggers and Body work including cabin: Red RAL 3000. Aliminium rollershutters :Silver / aluminum RAL 900628.3.3 Chassis frame touch-ups: Chassis to be coated with two layers <strong>of</strong> high quality anticorrosiveblack paint.28.4 The word “FIRE & EMERGENCY SERVICES” shall be painted on both side <strong>of</strong> the vehicle atsuitable place as per the instructions <strong>of</strong> the Chief Fire Officer.29 ACCESSORIES29.1 Wooden outrigger ground pads/ plates with brackets - 4 Nos29.2 Working range diagrams, at turntable & in the cage - 2 Nos29.3 Marking <strong>of</strong> safe working load in the cage - 1 No29.4 Unit type marked at the boom - 2 Nos29.5 Warning labels and instruction plates - 1 Set29.6 Operation and maintenance manuals for AERIAL PLATFORM, Chassis - 2 Sets29.7 Plug for 24 V working light at the turntable and in the working cage - 1 No29.8 24 V / 70 W working light with universal bracket - 1 pc29.9 Lifting loop under the working cage, capacity 500 kg - 1 pc29.10 Hydraulic pressure gauge - 2 No29.<strong>11</strong> Set <strong>of</strong> tools for repairs & maintenance <strong>of</strong> the unit - 1 Set29.12 Safety belts for cage occupants - 5 Nos29.13 Stretcher carrier with stretcher - 1 set29.14 Quick action cage mounted water hose reel, 25mm diameter, 20m length - 1 pc29.15 Fixed colour video camera mounted at the cage water monitor withits monitor integrated in the provided colour display- 1 set29.16 Hydraulic driven generator 6.5 kVA/ 400 V + 230 V/ 50 Hz - 1 set29.17 Tools set for maintenance <strong>of</strong> hydraulic platform - 1 set29.18 Integrated hydraulic pressure intensifier in the cage - 1 pc29.19 Oil cooler for cooling the hydraulic system - 1 pc29.20 Operation and maintenance manuals for chassis - 2 sets29.21 Rear working lights 1000 lumen (LED)/24V located on the decking - 2 pcs29.22 Flood lights in cage, 230V, 500W each - 3 pcs29.23 Reflective warning stripes - 1 set29.24 Reversing colour camera with 7 inch colour display wide screen incabin with integrated weather protection shield- 1 set29.25 Escape chute system with chute and bracket at the cage <strong>of</strong> 70m height - 1 set29.26 Breathing Air System as specified below - 1 setA breathing air system shall be provided from turntable to working cage. At the cage there shall be a 4-way manifold with instantaneous couplings to connect 4 breathing masks. Air cylinders to supply thebreathing air shall be mounted at the turntable. The cylinder capacity shall be such that they provideminimum 7000 L <strong>of</strong> free air. Isolation valve shall be provided at suitable location so that the cylinder canbe changed without interrupting the air supply. Pressure regulator as required shall also be incorporated inSIGNATURE & STAMP OF BIDDER50


the system. Suitable face masks for breathing (4 nos.) shall be supplied in the cage.30 INSTRUCTION MANUALS and Drawings<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>30.1 Two sets <strong>of</strong> complete instruction manual for the operation and maintenance <strong>of</strong> Aerial LadderPlatform unit (including all systems), chassis and itemised spare parts list shall be suppliedalongwith electrical circuit diagrams, hydraulic circuit diagrams.30.2 All the manuals, circuit diagrams, literature etc shall be in English language.30.3 The layout drawings <strong>of</strong> AERIAL PLATFORM duly mounted on chassis specified herein shall besubmitted along with the tender.30.4 The working range diagram along with all the details shall also be submitted along with the tender.31 STABILITY:The stability <strong>of</strong> the vehicle (in traveling position) when fully equipped and loaded (excludingcrew member), with hydraulic platform resting on the resting stand and without extending thestabilizing jacks shall be such that it shall remain stable and shall not overturn even if the surfaceon which the vehicle stands has inclination on either side from the horizontal as per the standardsstipulated under EN 1777 or other standards. The tenderer shall specifically mention the angle <strong>of</strong>overturning in their <strong>of</strong>fer. The manufacturer to that effect shall furnish a certificate at the time <strong>of</strong>supply.SIGNATURE & STAMP OF BIDDER51


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>32 TRAINING:32.1 The manufacturer’s service engineer shall undertake the training for a week in the operation (for atleast 8 people per vehicle) and maintenance (For at least 2 people per vehicle) <strong>of</strong> the aerial ladderplatform for the operational staff. Cost on this account shall be included in the <strong>of</strong>fer.32.2 The training regarding the repairs, maintenance, <strong>of</strong> the chassis and Aerial Ladder Platformincluding all systems shall be imparted to the engineers/ workshop staff <strong>of</strong> the Fire Service stafffor a period <strong>of</strong> one week at the Fire service HQ / training center. The successful tenderer shallsupply free <strong>of</strong> cost all the tools and accessories required for the training.33 WARRANTY:The manufacturer/ supplier shall furnish a warranty for the complete unit including chassis for a period <strong>of</strong>24 months from the date <strong>of</strong> commissioning <strong>of</strong> the appliance at Fire Service Headquarters.The manufacturer/ supplier shall also guarantee for the supply <strong>of</strong> spare parts and service for chassis, theAerial Ladder Platform including all systems incorporated in the appliance for a minimum period <strong>of</strong> 10years after the warranty period is over.INBUILD FIRE FIGHTING PUMPS <strong>of</strong> 4500 lpm (14 bar)The water supply to the monitor will be done through the High Pressure Portable Fire Fighting Pumps asper below specificationsEngine: The engine should be a water-cooled petrol engine. The engine exhaust is so arranged so as todischarge gases as far as possible away from the pump operation position. The engine should be <strong>of</strong> suitablecapacity as required by the pump for below mentioned duty points and not get heated for continuousoperations.Fuel System: An integrated fuel tank <strong>of</strong> minimum 20 litres capacity suitable for a minimum continuousrun <strong>of</strong> approximate one hour without refuelling should be provided. The fuel tank should be made fromstainless steel sheet. Fuel content in tank should be indicated by float mechanism on top <strong>of</strong> fuel tank. Alow fuel level warning provision on the control panel also should be provided.Pump: The pump should be centrifugal type, single stage with self-adjusting mechanical type seal. Pumpconsidering <strong>of</strong> volute, body (casing), delivery valves and impeller should be made <strong>of</strong> light aluminium alloyas per IS:617 or BS:1490. A drain plugs provision at the bottom <strong>of</strong> the casing for complete drainage <strong>of</strong>water in the casing. The pump should have output <strong>of</strong> 2050 LPM at 6 kg/ cm 2 , 1800 LPM at 8 kg/ cm 2 ,1500 LPM at 10 kg/cm 2 with 3 meters suction lift at NTP conditions. The pump shall preferably be directlymounted on the engine shaft to reduce maintenance. The pump should be provided with male roundthreaded suction eye with standard 100mm suction connector complete with blank cap and S.S. chain.Pump should have two delivery valves (OEM fitted – no manifold arrangement/ modificationarrangements shall be acceptable) with 63 mm male inst. connection with screw down valve and blankcaps fitted with S.S chain. The outlet should be swivel type facilitating discharge in any desired direction.Pump should be provided with arrangement for overheat protection to safeguard engine from cooling waterloss and to protect pump without supplying water. This device should stop engine automatically when theoperating temperature reaches 80 degree centigrade. Arrangement for overriding the sensor shall beprovided so as to enable the operator to restart the unit once it is stopped by the sensor. Pump shaft shouldbe made <strong>of</strong> S.S. conf to IS 6603. The overall dry weight <strong>of</strong> the pump should not exceed 95 kg withcompact design which can be carried by two firemen and positioned close to the fire even in narrow andrugged places. The light weight <strong>of</strong> the pump would mean ease <strong>of</strong> operation and portability <strong>of</strong> theequipment. Pump shall be subject to a 4 hour non-stop discharge capacity test at a suction height <strong>of</strong> 3meter during which no signs <strong>of</strong> overheating should be observed.SIGNATURE & STAMP OF BIDDER52


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>Primer: The primer should be capable <strong>of</strong> lifting water from 7.0 meter depth in less than 15 seconds. Allparts, which come in direct contact with water, should be made <strong>of</strong> corrosion resistance material or to betreated for corrosion resistance.Framework: The combined unit being permanently mounted on a carrying frame having four springloaded handles folding inside and lockable in various position and easily carriable by two persons.Tools & Instruction Book: A tool kit comprising <strong>of</strong> all essential tools required for normal maintenanceshould be provided for each pump along with a fully illustrated booklet and item wise spare parts list.Control and Instrument: The pump should be fitted with the following and also other necessary controls,instruments that are conveniently grouped on the control panel: compound gauge (Suction), PressureGauge (Delivery), On/ Off Switch, Fuel level indicator/alarm, Ignition indication Lamp, ThrottleThe bidder shall provide a letter <strong>of</strong> authorization cum service assurance directly addressed to TheChief Executive Officer, <strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong> from the Manufacturer <strong>of</strong>the Pump without which the bid shall be liable for rejection straight away. The letter shall be validonly if received from the OEM or their Authorized representative in India.Important Note:Bidders to attach catalogues for important products such as Hydraulic Platform, Portable pump etc. fromthe OEM which should be in confirmation with the specifications laid down. Failing this, bids would beliable for rejection.CCTV Camera – Monitor SystemA compact Camera – Monitor system comprising <strong>of</strong> a normal Auto focus long range, color view cameraand a Thermal Imaging Camera (three colour combination for different temperature levels) shall beprovided on the platform with the monitor screen at the turntable. The system should be 100% water pro<strong>of</strong>(IP 69) with no problems when cleaning with high-pressure washing system. The system should be fullycorrosion resistant.The camera(s) are to be mounted on the top <strong>of</strong> the booms, on the side <strong>of</strong> the monitor. The cameras shouldhave heated lens glass, which minimizes the viewing problems during frost and rain. The cameras shallhave chemically hardened glass which prevents breakage, scratches and damage. The monitor and thecameras zoom, pan-tilt and rotation controllers should be mounted above the main control station, for easyoperation and viewing.SIGNATURE & STAMP OF BIDDER53


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>34. Inspection:The manufacturer should carry out Pre dispatch inspection and the testing <strong>of</strong> the fully built vehicle atthe factory premises <strong>of</strong> the vehicle manufacturer prior to dispatch at the factory by manufacturer.The Fire Officer and <strong>of</strong>ficers from the GSDMA and fire brigade department or their authorized representativewill carry out the inspection and the testing <strong>of</strong> the fully built vehicle on delivery <strong>of</strong> the vehicle. The inspectioncost shall be included in the basic cost <strong>of</strong> the vehicle.It is obligatory to the supplier to provide all the assistance and equipment for the inspection and testing <strong>of</strong> thevehicle.SIGNATURE & STAMP OF BIDDER54


LETTER FOR SUBMISSION OF TENDER<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>ToChief Executive Engineer,<strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>,Block No. <strong>11</strong>, 5 th Floor,Udyog Bhavan,Gandhinagar – 38<strong>2013</strong>,<strong>Gujarat</strong>.Sub: Submission for supplying Hydraulic Platform (70 mtrs) to the Consignees as specified inSection IV <strong>of</strong> the <strong>Tender</strong> DocumentSir,1. Having examined the details given in the invitation to bidder for qualification and brief note,the condition <strong>of</strong> contract, Specification and bill <strong>of</strong> quantities for the execution <strong>of</strong> above namedwork, we the undersigned, <strong>of</strong>fer to execute and complete such delivery and remedy anydefects therein in conformity with the conditions <strong>of</strong> contract, Specifications, Bill <strong>of</strong> Quantitiesand quoted amount in accordance with the said conditions.2. We hereby certify that all the statements made and information supplied in the enclosed<strong>Tender</strong> Document and accompanying statements are true and correct.3. We have furnished all information and details necessary for qualification and have no furtherpertinent information to supply.4. We hereby apply for qualification for “Supplying Hydraulic Platform (70 mtrs) to theConsignees as specified in Section IV <strong>of</strong> the <strong>Tender</strong> Document”.5. We undertake, if our <strong>Tender</strong> is accepted, to commence the delivery <strong>of</strong> the tendered goods /stores / material(s) immediately after the submission <strong>of</strong> Security Deposit, and to completethe delivery within the time stated in the <strong>Tender</strong> Document.6. We agree to abide by this <strong>Tender</strong> for the period <strong>of</strong> 180 days from the date <strong>of</strong> opening theTechnical Bid and it shall remain binding upon us and may be accepted at any time before theexpiration <strong>of</strong> that period.7. We enclosed here with Cross Demand Draft (DD) / Bank Guarantee amounting to ___________________ (in words) i.e. _______________ (in figures)towards Earnest Money Deposit which is to be absolutely forfeited by GSDMA should we notdeposit the amount to Security Deposit specified in the Clause 6 <strong>of</strong> Section-II.8. We enclose here with DD in favor <strong>of</strong> GSDMA, Gandhinagar amounting to Rupees___________________ (in words) i.e. Rs. _______________ (in figures) towards <strong>Tender</strong> fees.9. Unless and until a formal Agreement is prepared and executed this <strong>Tender</strong>, together with yourwritten acceptance there<strong>of</strong>, shall constitute a binding contract between us.10. We understand that you are not bound to accept the lowest or any tender you may receive.Dated this _____ day <strong>of</strong> ________________________ <strong>2013</strong>Signature _____________________in the capacity <strong>of</strong> _____________________Duly authorized to sign tender for and on behalf <strong>of</strong> ______________________SIGNATURE & STAMP OF BIDDER55


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>(IN BLOCK CAPITALS)Address _________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________Witness _________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________Address ___________________________________________________________________________________________________________________________________________________________________________________Occupation ____________________________________________________Seal <strong>of</strong> ApplicantDate <strong>of</strong> submission Signature <strong>of</strong> Applicant.Enclosures1 _____________________________________________2 _____________________________________________3 _____________________________________________4 _____________________________________________5 _____________________________________________SIGNATURE & STAMP OF BIDDER56


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>ANNEXURE – IForm <strong>of</strong> Bank Guarantee(Earnest Money Deposit)Whereas M/s__________________________ (here in after called the Bidder) is desirous andprepared to tender for work in accordance with terms and conditions <strong>of</strong> <strong>Tender</strong> Notice <strong>of</strong> (financialyear) dated ____________________ and whereas We, ________________Bank; agree to give theBidder a Guarantee for the Earnest Money Deposit.1 Therefore, we here by affirm that we are Guarantors on behalf <strong>of</strong> the Bidder upto a total <strong>of</strong>___________________ (in words) i.e. _______________ (in figures) andwe undertake to pay the Chief Executive Officer, <strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>,Block No. <strong>11</strong>, 5 th Floor, Udyog Bhavan, Gandhinagar-38<strong>2013</strong>, <strong>Gujarat</strong> upon his first writtendemand and without demur, without delay and without necessity <strong>of</strong> previous notice <strong>of</strong> judicial oradministrative procedures and without necessity to prove the bank the defects or shortcomings ordebits <strong>of</strong> the supplier any sum within the limit <strong>of</strong> Rupees___________________________________2 We further agree that the Guarantee herein contained shall remain in full force and effectiveduring the period that would be taken for the acceptance <strong>of</strong> tender.However, unless a demand or claim under this guarantee is made only in writing on or beforethe_______________________ (Date to be specified – will not be less than 180 days from thestipulated date <strong>of</strong> receiving the tender) we shall be discharged from all liabilities under theguarantee thereafter.3 We undertake not to revoke the guarantee during its currency except with the previous consent <strong>of</strong>the Chief Executive Officer, <strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>, Block No. <strong>11</strong>, 5 thFloor, Udyog Bhavan, Gandhinagar-38<strong>2013</strong>, <strong>Gujarat</strong> in writing.4 We lastly undertake not to revoke the guarantee for any change in constitution <strong>of</strong> the Bidder or <strong>of</strong>the Bank.Signature and Seal <strong>of</strong> GuarantorDate:Bank:Address:SIGNATURE & STAMP OF BIDDER57


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>ANNEXURE – IIDeclaration Form & CertificateA. Declaration FormI / We hereby declare that I / We have read the <strong>Tender</strong> Documents published on websitehttps://www.nprocure.com and accordingly submitted online price bid for SupplyingHydraulic Platform (70 mtrs) to the Consignee’s as specified in Section IV <strong>of</strong> the <strong>Tender</strong>Document.I / We hereby declare that I / We have carefully studied the conditions <strong>of</strong> contract,specifications and other documents <strong>of</strong> this work and agree for execute the sameaccordingly.____________________________________(Signature <strong>of</strong> the Supplier with Seal)Dated: _______________________________Place: _______________________________B. Declaration CertificateI / We hereby declare that my / our near relative are not working in GSDMA or withGSDMA’s Project <strong>Management</strong> Consultants.____________________________________(Signature <strong>of</strong> the Supplier with Seal)Dated: _______________________________Place: _______________________________SIGNATURE & STAMP OF BIDDER58


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>ANNEXURE – IIIMemorandum FormI / We hereby tender for the execution <strong>of</strong> the work in the underwritten memorandum for the ChiefExecutive Officer, <strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong> (here in before and here in afterreferred to as CEO, GSDMA) at the tendered rates specified by me / us in Schedule showing termsand rates <strong>of</strong> works to be carried out and in accordance in all respects with the specifications, andinstructions in writing referred to in this tender and in clauses <strong>of</strong> the conditions <strong>of</strong> contract.MEMORANDUM1. Earnest Money2. Security Deposit_________________________3.Time Limit – (Give Schedule where necessary, showingdates by which the various items are to be completed.)_______ MonthsShould this tender be accepted, I / We hereby agree to abide by fulfill all the terms and provisions <strong>of</strong>the conditions <strong>of</strong> the contract so far as applicable and in default there<strong>of</strong> to forfeit and pay to CEO,GSDMA the sums <strong>of</strong> money mentioned in the said conditions.SIGNATURE & STAMP OF BIDDER59


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>(Receipt No. _________________ dated _______________ from GSDMA in respect <strong>of</strong> sum ___________________ (in words) i.e. _______________ (in figures) isforwarded herewith representing the Earnest Money, the full <strong>of</strong> value <strong>of</strong> which is to be absolutelyforfeited to GSDMA should I / We not deposit the full amount <strong>of</strong> security deposit specified in theabove memorandum in accordance with Clause 6 <strong>of</strong> Section-IV <strong>of</strong> the <strong>Tender</strong> Document, otherwisethe said sum <strong>of</strong> above ___________________ (in words) i.e. _______________ (in figures) shall be refunded.Date:Place:Signature <strong>of</strong> the Supplier 1Signature <strong>of</strong> the Supplier 2(Witness) 3Name and address _______________________Occupation _____________________________The above tender is hereby accepted by me on behalf <strong>of</strong> <strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong><strong>Authority</strong> dated _________________ day <strong>of</strong> __________________ <strong>2013</strong>Signature <strong>of</strong> the CEO, GSDMA1 Signature <strong>of</strong> Supplier before submission <strong>of</strong> tender2 Signature <strong>of</strong> the Supplier at the time <strong>of</strong> execution <strong>of</strong> contract document3 Signature <strong>of</strong> witness to Supplier’s signature at the time <strong>of</strong> execution <strong>of</strong> contract documentSIGNATURE & STAMP OF BIDDER60


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>ANNEXURE IVForm <strong>of</strong> Bank Guarantee (Unconditional) 4For Performance Security(Initial & Additional Security Deposit)To,Chief Executive Officer,<strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>,Block No. <strong>11</strong>, 5 th Floor,Udyog Bhavan,Gandhinagar-38<strong>2013</strong>,<strong>Gujarat</strong>WHEREAS [Name and Address <strong>of</strong> Supplier] __________________________________________(Hereinafter called "Supplier") has undertaken, in pursuance <strong>of</strong> <strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong> dated06/08/<strong>2013</strong> for “Supplying Hydraulic Platform (70 mtrs)” (hereinafter called "The Contract")AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish youwith a Bank Guarantee by any Scheduled commercial bank in India. If the institution issuing the BankGuarantee is located outside India. It shall have correspondent financial institution located in India tomake it enforceable as per Clause 6 <strong>of</strong> Section-II <strong>of</strong> the <strong>Tender</strong> Document for the sum specifiedtherein as security for compliance with his obligations in accordance with the contract.AND WHEREAS we have agreed to give the Supplier such a Bank Guarantee;NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf <strong>of</strong>the supplier, upto a total <strong>of</strong> [Amount <strong>of</strong> Guarantee] 5 ___________________ (in words)i.e. _______________ (in figures) such sum being payable in the types and proportions <strong>of</strong>currencies in which the contract price is payable and we undertake to pay you, upon your first writtendemand and without cavil or argument, any sum or sums within the limits <strong>of</strong> [Amount <strong>of</strong>Guarantee] 6 __________________________________________________________ as aforesaidwithout your needing to prove or to show grounds or reasons for your demand for the sum specifiedherein We here by waive the necessity <strong>of</strong> your demanding the said debt from the supplier beforepresenting us with the demand.We further agree that no change or addition to or other modification <strong>of</strong> the terms <strong>of</strong> the contract or <strong>of</strong>the works to be performed there under or <strong>of</strong> any <strong>of</strong> the contract documents which be made betweenyou and the supplier shall in any way release us from any liability under this guarantee, and wehereby waive notice <strong>of</strong> any such change, addition <strong>of</strong> modification. This Guarantee is valid until theTwenty Four (24) months after the date <strong>of</strong> issuing the Purchase Order.4 Bidders are not required to complete this form5 An amount is to be inserted by the Guarantor, representing the percentage <strong>of</strong> the contract price specified in thecontract and denominated either in the currency (ies) <strong>of</strong> the contract or in a freely convertible currencyacceptable to the Employer6 An amount is to be inserted by the Guarantor, representing the percentage <strong>of</strong> the contract price specified in thecontract and denominated either in the currency (ies) <strong>of</strong> the contract or in a freely convertible currencyacceptable to the EmployerSIGNATURE & STAMP OF BIDDER61


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>SIGNATURE AND SEAL OF THE GUARANTOR _______________________________________Name <strong>of</strong> Bank _____________________________________________________________________Address _________________________________________________________________________Date: __________________________SIGNATURE & STAMP OF BIDDER62


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>ANNEXURE IVA 7Form <strong>of</strong> Bank Guarantee (Unconditional) 8For Performance Security(Initial & Additional Security Deposit)To,Chief Executive Officer,<strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>,Block No. <strong>11</strong>, 5 th Floor,Udyog Bhavan,Gandhinagar-38<strong>2013</strong>,<strong>Gujarat</strong>WHEREAS [Name and Address <strong>of</strong> Supplier] __________________________________________(Hereinafter called "The Supplier") has undertaken, in pursuance <strong>of</strong> <strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>dated 06/08/<strong>2013</strong> for “Supplying Hydraulic Platform (70 mtrs)” (hereinafter called "The Contract")AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish youwith a Bank Guarantee by any Scheduled commercial bank in India. If the institution issuing the BankGuarantee is located outside India. It shall have correspondent financial institution located in India tomake it enforceable as per Clause 6 <strong>of</strong> Section-II <strong>of</strong> the <strong>Tender</strong> Document for the sum specifiedtherein as security for compliance with his obligations in accordance with the contract.AND WHEREAS we have agreed to give the Supplier such a Bank Guarantee;NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf <strong>of</strong>the supplier, upto a total <strong>of</strong> [Amount <strong>of</strong> Guarantee] 9 ___________________ (in words)i.e. _______________ (in figures) such sum being payable in the types and proportions<strong>of</strong> currencies in which the contract price is payable and we undertake to pay you, upon your firstwritten demand and without cavil or argument, any sum or sums within the limits <strong>of</strong> [Amount <strong>of</strong>Guarantee] 10 __________________________________________________________ as aforesaidwithout your needing to prove or to show grounds or reasons for your demand for the sum specifiedherein We here by waive the necessity <strong>of</strong> your demanding the said debt from the supplier beforepresenting us with the demand.We further agree that no change or addition to or other modification <strong>of</strong> the terms <strong>of</strong> the contract or <strong>of</strong>the works to be performed there under or <strong>of</strong> any <strong>of</strong> the contract documents which be made betweenyou and the supplier shall in any way release us from any liability under this guarantee, and wehereby waive notice <strong>of</strong> any such change, addition <strong>of</strong> modification. This Guarantee is valid until theTwenty Four (24) months after the date <strong>of</strong> issuing the Purchase Order.We hereby affirm that we are aware <strong>of</strong> the stipulation for acceptance <strong>of</strong> our guarantee by <strong>Gujarat</strong><strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>, Gandhinagar, that the said Employer will be for all matters7 This form shall be used when the bank guarantee to be issued by the branch other than Gandhinagar /Ahmedabad but operable at its Gandhinagar / Ahmedabad branch.8 Bidders are not required to complete this form9 An amount is to be inserted by the Guarantor, representing the percentage <strong>of</strong> the contract price specified in thecontract and denominated either in the currency (ies) <strong>of</strong> the contract or in a freely convertible currencyacceptable to the Employer10 An amount is to be inserted by the Guarantor, representing the percentage <strong>of</strong> the contract price specified in thecontract and denominated either in the currency (ies) <strong>of</strong> the contract or in a freely convertible currencyacceptable to the EmployerSIGNATURE & STAMP OF BIDDER63


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>relating to this guarantee shall deal with our bank branch located at Gandhinagar / Ahmedabad and allcommunication including invocation, notice <strong>of</strong> demand and such other matter deemed essential to beadvised to and / or served on the said branch, on our behalf, <strong>of</strong> our bank, who without demur shall inaccordance with the provisions <strong>of</strong> this guarantee.We unequivocally surrender our rights to be informed / advised give notice in respect there<strong>of</strong> in favor<strong>of</strong> the said branch <strong>of</strong> our bank in consideration <strong>of</strong> the aforesaid terms and conditions incorporated inthis guarantee, we agree that for all the operative part and enforceability in the court <strong>of</strong> law. Thisguarantee shall be deemed to have issued by the said branch <strong>of</strong> our bank. The obligation under thisguarantee shall be performed and discharged at Gandhinagar / Ahmedabad and the court located thereat shall have jurisdiction for all the matters covered under and / or arising out <strong>of</strong> this guarantee.SIGNATURE AND SEAL OF THE GUARANTOR _______________________________________Name <strong>of</strong> Bank _____________________________________________________________________Address __________________________________________________________________________Date: __________________________Confirmed by:Bank Branch located at Gandhinagar / AhmedabadWe hereby confirm the above Bank Guarantee given by our Branch at ___________ and will honorthe same as if it has been issued by us.Signature & Seal_____________________________________Bank.SIGNATURE & STAMP OF BIDDER64


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>ANNEXURE VIndemnity Bond(Duly Notarized on Appropriate valued Non-Judicial Stamp Paper)M/S _____________________________________________________________________________resident <strong>of</strong> ________________________________________________________________________Supplier <strong>of</strong> the goods / stores / material(s) / service shall at all times indemnify to <strong>Gujarat</strong> <strong>State</strong><strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong> (hereinafter called the GSDMA) from and against all actions, suits,claims and demands through or made against the GSDMA in respect <strong>of</strong> this contract and against anyloss or damage to GSDMA in consequence <strong>of</strong> any action or suits being brought against the supplierfor any thing done or omitted to be done in execution <strong>of</strong> the work in this contract agreement. Fromwhatever causes arising and the entire responsibility for sufficiency <strong>of</strong> all the means used by thesupplier for fulfillment <strong>of</strong> the agreement, provided always that in the event <strong>of</strong> all actions, suits, claimsand demands through or made against the GSDMA in respect <strong>of</strong> work <strong>of</strong> this contract agreement shallnotify the supplier for the same and the supplier shall conduct negotiations for settlement <strong>of</strong> anylitigation that may arise there from at his own expenses.In witness where <strong>of</strong> signed this ________day <strong>of</strong> __________ Two Thousand Thirteen.Signature <strong>of</strong> the BidderName <strong>of</strong> BidderAddress <strong>of</strong> BidderName <strong>of</strong> witnessSignature & Address <strong>of</strong> witnessSIGNATURE & STAMP OF BIDDER65


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>CONTRACT FORMANNXEURE VIAgreementTHIS AGREEMENT made on the_____________ day <strong>of</strong> ___________ <strong>2013</strong>. Between <strong>Gujarat</strong><strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong> (hereinafter called “GSDMA”) on the one part and______________________________________________________________________________(hereinafter called “Supplier”) on the other part.WHEREAS GSDMA is desirous that certain Goods / Stores / Material(s) and ancillary services viz.,supplying Hydraulic Platform (70 mtrs) and has accepted a bid by the Supplier for the supply <strong>of</strong>those goods / stores / material(s) and services in the sum <strong>of</strong> .............................. (in words ____________________________) (hereinafter called "the Contract Price").NOW THIS AGREEMENT WITNESSES AS FOLLOWS:1 In this agreement words and expression shall have the same meanings as are respectively assignedto them in the Terms & Conditions <strong>of</strong> Contract hereinafter referred to.2 The following documents shall be deemed to form and be read and constituted as part <strong>of</strong> thisAgreement viz :a. <strong>Tender</strong> Notice, Technical Specifications, Qualification Criteria, Detailed Information &Instructions to Bidders, Terms and Conditions <strong>of</strong> the Contract etc. (Section I, II, III and IVand relevant Annexures)b. The Schedules (Schedule A & B)c. Bidder’s proposal as accepted by the GSDMAd. Any and all addenda or modifications to the above.3 In consideration <strong>of</strong> the payments to the made by the GSDMA to the supplier as hereinaftermentioned, the supplier hereby covenants with the GSDMA to complete works in conformity inall respects with the provisions <strong>of</strong> the Contact.4 The GSDMA hereby covenants to pay the Supplier in consideration <strong>of</strong> the provision <strong>of</strong> the goods/ stores / material(s) and services and the remedying <strong>of</strong> defects therein, the Contract Price or suchother sum as may become payable under the provisions <strong>of</strong> the Contract at the times and in themanner prescribed by the Contract.5 Brief particulars <strong>of</strong> the goods and services which shall be supplied/provided by the Supplier are asunder:Sr.No.Brief Description <strong>of</strong>Goods / Material/(s)& ServicesQuantity tobe SuppliedUnitPriceTotalPriceDelivery TermsConsigneeDetailsTOTAL VALUE:DELIVERY SCHEDULE:SIGNATURE & STAMP OF BIDDER66


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>IN WITNESS where<strong>of</strong> the parties hereto have caused this Agreement to be executed in accordancewith their respective laws the day and year first above written.Signed, Sealed and Delivered by thesaid ________________________________ (For GSDMA)in the presence <strong>of</strong> ______________________________________________Signed, Sealed and Delivered by thesaid ________________________________ (For Supplier)in the presence <strong>of</strong> ______________________________________________SIGNATURE & STAMP OF BIDDER67


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>ANNEXURE VII(Please see Section II (1) (ii)Manufacturer’s Authorization FormToChief Executive Engineer,<strong>Gujarat</strong> <strong>State</strong> <strong>Disaster</strong> <strong>Management</strong> <strong>Authority</strong>,Block No. <strong>11</strong>, 5th Floor,Udyog Bhavan,Gandhinagar – 38<strong>2013</strong>,<strong>Gujarat</strong>.Dear Sir,We who are established and reputable manufacturers <strong>of</strong> Hydraulic Platform (70 mtrs) havingfactories at _______________________________ do hereby authorize M/s__________________________________ to submit a bid, and sign the contract with you for thegoods manufactured by us against the <strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>.No company or firm or individual other than M/s ______________________________________ areauthorized to bid, and conclude the contract for the above goods manufactured by us, against thisspecific <strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>We hereby extend our full guarantee and warranty as per Clause 15 and 17 <strong>of</strong> the Terms andConditions <strong>of</strong> the contract for the goods / stores / material(s) and services <strong>of</strong>fered for supply by theabove firm against the <strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>.Yours faithfully,(Name)(Name <strong>of</strong> manufacturers)Note: This letter <strong>of</strong> authority should be on the letterhead <strong>of</strong> the manufacturer and should be signed bya person competent and having the power <strong>of</strong> attorney to legally bind the manufacturer. It should beincluded by the Bidder in its bid.SIGNATURE & STAMP OF BIDDER68


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>ANNEXURE VIIIDeclaration <strong>of</strong> Ownership1. I / We certify that the Bidder is sole proprietorship / partnership firm / private limited company /public limited company <strong>of</strong> which the registered <strong>of</strong>fice is located in___________________________ in the state <strong>of</strong> ___________________2. The name, designation and address <strong>of</strong> the authorized signatory who is authorized to negotiate /sign / execute on behalf <strong>of</strong> the Bidder is as under:Name ______________________________________________ Designation: ___________________Address: _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________e Mail: ____________________ Telephone : (O) ________________ (R) ____________________Fax : ____________________ (Mobile) _______________________3. The name, address and telephone numbers <strong>of</strong> the sole proprietor / all the partners / all thedirectors <strong>of</strong> the Bidder are as under;Sr.No.Name Address Telephone Fax Email(O)(R)(M)SIGNATURE & STAMP OF BIDDER69


SCHEDULE A – TECHNICAL BID<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>Checklist <strong>of</strong> the Documents to be submitted as part <strong>of</strong> submission <strong>of</strong> Technical Bid andDeclarationSr.No.Document / CertificateAttachedYourPageNo.Remarks1Manufacturer’s Authorization Certificate Yes / No /NotApplicable23456789ISO 9001 Certificate alongwith thedeclaration <strong>of</strong> manufacture <strong>of</strong> the item in thelocation certified by ISOISO 14001 Certificate along with thedeclaration <strong>of</strong> manufacture <strong>of</strong> the itemmentioned in the location certified by ISOOHSAS 18001 Certificate along with thedeclaration <strong>of</strong> manufacture <strong>of</strong> the item in thelocation as specified in the certificateAuthorized Dealer should have validAgreement with the Manufacturer and alsoshould have Authorization from theManufacturer effective from at least oneyear prior to the due date <strong>of</strong> this tenderIf the Bidder is a Manufacturer then provideBIS certification or any internationalcertification, which is equivalent or higherthan BIS certificationPro<strong>of</strong> <strong>of</strong> having designed, manufactured andtested at least 12 equipments similar to thetype specified in the technical specificationsin the last 5 yearsAudited Balance Sheet and Pr<strong>of</strong>it & Loss<strong>State</strong>ment <strong>of</strong> last three financial years (FY2010-<strong>11</strong>, FY 20<strong>11</strong>-12 & FY 2012-13)Manufacturing license (P.M.T. SSI No. /Industrial license / ISI Certificate / FactoryInspectors License) / Product permission (ifapplicable) / Registration Certificate withCSPO / SSI / KVIC / NSIC / DGS&D(which ever is applicable)Yes / No /NotApplicableYes / No /NotApplicableYes / No /NotApplicableYes / No /NotApplicableYes / No /NotApplicableYes / No /NotApplicableYes / No /NotApplicableYes / No /NotApplicable10 Partnership Deed / Memorandum andArticle <strong>of</strong> Association (whichever isYes / No /NotSIGNATURE & STAMP OF BIDDER70


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>Sr.No.Document / CertificateAttachedYourPageNo.Remarksapplicable)Applicable<strong>11</strong>Original Product literature mentioning alltechnical specifications & service manualYes / No /NotApplicable12Certified copies <strong>of</strong> licenses to use ISI markfor last one year as well as latest and validlicense. In case, the certificates / licenses /permission are outdated or the validityperiod is over, the pro<strong>of</strong> <strong>of</strong> applying forrenewal should also be attached. Suchcertificates will be considered if the renewalhas been applied for within the time limitprescribed for the renewal <strong>of</strong> thatpermission / license / certificate under therelevant rules and further if such applicationfor renewal is not specifically rejected bythe competent authoritiesYes / No /NotApplicable13List <strong>of</strong> essential accessories required tooperate the equipment / goods / stores /material(s) (if any)Yes / No /NotApplicable14Chartered Accountant’s certificate inoriginal for showing year wise productionand sales for quoted product for last threefinancial yearsYes / No /NotApplicable15Declaration & Memorandum Form Yes / No /NotApplicable16171819Valid Certificate <strong>of</strong> exemption for payment<strong>of</strong> EMDPower <strong>of</strong> Attorney (PoA) duly authorized bya notary public, if power is delegated forsigning the Bid to other person by theBidderConfirmation <strong>of</strong> the Bidder to <strong>of</strong>fer theproduct as per the Technical Specifications<strong>Tender</strong> document signed and stamped oneach pageYes / No /NotApplicableYes / No /NotApplicableYes / No /NotApplicableYes / No /NotApplicableSIGNATURE & STAMP OF BIDDER71


<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>Sr.No.Document / CertificateAttachedYourPageNo.Remarks20Declaration <strong>of</strong> Ownership Yes / No /NotApplicable2122Documentary evidence in support <strong>of</strong>satisfactory operation <strong>of</strong> the equipmentsimilar to the tendered item during the last 5yearsDocumentary evidence <strong>of</strong>manufacturing/Supplying and after salesservices <strong>of</strong> products similar to the tendereditem during the last 5 yearsYes / No /NotApplicableYes / No /NotApplicableIt is verified that all the certificates / permissions / documents are valid and current as on date andhave not been withdrawn / cancelled by the issuing authority.I / We further undertake to produce on demand the original certificate / permission / document forverification at any stage during the processing <strong>of</strong> the tender.Date:Place:Name <strong>of</strong> the BidderDesignationSIGNATURE & STAMP OF BIDDER72


SCHEDULE B – PRICE BID (to be filled ONLINE only)<strong>Tender</strong> Notice No. <strong>11</strong> <strong>of</strong> <strong>2013</strong>Sr.No.ABCDDetailsEx-factory price Main equipment with all standard accessories.Packing Forwarding, Insurance and Transport charges fromfactory to place <strong>of</strong> Consignees & InstallationExcise & Other Duties (if applicable)Custom Duty (if Applicable)Price (Per Unit)E Total Price excluding VAT (A+B + C+ D)VAT / CSTFGHIJ(i) VAT @ _____________ % OR(ii) CST @ ______________ %Service Tax (if applicable)Other Incidental chargesTotal Price ()Total Price in WordsNote:1. Price must be quoted in above format with breakup. Quoting <strong>of</strong> consolidated price withoutbreakup will not be considered.2. Foreign manufacturers may quote in Euro or USD or INR3. For the purpose <strong>of</strong> evaluation <strong>of</strong> bids and calculating the equivalent in INR, the Reserve Bank <strong>of</strong>India reference rates on the last date <strong>of</strong> submission <strong>of</strong> tender will be considered4. The insurance shall be paid in amount equal to <strong>11</strong>0 percent <strong>of</strong> the CIF value <strong>of</strong> goods from“warehouse to warehouse (final destination)” on “All Risks” basis including war risks andstrikes.5. All terms and conditions <strong>of</strong> supply shall be applicable as per tender terms. Any terms andcondition enclosed with Price Bid shall be ignored or in such a case <strong>of</strong>fer is liable to be rejected.SIGNATURE & STAMP OF BIDDER73

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

Saved successfully!

Ooh no, something went wrong!