13.07.2015 Views

Government of Punjab Department of Revenue, Rehabiliation ...

Government of Punjab Department of Revenue, Rehabiliation ...

Government of Punjab Department of Revenue, Rehabiliation ...

SHOW MORE
SHOW LESS

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

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

<strong>Government</strong> <strong>of</strong> <strong>Punjab</strong><strong>Department</strong> <strong>of</strong> <strong>Revenue</strong>, <strong>Rehabiliation</strong> & Disaster ManagementOffice <strong>of</strong> the Divisional CommissionerJalandhar Division, JalandharBID DOCUMENTFORSUPPLY OF AERIAL HYDRAULIC LADDER PLATFORMS 54 MTRS.Date <strong>of</strong> commencement <strong>of</strong>Sale <strong>of</strong> bidding document : 08-03-2010 at 10:00AMLast date and time for : 19-03-2010 at 03:00PMsale <strong>of</strong> BidLast date and time forReceipt <strong>of</strong> bids : 22-03-2010 at 01:30PMTime and date <strong>of</strong> opening<strong>of</strong> bids (Technical) : 22-03-2010 at 03:00PMTender Fees : Rs 1000/-Receipt/ DD No./ Date: ……………………Name & Address <strong>of</strong> Firm : ……………(To whom Bid Document issued)…………………………………. …………………………………………………………………………………………………………….PLACE FOR OPENING OF BID &ADDRESS FOR COMMUNICATION:Commissioner, Jalandhar DivisionJalandharFOR REFERENCES & QUERIES:1. Commissioner, Jalandhar DivisionJalandhar2. Superintending Engineer(O&M)Municipal Corporation, JalandharSignature <strong>of</strong> Issuing <strong>of</strong>ficer with date :…………………………….Page 1 <strong>of</strong> 45


<strong>Government</strong> <strong>of</strong> <strong>Punjab</strong><strong>Department</strong> <strong>of</strong> <strong>Revenue</strong>,<strong>Rehabiliation</strong> & Disaster ManagementOffice <strong>of</strong> the Divisional CommissionerJalandhar Division, JalandharSECTION - IInvitation for Bids(i)(ii)(iii)(iv)(v)(vi)(vii)(viii)COMPETITIVE BIDDING FORSUPPLY OF HYDRAULIC AERIAL LADDER PLATFORMSCommissioner, Jalandhar Division, Jalandhar, <strong>Punjab</strong> intends to procure above-mentioneditems to strengthen its capacity for DISASTER MANAGEMENT, RESCUE ANDFIRE FIGHTING with a view <strong>of</strong> capacity <strong>of</strong> building.The Commissioner, Jalandhar Division, Jalandhar now invites sealed bids from eligiblebidders for Supply <strong>of</strong> HYDRAULIC AERIAL LADDER PLATFORMS 5 4 MTRS HEIGHT.Interested eligible bidders may obtain further information from t h e o f f i c e o fS u p e r i n t e n d i n g E n g i n e e r ( O & M ) , Jalandhar Municipal Corporation, Phone No0181-5053072, Mob. No 09988824055.Interested Bidders may down load bid document from Jalandhar Municipal Corporation<strong>of</strong>ficial web site www.m c j a l a n d h a r . i n from 0 8 - 0 3 - 2 0 1 0 or purchasecomplete set <strong>of</strong> bidding document from t h e o f f i c e o f C o m m i s s i o n e r ,J a l a n d h a r D i v i s i o n , J a l a n d h a r . The bidder has to deposit non refundableTender fee along with the bids at the time <strong>of</strong> submission. The method <strong>of</strong> payment willbe Demand Draft <strong>of</strong> a Nationalized/ Scheduled Bank in favour <strong>of</strong> Commissioner,Jalandhar Division, Jalandhar payable at Jalandhar, India. Firms, how downloads the RFPform from the <strong>of</strong>ficial website <strong>of</strong> the corporation shall have to submit the cost <strong>of</strong> tenderdocument (Rs. 1000) by a separate demand draft besides there EMD while submitting thebids(tenders). Else there tender shall not be accepted.TENDER FEE: Rs. 1000/-Bids must be delivered to Commissioner, Jalandhar Division, Jalandhar, <strong>Punjab</strong>, India at orbefore 01:30 hrs on 22-03-2010.All bids must be accompanied by required documents, the tender fee and EMD asmentioned below in a separate cover with all detailed technical information. Bids will beopened in the presence <strong>of</strong> the ‘bidders' representatives who choose to attend at the <strong>of</strong>fice<strong>of</strong> Commissioner Jalandhar Division, Jalandhar, <strong>Punjab</strong>, INDIA at 03:00hrs on22-03-2010. Late bid will be rejected.EARNEST MONEY DEPOSIT:EMD shall be: Rs.12,00,000/- in form <strong>of</strong> Demand Draft in favour <strong>of</strong>Commissioner, Jalandhar Division, Jalandhar, payable at Jalandhar (<strong>Punjab</strong>)(Unsuccessful bidder’s EMD will be discharged / returned as promptly as possible but not laterthan 45 days after the expiration <strong>of</strong> the period <strong>of</strong> bid validity prescribed by the purchaser)In the event <strong>of</strong> the date specified for bid receipt and opening being declared as aclosed / holiday for purchaser’s <strong>of</strong>fice, the due date for submission <strong>of</strong> bids and opening <strong>of</strong>bids will be the following working day at the appointed times.ADDRESS FOR COMMUNICATION:1.Commissioner, Jalandhar Division,Jalandhar<strong>Punjab</strong>, INDIA2.S.E(O&M),Municipal Corporation, Jalandharemail amardeep.dhaliwal@rediffmail.comPage 2 <strong>of</strong> 45


ClauseNo.SECTION - IIINSTRUCTIONS TO BIDDERS (ITB)TABLE OF CLAUSESTopicNumberA. Introduction 41. Source <strong>of</strong> Funds 42. Eligible Bidders 43. Cost <strong>of</strong> Bidding 4B. Bidding Document 44 Contents <strong>of</strong> Bidding Documents 45. Pre bid meeting 46. Amendment <strong>of</strong> Bidding Documents 4C. Preparation <strong>of</strong> Bids 57. Language <strong>of</strong> Bid 58. Document Comprising the Bid 59. Bid Form 510. Bid Prices 511. Bid Currencies 512. Document Establishing Bidder’s Eligibility and Qualifications 513. Documents Establishing Goods Eligibility & Conformity to Bid Documents 614. Earnest Money/ Bid Security Deposit 615. Period <strong>of</strong> Validity <strong>of</strong> Bids 616. Format and Signing <strong>of</strong> Bid 7D. Submission <strong>of</strong> Bids 717. Sealing and Marking <strong>of</strong> Bids 718. Deadline for Submission <strong>of</strong> Bids 819 Late Bids 820. Modification and withdrawal <strong>of</strong> Bids 8E. Opening and Evaluation <strong>of</strong> Bids 821. Opening <strong>of</strong> Bids by the Purchaser 822. Clarification <strong>of</strong> Bids 923. Preliminary Examination 924. Currency 925. Evaluation and Comparison <strong>of</strong> Bids 926. Contacting the purchaser 10F. Award <strong>of</strong> Contract 1027. Post qualification 1028. Award Criteria 1029. Purchaser’s Right to Vary Quantities at Time <strong>of</strong> Award 1030. Purchaser’s Right to Accept Any Bid and to Reject Any or All Bids 1031. Notification <strong>of</strong> Award 1032. Signing <strong>of</strong> Contract 1033. Security Deposit & Performance Security 1134. Corrupt and Fraudulent Practices 1135. Contract Agreement 11PageNo.Page 3 <strong>of</strong> 45


1. Source <strong>of</strong> Funds:A. INTRODUCTION1.1 The eligible payment for the procurement will be made by COMMISSIONER,JALANDHAR DIVISION, JALANDHAR through fund made available by DISASTER MANAGEMENTAND RELIEF DEPARTMENT, GOVT. OF PUNJAB.2. Eligible Bidders:2.1 The Invitation for Bids is open to either(i) Indian manufacturers <strong>of</strong> fire fighting platforms.(ii) Indian companies who are the authorized distributors/ service centers <strong>of</strong> overseas fire platformmanufacturers, with established facilities and trained men power for rendering after sales service.2.2 Bidders shall not be under declaration <strong>of</strong> ineligibility for corrupt and fraudulent practices inaccordance with ITB Clause 34.3. Cost <strong>of</strong> Bidding:3.1 The Bidder shall bear all costs associated with the preparation and submission <strong>of</strong> its bid, and testing<strong>of</strong> goods & equipments - to be supplied, Commissioner, Jalandhar Division, Jalandhar,hereinafter referred to as “the Purchaser”, will in no case be responsible or liable for thesecosts, regardless <strong>of</strong> the conduct or outcome <strong>of</strong> the bidding process.4. Content <strong>of</strong> Bidding DocumentsB. THE BIDDING DOCUMENT4.1 The goods required, bidding procedures and contract terms are prescribed in the biddingdocuments. In addition to the Invitation for Bids, the bidding documents include:(a) Instruction to Bidders (ITB)(b) General Conditions <strong>of</strong> Contract (GCC)1 Schedule <strong>of</strong> Requirements;2 Technical Specifications;3 Bid Form and Price Schedules;4 Bid Security / EMD Form;5 Contract Form;6 Performance Security Form;7 Manufacturer’s Authorization Form;8 Equipment and Quality control Form.4.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in thebidding documents. Failure to furnish all information / Authorizations required by the biddingdocuments or submission <strong>of</strong> a bid not substantially responsive to the bidding documents inevery respect will be at the Bidder’s risk and may result in rejection <strong>of</strong> its bid.5. Pre bid meeting5.1 A prebid meeting shall be arranged on 13-03-2010 at 11:30AM in the <strong>of</strong>fice <strong>of</strong> Commissioner,Jalandhar Division, Jalandhar. In the meeting all clarification regarding bid shall be explained bythe Commissioner, Jalandhar Division, Jalandhar and amendments, if any, shall be put on <strong>of</strong>ficialweb site(www.mcjalandhar.in), if required by the clause 6.0 Amendment <strong>of</strong> Bidding Documents. Noinformation shall be sent individually. The bidders are supposed to visit website regularly.6. Amendment <strong>of</strong> Bidding Documents6.1 At any time prior to the deadline for submission <strong>of</strong> bids, the Purchaser may for any reason,whether at its own initiative or in response to a clarification requested by a prospective bidder,modify the bidding documents by amendment and shall be put on the net (<strong>of</strong>ficial web site).Page 4 <strong>of</strong> 45


6.2 In order to allow prospective bidders reasonable time in which to take the amendment intoaccount in preparing their bids, the Purchaser, at its discretion, may extend the deadline forthe submission <strong>of</strong> bids.7. Language <strong>of</strong> BidC. PREPARATION OF BIDS7.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to thebid exchanged by the Bidder and the Purchaser shall be written in English language.Supporting document and printed literature furnished by the Bidder may be in anotherlanguage provided they are accompanied by an accurate translation <strong>of</strong> the relevant passagesin the English language in which case, for purposes <strong>of</strong> interpretation <strong>of</strong> the Bid, the translationshall govern.8. Document Comprising the Bid8.1 The bid prepared by the Bidder shall comprise the Documentary evidence established inaccordance with ITB Clause 12 and 13 that the Bidder is eligible to bid and is qualified toperform the contract, if its bid is accepted, are to be submitted in technical bid.9. Bid Form9.1 The Bidder shall complete the Bid Form and the appropriate Price Schedule furnished in thebidding documents, a brief description <strong>of</strong> the goods, and their country <strong>of</strong> origin, quantity andprices inclusive <strong>of</strong> all taxes, duties and other expenditure.9.2 The complete bid (all the pages and document) is to be marked page number and an index isto be enclosed detailing out the description, relevant clause no., page no etc.10. Bid Prices10.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid prices <strong>of</strong> thegoods & services it proposes under the Contract. Bidders shall quote for the completerequirement <strong>of</strong> goods and services specified under each schedule on a single responsibilitybasis, failing which such bids will not be taken into account for evaluation and will not beconsidered for award.10.2 Price quoted by the Bidder shall be fixed during the Bidder’s performance <strong>of</strong> the Contract andnot subject to variation on any account. A bid submitted with an adjustable price quotation(except local taxes) will be treated as non-responsive and rejected, pursuant to ITB Clause25.11. Bid Currencies11.1 Prices shall be quoted in Indian Rupees as Indicated in the Price Bid.12. Documents Establishing Bidder’s Eligibility and Qualifications.12.1 Pursuant to ITB Clause 8, the Bidder shall furnish, as part <strong>of</strong> its bid, documents establishingthe Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.12.2 The documentary evidence <strong>of</strong> the Bidder’s qualifications to perform the Contract if its bid isaccepted, shall establish to the Purchaser’s satisfaction:(1) that, in the case <strong>of</strong> a Bidder <strong>of</strong>fering to supply goods under the contract which the Bidderdid not manufacture or otherwise produce, the Bidder has been duly authorized for theperiod <strong>of</strong> contract i.e. supply, warranty period, operation and maintenance contract (Ifexecuted) (as per authorization form in Section X) by the goods’ Manufacturer or producerto supply the goods.[Note: Supplies for any particular item in each schedule <strong>of</strong> the bid should be from onemanufacturer only. Bids from agents <strong>of</strong>fering supplies from different manufactures for thesame item <strong>of</strong> the schedule in the bid will be treated as non-responsive.](2) that the Bidder has the financial, technical, and production capability necessary to performthe contract and meets the criteria outlined in the Qualification requirements specified inSection VI-A. To this end, all bids submitted shall include the following information:Page 5 <strong>of</strong> 45


(a) The legal status, place <strong>of</strong> registration and principal place <strong>of</strong> business <strong>of</strong> the company orfirm or partnership, etc.;(b) Details <strong>of</strong> experience and past performance <strong>of</strong> the bidder on equipment <strong>of</strong>fered and onthose <strong>of</strong> similar nature within the past three/ five years and details <strong>of</strong> current contracts inhand and other commitments.13. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents13.1 Pursuant to ITB Clause 8, the Bidder shall furnish, as part <strong>of</strong> its bid, documents establishingthe eligibility and conformity to the bidding documents <strong>of</strong> all goods and services which theBidder proposes to supply under the contract.13.2 The documentary evidence <strong>of</strong> the goods and services eligibility shall consist <strong>of</strong> a statement inthe Price Schedule. The country <strong>of</strong> origin <strong>of</strong> the goods and services <strong>of</strong>fered which shall beconfirmed by a certificate <strong>of</strong> origin at the time <strong>of</strong> shipment / delivery.13.3 The documentary evidence <strong>of</strong> conformity <strong>of</strong> the goods and services to the bidding documentsmay be in the form <strong>of</strong> literature, drawings and data and shall consist <strong>of</strong>:(a)(b)a detailed description <strong>of</strong> the essential technical and performance characteristics <strong>of</strong> thegoods;a list giving full particulars <strong>of</strong> spare parts, special tools, etc., which are necessary forthe proper and continuing functioning <strong>of</strong> the machine for a period <strong>of</strong> operation &maintenance contract (<strong>of</strong> 5 years). These parts are to be kept available with the local<strong>of</strong>fice <strong>of</strong> the bidder.14. Earnest Money/ Bid Security Deposit14.1 Pursuant to ITB Clause 8, the Bidder shall furnish, as part <strong>of</strong> its bid, a bid security in theamount as specified in Section-IV – Schedule <strong>of</strong> Requirements.14.2 The bid security is required to protect the Purchaser against the risk <strong>of</strong> Bidder’s conduct whichwarrant the security’s forfeiture14.3 The Earnest money/ bid security shall be denominated in Indian Currency and shall:(a) be deposited as demand draft in favour <strong>of</strong> Commissioner, Jalandhar Division Jalandhar,Jalandharr payable at Jalandhar, <strong>Punjab</strong> from a First Class Indian Bank(b) be submitted in its original form; copies will not be accepted; and(e) remain valid for a period <strong>of</strong> 30 days beyond the original validity period <strong>of</strong> bid.14.4 Any bid not secured in accordance with ITB Clause 15 will be rejected by thePurchaser as non-responsive, pursuant to ITB Clause 25.14.5 The bid security may be forfeited:(a)(b)if a Bidder(1) Withdraws its bid during the period <strong>of</strong> bid validity specified by the Bidder on theBid Form; or(2) Does not accept the correction <strong>of</strong> errors orin case <strong>of</strong> a successful Bidder, if the Bidder fails:(1) To sign the Contract in accordance with ITB Clause 32; or(2) To furnish security deposit/ performance security in accordance with ITBClause 33.15. Period <strong>of</strong> validity <strong>of</strong> bids15.1 Bids shall remain valid for 120 days after the deadline for submission <strong>of</strong> bids prescribed bythe Purchaser, pursuant to ITB Clause 19 and the bid security submitted by the bidder shallremain valid as per ITB Clause 14. A bid valid for a shorter period or bid security valid for ashorter period shall be rejected by the Purchaser as non-responsive.15.2 In exceptional circumstance, the Purchaser may solicit the Bidder’s consent to an extension <strong>of</strong>the period <strong>of</strong> validity. The request and the response thereto shall be made in writing (or bycable or telex or fax or e-mail). The bid security provided under ITB Clause 15 shall also bePage 6 <strong>of</strong> 45


suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Biddergranting the request will not be required nor permitted to modify its bid.16. Format and Signing <strong>of</strong> Bid16.1 A Bid Form in the bid document must be filled by the bidder mentioning all supply to beintended along with schedule number. In case <strong>of</strong> non filling <strong>of</strong> Bid form a bid will be treated asrejected. Bidders are required to quote their intended supply and their total prices in bid formonly.16.2 The bid shall be typed or written in indelible ink and shall be signed by the Bidder or a personor persons duly authorized to bind the Bidder to the Contract. The letter <strong>of</strong> Authorization shallbe indicated by written power-<strong>of</strong>-attorney accompanying the bid in original copy. All pages <strong>of</strong>the bid, except for printed literature, shall be initialized by the person or persons signing thebid.16.3 Any interlineations, erasures or overwriting shall be valid only if they are initialized by thepersons or persons signing the bid.16.4 The Bidder shall furnish information as described in the Form <strong>of</strong> Bid on commissions orgratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution ifthe Bidder is awarded the contract.17. Sealing and Marking <strong>of</strong> BidsD. SUBMISSION OF BIDS17.1 The bidder is required to prepare three envelopes <strong>of</strong> original bid and two envelopes <strong>of</strong> copybid. The original bid shall comprise following three envelopes:NameEnvelopeMarking on envelopeContentsNo.(Red Ink)Technical Bid 1All relevant documents except price Original Technical BidscheduleFinancial Bid 2 Only Price Schedule; Nothing else Original Financial BidEarnest Money 3Only EMD DD and tender fee receiptcopy or DD against tender feeEMDThe copy bid shall comprise following two envelopes:NameEnvelopeNo.ContentsMarking on envelope(Blue Ink)Technical Bid 4All relevant documents except pricescheduleCopy Technical BidFinancial Bid 5 Only Price Schedule; Nothing else Copy Financial Bid17.2 The Bidders shall seal the envelope no 1,2 & 3 <strong>of</strong> original bid and envelope no 4 & 5 <strong>of</strong> copybid in separate inner envelopes, duly marking the envelopes as “Original Bid” and “Copybid”. Bidder shall then place all the envelope no 1,2 & 3 <strong>of</strong> original bid in an outer envelopeand mark in red ink “Original Bid”. The bidder shall then place the envelope no 4 & 5 inseparate outer envelope and mark in blue ink as “Copy bid”. The original bid shall be usedfor processing whereas the copy bid shall be kept in lock and key for further reference only. Inthe event <strong>of</strong> any discrepancy between them, the copy bid shall be opened for reference.17.3 The Bidder shall seal and signed all envelopes. The outer envelopes shall:(a)be addressed to the Purchaser at the following address:Commissioner, Jalandhar Division,Jalandhar,<strong>Punjab</strong>(b) bear the Name <strong>of</strong> the bidder, the Invitation for Bids (IFB) title and number, and astatement “do not open before 03:00Hrs. on 22-03-2010Page 7 <strong>of</strong> 45


17.4 The inner envelopes shall also indicate the name and address <strong>of</strong> the Bidder to enable the bidto be returned unopened in case it is declared “late”.17.5 If the outer envelope is not sealed and marked, the Purchaser will assume no responsibility forthe bid’s misplacement or premature opening.17.6 Telex, cable or facsimile, E-mail bids will be rejected.18. Deadline for Submission <strong>of</strong> Bids18.1 Bids must be received by the Purchaser at the address specified no later than the time anddate specified in the Invitation for Bids (Section I). In the event <strong>of</strong> the specified date for thesubmission <strong>of</strong> Bids being declared a holiday for the Purchaser, the Bids will be received up tothe appointed time on the next working day.18.2 The Purchaser may, at its discretion, extend this deadline for submission <strong>of</strong> bids by amendingthe bid documents, in which case all rights and obligations <strong>of</strong> the Purchaser and Bidderspreviously subject to the deadline will thereafter be subject to the deadline as extended.19. Late BidsAny bid received by the Purchaser after the deadline for submission <strong>of</strong> bids prescribed by thePurchaser, will be rejected and / or returned unopened to the Bidder.20. Modification and Withdrawal <strong>of</strong> Bids20.1 The Bidder may modify or withdraw its bid after the bid’s submission, provided that writtennotice <strong>of</strong> the modification or withdrawal is received by the Purchaser prior to the deadlineprescribed for submission <strong>of</strong> bids.20.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked anddispatched in accordance with the provisions <strong>of</strong> ITB Clause 18. A withdrawal notice may alsobe sent by telex or cable or fax but followed by a signed confirmation copy, post marked notlater that the deadline for submission <strong>of</strong> bids.20.3 No bid may be modified subsequent to the deadline for submission <strong>of</strong> bids.20.4 No bid may be withdrawn in the interval between the deadline for submission <strong>of</strong> bids and theexpiration <strong>of</strong> the period <strong>of</strong> bid validity specified by the Bidder on the bid form. Withdrawal <strong>of</strong> abid during this interval may result in the Bidder’s forfeiture <strong>of</strong> its bid security.21. Opening <strong>of</strong> Bids by the PurchaserE. OPENING AND EVALUATION OF BIDS21.1 The Purchaser will open all technical bids, in the presence <strong>of</strong> Bidder’s representatives whochoose to attend, at 3:00Hrs. on 22-3-2010 and in the following location:Commissioner,Jalandhar Division, Jalandhar,<strong>Punjab</strong>The Bidder’s representatives who are present shall sign a register evidencing theirattendance. In the event <strong>of</strong> the specified date <strong>of</strong> Bid opening being declared a holiday for thePurchaser, the Bids shall be opened at the appointed time and location on the next workingday.21.2 The bidders’ names, bid modifications or withdrawals, bid prices, discounts, and the presenceor absence <strong>of</strong> requisite bid security and such other details as the Purchaser, at its discretion,may consider appropriate, will be announced at the opening. No bid shall be rejected at bidopening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITBClause 20.21.3 Bids that are not opened and read out at bid opening shall not be considered further forevaluation, irrespective <strong>of</strong> the circumstances.21.4 The Purchaser will prepare minutes <strong>of</strong> the bid opening.Page 8 <strong>of</strong> 45


22. Clarification <strong>of</strong> Bids22.1 During evaluation <strong>of</strong> bids, the Purchaser may, at its discretion, ask the Bidder for clarification<strong>of</strong> its bid. The request for clarification and response shall be in writing (by registered post/speed post) and no change in prices or substance <strong>of</strong> the bid shall be sought, <strong>of</strong>fered orpermitted.23. Preliminary Examination23.1 The Purchaser will examine the bids to determine whether they are complete, whether anycomputational errors have been made, whether required sureties have been furnished,whether the documents have been properly signed, and whether these bids are generally inorder. Bids from Agents, without proper authorization form the manufacturer as per Section X23.2 Where the Bidder has quoted for more than one schedule, if the bid security furnished isinadequate for all the schedules, the Purchaser shall take the price bid into account only to theextent the bid is secured. For this purpose, the extent to which the bid is secured shall bedetermined by evaluating the requirement <strong>of</strong> bid security to be furnished for the scheduleincluded in the bid (<strong>of</strong>fer) in the serial order <strong>of</strong> the Schedule <strong>of</strong> Requirements <strong>of</strong> the Biddingdocument.23.3 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between theunit price and the total price that is obtained by multiplying the unit price and quantity, the unitprice shall prevail and the total price shall be corrected. If there is a discrepancy betweenwords and figures, the amount in words will prevail. If the supplier does not accept thecorrection <strong>of</strong> errors, its bid will be rejected and its bid security shall be forfeited.23.4 The Purchaser may waive any minor informality or non-conformity or irregularity in a bid whichdoes not constitute a material deviation, provided such a waiver does not prejudice or affectthe relative ranking <strong>of</strong> any Bidder.23.5 Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness<strong>of</strong> each bid to the bidding documents. For purposes <strong>of</strong> these Clauses, a substantiallyresponsive bid is one which conforms to all the terms and conditions <strong>of</strong> the bidding documentswithout material deviations. Deviations from or objections or reservations to critical provisionssuch as those concerning Performance Security, Warranty, Force Majeure, Limitation <strong>of</strong>liability, Applicable law, and Taxes & Duties will be deemed to be material deviation. ThePurchaser's determination <strong>of</strong> a bid's responsiveness is to be based on the contents <strong>of</strong> the biditself without recourse to extrinsic evidence.23.6 If a bid is not substantially responsive, it will be rejected by the Purchaser and shall notsubsequently be made responsive by the Bidder by correction <strong>of</strong> the non-conformity.24. CurrencyIn Indian Rupees only.25. Evaluation and Comparison <strong>of</strong> Bids25.1 The Purchaser will evaluate and compare the bids which have been determined to besubstantially responsive. No bid will be considered if the complete requirements covered inthe schedules are not included in the bid.25.2 Based on eligibility criteria and terms & conditions <strong>of</strong> bid the technical bids shall be evaluatedfirst. The financial bids <strong>of</strong> only technically successful bidders’ shall be opened.25.3 The financial bids shall be evaluated on the basis <strong>of</strong> rates quoted in Price Schedule.25.4 The Commissioner, Jalandhar Division, Jalandhar may compare the rates either by includingschedule 2 <strong>of</strong> price bid or without it only for schedule 1. It will be discretionary decision <strong>of</strong>Commissioner, Jalandhar Division, Jalandhar as per the requirement and circumstances..Page 9 <strong>of</strong> 45


26. Contacting the Purchaser26.1 No Bidder shall contact the Purchaser on any matter relating to its bid, from the time <strong>of</strong> the bidopening to the time the Contract is awarded. If the bidder wishes to bring additionalinformation to the notice <strong>of</strong> the purchaser, it should do so in writing.26.2 Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bidcomparison or contract award may result in rejection <strong>of</strong> the Bidder's bid and forfeiture <strong>of</strong>Earnest money/ security deposit.27. Post qualificationF. AWARD OF CONTRACT27.1 In the absence <strong>of</strong> prequalification, the Purchaser will determine to its satisfaction whether theBidder that is selected as having submitted the lowest evaluated responsive bid meets thecriteria specified and is qualified to perform the contract satisfactorily.27.2 The determination will take into account the Bidder's financial, technical and productioncapabilities. It will be based upon an examination <strong>of</strong> the documentary evidence <strong>of</strong> the Bidder'squalifications submitted by the Bidder, as well as such other information as the Purchaserdeems necessary and appropriate.27.3 An affirmative determination will be a prerequisite for award <strong>of</strong> the Contract to the Bidder. Anegative determination will result in rejection <strong>of</strong> the Bidder's bid, in which event the Purchaserwill proceed to the next lowest evaluated bid to make a similar determination <strong>of</strong> the Bidder'scapabilities to perform the contract satisfactorily.28. Award Criteria28.1 The Purchaser will award the Contract to the successful Bidder whose bid has beendetermined to be substantially responsive (technically and commercially ) and has beendetermined as the lowest evaluated bid, provided further that the Bidder is determined to bequalified to perform the Contract satisfactorily.29. Purchaser's right to vary Quantities at Time <strong>of</strong> Award29.1 The Purchaser reserves the right at the time <strong>of</strong> Contract award to increase or decrease thequantity <strong>of</strong> goods and services originally specified in the Schedule <strong>of</strong> Requirements without anychange in unit price or other terms and conditions. In case <strong>of</strong> increase in the quantity <strong>of</strong> goodsthe purchaser may place suitable order with in 6 months <strong>of</strong> date <strong>of</strong> contract.30. Purchaser's Right to Accept Any Bid and to Reject Any or All Bids31.1 The Purchaser reserves the right to accept or reject any bid, and to cancel the bidding processand reject all bids at any time prior to contract award, without thereby incurring any liability tothe affected Bidder or bidders.31. Notification <strong>of</strong> Award31.1 Prior to the expiration <strong>of</strong> the period <strong>of</strong> bid validity, the Purchaser will notify the successfulbidder in writing by registered letter named as Letter <strong>of</strong> Acceptance (LoA) or by cable/ telex orfax or E-Mail (to be confirmed in writing by registered letter), that its bid has been accepted.The delivery period shall commence from date <strong>of</strong> this letter.31.2 The purchaser shall issue “Notification <strong>of</strong> Award” after completion <strong>of</strong> due formalities by thebidder.31.3 Upon the successful Bidder's furnishing <strong>of</strong> performance security / Security Deposit pursuant toITB Clause 33, the Purchaser will promptly refund the earnest money to each unsuccessfulBidder.32. Signing <strong>of</strong> Contract32.1 As the Purchaser notifies the successful bidder that its bid has been accepted, the successfulbidder shall contact the Purchaser and will make all the arrangement to execute theagreement/ contract with in 10 days from receipt <strong>of</strong> the LoA.Page 10 <strong>of</strong> 45


33. Security Deposit & Performance Security33.1 Security deposit shall be 5 % <strong>of</strong> the cost <strong>of</strong> AHLP which shall have to be paid at the time <strong>of</strong>agreement on receipt <strong>of</strong> Letter <strong>of</strong> Acceptance (LoA). The notification <strong>of</strong> award shall be issuedafter depositing security/ performance security and proper agreement.33.2 The security deposit shall be refunded after successful completion <strong>of</strong> warranty period. Duringthe warranty period the bidder shall be liable to make all the arrangements necessary forpreventive maintenance for round the clock uninterrupted operation <strong>of</strong> the AHLP. It shall beforfeited in case <strong>of</strong> any manufacturing defect is found in the AHLP during warranty period orbidder doesn't attend the repairing and changing <strong>of</strong> the parts in due time. The time period forthis purpose shall be minimum time period determined by Commissioner, Jalandhar Division,Jalandhar so as to ensure round the clock uninterrupted operation <strong>of</strong> the AHLP33.3 Performance security shall be 5% <strong>of</strong> the total operation and/ or maintenance cost for thecontract period (as the case may be) which shall have to be paid by the bidder beforecommencement <strong>of</strong> the operation/ maintenance work.33.4 The Security Deposit & Performance Security may be in the form <strong>of</strong> Bank Guarantee in favour<strong>of</strong> Commissioner, Jalandhar Division, Jalandhar, issued by First Class Indian Nationalised Bank.34. Corrupt or Fraudulent Practices34.1 The Commissioner, Jalandhar Division, Jalandhar requires that Bidders/ Suppliers/ Contractors,observe the highest standard <strong>of</strong> ethics during the procurement and execution <strong>of</strong> suchcontracts. In pursuance <strong>of</strong> this policy,:(a) defines, for the purposes <strong>of</strong> this provision, the terms set forth as follows :(1) "corrupt practice" means the <strong>of</strong>fering, giving, receiving or soliciting <strong>of</strong> any thing <strong>of</strong> valueto influence the action <strong>of</strong> a public <strong>of</strong>ficial in the procurement process or in contractexecution; and(2) "fraudulent practice" means a misrepresentation <strong>of</strong> facts in order to influence aprocurement process or the execution <strong>of</strong> a contract, and includes collusive practiceamong Bidders (prior to or after bid submission designed to establish bid prices atartificial non-competitive levels and to deprive the Commissioner, Jalandhar Division,Jalandhar <strong>of</strong> the benefits <strong>of</strong> free and open competition;(3) Purchaser will reject a proposal for award if it determines that the Bidderrecommended for award has engaged in corrupt or fraudulent practices in competingfor the contract in question;The bidder has to submit an affidavit on non judicial stamp paper <strong>of</strong> Rs 100/- stating that theyhave never been accused/ involved in such practices and no action or enquiry is pendingagainst them. The firm has never been blacklisted and no action regarding blacklisting isunder process against them. The affidavit must be attested by Notary public/ oathcommissioner.35 Contract Agreement:35.1 Successful Bidder has to enter into contract for period <strong>of</strong> 5 years for operation & maintenance<strong>of</strong> Aerial Hydraulic Ladder Platform. Successful Bidder has to appoint suitable number <strong>of</strong>qualified & trained operators which shall be mentioned in the bid. Successful Bidder will be paidfor operation <strong>of</strong> Aerial Ladder Platform from the date <strong>of</strong> delivery and maintenance will be carriedout free <strong>of</strong> cost for first two years <strong>of</strong> warranty period & thereafter for next three years chargesfor the same will be paid. Bidder has to mention operation & maintenance charges in price bid.________________________(Signature <strong>of</strong> Bidder with Stamp)Commissioner,Jalandhar Division, JalandharPage 11 <strong>of</strong> 45


S.N. ParticularSECTION IIIGENERAL CONDITIONS OF CONTRACT (GCC)TABLE OF CLAUSESP.No.1 Definitions 132 Application 133 Country <strong>of</strong> Origin 134 Standards 135 Use <strong>of</strong> Contract Documents and Information 146 Patent Rights 147 Security Deposit 148 Inspection and Tests 149 Packing 1510 Delivery and documents 1511 Insurance 1612 Transportation 1613 Incidental Services 1614 Spare Parts 1615 Warranty 1616 Payment 1717 Prices 1818 Change Orders 1819 Contract Amendments 1820 Assignment 1821 Subcontracts 1822 Delays in Supplier's Performance 1823 Liquidated Damages 1924 Termination for Default 1925 Force Majeure 1926 Termination for Insolvency 1927 Termination for Convenience 2028 Settlement <strong>of</strong> Disputes 2029 Limitation <strong>of</strong> Liability 2030 Governing Language 2131 Applicable Law 2132 Notices 2133 Taxes and Duties 2134 Operation and Maintenance 2135 Intimation <strong>of</strong> progress 22Page 12 <strong>of</strong> 45


GENERAL CONDITIONS OF CONTRACT1. DefinitionsIn this contract, the following terms shall be interpreted as indicated:(a)(b)(c)(d)(e)(f)(g)(h)(i)(j)(k)(l)(m)2. Application"The contract" means the agreement entered into between the Purchaser and theSupplier, as recorded in the contract form signed by the parties, including all theattachments and appendices thereto and all documents incorporated by referencetherein;."The contract period" means period from signing <strong>of</strong> agreement to the date <strong>of</strong>completion <strong>of</strong> operation & maintenance including refund <strong>of</strong> performance BG."Operation and Maintenance period" shall start from the date <strong>of</strong> handing over themachine for the work after complete erection, commissioning and successful trial. Thebidder should quote for O&M charges in price proposal keeping in view that machinesand equipments are under warranty for first two years."The Contract Price" means the price payable to the Supplier under the Contract forthe full and proper performance <strong>of</strong> its contractual obligations;"The Goods" means all the equipment, machinery, and/or other materials which theSupplier is required to supply to the Purchaser under the Contract;"Services" means services ancillary to the supply <strong>of</strong> the Goods, such as transportationand insurance, and any other incidental services, such as installation, commissioning,provision <strong>of</strong> technical assistance, training, operation & maintenance and otherobligations <strong>of</strong> the Supplier covered under the Contract;"GCC" mean the General Conditions <strong>of</strong> Contract contained in this section."The Purchaser" means the organization i.e. Commissioner, Jalandhar Division, Jalandharpurchasing the goods."The Supplier" means the individual or firm supplying the Goods and Services underthis Contract."The Project Site", where applicable, means the place or places named in SCC."Day" means calendar day.The ”Purchaser" is Commissioner, Jalandhar Division, Jalandhar, <strong>Punjab</strong>The "Supplier" means the firm/ bidder participating in the tender and/ or approved byCommissioner, Jalandhar Division, Jalandhar for the work..2.1 These General Conditions shall apply to the extent that they are not superseded specifically byprovisions in other parts <strong>of</strong> the Contract.3. Country <strong>of</strong> Origin3.1 For purposes <strong>of</strong> this Clause "origin" means the place where the Goods are manufactured and/or fabricated and/ or produced, or from which the Services are supplied.3.2 The origin <strong>of</strong> Goods and Services may distinct from the nationality <strong>of</strong> the Supplier.4. Standards4.1 The Goods supplied under this Contract shall conform to the standards mentioned in theTechnical Specifications, and, when no applicable standard is mentioned, to the authoritativeInternational standards.]Page 13 <strong>of</strong> 45


8.3 The inspections and tests may be conducted on the premises <strong>of</strong> the Supplier or itssubcontractors(s), at point <strong>of</strong> delivery. If conducted on the premises <strong>of</strong> the Supplier or itssubcontractor(s), all reasonable facilities and assistance, including access to drawings andproduction data - shall be furnished to the inspectors at no charge to the Purchaser. If thegoods are imported then the testing shall be done at supplier's works before being accepted.8.4 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser mayreject the goods and the Supplier shall either replace the rejected Goods or make alterationsnecessary to meet specification requirements free <strong>of</strong> cost to the Purchaser.8.5 The Purchaser's right to inspect, test and, where necessary, reject the Goods after the Goods'arrival at Project Site shall in no way be limited or waived by reason <strong>of</strong> the Goods havingpreviously been inspected, tested and passed by the Purchaser or its representative prior tothe Goods shipment.8.6 The contractor and also principal manufacturer (if both are different) will have to independentlycertify that the hydraulic platform is <strong>of</strong> new construction and conforming to the best standards <strong>of</strong>design and workmanship. The country <strong>of</strong> origin and year <strong>of</strong> manufacturer shall be certified in anaffidavit.9. Packing9.1 The Supplier shall provide such packing <strong>of</strong> the Goods as is required to prevent their damageor deterioration during transit to their final destination as indicated in the Contract. Thepacking shall be sufficient to withstand, without limitation, rough handling during transit andexposure to extreme temperatures, salt precipitation during transit and open storage. Packingcase size and weights shall take into consideration, where appropriate, the remoteness <strong>of</strong> theGoods' final destination and the absence <strong>of</strong> heavy handling facilities at all points in transit.9.2 The packing, marking and documentation within and outside the packages shall complystrictly with such special requirements as shall be provided for in the Contract includingadditional requirements, if any, and in any subsequent instructions ordered by the Purchaser.10. Delivery and Documents10.1 Delivery <strong>of</strong> the Goods shall be made by the Supplier as soon as possible but not later than theperiod mentioned in “Schedule <strong>of</strong> Requirement”. The date <strong>of</strong> delivery <strong>of</strong> goods to thepurchaser shall be the date on which the goods are supplied at the final destination i.e.Commissioner, Jalandhar Division, Jalandhar, <strong>Punjab</strong>.10.2 The date <strong>of</strong> delivery <strong>of</strong> the scheduled requirement shall be considered from the date <strong>of</strong> LoA.The contractor or manufacturer shall inform the purchaser for carrying out inspection inaccordance with the Clause 8 <strong>of</strong> the Scheduled Supplies once the units are fully readyas per the technical requirements laid down in the specification. The bidder shall inform theCommissioner, Jalandhar Division, Jalandhar about date <strong>of</strong> inspection at least 60 daysbefore the date <strong>of</strong> inspection. Any delay on purchaser's part to carry out inspection or informthe manufacturer to ship the goods without inspection shall not be considered as a delay onmanufacturer's side and shall not attract Late Delivery Charges.10.3 Details <strong>of</strong> Shipping and other Documents to be furnished by the Supplier. Upon shipment, thesupplier shall notify the Purchaser and the Insurance Company by telex or fax the full details<strong>of</strong> the shipment, including the Contract No, description <strong>of</strong> goods, quantity, the vessel, the bill<strong>of</strong> lading number and date, port <strong>of</strong> loading, date <strong>of</strong> shipment, port <strong>of</strong> discharge, etc. TheSupplier shall send the following documents to the Purchaser, with a copy to the InsuranceCompany:(i)(ii)(iii)(iv)(v)2 copies <strong>of</strong> the Supplier’s invoice showing the description <strong>of</strong> Goods, quantity, unitprice, and the total amount;Original and one copy <strong>of</strong> negotiable, clean, on-board bill <strong>of</strong> loading marked “freightprepaid” and two copies <strong>of</strong> non- negotiable bill <strong>of</strong> loading;Two copies <strong>of</strong> the packing list identifying contents <strong>of</strong> each package;Insurance certificate;Manufacturer’s or Supplier’s warranty certificate;Page 15 <strong>of</strong> 45


(vi)(vii)(viii)Inspection certificate, issued by the nominated inspection agency, and the Supplier’sfactory inspection report; andCertificate <strong>of</strong> origin.Year <strong>of</strong> manufacturerThe Purchaser shall receive the above documents at least one week before the arrival <strong>of</strong> theGoods at the port or place <strong>of</strong> arrival and, if not received, the Supplier will be responsible forany consequent expenses.11. Insurance11.1 The Goods supplied under the Contract shall be fully insured in Indian Rupees against loss ordamage incidental to manufacture or acquisition, transportation, storage and delivery.12. Transportation12.1 Where the Supplier is required under the Contract to transport the Goods to a specified place<strong>of</strong> destination within India defined as Project site i.e. <strong>of</strong>fice <strong>of</strong> the Commissioner, JalandharDivision, transport to such place <strong>of</strong> destination in India including insurance, as shall bespecified in the Contract, shall be arranged by the Supplier, and the related cost shall beincluded in the Contract Price.13. Incidental Services13.1 The supplier may be required to provide any or all <strong>of</strong> the following services:(a)(b)(c)(d)(e)(f)performance or supervision <strong>of</strong> the on-site assembly and /or start-up <strong>of</strong> the suppliedGoods;furnishing <strong>of</strong> tools required for assembly and/ or maintenance <strong>of</strong> the supplied Goods;furnishing <strong>of</strong> detailed operations and maintenance manual for each appropriate unit <strong>of</strong>supplied Goods;performance or supervision or maintenance and/or repair <strong>of</strong> the supplied Goods, for aperiod <strong>of</strong> time agreed by the parties, provided that this service shall not relieve theSupplier <strong>of</strong> any warranty obligations under this Contract; andOn-site training <strong>of</strong> the Purchaser's personnel in assembling, start-up, operation,maintenance and/or repair <strong>of</strong> the supplied Goods.A complete training package in CD format for internal retraining <strong>of</strong> the operatingpersonnel must be supplied for each product delivered.13.2 No charges shall be paid for incidental services.14. Spare Parts14.1 The Supplier may be required to provide any or all <strong>of</strong> the following materials, notifications, andinformation pertaining to spare parts manufactured or distributed by the Supplier or originalmanufacturer <strong>of</strong> the AHLP;(a)(b)(c)(d)such spare parts as the Purchaser may elect to purchase from the Supplier, providingthat this election shall not relieve the Supplier <strong>of</strong> any warranty obligations under theContract.The bidder shall provide the list <strong>of</strong> all spares parts required to keep the machine in fullworking condition along with the rates <strong>of</strong> the same. The rates shall be valid for entirecontract period.Supplier shall carry sufficient inventories to assure ex-stock supply <strong>of</strong> consumable aswell as other spares to keep the machine in full working condition round the clock.Preventive maintenance schedule has to be observed strictly so as to minimize thebrake down period.14.2 The bidder is required to furnish an affidavit on Rs. 100/- non judicial stamp duly verified byNotary public to confirm that the material and other accessories and spare parts will besupplied at least for ten year after the expiry <strong>of</strong> the warrantee/ guarantee given for the goods.15. Warranty15.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, <strong>of</strong> themost recent or current models and those they incorporate all recent improvements in designand materials unless provided otherwise in the Contract. The Supplier further warrants that allGoods supplied under this Contract shall have no defect arising from design, materials orPage 16 <strong>of</strong> 45


workmanship <strong>of</strong> from any act or omission <strong>of</strong> the Supplier that may develop under normal use<strong>of</strong> the supplied Goods in the conditions prevailing in the country <strong>of</strong> final destination.15.2 This warranty shall remain valid for 24 months after the Goods or any portion there<strong>of</strong> as thecase may be, have been delivered to and accepted after successful erection, trial andcommissioning at the final destination indicated in the Contract,15.3 The Purchaser shall promptly notify the Supplier in writing <strong>of</strong> any claims arising under thiswarranty.15.4 Upon receipt <strong>of</strong> such notice, the Supplier shall, within the specified period and with allreasonable speed, repair or replace the defective Goods or parts there<strong>of</strong>, without cost to thePurchaser other than, where applicable, the cost <strong>of</strong> inland delivery <strong>of</strong> the repaired or replacedGoods or parts from ex-works or ex-factory or ex-showroom to the final destination. In theevent <strong>of</strong> any correction <strong>of</strong> defects or replacement <strong>of</strong> defective material during the warrantyperiod, the warranty for the corrected/ replaced material shall be extended to a further period<strong>of</strong> 24 months.”15.5 If the Supplier, having been notified, fails to remedy the defect(s) within the specified period,the Purchaser may proceed to take such remedial action as may be necessary, at theSupplier's risk and expense and without prejudice to any other rights which the Purchasermay have against the Supplier under the Contract.15.6 The manufacturer shall provide a Warranty Bond for fulfillment <strong>of</strong> Warranty Obligations.15.7 The warranty period shall be 24 months from date <strong>of</strong> commissioning <strong>of</strong> AHLP. The Suppliershall, in addition, comply with the performance and/or consumption guarantees specifiedunder the contract. If for reasons attributable to the Supplier, these guarantees are notattained in whole or in part, the Supplier shall at its discretion either:(a)make such changes, modifications, and/or additions to the Goods or any part there<strong>of</strong>as may be necessary in order to attain the contractual guarantees specified in theContract at its own cost and expense and to carry out further performance tests.OR(b) pay liquidated damages to the Purchaser with respect to the failure to meet thecontractual guarantees. The rate <strong>of</strong> these liquidated damages shall be decided by theCommissioner, Jalandhar Division, Jalandhar, <strong>Punjab</strong>.15.8 Principal manufacturer shall be liable for all clauses <strong>of</strong> contract till the full contractperiod including supply, warranty period, operation & maintenance contract (if executed).The principal manufacturer or their authorized bidder (distributor/ dealer etc) breach thecontract then the action <strong>of</strong> black listing shall be taken against manufacturer also.16. Payment16.1 The Supplier's request(s) for payment shall be made to the Purchaser in writing, accompaniedby an invoice describing, as appropriate, the Goods delivered and the Services performed,and by documents submitted, and upon fulfillment <strong>of</strong> other obligations stipulated in thecontract.16.2 Payment Term: Stage payments will be made as under:a)Stage Completion <strong>of</strong> workIIIIIIfabrication <strong>of</strong> sub-frame, outriggers and booms, beforemounting on chassisassembly <strong>of</strong> complete unit on chassis includinghydraulic cylinders and pipeline and pilot operationcompletion <strong>of</strong> bodywork and operation <strong>of</strong> hydrauliccircuit <strong>of</strong> the fire-fighting platform with all safety features(without electronics/graphic display) & accessories suchas intercom, waterway, portable pump and breathingapparatusPage 17 <strong>of</strong> 45Payment dueas percentage<strong>of</strong> contractvalue20%30%20%


1VVFinal inspection including all accessories including loadtest, stability, operational timing & dimensional check bythe 3 rd partyAfter successful delivery, commissioning, trial and dulyregistration with RTO registration <strong>of</strong>fice, Jalandhar.25%5%Payment will be made in Indian Rupees only. No L/C will be opened by the purchaser. Incase <strong>of</strong> bid by a trader/agent/distributor, the stage payments made to the bidder will haveto be guaranteed by the principal manufacturer.b) The payment <strong>of</strong> operation and maintenance will be paid on the basis <strong>of</strong> invoice submittedby bidder after proper verification on quarterly mode.16.3 All payments shall be firm as quoted in bid and shall be made in Indian Currency only.16.4 Payment <strong>of</strong> Duties and Taxes:a. No payment shall be paid against Statutory Charges such as Port Charges, WarehouseCharges, Stamp Duty/import duty and/ or any other applicable charges whatsoever. The biddershall quote all such charges inclusive in the bid prices.17. Prices17.1 The prices quoted in the bid shall be firm and valid till the contract period is over.18. Change Orders18.1 The change/ modification suggested at the time <strong>of</strong> inspection/ erection/ commissioning/ trialhas to be carried out by the bidder for which no extra cost shall be paid.19. Contract Amendments19.1 Variation in or modification, if required <strong>of</strong> the terms <strong>of</strong> the Contract shall be accepted by thebidder on written assignment.20. Assignment20.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract,except with the Purchaser's prior written consent.21. Subcontracts21.1 The Supplier shall obtain prior written approval <strong>of</strong> the Purchaser for any subcontract to beawarded under this Contract. However, such approval shall not relieve the Supplier from anyliability or obligation under the Contract.21.2 Sub-contract shall be only for bought-out items and sub-assemblies.22. Delays in the Supplier's Performance22.1 Delivery <strong>of</strong> the Goods and performance <strong>of</strong> the Services shall be made by the Supplier inaccordance with the time schedule specified by the Purchaser in the Schedule <strong>of</strong>Requirements.22.2 If at any time during performance <strong>of</strong> the Contract, the Supplier or its sub-contractor(s) shouldencounter conditions impeding timely delivery <strong>of</strong> the goods and performance <strong>of</strong> Services, theSupplier shall promptly notify the Purchaser in writing <strong>of</strong> the fact <strong>of</strong> the delay, its likely durationand its cause(s). As soon as practicable after receipt <strong>of</strong> the Supplier's notice, the Purchasershall evaluate the situation and may, at its discretion, extend the Supplier's time forperformance with or without liquidated damages, in which case the extension shall be ratifiedby the parties by amendment <strong>of</strong> the Contract.22.3 Except as provided under GCC Clause 25, a delay by the Supplier in the performance <strong>of</strong> itsdelivery obligations shall render the Supplier liable to the imposition <strong>of</strong> liquidated damagespursuant to GCC Clause 23, unless an extension <strong>of</strong> time is agreed upon pursuant to GCCClause 22.2 without the application <strong>of</strong> liquidated damages.Page 18 <strong>of</strong> 45


23. Liquidated Damages23.1 If the Supplier fails to deliver any or all <strong>of</strong> the Goods or to perform the Services within theperiod(s) specified in the Contract, the Purchaser shall, without prejudice to its other remediesunder the Contract, deduct from the Contract Price, as liquidated damages as decided by theCommissioner, Jalandhar Division, Jalandhar, <strong>Punjab</strong>.24. Termination for Default24.1 The Purchaser may, without prejudice to any other remedy for breach <strong>of</strong> contract, by writtennotice <strong>of</strong> default sent to the Supplier, terminate the Contract in whole or part:(a)(b)(c)if the Supplier fails to deliver any or all <strong>of</strong> the Goods within the period(s) specified inthe Contract, or within any extension there<strong>of</strong> granted by the Purchaser pursuant toGCC Clause 22; orif the Supplier fails to perform any other obligation(s) under the Contract.If the Supplier, in the judgement <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 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> a public <strong>of</strong>ficial in the procurement process or incontract execution."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 Borrower,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 theBorrower <strong>of</strong> the benefits <strong>of</strong> free and open competition.24.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCCClause 24.1, the Purchaser may procure, upon such terms and in such manner as it deemsappropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable tothe Purchaser for any excess costs for such similar Goods or Services. However, the Suppliershall continue the performance <strong>of</strong> the Contract to the extent not terminated.25. Force Majeure25.1 Notwithstanding the provisions <strong>of</strong> GCC Clauses 22, 23, 24, the Supplier shall not be liable forforfeiture <strong>of</strong> its performance security, liquidated damages or termination for default, if and tothe extent that, its delay in performance or other failure to perform its obligations under theContract is the result <strong>of</strong> an event <strong>of</strong> Force Majeure.25.2 For purposes <strong>of</strong> this Clause, "Force Majeure" means an event beyond the control <strong>of</strong> theSupplier and not involving the Supplier's fault or negligence and not foreseeable. Such eventsmay include, but are not limited to, acts <strong>of</strong> the Purchaser either in its sovereign or contractualcapacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freightembargoes.25.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing<strong>of</strong> such conditions and the cause there<strong>of</strong>. Unless otherwise directed by the Purchaser inwriting, the Supplier shall continue to perform its obligations under the Contract as far as isreasonably practical, and shall seek all reasonable alternative means for performance notprevented by the Force Majeure event.26. Termination for Insolvency26.1 The Purchaser may at any time terminate the Contract by giving written notice to the Supplier,if the supplier becomes bankrupt or otherwise insolvent. In this event, termination will bewithout compensation to the Supplier, provided that such termination will not prejudice oraffect any right <strong>of</strong> action or remedy which has accrued or will accrue thereafter to thePurchaser.Page 19 <strong>of</strong> 45


27. Termination for Convenience27.1 The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole orin part, at any time for its convenience. The notice <strong>of</strong> termination shall specify that terminationis for the Purchaser’s convenience, the extent to which performance <strong>of</strong> the Supplier under theContract is terminated and the date upon which such termination becomes effective.27.2 The Goods that are complete and ready for shipment on the day <strong>of</strong> Supplier’s receipt <strong>of</strong> notice<strong>of</strong> termination shall be accepted by the Purchaser at the Contract terms and prices. For theremaining Goods, the Purchaser may elect:(a) To have any portion completed and delivered at the Contract terms and prices; and / or(b) To cancel the remainder and pay to the Supplier and agreed amount for partiallycompleted Goods and for materials and parts previously procured by the Supplier.28. Settlement <strong>of</strong> Disputes28.1 The Purchaser and the supplier shall make every effort to resolve amicably by direct informalnegotiation any disagreement or dispute arising between them under or in connection with theContract.28.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by suchmutual consultation, then either the Purchase or the Supplier may give notice to the otherparty <strong>of</strong> its intention to commence arbitration, as hereinafter provided, as to the matter indispute, and no arbitration in respect <strong>of</strong> this matter may be commenced unless such notice isgiven.28.2.1 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 buyarbitration. Arbitration may be commenced prior to or after delivery <strong>of</strong> the Goodsunder the Contract.28.2.2 Arbitration proceedings shall be conducted in accordance with the rules <strong>of</strong> procedurespecified.28.1 Notwithstanding any reference to arbitration herein the parties shall continue to perform theirrespective obligations under the Contract unless they otherwise agree. and28.3 The dispute resolution mechanism to be applied pursuant to GCC Clause 28.2.2 shall be asfollows:(a)(b)(c)29. Limitation <strong>of</strong> LiabilityIn case <strong>of</strong> Dispute or difference arising between the Purchaser and supplier relating toany matter arising out <strong>of</strong> or connected with this agreement, such disputes ordifference shall be settled in accordance with the Arbitration and Conciliation Act,1996. The arbitral tribunal shall consist <strong>of</strong> 3 arbitrators one each to be appointed bythe Purchaser and the Supplier. The third Arbitrator shall be appointed by <strong>Department</strong> <strong>of</strong><strong>Revenue</strong>, Rehabilitation and Disaster Management, <strong>Government</strong> <strong>of</strong> <strong>Punjab</strong> who shallact as presiding arbitratorArbitration proceedings shall be held at Jalandhar, <strong>Punjab</strong>, India, and the language <strong>of</strong>the arbitration proceedings and that <strong>of</strong> all documents and communications betweenthe parties may be English/ Hindi/<strong>Punjab</strong>i as mutually agreed.The decision <strong>of</strong> the majority <strong>of</strong> arbitrators shall be final and binding upon both parties.The cost and expenses <strong>of</strong> Arbitration proceedings will be paid as determined by thearbitral tribunal. However, the expenses incurred by each party in connection with thepreparation, presentation, etc. <strong>of</strong> its proceedings as also the fees and expenses paidto the arbitrator appointed by such party or on its behalf shall be borne by each partyitself.Except in cases <strong>of</strong> criminal negligence or willful misconduct, and in the case <strong>of</strong> infringementpursuant to Clause 6,Page 20 <strong>of</strong> 45


(a)the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise,for any indirect or consequential loss or damage, loss <strong>of</strong> use, loss <strong>of</strong> production, orloss <strong>of</strong> pr<strong>of</strong>its, or interest costs, provided that this exclusion shall not apply to anyobligation <strong>of</strong> the Supplier to pay liquidated damages to the Purchaser; and(b) the aggregate liability <strong>of</strong> the Supplier to the Purchaser, whether under the Contract, intort, or otherwise, shall not exceed the total Contract Price, provided that this limitationshall not apply to the cost repairing or replacing defective equipment.30. Governing Language30.1 The contract shall be written in English language. English language version <strong>of</strong> the Contractshall govern its interpretation. All correspondence and other documents pertaining to theContract which are exchanged by the parties shall be written in the same language.31. Applicable Law31.1 The Contract shall be interpreted in accordance with the laws <strong>of</strong> the Union <strong>of</strong> India.31.2 In case <strong>of</strong> any civil disputes the civil courts <strong>of</strong> Jalandhar shall be the jurisdiction only..32. Notices32.1 Any notice given by one party to the other pursuant to this Contract shall be sent to other partyin writing or by cable, telex, facsimile or e-mail and confirmed in writing to the other Party’saddress.32.2 A notice shall be effective when delivered to the concerned.32.3 For the purpose <strong>of</strong> all notices, the following shall be the address <strong>of</strong> the Purchaser andSupplier.Purchaser:Supplier:33. Taxes and DutiesCommissionerJalandhar Division, Jalandhar<strong>Punjab</strong>(To be filled in at the time Contract signature)33.1 Suppliers shall be entirely responsible for all taxes, duties, license fees, road permits,Customs duties/Import duties, Transportation and Insurance etc.(Including all Charges),incurred until delivery <strong>of</strong> the contracted Goods to the Purchaser.34. Operation & Maintenance34.1 If decided by Commissioner, Jalandhar Division, Jalandhar, after erection, commissioningand the successful trial <strong>of</strong> the AHLP, the bidder has to make the arrangements for roundthe clock operation <strong>of</strong> AHLP (minimum two operators at a time along with otherrequired staff) during warranty period whereas the arrangements for operation andmaintenance has to be made for next 3 years after warranty period. The bidder has tomanage all sorts <strong>of</strong> spares and repair job works. The details <strong>of</strong> personnel proposed to beemployed and qualifications, experience and other details need to be supplied before handto the purchaser.34.2 The genuine spares and POL shall be arranged by the bidder on the basis <strong>of</strong> ARC and thecost <strong>of</strong> same shall be reimbursed by Commissioner, Jalandhar Division, Jalandhar onproducing <strong>of</strong> proper document duly verified by <strong>of</strong>ficer in charge.34.3 The genuine spares shall be arranged by the manufacturer for which an Annual Rate Contract(ARC) has to be executed by manufacturer with Commissioner, Jalandhar Division,Jalandhar. The rates <strong>of</strong> spares need to be enclosed with price bid.34.4 The bidder has to maintain a sufficient inventory <strong>of</strong> spares, POL etc in order to keep themachine operational round the clock.34.5 Special and general tools, jigs, jacks, equipments required for operation and maintenance hasto be kept by the bidder at his own cost with out affecting the period <strong>of</strong> operation. Themachine is to be checked regularly as per maintenance norms and the record <strong>of</strong> the sameneed to be maintained by the supplier and submitted to the purchaser.Page 21 <strong>of</strong> 45


34.6 As this machine shall be used for fire fighting and rescue purpose in case <strong>of</strong> emergency so itshould be kept in working condition round the clock.34.7 The staff will work as per the instruction <strong>of</strong> Commissioner, Jalandhar Division, Jalandhar<strong>of</strong>ficials. The decision <strong>of</strong> Commissioner, Jalandhar Division, Jalandhar regarding noncompliance <strong>of</strong> instruction shall be final. The bidder will bear the financial & legalconsequences.34.8 A separate agreement shall be executed for operation and maintenance on the basis <strong>of</strong>negotiation on the suggested terms submitted by the bidder with the bid. The terms shall befinalized by the Commissioner, Jalandhar Division, Jalandhar and bidder is bound to comply thesame.35. Intimation <strong>of</strong> progressSupplier shall regularly intimate progress <strong>of</strong> supply, in writing, to the Purchaser as under :· Quantity <strong>of</strong>fered for inspection and date;· Quantity accepted/ rejected by inspecting agency and date;· Quantity dispatched/ delivered to consignees and date;· Quantity where incidental services have been satisfactory completed with date;· Quantity where rectification/ repair/ replacement effected/ completed on receipt <strong>of</strong> anycommunication from consignee/ Purchaser with date;· Date <strong>of</strong> completion <strong>of</strong> entire Contract including incidental services, if any; and· Date <strong>of</strong> receipt <strong>of</strong> entire payments under the Contract(in case <strong>of</strong> stage-wise inspection, details required may also be specified).________________________(Signature <strong>of</strong> Bidder with Stamp)CommissionerJalandhar Division, JalandharPage 22 <strong>of</strong> 45


SECTION – IVSCHEDULE OF REQUIREMENTSedule Brief Description Quantity/ UnitDelivery Schedule/Work periodEMDSecurity Deposule - 1Hydraulic Platform 54.0 metersheight both with and without -Optional: 10 d) 3KL water tank01Maximum 10 monthsfrom the date <strong>of</strong>issuance <strong>of</strong> Letter <strong>of</strong>AcceptanceRs. 12,00,000Security depositequivalent to 5 % ocost <strong>of</strong> AHLPule-2AOperation <strong>of</strong> above AHPLduring warranty periodJob per monthTwo years from thedate <strong>of</strong> commissioning-5 % <strong>of</strong> the total cosworkule-2BOperation <strong>of</strong> above AHPLafter warranty period for nextthree yearsJob per monthThree years from end<strong>of</strong> warranty period-5 % <strong>of</strong> the total cosworkdule–2CMaintenance <strong>of</strong> above AHPLafter warranty period for nextthree yearsJob per monthThree years from end<strong>of</strong> warranty period-5 % <strong>of</strong> the total cosworkPage 23 <strong>of</strong> 45


SECTION –VTECHNICAL SPECIFICATIONS OF AERIAL HYDRAULIC LADDER PLATFORM54 MTS. HEIGHTSCOPEThis specification covers an aerial ladder platform unit with working height 54 mts..{Bidder shall furnish line by line compliance to specifications, supported with drawings/data/write-up, listingdeviations clearly}1. GeneralThe Hydraulic Platform shall be designed specifically for fire fighting and rescue to suit the specifiedoperating conditions. It shall comprise <strong>of</strong> one main boom with telescopic sections and an articulated boomwith a cage mounted at the end to go up over and down the other side <strong>of</strong> obstruction. The entire unit ismounted on a turntable on a chassis. In stowed position, the cage shall rest on the vehicle deck.The Hydraulic Platform shall be capable <strong>of</strong> operation at any angle <strong>of</strong> elevation and reach without anyreduction <strong>of</strong> load capacity in the cage. It should be able to rotate 360 degree and beyond, unlimited andcontinuous at any angle <strong>of</strong> elevation as well as below ground level subject to boom remaining clear <strong>of</strong> vehiclebody. The height <strong>of</strong> the cage floor when fully elevated should not be less than 50.0 m from the ground. Thehorizontal outreach (slew centre to cage far end) <strong>of</strong> the cage at full rated load shall not be less than 20.5 m.The booms and cage shall be hydraulically operated and shall permit precise and easy operations under themost difficult conditions with about 25 HP or more <strong>of</strong> reserve power. Full safety interlocks shall beincorporated in the design so as to ensure complete safety in operation.The Hydraulic Platform shall be equipped with accessories and features described hereinafter to make itsuitable for fire fighting and rescue.The vehicle shall be equipped with all the accessories required for registration <strong>of</strong> the vehicle with DistrictTransport Authority and the vehicle shall conform to Motor Vehicle Act and Motor Vehicle Rules.It is not the intended to specify herein all the details <strong>of</strong> design and construction <strong>of</strong> the equipment completely.However, the equipment shall conform in all respects to high standards <strong>of</strong> workmanship and shall be capable<strong>of</strong> continuous operation. The equipment shall be complete with all components necessary for effectivetrouble free operation. Such components shall be deemed to be within the scope <strong>of</strong> supply, irrespective <strong>of</strong>whether these are specifically brought out in this specification or not.2. Design parameters and conditions:a) Operating conditions at maximum outreach with full working load: Temperature –7°C to +60°C, RelativeHumidity up to 95%, Wind Speed 14m/secb) Safe working load in the cage: 500 kg minimum with dry monitorc) Safe working load with monitor in the cage delivering up to 3000 lpm: 300 kgd) Loading capacity <strong>of</strong> lifting-eye under the cage: 500kg (with empty cage)e) Max. height to working cage floor from ground level: 52.0 m (or higher but not lower)f) Maximum working height ( S.No. ‘e’ above + 2m): 54.0mg) Max. working outreach with 500 kg load in the cage (from centre <strong>of</strong> turn table to far end <strong>of</strong> cage): 20.5m(or more but not less)h) Working cage floor depth below ground level with 500kg safe working load: 3.6m minimumi) Rotation continuous & unlimited in both directions: 360°+j) Maximum width with out riggers extended within 7.5 mk) Shall be tested for stability with 750 kg in cage at full reach.Page 24 <strong>of</strong> 45


l) Speed <strong>of</strong> operations:a. Max. Working height from resting and max. height to resting: 180sec maxb. Turning through complete circle: 120sec maxc. Time to extend Outriggers on both sides: 30 sec maxm) In Transport positiona. Height: 4.0 m max.b. Length: 13.0 m max.c. Width: 2.5m max.The stability <strong>of</strong> the vehicle (in travelling position) when fully equipped and loaded (excluding crew member),with hydraulic platform resting on the resting stand and without extending the Stability jacks, shall be suchthat it shall remain stable and shall not overturn even if the surface on which the vehicle moves has gradientequal to an angle <strong>of</strong> 20 degree on either side from the horizontal. A certificate to the effect shall be furnishedby the manufacturer at the time <strong>of</strong> supply, substantiated with calculations.3. Chassis:The chassis shall be ARAI certified, <strong>of</strong> 4-axle, 31T GVW (8x2 or 8x4) configuration <strong>of</strong> BS3 compliance andengine horsepower as specified. It shall be Right Hand Drive fitted with power steering. External PTO fordriving hydraulic pump shall be provided. The distance between back <strong>of</strong> driver’s cabin and end <strong>of</strong> chassisframe shall be at least 7000 mm. Chassis may be <strong>of</strong> Eicher/TATA/Ashok Leyland/ MAN/ AMW/Volvo/Daimler/TATRA or equivalent make.4. Construction:The appliance shall be <strong>of</strong> robust construction. Materials used in construction shall be carefully selected fordurability. Ferrous metal parts shall be treated for anti-corrosion by rust inhibition chemical treatment.a) Main Frame: The main frame shall be a fully welded steel structure. It shall be fixed at the chassis framewith bolts and springs so as to allow performance and durability <strong>of</strong> the chassis, avoiding stress concentrationin the chassis beams.Hydraulic oil-tank shall be suitably mounted for good protection and transfer <strong>of</strong> heat. The tank shall be fittedwith oil-level gauge at easy accessible position, suction connection with closing valves for easy maintenanceand draining outlet with closing valves. At each end <strong>of</strong> the main-frame, there shall be integral housing foroutriggers.b) Stabilizing System: The standard stabilizing system shall comprise <strong>of</strong> four hydraulically operatedoutriggers in ‘H’ configuration, out and down. Complete controls shall be situated in the dust and waterresistantenclosures at the rear <strong>of</strong> the vehicle, making all the outriggers visible to the operator. Individualcontrols shall be given for moving <strong>of</strong> each outrigger, for adjusting the vehicle on an uneven surface by means<strong>of</strong> a level indicator.Each outrigger shall have two separate hydraulic cylinders, the first <strong>of</strong> which shall push the horizontaloutrigger beam out and the second shall push the vertical jack down. The vertical jack shall be provided withself-aligning ground contact footplate (by means <strong>of</strong> movable joint) capable <strong>of</strong> lifting the unit completely <strong>of</strong>f theground, level the machine and keep it in its position even under continuous load conditions. Each jackingcylinder should be attached to a lock valve that prevents creeping in case <strong>of</strong> pressure failure.The outrigger control should include two systems: manual and automatic. When in automatic control mode,one button controls to automatically stabilize vehicle in safe working condition (i.e., levelling function isautomatic). When in manual control mode, the vertical jacks and outriggers can be controlled, one by one,independently or simultaneously.The jacks shall be correctly in position and vehicle leveled before the booms are allowed to operate. Thejacking system shall be isolated when the booms are elevated with a suitable-inter-locking system to preventretracting till the booms are stowed.Page 25 <strong>of</strong> 45


Each vertical jacking cylinder should be equipped with a grill protected red blinking light, which isautomatically switched on when the PTO control in the truck cab is engaged.The lockable outrigger control box should be located at the rear <strong>of</strong> the chassis. In addition, a hand pump foremergency retraction <strong>of</strong> the boom and outriggers shall be provided. The control box should include a spiritlevelling gauge, a green indicator light ‘platform system on’, a pushbutton control for the activation <strong>of</strong> thestand-by electro-hydraulic pump and the emergency engine.The penetration <strong>of</strong> the outriggers should be sufficient and such that it should be possible to level the vehicleon inclination <strong>of</strong> 7 degrees (fore and aft)The system shall also allow the booms to be elevated and slewed on one side when the unit is jacked on oneside only; i.e. jacks on one side fully extended and jacks on the other side flushed with vehicle. The systemshall be such that it shall operate only on the side <strong>of</strong> the unit with full jack spread and full movement shall beallowed on that side only to ensure stability.A visual indication shall be installed at the outrigger control panel, showing the operator the outriggerdeployment. This system is to include normal jacking and one sided jacking.In order to confirm the transport stowage <strong>of</strong> the outriggers from the cab before departure, an indicator lightshould be provided on the cab dashboard, which indicates to the driver that the outriggers have beenretracted and are in the transport position.The stabilizing system control panel shall have following additional control devices:i) Control lever for horizontal/vertical movement <strong>of</strong> outriggersii)iii)iv)Main current switch with indicator lampOperating Hour MeterVisual levelling sensors for longitudinal land transversal levellingv) Switch for the battery driven backup hydraulic system (for stowage)vi)Battery driven back up hydraulic system (for stowage)The enclosure containing outriggers controls shall be fitted with automatically operating driven switch andlight for night operation.c) Turn Table: The turn-table shall be <strong>of</strong> rugged construction and be mounted on chassis to distribute theproper load. Welded steel plate turn-table shall be fastened to the main frame by means <strong>of</strong> slewing ring orfabricated slewing bearing assembly. The swivel in the line <strong>of</strong> hydraulic oil and electrical wiring shall beinside the turn-table and shall enable unlimited rotation <strong>of</strong> the turn-table and the booms in both directionsenabling working on all sides <strong>of</strong> the vehicle. The movement shall be controlled by reduction gear assemblywith brake, driven by hydraulic motor. The gear unit shall be suitably fastened to the turntable for easymaneuverability and unrestricted movement in both directions.d) Booms: Of the two booms, the main boom shall have telescopic extensions to make the unit compactfor storage and transportation. The extension <strong>of</strong> main boom shall be through a hydraulic cylinder attached tochains/wire ropes, which are in turn linked to the extension booms for quick extension and retraction <strong>of</strong> theboom extensions. The movement angle <strong>of</strong> the main boom shall be at least +80 degree to 0 degree fromhorizontal. The second articulated boom shall be about 5m length and shall fold/unfold giving a totalmovement angle with reference to the main boom <strong>of</strong> about 175°or more. The arrangement shall allowsecond boom with cage to be pivoted back under/by the side <strong>of</strong> the first-boom which in turn shall be pivotedto a horizontal position along the length <strong>of</strong> the vehicle.The Boom shall be a box-type section and made <strong>of</strong> corrosion resistant high strength steel grade ST55 orsuperior. The boom sections shall be internally and externally chemically treated against corrosion. Theservice points on chain-wheels/wire rope pulleys and adjusting devices for the extending chain/wire ropeshall be easily accessible and provided with necessary safety covers. All the piping and wiring shall beprovided with adequate protection against heat and mechanical damage.Page 26 <strong>of</strong> 45


e) Escape ladder: Telescopic rescue ladder system shall be attached on the side <strong>of</strong> the booms. It shouldbe 490mm in width, 250mm in railing height. The distance between each rung should be 280mm minimum.The railing height shall be 250mm.The design shall be such that it shall form a direct continuous rescue waywith no cross over platform or similar obstacle. The ladder shall be attached on to boom structure at severalpoints throughout its length resulting in extreme stability even when operated in windy conditions. Extensionmovements <strong>of</strong> the ladder shall be automatically synchronized with the telescopic movement <strong>of</strong> the first boomand shall not require self control device. There shall be a step at the turn table to provide a safe access fromthe ladder down to the decking, so as to provide continuous way from the maximum height down to theground for high capacity rescue operations.Lubrication: The components <strong>of</strong> the hydraulic platform shall be provided with an efficient means <strong>of</strong>lubrication. Also, a simple means for checking the oil level shall be provided.Means for draining the oil shall be provided by a single plug, which shall be easily accessible and positionedso as to drain the reservoir completely.5. Hydraulic systems and controls:Hydraulic cylinders shall be fitted with lock valves so as to prevent booms working cage from lowering or theoutriggers from retracting in case <strong>of</strong> pipe or hose failure.The cylinders shall be provided with automatic dampers in the articulated boom to prevent the pressureshocks and dampen the movement when a mechanical stop is reached. Additionally the movement speed <strong>of</strong>the first-boom for lowering an extension shall be automatically reduced at maximum outreach. The first-boomlifting speed shall be automatically reduced before the maximum height.All the movements shall be automatically limited in their extreme position to prevent the working cage frommoving outside the permissible working range. An emergency stop switch on both control panels shall switch<strong>of</strong>f the hydraulic pressure <strong>of</strong> all movements and stop the vehicle engine. The unit shall be equipped withBleed Down System and Emergency Hydraulic Back-up Systems.Hydraulic pumps which shall be driven by vehicle power take <strong>of</strong>f. The pump shall operate on minimum flowand minimum pressure when hydraulic platform is not in operation. When one <strong>of</strong> the booms or slewmovements is operated, the control valve shall automatically increase the pressure to a preset level and oilflow to the extent needed for the movement activated. The system shall be such as to avoid the loss <strong>of</strong>power in the hydraulic system due to overheating <strong>of</strong> hydraulic oil and minimum stresses shall be caused tovehicle transmission and PTO, keeping fuel consumption and exhaust emissions to the minimum.The hydraulic system control shall be suitably located at cage and turn-table. They shall be simple and safe.By operating several movements simultaneously the oil flow shall increase automatically according to theneed <strong>of</strong> the system, making all movements speed independent <strong>of</strong> each other. There shall be constantpressure system with maximum pressure setting which shall prevent overloading <strong>of</strong> the system and itscomponents. Hydraulic oil reservoir <strong>of</strong> suitable capacity shall also be provided.Inside the turn-table and at the lower valve compartment, there shall be instant couplings <strong>of</strong> the manometerin each pressure line. The manometer shall be fitted as standard equipment.The filtration <strong>of</strong> the oil shall, consist <strong>of</strong> suction strainer in the suction line pressure. In each pressure circuit,return filter in return line and air filter on the reservoir shall be provided to maximize reliability by protectingthe hydraulic system against foreign particles. The hydraulic cylinder shall be double acting with hard chromeplated piston rod.All booms and rotational movements shall be controlled electro-hydraulically. The control functions shall notbe sensitive to changes in ambient or oil temperatures, thus providing safe and very accurate movementseven in most severe operating conditions (i.e. –7°C to +60°C).The lever controls for boom and slew functions shall be joystick type proportional controls, ergonomicallypositioned in weather pro<strong>of</strong> and water resistant control box. Easy interpretable symbols identifying thefunction <strong>of</strong> each control lever/button, in English Language or without language barrier shall be displayed onpanel.Page 27 <strong>of</strong> 45


The main platform control levers should allow for a progressive control at infinite variable speed from creepto maximum and proportional to the lever position. All main controls should be capable <strong>of</strong> being operatedwith single motion or simultaneously. The system should be equipped with an automatic speed ramp toprovide damping to sudden start or stop controls for relatively jerk-free operation, providing automatically foran adjustable, progressive acceleration or deceleration <strong>of</strong> the main platform movements. Other controls areto be controlled by an additional control lever or switch control. All controls should be <strong>of</strong> ‘Deadman’ type andreturn automatically to neutral position, stopping the motion, if the control is abandoned. Deadman switch,either integrated in the joystick or through a foot pedal, which needs to be pressed before actuating anyplatform function shall be provided at cage control station.Two permanently fixed oil pressure gauges shall be provided between each <strong>of</strong> the two hydraulic pumps andturntable control valve, located at a convenient location at turntable control station.Four pressure tap points will be provided at each <strong>of</strong> the four outrigger circuits, between pump/s and outriggercontrol valves, which can be tested with a portable oil pressure gauge attached to 1m long hydraulic hose.Back Up Hydraulic Systems(for stowage purpose): There shall be separate internal combustion enginedriven hydraulic pump which shall provide a complete independent means <strong>of</strong> power in case <strong>of</strong> failure <strong>of</strong> themain engine to stow the hydraulic platform.In addition, a 24volt/12volt (chassis dependent) DC battery driven standby pump as backup system shall beincorporated to allow all the booms and outriggers movements to be operated for housing purpose, in theevent <strong>of</strong> failure <strong>of</strong> all other systems. All back up systems shall be capable <strong>of</strong> starting from both the controlpanels.6. CageWorking cage shall be made <strong>of</strong> light metal construction with outer dimensions approx. 0.9m wide, 2.0m longand 1.1m high provided with two inward opening doors. The safe working load shall not be less than 500kgwhen no water is discharged from the monitor and not less than 300kg with monitor delivering up to 3000litres per minute. Inside foldable railing on top <strong>of</strong> the cage shall be provided to give an overall height <strong>of</strong> cageas 1.5m, which shall remain in position unless folded.The control panel shall be fitted in such a way that the booms are clearly visible to the operator and that allthree main working sides <strong>of</strong> the cage shall be left free for working. The working cage levelling system shallcomprise <strong>of</strong> an automatic hydraulic levelling device while carrying the safe working load.There shall be provision for working cage slewing to enable the cage to be placed exactly according toworking object and the cage shall independently rotate 45° in either direction around it vertical axis. A dropdown platform/stretcher carrier <strong>of</strong> suitable size in the front <strong>of</strong> the cage shall be fitted having a load carryingcapacity <strong>of</strong> 180 KG. The corners <strong>of</strong> the platform shall be rounded to provide easy and safe access directlyfrom the building into the cage. Controls for the operations <strong>of</strong> the booms, communication systems, lightingetc. shall be suitably installed in the cage. The control levers in the cage shall give precise and immediatecontrol over all booms and rotational movements. Operating speeds are infinitely variable and severalmovements shall be engaged simultaneously without decreasing operating speeds. The entire cage shall becovered with non-slip Aluminum plates with drainage holes.The cage should be level in all operating positions through a hydraulic cum mechanical (or electronic)system. In case <strong>of</strong> any malfunction <strong>of</strong> the cage levelling system, it should be possible to hydraulically correctthe cage level through a control lever provided in the cage.7. Computer controlled intelligence (CAN BUS) SystemAll the main systems in the platform shall be controlled by CAN BUS System which will provide intelligence tooperate safely and to minimize human error. Following processes shall at least be controlled by CAN BUS.a) Auto-levelling <strong>of</strong> vehicle through single push buttonb) Allows outriggers fully left only with right outriggers activated, flushed with vehicle and slew restricted toleft side <strong>of</strong> vehicle onlyPage 28 <strong>of</strong> 45


c) Allows outriggers fully right only with left outriggers activated, flushed with vehicle and slew restricted toright side <strong>of</strong> vehicle onlyd) All outriggers extended fully on both sides with full platform functionse) Interlock to prevent boom operation, unless outriggers are deployed and vehicle leveledf) Display indicating chassis level position at outrigger stationg) Outreach management as per manufacturer’s design controlled automatically by computerh) Display <strong>of</strong> height/remaining height, reach/remaining reach, wind speed, cage load, on graphic panel aswell as at turret/base control stationi) Cage collision guard with automatic cut <strong>of</strong>f and possibility to over-ride the cut-<strong>of</strong>f as decided by operatorin cagej) Interlock to prevent outrigger movement unless platform is stowedk) Display <strong>of</strong> cage loadl) Automatic cage overload warning and stop beyond a certain amount <strong>of</strong> overload permitted as permanufacturer’s designm) Diagnostic tool, to locate which sensor or line/circuit has failed/malfunctionedn) Indication in drivers cabin for PTO, locker open, outrigger stowed position so that driver knows that it issafe to drive after completion <strong>of</strong> all operationso) Any other function/s the bidder wishes to explain as per their design (the above are indicative functions)Hydraulic/Mechanical/Electric Safety Features:The following hydraulic/mechanical/electric safety features shall be provided in addition to the CAN BUScontrol, hydraulic as well as electronic –a) To prevent the booms, cage, outriggers from retracting in case <strong>of</strong> any hose or pipe failure. All loadbearing hydraulic cylinder shall have lock valves.b) The booms shall be prevented from lifting from travelling position until the outriggers have beenextended.c) Retracting <strong>of</strong> any <strong>of</strong> outriggers shall be automatically prevented once booms are lifted from theirtravelling position.d) Movements <strong>of</strong> all booms shall be limited to their extreme so that the operator cannot attain an unsafeconfiguration.e) Slow down devices shall be fitted to provide smooth deceleration.f) Audio and visual warning in case <strong>of</strong> safe working load being exceeded.g) System for preventing lowering <strong>of</strong> first boom and rotational movement when the boom is near the driver’scab.h) Collision guard for cage.i) Emergency stop switch on both control panels for freezing all systems.j) Bleed down system shall be provided near the boom cylinders for lowering booms and working cage, incase <strong>of</strong> failure <strong>of</strong> hydraulic system. Also provision for manual rotation shall be provided.k) Deadman switch in cage.In case <strong>of</strong> failure or malfunction <strong>of</strong> the on board computer, which controls all functions as well as takes care<strong>of</strong> the safety <strong>of</strong> the fire platform, it should be possible to completely over-ride the electronic CAN BUS systemand operate the fire platform with modified reach parameters, with alternative mechanical/ hydraulic/electricsafety at full load. This will be achieved by restricting the extension <strong>of</strong> telescopic booms so as not to exceedthe reach beyond the design value <strong>of</strong> 20.5m till main boom is lifted to a pre-designated angle permittingfurther extension.Page 29 <strong>of</strong> 45


FIRE FIGHTING PLATFORM SAFETY SYSTEMWITH COMPUTER AIDED CAN BUSa) Auto-levelling <strong>of</strong> vehicle through single pushbuttonb) Allows outriggers fully left only with rightoutriggers activated, flushed with vehicle and slewrestricted to left side <strong>of</strong> vehicle onlyc) Allows outriggers fully right only with leftoutriggers activated, flushed with vehicle and slewrestricted to right side <strong>of</strong> vehicle onlyd) All outriggers extended fully on both sides withfull platform functionse) Interlock to prevent boom operation, unlessoutriggers are deployed and vehicle leveledf) Display indicating chassis level positiong) Outreach management as per design controlledautomatically by on-board computerIN CAN BUS BYPASS MODE/WITHOUT CAN BUSa) Independent outrigger controls and spirit levelindicator to check vehicle levelb) Allows outriggers fully left only with right outriggersactivated, flushed with vehicle and slew restricted toleft side <strong>of</strong> vehicle onlyc) Not recommended, as operator will have to exercisedue care not to slew the hydraulic platform on left sided) All outriggers extended fully on both sides with fullplatform functionse) Interlock to prevent boom operation, unlessoutriggers are deployedf) Spirit level indicators provided to check the vehiclelevelg) Outreach management as per design controlledautomatically by a combination <strong>of</strong> electrical,mechanical and hydraulic safety systems.h) Dynamic display <strong>of</strong> height/remaining height,reach/remaining reach, wind speed, cage load, ongraphic panel as well as at turret/base controlstationsi) Cage collision guard through ultrasonic sensorswith automatic cut <strong>of</strong>f and possibility to over-ridethe cut-<strong>of</strong>f as decided by operator in cagej) Interlock to prevent outrigger movement unlessplatform is stowedk) Display <strong>of</strong> cage loadl) Automatic cage overload warning and stopbeyond a certain amount <strong>of</strong> overload permitted asper designm) Diagnostic tool, to locate which sensor orline/circuit has failed/malfunctionedn) Indication in drivers cabin for PTO, locker open,outrigger stowed position so that driver knows thatit is safe to drive after completion <strong>of</strong> all operationso) Gradual acceleration (start) and deceleration(stop) <strong>of</strong> platform boom functions for smootheroperationh) No dynamic graphic display; however cage loaddisplay is availablei) Cage collision guard not availablej) Interlock to prevent outrigger movement unlessplatform is stowedk) Display <strong>of</strong> cage loadl) Automatic cage overload warningm) Not applicablen) Indication in drivers cabin for PTO, locker open,outrigger stowed position so that driver knows that it issafe to drive after completion <strong>of</strong> all operationso) In built in joysticks for controlled movements. Endstroke damping provided in main boom cylinders.Page 30 <strong>of</strong> 45


The above apart, the following safety systems are to be incorporated on the fire fighting & rescue hydraulicplatform:• Emergency standby engine with a hydraulic pump is provided to enable platforms to be stowed in theunlikely event <strong>of</strong> vehicle engine/PTO/main hydraulic pump failure• Electro-hydraulic proportional valves are provided to facilitate fast, accurate and smooth operation <strong>of</strong>turntable and boom functions with slow initial acceleration and final deceleration for relatively jerk freeoperation.• Restrictor valves are provided to ensure slow descent in the event <strong>of</strong> lock valve failure• Positive cage levelling in all positions, with additional lever in cage, to adjust cage level hydraulically.• Automatic stops to prevent platforms from reaching unsafe area <strong>of</strong> operation are provided.• Emergency cut <strong>of</strong>f device are provided at turntable and cage controls to cut <strong>of</strong>f all functions, with easyrestoration.• Manual rotation <strong>of</strong> turntable is possible in case <strong>of</strong> emergency• Illumination <strong>of</strong> cage and base controls are provided for night operation.• Anchor points for 4 safety harnesses are to provided in cage.• Level indicators at outrigger control box8. Control Panels and Display at Turn Table and CageControl panels shall be provided at the turntable and at the cage. The turntable control will be the mastercontrol, which should be able to over-ride cage control, in case <strong>of</strong> emergency. A convenient sittingarrangement for the operator shall be provided at turntable control station. Both the LCD colour panels, withbacklight illumination for night operation <strong>of</strong> at least 14cm diagonal size shall be similar to avoid confusionwhereas the change over switch for selecting the place <strong>of</strong> operation shall be at the turntable control. Both thepanels shall be fitted with under mentioned warning/indications/control devices. These shall be clearlymarked for easy recognition-The controls, both at turntable and at cage, shall be for all platform functions, except outriggers and shallinclude –a) Switch for Internal Combustion engine, electric motor driven and battery driven back up for hydraulicsystemsb) Joystick lever for each movement/proportional controls including slew, main boom, telescopic boom andend-articulated-boom.c) Emergency stop switchd) Manual operation lever to hydraulically adjust cage levelling at cage control station.e) Deadman switchf) Override push button for cage collision sensorg) Intercom (hands free at cage and through instrument at turn table)The display panels, both at turntable and at cage, shall indicate the following –a) Audio cum visual warning for exceeding safe working load.b) Audio cum visual warning for collision guard system <strong>of</strong> working cage.c) Visual indication for fully extended outriggers (left and right separate, at stabilizer control station)d) Visual indication for position <strong>of</strong> booms and working cage, dynamically displaying position <strong>of</strong> cage as itmoves. Height and reach shall be displayed.e) Main boom lengthf) Main boom angleg) Tip boom (horizontal) angleh) Cage loadi) Wind speedPage 31 <strong>of</strong> 45


j) A menu on the graphic display panel should incorporate a fault detection system through whichdiagnostics are possible to identify the fault.Controls and Display in Driver’s control Panel: The following indicators and control shall be incorporatedin driver’s cab:a) Visual warning for booms and outriggers not in travelling position.b) Visual indications for any <strong>of</strong> the locker not in closed position.c) Visual indication for engagement <strong>of</strong> P.T.O.Controls and Display in Outrigger Control Panel (located at vehicle rear):The controls shall incorporate:1. Outriggers out and in as well as up and down movement2. Single push button vehicle auto levelling, electronically controlledDisplay panel shall indicate at least:1. Outrigger position2. Vehicle level in fore and aft planes, digitally displayed3. Audio visual signal if vehicle level is inaccurate beyond permissible limitBody Work & Equipment Lockers:The frame <strong>of</strong> the bodywork shall be made <strong>of</strong> welded steel pr<strong>of</strong>ile sections bolted together for easymaintenance. The frame shall be covered by non-slip aluminum plate strong enough to allow free movement<strong>of</strong> persons in it.Storage to accommodate the IC Engine, portable pump and at least four 100mm dia extension hoses <strong>of</strong> 3meach and two canvas delivery hoses <strong>of</strong> 63mm dia and each <strong>of</strong> 15m unfolded length, shall be welded togetherand painted and finally fitted on to the frame. All the doors shall be fitted with automatic switches activatingthe lights as soon as the door is opened and also activating the warning light in driver’s cab.To provide easy access from the ground level, there shall be steps provided and covered by non-slipaluminum plate at each side <strong>of</strong> the vehicle. At the end <strong>of</strong> the steps there shall be railing and grab handlesmade <strong>of</strong> stainless steel/aluminum to assist when climbing.9. Other systems:a) The Water System: The nominal dia <strong>of</strong> the waterway shall be 100mm. There shall be 63 mm inletwith closing valves on each side at the rear <strong>of</strong> the vehicle, from where the line leads through the centre post,turn-table up into the working cage, where the water monitor is fitted. Along side the booms; the pipingshould be fitted in well-protected position. The centre post, which is mounted in the centreline <strong>of</strong> theturntable, shall provide continuous rotation even if water supply is used. The piping shall simultaneously beprotected from possible over pressure by means <strong>of</strong> relief valves mounted underneath the turntable.A telescopic water pipe shall be provided on the side <strong>of</strong> the first boom, which shall be made <strong>of</strong> stainlesssteel/aluminum. Moving sections <strong>of</strong> this pipe shall be thoroughly ground and chromium plated to providereliable function and long life. Seals between these sections shall be <strong>of</strong> low friction type. On the side <strong>of</strong> thesecond boom, a fixed stainless/aluminum steel pipe shall be installed and in boom pivoting points, flexible,specially reinforced, pressure hose shall be used.An additional outlet with 63mm closing valve and coupling for water supply from the cage through an extensionshall be provided. There shall be drain cock fitted in the pipe to enable it to drain the water after use.On the front underneath <strong>of</strong> the cage nozzles shall be provided for water spray curtain system to protect thecage occupants from the radiant heat. Control valve <strong>of</strong> water spray curtain system shall be located atconvenient place inside the cage.Page 32 <strong>of</strong> 45


Water monitor shall be connected on to the piping system and it shall be placed suitably in order to provideappropriate operations and wide range <strong>of</strong> movements. Furthermore, monitor shall be located at the front <strong>of</strong>the cage (on the left hand side) just outside <strong>of</strong> the rails, so that the front side <strong>of</strong> the whole cage is free foreffective fire fighting by crew members. The monitor shall be placed outside <strong>of</strong> the cage so that the entirecage floor area can be fully utilized in extreme rescue situation. The monitor shall be made <strong>of</strong> light alloy andits size shall be 75mm so as to discharge as much as 3000 LPM with virtually no friction loss at the monitor.The monitor shall be manually operated with jet/fog nozzle.A 40m long flexible water hose on motorized drum shall be provided at cage with suitable couplings andnozzle to enable fire fighting work to be carried out inside building. The hose shall be <strong>of</strong> 25mm diameter.Suitable pressure gauge shall be provided near the inlet.b) Inter-Communication System: There shall be inter-communication system fitted between the turntable and the cage. The main station <strong>of</strong> the intercom with a loud speaker and movable microphone shall befitted in water pro<strong>of</strong> box at the turn table. The combined microphone and loud speaker for free handsoperation shall be located in the cagec) Siren and Public Address System: There shall be an electric siren unit with hooter fitted on thero<strong>of</strong> <strong>of</strong> the vehicle cab. Control panel <strong>of</strong> the system shall be conveniently located in the driver’s cab and itshall include switches for the fast (Yelp) and slow (wail) sounds. Command microphone with push to talkswitch shall allow the public address message to override the siren function. Operation shall be controlled bythe lighted push buttons <strong>of</strong> different colours.d) Breathing Air System: Compressed breathing air supply from turntable to the cage shall beprovided through a four way manifold at the cage. There should be four breathing air masks at cage. Four 6litres 300 bar air cylinders shall be provided at turntable. It should be possible to change the cylinders withoutinterrupting the air supply. Pressure regulator shall also be incorporated in the system.e) Electric System: The electric supply shall be taken from the chassis battery which is charged whenthe engine is running. The voltage <strong>of</strong> the system shall be 24 volt DC/12volt (as per design/chassis) and allcircuits shall be fitted with specific fuses. When the main current is on, yellow flashing warning lights, locatedon each outrigger boom pivoting point and underneath working cage, shall automatically get switched on.10. Fixtures, Accessories and Marking:a) Spot Light: There shall be two spotlights suitable for 24 volts/12 volts (as per design/chassis) fitted withswivel mounting bracket at the cage railing to provide extra safety in night operation. Two more spot lightsshall be installed at the rear <strong>of</strong> the body to provide ground lighting.b) Rotating Beacons: Two rotating beacon lights, one on each side <strong>of</strong> the driver cab ro<strong>of</strong> shall beprovided. The colour <strong>of</strong> the light shall be blue. The switch for the beacon light with pilot lamp shall be fittedinside the cab preferably on Dash Board.c) Portable pump: A light weight pump weighing around 90-120 kg shall be housed in the locker <strong>of</strong> thebody and shall be capable <strong>of</strong> delivering water @ 1600 lpm at 7bar. It should be possible to quickly connectthe pump to water inlets provided at rear <strong>of</strong> vehicle.d) Water tank (optional <strong>of</strong>fer): A 3KL water tank constructed <strong>of</strong> 3mm MS steel duly reinforced andprovided with baffles as well as overhead manhole shall be provided, integrated with the sub-frame <strong>of</strong> thehydraulic platform.e) Other Accessories: The following accessories shall be provided along with the vehicle for use as andwhen required-a. Four flexible rubber suction hoses <strong>of</strong> 100mm dia each <strong>of</strong> 3m lengthb. Two canvas delivery hoses <strong>of</strong> 63mm dia and each <strong>of</strong> 15m unfolded lengthc. Wooden/metal/plastic outrigger ground plates with brackets: 4 Nosd. Portable oil pressure gauge attached to 1m long hydraulic hose: 1 no.e. Working range diagram, one at the turn table, one in the working cage, hard copy: 2 Nos.f. Plug for 24 volts working light at the turn table and in the cage: 1 No. at each placePage 33 <strong>of</strong> 45


g. Lifting hook under the working cage 500 kg capacity: 1 No.h. Spare wheel with tyre supplied with chassis: 1 No.f) Markings: Following markings shall be provided-a. Warning labels and instruction platesb. Marking <strong>of</strong> safe working load in cagec. Unit type marked on the boom11. Finish:The underside <strong>of</strong> the body and chassis shall be finished in petroleum product resistant paint. All lockers, interiorsshall have aluminium finish. All electrical instruments, switches and gauges shall be adequately illuminated so thatthere is no difficulty in night operation. All gauges shall be calibrated in Metric Units.Stowage lockers shall be sufficient for all equipments, which are required to be carried on the appliance,including suction hoses, delivery hoses, tools and tackles etc. Removable panel shall be provided as necessaryat each side and the rear <strong>of</strong> the body work to afford access to the hydraulic system for maintenance.The body work shall not reduce the road clearance to less than chassis ground clearance.The design <strong>of</strong> the driver’s compartment shall <strong>of</strong>fer maximum possible provision and the window <strong>of</strong> adequatesize shall be provided in the back <strong>of</strong> the cab to facilitate view for easy reversing <strong>of</strong> the appliance. Where thehydraulic booms are projected beyond the turning circle <strong>of</strong> the appliance, the front portion <strong>of</strong> the hydraulicbooms shall be visible to the driver. If the doors <strong>of</strong> the driver’s cabin are hinged, they shall open forward. Thedoors and door locks shall be so designed as to prevent their being, inadvertently, opened from inside. Alloutside lockers shall be weather pro<strong>of</strong> and the doors shall have efficient flush fitting with spring loaded doorhandles.12. Painting:Before painting all surfaces <strong>of</strong> steel structure shall be carefully chemically treated, after which they shall beprimed. All booms shall be painted to same specification from inside as well. Hollow structures such as steelpr<strong>of</strong>ile <strong>of</strong> the working cage, working cage support, cage, boom and outrigger beams and housing shall betreated with anti-corrosion protection, to provide very high corrosion resistance.The following paint shades shall be used:a) Working cage: White aluminium fluorescentb) Working cage support, second boom, first boom, turn-table and related cylinders: White fluorescentc) Moving boom sections: Dark Grey/blackd) Main frame, outriggers and body work: Fire Brigade redPre-dispatch inspection:The inspection and the testing <strong>of</strong> the Hydraulic Platform shall be carried out at the suppliers, works by theInspecting <strong>of</strong>ficer to check that the equipment fulfils the requirements <strong>of</strong> the specifications. The inspectionshall include:a. Check on Assemblies, welds etc.b. Check <strong>of</strong> vital dimensions as per design.c. Check <strong>of</strong> operation and safety devices.d. Functional check & performance tests <strong>of</strong> all equipment/partse. Check for stability with 750 kg in cage at maximum outreachf. Any other tests as considered necessary by the inspection team.It shall be obligatory on part <strong>of</strong> the supplier to provide all the assistance and equipment for the inspection andtesting <strong>of</strong> the Hydraulic Platform at their premises.Page 34 <strong>of</strong> 45


13. Instruction Manuals and other documents to be submitted:The Contractor shall provide up-to-date documentation including the following along with the equipment:a) An operating manual with instructions for start-up and users instructions (three copies with eachPlatform).b) Maintenance manual with details <strong>of</strong> maintenance schedules and repair procedure for all systems, subsystems,chassis, other important equipments, summary <strong>of</strong> circuits, functions and adjustments and alubrication manual including location <strong>of</strong> lubricating points, type <strong>of</strong> lubricants, frequencies andquantities(three copies with each Platform).c) List <strong>of</strong> mechanical and electrical parts illustrated and itemized in accordance with the diagrams anddrawings mentioned above and including the addresses <strong>of</strong> various contractors.d) The list <strong>of</strong> general drawings and detailed drawings <strong>of</strong> electrical and electronic diagrams with completenomenclature.e) General nomenclature <strong>of</strong> supply including the list <strong>of</strong> subcontractors.f) Complete documentation <strong>of</strong> equipments from sub-contractor.g) Spare part list with quantities for five years after handover <strong>of</strong> the Hydraulic Platform, anticipatedfrequency <strong>of</strong> replacement and prices with one-year validity period.14. Training:The manufacturer shall impart training to a group <strong>of</strong> three <strong>of</strong>ficers deputed by the purchaser at the factorypremises <strong>of</strong> manufacturer for period <strong>of</strong> one week in the operation and maintenance <strong>of</strong> the hydraulic platform.The purchaser will bear the cost <strong>of</strong> travel and stay for the <strong>of</strong>ficers deputed and no extra charges shall bepayable for the training.15. Warranty:The manufacturers, suppliers shall furnish a warranty for the complete unit including chassis for a period <strong>of</strong>24months from the date <strong>of</strong> acceptance <strong>of</strong> the vehicle by the consignee. The manufacturer shall also have toguarantee for the supply <strong>of</strong> spare-parts for chassis, aerial ladder platform for a period <strong>of</strong> minimum 10 yearsfrom the date <strong>of</strong> supply <strong>of</strong> the vehicle.Page 35 <strong>of</strong> 45


SECTION VIQUALIFICATION CRITERIAPreface:- The manufacturer <strong>of</strong> AHLP should be IS0 9001 Certified Company for the marketing,design, manufacturing and after sales service <strong>of</strong> aerial platforms for fire fighting and rescueoperations. The manufacturer must have trained manpower in lndia to take care <strong>of</strong> maintenance(including AMC) and after sales service <strong>of</strong> the platform either directly or through its authorizedafter sales service partner, which shall have enough experience in hydraulic platform <strong>of</strong> telescopiccum articulated design segment with full fledged facility for manufacturing /fabricating and servicingthe Fire platform. To substantiate, Indian agent / representative / distributor shall furnish theauthorization letter in original with tender documents. Only those may Submit the <strong>of</strong>fer that arethemselves manufacturing the hydraulic platform for fire fighting and rescue purpose and the<strong>of</strong>fer should come directly from them or their authorized representative.A bidder must fulfill the following conditions to be eligible:-(A) The bidder or its Principal Manufacturer should be in regular line <strong>of</strong> manufacturing <strong>of</strong> “AerialHydraulic Ladder Platform for Fire Fighting and Rescue Use” and have been existence for the last fiveyears and must have supplied at least one or more “Aerial Ladder Platform/ Aerial ladders for FireFighting and Rescue Use’ <strong>of</strong> 35 mtr. or higher working height to any govt. organization in India duringthe last five years. Complete supply particulars should be furnished-this should include the customer’sname and contact information, Maximum height <strong>of</strong> the “Aerial ladder Platform” and the date <strong>of</strong>supply. To substantiate it, the copies <strong>of</strong> purchase orders placed by the purchasers and dispatchdocuments including bills shall be attached with the <strong>of</strong>fer, with performance report, if available.Bidder shall have to arrange a demonstration <strong>of</strong> the hydraulic fire platform <strong>of</strong> 35mtr. or higher heightanywhere in India(B) The Principal Manufacturer should posses ISO 9001: 2000 Certificate for quality product andcustomer satisfaction for hydraulic platforms. To substantiate it, the copy <strong>of</strong> the certificate may beattached with the <strong>of</strong>fer.(C) The bidder or his principal manufacturer should have their sales & service network in Indiadirectly or through their authorized agency/ representative/ distributor. To substantiate it,authorized agency/ representative/ distributor shall furnish the authorization letter in original withtender <strong>of</strong>fer. The authorization should remain valid till the full contract period including supply,warranty period, operation & maintenance contract (if executed). In case <strong>of</strong> brand <strong>of</strong> original foreignorigin, bidder shall submit copy <strong>of</strong> technical collaboration manufacturing agreement <strong>of</strong> parent company,or model <strong>of</strong>fer duly approved by Govt. <strong>of</strong> India to assure effective service after sale and easy spare partsavailability. This agreement shall be at least five years old and atleast one number hydraulic fire fightingplatform <strong>of</strong> telescopic cum articulated design <strong>of</strong> 35 mtr. Or higher working height should have beensupplied in India to any Govt./Semi Govt. department.(D) The bidder shall be registered with NSIC/DGS&D/Director <strong>of</strong> Industries/shop and establishment act/anyGovt certification for manufacture or after sales service <strong>of</strong> hydraulic platforms.(E) The bidder should furnish a brief write-up, backed with adequate data, explaining his availablecapacity (both technical and financial), for manufacture/ Fabrication and supply <strong>of</strong> the requiredgoods/equipment, within the specified time <strong>of</strong> completion, after meeting all their currentcommitments.(F) Notwithstanding anything stated above, the purchaser reserves the right to assess the Bidderscapabilities and capacity to execute the contract satisfactorily before deciding on award.(G) Bidder shall deposit required earnest money <strong>of</strong> Rs 1200000 (Rs Twelve Lac) with his <strong>of</strong>fer in theform <strong>of</strong> Demand Draft/Bank Guarantee in favour <strong>of</strong> the Commissioner, Jalandhar Division, Jalandhar,<strong>Punjab</strong> payable at Jalandhar.(H) All documents should be self attested and Notarized.(I)The copies <strong>of</strong> following documents shall also be submitted with qualifying bid:-I. Valid documents establishing the incorporation <strong>of</strong> the company/ firmII.Memorandum <strong>of</strong> Association (MoA), Memorandum <strong>of</strong> Understanding (MoU) etc.Page 36 <strong>of</strong> 45


III.IV.Balance Sheets and Pr<strong>of</strong>it Loss accounts for last three years (2006-07 to 2008-09) and otherrelated financial documents duly approved by C.A.Authenticated document to establish the net worth <strong>of</strong> bidderV. Valid VAT Registration CertificateVI.VII.VIII.IX.VAT/ CST/ RST exemption/ concession certificate (if any).Experience and performance certificatesRelevant and supporting documents for various clauses <strong>of</strong> bidAny other document bidder deems fit to strengthen the bid(J) The bidder has to enter into a contract with the department for operation & maintenance <strong>of</strong> theAerial hydraulic ladder platform for a period <strong>of</strong> 5 years. To substantiate, an undertaking shall beenclosed with the tender documents otherwise the tender will be out rightly rejected.(K) Technical bid should be confirmed clause wise in total. All the points have to be confirmed by theoriginal equipment manufacturer (OEM) <strong>of</strong> the appliance. Certificate to the effect thatmanufacturer complies with all clauses <strong>of</strong> the tender should be submitted by the manufacturerwith technical bid.(L) The appliance should be new and not repaired/ refurbished. The certificate to this effect shouldbe provided by the original equipment manufacturer (OEM) <strong>of</strong> the appliance.(M) The bidder should have their liaison <strong>of</strong>fice in the state <strong>of</strong> <strong>Punjab</strong> or nearby state to look afterthe sales and service <strong>of</strong> the equipment. This is to ensure that timely services are provided at ashort notice.(N) Original Authorization letter from Manufacturer <strong>of</strong> AHLP must be enclosed with the bid, if bidderis not manufacturer and is authorized dealer <strong>of</strong> a genuine manufacturer.(O) Bidder should mention clearly, the make and model <strong>of</strong> the equipment being quoted. They shouldenclose detailed technical specification and OEM’s technical literature/ leaflets etc along with thebid.(P) The bidders are required to submit all relevant documents in the “Technical bid”. The financialbid <strong>of</strong> successful bidders shall be opened on the evaluation carried out by a purchase committeeconstituted by Worthy Commissioner, Jalandhar Division, Jalandhar. The evaluation <strong>of</strong>technical bids shall be based on the eligible/ qualification criteria.Page 37 <strong>of</strong> 44


To,Commissioner,Jalandhar Division, Jalandhar<strong>Punjab</strong>Sir,SECTION – VIIBID FORM FORMATHaving examined the Bidding Documents including Addenda Nos......................... the receipt<strong>of</strong> which is hereby duly acknowledged, we, the undersigned, <strong>of</strong>fer to supply and deliverSchedule No. Description Units PricesSchedule - 1Schedule - 2ASchedule - 2BSchedule – 2CSupply <strong>of</strong> Aerial Hydraulic PlatformLadder mounted on suitable chassisfor 54 meters working height andmaintenance during warranty periodOperation <strong>of</strong> above AHPL duringwarranty periodOperation <strong>of</strong> above AHPL afterwarranty period for next three yearsMaintenance <strong>of</strong> above AHPL afterwarranty period for next three years01Job permonthJob permonthJob permonthAs per the price bidattached with the biddocumentsAs per the price bidattached with the biddocumentsAs per the price bidattached with the biddocumentsAs per the price bidattached with the biddocumentsin conformity with the said bidding documents for the sum <strong>of</strong> .............................. (Total bidamount in words and figures) or such other sums as may be ascertained in accordance withthe Schedule <strong>of</strong> Prices attached herewith and made part <strong>of</strong> this bid.We undertake, if our bid is accepted, to deliver the goods in accordance with the deliveryschedule specified in the Schedule Requirements. If our bid is accepted, we will obtain theguarantee <strong>of</strong> a bank as mentioned in bid document against supply and performance, in theform prescribed by the Purchaser.We agree to abide by this bid for the Bid validity period specified in the Bid Document and itshall remain binding upon us and may be accepted at any time before the expiration <strong>of</strong> thatperiod. Until a formal contract is prepared and executed, this bid, together with your writtenacceptance there<strong>of</strong> and your notification <strong>of</strong> award shall constitute a binding Contract betweenus. We undertake that, in competing for (and, if the award is made to us, in executing) theabove contract, we will strictly observe the laws against fraud and corruption in force in Indianamely “Prevention <strong>of</strong> Corruption Act 1988”.We understand that you are not bound to accept the lowest or any bid you may receive.We clarify/confirm that we comply with the eligibility requirements as per the biddingdocuments.Dated this ............. day <strong>of</strong> ........................... 20 .....________________________(Signature)______________________________(in the capacity <strong>of</strong>)Duly authorized to sign Bid for and on behalf <strong>of</strong> ______________________________Page 38 <strong>of</strong> 45


PRICE BID(BLANK COPY TO BE ATTACHED WITH TECHNICAL BID DULY SIGNED AND STAMPED AND FILLEDCOPY WITH PRICE BID DULY FILLED, SIGNED AND STAMPED)Sc.No.Sc- 1DescriptionSupply <strong>of</strong> Aerial Hydraulic Ladder Platform mounted onsuitable chassis (as per Tender Specification) for 54 metersworking height including Carriage and Insurance paidup to Jalandhar (F.O.R.- Destination) and maintenance duringwarranty period as per terms and condition, and all othercharges whatsoever including import duty i f a n yPrices inIndian RupeesUnit01Sc -2AOperation <strong>of</strong> above AHPL during warranty period by trainedoperators with round the clock availability 01Sc -2B Operation <strong>of</strong> above AHPL after warranty period for next three 01years by trained operators with round the clock availability.Sc -2C Maintenance <strong>of</strong> above AHPL after warranty period for next 01three years by trained mechanics (excluding spares)ALTERNATIVE OFFERSc.No.Sc- 1Sc -2ASc -2BSc -2CDescriptionSupply <strong>of</strong> Aerial Hydraulic Ladder Platform mounted onsuitable chassis (as per Tender Specification) for 52 metersworking height W ITH 3KL water tank including Carriage andInsurance paid up to Jalandhar (F.O.R.- Destination) andmaintenance during warranty period as per terms andcondition, and all other charges whatsoever including importduty i f a n yOperation <strong>of</strong> above AHPL during warranty period by trainedoperators with round the clock availabilityOperation <strong>of</strong> above AHPL after warranty period for next threeyears by trained operators with round the clock availability.Maintenance <strong>of</strong> above AHPL after warranty period for nextthree years by trained mechanics (excluding spares).Prices inIndian RupeesUnit01PermonthPermonthPermonthNote:-1. The lowest one shall be evaluated on the basis <strong>of</strong> rate quoted for Sc -1 with out consideringthe rate <strong>of</strong> Sc – 2A, 2B & 2C. The work mentioned at Sc – 2A, 2B & 2C has to be carried outby the bidder or their authorized representative approved for Sc-1. The rates <strong>of</strong> Sc – 2A, 2B &2C shall be finalized & approved after negotiation on the <strong>of</strong>fered rates.Page 39 <strong>of</strong> 45


2. If purchaser decides to go for purchase <strong>of</strong> AHLP and operation and/ or maintenancecollectively, the lowest bidder shall be determined on the basis <strong>of</strong> rates quoted for Sc-1 andadding the rates <strong>of</strong> operation and/ or maintenance as the case may be.3. Commissioner, Jalandhar Division, Jalandhar is at liberty to choose any <strong>of</strong> the options out <strong>of</strong> above 1& 2.4. Rates <strong>of</strong> spares shall be quoted separately and enclosed with this bid which shall remain validtill the contract period.5. The bidder and manufacturer shall be responsible for all liabilities whatsoever up tocompletion <strong>of</strong> contract period.________________________(Signature <strong>of</strong> Bidder with Stamp)CommissionerJalandhar Division, JalandharPage 40 <strong>of</strong> 45


SECTION – VIIICONTRACT AGREEMENT FORMTHE AGREEMENT made the …………….. day <strong>of</strong> ……………., 20…………..between ………….. (Name <strong>of</strong> purchaser) <strong>of</strong> ……………………….(Country <strong>of</strong> Purchaser)(hereinafter “The Purchaser”) <strong>of</strong> the one part and ………………..(Name <strong>of</strong> Supplier) <strong>of</strong>………………… (City and Country <strong>of</strong> Supplier) (hereinafter called “ The Supplier”) <strong>of</strong> the otherpart:WHEREAS the purchaser is desirous that certain goods and ancillary services viz., …………(brief description <strong>of</strong> the goods and services) and has accepted a Bid by the supplier for the supply <strong>of</strong>those goods and services in the sum <strong>of</strong> ………………(contract price in words and figures)(hereinaftercalled “The Contract price”)NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:1. In this agreement words and expression shall have the same meanings as are respectivelyassigned to them in the conditions <strong>of</strong> contract referred to.2. The following documents shall be deemed to form and be read and constructed as part <strong>of</strong> thisagreement, viz. :(a) the Bid Form and the Price Schedule submitted by the Bidder;(b) the Schedule <strong>of</strong> Requirements;(c) the Technical Specification;(d) the General Conditions <strong>of</strong> Contract;(e) the Purchasers Notification <strong>of</strong> award.(f) Any other requirements from the purchaser communicated to the bidder in writing.3. In consideration <strong>of</strong> the payments to be made by the purchaser to the supplier as herein aftermentioned the supplier hereby covenants with the purchaser to provide the goods and servicesand to remedy defects therein in conformity in all respects with the provision <strong>of</strong> the Contract.4. The Purchaser hereby covenants to pay the supplier in consideration <strong>of</strong> the goods and servicesand the remedying <strong>of</strong> defects therein, the contract price or such other sum as may becomepayable under the provision <strong>of</strong> the contract at the times and in the manner prescribed by theContract.5. Brief particulars <strong>of</strong> the goods and services which shall be supplied / provided by the supplier areas under:S. N.BRIEF DESCRIPTIONOF GOODS &SERVICESQUANTITYUNITPRICETOTALPRICEDELIVERY TERMSAs perprice bidTOTAL VALUE:DELIVERY SCHEDULE: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 the Purchaser)in the presence <strong>of</strong> :…………………………………….Signed, Sealed and Delivered by thesaid ………………………………….. (For the Supplier)in the presence <strong>of</strong> :…………………………………….Page 41 <strong>of</strong> 45


SECTION – IXPERFORMANCE SECURITY FORMTo : ___________________________________________ (Name <strong>of</strong> Purchaser)WHEREAS ..................................................................................................(Name <strong>of</strong> Supplier)hereinafter called "the Supplier" has undertaken, in pursuance <strong>of</strong> Contract No............... dated........20 to supply .............................................................................. (Description <strong>of</strong> Goodsand Services) hereinafter called "the Contract".AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shallfurnish you with a Bank Guarantee by a recognized bank for the sum specified therein assecurity for compliance with the Supplier's performance obligations in accordance with theContract.AND WHEREAS we have agreed to give the Supplier a Guarantee :THEREFORE WE hereby affirm that we are Guarantor and responsible to you, on behalf <strong>of</strong>the Supplier, up to a total <strong>of</strong> ......................... ................................................... (Amount <strong>of</strong> theGuarantee in Words and Figures) and we undertake to pay you, upon your first writtendemand declaring the Supplier to be in default under the Contract and without cavil orargument, any sum or sums within the limit <strong>of</strong> ....................................................... (Amount <strong>of</strong>Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons foryour demand or the sum specified therein.This guarantee is valid until the .............. day <strong>of</strong> ..............................20...............Signature and Seal <strong>of</strong> Guarantors..............................................................................................................................................................................Date ......................................20Address : ....................................................................................................................................................................Page 42 <strong>of</strong> 45


INDEMNITY BOND FORMAT FOR STAGE PAYMENT(Section—IX(B)This deed <strong>of</strong> indemnity made this --- day <strong>of</strong> --- 2010 by M/s -----, a company having its works at -----(hereinafter called the Contractor/Manufacturer) in favour <strong>of</strong> ----- (hereinafter called the Purchaser).Whereas the purchaser has placed an order on the manufacturer directly/through his Indian agent M/s ----- ,the contractor for fabrication and supply <strong>of</strong> 1 no. fire fighting platformAs per terms and conditions <strong>of</strong> the order the purchaser is to make stage payments to the contractor asdefined in the contract. The contractor as well as the principal manufacturer (in case both are different) isrequired to furnish an Indemnity Bond for securing the stage payments.Now this deed witnesseth that in pursuance <strong>of</strong> the said order and in the premises, that the Contractor as wellas the principal manufacturer (in case both are different) agrees to indemnity the Purchaser and at all timesto hold himself liable for all damages, losses due to pilferage, fire or negligence on part <strong>of</strong> the contractor’semployees or from whatever causes with all losses, interest, charges and expenses incurred by the saidPurchaser on account <strong>of</strong> the cost <strong>of</strong> materials inspected by the purchaser at contractor’s/ principalmanufacturer’s (in case both are different) premises and paid for by the purchaser to the contractor, which hecontractor/principal manufacturer is holding in good faith on behalf <strong>of</strong> the purchaser for the purpose <strong>of</strong>mounting the materials on the chassis for completion <strong>of</strong> the contract. It is hereby agreed that the Contractoras well as the principal manufacturer (in case both are different) shall be liable for the injury, losses anddamages that may be caused to the materials inspected and paid for by the purchaser from whatever causesand further that the Contractor/principal manufacturer shall not part with or deliver possession <strong>of</strong> the saidmaterials to any other party or person save in compliance with and in accordance with the terms <strong>of</strong> theAgreement/Order.The value <strong>of</strong> the indemnity bond securing and indemnifying the purchaser against all losses is to the extent<strong>of</strong> the stage payments made by now or in the future by the purchaser to the contractor, in accordance to thesaid contract.This bond and the trust hereby created shall remain valid and binding on the contractor as well as theprincipal manufacturer (in case both are different) till such time the above said order has been fully and finallyexecuted and the contractor has delivered the fire fighting platform mounted on chassis to the purchaserunder the terms <strong>of</strong> the contract.In witness there<strong>of</strong>, the contractor hereunto has set his hands to the bond on the day and year hereinabovementioned.Signature and seal <strong>of</strong> principal manufacture.Signature and seal <strong>of</strong> Authorized dealer.Page 43 <strong>of</strong> 45


To__________________________________________________________________SECTION – XMANUFACTURERS' AUTHORIZATION FORM*No._________________ dated ________________Dear Sir,We ___________________________________________who are established andreputable manufacturers <strong>of</strong> _____________________________________(named anddescription <strong>of</strong> goods <strong>of</strong>fered) having factories at ___________________(address <strong>of</strong> factory)do hereby authorize M/s ______________________________________ (Name and address<strong>of</strong> Agent) to submit a bid, and sign the contract with you for the goods manufactured by usagainst the above IFB.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 this specific IFB. (This para should be deleted in simple items where manufacturerssell the product through different stockings)We hereby extend our full guarantee and warranty as per Clause 15 <strong>of</strong> the GeneralConditions <strong>of</strong> Contract and Clause 10 <strong>of</strong> the Special Conditions <strong>of</strong> Contract for the goods andservices <strong>of</strong>fered for supply by the above firm against this IFB.Yours faithfully,.(Name)(Name <strong>of</strong> Manufacturer)Note : This letter <strong>of</strong> authority should be on the letterhead <strong>of</strong> the manufacturer and should besigned by a person competent and having he power <strong>of</strong> attorney to legally bind themanufacturer. It should be included by the Bidder in its bid.Page 44 <strong>of</strong> 45


SECTION – XIPROFORMA FOR EQUIPMENT AND QUALITY CONTROL EMPLOYED BY THEMANUFACTURER/ FABRICATORBID NO. .........................................DATE OF OPENING : .........................................NAME OF THE BIDDER : ............................................................................................(Note: All details should relate to the manufacturer for the items <strong>of</strong>fered for supply)1. Name full address <strong>of</strong> the Manufacturer2. Contact Details <strong>of</strong> the Authorized Persons3. Location <strong>of</strong> the manufacturing factory.4. Details <strong>of</strong> Industrial License / Letter from Chamber <strong>of</strong> Commerce5. Letter from Bankers Suggesting Sound Financial Health <strong>of</strong> the Company………………Signature and Seal <strong>of</strong> the ManufacturerPage 45 <strong>of</strong> 45

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

Saved successfully!

Ooh no, something went wrong!