bus purchase tender form - Lucknow City Transport Services Ltd

advertisement
OFFICE OF MANAGING DIRECTOR
LUCKNOW CITY TRANSPORT SERVICES LIMITED,
CHARBAGH BUS STATION, LUCKNOW.
Website : www.lctsl.org
Tender Documents
For
Ordinary 40 Nos. Midi Fully Built Buses CNG, should be
capable to operate smoothly at around 480 ambient
Temperature (with Registration). As per Specification
UBS-2 & Confirming to AIS-052 Bus Code
Tender No.:CNG Fully Built Midi Bus/2015/………./……….
(Two Bid System)
Sale of Tender Form
-
21.12.2015 to 11.01.2016 upto 12.00 Hrs.
Pre-Bid Conference
-
28.12.2015 upto 15.00 Hrs.
Last Date of receipt of Tender Form (Technical/Financial)
12.01.2015 upto 15.00 Hrs.
Date of opening of Technical Bid
15.01.2016 at 16.00 Hrs.
-
Tender fee cost Rs.- 50,000/- +VAT ( Non Refundable)
(1)
Tender No.:CNG Fully Built Midi Bus/2015/………./……..
OFFICE OF MANAGING DIRECTOR
LUCKNOW CITY TRANSPORT SERVICES LIMITED,
CHARBAGH BUS STATION, LUCKNOW.
Website : www.lctsl.org
Tender Notice
Tender are invited from vehicle manufacturers for purchases of Fully Built Ordinary Buses. The brief
specifications are given as under:S.No.
1
1-
2-
3-
4567891011-
Particulars
Approx Qty
TECHNICAL BID & FINANCIAL BID FOR
Ordinary Midi Fully Built Buses CNG, should be capable to operate smoothly at
around 480 ambient Temperature (with Registration). These buses are to be fully 40 Nos
equipped with VTS/ITMS/Camera for recording inside the bus along with digital
destination Board on front & rear and inside of the bus as per Specification Urban
Bus Specification-2 & Confirming to AIS-052 Bus Code
Tenders must be filled as per the guidelines. The payment of Tender Fee Tender cost Rs. 50,000/-+
5%VAT (Fifty Thousand+VAT). in the shape of Demand Draft which in non-refundable, in favour of
Lucknow City Transport Services shall be made available by the vendor to the office before the closing
time limit of Tender.
Each Tender must be accompanied by relevant Tender Form and Bill of Quantity with Additional Terms
and Conditions duly filled signed and stamped together with a Demand Draft from Nationalized Bank
towards Tender Fee cost (Non-refundable) in favour of Lucknow City Transport Services Limited for
Rs. Rs. 50,000/-+ VAT(Fifty Thousand+VAT) & Earnest Money deposit of Rs. 16,00,000/- (Sixteen lacs
Only) in the form of Demand Draft or Bank Guarantee valid for three year from the date of Tender of
Nationalized bank in favour of Lucknow City Transport Services Limited, on and before the closing time
limit of Tender along with Tender Form. Tender, which is not accompanied by DD/Bank Guarantee of
Earnest Money or Tender Fee in the proper terms, will not be considered to be VALID.
Each Tenderer has to submit ‘Technical Bid’ and ‘Financial Bid’ separately as per the Tender guide line
given and condition given by the Lucknow City Transport Services Limited. Financial bid consists of
only annexure 2 and whereas technical bid consists of annexure 1A, 1B, 1C, 1D, 3, 4, 5, bill of Quantity
and all other documents required in Tender form. Technical bid shall be opened first. Those firms whose
technical bids are found to be OK, only their financial bids will be opened. (Financial bid of only
Technically qualified firms will be opened.)
Firms are requested to offer “TECHNICAL & FINANCIAL BIDS SEPARATELY”.
Financial Bids shall be opened only for those Tenderers whose technical bids are acceptable to the
Lucknow City Transport Services Limited.
Tender Form shall be available on office of Managing Director, Lucknow City Transport Services
Limited, Bus Station Charbagh, Lucknow from …………..2015 to …………..2015 upto 12.00 Hrs
Last date for submission of Tender (Technical bid & Financial Bid) form is ---------------.2015 upto 15.00
Hrs.
Technical bid shall be opened on -------------------.2015 at 16.00 Hrs.
Tender without earnest money shall be rejected.
Please do visit our website from time to time before Last date of submission for any possible
amendment/ corrigendum/ addendum.
Managing Director, Lucknow City Transport Services Limited, Lucknow reserves the right to increase/
decrease quantity or to reject Tender without assigning any reason.
Managing Director
Lucknow City Transport Services Limited
Tender No.: CNG Fully Built Midi Bus/2015/……./……….
TECHNICAL
PART
(2)
Tender No.: CNG Fully Built Midi Bus/2015/……../……….
Cost of Tender : Rs 50,000/-+VAT(Rs. Fifty thousand+VAT)
Tender for supply of Midi Fully Built Buses CNG, should be capable to operate smoothly at around
480 ambient Temperature (with Registration)
From :
......................................
......................................
......................................
......................................
To,
MANAGING DIRECTOR
LUCKNOW CITY TRANSPORT SERVICES LIMITED,
CHARBAGH BUS STATION, LUCKNOW.
Sub :
Tender for supply of Midi Fully Built Buses CNG, should be capable to operate smoothly at
around 480 ambient Temperature as per specification UBS-2 & Confirming AIS-052 Bus
Code.
Dear Sir,
With reference to your Tender Notice published in the news paper, I/We hereby Tender to
supply of Midi Fully Built Buses CNG on passenger chassis to Lucknow City Transport Services Limited,
Lucknow as per your bill of quantity and Terms and Conditions enclosed.
I/We have read the Terms and Conditions of Tender attached with the Tender Form, and
agree to abide by them. An earnest money of Rs. .....................................................................................
(in words Rs. .......................................................................) in the Form of Demand Draft/Bank
Guarantee No. ................................. date .............................. is enclosed along with the Bill of
Quantity, Terms and Conditions and Tender Form duly signed and stamped. The security in shape of
earnest money can be forfeited by Lucknow City Transport Services Limited, if I/We fail to fulfill the
conditions of Tender in case an order is placed on me/us or the offer is withdrawn by me/us
unilaterally.
Yours faithfully
1Signature of Witness
Address:
Date:
(SIGNATURE OF E-TENDER IN FULL)
(WITH DUE STAMP)
2Signature of Witness
Address:
Date:
Note : Tender form contains ------ Pages, includes bill of quantity, Annexure, Technical Specification
and General Terms & Condition of Lucknow City Transport Services Limited, Lucknow.
(3)
Tender No.: CNG Fully Built Midi Bus/2015/……./………..
GENERAL TERMS AND CONDITIONS
General Terms and Conditions of the Tender for supply of the item mentioned in the bill of quantity,
to Lucknow City Transport Services Limited, Lucknow are given below :
1- Tender are invited for supply of Ordinary Midi Fully Built Buses CNG as per specification
UBS-2 & Confirming AIS-052 Bus Code who are accredited by ARAI Pune or any Govt of
India approved agency. The bidder has to submit documentary proof/certificate issued
regarding workshop Accreditation and bus body design approval should be capable to
operate smoothly at around 480 ambient Temperature (with Registration) as per
specifications mentioned in the bill of quantity from the vehicle manufacturer. The Tender
shall remain open for acceptances for a period of 12 months commencing from the date of
opening of the Tender.
2Tenders must be filled as per the guidelines. The payment of Tender Fee Tender cost Rs.
50,000/-+5% VAT (Fifty Thousand + Five% VAT). in the shape of Demand Draft which in
non-refundable, in favour of Lucknow City Transport Services Limited shall be made
available by the vendor to the office before the closing time limit of Tender.
3.
EARNEST MONEY:
A sum of Rs. Rs. 16,00,000/- (Sixteen lacs Only) in the form of Demand Draft or Bank
Gauranttee valid for Three year from the date of Tender of Nationalized bank in favour of
Lucknow City Transport Services Limited, Lucknow giving reference of the Tender
Number should be submitted as EARNEST MONEY along with PRE-QUALIFICATION
TECHNICAL BID. In case of non-receipt of EARNEST MONEY OF Rs. 16,00,000/- (Sixteen
lacs Only) with PRE-QUALIFICATION TECHNICAL BID, Financial bid shall not be
considered for OPENING, EVEN IF THE FIRM IS TECHNICALLY QUALIFIED.
3.1
3.2
4.
5.
6.
7.
8.
The tenderers shall submit Tender in two parts i.e.
Part-I: Technical Bid shall consist of the Form of Tender along with General Terms and
Conditions, Specifications, Drawings & photographs and all other documents as well as all
Technical information required in accordance with the Tender Documents. Earnest money
is to be deposited with technical bid. Prices shall not be mentioned any where in Part-I.
Part-II: Price Bid shall contain the Price Schedule only in the prescribed format Sheet.
All details except for the price shall be furnished in the Technical bid.
Earnest money deposited with Technical Bid will be forfeited if:Tender is withdrawn within the period of its validity of 12 months from the date of opening
of Tender.
ADDRESSING TENDER
The Technical & Financial Bids of the Tender should be separately super scribing
following.(Financial bid should be given separately) along with the Tender. The last date
for receipt of TENDER (Technical & Financial Bid) is as mentioned in the Tender notice.
Tenderer are required to submit Tender along with their Technical bid and FINANCIAL
BID should be submitted along with, it should reach our office Lucknow on or before as
mentioned in the Tender notice.
OPENING OF TENDERS
The entire Tender's technical bid will be Open on time and date as mentioned in the Tender
notice. in the presence of tenderers or their AUTHORISED REPRSENTATIVE who may
wish to be present.
ACCEPTANCE OF TENDER
The LCTSL is not bound to accept the lowest or any Tender, neither to assign any reasons
for rejection of the tenders. The tenderers on his part are bound by his offer.
EARNEST MONEY OF UNSUCCESSFUL TENDERS
Earnest money deposited by the unsuccessful tenderers will be returned as soon as possible
after the Tender has been finalized.
(4)
Tender No.: CNG Fully Built Midi Bus/2015/………/………
9.
10.
11.
DISCHARGE OF TENDER CONDITIONS
The Managing Director reserves the right to reject any Tender which does not confirm to
any of the above mentioned instructions or which does not accept the conditions laid down
by LCTSL.
PAYMENT TERMS AND SECURITY DEPOSIT:
The tenderers are required to give the acceptance of “45 days credit” payment terms.
Tenderes will be Open by the officers of Tender opening committee on time and date as
mentioned in the Tender notice. Tenderers who desire to be present at the time of opening of
the Tender may do so either in person or through an authorized representative with due
authority in writing.
12.
If any tenderer withdraws his Tender before expiry of the period referred to in Clause-1 above,
LCTSL may agree to allow such withdrawal, but in such a case Earnest Money deposited by the
Tenderers may be forfeited, in case of refusal to such withdrawal and acceptance of the Tender, still if
the tenderer fails to perform his part of the contract, not only the Earnest Money deposited by the
Tenderer shall be liable to be forfeited but shall invite other consequences of Breach of contract.
13.
Decision will be taken only after any new modification mandated by CMVR / Regulatory /
Statutory changes comes in force.
Correction, if any made by the Tenderer in the offer must bear date and initial of the
Tenderer.
The Managing Director, LCTSL reserves the right to reject any or all the tenders without
assigning any reasons.
Managing Director, LCTSL reserves the right to accept the Tender in full or in part quantity
in respect of valid Tender.
LCTSL also reserves the rights to place purchase order on more than one source.
Tenderers should give his acceptance for supply on the eligible lowest rates. In case the
purchase order is placed to more than one source, the quantity shall be distributed as per
purchase policy of the LCTSL.
Those Supplier (any new tenderer) who has not supplied the Midi Fully Built buses, will be
awarded maximum 20% of the tendered quantity subject to the minimum of 05 Nos. per firm
depending upon its position in price bid that is L-1 The order for remaining quantity will be
placed on the lowest prices of the Tender & will be distributed as the purchase policy of the
LCTSL.
Tenderer should quote rates for required fully built bus. The buses should be as per UBS-2
& Conforming AIS-052 Bus code (Revised up to date) and the design should be approved
by ARAI Pune or any approved Govt. of India agencies, also the bus body fabricator
workshop should be accredited by ARAI Pune or any approved Govt. of India agencies. For
details regarding AIS-052 Buses Code refer to ARAI web site. Tenders must give with
Technical bid details showing all dimensions such as wheelbase, FOB, ROH overall length,
drawings of bus body etc. All dimensions should conform to CMVR/U.P. Motor Vehicle
Rules AIS-052 Bus code and other relevant rules. Base model should be approved by ARAI
Pune. It will be the responsibility of the tenderer that there is no problem in
registration of the vehicle by RTO.
Tenderer has to submit details showing all structural details, inner and outer
paneling, flooring, seating layout details etc. conforming to AIS-052 Bus code (Revised upto
date). All dimensions should conform to AIS-052 Bus code (Revised upto date) and should
also conform to CMVR/U.P. Motor Vehicle Rules and other rules.
Tenderer should also submit Ordinary Midi Fully Built CNG Bus details as per bill of
quantity along with all standard fitments. Attach ARAI, Pune certificate.
The tenderer has to submit proof of bus body design approval issued by ARAI, Pune or any
approved Govt. of India agencies and has to submit proof that the bus body fabricators
workshop is accredited by ARAI Pune or any approved Govt. of India agencies at the time
of proto type inspection of the bus. How ever the tenderer has to submit proof of submission
of bus body design type approval to ARAI or any approved Govt. of India Agency along
with technical bid.
14.
15.
16.
17.
18.
19.
(5)
Tender No.: CNG Fully Built Midi Bus/2015/……./……….
20.
tkjh gksus ds 75 fnu ds vUnj izksVksVkbZi
cl fujh{k.k rFkk fujh{k.k ds 30 fnu ds Ik'pkr QqYyh fcYV clksa
dh vkiwfrZ bl izfrcU/k ds lkFk dh lEiw.kZ clksa dh vkiwfrZ 29
Qjojh 2016 ls iwoZ dj nh tk;sA
(a)
Purchase Order
QqYyh fcYV clksa dk f}&Lrjh; fujh{k.k fd;k tk;sxkA izFke
fujh{k.k LVDpj iw.kZ gksus ds mijkUr ,oa f}rh; fujh{k.k cl
ckWMh fuekZ.k iw.kZ gksus ds mijkUrA
(b)
In case of failure to deliver the required number of bus bodies duly completed in all
respect within the specified period, the liquidated damages as mentioned below from
the remaining period in respect of undelivered vehicle shall be payable by the
contractor to the Corporation.
From Ist to 7 day
Rs. 500 /- per day per bus.
th
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
30.1
30.2
From 8th day to 30 day
Rs. 1000/- per day per bus
From 31st day till delivery of the bus
Rs. 3000/-per day per bus
All Fully Built Midi CNG Buses on passenger chassis fitted with CNG engine supplied will
be subject to an inspection before being accepted by the Managing Director LCTSL or his
authorized, consignee/representative of the LCTSL.
In all matters of dispute relating to this Tender the decision of the Managing Director,
LCTSL will be final and binding on Tenderer.
The contractor shall arrange orientation training at Gomti Nagar Depot, LCTSL at Lucknow
for 3 days for Drivers & Technicians in ratio of 3 to 4 as per number of Fully Built Buses
purchased. Training will be provided free of cost as and when required by purchaser during
the currency of contract.
Any other condition as per Bill of Quantity and Technical Specification and all Annexure
enclosed shall also be treated as condition of Tender.
Any Tender that does not contain all the information required according to the conditions
stated above or deviated from the above conditions on his own shall be liable for rejection.
Managing Director, LCTSL reserves the right to alter any quantity of Fully Built Buses.
The Tenderer bidding for Fully Built Buses has to quote rates for CNG engine chassis. Rates
must be quoted in price schedule attached and uploaded separately as mentioned in clause-4
above.
Supplies of Fully Built Midi Buses passenger chassis fitted with CNG engine will have to be
made F.O.R. destinations.
In case there is a increase or decrease in Government Levies the same will be passed on to
LCTSL & vice versa.
Definition of Contractor & Purchaser
“Contractor’’ means the person, firm or company with whom the contract for the supply is
placed and shall be deemed to include the contractor’s Successors (Approved by the
Purchaser), representatives, heirs executors and administrators, as the case may be, unless
excluded by the terms of the Contract.
And “Purchaser” means Managing Director, LCTSL or his authorized representatives.
(6)
Tender No.: CNG Fully Built Midi Bus/2015/……/……..
31.
Tenderes should confirm and Guarantee that the rates quoted are lowest for similar quantity,
specification, terms & conditions and that there are no other lower rates or discounts etc.,
(Excluding Statutory duties) Quoted to any other STU’s and/or Govt. Depts./Undertaking. In
case of such default the difference shall be recovered from the ordered Firm/Tenderer, after
the lower rate quoted in other STU’s known from the date of Tender.
32.1
Any dispute arising out for in connection with this agreement shall be referred to the sole
arbitration of the Managing Director or his nominee (Contractor and LCTSL). Subject to the
provision of Arbitration & Conciliation Act 1996 or latest.
Tenderer is to submit technical details, warranty & Guarantee clause and Price Schedule
only in the form attached with the Technical Bid and should be duly signed.
32.2
33.
34.
Tenderer is also required to submit list of all standard fitment supplied by him along with
Chassis.
CORRUPT OR FRAUDULENT PRACTICES
The tenderer and their respective officers, employees, agents and advisers shall observe the
selected standard of ethics during the Tender process and subsequent to the issue of the Tender and
during the subsistence of the Agreement. Not with standing anything to the contrary contained
herein, or in the Tender, the Authority may reject a Bid, withdraw the Tender terminate the
Agreement, as the case may be, without being liable in any manner whatsoever to the Tenderer or
Contractor, as the case may be, if it determines that the Tenderer or Contractor, as the case may be,
has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice in the Tender Process. In such an event,
the Authority shall be entitled to forfeit and appropriate the EMD or Bid Security, as the case may
be, as Damages, without prejudice to any other right or remedy that may be available to the
Authority under this Tender Document and /or the Agreement, or otherwise.
Without prejudice to the rights of the Authority under Clause hereinabove and the rights and
remedies which the Authority may have under the Tender or the Agreement, or otherwise if a
Tenderer or Contractor, as the case may be, is found by the Authority to have directly or indirectly or
through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Tender Process, or after the issue of the Tender
or the execution of the Agreement, such Tenderer or Contractor shall not be eligible to participate in
any Tender during a period of 3 (three) years from the date such Tenderer or Contractor, as the case
may be, is found by the Authority to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practices, as the case may be.
For the purposes of this clause, the following terms shall have the meaning hereinafter
respectively assigned to them:-
(7)
Tender No.: CNG Fully Built Midi Bus/2015/………/………
(i)
(ii)
(iii)
(iv)
(v)
(vi)
“Corrupt practice” means (a) The offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with the
Tender Process (for avoidance of doubt, offering of employment to or employing or
engaging in any manner whatsoever, directly or indirectly, any official of the Authority
who is or has been associated in any manner, directly or indirectly, with the Tender
Process or has dealt with matters concerning the Agreement or arising there from, before
or after the execution thereof, at any time prior to the expiry of one year from the date
such official resigns or retires from or otherwise ceases to be in the service of the
Authority, shall be deemed to constitute influencing the actions of a person connected
with the Tender Process). Or
Engaging in any manner whatsoever, whether during the Tender Process after the
execution of the Agreement, as the case may be, any person in respect of any matter
relating to the Project or the Tender of Agreement, who at any time has been or is a
legal, financial or technical adviser of the Authority in relation to any matter concerning
the Project
“Fraudulent Practice” means a misrepresentation or omission of facts or suppression of
facts or disclosure of incomplete facts, in order to influence the Tender Process.
“Coercive Practice” means impairing or harming or threatening to impair or harm,
directly or indirectly, any person or properly to influence any person’s participation or
action in the Tender Process.
“Undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in
any manner influencing or attempting to influence the Tender Process, or (ii) having a
Conflict of Interest, and
“Restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Tenderer with the objective of restricting or manipulating a full and
fair competition in the Tender Process.
The Tenderer shall submit an affidavit as per Annexure-5
(a)
(b)
(c)
(d)
(e)
(f)
36.
Convicted of a cognizable offence by any Court of law with imprisonment for a term
exceeding one year, or
Imposed a penalty of rupees one crore or more for violation of the provisions of the
Foreign Exchange Regulation Act, 1973 (46 of 1973) (since repealed) or the Foreign
Exchange Management Act, 1999 (42 of 1999), or
Detained under the National Security Act, 1980 (65 of 1980) or the Narcotic Drugs and
Psychotropic Substances Act, 1985 (61 of 1985), or
Adjudged guilty by the Stock Exchange Board of India or any other such Financial
Regulatory Boards or Tribunals or Agencies, or
Found to be associated in any manner with an organized crime syndicate or its associate
or with any Association declared unlawful under the Unlawful Activities (Prevention)
Act, 1967 (37 of 1967) or any other law for the time being in force, or
Found to be connected with activities prejudicial to the National Security, is not
considered for selection as vendor for supply of tendered items.
DISQUALIFICATIONS
Even though the Tenderer meets the pre-qualifying Criteria, they could be disqualified if
they have.
36.1 Made misleading or false representations in the forms, statements and attachments submitted in
proof of the qualification requirements.
36.2 If it is found that Tenderer’s any previous contract anywhere was cancelled for his default in
last three years.
36.3 Failed to provide any clarifications related thereto.
(8)
Tender No.: CNG Fully Built Midi Bus/2015/………/……….
36.4 Where the Tenderer has already submitted the Tender Document and is a member of a entity
which has already submitted the technical bid/ Tender document or vice versa.
36.5 If any member of a Entity is replaced or withdraws, except without prior written permission of
LCTSL at any stage.
36.6 If any such information which would have entitled LCTSL to reject or disqualify the Tenderer,
becomes known after the bidder has been pre-qualified. LCTSL reserves the right to cancel the
pre-qualification of the Tenderer at any later stage, without assigning any reason thereof.
36.7 Where the applicant is a Joint Venture/ Partnership firm or an entity of similar nature, LCTSL
may disqualify. The entire entity for any of the reasons set out above, even if it applies in
respect of only one member of the Entity.
36.8 Tenderer who canvass or attempt to influence the pre/post-qualification or selection process
shall necessarily be disqualified from the process at any stage.
36.9 Any entity which has been barred by Government of India/any State Government or any of its
agencies from participating in tendering or otherwise and the bar subsists as on the technical
bid submission date, would not be eligible to submit any technical bid document. Any
Tenderer who has earlier defaulted in payment to LCTSL or has been associated as director or
owner or signatory of such firm/company shall not be eligible to participate in process. A
notarized affidavit to this effect shall have to be furnished by all Tenderer irrespective of their
legal status.
36.10 Along with technical bids bidders have to mandatorily upload proof documents certificate
ARAI approvals, photograph and others as required/mentioned in Pre-Qualification
Questionnaire otherwise such bids may be disqualified.
37.
Any new tenderer (who has not supplied the Fully Built buses to LCTSL) will be awarded
maximum 20% of the tendered quantity subject to the minimum of 05 Nos. per firm depending
upon its position in price bid that is L-1 The order for remaining quantity will be placed on the
lowest prices of the Tender & will be distributed as per clause 16.
38. Tyres fitted in chassis at the time of supply should not be more than 3 months old.
39. The Tenderer has to provide Guarantee for bus body and other body materials for a period of
two years or 3 lac kms whichever is later from the date of commissioning of the bus.
40. Bidder shall furnish the information on past supplies and their satisfactory performance to Govt.
Departments/ STU's Attach proof of purchase.
SINGNATURE OF TENDERER
(WITH STAMP)
SIGNATURE OF
MANAGING DIRECTOR, LCTSL
(WITH STAMP)
(9)
Tender No.: CNG Fully Built Midi Bus/2015/………/………..
Technical Specification For Midi Fully Built Ordinary CNG Bus
a. STRUCTURE : Bus Body structure should be fabricated with GI tubular Pipes.
b. Flooring :- Flooring of the bus has to be of minimum 3.15 mm Aluminum Chequered
sheet having anti skid design.
c. Paint- Only PU PAINT/ METALLIC PAINT shall be used. Colour scheme shall be
approved by LCTSL separately. Exterior, Interior colour schemes as required is to be
painted and logo/ graphics design will be intimated to the successful Bidder. It will be
responsibility of Bidder who shall take instructions from LCTSL for such details. The
Bidder shall provide the intimation on the seats for reservation for physically
handicapped persons, ladies, senior citizens, other statutory information as per LCTSL
requirements and also the bidder has to provide necessary signage as per bus code AIS
052 (Revised up to date)
d. Paneling- Interior, Exterior and Roof Paneling : Interior Paneling has to be done by
PVC Laminated GI Sheet of 0.6mm thickness conforming to AIS 052 Bus code. In
exterior Paneling Skirt paneling is to be done by 2.64mm (12gauge) Aluminum sheet &
Stretch Paneling is to be done by 22 gauge GI Sheet. Roof Paneling is to be done by 18
gauge Aluminum sheet.
e. Wind Screen glass- As per Bus Code AIS 052 (Revised up to date) specification. Wind
screen glass should be single pcs.
f. Window Glass - As per Bus Code AIS 052 (Revised up to date) specification.
g. Passenger Seats - The seat sets provided should conform to AIS 023 specification
conforming to NDX Type-II, AIS 052 Bus Code. The PVC leather cloth of such
passenger seats should be of coffee colour and should be RDSO Grade-I Type, (CG07). The chassis provided/ offered by Tenderers should have minimum wheel base such
that 2x1 seating layout for 30 passenger seats can be provided in fabrication of bus body
in accordance/ compliance with bus code AIS 052
h. Bumper - As per Bus Code AIS 052 (Revised up to date) specification.
i. PVC Cable - As per Bus Code AIS 052 (Revised up to date) specification.
j. Head light, Blinker, Horns, Wiper Motor, Back light, rear view Mirror, wiper,
Blade Arms, Flasher, Wiring, Cables, Battery, Indicators etc - As per Bus Code AIS
052 (Revised up to date) specification.
k. All Dimensions of the Bus have to conform to Bus Code AIS 052 (Revised up to date)
(10)
Tender No.: CNG Fully Built Midi Bus/2015/………/………
BILL OF QUANTITY
OFFICE OF MANAGING DIRECTOR
LUCKNOW CITY TRANSPORT SERVICE LIMITED,
CHARBAGH BUS STATION, LUCKNOW
Website : www.lctsl.org
Bill of Quantity of Tender Ordinary Midi Fully Built Bus with CNG engine:
Purchase of Tender Form Dt. ………..2015 to ………….2015 up to 12.00 hrs.
Pre-Bid Conference Dt. ……………...2015 up to 15.00 Hrs.
Last date for submission of Tender Form is Dt. ………….2015 at 15.00 hrs.
Date of opening of Technical bid is Dt. …………...2015 at 16.00 hrs.
TECHNICAL BID & FINANCIAL BID FOR
S.No.
1
Particulars
Approx Qty
Ordinary Midi Fully Built Buses CNG, should be capable to operate 40 Nos
smoothly at around 480 ambient Temperature as per Urban Bus
Specification-2 and confirming to AIS-052 Bus code.
TECHNICAL
12345-
6-
7-
8-
Emission Norms : BHARAT Stage IV
Length: upto 9.4 Mtr.
Emission Norm : BS-III/BS-IV Norms/Latest as applicable
Mounting : Column or Floor Optional
Braking System : Dual circuit full air brakes, with preferable disc type arrangement for front
and drum at rear brakes. Graduated hand controlled, spring actuated parking brakes acting on
rear wheels (any bus delivered after 1st April 2015 with mandatorily have disk brake in front)
Fully equipped with VTS/ITMS/Camera for recording inside the bus along with digital
destination Board on front & rear and inside of the bus as per Specification Urban Bus
Specification-2.
All Chassis should be with all standard fitment including compulsory items such as Easy Ride
Seat, Seven Wheels with Tyre assembly with Spare Wheel carrier, Tool kit comprises of
Hydraulic Jack, Wheel Brace, Tommy bar etc.
All chassis offered should be such that 30 passenger seats in 2x1 seating layout can be
provided in fabrication of bus body on it in conformity with specification as per Bus Code AIS
052 (Revised up to date).
SINGNATURE OF TENDERER
(WITH STAMP)
(11)
Tender No.: CNG Fully Built Midi Bus/2015/……./……….
PRE-QUALIFICATION QUESTIONNIER FOR FULLY BUILT ORDINARY MIDI BUS ON
BS-IV NORMS CHASSIS WITH MINIMUM 5545MM WHEELBASE
The Technical-Bid pre-qualifications of Tenderer shall be judged with regard to following points
which is mandatory, In case of not meeting these points with supporting document the Tender may be
disqualified.
1.
The firm should be registered chassis manufacturer. Please furnish certificate of
Incorporation/Registration issued by the department of Industries and Commerce/Registrar of
companies.
2.
The Ordinary Midi Fully Built Buses CNG provided/ offered by Tenderers should have Ordinary Midi
Fully Built Buses CNG BS-IV Norms; the tenderer should submit base model approval issued by ARAI.
3.
The Ordinary Midi Fully Built Buses CNG provided by Tenderer should be fitted with BS-IV emission
norms only. ARAI Certification is mandatory and documentary proof is to be submitted compulsorily.
4.
The Ordinary Midi Fully Built Buses CNG provided by Tenderer should be fitted with engine having
BS IV Norms.
5.
The Ordinary Midi Fully Built Buses CNG provided by Tenderer for fully built ordinary buses should
be fitted with synchromesh gear Box having BS IV Norms.
6.
The Ordinary Midi Fully Built Buses CNG provided by Tenderer for fully built ordinary buses should
be fitted with Power Steering only.
7.
The tenderer for fully built ordinary buses should provide photographs of passenger chassis without
cowl.
8.
The Ordinary Midi Fully Built Buses CNG provided by Tenderer for Ordinary Midi Fully Built Buses
CNG should be fitted tyre AS Per BS-IV Norms.
9.
The Ordinary Midi Fully Built Buses CNG model offered in the Tender should have the approval of
ARAI, Pune or any approved Government of India Agency The copy of the Test certificate issued by
the ARAI should be submitted complete with details of vehicle dimensions, technical specifications of
vehicle. (Attachment Of Certificate is Mandatory for Qualification)
10.
Bidder should confirm adequate availability of spare parts in India and after sales services for buses
offered in bid attach list.
11.
12.
At the time of decision of technical bid past performance will be taken into consideration.
The Ordinary Midi Fully Built Buses CNG should be as per AIS-052 Bus code (Revised up to date) and
the design should be approved by ARAI Pune also the bus body fabricator workshop should be
accredited by ARAI Pune. This certificate has to be submitted along with technical bid.
The Ordinary Midi Fully Built Buses CNG should have 2x1 seating layout. Having 30 nos. passenger
seats. The seat sets provided should conform to AIS 023 specification conforming to NDX Type-II, AIS
052 Bus Code.
13.
SINGNATURE OF TENDERER
(WITH STAMP)
(12)
Tender No.: CNG Fully Built Midi Bus/2015/……./……….
ANNEXURE-1A
Technical specification of Midi Fully Built Ordinary Buses CNG
Description
ENGINE
Model
Type
Bore/Stroke-mm
No. of Cylinder
Displacement
Max engine output in HP
Max. torque
CLUTCH
Model
Type
No. of gears
Gear ratio
FRONT AXLE
REAR AXLE
Ratio
STEERING
Type
SUSPENSION
Type
Shock absorbers
BRAKES
Service brakes
Parking brake
Type
Engine exhaust brake
WHEELS & TYRES
Wheels
Tyres
No. of Wheels with spare
ELECTRICAL SYSTEM
System Votage
Battery
FUEL TANK
Performance
Geared speed in top gear with rear axle
Max. climbing capacity Ist gear with standard
gear axle
Minimum turning circle dia in mm
Minimum turning clearance circle in mm.
MAJOR DIMENSION (for Chassis in mm)
Wheelbase
Front overhang
Rear overhang
Overall length
Front track
Rear track
Min. ground clearance
Min turning circle radius.
BHARAT Stage IV, Length: upto 9.4 Mtr
Note : Tenderer should mention the model of the chassis offered.
SINGNATURE OF TENDERER
(WITH STAMP)
(13)
Tender No.: CNG Fully Built Midi Bus/2015/……/………..
ANNEXURE-1B
LIFE GURANTEE/WARRANTY OF THE BUS AGGREGATES ACCEPTED BY VEHICLE
MANUFUCTURERS FOR Technical specification of Midi Fully Built Ordinary Buses
(BS-IV Norms) of Fully Built Ordinary Buses
Sl.
Item
In kms.
1
2
3
4
5
6
7
8
9
10
11
12
13
Guarantee
In months
In kms.
CNG
Warranty
In months
Engine
Oil Filter
Air Filter
Gear Box
Clutch
Front Axle
Rear Axle
Steering
Suspension
Battery
Alternator
Self
Others
ANNEXURE-1C
LIST OF COMPULSORY ITEMS ( FOR BS-IV NORMS CHASSIS) of Fully Built
Ordinary Buses CNG
SN
1
2
3
4
5
6
ITEMS
Easy Ride Seat
Spare Wheel Career with spare wheel & rim
Hydraulic jack 8 ton
Wheel Brace
Tommy Bar
Driver safety belt kit
quantity
To be supplied with chassis
yes
yes
yes
yes
yes
yes
Note: All compulsory items have to be given for Midi Fully Built Ordinary Buses CNG
otherwise Tender will not be considered.
ANNEXURE-1D
List of other items given with Midi Fully Built Ordinary Buses CNG
SN
ITEMS
1
2
3
4
5
6
7
Wiper motor
Kit wiper motor accessories
Wheel Choke
Assy link rod (wiper motor to wheel box )
Wiper arm
Wiper blade
CMVR Kit give details of items in the kit
with quantity of each items
Rear view mirror with bracket
Tool Kit give details of items in the kit with
quantity of each items
Tool Kit give details of items with qty
First aid kit
Kit for spare bulb
Assy bracket top (Driver seat Belt)
Noise shield
Mirror LH/RH
VTS
ITMS
Camera
8
9
10
11
12
13
14
15
16
17
18
YES/NO
QTY
REASON IF
NO
Item No. 1, 2, 3, 4, 5, 6, 8 and 13 to be Provided as per chassis CMVR Rules and as per ARAI regulations
(14)
Tender No.: CNG Fully Built Midi Bus/2015/………/……….
ANNEXURE-3
AFFIDAVIT
Before the Authority,
1.
I………………………………..aged about……son of………….……………resident
of…………..do hereby solemnly affirm and state on oath as under.
2.
That I have been duly authorized to swear this affidavit on behalf of
M/s……………………………………..
3.
That Bidder or any of its Directors have not been:(i)
Convicted of a cognizable offence by any Court of law with imprisonment
for a term exceeding one year, or
(ii)
Imposed a penalty of rupees one crore or more for violation of the
provisions of the Foreign Exchange Regulation Act. 1973 (46 of 1973)
(since repealed) or the Foreign Exchange Management Act. 1999 (42 of
1999), or
(iii)
Detained under the National Security Act. 1980 (65 of 1980) or the
Narcotic Drugs and Psychotropic Substances Act. 1985 (61 of 1985), or
(iv)
Adjudged guilty by the Stock Exchange Board of India or any other
Financial Regulatory Boards or Tribunals or Agencies, or
(v)
Found to be associated in any manner with an organized crime syndicate or
its associate or with any Association declared unlawful Activities
(Prevention) Act. 1967 (37 of 1967) or any other law for the time being in
force, or
(vi)
Found to be connected with activities prejudicial to the National Security.
4.
That all the statements made or information supplied in the Bid document are true
and correct.
5.
I, the Bidder understand and agree that I will not be considered for selection as
manufacturer or vendor for supply of New Tyre Sets if any of the above
undertakings are found to be false or incorrect.
__________________________
Deponent
Verification
I, the above named_______________________________do hereby verify on oath that
the contents of paras 1 to 5 of my above affidavit are true and correct to my personal
knowledge. Nothing has been concealed there from and no part of it is false. So help
me god.
__________________________
Deponent
Date…………………
To be given on Non-judicial stamp paper of Rs. 10.00 duly attested by public notary.
SIGNATURE & STAMP OF BIDDER
(15)
Tender No.: CNG Fully Built Midi Bus/2015/………./……….
ANNEXURE-4
ON STAMP PAPER
PROFORMA OF BANK GUARANTEE FOR Rs. Rs. 5,00,000/- (Five lacs Only)
TOWARDS EMD
Lucknow City Transport Services Limited,
Lucknow
Tender No.:CNG Fully Built Midi Bus/2015/09./01
Date :
.2015
This deed of Guarantee made this day of …………….………………..between a Bank
incorporated under Banking Act ............................................... having H.O. at ................ and
a
Branch office at ........................................................................ (hereinafter called the ''bank”) on
the one part and LCTSL having H.O. at Lucknow (hereinafter called "the Purchaser") of the
other part.
1.
Whereas Managing Director. LCTSL has called for Tender for Purchase of chassis BS-IV
Norms fully Built ordinary CNG Bus (herein called the Supplier) to:
……………………………………………………………………………………………
(Name of Supplier) (hereinafter called the Supplier).
3.
AND WHEREAS the Supplier is bound by the said Tender to submit to the Purchaser
a EMD for a total amount of Rs………………………………... …… ………………
………………… ……………….(Amount in Figures and, words).
4.
Now we undersigned (Name of the signatories)____________________ being fully
authorized to sign and incur obligations for and on behalf of and in the name of
……………………..(Full name of bank) hereby declare that the said bank will guarantee the
Purchaser
the
full
amount
of
Rs.__________________________________________ (Amount if figure& words)
5.
After the Supplier has signed the aforementioned Tender with the purchaser, the bank
is engaged to pay the purchaser any amount up to and inclusive of the aforementioned full
amount upon written order from the purchaser to indemnify the purchaser for any liability or
damage resulting from any defects or shortcomings of the Supplier or the debt he may have
incurred to any parties involved in the work under the Tender mentioned above, whether these
defect or shortcomings or debts are actual or estimated or expected. The bank shall deliver the
money require by the purchaser immediately on demand without the necessity of a previous
notice or of judicial or administrative procedures and without it being necessary to prove to
the Bank the liability or damage resulting from am defects or shortcomings or debts of the
Supplier. The Bank shall pay to the Purchaser in LUCKNOW any money so demanded
through demand draft payable at LUCKNOW, notwithstanding any dispute/disputes raised by
the Supplier in any suit or proceedings pending before any Court, Tribunal or Arbitrator/s
relating thereto and the liability under this guarantee shall be absolute and unequivocal.
(16)
Tender No.: CNG Fully Built Midi Bus/2015/………/……….
6.
This guarantee valid for a period of ……………….……… (Duration in calendar months in
figures and words) from the date of signing. (The initial period for which this Guarantee will be valid
must be for at least six (6) months longer than the anticipated expiry date of Guarantee period as
stated in “general terms and conditions“. We undertake not to revoke this guarantee during its
currency without the written consent of the purchaser.
7At any time during the period in which this Guarantee is still valid, if the Purchaser
agrees to grant a time extension to the Supplier or if the Supplier fails to complete the works
within the time of completion as stated in this Tender, or tails to discharge himself of the
liability or damages or debts as stated under Para 5, above, it is understood that the Bank will
extend this Guarantee under the same conditions for the required time on demand by the
Purchaser and at the cost of the Supplier.
89-
10-
The guarantee herein before contained shall not be affected by any change in the
constitution of the bank are of the Supplier.
The neglect or forbearance of the Purchaser in enforcement of payment of any
moneys, the payment whereof is intended to be hereby secured or the giving of time
by the purchaser for the payment hereof shall in no way relieve the bank of their
liability under this deed.
The Expression “the purchaser”. “The bank” And “The Supplier” hereinbefore used
shall include their respective successor and assignees.
In witness whereof I/we of the bank have signed and sealed this guarantee on the
_________________________ day of ____________ 2015_____ being herewith duly
authorized.
For and eth behalf of the _____________
Signature of authorized Bank official
Name:
Designation/Authority No.
Stamp/ Seal of the Bank
Signed, sealed and delivered
For and on behalf of the bank
By the above named_____________
In the presence of
WITNESS
1.
Signature
Name
Address
WITNESS
2.
Signature
Name
Address
bank
(17)
Tender No.: CNG Fully Built Midi Bus/2015/……../…………
ANNEXURE-5
Tentative Delivery Schedule
Approximate 40 Fully Built Ordinary Midi CNG Buses as per Urban
Bus Specification-2 and confirming to AIS-052 Bus code (BS IV
Norms)
S.L.
1
2
Month
Jan. 2016
Feb. 2016
Approx. No. of Buses
20
20
Above is a tentative Delivery schedule which may change by 10-15 days
as per requirement of LCTSL
OFFICE OF MANAGING DIRECTOR
LUCKNOW CITY TRANSPORT SERVICE LIMITED,
CHARBAGH BUS STATION, LUCKNOW.
Website : www.lctsl.org
Tender No.: CNG Fully Built Midi Bus/2015/………/……..
Tender Documents
For
Ordinary 40 Nos. Midi Fully Built Buses CNG, should be
capable to operate smoothly at around 480 ambient Temperature
(with Registration). As per Specification UBS-2 & Confirming
to AIS-052 Bus Code
Tender No.
(Two Bid System)
Sale of Tender Form
-
21.12.2015 to 11.01.2016 upto 12.00 Hrs.
Pre-Bid Conference
-
28.12.2015 upto 15.00 Hrs.
Last Date of receipt of Tender Form (Technical/Financial)
12.01.2015 upto 15.00 Hrs.
Date of opening of Technical Bid
15.01.2016 at 16.00 Hrs.
-
Tender fee cost Rs.- 50,000/- +VAT ( Non Refundable)
FINANCIAL
PART
(18)
Tender No.: CNG Fully Built Midi Bus/2015/………/………..
ANNEXURE-2
PRICE SCHEDULE (BS-IV Norms) of Ordinary Midi Fully Built Bus CNG
With registration of the vehicle by RTO
Sr.
No.
DESCRIPTION
G
Basic price of each Fully Built
Ordinary Bus with Chassis FOR
Destination LCTSL workshop in
Lucknow
Excise duty as applicable on A
Automobile cess as applicable on B
Education cess as applicable on B
Addl. Excise duty on Chassis
as applicable
Total price
(A+B+C+D+E)
VAT As Applicable
H
Gross Price
A
B
C
D
E
F
Ordinary Midi Fully Built Bus CNG on
PASSENGER CHASSIS CNG (BS-IV Norms)
CERTIFICATE
This is to certify that rates quoted above are lowest and that no other lower rate or
discount etc. other than this is quoted to any other STU’s and/or government Depts.
/Undertaking. In case of such default the difference shall be recovered from us from the date
of Tender (Excluding Statutory Duties).
Signature & Seal of Tenderer
Download