9
Municipal Corporation Jaipur Bid Document Coorigendum Goods JAIPUR MUNICIPAL CORPORATION, JAIPUR (Pandit Oeendayal Upphadaya Bhawan, Lal Khoti, Tonk Road, Jaipur-302015. Raj.) S. No: ()/OC (F)/NNJ/201V ~ "3:J E- Tender-NIT No. 3/17-18 dated 23/0312018 Corrigendum No.-1 Addendum No.-1 Online tenders were invited as per following detail from experienced, technically and financially sound reputed contractors who are registered in any of the central govt. Deptt.j'state govt. Deptt.Zlocal body/RUIDP/ ADB funded project/world bank funded projects fulfilling eligibility criteria as describe in technical bid" of tender document. This corrigendum is published as per suggestions received from bidders in Pre-Bid meeting dated 03/04/2018. S. Particular Detail No 1 Name of work Fabrication of Multiple Fire Tender On Chassis Ashok Leyland 1616 IL - 4330mm WB Goods Chassis 2 Cost oftender document (non-refundable) Rs.1000/- In favor of municipal corporation [aipur, payable at Jaipur 3 Rislprocessing fee (non-refundable) Rs. 1000/- In Favor of Managing Director RISL,payable at [aipur 4 Estimated project cost Rs 4 Crore 5 Earnest money deposit Rs 8 lacs 6 Tender Publication on official web site' 23-03-18, 05 PM http:LLeproc.rajasthan.gov.in 7 Tender download start date 24-03-18, 11 AM 8 Pre Bid Meeting 03-04-18, 02 PM 9 Bid Submission start date 10-04-18,05 PM 10 bid submission End date (Revised Date) 04-05-18, 04 PM 11 Technical bid opening date/time 04-05-18, 05 PM Note :- 1. Tenders are to be submitted online in electronic format on web site (http://eproc.rajasthan.gov.in). 2. R1Rl~I~I(jI3IT em ~ ~, ~ mT 1!CT il:llR1JI 'Q5R:r 311<i1(.YjI$<i1 Gf<JR ~ ~ q5t 2!cFlil$G www.jaipurmc.org m- Submission Date and time 'R wf 'ijfd1T C!5"2ClICb"2 3'R'R Wt<l ~ ~ 'RftG em ~ ~ www.eproc.rajasthan.gov.in m- 3J1RVl15 ~ m- tt ~ em a:rra:r fcom ~ I 3. It for any reason government holiday is declared on the opening of technical/financial bid date, the tenders shall be opened on the next working date at the same time and place. 4. Municipal Corporation [aipur reserve the right to cancel all or any bid without assigning any reason here of. S. Interested bidders may obtain further information from the office of Dy. Commissioner (Fire) Municipal Corporation [aipur (Phone No.8764880032). ~~ Dy. C~i~-__"l)n:-·ire) Munic~o~JaiDur . ~~"'7< ~ I>rJ'I.,. "I"-t:?,

JAIPUR MUNICIPAL CORPORATION, JAIPURjaipurmc.org/PDF/NitTender/final.pdf · 2018. 4. 19. · I is2012 &lying idle. Therefore the bidder has to I inspect these prior to pre-bid meeting

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: JAIPUR MUNICIPAL CORPORATION, JAIPURjaipurmc.org/PDF/NitTender/final.pdf · 2018. 4. 19. · I is2012 &lying idle. Therefore the bidder has to I inspect these prior to pre-bid meeting

Municipal Corporation Jaipur Bid Document Coorigendum Goods

JAIPUR MUNICIPAL CORPORATION, JAIPUR(Pandit Oeendayal Upphadaya Bhawan, Lal Khoti, Tonk Road, Jaipur-302015. Raj.)

S. No: ()/OC (F)/NNJ/201V ~ "3:JE- Tender-NIT No. 3/17-18 dated 23/0312018

Corrigendum No.-1

Addendum No.-1

Online tenders were invited as per following detail from experienced, technically and financially sound

reputed contractors who are registered in any of the central govt. Deptt.j'state govt. Deptt.Zlocal body/RUIDP/ ADB

funded project/world bank funded projects fulfilling eligibility criteria as describe in technical bid" of tender

document.

This corrigendum is published as per suggestions received from bidders in Pre-Bid meeting dated

03/04/2018.

S. Particular DetailNo1 Name of work Fabrication of Multiple Fire

Tender On Chassis Ashok Leyland1616 IL - 4330mm WB GoodsChassis

2 Cost of tender document (non-refundable) Rs.1000/-

In favor of municipal corporation [aipur, payable at Jaipur

3 Risl processing fee (non-refundable) Rs. 1000/-

In Favor of Managing Director RISL,payable at [aipur

4 Estimated project cost Rs 4 Crore

5 Earnest money deposit Rs 8 lacs

6 Tender Publication on official web site' 23-03-18, 05 PMhttp:LLeproc.rajasthan.gov.in

7 Tender download start date 24-03-18, 11 AM

8 Pre BidMeeting 03-04-18, 02 PM

9 Bid Submission start date 10-04-18,05 PM10 bid submission End date (Revised Date) 04-05-18, 04 PM

11 Technical bid opening date/time 04-05-18, 05 PMNote :-

1. Tenders are to be submitted online in electronic format on web site (http://eproc.rajasthan.gov.in).2. R1Rl~I~I(jI3IT em ~ ~, ~ mT 1!CT il:llR1JI 'Q5R:r 311<i1(.YjI$<i1Gf<JR ~ ~ q5t 2!cFlil$G

www.jaipurmc.org m- Submission Date and time 'R wf 'ijfd1T C!5"2ClICb"2 3'R'R Wt<l ~ ~ 'RftG em ~~ www.eproc.rajasthan.gov.in m- 3J1RVl15 ~ m- tt ~ em a:rra:r fcom ~ I

3. It for any reason government holiday is declared on the opening of technical/financial bid date, the tenders shallbe opened on the next working date at the same time and place.

4. Municipal Corporation [aipur reserve the right to cancel all or any bid without assigning any reason here of.S. Interested bidders may obtain further information from the office of Dy. Commissioner (Fire) Municipal

Corporation [aipur (Phone No.8764880032).

~~Dy. C~i~-__"l)n:-·ire)

Munic~o~JaiDur. ~~"'7<~ I>rJ'I.,. "I"-t:?,

Page 2: JAIPUR MUNICIPAL CORPORATION, JAIPURjaipurmc.org/PDF/NitTender/final.pdf · 2018. 4. 19. · I is2012 &lying idle. Therefore the bidder has to I inspect these prior to pre-bid meeting

JAIPUR MUNICIPAL CORPORATION, JAIPUR(Pandit Deendayal Uppbadaya Bbawan, Lal Kboti, Tonk Road, Jaipur-30201S, Raj.)

E- Tender-NIT No. 3/17-18 dated 23/03/2018

Addendum No.-l

ACCESSORIES TO BE SUPPLIED WITH MULTIPURPOSE FIRE TENDER

S.No. Description Qty

1. A new item is being added to the list as ~er Technical 01 No. with each MFTs~ecifications attached.

Highway Hooligan Tool, 42"2. A new item is being added to the list as ~er Technical 01 Set. with each MFT

specifications attached.

Hand Held Forcible Entrv Tool.

Page 3: JAIPUR MUNICIPAL CORPORATION, JAIPURjaipurmc.org/PDF/NitTender/final.pdf · 2018. 4. 19. · I is2012 &lying idle. Therefore the bidder has to I inspect these prior to pre-bid meeting

1 '

JAIPUR MUNICIPAL CORPORATION, JAIPUR{Pandit Deendayal Upphadaya Bhawan, Lal Khoti, Tonk Road, Jaipur-30201S, Raj.}

E-Tender-NIT No,3/17-18 dated 23/03/2018

Corrigendum No.-1

S. no. Clause No of Tender Bidder's Suggestion Committee DecisionDocument

1. Qualification Criteria- Kindly mentioned the last 3 financial years Average annual turnover of lasti Average Annual Turnover for Average Annual Turnover. five years shall be considered.

12. Qualification Criteria- Kindly mentioned the total quantity of As per latest MHA, Directives,I Technical Experience minimum 50 nos. fire fighting vehicles in The Fire Vehicles needs toI last five years for participation of upgraded qualitatively andII qualified bidder. upgraded equipments needs to be

procured therefore it is decidedthat now there will be moreemphasis on procuringlatest/upgraded Fire Tendersavailable in India.Therefore the Bidder should

, essentially have experience ofdesigning&su pplyingminimumlO Nos. of latest and'State of Art' Fire FightingVehicles in the last five yearsfully equipped with latesttechnologies introduced in easeof operating equipments/firetender, Power transmission, Pumpetc.

!i 3. GCC 4.2.7, at page no. 74, We suggest to you kindly make the chassis JMC shall handover the chasis toI The 10 Nos. Truck Chassis in working condition at your end, because the fabricator in workingI (Ashok Leyland 1616il-4330 there have no idea for estimate for truck condition.I mm WB Goods) shall be chassis repairing and unnecessary it will

I handover to bidder, these impact on equipment price.

I chassis were procured byI Municipal Corporation Jaipur

Iis 2012 & lying idle.Therefore the bidder has to

Iinspect these prior to pre-bidmeeting. The chassis to be

1

brought in working conditionI by bidder. Any query in this

Iregard submit in pre-bidmeeting.

14•Inspection, GCC2.13.3 at We hereby inform you that the Directorate TPIA by RITES / SGS / BV /page no. 23, of Local Bodies Raj., Jaipur has nominated CEIL / ElL as per DLB direction.

Ithe TPIA i.e. RITES/SGS/BV/CEILIEILfor the inspection. Kindly add these TPIAI

I in inspection clause for batter conveniencei of availability.

~ WiT)\3qIgcro (1:!1f"lT: )

'~~.~:'P

Page 4: JAIPUR MUNICIPAL CORPORATION, JAIPURjaipurmc.org/PDF/NitTender/final.pdf · 2018. 4. 19. · I is2012 &lying idle. Therefore the bidder has to I inspect these prior to pre-bid meeting

, .; Technical Specification, As you required CF8 material of pump, but ULlFM Compliance. The MOC-'

Clause - Pump Material of we hereby informyou that the every pump (Material of construction) eF8 isConstruction- manufacturer make the pump with own deleted from the pumpThe Pump body/casting, material. Also clarify the CF8 code of specifications.impeller, delivery outlets, et material.shall be made of CF8.

6. Technical Specification, We hereby inform you that the six plunger The Ultra High Pressure Pump ofi Clause - Auxiliary Ultra pump is old technology and only one Six Plunger / Three Plunger areI High Pressure Pump Unit- manufacturer of six plunger pumps in the acceptable.

I The pump shall be of 150 world and he have stocked for the same.I LPM@100 bar rated capacity. We suggest you kindly incorporate the

I It shall be a six plunger three plunder pump, because it is latestpositive displacement type technology pumps and maintenance cost is

! pump. very low. if the pump is easily available inII .•. the market please mentioned the 3 to 4I pump manufacturer.!.:·7. Technical Specification, As you required the cabin structure The Super structure at the rear of

Clause - Body Work- 40x40x2 mm tick SS 304 square tube and the cabin made of corrosion freeThe rear equipment lockers for the rear body you have mentioned the aluminum extrusion profilesuperstructure (after the corrosion free aluminum extrusion profile section framework by use of Boltscabin) shall be fabricated in section framework. We hereby suggest to and Nuts or rivets stands deletedcorrosion free aluminum you kindly use the rivet instead of Bolt and from the technical specifications.extrusion profile section Nut for aluminum extrusion profile sectionframework constructed with framework constructed for batter Rear equipment locker superbolt and nut system without durability. structure shall be MS welded withwelding work. outer structure made of square

tubes made of 3mmthick CRCsheet and inside structure of madeof2mm thick square tubes CRC

I sheet and having best possiblezinc coating done& epoxy coated

i for anti-corrosion.IS. Technical Specification, Please mention the more name of Besides MCD the Roller ShuttersI Clause- Roller Shutters- international manufacturer/dealer of roller should be imported of Magirus,I The Shutters shall be of shutters. Ziegler, or Rosenbauer.

IMCD/Equivalent Importedmake only. The indigenous Roller Shutters

! are not acc{!ptable.i 9. Delivery, at page no. 54- We hereby inform you that some imported The fully fabricated complete inI

I The delivery period shall be items like Roller Shutter, Foam Monitor, all respect shall be deliveredJ 90 days start as of stipulated seats etc. and its take approx 60 days to within 150 days from the date ofII date of start as per import. Kindly amend the delivery period taking delivery of chassis from

) notification of award by min. 180 days to complete the fabrication JMC, Jaipur.Municipal Corporation Jaipur. works of Fire Tenders.

110. General CE certification & UL Listing are not at Centrifugal Pump shall bei . Technical S~ecifications: par therefore as per MHADirectives only ULIFM Iistedas per Directivesr . GodivaiRosenbauer/CE UdFM Listed appliance needs to be setforth by the MHA.

certifiediUL Listed Pump purchased.Few Indian Pump manufacturers havealready obtained UL Listed on theirCentrifugal Pumps therefore there is noreason to avoid UL listed Centrifugal Pumpand go for certification that is not at par

I with UL or FM.IIll. Pumping System It is a binding to indent UL listed or FM MOC of Centrifugal Pump& itsPump shall be of Godiva or approvedequipments to comply with parts made of CF8 is herebyRosenbauer or equivalent CE directive s laid down by MHA, New Delhi. deleted from specification.

I certified or UL Listed with MOC CF8is hereby deleted.! CF8 However, the impeller ofI centrifugal pum_£.shall be ofl__

Page 5: JAIPUR MUNICIPAL CORPORATION, JAIPURjaipurmc.org/PDF/NitTender/final.pdf · 2018. 4. 19. · I is2012 &lying idle. Therefore the bidder has to I inspect these prior to pre-bid meeting

IStainless Steel.

ir 12. Foam Monitor Unlike UL Listed Foam Monitor, Deptt. ULIFM listed appliances shall be

UL Listed Foam Monitor should insist for UL Iistedl FM approval supplied to comply with MHA,having discharge capacity of on other products also.However, it is New-Delhi directives.1000GPM @ 7 bar is desired observed that CE certifiedequipmentsin the specifications have been demanded wherein the

equipments are easily available in theIndian market with UL or FM approval.

I 13. BodyWork The MS Welded superstructure is time As per S.No.7The rear equipment Locker tested arrangement in automobile industrysuper structure shall be and if properly treated against corrosion, it Rear equipment locker superfabricated with corrosion free lasts long. structure shall be MS weldedAluminium extrusion profile Moreover, MS welded superstructure is with outer structure made of

I framework constructed with more stable & in automobile application square tubes made of 3mmthickI bolt & nut system without therefore this welded arrangement is used CRC sheet and inside structure ofII' welding work and paneled in bus structures & vehicle body made of 2mm thick square tubes1

I with aluminium with fabrication. CRC sheet and having bestI aluminium plate by means of However, in aluminium profile system no possible zinc coating done &\1 glue without any welding welding is involved and all the profiles are epoxy coated for anti-corrosion.I1 work. The Profiles shall be tightened by bolt & screws. The drawback

Istrong, solid all aluminium of this system that it is tends to get looseconstruction (IS06063T6) due to regular chasis flexion resulting inlight in weight and intrinsic large repairs & maintained costs.

I rectangular design with a Hence alum extrusion profileI distortion insensitive framework shall be replaced with MS

bearing.... superstructure. The external structure shall, be made of 3 mm thick square sheet tube

and inside structure of2 mm thick sheet

itube and best possible zink coating shall bedone & epoxy coated for anti -corrosion.

I 14. Item Nos. 37 & 38 in list of The FM approved Hand Held Nozzles are· UL/FM listed appliances shall beII Accessories available in the Indian market. These shall supplied to comply with MHA,

The hand held Nozzles shall be demanded withULI New-Delhi directives.be CE certified FM approval to comply with MHA, New-

Delhi directives.15. Item Nos. 39 & 40 in list of The fire crew is of 6 persons therefore it is 6 Nos. BA Sets required.

Accessories advisable to revise the quantity of these The BA sets shall be ofOnly Two Nos are demanded Items to 6 Nos. The BA sets shall be "DRAGER"I "INTERSPIRO"

"DRAGER"I "INTERSPIRO" make make imported sets having ENimported sets having EN certification and certification and with steelwith steel cylindershavingBA cylindershaving BA

ImfrValves.These high pressure manufacturers Valves.These highcylindersshall have PESOICCE pressure cylindersshall have

1 certificationsto be supplied along with PESOICCE certificationstoI suppliers.. besupplied along with supplies.

IHowever, only top of the linemake BA Set will be preferred.

The B.A Cylinder shall beseamless high pressure aircylinder made ofSteel& not of

I carbon composite material.16. Repairing of the Chassis As informed, Your above chassis are As per S.No. 3

The repair & maintenance of nearly 6 years old therefore before theseall your 10NosAshok chassis are handed to any vendor all theseLeyland 1616IL 4330Cowl chassis needs to be checkedl serviced andChassis has been put in all the worn out/defective parts needs to

Page 6: JAIPUR MUNICIPAL CORPORATION, JAIPURjaipurmc.org/PDF/NitTender/final.pdf · 2018. 4. 19. · I is2012 &lying idle. Therefore the bidder has to I inspect these prior to pre-bid meeting

vendor scope of job be replaced with the new ones and thefitness of the chassis to re-certified by theChassis dealer only.It is advised that you must take up thismatter directly with Ashok Leyland, Auth.Service station nearby as Ashok Leylandprovides a professional, comprehensiveand timely maintenance for your vehicle.They will carry out vigorous '30 pointcheck' including change of Engine oil,Gear Oil, Crown Oil, Air hose change,Fuel Oil hose change, filter changes, hubgreasing, pump & nozzle repairing,Radiator leak test etc. etc.Their skilled mechanics that are trained inyour vehicle technology will perform thePreventive maintenance (Inclusive of

I lubricants & Consumables), wear & tear

Iitems, minor repairs, major repairs &aggregate overhauling. The maintenance &checking performed by them will result inmore uptime for your vehicle, longer lifeand better purchase value.

17. FIRE SUITS 6 sets of Fireman's suits maid oflatest 6 Sets Fireman's suits made ofNOMEX fabric including coat and latest NOMEX fabric includingtrousers, imported helmest, Gloves, coat and trousers, importedBalaclava & Boots all having EN certified helmets, Gloves, Balaclava

Ishall be supplied. Valid En certificates &Gumboots all having ENshall be submitted along with the supply. certified shall be supplied. Valid

I EN certificates shall be submittedalong with the supply.

Note: If above products areavailable with UL/FM Listedthan products with ULlFMListing will be accepted. But theBidder will specify the brandname &Model ofUL/FM Listedproduct and submit the necessarydetails in their Bid.

18. Page No.36 of 79, As the Multipurpose Fire Tender is very As per S.No.22. Qualification Criteria specific in nature & to ascertain thePoint No. 5 capability of Bidder, criteria should be: However, experience of executingTechnical Experience Water Tank mounted on Sub-The bidder should have The bidder should have satisfactory frame &Metacones System issatisfactory supplied and supplied and delivered the total quantity maintained.delivered the total quantity of of 10Nos. of Fire TenderlWater__ Nos of similar type / bouserlWater Tenders with similarsuperior Fire Tender/Water capacity SS Fire Pump, Superstructurebouser/Water Tender in the of Aluminum Profile OR SS 304&last Five Years. Tanks mounted on

Subframe&Metacone system in the lastFive Years.

19. Page No.36 of 79, For such big tender requirement, to ensure As per S.No.22. Qualification Criteria the Bidders Production capacity, wePoint No.6 request to amend to read as:Production Capacity To assure the Bidders productionThe Bidders shall furnish at capacity minimum 10 Nos. (Equivalentleast two certificate of to the Tender Quantity) performancesatisfactory performance of Certificate shall required to be

Page 7: JAIPUR MUNICIPAL CORPORATION, JAIPURjaipurmc.org/PDF/NitTender/final.pdf · 2018. 4. 19. · I is2012 &lying idle. Therefore the bidder has to I inspect these prior to pre-bid meeting

Iequipment! submitted.vehicle/machinery supplied inthe preceding Five Years.

20. Page No.36 of 79, As few parts of the Fire Tenders are very Bidders shall be liable for2. Qualification Criteria much critical in their operation& required maintenance and repair for anyAdditional Clause support of OEM, bidders shall submit the OEM. Bidders shall submit theAuthorization Letter from the Authorization Letter along with Bid for: Authorization-Letter along withOEM 1. SS 4000 LPM Fire Pump Bid for:

2. UL listed FoamMonitor 1. OEM of 4000 LPM capacity3. UHP Fire Pump UL /FM listed centrifugal

I 4. Hand Held Nozzle Fire Pump

I2. OEM ofUL listed Foam

Monitor

I3. UHP Fire Pump4. OEM of Hand Held Nozzle

I 21. Page No.36 of 79, As the Fire Pump is main component of The warranty protection2. Qualification Criteria the Fire Tender & prone to have guarantee is required from the

I Additional Clause continuous operation, it requires more manufacturer ofthe ULIFM listedFive Years Warranty Letter warranty protection from the OEM of Fire Fire Pump.from the OEM of 4000 LPM Pump.Fire Pump.

22. Page No.36 of 79, To ensure the quality of the Fire Pump CE Only ULIFM listed Centrifugal2. Qualification Criteria / UL certification mentioned with MOC of pump is required.Additional Clause Fire Pump shall be added.UL / CE Certification for The brand name& Model No.4000 LPM Fire Pump shall be submitted with the Bid to

establish the ULIFM Listing onproduct.

23. Page No.36 of 79, To ensure the Technical Capabilities of the A complete set of drawings, like2. Qualification Criteria Bidder following shall also be required for • General Arrangement drawing,Additional Clause qualifying. • Load distribution diagram,Technical Drawings • Water tank/s,

A complete set of drawings, like general • Foam tankarrangement drawing, load distribution • Electrical wiring diagramdiagram, drawings of the tankls (if any), • Piping /Hydraulic circuitshutter and drawer details (as applicable), • PTO arrangement transmissionwiring diagram, hydraulic circuit, and diagram through respectivepower transmission through respective PTO/sPTO/s shall be submitted along with the Details of Roller shutters,drawerbid. shall be submitted along with the

bid.24. Page No.54 of 79, The Multipurpose Fire Tender fabrication The delivery period is 150 days

2. Delivery and Completion consist of few Imported component which maximum.Schedule require atleast 4-5 months forClause No. 2.1 procurement.The delivery period shall be90 days PI amend the delivery period to 180

working days.25. 3. Technical Specifications As the Chassis provided by JMC is of The Water tank capacity may be

Clause No. Water Tank shorter wheelbase i.e. 4330mm, space read as 4500 Litres instead ofThe Water Tank Capacity available for Locker& Pump 5000 Litres.shall be of Minimum 5000 Compartment is not enough. Also, lookingLtrs. The Tank will be to the Water Quality used by JMC & However, the water tank shall befabricated out of SS 316 environmental conditions in Jaipur, we made of minimum SS 316 plates.Plates request to amend the capacity to 4500 The complete tank welding shall

Ltrs& MOe to Mild Steel for Water be done with TIG weldingTank. process.

Page 8: JAIPUR MUNICIPAL CORPORATION, JAIPURjaipurmc.org/PDF/NitTender/final.pdf · 2018. 4. 19. · I is2012 &lying idle. Therefore the bidder has to I inspect these prior to pre-bid meeting

26. 3. Technical Specifications As the Foam Tank capacity is too small & No changeClause No. Foam Tank looking to the estimated budget constraint,The Foam Tank shall be of we request to amend the requirement to500 Ltrs. fabricated from read as:5mm SS 316L Plates only.

The Foam Tank shall be of 500 Ltrs.fabricated from 3mm SS 304 Platesonly.

27. 3. Technical Specifications PI amend the Technical Specification as it No change.Clause - Body Work is mentioned inCabin Structure to read as :Para No.4The rear equipment lockers Corrosion Free Aluminium Extrusionsuperstructure (after the Profile Section Framework OR SS 304cabin) shall be fabricated incorrosion free aluminiumextrusion profile sectionframework

28. 3. Technical Specifications As the mentioned Remote Controlled Light Mast should be RemoteClause No. Accessories to operated LightMast is highly technical in Controlled Also manuallybe supplied with Fire operation & higher in cost, we request to operabIe in case of emergency.Tender amend the LightMast operation to ManualSr. No.36 Light MastLocker Mounted Light Mastwith Robot Head

129

3. Technical Specifications As per the Total estimated value of Fire No ChangeClause No. Accessories to Tender, the SCBA& Fire Suit cost willbe supplied with Fire exceed the total estimated value. Also,Tender these two equipment may be available withSr. No.39 & 40 Fully Jaipur Fire & Emergency Services.Imported BreathingApparatus & NOMEX Fire Hence, we request to delete from the scopeSuit of requirement.Fully Imported Light WeightSCBA& Fire Proximity Suit

30. Page No.66 of 79, As the GST is come into effect since l" GST will be payable extra at theSection VI - A July 2017, we request you to amend the time of supply.General Conditions of clause applicable GST will be payableContract extra at the time of supply.Clause No. 4.3.2Taxes & Duties

31. Page No.74 of 79, As the JMC has procured the Chassis As per S.No 3Section VI - B directly from the Chassis manufacturer,Special Conditions of JMC shall handover these Chassis inContract operational & working condition duly

I Clause No. 4.2.7 certified by Ashok Leyland.These Chassis were procuredby Municipal CorporationJaipur is 2012 & lying idle.The chassis to be brought inworking condition by bidder

Page 9: JAIPUR MUNICIPAL CORPORATION, JAIPURjaipurmc.org/PDF/NitTender/final.pdf · 2018. 4. 19. · I is2012 &lying idle. Therefore the bidder has to I inspect these prior to pre-bid meeting

M unicipal Corporation laipur Bid Document

JAIPUR MUNICIPAL CORPORATION, JAIPUR{Pandit Deendayal Upphadaya Bhawan, LalKhoti, Tonk Road, I aipur302015, Raj )

s.No: ()/DC(F)/NNJ/20flI f9s. D'an'1 2'1)3l|)gE:Icdedrf No. O3 1l+-X)

Online tenclers are inviLed as per foilowing detail f.om experienced, technically and linarciaih' sc,rlnci

repLlted contractors who are registered in any of the central govt. Deptt./state go\'t. Deptt./local bod.r/RlllDP,/Al-iB

funded project/n or1d bank

doculnelt.

s.No

Particular Dctail

1 Namc ofwork Fabrication of j\{rilT€nder On Chassis A

l616 IL - ,l330mm

Chassis

2 Cost of tender document [non-refundable]

ln favor of municipal corporation Jaipur, payablc at Jaipur

Rs. 1000/-

R'-lltooTr3 Risl processing fee (non-refundable)

In Favor of Managing Director RISL, payable at laipur

4 Ilstimated project cost Rs 4 Crore

5 Earncst money deposit Rs B lacs

6 Tender Publication on official web site

hrrD: / /enroc.raiestlran.sov.ill

23-03-18.05 PM

7 Tendcr download stai't date 2 4,03 -1B. 11 ANI

I Pre Bid Mecting 03-04-18,02 PM

9 Bid Submission start date 10-04-18,05 PM

zi o+la, o+ pttl

z;-o+18, os P r\4

10 bid submission End date

11 'l'echnical bid opening date,/time

Note:-

1. Tenders are to be submitted online in electronic format on web site (http://ep roc. raiasthan.gov. ij ).

z. Bfu<r<rarsi 61 Bft{ iJ@, 3wr;tetT ul}r ati ffiftia +1-a ffi aarz Faarq "r..gr .fi :')alrr1;r

www.jaipurmc.org q{ Submission Dare anci time ?} Rd qdl .E{EI.E{ r:r} qr.a e)} a rci} tlite .r,l r,i-:6{d www.eproc.rajasthan.gov.in rrz srqds or} q: ff trfo{r Eb} ala fuai criiTr I

3. It for any reaso n government holiday is declared on the opening of tech nical/financial biddate,theiendrr",;l':rllbe opened on the [ext working date at tlle same time and piace

4. Municipal Corporation Jaipur reserve the right to cancel all or any bid withoLlt assigning any reason ltere ol.

5. Interested bidders may obtain further information from the office of Dy. Comtnissionet [Fire) l'4uIli.iiirr:

Corporation laipur.

(i!i(ls

furded projects fulfilling eligibility criteria as describe in teql'l!,rical bid" of tcriicr

ny. co-Ptrriorer (i-ire)Municipal Corporation Jaipul'