Office of the Jharsuguda Municipality INVITATION OF BID/ 2017-18 Bid identification No. EO/JMC/ 10/2017-18 Tender Call Notice No. 779 / JM Dt. 20.30.2018.

e-Procurement Notice, Jharsuguda Municipality. (For District Mineral Fund Grant to ULBs) 1. Jharsuguda Municipality invited sealed tender on online mode in conformity with detail tender call notice for procurement of various equipments and vehicles from Reputed Manufacturers / Authorised Dealers / Suppliers having valid PAN and GST registration of the following machineries as detailed below.

Sl. Name of the Item Unit Tender EMD in Rs. Completion No. Paper Cost Period 1 Truck Mounted Road Sweeping Machine. 03 Rs. 10000.00 200000.00 60 days 6000 Ltr. Tank Capacity MCV Chassis 2 Mounted Combined Suction-cum-Jetting 03 Rs. 10000.00 200000.00 60 days Machine. 3 Skid Steer Loader (4 Wheel Drive). 04 Rs. 10000.00 250000.00 60 days 4 Iron Dustbin 4.5 cum capacity. 105 Rs. 10000.00 100000.00 60 days 5 Garbage Compactor of 7 cum capacity. 03 Rs. 10000.00 300000.00 60 days Hydraulic Pickup Van 1500 Kg. Payload 60 days 6 03 Rs. 10000.00 30000.00 Capacity. Mini Cesspool mounted on ISO Make 60 days 7 03 Rs. 10000.00 60000.00 Pickup Van (1500 Ltrs.) 8 Garbage Tri-Cycle. 80 Rs. 10000.00 25000.00 60 days 9 Mobile Toilet Trolley (4 Seater) Toilet. 12 Rs. 10000.00 200000.00 60 days Hydraulic Small Auto Tipper (1.0 cum 60 days 10 04 Rs. 10000.00 30000.00 Capacity). Tractor of reputed Company with Hydraulic 100000.00 60 days 11 06 Rs. 10000.00 Trolley (HP Range 34.5 HP). Dead Body Carrier (with Glass, Centrally 12 AC and AC Freezer) fitted on a vehicle 03 Rs. 10000.00 60000.00 60 days having L-4520 , W-1905, H-2050 mm. Fuel Free Solid Waste Disposal System 60000.00 60 days 13 05 Rs. 10000.00 Complete.

2. The tender schedule, terms & conditions, specifications and other necessary document can be seen in the websites www.tenderorissa.gov.in and District NIC Website, Jharsuguda.

3. The Cost of tender paper as applicable to be submitted in shape of demand draft payable in favour of Executive Officer, Jharsuguda Municipality and scan copy of that should be attached online along with Bid.

4. Tender must be accompanied by Earnest money deposit (EMD) in shape of Demand Draft / Banker’s Cheque payable in favour of the Executive Officer, Jharsuguda Municipality and scan copy of that should be attached online alongwith Bid.

- 2 -

5. Bid documents should be available in the Website www.tenderorissa.gov.in from 05:00 PM of Dt. 21.03.2018 upto 05:00 PM Dt. 12.04.2018.

6. Bid shall received only on online on or before 05:00 PM of Dt. 12.04.2018 .

7. Bid received on online (technical bid) shall be open at 03:00 PM on Dt. 17.04.2018 in the Municipal Office, Jharsuguda in presence of the bidders / representatives who wish to attend. If the office happen to be closed on the date of opening of the bids as specified, the will be opened on the next working day at the same time and venue.

8. The participating bidders must submit all upload documents in hard copy self signed in each page and the original Bid Security demand draft towards cost of bid documents. Affidavit in a sealed cover shall be submitted in the office of the undersigned before date and time of opening of Bid as specified at Para-06 above during office hours on working days through registered post / speed post / by hand addressed to Executive Officer, Jharsuguda Municipality before Dt. 17.04.2018 upto 03:00 PM failing which the bid will be rejected. The Authority will not be held responsible for the postal delay if any delivery of the documents and non-receipt of the same in time.

9. The cost of bid documents in demand draft issued from any Nationalized Bank may be prepared in the name of the Executive Officer, Jharsuguda Municipality.

10. The sealed Bid document shall contain scan copy of PAN, GST Registration Certificate, Experience Certificate and other document required as per DTCN and special condition if any.

11 Even if qualifying criteria are met, the bidders can be disqualified for the following reasons, if enquired and convinced by the Department as to :

 Making a false statement or declaration  Past record of poor performance.  Past history of litigation.

12. Bidders should read the terms and conditions carefully before bidding.

The Authority reserves the right to cancel any or all the Bids without assigning any reason thereof.

Executive Officer, Jharsuguda Municipality. Memo No. 780/JM Dt. 20.03.2018

Copy along with soft copy of the NIT and Bid document forwarded to the DIO, NIC, Jharsuguda for display in the Govt. website www..gov.in up to 21.03.2018, 5.00 PM for information of all.

Executive Officer, Jharsuguda Municipality.

- 3 -

Memo No. 781/JM Dt. 20.03.2018

Copy forwarded to the Revenue Divisional Commissioner, North / Central / South for information and necessary action.

Executive Officer, Jharsuguda Municipality. Memo No. 782/JM Dt. 20.03.2018 Copy forwarded to the Chief Engineer, P.H (U) / Chief Engineer, RWS&S, Odisha for information with a request to display the NIT in their office Notice Board.

Executive Officer, Jharsuguda Municipality.

Memo No. 783/JM Dt. 20.03.2018

Copy forwarded to the Collector & District Magistrate, Jharsuguda for information and necessary action.

Executive Officer, Jharsuguda Municipality. Memo No. 784/JM Dt. 20.03.2018

Copy forwarded to all S.Es, P.H Circles, Sambalpur / Executive Engineer, PH, Jharsuguda for information with a request to display the NIT in their office Notice Board.

Executive Officer, Jharsuguda Municipality.

Memo No. 785/JM Dt. 20.03.2018

Copy forwarded to the Chairperson, Jharsuguda Municipality/Chairperson, Brajarajnagar Municipality/Chairperson, Belpahar Municipality/District Audit Officer, LFA, Jharsuguda/G.M. DIC, Jharsuguda/APD Technical, DRDA, Jharsuguda/APD Finance, DRDA, Jharsuguda/Asst. Director, DPMU, Jharsuguda/Mechanical Engineer, RWSS, Jharsuguda/Executive Officer, Brajrajnagar Municipality/Belpahar Municipality or information and necessary action.

Executive Officer, Jharsuguda Municipality. Memo No. 786/JM Dt. 20.03.2018

Copy with a bridged version of NIT forwarded to M/s Sanket Communication Pvt. Ltd., 294, Saheed Nagar, - 751007 for publication of the NIT in two local Oriya dailies i.e. the Samaja & The and two national English daily i.e. (One Edition) / Indian Express (One Edition) at I&PR, Govt. of Odisha approved rate. After publication, the bills in triplicate along with copy of the advertisement may be sent to Executive Officer, Jharsuguda Municipality for necessary action.

Executive Officer, Jharsuguda Municipality.

- 4 -

ELIGIBILITY CRITERIA

The bidder must satisfy the following eligibility criteria failing which the tender shall be liable for rejection without reason thereof.

1. The bidder / Leader of joint venture/consortium must be based in India and should be a manufacturer / authorized dealer of the equipment / machinery / Vehicle chassis intended for supply as per schedule item.

2. The bidder / any member of the joint venture/consortium must have service facilities in Eastern Zone in India. In case the bidder does not have service facility in Odisha, an undertaking is to be furnished to set-up service facility in Jharsuguda if it becomes the successful bidder.

3. The bidder / any member of the joint venture / consortium must have satisfactorily completed supply the types of vehicle / machinery / equipment.

4. The copy of current and valid ISO 9001 / 2015 or higher quality certification of the manufacturer must be furnished.

5. The average turnover for the last three financial years shall be not less than Rs. 02.00 Crores from sales of goods.

If the Bidder is a joint venture/consortium, the financial strengths of each member of the JV shall be added together in proportion to their financial stake in the JV/consortium. If proportion is not disclosed turnover of each member will be added and then average turnover will be considered for satisfying above criteria.

6. Participants in the tender must be registered under GST Act Documentary proof in support of fulfilment of all the eligibility criteria must be provided by the bidder.

7. The bidder must have experience of 10 nos. of machines supplied to any Govt. or Commercial Department out of which atleast 03 nos. of similar or higher capacity as specified in the Tender must have supplied. The machine should be in working condition and performance certificate have to be attached.

Documentary proof in support of fulfilment of all the eligibility criteria must be provided by the bidder.

INSTRUCTION TO BIDDERS - 5 -

1. Bidding by one or a consortium of maximum two numbers of members is permitted. Brokers and intermediaries are not permitted to submit any Bids on behalf of other entities. No company will be permitted to submit application as an individual company and at the same time be a part of the Joint Venture / Consortium. Similarly, any company or firm can participate or become member of only one Joint Venture/ Consortium.

2. Bids by bidders of fraud / Penalised / blacklisted by any Government Department, PSU or Government Company are not eligible. In this regard, an affidavit demonstrating such anti- blacklisting is required to be provided.

3. In case the bidder / members of consortium is a company under the Companies Act, 1956, he / they shall submit copies of its certification of incorporation as well as the memorandum and Article of Association along with the bid. For joint venture/consortium, a copy of the Joint Venture / consortium Agreement entered into by the Partners shall be submitted with the bid; or a Letter of Intent to execute a Joint Venture/consortium Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid together with a copy of the proposed Agreement. Each Joint Venture/consortium Bidder shall submit, a written commitment, in the form of a letter duly executed by an authorized officer of each joint venture/consortium participant, which,

a) confirms each participant’s commitment to the joint venture and acceptance of the joint venture arrangements described in the agreement & confirms each participant’s willingness to provide a joint and several guarantee to the Owner to underwrite the performance of the joint venture / consortium in respect of the Contract; and

b) Identifies which joint venture/consortium participant,

(i) Will assume the leading role on behalf of the other joint venture / consortium participant; and (ii) will have the authority to commit on behalf of other participant.

4. A bidder that does not manufacture or produce the goods it offers to supply shall submit the Manufactures’ Authorisation to demonstrate that it has been duly authorized by the manufacturer or producer of the goods to supply these goods.

5. Tenders must be submitted in English Language only.

6. Incomplete / telegraphic or conditional tenders are not acceptable.

7. Prices quoted must be firm and fixed. Variations and escalations will not be allowed.

8. Terms and conditions and technical specifications stipulated in the bid documents must be accepted in full by the bidder and in token thereof the bidder must sign at the bottom of each page of the bid document and submit the same with their tender document. 9. At any time prior to the last date of submission of bid, The Client may, for any reason, - 6 -

whether at its own initiative or in response to clarifications requested by any Supplier, modify the tender document by issuance of Corrigendum / Addendum.

10. No tenders shall be received after expiry of the date and submission of bid.

11. The quantity of machineries / equipments / vehicles required to be purchased is subject to alteration without prior information Prior to finalisation of the order

12. The prices quoted by the bidder shall remain firm for quantity variations specified in bid document.

13. The Bidders are required to furnish their offers in the price bid both in words & figures. Corrections, if any, shall be made by crossing out with dated initial and rewriting. In case of any conflict between figures and words, the latter shall prevail.

14. Goods must be delivered to the consignee within the period specified in the bid document after placement of the purchase order.

15. Canvassing in any manner is strictly prohibited. The same will lead to rejection of the tender.

16. Proof in support of having Authorized Dealer / Sales & Service Centre in Odisha should be enclosed. In case the bidder does not have a service centre in Odisha, he shall submit an undertaking along with the tender for opening the same in the State, if contract is awarded.

17. In case of any correction or overwriting made by the Bidder in the rates offered, it should be signed & sealed by the bidders; otherwise the tender will be liable for rejection.

18. Power of Attorney to submit the bid and sign the agreement on behalf of Bidder shall have to be submitted with the bid wherever necessary. Partnership Deed Articles should be enclosed along with original bid documents, if applicable.

19. Notice inviting tender, tender documents, prescribed Technical bid, price bid, terms & conditions will form part of the tender. The technical bid, price bid and bid security shall be placed in separate sealed covers with superscription as ‘Technical Bid’, ‘Price Bid’ and ‘Bid Security’ all together put inside one sealed cover constituting the bid document.

20. Tenders will be received & will be opened as per information mentioned in the notice inviting tender. No receipt for the tender shall be issued by Jharsuguda Municipality.

21. Tenders will be received up to the last date of receipt of tenders during office hours on working days through Regd . Post / Speed Post. Tender received after due date & time will not be considered. The tenders of such firms shall only be considered who have downloaded from the website and submitted the same along with cost of tender paper and Bid Security. If due to any reason the due date is declared as a holiday the tenders will be opened on next working day at the same time and venue.

- 7 -

22. The technical bids shall be opened as per schedule indicated in the notice inviting tender in the Municipality office of Jharsuguda Municipality in the presence of bidders or their authorized representatives.

23. In case of clarification on the technical specification and commercial terms and conditions, the queries may be addressed to the Executive Officer, Jharsuguda Municipality within 7 days of publication of the notice inviting tender. A pre-bid conference will be held in Jharsuguda Municipality on Dt. 28.03.2018 at 11.30 AM to clarify any genuine queries of the prospective bidders. All the bidders or their authorised representatives desirous of participating in the pre-bid conference shall have to produce proof towards purchase of bid documents in the form of money receipt issued by Executive Officer, Jharsuguda Municipality failing which their queries will not be addressed. Tenderers, who download the tender documents from the Govt. website, shall have to furnish required Demand Draft / Pay order towards cost of tender document in Jharsuguda Municipality, obtain money receipt and produce the same before the scheduled pre-bid conference for participating in the pre-bid discussion.

24. The Bidders may be required to furnish the break-up of prices as quoted in their Price Bid, if asked to do so.

25. Submission of Tenders : The tenders should be submitted in a sealed envelope superscripted, (The name of vehicles / machineries to be supplied addressed to the Executive Officer, Jharsuguda Municipality.

26. Late Bids : The bidder will not be able to submit his bid after expiry of the date and time of submission of bid.

27. THE TECHNICAL BIDs SHOULD CONTAIN THE FOLLOWING DOCUMENTS:-

i. Certificate of Registration / incorporation as well as memorandum and Article of Association, if applicable. ii. Manufactures’ Authorisation, if applicable iii. Proof of having service facilities in eastern zone. iv. Undertaking to set up service facilities in Odisha, if applicable. v. Audited balance sheet/ annual report containing profit & loss statement. vi. Technical data sheet duly filled in for goods intended to supply vi. Valid PAN and Odisha GST/CST registration certificate. viii. Bid Documents including agenda issued by Jharsuguda Municipality, duly signed in all pages & sealed. ix. Cost of Tender Paper as per NIT x. Cost of EMD as per NIT. xi. Certificate and Proof as per Eligibility Criteria. xii. Brochure, literature, catalogue & other details of the product to be supplied. - 8 -

xiii. Power of Attorney to sign the Bid and Agreement, in the name of each signatory. xiv. Affidavit for authentication of documents and anti-blacklisting by Govt. Dept, PSU or Govt. organizations. xv. Check-List duly filled and signed by the bidder submitted with the tender. xvi. Any other document specified in the tender document. xvii. Consortium agreement and letter in case of joint / consortium bid.

28. Procedure for opening of the Tenders:

i. The Envelope superscripted as Technical Bid shall be opened at the time & date mentioned in the bids d o c u m e n t s in the presence of bidders or their authorised representatives.

ii. The date, time & venue of Price Bid opening will be intimated to the technically qualified bidders after completion of technical bid evaluation. Tenders without cost of bid document & bid security will not be considered for evaluation.

29. Evaluation :

i. The technical bids will be evaluated based on the minimum eligibility criteria prescribed for the bidders. The technical bid will be evaluated to examine whether the technical specification offered meets the technical requirements specified and acceptance of all other terms and conditions of the tender document. The bidders fulfilling all the commercial and technical requirements will be considered as technically qualified bidders. Price bids of only technically qualified bidders will be opened.

ii. The lowest technically qualified offer accompanied by all required documentary evidence will be accepted by the competent authority after due negotiation on techno-commercial terms and price offer, if considered necessary.

iii. The price of the equipment / machineries shall be inclusive of all taxes / statutory dues and transportation if any.

30. Tender Committee reserves the right to reject any Tender, if:

i. at any time, a material misrepresentation is made or discovered; or ii. the Supplier does not respond promptly and diligently to requests for supplemental information required for the evaluation of the Tender.

- 9 -

31. Miscellaneous requirements:

i. As part of the evaluation of the Tender, Tender Committee may request the bidder to submit clarifications and produce original documents for verification.

ii. The format for quoting the Price Bid is set out in the tender document.

iii. The bidder offering the lowest price would be declared as the preferred supplier for the same. In absence of response from the preferred supplier, the tender committee may call the 2nd lowest bidder for negotiation.

iv. In case there are two or more bidders quoting the same price, the Tender Committee may call all such bidders for negotiation and select the preferred Supplier on the outcome of the negotiations. The selection in such cases shall be at the sole discretion of Tender Committee.

v. The event of selection of the preferred supplier with or without negotiations, the Tender Committee shall declare the preferred supplier as the successful supplier for the item.

vi. Notwithstanding anything contained in this bid document, the Tender Committee reserves the right to accept or reject any bid, or to annul the bidding process or reject all bids, at any time without any liability or any obligation for such rejection or annulment and , without assigning any reasons thereof.

vii. An agreement in prescribed format shall be drawn between the Tender Committee and the successful bidder after finalisation of the bidding process.

COMMERCIAL TERMS AND CONDITIONS

1. Rate: (A)

The offer should indicate the unit cost of the items inclusive of all taxes & duties. The unit cost must also be inclusive of pre-delivery inspections, packing, forwarding, loading & unloading charges, cost of transit insurance, entry tax, transportation FOR destination where the machineries are to be delivered, demonstration, trial run and training arrangement at the concerned Urban Local Body. The cost of fuel, lubricant and remuneration of driver required during transportation, demonstration, trial run and training period must be included in the offer. The offer must also include the cost of temporary registration for the machineries, which shall be made by the supplier in the name of the Executive Officer of the concerned Urban Local Body.

(B) GST payable under the contract and maintenance charges shall have to be shown separately in the price bid.

- 10 -

2. Taxes & Duties etc.:

All Taxes and duties as prescribed both under Central and State Government rules would be applicable.

3. No advance payment will be made in any case.

4. Performance Security :

The successful Bidder must deposit the Performance security @ 10% of the ordered value (two securities of 5 % each) with the Executive Officer, Jharsuguda Municipality in shape of fixed deposit receipt from a commercial bank / irrevocable Bank Guarantee from a nationalised / scheduled Indian Bank. The validity of one 5% security will be for a period of 60 days beyond the date of completion of all contractual obligations including warranty period. The other 5% security is to be kept valid till completion of AMC period of 3 years beyond warranty period. The bid security shall be refunded to the successful bidder on receipt of performance security.

The 5% performance security of the supplier will be refunded by the Executive Officer, Jharsuguda Municipality after expiry of the warranty and AMC period respectively after receipt of a certificate from the Executive Officer of the concerned ULBs regarding successful performance of contractual obligations by the supplier. The validity period of above securities will be based on date of last supply of the equipment.

5. Joint venture or consortium:

If the supplier is a joint venture or consortium, all the parties shall be jointly and severally liable to the purchaser for due fulfilment of provisions of the contract and shall designate one party to act as the leader with authority to bind the joint venture or consortium. The composition or the constitution of the joint venture or consortium shall not be altered without the prior consent of Executive Officer, Jharsuguda Municipality during the contract period or concerned ULB during the maintenance period.

6. Quantity:

The quantities of the items mentioned in this bid document are subject to upward or downward revision (not exceeding 20%) according to requirement. In case of any further variation in quantity, mutual consent of both supplier & Jharsuguda Municipality shall be necessary. This will be finalised before release of order.

7. Consignee :

The consignees for the materials / equipments / vehicles shall be the Executive Officers of the concerned Urban Local Bodies where the materials / equipments are - 11 -

to be delivered or his authorised representatives. (List given in the bid document). The ULB wise requirement of materials / equipments are liable to change at any subsequent stage before delivery of the machineries at the discretion of Executive Officer, Jharsuguda Municipality.

8. Delivery:

The schedule for delivery of the Machinery/Equipment/Vehicle to the consignees is as follows :

Sl. Cluster of ULBs Qty. (Nos.) of Place of Cumulative time No. Equipments / Delivery period Machineries (from the date of supply order)

However successful bidder should try for earlier delivery and the same will be accepted and payment will be released.

9. Validity of Offer:

The offer must be kept valid for a period of 90 (Ninety) days from the scheduled date of opening of the Technical Bid. No escalation of price except the admissible tax component within the schedule period of supply would be accepted. The validity can be further extended with mutual consent.

10. Tax Clearance Certificate:

The Bidder must submit copy of GST registration certificate along with the bid document. If required, the original certificate would have to be produced by the bidder at time after opening of the Technical Bid / Price Bid or before placement of purchase order.

11. Warranty:

The items supplied under this tender should be warranted against any manufacturing defect or bad workmanship at least for a period of 1 (one) year for all mechanical - 12 -

equipment from the date of supply of the same and acceptance thereof by the concerned Urban Local Bodies.

12. Liquidated damages and termination of contract:

With the exception of force major events as described in Clause-12 and if the supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in the Contract, Executive Officer, Jharsuguda Municipality shall, without prejudice to its other remedies under the contract, deduct from the contract price, as liquidated damages, one tenth of one percent per day of the contract value of the remaining times of contract yet to be supplied subject to a maximum of ten percent of the contract price. Once the maximum is reached, Executive Officer, Jharsuguda Municipality may consider termination of the contract and in the event of such termination of the contract the performance security of the supplier shall be forfeited. However, the Executive Officer, Jharsuguda Municipality may, at its own discretion allow reasonable time extension upon receipt of written request

13. Force Major:

The supplier shall not be charged with liquidated damages nor shall his security for performance be forfeited when failure of the supplier in making delivery due to any event beyond the control of the supplier and could not have been foreseen, prevented or avoided by a prudent method. These include, but are not restricted to acts of God, acts of public enemy, acts of Government, fires, floods, epidemics, strikes, freights embargos and unusually severe weather.

14. Inspection:

Pre-delivery inspections shall be taken up by the representatives of Technical Team (Not exceeding four persons) and the expenditure on this account will be borne by the bidder. Tests & inspections, wherever required, may also be taken up jointly by representatives of Technical Committee and the concerned Urban Local Body at the place of deliver at a later stage.

15. Payment :

The schedule for payment against delivery of the equipments / machineries shall be as follows :

Sl. Payment Schedule Remarks No. 1 90% of cost of delivered to ULBs The Payment will be made by the Executive less recoveries applicable under the Officer of concerned ULB after receipt and contract. certificate of Technical Committee.

16. Demonstration, trial run and Training Programme : - 13 -

Demonstration and trial run facilities shall be arranged by the supplier for a minimum period of 10 days in the concerned ULB, the cost of which shall be borne by the supplier in presence of technical committee.

Training programme for the operating personnel of the ULBs (minimum three persons) should be conducted by the supplier concurrently during the demonstration and trial run period for a minimum period of 10 days.

17. After Sales Service:

The supplier should have fully equipped after-sales service centre preferably in the vicinity of the assigned service area so as to render timely and effective after-sale- service. The supplier shall provide an elaborate after-sales-service network guide to the ULB and provide necessary information with regard to various contact methods and response handling at the time of normal and emergency maintenance.

18. Maintenance contract :

The bidders are required to offer AMC (annual maintenance charge) for three years after warranty period for the supplied equipments and vehicle maintenance. AMC should cover all materials and labour charges except for normal consumable and accidental damages.

For this purpose, the supplier shall enter into a contract separately with the concerned Urban Local Body incorporating therein relevant terms and conditions of the contract. The ULB shall reserve the right to terminate the maintenance contract at any time without assigning any reason and in such event, the supplier will not be entitled to claim any compensation against such termination.

19. Limitation to Liability :

The ULB will not be responsible for any accident, fatal or non-fatal, caused to any worker or outsider in course of transport of the machine to the delivery destination or during demonstration and trial run of the same in the concerned ULB .

20. Dispute:

For adjudication of any dispute between the Executive Officer, Jharsuguda Municipality and the Supplier arising out of this contract, reference can be made to any law courts within the State of Odisha only .

21. Additional terms:

In case it is found necessary at a later date before execution of the contract to include any other clause in this contract / bid document, that shall be appended to this document in shape of corrigendum / addendum as the case may be.

- 14 -

LIST OF EQUIPMENTS / MACHINERIES / VEHICLES AS PER CONSIGNEES

Sl. Item No. of Concerned ULB No. Item 1 Truck Mounted Road Sweeping Machine. 01 2 6000 Ltr. Tank Capacity MCV Chassis Mounted 01 Combined Suction-cum-Jetting Machine. 3 Skid Steer Loader (4 Wheel Drive). 01 4 Iron Dustbin 4.5 cum capacity. 50 5 Garbage Compactor of 7 cum capacity. 01 6 Hydraulic Pickup Van 1500 Kg. Payload Capacity. 01 7 Mini Cesspool mounted on ISO Make Pickup Van (1500 01 Executive Officer, Ltrs.) Jharsuguda 8 Garbage Tri-Cycle. 30 Municipality. 9 Mobile Toilet Trolley (4 Seater) Toilet. 04 10 Hydraulic Small Auto Tipper (1.0 cum Capacity). Nil 11 Tractor of reputed Company with Hydraulic Trolley (HP 02 Range 34.5 HP). 12 Dead Body Carrier (with Glass, Centrally AC and AC 01 Freezer) fitted on a vehicle having L-4520 , W-1905, H- 2050 mm. 13 Fuel Free Solid Waste Disposal System Complete. 03

Sl. Item No. of Concerned ULB No. Item 1 Truck Mounted Road Sweeping Machine. 01 2 6000 Ltr. Tank Capacity MCV Chassis Mounted 01 Combined Suction-cum-Jetting Machine. 3 Skid Steer Loader (4 Wheel Drive). 02 4 Iron Dustbin 4.5 cum capacity. 30 5 Garbage Compactor of 7 cum capacity. 01 6 Hydraulic Pickup Van 1500 Kg. Payload Capacity. 01 7 Mini Cesspool mounted on ISO Make Pickup Van (1500 01 Executive Officer, Ltrs.) Brajarajnagar 8 25 Garbage Tri-Cycle. Municipality. 9 Mobile Toilet Trolley (4 Seater) Toilet. 04 10 Hydraulic Small Auto Tipper (1.0 cum Capacity). 02 11 Tractor of reputed Company with Hydraulic Trolley (HP 02 Range 34.5 HP). 12 Dead Body Carrier (with Glass, Centrally AC and AC 01 Freezer) fitted on a vehicle having L-4520 , W-1905, H- 2050 mm. 13 Fuel Free Solid Waste Disposal System Complete. 01 - 15 -

Sl. Item No. of Concerned ULB No. Item 1 Truck Mounted Road Sweeping Machine. 01 2 6000 Ltr. Tank Capacity MCV Chassis Mounted 01 Combined Suction-cum-Jetting Machine. 3 Skid Steer Loader (4 Wheel Drive). 01 4 Iron Dustbin 4.5 cum capacity. 25 5 Garbage Compactor of 7 cum capacity. 01 6 Hydraulic Pickup Van 1500 Kg. Payload Capacity. 01 7 Mini Cesspool mounted on ISO Make Pickup Van (1500 01 Executive Officer, Ltrs.) Belpahar 8 25 Garbage Tri-Cycle. Municipality. 9 Mobile Toilet Trolley (4 Seater) Toilet. 04 10 Hydraulic Small Auto Tipper (1.0 cum Capacity). 02 11 Tractor of reputed Company with Hydraulic Trolley (HP 02 Range 34.5 HP). 12 Dead Body Carrier (with Glass, Centrally AC and AC 01 Freezer) fitted on a vehicle having L-4520 , W-1905, H- 2050 mm. 13 Fuel Free Solid Waste Disposal System Complete. 01

- 16 - Technical Specification

Truck Chassis for 5 cum Mt. Single Engine Vacuum “Street Cleaner” (Reputed Company) 1. Technical Specifications of Truck Chassis.

Description Technical Specification Purpose Street Cleaner – Road Sweeping Machine, Not Ride on Type, 11 Ton Truck Chassis) Configuration 4x2 Wheel Base 4000-4330mm Engine BS 4 Capacity Minimum 90 HP or above. Kind of Fuel Diesel No. of Cylinders 04 Cylinders Steering Hydraulic Power Assisted Tyres Heavy Duty 8.25x20 + 1 Spare Cabin Factory Built-in with Non-Sleeper Drive RHD (Hyd.- Static) - 17 -

GVW Min 11 Ton Fuel Tank Capacity 100 Min Gear 5 Forward 1 Reverse Paining of Frame Parts ED Painting for Long Term Prevention of Rust Frame Ladder Type Channel with Reinforcement Brake Hydraulic Dual Circuit Electric System 12V DC PTO POWER TAKE OFF : Total Power take off is entirely designed to draw the ample power from the vehicle engine. The PTO will be provided on the body of gearbox and one auxiliary output. The engagement and dis-engagement of PTO outputs will effected pneumatically or electrically or mechanically operated and controlled system situated in the driver’s cabin. Output HP of the PTO should be as required by system for smooth and trouble free operation. 2. Sweeping Machine Specification.

Description Specification Type Truck Mounted Sweeping Machine Model 5 Cu. Mt. Sweeping Machine Sweeping System Wet and Dry Sweeping Area/Hr 25000 Sq. Mtr./Hr. (including side Brushes) Debris Hopper Capacity Min 5 Cu. Mt. Number of Brushes 3 (1 Central + 2side) Cabin Front wandering 1 Brush Manual Sweeping Hand held vacuum Wandering Hose Dia. 150 mm. Length. Sweeping Path 2850 mm with One Centre Brush + Two side rotary brushes and 3000 mm including front Brush. Sweeping Speed 2 to 10 Km/Hr Depending on road conditions.

Suction Fan High efficiency multi bladed dynamically balanced vacuum Fan driven by Hydraulic System for ensuring sufficient Vacuum Power for Sweeping System at Low Noise Levels. Blower Capacity Min. 14000 Cu.M/Hr. Suction Nozzles Operated openings for large objects Capable of lifting stones upto 50mm leaves, sand and other Materials from the road. Sweeping Brushes One horizontal brush 1900mm-2200mm long with Dia 400-450mm for wide sweeping with two side brushes of dia 600-750mm made of Nylons bristles. All Brushes are driven directly by Hydraulic motors. Debris Hopper Hopper Capacity 5 Cu.M. Anti-Rust Paint inside the Hopper and enamel paint outside of machine. Unloading of waste material by hydraulic tipping controlled from the control panel (pay load depends on the materials). Technology C E Certified. Dust Filter Shall meet – PM10 Pollution Control norms and filters should have minimum life of at least 3 years from the date of supply. The filtration area shall be min 80 Sq. Mtrs. - 18 -

Filter Cleaning System With Water sprinkling nozzles and pleated filters with compressed air pulse jets cleaning mechanism with micro vibration. CCD Camera Sytem CCD Cameras, one on Sweeping Head and Second at rear of machine to be provided to monitor the sweeping and ensuring safe reversing of machine. Control Easily accessible control panel mounted in front of operator including following :- 1. Suction Fan Drive On/Off 2. Roller & Rotary Brush On/Off 3. Sweeping Head & Brush Up/Down 4. Debris Hopper Tipping 5. Filter Cleaning Sytem On/Off 6. Water Spray On/Off 7. CCD Monitor 8. Hydraulic Pressure Gauges 9. Equipment Lights On/Off 10. Emergency Stop 11. Sweeping / Travelling Mode 12. Rotary Brush Speed Control 13. Filter Cleaning System Air Pressure Gauge

Spl. Gear should be provided for Single Engine Drive to Power Blower and Drive the vehicle at the same time. 2. 6000 LTR. TANK CAPACITY, MCV CHASSIS MOUNTED COMBINED SUCTION-CUM-JETTING MACHINE

GENERAL :

The 6000 litre combined tank capacity, MCV truck chassis mounted, combined suction-cum-jetting unit is capable of de-silting and de-choking civil/industrial drains and sewer lines of diameters 200mm to 400 mm.

The equipment consists of suction and a high-pressure water jetting equipment integrated to complete the Suction-cum-Jetting Combination unit.

De-choking and de-silting of the sewer and drain water lines and chambers will be carried out by the High Pressure Jetting System working on the principal of hydrodynamic cleaning by injecting high pressure water into the lines through a suitably dimensioned sewer jetting hose and special cleaning nozzles.

Aspiration of the effluent from sewer and drain water lines and chambers will be carried out on the principle of generating high vacuum in the sludge compartment for siphoning out effluents, liquids slurry, sludge and other materials from depths of about approximately 7 to 8 meters depending on the specific gravity of the effluent.

The equipment will extract the sludge and slurry under high vacuum through a suction hose connected to the tank vide a quick release hose coupling.

- 19 -

The contents of the sludge tank will then be transported to any desired destination for disposal and emptied by means of hydraulic tipping of the tank.

The Design & Operational Highlights of the equipment are:

• Equipment fitted with an exhauster/compressor that can be operated in both pressure and vacuum mode. The pressure mode can be used to discharge the tank’s contents under pressure without effecting the rear door opening, and also for blowing back pressurized air into the chamber/line to agitate and dislodge Sediments/sludge in the liquid effluent.

• Truck’s engine power utilised to drive the jetting pump as well as the exhauster/compressor through a pneumatically actuated Full Torque PTO fitted between the vehicle’s Gear Box and the Rear Axle.

• Independently driven hydraulic pump. This system of drive has a distinct advantage over the conventional system of driving the hydraulic pump in tandem with the jetting pump as it eliminates the risk of water starvation for the jetting when the tank has to be tipped / hose reel has to be attended to with the water storage tank empty.

• The sludge tank’s rear door opening will be affected hydraulically through two hydraulic cylinders.

• Emptying of the sludge tank will be affected by hydraulic tipping of the same. This facilitates emptying with necessity of man entry.

• Sewer Jetting Hose made of lightweight, abrasive resistant, thermoplastic material for better handling during jetting operations.

MOUNTING OF EQUIPMENT

The complete equipment will be mounted on a 11 ton GVW, Vehicle chassis having an output rating of not less than 90 hp. The vehicle chassis Cab Chassis with a factory fitted Auxiliary Power- takeoff unit located on the vehicle’s gearbox will be supplied along with the equipment.

Important: Vehicle chassis without a factory fitted air-braking system / a compressed air system are not suitable for this application.

COMBINED SLUDGE AND CLEAN WATER STORAGE TANK

The tank will be fabricated from 5 mm thick M.S. Plate confirming to IS-2062 Grade ‘A’ standard and will have a combined volumetric capacity of about 6000 litres. It shall be designed to withstand conditions prevailing from the operating vacuum and pressure conditions.

The tank will be of a cylindrical design with torrispherical-dished ends to ensure a complete and fast off-loading of the collected material. Mounted on a heavy C-sectioned sub-frame to provide additional structural strength to the chassis frame, the tank will be supported at the rear end by two heavy-duty hinge arrangements to facilitate its hydraulic tipping 30O for unloading the - 20 - collected material at appropriate disposal grounds. The tipping cylinder will be front end mounted and will of a multistage design to achieve the required tipping angle. The forward end of the tank will be fitted with robust saddle supports, which will rest on the sub-frame firmly on the sub-frame.

The tank’s rear door will be of a fully open able type, and its, as also the shell’s perimeter will be reinforced for structural integrity. Two heavy- duty hinges will support the tank’s rear door. Two suitably dimensioned double acting hydraulic cylinders will affect raising and lowering of the door. The door will be raised through a minimum angle of 80O to the vertical. Locking and sealing of the rear door will be done by hand wheel operated bolts, which will be of a robust design located circumferentially on the tank’s rear end of the shell.

A High quality hollow “D” section type door sealing neoprene rubber gasket will be used to ensure the door to be leak proof.

Tank Fittings:

(A) FRESH WATER COMPARTMENT

1. 1 no. 2” Ball valve at the forward end of the compartment to facilitate draining.

2. 1 no. 2” Ball valve to isolate the tank from the jetting system to facilitate maintenance even with a water-filled tank.

3. Level glass fitted in a convenient position to enable the operator to gauge the content’s level inside the tank.

4. Manhole for tank filling and to allow man-entry in the tank for routine cleaning and inspection.

5. A tank breather will be fitted on the tank top to allow the compartment to be constantly vented to the atmosphere during jetting operations.

(B) SLUDGE COMPARTMENT 1. 1 no. 75 mm Knife Gate Valve located at the bottom most position at the rear-dished end for draining the tank’s contents.

2. Level glass fitted in a convenient position to enable the operator to gauge the content’s level inside the tank.

3. A Ball Float type, Primary shut-off to prevent water from entering the pumping system due to an accidental overflow.

4. 1 no. Pressure relief valve.

Technical Data :

Capacity : 6000 ltrs. (3500L Clean Water + 2500L Sewerage)

Construction : Cylindrical shell with torrispherical dished ends. - 21 -

Material : 6 mm thick plates per IS 2062 Grade – ‘A’ for shell and rear dished ends Max. Operating Pressure : -0.9 to 1 bar

TANK MOUNTING :

The Sludge Collection Tank will be mounted on a sub-frame, fabricated from ISMC 150 channel sections.

This arrangement distributes the weight of the equipment and payload evenly over the chassis long-bearers and renders the arrangement torque resistant when operating in off-road conditions existing at disposal sites.

SUCTION SYSTEM :

Vacuum Pump (Exhauster / Compressor)

The Equipment will be fitted with a Rotary Sliding Vane, positive displacement type Exhauster/Compressor known for its unmatched performance and for its trouble free and cost effective service through out the life of the equipment.

The pump will be fitted with high temperature resistant, asbestos free vanes, shall have a free airflow capacity of 5300LPM.

The exhauster / compressor will be provided with: a. Convection Air-cooling b. Forced oil Lubrication pump c. Incorporated Check valve d. Incorporated 4 – way valve TECHNICAL DATA :

Type : Rotary Delivery : 5300 LPM @ 1300 RPM Max Vacuum : 92% Max Operating Vacuum : 200 mbar (80% Vacuum) Max. Pressure : 1.5 bar (abs)

The 4 – way change – over valve will enable the unit to change quickly from the pressure to the suction mode and vice – versa.

A pump inlet Filter of adequate capacity will be incorporated in the system for the protection of the pump against any ingress of foreign particles, in both the suction and the overpressure modes of operation.

Pressure relief and vacuum relief valves will be line mounted to protect the equipment and system from over pressure and excessive vacuum respectively. The valves will be factory set to control the operating pressure and vacuum parameters of the system.

- 22 -

Operational Highlights:

BLOW BACK ARRANGEMENT

This arrangement is utilized for the following operations:

A ) Stirring up the silt before commencing the suction operation. B) Discharging the sludge / silt from the tank under pressure.

A) SLUDGE STIRRING: The blowback pressure mode is utilized to stir up the sewer content. This result in the homogenous mixing of the particles in the water content and all the heavier particles / materials deposited at the bottom of the tank are brought up and kept in circulation, before commencing the suction operation. The suction operations under this stage will effectively clean out the complete sludge particles stagnated in the manhole section / sewer lines.

B) SLUDGE BLOW BACK: The blow back arrangement is also effective in discharging the sludge / silt from the tank under pressure.

Suction Hose, Hose Connection And Stowage :

Five single length sections of 75mm diameter & 3 metres long, heavy duty, light and easy to handle PVC hose along with quick connects hose-end fittings, shall be provided for the suction application.

A 75mm dia. suction hose end nozzle attached to one of the hoses and a suction end 75mm strainer both fitted with suitable quick release couplings will be provided with the equipment as standard accessory.

Two lockable hose racks for the stowage of hoses will be provided on either side of the equipment.

JETTING SYSTEM :

High Pressure Jetting Pump :

The equipment will be fitted with a triplex plunger, reciprocating pump having a flow and pressure rating of 70 lpm at 130 bars respectively.

TECHNICAL DATA

Type : Triplex-plunger pump Drive rating : 24 HP @ 1450 RPM

Hose and Hose Reel :

Fitted on the rear end of the equipment, the hose reel will be of the swivel type. The hose reel will be designed to store 60 metres of the supplied sewer jetting hose.

- 23 -

Delivery and recovery of the jetting hose will be done via a low speed, high torque hydraulic motor drive.

TECHNICAL DATA : Length : 60 m I D : 19 mm (3/4 inch) O D : 28.96 mm (1.14 inch) Min. bend radius : 110 mm Max. Working Pressure : 170 bar (2500 psi) Min. Burst Pressure : 430 bar (6200 psi) Construction : Thermoplastic Techno-polymer core with high tensile synthetic fiber braided, pressure reinforcement. Outer cover made of thermoplastic techno-polymer.

DRIVE SYSTEM :

Drive for the high pressure jetting pump, as also the vacuum pump will be tapped from a new generation total power take off (split shaft P.T.O.). The total power take off will be fitted with two independent auxiliary output drive shafts and the complete unit will be mounted in the center of the auxiliary frame and between the vehicle’s gearbox and the differential.

The hydraulic pump will be independently driven by the factory fitted lateral / axial PTO fitted onto the vehicle's gearbox.

The total power take - off is entirely designed and manufactured by M/s. PZB Spa of Italy. The design allows drawing of all the power from the vehicle engine. The P.T.O. will be provided with one main transmission and two independent auxiliary output drive shafts. The engagement and disengagement of the P.T.O. outputs will be effected pneumatically through an air control valve fitted in the driver’s cabin.

TECHNICAL DATA : Throughput Torque : 400 KGM No. of outputs (auxiliary) : Two Output Torque on Auxiliary shafts : 25 kgm for both vacuum & jetting pumps PTO Output ratios : 1:1 on main shaft and 1.145:1 on auxiliary Shaft. Shaft.

HYDRAULIC PLANT :

A hydraulic pump of ample capacity to meet the operational requirements of the system will be of ISO make,

Hydraulic motor required to drive the hose reel will be that of ISO,

The hydraulic system will be provided with an oil-storage tank of suitable capacity, suction and return line filters, direction control valves and an online pilot operated check valve for the rear door opening circuit to ensure safety against creeping back of the tank door. - 24 -

All hydraulic connections will be a combination of high-pressure seamless pipes and flexible hoses, to facilitate easy replacements / repairs.

PAINTING / FINISHING OF THE COMPLETE UNIT :

Both, exterior and interior of the tank will be sanded prior to spray painting.

The tank exterior shall be spray-painted with two coats of superior quality anti-corrosive primer and two coats of enamel metal paint of a reputed make. The colour shade will be as per the customer’s choice.

To resist corrosion, the clean water compartment will be internally coated with two coats of anti-corrosive primer and two coats of gray enamel paint.

The Sludge compartment tank will be internally coated with two coats of epoxy paint to resist corrosion due to weak acids.

ACCESSORIES AND SAFETY FEATURES INCORPORATED IN THE SUCTION SYSTEM

A. Pressure Relief Valve - Fitted in a suitable position, this device provides safety to the storage tank as well as the complete system. The valve is of a spring loaded adjustable type and provides continuous relief when the system’s pressure exceeds the preset limit.

3. Skid Steer Loader (Reputed Company) SPECIFICATION :

Skid Steer Loader - Minimum 49 hp liquid cool Engine with interim tier 4 emissions, tipping load 3300 lbs with a operating weight not less than 5900 lbs and 2 speed travel. Having minimum L & W 130 inch with bucker capacity minimum 0.80 cum with a lifting capacity 8’0” height. Should have strong hydraulic system for enable attachment like concrete breaker, brush saw, vibratory roller. 4. 4.5 CUM Iron Container

a. The suitable container shall be made in all sides and covers of 3 mm Mild steel and of 4.5 Cu. Mt. Capacity suitable for loading, transporting and unloading by the Dumper Placer mechanism.

b. The sides of the body shall be made of pressed sheet (Corrugated) in order to enhance durability and more strength to with stand rough handling.

c. The top of the containers will have 4 nos. windows mounted on heavy duty hinges. The clearance of the opening shall be maximum for easy collection of the refuse. The top covers shall rest on the top body when they are opened.

d. The container will be so designed to have proper load distribution during collection.

- 25 -

e. The overall dimensions are :

Top Length : 2700 mm, Bottom Length : 2350 mm. Width : 1500 mm, Height : 1245 mm

f. The inside body shall be applied epoxy primer and epoxy paint. The out side body shall be with best quality enamel primer and enamel paint, and written the name of Jharsuguda Municipality.

g. The rear door shall be with channels on the border and with hook and chain arrangement for the locking system. The rear door shall be mounted on the body with swivel type heavy duty profiles and pins.

h. All sheets are 10 gauge Iron sheets.

5.- Technical Specification of 7 cum Capacity Garbage Compactor Vehicle

Specification :

The Refuse Compactor Vehicle shall be easy to handle and allow the bin handlers to unload Solid Waste from the Bins into the Machine Taligate hopper with minimum physical effort and maximum safety. Hand lever arrangement for operation of Compaction Cycle shall be provided. The Taligate loading height shall not be more than 1.2 meters from the ground level.

Refuse Collection Body :

The RCV would be 7 M3 Capacity and be in torsion-free steel construction.

Roof Panel thickness : Minimum 4 mm Side Panel thickness : Minimum 4 mm Floor thickness : Minimum 4 mm

The tailgate bearing and automatic Tailgate locking shall be integrated into the rear frame of the body.

The Ejection Plate shall run on synthetic guide blocks within the lateral longitudinal guides of the boat-type bottom group of the refuse collection body and must be operated by a telescope hydraulic ram. A hydraulic control unit will regulate the withdrawl of the ejection panel during the loading process, so that the compaction is optimized.

It must serve during loading as a resistance for the refuse compaction process.

Taligate :

- 26 -

The Taligate shall unlock automatically and raise, to permit ejection of refuse from RCV hopper when hydraulic valve is actuated. There shall be automatic locking arrangement between Taligate and RCV hopper body. This locking system shall be completely liquid proof between Taligate and Refuse collection body by using double rubber lip shall.

The Taligate hopper shall have a Volume of minimum 1.75M3.

Slide Plate – The Slide Plate shall be actuated by 2 Hydraulic Cylinders and must run on suitable number of sliding blocks. Materials of construction – High tensile steel ST-52.

Packer Plate – The Packer Plate shall be actuated by 2 Hydraulic Cylinders.

Taligate Hopper :

Material of construction.

Universal Bin Lifter :

The Universal Bin Lifter is capable of directly lifting and empting the garbage from a DIN Standard Bin of 1100 Ltrs.

The Bin Lifter shall be provided be with 4 hydraulic cylinders i.e. 2 cylinders for levelling and lifting the Bin and 2 cylinders for tipping operations. The total number of hydraulic cylinders in the equipment fitted with Universal Bin Lifter shall be 11 Nos.

Hydraulic Pump :

The RCV shall be equipped with following hydraulic system :

Hydraulic Pump : High performance, fixed displacement, pin vane design pump, best suited for mobile application, supplying the pressurized hydraulic oil for telescopic cylinder of Ejection panel, tail gate lifting and closing, bin lifting and titling, operation of sliding place and packer plate.

All hydraulic functions are achieved by the below major components : i. Hand operated mobile control valves supplying controlled hydraulic oil proportionally with its actuation along with integral load holding check valves to prevent reverse flow through valve when shifting. ii. Remote Pilot operated two way valve along with pressure relief valve for creating a hydraulic resistance during withdrawl of the ejection panel for the refuse compaction process. iii. Over center valve creating a back pressure to prevent the load from free failing or over-run during lowering.

- 27 - iv. 11 Hydraulic Cylinders shall be installed covering following operation.

1 telescopic ram, double-acting for the ejection panel. 2 hydraulic rams, double-acting for the slide plate Double acting Slide-cylinders (for compacting) shall be located outside of the Sidewalls. The cylinders are mounted in pushing position. 2 hydraulic rams, double-acting for the packer plate (Lifting /lowering and automatic locking) 2 levelling and lifting cylinders 2 Tipping cylinders.

All cylinders should be of reputed make.

Working light, Rotating Beacon light, Backing light, Stop light, Direction indicator and Number Plate light to be provided in the RCV.

Safety Features :

Hose burst valve shall be fitted to the system to prevent the tailgate descending in the event of the hydraulic failure. There shall be a body prop provided on the tailgate to hold the tailgate in the open position for safety of workshop personnel when entering the body for maintenance or repair.

Painting :

The entire unit shall be painted with two coats of superior quality anti-corrosive primer with two coats of approved quality paint to ensure long lasting, resistance to rust, weathering and breakage. The color shale shall be purchaser’s choice selected from the standard colors offered by the supplier.

Truck Chassis :

The equipment shall be suitable to be mounted on 11 Ton GVW, wheelbase 4200 mm (Min) Truck Chassis with Non-Sleeper Cabin and PTO.

6.- Hydraulic Puckup Van

SPECIFICATION :

4 Cylinder, 4 stroke D.I. Engine, 2523 CC Capacity, 52.2 KW @ 3200 rpm (70 hp), Single Plate Dry Clutch, 5 Speed Gear, 1 Reverse Gear, Power Steering, Front : Disc brakes, Rear : Drum Brakes, Rim size : 5.5 J x 15, Tyre size : 7.00 R15 (38.1 cm) 10 PR for 1250 Kg. with Trolley Hydraulic System.

- 28 -

7.- Mini Cesspool mounted on ISO Make Pick-up Van (1500 Ltrs.)

SPECIFICATION :

Suction Machine having capacity of 1500 Ltrs. having vacuum (Suction) cum blow back system with imported Italian Rotary vane pump of free air capacity of 156 cum / HR, 6 BHP four stroke air cooled single piston diesel engine, imported four way valves imported siphon filter and suction hose of 30 mtrs. With quick couplier, mounted on Pick-up Cabin Chassis with complete testing commissioning.

8 Tri-Cycle : Rickshaw with container

SPECIFICATION :

1. Container Body : made of 18 gauge Galvanise Sheet with 25x25x5mm Angle Iron Frame. 2. Chassis : mounted on Heavy Duty Tri-Cycle Chassis and Frame from any Branded Company. 3. Tyre : Both Front and Rear wheels fitted with Tubeless Tyres. 4. container Size : Length : 4 Feet, Wide : 3 Feet and Height 1 Feet 6 Inches.

9 Mobile Toilet Van (4 Seater)

1. SPECIFICATION :

4 Seater Mobile Toilet Van FRP Body with fibre glass door toilet Pan of the FRP material, 2 no. water tanker of 500 Ltr., Chassis of 100x50ms channel, each cabin with Tap Water, Ventilation and Electric arrangement, Sludge Tank at Bottom with Valve, Tyre : 600x16 four nos. complete new tyres with Ladder Platform Basin and Paintings, Size : 1’2”x6”, Cabin 3’x3’.

10 Hydraulic Auto Tipper

SPECIFICATION :

1 cum. Capacity Tipper mounted on Small Commercial Vehicle or Auto Chassis for Door to Door Garbage collection, Engine Drive Hydraulic system, D.C Valve, oil tank, level gauge and heavy duty oil pump 2.5 liters capacity with all standard accessories. Bottom & Side: 16 Swg. M.S Sheet, Base Frame: 75 x 40 M.S Channel Side Frame: 16 Swg. M.S Box, Hydraulic Cylinder: 1.6 M. - 29 -

11 Tractor with Hydraulic Trolley. ( HP Range 34.5 HP) Manufacture- ISO make reputed manufacturer. Type- 4 stroke diesel No. of Cylinders- 3 Bore length- 100 mm Stork length- 110 mm Compression ratio- 17:1 Engineer speed at full load- 2000 rpm Fuel consumption / bhp hr- 72.5 cc Cooling- Air cooling Lubrication- Forced BHP - 34.5 Gear box - 6 forward, 2 reverse weight- 1600 kg (approx) wheel base- 2035 mm (normal) 1985 mm (raise) Ground clearance- 385 mm (normal) 485(raise) Fuel tank capacity- 35 lits Front tyres- 6.00 x 16 with 26 psi pressure. Rrear tyres- 12.4 x 28 with 8-12 psi pressure for field work and 14-15 psi pressure roads. 2 wheels plain / Hydraulic Tractor Trilley: Body : 10'x6'2' Chassis- 6"3" Flooring - 5 mm side dala- 10 fauge Disc- double plate Tyre- 9.00 x 20

12 Dead Body Carrier (with Glass Centrally Ac and detachable AC Freezer) fitted on a vehicle having L- 4520, W- 1905, H- 2050 M.

13.- Fuel free Solid Waste disposal unit (Garbage Elimination Plant) Equipment : Fuel free Solid Waste disposal unit with ladder and loading platform. Effective Height from G / 15mm minimum Level Capacity 250 Kg/hr

COMBUSTION CHAMBER

Material Non-Corrosive mild carbon steel of IS2602-GRADE B Category Cylindrical Chamber as specified by BIS, Thickness : 6 mm Dimension 1. Upper cone Dia : 1400mm, Height : 900mm, Thickness : 6mm 2. Cylindrical Chamber Dia : 1400mm, Height : 1400mm, Thickness : 6mm 3. Lower cone Dia : 1400mm, Height : 600mm, Thickness : 6mm 4. Loading Door Height : 400mm, Thickness : 450mm 5. Inspection Door Height : 150mm, Thickness : 250mm 6. Ash Door Size : 400mm - 30 -

Magnetic Ionised Air Air Chamber with stem Intake System Non-Corrosive mild carbon steel of IS2602-GRADE B Category Thickness : 6mm Pipe size: 4” Seamless (Schedule 40) Thickness: 5mm, Air Chamber Pipe size: 8” Seamless pipe Thickness: 5mm Air inlet pipe size: 1.5” Additional air intake (Steel Tube 2”x1”) Thickness: 1.6mm Additional Air Supply Unit 1 Pipe Size : /2 ” Schedule 40 Seamless Pipe at four discharge points. Secondary Burning chamber Pipe size: 1.5”, Thickness: 4mm Thermal Insulation 1. Inner phase: High quality Imported Fire Cement Concrete (CALDRY’S, WYTEHEAT C) (thermally treated and cured)/IS-8 Fire Bricks. 2. Outer phase: with 100mm thick glass wool (Density-64kg/m³). 3. Protected with 1.0mm thick Aluminium Plate (22 gauge) Erection Erected upon four legs made of dia .3”mm and thickness 6mm Schedule 40 Seamless Pipe. Materials 1. V- Hook : Material – G.I, Thickness – 5mm 2. Flange : Type – E, Size – 10”, Thickness – 12mm 3. Nut-Bolts : Stainless Steel High Tension Ladder With handrails & platform Material – Steel Tube G.I Width: 80cm Efficiency 97.3% Fuel Consumption Nil

Waste Loading Door of size, 400mmx300mm will be provided, made using, Chrome Alloy M.S. Sheet of 5mm Thickness.

Other Features :  Waste Loading Door  Cleaning Door  Access Ladder  Peep Hole  Ash Chamber with Door

- 31 -

Facilities will be provided in the port hole and access ladder for routine maintenance and emission tests and the unit will be protected by preventing rain water entering the chamber. (Rain Diffuer).

Ladder and Platform  Ladder and Platform will be made of 10mmx2.5mm size GI pipe an width of 60 cm and with 60x60 cm size Platform. Plumbing and Electrical Work

 Plumbing works for water connection to scrubber unit and scrubber effluent disposal system using GI pipes and electrical works if any required for the functioning of the unit will be provided.

CHIMNEY

Materials M.S. SEAMLESS SCHEDULE 40 PIPE (API SPEC SL 0135J)/GALVANISED IRON PIPE Other accessories include : Wet scrubbing system and Diffuser, Secondary Burning with the help of additional air inlet tubes for thermal oxidation of flue gases inside chimney. Port hole on chimney with ladder of 45 cm width will be provided with using GI pipes. Dimension Dia : 8”, thick : 6mm Effective Height 15 metres minimum Additional Neck Double Core technique. Support Inner : 8”, Seamless Pipe Schedule 40, Outer : 10” Seamless Pipe Schedule 40, Diffuser with water Pipe Dia : 10”, Thickness : 5mm drain * CONCRETE PLATFORM IS REQUIRED FOR ERECTION OF WASTE DISPOSER

BUILT SPECIFICATIONS WET SCRUBBER/POLLUTION CONTROL DEVICE

SPECIFICATIONS :

Description Material Non-Corrosive mild carbon steel of IS2602-GRADE B - 32 -

Category / Cylindrical Chamber as specified by BIS, Thickness : 4mm / 6mm Erection Erected upon four legs made of dia. 2” and thickness 5mm Materials used Flanges Type – E Size – 5”, 8”, 10” Coupling Type- Schedule 40 Size -2” Inlet Water Pipe Type- ‘C’ Class Size – ½” Discharge Water Pipe Type- ‘C’ Class Size – 2”

SCOPE OF THE WORK :

1. Supply, loading, unloading and erection of the equipment at the proposed site. 2. Concrete Platform is at customer scope. 3. Provide necessary water connections for the functioning of the emission control devices. 4. Installation, trial run and commissioning. 5. Provide training to the client’s staff for proper operation of the equipment. 6. Provide 2- year onsite replacement warranty to the equipment (*conditions apply). 7. Provide routine onsite check-up every 90 days.

1. BID SUBMISSION FORM

[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to its format shall be permitted and no substitutions shall be accepted].

Date : (insert date (as day, month and year) of Bid Submission]

Bid Identification No.:

- 33 -

To The Executive Officer, Jharsuguda Municipality.

We, the undersigned, declare that : a) We have examined and have no reservations to the Bidding Documents, including Addenda No. : [insert the number and issuing date of each Agenda]. b) We offer to supply in conformity with the tender documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services [insert a brief description of the Goods and Related Services]; c) Our bid shall be valid until and included as specified in Clause -8, commercial terms and conditions from the date fixed for the bid submission deadline in accordance with ITB Clause 21, and it shall remain binding upon us and may be accepted at any time before the expiration of the period. d) If our bid is accepted, we commit to obtain a performance security in accordance with commercial terms and conditions Clause- 4 for the due performance of the contract ; e) Our firm , has not been declared ineligible in accordance with ITB clause- 2. f) We understand that this bid, together with your written acceptance thereof included in our notification of award, shall constitute a binding contract between us, until a format contract is prepared and executed. g) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

Signed : [Signature of person authorized by the Bidder to sign the bid submission form, and whose name and title are shown below]

Name : [insert full name]

Title : [insert official title]

Duly authorized to sign the bid for and on behalf of : [insert complete name of bidder]

Date on day of , [insert date of signing]

2. BIDDER INFORMATION FORM & COMMERCIAL DATA SHEET

[The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterations to its format shall be permitted and no substitutions shall be accepted].

Date : (insert date (as day, month and year) of Bid Submission]

Bid Identification No.: - 34 -

1 Bidder’s Legal Name (insert Bidder’s legal name)

2 Bidder’s Registration Details :

3 Bidder’s Year of Registration : (insert Bidder’s year of registration)

4 Bidder’s Legal Address in India of Registration.

5 Bidder’s Authorised Representative Information

Name : (insert Authorised Representative’s name)

Address : (insert Authorised Representative’s Address)

Telephone/Fax numbers : (insert Authorised representative’s telephone/ fax numbers)

Email Address : (insert Authorised Representative’s Email address)

6 Attached are copies of original documents of : [check the boxes) of the attached original documents]

- Articles of Incorporation of Registration of firm named in 1, above.

7 PAN and Odisha GST / CST Registration details of the bidder. 8 Annual turnover of the Bidder from sales of goods 2016-17 : Rs. 2015-16 : Rs. 2014-15 : Rs.

Signed (signature of Bidder as Registration of Firm)

Name : [insert full name]

Title : [insert official title]

3. MANUFACTURER’S AUTHORISATION LETTER

Date : ….………………… - 35 -

Bid Identification No. ..…………………………………..

To The Executive Officer Jharsuguda Municipality, Jharsuguda.

…………………………………………………………………………………………………………… ...……………………………. ………………………………………………………………………….. WHEREAS ….…………………………………………………………………………………………. ……… who are official manufacturers of …………………………………………………………… having factories at …………………………………………………………………………………… ………………………………………………….. do hereby authorize ……………………………… …… … … ……. …………………………………. …….to submit a Bid in relation to the Invitation of Bids indicated above, the purpose of which is to provide the following goods, manufactured by us ………………………………………………………...………………………… ……………. . and to subsequently negotiate and sign the contract.

We hereby extend our full guarantee and warranty in accordance with provision of the tender document, with respect to the Goods offered by the above firm in reply to this invitation for Bids.

Name : …………………………………………………………………………………………………. In the Capacity of : …………………………………………………………………… ……………… Signed :..………………………………………..……………………………………………………… Duly authorized to sign the Authorisation for and on behalf of ……………...…………………… Date : .…………………………………………………………….……… ……………………………

4. Formats for Financial Statement

- 36 -

I hereby declare that I have scrutinized and audited the financial statement of M/s ………… …………… The annual turnover of the company / firm for the last three years from ………………………. is as follows :

Year Year Annual turnover (Rs. in Crore)

2014-15 2015-16 2016-17 Average of above applicable for annual turnover only.

The above turnover includes income only from sale of goods. Other incomes such as interest, dividend and trade income are excluded from the above mentioned turnover.

(Signed and sealed by the statutory Auditor)

Encl : 1. Copy of audited balance sheets or Audited Annual Reports including profit & loss statement for the last three years ending 31.03.2017.

- 37 -

5. Undertaking for the availability of spare parts and after sale service

To, The Executive Officer, Jharsuguda Municipality, Jharsuguda.

Subject : Undertaking for the availability of Spare parts and After Sale Service as provided in the tender document.

Hereby we confirm that, with pursuant to the tender document, we shall, for all the time as and when required, provide Spare Parts and other Aggregates of the materials / equipments / vehicles and After Sale Service at the destination specified by Executive Officer, Jharsuguda Municipality.

Name of the Bidder

Sign of the Authorised Signatory

Name of the Autorised Signatory

6. Format for Performance Statement

1. Details may be given for all types of vehicles / equipments supplied by Bidder in past three years to civic bodies / corporations / PSUs / Govt. organizations as per DTCN.

- 38 -

2. Details are to be furnished for the supplies made by the Bidder in three years (ending 31.03.2017) prior to the year in which the date of Opening of Bid falls.

Sl. Contract placed by Contract Description and Value of Date of Documentary No. (Full name & No. quantity of contract completion evidence address & Date Machineries / of delivery (Purchase / equipments as (as per order ordered contract) 1 2 3 4 5 6 7

Copy of the documentary evidence, signed by the authorised signatory shall be attached.

Signature and Seal of the Bidder

7. Anti –blacklisting and authenticity of bid documents Certificate [Notarisation is required]

- 39 -

Format of self-certificate stating that the entity / promoter/s / Director/s of Entity are not blacklisted and authenticity of bid documents.

M/s ………… (name of the Bidder), (the names and address of the registered office) hereby certify and confirm that we or any of our promoter/s / director/s are not barred by State Government / any other government entity or blacklisted by any state government or central government / department / Local Government / agency in India from participating in Project/s , either individually or as member of a consortium as on the …………………………………………. (last date of submission of Bid).

We also confirm that all the bid documents submitted to Jharsuguda Municipality in connection with Bid Identification No.……..... of ...... are authentic and bonafide document in the eyes of the law of the land.

We further confirm that we are aware that our application for the captioned project would be liable for rejection in case any material misrepresentation is made or discovered with regard to the requirements of the tender document at any state of the bidding process or thereafter during the agreement period. Dated this …………………. Day of …………… ………….2017.

Name of the Bidder

Signature of the Authorized Person

Name of the Authorized person

8. Format of Power of Attorney

(Applicable only in case where the signatory to the Bid is not authorized directly by the Bidder firm through Board Resolution or Partners’ resolution and is signing on behalf of the - 40 -

Authorised Signatory. The Power of Attorney is not required for a firm being Proprietary Concern). [On Requisite Stamp Paper duly Notarized)

KNOW ALL MEN by these presents that we , ……………………………………... *name of the company / partnership firm+, a company incorporated under the Companies Act, 1956/ Firm having partnership deed as per partnership act and having its Registered Office/ Office at …. *Address of the Company / partnership firm+ (hereinafter referred to as “Company/ firm”) :

WHEREAS in response to the tender document for purchase of cesspool emptiers [title of the tender], (“Project”), the Company / firm is submitting Bid comprising Technical and Price Bids for the project in ………….. to *name of the purchase+, and is desirous to appointing an attorney for the purpose thereof Whereas the company deems it expedient to appoint Mr. …………………………………. Son of ……………………………………………… resident of ……………………………………………… holding the post of …………………………………. as the Attorney of the company / firm.

NOW KNOW WE ALL BY THESE PRESENTS, THAT …………………*name of the company / firm+ do hereby nominate, constitute and appoint ……..* name & designation of the person+. ……… as its true and lawful Attorney of the company / firm to do and execute all or any of the following acts, deeds and things for the company/ firm in its name and on its behalf, that is of ……………………… say :

To act as the Company/s firm/s official representatives for submitting the Bid comprising Technical Bid and Price Bid for the said project and other relevant documents in connection therewith :

To sign all the necessary documents, papers, testimonials, applications, representations correspondence necessary and proper for the purpose aforesaid.

To tender / bid documents, receive and make inquiries, make the necessary corrections and clarifications to the Bid and other documents and sign agreement, as may be necessary.

To do all such acts, deeds and things in the name and on behalf of the company as necessary for the purpose aforesaid.

The common seal of (name of the company / firm] was here unto affixed pursuant to a ………………………………………………………… resolution passed at the meeting of Committee of Directors / Partners held on ……. Day of Name and Designation of the person …….20…. in the presence of [name and designation of the person] and countersigned by ………………………………………………………… [name and designation of the persons] of the Company/ firm of [name of the company]. Name and Designation of the Person

TECHNICAL DATA SHEET (To be filled in by the bidder)

Sl. Component Technical Specification - 41 -

No. Requirement as per bid document As per offer of the bidder

SIGNATURE OF THE BIDDER WITH SEAL

BANK GUARANTEE FORMAT FOR FURNISHING BID SECURITY

Whereas …………………………….. …………………………………………..……………………. ………………………….…… (hereinafter called the “tenderer”) has submitted their offer dated - 42 -

……………….. for the supply of ………………………………………….….(hereinafter called the ‘tender”) against the purchaser’s Bid Identification No.. ………….. KNOW ALL MEN by these presents that WE ………………………………………………………………………………. of…………………………… …… having our registered office at ………………………………… …………………………. Are bound unto ……………….………………… (hereinafter called the “Purchaser) in the sum of ………………………………………………………………… for which payment will and truly to be made to the said purchaser, the bank binds itself, its successors and assigns by these presents.

Sealed with the Common Seal of the said Bank this ………………………….. day of ………………….20………………

The conditions of the this obligation are :

1) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of this tender.

2) If the tenderer having been notified of the acceptance of his tender by the purchaser during the period of its validity :

a) If the tenderer fails to furnish the performance security for the due performance of the contract. b) Fails or refuses to accept/ execute the contract.

We undertake to pay the Purchaser upto the above amount upon receipt of its first written demand, without the purchaser having to substantiate its demand, provided that in its demand the purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date.

Our Branch at * (Name & Address of the *Branch) it liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us at our * branch a written claim or demand and received by us at our * branch on or before Dt. otherwise bank shall be discharged of all liabilities under this guarantee thereafter.

(Signature of the authorized officer of the Bank)

……………………………………………………………. Name and designation of the officer

…………………………………………………………….

Seal, name & address of the Bank and address of the Branch

BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY

To - 43 -

The Executive Officer, Jharsuguda Municipality, Jharsuguda.

WHEREAS ……………………………………………………….. (name and address of the supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of Contract No. …………………...….Dt………………………. To supply ………………….…………..……………………… …………………… ………………………(description of goods and services ) (herein after called “the contract”).

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract.

AND WHEREAS we have agreed to give the supplier such a bank guarantee :

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, upto a total of ……………… ……………………………………. ………………. (amount of the guarantee in words and figures ), and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needling to prove or to show grounds or reasons for your demand or the sum specified therein.

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

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

This guarantee shall be valid until the ……. day of ………., 20………

Our branch at (Name & Address of the ______* branch ) is liable to pay the guarantee amount depending on the filling of claim and any part thereof under this Bank Guarantee only and only if you serve upon us at our * branch a written claim or demand and received by us at our * branch on or before Dt. otherwise bank shall be discharged of all liabilities under this guarantee thereafter.

(Signature of the authorized officer of the Bank)

Name and designation of the officer

Seal, Name & address of the Bank and address of the Branch

Agreement for Supply of Goods

- 44 -

THIS AGREEMENT made this ………………… of ………….20………..BETWEEN M/s ……………… …… …… ………….& Co. Ltd. having registered office at …………………in the State of ………………….. (hereinafter called the “supplier” which expression shall, unless excluded in the subject or context, include the heirs, successors, legal representatives, and permitted assigns) of the one Part. AND

The Orissa Executive Officer of concerned ULB which expression shall, unless excluded in the subject or context, include the heirs, successors, legal representatives, and permitted assigns) of the other Part.

WHEREAS the ULB Board wants to purchase the goods mentioned in the schedule.

NOW THESE PRESENT WITNESS AND IT IS HEREBY AGREED AS FOLLOWS

1. That the time shall be the essence of the contract and the supplier shall supply the goods in the schedule completely so as to make delivery ………….(place) on or before the date …………………………….failure to do which will entitle the ULB to rescind the contract immediately.

2. That the goods shall be of the specification and price mentioned against each. Any variation on inspection will entitle the ULB to refuse the consignments either in whole or in part, as the case may be, the whole, if the part renders it useless.

3. That the goods shall be inspected at ………(place) in the presence of the officers of both parties duly authorized in that behalf on a day fixed in a notice by either of the parties, provided such day is not postponed for more than a period of two months after the date given in the notice. Default by the Supplier shall disentitle him to raise any objection subsequently to the result of inspection made by the Board in his absence and claim any compensation on that account.

4. That the Supplier shall guarantee durability of the goods for a period of ………. from the date of completion of supplies and installation in the case of machineries and any damage, done to the goods in the usual course of use or any deficiency , detected in them subsequent to such completion and installation and during the period aforesaid shall be made good to render due service at the cost of the supplier within a period of two months from the date of receipt of the notice in that behalf and no decision shall be taken by the supplier or any person on his behalf as to the defects or deficiency without notice to the ULB failure to do so shall be deemed that the supplier has no intention to discharge the obligation and thereupon the amount of security, deposited separately or withhold from his bill, shall stand forfeited to the Board . The supply of goods other than machineries shall be deemed to be complete only after final approval by the officer duly authorized on inspection whose decision shall be final and in case of machineries exactly in the same manner and installation which would include test working for 4 (four) days.

5. The goods shall be duly packaged and insured by the Supplier for transit and be dispatched at the risk of the carriers and the ULB shall not be responsible for any loss or damage during the transit or at any time prior to inspection and approval. 6. That the price of goods shall be paid on the completion of supplies and installation as the case may be in agreed installments on bills submitted (as indicated in the payment schedule) provided the ULB may withhold payment or ……………….. percent of the total amount - 45 -

payable as security for the period of guarantee if no amount equal thereto has already been deposited as such.

7. That any damage or deficiency if not removed during the stipulated period by the supplier may be removed by the ULB at his cost to be reimbursed by the supplier. Any amount payable to the ULB hereunder shall be recovered as public demand under the Odisha Public Demand Recovery Act, 1963 and shall bear 6% interest per annum till certificate for recovery is filed.

8. That the supplier shall deposit Rs…………….….. towards performance security at the time of acceptance of tender for due performance of the covenants hereof and such money shall be forfeited to the Board in case of breach of all or any of the covenants.

9. That any dispute arising hereunder shall be resolved in the following manner. ……………………………………………………………………………………………………………

……………………………………………………………………………………………………………

10. That the Executive Officer of concerned ULB …………………………………………is duly authorized by the Tender Committee and Sri ……………………………….……………. ……… to execute the deed with concerned bidder.

11. The cause of action hereunder shall always be deemed to arise at Jharsuguda.

12. That the stamp duty shall be borne by the supplier.

SCHEDULE OF GOODS

Name of the Goods Specification with number Price agreed and make etc.

SCHEDULE OF PAYMENT

Mode of Payment % of Price Condition Remarks precedence for payment Advance Payment

Payment against Supply / Installation

IN WITNESS WHEREOF the parties here to have signed this deed this day …………………………. of ……………………………. mentioned against the signature each in the presence of …………………… witness.

CHECK LIST - 46 -

(To be filled in by the bidder)

Sl. Documents required Whether Reference Remarks No. submitted to page no. 1 Cost of tender paper. Yes / No

2 EMD for Bid. Yes / No Certificate of Registration / incorporation, 3 Yes / No memorandum and Article of Association. Undertaking to set up service facilities in 4 Odisha Audited balance sheet / Annual Report 5 Yes / No including profit & loss statement 6 Technical data sheet, duly filled up. Yes / No Bidder information form and commercial 7 Yes / No data sheet, duly filled up Valid PAN and Odisha GST registration 8 Yes / No certificate 9 Bid documents duly signed & sealed. Yes / No Brochure, literature, catalogue and other 10 Yes / No details of product to be supplied. 11 Power of Attorney sign bid document. Yes / No Affidavit for authenticity of tender documents 12 Yes / No and anti-blacklisting. Performance statement / client certificate 13 Yes / No regarding fulfillment of eligibility criteria. Copy of current and valid ISO 9001 / 2015 15 or higher quality certification of Yes / No manufacturer. 16 Manufactures Authorization letter. Yes / No

17 Format for financial statement, duly filled up. Yes / No Undertaking for availability of spare parts 18 Yes / No and after sales service. 19 Joint venture agreement, if applicable. Yes / No

SIGNATURE OF THE BIDDER WITH SEAL

PRICE BID FOR ANNUAL MAINTENANCE CHARGES Date : ______Bid Identification No. ______Sl. Items Qty. & Unit price per item Total price per item - 47 -

No. Physical delivered at (Col.3 x 4) delivered at Unit Final destination Final Destination (Rs.) (Rs.) In figure In figure In words Truck Mounted Road Sweeping 1 03 Machine. 6000 Ltr. Tank Capacity MCV 2 Chassis Mounted Combined 03 Suction-cum-Jetting Machine. Skid Steer Loader (4 Wheel 3 04 Drive). 4 Iron Dustbin 4.5 cum capacity. 105 Garbage Compactor of 7 cum 5 03 capacity. Hydraulic Pickup Van 1500 Kg. 6 03 Payload Capacity. Mini Cesspool mounted on ISO 7 03 Make Pickup Van (1500 Ltrs.) 8 Garbage Tri-Cycle. 80 Mobile Toilet Trolley (4 Seater) 9 12 Toilet. Hydraulic Small Auto Tipper (1.0 10 04 cum Capacity). Tractor of reputed Company with 11 Hydraulic Trolley (HP Range 34.5 06 HP). Dead Body Carrier (with Glass, Centrally AC and AC Freezer) 12 03 fitted on a vehicle having L-4520 , W-1905, H-2050 mm. Fuel Free Solid Waste Disposal 13 05 System Complete. Note :

1. The offer should indicate the unit cost of the items inclusive of all taxes & duties. The unit cost must also be inclusive of pre-delivery inspections, packing, forwarding, loading & unloading charges, cost of transit insurance, entry tax, transportation FOR destination where the machineries are to be delivered, demonstration, trial run and training arrangement at the concerned Urban Local Body. The cost of fuel, lubricant and remuneration of driver required during transportation, demonstration, trial run and training period must be included in the offer. The offer must also include the cost of temporary registration for the machineries, which shall be made by the supplier in the name of the Executive Officer of the concerned Urban Local Body. GST payable under the contract and maintenance charges have to be shown separately in the price bid. AMC charges should be inclusive of service tax. This will be added for evaluation for determining lowest offer. 2. In case of discrepancy between unit price and total, the unit price shall prevail.

SIGNATURE OF THE BIDDER WITH SEAL