tamilnadu tourism development … of opening of bids and : ttdc limited address for communication...
TRANSCRIPT
1
Document No.
TENDER DOCUMENT
FOR THE SUPPLY OF VOLVO OR EQUIVALENT BS-III 5700 mm to 6200 mm WB PASSENGER COACH
TAMILNADU TOURISM DEVELOPMENT CORPORATION LIMITED,
TAMILNADU TOURISM COMPLEX, No.2, Wallajah Road, Chennai-600 002
Telephone(s) : 25333850 to 54 – Fax No.(044)25333385/25382772
E.Mail: [email protected] – Web. http://www.tamilnadutourism.org
TAMILNADU TOURISM DEVELOPMENT CORPORATION
LIMITED, TAMILNADU TOURISM COMPLEX,
No.2, WALLAJAH ROAD, CHENNAI- 600 002.
Telephone No. 25333850 To 25333854, Fax.(044) 25382772/25333385
E-Mail: [email protected] Website: http:// www.tamilnadutourism.org
TENDER FOR THE SUPPLY OF VOLVO OR EQUIVALENT BS-III
5700 MM to 6200 MM WB PASSENGER COACH
BID REFERENCE : 2419/T3/2016
DATE : 30.08.2016
DATE OF COMMENCEMENT OF
SALE OF BIDDING DOCUMENT : From date of advertisement
LAST DATE FOR SALE OF BIDDING
DOCUMENT : 22.09.2016 upto 3.00 PM
LAST DATE & TIME
FOR RECEIPT OF BIDS : 23.09.2016 upto 3.00 P.M.
DATE & TIME OF OPENING OF
TECHNICAL BID : 23.09.2016 at 3.30 P.M
PLACE OF OPENING OF BIDS AND : TTDC Limited
ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex,
3 rd
Floor,
Near D1 Police Station,
No.2, Wallajah Road,
Chennai-600 002.
CONTENTS
(1) INSTRUCTIONS AND CONDITIONS TO TENDERER
(2) ELIGIBILITY CRITERIA FOR THE TENDERERS (ANNEXURE-I)
(3) TECHNICAL SPECIFICATION (ANNEXURE-II)
(4) PRICE BID (ANNEXURE-III)
4
TAMILNADU TOURISM DEVELOMENT CORPORATION LIMITED
Tamilnadu Tourism Complex, 2, Wallajah Road, Chennai-2.
Nature of work : Supply of Volvo or equivalent BS-III,
5700 mm to 6200 mm WB Passenger Coach
INSTRUCTIONS AND CONDITIONS TO TENDERER
1. Sealed tenders are invited from the leading reputed manufacturers of
buses for Volvo or equivalent BS-III, 5700 mm to 6200 mm WB
Passenger coach with proven track record or manufacturer of bus
bodies, for Supply of one number Volvo or equivalent BS-III, 5700
mm 6200 mm WB Passenger coach by the Tamilnadu Tourism
Development Corporation Limited, Chennai upto 3.00 P.M. on
23.09.2016.
2. Tenders should be in the prescribed original form obtained from the
above address or through website and it should be sent in two
separate sealed covers superscribed as “TECHNICAL BID for
Supply of Volvo or equivalent BS-III, 5700 mm to 6200 mm WB
Passenger Coach” and "PRICE BID for Supply of Volvo or
equivalent BS-III, 5700 mm to 6200 mm WB Passenger Coach” to
the Managing Director, Tamilnadu Tourism Development Corporation
Limited, Chennai-2 by designation. (Technical Bid and Price Bid in
separate sealed envelopes and the sealed envelopes shall then be put
together in another envelope) Sealed tenders can be submitted or sent
by post to the following address:
Registered Office:
The Managing Director
Tamilnadu Tourism Development Corporation Limited,
Tamilnadu Tourism Complex, 3rd
Floor,
Near D1 Police Station,
No.2, Wallajah Road, Chennai-600 002
The tenders not in the prescribed original form will be summarily
rejected.
3. The Technical Bid must be accompanied by an Earnest Money
Deposit of Rs.1,00,000/-(Rupees One Lakh only) Payable by Crossed
Demand Draft on any one of the Scheduled Banks having its office at
Chennai. The Demand Draft should be drawn in favour of
“Tamilnadu Tourism Development Corporation Limited”. No other
form of Earnest Money Deposit will be accepted.
5
4. The Eligibility Criteria of the tenderer is at Annexure I. Tenders
received without Earnest Money Deposit along with Technical Bid
will not be accepted and the same will be summarily rejected.
5. The successful bidder shall be intimated on his selection for the award
of contract.
6. The successful tenderer should furnish bid security equivalent to 5%
of tender value either by DD or by Bank Guarantee from a
Nationalised Bank/Scheduled Bank valid for one year and two months
within one week from the date of receipt of letter from TTDC
intimating the selection of the bidder for award of contract. The
successful tenderer shall also execute the agreement in the proforma
prescribed by the TTDC along with the Bid security.
7. Earnest Money Deposit of the successful bidder shall be forfeited in
the event of withdrawal of his bid, before the bid validity period or in
the event of the failure of successful bidder to furnish the bid security
or to execute the agreement within the specified period. In addition to
the forfeiture of Earnest Money Deposit, steps will be taken to
blacklist the defaulter.
8. The tenderer (Authorised signatory of the Company) should sign at
the bottom space of all the pages of this tender document and to be
submitted along with the Technical Bid.
9. The rates tendered shall be inclusive of Sales Tax and other taxes if
any, that may be levied by the appropriate authorities. The breakup
details such as Basic price, Sales Tax, Insurance, Transportation and
other charges if any, etc. should be indicated separately in the
Annexure to the Price Bid Schedule. The price bid is at
Annexure III.
6
10. The Technical Bids will be opened at the Registered Office of
TAMILNADU TOURISM DEVELOPMENT CORPORATION Ltd.,
III Floor, Tamil Nadu Tourism Complex, No.2,Wallajah Road,
Chennai-2 on 23.09.2016 at 3.30 P.M. The qualified tenderer's Price
Bid will be opened on a date and time which will be intimated to
the technically qualified tenderers. Both the Bids will be opened in
the presence of tenderers or their authorised representative who
choose to be present at that time.
Evaluation of Bids:-
11. (i) The Technical bids will be evaluated with reference to the eligibility
criteria specified in the technical bid. The price bids of only the
qualified bidders will be opened on a specified date to be intimated to
all successful tenderers.
(ii) The evaluation of price bids shall include all duties and taxes. In a
tender where tenderers are both from the State of Tamilnadu as well as
from outside the State of Tamilnadu, the sales tax /Vat under the
TNGSTI/Vat Act shall be excluded from evaluation of price.
(iii) 15% price preference for domestic small scale industrial units and
10% price preference for Public Sector Undertakings of Tamilnadu
Government in respect of products manufactured by them shall be
given.
12. The Earnest Money Deposit of unsuccessful tenderers will be
refunded after a decision is taken on the tender. For the successful
tenderer Earnest Money Deposit will be refunded after delivery of the
built coach in good condition as per the specifications and remittance
of bid security.
13. The amount deposited as Earnest Money Deposit as required in
Clause 3 above will not carry any interest.
14. Successful tenderer will be intimated about the acceptance. Hence no
enquiry in this regard need be made.
7
15. All columns in the tender schedule shall be duly, properly and
exhaustively filled in ink. The rate shall be entered in words also
underneath the figures. No alteration in the description of the schedule
shall be permitted. All corrections should be authenticated under the full
signature of the tenderer. In case of variations in the rate quoted in
words and in figures, the rate quoted in words only will be taken into
consideration.
16. The tender shall be valid for 120 days from the date of opening of Price
Bid.
17. The supply should be effected as per specifications furnished in
Annexure II and as per the delivery schedule.
18. Delivery Schedule:
The built coach should be supplied within 60 days from the date of
receipt of supply order.
19. Delay in supply will lead to penalty @ 1% of the value of tender for
every week of delay or part thereof. (i.e. exceeding three days will be
calculated as one week)
20.If delay in supply exceeds 30 days from the delivery schedule, the
acceptance order will be liable for cancellation, liquidated damages will
be levied to the extent of 10% of the total value of supply order in
addition to the levy of penalty.
21. If it is found that the built coach so supplied is not as per supply order
specifications, the supply made will be rejected and the supplier will be
black listed with forfeiture of Earnest Money Deposit and Bid Security.
22. The built coach should give a minimum guarantee period of one year for
structural stability, general workmanship, corrosion to body parts, etc.
and chassis aggregates from the date of delivery at TAMILNADU
TOURISM DEVELOPMENT CORPORATION Garage, Chennai.
23. The audited balance sheet should be produced along with the technical
bid.
8
24. The tenderer shall be solely responsible for the payment of Sales Tax
and other taxes, if any levied by the Government and other local bodies.
TTDC will issue Form- „C‟ against CST .
25. The Technical Bid and Price bid should be submitted along with a
covering letter in a separate sealed cover and the sealed envelope shall
be put together in another envelope as detailed in the bidding
documents.
26. The tenderer should enclose previous copies of indent orders for the
supply of the built coach with similar technical specifications received
from various customers and their certificate of performance, etc. along
with the Technical bid.
27. Fixed Price: Prices quoted by the Bidder shall be fixed during the
Bidder‟s performance of the contract and not subject to variation on any
account. A bid submitted with an adjustable price quotation will be
treated as non-responsive and rejected.
28. The Bidder shall furnish, as part of its bid, documents establishing the
conformity to the bidding documents of all goods and services which
the bidder proposed to supply under the contract.
29. In exceptional circumstances, the TTDC may solicit the bidders
consent to an extension of the period of validity. The request and the
responses thereto shall be made in writing (or by fax). The bid security
provided shall be suitably extended. A bidder may refuse the request
without forfeiting its bid security. A bidder granting the request is not
required or permitted to modify his bid.
30. Bids must be received by the TTDC at the address specified not later
than the time and date specified in the Invitation of Bids. In the event of
the specified date for the submission of bids being declared a holiday for
the TTDC, the bids will be received upto the appointed time on the next
working day.
31. The TTDC may, at its discretion, extend the deadline for submission
of bids by amending the bid documents. In which case all rights and
obligations of the TTDC and bidders previously subject to the deadline
will thereafter be subject to the deadline as extended.
9
32. During evaluation of bids, the TTDC may, at its discretion, ask the
bidder for clarification of its bid. The request for clarification and the
response shall be in writing.
33. The TTDC will scrutinise the bids to determine whether they are
complete, whether any computational errors have been made, whether
required sureties have been furnished, whether the documents have been
properly signed, and whether the bids are generally in order. Bids from
Representatives, without proper authorisation from the manufacturer
shall be treated as non-responsive.
34.No bidder shall contact the TTDC on any matter relating to its bid, from
the time of bid opening till the contract is awarded.
35.Any effort by a bidder to influence the TTDC in the TTDC‟s bid
evaluation, bid comparison or contract award decisions may result in
rejection of the bidders bid.
36.As TTDC proposes to register the coach in Tamilnadu, entry tax liability
for TTDC (if any) may be mentioned in the price bid by tenderers
participating outside Tamilnadu.
37.At any time after issue of bid documents and before the opening of the
bid, TTDC may make any changes, modification or amendments to the
bid documents and shall send intimation of such change to all those who
have purchased the original bid and shall be uploaded in the net. The bid
shall be furnished taking into account the amendments if any and any
failure will lead to rejection of bid.
38.The TTDC reserves the right at the time of award of contract to increase
or decrease the quantity of goods and services originally specified in the
schedule of requirements without any change in unit price or other terms
and conditions.
39.The notification of award will constitute the formation of the contract.
10
40.In the event the TTDC terminating the Contract in whole or in part, for
non supply of goods as per delivery schedule the TTDC may procure,
upon such terms and in such manner as it deems appropriate. Goods or
Services similar to those undelivered, and the Supplier shall be liable to
the TTDC for any excess costs for such similar Goods. However, the
Supplier shall continue the performance of the Contract to the extent not
terminated.
41.The Tenders beyond the date and time fixed shall not be received and
accepted.
42. Any postal delay or loss/damage in transit will not bind TTDC Ltd.
43.The Managing Director, Tamilnadu Tourism Development Corporation
Ltd., reserves the right either to accept or reject any or all the tenders at
any time prior to award of contract.
44.Evaluation of tenders would be in accordance with the provisions of
Tamil Nadu Transparency in Tenders act 1998.
45.Disputes if any arises, will be subject to Chennai Jurisdiction.
Terms of Payment:
46. No advance payment will be made. 100% payment will be made only
after effecting delivery of the coach and verification of the quality as per
the tendered specification.
SIGNATURE OF TENDERER
MANAGING DIRECTOR
DATE:
11
ANNEXURE I
TAMILNADU TOURISM DEVELOPMENT CORPORATION
LIMITED CHENNAI-2
TECHNICAL BID
Eligibility Criteria for the tenderer: (proof for every criteria to be
attached)
1. (a) Bidder should be registered as a company incorporated under
companies act.
(b) Bidder should be Manufacturers of super luxury coaches‟ with
minimum experience of 10 years. (Proof of experience to be
enclosed).
2. Bidder should have sold / delivered minimum of 50 buses in a year to
the Institutional customers (STUs, Tourism departments /Public
Limited Companies) consistently in the past three financial years
(copy of the invoices to be enclosed).(2013-14, 2014-15, 2015-16)
3. Bidder should have an average annual turnover of Rs. 50 Crores in
the past three financial years (2013-14, 2014-15, and 2015-16). (Copy
of audited annual report for all the three years to be enclosed). If audit
is not completed for 2015-16, draft audit report / financial statement
on turnover certified by the statutory auditors to be enclosed.
4. Should have supplied such state of the art ready built coaches of 5700
mm to 6200 mm WB to State Tourism Development Corporations of
other State or other State Government Undertakings or Public Limited
Companies in the past two financial years.
SIGNATURE OF THE TENDERER
DATE AND SEAL:
12
TAMILNADU TOURISM DEVELOPMENT CORPORATION LTD, CHENNAI
GARAGE
TECHNICAL SPECIFICATIONS FOR PURCHASE OF VOLVO OR
EQUIVALENT 43 SEATER COACH
1. The coach should be most up to date and ultra modern and should
conform to the modern trend in design in the automobile coach building
line.
2. The Coach should have very attractive and elegant look and should be a
streamlined one incorporating maximum luxury comfort and facilities to
tourists.
3. The coach body construction should comply in all respects with the
Central motor vehicle rules and Tamilnadu Motor Vehicle Rules and
Act and other prevailing statutory provisions.
4. All the materials used in the Bus body fabrication should conform to IS,
BIS and ASRTU specifications and they should be manufactured by
reputed companies.
5. The bus to fully comply with the latest bus body AIS-052 with approval
from CIRT/ARAI.
6. Bus body to be roll-over complaint as per AIS-031.
7. The bus should have STA approval from Tamil nadu and the same has to
be submitted.
1. DIMENSIONS
a) Wheel base – 5700 to 6200mm approx
b) Overall width - 2600mm approx
c) Overall length - 12000mm approx
d) Overall height - 3600mm approx
e) Minimum Ground Clearance - 190 mm Min
f) Chassis Frame - All steel ladder type
g) Turning radius - 9 to 10.5m approx
13
2. Engine
BS III or BS IV Compliant and electronically controlled. The
engine should offer a broad torque range as well as low fuel
consumption and long service life.
a) Type - Diesel, Direct injection
(CRDI) fitted at rear side,
b) No of Cylinder - 6
c) Maximum Power - 240 to 290 HP
3. TRANSMISSION
Synchromesh manual gearbox with in-built hydro dynamic retarder
having long service life and lower maintenance costs thereby
improving driver comfort and passenger safety.
a) No of gears - 6 forward and 1 reverse
3. SUSPENSION
Full air suspension that electronically controls, the air pressure in
the bellows, to provide extremely precise regulation of the ride
height. Anti-roll bar should be available in the rear and front
suspension.
a) Type - Full Air Suspension
b) Front - 2 Air bellows
c) Rear - 4 Air bellows
d) Shock Absorbers - Telescopic type
hydraulic on
front & Rear
4. WHEELS & TYRES
Radial tubeless tyres – dual mounted at rear single mounted at
front.
a) Tyre Size - 295/80R 22.5 16PR
Preferably
7 Nos. (6 +1 Spare)
14
5. STEERING
Integral Progressive type hydraulic power assisted steering with
tilt and telescopic movement for driver comfort.
a) Steering wheel diameter - 500mm approx
6. WEIGHTS
a) GVW, 16200 Kg approx.
b) FAW, (legal) 6000 Kg approx.
c) RAW, (legal) 10200 Kg approx.
7. BODY SPECIFICATIONS
a) Body Type
Galvanized lron steel of square / rectangular section suitably
reinforced for structure at stress concentric points to be of min
thickness 3mm tubular structure Re-enforcement in the roof
structure to be provided to withstand weight of A/C unit. The
complete Structure should be applied with Epoxy primer before
paneling for prevention of rust.
b) Doors
1 at the front of approximately 700mm width, In-Swing Type.
Emergency door opening switch to be provided from inside and
outside the bus as per AIS-052
15
c) Interior flooring
Minimum 12mm and upto 25mm Boiling Water proof plywood as
per the floor design requirement with antiskid vinyl flooring of
minimum 2 mm thickness.
d) Panels
Exterior Paneling:
External sides stretched panels should be of min 1.00 mm thickness
GI/SS sheet and bottom flap panels & door lids should be fabricated
with GI/Aluminum sheet of minimum 1 mm thickness.
Protective beading of Aluminum extruded section to be provided
above luggage flap doors to prevent ingress of water into the luggage
compartment.
Wheel arch panels shall be of GI sheets of minimum 1 mm thickness.
Exterior roof panels shall be of min 1 mm. The front and rear panels
should be of aesthetically designed molded FRP having aerodynamic
features.
Interior Paneling:
Truss panel paneling should be of BWR plywood sheet with vinyl mat
of minimum thickness 2 mm of a superior quality.
Hatrack should be of GI sheet of minimum 1 mm thickness with good
quality Fabric.
Roof ceiling with thermocol and covered with good quality Fabric.
BWR plywood pasted with vinyl or aluminum chequered sheet in
luggage compartment along with luggage guard to prevent luggage
from hitting the luggage flap doors.
16
e) AC Duct
Individual AC vents to be provided for all seats.
f) Gangway & Seat Pitch:
Gangway width to be of minimum 400mm and seat pitch to be as per
regulatory norms.
g) Front Windshield
Laminated single piece glass conforming to CMVR.
h) Side window glass
Single light tinted of 5 mm thickness as per CMVR.
i) Air Condition:
Preferably main engine driven of Carrier make or equivalent. Cooling
capacity of A/C unit shall be of minimum 32 KW, suitable for cooling
the Bus with 43 passengers.
j) Roof ventilators
One at front and one at rear as per AIS-052.
8. FUEL TANK
a) Capacity - Minimum 300 litres
9. SEATS
a) Passenger reclinable seats - 43 Nos Haritha make or
equivalent without calf
support. All seats P.U.
foam & upholstery shall
conforms to IS - 15061
b) Guide Seat – Foldable - 1 No
17
10. BODY ELECTRICALS
EXTERNAL LIGHTING
a) Head lights - 2 Nos
b) Front marker lights - 2 Nos
c) Fog lamps and indicators - 2 Nos
d) Break lights - 2 Nos
e) Side blinkers - 2 Nos
EXTERNAL ELECTRICAL EQUIPMENT
a) Electrical horn - 1 set
b) System Voltage - 24 V
c) Battery - 2 x 12 V
Minimum 165 AH
d) Inverter - Minimum 1000 KVA
EMERGENCY EXIT:-
The bus to have a rear emergency exit on the driver side with
approval from CIRT/ARAI and comply with the bus body code
AIS-052.
ADDITIONAL FEATURES
The Bus should be equipped with a state-of-the-art electrical
system ensuring better operating reliability
a) Fire extinguisher - 2 Nos (Total 10 kgs)
b) First Aid box - 1 No
c) Television - 26” LED TV /
28 “LED TV
d) DVD with provision for flash drive - 1 No
e) Amplifier - 1 No preferably
of Ahuja make
with mike
f) LED display board in the front - 1 No
18
g) Safety seat belts to be provided for all
seats with locking facility - 1 each
h) Curtains to be provided with Aluminium
Channels for all windows - For all
windows
along with
one spare set
i) Sun control film to be fixed in the top portion of WS Glass
and TTDC‟s Logo and letters to be shown in the golden
letters
j) Left, right and back side stickers with Corporation name to
be posted as approved by TTDC
k) Head rest covers for all seats - 2 sets to be
Provided
l) Retro reflective conspicuity marking tapes as approved by
STA shall be pasted as per AIS 090
m) Additional safety system approved by test agency for frontal
impact system, side impact protection, rear underrun
protection system will be preferred.
n) Reverse camera : 1 no with display on a monitor in
dashboard.
o) CCTV camera to be provided inside the passenger cabin and
its controlling monitor to be fixed on the dashboard to have
a close watch by the driver.
p) Mobile charging points with mobile holder arrangement
(one for each pair of seats) to be provided.
q) Laminated Vinyl Digital Pictures should be pasted on three
sides of the coaches (Left, Right and Rear) based on the
digital pictures approved by TTDC.
r) A Wi-Fi arrangement to be provided.
19
General Instructions:
1. Seat fabric, vinyl sheets, paint pattern, Curtains etc., should
be approved specifically by TTDC.
2. Free training should be arranged by the Manufacturer for
Drivers, Technical Staff & Supervisors for familiarisation of
new concepts.
3. Sun control film in the front Windscreen glass along with
TTDC umbrella & logo for apply 15” to be provided &
similar fleet graphic stickers on both sides and rear to be
done as approved by TTDC.
STAGE OF INSPECTION:
I. Stage : After completion of structure construction.
II Stage : After completion of Paneling
III.Stage : At the time of painting
IV.Stage : Final inspection
V. Stage : Delivery Ex- Chennai by Body builder.
20
ANNEXURE III
Tamilnadu Tourism Development Corporation Limited, Chennai – 2
SUPPLY OF VOLVO OR EQUIVALENT BS-III
5700 mm to 6200 mm WB Passenger Coach
TENDER SCHEDULE – PRICE BID
S.No. Name of the Work Specification Quantity Unit Price (Nett)
1. Supply of Volvo or
Equivalent BS-III
5700 mm to 6200 mm
WB Passenger Coach
As enclosed in
the Annexure II
1 No. Rs.
(Rupees
SIGNATURE OF THE TENDERER
DATE AND SEAL
21
TAMILNADU TOURISM DEVELOPMENT CORPORATION LTD.,CHENNAI-2 SUPPLY OF VOLVO OR EQUIVALENT BS-III, 5700 mm to 6200 mm WB Passenger Coach
PRICE BREAK UP DETAILS
Sl.
No.
Description of work Quantity
Rate per each
(Nett amount)
Model of bus (if any)
Break up details (Each)
Particulars Amount
1.
Supply of Volvo or
Equivalent BS-III, 5700
mm to 6200 mm WB
Passenger Coach
1 No. Rs.
(Rupees
1. Basic price
2. Excise Duty
3. Tax
4. Freight
5. Other charges
(if any)
6. Type of seat,
Model --------
(if any)
7. AC Unit
make _____
Model_____
8. Entry Tax
Total
Rs.
Rs.
Rs.
Rs.
Rs.
Rs.
Rs.
Rs.
Rs.
SIGNATURE OF THE TENDERER
DATE AND SEAL