Tendoc
Tendoc
FOR
Re: Procurement of 02 nos. Potable Faecal Sludge Treatment Unit along with 01 no.
Stabilization Unit to be used for Faecal Sludge Treatment in different boroughs of Kolkata
along with five (05) years operation & maintenance.
1. Prime mover.
2. Tank consisting of Sludge Tank, Dewatering Tank, Reject water Tank and Coagulation
Tank.
3. Vacuum Pump.
4. High pressure Jetting pump system.
5. Jetting hose Reel.
6. Suction Hose Reel.
7. Filtration & Polymer dozing system.
8. Hydraulic System.
9. Washing & Flushing system.
10. Piping.
11. Control Panel.
12. Other Accessories.
N.B: Here, similar nature of work implies Portable Fecal Sludge Treatment Unit or Sludge
Dewatering Vehicle or Effluent Treatment Plant or Hydro Pneumatic Suction & Jetting
Machine with Filtration System.
E. Price Schedule
1. Price should be Ex-consignee price; inclusive of all taxes & duties, freight, final registration,
insurance, trial run etc.
2. Price quoted should be firm and should remain valid up to 180 days from the date of opening
of the tender.
3. After opening of the price bid the successful L1 bidder is required to submit Rate Analysis
considering major items including staff to be engaged for operation and maintenance work.
F. Demo of vehicle/equipment
The participated bidders may be asked for giving demo of sludge dewatering vehicle based on
polymer dosing volume reduction mechanism in India within 15 days from the date of
intimation failing which bid of the agency will be considered nonresponsive.
G. Work Order/Contract
1. Intending agencies are requested to check the work-sites viz. roads/lanes and by lanes of
Kolkata including dumpsite & processing sites prior to bidding.
2. Drawing, design and performance parameter of the vehicles/equipment must be submitted to
the department by the successful agency within 10 days from the date of receipt of work order.
3. Necessary modification, if any, desired by the department considering the nature of the work
for which vehicles are to be purchased, must be complied and modified drawing, design and
performance parameter are to be submitted within 15 days from the date of receipt of work
order failing which work order will be cancelled.
4. Quantity of vehicle may be increased or decreased based on the requirement of the department
and work order will be issued to the L1 bidder accordingly.
H. Manufacturing and Inspection Schedule
1. The agency is required to submit manufacturing quality plan (MQP) to the department. Upon
satisfaction to the submitted MQP, pre-delivery inspection may be carried out at the
manufacturing facility of the vehicles/equipment.
2. Inspection by KMC before dispatch does not relieve the manufacturer from his responsibility
about the smooth functioning/any type of defects after dispatch for minimum warranty period.
I. Delivery Schedule
1. Time of delivery of the complete vehicle to be made strictly as per given technical
specification in the tender document is 150 days (max.)
2. Vehicles are required to be delivered at the garages of SWM-II department of KMC.
J. Hydraulic and Pneumatic Attachments
1. Hydraulic and pneumatic systems that are to be used in the vehicles must be manufactured by
the reputed manufacturers. Name of the reputed manufacturers of the hydraulic and pneumatic
systems should be mentioned clearly in the bid. There may be KMC’s choice for selection of
the manufacturer of the hydraulic/pneumatic systems from the agency’s submitted list.
K. Availability of Spare-parts and Service Centre
1. Availability of spare-parts of the vehicles/machineries including spare-parts of the hydraulic
and pneumatic systems in Kolkata must be assured for minimum 10 years except rubber items.
For rubber items it should be 05 years. Undertaking in this regard must be submitted by the
bidder along with the bid.
2. There must be service center at Kolkata and details of which must be mentioned during
bidding or submit the declaration regarding the office in Kolkata.
3. For providing after sales service the agency should clearly mention the contact number that
will be available 24x7.
L. Registration and Insurance
1. Final Registration and first year comprehensive insurance of the vehicles are to be done at the
cost of the agency.
M. Warranty Schedule
1. Warranty clause will be applicable for the chassis part of the equipment as per standard
warranty norms of the chassis manufacturer.
2. There shall be complete integrated free warranty of the whole equipment for an initial period
of 12 months or higher.
3. There shall be minimum 4 free services during warranty period.
4. Warranty distance should be unlimited during warranty period.
5. List of spares covered under warranty period in Warranty Certificate must be submitted in the
bid. Duration of warranty period of each spare must be mentioned in the list. Cost of spares
and consumables under warranty period is not claimable.
N. Execution of Agreement
The successful tenderer shall have to execute an agreement in the prescribed format within a fortnight
from the date of intimation of the acceptance of tender, failing which the tenders will be cancelled
immediately and the defaulting tenderer shall be liable for all damages due to his default and the
earnest or security deposit may be forfeited at the discretion of Mpl. Commissioner. A copy of
Agreement Form can be seen at the Mpl. Secretary’s Office during business hours.
P. Force Majeure:
The contractor shall not be liable in any manner whatsoever to the KMC in the event of contractor
being prevented or delayed in the performance of any of its obligations under this contract due to
conditions constituting force majeure which shall include but not limited to act of god, strikes,
lockouts, concerned action of workmen, breakdown of communications etc, or other cause which is
beyond the control of the contractor.
Q. Extension of Time
In cases where the delay is not due to any default on the part of the contractor extension of time will
be allowed to the contractor as Chief Municipal Engineer/SWM or his representative may think fit.
No claim for interest will be entertained by the KMC with respect to any money or balances which
may be due or alleged to be due to the contractors owing to any disputes between engineer and the
contractors or with respect to any delay on the part of the KMC in making final monthly or final
payment or otherwise.
S. Bank Solvency
The bidder is required to submit Bank Solvency Certificate. It should be at least equal to the summation of
30% of the quoted amount for procurement part of all the tenders of this department the bidder is
willing to participate. A self-declaration is to be given by the agency in this regard.
PART B : TECHNICAL SCHEDULE
a) PRIME MOVER:
The prime mover shall be able to provide sufficient power to drive the equipment mounted on the
vehicles under all the operating conditions. The drive for the equipment mounted on the chassis
such as Vacuum system, Jetting system, Hydraulic system, etc. shall be taken from vehicle engine
through suitable means such as power take-off unit. Their optimum efficiency under the given
operating conditions shall be achieved by the selection of the equipment for achieving desired
results. The complete unit shall be mounted on the robust auxiliary mild steel framework. The
power required to drive the high-capacity suction system, high pressure jetting system, filtration &
Septage Dewatering system etc. hydraulically and simultaneously shall be tapped from the vehicle
engine only through suitable Power Take-off Unit of reputed make to ensure uninterrupted service
to the Unit. Engine of the chassis shall be used for driving other units through appropriate power
take-off unit.
Vehicle Chassis fitted with automotive engine should have the following specifications:
1. Emission compliance : BS-VI
2. Type of fuel : CNG; If CNG is not be available with required power then
Diesel.
3. Gross Vehicle Weight : Min. 28 MT
4. Engine Power : Min. 200 HP
5. Engine Torque : Min. 800 N-m
6. Engine Aspiration : Turbocharged
7. Gradeability of vehicle : As per OEM
8. Ground clearance : As per OEM
9. Steering : Power
10. Turning Radius : As per OEM
11. Tipping Angle : min. 30°
12. Dumping height : As per OEM
13. Wheel Base : approx. 4275 mm
14. Overall length : approx. 8631mm
15. Overall width : approx. 2490 m
16. Fuel tank capacity : As per OEM
17. Forward Gear : As per OEM
18. Hydraulic & Pneumatic attachments : Reputed Make
19. Driver’s cabin : Day cabin with two emergency lights on both sides.
The chassis should be suitable for fabrication and commissioning of all the necessary equipment
and instruments required for Septage Dewatering vehicles with Suction system mounted on it. The
chassis and all other accessories and equipment such as power steering, Gear Box, Differential,
propeller shaft, Power take off assembly (PTO) should be manufactured as per manufacturing
standard mentioned in ARAI or VRDE. The entire fabricated vehicle should fulfil latest RTO
norms.
The Bidder shall make arrangements for mounting equipment on the chassis according to the rules
laid down by the Regional Transport Office, and loads recommended by the chassis manufacturer
on the front and rear axles.
b) TANK:
1. The tank capacity shall be of 10000 litres (min.) and made of 5 mm thick (min.) Mild steel.
The fabricated structure shall contain Sludge Tank (3000 ltrs), Process Tank (5000 ltrs), Reject
water Tank (2000 ltrs) & Polymer Tank (400 ltrs). The Sludge tank shall be capable to hold
minimum 3000 litres of septage. It shall have a non-return valve arrangement to arrest
accidental egress of sewage, inspection window, level indicator, gauge and safety valve. The
Process tank and reject water tank shall have arrangement to carry water for jetting system for
cleaning initial crust filled septic tank whenever required. The Septage shall be transmitted to
Process tank from Sludge tank with proper arrangement.
2. Process tank shall have a capacity of minimum 5000 litres. The collected septage shall be
processed scientifically so as to liquid fraction and solid fraction get separated.
3. The separation arrangement shall be fabricated out of stainless-steel plates.
4. The liquid fraction separated shall be transferred to reject water tank. Solid fraction stored in
the process tank shall have suitable arrangement for emptying through rear door. If required
suitable tipping arrangement shall be provided to discharge the tank.
5. The reject water tanks shall have a capacity of at least 2000 litres. The reject water shall be
used for Jetting purpose. The arrangement shall be provided to discharge reject water into the
septic tank or nearest available manhole and to be discharge as per direction of the competent
authority.
6. The tank shall be mounted horizontally on the Mild Steel framework on the vehicle chassis
without tampering the chassis strictly following RTO norms. The tank shall be provided with
suitable reinforcements to prevent tank from collapse & elongation in vacuum and pressure
conditions.
7. The entire structure installed on the chassis shall be fabricated as per standard engineering
practice.
8. The rear cover (rear door) of the tank shall be fabricated out of 5 mm thick (min.) Mild steel
plates. The opening and closing of the rear door shall be done hydraulically.
9. The tank shall be approved for requisite vacuum and pressure sustainability. The manufacturer
shall submit a necessary certificate if demanded. A vacuum safety valve shall be provided
suitably on the tank. The tank shall be provided with tipping arrangement to unload the septage
accumulated in the tank. The tipping angle shall be minimum 30 degrees to the horizontal and
shall be operated using hydraulic system.
c) COAGULATION TANK:
1. The Coagulation tank of suitable capacity shall be made of stainless steel. The coagulant shall
be provided in proper concentration ratio to achieve the desired result.
d) VACUUM PUMP:
1. The high-capacity suction system shall comprise of vacuum pump of minimum 1240 m 3 per
hour (Free Air Delivery) capacity. The pump shall develop vacuum of around - 0.80 bar. It
shall be driven hydraulically. Flow rate @60% Vacuum should be 1180 m 3/hr.
2. The vacuum pump shall be imported Battioni Pagani (Italy)/ Wittig (Germany)/ Jurop (Italy)/
Ingersoll Rand (France) / Robushi (Germany) make or equivalent of international repute.
3. The Vacuum Pump shall be generating sufficient power, simple in design principle and reliable
in operation. It shall produce laminar flow of the septage and shall generate sufficient vacuum
and air velocity in the system to carry solids, semi solids material accumulated in the septic
tank to the Septage tank mounted on the vehicle with ease and it shall not take unreasonable
time to fill up the Septage tank. The system shall be provided with Pre-filtration arrangement
to remove foreign objects from the septic waste and an effective cleaning system for the same.
The pump and its performance details to drive suction system are required to be submitted to
the department.
g) SUCTION HOSE:
The Suction Hose reel is mounted onto the pivoting frame at the rear of the unit. The reel is
hydraulically driven in/out from the rear panel as well as it can be operated by remote control.
The reel has 80 mtr. of 3” suction hose mounted onto it. A further 8 nos. of 3” suction hose of
5m length shall be stacked properly at side of the main tank.
h) HYDRAULIC SYSTEM:
It shall be used for tipping arrangement to empty the unit other required works. A suitable
Hydraulic pump of Dowty / Parker / Danfoss / Laduce make or similar shall be capable of
developing a pressure of about 180 - 210 bar approx. powered by gear box mounted PTO. The
entire hydraulic system will consist of oil reservoir, pipeline with connected hoses, filters,
control and safety valves for operation of hydraulic function etc. All the machineries on the
units shall be directly driven by motors. The motors shall be of Dannfoss/ Parker / Laduce or
similar make. It shall be suitably placed on the fabricated vehicles in such a manner as to
facilitate the operations and maintenance in user friendly manner and to utilize the available
space optimally.
i) PIPING:
All hydraulic piping subjected to high pressure shall be fabricated from extra strong seamless
steel pipes and hoses and all fittings shall be of high-quality material. The tenderer shall
provide hoses and pipes of reputed make and proven quality. All pipings shall be laid out in
such a way that they can be easily drained out through plugged openings in case of clogging.
j) HIGH PRESSURE JETTING PUMP:
a. The jetting system shall comprise of high-pressure pump able to generate high pressure (120
liters@100 bar) water jets to break the crust and form slurry. Water stored in reject water tank
shall be utilized for the system. The high-pressure jetting system shall be driven hydraulically.
b. There shall be provision to adjust operating pressure and water flow so that the reject water can
be used for various cleaning purposes of the systems incorporated on the vehicle.
c. The hose reel shall have the capacity to stack required high pressure jetting hose of 120m and
shall be capable of swivel in minimum 180 degrees for the ease of operation.
d. This High Pressure Jetting System shall be used for dislodging the Septage in the septic tank to
assist to form slurry. The system shall also clean the Vehicle Tank, Manholes etc. with high
pressure water jetting.
k) CONTROL PANEL:
All controls shall be provided and located conveniently. All gauges, switches, pneumatic
valves, etc. necessary for the operation of the unit shall be placed such a way that the operator
can have complete control of the operation having following operation points:
a) Tipping lever
b) Door open / close
c) Control panel lamp
d) Compound Gauge for Vacuum tank
e) Vacuum pump start / stop.
f) Return pumping of reject water
g) Jetting pump start / stop
h) Jetting pump pressure control
i) Suction hose reel in / out
j) Jetting hose reel in / out
k) Dewatering return control
l) Mixing of sludge tank content
l) REMOTE CONTROL: The remote control shall be used to operate following functions:
a. Vacuum pump start / stop.
b. Return pumping of reject water
c. Jetting pump start / stop
d. Jetting pump pressure control
e. Suction hose reel in / out
f. Jetting hose reel in / out
m) ACCESSORIES: The following accessories shall be supplied along with each unit.
a. A Walking platform with ladder and folding safety barrier to enable the operator to inspect the
content of the sludge tank and dewatering tank. It can also be used for stacking extra suction
hoses - 1 No.
b. Stainless steel lockable tool box. – 1 No.
c. Suitable hose rack to accommodate suction hose. – 1 No.
d. Reverse audio horn – 1 No.
e. Mud flaps. – 4 Nos.
f. Mud guard – 2 Nos.
g. Filler Hose – 10 Mtr (for water filling).
n) PAINTING: Both internal and external surface of the tank shall be given proper treatment
prior to spray painting. The interior of the tank shall be coated with two coats of superior
quality anti-corrosive Zinc rich Epoxy primer with two coats of approved quality Epoxy paint.
The exterior unit shall be painted with two coats of superior quality anti-corrosive primer with
two coats of approved quality Polyurethane paint.
o) MISCELLANEOUS:
a. Suitable size of under run bars fabricated from MS angles shall be provided at rear end so as to
protect the fatal accident from rear.
b. Suitable type of mudguards on the rear wheels fabricated from 10 gauge (3.15 mm) MS sheet
and supported by suitable size MS bracket shall be provided. The MS brackets shall be rigidly
fixed to the rear body frame by means of nuts and bolts or by securely welding. A sturdy
towing hook shall be provided at the front end to tow the vehicle as and when required.
c. All controlling switches for lights, driver cab light and wiper machines shall be provided on
dash board panel or near driver’s seat to operate easily.
d. Vehicle registration Number plates at the front end and at rear end shall be provided as per
R.T.O.'s requirements.
e. Head lights, tail lights, stop lights, direction indicators lights shall be provided. Tail lights and
the stop lights shall be fixed in the rear with protected with outer covering of wire mesh.
f. Sign board for number plate and signal plate at the rear of the body shall be provided on M.S.
Angle and fitted with nuts and bolts.
g. The Septage Dewatering vehicle shall conform in all respects with provision contained in the
Motor Vehicle Act or to any other statuary modifications or re-enactments thereof from time to
time.
p) LIGHT ARRANGEMENT:
a. A four-spot light arrangement of LED lamp of min.12 watt and 12 V shall be made on the top
LH, RH and at rear end.
b. Tail lights and the stop lights assembly shall be fixed in the recess in the rear paneling with
proper wire mesh guard bracket. The compartment shall be provided with sufficient
illumination with concealed wiring for illumination in driver compartment.
q) REAR BUMPER:
a. Rear bumper made from M.S. C channel of suitable size shall be fixed at the rear end of
vehicle with adequate distance from the rear body as per existing design.
b. 02 Nos. of Fire Extinguisher of suitable capacity to be provided.
c. Cabin shall be provided with first aid box.
a) The automatic lime/sludge mixing plant is to be used for creating lime stabilization of de-
watered sludge. MOC of Stabilization unit shall be mild steel with special paints which are
going to be direct contact with sludge. Stabilization with lime ensures a uniform pH-value in
the sludge and significantly reduces odors. The lime stabilized sludge will be ready for use as
fertilizer on farmland, soil reclamation, covering in landfill sites or composting.
b) At the front of the container a dosing unit is to be located which feeds the lime into the sludge.
The plant is 100% electrically operated, with frequency convertors to regulate the speed.
Lime stabilization unit should have the following specification:
Sludge Handling Capacity : 8 CuM
Lime Capacity : 1 CuM
Average Process Rate : 6 to 8 CuM/hr
Length (with worm Conveyor) : 8200 mm (approx.)
Length (without worm Conveyor) : 6600 mm (approx.)
Width : 2100 mm (approx.)
Height (with worm Conveyor) : 2400 mm (approx.)
Height (without worm Conveyor) : 1700 mm (approx.)
Weight : 4900 kg (approx.)
Connected Load : 3 KW (approx.)
Power Source : 3 phase 380 Volt (approx. with available
frequency).
The firm is responsible for ensuring compliance with the treatment and discharge norms
in order to reuse treated wastes as a fertilizer or soil conditioner in agriculture.
Compost Quality (FCO) as per SWM Rules, 2016 and Dept. of Fertilizers Parameter
Concentration not to exceed (mg/kg) dry basis, except for pH and carbon to nitrogen ratio
Arsenic : 10
Cadmium : 5
Chromium Copper : 50
Copper : 300
Lead : 100
Mercury : 0.15
Nickel : 50
Zinc : 1000
C/N ratio : 20-40
pH : 5.5 -8.5
B. Working Schedule
1. It is expected from contractor to carry out the operation and maintenance of the above-
mentioned vehicles for the period of five (05) years or 15000 number of services (average10
nos. of septic tanks or 15 CuM of sludge to be emptied in an entire shift per vehicle per day.
Payment to be made on shifting basis having 8 hours in a shift.
2. The programme for operation shall be given by KMC and contractor shall strictly follow this
schedule.
3. The contractor shall provide the service in any zone, irrespective of allotted zone as and when
required by KMC.
4. Each shift shall be of 8 hours. However, the shift timings shall be changed or modified as per
direction of the authority.
5. The driver shall report to the concerned officer at ward level and follow the instructions given
to him from time to time.
6. If the operation of the machines is required at time on any day including Sundays & Holidays
in addition to the routine programme, it would be the responsibility of the contractor to provide
the staff along with the machine as directed by the concerned person of KMC.
7. The vehicles/equipment will be engaged/deployed for working at different locations/collection
points/streets/lanes or by-lanes (whichever is applicable) of Kolkata. Deployment of
vehicles/equipment may vary at any time as per requirement and direction of KMC authority in
this regard is firm and final. Therefore, discussion/consent of the concerned authority is
required before commencement of any preventive/normal maintenance work.
8. In case of night duty is required instead of day duty no night allowance in any manner will be
given by KMC.
9. Loaded vehicle to be taken to the treatment facility for processing of solids. After unloading of
solids, the vehicle is required to return to the working site for engaging in work for next trip
during shift hours.
C. Maintenance Schedule
1. The agency remains liable to depute required number of manpower to provide best quality of
service during O&M period. During outsheding of vehicles, One (01) driver and one (01)
helper must be engaged against each vehicle. In this regard the agency will submit a list of
manpower as per the submitted rate/cost analysis.
2. The successful bidders will have to carry out the general daily preventive maintenance in
addition to minor break down maintenance as per the schedule of maintenance. General
cleaning and upkeeping of full vehicle will be in the scope of the contractor.
3. Day to day reports / log sheets of operation and maintenance shall be prepared by the
contractors and the same shall be submitted to KMC. The format of report shall be prepared by
the successful contractor and the same shall be got approved by KMC.
4. The vehicle chassis would be sent to service centers of the chassis manufacture as per the
manufacturer’s schedule. Further the vehicle chassis would be sent there to repairs, if required,
and quarterly servicing after the completion of the initial free services schedules.
5. All preventive and breakdown maintenance of the vehicles will be done by the agency and put
back into operation by the successful bidder at the earliest.
6. Daily/Weekly/Monthly routine check-ups, periodic preventive maintenance and break down
maintenance /repairing works etc. will be done by the agency as per recommendation of the
manufacturer.
7. Preventive and breakdown maintenance of each vehicle must be recorded in an individual
logbook and to be duly certified by the respective GICs.
8. Certificate of respective GICs regarding maintenance work done on the vehicles must be
attached with the monthly bill without which no bill will be processed.
9. Replacement of all spares, tyres, tubes & battery etc. will be done by the agency at their own
cost throughout the contract period.
10. The agency will refund the damaged/unserviceable spares to the respective garage immediately
and the agency will collect certificate for the same from the respective garage-in-charge.
11. While carrying out the maintenance activities, necessary safety measures shall be adopted by
the agency.
12. Denting, painting of each vehicle is to be done at least once in a year at the cost of the agency
failing which cost of it based on the current market price will be deducted from the agency’s
monthly bill.
13. In case of major fault in any component of the chassis requiring repairing at the chassis
manufacturer’s workshop, the penalty amount will not be deducted from the bill of the agency
if assigned job is managed with the help of remaining vehicles of the agency. However, the
party shall be responsible to take the vehicle to the manufacturer’s workshop for necessary
repair and take back the same to the KMC garages after repairing and no charges will be
admissible from KMC’s end for this.
14. In case of complete break down on road/ dumping ground, towing up to the garage will be
done by the agency and take necessary steps to repair the vehicle immediately.
15. Washing, greasing, refurbishing etc. to be done as & when required & as per direction of
GIC/EE (M).
D. Safety Features
1. Safety & security of the maintenance personnel engaged during O&M period will be looked
after by the agency.
2. Safety & security of the vehicle during working hours will be looked after by the agency. If
any spare or accessories is found missing or replaced after completion of day’s work, party will
be held responsible and compensation will be charged against the party.
3. The contractor shall follow all the safety Norms as per directives by Hon’ble High Court of
Kolkata/appropriate authority while working on Sewer lines / Septic Tanks at site.
4. The contractor shall observe complete safety of the corporation’s equipment while performing
the operation & maintenance at site. In case of theft of the vehicle on site or during transit, the
contractor will compensate Kolkata Municipal Corporation with similar vehicle or with cost of
vehicle considering depreciation as decided by KMC.
5. The contractor shall keep the Authority, their officers & servants harmless & indemnify from
& against all losses, damages, suits, cost charges, claims & demand whatsoever including
claims under applicable Workmen Compensation Act, their officers or servants may sustain,
incurred or become liable to pay by reason or in consequences of any injury to any person or to
any property either belonging to the KMC or others, whether resulting directly through any
accident or otherwise life or property while carrying out any work only due to negligence of
Contractor & such damage / injury or loss of life or property shall be made good & / or as the
case may be / shall be paid immediately by the contractor to the satisfaction in all respect of
The Authority.
6. The vehicle with Faecal Sludge Treatment Unit to be fixed securely while moving from place to place.
7. Repairs /adjustments if required is to be carried out only when the vehicles are stationary.
8. The contractor shall insure their employees deputed for carrying out the subject work under
applicable Workman Compensation Act & Fatal Accident Act. KMC will not be responsible
for any financial liabilities in case of any accident / hazard.
9. In case of accident during operation party will keep in touch with Police/ Traffic authority for
releasing the vehicle as well as driver on behalf of the department.
10. Compensation due to accident/damage of any public property will be made by the
party/contractor to the concerned victims/owner of the property that get damaged by the
accident.
E. Supply of Working Fluid (Diesel/Petrol/CNG)
1. The Contractor will supply fuel at their own cost including all consumables such as lubricants,
hydraulic oil, grease etc. and spares for the vehicle during contract period.
F. Pollution Under Control (PUC) and Certificate of Fitness (CF)
1. PUC and CF are to be done by the agency during O&M period.
G. Review of Work
1. Though the work is for the tenure of 05 years, review of the work will be done after
completion of each year. Based on the satisfactory performance only contract will be continued
else contract will be terminated at the discretion of the KMC authority without assigning any
reason thereof.
H. Penalty
1. If any vehicle is not outsheded or outshedding is delayed causing hampering of the daily
conservancy services because of the technical fault or due to shortage/ non availability of
spare-parts/consumables, penalty to be imposed amounting to either twice of the rate given to
the agency by KMC per day or
2. Driver and supervisor must have his own mobile telephone which will remain open throughout
the day so that communication can be made by the department as and when required.
3. During duty hours if any driver is found intoxicated, he will be suspended immediately and the
agency will replace his substitute on the next day.
4. In case of violation of traffic rule by the concerned driver necessary penalty charges will be
paid by the party on behalf of the department and he will contact Police/Traffic authority to
settle the issue.
J. Storing of Material
1. The contractor shall make his own arrangement for Cupboards / Lockers for storing
consumables and spare parts required for O & M of these vehicles / equipment. The storing
of these materials shall be at Contractors own risk.
K. Handover of Vehicles:
1. The vehicles and machineries must be handed over to the department by the agency in
good workable condition after end of the contract. In this regard an Inspection Committee
will be formed taking appropriate number of members from KMC and from the agency.
Vehicles and equipment are to be handed over after thorough repairing as per said
inspection committee’s recommendation.
L. Payment:
1. Satisfactory performance certificate from competent authority is required for processing of
monthly bill.
2. Payment is not admissible to the contractor when the machine is nonoperative due to
absenteeism of contractor’s staff or due to breakdown of the vehicle.
3. In case the tenderer fails to supply the vehicle on a stipulated shift, he is not entitled for the
payment for that shift and the same will be treated as short supply of vehicle.
4. The additional services shall be provided at the same rate, terms and conditions applicable
for that particular year.
5. Payment will be done as per KMC’s payment schedule.
6. Bill to be submitted by the agency month wise. List of all replaceable spares, tyres, tubes &
battery etc. used by the agency in a month to be submitted to the dept. along with the
monthly bill.
7. GIC/EE(M) may ask for the shortfall documents for processing of the monthly bill.
M. Other Terms & Conditions:
1. Subcontracting for operation & maintenance (O&M) will be allowed but sole responsibility
will be on the manufacturer/supplier.
2. A list of standard tools including jack and spare wheel that will be supplied with each of
the vehicle is to be submitted along with the bid. The agency may be asked for any of the
standard tools that should be in the toolkit but not mentioned in the submitted list to
handover to the department.
3. Required software for trouble shooting is to be supplied to the department, if asked for.
Reasonable cost of the software should be mentioned separately and should not be included
in the quoted rate.
4. There should be provision of installing vehicle tracking system (VTS) devices in the
vehicles.
5. KMC reserves the right to accept or reject the tenders wholly or partly depending on its
requirement on the date of order without assigning any reason thereof. The Kolkata
Municipal Corporation also reserves the right to increase the quantity. In that case the
agency is require to supply the vehicle/equipment at the same rate and same terms &
conditions as specified in the tender document within one year time period.
6. Conditional tender will not be accepted.
7. All disputes under this contract are subject to Kolkata jurisdiction only.
8. KMC will be responsible to provide sufficient land space to setup the lime stabilization
unit & to park the vehicles.
9. Machines shall be parked at Secured Municipal premises on day-to-day basis and shall be
operated under the municipal supervision. The sufficient parking / working place will be
made available at Municipal premises for periodical maintenance / servicing / breakdown.
10. The vehicles shall be road worthy as approved by R.T.O. conforming to rules and
regulations prescribed in this respect from time to time or by any other concerned statutory
and competent authorities regarding use of fuel or pollution control or any other
modifications.
11. The details of Septic Tanks which are not cleaned / could not be cleaned due to site
difficulties shall be informed to KMC.
12. Final consignment must accompany O&M manual for each vehicle, as built drawing of the
manufactured equipment.
13. KMC will have the right to cancel the Tender at any time and at any stage without citing
any reason whatsoever.
14. KMC will have the right to terminate the Contract with prior notice of one month, if the
KMC authority desires so.
15. At the end of day’s work thorough cleaning of each machine with water must be done.
16. The agency or their workers will have no right to claim employment in any manner in
KMC.
17. The L1 bidder is required to submit PDI report of chassis and equipment to the department
at the time of delivery.
18. The vehicles and treatment facility should be handed over in good condition after through
repairing/maintenance as per recommendation of the inspection committee to be formed
duly by comprising of required number expert both from the agency and KMC.