no. nit/piu-mbd/2008-09/05 name of work - nhai documents for route patroling at mbd... · no....

27
1 INFORMATION TO THE BIDDERS No. NIT/PIU-MBD/2008-09/05 NAME OF WORK : “Providing, Running & Maintaining of Route Patrol Vehicle, Ambulance and Crane at Moradabad Bypass (from Km. 148.430 to Km. 166.650) and Slip Roads on NH-24 in the state of Uttar Pradesh” Estimated Cost for all items = Rs. 19.20 Lacs Earnest Money : Rs. 38,400/- Time Period = One year Cost of Tender : Rs. 1,500/- This Bid document (non-transferable) comprises of 27 pages including this page, Performance Bank Guarantee Performa, Annexure-A&B and blank BOQ can be obtained from the address for communication given below from 13.01.2009 to 27.01.2009 on any working days between 10:00 AM to 5:00 PM on payment of non-refundable document fee indicated above in the form of Demand Draft in favour of Moradabad Toll Road Company Ltd., payable at New Delhi. Bid documents can also be downloaded from website www.nhai.org and in that case above mentioned application/document fee of Rs. 1,500/- will have to be submitted along with EMD in the form mentioned herein above. The last date for submission of the bid document duly filled and completed is 29.01.2009 at 3.00 pm. The bid document is to be submitted to Project Director, NHAI, ‘Saroj Villa’,Near to Prakash Enclave, Kanth Road, Moradabad. Bids submitted after the closing date/time shall be summarily rejected. Detail of documents attached and to be submitted duly signed (all the pages in token of having accepted these conditions) along with BOQ are detailed as under:- Description Page No. Information to the Bidders 1 Quotation Notice 2 Scope of Work 3–20 Special Conditions 21–23 Performance Bank Guarantee Performa 24 Annexure-A & B 25–26 Blank BOQ 27 Issued to M/s ____________________ ____________________ ____________________ ____________________ ____________________

Upload: dokhuong

Post on 17-Apr-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

1

INFORMATION TO THE BIDDERS No. NIT/PIU-MBD/2008-09/05 NAME OF WORK : “Providing, Running & Maintaining of Route Patrol Vehicle, Ambulance and Crane at Moradabad Bypass (from Km. 148.430 to Km. 166.650) and Slip Roads on NH-24 in the state of Uttar Pradesh” Estimated Cost for all items = Rs. 19.20 Lacs Earnest Money : Rs. 38,400/- Time Period = One year Cost of Tender : Rs. 1,500/- This Bid document (non-transferable) comprises of 27 pages including this page, Performance Bank Guarantee Performa, Annexure-A&B and blank BOQ can be obtained from the address for communication given below from 13.01.2009 to 27.01.2009 on any working days between 10:00 AM to 5:00 PM on payment of non-refundable document fee indicated above in the form of Demand Draft in favour of Moradabad Toll Road Company Ltd., payable at New Delhi. Bid documents can also be downloaded from website www.nhai.org and in that case above mentioned application/document fee of Rs. 1,500/- will have to be submitted along with EMD in the form mentioned herein above. The last date for submission of the bid document duly filled and completed is 29.01.2009 at 3.00 pm. The bid document is to be submitted to Project Director, NHAI, ‘Saroj Villa’,Near to Prakash Enclave, Kanth Road, Moradabad. Bids submitted after the closing date/time shall be summarily rejected.

Detail of documents attached and to be submitted duly signed (all the pages in token of having accepted these conditions) along with BOQ are detailed as under:- Description Page No. Information to the Bidders 1 Quotation Notice 2 Scope of Work 3–20 Special Conditions 21–23 Performance Bank Guarantee Performa 24 Annexure-A & B 25–26 Blank BOQ 27 Issued to M/s ____________________ ____________________ ____________________ ____________________ ____________________

2

QUOTATION NOTICE

NAME OF WORKS : “Providing, Running & Maintaining of Route Patrol Vehicle, Ambulance and Crane at Moradabad Bypass (from Km. 148.430 to Km. 166.650) and Slip Roads on NH-24 in the state of Uttar Pradesh” Estimated Cost for all items = Rs. 19.20 Lacs Earnest Money : Rs. 38,400/- Time Period = One year Cost of Tender : Rs. 1,500/- Sealed quotations are invited from approved CPWD / PWD / MES contractors or the agencies having adequate experience for the work of performing route operations on NH-24, Moradabad Bypass (from Km 148.430 to Km 166.670) and slip roads on NH-24 in the state of Uttar Pradesh. The performance of following services round the clock will form part of this operation:

(i) Providing and Running of Route Patrol Vehicles including staff on hire charge basis (1 Route petrol vehicle). The hire charges quoted will include all maintenance, running, servicing of the vehicle cost of POL charges and the pay of all the staff members deputed on the route patrol vehicle. The vehicle must be fully insured and all taxes as applicable fully paid.

(ii) Providing and running of Ambulances along with staff on hire charges basis for NH-24 (1 Ambulance). The hire charges quoted will include all maintenance, running, service of vehicle, cost of POL charges and the pay of all the staff members deputed on ambulance. The vehicle must be fully insured and all taxes as applicable should fully paid.

(iii) Providing and running of Cranes of 15 MT capacity on call basis (1 no. Crane) on hire charge basis. The hire charges quoted will include all maintenance, running, servicing of the crane, cost of POL charges and the pay of all the staff members deputed on the crane. The vehicle must be fully insured and all taxes as applicable fully paid.

Interested parties/firms are advised to go through the Bid Documents carefully and submit their offer/quote rates for the subject work. ‘Technical Bids’ & ‘Financial Bids’ will be kept in separate sealed envelopes marked as “Technical Bid” and “Financial Bid” with name of work duly written/printed as well as the Name & Address of the agency and shall be addressed to the Employer at the address given above. Both the Bids, i.e., ‘Technical’ & ‘Financial’ shall be hard bound bearing the signature of authorised signatory on each page. Bid Security must be accompanied with ‘Technical Bid’. The duly sealed quotations can be submitted in the office of Project Director, NHAI ‘Saroj Villa’, Near to Prakash Enclave, Kanth Road, Moradabad on any day during office hours but not after 29.01.2009 at 3.00 PM. The quotations will be opened in the presence of the bidders whosoever wants to remain present at 3:30 PM on the same day.

3

1. Scope of Work 1.1 The intending bidder is required to provide 24 hrs per day route patrols to assist the road

users of the highway, to provide information, feed back and perform functions in relations to incident management. To achieve this, the Patrol vehicles should be fully equipped as well as the patrol persons should be adequately trained in traffic management, road safety and primary first aid. The purpose of route patrol is to:

(i) Provide the users of the highway with basic mechanical help for vehicles that break down on the National Highway Section, and protect other motorists from such vehicles

(ii) Immediately identify traffic hazards of whatever nature, such as unauthorised parking, public transport vehicles obstructing traffic during passenger loading and unloading, debris, stray animals and the like. The Contractor shall take the necessary measures to remove such obstructions.

(iii) Provide emergency management at accident scenes until such time as the appropriate authorities arrive,

(iv) Assist with the removal of damaged or mechanically impaired vehicles from the highway,

(v) Provide road user information and to further the image of the National Highway Section in a professional and friendly manner.

(vi) Maintain daily records of assistance provided to motorists (vii) Bidder will remove dead animals/birds from the project roads and bury them at a

suitable location as directed by the Engineer/Employer within two hour of the incident. It will be treated as incidental to contractual obligations. Contractor will not be paid any extra amount for the removal of dead animals/birds from the project road. If contractor fails to remove the dead animals/birds from the project road within two hours of the incident, it will be treated as a case of issuing of Non Compliance Report and accordingly the penalties will be imposed.

(viii) Observe, record and report suspect aspects of the highway, hazards and incidental

damage caused by vehicles, floods, storms, or other random events, such that the highway maintenance records and data base are continuously improved.

1.2 Patrol Vehicles 1.2.1 Bidder will provide vehicles (of white colour Qualis or equivalent) capable of negotiating

the highway in all-weather conditions, having sufficient rear space for equipment storage, fitted with rotating light and hooter, and painted with a unique color pattern for quick recognition, with the NHAI name and emblem painted prominently on sides, back and front, together with the Control Centre and Help line numbers. Vehicle should be in good condition and registration number not older than two years and having permit for commercial use.

1.2.2 Each vehicle should also carry the following equipment

a) Fire extinguisher 1 no.

b) Gas cutter with protective glass (2 nos)

c) Liquid container 2 no., Water container with fresh water 1 no.,Funnel.

d) Rubber Gloves, Leather Gloves (1 pair each)

e) Brooms one hard bristle, other soft-2 no.

4

f) Gum boot 4 pr, Rain coat 4 pr., Blanket 1.

g) Torch lights – 4 nos., Spare Batteries. ,Flashing light 1 no.

h) Hydraulic jack, towing chain, Animal hook, rope.

i) Tool set (with standard set of spanners, pliers hammer etc), shovels.

j) Digital Camera, measuring tape.

k) Paper pad, Forms, pen/pencils, folders.

l) First aid kit, Rain Coat, water proof sheets

m) List of hospitals

1.2.3 Each vehicle should also carry Traffic Management Equipment, such as

a) Sign boards – “Accident ahead” – 3 Nos. “Lane merging” – 3 no. “Direction Arrows” – 3 no, “Speed Limit” (80/60/40)-3 no, “Keep left / right” – 2 no (all signs 1200 mm size)

b) Sign Stand set (one for triangular and other for circular sign) 6 sets.

c) Flags, whistle, reflective hand signal.

d) Traffic cones 500 mm size 20 no.

e) Barricades, tape, stands, Flags of 600 mm by 600 mm made of good read cloth secured to a staff at 1 M length, Paddles of at least 600 mm wide and provided with rigid handle with markings SLOW, STOP.

f) Reflective jackets.

1.2.4 As a minimum, patrol vehicle should carry sufficient communication equipment to render its passengers capable of direct communication with the incident Management Control Center established.

1.2.5 No. of Patrol Vehicles required : One No. 1.3 Manpower:

1.3.1 The team which is to be deployed with patrol vehicle must be adequately trained for their tasks, especially in first aid, vehicle maintenance and minor repairs. The contractor must employ sufficient manpower to work in shifts for patrol vehicle. The complete team should have basic knowledge of automobile and first aid training. Typical staffing might be:

a) Route Patrol Officer with first aid training and having basic automobile knowledge. b) Route patrol assistant having basic automobile knowledge and first aid training

besides having the capacity to function as rescue man. c) Driver, with knowledge of vehicle repairs, first aid training.

1.3.2 At all times, the Route Patrol Officer should have available a list of telephone numbers and address of all concerned in providing the Road Users Services, within and without the contract.

1.3.3 On duty, all staffs are to wear distinctive standard jackets having company LOGO, with night visibility. They are to deal with public and hence should be well trained to be courteous and helpful.

1.4 Ambulances

1.4.1 The bidder will provide ambulances having all facilities of emergency system required. The Ambulance Vehicle shall be Swaraj Mazda/ Tempo Traveler and registration number not older than two years and having permit for commercial use, preferably white colour with the provision of two stretchers, fitted with rotated light for reorganization, with NHAI name

5

and emblem painted permanently on sides, back and front, together with control center help numbers. The ambulance is required to have the following medicines and equipments and also the paramedical staff:

1.4.2 Ambulance Inventory

Inj. Atropine 10, Inj. Adrenaline 10, Inj. Calmpose 3, Inj. Dopamine 5, Inj. Deriphylline 4, Inj. Epsolin 2, Inj. Lasix 6, Inj. Avil 2, Inj. Fortwin 2, Inj. Phenargan 2, Inj. Paracetamol 2, Inj. Perinorm 3, Inj. Emset 2, Inj. Voveran 2, Inj. Ranitidine 2, Inj. Tramadol 2.

Inj. Nahco3 8, Inj. Calcium Gluconate 3, Inj. Hydrocortisone 3, Inj. Aminophylline 2, Inj. Xylocard 2, Inj. Dexona 3, Inj. Distilled Water 5, Ipravent Nebulization 1.

C-Circuit 1, Laryngoscope with Adult & Child blade 1, Xylocaine Jelly 1, Cath. Mount 1, T. Piece 1, Foley’s catheter 14,161, Nasopharyngeal airway 1, Guedel airway 1,2,3,4- 1, Et tube 5-9 with connectors 1, Magill’s forceps 1, Artery forceps 1, Knee hammer 1, Condom Catheter 1, Stillet 1.

Ambubag with mask (a) 1, Ambubag with mask (p) 1, Stethoscope 1, B. P. Apparatus 1, Spinal Collar 1.

Cotton 1, Cosy Sheet 1, iv cannula no 18-2, iv cannula no 20-2, iv cannula no 22-2, syringe 50ml 3, syringe 20ml 2, syringe 10ml 10, syringe 5ml 10, syringe 2ml 10, ryles tube 14,16-1, iv set 4, blood set 2, lectospiral 3, betadine 1, spirit 1, dynaplast 1, cut plaster 1, gauze bandage 4, cardiac gel 1, urobag 1, micropore 3, Scissors 1, 3-way 3, mannitol 100ml 1, dextrose 25% 1, dextrose 10% 2, dextrose 5% 2, dns 500ml 2, ns 500ml 2, rl 500ml 2, haemacoel 2, mv set 2, suction tube 10, gauze pkt. 5, gloves 10, isolate m 1, isolate p 1, t. sorbitrate 10, t. depin 10, t. alprax 10, t. disprin 10, t. crocin 10, thermometer 1, oxygen masks 5 1, nebulization kit 1.

Suction machine, Oxygen cylinder with regulator and accessories (2 nos), trauma stretcher with scoop to spiral injuries (2 nos), IV stand/Hook for IV lines, Cabinet for medicines, blanket

1.4.3 The following paramedical staff are required:

a) Paramedical staff having BSC (Nursing Degree ) 1 b) Nursing staff having diploma in general nursing 1

c) Driver trained for first aid (from recognized institute/hospital)

1.4.4 No. of Ambulances required : One No.

1.5 Cranes 1.5.1 The intending bidder will provide cranes of 15 MT on call basis. Capacity having all

requisite arrangements of pulling and lifting of accidental / breakdown vehicles including the communication system for NH-24 so as to remain in close touch with control room / Patrol vehicles / highway users. The hire charges should include the cost of P.O.L, operation charges and payment of driver and helper. The driver / helper should remain ready in performing duties round the clock

1.5.2 No. of Cranes required : 1 No on call basis.

1.6 Control Room Operation The intending bidder will set up his control room at the most suitable location to control the above said services. The Control Room Officer (C.R.O) will be deputed for performing duties in every shift. In addition the intending bidder shall make standby arrangement to perform the services of Control Room Officer in case of the existing staff being on leave /

6

holiday/ weekend off. Expenditure under this item is incidental to the route patrol operation.

1.7 Uniforms and Appearance

1.7.1 The patrol officers is to deal with the public on a continuous basis and are often exposed to traffic. The following should be remembered for safety and NHAI image purposes:-

(i) The patrol officers should be supplied with standard wear comprising of same shade suiting wear i.e. pant, shirts & boots, socks (other than khaki colour) as approved by Engineer. This dress must be worn at all times during patrol duties. The patrol officers will deal with the public on a daily basis. The manner is to be courteous and friendly. The patrol officers are to be well groomed. Uniforms must be kept clean and in good repair.

(ii) Safety jackets must be worn whenever leaving the patrol vehicle. The jackets are issued to the patrol officers and must be carefully looked after. Soiled or oil stained safety jackets are to be wiped down before entering the vehicle and before the start of the subsequent shift. Expenditure under this item is incidental to the route patrol operation.

2. Duties and Services

General 2.1 Route Patrol Mission

2.1.1 Route Patrol have the ultimate objective of enhancing the safety of the road users.

2.1.2 Route Patrol provide the road users with a service that is informative, helpful and crucial in an emergency situation. All tasks must be performed in a professional, courteous and efficient manner that will enhance the safety of the road and promote a positive image of the National Highway.

2.1.3 The role of the patrol officer, as the first point in supplying assistance in breakdown, medical and emergency situations, is not to provide expert know-how, but to recognize the need for and identify the correct course of action for each incident or situation.

2.2 Patrol Duties

2.2.1 Stranded Motorists

Motorists that have broken down on the approach roads or bridge must be asked to explain the nature of their problem, minor problems (no petrol, radiator leaks, dead batteries etc.) are often the cause for breakdown. Under such circumstances, the patrol officer will determine whether he can be of any assistance and remedy the fault at the time.

If it is not possible to remedy the fault, then the service of the breakdown vehicle must be requested by contacting the Control Room. The vehicle must be removed from the route as per the defined parameters.

• Small vehicles : 60 min from notification

7

• Large vehicles : 2 hrs from notification.

2.2.2 Abandoned and illegally Parked Vehicles

Vehicles that have been abandoned or that are illegally parked must be removed from the route. The patrol officer is to record all the relevant vehicle details on the incident log and request the breakdown vehicle.

The incident log must clearly show that the vehicle has been classified as impounded for filing by the Control Room. In all such cases, the local police must be informed.

2.2.3 Lost Motorists

Confused or lost motorists must be given directions.

2.2.4 Motorists requiring medical assistance

Motorist requiring medical assistance of a non-urgent nature (minor ailments such as dizziness, cramps, pregnant lady feeling ill etc.) should be escorted to the nearest hospital. If the motorist is in a state of shock, or is not able to drive, then the ambulance services must be requested from the control room.

If the incident occurs on the bridge and the driver has to leave the vehicle, the breakdown vehicle must collect the vehicle and remove it to the parking.

The first aid box should be fully equipped and the expiry date of medicines should be checked.

2.2.5 Law Enforcement

The patrol officer has no powers to enforce the law. In certain circumstances, where directed by the route supervisor, the patrol officer may be required prevent or stop unrudely behavior by the motorist, prevent motorist for evading paying toll, prevent unauthorised people from entering the area under the responsibility of the successful bidder, stop and removing pedestrians from the route and prevent motorist moving in wrong direction.

The patrol officer shall never take the law in to his own hands and shall never place himself in danger. Assistance must be served from the control room in any such event and if necessary, the patrol officer shall request police presence and wait for their arrival before taking action.

The patrol officer shall also prevent theft of NHAI property, which shall include the control and restriction of unauthorised painting and pasting of notices within the area.

The patrol officers shall stop at each bridge structure (if any) at least once in each shift. Both sides of the bridge are to be inspected to ensure that no theft of bridge paving elements has been taken place.

8

2.2.6 Hawkers and Loitering

Any persons hawking without authority or loitering without reason should be asked to leave the area to beyond the limits of the operational area. If necessary, the local police force should be requested through the control room to deal with those refusing to move.

2.2.7 Animals on the roadway

The patrol officers are to remove any animals from the roadway. Where possible, the caretakers of the animals must be told to remove the animals. They should be warned that the animals are not be allowed to graze within the road reserved. In case, additional fencing is required, the same should be recommended by the patrol officer. Contractor will remove dead animals/birds from the carriageway and bury them at a suitable location as directed by the Engineer/Employer within two hour of the incident. It will be treated as incidental to contractual obligations. Contractor will not be paid any extra amount for the removal of dead animals/birds from the carriageway. If contractor fails to remove the dead animals/birds from the carriageway within two hours of the incident, he will be levied a penalty of Rs 1,500/- per incident. The carriageway should be cleared of the dead animals within 2 hrs. failing which NCR will be issued.

2.2.8 Patrol to users to be recorded

Issuance of patrol to users must be discouraged. However, in case of emergency, enough petrol should be provided so that the users can go to the nearest petrol pump. The petrol issues must be recorded in the “Assistance Record” and signature of the users obtained. The incident is to be noted in the shift incident log and the assistance record attached with all the documents at the end of the shift. It will be considered incidental to the main route patrol operation.

2.2.9 Maintenance Inspections

Inspection of the road infrastructure is an integral part of the route patrols providing information to the maintenance services. This is achieved through the diligent observation of all respects of the route including the road furniture, toll plaza area, interchanges and

bridges.

Items requiring attention are recorded on the Damage Report. Urgent maintenance requirement (Category-1) are to be recorded in the Damage Report and communicated immediately to the control room. All other requirement that do not affect the safety of the road users, are noted at category 2 for scheduling by the maintenance department.

Damage reports are to be submitted to the control room at the end of each shift.

2.2.10 Category – 1 Defects

9

Category 1 defects are defined as those which require prompt attention because they represent an immediate or an imminent hazard to the road users. Typical examples of defects to be recorded are as detailed below:-

2.2.11 Road Signs

Signs that have been damaged by wind, collision etc. and can not be repaired temporarily by the patrol officer with limited equipment must be noted. Special note must be taken of the following signs, which must be repaired or replaced without delay.

- No entry and compulsory direction indication signs - Danger indication signs - Toll traffic boards - Speed limit - Any other signage pertaining to facility

2.2.12 Safety Fencing

Safety fencing that has been damaged to the extent it they will not function as originally intended must be noted in the damage report. The patrol officer must note the number of rail sections and posts that require replacement and the location thereof.

All except minor damage to safety fencing must be reported to the maintenance department for immediate temporary or permanent repairs.

2.2.13 Boundary or security fencing

The location and extent of damaged or missing fencing must be recorded.

2.2.14 Bridge Parapets or Concrete Central Reserve Barriers

Missing or badly damaged elements are to be noted in the damage report and reported to the operations control room without delay. Cones must temporarily be placed at the exposed sections until the maintenance service is able to respond.

2.2.15 Lighting

Where three or more consecutive road lighting units are not networking.

2.2.16 Carriageway

Potholes or trips where the horizontal difference in level is greater than 50mm or the surface area exceeds 0.5m2.

2.2.17 Footways / Paved Areas

Potholes or trips where the horizontal difference in level is greater than 20mm.

2.2.18 Removing obstructions

The patrol officer must look for any obstructions in the vehicle paths that may be hazardous to motorists. Torn truck tyres, objects that have fallen from a vehicle etc., must

10

be picked up or moved to the roadside. A spade and gloves are available in the patrol vehicle for hygienic removal of any objects. Objects too large or heavy or dead animals must be removed from the site within two hours failing which a penalty of Rs. 1500/- will be imposed. Cones must be used to deviate the traffic away from the obstruction until the arrival of assistance if required or alternatively till the site is cleared of the obstructions.

The position of any debris moved to the roadside must be logged in the Incident report. Any items to be collected by the maintenance service should also be recorded in the Damage Report.

Care must be taken when removing items from the roadway. Motor vehicles do not always adhere to the regulated speeds and an approaching vehicle may be moving quicker than estimated. Items are to be removed only when there are no vehicles in sight. The patrol vehicle’s emergency lights must be switched on, and the patrol officers must wear the safety jacket.

Any items found during the process of patrolling must be reported to operations control room and kept in safe custody.

2.3 ASSISTANCE PROCEDURES

2.3.1 Basic Assistance : Approach Procedures

The patrol vehicle is to approach the stationary vehicle with care. Emergency lights must be switched on. The patrol vehicle is to be parked, at least 20 m behind the motorist’s vehicle.

If the distressed vehicle is stationed in the fast (overtaking) lane, it should first be pushed or towed to the slow lane (or emergency lane if available). If this is not possible, the patrol vehicle must be stationed approximately 50m behind the distressed vehicle with the hand brake on and a low gear engaged.

The patrol officer must use his discretion to ensure that the patrol vehicle is safely situated, e.g. if the emergency scene is at a blind rise or at a curve, it will be necessary to park the vehicle further away where it is immediately visible to the approaching traffic. Cones must immediately be set up behind the patrol vehicle to warn and guide other motorists away from the vehicle.

Suspicious looking vehicles or vehicles where the occupants cannot be clearly seen from the patrol vehicle (e.g., during night patrols) should be approached with special caution. The patrol officer must use the public address system ( if available) to request the driver of the vehicle to approach the patrol car. The patrol officer must not approach the motorist until he is certain that there is no likelihood of dangerous intent.

The patrol officer is to identify himself as a representative of operator and ask if assistance is required. The nature of the problem must be determined immediately. If assistance can be offered, it must be done professionally and efficiently.

11

If major repairs are required to fix the vehicle, then it should be reported to the control room.

2.3.2 Breakdown Service

The breakdown vehicle will be called to assist the road users requiring mechanical or towing services for vehicles that breakdown.

2.4 EMERGENCY SUPPORT

The role of the patrol officer is not to provide expert assistance at emergencies, but to recognize the requirements and inform the control room of the incident / situation. The control room will contact the relevant emergency services.

2.4.1 Emergency Reaction

The patrol officer may come across or be notified by the control room of an emergency. This information may have been reported to the control room by a motorist, or by the local traffic authorities or ECB (Emergency call box)

The patrol officer is to proceed to the emergency scene. A detailed account of the situation at the emergency scene is to be provided to the control room on arrival. If the emergency services are not already at the scene, the patrol officer will call the control room and request the appropriate services.

2.4.2 Traffic Management

The patrol vehicle must have its emergency lighting switched on, whenever in the vicinity of an emergency scene. The patrol vehicle is to be stationed at the approach to the scene in the lane that is obstructed, approximately 20 meters behind the emergency scene. The patrol officer must use his discretion to ensure that the vehicle is safely situated, e.g. if the emergency scene is at a blind rise or at a curve, it will be necessary to park the vehicle further away where it is visible to the approaching traffic.

The priority is to protect the scene from further collision. Cones and signs are to be set out immediately in an appropriate manner depending on the circumstances. This should be done before any assistance is offered to the accident victims.

In the event that the emergency scene involves chemical spillage, the patrol officer must identify the type of material by reading the international label affixed to the carrier. If this is not visible, the road should be closed until proper identification by the trained personnel. Under no circumstances shall patrol officers attempt to clear spillages of substances that cannot be readily identified.

2.4.3 Evacuation Procedures

If the patrol officer assesses the incident scene to be of such a nature that one or both carriageways have to be closed to traffic entirely, the special evacuation procedures will

12

be implemented. The decision to implement emergency procedure will be referred to the Superior.

The patrol officer will take the following into consideration before requesting that the Emergency Procedures be implemented:

Are both lanes obstructed by the incident ? If all lanes are obstructed, will it exceed 30 minutes to provide access ?

Is there any danger to the road users if they pass the scene in an unobstructed lane (e.g. hazardous chemicals, possibility of an explosion etc.) ? Are both carriageways entirely obstructed?

There may be other considerations depending on the nature of the incident. The patrol officer must use his discretion, experience and training. Safety of both the road users and the operation staff must always be a priority.

2.4.4 Supporting Emergency Services

The primary assistance provided by the route patrol service at an emergency scene is temporary traffic management. Further assistance as requested by the National Police Force must be referred to Operations Controller for approval. The patrol officer must not attempt medical treatment beyond first aid. Any request to do so must be denied, as the patrol officer could be held liable for his actions.

The patrol officer must ensure that the emergency scene is free from accident debris before allowing access to traffic. If large scale clearing operations are required, the patrol officer will inform the control room who will contact the Maintenance Department.

2.4.5 Incident Reporting

The patrol officer will perform the reporting procedures described under the heading “Reporting to the Control Room”.

2.5 DRIVING THE PATROL VEHICLE

The patrol vehicles will accumulate a high mileage in a very short time and hence must be operated with care. Reckless driving is not acceptable. Any reports received from the public indicating unsatisfactory behaviour by the patrol officers will be investigated, and if necessary, disciplinary procedures will be carried out.

Patrol officer and passengers must wear safety belts whenever the vehicle is in motion.

An average speed of 30-40km/h should be maintained during normal patrolling. The maximum speed within the legal road speed on a particular section shall apply when responding to emergency calls and calls for motorist assistance. The vehicle’s headlights are to be switched on at all times.

2.5.1 Check before departure

(i) Ensure that there are no obstacles behind the vehicle.

13

(ii) Ensure that all doors are properly closed. (iii) Fasten the safety belt and ensure that any passengers do likewise. (iv) Check rear-view mirrors to ensure that the road is clear before departing.

2.5.2 Driving Safely

(i) The legal speed limit is not to be exceed during an emergency (ii) Obey all traffic signs and road markings at all times (iii) Maintain a safe following distance at all times (2 second gap) (iv) Always use indicator when changing lanes or turning (v) Do not cut in front of other vehicles whilst overtaking (vi) Be aware of pedestrians and animals alongside or on the road. Ease off the accelerator

and be ready for emergency stopping simultaneously checking the rear-view mirror for vehicles.

(vii) Vehicle headlights are to be switched on for the full duration of the patrol.

2.5.3 PASSENGERS

The patrol officers are to assist standard motorists by providing them with transport to the nearest 24-hour facility. The patrol officer is to record vehicle registration number and the names of all the passengers in the incident log and report the information immediately to the control room. This must be performed before assistance is given to any stranded passenger.

2.5.4 INTOXICATING SUBSTANCES

No intoxicating substances are to be consumed by the patrol officers for a period of at least 8 hours before entering the patrol vehicle.

2.5.5 REPORTING SICK

If a patrol officer foresees that he or will not be able to report to work for a shift due to illness, it must be reported to the control room at least 6 hours before the start of the shift. This notice must be provided to allow a replacement to be arranged.

3 SHIFTS AND PATROL REQUIREMENTS

3.1 Shift Start

Patrol officers shall report personally to the Control Room and sign the attendance register before leaving for patrol. The control room will inspect and brief the patrol officers with any special instructions and pass on relevant information from the previous shift.

The patrol officer must sign the shift attendance register and proceed to inspect the vehicle and patrol equipment as per procedure under heading of “Vehicle Log Book”. Patrol Officers to sign “Key Register” for handover of vehicles keys.

3.2 Shift End

14

Copies of completed shift incident log, damage report and Vehicle Log Book are to be handed to the Control Room at the end of each shift. The patrol officer is then to proceed with the vehicle and patrol equipment inspection with the incoming patrol officer.

The operations controller shall keep a copy of the daily reports. Any information that may be useful regarding conditions on the route e.g. poor visibility at a specific location, high winds, abnormal traffic conditions etc. must be passed on to the Control room for the information of the patrol officer preparing to come on shift.

3.3 PATROL ROSTER

The routes and patrol times to be patrolled by the patrol officers may be revised. There shall be one patrol every 4 hrs between 6 am to 6pm and one patrol every 6 hrs between 8 pm and 4 am. On Sundays and Public holidays there shall be one patrol every 6 hours. There shall be no deviation from the patrol route without the approval of the route Supervisor.

There shall be compulsory stops along the route, from where the patrol officers shall observe the traffic, and in some instances (as defined) obtain the signature of security guards on duty.

3.4 ROUTE MAP

The route patrol supervisor will adopt the routes to be patrolled so that all areas are sufficiently covered. There is to be no deviation from the routes whilst on patrol unless otherwise instructed and recorded.

3.5 RECORD SHEETS 3.5.1 Permanent records are to be kept by the successful bidder to collect statistical and other

essential information. Incident Log and Damage reports are to be completed by the patrol officers whilst on patrol. The patrol officer is to carry sufficient forms to record all incidents on a shift. The forms must be filled in neatly and in a legible handwriting. No writing is permitted if the vehicle is in motion.

3.5.2 Incidents will consist of the following events : (i) Enforcing the law where appropriate. (ii) Traffic management. (iii) Assistance to the road users. (iv) Vehicle breakdown. (v) Accidents (vi) Unauthorised encroachments.

3.5.3 In Shift Incident Log each incident that requires the patrol officer to exist the vehicle whilst

on the route patrol must be recorded in a ledger. The incident ledger will record the nature

15

of the event, the time, place etc. The shift incident log will form part of the records kept by the successful bidder and must be completed neatly and submitted to the control room at the end of each shift.

3.5.4 Each incident must be recorded after reporting the incident to the control room. The ledger should be completed before the patrol is continued.

3.5.5 If no incidents are observed during a patrol, the patrol officer must enter “NIL REPORT” in the space allocated for the description of the incident. The patrol officer must sign the entry.

3.6 Damage Report

The patrol officer is required to inspect various aspects of the road and bridge. These and other items requiring attention are to be noted in the damage report and handed in to the control room at the end of each shift.

If there is no damage observed during a patrol, the patrol officer must enter ‘NIL REPORT” in the space allocated for the description of the damage. The patrol officer must sign the entry.

The nature of the damage must be described as precisely as possible and in point form. The location of the items requiring maintenance must be defined according to the road chain age. Addition location information can also be supplied, for example, relative to bridges, culverts etc.

3.7 Photographs 3.7.1 Photographs are to be taken by the Patrol officers to document the following incidents :-

(i) Accidents on the network (ii) Photographs must be taken of the scene of the accident and each individual

vehicle involved in the accident. If possible, registration numbers should be captured. Sufficient photographs must be taken so that reconstruction of the accident scene is possible.

3.7.2 The photograph numbers must be cross-referenced to the incident report or damage report.

(i) Damage caused by high winds, rain, collisions etc. (ii) Cargo spills (iii) Theft of property

4 RADIO COMMUNICATION 4.1 REPORTING TO THE CONTROL ROOM 4.1.1 Observation report

16

The patrol officer is to report every incident to the control room using the communications radio before leaving the patrol vehicles. Incidents are to be described to the best of the patrol officer’s knowledge through observation only, giving the following key reference and information :

Carriageway Chainage Lane Nature of incident Visibility – good, fair, poor Micro weather condition at the scene

The purpose of the report is to notify the control room that the patrol officer will be leaving the vehicle and will not be available for communications.

4.1.2 Information report

An obvious incident such as a vehicle collision may not require further explanation to the control room. Less obvious incidents that require clarification by the patrol officer e.g. vehicle breakdown, no fuel etc. must be reported back to the control room after an assessment of the situation. This report should follow not more than five minutes after the observation report to the control room. The purpose of the second report is to provide accurate information to the control room, and to insure the safety of the patrol officer.

4.1.3 Termination report

Once the incident has been dealt with (e.g. a breakdown service vehicle has removed a vehicle from the scene), the patrol officer will communicate the conclusion of the incident to the control room. The patrol officer will then complete the incident ledger as described in section and resume the patrol.

The observation, information and termination reports are the minimum communications that will be performed at any incident. The patrol officers must use their discretion as each incident varies in complexity. The control room must be updated with the best information as it becomes evident. The information report as described above may require several relays to the operations control room.

4.2 RECEIVING A CALL FROM THE OPERATIONS CONTROL ROOM 4.2.1 Request for assistance

The control room will contact the patrol officer when a request for assistance has been received from a motorist. The control room will obtain relevant information from the motorist and will inform the patrol officer of the nature of the incident, and instruct the patrol officer on the most efficient route to the incident.

17

The patrol officer will be required to perform the reporting procedures as described above.

4.2.2 National Police Force

The National Police Force may request temporary traffic management and emergency support from the patrol vehicles. The control room will request the geographical location of the patrol cars and instruct the closest vehicle to proceed to the emergency scene.

The patrol officer will acknowledge the instruction. On arrival at the emergency scene, the patrol officer will report the situation to the Control Room and request further assistance if required.

A termination report is to be communicated at the conclusion to the incident.

5. REPORTING REQUIREMENTS 5.1 Daily vehicle logs shall be compiled, containing the following :

(i) Kilometers Driven (ii) Times stationary / in motion (iii) Average speed (iv) Incidents detected and actions taken

Monthly summary reports shall be submitted to NHAI, indicating the level of compliance with the specifications. 5.2 VEHICLES

All necessary taxes for operating the vehicle shall be fully paid and all necessary papers shall be provided as required by patrolling motor vehicle act along with comprehensive insurance cover for the vehicles. The drivers driving the vehicle should have valid licenses issued by competent authority.

5.3 Interior Cleanliness

The patrol vehicle will be shared by the patrol officer. It is the responsibility of the driver at the end of each shift to ensure that the vehicle’s interior is clean and free of litter and any loose objects. (No smoking is allowed inside the patrol vehicle.)

5.4 Exterior Care

The exterior of the patrol vehicles are to be kept clean at all times. Vehicles are to be wiped daily at the end of each shift and thoroughly washed twice a week before the first shift of the day.

18

5.5 Reliability

Any vehicle malfunction or potential problem must be noted in the vehicle logbook and reported to the Route Supervisor. A decision regarding the vehicle’s reliability must be taken before the next patrol.

I0f the cause of the problem cannot be determined before the start of the following patrol, and the gravity of the problem precludes the vehicle from being used then an alternative vehicle must be authorised by the Route Patrol Officer.

5.6 Vehicle Service

The patrol officer will notify the route supervisor when a vehicle is due for servicing. Only one patrol vehicle will be serviced at any time. Arrangement for standby vehicle must be done.

5.7 PATROL EQUIPMENT

The patrol vehicles are equipped with accessories for temporary traffic management and dealing with various incidents. The equipment is to be handled carefully during use. Damaged equipment is to be reported to the Control Room. It is the responsibility of the patrol officers to ensure that all the equipment in patrol vehicles is in operational order.

5.8 Vehicle Logbook

A “Vehicle Log Book” is carried by the patrol vehicle at the start of his shift. The patrol officer’s identity, date, shift start time, kilometer reading and equipment check must be logged before the start of each shift with both the patrol officers present to sign the log at handover. A thorough inspection of the vehicle is to be done and recorded in the Shift Incident Log. Any damaged or missing equipment or vehicle malfunction not noted at the handover shall be the responsibility of the patrol officer taking on the new shift.

Both “Vehicle Log Book” and “Shift Incident Log” must be submitted to the Control Room after handover at the end of shift. Missing or damaged equipment is to be replaced immediately.

5.9 Maintenance of the equipment

The equipment must be maintained in good working order at all times. It is the responsibility of the patrol officers to test the equipment and report any malfunction to the Control Room. Light bulbs in traffic management equipment must be checked, the hydraulic jack must be operable etc.

19

Fire extinguisher are to be visually checked at every patrol. The pressure indicator must be within the green area. The patrol officers should tick the relevant box in the vehicle logbook only if the extinguisher is in good working order. Faulty equipment is to be replaced immediately.

Note : Fire fighting equipment must be replaced immediately after use.

Any ones or signs damaged during use must be reported to the Route Supervisor and replaced.

6. LEVEL OF SERVICES

6.1 The successful bidder shall : (i) Patrol the entire National Highway Section in each direction at a frequency of

one patrol commencing every 4 hours from 6 am to 6 pm inclusive, and every 6 hours from 6 pm to 6 am inclusive on weekdays and Saturdays.

(ii) Patrol the entire National Highway section every 6 hours on Sundays and

Public Holidays.

(iii) Start the implementation of traffic management procedures at the scene of the accident as soon as practicable, but in any event no later than 30 minutes from notification of the accident.

(iv) Ensure that the steps for the provision of access for the emergency authorities

to the highway during circumstances of complete interruption of the traffic commence within 15 minutes of the notification of the need for the implementation of the Rescue Plan.

(v) Through the procurement of services or otherwise, provide repair or breakdown

towing service of road user’s light vehicles within 60 minutes of notice of the breakdown under normal traffic, unless exceptionally bad weather conditions exist, and

(vi) Through the procurement of services of otherwise, provide repair or breakdown

towing service of road user’s heavy vehicles within 2 hours of notice of the breakdown under normal traffic, unless exceptionally bad weather conditions exist.

6.2. MTRCL/NHAI may fix charges if it deems fit, for providing any services and in that case

such charges will be collected from the user by the successful bidder and the same will be deposited to MTRCL/NHAI.

7. Penalties for noncompliance

20

Every ten instances of non-compliance shall result in penalties to the successful bidder of 2.5% of the monthly fee being paid to him for providing the services under this contract.

8. Performance Security 8.1 Within ten (10) days of receipt of the notification of Contract award, the successful Bidder

shall furnish to the Project Director, the performance security in the amount equivalent to that specified in Special Conditions of Contract.

8.2 The proceeds of the performance security shall be payable to the Employer as

compensation for any loss resulting from the Bidder’s failure to complete its obligations under the Contract.

8.3 The performance security shall be denominated in the currency of the Contract, or in a

freely convertible currency acceptable to the Project Director and shall be in one of the following forms:

a) Bank guarantee issued by a scheduled bank in favour of Chairman, Moradabad Toll Road Company Ltd, NHAI, G-5 & 6, Sector –10, Dwarka, New Delhi-75 in the form provided in the quotation notice

b) A Demand draft / Fixed Deposit receipt or a banker's cheque duly pledged in favour

of Chairman, MTRCL, payable at New Delhi.

8.4 The performance security will be discharged by the Project Director and returned to the Bidder not later than Thirty (30) days, following the date of successful completion of the Bidder's performance obligations under the Contract, including any defect liability obligations, unless specified otherwise in Special Conditions of Contract (SCC).

8.5 The cost of complying with the requirements of this Clause is to be borne by the Bidder and is deemed to be included in the Contract Price.

21

9 SPECIAL CONDITIONS OF CONTRACT 9.1 On acceptance of the offer, the Bidder shall furnish a Performance Security in form of

Bank Guarantee in the format appended in the quotation notice from a schedule Bank within 10 days from the date of receipt of the letter of acceptance of the bid from the Project Director for an amount equivalent' to 5% of the value of the Contract. The Performance Bank Guarantee should be kept valid upto the date 28 days after the expiry of defect liability period and the same will be returned to the Bidder after the expiry of the above said period without any interest

9.2 The Performance Bank guarantee shall remain fully in force and effect during the entire

period that would be taken from the Commencement of the Contract till the expiry of 28 days after the defect liability period.

9.3 As and when an amendment is issued to the Contract, the Bidder shall within 15 days of

the receipt, furnish to the Project Director an amendment to the Performance Bank Guarantee rendering the same valid for the contract as amended.

9.4 The Performance Bank Guarantee and any amendment thereto shall be executed on a

stamped paper of requisite value in accordance with the laws of the country. 9.5 The Contract Performance Bank Guarantee is intended to secure the performance of the

entire contract. However, it is not to be construed as limiting the damages stipulated in any other clauses of the Bid Document.

9.6 5% security will be deducted from the running bills, which will be refunded after the expiry

of six months from the date of satisfactory completion of work. 9.7 The time period will be one year in the initial stages, which can, however, be increased or

decreased by the competent authority. In case, if the time period is decreased, the bidder shall have no claim on any account whatsoever.

9.8 All taxes as applicable will be deducted at source. However, if any tax deduction remains un-noticed, it shall be the entire liability of the successful bidder. He will also be responsible for the penalty, if any, as imposed by the concerned department / authority.

9.9 Following rights are reserved with the competent authority:-

(a) The competent authority reserve the right to reject all / any of the quotation without assigning any reason thereof.

22

(b) Engineer has the right to increase or decrease the quantity of any item of the work to any extent depending upon the requirement at the site. Even any item can be completely deleted and the agency will not have any claim whatsoever.

(c) Any additional item can be got executed as variation item with the rates mutually agreed

9.10 In case if any of your vehicle met with an accident while performing duties, it will be entirely your responsibility and the NHAI will not be held responsible for any of the lapse observed by any authority concerning legal / court matters etc.

9.11 The work will be started immediately after the issue of acceptance letter, however, not

later than one week from the date of issue of acceptance letter. Failure on the part of successful bidder to start the work within the scheduled time will result in cancellation of allotment of contract as well as blacklisting of the firm and forfeiture of the earnest money.

9.12 The work will be carried out under the supervision of the Engineer to the project whose

details shall be communicated by the Project Director, NHAI. 9.13 Only those items of work and that too with specific quantity are to be executed by the

agency, for which instructions has been given by the Engineer. The agency will undertake such work only after receipt of the instruction from the Engineer. Only specific quantities of various items of works will be executed for which the Engineer has given instructions.

9.14 All the rates relating to different item of works should be filled in the blank BOQ which has

been supplied to you along with the Quotation Notice. All the pages of the quotation notice are to be signed by the intending bidder and submitted in a sealed envelope to the PD by the deadline fixed for receiving the quotations. A demand draft of Rs 38,400/- should accompany the quotation notice as earnest money (EMD). The EMD of the successful bidder will be returned when the Bidder has signed the Contract Agreement with the employer and has furnished the required Performance Bank Guarantee. The demand draft for the earnest money shall be in the name of ‘Moradabad Toll Road Company Ltd.’, payable at ‘New Delhi’.

9.15 The earnest money will be refunded to unsuccessful bidders to whom the work has not been allotted within a period of 15 days after the acceptance of quotations by MTRCL but not later than 90 days from the date of receipt of quotations.

23

10. CONDITIONS FOR ELIGIBILITY OF CONTRACTORS TO BID FOR

10.1 Only those contractors who are registered with state PWDs/CPWD/MES/any other govt. body or the agencies having adequate experience in the execution of similar works in Govt. bodies or private organization of repute are eligible to submit the quotation on the blank BOQ issued by the Project Director, NHAI, ‘Saroj Villa’, Near to Prakash Enclave, Kanth Road, Moradabad. The bidder will attach certified and attested photocopies of registration and experience in similar work with any of the above said Govt. body.

10.2 The agency submitting the quotation must have successfully completed similar works to the following extent.

(i) One single similar work to the extent of 80% of the estimated value of this work for which quotations are being called during the last three years.

OR (ii) Two similar works each of the value of 40% of the estimated value of this work for which

quotations are being called during the last three years. OR

(iii) Three similar works each of the value of 30% of the estimated value of this work for which quotations are being called during the last three years.

10.3 All the eligibility requirements shall be duly supported with the attached copies of

Certificates issued by the Competent Authority of the respective organizations in taken of the fact that has been claimed by the bidder.

Project Director “Saroj Villa”, Near to Prakash Enclave

Kanth Road, Moradabad.

24

PERFORMANCE BANK GUARANTEE

To

_________________________________[name of Employer] _________________________________ [address of Employer] _________________________________ WHEREAS _________________[name and address of Contractor] (hereafter called "the

Contractor") has undertaken, in pursuance of Contract No. ____________ dated _____________to execute ____________________[name of Contract and brief description of Works] (hereinafter called "the Contract").

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligation in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on behalf of the Contractor, up to a total of ____________________________ [amount of guarantee] * ________________________(in words), such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of _________________________________[amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

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

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between your and the Contractor 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 28 days from the date of expiry of the Defect Liability Period.

Signature and Seal of the guarantor__________________

Name of Bank ___________________________________

Address ________________________________________

Date ___________________

• An amount shall be inserted by the Guarantor, representing the percentage the Contract Price specified in the Contract.

25

ANNEXURE - A

ROUTE PETROL VEHICLE REQUIRMENT The items already mentioned in the quotation notice and being mentioned now under this annexure will form one kit and all route patrol vehicles must possess all these items however, if any item is finding mention in duplicate, the same can be ommitted.

S.No DESCRIOPTION NOS A Fittings and Accessories Tachometer Public Address System Two-Way radio communication system Two Bar Bar Light B Equipment Reflective Cones 20 Powder fire extinguisher (9 kg.) 2 Camera 1 Liquid containers 3 Tourch 1 Rubber Gloves 1 pair Leather Gloves 1 pair Hard bristle broom 1 Shovel 1 Shater leads 1 Emergency signs 2 Blankets 2 Ambar Flash lights 2 First aid kit 1 Funnel 1 2 ton hydraulic jack 1 Draw Bar 1 Crow Bar 1 Sealed bucker (Lime / Cement) 1 Tool Kit 1 Wire tensioner 1 Fencing pliers 1 Breathing equipment 1 Gas Cutter 1 set Folder 1 Towing Chain 1 Safety Ref, Sleev 6 Rain Coat 3 pair Gum Boot 3 pair Animal Hook 1 Stale 1 Measuring Tape 1 Balton Light 2 C Patrol Officer Issue Uniform including boots Safety Jacket Rain Suit Name badge

26

ANNEXURE - B

AMBULANCE VEHICLE The items already mentioned in the quotation notice and being mentioned now in this annexure will form one kit and all ambulances must possess all these items however, if any item is finding mention in duplicate, the same can be ommitted. SI.NO DESCRIOPTION NOS

1 First Aid Box 1 2 Medicine Box 1 3 Bad Sheet 2 4 Pillows 2 5 Hosipital Blanket 1 6 Rubber Gieves 6-Pr 7 Napkins 2 8 Towels 2 9 Water Bottle 2 10 Steel Glass 2 11 Nursing Jacket 2 12 Safety jacket 2 13 Liquid Shop 2 14 Folder 1 15 Batton Light 1

16 Oxy Cylinder & Kit with Nose, mask Key & Flow Meter 1

27

BOQ NAME OF WORK : “Providing, Running & Maintaining of Route Patrol Vehicle, Ambulance and Crane at Moradabad Bypass (from Km. 148.430 to Km. 166.650) and Slip Roads on NH-24 in the state of Uttar pradesh”

Time Period : One year Rate to be quoted by the bidder

S.No. Name of item Total Qty in Months

Unit

In Figures In Words

Total Amount

1. Providing and Running of Route Patrol vehicle including staff on hire charge basis as per details mentioned in the detailed quotation notice.

12 One per month

2. Providing and running of Ambulance on Monthly hire charge basis including the provision of staff as per bid document.

12 One per month

3. Providing and running one crane of 15 MT capacity on hire charges per month as per details mentioned in the quotation notice including operator, fuel etc. complete

100 Incidents

Per call

TOTAL

Amount in words ( Rupees…………………………………………………………………………………………..... ……………………………………………………………………………………………………………….only). Date:- Signature of Agency

Seal.