Nagar Nigam Haldwani-Kathgodam Haldwani Nainital...
Transcript of Nagar Nigam Haldwani-Kathgodam Haldwani Nainital...
TENDER No.: _______________________ Date: __________
Nagar Nigam Haldwani-Kathgodam, Haldwani, Nainital
TENDER DOCUMENT For
SUPPLY, INSTALLATION & COMMISSIONING OF 3m³ Underground Garbage Bin System to be lifted by Closed Body
Tipper Truck Installed with crane For
MUNICIPAL SOLID WASTE COLLECTION
Funded by
HUDCO AND Nagar Nigam Haldwani
Tender Document for Supply, Installation and Commissioning of underground Bins
Cost of tender Document: 5000/-+ GST as applicable
Activity Description Date
Issue of Tender Document 27—9-2017 to 9-10-2017
Pre-bid meeting at Nagar Nigam, Haldwani Office 03—10-2017 at 3:00 PM
Submission of Proposal Due Date 11—10-2017 till 2:00 PM
Opening of Technical Bids 11—10-2017 at 3:00 PM
Nagar Nigam Haldwani Phone: +91 05946 220035,280808 Fax:+91 05946-221512
Website: www.nagarnigamhaldwani.in E-mail [email protected]
TENDER NOTICE FOR INVITING BIDS FOR ‘3m³ UNDERGROUND GARBAGE BIN SYSTEM FOR BIN HANDLING MECHANISM FOR MUNICIPAL SOLID WASTE COLLECTION’
Nagar Nigam Haldwani-Kathgodam invites for the supply, installation & commissioning of 3m³
Underground Garbage Bin system for Bin Handling Mechanism for Municipal Solid Waste
Collection as per the detailed specification mentioned.
Tender document can be obtained from the office of Nagar Nigam Haldwani-Kathgodam,
Haldwani, District Nainital Uttarakhand on a payment of Rs. 5000/-+ GST as applicable by cash or
bank draft in favour of Nagar Ayukt, Nagar Nigam Haldwani-Kathgodam, Haldwani, Nainital from
27/9/2017 to 9/10/2017 11:00 AM to 3:00 PM. Pre Bid Meeting 3/10/2017 at 3:00 PM.
Your offer in one sealed envelope, containing two separate envelopes one for TECHNICAL BID &
other for Financial bid, super scribing on the envelope should reach this office latest by
11/10/2017 till 2.00 PM. Bids are to be addressed to Hon’ble Mayor, Nagar Nigam Haldwani-
Kathgodam. The received offers shall be opened on the same day 11/10/2017 at 3.00 pm in the
presence of participating parties before the Tender committee.
Please note that your offer should be in the enclosed format duly signed by the authorised
signatory on each page along with seal of your company.
Hon’ble Mayor, Nagar Nigam Haldwani and the Tender committee of Nagar Nigam Haldwani-
Kathgodam, Haldwani reserves the right to accept or reject any tender or part thereof for all the
tenders without assigning any reason thereof.
Yours truly
Nagar Ayukt Mayor
Nagar Nigam Haldwani-Kathgodam Nagar Nigam Haldwani-Kathgodam
TENDER No.: _______________________ Date: __________
To
M/s………………………………………………
…………………………………………………….
…………………………………………………...
…………………………………………………..
SUBJECT: TENDER FOR SUPPLY, INSTALLATION & COMMISSIONING OF 3m³ Underground
Garbage Bin System for Bin Handling Mechanism for MUNICIPAL SOLID WASTE COLLECTION.
I am directed to invite you to submit sealed Tenders quoting your competitive rates for supply,
installation & commissioning of 3m³ underground bin system for bin handling mechanism for
municipal solid waste collection at Haldwani as per the details mentioned in the Schedule of the
limited tender Enquiry.
1. Contracts concluded on the basis of tender enquiry shall be governed by the terms and
conditions set out in the tender Document.
2. Tenders received through e-mail or Fax shall not be accepted under any circumstances. Tenders
submitted in the prescribed format given in the Tender Document shall only be considered.
Tenders submitted without accompanying the EMD shall be rejected summarily. Tender
document can be obtained from the office of Nagar Nigam Haldwani-Kathgodam Haldwani District
Nainital Uttarakhand on a payment of Rs. 5000/-+ GST as applicable by cash or bank draft in
favour of Nagar Ayukt, Nagar Nigam Haldwani-Kathgodam from 27/9/2017 to 9/10/2017 11:00
AM to 5:00 PM.
3. Tender contained in a sealed envelope should be dropped in the tender box latest by 2.00 PM
on date 11/10/2017 tender will be opened by the Tender Evaluation Committee at 3.00 PM on
the same date in the presence of such tenderers who wish to be present to witness the tender
opening.
4. Tender committee chaired by Hon’ble Mayor reserves the right to accept or reject any or all
tender without assigning any reasons thereof.
Yours faithfully,
Nagar Ayukt Mayor
Nagar Nigam Haldwani-Kathgodam Nagar Nigam Haldwani-Kathgodam
Technical BID First Envelope
1. Name & Address of the Bidder with Tele No., Fax No., and Email ID proof
2. Date of Establishment of the Bidder with related documents
3. Name & Tele No./ Mobile No. of Contact Person and e mail
4. Tendering firm must be Registered company/Firm, authorised manufacturer, authorised dealer of underground bins and submit related documents.
5. Atleast three experience in waste management handling system and submit completion certificate of atleast three projects
6. PAN No. of the Bidder
7. TIN No. of the Bidder
8. GST of the Bidder Details of service tax deposited in last three years
9. Financial capability – The bidder should have minimum turnover of Rs one crore with its related document for last three consecutive years.
10. CA Audited report for three years
11 The tender document should accompany EMD of 1.65 lakhs in the form of FD or Bank guarantee.
Seal Signatures of the bidder
Name of Contact person
Address
Mobile No
Technical Specification & Guidelines Sheet
For 3 Cubic Meter Capacity Fully Underground Bin
TECHNICAL SPECIFICATIONS YES/NO IF DEVIATION, MENTION DETAILS
Characteristics of the underground 3m³ bin system:
1.
Supply and erection of International standard of High quality Underground bins to accept refuse by the 3m³ non-corrosive galvanized steel with electronic control mechanism to inform regarding filling of the bins so as to be timely lifted. The bins should be compatible, user friendly for general Public and Rickshaw or Wheel barrow.
Characteristics of the underground Bin/containers:
2.
Underground containers must consist of: a. On one side intake to accept the waste
from Public b. The other for intake by Rickshaw or pull
cart or wheel barrow c. Container to store the waste with
possibility to open from below and hence designed accordingly
d. Concrete bunker to receive the bin e. Mason work at the base and around to
prevent seepage in concrete bunker and raised atleast 18 inches above from the pavement with ramp and all round meshed and tiled mason work matching to the pavement
3. The entire bin must be made of corrosion free protected galvanized steel material designed to occupy minimum space and tiled around
4.
Capacity for waste containers must be of 3m3 with an opening on one side to collect mixed household waste and on the other to receive waste from Rickshaw or pull cart or wheel burrow
5.
The containers including lid and inlet column must be lifted with hydraulically operated articulated booms fitted on Truck Chassis and so arranged that bottom opening is hydraulically actuated (no manual handling/opening of bottom) to discharge the waste.
6.
a) Material of bins/containers: Containers of appropriate thickness must be
made of high quality hot-dip non-corrosive
galvanized according to EN ISO 1461 equivalent
standards (stainless steel with epoxy resin mix)
to resist shocks, jerks & cracks on regular use.
Made of washable, resistant to corrosion to
acids/leachate from household waste and crack
proof and duly coated from inside. Test Reports
and results provided and delivered by an
accredited laboratory.
b) The capacity of the container should be 3m3
non-corrosive Galvanised steel of the metal
parts of highest quality Standard
c) The bottom must be able to retain liquid/ leachate generated out of garbage. The weight of the bins should be compatible with the existing crane lifting capacity
7.
Griping, raising, and discharging the waste from open bottom 3m³ container must be made through hooks (maximum of two), and adapted to the Hydraulic Bin handling mechanism.
Characteristics of the intake columns for feeding the waste:
8.
Intake columns material must be of hot-dip
galvanized steel of highest standard quality
(stainless steel with epoxy resin mix) intended
for mixed waste, compactable, paper and glass
must be designed with 2 (two) openings
dimensioned to accept
1. Standard bags for household garbage 2. Another to accept the garbage directly from tri-cycle carts and wheel barrow.
9. Characteristics of concrete bunker for
underground containers:
10.
Concrete bunker made of reinforced concrete, quality concrete C30/37 or equivalent to Indian standards, the concrete bunker must be in accordance with the international norms 1990/1991 /1992 or equivalent to Indian standard. Concrete samples must have been tested according to EN 12390-3 or equivalent to Indian standard and these tests must have been conducted by an accredited laboratory
11.
Concrete bunker and elements of underground
containers must provide space for storing
bin/container of capacity 3 m3 hot-dip galvanized
steel
12. Concrete bunker should hold the container of size 3m3 with walls reinforced in thickness and
be completely waterproof to surface and underground water – liquids and be able retain leachate leakage
Documents, tests and references:
13.
Technical documentation of underground containers, documentation that describes the installation of underground containers, test reports in conformity of the product and documentation that describes the adaptation, must be provided on the basis which may, in unsuspected ways, to determine that the offered system fulfill the required characteristics
14. The supplier shall provide colored florescent stickers as per ULB requirement
15. Contractor to visit presently installed underground bins and should be in conformity with the existing bins
16. The Underground bins should be electronically managed with information to be lifted when filled
Concrete specifications
17.
Civil/Earth work excavation in all type of soil including refilling the surrounding gap between the concrete bunker for filling, strutting, barricading, shuttering, safety measures, balling out of water wherever necessary as per standard specifications. a. Civil work for concrete bunker: Base should consist of minimum 0.5 mm iron wire mesh work of concrete to prevent seepage. b. The top lid to be raised above the pavement approx. 18 inches and above c. Surrounding area of the top of concrete bunker should be of M20 concrete of 6mm iron rods meshed with concrete to support the Top lid with antiskid material (Tiles) matching the pavement. The width be approximately 1 feet of size approximated with curb stone. One side ramp with top be of anti-skid material to enable to pull the rickshaw or cart of 10 feet length and 8 feet width. Constructed area around to equivalently match he pavement.
Seal Signatures of the bidder
Name of Contact person
Address
Mobile No
Design and description given as below
Installation Procedure:
Pit excavation
Level foundation with compacted gravel sand, floor load shall be adequate
Installation of RCC works at site
Loose filling and closing of the pit surroundings and installation of the
container
Rebuilding of surroundings/pavement as per the requirement of location.
For the Intake Column:
- Modularly build
- Fraction exchangeable - made from galvanized steel with additional powder coating or spray painting
- Solid 2 hook lifting device made from hot dip galvanized steel according to EN ISO
1461
- Lifting system constructed according to DIN EN 13071-1/-2/-3
BANK DETAILS
1. Name of Bank of the
Agency
2. Branch Name and Address
with Tele No. / Fax No.
3. Bank A/c No. & Type
4. Bank IFSC Code
Seal Signatures of the bidder
Name of Contact person
Address
Mobile No
T E R M S A N D C O N D I T I O N S
1. PURCHASER: _________________________________________________
2. CONSIGNEE: _________________________________________________
3. ELIGIBILITY: a. The Tendering firm must be the manufacture/authorised
distributor/dealer of the equipment/supplies. The items may be
quoted separately or singly however, wherever quoted separately
or singly it must be clearly mentioned “NOT APPLICABLE” for the
item not quoted.
b. 3 Year experience in waste management handling system and
submit related documents.
c. Annual turnover of Rs 1.0 crores for last three years and
audited balance sheet to be submitted along with the tender
documents.
d. Registration with GST and provide document.
4. FIRM & FIXED RATES: Prices should be quoted on a firm & fixed price basis and
according the mentioned specifications, inclusive of all type of
taxes, transportation, fittings and installation etc. Request for
enhancement of rates shall not be considered under any
circumstances. Tenders with variable prices or seeking provision
for enhancement of prices/contracted rates shall be rejected
straight away without any consideration.
5. WARRANTY: Tenderers must provide 1 (one) year guarantee from the date of
complete installation of all 16 bins and 4 years annual free service
warranty. The tenderer will provide line listing of items for which
free service warranty be provided. The tenderer will ensure
quarterly monitoring of bins and submit its report.
6. TRAINING: One month training to be imparted to the users.
7. EARNEST MONEY: The EMD of 1.65 lakh must be submitted at the time of submitting
the tender form as FD in favour of Nagar Ayukt, Nagar Nigam
Haldwani-Kathgodam along with the original copy of the tender
document submitted by the firm. Payment by any other mode
shall not be acceptable. Offers received without EMD shall be
rejected straightaway and will not be considered under any
circumstances. EMD of tendering firms who submit the sealed
quotations but withdrew the same before expiry of the tender
validity date may be forfeited at the discretion of tender. Selected
firm will submit another performance guarantee in the form of FD
of 8% on award of contract which is refundable without any
interest to the firm or supplier on completion of contract period
uptill warranty and the EMD of the unsuccessful bidder will be
returned within 15 days from the date of selection of final bidder.
8. TERMS & CONDITIONS: Terms & Conditions as set out in this Tender Document shall have
to be complied-with by the tendering firm. Offers not complying
with such terms & conditions shall be ignored/rejected at the
discretion of the committee.
9. PAYMENT TERMS: 20% payment will be made after completion of 25% of work and
next 25% will be made after completion of 50% of work and next
25% on completion of total 75% work and balance of 30% after
successful completion, training and commissioning. Technical
certification will be required in each stage before release of
payment.
10. PENALTY: Penalty at 0.5% per week of the total cost of the equipment/item
will be imposed on the firm in case of late supply subjected to
maximum 5% of the total cost of equipment/item.
11. DELIVERY: Supply, delivery and installation of the system shall have to be
commenced by the winning firm in 150 days for Indian/imported
item for the supply order.
12. PRESCRIBED FORMS: Tenders of firms received in the format prescribed in this tender
document shall only be considered. Offers not received in
prescribed format shall be ignored and no correspondence in this
regard will be entertained. Telegraphic/Telex/Fax/ Email/ Letter
head/Quotations will not be accepted and ignored straightaway.
13. TENDER FEE: Tender document can be obtained from the office of Nagar Ayukt,
Nagar Nigam Haldwani-Kathgodamon a payment of Rs. 5000/-+
GST as applicable by cash or bank draft in favour of Nagar Ayukti
Nagar Nigam Haldwani-Kathgodam between 27/9/2017 to
9/10/2017 at 11:00 AM to 5:00 PM.
14. LATE/DELAYED TENDERS: Tenders received after closing date and time prescribed in this
enquiry shall NOT be accepted under any circumstances.
15. NON TRANSFERABILITY: This tender is non-transferable.
16. Nagar Nigam RIGHTS: Tender committee of Nagar Nigam Haldwani-Kathgodam reserves
the right to reject any tender/all tenders in full or part thereof
without assigning any reasons.
Signatures of the bidder
G E N E R A L I N S T R U C T I O N S
1. The prices/rates quoted should be indicated in words as well as in figures.
2. Each page of Tender document must have Signatures of Authorized Signatory of Tendering
Firm with Company Seal.
3. Tenderers are requested to quote their prices according the mentioned specifications,
quantity inclusive of all type of taxes, transportation, fittings and installation etc. on a firm
& fixed basis only. Tenders of the firms received with prices quoted on variable basis shall
be rejected straightaway.
4. Percentage (%) of GST must be mentioned in the technical bid however, must be inclusive
of the total cost quoted.
5. Quotations qualified by such vague and indefinite expressions such as “subject to prior
confirmation”, “subject to immediate acceptance” etc. will be treated as vague offers and
rejected accordingly.
6. Tenderers are requested to submit the following documents duly signed in the tender
documents:
i) VAT Registration copy
ii) PAN Number
iii) Bank Details
7. Tenders received without Tender Fees, EMD amount by way of Fixed Deposit will not be
considered at all.
8. The tender documents can be obtained from room no. 6 ground floor of Nagar Nigam
building Haldwani on payment of Tender Fee of Rs. 5000/- (Rupees five Thousand only) +
GST as applicable which is non- refundable on any working day between from 27/9/2017
to 9/10/207 11.00 am to 3:00 pm.
9. Tenderers may note that if the date of tender opening given in this Tender Document is
declared to be a gazetted holiday, the tender shall be opened on the next working day at
the same timing.
10. Late/delayed tenders due to any reason whatsoever will not be accepted under any
circumstances.
Seal Signatures of the bidder
Name of Contact person
Address
Mobile No
FINANCIAL BID Second Envelope
Tender FOR SUPPLY of INSTALLATION & COMMISSIONING OF 3m³ UNDERGROUND GARBAGE BIN
SYSTEM BIN HANDLING MECHANISM FOR MUNICIPAL WASTE HANDLING
S. No.
Specification Qty Rate Each (in figure &
words)
T otal of 16 Of 3m³
Underground Bins
Total Amount (in figure &
words)Including GST
1.
OF 3m³ UNDERGROUND GARBAGE BIN SYSTEM BIN HANDLING MECHANISM
16 No’s
Financial Bid