Upload
others
View
6
Download
0
Embed Size (px)
Citation preview
TENDER DOCUMENT
TENDER NO: SIL/ ENVIRONMENTAL MONITORING /2015 & 2016/1800086
JOB: Contract for Carrying out Environmental Monitoring at SIL
This tender document contains
INDEX
S. No. Documents
Items Detail
1. Ann-A
Instruction for Bidders
2. Ann-B
Scope of Work
3. Ann-C
Price Bid
4. Ann-D
Special terms & conditions
5. Ann-E
General Terms & conditions
6. Ann-F
Minimum Qualifying Criteria
7. Ann-G Bid Evaluation Criteria
8 Ann-H
Check List
9. Ann-I Integrity Pact
Annexure – A
SCOOTERS INDIA LIMITED
(A GOVT OF INDIA UNDERTAKING)
PB NO 23, SAROJINI NAGAR
LUCKNOW 226008
INSTRUCTION FOR BIDDERS
TO
TENDER NO: SIL/ ENVIRONMENTAL MONITORING/2015 & 2016/1800086 (PI quote this number in all future correspondence)
Dear Sir,
Subject: Contract for carrying out environmental monitoring at SIL.
With reference to above you are requested to submit your quotation as mentioned below.
Your offer must be submitted in two Bid system in sealed envelope superscripting each
envelope with tender no, due date and contents:-
Unpriced techno – commercial Bid : 1st envelope should contain unpriced techno
commercial Bid consisting of the following:
1. Party should be an MoEF/ PCB approved laboratory and should submit
photocopy of approval from MoEF/PCB.
2. Stamped copy of scope of work as a token of yours unconditional acceptance.
3. Duly filled in and stamped copy of Ann-H of “Checklist”
4. List of deviations (Technical and commercial) if any on a separate page
5. Your un-priced bid should be attached with un-priced techno- commercial bid
duly signed as per annexure C / 1. No price should be indicated in the techno-
commercial bid. In case it is found so, then the offer shall be summarily rejected.
Price Bid- Second envelope should contain your price bid as per the schedule of
rates given in the scope of work. Your quotation should reach in the office of
commercial department on or before 21.07.2015 till 2:00 pm. Tenders received after
due date will not be considered. SIL will not be responsible for any delay due to late
delivery of quotation sent by post, courier etc. The scope of work enclosed here with
and if required by bidder for further clarification visit to SIL for assessment of scope
of work. The correct assessment of job should be made by the bidder before the
Annexure - B
Scope of work
Scope of work: The scope of work shall consists of the following:
Provide necessary man power services, expert supervision, sample collection and
monitoring equipments, transportation, tools and tackles etc for carrying out testing
and evaluation of environmental parameters as per ROR, EP Act 1981 and
Hazardous Waste Management 1999 /2000. Therefore the schedule for testing and
sampling for carrying out stack monitoring, ambient Air quality monitoring, effluent
discharge monitoring, noise monitoring, physiological analysis of water,
physiochemical analysis of soil and paint sludge, sewage analysis of water and
noise monitoring as per below details :
The contract shall be lined up for two calendar year i.e. 2015 and 2016
S.No. Environmental Parameters Location/Sample/ Quantity
Frequency of Monitoring
1. Stack emission monitoring of, Paint shop die Costing & Foundry
05 sample Once a year
2. Ambient Air quality monitoring
03 locations Twice year
3. Effluent Discharge monitoring
01 sample Twice a year
4. Physiological analysis of drinking water
01 sample Once a year
5. Physiochemical analysis of soil
01 sample Once a year
6. Physiochemical analysis of paint sludge
01 sample Once a year
7. Sewage water analysis of oxidation pond
01 sample Once a year
8. Noise monitoring
12 locations Once a year
Health Safety and Environment :
(i) Do not carry out any work without clearance from concerned officer.
(ii) Entry of manpower inside SIL premises shall be guided by the rules and
regulations prevailing at SIL. The Bidder shall arrange necessary gate entry
pass from security for all the man power for the job in advance duly
completing all security formalities.
(iii) The Bidder shall arrange adequate skilled man power and supervisor as
necessary for the job should be experienced in similar type of job. All
equipments, tools used should be appropriate type and size for its safe
working limit. All equipments and materials (both consumables and non
consumables) shall be brought inside SIL premises with proper date entry
only and proper record shall be maintain. These gate entry records will be
referred to while taking out the material after completion of jobs, failing
which such material will not be permitted to be taken out.
(iv) The Bidder shall provide appropriate PPE’s (Personal Protective equipment)
to his personnel’s as required.
(v) The Bidder shall ensure all electrical appliances and have three pin end
connections. All electrical cables shall have sound and intact insulation and
shall be free from joints.
Invoicing:-
(i) After satisfactory completion of jobs the bidder shall report to concerned
officer.
(ii) The Bidder shall submit the bill along with the test certificates.
(iii) Bill shall be submitted in triplicate
Schedule of Rates:- (Refer Price Bid Annexure – C)
1. The rates to be given in schedule are for
(i) Stack Monitoring
(ii) Ambient Air Quality Monitoring at three locations in this factory
(iii) Effluent Discharge Monitoring
(iv) Physiological Analysis of drinking water
(v) Physiochemical Analysis of Soil
(vi) Physiochemical Analysis of Paint Sludge.
(vii) Sewage water analysis of oxidation pond
(viii) Noise monitoring at specified locations
2. Tax in voice shall show PAN No, Service Tax registration no and VAT registration no
if claimed.
Note: Offers will be evaluated on over all lowest basis considering quantities at items
serial no 1 from (i) to (Viii) as above. The payment will be made for actual job executed.
Annexure - C
Price Bid
Sl. No.
Environmental Parameters
Location/Sample/ Quantity
Frequency of Monitoring
Unit Rate
Total Amount
1. Stack emission monitoring of, Paint shop die Costing & Foundry
05 sample Once a year
2. Ambient Air quality monitoring
03 locations Twice a year
3. Effluent Discharge monitoring
01 sample Twice a year
4. Physiological analysis of drinking water
01 sample Once a year
5. Physiochemical analysis of soil
01 sample Once a year
6. Physiochemical analysis of paint sludge
01 sample Once a year
7. Sewage water analysis of oxidation pond
01 sample Once a year
8. Noise monitoring
12 locations Once a year
9. Service Tax (As applicable)
10. Total Value
Note: Offers will be evaluated on over all lowest basis. It may also be noted that the work
may or may not be consumed fully depending upon plant a requirements. However payment
will be made for the actual job executed.
Annexure C/1
Unpriced Bid
Sl. No.
Environmental Parameters
Location/Sample/ Quantity
Frequency of Monitoring
Unit Rate
Total Amount
1. Stack emission monitoring of, Paint shop die Costing & Foundry
05 sample Once a year
xxxxx xxxxx
2. Ambient Air quality monitoring
03 locations Twice a year
xxxxx xxxxx
3. Effluent Discharge monitoring
01 sample Twice a year
xxxxx xxxxx
4. Physiological analysis of drinking water
01 sample Once a year
xxxxx xxxxx
5. Physiochemical analysis of soil
01 sample Once a year
xxxxx xxxxx
6. Physiochemical analysis of paint sludge
01 sample Once a year
xxxxx xxxxx
7. Sewage water analysis of oxidation pond
01 sample Once a year
xxxxx xxxxx
8. Noise monitoring
12 locations Once a year
xxxxx xxxxx
9. Service Tax (As applicable)
xxxxx xxxxx
10. Total Value
xxxxx xxxxx
Note: Offers will be evaluated on over all lowest basis. It may also be noted that the work
may or may not be consumed fully depending upon plant a requirements. However payment
will be made for the actual job executed.
Annexure – D
Special Terms and Conditions
1. Validity of Rates: The validity shall be valid for two year
2. The Bidder must visit the site before quoting for seeing the physical condition of SIL
site, if necessary.
3. It may be noted that the work may or may not be consumed fully depending upon
plant requirements. However payment will be made for the actual job executed.
4. Timely mobilization and completion of the jobs is the essence of the contract, failing
which SIL reserve the right to get the work executed through other agency at the risk
of the cost of bidder.
5. The performance of the bidder shall be judge from the time to time and if the
performance is not found satisfactory, SIL reserves the right to terminate the contract
without any prejudice to the bidder’s right under the work order.
6. Party must give manpower details like name, designation local address, telephone
no. etc after receipt of the work order.
7. The bidder should visit the site at is own expenses and get acquainted with the work
load/ facilities and other details.
8. Transportation, accommodation of personnel and preservation of samples etc shall
be in bidder’s scope.
9. SIL shall supply free of cost electricity, water and electrical connection points as
necessary.
10. The equipment to be used for environmental monitoring should have valid calibration
certificate copy of instruments proposed to be used for monitoring to be attached
with the un-priced techno – commercial bid.
11. The party must attach valid calibration certificates of the instruments used during the
monitoring at the time of submission of testing reports.
12. The party shall visit SIL for environmental monitoring only after obtaining firm
appointment from SIL.
Annexure E
Annexure – F
Minimum Qualifying Criteria
1. Bidder should have valid income tax PAN no, Service registration and VAT
registration (To be enclosed).
2. Bidder should have valid authority duly approved by MoEF (Ministry of Environment
and Forest)/ Pollution control board.
3. Bidder should comply all the special terms and conditions (Annexure – D) with the
declaration along with general terms and conditions (Annexure – E) and Integrity
pact (Annexure – I)
4. The bidder should be having office at Lucknow (proof enclosed) along with address,
phone no. and e-mail Id etc.
Annexure- G
Bid Evaluation Criteria
1. Bidder should have valid income tax PAN no, Service registration and VAT
registration (if applicable) - to be enclosed.
2. Bidder should have valid authority duly approved by MoEF (Ministry of Environment
and Forest)/ Pollution control board.
3. Bidder should comply all the special terms and conditions (Annexure – D) with a
declaration along with General terms and conditions (Annexure – E) and Integrity
Pact (Annexure – I)
4. The bidder should be having office at Lucknow (proof enclosed) along with address,
phone no. and e-mail Id etc.
5. Prices should be offered in Indian Rupees only and should furnish item wise price as
per (Annexure – C). The prices quoted shall be F.O.R. SIL Lucknow and considered
firm and not subject to any change.
6. Offers will be evaluated on over all lowest basis considering quantities as per scope
of work (Annexure - B) items serial no 1 to 8. The payment will be made for actual
job executed.
Note: The tender shall be evaluated on the basis of lowest financial quote by the bidders
who have full filled minimum qualifying criteria.
Annexure- H
CHECKLIST TENDER NO…………………… DUE DATE……………………… Please ensure that following documents/details have been enclosed / accepted:
SL. No. Particulars Status 1. Every page of the tender document duly
Signed Yes/No
2. Declaration that Bidder accepts the SIL’s scope of work and services as required
Yes/No
3. List at least five clients to whom the similar services has been provided (Enclosed)
Yes/No
4. Valid MoEF/PCB approval letter (Enclosed) Yes/No
5. Validity of offer 90 days from the tender opening date Yes/No
6. Completion Time/period – entire job shall be completed within the stipulated time period as mentioned in the scope of work.
7. Liquidated Damages (LD) – in case of delay in completion of the job beyond the stipulated time period mentioned in scope of work, LD shall be levied @1% per day subject to a minimum of 10 % of the basic value.
Yes/No
8. Terms of payment: Payment will be made within forty five days after receipt of test certificates by crossed cheque and no Bank commission charges are admissible.
Yes/No
9. SIL reserves the right to reject any offer due to non – compliance with the above conditions and /or non – receipt in duly filled conditions.
Yes/No
10. Authenticated certificate relating to registration under the micro small, medium enterprises development Act 2006, if applicable (Enclosed).
Yes/No
11. Quoted price shall be firm and applicable for the P.O. Quantity accepted/ enclosed.
Yes/No
12. Following declaration on party letter head enclosed
(a) We hereby certify that we have not been black listed by any Public sector undertaking/ Public Dept.
(b) We have gone through the terms and conditions given in your above tender forms, is accepted and agreed by us.
Yes/No
13. Price Bid: Bidder to indicate service tax etc Note: All column of price Bid filled up in the price bid.
Yes/No
14. All items quoted against individual items in figures and also in words in price bid.
Yes/No
Annexure I