66
REQUEST FOR PROPOSAL FOR OPERATION OF PLASTICS WASTE SORTING AND RECYCLING EQUIPMENT ON PPP MODEL FOR A PERIOD OF 5 YEARS AND EXTENDABLE TO 10 YEARS” (REF NO. 147/M.C/N.N/2016-17) Date: 25.05.2016 INSTRUCTION TO BIDDERS Jhansi Nagar Nigam

INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

REQUEST FOR PROPOSALFOR

“OPERATION OF PLASTICS WASTE SORTING AND RECYCLING EQUIPMENT ON PPP MODEL FOR A PERIOD OF 5 YEARS AND

EXTENDABLE TO 10 YEARS”

(REF NO. 147/M.C/N.N/2016-17)

Date: 25.05.2016

INSTRUCTION TO BIDDERS

Jhansi Nagar NigamRoom No-16, Jhansi Nagar Nigam BuildingJhansi, Uttar Pradesh

Page 2: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Jhansi Nagar NigamRoom No-16, Jhansi Nagar Nigam Building

Jhansi, Uttar PradeshRequest for Proposal

REF. NO. – 147/M.C/N.N/2016-17 Date: 25.05.20161.1 Request for Proposal are invited from reputed and eligible NGO /

companies / firm / Consortium /Joint Ventures having sound Technical and Financial capability for Operation of Plastic Waste Sorting and Recycling equipment and facility on PPP Model for a period of 5 years, extendable to 10 years. The bidder has to operate the system in accordance with latest Rules and Regulations pertaining to Plastic Waste Management and Solid Waste Management and any changes in these rules in future till the tenure of this work.

1.2 Detailed RFP documents can be purchased from the office of undersigned on any working day from 01.06.2016 up to 10.06.2016 between 11.00 AM TO 4.00 PM on payment of Rs. 5,000.60 (non-refundable) through Demand Draft in favour of Nagar Ayukth, Jhansi Nagar Nigam, Payable at Jhansi. In case of any clarifications Mr. Anoop Sood, Environmental Engineer, Jhansi Nagar Nigam, Phone No +91 88108053894 can be contacted.

1.3 The tender can be submitted along with EMD on or before 15.06.2016 by 3.00 PM and may be opened on the same day at 3.30 PM at the office of undersigned

1.4 Proposal shall be accompanied by EMD as tabulated above. EMD shall be either in the form of a Bank Guarantee / banker’s cheque/ FDR drawn in favour of the Nagar Ayukt, Jhansi Nagar Nigam on any Nationalised/ scheduled bank and payable at Jhansi.

2.0 Bidders Qualification Criteria:- 2.1 NGO’s / Business Entities / Processors of Plastic waste with average

minimum turnover of Rs 10cr in last three financial years.2.2 Manufacturers of Scrap Processing equipment with good engineering

service track record and an average minimum turnover of Rs.15cr in last three years

2.3 NGO’s / Business Entities / Companies having experience in field of operation and maintenance of MSW processing plants of capacity minimum 100 Tons/Day for last three years.

2.4 The minimum net worth of the bidder (Single or JV) in the preceding financial year should not be less than Rs 100 Lacs.

3 In case of consortium, consortium should jointly meet the BQC criteria However the lead 2 member of the Consortium should meet 51 % of BQC criteria number (i, ii and iii) and (iv) of 2 as mentioned above.

Page 3: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

4 Bidder shall submit the proof of document and shall produce list of all ongoing works anywhere in the country giving therein the specific performance report of the bidder regarding the individual ongoing works duly issued by the Executing Agency along with an affidavit regarding the authenticity of claims in respect of such works.

5 Participant (Single or JV or any partner of JV) should not have been blacklisted by any Central/State/Government agency and submit an undertaking on firm’s letter head by company secretary / any board member in this effect. Jhansi Nagar Nigam reserves the right of termination of the contract if participants undertaking as a non-blacklisted company is found wrong.

6 All the member(s) of JV/consortium shall authorize the lead partner by submitting a power of Attorney duly signed by the authorized signatories. The lead partner shall be authorized to receive instructions for and on behalf of all partners of the JV and entire execution of the contract.

7 All the members of JV/Consortium shall be jointly and severally responsible and be held liable for the purpose of guaranteed obligation and any other matter as required under the contract.

8 The lead/associate partner in the JV/Consortium cannot create a JV/Consortium with other firm/consultant for same package.

9 Participant must submit valid registration certificate, Certified Copy of License from Labour Commissioner to Employ Contract labour under Contract Labour Act, if applicable.

10 Participant shall submit Certified Copy of Income Tax, PAN Card No. of the Party/ Agency/ Organization to be enclosed. Also latest copy of Income tax return to be submitted.

11 Participant shall submit Certified Copy of Service Tax Registration which shall be in the Name of the participant if applicable. (Latest paid Challan copy to be submitted).

12 Bid shall be complete and covering the entire scope of job and shall confirm to the General and Special Conditions indicated in the bid documents. Incomplete and non- confirming bids will be rejected outright.

13 The tenders should submit technical and commercial bid in sealed cover separately and both should be put together in a sealed envelope should be written with ““Plastic Waste Processing in PPP Model” under Ref No ................................................Dated 15.06.2016 for Jhansi Nagar Nigam. Closing time of 3.00 p.m. on 15.06.2016 should also be mentioned and the same should be put in the tender box lying at Office of undersigned. The technical bid will be opened on the same day at 3.30 p.m. at the same address mentioned in detailed tender document.

14 The contractor, whose tender is accepted, will be required to furnish performance security of Rs 1000000/- ( Rupees Ten Lac )for the fulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee. favouring Nagar Ayukt, Jhansi Nagar Nigam, Jhansi.

15 Percentage rate shall be quoted on the proper form in the price bid.

Page 4: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

16 The tender for works shall remain valid for a period of 60 months from the date of signing of the contract. It can be extended for a further period of 60 months.

17 It will be obligatory on the part of the participant to sign the tender documents on each page.

18 The participant shall acquaint them with the quantum and nature of work and working conditions at the site and locality at their own cost and no claim shall what so ever be entertained in this regards.

19 Client reserves the right to accept or reject any or all tenders in part or full without assigning any reason thereof.

Nagar Ayukt

Jhansi Nagar NigamRoom No-16, Jhansi Nagar Nigam

BuildingJhansi, Uttar Pradesh

Page 5: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

TABLE OF CONTENTSRequest of Proposal 1-4Disclaimer 6Instructions to Bidders1. Scope of Proposal 7-82. Eligible Bidders 83. Additional Requirement for submitting Proposal by Consortium 94. Number of Proposals 95. Validity of Proposal 106. Proposal Preparation Cost 107. Earnest Money Deposit (EMD) 108. Format and Signing of Proposal 10-119. Proposal Due Date 1210. Bidder's Responsibility 12-1311. Opening of Proposals and Clarifications 1312. Evaluation 14-16Appendix A Brief Scope of Work 17-18Appendix B Covering Letter 19-21Appendix C Details of Bidder 22Appendix D Format for power of attorney for signing of proposal 23-24Appendix D1 Format for power of attorney for designating leadmember of consortium 25-26Appendix D2 MEMORANDUM OF UNDERSTANDING for consortium/JV 27-33Appendix E Format For Anti-Collusion Certificate 34Appendix F Proof of Qualification 35-36 Scheme for Technical Evaluation 37-38Appendix G Guidelines and Format for Technical Proposal 39Appendix H FORMAT FOR FINANCIAL PROPOSAL 40Appendix I Bank Guarantee Format 41-44Appendix J Plant and Machinery DetailsAppendix K Financial Model of the Project

Page 6: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Disclaimer

The information contained in this Request for Proposal (hereinafter referred to as "RFP") document provided to the Bidders on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided. The purpose of this RFP document is to provide the Bidder(s) with information to assist the formulation of their proposals. This RFP document does not purport to contain all the information each Bidder may require. This RFP document may not be appropriate for all persons, and it is not possible for client, their employees or advisors to consider the business / Investment objectives, financial situation and particular needs of each Bidder who reads or uses this RFP document. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP document and where necessary obtain independent advice from appropriate sources. Client, their employees and advisors make no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the RFP document. Jhansi Nagar Nigam may, in their absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP document.

Page 7: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Instructions to Bidders

1. Scope of Proposal

A. With an objective to improve the urban infrastructure and municipal service delivery levels, the Government of India, along with the states and Jhansi Nagar Nigam is implementing Swatch Bharat Mission.

B. The Plastic Waste Management Rules, 2016 (hereinafter referred to as “PWM Rules”) mandate that Jhansi Nagar Nigam carry out activities to Collect, sort and process the Plastic Waste.

C. Plastic Waste Management is a key component of municipal services, Swatch Bharat Mission. Plastic Waste Management system adopted by Jhansi Nagar Nigam is an innovative project and is one of its kind in India. The project idea has been conceived to ensure:

i. Reduction in usage of Plasticsii. Plastic waste free Jhansiiii. No plastic waste should end up in Sanitary Landfillsiv. No plastic waste No plastic waste generated should end up in water

bodies like ponds, river, river beds etc.v. No plastic waste generated should end up on roads or road sides.vi. Jhansi city becomes a litter free, clean and healthy city.vii. All the plastic waste generated should be handled scientifically and the

public at large (generators) will be made part of this endeavour of Plastic Waste management.

viii. The waste collection and processing system is in hands of informal sector in Jhansi but it gives livelihood to thousands. It is targeted that all the stake holders like Scrap dealers /Scrap processing units and all such units or companies involved in scrap business should be registered with Jhansi Nagar Nigam.

ix. The plastic waste management system should improve the life and the status of the Rag pickers and individual scrap handlers / collectors. It is conceived that the rag pickers should be brought in main stream of the society. The growth which the country is witnessing should perforate to them also and they should get the status equal to all the other citizens of India.

x. The recycling industry should become more environment friendly and there systems and businesses should not adversely impact the environment.

xi. All the non-recyclable plastic or residual plastic will be processed at the Plastic Processing Plant being set up near Bijoli Industrial Area by Jhansi Nagar Nigam.

xii. Jhansi Nagar Nigam with above goals has set up a Plastic Waste Sorting facility behind Eldeco Housing Complex, Near Bijoli Jhansi on a plot of 7500 sq.mt. approximately. Jhansi Nagar Nigam is developing the

Page 8: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

facility and is in process of installing and commissioning the equipment and machinery with a power connection of 160KVA.

xiii. Jhansi Nagar Nigam desires to operate and maintain the facility with private participation under a PPP mode. (herein after referred to as “the Project”) for a Concessionaire period of 60 months with extendable clause for further 60 months.

xiv. Jhansi Nagar Nigam, Jhansi invites detailed proposals (hereinafter referred to as “Proposal”) for the project. The brief scope of work is set out in Appendix A

xv. The proposals would be evaluated on the basis of the evaluation criteria set out in this RFP document as per Appendix F in order to identify the successful Bidder for the Project (hereinafter referred to as “Successful Bidder”). The Successful Bidder would then have to enter into a Concession Agreement with the Jhansi Nagar Nigam and perform the obligations as stipulated therein, in respect of the Project.

xvi. Terms used in this RFP document, which have not been defined herein, shall have the meaning ascribed thereto in the Concession Agreement.

2. Eligible Bidders

The Bidders eligible for participating in the qualification process shall be any one of the following two categories:

Category 1:

1.1 A single Entity that is “ a company registered under companies act 1956”

1.2 A firm having valid registration certificates to operate the business.1.3 A NGO registered under societies act and meeting the qualification

criteria as set out in Proof of Qualification

Category 2:

2.1 In case an Entity, (hereinafter referred to as “Lead Member”) does not individually fulfil qualification criteria as set out in Proof of Qualification, the same may be procured by forming a joint venture/consortium with a suitably qualified entity, (hereinafter referred to as “member”), with whom a valid Memorandum of Understanding (hereinafter referred to as “MoU”) formalizing such an arrangement should be in place. Maximum two members are allowed in JV/Consortium.

The term “Bidder” used hereinafter would therefore apply to both the above-mentioned categories.

Any entity, which has earlier been barred by Jhansi Nagar Nigam / Government of Uttar Pradesh or any other Government agency or

Page 9: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

organization from participating in any project being undertaken by any Government agency would not be eligible to submit a Proposal, if such bar subsists as on the Proposal Due Date.

3. Additional Requirements for submitting Proposal by a Consortium

3.1 Wherever required, the Proposal shall contain the information required of each of the members of the Consortium.

3.2 The members of the Consortium shall furnish Power of Attorney duly signed by authorized representative(s) of the members.

3.3 The Proposal shall be signed by the duly authorized signatory of the Lead Member and shall be legally binding on all the members of the Consortium.

3.4 The Consortium shall submit a MoU as part of its Proposal. The MoU shall, inter alia, include the following:

3.4.1 Convey the intent of the Lead Member to enter into a separate management agreement with the other members for implementing the Project or form a joint venture company with the Operator with the Lead Member committing to hold a minimum equity stake equal to 51% of entire Concession Period. In case the Project is awarded to the Consortium or joint venture company, as the case may be, would enter into a Concession Agreement with the JHANSI NAGAR NIGAM and shall subsequently carry out all the responsibilities as Successful Bidder in terms of the Concession Agreement.

3.4.2 Clearly set out the roles and responsibilities of each Member of the consortium for implementing the Project.

3.4.3 Include a statement to the effect that the members of the Consortium shall be jointly liable for the implementation of the Project in accordance with the terms of the Concession Agreement.

3.4.4 In naming the Lead Member and the Operator of the Consortium, it should include their successors and permitted assigns.

A copy of the MoU should be submitted as part of the Proposal. The MoU entered into between the Members of the Consortium should be specific for the Project and should contain the above requirements, failing which the Proposal would be liable to be considered as non-responsive.

4. Number of Proposals Each Bidder can submit only one (1) Proposal in response to this RFP. Any bidder who submits more than one proposal either individually or as a part of consortium will be disqualified. The consortium with any of such member will also be disqualified.

5. Validity of Proposal The Proposal shall remain valid for a period not less than 90 days from the Proposal Date (hereinafter referred to as “Proposal Validity Period”). Jhansi Nagar Nigam reserves the right to reject any Proposal, which does not meet the tender requirements.

Page 10: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

6. Proposal Preparation Cost The Bidder shall be responsible for all the costs associated with the preparation of its Proposal and its participation in the bidding process. Jhansi Nagar Nigam will not be responsible or in any way be liable for such costs, regardless of the conduct or outcome of the Proposal.

7. Earnest Money Deposit (EMD)

7.1 Each Proposal shall be accompanied by EMD of Rs 500000/- (Rupees Five Lacs only). The EMD shall be either in the form of a Bank Guarantee / Bankers Cheque / FDR drawn in favour of the Nagar Ayukt, Jhansi Nagar Nigam, Jhansi of any Nationalized/scheduled bank and payable at Jhansi

7.2 The EMD of every unsuccessful Bidder would be returned within a period of two weeks from the date of announcement of the Successful Bidder.

7.3 The EMD submitted by the Successful Bidder would be released upon furnishing of the Performance Security, by way of an Irrevocable Bank Guarantee/ Fixed Deposit Receipt issued by a scheduled bank located in India in favour of Nagar Ayukt, Jhansi Nagar Nigam for due and punctual performance of the obligations relating to the Project.

7.4 The EMD shall be forfeited in the following cases:

7.4.1 If the Bidder withdraws its Proposal during the interval between the proposal due date and expiration of the Proposal Validity Period.

7.4.2 If the Successful Bidder fails to provide the Performance Security within the stipulated time or any extension thereof provided by Jhansi

Nagar Nigam.7.4.3 If any information or document furnished by the Bidder turns out to be

misleading or untrue in any material respect.

8. Format and Signing of Proposal

8.1 The Proposal and all related correspondence and documents should be written in English / Hindi. Supporting documents and printed literature furnished by the Bidder with the Proposal may be in any other language provided that they are accompanied by certified translations of the pertinent passages in English/Hindi language. Supporting materials, which are not translated into English/Hindi, may not be considered. For the purpose of interpretation and evaluation of the proposal, the English / Hindi language translation shall prevail.

8.2 The currency for the purpose of the Proposal shall be the Indian Rupee (INR). If the Proposal is submitted in any other currency, client reserves the right to use suitable exchange rate for the purpose of uniformly evaluating all proposals.

8.3 The Bidder would provide all the information as per this RFP. Client would evaluate only those Proposals that are received in the required format and are complete in all respects. Each Proposal shall comprise the following:

Page 11: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

A. Technical Submission

a) Covering letter in the format set out in Appendix B b) Details of the Bidder in the format set out in Appendix C c) Copy of the certificate of registration issued by the authority concerned

(In case of a registered firm or society) Power of Attorney set out in Appendix D (Applicable both for Single Business Entity and Consortium).

d) Power of Attorney set out in Appendix D1 (only in case of Consortium). e) Memorandum of Understanding entered between Lead Member and

Operator as set out in Clause 3.4 and format set out in Appendix D2 (only in case of Consortium)

f) Anti – Collusion Certificate as per Appendix E g) Proof of Qualification in the format set out in Appendix F h) Demand Draft for Rs. 5000.00 (Rupees Five Thousand only) in favour of

Nagar Ayukt, Jhansi Nagar Nigam Payable at Jhansi.i) Technical Proposal as per format set out in Appendix G j) Earnest Money Deposit as per Clause no. 7

B. Financial Submission

1. Financial Proposal in the format set out in Appendix H of this RFP2. The bidder shall seal the Technical and Financial Submission in two

separate Covers, duly super scribing as “Technical Submission” and “Financial Submission”. All the pages of both the submissions shall than be signed by authorized representative.

3. The Proposal, scanned and uploaded shall be typed or written in indelible ink and each page shall be initiated by an authorized signatory of the Bidder, as applicable. All the alterations, omissions, additions, or any other amendments made to the Proposal shall also be initiated by the person(s) signing the Proposal.

C. FINAL SUBMISSIONBoth the Technical and Financial Submission envelope shall be put in a cover which should mentionName of the ProjectRFP No of the ProjectAddress of the ClientClosing Date and Time of the Project

9. Proposal Due Date

a. Proposals should be submitted before 3.00 PM IST of 15.06.2016, in the manner and form as detailed in this RFP. Tenders shall be submitted in physical form at Room No-16, Jhansi Nagar Nigam Building, Jhansi. Uttar Pradesh.

b. Client may, in exceptional circumstances, and at its sole discretion, extend the above Proposal Due Date by issuing an Addendum. Any

Page 12: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Addendum thus issued will be sent in writing to all those who have purchased the RFP document.

c. It is desirable that each Bidder submits its Proposal after visiting the Project Site for ascertaining the location, surroundings, or any other matter considered relevant.

d. Bidders would be granted permission by JHANSI NAGAR NIGAM for visit of the Project Site on receipt of a formal written request, reasonably in advance of the proposed date of visit as mentioned in the Schedule of Bidding Process.

e. At any time prior to the Proposal Due Date, Client may, for any reason, whether at its own initiative or in response to clarifications requested by any Bidder, modify the RFP document by the issuance of Addenda. Any Addendum thus issued will be sent in writing to all those who have purchased the RFP document.

10. Bidder's Responsibility

a. The Bidder is expected to examine carefully the contents of all the documents provided. Failure to comply with the requirements of RFP shall be at the Bidder's own risk.

b. The Bidder is expected to examine carefully the current scenario of city, number of house hold, shops, hotels, restaurant, school colleges and other institutions from where he has to collect the plastic waste.

c. It shall be deemed that prior to the submission of Proposal, the Bidder has: I. Make a complete and careful examination of terms & conditions /

requirements, and other information set forth in this RFP document; II. Have visited the site and have done his own assessment of existing

scenario of city, number of house hold, shops, hotels, restaurant, school colleges and other institutions from where he has to collect the waste and type of vehicles available for Door to Door collection.

III. Have satisfied it-self with local conditions, topography of the land, drainage, accessibility, logistics, work environment etc. Or any other condition affecting his price/rates before quoting their rates.

IV. Received all such relevant information as it has requested from Jhansi Nagar Nigam and made a complete and careful examination of the various aspects of the project including but not limited to:i. The Site and any other property relating to the Project;

ii. Existing facilities and structures; iii. All other matters that might affect the Bidder's performance

under the terms of this RFP document. d. Client shall not be liable for any mistake or error or neglect by the

Bidder in respect of the above.

11. Opening of Proposals and Clarifications A. Client would open the Proposals on proposal due date on 3:30 PM for

the purpose of evaluation. B. Client reserves the right to reject any Proposal not submitted on time

and which does not contain the information/documents as set out in this RFP document.

Page 13: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

C. To facilitate evaluation of Proposals, Client may, at its sole discretion, seek clarifications in writing from any Bidder regarding its Proposal. The request for such clarification or substantiation and the response shall be in writing or by facsimile. No material change in the substance of the Proposal would be permitted by way of such clarification/ substantiation.

D. Information relating to the examination, clarification, evaluation, and recommendation of the Proposal shall not be disclosed to any person not officially concerned with the process. Client will treat all information submitted as part of the Proposal in confidence and would require all those who have access to such material to treat the same in confidence. Client will not divulge any such information unless it is ordered to do so by any authority pursuant to applicable law or order of a competent court or tribunal or any Government Authority that has the power under law to require its disclosure.

E. To clarify and discuss issues with respect to the Project and the RFP, Bidder may submit a list of queries, if any, to the Project requirements and/or the Concession Agreement. Bidders must formulate their queries and forward the same to Client prior to the tender due date. Client will give all the clarifications to the Bidder on priority and may, in its sole discretion or based on inputs provided by Bidders, amend the RFP.

F. Bidders may note that Client will not entertain any deviations to the RFP at the time of submission of the Proposal or thereafter. The Proposal to be submitted by the Bidders would have to be unconditional and the Bidders would be deemed to have accepted the terms and conditions of the RFP with all its contents. Any conditional Proposal shall be regarded as non-responsive and would be liable for rejection.

G. All correspondence / enquiries should be submitted to the following in writing by fax/registered post / courier: Kind attention : Mr Anoop Sood, Environment EngineerAddress : Room No 16, Jhansi Nagar Nigam Bldg, Jhansi,Phone No : +91 88108053894Email :

12. Evaluation

A. Proposal Evaluation: Technical Submission

The technical Submission of the Proposal would first be checked for responsiveness with the requirements of the RFP. The Proposal would be considered as responsive if it meets the following conditions:

a) It is received / deemed to be received by the Proposal Due Date including any extension thereof.

b) It is signed, sealed and marked as stipulated in Clause 8 and Clause 9. c) It contains all the information and documents as requested in the RFP. d) It contains information in formats specified in this RFP. e) It mentions the Proposal Validity Period as set out in Clause 5.

Page 14: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

f) It provides information in reasonable detail. (“Reasonable Detail” means that, but for minor deviations, the information can be reviewed and evaluated by Client without communication with the Bidder). Client reserves the right to determine whether the information has been provided in reasonable detail.

g) There are no inconsistencies between the Proposal and the supporting documents.

B. A Proposal that is substantially responsive is one that conforms to the preceding requirements without material deviation or reservation. A material deviation or reservation is one;

a) Which affects in any substantial way, the scope, quality, or performance of the Project, or

b) Which limits in any substantial way, inconsistent with the RFP, Client’s rights or the Bidder’s obligations under the RFP, or

c) Which would affect unfairly the competitive position of other Bidders presenting substantially responsive Proposals.

C. In case the Proposal is found to be responsive, technical submission would be evaluated in accordance with the criteria for qualification of Bidders set out in Appendix F, based on the Proof of Experience submitted by the Bidders and such Bidders would be Qualified Bidders.

D. The Technical Proposal of the Qualified Bidders would be evaluated for adequacy of design and operations so as to comply with the conditions set out in RFP.

E. As part of the evaluation of the technical submission, Client may also request the Bidder to submit clarifications.

F. The evaluation of the financial submission would be taken up only after technical submission is found to meet the requirements of this RFP. Client reserves the right to reject the Proposal of a Bidder without opening the financial Submission if, in its opinion, technical submission is not substantially responsive with the requirements of this RFP.

G. Proposal Evaluation: Financial Submission

a) Financial Submission of all the Bidders whose technical submission meets the requirements of the RFP will be evaluated. The format for quoting the Financial Proposal is set out in Appendix H of this RFP. The Bidders would be required to submit their proposal as per this format.

b) Financial Submission would be evaluated in accordance with the criteria for qualification of Bidders set out in Appendix F. The Bidder scoring highest marks would be declared as the Preferred Bidder.

H. Client reserves the right to reject any Proposal, if: a) At any time, a material misrepresentation is made or discovered; or

Page 15: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

b) The Bidder does not respond promptly and diligently to requests for supplemental information required for the evaluation of the Proposal.

I. Rejection of a Proposal by Client as aforesaid would lead to the disqualification of the Bidder. If the Bidder is a Consortium, then the entire Consortium would be disqualified / rejected. If such disqualification / rejection occur after the Proposals have been opened and the Preferred Bidder gets disqualified / rejected, then Client reserves the right to:

a) Either select the next best Bidder, orb) Take any such measure/s as may be deemed fit in the sole discretion

of Client, including annulment of the bidding process.

J. In the event of acceptance of the Preferred Bidder with or without negotiations, Client shall declare the Preferred Bidder as the Successful Bidder. Client will notify the Successful Bidder through a Letter of Acceptance (hereinafter referred to as “LoA”) that its Proposal has been accepted.

K. The Successful Bidder shall execute the Concession Agreement within 2 weeks of the issue of LoA or within such further time as Client may agree to in its sole discretion.

L. Failure of the Successful Bidder to comply with the requirements of Clause 7.3 shall constitute sufficient grounds for the annulment of the LoA, and forfeiture of the EMD. In such an event, reserves the right to

a) either invite the next best Bidder for negotiations, or b) Take any such measures as may be deemed fit in the sole discretion

of Client, including annulment of the bidding process.

M. To assist in the examination, evaluation, and comparison of Proposals, may utilize the services of consultant(s) or advisor(s)

N. Notwithstanding anything contained in this RFP, Client reserves the right to accept or reject any Proposal, or to annul the bidding process or reject all Proposals, at any time without any liability or any obligation for such rejection or annulment, without assigning any reasons thereof.

Page 16: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Appendix ABrief Scope of Work

The Brief Scope of Work for the Bidder is as set out below.

1. Jhansi Nagar Nigam is aiming to achieve as mentioned in Para C of the Scope of Proposal.

2. Jhansi Nagar Nigam is providing following infrastructure which is mentioned in Appendix J. The details of all the equipments being installed and which will be commissioned at the time of handing over the site are mentioned in Annexure J.

3. Besides the equipments mentioned in Annexure J, Jhansi Nagar Nigam will be providing following infrastructure to facilitate smooth operation of the Plastic waste collection, transportation and processing system:

a. Complete shed of 25 mt x 45 mt b. Complete office block at the site

Page 17: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

c. Power Connection of 160KVA.d. Complete office furnituree. Complete office infrastructure like data entering and processing

equipments like computers, fax machine, printers, Wi fi Connectivity, telecom connection etc.

f. 1000 Litre capacity tippers – 4 No.g. 1800 Litre capacity tippers – 2 No.h. Weigh Bridge at site.

4. The bidder is expected to collect, transport to site and process the plastic waste. The bidder is expected to make its own assessment regarding the plastic waste collection system, procedure and also anticipate the quantum of plastic waste which can be collected from all the waste discharge points/systems. It is desired that the bidder submits its proposal and plan for collection of waste and the cost which is expected to be incurred.

5. The plastic waste collected from the collection system will be transported from the vehicles provided by Jhansi Nagar Nigam. In case if the bidder needs to alter the configuration of vehicles or any additions in the transport being provided by Jhansi Nagar Nigam, should be clearly mentioned in the technical submission of the bid.

6. Initial concession period of project is of 5 year but can be extended as and when required up to 10 years.

7. Successful bidder shall deploy necessary manpower, supervisor, consumables like diesel and spare parts and necessary maintenance tools to carry out the operation and maintenance of the plant and machinery and all other activities in the scope of work.

8. Necessary vehicles for Door to Door collection work shall be provided by JHANSI NAGAR NIGAM. However, the maintenance of these vehicles shall be under successful bidder’s scope of work.

9. The Successful Bidder shall at its cost, expenses and risk make required financing arrangements, in a timely manner as would be necessary to implement the Project, and to meet all of its obligations under the Concession Agreement.

10. The successful Bidder shall ensure 100% litter free Jhansi and the manpower and tools required for the same has to be arranged by the bidder.

11. Successful bidder shall maintain a log book and maintain complete records of the movement of vehicles, deployment of manpower and the receipt and sale of plastic.

Page 18: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

12. Successful bidder shall properly maintain the records and accounts on daily basis and the same should be submitted to Jhansi Nagar Nigam on daily basis. Jhansi Nagar Nigam can verify and cross check the details submitted to them.

14. Successful bidder has to process the plastic and sell it at the most optimum price and the records of the sale has to be maintained properly.

15. The Successful Bidder shall, at all times, ensure that all aspects of the Project and processes employed in the operation and maintenance thereof shall conform with the laws pertaining to environment, health and safety aspects including rules such as SW Rules, PWM Rules policies and guidelines related thereto.

APPENDIX B(COVERING LETTER)

(ON THE LETTER HEAD)

NAGAR AYUKT Date:JHANSI NAGAR NIGAM Jhansi, Uttar Pradesh

Subject: Bid for the Operation of Plastic Waste Sorting and Recycling Equipment on PPP Model for a period of 5 years and extendable to 10 year.

Dear Sir,

This has reference to your Invitation for RFP no. 147/M.C/N.N.2016-17 dated 25/05/2016. We have examined the Invitation for RFP and understood its content, and are pleased to submit our bid and like to state that:

1. Our bid is unconditional and unqualified. 2. All information provided in the bid by us in the Appendices is true and

correct and all documents accompanying the bid are true copies of their respective originals.

Page 19: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

3. This statement is made to express our purpose to be considered as a Bidder for the aforesaid Project.

4. We shall make available to Jhansi Nagar Nigam any additional information if required to supplement or authenticate our bid.

5. We acknowledge the right of Jhansi Nagar Nigam to reject our bid without assigning any reason or otherwise and hereby waive our right to challenge the same on any account what so ever.

6. We certify that in the last 3 (three) years, we have not failed to perform on any contract, nor have been expelled from any project or contract by any public authority nor have had any contract terminated for breach on our part.

7. We declare that:

a) We have examined and have no reservations to the invitation for bid Document, including any Addendum issued by Jhansi Nagar Nigam.

b) We have not acted in concert or in collusion with any other bidder or any office bearers of Jhansi Nagar Nigam. In case we are found in collusion with any one than our EMD can be forfeited.

c) We certify that we have not directly or indirectly or through an agent engaged or indulged in any corrupt practices, fraudulent practices, coercive practices, undesirable practices or restrictive practices in respect of any TENDER issued by or any award entered into with JNN or any other public sector enterprise or any government, Central or State;

d) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice to get this contract.

8. We understand that you may cancel the Selection Process at any time and that you are neither bound to accept any Bid that you may receive nor to select the Bidder.

9. We certify that we satisfy the Conditions of Eligibility and meet the requirements as specified in the RFP document and are qualified to submit our bid in accordance with the provisions of the RFP document. The compliances statement also forms the part of our bid.

10. We certify that we have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which could cast a doubt on our ability to undertake and execute this contract.

11. We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any firm of the Government or convicted by a Court of Law for any offence committed by us or by any of our Associates.

Page 20: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

12. We certify that no investigation by a regulatory authority is pending either against us or against our Associates or against our CEO or any of our Directors/ Managers/Employees.

13. We undertake that in case, due to any change in facts or circumstances during the Selection Process, we are attracted by the provisions of disqualification in terms of the guidelines referred to above, we shall intimate Jhansi Nagar Nigam of the same immediately.

14. We hereby irrevocably waive any right or remedy which we may have at any stage at law or how so ever otherwise arising to challenge or question any decision taken by JNN in connection with the selection of Bidder or in connection with the Selection Process itself, in respect of the above mentioned Project.

15. The Bid Security of Rs.5, 00,000/-(Rupees Five lacs only) in the form of Bank Guarantee No _________________ in accordance with the TENDER document is attached herewith.

16. We agree and understand that the bid is subject to the provisions of the RFP document. In no case, we have any claim or right of what so ever nature if the award of contract for supplies for the Project is not awarded to us or our bid is not opened or rejected.

17. We agree to keep this bid valid for 90 days from the RFP Due Date as specified in the RFP document for acceptance

18. A Power of Attorney in favor of the authorized signatory to sign and submit this Bid and documents is attached in the technical submission.

19. In the event of our firm being selected as the successful Bidder, we agree to receive an Awards contract in accordance with the Concession Agreement as mutually finalized with client. We agree not to seek any changes in the aforesaid form and agree to abide by the same.

20. We have studied the RFP document carefully and also surveyed the Project site. We understand that except to the extent as expressly set forth in the Award, we shall have no claim, right or title arising out of any documents or information provided to us by Jhansi Nagar Nigam or in respect of any matter arising out of or concerning or relating to the Selection Process including the award of contract for supplies.

21. We, _______ herewith enclose the Financial Bid as per Appendix H for selection of our firm as Bidder.

22. We agree and undertake to abide by all the terms and conditions of the RFP document.

In witness thereof, we submit this Bid under and in accordance with the terms of the Invitation of RFP document.

Yours faithfully,

For and on behalf of (Name of Bidder)Duly signed by the Authorised Signatory of the Bidder (Name, Title and Address of the Authorised Signatory)

Page 21: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Appendix CDetails of Bidder

(On the Letter Head of the Bidder or Lead Member in case of a Consortium)

1.(a) Name of Bidder(b) Address of the office(s) (c) Date of incorporation and/or commencement of business

2. Brief description of the Bidder's main lines of business.

3. Annual Turnover* in last three years (in Lakhs) FY 2014-15: FY 2013-14: FY 2012-13: Average Annual Turnover for above three Financial Years: *Audited Statements to be enclosed

4. Net worth of Agency (Positive/ Negative):

5. Details of individual(s) who will serve as the point of contact / communication for CNP with the Bidder:

(a) Name : (b) Designation : (c) Company/Firm : (d) Address : (e) Telephone number :

Page 22: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

(f) E-mail address : (g) Fax number : (h) Mobile number :

6. Name, Designation, Address and Phone Numbers of Authorised Signatory of the Bidder:

(a) Name : (b) Designation : (c) Company/Firm : (d) Address : (e) Telephone number : (f) E-mail address : (g) Fax number : (h) Mobile number :

7. Details of the Major works completed in last 3 years

Appendix DFORMAT FOR POWER OF ATTORNEY FOR SIGNING OF PROPOSAL

(On Stamp paper of relevant value)POWER OF ATTORNEY

Know all men by these presents, We......................................... (Name and address of the registered office) do hereby constitute, appoint and authorize Mr / Ms........................……… (Name and residential address) who is presently employed with us and holding the position of......................................... as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to for the, Operation of Plastic Waste Sorting and Recycling Equipment on PPP Model for a period of 5 years and extendable to 10 year for JHANSI NAGAR NIGAM, Jhansi (hereinafter referred to as “the Project”), on behalf of the Client including signing and submission of all documents and providing information / responses to Client in all matters in connection with our Proposal for the Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall always be deemed to have been done by us.

Dated this the Day of 20XX For(Name and designation of the person(s) signing on behalf of the Bidder / Lead Member in case of Consortium)

Page 23: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

AcceptedSignature)(Name, Title and Address of the Attorney)Date: …………………….Note:

1) To be executed by the Lead Member in case of a Consortium.

2) In case of Bidders who are not resident in India, the Power of Attorney may be submitted on plain paper attested by any authorized officer of the Embassy of India and duly stamped by the Department of Stamps & Registration, Government of------------ (name of state).

3) The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executants (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure

4) Also, wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a resolution/power of attorney in favour of the Person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

5) In case an authorized Director of the Bidder signs the Proposal, a certified copy of the appropriate resolution conveying such authority may be enclosed in lieu of the Power of Attorney.

Page 24: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Appendix D1FORMAT FOR POWER OF ATTORNEY FOR DESIGNATING LEAD

MEMBER OF CONSORTIUM(On a Stamp Paper of relevant value)

POWER OF ATTORNEY

Whereas, JHANSI NAGAR NIGAM (hereinafter referred to as “Client”) has invited proposals from Bidders for taking up Operation of Plastic Waste Sorting and Recycling Equipment on PPP Model for a period of 5 years and extendable to 10 year in Jhansi, (hereinafter referred to as "the Project").

Whereas, the Consortium being one of the Bidders is interested in bidding for the Project and implementing the Project in accordance with the terms and conditions of this Document, and

Whereas, it is necessary under this Document for the members of the Consortium to designate the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium's Proposal for the Project or in the alternative to appoint one of them as the Lead Member who, would have all necessary power and authority to do all acts, deeds and things on behalf of the Consortium, as may be necessary in connection with the Consortium's Proposal for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT;We M/s................................ and M/s................................ (The names and address of the registered offices) do hereby designate M/s......................... (The name and address of the registered office) being one of the members of the Consortium, as the lead of the consortium. And to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium's Proposal for the Project, including submission of Proposal, participating in conferences, responding to queries, submission of information/ documents and generally to represent the Consortium in all its

Page 25: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

dealings with Client, any other Government Agency or any person, in connection with the Project until culmination of the process of bidding and thereafter till the Concession Agreement is entered into with Client.

We hereby agree to ratify all acts, deeds and things lawfully done by the Lead Member and our said attorney pursuant to this Power of Attorney and that all acts deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us/Consortium.

Dated this the ......Day of.....20XX.......................................(Executants)(TO BE EXECUTED BY BOTH MEMBERS OF THE CONSORTIUM)

(i) Note: The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure (for a body corporate).

Page 26: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Appendix D2MEMORANDUM OF UNDERSTANDING

Between[First Member]

And[Second Member]

THIS MEMORANDUM OF UNDERSTANDING (hereinafter called “MOU”) made and entered into this ………………. day of the month of ……………… 2016, by and among:[Name & complete address of First/Leading Member] (hereinafter called“[short name/acronym]”), which expression shall include its successors, legal representatives and permitted assigns;

[Name and complete address of Second Member] (hereinafter called the“[short name/acronym]”), which expression shall include its successors, legal representatives and permitted assigns;

[Name and complete address of Third Member] (hereinafter called the “[short name/acronym]”), which expression shall include its successors, legal representatives and permitted assigns;

(All of the above for the purpose of this MOU shall hereinafter individually called the “Member” and collectively called the “Members”)

WHEREAS,(a) ---------------------------(Name of JHANSI NAGAR NIGAM) (hereinafter

referred to as Client) has invited proposals from Bidders for taking up Operation of Plastic Waste Sorting and Recycling Equipment on PPP Model for a period of 5 years and extendable to 10 year in Jhansi, (hereinafter referred to as "the Project").

(b) The Members hereby intend to join hands to form an unincorporated association for the sole purpose of, preparation and submission of joint proposal as required to be submitted to the Client for carrying out the Services for the Project. In case of acceptance of proposal by the Client, the members shall perform the Services as shall be agreed through Joint Venture/ Consortium [Use which is appropriate] Agreement and the contract to be entered between the Client and the

Page 27: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Joint Venture/Consortium.

NOW, THEREFORE, the Members confirm their understanding (hereinafter called the “Association”) as follows:

1. DEFINITIONS AND INTERPRETATION1.1 Definitions

The following words and expressions shall have the meanings assigned to them, except where the context otherwise requires:

1.1.1 “Association” means the understanding formed between the Members in accordance with this MOU;

1.1.2 “Client” means the person, firm, company or body named as client in the Joint Venture/Consortium Agreement and none other, except its legal successors and permitted assigns;

1.1.3 “Contract” means the Contract between the Client and the Joint

1.1.4 Venture/Consortium for the provisions of professional services for the Project;

1.1.5 "Country" means [State the name of the “India”] where the Project is located;

1.1.6 “Consortium” means the consortium to be formed between the Members for the Project;

1.1.7 "Consortium Agreement” means the formal agreement to be entered between the Consortium Members, upon acceptance of proposal for the Project;

1.1.8 "Proposal" means the proposal to be prepared and submitted by the Members in response to the Invitation, by the Client;

1.1.9 "Services" means all the services to be performed by the Members in accordance with the Proposal or Contract, as the case may be;

1.1.10 “Representative” means the person nominated by the Members(s) of the Joint Venture/Consortium through Power of Attorney to sign the Proposal and the Contract on behalf of and in the name of that Member. The signature of Representative shall bind each Member in respect of all obligations and liabilities it assumes under the Joint Venture/ Consortium Agreement.

1.1.11 “Leading Member” means the Member which will take the lead in the management of the Association‟s affairs under this MOU and which will provide the Association‟s Representative for liaison with the Client and, unless otherwise agreed by the Members, the Services Manager for direction of the conduct of the Services;

1.1.12 “Day” means the period between any one midnight and the next, and “month” means a period of one month according to the Gregorian calendar commencing with any day in the month; and

1.1.13 “Document” means written, drawn, typed, printed, magnetized or photographic material which is capable of being copied.

1.2 Interpretation

Page 28: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

1.2.1 Words importing the singular also include the plural and the masculine includes the feminine and vice-versa where the context requires.

1.2.2 The headings in this MOU shall not be taken into consideration in its interpretation.

1.2.3 Unless otherwise stated, all references to clauses/sub-clauses are references to clauses/sub-clauses numbered in the Conditions and Terms of this MOU and not to those in any other document attached or incorporated by them.

2. ASSOCIATION/UNDERSTANDING2.1 The Members hereby intend to join hands to form an unincorporated

association for the purpose of:2.1.1 Preparing and submitting the Proposal to the Client;2.1.2 Providing any further information, the Client may require or

negotiating with the Client on any matters requiring negotiation in connection with the Proposal;

2.1.3 Entering into a formal Joint Venture/Consortium Agreement, stipulating in detail the relations between the Members on the basis of this MOU and in accordance with the Concession Agreement with the Client, if the Proposal is accepted; the Services shall be rendered jointly by the Members in accordance with a Joint Venture/Consortium Agreement to be signed by the Members. The Joint Venture/Consortium Agreement shall be signed prior to commencing the Work and shall be based upon the terms of the Contract signed between the Joint Venture/Consortium and the Client; and performing all the Work to be undertaken for the project by the Joint Venture/Consortium under the Concession Agreement.

2.2 The Members hereby appoint the Leading Member and, pursuant to Clause 3.6, the representative of the Association.

2.3 Unless otherwise agreed in writing by the Members, this MOU shall not terminate if a Member changes its name or is taken over by, or merged with, another company or partnership provided that such successor name, company or partnership is an independent professional firm acceptable to the Client.

3. PROPOSAL SUBMISSION3.1 The Members shall make all reasonable endeavours to obtain from

the Client the award of the Services Agreement in accordance with the conditions of the Invitation.

3.2 The preparation and submission of the Proposal shall be undertaken jointly by the Members. The Members shall be required to provide their respective information and document on the required format to the Leading Member. The Leading Member shall co-ordinate and finalize the preparation of the Proposal and its submission to the Client. The Members shall cooperate with the Leading Member. The

Page 29: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Members shall perform with all reasonable skill, care and diligence their respective functions, as agreed between the Members, allotted by the Policy Committee until the award of the Services Agreement to the Joint Venture/Consortium. Once the Proposal has been submitted to the Client, no changes may be made or additional information or explanations given without the consent of all the Members until the Service Agreement is signed and have become effective.

3.3 The Members shall enter into a formal Joint Venture/Consortium Agreement, stipulating in detail the relations between the Members on the basis of this MOU and enter into the Contract, if it is awarded in accordance with the Proposal, or the Proposal as amended, subsequent to its submission, by agreement between the Client and the Joint Venture/Consortium.

3.4 Upon the execution of this MOU, each of the Members shall grant a Power of Attorney in favour of a person nominated by it as its Representative. Under the Power of Attorney granted to him, the Representative of a Member shall thereby have authority to sign the Proposal and the Concession Agreement on behalf of and in the name of that Member. The signature of its Representative shall bind each Member in respect of all obligations and liabilities it assumes under this MOU.

3.5 The Representative of the Leading Member shall be the representative of the Association for the purpose of correspondence and discussion with the Client on matters involving the interpretation of the Proposal and alterations to it and to the Services to be performed.

4. PERFORMANCE OF THE SERVICES4.1 The Services shall be carried out by each Member in accordance with

the terms and conditions as set out in the MOU and the Concession Agreement. In the event of any inconsistency between the terms of this MOU and the Concession Agreement regarding performance of the Work, the terms of Concession Agreement shall prevail.

4.2 Each Member shall be responsible for fulfilling the obligations in accordance with the terms of Concession Agreement.

4.3 The apportionment between the Members of MOU shall be recorded and amended in the Joint Venture/Consortium Agreement.

4.4 Any alterations or additions to be carried out under the Concession Agreement shall be made only with the instruction or consent of the Client. Responsibilities for carrying out additional obligations shall be agreed between the Members, subject to the consent of the Client, if required by the Concession Agreement.

5. LANGUAGE AND LAW5.1 This MOU shall be written and interpreted in English Language and

the law which is to be applied to this MOU shall be the law of India.

6. EXCLUSIVITY6.1 Unless otherwise agreed by the Members, no Member shall engage in

any activity related to the Services, unless otherwise agreed by the Members, other than as a Member of this Understanding and in

Page 30: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

accordance with the terms and conditions of this MOU. Each Member warrants that its subsidiaries and other firms or individuals over which it has control will comply with this requirement.

7. EXECUTIVE AUTHORITY7.1 No Member shall have authority to bind or to make any commitment

on behalf of any other Member unless such authority is expressed in writing by the Members jointly, or by a Member individually in regard to the (other) Member.

7.2 From the date of this MOU until the award of the Concession Agreement or until this MOU shall terminate in accordance with its terms, whichever is the earlier, the following matters shall require the unanimous consent of the Members:

7.2.1 for the purpose of submitting the Proposal, the respective responsibilities and obligations to be undertaken by the Members, subject to the conditions of the Invitation or TOR;

7.2.2 for the purpose of submitting the Proposal, the prices and terms and conditions of payment comprised in the Proposal as applicable to the Members, subject to the conditions of the Invitation; and

7.2.3 any communication to, or response to communication from, the Client either written or oral and any commitment of any kind to the Client or any other party in connection with the Proposal.

8. DOCUMENTS8.1 All documents and/or information forwarded by either Member to the

other for the preparation of Proposal shall remain sole and exclusive property of the Member which provided the same including the intellectual property rights.

8.2 Upon expiration/termination of MOU, each Member shall: 8.2.1 Return to the other, all such documents and/or materials including

computer diskettes and all copies thereof that are jointly prepared by the MOU Members; and

8.2.2 Certify that all such documents and information and all copies have been returned to such receiving Member.

9. PERSONNEL9.1 Each Member shall be obliged to depute as much of their personnel

as are needed in timely accomplishment of the proposal for a specific project and subsequently carrying out of the project. Unless specifically agreed otherwise, under the arrangement of MOU, no employee shall be considered on its strength.

10. ASSIGNMENT AND THIRD PARTY10.1 No Member shall assign, sell, transfer or in any way encumber its

interest under this MOU, or its interests in any sums payable by the Client, without first obtaining the consent in writing of other Member.

11. SEVERABILITY

Page 31: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

11.1 If any part of the provisions of this MOU is found in any way to be void or not applicable, such part of the provisions shall be deemed to be deleted and remainder provisions of MOU shall continue in force and effect.

12. MEMBER IN DEFAULT12.1 In the event of insolvency of a Member, the other Member hereby

irrevocably constituted and appointed attorney-in-fact for such insolvent Member to act for it in all matters affecting performance of the Service Agreement to be entered with the Client.

13. DURATION OF THE UNDERSTANDING13.1This MOU shall come into force and effect on the date of signing of this

MOU by the Members. 13.2Unless otherwise terminated earlier, this MOU shall expire on the date

when; (a) The Proposal is not accepted by the Client; or (b) The Members entered into Joint Venture/Consortium Agreement,

following acceptance of Proposal by the Client.

14. LIABILITY

14.1Each of the Members warrants that it will indemnify and keep indemnified the other Member against all legal liabilities arising out of or in connection with the performance, or otherwise, of its obligations under this MOU.

14.2In the event of it being alleged by one Member in writing that any legal liability is attributable to the other Member or to the Members, the Members shall use reasonable endeavors to reach agreement on the liabilities to be borne by each of the Members, and in the event of the Members failing to so agree, a proper apportionment shall be determined by resolution in accordance with Clause 19.

15. PROMOTIONAL AND PROJECT COSTS, PROFITS/ LOSSES AND REMUNERATION

15.1 Each Member shall bear and pay all of its costs and expenses incurred in connection with this MOU and all other activities concerning job acquirement prior to the signing of Joint Venture/Consortium Agreement except as otherwise agreed upon in writing.

16. FINANCIAL ADMINISTRATION AND ACCOUNTING 16.1 Each Member shall be responsible for keeping its own account in

respect of payments due to it and for its own financial affairs generally. Each Member shall be responsible for dealing with its own income tax affairs, and its own social security affair: where relevant, and for accounting accordingly to the relevant authorities.

17. DISPUTE RESOLUTION17.1 Any dispute arising in connection with this MOU which cannot be

Page 32: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

resolved by the Parties in accordance with the terms of this MOU shall be settled amicably through negotiations, failing which the matter shall be referred to CNP for seeking their advice.

18. NOTICES18.1 Notices under the MOU shall be in writing and will take effect from

receipt at the address stated of the each of Member. Delivery can be by hand or facsimile message against a written confirmation of receipt or by registered letter or courier.

19. SOLE AGREEMENT AND VARIATION19.1 This MOU is the sole understanding between the Members and

supersedes any previous understandings between them relating to the matters referred to herein. Variations and addenda may be made to this MOU, including the admission of new Member (s) to the Association, by written instrument which shall be effective upon being signed by all Members (or on their behalf by their Representatives), provided that if a Member is considered by the other Member to be in default pursuant to Clause 12 of this agreement and signature is not required.

IN WITNESS WHEREOF the Members hereto have executed this MOU in [State name of place] on the day, month and year first above written.

1. Signed for and on behalf of[Name of the Leading Member]Signature _____________________Name: _______________________Designation: __________________Date: ________________________Seal

2. Signed for and on behalf of[Name of the Member]Signature _____________________Name: ________________________Designation: ___________________Date: _________________________

Appendix EFormat For Anti-Collusion Certificate

Anti-Collusion Certificate

We hereby certify and confirm that in the preparation and submission of our Proposal, we have not acted in concert or in collusion with any other Bidder or other person(s) and also not done any act, deed or thing which is or could be regarded as anti-competitive.

Page 33: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any person or agency in connection with the instant Proposal.

Dated this ..........................Day of ....................., 20XX....................................................(Name of the Bidder3)....................................................(Signature of the Authorised Person)....................................................(Name of the Authorised Person)Note:1. On the Letter head of the Bidder 2. To be executed by both members in case of Consortium

Appendix FProof of Qualification

1. Minimum Qualification Criteria

The Bidder must satisfy any one of the following Qualification Criteria as mentioned in i, ii and iii for experience in order to qualify for the Project.

Page 34: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Bidders Qualification Criteria:-

a) NGO’s / Business Entities / Processors of Plastic waste with average minimum turnover of Rs 10cr in last three financial years. OR

b) Manufacturers of Scrap Processing equipment with good engineering service track record and an average minimum turnover of Rs.15cr in last three years OR

c) NGO’s / Business Entities / Companies having experience in field of operation and maintenance of MSW processing plants of capacity minimum 100 Tons/Day for last three years.

d) The minimum net worth of the bidder (Single or JV) in the preceding financial year should not be less than Rs 100 Lacs.

2. Details of Experience The Bidder should furnish the details of eligible experience as set out below:

a) For NGO’s / Business Entities / Processors of Plastic waste with average minimum turnover of Rs 10cr in last three financial years.

i) Certificate of Incorporation / Certificate of Registrationii) Sales Tax / VAT Registrationiii) Registration as per Plastic Waste Management Rules 2016iv) Service Tax Registrationv) Details of the facility like area, no of workers, staff etc.

b) Manufacturers of Scrap Processing equipment with good engineering service track record and an average minimum turnover of Rs.15cr in last three years

i) Certificate of Incorporation / Certificate of Registrationii) Sales Tax / VAT Registration

iii) Service Tax Registration iv) Excise Registration

v. Details of the manufacturing plant like area, facility, staff, labor etc.c) NGO’s / Business Entities / Companies having experience in field of

operation and maintenance of MSW processing plants of capacity minimum 100 Tons/Day for last three years.

i) Certificate of Incorporation / Certificate of Registrationii) Sales Tax / VAT Registrationiii) Registration as per Plastic Waste Management Rules 2016iv) Service Tax Registrationv) Details of the facility like area, no of workers, staff etc.vi) Certificate from the ULB in which the project was done or being

done.

3. Supporting DocumentsThe following documents would need to be submitted to support the Bidder’s claim of experience stated in the table above.

Page 35: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

a) Audited Balance Sheet for last 3 yearsb) Income Tax Certificate of filling of returnsc) Sales Tax/ VAT copy of the last challand) Service Tax deposit copy of the last challan.e) Net Worth certificate attested by a Charted Accountant

Note:1. The Bidder should provide the details mentioned above based on its

own experience or its subsidiary (ies) or its parent company. Experience of the Bidder’s associate company (ies) will not be considered for evaluation of the Experience of the Bidder.

2. The financial year would be the same as the one normally followed by the Bidder for its Annual Report / annual financial statement.

3. The Proposal must be accompanied by the audited annual financial statements of the Bidder for the last three financial years.

4. In case the annual accounts for the latest financial year are not audited and therefore the Bidder could not make it available, the Proposal shall give an undertaking to that effect and the statutory auditor shall certify the same. In such a case, the Bidder may provide the unaudited Annual Accounts (with Schedules) for the latest financial year. The Bidder would have to provide the Audited Annual Financial Statements for the two years preceding the latest financial year, which would be used for the purpose of evaluation of the Proposal. In case the Bidder fails to provide such Audited Annual Financial Statements and certificate from statutory auditor specified hereinabove, the Application will be rejected as non-responsive.

SELECTION SCHEME FOR TECHNICAL EVALUATION:

Sr. No. Criteria Weightage (%)

Maximum Marks

(i) Firm General Experience

Firm General Experience & Experience in Similar Assignments and similar Geographical Regions

100% 50

A Experience of Projects in similar eligible sector ( Refer Note # )

X≤ 2(5 marks)2≤ X≤ 4(10 marks)X≥4 (20 marks)

20 20

Page 36: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

X= Project completed of value in Crore

B Maximum Manpower employed in all the projects / works for a duration of minimum 1 year

Manpower either employed in projects outside the work premises, work premises. X≤ 10(5 marks)11≤ X≤50(10 marks)51≤ X≤100(15 marks)More than 100 (20 marks)

20 20

C Experience in Working withJHANSI NAGAR NIGAM

1.Services provided in any similar geographic area/ statesX – 1 (3 marks)X – 2 (4 marks)X – 3 (5 marks)X= Project worked with Jhansi Nagar Nigam

5 5

D Experience in Similar Geographical Areas

1.Services provided in any similar geographic area / statesX – 1 (3 marks)X - 2 (4 marks)X – 3 (5 marks)X= Project completed in similar geographical region such as UP, MP, Bihar and Jharkhand

5 5

(ii) Approach &Methodology

Approach & Methodology for proposed assignment

100% 30

Understanding of Objectives 4 4Quality of Methodology 15 15Work Program 3 3Organization and Personnel 3 3Innovative Idea 5 5

(iii) FinancialStrength

Financial strength 100% 20

Turnover1 to 10 Cr ( 7 marks)10 to15 Cr (11 marks)More than 15 Cr (15 Marks)

15

Net WorthUpto 100 Lacs ( 2 marks)100 to 200 Lacs (3 marks)More than 200 Lacs (5 Marks)

5

Note # Please refer the Point 1 of Appendix FFor organization satisfying criteria i, ii and iii the value will be considered only of projects handled for any ULB or government organization. The same details should be submitted along with documentary proof.

Page 37: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

4. Evaluations of Bids In the financial bid, bidder should purpose the Professional Fee for five years as given in format for financial bid as given in Appendix - H.For Financial evaluation, the lowest financial offer from the bidder is deemed to be equivalent of 100% i.e full 100 marks. Other bidder’s price offer is considered through correction factor as following –

L1Price x 100(a) Financial Score = L2,L3,L4 Price(b) Technical score of bidder = Technical Marks obtained(c) Total score = Technical Score x 40/100+Financial Score

x 60/100

Total of Technical and Financial Score determines the successful bidder (Who scores maximum)After successful negotiation, the work shall be awarded to the firm, if the negotiation fails, the next high scorer firm shall be called for contract negotiations.5. Special Conditions for Consortium

5.1 In case the Bidder is a Consortium, either the Lead Member or the Operator should meet the experience criterion as stipulated in Clause 1 of this section and the Lead Member should meet at least 51% of the financial capability criteria as stipulated in Clause 4 of this section.

5.2 In case a joint venture company is established for the purpose of implementing the Project, the Lead Member shall commit to hold a minimum equity stake equal to 51% of such company for at least five years of O&M during the Concession Period.

Appendix GGuidelines and Format for Technical Proposal

The Bidder shall submit a Technical Proposal setting out the approach to the Project. The design and approach for implementing the Project shall also be in compliance with the Applicable Law, including the SW and PWM Rules.

The Technical Proposal shall set out the following components:a. Methodology Statement b. Process Flow Chart c. Resource Utilization Statement d. Operations & Maintenance Scheme e. Environment, Health & Safety Policy and Practice

1. Methodology StatementThe Bidder shall provide a methodology statement, which broadly sets out the approach to the Project. The methodology statement shall include the Bidder's appreciation of the Project, the sequencing of activities to be

Page 38: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

performed, the facilities to be provided, design standards and basis for calculations of collection activities. The methodology statement should address aspects relating to all the activities of collection including receipt and transfer to plant.The methodology to understand the operation of equipment along with their maintenance schedules.2. Process Flow ChartThe Bidder shall provide a process flow chart setting out the activities at each stage. The components, which shall be addressed, include design calculation for vehicles/Auto tippers required from Jhansi Nagar Nigam and any other requirement for the project. The Bidder should indicate supporting calculations and assumptions, if any.3. Resource Utilisation StatementA statement indicating the procurement, deployment and utilisation of the resources shall be provided. The statement shall include proposed organizational structure, employee deployment, equipment procurement and utilisation, contracting activities, utilisation of office and other facilities.4. Operations and Maintenance SchemeThe Bidder shall separately set out the operations and maintenance scheme for collection work, transportation and operation of the plant. The maintenance (regular and emergency) schedules and mechanism should also be indicated over the Concession Period.5. Environment, Health & Safety Policy and PracticeThe Bidder shall indicate the environment, health and safety policy and practices, which are proposed to be adopted during the Concession Period. The aspects relating to employee and worker safety, control mechanisms of litter, etc needs to be elaborated.

Appendix HFORMAT FOR FINANCIAL PROPOSAL

1. Bidder shall fill rate as desired in table given below by inedible ink 2. In case of difference in amount quoted in figures and words, the

value quoted in words would be considered for evaluation. 3. Bidder offering highest amount to JHANSI NAGAR NIGAM beyond the

share of 40% shall be considered preferred bidder

Sr. No.

Description, Specification and Scope of work

Amount offered by bidder to JHANSI NAGAR NIGAM beyond the share of 40%In Figures In Words

1. Operation of Plastic Waste Sorting and Recycling equipment on PPP model as per latest SW and PWM Rules including transportation and collection.

Page 39: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Appendix -I

EARNEST MONEY BANK GUARANTEE FORMAT

In consideration of the Nagar Ayukt, Jhansi Nagar Nigam, Jhansi (hereinafter called ‘the Government’) having agreed to exempt .....................( Name of the company with address) (hereinafter called ‘the said Contractor(s)’ from the demand, under the terms and conditions of RFP No.......................... Dated ...... of Earnest Money Deposit for the due fulfilment by the said Contractor(s) of the terms and conditions contained in the tender, on Production of a bank guarantee for Rs 500,000/- ( Rupees Five lac only –x-). We, ........................... ( Name of Bank with address) (hereinafter referred to as ‘the Bank’) at the request of .......................( Name of contractor) do hereby undertake to pay to the Government an amount not exceeding Rs 500,000/- ( Rupees Five Lac only---x--). against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said Contractor(S) of any of the terms or conditions contained in the said Agreement.

Page 40: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

2. We ............................ ( Name of Bank with address) do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of the contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee where the decision of the Government in these counts shall be final and binding on the bank. However, our Liability under this guarantee shall be restricted to an amount not exceeding Rs 500,000/- ( Rupees Five Lac only---x--).

3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/ supplier(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this present bond being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(s)/ supplier(s) shall have no claim against us for making such payment.

4. We ......................... ( Name of Bank with address) Further agree that the guarantee herein contained shall remain in full force and effect during for a period of sixty days beyond the date of completion of all contractual obligations of the contractor including warranty obligations. And that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ........ (date).Government certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(S) and accordingly discharge this guarantee.

5. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s)/ supplier(s).

6. We .............................. ( Name of Bank with address) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the ..................... Two thousand Sixteen .

For ---------------------------------

(Indicate the name of the bank)

Page 41: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

BANK GUARANTEE FOR PERFORMANCE SECURITY

To be provided by successful bidder after the LoA for Rs 1000000/-

PERFORMANCE SECURITY BOND FORM

In consideration of the Nagar Ayukt, Jhansi Nagar Nigam (hereinafter called as Government) having agreed to exempt ---------------------- (hereinafter called the said Contractor(s)‘ from the demand, under the terms and conditions of RFP No. ---------------------- Dated ------of Performance security for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the tender, on Production of a bank guarantee for Rs 1000000/- ( Rupees Ten Lacs only---X---)we, (Name of the bank) ------------------------------------------- (hereinafter referred to as the “Bank”) at the request of --------------------------------------------------------( Name of Contractor)contractor(s) do hereby undertake to pay to the Government an amount not exceeding Rs 1000000/- ( Rupees Ten Lacs only---X---) against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said Contractor(S) of any of the terms or conditions contained in the said Agreement.

2. We (Name of the bank) ------------------------------------------------------- do hereby undertake to pay the amount due and payable under this guarantee without

Page 42: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of the contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee where the decision of the Government in these counts shall be final and binding on the bank. However, our Liability under this guarantee shall be restricted to an amount not exceeding Rs 1000000/- ( Rupees Ten Lacs only ---X---).

3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/ supplier(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this present bond being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(s)/ supplier(s) shall have no claim against us for making such payment.

4. We (name of the bank) -------------------------------------------------------- Further agree that the guarantee herein contained shall remain in full force and effect during for a period of sixty days beyond the date of completion of all contractual obligations of the contractor including warranty obligations. And that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till -------(Date)Government certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(S) and accordingly discharge this guarantee.

5. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s)/ supplier(s).

6. We (name of the bank) --------------------------------------------------- lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the -----day of -----------, Two thousand Sixteen For ------------------- (Indicate Name of the Bank)

Page 43: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Appendix -J

EQUIPMENT AND MACHINERY AT PLANT

The following items will be installed and commissioned at the plant site. The Bidder can contact M/s Jain Hydraulics (P) Ltd, New Delhi Ph No-011-23629689, 23610291 for any details required to bid for the RFP.

ELECTRICAL ITEMS AND DETAILS

Following electrical items will be provided for proper and smooth operation.

1. Transformer - A 90KVA Transformer should be provided with necessary civil work, area coverage and earthing etc.

2. Main Control Panel - A Main Control Panel ( Distribution ) inside the shed should be Provided to distribute power to the different motors and the lights. The Distribution Panel should have all the safety features for Overload, Short facing and should have necessary controls, buttons and bulbs. It should also have provision for controlling the Power Factor etc.

Page 44: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

3. Cabling/ Wiring - All the Cables from Transformer to Distribution Panel, Distribution Panel to all Motors and equipments should be provided along with proper cable trays or associated civil work if any.

4. Safety Features- All safety features and latest systems and norms should be followedto install and commission the electrical systems.

COMPLETE SYSTEM

The following equipment should be part of the complete system:

1. VIBRATORAll the incoming waste will be loaded onto the vibratory screen and it should separate dust from the waste and feed the same on to the Sorting Conveyor.

2. FEED CONVEYORA Feed Conveyor should be provided to convey the waste from the vibrator to the Sorting Conveyor

3. SORTING CONVEYORThis should be a slow moving 600mm wide Flat conveyor. The plastic/waste which can be monetized will be picked from the conveyor and will be dumped on any of the side conveyors. All the balance should to the other side for shredding.

4. SIDE CONVEYORS3 No. side conveyors should be provided to convey the sorted waste to the bailing presses.

5. BAILING PRESSTwo Nos. Vertical Type Pressing balers should be provided to bale the sorted waste.

6. SHREDDER CONVEYORAn input conveyor for the shredder should be provided to charge the shredder. This conveyor should be aligned with the sorting conveyor for proper movement of waste to shredder.

7. SHREDDERShredder should be with a capacity of 500 Kg/hr

8. DISCHARGE CONVEYORA discharge conveyor should carry the shredded waste to one of the Collection Bins.

Page 45: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

9. BINSRequired numbers of Collection Bins should be provided next to the sorting conveyors for collecting any foreign material which needs sending for land filling, dust and shredded waste. Required number of bins should be provided to collect material from side conveyors before bailing.

10. BIO-CLAVEA waste drier unit should be provided to remove all the moisture from the waste before it is loaded on to the Vibrator.

11. FINE SHREDDERA fine shredder should be provided to further shred the output of the shredder. This should make Plastic compatible for Road Laying.

SORTING CONVEYOR

It should be a flat Belt Conveyor of length 25meter of width 600mm. The technical specification of the conveyor should be:

1. Width - 600mm2. Length - 25 meters3. Height from FFL - 800mm4. Belt Specification - 8mm thick 3 ply cotton 5. Power - 5HP6. Drive - Electric drive with suitable Gear Box for slow

speed operation7. Control - ON/OFF switches at two points are provided

to control the motion of the conveyor.

SIDE CONVEYOR – 3 No.

It should be a flat Belt Conveyor of length 5meter of width 600mm and should be placed perpendicular to the Segregation Conveyor. The technical specification of the conveyor should be:

1. Width - 600mm2. Length - 5 meters3. Height from FFL - 800mm4. Belt Specification - 8mm thick 3 ply cotton 5. Power - 2HP6. Drive - Electric drive with suitable Gear Box for slow speed

operation

7. Control - ON/OFF switch is at provided to control the motion of the conveyor

Page 46: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

BAILING PRESS – 2 No

Two bailing press with below mentioned specifications should be provided:

1. Chamber Size - 23” x 20” x 40”2. Bale Size - 23” x 20” X T3. Bale thickness (T)- It depends on the type and quantity of waste4. Bale Weight - Adjustable from 20 Kg to 50 Kg as per

requirement.

5. Power - 10 HP6. Controls - Push Button operated, Electrically Controlled7. Production - 1-3 Tons per 8 Hrs shift and depends on

weight of bales

8. Capacity - 30 Tons9. Bale Tying - Manual by Plastic / Steel Strap10. Loading of scrap - From front11. Bale Ejection - By opening the front door and operating

bottom plate

12. Hydraulics Safety - Hydraulic Relief Valves are provided against over load.

13. Electrical Safety - Overload switches are provided against over loads.

Description

The Bailing Press should be robust in design and should take 200% of the rated load. The press should have closed wall on two sides, the back side of the press should be with groves to enable movement of the straps during tying. The front of the press should have a door of 500mm height. The gap between the top pressing plate and the door should acts as a loading space for the scrap.

The operation of the machine should match as below:

1. The front door is closed.2. The scrap is loaded in the chamber till the height of the door.3. Auto On switch is pressed, the hydraulic cylinder starts pressing form

the top.4. The pressure is exerted till the set limit.5. The pressing plate moves back for next fill of the scrap.6. Scrap is reloaded in the machine7. The operation in Pint 2-5 is repeated till the set weight is not achieved.

Page 47: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

8. Once the set weight is achieved the press locks.9. The door is opened manually and the bale is strapped manually.10. A hinged plate provided at the bottom of the press is attached to

the pressing plate.11. Reverse button is pressed and the hinged plate ejects the bale

from the pressing chamber.12. The above cycle is repeated for next charge of scrap.

INPUT CONVEYOR

The specification of the conveyor is as under:

1. Width - 600mm2. Length - App. 13 meters3. Input height from FFL - 400mm4. Output Height - To match the shredder feeding mouth5. Design - Trough Type6. Belt Specification - 10mm thick 4 ply cotton 7. Power - 3HP8. Drive - Electric drive with suitable Gear Box for slow

speed operation

9. Control - ON/OFF switch is at provided to control the motion of the conveyor.

SHREDDER

The specifications of the Shredder should be:

1. DESIGN - Single Shaft 2. NO OF SECONDRARY PINS - Four3. QTY / SPEED OF MAIN SHAFT - ONE Nos. / 580-600 RPM4. CAPACITY - 4 - 5 TPD5. MESH AREA - 1.2 sq.mt. or 120000 sq.cm6. LOADING AREA - 0.7 sq. mt or 7000 sq.cm 7. MESH HOLE - 65mm8. NO. OF DISCS - 3 Nos.9. NO OF HAMMERS - 24 Nos.10. HAMMER DESIGN - Bell Shaped, Out Balanced11. HAMMER MATERIAL - High Abrasion Steel12. HAMMER HARDNESS - 400 BHN13. MAIN MOTOR - 60HP14. HYDRAULIC MOTOR - 2 HP15. FLYWHEEL - One.16. WEIGHT OF MACHINE - Appx. 10.5 Tons

Page 48: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

The Single Shaft Shredder (Hammer Mill) for Pre-Treated MSW or Sorted Plastic should be designed keeping following factors in mind:

1. The Input Material although is not very large as it has already passed through a sorting system but still can have small batteries, stone and hard items. To ensure that there is not breakage of the Hammers, they should have high Impact strength besides High Abrasion Resistance quality.

2. The machine should process all types of plastic, cloth, vegetation etc.3. The mesh should be of High Manganese Steel to should have high wear

life and have resistance to high Impact loads.4. The machine should be made of Prime Rolled Plates to carry the load of

the Main Shaft along with its accessories. The Base of the machine should be of 32mm plates.

5. A Flywheel should be provided to store the energy and use it when it is required by the machine.

6. Three Nos. Double Taper Roller Bearings should be provided to support the main shaft.

7. The Main shaft should have 3 Nos. main discs, and should supports pins which holds the Hammers. All the shafts and the pins should be of High Quality alloy steel and properly Heat Treated.

8. A Hydraulic System should be provided to open the side panel of the machine to reduce downtime during blockage or maintenance of the hammers.

COLLECTION BINS

Collection Bins of 0.25 cubic meter volume should be provided. The bins should have four wheels for easy movement and should be moved by one person and should hold 200-250 Kg. of material. The numbers of bins should be minimum 14 in numbers.

FEED CONVEYOR

It should be an Inclined belt Conveyor of length 5meter of width 600mm and should be placed perpendicular to the Sorting Conveyor. The technical details are as under:

1. Width - 600mm2. Length - 5 meters3. Height from FFL - 800mm4. Belt Specification - 8mm thick 3 ply cotton 5. Power - 2HP6. Drive - Electric drive with suitable Gear Box for slow speed

operation

7. Control - ON/OFF switch is at provided to control the motion

Page 49: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

of the conveyor.

DISCHARGE CONVEYOR .

An Inclined belt Conveyor of length 5meter and width 600mm should be placed below the shredder . The technical specification are as under:

1. Width - 600mm2. Length - 5 meters3. Height from FFL - 800mm4. Belt Specification - 8mm thick 3 ply cotton 5. Power - 2HP6. Drive - Electric drive with suitable Gear Box for slow speed

operation

7. Control - ON/OFF switch is at provided to control the motion of the conveyor.

FINE SHREDDER UNIT – 2 Nos

Fine Shredder should be installed after the Main Shredder. All the plastics which is fit for Road Laying should be shredded to a size of 5-6mm. Specifications of the Fine shredder should be:

1. DESIGN - Single Shaft 2. QTY / SPEED OF MAIN SHAFT - ONE Nos. / 580-600 RPM3. CAPACITY - 500 kg per Day4. NO OF HAMMERS - 12 Nos.5. HAMMER DESIGN - Bell Shaped, Out Balanced6. HAMMER MATERIAL - High Abrasion Steel7. HAMMER HARDNESS - 400 BHN8. MAIN MOTOR - 15HP9. MESH - 10X10MM10. WEIGHT OF MACHINE - Appx. 1Tons

BIO-CLAVE

The unit should be state of the art equipment and should dry waste before it is charged on to the vibrator.Bio-clave should be a three walled Circular vessel of length 5000mm. In the gap between the inner wall and the centre wall hot oil should be rotated at a temperature of 120 degree centigrade. The inner wall should attain a temperature of around 110-115 degree centigrade and should remove the moisture from the charged waste.

Page 50: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

The gap between the centre wall and the outer wall should have insulating material to keep the skin temperature of the vessel to ambient conditions.A rotating shaft should be provided to rotate the waste in the chamber and bring the waste in contact with the hot inner walls. Charging of waste should be from the top of the vessel. The vessel should be inclined to move the waste by gravity towards the discharge door. The rotating arm should also move the waste towards the discharge door.The technical specifications of the Bio-Clave should be as under:

1. Outer Diameter of the Chamber - 1525mm2. Inner Diameter of the Chamber - 1200mm3. Inlet Door Size - Diameter of 950mm4. Discharge outlet size - Diameter of 1200mm5. Length of the Chamber - 5080mm6. Total length of the equipment - 6325mm7. Height of the equipment - 3675mm as per P.S.S-02 Dwg8. Height of the equipment - 42305mm as per P.S.S-01 Dwg9. Motor Power - 25 HP for the rotor10. Connecting load for Oil Boiler - 40 HP for electrical elements

Page 51: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

Appendix K

Financial Model of the RFP

Jhansi Nagar Nigam desires to operate the Plastic processing facility in complete model of Plastic collection, transportation and processing of all the collected plastic waste. The processed plastic waste will be disposed off at the most optimum cost. To facilitate all above and meet the goals (as mentioned in Point C of Instructions to Bidders) Jhansi Nagar Nigam desires to operate the facility on PPP model with following conditions:

1. All the infrastructure like land, building, equipment as per Annexure J, office block and its furniture will be provided to the successful bidder without any cost.

2. All the transport vehicles for movement of plastic waste will be provided by Jhansi Nagar Nigam.

3. All the cost incurred to operate the vehicles like drivers, diesel and maintenance will be shared with a ratio of 60 / 40. 60% share will be given by Jhansi Nagar Nigam and 40% share will be borne by the successful bidder.

4. On the similar sharing basis as mentioned in Point-3, following activities will be carried out:

a. Cost of labour for collection

b. Tools and consumables required for collection.

c. Manpower requirement at plant.

d. Consumables requirement like power, water etc for operating and maintenance of equipment and machinery of the plant.

5. All the revenue generation, generated after selling the processed plastic will be shared in the similar ratio of 60 / 40.

Page 52: INSTRUCTION TO BIDDERS - Jhansi Nagarjnnjhansi.com/docs/Plastic Waste tender Jhansi 22.docx · Web viewfulfilment of his contract in the form of Fixed Deposit Receipt /Bank Guarantee

6. The amount of cost involved will be finalized mutually on agreeable terms by the officer in charge of Jhansi Nagar Nigam and the successful bidder on monthly basis.