Download - Bulk Waste Rfp - Call2
-
7/28/2019 Bulk Waste Rfp - Call2
1/32
REQUEST FOR PROPOSAL DOCUMENT
BULK MUNICIPAL SOLID WASTE
MANAGEMENT COLLECTION &
TRANSPORTATION
(ULB & SERVICE PROVIDER)
MANGALORE CITY CORPORATION
MANGALORE
NOVEMBER 2012
-
7/28/2019 Bulk Waste Rfp - Call2
2/32
Mangalore City Corporation Request for Proposal Document
2
Disclaimer
The information contained in this Request for Proposal ("RFP") document provided to the
Bidder(s), by or on behalf of Mangalore City Corporation, Mangalore (hereinafter referred to as
"ULB") or any of their employees or advisors, is provided to the Bidder(s) on the terms andconditions set out in this RFP document and all other terms and conditions subject to which such
information is provided.
This bid document is intended to provide general description of quality envisaged for
executing the work. The work shall be executed in accordance with the best practices and to
the complete satisfaction of the Mangalore City Corporation. The purpose of this RFP document
is to provide the Bidder(s) with information to assist in 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 ULB, 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
his/their 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. ULB, 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.
The information given in this document is in good faith and meant to serve as a guide to
the BIDDER. It is, therefore, imperative for the BIDDER to obtain and examine for himself allthe data, information and particulars required for the satisfactory execution of the work underthis enquiry. The submission of a BID by BIDDER implies that he has fully read thespecifications, conditions of contract etc., and has made himself aware of the scope and thespecifications of the work to be performed, local conditions and other features that have abearing on the cost and time of execution of the work. The Corporation shall not therefore,after acceptance of the BID, pay any extra charge for any reasons whatsoever.
ULB may, in their absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information in this RFP document.
-
7/28/2019 Bulk Waste Rfp - Call2
3/32
Mangalore City Corporation Request for Proposal Document
3
REQUEST FOR PROPOSAL DOCUMENT
Contents
Part I RFP Document
Part II Draft Agreement
SCHEDULE OF BIDDING PROCESS
ULB would endeavour to adhere to the following schedule from the date of issue of
notification during the Bidding Process:
Sl.No. Event Description Date
1 Last date for submission of tender(Tender due date)
15/1/2013 till 4.00 pm
2 Date of Technical bid opening 17/1/2013 till 4.30 pm
-
7/28/2019 Bulk Waste Rfp - Call2
4/32
Mangalore City Corporation Request for Proposal Document
4
MANGALORE CITY CORPORATION, MANGALORE.
Tender Notification: MCC/HS/CR88/2012-13/G12 Date: 28.12.2012
TENDER NOTIFICATION
The Mangalore City Corporation, Mangalore invites tenders from individuals/ registered firms/agencies, NGOs, public limited companies for Bulk Municipal Solid Waste Collection &Transportation from Hotels, Restaurants, Choultaries, Convention Halls, Canteens, Fastfood,Juice Centres and other establishments within Mangalore City Corporation limits. The bidderscan have the details of the tender in e-procurement websitehttps://www.eproc.karnataka.gov.in and upload the bids through it. (For any clarification on e-procurement website contact 080-22485867).Last date for submission of tender : 15.01.2013 till 4.00 pmDate of opening the proposal : 17.01.2013 at 4.30 pm
*Includes Contract wards wherein all the sanitation works viz, secondary transportation asbriefed in RFP to be carried out.
**Financial bid of only the successful technical bidder will be opened
Bidders must submit their bids via e-tendering process on or within the last date & time for bid
submission as specified above. Commissioner, Mangalore City Corporation, Mangalore reservesall the rights to reject any or all the bids without assigning any reason thereof.
The Request for Proposal (RFP) Document and other details will be available on the web site:www.eproc.karnataka.gov.in (for further details please contact e-Procurement helpdesk 080-
22485867). The registered member of the e-Procurement can download the blank RFPdocument free of cost from the above mentioned website
For further clarification please contact: Health Officer, Mangalore City Corporation Ph. 0824-2220311/ 9886403029 during office hours
Package
Nos.Details of the Tender
EMD
(Rs.)
12 Nos of 5 Tonnes capacity Trucks or Tipper with 5 Nos of Workers each.e-procurement No: MCC/HS/CR88/2012-13/G12/1/call-4
5500.00
22 Nos of 5 Tonnes capacity Trucks or Tipper with 5 Nos of Workers eache-procurement No: MCC/HS/CR88/2012-13/G12/1/call-2
5500.00
32 Nos of 5 Tonnes capacity Trucks or Tipper with 5 Nos of Workers eache-procurement No: MCC/HS/CR88/2012-13/G12/1/call-2
5500.00
https://www.eproc.karnataka.gov.in/https://www.eproc.karnataka.gov.in/https://www.eproc.karnataka.gov.in/https://www.eproc.karnataka.gov.in/ -
7/28/2019 Bulk Waste Rfp - Call2
5/32
Mangalore City Corporation Request for Proposal Document
5
Conditions:
1. The EMD shall be in favor of The Commissioner, Mangalore City Corporation, Mangalore.2. The Bidder must satisfy Qualification Criteria for experience in order to qualify for the
Project.
3. The Tender period is for 1 year, the termination of the tender is in accordance with theapplicable provisions mentioned in the RFP/ Agreement.
4. The bidder has to follow the scope of work and conditions mentioned in the RFP document.5. Commissioner, Mangalore City Corporation, Mangalore reserves all the rights to reject any
or all the bids without assigning any reason thereof.For further clarification please contact: Health Officer, Mangalore City Corporation. Tel.0824-2220311
-Sd/-Health Officer
Mangalore City Corporation,
Mangalore.
-
7/28/2019 Bulk Waste Rfp - Call2
6/32
Instructions to Bidders
1. ULB intends to adopt a single stage bidding process for selection of the SuccessfulBidder to carry out the following activities:
a. Collection of MSW from the bulk generators1 located within the jurisdiction of ULB.b. The detailed scope of work for all the activities indicated above (the project) is as set
out in appendix A.
2. ULB invites Proposals from interested parties for the Project in order to identify theSuccessful Bidder. The Proposals would be evaluated on the basis of the criteria set out
in this RFP Document.
3. Each Bidder shall submit a maximum of one (1) Proposal for each package, in response tothis RFP. Any Bidder who submits more than one Proposal for individual package will be
disqualified. The Bidder shall neither transfer the RFP document to another interested
party nor submit Proposals for a Package other than the one for which the RFP
document has been purchased from the ULB.
4. The Bidder shall also be responsible and shall pay for all of the costs associated withthe preparation of its Proposal and its participation in the bidding process.
5. At any time prior to the Proposal Due Date, ULB may, for any reason, whether at its owninitiative or in response to clarifications requested by any Bidder, modify the RFPdocument by the issuance of Addenda.
6. The Proposal shall remain valid for a period not less than three calendar months fromthe Proposal Due Date in case if work order for the successful bidder is not issued
within 3 months from proposal due date (Proposal Validity Period). ULB reserves the
right to reject any Proposal, which does not meet this requirement.
7. Earnest Money Deposit (EMD)7.1 Each Proposal shall be accompanied by EMD mentioned in the notification copy. 10% of
specified EMD amount for each package shall be considered as adequate for aregistered society of SC / ST groups.
7.2 The Bidder can pay the Earnest Money Deposit (EMD) in the e-Procurement portal using
any of the following payment modes:
i. Credit Cardii. Direct Debit
1 Large hotels, restaurants, marriage and function halls, big commercial places, slaughter house etc.
-
7/28/2019 Bulk Waste Rfp - Call2
7/32
-
7/28/2019 Bulk Waste Rfp - Call2
8/32
Mangalore City Corporation Request for Proposal Document
8
a) The Bidder shall prepare one (1) original copy of necessary documents of theQualification Criteria & Scan all the pages. Upload the scanned file/files at theappropriate place in the E-portal
b) The attested copies of the documents submitted will be verified & clarifications if anywill be sought. The attested/original copies of the documents which are scanned &
uploaded for the technical bid (Other than Financial bid) should be submitted on thedate of opening of technical bid to the MCC if necessary.
8. Format and Signing of Proposal8.1 The Bidder would provide all the information as per this RFP. ULB would evaluate only
those Proposals that are received & updated in the required format and are complete in
all respects. Each Proposal shall comprise the following:
A. Qualification Criteriaa. Covering letter in the format set out in Appendix B or Appendix B1, as applicableb. Details of the Bidder in the format set out in Appendix C or Appendix C1, as applicablec. Anti-collusion certificate in the format set out in Appendix Dd. Proof of Eligibility in the format set out in Appendix Ee. RFP and draft agreement issued by the ULB in original QUALIFICATION CRITERIA
cover only. The Bidder shall duly sign all the sheets of the RFP and the draft agreement
f. EMD in original QUALIFICATION CRITERIA cover onlyg. Details of Workers deployment and vehicles deployment should be submitted.B. Financial OfferFinancial proposal should be submitted in the Original & Copy of Appendix F provided with
the RFP document
8.2 The bidder shall prepare upload the copies of the Qualification Criteria and theFinancial Offer.
8.3
In the event of any discrepancy in the document at the time of opening the committeemay ask for the original document, which should be available at the time of opening.
8.4 The Proposal, both the original and the copy shall be typed or written in indelible ink andeach page shall be initialled by an authorised signatory of the Bidder or an Individual, asapplicable. All the alterations, omissions, additions, or any other amendments made tothe Proposal shall also be initialled by the person(s) signing the Proposal.
9. Proposal Due Date
-
7/28/2019 Bulk Waste Rfp - Call2
9/32
Mangalore City Corporation Request for Proposal Document
9
9.1 Proposals should be submitted before the time & date as mentioned in the RFPdocumentation, in the manner and form as detailed in this RFP. Proposals submitted byeither facsimile transmission or telex will not be accepted.
9.2 ULB may, in exceptional circumstances, and at its sole discretion, extend the above
Proposal Due Date by issuing an Addendum.
10. Opening of Proposals and Clarifications10.1 MCC would open the Technical bids of the Proposals on the Proposal Due Date as
mentioned in the tender notification for the purpose of evaluation. MCC would open the
Proposals in the manner and form as detailed in this RFP. The Financial Proposals of the
qualified Tenderers shall be opened after intimation of the date, time and venue of such
opening incase of any delay from the scheduled date. In the event the bids cannot beopened on the given date, the date of opening of proposals shall be intimated to the
bidders.
10.2 ULB reserves the right to reject any Proposal not submitted on time and which does notcontain the information/documents as set out in this RFP document.
10.3 To facilitate evaluation of Proposals, ULB may, at its sole discretion, seek clarificationsin writing from any Bidder regarding its Proposal.
11. Evaluation11.1 The criteria for eligibility, qualification and evaluation of Bidders are set out in
Appendix E.
11.2 As part of the evaluation, the Proposals shall be checked for responsiveness with therequirements of the RFP and only those Proposals which are found to be responsivewould be further evaluated in accordance with the criteria set out in this RFP document
11.3 The Proposal would be considered to be responsive if it meets the following conditions:
a.
It is received /deemed to be received by the Proposal Due Date including anyextension 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 validity period as set out in Clause 6.f. It provides information in reasonable detail. (Reasonable Detail means that, but for
minor deviations, the information can be reviewed and evaluated by ULB without
communication with the Bidder). ULB 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.
-
7/28/2019 Bulk Waste Rfp - Call2
10/32
Mangalore City Corporation Request for Proposal Document
10
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
i. which affects in any substantial way, the scope, quality, or performance of theProject, or
ii. which limits in any substantial way, inconsistent with the RFP, ULBs rights or theBidders obligations under the Agreement, or
iii. This would affect unfairly the competitive position of other Bidders presentingsubstantially responsive Proposals.
11.4 The responsive proposals shall be evaluated as per the criteria set out in Appendix E.11.5 The bidder shall submit Proof of Experience as set out in Appendix E.11.6 The Issuing Authority has duly signed and provided herewith in Appendix F, the format
(ORIGINAL and COPY), in which the Financial Offer is to be submitted by the bidder.
11.7 The Financial Offers of only the bidders, who meet the Qualification Criteria, would beopened.
11.8 The Bidder making the acceptable lowest Financial Offer would be declared as thePreferred Bidder. ULB may either choose to accept the Proposal of the Preferred
Bidder or invite him for negotiations.
11.9 In case there are two or more Bidders quoting the same lowest Financial Offer, ULBmay in such case call all such Bidders for negotiations and select the Preferred Bidderon the outcome of the negotiations. The selection in such cases shall be at the solediscretion of ULB.
11.10 ULB reserves the right to reject any Proposal, if:a. at any time, a material misrepresentation is made or discovered; orb. the Bidder does not respond promptly and diligently to requests for supplemental
information required for the evaluation of the Proposal.
12. In the event of acceptance of the Preferred Bidder with or without negotiations, ULBshall declare the Preferred Bidder as the Successful Bidder. ULB will notify the
Successful Bidder through a Letter of Award (LOA) that its Proposal has been
accepted.
13. The Successful Bidder shall execute the Agreement within One week of the issue ofLOA or within such further time as ULB may agree to in its sole discretion.
-
7/28/2019 Bulk Waste Rfp - Call2
11/32
Mangalore City Corporation Request for Proposal Document
11
14. The person / persons whose Bid may be accepted (hereinafter called the Contractorwhich expression shall unless the context otherwise requires, include its/ his heirs,
executor and administrators) shall be required to produce a Contract Performance
guarantee equivalent to 5% of the value of total contract amount plus additional
security(i.e totally twice the normal performance guarantee amount) for unbalancedtenders within 15 days from the receipt of the Letter of Acceptance furnished by the
Mangalore City Corporation, in accordance with the RFP.
The Contract Performance guarantee shall be in the form of irrevocable bank guarantee
from a Schedule Bank / Nationalized Bank in the approved format. The bank guarantee
shall be valid for the duration of contract period plus 3 months from thereon, or any
further extended period. The EMD submitted by the Successful Bidder would be
released when the Bidder has signed the Agreement and upon furnishing of the
Performance Security. No interest shall be paid for EMD/Performance guarantee.
15. Failure of the Successful Bidder to comply with the requirements of Clause 14 or Clause15 shall constitute sufficient grounds for the annulment of the LOA, and forfeiture of
the EMD. In such an event, ULB reserves the right to
a. either invite the next successive lowest Bidder for negotiations orb. Take any such measures as may be deemed fit in the sole discretion of ULB, including
annulment of the bidding process.
16. Notwithstanding anything contained in this RFP, ULB reserves the right to accept orreject 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.
17. In case the bidder is a group of individuals, consortium, firm in partnership with NGO,etc., require providing Memorandum of understanding detailing the scope of work of
each of the partners, financial liability, responsibility, etc., towards this project. MCC
would review such MOU and might ask for any changes in the same, if it finds so.
Definitions of Terms
In formulating the conditions and the annexed specifications in this RFP, the following wordsshall have the meanings herein assigned to them unless there is something in the subject orcontext inconsistent with such construction.
1. Corporation / MCC/ ULB means Mangalore City Corporation.2. The Department means Mangalore City Corporation.
-
7/28/2019 Bulk Waste Rfp - Call2
12/32
Mangalore City Corporation Request for Proposal Document
12
3. The Contractor or Bidder shall mean the Individual / Firm / Group of Individuals / Bidder/ Consortium / Bidder whose Bid has been accepted by the Corporation and shall includethe legal representatives / Legal heirs, and Nominees..
4. The Contract shall mean and include the General Conditions, Specifications, Schedules,Drawings, Form, the Bid, Covering letter, Schedule of Prices, Packages or the FinalConditions or any special conditions applying to the particular contract specification anddrawing and the final agreement to the entered into under the general conditions.
5. The Specification shall mean the qualitative and / or quantitative description ofperformance standards of the machinery, equipment, works etc.,
6. The site shall mean proposed location of the package consisting of various nos. of Wards.7. Month means calendar month.8. Written shall include any manuscript or typewritten or printed statement, under or over
signature and seal as the case may be.
9. The Inspecting Authority shall mean the Corporation or the Commissioner for the timebeing or such other person as may be duly authorized by him to act as an InspectingAuthority for the purpose of the contract.
10. Contract Value shall mean that monthly contract amount agreed by the Corporationwould be awarded.
11.
Approval shall mean the written approval of the Commissioner / Department / Corporation.
12. Ward shall mean geographical jurisdiction of the elected Councillor.13. Family shall mean Husband wife and minor children.14. Ownership shall mean, having registered ownership of any article by any member of family
in case individuals and by any member nominated by the firm in case of firms.
15. The word shall is to be considered as should, which has to be mandatory followed16. MCC officials means Commissioner and concerned officials from Health Department17. Offender is the one who violates the Terms and conditions of contract.18. Road side drains/drains means all drains coming under the purview of concerned package
area of width measuring upto 1.0m.
19. Unbalanced tender means the bids of the successful lowest bidder which in view to theMCC is much below the MCC estimates. The bids with which the execution of contract inthe opinion of MCC might not be effective.
-
7/28/2019 Bulk Waste Rfp - Call2
13/32
Mangalore City Corporation Request for Proposal Document
13
20. Combined qualification criteria means if bidders have bid for more than 1 package say 2packages then he should satisfy the combined qualifications (double the technicalqualifications as mentioned in Annexure E & financial criteria of those packages addedtogether) & so on.
21. Bulk Waste Generators means the waste generated from Hotels, Resturants, Bar,Canteens, Fastfood, Catering, Choultries, Kalyanamantaps, Convention Halls, Mini Halls,
Juice Centres and other food producing centres.
Note: Words imparting the singular only shall also include the plural and vice-versa wherever thecontext requires.
The Terms and conditions depicted in agreement of this document should be strictly followed,Definitions of terminologies depicted in this RFP and agreement has to be referred, which holdsgood for the entire document
\
-
7/28/2019 Bulk Waste Rfp - Call2
14/32
Mangalore City Corporation Request for Proposal Document
14
Appendix A
SCOPE OF WORK
Preamble
The Mangalore City Corporation is having an area of about 132.64 square km. and a population of5,00,000 (approx) as per 2011. The city is divided into 60 corporator wards. The packages made
includes a group of corporator wards The packages have been made based on the locations ofwards, quantity of solid waste generation and its accessibility to the land-fill/ compost site.
A. Table 1: Details of packages.Package
No.Details & Area (Ward No.)
12 Nos of Trucks or Tipper or any other equivalent Vehicles for collection of Bulk
Municipal Solid Waste from Ward No 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16,
17, 18, 19, 20, 23, 24, 25, 26, 27, 28, 29, 30, 43 & 60
22 Nos of Trucks or Tipper or any other equivalent Vehicles for collection of BulkMunicipal Solid Waste from Ward No 21, 22, 31, 32, 33, 34, 35, 36, 37, 38, 39, 40,41, 42 & 44
32 Nos of Trucks or Tipper or any other equivalent Vehicles for collection of BulkMunicipal Solid Waste from Ward No 45, 46, 47, 48, 49, 50, 51, 52, 53, 54, 55, 56,57, 58 & 59
i. The vehicles used by the contractor should produce Fitness certificate and emissioncontrol certificate with valid running time period, whenever asked for by the healthofficer or other MCC officials. If the valid time of the above mentioned certificates arelapsed or not maintained, then immediate alternate arrangement must be made. Failureof which will be taken as the non-compliance of contract terms and conditions.
ii. The contractor should also furnish the Driving license of the drivers involved in drivingthe contract vehicle. Failure of which will be taken as the non-compliance of contractterms and conditions.
iii. The contractor will be wholly responsible for providing the tools, equipments andvehicles required for carrying-out the contract and bear all recurring costs ofoperations, maintenance & repairs relating to the contract.
iv. Maintain a complaint register for registering the grievances of the public and highlightthe preventive and corrective actions taken for the same, such registers has to besubmitted to the MCC office along with the monthly bill.
v. The contractor has to deploy the workers and vehicles as mentioned in.
-
7/28/2019 Bulk Waste Rfp - Call2
15/32
Mangalore City Corporation Request for Proposal Document
15
vi. The contractor has to provide 200 litre containers in the vehicles for carrying foodwaste from Hotels, Resturants, Bar, Canteens, Fastfood, Catering, Choultries,Kalyanamantaps, Convention Halls, Mini Halls, Juice Centres and other food producingcentres.
vii. Incase on any day, the number of workers/vehicles deployed is less then the successfulbidders/contractors quoted/proposed workers then an amount equivalent to one & half
times the Labour department SR for workers/loaders and PWD SR for vehicles would bededucted from the bill amount.
viii. Any contractor found violating the above mentioned norms and/or is found causingtrouble to the other contractor by depositing the wastes to the containers not allottedas his waste depositing point will be violating the contract conditions and suitable legalactions would be taken against such contractor unlike other offenders.
ix. Under no circumstances, the contractor should change the locations of the containers tohis advantage unless until without the prior approval of Health officer/ Commissioner ofMCC.
x. The contractor shall have leave reserve workers to carry the work at the time ofabsence of regular workers.
xi. For carrying out the night and late evening tasks, the contractor shall adhere to thefollowing additional conditions.
Lighting facility wherever required shall be made by the Contractor himself. The work will be carried out without disturbing the peace to residents in the
locality. An exclusive supervisor will be deployed to supervise the night operations. First Aid kit shall be provided with training to use them in case of injury or scorpion
/ snake / dog bite etc. and take responsibility to shift the workers to the nearestmedical facility for further treatment.
xii. The user charges to be collected shall be in line with the rates as approved by theMangalore city corporation council as appended with this RFP in Annexure-05.
xiii. Any non-co-operation of bulk waste generators in giving wastes/user charge shall bebrought to the notice of MCC and the contractor should not resort to any offensive
actions so as to make the waste generators to pay user-fee charges. If such things cometo notice of the ULB, then suitable actions would be taken against such offendingcontractors as per the directions of Commissioner/Health officer.
xiv. At any cost, the corporation will not take any responsibility to bear the user charge /user charge deficit cost to the contractor but can assist in bringing awareness amongthe public.
xv. In case of any absenteeism in the sanitary workers, the contractor shall make analternative arrangement. If the number of worker attending to the work on any givenday is felt to be inappropriate to the work and sanitary work is found to beunsatisfactory because of it as felt by the Health officer, then penalty clause can beoperated and shall be deducted from the monthly bill of the contractor.
-
7/28/2019 Bulk Waste Rfp - Call2
16/32
Mangalore City Corporation Request for Proposal Document
16
xvi. The details of number of residential houses, hotels, shops and other commercialestablishments in each ward are mentioned in Annexure-1
xvii. The workers should wear all the protective gears.xviii. In-case of festivals, special occasional functions in temples, civil war, curfews etc., the
contractor should co-operate with the MCC with regard to sanitation works and shouldcarry-out the work as per the instructions given by Commissioner / Health officer inwriting. No separate payment will be done towards the same.
xix. Incase of any emergency sanitary works not coming under the purview of contractorsscope of work like de-silting of big-storm water drain work, clearance of constructiondebris generated from demolition of illegal constructions from MCC etc., as decided byCommissioner/Health Officer, the sanitary contractor of that particular package will beentitled to perform the work on the orders of Health Officer/Commissioner.
xx. In such cases no separate tender would be required to be called for to perform thesame and the agreement copy of this tender would be held valid. In such cases the
payment to the contractor would be made on the S.R rates and wherever SRs are not
there then the payment would be made based on the Standard rates as approved byhealth officer. the contractor should abide by this or else it would be considered as thenon-compliance of contract terms and conditions
6 WORK EXECUTION AND SUPERVISION6.1 The bidder shall appoint sanitation workers for day time and night time works (if any)shifts separately for street sweeping and for other sanitation works as per the details
given in the Scope of Work. S/he shall give a set of handcarts/tricycles/broom/metaltray and protective gear (all equipment as specified) to each worker so appointed.
6.2The Contractor shall appoint appropriate number of supervisors, who can read, write andreport, having sound health; supervise the work of all the wards comprised in eachpackage of contract. The supervisor/s should be in the age limits of 18 to 55 years. Forthe supervision work, the contractor shall provide suitable facilities and a mobile phoneshould be provided to each supervisor of the wards. All workers/supervisors should beavailable on duty within their area for 8 working hours prescribed for day package
a. Contractor/supervisors shall visit the complaint section/Help line cell between 3.00PMto 5.00 PM and collect the daily public complaints related to sanitation and report aboutthe status of previous day complaints in writing.
b. The contractor should positively respond to any sanitation problem regardless of time onthe orders of Commissioner /Health officer.
c. In the event of occurrence of any accidents at / near the site of work or in connectionwith execution of the work, a report shall be made immediately to the Inspection
Authority giving full details of the accident. She/he shall also report such accidents toall the Competent Authorities wherever such reports are required by them.
-
7/28/2019 Bulk Waste Rfp - Call2
17/32
Mangalore City Corporation Request for Proposal Document
17
d. The Commissioner reserves the right to order re-execution of any work which is notexecuted correctly in the opinion of the Commissioner, in accordance with thespecification.
e. The Contractor shall follow any instructions issued by the Commissioner in the interestof achieving Work Standards and specifications.
f. Prices and rates quoted shall be deemed to include everything necessary tosatisfactorily complete the work.
g. Prices and rates quoted shall be firm for the entire duration of the contract and anyagreed extensions thereto.
h. All the Bids shall be valid for acceptance for a period of 90 days from the date ofopening of the bids without any change in prices and rates. If any Bidder withdraws hisBid before the said period or makes any modification in the terms and conditions of theBid, which are not acceptable to the Corporation, then the Corporation shall withoutprejudice to any other right or remedy, be at liberty to forfeit the EMD submittedalong with the Bid and take appropriate legal action against such offenders.
i. Contractor shall be solely responsible for the security of his personnel machinery andequipment deployed for the work.
j. In case of any conflict regarding clauses of Sections, the decision of the Commissionerof MCC shall be final and binding on the CONTRACTOR.
GENERAL CONDITIONS & GUIDELINES TO THE BIDDER/CONTRACTOR
(1) In case the bidder is a group of individuals, consortium, firm in partnership with NGO, etc.,require providing Memorandum of understanding detailing the scope of work of each of the
partners, financial liability, responsibility, etc., towards this project. MCC would review such
MOU and might ask for any changes in the same, if it finds so. The Bid being submitted by a
firm / consortium, the same shall be signed by all the partners / members of consortium or
their authorized signatory.
(2) One Proposal per package: A bidder shall submit only one proposal towards this package/RFP.Joint-ventures/MOU are not allowed.(a) The bidders are allowed to bid for more than one package (i.e. one, two, etc., all eight
packages) provided they satisfy the qualification and financial criteria of those packages
combined together. There is no limitation on the number of packages that can be
awarded to a single Bidder if he is found eligible as per the RFP document. The EMD of
any bidder who fails to comply with this criteria (i.e if he bids for more than one
package he should satisfy the combined qualification &financial criteria) will be
forfeited and disqualified. Also the financial bid of such bidders will not be opened.
(b) If the bidders are found to be successful in either in one package or more than onepackage in accordance to the terms & condition of the respective RFP documents, then itwill be binding on such successful bidder to execute all such contracts, or else it might
-
7/28/2019 Bulk Waste Rfp - Call2
18/32
Mangalore City Corporation Request for Proposal Document
18
be termed as violation of terms & conditions of this bid & EMD of such bidders shall be
forfeited & future legal actions will be taken. In case of more than one successful bid all
the successful bids will be cancelled in case of bidders rejection in carrying out any of
the successful bids
(c)The financial bid by the contractor shall be all inclusive bid and include all custom duties,import duties, business taxes, income and other taxes, payments & costs as required for
the successful implementation of the project as per the terms & conditions detailed in
this RFP document
(3) Receipts, for payments made on account of work when executed by a firm / consortia shallbe signed by all the partners / members or by person authorized on behalf of thefirm/consortia.
(4) This contract doesnt allow any joint ventures/MOU. The bidder shall be an individual or asingle firm/organisation
(5) The rates bid for, and accepted, hold good until the fulfilment of the contract.(6) The Bid of any contractor who does not accept the conditions contained in the Bid
documents unless otherwise permitted by Corporation is liable to be rejected.(7) The bidders are allowed to bid for more than one package provided they satisfy the
qualification & financial criteria of those packages combined together(8) Tenderers meeting the requisite qualification criteria might be disqualified & their EMD
forfeited if they have:
- made misleading or false representation in the form, statements and attachmentssubmitted; and/or
- Record of poor performance such as abandoning the work, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures, etc.(9) Each bidder should give clearly in his Bid, his place of residence and postal address. Thecorporation will not take responsibility in case of any problems arising due to the non-delivery of posts.
(10)The successful bidder shall attend the specified office of the Mangalore City Corporation,on or before the date fixed for executing agreement etc. Failure on the part of the
successful bidder to execute the contract agreement, specified herein above would entailforfeiture of EMD. The bidder is not permitted to withdraw his bid or make anymodifications in the terms and conditions of the Bid before expiry of the Bid validity periodof 90 days.
(11)Income Tax as applicable will be deducted from the gross amount of the bill or at the ratesprescribed from time to time will be recovered from each bill. All statutory levies / taxeswill be deducted from the Bills payable to the bidder.
(12)Irrespective of a reference to the law courts, as the case may be, the contractor shallproceed to execute and complete the works with all due diligence pending settlement of thesaid dispute or differences.
(13)Pre-mature termination: The Corporation at any point of time during the contract periodfeels like terminating the contract shall do so by giving letter of notice mentioning its
intention to come out of the contract 1 month prior to termination. It would be binding on
-
7/28/2019 Bulk Waste Rfp - Call2
19/32
Mangalore City Corporation Request for Proposal Document
19
the part of contractor to accept such decision. MCC in no way would compensate the lossincurred by the contractor on such termination.
(14)At the discretionary power of Commissioner the contract is extendable for a period of upto6 months than the actual contract period, then in such cases it would be binding on the
contractor to execute the contract at the same prevailing contract cost & in case ofviolation of this by the contractor will cause the forfeiture of performance guarantee. Assuch the bidders while bidding shall consider this possible extension period.
-
7/28/2019 Bulk Waste Rfp - Call2
20/32
Mangalore City Corporation Request for Proposal Document
20
Appendix B
Covering Letter2(On the Letter-head of the Bidders)
Date:TO
THE COMMISSIONER,
MANGALORE CITY CORPORATION
MANGALORE
Sub: Management of Municipal Solid Waste and Street Sweeping package no.Ref: Tender Notification: MCC/HS/CR05/2011-12/G12/Package No____ Date: 01.07.2011
Sir,
Being duly authorised to represent and act on behalf of .. (hereinafter referred toas the Bidder), and having reviewed and fully understood all of the Proposal requirements and
information provided and collected, the undersigned hereby submits the Proposal on behalf of(Name of Bidder) for the Project with the details as per the requirements of the RFP, for yourevaluation.
We confirm that our Proposal is valid for a period of 90 days from the proposal due date
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)
2 In case the Bidder is an Individual, please submit cover letter as per Appendix B1, in lieu of thisAppendix B.
-
7/28/2019 Bulk Waste Rfp - Call2
21/32
Mangalore City Corporation Request for Proposal Document
21
Appendix B1
Covering Letter(In case of an Individual)
Date:
TO
THE COMMISSIONER,
MANGALORE CITY CORPORATION
MANGALORE
Sub: Management of Municipal Solid Waste and Street Sweeping package no.Ref: Tender Notification: MCC/HS/CR05/2011-12/G12/Package No____ Date: 01.07.2011
Sir,
I, hereby, having reviewed and fully understood all of the Proposal requirements andinformation provided and collected, submit the Proposal for the Project with the details as perthe requirements of the RFP, for your evaluation.
I confirm that my Proposal is valid for a period of 90 days from proposal due date
Yours faithfully,
(Name of Bidder)
(Name, Title and Address)
-
7/28/2019 Bulk Waste Rfp - Call2
22/32
Mangalore City Corporation Request for Proposal Document
22
Appendix C
Details of Bidder3
(On the Letter Head of the Bidder)
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. Details of individual(s) who will serve as the point of contact / communication for ULB
with the Bidder:
(a) Name :(b) Designation :(c) Company/Firm :(d) Address :(e) Telephone number :(f) E-mail address :(g) Fax number :(h) Mobile number :
4. 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 :
3In case the Bidder is an Individual, please submit cover letter as per Appendix C1, in lieu of this Appendix C.
-
7/28/2019 Bulk Waste Rfp - Call2
23/32
Mangalore City Corporation Request for Proposal Document
23
Appendix C1
Details of Bidder
(In case of an Individual)
1. (a) Name of Bidder
(b) Address of the office
(c) Date of commencement of business
2. Brief description of the Bidder's main lines of business.
3. Details of individual who will serve as the point of contact / communication for ULB with
the Bidder:
(a) Name :(b) Designation :(c) Individual :(d) Address :(e) Telephone number :(f) E-mail address :(g) Fax number :(h) Mobile number :
-
7/28/2019 Bulk Waste Rfp - Call2
24/32
Mangalore City Corporation Request for Proposal Document
24
Appendix D
Format for Anti-Collusion Certificate
Anti-Collusion Certificate
I4 / We undertake that, in competing for (and, if the award is made to us, in executing) theabove contract, I / we will strictly observe the laws against fraud and corruption in force inIndia namely Prevention of Corruption Act 1988.
I / We hereby certify and confirm that in the preparation and submission of our Proposal, I /
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.
I / 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 ......................,
....................................................
(Name of the Bidder)
....................................................
(Signature of the Bidder5 / Authorised Person)
....................................................
(Name of the Authorised Person)
4 In case of an Individual5 In case of an Individual
-
7/28/2019 Bulk Waste Rfp - Call2
25/32
Mangalore City Corporation Request for Proposal Document
25
Appendix E
Proof of Eligibility
A. Qualification CriteriaThe Bidder must satisfy the Qualification Criteria for experience in order to qualify for theProject.
1 *Handling and transportation of at least 5 metric tonnes/day or handling andtransportation of MSW for atleast a period of 6 months.
2 *The Bidder shall have either ownership or term lease of atleast truck / tippers orLorries - 2. The period of ownership / lease shall be for atleast 2 years from the dateof submission of this bid. If tenderer is an individual, the ownership / lease should bein his / her name or in the name of a family member (family includes husband, wife andminor children) and if the applicant is a firm then, in the name of the firm.
*If the bidders are bidding for more than one package then he should have the combined
experience of those packages added together.
For eg. if a bidder is bidding for 2 packages then the experiences in terms of years & nos shall
be equivalent to two times of the above mentioned qualifications & so on.
B. Details of Experience
The Bidder should furnish the details of eligible experience as set out below:
Sl.
No.
Qualification Criteria Parameter
1Handling and transportation of
municipal solid waste
Handling and transportation of ___ MTof MSW or any other material
Handling and transportation of MSW orany other material for a period of___
months.
2Ownership / term lease of
vehicle /equipment
Ownership of ___vehicle/equipment Term lease of ___equipment Term lease period expiring on ___
3 Financial capability:
Net Worth of recent completedfinancial year ___
Aggregate Net Cash Accruals of ___forthe last two completed Financial Years
Solvency Certificate of recentcompleted financial year ___
Instructions:
The Bidder should provide the details mentioned above based on its own technical capability.
Technical capability of the Bidders parent company or its subsidiary or any associate company &
-
7/28/2019 Bulk Waste Rfp - Call2
26/32
Mangalore City Corporation Request for Proposal Document
26
incase of experience as an partner of joint-venture then the experience of other partners will
not be considered for assessment of the qualification parameters of the Bidder. Incase the
bidder is interested in taking up more than one package (In case if he/she is selected as
successful bidder for more than one package) then he should have the financial capability of
those packages added together.In case if the bidder submits the experience of that of being a partner in a joint
venture, then such experience should be supported with an agreement made with the concernedULB for such contract as a joint-venture (i.e such contract bid should be made in the name of
joint-venture) or else such bids will be rejected. Further, such partner should be a technicalpartner & only the percentage stake as a technical partner mentioned in the agreement in thecontract would be considered for evaluation.
Sl.
No.
Qualification Criteria Supporting document
1
Handling and
transportation of
municipal solid waste
Certificate of experience detailing the scope of work,quantum of waste handled and transported and years of
operation from the ULB officials, where solid waste
management services are being provided by the Bidder,
or,
A certified copy of the Agreement between the Clientand the Bidder for provision of municipal solid waste
management services/any other material by the Bidder.
2Ownership / term
lease of equipment
Notarised copies of Ownership details or the leaseagreements
3 Financial capability Certified copy of Balance Sheet
D. Financial Capability
The Bidder should meet any one of the financial criteria as set out below (in the TableA):
i. Net Worth as at the end of the most recent completed Financial Year shall be..[10% of this amount shall be considered as adequate Net Worth for a
registered society of SC / ST groups];or
ii. Aggregate Net Cash Accruals for the last two completed Financial Years shall be[10% of this amount shall be considered as adequate Net Worth for a
registered society of SC / ST groups];or
iii. Solvency Certificate from a registered auditor or a scheduled bank for an amount of.. [10% of this amount shall be considered as adequate Net Worth for a
registered society of SC / ST groups].Table A
-
7/28/2019 Bulk Waste Rfp - Call2
27/32
Mangalore City Corporation Request for Proposal Document
27
Package
No.Net Worth
Aggregate Net
Cash Accruals
Solvency
Certificate
1 25,00,000=00 12,50,000=00 25,00,000=00
2 25,00,000=00 12,50,000=00 25,00,000=00
3 25,00,000=00 12,50,000=00 25,00,000=00
E. Incase the bidder is bidding for more than one package then he should have the financialcapability of those packages added together.
a. Net Worth as at the end of the most recent completed Financial Year shall be aggregatenet worth as mentioned for those packages which he is bidding for, accounting to an
amount of Rs. [10% of this amount shall be considered as adequate
Net Worth for a registered society of SC / ST groups]; or
b. Aggregate Net Cash Accruals for the last two completed Financial Years shall beaggregate Net Cash Accruals as mentioned for those packages which he is bidding for,
accounting to an amount of Rs.. [10% of this amount shall be considered as
adequate Net Worth for a registered society of SC / ST groups]; or
c. Solvency Certificate from a registered auditor or a scheduled bank for an amount equalto aggregate amount as mentioned for those packages which he is bidding for,
accounting to an amount of Rs. [10% of this amount shall be considered as
adequate Net Worth for a registered society of SC / ST groups].
Net Worth = (Subscribed and Paid-up Equity + Reserves) - (Revaluation reserves +
Miscellaneous expenditure not written off)
Net Cash Accruals = (Profit after Tax + Depreciation + Non cash Expenses)
The Bidder should provide the financial capability based on its own financial statements.Financial capability of the Bidders parent company or its subsidiary or any associate
company will not be considered for computation of the financial capability of the Bidder.
Financial Offers of only those Bidders, who qualify as per the above parameters, wouldbe opened.
F. Incase if the bidder is found to be successful bidder complying with all the RFPrequirements, terms and conditions then such bidder would be selected as successfulbidder regard less of his preference number of such packages
G. Incase if the bidder who has bid for more than one package and is announced assuccessful bidder for more than one package after it is found he/they have compliedwith the rules and regulation, Terms and conditions of this RFP document, then suchbidder has to carry-out the contract work or else it would be regarded a violation ofcontract terms and conditions and suitable legal action would be carried out against suchoffenders. The same rule applies for the bidder who has been announced as successful
bidder by ULB of even a single package.
-
7/28/2019 Bulk Waste Rfp - Call2
28/32
Appendix F
q AS v g U qU ZPAP.A.
q AS v g ZPA1 1 gv
P A 10 jAz 15 v 18Gvg: Ae , gv Uz P A.: 16g UrzQt : Eq U, gv Uz P A: 19g Ur: gv Uz 17 v 19g Ur: Cg z
2 2 gv P A 16, 17, 19 jAz 23
Gvg: Zg U v AZg .q.r. gzQt : Eq U P A: 5, 6 U Pn Uz Gvg Ur: z Uz Ur: gv Uz P A 10 jAz 14 U 18g Ur
3 3 PnP A 1, 2, 3 v 9
Gvg: gv v z UU UrzQt : Uz Ur: Pvvg Uz Ur
: Eq Uz Ur U Pn Uz Zu q 44 4 Pn
P A 4, 5 v 7Gvg: Pn Uz P A 9g UrzQt : Pn Uz P A 3 v Eq Uz Ur: Pn Uz P A 1 v 2: Eq U
5 5 PnP A 6, 8 v 8J
Gvg: gv Uz UrzQt : Pn Uz P A 5 v 7g Ur: Pn Uz P A 5g Ur: Eq v gv Uz Ur
6 6 EqP A 6, 8 v 9
Gvg: Pn Uz UrzQt : d g v P Uz Ur: Uz Ur
: Eq Uz P A 5g Ur7 7 Eq
P A 1 jAz 5 v 7Gvg: gv Uz UrzQt : l v P Uz Ur: Eq Uz P A 6 v 8g Ur: Cg z
8 8 lP A 1 jAz 4
Gvg: Eq Uz UrzQt : P Uz Ur: P v Eq Uz Ur: Dg z
9 9 PP A 1, 2, 4 U 3g sU
Gvg: l U Eq Uz UzQt : PAr Uz Ur: v vPg U: gAi zj 17
10 10 PArPAr Uz P Ag 4, 5, 6, 7v P Uz 5, 6 v 3g sU
Gvg: l U P Uz UrzQt : tAg Uz Gvg Ur: vPg U: Cg z U tAg Uz Ur
11 11 tAgtAg Uz P A 1, 2 Uvtg P A 3
Gvg: PAr U P Uz UrzQt : Ugg , AU Pg Uz Ur: Ugg : Cg z
12 12 AfUgq A 35g P A 1 v 2
q A 36g P A 1, 2, 3
Gvg: Ugg PAdv Uz UrzQt : AU Pg Uz Gvg Ur
: PAdv v Pg Uz Ur: Ugg
-
7/28/2019 Bulk Waste Rfp - Call2
29/32
Mangalore City Corporation Request for Proposal Document
29
13 13 PAdvq A 34g P A 1, 2
Gvg: Ugg zQt : Zu q 15g Gvg Ur: gPq Uz Ur: AfUg Uz Ur
14 14 gPqq A 33g P A 4
Gvg: Ugg zQt : Pg Uz Gvg Ur: qq U Zr Uz Ur: PAdv U Pg Uz Ur
15 15 PAdvq A 34g P A 3 vq A 31g P A 2 v 6
Gvg: PAdv Uz P A 1 v 2g zQt UrzQt : Pg Uz Zu q 18g Gvg Ur: Pg d g: AfUg v qPr Uz Ur
16 16 AUPgq A 37g P A 1 v 2q A 38g P A 7 v 8
Gvg: qPr Uz zQt Ur U Ugg zQt : q A 1g Gvg Ur: zg U Pg Uz Ur: Ugg
17 17 Zg
q A 39g P A 4, 5 v6
Gvg: AU Pg Uz Ur U Pg Uz zQt Ur
zQt : Zu z 23g Gvg Ur: Pg Uz Ur: g Uz Ur v PrP g
18 18 Pgq A 31g P A 1, 3, 4v 5
Gvg: Zu q 15g zQt UrzQt : zg Uz Gvg Ur: z U Zr Uz Ur: zg Uz z Ur
19 19 Zrq A 32 P A 1, 2 v 3
Gvg: qq Uz zQt UrzQt : z v Pq Uz Gvg Ur: wg v Pq Uz Ur: gPq v Pg Uz Ur
20 20 wg
wg v Pq U
Gvg: qq Uz zQt Ur
zQt : z v giUz Gvg Ur: AqAw Uz Ur: z v Zr Uz Ur
21 21 zq A 30g P A 4 jAz 10
Gvg: z Uz P A 1, 2, 3zQt : q A 3g P A 9 v 10: z Uz P A 11, 12: AiAiir Az g
22 22 Pq A 40g P A 1, 2, 3, 4v q A 30g P A 1, 2,
3
Gvg: Pg v zg Uz zQt UrzQt : z Uz P A 4: z Uz P A 9 v 10g Ur: gAi zj 17
23 23 zg
q A 39g P A 1, 2, 3
Gvg: Pg Uz zQt Ur
zQt : P Uz Gvg Ur: z v Pg Uz Ur: q A 1g Ur
24 24 zgq A 1g P 6 jAz 11 vq A 2g P A 1 jAz4, 7 v 17 jAz 21
Gvg: zg Uz zQt UrzQt : q A 4 v 5g Gvg Ur: e PPq g: q A 1g Pg sj g
25 25 zgq A 1g P Ag 1 jAz 5,12 v 27 jAz 34
Gvg: zg Uz zQt UrzQt : q A 1g Zu q 26g Gvg sU: q 1g Ur Ur: g U U Ugg
26 26 zgq A 1g P A 13 jAz 26
Gvg: q A 1g Gvg sUzQt : G iPl vj g : Pg sj g
-
7/28/2019 Bulk Waste Rfp - Call2
30/32
Mangalore City Corporation Request for Proposal Document
30
: Ugg
27 27 gq A 7g P A 1 jAz 14
Gvg: vj gzQt : q A 8g Gvg Ur: q A 6g Ur: Ugg
28 28 tUqq A 6g P A 1 jAz 21 Gvg: r G iPl gzQt : q A 8g Gvg Ur: Pg sj g: q A 7g Ur
29 29 PAq A 5g P A 1 jAz 6v 12 jAz 17
Gvg: sU r gzQt : .f. PPAd g: JA.f. g: Pg sj g v sd g
30 30 PrAii q A 4g P A 1 jAz 9
Gvg: sU e g- e vzgUzQt : PgAUr iPmAz sgv vzgU: e ZZ g Am DV PgAUr iPm g: sgv P, PPAd, .f. g, sU vzgU
31 31 eq A 2g P A 5, 6 v8 jAz 16
Gvg: P Uz zQt UrzQt : e Az g: gAi zj 17 v P Uz Ur: e Pg g
32 32 Pq A 3g P A 1 jAz 10v 26, 27
Gvg: z Uz zQt UrzQt : q A 3g P A 25, 28, 30 v 33: z U g Uz Ur: e Az g
33 33 Pq A 3g P A 18, 19, 21jAz 25 U 28 jAz 33
Gvg: PAz g q A 3g P A 2, 3, 26, 27zQt : Am Pm g: Zu q 34g Ur: PgAUr e ZZ P g
34 34 sUq A 3g P A 11 jAz 17v 20 U q A 15g PA 10 jAz 16
Gvg: z U 3 r zQt UrzQt : sU 2 g , g Uz UrAigU: z v g Uz Ur: Pm
35 35 zq A 30g P A 11 jAz
17
Gvg: Pq Uz zQt UrzQt : g Uz Gvg v q 30g P A 18 v 19: q A 30g P A 23 v 24g Ur: q A 30g P A 5 v 8
36 36 zq A 30g P A 18 jAz 24
Gvg: Pq Uz zQt UrzQt : C Uz Gvg Ur: giU Uz Ur: g Uz Ur
37 37 gq A 28g P A 1, 2v 3
Gvg: z Uz zQt UrzQt : PAPr Uz Gvg Ur: C Uz Ur: q A 3g Ur
38 38 Azgq A 15g P A 1 jAz 4,
9v 17 jAz 23 U q A16g P A 1 jAz 8
Gvg: n Dv gU v sU Jgq Cq gzQt : PAPr sg gq AqgU: PAPr v g Uz Ur: PAAq
39 39 sgq A 16g P A 9 jAz 13v q A 17g P A1 jAz 8, 11, 12, 21 jAz 23
Gvg: ew vAz gUzQt : J.f.g, Cvg g : 25 r Ur: o g v 17 r P A 9 v 20g
-
7/28/2019 Bulk Waste Rfp - Call2
31/32
Mangalore City Corporation Request for Proposal Document
31
Ur
40 40 Plq A 14g P A 1 jAz 8v q A 15g P A5 jAz 8
Gvg: ..J. vAz Pz gAU g g P PmvzgU
zQt : sg g - o gq P U vzgU: PPg v
: P.J. g g, U dAPAz ..J. dAPgU41 41 Al iPmq A 11g P A 1 jAz 12v q A 13g P A1 jAz 13
Gvg: ..J. dAPAz Pg zQt : z Gvg g - m dAPgU: ..J. APm P.J. g g: C g - UP zzgU - i
mA Pg g42 42 qAUgPj
q A 8 g P A 1 jAz 5,q A 5g P A 7 jAz 11,q A 12g P A 1 jAz 5
Gvg: P g - 6 r zQt Ur U 5 r 12P zQt Ur
zQt : UP z g, 11 r Gvg Ur: PPAd - sgv v U i mA g: 8 r P 11, 14, 15g Ur
43 43 Pz
q A 8g P A 6 jAz 17
Gvg: q A 7g zQt Ur
zQt : q A 9g Gvg Ur: oz Pt g: Ugg
44 44 Azgq A 9g P A 1 jAz 21,q A 10g P A 1 jAz
25
Gvg: q A 8g zQt UrzQt : q A 20g Gvg Ur: Rt z g - C dAP: Ugg
45 45 mq A 20g P A 1 jAz 18q A 21g P A 1, 2, 3
Gvg: mzQt : q A 21g P A 4 v 7g Gvg Ur: z g v U eg g: vw
46 46 PAmAmq A 18g P A 7, 8, 9q A 19g P A 1 jAz 10
Gvg: g JAq g vAz P DvgUzQt : vq U 21 v 23 r Gvg Ur
: APm J.f. g g : U eg g - g
47 47 Vq A 17g P A 9, 10v 13 jAz 20 q A 18 gP A 1 jAz 6
Gvg: APl v - sg g - Pg ggUzQt : Cvg g: g - A Uq vzgU: CVP ouAz g J.f. ggU
48 48 Aiiq A 25g P A 1 jAz 14q A 27g P A 1 jAz4 v 10
Gvg: q A 15g zQt Ur v g Uz zQt UrzQt : q A 25g P A 15, 16, 17g Gvg Ur: C Uz zQt Ur: q A 16, 17g Ur
49 49 PAPrq A 27g 5 jAz 9 Gvg: PAPr Uz 27g P A 1 jAz 4 v 10g zQt UrzQt : eUg v e Uz Gvg Ur: C Uz Ur: eUg Uz U q A 25g Ur
50 50 Cq A 29g P A 1, 2, 3
Gvg: gAi zj 48zQt : e Uz Gvg Ur: Ptg Uz Ur: PAPr Uz Ur
51 51 Cq A 29g P A 4 jAz
7
Gvg: z v giU Uz zQt UrzQt : gAi zj 48: giU Uz Ur: PAPr U g Uz Ur
52 52 PtgPtg U
Gvg: C Uz zQt UrzQt : vw
-
7/28/2019 Bulk Waste Rfp - Call2
32/32
Mangalore City Corporation Request for Proposal Document
: Cqg Uz Ur: e v C Uz Ur
53 53 ee U
Gvg: C Uz zQt UrzQt : vw : Ptg Uz Ur: PAPr v eUg Uz Ur
54 54 eUgq A 26g 1 jAz 7
Gvg: PAPr Uz zQt UrzQt : g Uz Gvg Ur: e Uz Ur: q A 25g Ur
55 55 Cvgq A 24g P A 1 jAz20 v q A 25g P
A27, 28, 29
Gvg: AUq gzQt : vw : eUg Uz Ur: q A 22 v 23g Ur
56 56 AUzq A 23g P A 1 jAz 13
Gvg: g zQt : g R g, g Az iUUm,
PqgU: g : JPg g
57 57 Uegq A 21g P A 4 jAz
7v q A 22g P A7 jAz 11
Gvg: JPg U g R gzQt : vw : g v g: vw
58 58 gq A 22g P A 1 jAz 6U 12 jAz 14
Gvg: g R g P qgUzQt : vw : g : v g
59 59 eq A 25g P A 15jAz 26
Gvg: 25 r P A 12 v 14g zQt UrzQt : q A 25g P A 27, 28g Gvg Ur: eUg Uz sU: q A 17 v 24g Ur
60 60 AUAU U
Gvg: vtg Uz zQt UrzQt : vw C: Ugg g: Cg z